Loading...
R23-167 1 RESOLUTION NO. R23-167 2 A RESOLUTION OF THE CITY OF BOYNTON BEACH, FLORIDA, APPROVING 3 AND AUTHORIZING THE MAYOR TO SIGN THE LOCALLY FUNDED 4 AGREEMENT AND THE THREE PARTY ESCROW AGREEMENT BETWEEN FDOT 5 AND CITY OF BOYNTON BEACH TO FUND THE DESIGN AND CONSTRUCTION 6 OF A MID-BLOCK PEDESTRIAN CROSSING ON EAST OCEAN AVENUE (SR 804) 7 WEST OF NORTHEAST 6TH STREET; AND PROVIDING AN EFFECTIVE DATE. 8 WHEREAS, Florida Department of Transportation (FDOT) owns and maintains East Ocean 9 Avenue (SR 804) from Federal Highway to A1A; and 10 WHEREAS, in January 2023, the City Commission approved resolution #R23-001, which 11 authorized the Florida Department of Transportation to proceed with the design and construction, 12 and administration of the construction of a mid-block crossing on East Ocean Avenue (SR 804) at 13 the west side of NE 6th Street; and 14 WHEREAS, FDOT is now requesting the City enter into a Locally Funded Agreement (LFA) 15 and Three Party Escrow Agreement (3PEA) for the City's estimated share ($ 59,554) towards the 16 Project Costs. Payment into the established escrow account is due within thirty (30) days of 17 execution of the LFA; and 18 WHEREAS, the mid- block pedestrian crossing will provide traffic control to increase 19 pedestrian safety between various residential developments, restaurants, retail, offices, marina, 20 and parks; and 21 WHEREAS, the City Commission of the City of Boynton Beach, Florida, upon the 22 recommendation of staff, deems it to be in the best interests of the City residents to approve and 23 authorize the Mayor to sign the Locally Funded Agreement and the Three Party Escrow Agreement 24 between FDOT and City of Boynton Beach to fund the design and construction of a mid-block 25 pedestrian crossing on East Ocean Avenue (SR 804) west of Northeast 6th Street. 26 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF 27 BOYNTON BEACH, FLORIDA, THAT: S:\CA\RESO\Agreements\FDOT Agreements-Pedestrian Crossing -Reso.Docx 28 Section 1. Each Whereas clause set forth above is true and correct and incorporated 29 herein by this reference. 30 Section 2. The City Commission of the City of Boynton Beach, Florida does hereby 31 approve and authorize the Mayor to sign the Locally Funded Agreement and the Three Party 32 Escrow Agreement between FDOT and City of Boynton Beach to fund the design and construction 33 of a mid-block pedestrian crossing on East Ocean Avenue (SR 804) west of Northeast 6th Street. 34 A copy of the Interlocal Agreement is attached hereto as Exhibit "A." 35 Section 3. That this Resolution shall become effective immediately upon passage. 36 PASSED AND ADOPTED this 5th day of December, 2023. 37 CITY OF BOYNTON BEACH, FLORIDA 38 39 YES NO 40 Mayor-Ty Penserga V 41 42 Vice Mayor-Thomas Turkin ✓ 43 44 Commissioner-Angela Cruz ✓ 45 46 Commissioner-Woodrow L. Hay ✓ 47 48 Commissioner-Aimee Kelley ✓ 49 50 VOTE 5-0 51 52 53 ATTEST: 54 55 wdf//''.1/ A Affre / �i1 /'OP 56 Tammy Sta► lone, CM Ty 'e ,:f ga 57 Deputy City Clerk May,. 58 59N Tp ;. APPROVED AS TO ORM: pY �� 60 (Corporate Seal) ��• oaPORgTN� 1�i c % AlA/4/‘ • akiin6 61 62 ; — SEAL • • Shawna G. Lamb 63 It INCORPORATED; 1920 1 City Attorney 64 ••• •. ‘ `"‘ FLORID" r S:\CA\RESO\Agreements\FDOT Agreements-Pedestrian Crossing -Reso.Docx FM No: 447669-1-52-02 FEID No: VF-596-000-282 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION LOCALLY FUNDED AGREEMENT THIS Locally Funded Agreement ("Agreement"), entered into this day of 20 , by and between the State of Florida Department of Transportation hereinafter called the DEPARTMENT, and City of Boynton Beach located at 100 E. Ocean Avenue, Boynton Beach, Florida 33435, hereinafter called the PARTICIPANT. WITNESSETH WHEREAS, the DEPARTMENT and the PARTICIPANT are desirous of having the PARTICIPANT provide additional financial assistance to the DEPARTMENT for construction work related to the DEPARTMENT'S resurfacing work along SR-804/E. Ocean Avenue from SR-5/US-1 to SR-A1A/ N Ocean Blvd. in Palm Beach County, Florida. (Financial Management (FM) Number 447669-1-52-01, Funded in Fiscal Year 2024/2025); and WHEREAS, the PARTICIPANT has requested that the DEPARTMENT perform the following additional work: construction of a mid-block crossing (Financial Management (FM) number 447669-1- 52-02, Funded in Fiscal Year 2024/2025) as set forth in Exhibit A attached hereto and made a part hereof and hereinafter referred to as the Project; and WHEREAS, the improvements are in the interest of both the PARTICIPANT and the DEPARTMENT and it would be more practical, expeditious, and economical for the DEPARTMENT to perform such activities; and WHEREAS, the PARTICIPANT by Resolution No. ig.