Loading...
R2022-24 Locally Funded Agreement with FDOTRESOLUTION 2022-24 A RESOLUTION OF THE VILLAGE COUNCIL OF THE VILLAGE OF NORTH PALM BEACH, FLORIDA, APPROVING A LOCALLY FUNDED AGREEMENT WITH THE STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION TO PROVIDE FOR THE FUNDING AND MAINTENANCE OF CERTAIN IMPROVEMENTS RELATED TO THE REPLACEMENT OF THE U.S. HIGHWAY ONE BRIDGE OVER THE EARMAN RIVER AND AUTHORIZING THE MAYOR AND VILLAGE CLERK TO EXECUTE THE AGREEMENT; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the Florida Department of Transportation is replacing the U.S. Highway One bridge over the Earman River (C-17 Canal) ("Project"); and WHEREAS, the Village has requested that the Project include additional aesthetic features, including, but not limited to, landscape planters, trash receptacles, benches, stamped concrete pavement, decorative lighting, and lighted Village logos ("Additional Improvements"); and WHEREAS, in order to facilitate the inclusion of the Additional Improvements in the Project, the Village shall provide the Department with funding in accordance with the terms and conditions of a Locally Funded Agreement and shall agree to maintain the Additional Improvements; and WHEREAS, the Village Council determines that the adoption of this Resolution is in the interests of the health, safety and welfare of the residents of the Village of North Palm Beach. NOW, THEREFORE, BE IT RESOLVED BY THE VILLAGE COUNCIL OF THE VILLAGE OF NORTH PALM BEACH, FLORIDA, as follows: Section 1. The foregoing "whereas" clauses are hereby adopted and incorporated herein. Section 2. The Village Council hereby approves a Locally Funded Agreement with the Florida Department of Transportation, a copy of which is attached hereto and incorporated herein, and authorizes the Mayor and Village Clerk to execute the Agreement. The Village Council authorizes funding in the amount of $128,475.00, payable from Account No. I7321-66210 (Public Works/Streets & Ground — Construction & Major Renovation), and further authorizes the Mayor and Village Manager to execute all additional agreements required by the Locally Funding Agreement, including, but not limited to, a Three Party Escrow Agreement, a Lighting Maintenance Memorandum of Agreement, and an Amendment to the existing Landscape Maintenance Memorandum of Agreement. Section 3. This Resolution shall be effective immediately upon adoption. PASSE DOPTED THIS 24TH DAY OF MARCH, 2022. �c R7, ryA-� ( e Seal) FLORIDA ;00 MAVOA AT VILLAGE CLERK DocuSign Envelope ID: 8AF315A4-835A-4BBA-9D27-EA81831 FC97E FM No: 442891-1-52-02 FEID No: VF -596-017-984 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION LOCALLY FUNDED AGREEMENT THIS Locally Funded Agreement ("Agreement'), entered into this 18th day of April 2022 , by and between the State of Florida Department of Transportation hereinafter called the DEPARTMENT, and the. Village of North Palm Beach at 501 US Highway 1, North Palm Beach, FL 33408, hereinafter called the VILLAGE. WITNESSETH WHEREAS, the VILLAGE is providing the DEPARTMENT with financial assistance for certain improvements in connection with the DEPARTMENT's Bridge replacement work at SR-5/US-1 Federal Highway over the Earman River (C-'17) _ Bridge 930003 in Palm Beach County, Florida. (Financial Management (FM) Number 442891-1-52-01, Funded in Fiscal Year 2022/2023); and WHEREAS, the VILLAGE has requested that the DEPARTMENT perform the following additional work: construction (install) aesthetic features (landscape planters, trash receptacles, and anchored benches), Install stamped concrete pavement, construction (install) decorative lighting, and construction (install) LED internally illuminated cabinet wall system (Financial Management (FM) Number 442891-1-52-02, Funded in Fiscal Year 2022/2023) as set forth in Exhibit A attached hereto and made a part hereof and hereinafter, referred to as the Project; and WHEREAS, the improvements are in the interest of both the VILLAGE and the DEPARTMENT and it would be more practical, expeditious, and economical for the DEPARTMENT to perform such activities; and WHEREAS, the VILLAGE bv Resolution No. 202 —�N dated the 2-t,.day of a 0-- 20 Z 111) a copy of which is attached hereto and made a part hereof, authorizes the Mayor of the VILLAGE or designee to enter into this Agreement. NOW, THEREFORE, in consideration of the mutual benefits to be derived from joint participation on the Project, the parties agree to the following: 1. The recitals set forth above are true and correct and are deemed incorporated herein. 2. The DEPARTMENT shall be responsible for assuring that the Project complies with all applicable Federal, State and Local laws, rules, regulations, guidelines and standards. 3. The VILLAGE agrees to make all previous studies, maps, drawings, surveys and other data and information pertaining to the Project available to the DEPARTMENT at no cost. 4. The DEPARTMENT shall have the sole responsibility for resolving claims and requests for additional work for the Project. The DEPARTMENT will make reasonable efforts to obtain the VILLAGE 7s input in its decisions. Page 1 5. The total cost for the Department's Bridge work and the Project is estimated to be NINE MILLION ONE HUNDRED SIXTY THOUSAND FIVE HUNDRED FORTY EIGHT DOLLARS AND NO CENTS ($9,160,548.00). The VILLAGE's share of the Project is an estimated amount of ONE HUNDRED TWENTY EIGHT THOUSAND FOUR HUNDRED SEVENTY FIVE DOLLARS AND NO CENTS ($128,475.00), which sum shall be paid to the DEPARTMENT. In the event the actual cost of the Project is less than the funds provided, the difference will be refunded to the VILLAGE. In the event the actual cost of the Project, without modifications, results in a sum greater than that paid by the VILLAGE, then such sum shall be the sole responsibility of the VILLAGE and shall be paid to the DEPARTMENT. (A) The VILLAGE agrees that it will, within thirty days of the execution of this Agreement, furnish the DEPARTMENT with a check in the amount of ONE HUNDRED TWENTY EIGHT THOUSAND FOUR HUNDRED SEVENTY FIVE DOLLARS AND NO CENTS ($128,475.00), towards the Project costs. In the event payment is not received by the DEPARTMENT within thirty (30) days of execution of this Agreement the DEPARTMENT reserves the right to terminate this Agreement and remove the Project from the DEPARTMENT's Work Program. Remittance shall be made payable to the Department of Transportation. Payment shall be clearly marked to indicate that it is to be applied to FM Number 442891-1- 52-02. The DEPARTMENT shall utilize this amount towards costs of Project No. 442891-1-52-02. Payment shall be mailed to: Florida Department of Transportation Office of Comptroller General Accounting Office, LFA Section 605 Suwannee Street, MS 42B Tallahassee, Florida 32399 In lieu of mailing payment to the DEPARTMENT, the VILLAGE may also submit the payment for the Project via wire transfer. Wire transfer/Payments are to be made to: Wells Fargo Bank, N.A. Account # 4834783896 ABA # 121000248 Chief Financial Officer of Florida Re: DOT — K 11-78, Financial project # 442891-1-52-02. Page 2 In order for FDOT to receive credit for the funds due to the Department, the reference line must contain "FDOT" and an abbreviated purpose, financial project number or LFA account number. Once the wire transfer is complete, the VILLAGE shall contact Kenneth Ward at 850-414-4886. In addition to calling Mr. Ward, the VILLAGE shall send an email notification to Leos Kennedy at legs. ken nedyCa)-dot.state. fl. us stating the day and time the wire transfer was sent. (B) If the Project costs are in excess of the advance deposit amount, the VILLAGE will provide an additional deposit within fourteen (14) calendar days of notification from the DEPARTMENT. The DEPARTMENT will notify the VILLAGE as soon as it becomes apparent that Project costs are in excess of the advanced deposit amount; however, failure of the DEPARTMENT to so notify the VILLAGE shall not relieve the VILLAGE from its obligation to pay for its full participation. If the VILLAGE cannot provide the additional deposit within fourteen (14) calendar days, a letter must be submitted to and approved by the DEPARTMENT's Project Manager indicating the date the deposit will be made and the DEPARTMENT's written consent to the payment of the additional deposit on said date. The VILLAGE understands the request and approval of the additional time could delay the Project, and additional costs at the VILLAGE's expense may be incurred due to delay of the Project. In the event of non-payment, the DEPARTMENT reserves the right to terminate this Agreement and remove the Project from the Department's Work Program. (C) If the VILLAGE's payment for the accepted bid amount plus allowances is less than the advance deposit amount, the DEPARTMENT will refund the amount that the advance deposit exceeds the VILLAGE's payment for the accepted bid amount plus allowances if such refund is requested by the VILLAGE in writing. (D) Should Project modifications occur that increase the VILLAGE's payment for the Project costs, the VILLAGE will be notified by the DEPARTMENT. The VILLAGE 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 cost of the Project. The DEPARTMENT shall notify the VILLAGE as soon as it becomes apparent the actual costs will exceed the deposit amount. However, failure of the DEPARTMENT to so notify the VILLAGE shall not relieve the VILLAGE from its obligation to pay for its full participation. Funds due from the VILLAGE during the Project not paid within forty (40) calendar days from the date of the invoice are subject to an interest charge at a rate established pursuant to Section 55.03, F.S. In the event the VILLAGE fails to make the additional payment within the time hereinabove set forth, in addition to any other remedy, the DEPARTMENT reserves the right to terminate this Agreement. Page 3 (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 sixty (360) days of final payment to the contractor. The DEPARTMENT considers the Project complete when the final payment has been made to the contractor, not when the construction work is complete. All Project cost records and accounts shall be subject to audit by a representative of the VILLAGE for a period of three (3) years after final close