Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
R25-013
1 RESOLUTION NO. R25-013 2 3 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF BOYNTON 4 BEACH, FLORIDA, APPROVING TASK ORDER NO. GESUT-1B-01-25 5 WITH CDM SMITH, INC. FOR ENGINEERING SERVICES FOR THE I-95 6 AND BOYNTON BEACH BOULEVARD INTERCHANGE UTILITY 7 RELOCATION ASSOCIATED WITH FDOT PROJECT NO.435804-1-52-01 8 IN THE AMOUNT OF $891,260, AND APPROVING A BUDGET 9 TRANSFER TO ALLOCATE SUFFICIENT FUNDING; PROVIDING FOR AN 10 EFFECTIVE DATE;AND FOR ALL OTHER PURPOSES. 11 12 WHEREAS, the Florida Department of Transportation ("FDOT") is engaging in a project 13 involving the construction, reconstruction, or otherwise change in public road and other 14 improvements located on a public road or publicly owned rail corridor identified as SR-9/I-95 at 15 SR-804/Boynton Beach Boulevard Interchange, State Road No. 9 (the "Project"); and 16 WHEREAS, City utilities need to be installed or relocated to meet pavement change 17 elevations, drainage installation, bridge widening, and sidewalk construction that conflict with the 18 roadway design within the right-of-way for the Project ("Utility Relocation"); and 19 WHEREAS, the Utility Relocation requires the City to contract with a consultant for 20 engineering design services, permitting assistance, bidding assistance, engineering services 21 during construction, and project management services; and 22 WHEREAS, the City has a General Engineering Services Agreement in place with CDM 23 Smith, Inc., and desires to issue Task Order No. GESUT-1 B-01-25 with CDM Smith Inc. to perform 24 the engineering services necessary for the City to complete the Utility Relocation; and 25 WHEREAS, a budget transfer in the amount of $920,000 is needed to cover the cost of 26 the Utility Relocation, including all FDEP/Health Department and all FDOT permits; and 27 WHEREAS, the City Commission, upon the recommendation of staff, has deemed it in the 28 best interests of the city's citizens and residents to approve Task Order No. GESUT-1 B-01-25 with 29 CDM Smith, Inc. for Engineering Services for the I-95 and Boynton Beach Boulevard Interchange 30 Utility Relocation associated with FDOT Project No. 435804-1-52-01 in the amount of $891,260, 31 and authorize a budget transfer in the amount of $920,000. 32 33 34 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF BOYNTON 35 BEACH, FLORIDA, THAT: 36 SECTION 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as 37 being true and correct and are hereby made a specific part of this Resolution upon adoption. 38 SECTION 2. The City Commission of the City of Boynton Beach, Florida, does hereby 39 approve Task Order No. GESUT-1B-01-25 with CDM Smith, Inc., to provide engineering services 40 for the Utility Relocation, in form and substance attached as Exhibit A. 41 SECTION 3. The City Commission of the City of Boynton Beach, Florida, hereby 42 authorizes the Mayor to execute the Task Order. 43 SECTION 4. The City Commission of the City of Boynton Beach, Florida further 44 authorizes a budget transfer of$460,000 from 403.5000.533-65.02 WT2406 to 403.5000.535-65.02 45 - Project UC2501 — I-95 & Boynton Beach Boulevard Interchange and a budget transfer of 46 $460,000 from 403.5000.535-65.04 UC2103 to 403.5000.535-65.04 — Project UC2501 — I-95 & 47 Boynton Beach Boulevard Interchange. 48 SECTION 5. The City Clerk shall retain the fully executed Task Order as a public record 49 of the City. A copy of the fully executed Task Order shall be provided to Keith Webber to forward 50 to the Contractor. 51 SECTION 6. This Resolution shall take effect in accordance with law. 52 53 54 55 56 57 [SIGNATURES ON FOLLOWING PAGE] 58 59 PASSED AND ADOPTED this 7441 day of jcirati rtj 2025. 60 CITY OF BOYNTON BEACH, FLORIDA 61 Y 5 NO 62 Mayor—Ty Penserga 63 64 Vice Mayor—Aimee Kelley 65 66 Commissioner—Angela Cruz 67 68 Commissioner—Woodrow L. Hay 69 70 Commissioner—Thomas Turkin 71 72 ' VOTE Ss—0 73 A ST: / 74 L. •01 - 7 _� F S.�?r 75 Mayle- De _ us, MPA, M C '- '�g 76 City Clerk M. ,or 77 r0•{NTON ‘‘ A'PRO ED AS TO FORM: 78 (Corporate Seal) 4%FQ;o,PORATF,4%. 79 i y i� . %/776 80 $ l( SEAL Shawna G. Lamb 81 i :INCORPORATED. ; City Attorney 1920 ..• 1‘`" FLORV0 ' Form of Task Order CITY OF BOYNTON BEACH General Engineering Consulting Services Task Order Task Order No. GESUT-1B-01-25 Consultant: CDM Smith Inc. 1. Task/Project. 1-95 and Boynton Beach Boulevard Interchange Utility Relocation; associated with FDOT Project No. 435804-1-52-01 2. Detailed Scope of Professional Services. A detailed scope of services under this Task Order, in accordance with the phases of service detailed in the Agreement, is attached as Exhibit A. 3. Deliverables and Schedule. For study/design related services: Consultant shall deliver to the City the deliverables specified at the time indicated on the attached Exhibit A. For project administration services: Consultant shall provide project/construction administration services in accordance with the Agreement and project schedule. 4. Compensation. The total estimated construction costs of the Project or the cost of the study or report for this Task Order may not exceed the amounts set forth in Section 287.055, Florida Statutes. The total Fee to be paid to the Consultant under this Task Order shall not exceed $841,260 , based on the hourly rates currently in effect under the Agreement. A detailed fee schedule is attached as Exhibit 1. The payment schedule (based on deliverables) is attached as Exhibit 1. 5. Agreement Reference. This Task Order shall be performed under the terms and conditions described within the General Engineering Consulting Services Agreement, dated November 19, 2024, by and between the City of Boynton Beach and CDM Smith, Inc. ("Consultant"), Contract No. CW24-001. 6. Insurance. Consultant shall maintain insurance coverages in accordance with the Agreement and hereby confirms that Certificate(s) of Insurance evidencing current policies meeting the requirements of the Agreement are on file with the City as of the date of this Task Order. 7. Exhibits. All attached Exhibits are incorporated fully into this Task Order and the Agreement. RFQ CW24-001 General Engineering Consulting Services Task Order Form Exhibit A 8. Notice to Proceed (Task Order Form and Purchase Order). ® If checked, Consultant's receipt of a fully-executed copy of this Task Order and Purchase Order(PO) shall serve as the Notice to Proceed under this Task Order, effective as of the date the fully-executed Task Order was emailed to the Consultant. ❑ If checked, Consultant shall commence Services under this Task Order as specified in a forthcoming Purchase Order(PO) and Notice to Proceed. CONSULTANT: CITY OF BOYNTON BEACH By: I By: 0:-- / P Zv Penserga, Mayo Print Suzanne Mechler ---,.. 74Zr© Date: December 18 , 2024 Date: -J +�y , : City Attornbe's Office o Approve arm aJ�d legality By: • G/rj✓ ... ¶ J'..ON�%1, ' �O. G� PO q)...•��4it 11 s SEAL _', : • i INCORPORATED: '4, 1920 % s ‘h‘FLRION RFQ CW24-001 General Engineering Consulting Services Task Order Form Exhibit A City of Boynton Beach Risk Management Department INSURANCE ADVISORY FORM Under the terms and conditions of all contracts, leases, and agreements, the City requires appropriate coverages listing the City of Boynton Beach as Additional Insured.This is done by providing a Certificate of Insurance listing the City as"Certificate Holder"and"The City of Boynton Beach is Additional Insured as respect to coverages noted."Insurance companies providing insurance coverages must have a current rating by A.M. Best Co. of"B+"or higher. (NOTE:An insurance contract or binder may be accepted as proof of insurance if a Certificate is provided upon selection of vendor.)Thefollowing is a list of types of insurance required of contractors, lessees, etc., and the limits required by the City: (NOTE: This list is not all inclusive, and the City reserves the right to require additional types of insurance, or to raise orlower the stated limits,based upon identified risk.) TYPE (Occurrence Based Only) MINIMUM LIMITS REQUIRED General Liability General Aggregate $ 1,000,000.00 Commercial General Liability Products-Comp/Op Agg. $ 1,000,000.00 Owners & Contractor's Protective (OCP) Personal &Adv. Injury $ 1,000,000.00 Asbestos Abatement Each Occurrence $ 1,000,000.00 Lead Abatement Fire Damage (any one fire) $ 50,000.00 Broad Form Vendors Med. Expense (any one person) $ 5,000.00 Premises Operations Underground Explosion &Collapse Products Completed Operations Contractual Independent Contractors Fire Legal Liability Professional Liability Aggregate $ 1,000,000.00 Automobile Liability Combined Single Limit $ 1,000,000.00 Any Auto All Owned Autos Hired Autos Non-Owned Autos • Excess Liability Each Occurrence to be determined Umbrella Form Aggregate to be determined • Worker's Compensation Statutory Limits Employer's Liability Each Accident $ 1,000,000.00 Disease, Policy Limit $ 1,000,000.00 Disease Each Employe' $ 1,000,000.00 • Property: Homeowners Revocable Permit $ 300,000.00 Builder's Risk Limits based on Project Cost Installation Floater Limits based on Project Cost Other-As Risk Identified to be determined INSURANCE ADVISORY FORM Insurance Advisory CITY OF BOYNTON BEACH, FL TASK ORDER NO. GESUT-1B-01-25 1-95 AND BOYNTON BEACH BOULEVARD INTERCHANGE UTILITY RELOCATION CONTRACT NO.: CW24-001—GENERAL ENGINEERING CONSULTING SERVICES SCOPE CATEGORY "B" INFRASTRUCTURE IMPROVEMENTS AND EVALUATION DECEMBER 12, 2024 This Task Order(TO), when executed, shall be incorporated in, and become part of the Agreement for Professional Engineering Consulting Services between the City of Boynton Beach (CITY) and CDM Smith Inc. (VENDOR), dated July 16, 2024, hereafter referred to as the Agreement. BACKGROUND The Florida Department of Transportation (FDOT) is currently working on a project that involves making improvements to the 1-95 and Boynton Beach Boulevard Interchange (FDOT Project No. 435804-1-52- 01). As part of the project, the CITY, in various locations, is relocating or adjusting its utilities that conflict with their design within the interchange right-of-way(Project). The CITY requires a consulting engineer to design the relocation, adjustments, support and protection of utilities within the project limits, acquire permits, assist during the bidding process, and perform limited services during construction. The project location (limits) are shown on the figure below.The existing water and sewer utility relocation, adjustments, and protection will be based on the preliminary drawings (Attachment 1) in addition to the FDOT Utility Work Schedule (Attachment 2) prepared by FDOT and the CITY. /1 .n I SFWMD C•I6 CANAL 1 I 2 vn a .. a Y1 .t n+... I PROJECT LOCATION I I..... c.....-----., -- - ._ —.m... -l.r. d .1.7.1. •--, . R f 'a It ... air .tr.M , -1... Y 1 tR F A + _ 1 # I i .Elm... „..c, Y -Il1n jV -.OW Boynton Rd s o.,... Y -,,.•. Y .+.e.c. 11{Its r It w.r f.... .1-7 it 3. % ii 1 M.a. I ON.4.1. i ,.,, L t` g NI... R .t 1•41...• i ) 1 Y— t1.... ..,.,••••,.,•••• € 3 m D 1 E ■a«.. _.E.Oman Ay* I Ii Sw„0 = t . ; b L1.,...•.E,...t Y Y,..n .w,.... SCOPE OF WORK The following is a description of the VENDOR services to be provided under this Task Order(TO): Smith Page 1 of 9 TASK 1- ENGINEERING DESIGN AND QUALITY MANAGEMENT This task includes activities related to engineering design and quality management of the project.The VENDOR maintains a quality management system comprised of an independent review by a group of experienced staff at each design milestone that are not directly involved with the design of the project. Subtask 1.1—30-Percent Design For the development of this subtask,the following is the responsibility of the VENDOR: • Attend up to two coordination meetings with the CITY and stakeholders of the FDOT project. • Perform a site visit to the proposed project area. • Collect and understand information related to the existing CITY water and sewer utilities that are located within the project area (GIS, easements, record drawings, and so forth). • Collect and understand information associated with the proposed FDOT project, including the survey of existing conditions and design plans that have been prepared for the proposed improvements, utility work schedules, and utility agreements prepared by FDOT. • Convert survey files provided by CITY/FDOT in Microstation to Civil 3D. Use the provided 2-D survey with LandXML file for the 3D surfaces. • Identify which utility adjustment activities included in the FDOT Utility Work Schedule are on the critical path and are of high risk and difficulty. • Coordinate with CITY to identify existing utility mains that will need to remain operational during utility adjustment activities and procedures for mains that can be shut down temporarily. • Identify best practices and techniques to mitigate risk associated with the critical utility adjustment activities. • Summarize the relevant design requirements (CITY, FDOT, FDEP, Palm Beach County Health Department)that will govern the design of the utility relocations and adjustments. • Prepare a Technical Memorandum that summarizes VENDOR's findings. • Meet with the CITY to review the Technical Memorandum deliverable. Document design decisions in a comment log and meeting minutes. Subtask 1.2—60-Percent Design Development Design decisions made under Subtask 1.1 will be reflected in this subtask. For the development of this subtask,the following is the responsibility of the VENDOR: • Attend up to two coordination meetings with the CITY and stakeholders of the FDOT project. • Develop Cover Sheet, Index of Drawings, Plan Sheets, and Profiles • Show project layout, alignments, right of ways, property lines, and easements matching the FDOT project. • Show existing drainage features and CITY water and sewer utility infrastructure per the FDOT project survey provided by the CITY. • Show proposed improvements by others per plans for the FDOT project including, but not limited to, curb and gutter, paving,sidewalks, drainage features, retaining walls, and bridge foundations. • Show proposed alignments and profiles for all water and sewer utility mains to be horizontally and/or vertically relocated, adjusted, or deflected by CITY's construction contractor. • Identify existing water meters and fire hydrants to be relocated. • Identify existing valves,water meters, and manholes to be adjusted in order to be flush with finished grade. csniith Page 2 of 9 • Identify locations where existing