-/G dated the �1'4`' day of ��CCU1I,oCR 20 Z3 , a copy of which is attached hereto and made a part hereof, authorizes the Mayor, Vice-Mayor, or designee to enter into this Agreement. NOW, THEREFORE, in consideration of the mutual benefits to be derived from joint participation on the Project, the parties agree to the following: 1. The recitals set forth above are true and correct and are deemed incorporated herein. 2. The DEPARTMENT shall be responsible for assuring that the Project complies with all applicable Federal, State and Local laws, rules, regulations, guidelines and standards. 3. The PARTICIPANT agrees to make all previous studies, maps, drawings, surveys and other data and information pertaining to the Project available to the DEPARTMENT at no extra cost. 4. The DEPARTMENT shall have the sole responsibility for resolving claims and requests for additional work for the Project. The DEPARTMENT will make reasonable efforts to obtain the PARTICIPANT input in its decisions. Page 1 5. The total cost of the Department's construction work and the Project is estimated to be EIGHT HUNDRED SIXTY-ONE THOUSAND EIGHT HUNDRED SEVENTY DOLLARS AND NO CENTS ($861,870.00). The PARTICIPANT's share of the Project is an estimated amount of FIFTY-NINE THOUSAND FIVE HUNDRED FIFTY-FOUR DOLLARS AND NO CENTS ($59,554.00), which sum shall be paid to the DEPARTMENT. The difference between the total cost of the actual bid minus the DEPARTMENT'S share is hereinafter defined as the "Total Project Cost". In the event the Total Project Cost is less than the funds provided, the difference will be refunded to the PARTICIPANT. In the event the Total Project Cost, without modifications, results in a sum greater than that paid by the PARTICIPANT, then such a sum shall be the sole responsibility of the PARTICIPANT and shall be paid to the DEPARTMENT. (A) The PARTICIPANT agrees that it will, within thirty (30) calendar days of the execution of this Agreement, remit payment to the DEPARTMENT in the amount of FIFTY-NINE THOUSAND FIVE HUNDRED FIFTY-FOUR DOLLARS AND NO CENTS ($59,554.00) towards the Project Costs. In the event payment is not received by the DEPARTMENT within thirty (30) calendar days of execution of this Agreement the DEPARTMENT reserves the right to terminate this Agreement and remove the Project from the DEPARTMENT'S Work Program. Remittance shall be made payable to the Department of Transportation. Payment shall be clearly marked to indicate that it is to be applied to FM Number 447669-1- 52-02. The DEPARTMENT shall utilize this amount towards the costs of Project No. 447669-1-52-02. Payment shall be mailed to: Florida Department of Transportation Office of Comptroller General Accounting Office, LFA Section 605 Suwannee Street, MS 42B Tallahassee, Florida 32399 In lieu of mailing payment to the DEPARTMENT, the PARTICIPANT may also submit the payment for the Project via wire transfer. Wire transfer/Payments are to be made to: Wells Fargo Bank, N.A. Account # 4834783896 ABA # 121000248 State of Florida Department of Financial Services Bureau of Collateral Management Re: DOT — K 11-78, Financial project #447669-1-52-02. Page 2 In order for FDOT to receive credit for the funds due to the Department, the reference line must contain "FDOT" and an abbreviated purpose, financial project number or LFA account number. Once the wire transfer is complete, the PARTICIPANT will contact Ms. Jennifer Bennett at 850-414-4861. In addition to calling Ms. Bennett, the PARTICIPANT shall send an email notification to D4-LFA@dot.state.fl.us stating the day and time the wire transfer was sent. (B) The PARTICIPANT'S share of the accepted bid for the Project (hereinafter referred to as "Accepted Bid") and the DEPARTMENT'S work plus allowances is hereinafter defined as the "Total Accepted Bid". Allowances are hereby defined as contingency, mobilization (MOB), and Maintenance of Traffic (MOT). If the PARTICIPANT'S share of the accepted bid for the Project is in excess of the advance deposit amount, the PARTICIPANT will provide an additional deposit within fourteen (14) calendar days of notification from the DEPARTMENT. The DEPARTMENT will notify the PARTICIPANT as soon as it becomes apparent the accepted bid amount is in excess of the advance deposit amount; however, failure of the DEPARTMENT to so notify the PARTICIPANT shall not relieve the PARTICIPANT from its obligation to pay for its full participation. If the PARTICIPANT cannot provide the additional deposit within fourteen (14) calendar days, a letter must be submitted to and approved by the DEPARTMENT'S Project Manager indicating when the deposit will be made and the DEPARTMENT'S written consent to the payment of the additional deposit and said date. The PARTICIPANT understands the request and approval of the additional time could delay the Project, and additional costs may be incurred due to delay of the Project. In the event of non- payment, the DEPARTMENT reserves the right to terminate this Agreement and remove the Project from the DEPARTMENT'S Work Program. (C) If the PARTICIPANT'S payment for the accepted bid amount is less than the advance deposit amount, the DEPARTMENT will refund the amount that the advance deposit exceeds the PARTICIPANT'S payment for the accepted bid amount if such refund is requested by the PARTICIPANT in writing. (D) Should Project modifications occur that increase the PARTICIPANT'S payment for the Project, the PARTICIPANT will be notified by the DEPARTMENT. The PARTICIPANT agrees to provide, without delay, in advance of the additional work being performed, adequate funds to ensure that cash on deposit with the DEPARTMENT is sufficient to fully fund the Project. The DEPARTMENT shall notify the PARTICIPANT as soon as it becomes apparent the actual costs will overrun the award amount; however, failure of the DEPARTMENT to so notify the PARTICIPANT shall not relieve the PARTICIPANT from its obligation to pay for its full participation. Funds due from the PARTICIPANT, for the Project, not paid within forty (40)calendar days from the date of the invoice are subject to an interest charge at a rate established pursuant to Section 55.03, F.S. In the event the PARTICIPANT fails to make the additional payment within the time hereinabove set forth, in addition to any other remedy, the DEPARTMENT reserves the right to terminate this Agreement. Page 3 (E) The DEPARTMENT intends to have its final and complete accounting of all costs incurred in connection with the work performed hereunder within three hundred sixty (360) days of final payment to the Consultant. The DEPARTMENT considers the Project complete when the final payment has been made to the Consultant, not when the design work is complete. All Project cost records and accounts shall be subject to audit by a representative of the PARTICIPANT for a period of three (3) years after final close out of the Project. The PARTICIPANT will be notified of the final cost. Both parties agree that in the event the final accounting of total Project costs pursuant to the terms of this Agreement is less than the total deposits to date, the excess funding will be refunded to the PARTICIPANT. If the final accounting is not performed within three hundred sixty (360) days, the PARTICIPANT is not relieved from its obligation to pay. (F) In the event the final accounting of total Project costs indicate that the Project costs are greater than the total deposits to date, the PARTICIPANT will pay the additional amount within forty (40) calendar days from the date of the invoice from the DEPARTMENT. The PARTICIPANT agrees to pay interest at a rate as established pursuant to Section 55.03, F.S., on any invoice not paid within forty (40) calendar days until the invoice is paid. (G) Upon receipt of payment, from the PARTICIPANT to the DEPARTMENT, the DEPARTMENT will then forward the PARTICIPANT's payment to the Department of Financial Services, Division of Treasury for deposit as provided in the Three-Party Escrow Agreement (3PEA) between the PARTICIPANT, the DEPARTMENT and the State of Florida, Department of Financial Services, Division of Treasury, a copy of which is attached hereto and made a part hereof as Exhibit B. 6. Upon completion of the Project, the PARTICIPANT will comply with the provisions set forth in Traffic Signal Maintenance and Compensation Agreement (TSMCA) dated July 1, 2018. which is attached hereto and made a part hereof as Exhibit C. The PARTICIPANT shall agree to maintain the Project in accordance with the terms of Exhibit C. The terms of this paragraph shall survive the termination of this Agreement. 7. In the event it becomes necessary for either party to institute suit for the enforcement of the provisions of this Agreement, each party shall be responsible to pay their own attorney fees and court costs. The venue with respect to any such litigation shall be in Broward County. 8. This Agreement and any interest herein shall not be assigned, transferred, or otherwise encumbered by the PARTICIPANT under any circumstances without the prior written consent of the DEPARTMENT. However, this Agreement shall run to the DEPARTMENT and its successors. 