out of the Project. The VILLAGE 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, the excess funding will be refunded to the VILLAGE. If the final accounting is not performed within three hundred sixty (360) days, the VILLAGE is not relieved from its obligation to pay. (F) In the event the final accounting of total Project costs indicate that the Project costs are greater than the total deposits to date, the VILLAGE will pay the additional amount within forty (40) calendar days from the date of the invoice from the DEPARTMENT. The VILLAGE agrees to pay interest at a rate as established pursuant to Section 55.03, F.S., on any invoice not paid within forty (40) calendar days until the invoice is paid. (G) Upon receipt of payment, from the VILLAGE to the DEPARTMENT, the DEPARTMENT will then forward the VILLAGE's payment to the Department of Financial Services, Division of Treasury for deposit as provided in the Three Party Escrow Agreement (3PEA) between the VILLAGE, the DEPARTMENT and the State of Florida, Department of Financial Services, Division of Treasury, a copy of which is attached hereto and made a part hereof as Exhibit B. 6. The VILLAGE and the DEPARTMENT agree to maintain certain roadway and lighting improvements. The VILLAGE and the DEPARTMENT will enter into a Lighting Maintenance Memorandum of Agreement (LMMOA) whereby the VILLAGE shall agree to maintain the Project in accordance with terms of the Agreement. A copy of the Agreement is attached hereto and made part hereof as Exhibit C. The terms of this paragraph shall survive the termination of this Agreement. 7. On December 27, 2001, the VILLAGE and the DEPARTMENT entered into a Landscape Memorandum of Agreement (LMOA) whereby the VILLAGE agreed to maintain certain landscape improvements. The VILLAGE and the DEPARTMENT will enter into an Amendment to the LMOA whereby the VILLAGE shall agree to maintain the Project in accordance with terms of the Amendment and the MMOA. A copy of the amendment is attached hereto and made part hereof as Exhibit D. The terms of this paragraph shall survive the termination of this Agreement. Page 4 8. In the event it becomes necessary for either party to institute suit for the enforcement of the provisions of this Agreement, each party shall be responsible to pay their own attorney fees and court costs. Venue with respect to any such litigation shall be in Broward County. 9. This Agreement and any interest herein shall not be assigned, transferred or otherwise encumbered by the VILLAGE under any circumstances without the prior written consent of the DEPARTMENT. However, this Agreement shall run to the DEPARTMENT and its successors. 10. Except as otherwise set forth herein, this Agreement shall continue in effect and be binding to both the VILLAGE and the DEPARTMENT until the Project (FM# 442891-1- 52-02) is completed as evidenced by the written acceptance of the DEPARTMENT. 11. The VILLAGE warrants that it has not employed or obtained any company or person, other than bona fide employees of the VILLAGE, to solicit or secure this Agreement, and it has not paid or agreed to pay any company, corporation, individual or firm, other than a bona fide employee employed by the VILLAGE. For breach or violation of this provision, the DEPARTMENT shall have the right to terminate the Agreement without liability. 12. The VILLAGE / Vendor/ Contractor: (A) shall utilize the U.S. Department of Homeland Security's E -verify system to verify the employment eligibility of all new employees hired by the VILLAGE / Vendor/ Contractor during the term of the contract; and (B) shall expressly require any subcontractors performing work or providing services pursuant to the state contract to likewise utilize the U.S. Department of Homeland Security's E -Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the contract term. 13. This Agreement is governed by and construed in accordance with the laws of the State of Florida. 14. This document incorporates and includes all prior negotiations, correspondence, conversations, agreements, or understandings applicable to the matters contained herein, and the parties agree that there are no commitments, agreements or understandings concerning the subject matter of this agreement that are not contained in this document. Accordingly, it is agreed that no deviation from the terms hereof shall be predicated upon any prior representation or agreements whether oral or written. It is further agreed that no modification, amendment, or alteration in the terms and conditions contained herein shall be effective unless contained in a written document executed with the same formality and of equal dignity herewith. Page 5 15. Any or all notices (except invoices) given or required under this Agreement shall be in writing and either personally delivered with receipt acknowledged or sent by certified mail, return receipt requested. All notices delivered shall be sent to the following addresses: If to the DEPARTMENT: Florida Department of Transportation - District Four 3400 West Commercial Blvd. Fort Lauderdale, Florida 33309-3421 Attn: Leos A. Kennedy, Jr. With a copy to: Bing Wang, P.E. A second copy to: Office of the General Counsel If to the VILLAGE: Village of North Palm Beach 501 Highway US One North Palm Beach, FL 33408 Attn: Village Manager With a copy to: Village Attorney The remainder of this page left intentionally blank Page 6 DocuSign Envelope ID: 8AF315A4-835A-4BBA-9D27-EA81831 FC97E IN WITNESS WHEREOF, this Agreement is to be executed by the parties below for the purposes specified herein. Authorization has been given to enter into and execute this Agreement by Village of North Palm Beach Resolution Number_ 2 -'Z , hereto attached. VILLAGE OF NORTH PALM BEACH BY: NAME: - TITLE: Chairperson/ Mayo ATTEST: FLORIDA :m APPROVED: BY: --{ ATTORNEY STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION DocuSigned by: BY: Sf w 1raWA, RRFRMMEJ PEARS STEVEN C. BRAUN, P.E. DIRECTOR OF TRANSPORTATION DEVELOPMENT APPROVED: (AS TO FORM) Lr by: E.Gi�n,t, �it,t,Gn M, BY• BBaf] E484 OFFICE OF THE GENERAL COUNSEL APPROVED: DocuSigned by: ,�t,Sstc& A46BY: P5.7MP€6€4rm7... DISTRICT PROGRAM MGMT. ADMINISTRATOR Page 7 DocuSign Envelope ID: D58D5F5D-292A-4E4D-B6BC-CFA3A1A08B81 SECTION No.: FPID No.: COUNTY: S.R. No.: 93040000 442891-1-52-01 Palm Beach 5 DISTRICT FOUR (4) AMENDMENT NUMBER ONE (1) TO STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION LANDSCAPE MEMORANDUM OF AGREEMENT THIS AMENDMENT Number One (1) to the Agreement dated December 27, 2001, made and entered into this 22 day of April 2022 by and between the State of Florida Department of Transportation, hereinafter called the DEPARTMENT, and the VILLAGE OF NORTH PALM BEACH, a municipal corporation of the State of Florida, hereinafter called the AGENCY. WITNESSETH: WHEREAS, the parties entered into the Maintenance Memorandum of Agreement dated December 27, 2001 for the purpose of maintaining the landscape improvements by the AGENCY on State Road 5; and, WHEREAS, the DEPARTMENT and the AGENCY have agreed to add additional landscape to be installed on State Road 5 (US -1) in accordance with the above referenced Agreement; and, WHEREAS, the parties hereto mutually recognize the need for entering into an Amendment designating and setting forth the responsibilities of each party, and WHEREAS, the DEPARTMENT and the AGENCY entered into a Locally Funded Agreement (LFA) wherein the Agency is funding certain improvements that are subject to this agreement, and NOW THEREFORE, for and in consideration of mutual benefits that flow each to the other, the parties covenant and agree as follows: Pursuant to paragraph 4, page 2-3 of the original Maintenance Memorandum of Agreement for State Road 5 dated December 27, 2001, the DEPARTMENT may construct additional landscape improvements or modify an improvement located as indicated in Exhibit "A", State Road 5 (US -1) from M.P. 0.674 to M.P. 0.849, in accordance with the plans attached as Exhibit "B". S:\Transportation Development\Design\In-House Design\Landscape Architecture\AGREEMENTS\1 MOA\NORTH PALM BEACH\SR 5_442891-1 -Earman Bridge (with LFA)\NPalmBeach_44289115201_Amend#1 - 3.17.22.docx Page 1 of 29 2. The DEPARTMENT shall install or caused to be installed landscape improvements described as: plant materials, irrigation and/or hardscape on the highway facilities substantially as specified in plans and specifications hereinafter referred to as the Project(s) and incorporated herein as referenced in Exhibit "B". Hardscape shall mean, but not be limited to, site furnishings, landscape accent lighting, bike racks, fountains, tree grates, decorative free standing or retaining wall(s) and/or any non-standard roadway, sidewalk, median or crosswalk surfacing, such as, but not limited to the following: specialty surfacing (concrete pavers, color stamped concrete and color stamped asphalt [also known as patterned pavement]). If there are any major changes to the plan(s), the DEPARTMENT shall provide the modified plan(s) to the AGENCY and the AGENCY shall provide their approval or disapproval to the DEPARTMENT within 10 business days. The DEPARTMENT may elect to withdraw the landscape improvements if changes are not approved within the given time frame. 3. The agency shall obtain written approval of the Department's District Landscape Architect for the species of plants to be installed in the planters. 4. The AGENCY shall agree to maintain the additional landscape improvements as described in paragraph 2 of the original Agreement and according to Exhibit "C" Maintenance Plan. 5. Amending paragraph 2, page 1 of the original Maintenance Memorandum of Agreement for State Road 5 dated December 27, 2001; the AGENCY shall maintain concrete sidewalk in the area of the site furnishings from M.P. 0.717 to M.P. 0.755. Except as modified by this Amendment, all terms and conditions of the original Agreement and all Amendments thereto shall remain in full force and effect. LIST OF EXHIBITS Exhibit A - Landscape Improvements Maintenance Boundaries Exhibit B - Landscape Improvement Plans Exhibit C - Landscape Maintenance Plan Exhibit D - Approximate Cost for Hardscape Improvements Exhibit E - Patterned Pavement Maintenance SATransportation Development\Design\In-House Design\Landscape Architecture\AGREEMENTS\1 MOA\NORTH PALM BEACH\SR 5_442891-1 -Earman Bridge (with LFA)\NPalmBeach_44289115201 Amend#1 - 3.17.22.docx DocuSign Envelope ID: D58D5F5D-292A-4E4D-B6BC-CFA3A1A08B81 IN WITNESS WHEREOF, the parties hereto have executed this Agreement effective the day and year first above written. AGENCY By. •�i Ct v LCL �' Chairperson / Mayo Manager � �pR7yp Attest EAL Clerk FLORIDA 1� Legal Review Date STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION DocuSfgned by: Sf�\tic,�. brAW , By: 0.RFF7QARF1FFdFF Transportation Development Director DocuSfgned by: , Attest.EE14549BD6e a.19A� 81D471... (SEAL) Executive Secretary Legal Review Date Docus"ned by: 9a.ww 4/22/2022 1 3:56 PM EDT rnn.