utility mains will need to be protected and supported during construction activities that will be performed by others. • List of anticipated Technical Specifications(Table of Contents). • Meet with the CITY to review deliverables. Document design decisions in a comment log and meeting minutes. • Once the 60-percent design submittal has been reviewed and accepted by the CITY, provide the design development(60%) drawings to FDOT and other utility companies listed in the Utility Work Schedule for coordination purposes. Subtask 1.3—90-Percent Pre-Final Design(For Permit) Design decisions made under Subtask 1.2 will be reflected in this subtask. For the development of this subtask,the following is the responsibility of the VENDOR: • Attend up to two coordination meetings with the CITY and stakeholders of the FDOT project. • Collect and understand plans for relocation of other utilities listed in the Utility Work Schedule to avoid conflicts. • Update Cover Sheet, Index of Drawings, Notes, Standard Details, Symbols, Plan Sheets and Profiles. • Identify phasing and/or temporary bypassing of existing utility mains that will need to remain operational during utility adjustment activities. • Review the sequence of construction provided by FDOT. • Develop Technical Specifications. • Develop an Opinion of Probable Construction Cost (OPCC). • Meet with the CITY to review the 90%deliverables. Document design decisions in a comment log and meeting minutes. • Submit 90%design to permitting agencies. Subtask 1.4—100-Percent Final Design(Issued For Bid, IFB) The 100%submittal for bid will include the following items: • Attend up to two coordination meetings with the CITY and stakeholders of the FDOT project. • Response to comments from 90-percent design submittal review and permitting agencies. • Final Signed and Sealed Contract Documents (IFB). • Bid documents including applicable Special Conditions. • Final Construction Schedule. • Updated OPCC, based on bid items in the standardized Proposal (Schedule of Bid Items/Bid Form). • Meet with the CITY to review deliverables and bidding process. TASK 2- PERMITTING ASSISTANCE Subtask 2.1—Prepare and Submit Permit Packages This task consists of the preparation of necessary permit applications to the regulatory agencies having jurisdiction over this Project.The VENDOR will prepare the Permit Packages and obtain applicable signatures from the CITY once the 90-percent submittal has been reviewed and accepted by the CITY. The VENDOR will submit the Permit Packages to the following permitting agencies: CDM math Page 3 of 9 1. FDEP/Palm Beach County Health Department: a. Application for Notification for Use of General Permit for Construction of an Extension to a Public Drinking Water Distribution System b. Notification/Application for Constructing a Domestic Wastewater Collection/Transmission System 2. FDOT Utility Permit: Note that this permit package might require the development of temporary traffic control plans. If FDOT confirms that temporary traffic control plans exclusively for CITY utility relocations/adjustments are required, the VENDOR will utilize the as-needed allowance for these plans. Subtask 2.2—Requests for Additional Information (RFAIs) The VENDOR will respond to up to one RFAI per permit. TASK 3 - BIDDING ASSISTANCE This task includes services related to assisting the CITY with bidding and procurement of the Project. VENDOR will provide the following services during bidding between the Request to Advertise and Recommendation of Award letter: • Attend one pre-bid meeting and pre-bid site visit. • Prepare up to two addenda to Contract Documents in response to written technical comments by prospective bidders prior to receipt of bids for the Contract as they relate to the technical aspects of the project. • Revise drawings using clouded revisions, and specifications using track changes with noted addenda number. • Assist the CITY with the bid evaluation including a bid gap analysis, and recommendation of award letter for the Bidder deemed to be the lowest responsive Bidder. Non-technical bid requirements will be evaluated by the CITY. • Prepare conformed documents after bid award. TASK 4- LIMITED ENGINEERING SERVICES DURING CONSTRUCTION This task is for limited engineering services during the construction of the Project. The task is based on a construction period identified in the FDOT Utilities Certification memorandum dated November 14, 2024 (Attachment 2). The Project construction period for the CITY's contractor is estimated based on the UWS days during FDOT project construction of 141 calendar days. Services during construction will run concurrently with the FDOT project construction contract period. The VENDOR shall provide the following services during construction: Subtask 4.1—Pre-Construction Meeting and Activities, Construction Progress Meetings and On-Site Inspections • VENDOR will attend a pre-construction meeting with representatives from the CITY and the selected Contractor before the start of construction. The Pre-Construction Meeting will be coordinated and conducted by the CITY with meeting minutes prepared by the VENDOR. • VENDOR will assist the CITY with preconstruction coordination activities before the CITY's Contractor begins the construction activities. Smith Page 4 of 9 • VENDOR will participate in up to 36 construction progress meetings. • VENDOR will provide up to 141 calendar days of part time on-site inspection services during construction (4 hours per calendar day), not exceeding the hours allocated for the construction inspector. In addition,the Engineer of Record (EOR)will perform up to 6 site visits to witness activities required for the closeout of the project. Subtask 4.2—Construction Schedule,Schedule of Values, and Payment Application Reviews • VENDOR will review the initial baseline construction schedule and the initial schedule of values prepared by the Contractor for conformance with the contract requirements.The VENDOR will provide comments (within 21 calendar days) on perceived problems with the schedule and advise of noted errors in logic or inconsistencies between the schedule's activities and contract documents. • VENDOR will review updates to the construction schedules and schedule of values. • VENDOR will review the payment applications submitted by the Contractor. For purposes of estimating the level of effort associated with this subtask, it is assumed that up to 15 payment applications will be addressed by VENDOR. Subtask 4.3—Submittal Review, Clarifications and Change Orders • VENDOR will review and approve (or take other appropriate action with respect to)Shop Drawings, and other data,for conformance with information given in the Contract Documents. VENDOR will also receive and review(for general content by the Specifications) results of tests and inspections, maintenance and operating schedules and instructions, warranties, and certificates of inspection. For purposes of estimating the level of effort associated with this subtask, it is assumed that up to 50 Shop Drawings/Submittals will be reviewed by VENDOR. After review,VENDOR will transmit these documents to the CITY with written comments. Shop Drawings will be reviewed and responded to within 21 calendar days of receipt.VENDOR will maintain a shop submittal tracking log. • VENDOR shall log clarifications (requests for information, RFIs) and issue necessary technical interpretations and clarifications of the Construction Contract Documents in a timely manner. For purposes of estimating the level of effort associated with this subtask, it is assumed that up to 25 requests for information will be addressed by the VENDOR. VENDOR shall issue necessary clarifications and interpretations of the Contract Documents. Such clarifications and interpretations will be consistent with the intent of and reasonably inferable from the Contract Documents.VENDOR may issue Field Orders authorizing minor variations from the requirements of the Contract Documents. Non-technical administrative interpretations will be issued by CITY. • Upon request,the VENDOR will provide services to the CITY for the evaluation, and negotiation of potential changes to the scope affecting the base contract cost and/or contract time and provide services to the CITY for the preparation of appropriate change documents—allowance account authorization, change order, as required.These services are to assist the CITY in mitigating claims and/or addressing minor CITY-requested changes to the design or construction of the Project.Analysis of major design modifications, including the preparations of significant drawing revisions, is not included and may require additional authorization.This subtask is estimated to have up to four change documents. smith Page 5 of 9 • Record keeping and tracking of activities including submittal review, clarifications, inspection reports with photos, etc. will be set up in Trimble Unity Construct and used during the construction activities duration. Subtask 4.4—Substantial and Final Completion • VENDOR will attend up to four substantial completion and final walk-throughs with the CITY and Contractor and verify that all punch list items have been completed or considered warranty items.This is based on the MOT phasing of the FDOT project. • VENDOR will witness partial clearances required by the permitting agencies at each MOT phase and prepare the partial clearance packages for the agencies. • VENDOR will certify construction completion and close out permits with the respective regulatory agencies. • VENDOR will review the Contractor's record drawings. TASK 5- PROJECT MANAGEMENT Project management includes activities related to initiating, planning, executing, controlling, and closing the project. Under this Task, the VENDOR will be responsible for overall coordination and oversight for the duration of the project. The TO overall duration is assumed to be 5 months for design, 2 months for permitting, 4 months for bidding, and 141 calendar days for construction activities. • Perform project management and coordination tasks such as project planning, project controls, budget and schedule forecasting, management of the team, invoicing, and reporting, and oversight of quality assurance/quality control (QA/QC) activities. • Prepare a baseline project schedule and update it on a monthly basis during the TO overall duration. • Prepare monthly progress reports in support of invoices to describe the work performed during the billing period. • Prepare for and attend a kickoff meeting with appropriate CITY management, Engineering, and staff to discuss the project background, data needs, schedule and communications. The VENDOR will prepare and distribute the kickoff meeting agenda and minutes to the CITY. TASK 6- AS NEEDED ALLOWANCE The VENDOR may perform as-needed services when authorized in writing by the CITY's Project Manager within the available budget to support the CITY with activities not identified in the tasks above. An allowance of$45,000 has been included in this TO for temporary traffic control plans and structural design items. ASSUMPTIONS AND LIMITATIONS The services defined herein are based upon the following assumptions and limitations. 1. Boundary/topographic survey and test hole/soft dig activities are not included. This information has been provided by FDOT and the CITY and will be used in this Project. The FDOT design drawings dated November 2024, and the associated survey can be relied on as accurate. Smith Page 6 of 9 2. CITY shall be responsible for, and VENDOR may rely upon, the accuracy and completeness of instructions, reports, data, and other information furnished by CITY or FDOT to VENDOR pursuant to this Agreement. VENDOR may use such requirements, programs, instructions, reports, data, and information in performing or furnishing services under this Agreement. VENDOR's scope of work does not include verifying CITY or FDOT-provided information for accuracy or completeness. CITY may request an independent review of CITY or FDOT-provided information by VENDOR pursuant to a mutually agreed amendment to this Agreement. VENDOR shall be entitled to an adjustment in price and schedule to the extent that any corrective action in VENDOR's services arises out of inaccurate CITY or FDOT- provided information. 3. VENDOR shall not be responsible for latent errors or mistakes that are incorporated in the design from Attachments 1, 2, or 3. Except where VENDOR's scope explicitly includes a duty to validate or verify the Attachments 1, 2, or 3 underlying data and calculations, and then except only to the extent of the duty expressed in this Task Order, VENDOR shall be entitled to rely on the Attachments 1, 2, or 3 as it appears in the Attachments 1, 2, or 3 as provided by CITY or FDOT. 4. Purchasing property activities are not included in the scope of work. 5. All utility work performed by the CITY's Contractor will be performed during the course of the FDOT project.The FDOT construction contractor is to be responsible for the preparation and implementation of the stormwater pollution prevention plans (SWPPP). The CITY's Contractor is to be responsible for coordinating their work activities with the FDOT construction contractor and performing their work activities in compliance with the FDOT SWPPP. 6. The FDOT construction contractor is to be responsible for surface restoration and/or stabilization. The CITY's Contractor is to be responsible for restoring trenches to pavement subgrade elevation. It is assumed that all restoration and final surface plans within FDOT right-of-way will be prepared by FDOT's contractor. 7. All utility relocations that will be required can be accommodated within the existing FDOT's right of way and/or easements that have already been secured. If work is outside of the FDOT right of way it will be the responsibility of FDOT to obtain Temporary Construction Easements. 8. It is assumed that the pipe sizing will match existing and hydraulic modeling is not required. 9. Services related to assistance with the advertisement of the project, coordinating the sale and distribution of non-refundable bid documents, scheduling and holding a pre-bid meeting and site visit, distributing addenda to the Contract Documents, evaluating non-technical requirements of the bid, and preparing documents necessary for Commission approval are to be performed by the CITY. 10. To meet the design schedule review periods of 7 calendar days are anticipated for both CITY and FDOT review of design deliverables prepared by VENDOR. Smith Page 7 of 9 11. The OPCC to be developed under this scope of work will be prepared in accordance with the cost estimate classes defined by the Association for the Advancement of Cost Engineering (AACE). 