9. Except as otherwise set forth herein, this Agreement shall continue in effect and be binding to both the PARTICIPANT and the DEPARTMENT until the Project (FM#447669- 1-52-02) is completed as evidenced by the written acceptance of the DEPARTMENT. Page 4 10. The PARTICIPANT warrants that it has not employed or obtained any company or person, other than bona fide employees of the PARTICIPANT, to solicit or secure this Agreement, and it has not paid or agreed to pay any company, corporation, individual or firm, other than a bona fide employee employed by the PARTICIPANT. For breach or violation of this provision, the DEPARTMENT shall have the right to terminate the Agreement without liability. 11. The PARTICIPANT/Vendor/ Contractor: (A) shall utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the PARTICIPANT / Vendor/ Contractor during the term of the contract; and (B) shall expressly require any subcontractors performing work or providing services pursuant to the state contract to likewise utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the contract term. 12. This Agreement is governed by and construed in accordance with the laws of the State of Florida. 13. This document incorporates and includes all prior negotiations, correspondence, conversations, agreements, or understandings applicable to the matters contained herein, and the parties agree that there are no commitments, agreements or understandings concerning the subject matter of this agreement that are not contained in this document. Accordingly, it is agreed that no deviation from the terms hereof shall be predicated upon any prior representation or agreements whether oral or written. It is further agreed that no modification, amendment, or alteration in the terms and conditions contained herein shall be effective unless contained in a written document executed with the same formality and of equal dignity herewith. 14. Any or all notices(except invoices)given or required under this Agreement shall be in writing and either personally delivered with receipt acknowledged or sent by certified mail, return receipt requested. All notices delivered shall be sent to the following addresses: If to the DEPARTMENT: Florida Department of Transportation - District Four 3400 West Commercial Blvd. Fort Lauderdale, Florida 33309-3421 Attn: Leos A. Kennedy, Jr. With a copy to: Thuc Le A second copy to: Office of the General Counsel If to the PARTICIPANT: City of Boynton Beach Public Works 100 E. Ocean Ave Boynton Beach, Florida 33435 Attn: Moisey Abdurakhmanov With a copy to: City Attorney Page 5 IN WITNESS WHEREOF, the PARTICIPANT has caused this Agreement to be executed in its behalf, by the Chairman/Councilman of the CITY OF BOYNTON BEACH or its designee, as authorized by Resolution No. , and the FLORIDA DEPARTMENT OF TRANSPORTATION has caused this Agreement to be executed in its behalf through its Director of Transportation Development or authorized designee: STATE OF FLORIDA CITY OF BOYNTON BEACH DEPARTMENT OF TRANSPORTATION BY: ���� BY: NAME: \. ew _• a—. JOHN P. KRANE, P.E. TITLE: 6 : Y DIRECTOR OF TRANSPORTATION DEVELOPMENT ATTEST: APPROVED: (AS TO FORM) BY: Ct9V, l')2 LSA BY: �0-s,7 CITY CLERK (SEA_ ,,.. ` OFFICE OF THE GENERAL COUNSEL F OY N To `\\ SEAL 0, •INCORPORATED,• f APPROVED: 'i % 1920 APPROVED: ��. F.ORIOP = )44/44 Wain6 BY: BY: CITY ATTORNEY DISTRICT PROGRAM MGMT. ADMINISTRATOR Page 6 EXHIBIT "A" SCOPE OF SERVICES FM#: 447669-1-52-02 The DEPARTMENT'S work shall consist of resurfacing services along SR-804/E Ocean Avenue from SR 5/US 1 to SR A1A/N Ocean Blvd. The DEPARMENT will construct the following to include, but not limited to: • Mill & Resurface SR 804/E Ocean Avenue from SR 5/US 1 to SR A1A/N Ocean Blvd in Palm Beach County. • Reconstruct the following curb ramps: US1/SR5 (NE and SE quadrants / 2 curb ramps), NE 5 Street (NW and NE quadrants / 2 curb ramps), NE 6 Street (SE and SW quadrants / 2 curb ramps). • Replace pavement markings due to resurfacing efforts. Faded signs to be replaced. • Relocate pedestrian push button on SW quadrant of the US1/SR5 intersection to cross SR804 as it is more than 10ft from curb ramp. Upgrade to count-down pedestrian signals at SRA1A. • Replace signal loops damaged by milling operations. The scope of services for the additional work requested by the PARTICIPANT shall include the construction of a Mid-Block Crossing, at the west side of NE 6th Street on SR 804/E Ocean Ave. Page 7 Exhibit B THREE PARTY ESCROW AGREEMENT THIS AGREEMENT is made and entered into by and between the