��olnnnumop: Office of the General Counsel SATransportation Development\Design\In-House Design\Landscape Architecture\AGREEMENTS\1 MOA\NORTH PALM BEACH\SR 5442891-1 -Earman Bridge (with LFA)\NPaimBeach 44289115201 Amend#1 - 3.17.22.docx Page 3 of 29 Florida Department of Transportation RON DESANTIS GOVERNOR 3400 West Commercial Boulevard Fort Lauderdale, FL 33309 JARED W. PERDUE, P.E. SECRETARY Improve Safety, Enhance Mobility, Inspire Innovation www.fdot.gov April 27, 2022 Mr. Andy Lukasik Village Manager Village of North Palm Beach 501 US Highway 1 North Palm Beach, Florida 33408 RE: Locally Funded Agreement (LFA) FM: 442891-1-52-02 Description: Construction (install) aesthetic features (landscape planters, trash receptacles, and anchored benches), Install stamped concrete pavement, construction (install) decorative lighting, and construction (install) LED internally illuminated cabinet wall system during the Department’s bridge replacement work at SR-5/US-1 Federal Highway over the Earman River (C-17) Bridge 930003 Dear Mr. Lukasik: Enclosed please find a copy of a fully executed Three Party Escrow Agreement for the above referenced project. Said documents are to be retained for your records. If you have any questions, please do not hesitate to contact me. I can be reached at (954) 777- 2285. Sincerely, Leos A. Kennedy, Jr. Program Management Unit District Four enc: LFA copy: Bing Wang, P.E., Project Manager Mark Madgar, Work Program Manager LFA Section File DocuSign Envelope ID: DC1 C4F9B-050C-44F4-A370-C7DBC9F05DEF SECTION NO.: 93040000 / 02 FM No.(s): 442891-1-52-01 COUNTY: Palm Beach S.R. No.: SR 5/US 1 DISTRII.'#'T FOUR LIGHTING MAINTENANCE MEMORANDUM OF AGREEMENT THIS AGREEMENT made and entered into this date 04/29/2022 , by and between the STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION, a component AGENCY of the State of Florida, hereinafter called the DEPARTMENT, and Village of North Palm Beach, a municipal corporation existing under the Laws of Florida, hereinafter called the AGENCY. WITNESSETH: WHEREAS, the DEPARTMENT has jurisdiction over State Road 5/ US1 beginning from State Road (SR) 5 / Mile Post (M.P.) M.P. 0.622 to 0.849 and WHEREAS, the DEPARTMENT seeks to install and have maintained by the AGENCY certain highway IMPROVEMENTS; and WHEREAS, as part of the continual updating of the State of Florida Highway System, the DEPARTMENT, for the purpose of safety, protection of the investment and other reasons, has constructed and does maintain SR 5 beginning from M.P. 0.622 to M.P. 0.849 (within the limits of the AGENCY); and WHEREAS, it is the intent of the AGENCY and the DEPARTMENT that the AGENCY shall maintain the specific elements constructed under Project Number 442891-1-52-01 to include decorative coated light poles, illuminated "The Village of North Palm Beach" logo signs and Florida Power & Light (FPL) new roadway lighting; hereinafter called IMPROVEMENTS installed along SR 5 M.P. 0.622 to M.P. 0.849; and WHEREAS, the Project involves the scope of work as described within Exhibit A (Project Location, Description and Aerial) and Exhibit B (Construction Plans), which will benefit the AGENCY; and WHEREAS the parties hereto mutually recognize the need for entering into an AGREEMENT designation and setting forth the responsibilities of each party; and WHEREAS the AGENCY by Resolution Number 2022-24 entered this date 03/24/2022 , attached hereto and by this reference made a part hereof, desires to enter into this AGREEMENT and authorizes its officers to do so; NOW THEREFORE, for and in consideration of the mutual benefits to flow each to the other, the parties covenant and agree as follows: 1. RECITALS The recitals set forth above are true and correct and are deemed incorporated herein. SECTION NO.: 93040000 / 02 FM No.(s): 442891-1-52-01 COUNTY: Palm Beach S.R. No.: SR 5/US 1 2. INSTALLATION OF FACILITIES A. The DEPARTMENT has issued Project Number 442891-1-52-01 to construct the IMPROVEMENTS as detailed in Exhibit A and Exhibit B that will benefit the AGENCY. B. The IMPROVEMENTS shall comply with the laws and regulations relating to the Americans with Disabilities Act of 1990, as currently enacted or as may be amended from time to time ("ADA"). If there are any major changes to the plan(s), the DEPARTMENT shall provide the modified plan(s) to the AGENCY and the AGENCY shall provide their approval or disapproval to the DEPARTMENT within ten (10) business days. The DEPARTMENT may elect to withdraw the IMPROVEMENTS if changes are not approved within the given time frame. C. The AGENCY shall be invited to assist the DEPARTMENT in final inspection before acceptance of the job by the DEPARTMENT. D. The AGENCY must maintain the IMPROVEMENTS associated within the limits of the project. 3. MAINTENANCE OF FACILITIES A. The AGENCY agrees to maintain the IMPROVEMENTS to be installed under Project Number 442891-1-52-01 within the limits of construction. Maintenance by the AGENCY will include but not limited to inspection, repair, restoration, replacement, coating replacement and general maintenance of all decorative or non-standard features within the limits of construction. IMPROVEMENTS are defined as items requested by the AGENCY that are not defined in the DEPARTMENT'S Design Standards. This includes Project Number 442891-1-52-01 for decorative coated light poles, illuminated “The Village of North Palm Beach” logo signs and FPL new roadway lighting installed along SR 5, from M.P. 0.622 to M.P. 0.849. 1) The AGENCY agrees to maintain, at its sole cost and expense, the IMPROVEMENTS set forth in Exhibit A in compliance with any and all applicable laws which shall include, but not be limited to, laws and regulations relating to the Americans with Disabilities Act ("ADA") of 1990, as currently enacted or as may be amended from time to time. 2) The IMPROVEMENTS shall be kept clean and free from trash and debris. Maintenance and cleaning of all IMPROVEMENTS shall comply with the Department’s Stormwater Pollution Prevention Plan and National Pollutant Discharge Elimination System (NPDES) Stormwater Pollution Prevention Plan and all other environmental laws. The IMPROVEMENTS shall be kept free of graffiti. The IMPROVEMENTS shall be free of pests such as stinging insects, rodents, and vermin, including removal of nests as needed. 3) As part of the maintenance responsibility, the AGENCY shall keep in good repair and replace, defective or worn-out parts of the IMPROVEMENTS. The AGENCY's 2 DocuSign Envelope ID: DC1C4F9B-050C-44F4-A370-C7DBC9F05DEF SECTION NO.: 93040000 / 02 FM No.(s): 442891-1-52-01 COUNTY: Palm Beach S.R. No.: SR 5/US 1 responsibility to keep the IMPROVEMENTS in good repair shall include all necessary inspection, maintenance, repair and replacement of any type or nature, including, but not limited to, maintenance, repair, coating replacement, and replacement due to normal wear and tear, named storm event, acts of God, vandalism, and accidents. The AGENCY shall take all necessary steps to maintain the IMPROVEMENTS in a manner to protect against injury to any person or property. 4) The AGENCY shall perform all activities necessary to keep the IMPROVEMENTS fully operating, properly functioning, with a minimum of 90% of the lights burning for any lighting type or roadway system at all times in accordance with the original design thereof, whether necessitated by normal wear and tear, accidental or intentional damage, or acts of nature. Said maintenance shall include, but shall not be limited to, providing electrical power, and paying all charges associated therewith, routine inspection and testing, preventative maintenance, emergency maintenance, replacement of any component parts of the IMPROVEMENTS (including the poles and all other component parts installed as part of the IMPROVEMENTS), and locating (both vertically and horizontally) the IMPROVEMENTS, as may be necessary. 5) The above-named functions to be performed by the AGENCY may be subject to periodic inspections by the DEPARTMENT at the discretion of the DEPARTMENT. Such inspection findings will be shared with the AGENCY and shall be the basis of all decisions regarding, reworking relating to the maintenance obligation I function or AGREEMENT termination. 6) The AGENCY shall be solely responsible for any damages to surrounding property, real estate, vehicles, pedestrians, or other assets occurring as a result of maintenance and operation of the IMPROVEMENTS and shall repair such damage to the satisfaction of the DEPARTMENT at no expense to the DEPARTMENT, as per the requirements in Exhibit C (Maintenance Plan Requirements). 7) The AGENCY shall be responsible to maintain the light pole structures and electrical components. The AGENCY shall replace the structure if destroyed in an accident by third parties. The DEPARTMENT expressly assigns its rights, interests and privileges pertaining to said IMPROVEMENTS’ damage to the AGENCY, so AGENCY can pursue all claims and causes of actions against the third parties responsible for the damage. The DEPARTMENT will assist the AGENCY as necessary and will confirm AGENCY’S authorization to pursue recovery. The AGENCY will be responsible for all attorneys’ fees and costs incurred in its recovery activities. The AGENCY shall not file suit in the name of the DEPARTMENT. B. The AGENCY shall indemnify the DEPARTMENT for any and all costs or expenses incurred by the DEPARTMENT for the AGENCY'S failure to comply with all ADA Laws existing and as may be amended. Costs and expenses shall include the costs to make the facility ADA compliant, Attorney's fees and costs and any judgments. Adjacent sidewalk areas shall be accessible at all times. If sidewalk closures are needed, alternate routes shall be clearly identified, and missing sidewalk shall be restored either with permanent or temporary materials at the end of each workday. 