12. The VENDOR shall use the CITY's Standard Specifications and Special Conditions and the FDOT Standard Specifications for Road and Bridge Construction.The CITY will provide Division 0 and 1. 13. VENDOR shall follow the latest CITY Technical Specifications and Standard Details (16 Division). Standard Details shall be provided by the CITY in AutoCAD format. Standard Specifications shall be provided by the CITY in MS Word format. VENDOR shall provide other Specifications needed for the Project. 14. It is assumed that the selected Contractor will submit Record Drawings for review and approval by the CITY and VENDOR. 15. The CITY shall be responsible for all permitting fees. 16. The CITY shall execute and distribute addenda to prospective bidders. 17. Public outreach activities are not included in the scope of work. 18. In-person meetings with permitting agencies are not anticipated since they will be virtual. TIME OF COMPLETION/SCHEDULE The VENDOR estimated 5 months for design, 2 months for permitting, 4 months for bidding, and 141 calendar days for construction activities.The duration for the CITY review of deliverables during the design task was estimated at 7 calendar days.VENDOR will prepare a detailed schedule within 15 calendar days from receipt of Notice to Proceed. DELIVERABLES Task Number and Description Deliverables Task 1—Engineering Design and Quality Management Subtask 1.1—30-Percent Design • Technical Memorandum • MicroStation to CAD conversion of FDOT survey Subtask 1.2—60-Percent Design Development • Not For Construction Plans (Partial Set) • List of Technical Specifications • OPCC • Review Meeting Minutes and Comment Log Subtask 1.3—90-Percent Pre-Final Design (For • Not for Construction Plans (Full Set) Permit) • Technical Specifications • Updated OPCC Smith Page 8 of 9 Task Number and Description Deliverables • Review Meeting Minutes and Comment Log Subtask 1.4—100-Percent Final Design (For Bid) • Final Signed and Sealed Drawings • Technical Specifications • Updated OPCC • Review Meeting Minutes and Comment Log Task 2.0—Permitting Assistance • Completed Permit Applications, Signed and Sealed Permitting Packages Task 3.0—Bidding Assistance • Technical Addenda • Bid Evaluation and Award Recommendation Letter • Conformed Documents Task 4.0—Limited Engineering Services During • Meeting Minutes (pdf format) Construction • Comments to Initial Construction Schedule and Initial Schedule of Values • Submittal review and clarifications • Inspection Reports • Payment application reviews • Certified Construction Completion and close out permits • Review and approve Record Drawings provided by Contractor Task 5.0—Project Management • Monthly Invoices, and Status Reports • Kickoff Meeting Agenda and Minutes • Project Schedule and Updates PAYMENT AND COMPENSATION The VENDOR will provide Tasks 1 through 5 services for a not-to-exceed fee of$841,260. Task 6 includes an as-needed allowance of$45,000. A not-to-exceed fee of$5,000 has been included for Other Direct Costs (ODCs). Not-to-exceed invoices will be submitted monthly for the VENDOR'S actual labor hours at contractual billing rates plus expenses in accordance with the terms of the Agreement. The CITY will be invoiced for actual work completed by VENDOR. Status reports will be provided with each invoice. Exhibit 1 provides a Budget Summary.The fee allocated to each task under this contract may be redistributed or reallocated between tasks as necessary to effectively manage the scope of work, provided that the total contract fee remains unchanged. CDM Smith Page 9 of 9 Exhibit 1 IAS and Boynton Beach Boulevard Interchange Utility Relocation Contract No.:CW24-001—General Engineering Consulting Services Scope Category"B' Task Order No.UT-4B-03 Budget Project Manager/Quality Construction Principal Reviewers Sr.Engineer Inspector Engineer Designer Clerical Total Task $300 $210 $260 $180 $200 $180 $130 Hours Total labor ODCs Total No. Description Hrs Hrs Hrs Hrs Hrs Hrs Hrs Hrs S S S 1 Engineering Design and Quality Management $ 355,920.00 1.1 30%Basis of Design 0 92 122 0 134 84 0 432 $ 99,400 $ 99,400.00 1.2 60-Percent Design Development 0 34 86 0 100 200 0 420 $ 87,880 $ 87,880.00 1.3 90-Percent Pre-Final Design(For Permit) 0 46 82 0 140 172 54 494 $ 100,180 $ 100,180.00 1.4 100-Percent Final Design(For Bid) 0 44 64 0 106 80 30 324 $ 68,460 $ 68,460.00 2 Permitting Assistance $ 19,180.00 2.1 Prepare and Submit Permit Packages 0 4 10 0 18 0 20 52 $ 9,920 $ 9,920.00 2.2 Requests for Additional Information 0 4 10 0 16 0 18 48 $ 9,260 $ 9,260.00 3 Bidding Assistance $ 21,840.00 3.1 Bidding Assistance 0 1 6 I 8 I 4 I 28 I 48 I 24 I 118 I$ 21,840 I S 21,840.00 4 Limited Engineering Services During Construction $ 348,840.00 Pre-Construction Meeting and Activities,Construction 4.1 Progress Meetings and On-Site Inspections 0 20 88 686 20 0 0 814 $ 155,960 $ 155,960.00 Construction Schedule,Schedule of Values,and 4.2 Payment Application Reviews 0 0 15 90 16 0 0 121 $ 23,300 $ 23,300.00 4.3 Submittal Review,Clarifications and Change Orders 0 0 129 132 282 134 0 677 $ 137,820 $ 137,820.00 4.4 Substantial and Final Completion 0 8 32 52 16 48 ' 156 $ 31,760 $ 31,760.00 5 Project Management S 95,480.00 5 Project Management 44 136 0 0 0 0 340 520 $ 95,480 $ 95,480.00 Subtotal S 841,260.00 6 As Need Allowance $ 45,000.00 6 Temporary traffic control plans 0 24 0 0 40 96 0 160 $ 32,000 $ 32,000.00 6 Structural Design 0 0 50 0 0 0 0 50 $ 13,000 $ 13,000.00 Other Direct Costs $ 5,000 $ 5,000.00 Total Hours 44 I 418 I 696 I 964 I 916 J 862 I 486 14386 $ 886,260 I $ 5,000 Total Project,NTL' ` $ 891,260.00 Attachment 1 BOYNTON BEACH UTILITIES FDOT AND CITY OF BOYNTON BEACH UTILITY CROSSINGS f / Ii _ akI 4 f ^' 1 3 n " -I .rs.ene-- '. y/ ! e€ i I '>: :':II_ _ __ Y S3 1 : SFWMD C-16 CANAL// 22.1" Sgb .rm.n w•r J- -1.II.,.1 1 - I _. PROJECT LOCATION "n - I -'••r,••L 1 MS OM SylI :wwn € 8 ! i ' -- .m �_ oma.-�4 ''22'.2..21 t nn.w_;--1 rr«r . CITY COMISSION , 4 DRAWING SHEET LIST IM � 3 I •�€ ��� L01.. r�� SHEET 1:COVER SHEET MAYOR TYPENSERGA adsoyneon'Ra i 'p II, „, a I.,22". b.nl. SHEET2:PLAN SHEET m VICE MAYOR DISTRICT III THOMAS TURKIN a ° "^ 1' SHEET 3:PLAN SHEET DISTRICT 1 ANGELA CRUZ i ��� i II ISHEET4:PLAN SHEET DISTRICT 2 WOODROW L.HAY ,. i_ I I ;'-..:...I , 1,„,„„, SHEET 5:PLAN SHEET DISTRICT 3 AIMEE KELLEY F. € SHEET 6:PLAN SHEET .r... . .w�wwr - - € s I w SHEET 7:PLAN SHEET m N I•- 1I� I o... _E.OceanAve I SHEET 8:PLAN SHEET .',I I . 3 Mr.r Ill ; ,Ia g z _ ,.Ar.„I.A o SHEET 9:PLAN SHEET V. w..p ,,, I e e B � N�_ * " SE' "" L SHEET 10:STANDARD UTILITY DETAILS nti Zed s w ,. n„bA.. _ -1��T1 N Iw t w - x IIL i t € V—)E¢p e}1 e... 1 [[ 1 .nA.•A—"A.... I A� SFS.IM E 1 r I , 1 Jy3E.._�wwa-s 'i _;S ' ..E_w"n,.I .n... s, l_ ” " i : S,Ewen ' °ice. --J II£ew.n^M� . sw nw i '171 1 s.m A..-� i 1 s _ I/— x //./\[;.'//. % �1 .,' 1 —1 w:nw. — I ,Ean»!— .1 I LOCATION MAP 1 1 NOT-TO-SCALE t PROJECT ID NUMBER: D418-023-6 i 1 1 D E � a ani IDa •. Boynton Beach Utilities l � 124 EAST WOOLBRIGHT ROAD BOYNTON BEACH,FL 33435 1 X19-:. O °"a"2'2 e00 FDOT 8 CITY OF BOYNTON BEACH 1 / avxm en la SHEET NO swum et la UTILTITY CROSSINGS 1 OF 10 -�... sum a saw pt 1 A ,,si"- t I, . 1 I - Inik 1.44.8 OFF ail, \ oTay;TI.V:4//Ri‘i'VOLW \ . •"."'" 7 31.1=4,-31.1.1.2.04/.LT On.lot V/(II ORR ,`*"7"":•\,,,, ,,,,,,,,., -\ .,::,... ..,1.,-,0, ro TI•111 Ow Ao lr-04.10.d Mt MO Ll ,,, , 1.IF. \ rA A r....— [.'14- ' r in.ws/rp•*MT.1.all/r/ALLY : "4141=ZAV'IliL N ma+tr I ',rm.Ime ar srs net , , cej,r-,7,,',.. ' . r e 7 g4.-'• i 1 A,- - t ', • :'Y'Y Y''' 9,".'• • 3,;a=o,t,./.v,r4=44: ..,:-) )• •111.0“1”1,11...t -- / ./ 2, ' 22 4.3 • i i_o' • 2$ ZS ,7._- 2TT , -.-02.-,..-...., ___—__•_—to —..,....,,,......„.... f .__, ----------------------"-----NE<2 ----$PRIV, Viims. L rr.- !,^r—r. -igvr,-°---- If MIT h.V NE OITU.11/../...V le.d.10 wa le MM.< i t SR 80$(BOYNTON ISEACTI MVO) $ ,i 7:.‘4%T.Z ti i.7::R=AL(.1 • kr§y„', , .,... ___ ,.. • 1 • Or MI NT ! ________---- 7,---- -"-7----'"-----'----r '--• - / , . , /-,.•..---, ,./.- ___ A ri. Nik., ... .:::- •, :.. ill, ,-7.40,.. itY r --, .,, , no 37.4.err 472., /WOO WO..VII=V ,........gy. =,1.—„vt`g....... Y t'.."`*"°` 74.-41.4"ttFiti::•"'").'.'"="7: SI VA 17/4/./11•..0 tarrand.reivr 1 i [ I I 1 I OwIt i IMINE111.1•231. - Z.Z:ERNi• , MON Olt If WPM i 7--- , Boynton Beach Utilities 1 / -------\\ 124 EAST WOOLTBRIGHT ROAD BOYNTON BEACH,FLT 33435 rm/Ammommul /1. ,::: F DOT&u TC,ILTYT 1 TyOFCBRODYSNSTI NOGNSB EA C H SHEET NO. 2 OF 10 - .Y t'''„,s'...,'' 14 n'. ' _titrZ Y t, , MA1. .UNE SW 40,9114,1 9B. �ca , ,Arnot ALE c5. n'SP„ ':-.-'-'11,, /I - rii ySd.... \ \ / ''' :2dP�. — ram '"O -212"I ._ - - -- wa, / wora ew.n dry fill •FO.RM. ....,..,. ,4 _ _ =-°4� ti." f — _ ria.. r }& llingiaiii `• . = M. • . .=��•/ /»E a y .u a i 1 y �A,Pty� 1116r ., <Rf fl\ ���� _��leo TON ee a eLw.I®_ (.....w�x �t r- `2 _ _ immiimmum___ M _. i ..- Nin -°"•.'.°--\� aa S 1 ® ...,..,Cr....... .u,rro� jAiC LME a A.1l1H5 7g I ®oewcs tN„[U�m. A ' 'w� m e roa tiawxi 1 I I 1 i fS t I } 1 1 t u. e..11•1016010 eMs IR R14101 On In MIRA \ Boynton Beach Utilities 1 1 124 EAST WOOIBRIGHT ROAD BOVNTON BEACH,FL 33435 { FOOT&CITY OF BOYNTON BEACH SHEET NO. Arvnolm NEVE UTILITY CROSSINGS 3 OF 10 /al M lO�1 NI yans MATCH LINE ST 307479 49 . � n aa, w .o al m I II 2,,V,.$2, �1 ri4 z . vrn rot Ia 1 41 1 ' Lm7pe 3..,, ee¢ ror. s ... w. 1 .......era ,........,e,:...< 'l Tom' / ��....... - ' ,r .awi...l.. -'41".--",� P ` `} , ..... /i/ Ott 1.}N' ........ ..M.a�. a I 91y °kc f �. sn eos(eolNraN aenc law) �.�,,, — , �V/ - Ii Ir_ six -. .a*. " w r a I 1 1 ..o wiRw I•(. A) X11, II' ..x* I 1I ,��c.ws n.�......,,...�. m... ''v'. I I 1 MN LIN' 4 w' i/ • En ri 9r 1 I i i I . i t I I 1 •. ..,?,..-A.,. ma_ va.l OM a /Amy s Boynton Beach Utilities 124 EAST WOOLBRIGHT ROAD BOYNTON BEACH,FL 33435 1 WI 9-19-24 irwe - //r-,-,:„4%.73: FOOT&CITY OF BOYNTON BEACH I / ...won' I UTILTITY CROSSINGS SHEET NO. a wuE.Ls""SNOW 4 OF 10 Ilt 'YMCA ICE.UMW .. e,.� . i si....,,.....74 J.:F.e..v •••••'''4!'?!•1..,'1 41 5,, STA SW..141 4., \ f 8, VAZZ ZZ tai6L • r s, ss sT 111W11,1 . ▪1 t \ 1 11. _. ! e v p„•.••••••••...• \ .A,A.A.AA C....”A I o _>"i_..J.+_,HOVNTON_BEACH_BLW.)_ __ROADWAV_PLAN__—_ 64 1 RUGuatp 16 MIDI MlC BY IMlIM / Boynton Beach Utilities 124 EAST WOOERIGHT ROAD BOYNTON BEACH,FL 33195 MIF:6-19-24 YwrB B";' RAW WATER MAIN FROM LITTLE ��Br LEAGUE PARK TO THE EAST SHEET NO. /RSV.BY.YE WATER TREATMENT PLANT 5 OF 10 scut�a sow S•••••••••_.„........ ..”.•••my. . ...•• • ••••••.••••rekiTti et....2..0Z.Y.A. In........,,., =L.••0•6-1.¢or __ .Roam IS lo• ...... •••••...„....4 I ".....•Aar.••• ••ldtlIf r....7•...L.._V LT-.47.•LT , ...........0 O. I ver. .. .....4...,'..... 1 ..i. , ... 1 I 4,..„ / f.'s, - i 7"÷:',,- — • T- _,..e-,,,.,7, , ___ ' —...•,;. ,,,, v, , ' .0.-•:, ;V"./..-.40% %.1,,--,.X''.1! .drf-g•-•1T-03 " ;------ - -.:''''''' ' , . _- . . '".. .----.7;,,;,;, P3;g1,_ --------------- ' ,, ' . _ :1 'EE 17Wr.: • la I • A' .z.,.:,=:,,. _ __ --1044.1__ ,,. ------1. A--______ RN..,,t1' ,,,-.----,... ,r,,..‘...-. _7 ••••••— ,,,,•••••••IMM••••••Errs 1.•W•••34.••••••••-- WA .•••..• • • My, ------- — 'WA..,•as•••,,,,„....4.. / 0 /,, I • ft-1 - '‘,•P.I9 . — —____ I t 1 i -------i---____,L . I •_ / { I / 1 ; t t I Emmazzo71111111111111111,;; RoAn.oyivioN BEACH FLY 334371m--0111.111 I r"""I=IIIIIIIIIII"la""" irIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII"lill""I"TY GS I 90 .11°1 .1.1.1...laftiggilaliftilagiiii DO IT C TY OF BOY L....dy yn on Be viral ...,:.........___.12.EAs.r......._:R._w: IZI2: ±2.. uriL pa cc,hosUs,Ntiiities NTON BEACH SHEET No. 6 OF 10 -z SB 91 9(I-95) - 9 Ta ,.'m ro wv.r -.. 1 P ill t __� ��----'- �.w� a» i9e -— -l9 _ � . ._-. -- �- 991 9 l-9s) .... iEbpn ma o+ xe 91 9(�-SS) '..;.veal 3 ,T.-- n.�.v Ri." - - ragrIA;a al 61:1(1 rgf 7--— mi. i '' '''' ' . -'-------- _ -_. . -,...„---........a..............„.- . .....,.. ri ni w,,,, ilii iiirvdii///Lii.O / naryArr 77 /. An, i- ,r r -- • fir. gl co ,Ap. ® rr.„, -. 1« r 1 I \ , 1 i I I I. V 11.111.11.1.1 1.11111.1. It Boynton Beach Utilities 111111117/.OM 124 EAST WOOLTBRIGHT ROAD BOVMON BFAGH,FLT 33735 1 F 1=1:31:111111 FDOT&CITY OF BOYNTON BEACH SHEET NO. 1 / ♦.w9.tB e.. UTILTITY CROSSINGS 7 OF 10 \_i s/.rta 9o99 it SCA. .fIll S9 SR 9(1-95) 1 1 I IiiMillilliCifinalni== 5' ... •211 709 11111111111= I I 1 1 -=.9..'9.9./.949.9)99.9,.9. ''air 03,0tratAT=/...df: 59 50 0(1-95) .5.... car sant ame.r. 1 g 11111:11111lillinillifts, , -1,-; ' r cat 011100010010.0117 . I I allwOr/MO MOWN ram/••••Mow A '754 I 74741" .,....,,,,.,,r_............ li /Won no•rem,0.wow/0•1. / I RAMP B OM 010/0010101•0300 ,TIT:Z.... a 101011011 0112 If IIIIIM -'\ Boynton Beach Utilities ' 124 EAST WOOLTBRIOHT ROAD BOYNTON BEACH.ELT 33435 OM 0-10-01 i ''''.7.: FOOT 8,CITY OF BOYNTON BEACH SHEET NO UTILTITY CROSSINGS 8 OF 10 111•17111111 i R656.5R 11i,IMMINIMIMMIIMP. t— 16 MO r f 1 i ,....,.... 2 I ' '4"......................o...''' 1 rroLs..4575..=rsot pp, ,, 1 I MM.OM OM I g INR.rnrA.E.a1-4.01 I It,TT. .4'4 AirroZ.Z.ag. I ROW.PIPE R.R.,RE i f I IL___ P WOMIIN le.In. ! T . i 1 I t I o.,Ara........."7.,., 2 2 2 '„;1T,r,„K•27,,rc1.1. 011 ::=MII•11 1 .....,.....,...., 110.111.11PP RR..TEM Ono. =,..... II I i / I I gigction'"' I ......-=11=1.=1=' i Iiss.ess Ps, KID f1131113320 011111IIMIIM„, - 1 ' ,71••74•”,"9""•••••"''' 1 II t I t I 0. .....c, i II 1 i .•••••.. 1 I 20,12. I focWim764 Xi!6•20 -..,5 1 I i 1 i 1----.11,ROM. / ..-,A,.o a r A R,»',,'''.',,,','...,n•r,, Ti i [-Soo or ma.. r to.OP NANN61-—Gill RE AMR M.. 1 NEMO 2 2y2 roma•,.,ammo is Rpm. I , ,,,,,,,,,,,,,y.,,,,,,,,,,,,,,,,,,,,,,,,...,,,,,,,,,,,,,,pr ,,Erti,,TOR ma.7T Rartn,o omy c01/5 I I ® f I ..,•,.........••• i MA A RR.C-16,AM FM MR PEIECOML Re WM.IMRE=POLERIORL 1 1 1 1 1 1 1.1.11111.1111.0.01 i •1r11 ONCE LAMM SYR RR.REM WEE MR low•MEOW WOO.111,10.01 CV esirEd NI.mein 'Al 1 1 I ,...,... NI.E.:..r.Ra 01=0 CROY BE...Real,IrrII::arm sou r sr se ss sonsorr I I BILLMIc r. i aces 1 ' firiror."==::::::".1." .r::==.1:=4,': ao,rre Ila MK*RIP•C WIRTY AS i .,,,,,,,,,,,.t:s.[1,721•AK MK.,,,LL KR.y.,Ky.,. 