State of Florida, Department of Transportation ("FDOT"), City of Boynton Beach ("Participant"), and the State of Florida, Department of Financial Services, Division of Treasury ("Escrow Agent"), and shall become effective upon the Agreement's execution by Escrow Agent. WHEREAS, FDOT and Participant are engaged in the following project ("Project"): ` � Project Name: Mid-block Crossing Project #: 447669-1-52-02 ' County: Palm Beach \'j WHEREAS, FDOT and Participant desire to establish an escrow account for the Project. NOW THEREFORE, in consideration of the premises and the covenants contained herein, the parties agree to the following: 1. An initial deposit will be made into an interest bearing escrow account established hereunder for the purposes of the Project. The escrow account will be opened with the Escrow Agent on behalf of FDOT upon Escrow Agent's receipt and execution of this Agreement. 2. Other deposits to the escrow account may be made during the life of this Agreement. 3. Deposits will be delivered in accordance with instructions provided by the Escrow Agent to the FDOT for deposit into the escrow account. A wire transfer or ACH deposit is the preferred method of payment and should be used whenever possible. 4. FDOT's Comptroller or designee shall be the sole signatory on the escrow account with the Escrow Agent and shall have sole authority to authorize withdrawals from the account. Withdrawals will only be made to FDOT or the Participant in accordance with the instructions provided to the Escrow Agent by FDOT's Comptroller or designee. 5. Moneys in the escrow account will be invested in accordance with section 17.61, Florida Statutes. The Escrow Agent will invest the moneys expeditiously. Income is only earned on the moneys while invested. There is no guaranteed rate of return. Investments in the escrow account will be assessed a fee in accordance with Section 17.61(4)(b), Florida Statutes. All income of the investments shall accrue to the escrow account. Page 8 6. Unless instructed otherwise by FDOT, all interest accumulated in the escrow account shall remain in the account for the purposes of the Project. 7. The Escrow Agent agrees to provide written confirmation of receipt of funds to FDOT. FDOT agrees to provide a copy of such written confirmation to Participant upon request. 8. The Escrow Agent further agrees to provide quarterly reports to FDOT concerning the, escrow account. FDOT agrees to provide a copy of such quarterly reports to Participant upon request. 9. The Escrow Agent shall not be liable for any error of judgment or for any actcdone or omitted by it in good faith, or for anything which it may in good faith do or refrain from doing in connection herewith. i 10. Escrow Agent shall have no liability for any claim, cost, expense, damage or loss due to the acts or omissions of FDOT and Participant, nor from any separate agreements between FDOT and Participant and shall have no responsibility to monitor or enforce any responsibilities herein or in any separate agreements associated with this Agreement between FDOT and Participant. 11. This Agreement shall be governed by and interpreted in accordance with the laws of the State of Florida. 12. This Agreement may be executed in two or more counterparts, each of which shall be deemed an original, but all of which together shall constitute one and the same instrument. 13. This Agreement shall terminate upon disbursement by the Escrow Agent of all money held by it in the escrow account in accordance with the instructions given by FDOT's Comptroller or designee and notification from FDOT to Escrow Agent that the account is to be closed. The remainder of this page is blank. Page 9 IN WITNESS WHEREOF, the parties have duly executed the Agreement on the date(s) below. For FDOT (signature) For PARTICIPANT (signature) ��< Name and Title Name ` . 59-3024028 Federal Employer I.D. Number Title F-596-000-282-025` Date Federal Employera.D. Number Date FDOT Legal Review: For Escrow Agent (signature) Name and Title Date Page 10 EXHIBIT C Traffic Signal Maintenance and Compensation Agreement with Palm Beach County ASA-96 Page 1 I STATE Of FLORIDA DEPARTMENT OF TRANSPORIAIION 750-01022 TRAFFIC SIGNAL MAINTENANCE AND COMPENSATION AGREEMENT TRAFFIC OPERATIONS 06116 Page 1 e 6 CONTRACT NO ASA96 FINANCIAL PROJECT NO 42780238801 F.E I.D NO F596000785009 THIS TRAFFIC SIGNAL MAINTENANCE AND COMPENSATION AGREEMENT('Agreement"),is entered into this day of 2-° (CTI1 between the Florida Department of Transportation,an agency of the State of Florida,�erein called the"Department",and Palm 13eac County