3 DocuSign Envelope ID: DC1C4F9B-050C-44F4-A370-C7DBC9F05DEF SECTION NO.: 93040000 / 02 FM No.(s): 442891-1-52-01 COUNTY: Palm Beach S.R. No.: SR 5/US 1 C. All IMPROVEMENTS shall at all times have a notification sign posted with the name and phone number of the DEPARTMENT within the AGENCY responsible for maintenance of the IMPROVEMENTS so that members of the public may contact AGENCY regarding problems with the IMPROVEMENTS. The AGENCY shall promptly respond and correct all complaints regarding maintenance. The IMPROVEMENTS to be constructed with this project shall not contain advertising. Nor shall advertising be placed upon them by any party in the future. D. It is understood and agreed by the parties that upon "final acceptance" (as that term is described in the Standard Specifications for Roadway and Bridge Construction, as amended by contract documents section 5-11) by the DEPARTMENT of the Project and Notice thereof to the AGENCY, the AGENCY shall be responsible for maintenance of the Project in accordance with the following Federally and State accepted standards (current editions at the time of execution of this AGREEMENT and any amendments hereafter) and all costs related thereto: (a) FDOT Design Manual (FDM), (b) Florida Green Book, (c) Standard Specifications for Roadway and Bridge Construction, (d) FDOT Standard Plans for Roadway Construction, (e) Manual on Uniform Traffic Control Devices (MUTCD), and (f) all other applicable local, state, or federal laws, rules, resolutions, or ordinances, and FDOT procedures. In the event of a conflict between documents, standards, and procedures the more stringent shall apply. E. Any work impacting traffic flow along SR 5 must be coordinated with the DEPARTMENT. Lane closures must be submitted for approval in accordance with DEPARTMENT procedures and policies and will meet the goals established in the DEPARTMENT's Open Roads Policy. 4. NOTICE OF MAINTENANCE DEFICIENCIES A. If, at any time while the terms of this AGREEMENT are in effect, it shall come to the attention of the DEPARTMENT that the AGENCY's responsibility as established herein or a part thereof is not being properly accomplished pursuant to the terms of this AGREEMENT, the DEPARTMENT may issue a written notice, that a deficiency or deficiencies exist(s), by sending a certified letter to the AGENCY, in care of the VILLAGE OF NORTH PALM BEACH CITY MAYOR, to place the AGENCY on notice regarding its maintenance deficiencies. Thereafter, the AGENCY shall have a period of sixty (60) days within which to correct the citied deficiency or deficiencies. It said deficiencies are not corrected within the time period, the DEPARTMENT may, at its option, proceed under one or more or a combination of the following items: 1) The DEPARTMENT may repair any item or a number of items. Corrective actions will be performed with the DEPARTMENT and/or its independent contractor's materials, equipment, and personnel. The actual cost for such work will be charged to the AGENCY. 2) The DEPARTMENT may remove or replace any item or number of items with the standard DEPARTMENT item. Corrective actions will be performed with the 4 DocuSign Envelope ID: DC1C4F9B-050C-44F4-A370-C7DBC9F05DEF SECTION NO.: 93040000 / 02 FM No.(s): 442891-1-52-01 COUNTY: Palm Beach S.R. No.: SR 5/US 1 DEPARTMENT and/or its independent contractor's materials, equipment, and personnel. The actual cost for such work will be charged to the AGENCY. 3) If there is no standard equivalent item or if in the DEPARTMENT's discretion the item is not necessary for the operations of the roadway, the DEPARTMENT may remove the item in its entirety and restore the area to a condition acceptable to the DEPARTMENT. Corrective actions will be performed with the DEPARTMENT and/or its independent contractor's materials, equipment, and personnel. The actual cost for such work will be charged to the AGENCY. 4) At the discretion of the DEPARTMENT, terminate the AGREEMENT in accordance with Paragraph 7 of this AGREEMENT and remove, by the DEPARTMENT or its Contractor's personnel, all the IMPROVEMENTS installed under this AGREEMENT and charge the AGENCY the reasonable cost of such removal. 5. FUTURE DEPARTMENT IMPROVEMENTS It is understood between the parties hereto that the IMPROVEMENTS covered by this AGREEMENT may be removed, relocated, or adjusted at any time in the future as determined to be necessary by the DEPARTMENT in order that the adjacent state road be widened, altered, or otherwise changed to meet with future criteria or planning of the DEPARTMENT. 6. FUTURE AGENCY IMPROVEMENTS The AGENCY may construct additional IMPROVEMENTS within the limits of the rights of ways identified as a result of this document subject to the following conditions: 1) Plans for any new IMPROVEMENTS shall be subject to approval by the DEPARTMENT. The AGENCY shall not change or deviate from said plans without written approval by the DEPARTMENT. 2) The AGENCY shall procure a permit and/ or Construction AGREEMENT from the DEPARTMENT, as appropriate. 3) All IMPROVEMENTS shall be developed and implemented in accordance with appropriate state safety and roadway design standards. 4) The AGENCY agrees to comply with the requirements of this AGREEMENT regarding any additional IMPROVEMENTS installed at no cost to the DEPARTMENT. 7. AGREEMENT TERMINATION This AGREEMENT may be terminated under anyone (1) of the following conditions: 1) By the DEPARTMENT, if the AGENCY fails to perform its duties under this AGREEMENT, following ten (10) days written notice. The AGENCY shall reimburse 5 DocuSign Envelope ID: DC1C4F9B-050C-44F4-A370-C7DBC9F05DEF SECTION NO.: 93040000 / 02 FM No.(s): 442891-1-52-01 COUNTY: Palm Beach S.R. No.: SR 5/US 1 the DEPARTMENT for any expenditures for the installation of said IMPROVEMENTS and the cost to remove and or replace said improvement with the standard improvement or remove in its entirety. 2) By the DEPARTMENT, for refusal by the AGENCY 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 AGENCY in conjunction with this AGREEMENT. 3) Only if mutually agreed to by both parties with a six (6) month written notice. 8. AGREEMENT TERM The term of this AGREEMENT commences upon execution by all parties. The term of this AGREEMENT shall remain in effect for as long as the IMPROVEMENTS shall exist. 9. LIABILITY AND INSURANCE REQUIREMENTS A. With respect to any of the AGENCY'S agents, consultants, sub-consultants, contractors, and/or sub-contractors, such party in any contract for the IMPROVEMENTS shall agree to indemnify, defend, save and hold harmless the DEPARTMENT from all claims, demands, liabilities, and suits of any nature arising out of, because of or due to any intentional and/or negligent act or occurrence, omission or commission of such agents, consultants, sub consultants, contractors and/or subcontractors. The AGENCY shall provide to the DEPARTMENT written evidence of the foregoing upon the request of the DEPARTMENT. It is specifically understood and agreed that this indemnification clause does not cover or indemnify the DEPARTMENT for its own negligence. B. In the event that AGENCY contracts with a third party to provide the services set forth herein, any contract with such third party shall include the following provisions: 1) AGENCY'S contractor shall at all times during the term of this AGREEMENT keep and maintain in full force and effect, at contractor's sole cost and expense, Comprehensive General Liability with minimum limits of $1,000,000.00 per occurrence combined single limit for Bodily Injury Liability and Property Damage Liability and Worker's Compensation insurance with minimum limits of $500,000.00 per Liability. Coverage must be afforded on a form no more restrictive that the latest edition of the Comprehensive General Liability and Worker's Compensation policy without restrictive endorsements, as filed by the Insurance Services Office and shall name the DEPARTMENT as an additional insured. 2) AGENCY'S contractor shall furnish AGENCY with Certificates of Insurance of Endorsements evidencing the insurance coverages specified herein prior to the beginning performance of work under this AGREEMENT. 3) Coverage is not to cease and is to remain in full force and effect (subject to cancellation notice) until all performance required of AGENCY'S contractor is completed. All policies must be endorsed to provide the DEPARTMENT with at 6 DocuSign Envelope ID: DC1C4F9B-050C-44F4-A370-C7DBC9F05DEF SECTION NO.: 93040000 / 02 FM No.(s): 442891-1-52-01 COUNTY: Palm Beach S.R. No.: SR 5/US 1 least thirty (30) days' notice of cancellation and or/or restriction. If any of the insurance coverages will expire prior to the completion of work, copies of renewal policies shall be furnished at least (30) days prior to the date of expiration. 10. E-VERIFY REQUIREMENTS The AGENCY shall: 1) Utilize the U.S. DEPARTMENT of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the AGENCY for the work performed under this AGREEMENT; and 2) Expressly require any contractors performing work or providing services pursuant to the state contract to likewise utilize the U.S. DEPARTMENT of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the contract term. 11. ENTIRE AGREEMENT This writing embodies the entire Agreement and understanding between the parties hereto and there are no other Agreements and understanding, oral or written, with reference to the subject matter hereof that are not merged herein and superseded hereby except the Local Funded Agreement(s) and State Highway Lighting Maintenance and Compensation Agreement(s) signed between the parties, as amended, as to all other IMPROVEMENTS not specifically mentioned in this Agreement. The streetlights installed under this project will be compensated as streetlights under the State Highway Lighting Maintenance and Compensation Agreement. If the DEPARTMENT and AGENCY fail to agree on the annual lump sum amount to be paid under the State Highway Lighting Maintenance and Compensation Agreement, this Agreement shall supersede that Agreement and the AGENCY agrees to maintain the lights solely under this Agreement. 