1 r.,K 0,AR 17.37treTid A•47 ri 0 r f YU 1 BOYNTON BEACH UTILITIES DEPARTAENT CONSTRUCTICM STANDARDS A DETAILS BOM2ITON BEACH UTILITIES DEPARTMENT CONSTRUCTON STANDARDS A DETAILS BOYNTON BEACH UTILITIES DEPARTMENT CONSTRUCTION STANDARDS•DELA. BOYNTON BEACN vrtmEs 55NAKTmert cOMITTNCTION STA1.5.4ANI•DUMB WATER MAI SEWER SEPARATION r.:T"Os:;‘; Nornar ORE 7-',,T1",:,,V IP orig.OM rEC STATEMENT .116,... . ''"11' HORIZONTAL SEPARATION DETAIL VERTICAL SEPARATION DETAIL .....,...... PRESSURE PIPE VERTICAL DEFLECTION T0-2B ......-.,.......... 0-2A ..... .,..,,, dfr ,,.....,..,..........,i ...m. ICIIIVI'7D. ! ! ( 1= -.----.•---------,------- ! Irv.REAM c ocunE 10.403 Rm."WM..comm.10 to MEM am OMAN. [ i 1 hi :::"'""`Tr•I'''"°1.1 . . III 1 sus sa ea cow.s ass.ros g 5 LS rai LI,I=um,rt.rmael QUM(3,3.0.1•WIRAnow,ERc Kw 0.0•11,15ORPRARPRE TOR i• RIM lal CIACIAMMIARI ME WAR WE 04,019 Er OMR IN.1.1.0.017 DRUMS 7 Au OM We RAu.NE roolOug•Cr IMMO 6 RIMER Pi AccoRrAiicE MN DEMMER VIRR....,RPM 10 A , _ , •• ,:••.:- :.........:. ili i g / =MEM._ 2P.O,RE flea.,ERR et 00.MEV El RE TREIRE 0!...11140.9 essernos i 10111r I I 1 I I I MN illatli= MK ,II= 5 1 51" V557"5., ..'712w5V.rs5:istm' •-•...a — — -- i . III II i 1 J IiIIMIIIIII.KLIEN MM.VON/RA=Re MIAMI ID NOM NS 0 I 5 =ER,r.ut.,,,,,.,,...!....,,,,.,x,OER=RAZEL.......,WIEREEIR REIREEEREIR E.EERREER,RR.RR.' i 01 MOWS OMR PO MOM 1-1., i 10 4:ma..Tract.Ma PK INKY EL momo..0.1101 ROM N.KLN MAYER III ON TAMA"Mu El i 00/01/0152/0 10 ' 1 ._ _ ____ 1,, Orr WARM.Inal NE Rpm AT RE MK Cs SAW. I Ill I IIMMIIIIIII I lb!Ion'111.".."4"*- t•••,••••••.•• ir= t i i11- ..6 ORTO.f.wOora.•NOT I 71. .„... Mar MEM ...... 1.1•1,KM MAMA 212?' [I P Awe La I I. j' Imam cpuomumen. e as es r. st vs 5o.rr. IMO MI MR E.NM '4%1 """" r ••110.R. PR sae ss.sr ROOM 0 I.'IL no CT KIR/RI I WM.MILL or Mt AM I I i I freercre”II.on,nEmomnAnx oaf.-fon, ="...L.''''"..-0::.''''''"'7 :• .".• 17... i :"÷r" 411... ., .. ,=,..... *0 MA IA R. - , .1 RE 5.[IRE/.Mu SUMMED Re in pew Loc..711 0PROMEAR CORCIIER Rale RE PR 1..1141 I I .... ii 3 sr sse ass re surto•A or se. i LA5r4r7e7.5....444' I I sr am A.r. I 1 , ......„,_ att WO./Pi AMC Otdr5 Or mu•AY 'PV:07.4,1&.%:,,,r.7:=PPE==TA l''''';Tr 1 1 i i• RE On¢COVIRO,OWRIMI SEAL Mu,RN ALL OPPLPRIS MD.WV,vas A.no.,... I 1 I MOW Iva..R....affforwee RI.MO1E13,4•3 A EOAR REM•Tett ... , ! i a ,••••••,..........,............n,••••••,......••••• g 1 3 00,93.11R RIALL.Mao Fa-,ream OE ER RPM c TREE ir me woo r wo u•oe worm.memo,MD 1141.157 SORE MSM=BOIIMPINIL IMBINMMIS -— r 26•.1.OW IMORTS CON.WI.11 11,6177.1119,Fr 40,4 II(VIIMI O.114,..., 1 . g .1 a=.......c........,r.,.../....114 um or........................ 1.1.181•11•MMIN so AMON ERIE,,,,, Pt VANN it BOYNTON MP.UTILITIES DEPARTMENT CONSTRUCTION STANDARDS 6 DETAILS,.., 1110 TYPICAL TRENCH DETAN. KYR MI, d1r. ip SOMATON BEAM MIMES DEPARTAENT CONSTRUCTION STANDARDS 6 DETAILS '2 BACTERIOLOGICAL MAIN CLEARING PROCEDURE BOYNTON SEA.MITES DEPARTADIT=MATRIX-TON STANOBRDS A COTALS TYPICAL THRUST BLOCKS .... (--- -- Boynton Beach Utilities ...,...„, 0,...,6. , 124 EAST WOOLTBRIGHT ROAD BOYNTON BEACH,FLT 33435 1 `1,Z.^22...,„....., ''',...r........... ,5-4 '''.4`......H' .....,_ OAP 0-19-24 ,- Apl. \\\.,,._.. /..7 FDOT&CITY OF BOYNTON BEACH • SHEET NO rev.. liE ....SCA —EAS WM— UTILTITY CROSSINGS 9 OF 10 ii•OINNA MOM Or PPE MT)30 Ile 1•61111.•••3 . -- kippd0 pp. Mlanillalla Ellin V.......... 11000r4 me LIMAAL.ILALJU_ZWL.111L.71...M.:1 I ...,nano.noEILEIN31:1L_P11111111:11C11:3 I 00•OrE 6,.02.ovaam 0••111 i.utor.•,,..=,,,,,,,,sown To.„„:„„."."7"..,„,„7„.„„.„.,..„.....L.,..„:„.„:Z„..„7,0„„,„,, 7,77:74,.....,6U W ELM....BAK.IRIM/B../ rzr i I ! .•.7,T. icor 1:1000001:10001:30 d F 1 '" ... GICILICICILICICIOCEIGI , .;N MICHOCIOCIOCIOC1101313 I I' Fvf MCP r r 4' r I, Itt. 10 W It 3•-•tom..,MACIEIEICICICIEICICICIEICI t mar It -„„j:,,,,T,..onion on an on an on ow an 010010 me no II BniCIE10113011311313EICEIC g 1 1 EGIEti,11:11112EICICIECIEICICICICI FAIIIIIIIIIILIEMEILICICILICI ..., IL11211a1L7LILJIIG-1LAL-11-JEjL..1 , i 1 I ..aggER-Imor--.4-,1,---a aiy:„.,:e.:z.,,,,:.."_ ,ir.. --,....:,_,,,:47: i EzEIREIREINEmzsgas nautea I'At.... 0 .. 01/ IZEMEralgagarMEMEM 1. 20t10 lielM... 111. P an D Z.%“•• ".. •. mirlIMMEINit', 11,51.e..a Da 10010 Nan. i 1 EilinEllagal2E131311MEM r otimort IlitirAWINIMiii -....t...---,. 1,,E,,:=,722.7z6-4.--fg-.z.-- ,„,.,.....r pg.,.,....., .1 1 EZEBEMICINGUE:111:31COI=IC3E3OZMIMMI 1::::171:MEMEICNIZIEBEDMII:=11:3= IMSNIMEMME7101111GMEMZRZ3=11=1 EMIll ) mop••3 Dom ..7.14Wit.' . Y 1,1 i 012Mitai3C3======111111== oe...—,..... Ir....z..n rnr.7". ,,,,..., nn.n na.V 111,‘Perl 1oulor.11.01.1 ! ...aX70`07r IEMMICIEIMMNIMINIMMINIM=MINIIM E7DIEDIE31011-3101•11====== r E7CIECIMIC/E3110111====== 1 I.X.°;:=.7.3" 1 0. r00.000 1000 i i• sIBMIE:711MIMI-11:71===== i i i .mr.nEncirari.mrarimismos g 1=1:11=11=11131=11=1C2C3C3C1MINIO= ,5 NM* 1 5 - 1:1131=EZIC:11=111=301=11=11a1E2BMI= 5' az,„zw.,..-,04.....{74,4,.. r ournu.nna n n annn I LIANELATIIINADCW2CM _laILIEJ..ealialeaezLicauaLico_ 2 mown mons.0.no can sou•wor Din ran,ma,,n Knox 10 0010 1 3 Baru on 100010010,Imo.••warn no 1.3.0 mom no..ow tor new OrwOr I I I, OO00 er.......'pp,,,,,.......,...,...............,.r.:,......“.Imo. 1 WM § 1 1 7 AM MP.WM*WI.NM WI 0II roam Po cow,tir moulds i ;r3'=or''''..."•rZ—1'Pi.%"+"---1--.r. .ma:. 1 :.,..,...O7.=.7i;;FFIFtreme.'"7,ZeriVal7.7".......ro u n a LK.r r ztn,s .stow woo•Pow no.3 morn••In=Not ow we Ivo tom tow•a••••••mtre norm to room.Dow no Au.omit••••••matt-er-mr )••••too ow room mo3 our vo sr wet BO..BEAM MTS.DEPARTAENT CONSTRULTON STANDARDS li DETAILS BCSTITON BEACH mums DEPARTMENT CONSTRUCTION STANDARDS A DETAILS BOYNTON BEACH MIMES DEPARTMENT CONSTRUCTION STANDARDS A DETAILS =1.75174' * PRESSURE TEST CRITERIA IN MECHANICAL THRUST RESTRAINT- ..Z rte., WATER MAOFFSET AIR RELEASE VALVE ew I OW MINIMUM PIPE LENGTHS AND MANHOLE ........ .... 05. 00 eal". 0 11.=00 00 7— iontr none-, 1133.13,6 SCR•6ottl I ' I \ i 1 ; I ....................,,,,„, „ . .. , I I ; I 147,1:ora,Y.Zon -: 11.-t,MX 1 ii r ; ! ....., ....,...... . 1 6 .. i 1 tom rot. oo.••• n annonow ..a aa,„ - n IMMO tor e n von, 1 _ Man OVOK pi o ....,,, , ......, ar .5 AgaIRIRE.. .4"51'.... 11 .„,,,,, 5F a, r 1 .. ___ 11 I" 0190•11 ...16 1 r ii ==.77, I g t 1 w 'w 14W.,~4PM/Ibit 7 I tam*Nom •13.-Nei coo Meta .'3., -=., mar I = ,,,VZ...T: / 00011.01.9 ss,, W.r..i.e;,T= — 1.=1.161. I IMMO tI MOW WOWS TS,ale 1.4 I NOM CO•ILLYil 0,110 RR 8.7•11.104 rt.OM NCTION.ra nos ow.a TONBED la woo t 3.3•••••••:•••00;.•....0•••A••••••,..•,,,,,•••••p•ty. I ' mot too My•••=ettr.zt,,,..trot.,•3 Aci•ono......•toto=.......er La nor tett tontoott Ps TIC i •Lal.0 am Forma ; 1 tat="3=03•F;;;thooPoottoo•733o=tatottirt moot, I W.A MT MO OSSW, 0 01•100,4410 11•61114.1.4101 ,,...na r— : I .ow MR I na,A anon n mr.',Kann once. 0010 5 1 5=era nun teccato Ku ay..•wow moon VS MM.oewe 1 •moR To T.,c,xy.Loa fum0c 0.1.0011.10000000 MACY WV,1.00•••11..T ! , l.nn was NOLL IX MOOT OE C0M-Plail . . •ALL mean.....01.3..•.....0,an-aono,on, II, .,a,,a,aa a,,,,,,aa,a,,,a,ca a,,,,ra,,,,a,ajr.,,,,,aa.a,„,,,,,...a...a : I In man Ina,a le ann.a non,ca mann ne san a nu....,man a,aa nea ana swan t m Rom out sou•3 on we•r•motooton. i . .Lu.......,..,..,,,.0.00.0u,,,,,,,,,,,,,,.0.;,,,,,,,;;;;;.;...ttt.op...n.0....;,..0.0 MR 1 11 o 10000••••••tom 30 IC Sewn to vow,out we somoo co ott to i 0 .,,,,r t0,,..•,o00100.,000.:5=,..p 101000000 ts...•••;••••,,,,000.;000 ot; 111111•1110111MOR ix Kt row mo tro•t•;ewe tear to ve ormane sten IILIONBIlla .' / ::=we c%st cow not•too morrtem„,,,:o••*IC WROMKP mot no vitnt••ot max vott ! ft. .7..,..„..m7.Ilf MN=.:Ft..17,Mr.nromwn,,warn .1.11.1111M11. M. 11BABICN WE fff WOW WORM MACH LMLITIES DEPAtingraltn corerniucnopo STANDARDS A OETAILS BOEA YNTON B .1111LITIES DENTPARTMECONSTAUCTION STAMM.a DETAILS i- -- Boynton Beach Utilities G P FORCE MAIN OFFSET AIR RELEASE VALVE =MT •,„. . FORCE MAIN ..717,;27 124 EAST WOOLTBRIGHT ROAD BOYNTON BEACH.FLT 33435 AND MANHOLE PIG LAUNCHER DETAIL . 8-115 n 5-19-10 .11 /r„r„:::E FDOT&CITY OF BOYNTON BEACH Ks_ SHEET NO --;—, a,a, UTILTITY CROSSINGS ,,,,n, 10 OF 10 Attachment 2 FDDD Florida Department of Transportation RON DESANTIS 3400 West Commercial Boulevard JARED W.PERDUE,P.E. GOVERNOR Fort Lauderdale,FL 33309 SECRETARY MEMORANDUM DATE: November 14,2024 TO: Thuc Le,P.E.,Project Manager FROM: L.Juliet Ashbourne,Utility Project Manager .%i COPIES: Christine Fasiska,Mark Madgar, Ron Capobianco,File SUBJECT: UTILITIES CERTIFICATION Financial Project ID: 435804-1-52-01 Federal Project ID: D424 041 B State Road: 804 County: Palm Beach Description: SR-9/I-95 @ SR-804/Boynton Beach Blvd Interchange (Interchange Improvement) This letter serves to certify that the utility package based on the approved plans dated July 19,2024,has been implemented and is certified.All utility work has either been completed or the necessary arrangements have been made to ensure it will be undertaken in accordance with the physical construction schedule. Furthermore,the utility is hereby certified as fmalized independently of the agreement with the City of Boynton Beach. Appropriate notification identifying all utility relocation work together with status of/or schedule for completion for each company involved within the limits of this project has been made a part of the special provisions package. This certification confirms that all required steps have been taken to ensure proper coordination and implementation of utility work as a part of the overall project. The following utilities and their involvement are listed as follows: Estimated Utility Agencies Disposition Reimbursement AT&T Florida Reimbursement/Utility Work Schedule $ 482,125.60 City of Boynton Beach Reimbursement/Utility Work Schedule $ 1,158,033.79 Comcast Reimbursement/Utility Work Schedule $ 8,007.50 Crown Castle Reimbursement/Utility Work Schedule $ 68,934.00 Florid Public Utilities Reimbursement/Utility Work Schedule $ 266,042.65 FPL Distribution Reimbursement/Utility Work Schedule $3,275,000.00 FPL Transmission Reimbursement/No Conflict Letter $ 20,00.00 Verizon/MCI Reimbursement/Utility Work Schedule $ 160,899.91 The total estimated/anticipated utility reimbursement cost associated with this Project based on provided documentation is zero dollars($5,439,043.45)at FDOT EXPENSE. www.fdot.gov www.d4fdot.com STANLEYCONSULTANTS, Inc •� m Niu 1641 Worthington Road ) Suite 400 ) West Palm Beach,Fl.33409 561.689.7444 ) stanleyconsultants.com DATE: September 17, 2024 TO: Kadian McLean, District Utilities Administrator FROM: Dan Hill, Utility Coordinator COPIES: Thuc Le - Project Manager, FDOT District 4 Juliet Ashbourne - Utility Project Manager, FDOT District 4 SUBJECT: UTILITY CERTIFICATION Financial Project ID: 435804-1-52-01 Federal Project ID: D424 041 B State Road #'s: SR 804 (Boynton Beach Blvd) at SR 9 (1-95) County: Palm Beach Description: Interchange Improvements This is to certify that for this project, based on plans dated July 19, 2024, all utility work has been completed or that all necessary arrangements have been made for it to be undertaken and completed as required for proper coordination with the physical construction schedule. The following utilities and their involvement are listed as follows: Estimated Utility ALency/Owner Disposition Reimbursable AT&T Distribution Reimbursement/Utility Work Schedule $482,125.60 City of Boynton Beach Utilities Reimbursement/ Utility Work Schedule $1,158,033.79 Comcast Reimbursement/Utility Work Schedule $8,007.50 Crown Castle Reimbursement/Utility Work Schedule $68,934.00 Florida Public Utilities Reimbursement/Utility Work Schedule $266,042.65 FP&L Distribution Reimbursement/Utility Work Schedule $3,275,000.00 FP&L Transmission Non-Reimbursement/No Conflict Letter $0.00 Verizon/MCI Reimbursement/ Utility Work Schedule $160,899.91 Sincerely, i n„ Dan Hill Utility Coordinator Stanley Consultants, Inc. Rule 14-46.001 F.A.0 FLORIDA DEPARTMENT OF TRANSPORTATION ��0-010-05 UTILITY WORK SCHEDULE UTI 1v16 Page 1 of 4 Pursuant to Section 337.403 F.S.,the UAO and FDOT agree to the UAO's need for relocation or adjustment to its utilities and FDOT's need for a schedule for the UAO to effect the relocation or adjustment.This utility work schedule is based on FDOT plans dated in the project information box below. Any deviation by FDOT or its contractor from these plans,may void this utility work schedule.Upon notification by FDOT of a change to these plans,the UAO may negotiate a new utility work schedule.The UAO agrees to notify FDOT and the contractor in writing prior to starting,stopping,resuming,and completing work in accordance with this utility work schedule.The UAO shall obtain a utility permit and comply with requirements of the 2017 Utility Accommodation Manual(UAM)for all work done under this utility work schedule The UAO is not responsible for events beyond the control of the UAO that could not be reasonably anticipated by the UAO and which could not be avoided by the UAO with exercise of due diligence at the time of the occurrence. FDOT PROJECT INFORMATION Financial Project ID: 435804-1-52-01 Federal Project ID: D424 041 B State Road Number: SR 9(1-95)at SR 804 County: Palm Beach FDOT Plans Dated: July 19,2024 District Document No.: UTILITY AGENCY/OWNER(UAO) Utility Company: AT&T Florida,Inc UAO Project Rep: Garth Bedward Phone: 561-540-9263 E-mail: gb7410@att.com UAO Field Rep: ..colt Martin Phone: 954-695-0573 E-mail: sm1308@att.com UTILITY SIGNATURE I have reviewed th F POT plans re need :•'ve and submit this utility work schedule in compliance with UAM Section 5 and agree to be bound by the terms of this utility work schedule. UAO Res\\ — Date/ Name Kevin B an Title Associate Director ENGINEER OF RECORD SIGNATURE I attest this utility work schedule in compatible with the FDOT plans referenced above. EOR. C /<(I• Date 8/15 2024 Name Cyn tttt is J.Kendrick,P.E. Title Engineer of Record APPROVAL BY DISTRICT UTILITIES This utility work schedule is compete and acceptable to FDOT. FDOT Rep. ' 'c�'tG"'"" 11/14 2024 Date / /_ Name L.Juliet Ashboume Title Utility Project Manager SECTION A: SUMMARY OF UTILITY WORK The below days are the total numbers of days shown for all activates in Section C of this utility work schedule.The breakdown of how these days are to be incorporated into the FDOT project and the dependence of these days upon the completion of other activities by the UAO or others is shown in Section C. Days prior to FDOT project construction:232 Days during FDOT project construction:330 Rule 14-46.001 F.A.0 710-010-05 Financial Project ID:435804-1-52-01 435804-1-52-01 UTILITIES 12/16 Utility Company: :AT&T Florida,Inc Page 2 of 4 FDOT Plans Dated:July 19,2024 SECTION B: UAO SPECIAL CONDITIONS/CONSTRAINTS UAO Field Representative: Name: Scott Martin Phone:954-695-0573 Email Address:sm1308@att.com 1.All work to he completed during normal AT&T daylight working hours(8:00 am to 4:00 pm;Monday-Friday). AT&T's resources are constrained to preclude completion of AT&T's work at any time other than described in this utility relocation schedule. Certain events"Acts of God"or Presidential Visits may require AT&T to suspend its work on this project. AT&T will notify FDOT's representative when these conditions exist. 