Florida, (`Maintaining Agency') WITNESSETH: A The Department is authorized under Section 335 055,Florida Statutes,to enter into this Agreement B The Maintaining Agency is authorized under Board of County Commissioners of Palm Beach County to enter into this Agreement and has authorized its undersigned representative to enter into and execute this Agreement on behalf of the Maintaining Agency NOW, THEREFORE, in consideration of the mutual covenants contained in the Agreement. the sufficiency of which is acknowledged,the parties mutually agree and covenant as follows 1 The term "Traffic Signals and Devices" is defined as follows: all traffic signals, interconnected and monitored traffic signals ("IMTS")(defined as signals that are interconnected with telecommunications and are monitored at a central location),traffic signal systems(defined as central computer,cameras.message signs,communications devices.interconnect/network,vehicle, bicycle&pedestrian detection devices, traffic signal hardware and software, preemption devices, and uninterruptible power supplies("UPS")). control devices(defined as intersection control beacons,traffic warning beacons, illuminated street name signs,pedestrian flashing beacons(i e,school zone flashing beacons,pedestrian crossing beacons, and Rectangular Rapid Flashing Beacons)),blank-out signs,travel time detectors,emergency/fire department signals speed activated warning displays, and other types of traffic signals and devices specifically identified within Exhibit A, which are located on the State Highway System within the jurisdictional boundaries of the Maintaining Agency The Maintaining Agency shall be responsible for the maintenance and continuous operation of Traffic Signals and Devices ("Project"). The Maintaining Agency shall be responsible for the payment of electricity and electrical charges incurred in connection with operation of Traffic Signals and Devices upon completion of installation of each of the Traffic Signals and Devices 2 The Department agrees to pay the Maintaining Agency an annual compensation amount based on the Department's fiscal year The compensation amount consists of the cost of the maintenance and continuous operation of the Traffic Signals and Devices as identified in Exhibit A, which is attached and incorporated into this Agreement. Compensation will also be made for costs incurred for the repair and/or replacement of damaged Traffic Signals and Devices as identified in Exhibit C, attached and incorporated into this Agreement Payments by the Department will be made in accordance with Exhibit B In the case of construction contracts,the Maintaining Agency shall be responsible for the payment of electricity and electrical charges incurred in connection with the operation of the Traffic Signals and Devices and shall undertake the maintenance and continuous operation of these Traffic Signals and Devices upon final acceptance of the installation by the Department Prior to any final acceptance of the installation by the Department, the Maintaining Agency will have the opportunity to inspect and request modifications or corrections to the installation(s)and the Department agrees to undertake those modifications or corrections prior to final acceptance so long as the modifications or corrections comply with the Agreement,signal plans,and specifications previously approved by both the Department and Maintaining Agency Repair or replacement and other responsibilities of the installation contractor and the Department,during construction,are contained in the Department's Standard Specifications for Road and Bridge Construction 3 If Traffic Signals and Devices are damaged and the Maintaining Agency did not cause the damages,then the Department shall reimburse the Maintaining Agency for the actual costs incurred by the Maintaining Agency for repairs and/or replacement of Traffic Signals and Devices,once the following occurs a The Department has approved a properly completed invoice for reimbursement that was provided to the Department outlining the details of the requested reimbursements,and b Evidence of the costs incurred were included as an attachment to the invoice Exhibit C sets forth additional conditions that apply when the Maintaining Agency seeks to obtain reimbursement for costs incurred for repair and/or replacement of damaged Traffic Signals and Devices Exhibit C also serves as a form invoice that can be used by the Maintaining Agency. The Maintaining Agency shall obtain written approval from the Department regarding the appropriate method of repair and/or replacement of damaged