12. EXPENDITURE OF MONEY The DEPARTMENT, during any fiscal year, shall not expend money, incur any liability, or enter into any contract which, by its terms, involves the expenditure of money in excess of the amounts budgeted as available for expenditure during such fiscal year. Any contract, verbal or written, made in violation of this subsection is null and void, and no money may be paid on such contract. The DEPARTMENT shall require a statement from the Comptroller of the DEPARTMENT that funds are available prior to entering into any such contract or other binding commitment of funds. Nothing herein contained shall prevent the making of contracts for periods exceeding one (1) year, but any contract so made shall be executory only for the value of the services to be rendered or agreed to be paid for in succeeding fiscal years; and this paragraph shall be incorporated verbatim in all contracts of the DEPARTMENT which are for an amount in excess of TWENTY-FIVE THOUSAND DOLLARS ($25,000.00) and which have a term for a period of more than one year. 7 DocuSign Envelope ID: DC1C4F9B-050C-44F4-A370-C7DBC9F05DEF SECTION NO.: 93040000 / 02 FM No.(s): 442891-1-52-01 COUNTY: Palm Beach S.R. No.: SR 5/US 1 13. DISPUTES The DEPARTMENT'S District Secretary shall decide all questions, difficulties, and disputes of any nature whatsoever that may arise under or by reason of this AGREEMENT, the prosecution or fulfillment of the service hereunder and the character, quality, amount and value thereof; and his decision upon all claims, questions and disputes shall be final and conclusive upon the parties hereto. 14. ASSIGNMENT This AGREEMENT may not be assigned or transferred by the AGENCY in whole or part without the consent of the DEPARTMENT. 15. LAWS GOVERNING This AGREEMENT shall be governed by and construed in accordance with the laws of the State of Florida. In the event of a conflict between any portion of the contract and Florida law, the laws of Florida shall prevail. Venue with respect to judicial proceedings arising out of this AGREEMENT shall be in Broward County, Florida. 16. NOTICES All notices given or required under this AGREEMENT shall be in writing and either personally delivered with receipt acknowledgement or sent by certified mail, return receipt requested. All notices shall be sent to the following addresses. If to the DEPARTMENT: State of Florida Department of Transportation Attention: District Maintenance Engineer 3400 West Commercial Blvd Ft. Lauderdale, FL 33309-3421If to the AGENCY: Village Of North Palm Beach Attention: City Mayor 17. LIST OF EXHIBITS Exhibit A: Project Location, Description and Aerial Exhibit B: Lighting Plans Exhibit C: Maintenance Plan Requirements 8 DocuSign Envelope ID: DC1C4F9B-050C-44F4-A370-C7DBC9F05DEF DocuSign Envelope ID: DC1C4F9B-050C-44F4-A370-C7DBC9F05DEF SECTION NO.: 93040000 / 02 FM No.(s): 442891-1-52-01 COUNTY: Palm Beach S.R. No.: SR 5/US 1 IN WITNESS OF THE FOREGOING, the parties have set their hands and seals the day and year first above written. DEPARTMENT: STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Sign: ___________________________ Director of Operations Print Name: Paul A. Lampley Date: ____________________________ Approval as to Form: Sign: ___________________________ District General Counsel Print Name: Dawn Raduano Date: ____________________________ 10 DocuSign Envelope ID: DC1C4F9B-050C-44F4-A370-C7DBC9F05DEF 4/20/2022 | 3:37 PM EDT 4/29/2022 | 8:00 AM EDT SECTION NO.: 93040000 / 02 FM No.(s): 442891-1-52-01 COUNTY: Palm Beach S.R. No.: SR 5/US 1 EXHIBIT A PROJECT LOCATION, DESCRIPTION AND AERIAL I. Location: The IMPROVEMENTS associated with this AGREEMENT are located in the Village of North Palm Beach, in Palm Beach County, Florida along State Road 5 beginning M.P. 0.622 to M.P. 0.849. II. Description of Work: Project Number 442891-1-52-01 to include decorative color coated painted light poles with Light- emitting Diode (LED) fixtures, standard aluminum light poles with LED fixtures, utility conflict poles with LED fixtures, and lighting retrofit of existing high pressure sodium lighting fixtures to LED fixtures, illuminated “The Village of North Palm Beach” logo signs. It will be the responsibility of the AGENCY to maintain the IMPROVEMENTS described in this AGREEMENT. III. Aerial 11 DocuSign Envelope ID: DC1C4F9B-050C-44F4-A370-C7DBC9F05DEF SECTION NO.: 93040000 / 02 FM No.(s): 442891-1-52-01 COUNTY: Palm Beach S.R. No.: SR 5/US 1 EXHIBIT B LIGHTING PLANS Lighting Plans prepared by Gordon D. Ziecina, P.E., dated January 13th, 2022, as approved by the DEPARTMENT. LIGHTING PLANS (attached) Sheets Included: PDF Page Number (#) Plan Sheet (#) Sheet(s) Description 13 L-1 KEY SHEET 14 L-2 TABULATION OF QUANTITIES 15 L-3 GENERAL NOTES 16 L-4 POLE DATA AND LAGEND 17 - 19 L-5 thru L-7 LIGHTING PLAN 20 - 23 L-8 thru L-11 LIGHTING DETAIL SHEET 24 - 25 L-12 thru L-13 SERVICE POINT DETAIL [The remainder of this page intentionally left blank.] 12 DocuSign Envelope ID: DC1C4F9B-050C-44F4-A370-C7DBC9F05DEF STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION NO. SHEET YEAR FISCAL FINANCIAL PROJECT ID 442891-1-52-01 PALM BEACH COUNTY (93040) 23 EXPRESSWAY T U R NPI KE 10 PENSACOLA FORT WALTON BEACH PANAMA CITY CHIPLEY TALLAHASSEE 75 10 295 95 JACKSONVILLE ST AUGUSTINE GAINESVILLE OCALA DAYTONA BEACH DELAND 4 NEW PORT RICHEY TAMPA 75 4 LAKELAND MELBOURNE - COCOA ORLANDO BARTOWST PETERSBURG 275 SARASOTA - BRADENTON 75 95 FT PIERCE FT MYERS WEST PALM BEACH FT LAUDERDALE MIAMI 75 75 NAPLES KEY WEST CITY LAKE FLORIDA'S BEACH LINE CONTRACT NO. CONSTRUCTION SHEET DESCRIPTIONSHEET NO. FDOT PROJECT MANAGER: BING WANG, P.E. TBD L-1 (FEDERAL FUNDS) CONTRACT PLANS LIGHTING PLANS INDEX OF LIGHTING PLANS pw:\\american-pw.bentley.com:american-pw-01\Documents\FDOT\Projects\5174363\TWO-ACE09\44289115201\LIGHTING\KEYSLT01.DGNUSER: 5lamarj 1/13/2022 4:42:55 PM Default SR-5/US-1 OVER EARMAN RIVER (C-17) BRIDGE 930003 LOCATION OF PROJECT https://goo.gl/maps/mHnZ8BDmik14ji9r5 THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G15-23.004, F.A.C.*REPORT OF CORE BORINGSGL-1 thru GL-2 and sealed document. This sheet is contained in a separate digitally signed only to indicate that it is part of the Lighting Plans. * These sheets are included in the Index of Lighting Plans ENGINEER OF RECORD LIGHTING PLAN STATE OF ��� No 33770 REENIGNE LANO ISS EFORP ESNECIL ADIROLF A NICEIZ .D NODRO GVENDOR NO.: 043682340.001 CONTRACT NO.: C9V86 Phone: (561) 253-9550 West Palm Beach, FL 33411 2041 Vista Parkway, Suite 101 P.E. NO.: 33770 Gordon D. Ziecina, P.E. ON ANY ELECTRONIC COPIES. AND THE SIGNATURE MUST BE VERIFIED NOT CONSIDERED SIGNED AND SEALED PRINTED COPIES OF THIS DOCUMENT ARE ON THE DATE ADJACENT TO THE SEAL SIGNED AND SEALED BY: THIS ITEM HAS BEEN DIGITALLY FEBRUARY, 2022. BIDDABILITY SUBMITTAL SERVICE POINT DETAIL L-12 thru L-13 LIGHTING DETAIL SHEET L-8 thru L-11 L-5 thru L-7 LIGHTING PLAN L-4 POLE DATA AND LEGEND L-3 GENERAL NOTES L-2 TABULATION OF QUANTITIES L-1 KEY SHEET 13 DocuSign Envelope ID: DC1C4F9B-050C-44F4-A370-C7DBC9F05DEF L-2 pw:\\american-pw.bentley.com:american-pw-01\Documents\FDOT\Projects\5174363\TWO-ACE09\44289115201\LIGHTING\TABQLT01.dgnUSER: 5lamarj 1/13/2022 4:42:57 PM Default 442891-1-52-01 PALM BEACH SR 5 ROAD NO.FINANCIAL PROJECT IDCOUNTY DATE DESCRIPTION REVISIONS DATE DESCRIPTION NO. SHEETSTATE OF FLORIDA DEPARTMENT OF TRANSPORTATION TABULATION OF QUANTITIES CONSULTING ENGINEERS OF FLORIDA, LLC AMERICAN Phone: (561) 253-9550 West Palm Beach, FL 33411 2041 Vista Parkway, Suite 101 Gordon D. Ziecina, P.E., No. 33770 THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G15-23.004, F.A.C.ITEM NOTE. WILL BE REMOVED AND DISPOSED OF BY THE FDOT CONTRACTOR. EXCEPT THE LUMINAIRES AS NOTED IN THE LIGHT POLE REMOVAL PAY EXISTING LIGHTING CONDUCTORS (715-1-60). ALL INCIDENTAL ITEMS ASSOCIATED WITH THE EXISTING LIGHT POLES (I.E. PULL BOXES ETC.) THE TWO GROUND MOUNTED LOAD CENTERS, THE NPB VILLAGE LOGO SIGNS, REMOVE THE EXISTING LIGHT POLES (715-4-70), AND THE CONCRETE POLE AT STA. 275+41 46' RT, INSTALL ALL BRIDGE MOUNTED JUNCTION BOXES, BRIDGE MOUNTED CONDUIT WITH CONDUCTORS, THE FDOT CONTRACTOR SHALL INSTALL THE TWO BRIDGE MOUNTED LIGHT POLES AT STA. 274+25 60' RT, 274+25 61' LT, THE DECORATIVE FDOT CONTRACTOR: PROPERLY. INSTALL THE DECORATIVE LIGHT FIXTURES, COMPLETE THE ELECTRICAL WIRING, AND VERIFY THE LIGHT FIXTURES ARE FUNCTIONING CONTRACTOR INSTALLS THE BRIDGE MOUNTED LIGHT POLES, AND THE DECORATIVE CONCRETE LIGHT POLE, THE FPL CONTRACTOR WILL CONDUIT, BRIDGE MOUNTED JUNCTION BOXES, THE TWO GROUND MOUNTED LOAD CENTERS, AND THE REMOVAL ITEMS. AFTER FDOT LIGHT POLES AT STA. 274+25 60' RT, 274+25 61' LT, THE DECORATIVE CONCRETE POLE AT STA. 275+41 46' RT. THE BRIDGE MOUNTED THE FPL CONTRACTOR SHALL PERFORM ALL WORK SHOWN IN THESE PLANS EXCEPT FOR THE INSTALLATION OF THE TWO BRIDGE MOUNTED FPL CONTRACTOR: ALLOCATION OF WORK BETWEEN FPL CONTRACTOR AND FDOT CONTRACTOR: FPL CONTRACTOR TABULATION OF QUANTITIES DESCRIPTION UNIT SHEET NUMBERS SHEET THIS TOTAL TOTAL GRAND L-5 L-6 L-7 L-8 L-9 PLAN FINAL PLAN FINAL PLAN FINAL PLAN FINAL PLAN FINAL PLAN FINAL PLAN FINAL CONDUIT, FURNISH & INSTALL, OPEN TRENCH LF 75 208 67 350 350 CONDUIT, FURNISH & INSTALL, DIRECTIONAL BORE LF 198 475 130 803 803 PULL & SPLICE BOX, F&I, 13" x 24"EA LUMINAIRE & BRACKET ARM, MOUNTED ON FPL TRANSMISSION POLE EA 3 1 4 4 LUMINAIRE ONLY INSTALL ON DECORATIVE POLES INSTALLED BY FDOT CONTRACTOR EA 3 3 3 LIGHTING CONDUCTORS, F&I, NO 1/0 TPX LF 273 1024 329 1626 1626 POLE CABLE DISTRIBUTION SYSTEM, CONVENTIONAL FURNISH & INSTALL EA 2 4 1 7 7 LIGHT POLE COMPLETE- SPECIAL DESIGN, F&I, SINGLE ARM SHOULDER MOUNT, CONCRETE, 30'EA 2 4 1 7 7 FDOT CONTRACTOR TABULATION OF QUANTITIES NO. ITEM PAY DESCRIPTION UNIT SHEET NUMBERS SHEET THIS TOTAL TOTAL GRAND L-5 L-6 L-7 L-8 L-9 PLAN FINAL PLAN FINAL PLAN FINAL PLAN FINAL PLAN FINAL PLAN FINAL PLAN FINAL 630 2 15 CONDUIT, FURNISH & INSTALL, BRIDGE MOUNT LF 176 40 40 256 256 635 2 11 PULL AND SPLICE BOXES, F&I, 13" X 24"EA 4 1 5 5 635 3 12 JUNCTION BOX, F&I, MOUNTED EA 2 2 2 6 6 639 3 11 ELECTRICAL SERVICE DISCONNECT, F&I, POLE MOUNT EA 1 1 2 2 641 2 12 PRESTRESSED CONCRETE