2.The drainage,signal or roadway contractors must always maintain 24-hour access to all AT&T Florida facilities during road construction.Call Sunshine One Call 811 two(2)business days prior to digging,not including weekends. All cable damage must be reported to the repair department by calling 61 I or 1-800-432-1424. 3.All correspondence and coordination herein are with regards to BellSouth Telecommunications,LLC d/b/a AT&T Florida(ATT-D)which is not responsible for facilities owned and managed by AT&T Enterprise,LLC(ATT-T).Any questions with regards to ATT-T facilities should be addressed to inquiries@pea-inc.net. 4.The roadway contractor must give ten(10)business day notification for all support and protect requests. If there is any concern of a conflict throughout construction,for adjustments or to arrange for an inspector,call Scott Martin 954-695-0573. 5.The contractor shall give ten(10)business day advance notice for scheduling and provide final grade/pitch verification for each manhole/handhole adjustment. AT&T anticipates only one adjustment may be completed each day.and crews may not be available on consecutive days. All manhole adjustments will be scheduled for daytime only. If a night-time adjustment is required,AT&T will require a minimum of two weeks of additional time due to limited crew availability. For manhole adjustments that require a curb cover or replacement frame and cover,AT&T requires 60 days for material procurement(if not in stock). AT&T will adjust the manhole to the roadway grade and supply the curb cover for the FDOT's contractor to install with the curb and sidewalk. Note that manhole less than 3/8in deviation from final grade cannot be adjusted. In areas where the grade is being drastically changed,AT&T will perform one manhole adjust at our cost. In overbuild situations,AT&T may allow the contractor to install structural road-base and asphalt over the manhole,at our discretion. The contractor shall survey and mark those locations and allow AT&T to raise them to grade prior to the final friction course installation. The contractor will perform all backfill,compaction,and density testing per their contract with FDOT. Only AT&T owned facilities will be adjusted. 6.FDOT contractor to provide five business day notification for retire facilities conflict resolution. Any AT&T facility found to conflict with the construction or operation of facilities owned by others,will be allowed to remain in place until the AT&T facilities can be relocated to a non-conflicting location by AT&T forces. All additional time referred to will not be construed to he part of the Section"C"Consecutive Calendar Days. AT&T will work with all parties involved to correct any such conflicts under a supplemental addendum to the approved UWS. 7.For all AT&T utility adjustments to be performed during construction.AT&T may need a separate SWPP permit covering AT&T utility adjustment activity within the FDOT footprint of construction. FDOT LCIS approval may be required and take ten(10)business days for approval. 8.If required,AT&T requires a minimum of two or more weeks to obtain national approval for fiber optic circuits cuts after all preliminary splicing and testing has been completed. 9."Prior to Construction"AT&T aerial transfers and pole removals arc dependent on approved FDOT permits.MOT lane closures,and foreign utility transfer and government owned attachments completed with all hardware removed from the poles. This includes concrete poles being topped by the pole owner to allow the completion of the transfer. If AT&T transfers are delayed by other utilities,the FDOT contractor shall allow AT&T to complete the transfer work during construction. AT&T work to complete the transfers by the letting date. However,all utility and government attachments must be completed prior Si AT&T beginning the transfers.AT&T to remove AT&T owned utility poles after all attachments and hardware have been removed.Non-AT&T owned utility pole to be removed by others. 10."During Construction"AT&T aerial transfers and pole removals may be dependent on approved FDOT permits and LCIS MOT lane closures,and completion of foreign utility transfers and completion of government owned attachment transfers completed with all hardware removed from the poles. This includes concrete poles being topped by the pole owner to allow the completion of the transfer. If AT&T transfers are delayed by others,the FDOT contractor shall allow AT&T to complete the transfer work during subsequent construction phases.AT&T to remove AT&T owned utility poles after all attachments and hardware have been removed.Non-AT&T owned utility pole to be removed by others. Rule 14-46.001 F.A.0 710-010-05 Financial Project ID:435804-1-52-01 435804-1-52-01 UTILITIES Utility Company: :AT&T Florida,Inc 12/16 FDOT Plans Dated:July 19,2024 Page 3 of 4 SECTION C: UAO's WORK ACTIVITIES Consecutive Act.No. Utility Facility From To Utility Work Activity Dependent Calendar Days (type,size,material,status) Station/Offset Station/Offset Description Activity TCP Phase Prior to During Const. Const. AT&T Florida,Inc.(Distribution) SR 9 at SR 804(W Boynton Beach Blvd)Prior to Relocations Approved FDOT UWS,Executed 1 Engineering Design Engineering design Reimbursement Agreement,Receipt of 45 0 FPL WR and NJUNS Tickets 2 FDOT Permit Submittal Permit Submittal Engineering Design Completion 30 0 3 Permit Activation,Material Material ordering,permit Approved FDOT permit 30 0 Procurement,and Survey. _ activation and local survey. 22+21.8,60.6' 32+22.9,48.5' AT&T to install new wood Approved FDOT permit.Material 4 AT&T Wood Poles Lt Lt poles along the north R/W. procurement,permit activation and local 15 0 _ survey. 32+22.9,48.5' AT&T to install new Approved FDOT permit.Material 5 AT&T Overhead Fiber Optic Cable 22+21.8,60.6' Lt overhead fiber optic cable procurement,permit activation and local 15 0 Lt along north R/W. survey.See note 8. Migrate working service to new overhead,deactivate Approved FDOT permit.Material 6 AT&T Buried Fiber Optic Cable 22+21.8,60.6' 32+22.9,48.5' and remove BFO in Lt Lt conduit.Note that direct procurement,permit activation and local 30 0 buried BFO to be retired- survey.See note 8. in-place. AT&T to install new 28+47.6,54.8' 28+47.6,54.8' overhead telephone cable Approved FDOT permit.Material 7 AT&T Buried Telephone Cable Lt Rt crossing. AT&T to procurement,permit activation and local 21 0 deactivate and retire-in- survey.See note 8. place BT. 28+47.6,54.8' 29+33.0,50.5' AT&T to deactivate and Approved FDOT permit.Material 8 AT&T Buried Telephone Cable Rt Rt retire-in-place BT. procurement,permit activation and local 15 0 survey.See note 8. AT&T to install new 46+86.0,56.3' 51+57.4,38.2' overhead telephone cable Approved FDOT permit.Material 9 AT&T Buried Telephone Cable Lt Lt crossing. AT&T to procurement,permit activation and local 21 0 deactivate and retire-in- survey.See note 8. place BT. AT&T to remove handhole 10 AT&T Handhole 24+00.0,62.6' after fiber optic cable Approved FDOT permit. 5 0 Lt deactivation removal.R/W _ restoration. AT&T to remove handhole 11 AT&T Handhole 49+94.5,45.6' after fiber optic cable Approved FDOT permit. 5 0 Lt deactivation and removal. R/W restoration. Rule 14-46.001 F.A.0 710-010-05 Financial Project ID:435804-1-52-01 435804-1-52-01 UTILITIES Utility Company: :AT&T Florida,Inc 12/16 FDOT Plans Dated:July 19,2024 Page 4 of 4 Consecutive Act.No. Utility Facility From To Utility Work Activity Dependent Calendar Days (type,size,material,status) Station/Offset Station/Offset Description Activity TCP Phase Prior to During Const. Const. AT&T Florida,Inc.(Distribution) SR 9 at SR 804(W Boynton Beach Blvd)During Construction Adjustments Engineering designforApproved FDOT UWS/RGB.Receipt of 12 Engineering Design g adjustments FPL WR and NJUNS Tickets.(Design I 0 30 will not be concurrent with item 1.) 13 Permit Submittal FDOT permit submittal Engineering permit design completed I 0 30 AT&T request AT&T Bid 14 AT&T Construction Bid Agreement Pool Vendor to bid on g conduit adjustments for Approved FDOT Permit I 0 30 drainage installations. Permit Activation,Material Material orderingand AT&T Staff approval 15 Procurement,and Contractor app val of bid.FDOT I 0 60 Mobilization permit activation contractor schedule. Expose and adjust AT&T Approved FDOT permit and MOT/Lane I6 AT&T Conduit System 21+52.3,58.9' 21+53.5,58.9' conduit system for Closure.FDOT Construction schedule. 1 0 45 Rt to 102.0'Rt Rt to 102.0'Rt drainage S-44,S-45,S-47 AT&T-D specialty contractor at SE corner of NW 8th St. mobilization.Availability of flowable fill. 17 AT&T Buried Telephone Cables 21+52.3,58.9' 21+53.5,58.9' Adjust cables in manhole P Rt to 102.0'Rt Rt to 102.0'Rt to eliminate excess slack Approved FOOT MOT/Lane Closure. I 0 45 18 AT&T Buried Fiber Optic Cables 21+52.3,58.9' 21+53.5,58.9' Adjust cables in manhole Approved FDOT MOT/Lane Closure. I 0 30 Rt to 102.0'Rt Rt to 102.0'Rt to eliminate excess slack Approved FDOT MOT/Lane Closure 22+21.8, Transfer or relocate Request Material Procurement.FPL 19 AT&T Overhead Facilities 60.6'/LT overhead facilities to new relocations complete. Other utility I 0 15 FPL Poles transfers completed prior to AT&T-D mobilization.Refer to note 8,9 and 10. Approved FDOT MOT/Lane Closure 49+90.2,50.5' 55+80.9,47.5' Relocate overhead Request Material Procurement.FPL 20 AT&T Overhead Facilities Rt Rt facilities to new FPL Poles relocations complete. Other utility I 0 45 transfers completed prior to AT&T-D mobilization.Refer to note 8,9 and 10. Rule 14-46.001 F.A.0 710-010-05 FLORIDA DEPARTMENT OF TRANSPORTATION UTILITIES UTILITY WORK SCHEDULE 12/16 Page 1 of 6 Pursuant to Section 337.403 F.S.,the UAO and FDOT agree to the UAO's need for relocation or adjustment to its utilities and FDOT's need for a schedule for the UAO to effect the relocation or adjustment.This utility work schedule is based on FDOT plans dated in the project information box below. Any deviation by FDOT or its contractor from these plans,may void this utility work schedule.Upon notification by FDOT of a change to these plans,the UAO may negotiate a new utility work schedule.The UAO agrees to notify FDOT and the contractor in writing prior to starting,stopping,resuming,and completing work in accordance with this utility work schedule.The UAO shall obtain a utility permit and comply with requirements of the 2017 Utility Accommodation Manual(UAM)for all work done under this utility work schedule.The UAO is not responsible for events beyond the control of the UAO that could not be reasonably anticipated by the UAO and which could not be avoided by the UAO with exercise of due diligence at the time of the occurrence. FDOT PROJECT INFORMATION Financial Project ID: 435804-1-52-01 Federal Project ID: D424 041 B State Road Number: 804 County: Palm Beach FDOT Plans Dated: 7/19/2024 District Document No.: UTILITY AGENCY/OWNER(UAO) Utility Company: City of Boynton Beach UAO Project Rep: Keith Webber Phone: 561-742-6454 E-mail: WebberK@bbfl.us UAO Field Rep: Brandon Eckenwiler Phone: 561-660-1477 E-mail: EckenwilerB@bbfl.us UTILITY SIGNATURE I have reviewed the FDOT plans referenced above and submit this utility work schedule in compliance with UAM Section 5 and agree to be bound by the terms of this utility work schedule. UAO Rep. W�C�Q/2'i 1):(7 Date9 11 2024 Name Keith Webber Title Assistant Director of Utilities, Engineering,COBB ENGINEER OF RECORD SIGNATURE I attest this utility work schedulelein compatibleatwith the FDOT plans referenced above. EOR.(25/.1-66:a, /1eitr: i Date 9 /17/ 24 Name Cyi& iia J.Kendrick.P.E. Title Engineer of Record APPROVAL BY DISTRICT UTILITIES This utility work schedule is compete and acceptable to FDOT. FDOT Rep. Date 11/14/2024 Name L.Juliet Ashboume Title Utility Project Manager SECTION A: SUMMARY OF UTILITY WORK The below days are the total numbers of days shown for all activates in Section C of this utility work schedule.The breakdown of how these days are to be incorporated into the FDOT project and the dependence of these days upon the completion of other activities by the UAO or others is shown in Section C. Days prior to FDOT project construction:165 Days during FDOT project construction:141.5 Rule 14-46.001 F.A.0 710-010.05 FLORIDA DEPARTMENT OF TRANSPORTATION UTILITIES UTILITY WORK SCHEDULE 12/16 Page 2 of 6 Financial Project ID:435804-1-52-01 Utility Company: City of Boynton Beach FDOT Plans Dated: 7/19/2024 SECTION B: UAO SPECIAL CONDITIONS/CONSTRAINTS Provide the City of Boynton Beach Utilities Department with at least 48 hours advance notice for City of Boyntom Beach Utility Locates. City of Boynton Beach Utilities'Contractor to coordinate with the FDOT's Highway Contractor for the City of Boynton Beach's Utility Relocation/Adjustments. Rule 14-46.001 F.A.0 710-010-05 FLORIDA DEPARTMENT OF TRANSPORTATION UTILITIES UTILITY WORK SCHEDULE 12/16 Page 3 of 6 Financial Project ID:435804-1-52-01 Utility Company: City of Boynton Beach FDOT Plans Dated: 7/19/2024 SECTION C: UAO's WORK ACTIVITIES Consecutive Act.No. Utility Facility From To Utility Work Activity Dependent Calendar Days (type,size,material,status) Station/Offset Station/Offset Description Activity TCP Phase Prior to During Const. Const. 