Traffic Signals and Devices prior to performing repair and/or replacement work If there is an immediate risk to public safety due to damaged Traffic Signals and Devices and the Maintaining Agency is unable to immediately obtain the Department's written approval regarding the method of repair and/or replacement. STATE OF FLOR DA DEPARTMENT OF TRANSPORTATION 750-010-22 TRAFFIC SIGNAL MAINTENANCE AND COMPENSATION AGREEMENT TRAFFIC OPERATIONS 06!16 Page 2 or 6 who cause damages and are liable for replacement and/or repair costs to Traffic Signals and Devices.If the Maintaining Agency causes damages to the Traffic Signals and Devices,then the Maintaining Agency shall repair and/or replace the Traffic Signals and Devices,and the Maintaining Agency shall be fully responsible for the cost of repair and/or replacement to the extent the damages were caused by the Maintaining Agency. 4. The Maintaining Agency shall maintain and operate the Traffic Signals and Devices in a manner that will ensure safe and efficient movement of highway traffic and that is consistent with maintenance practices prescribed by the International Municipal Signal Association(IMSA)and operational requirements of the Manual on Uniform Traffic Control Devices(MUTCD),as amended. 5. The Maintaining Agency's maintenance responsibilities include,but are not limited to,locates,preventive maintenance(periodic inspection,service,and routine repairs),restoration of services,and emergency maintenance(troubleshooting in the event of equipment malfunction,failure,or damage).Restoration of services may include temporary poles and/or signals,stop signs or other methods to maintain traffic.The Maintaining Agency shall record its maintenance activities in a traffic signal maintenance log,as they occur,and include this as part of the annual report,highlighting the time it took to restore the normal service and number of times such events occurred. 6. Neither the Maintaining Agency nor the Department shall be liable to the other for any failure to perform under this Agreement to the extent such performance is prevented by a Force Majeure Event and provided that the party claiming the excuse from performance has(a)promptly notified the other party of the occurrence and its estimate duration,(b)promptly remedied or mitigated the effect of the occurrence to the extent possible,and(c)resumed performance as soon as possible. A'Force Majeure Event'means the occurrence of. (a) an act of war,hostilities,invasion,act of foreign enemies,riot,terrorism or civil disorder; (b) act of God (such as, but not limited to,fires, explosions, earthquakes, drought, hurricanes, storms, lightning,tomados,tidal waves,floods,extreme weather or environmental conditions,and other natural calamities); (c) or another event beyond the control of the non-performing party and which could not have been avoided or overcome by the exercise of due diligence. 7. The Department intends to conduct a structural inspection of the mast arm structures every sixty(60)months.The inspection report will serve as ninety (90)days notification to the Maintaining Agency that deficiencies exist that require preventive maintenance.Preventive maintenance of the mast arm structures includes,but is not limited to,spot painting,cleaning,all wiring repair and replacement,graffiti removal,all signal related issues(including lighting,signs and connections),tightening of nuts, replacing missing or deficient bolts,replacement of missing cap covers or equivalent,replacement of missing or deficient access hole cover plates, repairing improper grounding, and repainting any painted mast arms installed after April 30,2015. If the preventive maintenance is not carried out after the expiration of the 90-day notice given to the Maintaining Agency, the Department shall withhold 6.33%up to a maximum of 25%of the total annual compensation amount under this Agreement for the affected signal locations each month. 8. Any and all work performed by the Maintaining Agency must conform to the current Department Standard Specifications for Road and Bridge Construction as applicable.Mast arms that the Department determines to be at the end of their useful life cycle will be replaced by the Department so long as documented preventive maintenance was satisfactorily performed by the Maintaining Agency.In the case of a total paint failure,as determined by the Department,on a mast arm installed prior to April 30,2015,the Department may repaint or replace with a galvanized mast arm.The aforementioned requirement does not apply to any mast arm that was installed under a separate mast arm paint finish agreement;in such case,the terms of that agreement shall govern. 