POLE, F&I, TYPE P-II SERVICE POLE EA 1 1 2 2 700 5 40 INTERNALLY ILLUMINATED SIGN, INSTALL ONLY, FURNISHED BY VILLAGE OF NORTH PALM BEACH EA 2 2 4 4 715 1 15 LIGHTING CONDUCTORS, F&I, NO. 1/0 TPX LF 176 176 176 715 1 60 LIGHTING CONDUCTORS, REMOVE & DISPOSE, CONTRACTOR OWNS LF 112 680 280 1072 1072 715 4 50 LIGHT POLE COMPLETE, INSTALL ONLY, DECORATIVE CONCRETE POLE 30' MOUNTING HEIGHT EA 1 1 1 715 4 70 LIGHT POLE COMPLETE, REMOVE POLE AND FOUNDATION EA 1 5 2 8 8 715 7 11 LOAD CENTER, F&I, SECONDARY VOLTAGE AS 1 1 2 2 715 500 1 POLE CABLE DISTRIBUTION SYSTEM, CONVENTIONAL EA 3 3 3 715 535 130 LIGHT POLE COMPLETE - DECORATIVE BRIDGE MOUNTED POLE, INSTALL ONLY, SINGLE ARM - ALUMINUM 30'EA 2 2 2 14 DocuSign Envelope ID: DC1C4F9B-050C-44F4-A370-C7DBC9F05DEF L-3 pw:\\american-pw.bentley.com:american-pw-01\Documents\FDOT\Projects\5174363\TWO-ACE09\44289115201\LIGHTING\GNNTLT01.dgnUSER: 5lamarj 1/13/2022 4:42:59 PM Default 442891-1-52-01 PALM BEACH SR 5 ROAD NO.FINANCIAL PROJECT IDCOUNTY DATE DESCRIPTION REVISIONS DATE DESCRIPTION NO. SHEETSTATE OF FLORIDA DEPARTMENT OF TRANSPORTATION GENERAL NOTES CONSULTING ENGINEERS OF FLORIDA, LLC AMERICAN Phone: (561) 253-9550 West Palm Beach, FL 33411 2041 Vista Parkway, Suite 101 Gordon D. Ziecina, P.E., No. 33770 THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G15-23.004, F.A.C.WIRING, AND FIXTURE ARMS ONLY. PAY ITEM 715-535-130: FDOT CONTRACTOR TO INSTALL BRIDGE MOUNTED POLES, ELECTRICAL FDOT CONTRACTOR TO FURNISH AND INSTALL LIGHTING LOAD CENTER WITHIN FDOT ROADWAY AS SHOWN ON PLANS. FPL CONTRACTOR TO FURNISH AND INSTALL POWER SERVICE POINT AS SHOWN ON PLANS. PAY ITEM 715-7-11 1AS NORTH PALM BEACH 33408 645 PROSEPERITY FARMS ROAD PH NO. 561-641-3443 ASSISTANT PUBLIC WORKS DIRECTOR/VILLAGE OF NORTH PALM BEACH MR. KEN HERN LUMINAIRES DELIVERED TO: SHALL BE DISPOSED OF BY THE CONTRACTOR. CONTRACTOR IS TO DELIVER THE LUMINAIRES TO THE VILLAGE OF NORTH PALM BEACH. ALL OTHER REMOVAL ITEMS EXISTING CONDITIONS. WIRING, ETC). THIS PAY ITEM INCLUDES THE RESTORATION OF THE AREA OF THE REMOVED LIGHTING POLE TO MATCH LUMINAIRES, AS WELL AS ALL INCIDENTAL ITEMS ASSOCIATED WITH THE LIGHT POLES (I.E. PULL BOXES, CONDUIT PAY ITEM 715-4-70: PAYMENT INCLUDES REMOVAL OF DIRECT BURIAL LIGHTING POLES, FIXTURE MOUNTING ARMS, AND IN CONDUIT TO COMPLETE LIGHTING CIRCUITS A & B FOR ALL LIGHTING FIXTURES. FOR FDOT CONTRACTOR ONLY. FPL CONTRACTOR TO INSTALL SUFFICENT LENGTH OF #1/0 TPX CONDUCTOR OVERHEAD PAY ITEM NUMBER 715-1-15 (LIGHTING CONDUCTORS): ARE QUANTIFIED AS POINT TO POINT PLAN DISTANCE ALL CONDUITS SHALL BE 1 RUN - 2" UNLESS OTHERWISE NOTED ON PLANS. PAY ITEM 630-2-15: LIGHTING PAY ITEM FOOTNOTES: BENDS SHALL BE NOT LESS THEN RECOMMENDED BY N.E.C. OR N.E.S.C. FOR CABLE USED. MANUFACTURER'S REQUIREMENTS, USE PULLING COMPOUND PER MANUFACTURER'S REQUIREMENTS. ALL PULLING INSTRUCTIONS: CONNECT PULLING DEVICES TO COPPER WIRE AND NOT TO JACKET AND MEET6. PERFORMANCE OF WORK AROUND PRIMARY HIGH VOLTAGE COMPONENTS. TAKING SAFETY PRECAUTIONS AS NECESSARY, EXERCISE EXTREME CAUTION AT ALL TIMES IN THAT IS WITHIN 10' OF ENERGIZED ELECTRICAL CONDUCTORS. FPL, AT ITS OPTION, MAY ASSIST IN NOTIFY TREVOR BUYS (561-267-5266) WITH FPL AT LEAST 48 HOURS PRIOR TO ANY INSTALLATION5. ELECTRIC CODE, THE NATIONAL ELECTRICAL SAFETY CODE AND FDOT STANDARD SPECIFICATIONS. ALL ELECTRICAL WORK SHALL MEET ALL REQUIREMENTS OF THE LATEST EDITIONS OF THE NATIONAL4. FIELD CONDITIONS AND EXISTING UTILITY LOCATIONS. AND MAY BE SHIFTED BY THE CONTRACTOR WITH THE APPROVAL OF THE ENGINEER TO ACCOMMODATE THE LOCATION OF THE LUMINAIRES, CONDUITS, AND JUNCTION BOXES ARE DIAGRAMMATIC ONLY 3. EXCAVATION OR DEMOLITION OPERATIONS. CONTACT SUNSHINE ONE-CALL AS REQUIRED BY CHAPTER 556 OF THE FLORIDA STATUES PRIOR TO2. D) CONDUCTORS C) LOAD CENTER EQUIPMENT B) LUMINAIRE CUT SHEETS, A) CONNECTION HARDWARE FOR CONDUIT, ELBOW SWEEPS, ETC. INCLUDES: EQUIPMENT SPECIFICATION OR DESIGN DATA FOR ALL MATERIAL PROPOSED FOR THE PROJECT AND PRIOR TO ANY EQUIPMENT ORDER, THE CONTRACTOR SHALL SUBMIT TO THE ENGINEER FOR APPROVAL,1. LIGHTING NOTES LOAD CENTER "A" 120 V, SINGLE PHASE TO NEUTRAL, 3 WIRE STA. 273+05 RT DESIGNATION LOAD CENTER AND CIRCUIT BREAKER SIZES MAIN & CIRCUIT LOAD (AMPS) TOTAL CONNECTED (AMPS) TOTAL DEMAND LOAD (KVA) DESIGN LOAD OVERCURRENT LOAD CENTER "A"100 AMPS 2P (MAIN)15.34 19.18 2.30 A-1 40 AMPS 2P (BRANCH)15.34 19.18 SPARE 40 AMPS 2P (SPARE) PROP LOAD CENTER "B" 120 V, SINGLE PHASE TO NEUTRAL, 3 WIRE STA. 280+71 LT DESIGNATION LOAD CENTER AND CIRCUIT BREAKER SIZES MAIN & CIRCUIT LOAD (AMPS) TOTAL CONNECTED (AMPS) TOTAL DEMAND LOAD (KVA) DESIGN LOAD OVERCURRENT LOAD CENTER "B"100 AMPS 2P (MAIN)19.78 24.73 2.97 B-1 40 AMPS 2P (BRANCH)4.44 5.55 B-2 40 AMPS 2P (BRANCH)15.34 19.18 SPARE 40 AMPS 2P (SPARE) 15 DocuSign Envelope ID: DC1C4F9B-050C-44F4-A370-C7DBC9F05DEF L-4 pw:\\american-pw.bentley.com:american-pw-01\Documents\FDOT\Projects\5174363\TWO-ACE09\44289115201\LIGHTING\PLDTLT01.dgnUSER: 5lamarj 1/13/2022 4:43:00 PM Default 442891-1-52-01 PALM BEACH SR 5 ROAD NO.FINANCIAL PROJECT IDCOUNTY DATE DESCRIPTION REVISIONS DATE DESCRIPTION NO. SHEETSTATE OF FLORIDA DEPARTMENT OF TRANSPORTATION POLE DATA AND LEGEND MAX./MIN. UNIFORMITY RATIO AVG./MIN.4:1 OR LESS 10:1 OR LESS AVERAGE INITIAL INTENSITY (HORIZONTAL FOOT CANDLES) AVERAGE INITIAL INTENSITY (VERTICAL FOOT CANDLES) 1.5 FOOT CANDLES 1.2 FOOT CANDLES DESIGN WIND SPEED 160 MPH 90° 0°180° 270° ORIENTATION DIAGRAM PROPOSED PULL BOX DESCRIPTION A LABEL LUMINAIRE SYMBOLS LEGEND B EXISTING POLE TO BE REMOVED J PROPOSED JUNCTION BOX EXISTING PULL BOX LIGHTING ILLUMINATION CRITERIA C D INSTALL DIRECTIONAL BORE 2" CONDUIT WITH CONDUCTORS INSTALL BRIDGE MOUNTED 2" CONDUIT WITH CONDUCTORS INSTALL OPEN TRENCH 2" CONDUIT WITH CONDUCTORS CONSULTING ENGINEERS OF FLORIDA, LLC AMERICAN Phone: (561) 253-9550 West Palm Beach, FL 33411 2041 Vista Parkway, Suite 101 Gordon D. Ziecina, P.E., No. 33770 THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G15-23.004, F.A.C.ES2-P35S-40K-MVOLT-TG3. MPL2 MEMPHIS UTILITY TEARDROP LED DECORATIVE LUMINAIRE. LIGHTING PHOTOMETRICS BASED ON OF NEW DIRECT BURIAL, DECORATIVE LIGHT POLE AND DESIGNED FOR TYPE III DISTRIBUTION. SYMBOL CONSISTS COLOR TEMPERATURE, WIRED FOR 120 VOLT OPERATION. 144 WATTS (15375 LUMENS) LED LUMINAIRE 40K (4000 CCT) MEMPHIS UTILITY TEARDROP LED ES2-P35S-40K-MVOLT-TG3. LUMINAIRE. LIGHTING PHOTOMETRICS BASED ON MPL2 OF NEW BRIDGE MOUNTED LIGHT POLE AND DECORATIVE DESIGNED FOR TYPE III DISTRIBUTION. SYMBOL CONSISTS COLOR TEMPERATURE, WIRED FOR 120 VOLT OPERATION. 144 WATTS (15375 LUMENS) LED LUMINAIRE 40K (4000 CCT) TPX TRIPLEX ALUMINUM CONDUCTOR 600V URD CABLE * DIRECT BURIAL DECORATIVE CONCRETE POLE TO BE INSTALLED IN ACCORDANCE WITH FDOT STANDARD PLANS INDEX 641-010 ATB2_P40B_MVOLT_R4_3K_RFD323976 POLE WITH 6' MOUNTING ARM. PHOTOMETRICS BASED ON OF ATB2 FIXTURE MOUNTED ON EXISTING FPL TRANSMISSION DESIGNED FOR TYPE III DISTRIBUTION. SYMBOL CONSISTS COLOR TEMPERATURE, WIRED FOR 120 VOLT OPERATION. 133 WATTS (15627 LUMENS) LED LUMINAIRE 3K (3000 CCT) FPL INSTALLED POLE DATA NO. POLE CIRCUIT STATION POLE OFFSET ON CONFIGURATI ARM LENGTH ARM ARM LOCATION FOUNDATION WATTAGE LUMINAIRE LUMNINAIRES NUMBER OF HEIGHT MOUNTING PAY ITEM 1 CKT-A-1 271+25 62' LT BRACKET DECORATIVE 6'POLE DECORATIVE DIRECT BURIAL 144 1 30'AND INSTALL FPL TO FURNISH 2 CKT-A-1 271+12 51' RT BRACKET DECORATIVE 6'POLE DECORATIVE DIRECT BURIAL 144 1 30'AND INSTALL FPL TO FURNISH 3 CKT-A-1 272+51 68' LT BRACKET DECORATIVE 6'POLE DECORATIVE DIRECT BURIAL 144 1 30'AND INSTALL FPL TO FURNISH 4 CKT-A-1 272+65 51' RT BRACKET DECORATIVE 6'POLE DECORATIVE DIRECT BURIAL 144 1 30'AND INSTALL FPL TO FURNISH 5 CKT-A-1 274+25 61' LT BRACKET DECORATIVE 6'POLE DECORATIVE INSTALL LUMINAIRE ONLY 144 1 30'AND INSTALL FPL TO FURNISH 6 CKT-B-2 274+25 60' RT BRACKET DECORATIVE 6'POLE DECORATIVE INSTALL LUMINAIRE ONLY 144 1 30'AND INSTALL FPL TO FURNISH 7 CKT-B-1 275+44 66' LT BRACKET ARM 6' POLE TRANSMISSION FPL N/A 133 1 30'AND INSTALL FPL TO FURNISH 8 CKT-B-2 275+41 46' RT BRACKET DECORATIVE 6'POLE DECORATIVE INSTALL LUMINAIRE ONLY 144 1 30'AND INSTALL FPL TO FURNISH 9 CKT-B-1 277+33 70' LT BRACKET ARM 6' POLE TRANSMISSION FPL N/A 133 1 30'AND INSTALL FPL TO FURNISH 10 CKT-B-2 276+63 58' RT BRACKET DECORATIVE 6'POLE DECORATIVE DIRECT BURIAL 144 1 30'AND INSTALL FPL TO FURNISH 11 CKT-B-1 278+85 70' LT BRACKET ARM 6' POLE TRANSMISSION FPL N/A 133 1 30'AND INSTALL FPL TO FURNISH 12 CKT-B-2 278+22 49' RT BRACKET DECORATIVE 6'POLE DECORATIVE DIRECT BURIAL 144 1 30'AND INSTALL FPL TO FURNISH 13 CKT-B-1 280+17 71' LT BRACKET ARM 6' POLE TRANSMISSION FPL N/A 133 1 30'AND INSTALL FPL TO FURNISH 14 CKT-B-2 279+71 55' RT BRACKET DECORATIVE 6'POLE DECORATIVE DIRECT BURIAL 144 1 30'AND INSTALL FPL TO FURNISH FDOT INSTALLED POLE DATA NO. POLE CIRCUIT STATION POLE OFFSET ORIENTATION ARM ANGLE LENGTH ARM ARM LOCATION FOUNDATION WATTAGE LUMINAIRE LUMNINAIRES NUMBER OF HEIGHT MOUNTING PAY ITEM 5 CKT-A-1 274+25 61' LT BRACKET DECORATIVE 6'POLE DECORATIVE BRACKET ONLY INSTALL BRIDGE MOUNTED POLE AND FIXTURE 144 1 30'715 535 130 6 CKT-B-2 274+25 60' RT BRACKET DECORATIVE 6'POLE DECORATIVE BRACKET ONLY INSTALL BRIDGE MOUNTED POLE AND FIXTURE 144 1 30'715 535 130 8 CKT-B-2 275+41 46' RT BRACKET DECORATIVE 6'POLE DECORATIVE POLE AND FIXTURE BRACKET ONLY.* INSTALL DIRECT BURIAL DECORATIVE CONCRETE 144 1 30'715 4 50 16 DocuSign Envelope ID: DC1C4F9B-050C-44F4-A370-C7DBC9F05DEF 165 166 167 168 169 170 171 172 268 269 270 271 272 SR 5 (US I) £ SURVEY ¡ CONST.BLVD.NORTHLAKER/W LINE R/W LINE R/W LINE R/W LINE W/ #1/0 TPX CONDUCTOR (UNDER GND) 75 LF 112 LF 1 EA 715-1-60 715-4-70 2" CONDUIT FPL CONTRACTOR TO F&I 2" CONDUIT (BORE) 110 LF 2 RUNS 2" CONDUIT FPL CONTRACTOR TO F&I W/ #1/0 TPX CONDUCTOR FPL CONTRACTOR TO F&I W/ #1/0 TPX CONDUCTOR EXISTING POLES AND CONDUCTORS FDOT CONTRACTOR TO REMOVE STA. 271+11.71 ¡ CONST. BEGIN PROJECT (BORE) 88 LF FPL CONTRACTOR TO F&I LIGHT POLE 2 CKT-A-1 271+12, 51'RT FPL CONTRACTOR TO F&I LIGHT POLE 1 CKT-A-1 271+25. 