1 Design Services FDOT Approved UWS 60 0 2 Permitting FDOT Approved UWS 60 0 3 Work Authorization Approval FDOT Approved UWS 45 0 4 Water Valve 21+03.0/ 21+03.0/ Adjust Elevation Pavement Elevation Change V 0 0.5 46.7'RT 46.7 RT 5 Water Valve 21+17.0/ 21+17.0/ Adjust Elevation Pavement Elevation Change V 0 0.5 46.4'RT 46.4'/RT 6 Water Valve 21+23.9/ 21+23.9/ Adjust Elevation Pavement Elevation Change V 0 0.5 56.5'LT 56.5'LT _ 7 Sewer Valve 21+67.9/ 21+67.9/ Adjust Elevation Pavement Elevation Change V 0 0.5 47.7'LT 47.7'LT 21+85.0/ 27+86.8/ 16"Force Main to be 8 16"Force Main 49.0'LT 47.6'LT deflected 12"below the Drainage Construction IIIB 0 10 18"STS Pipe 9 Water Valve 22+92.3/ 22+92.3/ Adjust Elevation Pavement Elevation Change V 0 0.5 47.0'RT 47.0'RT 10 Sewer Valve 23+20.9/ 23+20.9/ Adjust Elevation Drainage Construction V 0 0.5 47.8'LT 47.8'LT 24+53.5/ 24+53.5/ Support&Protect 6" 1 1 6"Water Main 60.2'LT 60.2'LT Water Main During Drainage Construction IIIB 0 2 Drainage Construction 27+03.6/ 27+04.2/ 8"Force Main to be 12 8"Force Main 85.0'LT 105.0'LT deflected 12"below the Drainage Construction IIIB 0 3 18"STS Pipe 27+86.8/ 27+91.5/ 16"Force Main to be 13 16"Force Main 47.6'LT 80.0'RT deflected 12"below the Drainage Construction IIIB 0 5 18"STS Pipes 27+33.2/ 27+33.2/ Support and Protect 3: 14 3"Water Main 94.8'LT 94.8'LT Water Main During Drainage Construction IIIB 0 2 Drainage Construction 3"Water Main to be 15 3"Water Main 27+35.5/ 27+35.5/ deflected horizontally and Drainage Construction IIIB 0 5 30.0'LT 55.0'LT vertically 12"below the 18"STS Pipe 16 Water Valve 27+52.0/ 27+52.0/ Adjust Elevation Pavement Elevation Change V 0 0.5 47.2'RT 47.2'RT 17 Sewer Manhole 27+84.7/ 27+84.7/ Adjust Elevation Pavement Elevation Change V 0 1 94.6'RT 94.6'RT 27+80.0/ 27+87.5/ Deflect 12"Force Main 18 12"Force Main 47.5'LT 35.0'LT vertically 12"below the Drainage Construction BIB 0 3 30"STS Pipe 12"Force Main to be 27+90.4/ 27+91.3/ deflected vertically 12" 19 12"Force Main 50.0'RT 70.0'RT below the Drainage Construction IIB 0 3 18"STS Pipe Rule 14-46.001 F.A.0 FLORIDA DEPARTMENT OF TRANSPORTATION UTILITIES 710-010-05 UTILITY WORK SCHEDULE TILI 1v1s Page 4 of 6 Consecutive Utility Facility From To Utility Work Activity Dependent Calendar Days Act.No. size,material,status) Station/Offset Station/Offset Description Activity TCP Phase (type, Prior to During Const. Const. 16"Water Main to be 27+99.4/ 27+99.5/ deflected vertically 12" 20 16"Water Main 50.0'RT 70.0'RT below the Drainage Construction IIB 0 5 18"STS Pipe 21 Water Valve 27+99.4/ 27+99.4/ Adjust Elevation Pavement Elevation Change V 0 0.5 65.2'RT 65.2'RT 10"Water Main to be 28+08.2/ 28+08.2/ deflected vertically 12" 22 10"Water Main 50.0'RT 70.0'RT below the Drainage Construction IIB 0 5 18"STS Pipe _ 23 Water Valve 28+21.3/ 28+21.3/ Adjust Elevation Roadway Widening V 0 0.5 _ 53.5'RT 53.5'RT - 10"Water Main to be 28+36.7/ 28+56.7/ deflected vertically 12" 24 10"Water Main 53.1'RT 52.2'RT below the Drainage Construction IIB 0 5 18"STS Pipe 6"Water Main to be 29+10.6/ 29+10.6/ deflected vertically 12" 25 6"Water Main 53.5'RT 68.5'RT below the Drainage Construction IIB 0 5 18"STS Pipe 29+10.8/ 29+10.8/ Support&Protect 6" 26 6"Water Main 66.1'RT 66.1'RT Water Main During Gravity Wall Construction JIB 0 2 Gravity Wall Construction 10"Water Main to be 30+00.8/ 29+99.6/ deflected vertically 12" 27 10"Water Main 40.0'LT 55.0'LT below the Drainage Construction IIIB 0 5 30"STS Pipe 28 Water Valve 30+04.7/ 30+04'7/ Adjust Elevation Roadway Widening V 0 0.5 54.6'RT 54.6'RT 29 Water Valve 30+08.2/ 30+08.2/ Adjust Elevation Roadway Widening V 0 0.5 _ 50.8'RT 50.8'RT 30 Water Valve 31+52.2/ 31+52.2/ Adjust Elevation Sidewalk Construction V 0 0.5 _ 67.5'RT 67.5'RT 31 Water Valve 31+74.5/ 31+74.5/ Adjust Elevation Pavement Elevation Change V 0 0.5 71.5'RT 71.5'RT 32 Water Valve 31+74.9/ 31+74.9/ Adjust Elevation Pavement Elevation Change V 0 0.5 69.2'RT 69.2'RT 33 Water Valve 31+93.8/ 31+93.8/ Adjust Elevation Pavement Elevation Change V 0 0.5 _ 101.5'LT 101.5'LT 31+99.7/ 31+99.9/ Deflect 8"Water Main 34 8"Water Main 58.6'LT 38.6'LT vertically 12"below the Drainage Construction IIIB 0 5 24"STS Pipe 36+13.0/ 36+37.0/ 8"Water Main to be 35 8"Water Main 83.4'LT 69.5'LT deflected to avoid drainage Drainage Construction IIIB 0 5 structure 8"Water Main to be 37+67.0/ 37+86.0/ deflected to west 36 8"Water Main 70.9'LT 116.5'RT horizontally to avoid Bridge Widening IIB 0 8 bridge widening foundation construction Financial Project ID:435804-1-52-01 Rule 14-46.001 FA.0 710-010-05 FLORIDA DEPARTMENT OF TRANSPORTATION UTILITY WORK SCHEDULE UTlL12/16 Page 5 of 6 Utility Company: City of Boynton Beach FDOT Plans Dated: 7/19/2024 SECTION C: UAO's WORK ACTIVITIES Consecutive Act.No. Utility Facility From To Utility Work Activity Dependent Calendar Days (type,size,material,status) Station/Offset Station/Offset Description Activity TCP Phase Prior to During Const. Const. Support and Protect 6" 37 6"Sanitary Sewer Service 46+14.2/ 46+14.2/ Sanitary Sewer lateral ry 52.3'LT 52.3'LT during drainage Drainage Construction MB 0 1 constrcution l Support and Protect 6" 38 6"Sanitary Sewer Service 46+36.4/ 46+36.4/ Sanitary Sewer lateral ry 83.0'RT 83.0'RT during gravity wall Gravity Wall Construction MB 0 1 construction 49+17.8/ 51+32.4/ 16"Water Main to be 39 16"Water Main 46.0'RT 46.1'RT deflected 12"below STS Drainage Construction IIB 0 10 Pipes Support and Protect 40 Sanitary Sewer Service 50+43.3/ 50+43.3/ Sanitary Sewer Service ry 58.7'RT 58.7'RT during gravity wall Gravity Wall Construction IIB 0 1 construction 41 Water Valve 51+39.1/ 51+39.1/ Adjust Elevation I Roadway Widening IIIB 0 0.5 41.9'RT 41.9'RT 51+42.7/ 51+42.7/ Fire Hydrant to be 42 Fire Hydrant 42.6'RT 56.3'RT relocated to the back of Roadway Widening IIB 0 2 sidewalk 51+38.0/ 51+38.0/ Support and Protect 6" 43 6"Water Main 0.7'LT 0.7'LT Water Main during Drainage Construction MB 0 2 drainage construction 44 Water Valve 51+41.4/ 51+41.4/ Adjust Elevation Pavement Elevation Change V 0 0.5 27.7'LT 27.7'LT 45 Sanitary Sewer Manhole 51+44'8/ 51+44.8/ Adjust Elevation Pavement Elevation Change V 0 1 0.5'LT 0.5'LT 52+29.4/ 52+29.4/ Support&Protect 2" 46 2"Water Main 47.3'RT 47.3'RT Water Main during Drainage Construction IIB 0 1 drainage construction 52+75.1/ 52+75.1/ Support&Protect 2" 47 2"Water Main 45.9'RT 45.9'RT Water Main during Drainage Construction IIB 0 I drainage construction 48 Water Valve 52+78.2/ 52+78'2/ Adjust Elevation Pavement Elevation Change V 0 0.5 18.7'/LT 18.7'/LT 6"Water Main to be 49 6"Water Main 52+79.8/ 52+78.9/ deflected horizontally and Drainage Construction MB 0 5 18.6'/LT 38.6'/LT vertically 12"below the 18"STS Pipe 53+14.3/ 53+14.3/ Support&Protect 8" 50 8"Sanitary Sewer Sanitary Sewer during Drainage Construction IIIB 0 1 37.8'/LT 37.8'/LT drainage construction 53+14.4/ 53+14.4/ Support&Protect 8" 51 8"Sanitary Sewer 44.0'/LT 44.0'/LT Sanitary Sewer during Drainage Construction MB 0 1 drainage construction Rule 14-46.001 F.A.0 710-010-05 FLORIDA DEPARTMENT OF TRANSPORTATION UTILITIES UTILITY WORK SCHEDULE 12/16 Page 6 of 6 Consecutive Act.No. Utility Facility From To Utility Work Activity Dependent Calendar Days (type,size,material,status) Station/Offset Station/Offset Description Activity TCP Phase Prior to During Const. Const. 53+14.7/ 53+14.7/ Support&Protect 8" 52 8"Sanitary Sewer 30.2'/LT 30.2'/LT Sanitary Sewer during Drainage Construction IIIB 0 1 drainage construction 53 Sewer Manhole 53+15.6/ 53+15.6/ Adjust Elevation Median Construction IV 0 1 5.6'/RT 5.6'/RT 54 Water Valve 53+15.7/ 53+15.7/ Adjust Elevation Pavement Elevation Change V 0 0.5 15.4'/LT 15.4'/LT _ Support and Protect 4" 54+14.0/ 54+14.0/ Sanitary Sewer Service 55 4"Sanitary Sewer Service 41.4'/RT 41.4'/RT during drainage Drainage Construction 1113 0 1 construction 56 Water Meter 54+58.7/ 54+58.7/ Adjust Elevation Sidewalk Construction IIB 0 0.5 49.7'/RT 49.7'/RT _ 57 Sanitary Sewer Manhole 56+22.8/ 56+22.8/ Adjust Elevation Median Construction IV 0 1 6.9'/RT 6.9'/RT 58 Water Meter 56+31.8/ 56+31.8/ Adjust Elevation Sidewalk Construction IIIB 0 0.5 25.8'/LT 25.8'/LT Support and Protect 6" 59 6"Water Main in 12"Sleeve 179+83.7/ 179+83.7/ Water Main during Temporary Sheet Pile Wall Construction IIB 0 2 Ramp A 0.3'/LT 0.3'/LT temporary sheet pile wall construction 6"Water Main in 12"Sleeve 179+88.0/ 179+88.0/ Support and Protect 6" 60 Water Main during MSE MSE Wall Construction IIB 0 2 Ramp A 25.3'/LT 25.3'/LT wall construction 6"Water Main in 12"Sleeve 179+91.7/ 179+88.4/ Relocate 6"WM in 12" 61 Ramp A 47.5'/LT 28.6'/LT Sleeve to go under Drainage Construction IIB 0 5 drainage pipe Support and Protect 16" 62 16"Water Main in 30"Sleeve 183+45.2/ 183+45.2/ Water Main during Temporary Sheet Pile Wall Construction IIB 0 2 Ramp A 1.2'/LT 1.2'/LT temporary sheet pile wall construction 16"Water Main in 30"Sleeve 183+51.0/ 183+51.0/ Support and Protect 16" 63 Ramp A 25.3'/LT 25.3'/LT Water Main during MSE MSE Wall Construction IIB 0 2 wall construction 20"Force Main in 36"Sleeve 272+89.5/ 272+89.5/ Support and Protect 20" 64Force Main during Drainage Construction IIB 0 2 Ramp B 30.3'/RT 30.3'/RT drainage construction 20"Force Main in 36"Sleeve 272+95.3/ 272+95.3/ Support and Protect 20" 65 Ramp B 46.8'/RT 46.8'/RT Force Main during Sheet Sheet Pile Wall Construction IIB 0 2 Pile Wall Construction 6"Water Main in 12"Sleeve 279+65.0/ 279+65.0/ Support and Protect 6" 66 Ramp B 19.0'/RT 19.0'/RT Water Main during Drainage Construction IIB 0 2 drainage construction 16"Water Main in 30"Sleeve 282+95.3/ 283+95.3/ Support and Protect 16" 67 Ramp B 33.3'/RT 33.3'/RT Water Main during Drainage Construction IIB 0 2 drainage construction Rule 14-46.001 F.A.0 71 FLORIDA DEPARTMENT OF TRANSPORTATION UTILITY WORK SCHEDULE UTILITIES S 12/16 Page 1 of 3 Pursuant to Section 337.403 F.S.,the UAO and FDOT agree to the UAO's need for relocation or adjustment to its utilities and FDOT's need for a schedule for the UAO to effect the relocation or adjustment.This utility work schedule is based on FDOT plans dated in the project information box below. Any deviation by FDOT or its contractor from these plans,may void this utility work schedule.Upon notification by FDOT of a change to these plans,the UAO may negotiate a new utility work schedule.The UAO agrees to notify FDOT and the contractor in writing prior to starting,stopping,resuming,and completing work in accordance with this utility work schedule.The UAO shall obtain a utility permit and comply with requirements of the 2017 Utility Accommodation Manual(UAM)for all work done under this utility work schedule.The UAO is not responsible for events beyond the control of the UAO that could not be reasonably anticipated by the UAO and which could not be avoided by the UAO with exercise of due diligence at the time of the occurrence. FDOT PROJECT INFORMATION Financial Project ID: 435804-1-52-01 Federal Project ID: D424 041 B State Road Number. 804 County: Palm Beach FDOT Plans Dated: 07/19/2024 District Document No.: UTILITY AGENCY/OWNER(UAO) Utility Company: Comcast UAO Project Rep: Steven Rosa Phone: 561-436-9034 E-mail: steven msa@comcast.com UAO Field Rep: Steven Rosa Phone: 561-436-9034 E-mail: steven_rosa@comcast.com UTILITY SIGNATURE I have reviewed the FDOT plans referenced above and submit this utility work schedule in compliance with UAM Section 5 and agree to be bound by the terms of this utility work schedule. UAO Rep. �� ��` Date 8/6/2024 Name Steven Rosa Title Construction Specialist 2 ENGINEER OF RECORD SIGNATURE I attest this utility work schedule in compatible with the FDOT plans referenced above. EOR. /1¢J2W.,U.C2A Date 8/15/2024 Name Cyn is J.Kendrick,P.E. Title Engineer of Record APPROVAL BY DISTRICT UTILITIES This utility work schedule is compete and acceptable to FDOT. FDOT Rep. " Date 11/14/2024 Name L.Juliet Ashboume Title Utility Project Manager SECTION A: SUMMARY OF UTILITY WORK The below days are the total numbers of days shown for all activates in Section C of this utility work schedule.The breakdown of how these days are to be incorporated into the FDOT project and the dependence of these days upon the completion of other activities by the UAO or others is shown in Section C. Days prior to FDOT project construction:90 Days during FDOT project construction:25 Rule 14-46.001 FA.0 710-010-05 FLORIDA DEPARTMENT OF TRANSPORTATION UTILITIES UTILITY WORK SCHEDULE 12/16 Page 2 of 3 Financial Project ID:435804-1-52-01 Utility Company: Comcast FDOT Plans Dated: 7/19/2024 SECTION B: UAO SPECIAL CONDITIONS/CONSTRAINTS 1.The Contractor is to contact Daniel Tiburcio at(772)321-1566,48 hours prior to the start of construction. 2.Extreme caution to be used when excavatiing near or around Comcast aerial,underground and direct buried facilities. 3.Monitor,protect(A Comcast employee or representative will be present),&adjustment(raise or lower the cable(s)with a vertical or horizontal position)activities to be provided by Comcast master contractor who will work closely with the Roadway Contractor. 