62'LT 6" WM (4) 1.5" HDPE Conduits Fiber Aerial Crown Castle 6" WM 8" WM 6" FM 8" WM BE 3-1/0 & 1/12CU Neutral & 3/0T Neutral OE- 13KV 3-568TTX Line 138 kV Gas Main 4" PE Fiber Optic Cable 2-2" Conduits w/48FSM Existing PBC-Traffic ITS 6" FM (4) 1.5" HDPE Conduits Crown Castle Fiber LLC Fiber Optic Cable 2-2" Conduits w/48FSM Existing PBC-Traffic ITS UNKNOWN UTIL.Lumen Fiber Aerial Lumen (3) 1.25" HDPE Conduits WATERWATERBACK FLOWWATERWATERWATERWATERWATERBACK FLOWWATERBACK FLOWWATERWATERELECWATERN50 Feet 0 10 442891-1-52-01 PALM BEACH SR 5 ROAD NO.FINANCIAL PROJECT IDCOUNTY DATE DESCRIPTION REVISIONS DATE DESCRIPTION NO. SHEETSTATE OF FLORIDA DEPARTMENT OF TRANSPORTATION LIGHTING PLAN L-5MATCH LINE STA. 272+00.00pw:\\american-pw.bentley.com:american-pw-01\Documents\FDOT\Projects\5174363\TWO-ACE09\44289115201\LIGHTING\PLANLT01.DGNUSER: 5lamarj 1/13/2022 4:43:03 PM Default ROAD NO.FINANCIAL PROJECT IDCOUNTY DATE DESCRIPTION REVISIONS DATE DESCRIPTION NO. SHEETSTATE OF FLORIDA DEPARTMENT OF TRANSPORTATION CONSULTING ENGINEERS OF FLORIDA, LLC AMERICAN Phone: (561) 253-9550 West Palm Beach, FL 33411 2041 Vista Parkway, Suite 101 Gordon D. Ziecina, P.E., No. 33770 THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G15-23.004, F.A.C.17 DocuSign Envelope ID: DC1C4F9B-050C-44F4-A370-C7DBC9F05DEF 172 173 174 175 176 177 11 272 273 274 275 276 277 278 279BRIDGE No. 930003 R/W LINE £ SURVEY ¡ CONST. SR 5 (US I) SR 5 (US I) £ SURVEY 1 EA 1 EA 680 LF 5 EA 635-2-11 715-1-60 715-4-70 ¡ CONST. PULL BOX (BORE) 159 LF (BORE) 118 LF CONDUCTOR W/ #1/0 TPX 1 EA 1 EA 635-2-11 PULL BOX W/ #1/0 TPX CONDUCTOR 44 LF (UNDER GND) 2" CONDUIT FPL CONTRACTOR TO F&I W/ #1/0 TPX CONDUCTOR 2" CONDUIT W/ #1/0 TPX CONDUCTOR FPL CONTRACTOR TO F&I FDOT CONTRACTOR TO F&I MOUNTED JUNCTION BOX 630-2-15 715-1-15 46 LF (BRIDGE MOUNTED) FDOT CONTRACTOR TO F&I 189 LF #1/0 OH CONDUCTOR FPL CONTRACTOR TO F&I 152 LF #1/0 OH CONDUCTOR FPL CONTRACTOR TO F&I 2" CONDUIT FPL CONTRACTOR TO F&I MOUNTED JUNCTION BOX 635-3-12 FDOT CONTRACTOR TO F&I 630-2-15 715-1-15 38 LF (BRIDGE MOUNTED) FDOT CONTRACTOR TO F&I 630-2-15 46 LF BRIDGE MOUNTED 715-1-15 2" CONDUIT W/ #1/0 TPX CONDUCTOR FPL CONTRACTOR TO F&I 715-535-1301 EA 2" CONDUIT FPL CONTRACTOR TO F&I W/ #1/0 TPX CONDUCTOR FPL CONTRACTOR TO F&I W/ #1/0 TPX CONDUCTOR 2" CONDUIT 2" CONDUIT EXISTING POLES AND CONDUCTORS FDOT CONTRACTOR TO REMOVE 715-535-130 1 EA FDOT CONTRACTOR TO F&I 635-3-12 635-2-12 ELEC PULL BOX 1 EA 46 LF (#1/0 TPX CONDUCTOR) 715-500-1 1 EA 715-7-11 635-2-11 1 EA 639-3-11 1 EA 641-2-12 1 EA 1 AS £ SURVEY 715-500-1 1 EA 715-4-50 1 EA 715-500-1 1 EA (UNDER GRD) 83 LFTO F&I FPL CONTRACTOR 51 LF (UNDER GND) (BORE) 125 LF 630-2-15 715-1-15 46 LF (BRIDGE MOUNTED) FDOT CONTRACTOR TO F&I (#1/0 TPX CONDUCTOR) 46 LF SEE LIGHTING DETAIL SHEET (2) MOUNTED JUNCTION BOX FDOT CONTRACTOR TO F&I STA 274+65 SEE LIGHTING DETAIL SHEET (2) MOUNTED JUNCTION BOX FDOT CONTRACTOR TO F&I STA 274+19 30 LF (UNDER GND) 2" CONDUIT (BORE) 73 LF FPL CONTRACTOR TO F&I W/ #1/0 TPX CONDUCTOR LOAD CENTER A STA. 273+05 RT SEE LIGHTING DETAIL SHEET (1) MOUNTED JUNCTION BOX FDOT CONTRACTOR TO F&I STA 274+19 TX TLN: 6-8130-6308-0-5 FPL POWER SOURCE SEE LIGHTING DETAIL SHEET (1) MOUNTED JUNCTION BOX FDOT CONTRACTOR TO F&I STA 274+65 46 LF #1/0 CONDUCTOR FPL CONTRACTOR TO F&I LIGHT POLE 4 CKT-A-1 272+65, 51'RT POLE WITH BRACKET ARM ONLY FDOT CONTRACTOR TO INSTALL LIGHT POLE 6 CKT-B-2 274+25, 60'RT POLE WITH BRACKET ARM ONLY FDOT CONTRACTOR TO INSTALL LIGHT POLE 8 CKT-B-2 275+41, 46'RT FPL CONTRACTOR TO F&I LIGHT POLE 10 CKT-B-2 276+63, 58'RT FPL CONTRACTOR TO F&I LIGHT POLE 12 CKT-B-2 278+22, 49'RT FPL CONTRACTOR TO F&I LIGHT POLE 3 CKT-A-1 272+51, 68'LT POLE WITH BRACKET ARM ONLY FDOT CONTRACTOR TO INSTALL LIGHT POLE 5 CKT-A-1 274+25, 61'LT ARM ON POLE LUMINAIRE AND BRACKET FPL CONTRACTOR TO F&I LIGHT POLE 9 CKT-B-1 277+33, 70'LT ARM ON POLE LUMINAIRE AND BRACKET FPL CONTRACTOR TO F&I LIGHT POLE 7 CKT-B-1 275+44, 66'LT ARM ON POLE LUMINAIRE AND BRACKET LIGHT POLE 11 CKT-B-1 278+85, 70'LT 38 LF (#1/0 TPX CONDUCTOR) (4) 1.5" HDPE Conduits Crown Castle Fiber LLC Fiber Aerial Crown Castle (4) 1.5" HDPE Conduits Crown Castle Fiber LLC 8" WM 10" WM 8" WM & 3/0T Neutral OE- 13KV 3-568T & 3/0T Neutral OE- 13KV 3-568T &1/0T Neutral OE -13KV 3-3/0T & 1/12CU BE 3-1/0 TX Line 138 kV 4" PE Gas Main Fiber Optic Cable 2-2" Conduits w/48FSM Existing PBC-Traffic ITS Fiber Optic Cable 2-2" Conduits w/48FSM Existing PBC-Traffic ITS Lumen (3) 1.25" HDPE Conduits JJ J J J J J WATERWATERWATERWATERWATERGASGASWATERWATERBACK FLOWBACK FLOWBACK FLOWWATERWATER15" RCPN50 Feet 0 10 442891-1-52-01 PALM BEACH SR 5 ROAD NO.FINANCIAL PROJECT IDCOUNTY NO. SHEETSTATE OF FLORIDA DEPARTMENT OF TRANSPORTATION LIGHTING PLAN MATCH LINE STA. 172+00.00L-6MATCH LINE STA. 279+00.00pw:\\american-pw.bentley.com:american-pw-01\Documents\FDOT\Projects\5174363\TWO-ACE09\44289115201\LIGHTING\PLANLT02.DGNUSER: 5lamarj 1/13/2022 4:43:05 PM Default ROAD NO.FINANCIAL PROJECT IDCOUNTY DATE DESCRIPTION REVISIONS DATE DESCRIPTION NO. SHEETSTATE OF FLORIDA DEPARTMENT OF TRANSPORTATION CONSULTING ENGINEERS OF FLORIDA, LLC AMERICAN Phone: (561) 253-9550 West Palm Beach, FL 33411 2041 Vista Parkway, Suite 101 Gordon D. Ziecina, P.E., No. 33770 THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G15-23.004, F.A.C.18 DocuSign Envelope ID: DC1C4F9B-050C-44F4-A370-C7DBC9F05DEF 12 13 14 15 16 279 280 281 282 283 ANCHORAGE DR.ANCHORAGE DR.SR 5 (US I) R/W LINE R/W LINE R/W LINE R/W LINE 280 LF REMOVAL ITEMS 2 EA 715-1-60 715-4-70 132 LF #1/0 OH CONDUCTOR FPL CONTRACTOR TO F&I EXISTING POLES AND CONDUCTORS FDOT CONTRACTOR TO REMOVE ¡ CONST. STA. 280+39.71 END PROJECT 1 AS 1 EA 1 EA 1 EA 635-2-11 641-2-12 639-3-11 715-7-11 (UNDER GRD) 83 LF W/ #1/0 TPX CONDUCTOR 2" CONDUIT FPL CONTRACTOR TO F&I 67 LF (UNDER GRD) LOAD CENTER B STA. 280+17 LT TX TLN: 6-8130-5423-0-2 FPL POWER SOURCE FPL CONTRACTOR TO F&I LIGHT POLE 13 CKT-B-1 280+17, 71'LT FPL CONTACTOR TO F&I LIGHT POLE 14 CKT-B-2 279+71, 55'RT 2 RUNS- 2" CONDUIT (BORE) 130 LF #1/0 TPX CONDUCTOR FPL CONTRACTOR TO F&I Fiber Aerial Crown Castle (2) 1.5" HDPE Conduits Crown Castle Fiber LLC 8" WM & 3/0T Neutral OE- 13KV 3-568T TX Line 138 kV 4" PE Gas Main Fiber Optic Cable 2-2" Conduits w/48FSM Existing PBC-Traffic ITS WATERWATERWATERWATERWATERWATERN50 Feet 0 10 L-7 442891-1-52-01 PALM BEACH SR 5 ROAD NO.FINANCIAL PROJECT IDCOUNTY DATE DESCRIPTION REVISIONS DATE DESCRIPTION NO. SHEETSTATE OF FLORIDA DEPARTMENT OF TRANSPORTATION LIGHTING PLAN THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G15-23.004, F.A.C.MATCH LINE STA. 279+00.00pw:\\american-pw.bentley.com:american-pw-01\Documents\FDOT\Projects\5174363\TWO-ACE09\44289115201\LIGHTING\PLANLT03.DGNUSER: 5lamarj 1/13/2022 4:43:07 PM Default ROAD NO.FINANCIAL PROJECT IDCOUNTY DATE DESCRIPTION REVISIONS DATE DESCRIPTION NO. SHEETSTATE OF FLORIDA DEPARTMENT OF TRANSPORTATION CONSULTING ENGINEERS OF FLORIDA, LLC AMERICAN Phone: (561) 253-9550 West Palm Beach, FL 33411 2041 Vista Parkway, Suite 101 Gordon D. Ziecina, P.E., No. 33770 19 DocuSign Envelope ID: DC1C4F9B-050C-44F4-A370-C7DBC9F05DEF J J UNDERWATER LIGHTING BY OTHERS. CAP CONDUIT FOR FUTURE WATER LEVEL. SIGN JUNCTION BOX TO EXISTING SOUTH SIDE OF BRIDGE PILE FROM 2" BRIDGE CONDUIT MOUNTED ON UNDERWATER LIGHTING BY OTHERS. CAP CONDUIT FOR FUTURE WATER LEVEL. SIGN JUNCTION BOX TO EXISTING NORTH SIDE OF BRIDGE PILE FROM 2" BRIDGE CONDUIT MOUNTED ON NEAST SIDE OF BRIDGE ELEVATION BRIDGE CONDUIT JUNCTION BOXES BENT #2 EAST FACE OF BRIDGE MOUNTED JUNCTION BOX ON BENT #3 LOGO SIGN JUNCTION BOX FROM FACE OF BRIDGE TO USE FLEXIBLE CONDUIT SIDE OF BENT #2 PILE CAP JUNCTION BOX ON SOUTH MOUNT NPB LOGO SIGN TO LIGHT POLE PILASTER USE FLEXIBLE CONDUIT FROM JUNCTION BOX LOGO SIGN JUNCTION BOX FROM FACE OF BRIDGE TO USE FLEXIBLE CONDUIT SIDE OF BENT #3 PILE CAP JUNCTION BOX ON NORTH MOUNT NPB LOGO SIGN CONDUIT CONDUIT AND/OR FLEXIBLE INSTALL BRIDGE MOUTNED LIGHTING DETAIL SHEET (4) SEE BRIDGE MOUNTED CONDUIT DETAIL 2" BRIDGE MOUNTED CONDUIT LIGHTING DETAIL SHEET (4) SEE CONDUIT EXPANSION JOINT DETAIL CONSULTING ENGINEERS OF FLORIDA, LLC AMERICAN Phone: (561) 253-9550 West Palm Beach, FL 33411 2041 Vista Parkway, Suite 101 Gordon D. Ziecina, P.E., No. 33770 THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G15-23.004, F.A.C.pw:\\american-pw.bentley.com:american-pw-01\Documents\FDOT\Projects\5174363\TWO-ACE09\44289115201\LIGHTING\PLANLT04.DGN5lamarj1/13/2022 4:43:11 PM Default L-8 442891-1-52-01 PALM BEACH SR 5 ROAD NO.FINANCIAL PROJECT IDCOUNTY DATE DESCRIPTION REVISIONS DATE DESCRIPTION NO. SHEETSTATE OF FLORIDA DEPARTMENT OF TRANSPORTATION LIGHTING DETAIL SHEET (1) TO BE INSTALLED BY FDOT CONTRACTOR VILLAGE OF NORTH PALM BEACH LOGO 1 EA700-5-40 1 EA635-3-12 20 LF630-2-15 STA. 274+19 PILASTER FOR BRIDGE MOUNTED LIGHT POLE #5 STA. 274+25 1 EA700-5-40 1 EA635-3-12 20 LF630-2-15 STA. 274+65 SEE LIGHTING DETAIL SHEET (3) FACE OF BENT #3 PILE CAP NPB LOGO SIGN MOUNTED ON EAST SEE LIGHTING DETAIL SHEET (3) FACE OF BENT #2 PILE CAP NPB LOGO SIGN MOUNTED ON EAST 20 DocuSign Envelope ID: DC1C4F9B-050C-44F4-A370-C7DBC9F05DEF WEST SIDE OF BRIDGE ELEVATION J J UNDERWATER LIGHTING BY OTHERS. CAP CONDUIT FOR FUTURE WATER LEVEL. SIGN JUNCTION BOX TO EXISTING NORTH SIDE OF BRIDGE PILE FROM 2" BRIDGE CONDUIT MOUNTED ON UNDERWATER LIGHTING BY OTHERS. CAP CONDUIT FOR FUTURE WATER LEVEL. SIGN JUNCTION BOX TO EXISTING SOUTH SIDE OF BRIDGE PILE FROM 2" BRIDGE CONDUIT MOUNTED ON NVILLAGE OF NORTH PALM BEACH LOGO BRIDGE CONDUIT JUNCTION BOXES BENT #3 EAST FACE OF BRIDGE MOUNTED JUNCTION BOX ON BENT #2 LOGO SIGN JUNCTION BOX FROM FACE OF BRIDGE TO USE FLEXIBLE CONDUIT SIDE OF BENT #3 PILE CAP JUNCTION BOX ON NORTH MOUNT NPB LOGO SIGN LOGO SIGN JUNCTION BOX FROM FACE OF BRIDGE TO USE FLEXIBLE CONDUIT SIDE OF BENT #2 PILE CAP JUNCTION BOX ON SOUTH MOUNT NPB LOGO SIGN CONDUIT CONDUIT AND/OR FLEXIBLE INSTALL BRIDGE MOUTNED LIGHTING DETAIL SHEET (4) SEE CONDUIT EXPANSION JOINT DETAIL LIGHTING DETAIL SHEET (4) SEE BRIDGE MOUNTED CONDUIT DETAIL 2" BRIDGE MOUNTED CONDUIT CONSULTING ENGINEERS OF FLORIDA, LLC AMERICAN Phone: (561) 253-9550 West Palm Beach, FL 33411 2041 Vista Parkway, Suite 101 Gordon D. Ziecina, P.E., No. 33770 THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G15-23.004, F.A.C.pw:\\american-pw.bentley.com:american-pw-01\Documents\FDOT\Projects\5174363\TWO-ACE09\44289115201\LIGHTING\PLANLT04.DGN5lamarj1/13/2022 4:43:11 PM Default L-9 442891-1-52-01 PALM BEACH SR 5 ROAD NO.FINANCIAL PROJECT IDCOUNTY DATE DESCRIPTION REVISIONS DATE DESCRIPTION NO. SHEETSTATE OF FLORIDA DEPARTMENT OF TRANSPORTATION LIGHTING DETAIL SHEET (2) TO BE INSTALLED BY FDOT CONTRACTOR VILLAGE OF NORTH PALM BEACH LOGO SEE LIGHTING DETAIL SHEET (3) FACE OF BENT #3 PILE CAP NPB LOGO SIGN MOUNTED ON WEST 1 EA700-5-40 1 EA635-3-12 20 LF630-2-15 STA. 274+65 PILASTER FOR BRIDGE MOUNTED LIGHT POLE #6 STA. 274+25 TO LIGHT POLE PILASTER USE FLEXIBLE CONDUIT FROM JUNCTION BOX SEE LIGHTING DETAIL SHEET (3) FACE OF BENT #2 PILE CAP NPB LOGO SIGN MOUNTED ON WEST 1 EA700-5-40 1 EA635-3-12 20 LF630-2-15 STA. 274+19 21 DocuSign Envelope ID: DC1C4F9B-050C-44F4-A370-C7DBC9F05DEF 4" 4" RETURNS .040 ALUMINUM EDGE JEWELITE TRIMCAP DISCONNECT SWITCH UL 20 AMP, TOGGLE TYPE MODULES LED STRIP LETTER AS REQ'D BAFFLE (TYP) PER HOLES W/ LIGHT 1/4" DIA. DRAIN30"30" LOGO SIGN ATTACHMENT DETAIL J 2" CONDUIT FOR FUTURE UNDERWATER LIGHTING BY OTHERS JUNCTION BOX MOUNTED ON SIDE OF PILE CAP LED POWER SUPPLY INSIDE OF NPB LOGO SIGN PLEXIGLASS FACE OF NPB LOGO SIGN MIN. (4) TOTAL SEE NOTE 1. ANCHORS TAP CON, 3/16" x 1 3/4' UL/UV RATED 18GA. CABLE INSIDE CONDUIT WITH FDOT STRUCTURES MANUAL, VOLUME 1, SECTION 1.6 USE ADHESIVE BONDED ANCHOR SYSTEMS IN ACCORDANCE1. NOTES: BENT PILE CAP 2" FLEXIBLE CONDUIT WITH 3- #4 CONDUCTORS VILLAGE OF NORTH PALM BEACH LOGO CONSULTING ENGINEERS OF FLORIDA, LLC AMERICAN Phone: (561) 253-9550 West Palm Beach, FL 33411 2041 Vista Parkway, Suite 101 Gordon D. Ziecina, P.E., No. 33770 THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G15-23.004, F.A.C.pw:\\american-pw.bentley.com:american-pw-01\Documents\FDOT\Projects\5174363\TWO-ACE09\44289115201\LIGHTING\PLANLT04.DGN5lamarj1/13/2022 4:43:12 PM Default L-10 442891-1-52-01 PALM BEACH SR 5 ROAD NO.FINANCIAL PROJECT IDCOUNTY DATE DESCRIPTION REVISIONS DATE DESCRIPTION NO. SHEETSTATE OF FLORIDA DEPARTMENT OF TRANSPORTATION LIGHTING DETAIL SHEET (3) 22 DocuSign Envelope ID: DC1C4F9B-050C-44F4-A370-C7DBC9F05DEF FACE OF BRIDGE 2" CONDUIT 8" 1'-6"8"EXPANSION JOINT FACE OF BRIDGE 2" Ø CONDUIT EXPANSION FITTING 18"8"2" CONDUIT 2" CONDUIT FACE OF BRIDGE JUNCTION BOX BRIDGE MOUNTED FRONT VIEW SIDE VIEW FACE OF BRIDGE8"8" 2" CONDUIT pw:\\american-pw.bentley.com:american-pw-01\Documents\FDOT\Projects\5174363\TWO-ACE09\44289115201\LIGHTING\PLANLT04.DGN5lamarj1/13/2022 4:43:12 PM Default L-11 442891-1-52-01 PALM BEACH SR 5 ROAD NO.FINANCIAL PROJECT IDCOUNTY DATE DESCRIPTION REVISIONS DATE DESCRIPTION NO. SHEETSTATE OF FLORIDA DEPARTMENT OF TRANSPORTATION LIGHTING DETAIL SHEET (4) W/ PIPE CLAMP CHANNEL STRIP APPLICATIONS MATERIAL FOR STRUCTURAL USE ADHESIVE BONDING SPECIFICATIONS MANUFACTURERS HOLE DIAMETER PER BRIDGE MOUNTED ATTACHMENT DETAIL MOUNTED JUNCTION BOX SPECIFICATIONS MANUFACTURERS HOLE DIAMETER PER APPLICATIONS MATERIAL FOR STRUCTURAL USE ADHESIVE BONDING MOUNTED JUNCTION BOX BOLT HOLE LOCATIONS AND SIZES. CONTRACTOR SHALL COORDINATE WITH JUNCTION BOX SUPPLIERS FOR3. STRUCTURES MANUAL VOLUME 1 SECTION 1.6. USE ADHESIVE BONDING ANCHOR SYSTEMS IN ACCORDANCE WITH FDOT2. ALL MOUNTING HARDWARE SHALL BE STAINLESS STEEL.1. MOUNTED JUNCTION BOX NOTES: JOINT DETAIL BRIDGE MOUNTED CONDUIT EXPANSION BEAM (FSB) BOTTOM OF FLORIDA SLAB 7"BRIDGE PEDESTRIAN RAILING FORMED HOLES PERMITTED CAST-IN INSERTS OR NO FIELD DRILLED HOLES, CONSULTING ENGINEERS OF FLORIDA, LLC AMERICAN Phone: (561) 253-9550 West Palm Beach, FL 33411 2041 Vista Parkway, Suite 101 Gordon D. Ziecina, P.E., No. 33770 THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G15-23.004, F.A.C.USE SCHEDULE 80 PVC OR FIBERGLASS REINFORCED EPOXY CONDUIT. 3. STRUCTURES MANUAL VOLUME 1 SECTION 1.6. USE ADHESIVE BONDING ANCHOR SYSTEMS IN ACCORDANCE WITH FDOT2. CONDUIT ATTACHMENT SUPPLIERS FOR BOLT HOLE LOCATIONS AND SIZES. CONTRACTOR SHALL COORDINATE WITH CONDUIT CLAMP AND1. CONDUIT NOTES: 23 DocuSign Envelope ID: DC1C4F9B-050C-44F4-A370-C7DBC9F05DEF pw:\\american-pw.bentley.com:american-pw-01\Documents\FDOT\Projects\5174363\TWO-ACE09\44289115201\LIGHTING\PLANLT04.DGN5lamarj1/13/2022 4:43:12 PM Default L-12 442891-1-52-01 PALM BEACH SR 5 ROAD NO.FINANCIAL PROJECT IDCOUNTY DATE DESCRIPTION REVISIONS DATE DESCRIPTION NO. SHEETSTATE OF FLORIDA DEPARTMENT OF TRANSPORTATION SERVICE POINT DETAIL (1) 4'12'8'36'29'8'7' UNDERGROUND FEED AERIAL FEED DETAIL A DETAIL B1'1'GENERAL NOTES: 5'-6" (MAX.)4' (MIN.)4' (Min.) 5'-6" (Max.) 5'-6" (MAX.) 5'-6" (MAX.)4' (MIN.)4' (MIN.)GROUND ROD (TYP.)6" (MIN.) DEPTH TO(Typ.)30"CLAD (ALL SERVICE POINTS) " DIA. 40' LONG COPPER 8 5 U.L. APPROVED GROUND ROD,(Typ.)30"GROUND ROD (TYP.)6" (MIN.) DEPTH TOFOR DRAINAGE (TYP.) OR CRUSHED STONE 12" BED OF PEAROCK FOR DRAINAGE (TYP.) OR CRUSHED STONE 12" BED OF PEAROCK 4. A Pull Box is required at each service point, see Index 635-001. 3. Shop drawings are not required for service equipment, unless noted in the plans. and applicable local codes. 2. The service installation shall meet the requirements of the national electric code as per the plans and service specifications. 1. It shall be the contractors responsibility to provide a complete service assembly AS REQUIRED BY POWER COMPANY CONDUCTOR WEATHERHEAD HEIGHT STEEL CONDUIT RIGID GALVANIZED "2 1CONDUCTOR IN GROUNDING ELECTRODE #6 AWG INSULATED STEEL CONDUIT RIGID GALVANIZED " 2 1CONDUCTOR IN GROUNDING ELECTRODE #6 AWG INSULATED CONCRETE POLE PRESTRESSED TYPE P-II, 36' LONG CONCRETE POLE, PRESTRESSED TYPE P-II, 12' LONG PULL BOX CONCRETE PAD AND GROUND ROD GROUND, BOND WIRE, CONNECTION FOR POLE AND GROUND ROD GROUND, BOND WIRE, CONNECTION FOR POLE CLEVIS WITH INSULATORS BY POWER COMPANY HEIGHT SPECIFIED METER AS REQUIRED BY POWER COMPANY HEIGHT SPECIFIED METER AS REQUIRED SERVICE DISCONNECTSERVICE DISCONNECT GRADE PULL BOX CONCRETE PAD GRADE CONSULTING ENGINEERS OF FLORIDA, LLC AMERICAN Phone: (561) 253-9550 West Palm Beach, FL 33411 2041 Vista Parkway, Suite 101 Gordon D. Ziecina, P.E., No. 33770 THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G15-23.004, F.A.C.24 DocuSign Envelope ID: DC1C4F9B-050C-44F4-A370-C7DBC9F05DEF pw:\\american-pw.bentley.com:american-pw-01\Documents\FDOT\Projects\5174363\TWO-ACE09\44289115201\LIGHTING\PLANLT04.DGN5lamarj1/13/2022 4:43:13 PM Default L-13 442891-1-52-01 PALM BEACH SR 5 ROAD NO.FINANCIAL PROJECT IDCOUNTY DATE DESCRIPTION REVISIONS DATE DESCRIPTION NO. SHEETSTATE OF FLORIDA DEPARTMENT OF TRANSPORTATION SERVICE POINT DETAIL (2) 7 1 20220 3 20 2 20 4 20 11 10 19 5 12 15 14 PC 16 8 21 11 10 CKT.1 CKT.3 CKT.2 CKT.4 9 (TYP.) ONE LINE DIAGRAM DISTRIBUTION POINT AH OFF 15 14 5 13 17 16 4TO ITEM19 1 3 5 6 4 2 GROUND BUS CIRCUIT 1 CIRCUIT 1 CIRCUIT 3 CIRCUIT 3 CIRCUIT 5 CIRCUIT 5 GROUND CIRCUIT 2 CIRCUIT 2 CIRCUIT 4 CIRCUIT 4 CIRCUIT 6 CIRCUIT 6 GROUND 10 11 9 TYPICAL DISTRIBUTION POINT SCHEMATIC DETAIL 8 522 10 18 18 11 9 19 TO ELECTRICAL SERVICE DROP RISER DIAGRAM - TYPICAL DISTRIBUTION POINT 2" PHOTOELECTRIC CONTROLLER DETAIL KEYED NOTES: 6 12 NEUTRAL BAR ELECTRIC CONTROLLER. PLEXIGLASS AND A CLEAR SILICONE SEALANT TO COVER HOLE, INSTALL PHOTO THE OPERATION AND MOUNTING OF THE PHOTO ELECTRIC CONTROLLER. USE CUT A 2" HOLE IN THE SIDE OF THE LIGHTING CONTROL PANEL ENCLOSURE FOR SIDE OR BACK OF ENCLOSURE PHOTOELECTRIC CONTROLLER CONSULTING ENGINEERS OF FLORIDA, LLC AMERICAN Phone: (561) 253-9550 West Palm Beach, FL 33411 2041 Vista Parkway, Suite 101 Gordon D. Ziecina, P.E., No. 33770 THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G15-23.004, F.A.C.HIGH MAST LIGHTING SYSTEMS. NEMA 4X SST GROUND MOUNTED STORAGE CABINET WITH TWO SHELVES. ONLY REQUIRED FOR 22. GROUND BUS.21. MOUNT ON RISER POLE.20. UNDERGROUND FEEDER CONDUIT.19. CONCRETE PAD.18. FOR CLARITY). HAND-OFF AUTOMATIC SELECTOR SWITCH (PART OF LIGHTING CONTACTOR, SHOWN OUTSIDE17. 120V PHOTOELECTRIC CELL, 1800VA WITH 2000V PEAK SURGE PROTECTION.16. 2 POLE ELECTRICAL LIGHTING CONTACTOR.15. LIGHTING CONTROL PANEL MAIN BREAKER.14. LIGHTNING ARRESTER MOUNTED ON OUTSIDE OF ENCLOSURE.13. CONTACTOR, SHOWN OUTSIDE FOR CLARITY). FUSED CONTROL POWER TRANSFORMER IF NECESSARY (PART OF LIGHTING 12. SERVICE MAIN DISCONNECT. #6 INSULATED COPPER GROUND WIRE. BOND THE SERVICE NEUTRAL TO GROUND AT11. Ƅ" COPPER CLAD GROUND ROD, 40' LONG.10. BRANCH CIRCUIT TO ROADWAY LUMINAIRES.9. INDICATED ON DISTRIBUTION POINT DESCRIPTION ON LIGHTING PLAN SHEETS. ELECTRICAL PANEL. NUMBER AND RATING OF BRANCH CIRCUIT BREAKERS SHALL BE AS8. WEATHERHEAD.7. CONCRETE RISER POLE.6. FOR EQUIPMENT INSIDE. GROUND MOUNTED CABINET PER INDEX 639-002. LIGHTING CONTROL PANEL ENCLOSURE (NEMA 4X SST). DIMENSIONS AS NECESSARY5. SERVICE MAIN DISCONNECT.4. METER SOCKET BY CONTRACTOR3. SERVICE FEEDER IN RIGID GALVANIZED STEEL CONDUIT.2. 120/240V, SINGLE PHASE 3 WIRE ELECTRIC DISTRIBUTION OVERHEAD SERVICE DROP.1. 25 DocuSign Envelope ID: DC1C4F9B-050C-44F4-A370-C7DBC9F05DEF SECTION NO.: 93040000 / 02 FM No.(s): 442891-1-52-01 COUNTY: Palm Beach S.R. No.: SR 5/US 1 EXHIBIT C MAINTENANCE PLAN REQUIREMENTS In reference to Maintenance to be performed under this AGREEMENT, the AGENCY shall submit to the DEPARTMENT a maintenance plan detailing the means and methods for accomplishing any maintenance or repairs to the IMPROVEMENTS in accordance with all DEPARTMENT Standards, Procedures and Specifications. This plan shall be submitted and approved by the DEPARTMENT prior to commencing any maintenance or repair activities. The AGENCY shall comply with the DEPARTMENT's applicable Maintenance Rating Program Standards. The plan should at minimum detail how the AGENCY will address the following: 1. Providing for continuous traffic control and necessary traffic control devices as required for the safe movement of traffic of vehicular and pedestrian traffic past the location of the structure being repaired for the duration of the repair in accordance with DEPARTMENT Standards, Procedures and Specifications. 2. Protection of adjacent surrounding property, real estate, vehicles, pedestrians, attachments to the light poles, or other assets during the preparation and recoating of surfaces. 3. Containment of debris or materials used in or resulting from the repair. After the maintenance plan is approved, the AGENCY shall submit a work plan to the DEPARTMENT for approval prior to each repair to be performed detailing: 1. The proposed date of the repair 2. The location of the repair 3. The nature of the repair 4. The materials to be used for the repair 5. The methods to be used for the repair 26 DocuSign Envelope ID: DC1C4F9B-050C-44F4-A370-C7DBC9F05DEF