4.Comcast requests to have aqccess throughout the duration of the project to monitor and maintain it's facilities for the ability to provide service and will coordinate with the Roadway Contractor. Rule 14-46.001 F.A.0 710-010-05 FLORIDA DEPARTMENT OF TRANSPORTATION UTILITIES UTILITY WORK SCHEDULE 12/16 Page 3 of 3 Financial Project ID:435804-1-52-01 Utility Company: Comcast FDOT Plans Dated: 7/19/2024 SECTION C: UAO's WORK ACTIVITIES Consecutive Act.No. Utility Facility From To Utility Work Activity Dependent Calendar Days (type,size,material,status) Station/Offset Station/Offset Description Activity TCP Phase set to During Const. Const. Engineering&Permitting Approved FDOT UWS 90 2 Comcast Power Supply 23+15.0/62.5' 23+24.2/66.5' Relocate Power Supply to FPL installation of new utility pole and i 10 RT RT Relocated FDOT Pole transfer of FPL Facilities Transfer Comcast 3 Comcast Overhead Cable 23+15.0/ 37+13.0/ Facilities from Existing FPL installation of new utility poles and 1 15 Varies RT Varies RT FPL Poles to new FPL transfer of FPL Facilities Poles Rule 14-46.001 F.A.0 FLORIDA DEPARTMENT OF TRANSPORTATION Page 1 of UTILITY WORK SCHEDULE December 14,zo,s Pursuant to Section 337.403 F.S.,the UAO and FDOT agree to the UAO's need for relocation or adjustment to its utilities and FDOT's need for a schedule for the UAO to effect the relocation or adjustment.This utility work schedule is based on FDOT plans dated in the project information box below. Any deviation by FDOT or its contractor from these plans,may void this utility work schedule.Upon notification by FDOT of a change to these plans,the UAO may negotiate a new utility work schedule.The UAO agrees to notify FDOT and the contractor in writing prior to starting,stopping,resuming,and completing work in accordance with this utility work schedule.The UAO shall obtain a utility permit and comply with requirements of the 2017 Utility Accommodation Manual(UAM)for all work done under this utility work schedule.The UAO is not responsible for events beyond the control of the UAO that could not be reasonably anticipated by the UAO and which could not be avoided by the UAO with exercise of due diligence at the time of the occurrence. FDOT PROJECT INFORMATION Financial Project ID: 435804-1-52-01 Federal Project ID: D424 041 B State Road Number. SR 804 County: Palm Beach County FDOT Plans Dated: 07/19/2024 District Document No.:N/A UTILITY AGENCY/OWNER(UAO) Utility Company: Crown Castle Fiber,LLC UAO Project Rep: Pete Walters Phone: 561-704-6700 E-mail: pete.walters@crowncastle.com UAO Field Rep: Eddy Perez Phone: 954-558-2363 E-mail: eddy@ceunderground.com UTILITY SIGNATURE I have reviewed the FDOT plans referenced above and submit this utility work schedule in compliance with UAM Section 5 and agree to be bound by the terms of this utility work schedule. Danny Haskett Digitally signed by Danny Haskett UAO Rep. Date:2024.08.13 14:57:50-04'00' Date 8/13/2024 Name Danny Haskett Title Operations Manager ENGINEER OF RECORD SIGNATURE I attest this utility work schedule is compatible with the FDOT plans referenced above. EOR.Cynthia J Kendrick 2024.08.1511:32:26-04'00' Date 8 /15/2024 Name Cynthia J.Kendrick P.E. Title Engineer of Record APPROVAL BY DISTRICT UTILITIES This utility work schedule is complete and acceptable to FDOT. FDOT Rep. Date 11/14/2024 Name L.Juliet Ashboume Title Utility Project Manager SECTION A: SUMMARY OF UTILITY WORK The below days are the total numbers of days shown for all activities in Section C of this utility work schedule.The breakdown of how these days are to be incorporated into the FDOT project and the dependence of these days upon the completion of other activities by the UAO or others is shown in Section C. Days prior to FDOT project construction:166 Days during FDOT project construction:15 Rule 14-46.001 F.A.0 FLORIDA DEPARTMENT OF TRANSPORTATION Page 2of4 UTILITY WORK SCHEDULE December 14,2016 Financial Project ID: 435804-1-52-01 Utility Company: Crown Castle Fiber,LLC FDOT Plans Dated: 07/19/2024 SECTION B: UAO SPECIAL CONDITIONS/CONSTRAINTS 1. Contractor to contact Crown Castle Fiber(CCF) representative noted in Section A of this UWS. 2. Contractor to contact representative with fourteen (14) day lead time for items listed on this UWS as "During Construction". 3. All other CCF facilities are to remain in place throughout the duration of this project. 4. CCF will perform all adjustments if needed during normal business hours 8am-4pm Monday Through Friday. Any work required by the FDOT outside these normal business hours will require 14 days advance notification. 5. Scheduled night operations for fiber splicing will be performed from 1 1pm-6am. Prior approval by the customer is required before any scheduled cut overs and transfers. Contractor to contact Crown Castle Fiber(CCF) representative noted in section A of this UWS. 6. Engineering Design, Permitting and Schedule for Splicing Outage will require 150 days prior to construction after FDOT issues Crown Castle Fiber their Notice to Proceed. 7. Definitions: "Monitor" (a Crown Castle Fiber employee or representative will be present), "protect" (by means of supporting, shielding barrier, plywood) and "Adjust" (raise or lower conduits/cables with a vertical or horizontal position where needed or possible) activities to be provided by Crown Castle Fiber contractor Rule 14-46.001 F.A.0 FLORIDA DEPARTMENT OF TRANSPORTATION Page 3o(4 UTILITY WORK SCHEDULE December 14,2016 Financial Project ID: 435804-1-52-01 Utility Company: Crown Castle Fiber,LLC FDOT Plans Dated: 07/19/2024 SECTION C: UAO's WORK ACTIVITIES Utility Facility From To Consecutive Act. Utility Work Activity Dependent Calendar Days (Type,size,material, Station/Of Station/Of TCP Phase No. Description Activity Prior to During status) fset fset Const. Const. 1. Engineering Design _ FDOT UWS Certification N/A 30 0 2. Permit Submittal Design Complete N/A 60 0 3. Schedule for Splicing NA N/A 60 0 Aerial FOC to be transferred See section B, item 2. 4. Aerial Fiber 288 CT FOC 20+71.5 37+73.9 to new FPL poles&Riser to Road Widening IIB 0 5 new HH Location 46+07.2 New FPL pole locations 82.7' RT Remove FOC from conduit Existing(4) 1.5"Conduit(1) 39+45.8 46+04 and place conduit out of 5. with 288 CT FOC. 160.10' RT 77.6' RT service. Due to conflict with FDOT UWS Certification N/A 3 0 Road Widening&Drainage Structure(S-207). Proposed 690' Bore-(4) 1.5" Conduit(1)with 288 CT FOC.To Avoid conflict Proposed(4) 1.5"Conduit(1) 39+45.8 46+04 with road widening& 6' with 288 CT FOC. 160.10' RT 77.6' RT Drainage Structure(S-207). FDOT UWS Certification N/A 10 0 Minimum Bore depth 20'to clear possible conflicts with drainages and MSE WALL Remove Hand hole due to 7. Existing Hand Hole 44+43.8 44+43.8 conflict with Road widening FDOT UWS Certification N/A 1 0 122.6'RT 122.6'RT &Drainage Structure(S- 207). Rule 14-46.001 F.A.0 FLORIDA DEPARTMENT OF TRANSPORTATION Page 4 of 4 UTILITY WORK SCHEDULE December 14,2016 Financial Project ID: 435804-1-52-01 Utility Company: Crown Castle Fiber,LLC FDOT Plans Dated: 07/19/2024 SECTION C: UAO's WORK ACTIVITIES Utility Facility From To Consecutive Act. Utility Work Activity Dependent Calendar Days (Type,size,material, Station/Of Station/Of TCP Phase No. Description Activity Prior to During status) fset fset Const. Const. Install Hand hole due to 8. Proposed Hand Hole 46+04 46+04 conflict with Road widening FDOT UWS Certification N/A 1 0 77.6' RT 77.6' RT &Drainage Structure(S- 207). Remove Hand hole due to 9. Existing Hand Hole 46+04 46+04 conflict with Road widening FDOT UWS Certification N/A 1 0 52.6'RT 52.6'RT &Drainage Structure(S- 207). Aerial FOC to be transferred See section B, item 2. 10. Aerial Fiber 288 CT FOC 46+13.7 55+80.9 to new FPL poles&Riser to Road Widening IIB 0 5 52.4' RT 47.3' RT proposed HH location. New FPL pole locations STA 46+07.2 82.7' RT See section B, item 2. 46+07.2 46+07.2 Monitor,Protect, Adjust& Road widening,Drainage 11. Existing Hand Hole Raise to Final Grade if Structure(S-207),& IIB 0 2 82.7'RT 82.7'RT Necessary. installation of sidewalks, and gravity walls. Crown Castle Fiber(CCF) to have a contractor on site during Drainage Structure 12. (4) 1.5"Conduit(1)with 288 44+43.8 46+07.2 construction of(S-207)to See section B,item 2. IIB 0 3 CT FOC. 122.6'RT 52.6'RT identify out of service Drainage Structure(S-207) conduit. Conduit to be removed were in conflict and accessible. Rule 14-46.001 F.A.0 7105 FLORIDA DEPARTMENT OF TRANSPORTATION UTILITIES Page 1 of 3 UTILITY WORK SCHEDULE 12/16 Pursuant to Section 337.403 F.S.,the UAO and FDOT agree to the UAO's need for relocation or adjustment to its utilities and FDOT's need for a schedule for the UAO to effect the relocation or adjustment.This utility work schedule is based on FDOT plans dated in the project information box below. Any deviation by FDOT or its contractor from these plans,may void this utility work schedule.Upon notification by FDOT of a change to these plans,the UAO may negotiate a new utility work schedule.The UAO agrees to notify FDOT and the contractor in writing prior to starting,stopping,resuming,and completing work in accordance with this utility work schedule.The UAO shall obtain a utility permit and comply with requirements of the 2017 Utility Accommodation Manual(UAM)for all work done under this utility work schedule.The UAO is not responsible for events beyond the control of the UAO that could not be reasonably anticipated by the UAO and which could not be avoided by the UAO with exercise of due diligence at the time of the occurrence. FDOT PROJECT INFORMATION Financial Project ID: 435804-1-52-01 Federal Project ID: D424 041 B State Road Number. 804 County: Palm Beach FDOT Plans Dated: 07/19/2024 District Document No.: UTILITY AGENCY/OWNER(UAO) Utility Company: Florida Public Utilities UAO Project Rep: Matthew Ryan Phone: 561-531-3847 E-mail: mryan@chpk.com UAO Field Rep: Steve Webster Phone: 561-531-3839 E-mail: swebster@chpk.com UTILITY SIGNATURE I have reviewed th OT plans ref rene4 above a d submit this utility work schedule in compliance with UAM Section 5 and agree to be bound by the terms of this utility work schedule. Q.K. UAO Rep. Date_912 24 Name Fernando Van Leeuwen Title Supervisor ENGINEER OF RECORD SIGNATURE I attest this utility work schedule in compatibleattiwith the FDOT plans referenced above. EOR. / l Q4h-t�Z'�21� / Date 9/ 17/24 Name Cyn a J.Kendrick,P.E. Title Engineer of Record APPROVAL BY DISTRICT UTILITIES This utility work schedule is compete and acceptable to FDOT. FDOT Rep. -"`"'" Date 11/14/2024 Name L.Juliet Ashboume Title Utility Project Manager SECTION A: SUMMARY OF UTILITY WORK The below days are the total numbers of days shown for all activates in Section C of this utility work schedule.The breakdown of how these days are to be incorporated into the FDOT project and the dependence of these days upon the completion of other activities by the UAO or others is shown in Section C. Days prior to FDOT project construction: 120 Days during FDOT project construction:56 Rule 14-46.001 F.A.0 710-010-05 FLORIDA DEPARTMENT OF TRANSPORTATION UTILITIES Page 2 of 3 UTILITY WORK SCHEDULE 12/16 Financial Project ID:435804-1-52-01 Utility Company: Florida Public Utilities FDOT Plans Dated: 7/19/2024 SECTION B: UAO SPECIAL CONDITIONS/CONSTRAINTS FPUC requests FDOT Contractor/CEI to notify FPUC's Supervisor(Matthew Ryan Ph.561-531-3847)or Field Inspector(Steve Webster Ph.561-531-3839)upon FDOT's Contractor's Notice to Proceeed. It may take up to 30 days lead time to coordinate and schedule FPUC's work crews,so advance notification and coordination is important. FPUC's Emergency Phone Number is 561-832-0872. Rule 14-46.001 F.A.0 -010-05 FLORIDA DEPARTMENT OF TRANSPORTATION 71 UTILITY WORK SCHEDULE UTILITIES Page 3 of 3 12/16 Financial Project ID:435804-1-52-01 Utility Company: Florida Public Utilities FDOT Plans Dated: 7/19/2024 SECTION C: UAO's WORK ACTIVITIES Consecutive Utility Facility From To Utility Work Activity Dependent Calendar Days Act.No. (type,size,material,status) Station/Offset Station/Offset Description Activity TCP Phase Prior to During Const. Const. 1 Engineering Design FDOT UWS Certification N/A 60 2 Permit Submittal Design Complete N/A 60 21+46.3/73.8' 21+48.9/47.2' 8"Gas Main to be 3 8"Gas Main RT RT deflected around drainage Drainage Construction II B 10 structure 21+80.0/50.9' 22+20.0/49.7' 4"Gas Main to be 4 4"Gas Main LT LT deflected under drainage Drainage Construction III B 5 pipe 24+35.0/47.7' 24+80.0/46.3' 4"Gas Main to be 5 4"Gas Main LT LT deflected under drainage Drainage Construction III B 5 pipe 4"Gas Main to be deflected around drainage 6 4"Gas Main 26+40.0/47.7' 31+56.5/89.6' construction,light poles, Drainage,Light Poles and Signal III B 20 LT LT Construction signal pole and signal controller 2"Gas Main to be 53+14.2/53.2' 53+16.1/18.8' deflected around and under 7 2"Gas Main LT LT drainage structures and Drainage Construction III B 6 pipes Ramp A Ramp A 8"Gas Main to be 8 8"Gas Main 183+02.1/ 183+07.6/ deflected under MSE Wall MSE Wall and Drainage Construction IIB 10 10.0'LT 40.3'LT and around drainage structure Rule 14-46.001 F.A.0 FLORIDA DEPARTMENT OF TRANSPORTATION Page'as UTILITY WORK SCHEDULE Da�mna�,a.zo,s Pursuant to Section 337.403 F.S.,the UAO and FDOT agree to the UAO's need for relocation or adjustment to its utilities and FDOT's need for a schedule for the UAO to effect the relocation or adjustment.This utility work schedule is based on FDOT plans dated in the project information box below. Any deviation by FDOT or its contractor from these plans,may void this utility work schedule.Upon notification by FDOT of a change to these plans,the UAO may negotiate a new utility work schedule.The UAO agrees to notify FDOT and the contractor in writing prior to starting,stopping,resuming,and completing work in accordance with this utility work schedule.The UAO shall obtain a utility permit and comply with requirements of the 2017 Utility Accommodation Manual(UAM)for all work done under this utility work schedule.The UAO is not responsible for events beyond the control of the UAO that could not be reasonably anticipated by the UAO and which could not be avoided by the UAO with exercise of due diligence at the time of the occurrence. FDOT PROJECT INFORMATION Financial Project ID: 435804-1-52-1 Federal Project ID D424 041 B State Road Number: 804 County: Palm Beach FDOT Plans Dated: 7/19/24 District Document No.: UTILITY AGENCY/OWNER(UAO) Utility Company: FPL Distribution UAO Project Rep: David Fuchs Phone: 321-214-3814 E-mail: david,fuchs@fpl.com UAO Field Rep: David Fuchs Phone: 321-214-3814 E-mail: david,fuchs@fpl.com UTILITY SIGNATURE I have reviewed the FDOT plans referenced above and submit this utility work schedule in compliance with UAM Section 5 and agree to be bound by the terms of this utility work schedule. UAO Rep._Neon Sap1%e Date 9/12/2024 Name Byron Sample r Title Engineering Lead-Distribution Engineering ENGINEER OF RECORD SIGNATURE I attest this utility work scheduleleis compatible with the FDOT plans referenced above. EOR. a fid%CL /l Q+h�%Z�zGC:/�i Date 9 /17/24 Name Cy is J. Kendrick, P.E. Title Engineer of Record APPROVAL BY DISTRICT UTILITIES This utility work schedule is complete and acceptable to FDOT. FDOT Rep. Date 11/14/2024 Name L.Juliet Ashboume Title Utility Project Manager SECTION A: SUMMARY OF UTILITY WORK The below days are the total numbers of days shown for all activities in Section C of this utility work schedule.The breakdown of how these days are to be incorporated into the FDOT project and the dependence of these days upon the completion of other activities by the UAO or others is shown in Section C. Days prior to FDOT project construction:0 Days during FDOT project construction:375 Rule 14-46.001 F.A.0 FLORIDA DEPARTMENT OF TRANSPORTATION Page 2 of 5 UTILITY WORK SCHEDULE December 14,2016 Financial Project ID: 435804-1-52-1 Utility Company: FPL Distribution FDOT Plans Dated: 7/19/24 SECTION B: UAO SPECIAL CONDITIONS/CONSTRAINTS 1. All work to be completed during normal FPL working hours (8:00 AM to 4:00 PM, Monday—Friday). Work outside normal FPL hours is the sole discretion of FPL and subject to approval. 2. All existing FPL facilities must remain in place and energized until the new facilities are installed and operational. 3. FPL is a member of Sunshine State One Call of Florida. Locates shall be provided upon notification from sunshine one call with a locate ticket number. 4. FDOT's contractor must maintain clearances, as required by OSHA, when working in the proximity of FPL's high-voltage transmission conductors & low voltage distribution conductors. Overhead electrical facilities to remain energized and in place during construction. "Table a minimum clearance distances specified in subpart cc of OSHA rule 1926 (as they pertain to crane/derrick operations), and/or those minimum distances specified in 29 cfr 1910.333 (c) (3) (i)(a) and (iii)(a) for work in proximity to power lines not covered by this subpart cc, must be maintained." 5.The roadway contractor must maintain or enable access to all FPL facilities at all times during construction, and provide proper traffic control around FPL facilities during construction. If any traffic control and/or traffic re-routing is required for the road construction, proper action must be taken by the FDOT road construction contractor to protect in place existing FPL facilities. 6.When excavating in the vicinity of FPL facilities (poles, anchors, underground cables/conduits, etc.), the FDOT contractor should employ the construction techniques necessary to protect FPL facilities in place from damage or displacement. 7. All existing FPL Owned Street Lighting, along traveled roads, will remain in place until the new temporary or permanent facilities are installed and operational. 8. Time frames itemized in Section C under "Consecutive Calendar Days" include only actual anticipated construction days. FPL requires a minimum of 60 days for design, a minimum of 60 days for permitting, and a minimum of 60 days for construction scheduling prior to actual construction start. 9. FDOT and its contractors will be responsible for any Clearing, Grubbing, R/W acquisition and staking shown under Dependent Activity in Section C. 10. Please contact David Fuchs 321-214-3814 with any question or concern. Rule 14-46.001 F.A.0 FLORIDA DEPARTMENT OF TRANSPORTATION Page 3 of 5 UTILITY WORK SCHEDULE December 14,2016 Financial Project ID: 435804-1-52-1 Utility Company: FPL Distribution FDOT Plans Dated: 7/19/24 SECTION C: UAO's WORK ACTIVITIES Utility Facility Consecutive Act. From To Utility Work Activity Dependent TCP Calendar Days No. (type, size, Station/Offset Station/Offset Description Activity Phase Prior to During material, status) Const. Const. OE 23KV 20+65.00 57+00.00 All OE lines and facilities to Facilities to Remain in 1 facilities (MP 7.811) (MP 8.499) remain in place and energized. place and energized N/A N/A N/A (SR 804) (SR 804) SR 804 SR 804 All BE lines and facilities to Facilities to Remain in 2 BE 23KV facilities 20+65.00 (MP 57+00.00 (MP remain in place and energized. place and energized N/A N/A N/A 7.811) 8.499) OE 23KV 767+00.00 (MP 809+00.00 All OE lines and facilities to Facilities to Remain in 3 facilities 14.385) (MP 15.180) remain in place and energized. place and energized N/A N/A N/A (SR 9) (SR 9) 767+00.00 (MP 809+00.00 All BE lines and facilities to Facilities to Remain in 4 BE 23KV facilities 14.385) (MP 15.180) remain in place and energized. place and energized N/A N/A N/A (SR 9) (SR 9) Install New Primary& Svc 420+40.00, 37+73.50, Poles, Transfer/Reconductor 5 Overhead 23 KV 52.38 RT 129.00 RT Primary and Secondary Lines, MOT, Section B I 0 80 Pole Lines (SR 804) Lines 4,5,6,7,8,9 (SR 804) Risers, Services and Existing Equipment Install New Primary& Svc 22+05.70, 22+05.70, Poles, Transfer/Reconductor 6 Overhead 23 KV 64.00 LT 64.00 LT Primary and Secondary Lines, MOT, Section B I 0 5 Pole Lines (SR 804) Lines 4,5,6,7,8,9 (SR 804) Risers, Services and Existing Equipment Install New Primary& Svc 45+71.84, 55+80.83, Poles, Transfer/Reconductor 7 Overhead 23 KV 89.97 RT 47.40 RT Primary and Secondary Lines, MOT, Section B I 0 45 Pole Lines (SR 804) Lines 4,5,6,7,8,9 (SR 804) Risers, Services and Existing Equipment 21+55.60, 21+55.60, Manhole Adjustment to MOT, Section B 8 BE 23KV facilities 61.60 RT 61.60 RT grade Lines 4,5,6,9 V 0 10 (SR 804) (SR 804) Rule 14-46.001 F.A.0 FLORIDA DEPARTMENT OF TRANSPORTATION Page4of5 UTILITY WORK SCHEDULE December 14,2016 Financial Project ID: 435804-1-52-1 Utility Company: FPL Distribution FDOT Plans Dated: 7/19/24 SECTION C: UAO's WORK ACTIVITIES Utility Facility Consecutive Act. From To Utility Work Activity Dependent TCP Calendar Days No. (type, size, Station/Offset Station/Offset Description Activity Phase Prior to During material, status) Const. Const. 21+53.00, 21+64.00, Install Splice Boxes,New MOT, Section B 9 BE 23KV facilities 180.00 LT 93.00 LT (SR Underground Line, Lines 4,5,6,9 I 0 40 (SR 804) 804) _ Reconductor Primary 21+72.50, 21+72.50, Install New Underground MOT, Section B 10 BE 23KV facilities 143.00 RT 35.00 LT Line, Reconductor Primary Lines 4,5,6,9 I 0 45 (SR 804) (SR 804) 26+60.00, 21+72.50, Install Splice Box,New MOT, Section B 11 BE 23KV facilities 54.00 LT 35.00 LT Underground Line, Lines 4,5,6,9 I 0 35 (SR 804) _ (SR 804) _ Reconductor Primary Overhead 23 KV 31+01.85, 31+01.85, Install overhead 240V MOT, Section C 12 Pole Lines 67.49 RT 67.49 RT (SR transformer Activity 5 I 0 1 (SR 804) 804) 45+71.84, 45+71.84, Overhead 23 KV Install overhead 240V MOT, Section C 13 89.97 RT 89.97 RT I 0 1 Pole Lines (SR 804) (SR 804) transformer Activity 7 45+71.84, 45+71.84, Overhead 23 KV Install overhead 240V MOT, Section C 14 Pole Lines 89.97 RT 89.97 RT transformer Activity 7 I 0 1 (SR 804) (SR 804) MOT,Non-FPL Overhead 23 KV 20+71.50, 37+73.50, Remove Existing Primary Attachment 15 Pole Lines 56.90 RT 129.00 RT Poles, and Conductors and Transfers/Removed, I 0 40 (SR 804) (SR 804) Down Guys Section C Activity 5 22+05.70, 22+05.70, Remove Existing Primary MOT,Non-FPL 16 Overhead 23 KV 60.20 LT 60.20 LTPoles, Conductors, and Down Attachment I 0 2 Pole Lines (SR 804) Transfers/Removed, (SR 804) Guys Section C Activity 6 45+49.30 55+80.90 Remove Existing Primary MOT,Non-FPL 17 Overhead 23 KV 98.40 RT 47.30 RT Poles, and Conductors and Attachment I 0 25 Pole Lines Transfers/Removed, (SR 804) (SR 804) Down Guys Section C Activity 7 Rule 14-46.001 F.A.0 FLORIDA DEPARTMENT OF TRANSPORTATION Page 5of5 UTILITY WORK SCHEDULE December 14,2016 Financial Project ID: 435804-1-52-1 Utility Company: FPL Distribution FDOT Plans Dated: 7/19/24 SECTION C: UAO's WORK ACTIVITIES Utility Facility Consecutive Act. From To Utility Work Activity Dependent TCP Calendar Days No. (type, size, Station/Offset Station/Offset Description Activity Phase Prior to During material, status) Const. Const. 21+53.00, 21+64.00, MOT, Section C 18 BE 23KV facilities 180.00 LT 93.00 LT Remove Existing UG Cable Activity 9 I 0 15 (SR 804) (SR 804) 21+72.50, 21+72.50, MOT, Section C 19 BE 23KV facilities 143.00 RT 35.00 LT Remove Existing UG Cable Activity 9 I 0 15 (SR 804) _ (SR 804) 26+60.00, 21+72.50, MOT Section C 20 BE 23KV facilities 54.00 LT 35.00 LT Remove Existing UG Cable Activity 9 I 0 15 (SR 804) (SR 804) Hill, Daniel From: Ledbetter, Craig <Craig.Ledbetter@fpl.com> Sent: Tuesday, August 13, 2024 9:26 AM To: Hill, Daniel Cc: Kendrick, Cynthia Subject: RE: FDOT Project: 435804-1 Boynton Beach Blvd Interchange Improvements FPL Transmission Coordinator *** EXTERNAL EMAIL-Use caution and verify authenticity before trusting any contents. *** Good Morning: In accordance with UAM provision 5.1(3) you have indicated in the Utility Conflict Matrix (UCM) for FPID#435804-1, based on plans dated 7/19/2024,that no conflicts have been identified with UAO facilities. After review of reasonably available existing records, we agree with your assessment having found no additional conflicts. Should the design or scope of the work change, please send the updated plans for further review. Please let me know if you have any questions or need any additional information. Regards, Craig B Ledbetter I PE Senior Engineer - T/S Florida Power & Light Company Office: 561.803.7942 Cell: 561.532.7082 This document contains non-public transmission information and must be treated in accordance with the FERC Standards of Conduct and CEO. This message may contain confidential and/or privileged information of Florida Power&Light Company. If you are not the intended recipient please 1)do not disclose,copy,distribute or use this information,2)advise the sender by return email,and 3)delete all copies from your computer. Your cooperation is greatly appreciated. Rule 14-46.001 F.A.0 710-010..05 FLORIDA DEPARTMENT OF TRANSPORTATION UTILITIES UTILITY WORK SCHEDULE 12/16 Page 1 of 3 Pursuant to Section 337.403 F.S.,the UAO and FDOT agree to the UAO's need for relocation or adjustment to its utilities and FDOT's need for a schedule for the UAO to effect the relocation or adjustment.This utility work schedule is based on FDOT plans dated in the project information box below. Any deviation by FDOT or its contractor from these plans,may void this utility work schedule.Upon notification by FDOT of a change to these plans,the UAO may negotiate a new utility work schedule.The UAO agrees to notify FDOT and the contractor in writing prior to starting,stopping,resuming,and completing work in accordance with this utility work schedule.The UAO shall obtain a utility permit and comply with requirements of the 2017 Utility Accommodation Manual(UAM)for all work done under this utility work schedule.The UAO is not responsible for events beyond the control of the UAO that could not be reasonably anticipated by the UAO and which could not be avoided by the UAO with exercise of due diligence at the time of the occurrence. FDOT PROJECT INFORMATION Financial Project ID: 435804-1-52-01 Federal Project ID: D424 041 B State Road Number: 804 County: Palm Beach FDOT Plans Dated: 07-19-2024 District Document No.: UTILITY AGENCY/OWNER(UAO) Utility Company: MCINERIZON UAO Project Rep: Rolland Craig Phone: 786-868-5798 E-mail: dennis.craig@verizon.com UAO Field Rep: Rolland Craig Phone: 786-868-5798 E-mail: dennis.craig@verizon.com UTILITY SIGNATURE I have reviewed the FDOT plans referenced above and submit this utility work schedule in compliance with UAM Section 5 and agree to be bound by the terms of this utility work schedule. UAO Rep. (�/'-ef,{,� DateQ9'117L2024 Name Rolland Craig J Title Senior Engr Spec-Outside Plant ENGINEER OF RECORD SIGNATURE I attest this utility work schedule in compatibletiwith �the �FDOT plans referenced above. EOR. �� /l Q;rh%I%/A-,c:/�� Date a/17/24 Name Cy is J. Kendrick, P.E. Title Engineer of Record APPROVAL BY DISTRICT UTILITIES This utility work schedule is compete and acceptable to FDOT. FDOT Rep. Date 11/14/2024 Name L.Juliet Ashboume Title Utility Project Manager SECTION A: SUMMARY OF UTILITY WORK The below days are the total numbers of days shown for all activates in Section C of this utility work schedule.The breakdown of how these days are to be incorporated into the FDOT project and the dependence of these days upon the completion of other activities by the UAO or others is shown in Section C. Days prior to FDOT project construction:75 Days during FDOT project construction:183 Rule 14-46.001 F.A.0 710-010-05 FLORIDA DEPARTMENT OF TRANSPORTATION UTILITIES UTILITY WORK SCHEDULE 12/16 Page 2 of 3 Financial Project ID:435804-1-52-01 Utility Company: Verizon/MCI FDOT Plans Dated: 7/19/2024 SECTION B: UAO SPECIAL CONDITIONS/CONSTRAINTS Contractor to contact Verizon representative with seven(7)day lead time to coordinate work Iistedd as"During Construction". All other Verizon facilities are to remain in place throughout the duration of this project. Please contact Sunshine State One-Call at 1-800-432-4770 or Verizon Network Operation Center at least 48 hours prior to digging neat Verizon facilities. Please ensure all excavation activities are completed under the guidelines of Florida Statute Chapter 556.101 through 556.116(Underground Facility Damage Prevention and Safety). All contractors are to request 811 locates before commencement of excavations to identify Verizon facilities. Contractor prior to working around all Verizon facilities must notifu Verizon Representative.When excavating near Verizon facilities whether underground or overhead(cables,conduits,handholes,etc.),the contractor to employ the construction techniques necessary to protect all Verizon facilities from damage or displacement. Verizon will perfrom all new construction work during normal business hours 8am-4pm Monday through Friday.Scheduled night operations for fiber splicing will be performed from I 1pm-ham.Prior approval by the customer required before any scheduled cut overs and transfers. Any additional conflicts of Verizon facilities not included in Section"C",Verizon will be allower to remain in place until the facilities can be relocated to a non-conflicting location by approved contractor.All additional time referred to will not be construed to be part of the Section"C"Consecutive Calendat Days.Verizon will work with all parties involved to correct any such conflicts under a supplemental addendum to the approved UWS. Verizon will perform the work noted in Section C:UAU's Work Activities and restore the area to a condition equal to or better than the existing at the time before work was performed,at no expense to the Department. Rule 14-46.001 FA.0 710-010-05 FLORIDA DEPARTMENT OF TRANSPORTATION UTILITIES UTILITY WORK SCHEDULE 12/16 Page 3 of 3 Financial Project ID:435804-1-52-01 Utility Company: Verizon/MCI FDOT Plans Dated: 7/19/2024 SECTION C: UAO's WORK ACTIVITIES Consecutive Act.No. Utility Facility From To Utility Work Activity Dependent Calendar Days (type,size,material,status) Station/Offset Station/Offset Description Activity TCP Phase Prior to During Const. Const. 1 Engineering Design&Permitting 20+60 57+00 Engineering FDOT Approved Utility Work Schedule 60 Design/Permitting 660'of directional bore 2 2x2"HDPE Conduits 20+60/LT 26+80/LT from handhole to handhole FDOT Approved Permit 10 at minimum depth of 120" 3 30"x60"x30"Non Concrete 28+68.2/51.2' 28+68.2/51.2' Relocate handhole to new FDOT Sidewalk Construction 1113 1 Handhole RT RT sidewalk grade Intercept conduit at 4 2x2"HDPE Conduits 28+68.2/51.2' 28+68.2/51.2' shallow point and extend FDOT Sidewalk Construction IIB 1 RT RT conduit to proposed handhole relocation Shift and adjust handhole 5 30"x60"x30"Non Concrete 55+89.1/44.4' 55+89.1/44.4' away from curb ramp FDOT Sidewalk Construction IIB 1 Handhole RT RT construction in new FDOT sidewalk. 38+78/113.5' 38+81/122.4' Monitor during 6 2x2"HDPE Conduits LT RT construction and protect in Bridge Widening IIB IIIB 180 place Ramp A Ramp B 455'of directional bore 7 2x2"HDPE Conduits 180+29/ 279+97/ from handhole to handhole 5 56'LT 58'RT at minimum depth of 360"