9. The Maintaining Agency may remove any component of the installed equipment for repair or testing;however,it shall only make permanent modifications or equipment replacements and only if the equipment provided is capable of performing at minimum the same functions as the equipment being replaced. The Department shall not make any modifications or equipment replacements without prior written notice to and consultation with the Maintaining Agency. 10 The Maintaining Agency shall implement and maintain the timing and phasing of the traffic signals in accordance with the Department's timing and phasing plans,specifications,special provisions,Department re-timing projects,and the Department's Traffic Engineering Manual. The Maintaining Agency shall obtain prior written approval from the Department for any modification in phasing of signals and flash times(where applicable). Signal Systems timinos(cycle length,split,offsets)are considered operational changes and may be changed by the Maintaining Agency to accommodate changing needs of traffic. The Maintaining Agency may make changes in the signal timing provided these changes are made under the direction of a qualified Professional Engineer registered in the State of Florida. The Maintaining Agancy shall make available a copy of the timings to the Department upon request. The Department reserves the right to examine equipment,timing and phasing at any time and, after consultation with the Maintaining Agency,may specify modifications. If the Department specifies modification in timing or phasing,implementation of such modifications will be coordinated with,or made by.the Maintaining Agency.All signal timing and phasing records shall be retained by the Maintaining Agency for at least three(3)years,and will be made available to the Department upon request. STATE Or FLORDA DEPARTMENT OF TRANSPORTATION 750.610-22 TRAFFIC SIGNAL MAINTENANCE AND COMPENSATION AGREEMENT TRAFFIC OPERATIONS cans Pipe 3 016 11 The Maintaining Agency shall note in the maintenance log any changes in timings and phasings,and keep a copy of the timings end phasings,and any approval documentation in a file.A copy of the log shall be provided to the Department upon request Maintaining Agencies may provide this information electronically. 12. The Maintaining Agency and the Department shall update Exhibit A on an annual basis through an amendment of this Agreement. The Maintaining Agency designates is.Ire.whcv DR.aM, as its authorized representative(s),who is delegated the authority to execute any and all amendments to Exhibit A of this Agreement on behalf of the Maintaining Agency.Exhibit A will contain all Traffic Signals and Devices on the State Highway System which are within the jurisdiction of the Maintaining Agency, those that are maintained by the Maintaining Agency. No changes or modifications may be made to Exhibit A during the Departments fiscal year for compensation. New Traffic Signals and Devices added by the Department during its fiscal year through an amendment to Exhibit A must be maintained and operated by the Maintaining Agency upon the Department's final acceptance.The Maintaining Agency and the Department shall amend Exhibit A preceding each Department's fiscal year,which will include all new Department Traffic Signals and Devices added during the Department's previous fiscal year and delete those removed,The Maintaining Agency will begin receiving compensation for new Traffic Signals and Devices in the Departments fiscal year after the Traffic Signals and Devices are installed and final acceptance is given by the Department. In the event that no change has been made to the previous year's Exhibit A,a certification from the Maintaining Agency shall be provided to the Department certifying that no change has been made to Exhibit A in the Department's previous fiscal year. The annual compensation will be a lump sum payment(minus any retainage or forfeiture)as set forth in Exhibit B.Future payments will be based on the information provided in Exhibit A,in accordance with the provisions as set forth in Exhibit B.attached to and incorporated in this Agreement. 13. Payment will be made in accordance with Section 215.422,Florida Statutes. 14. There shall be no reimbursement for travel expenses under this Agreement. 15. Bills for fees or other compensation for services or expenses shall be submitted in detail sufficient for a proper pre-audit and post-audit thereof. 16. The Maintaining Agency should be aware of the following time frames. Inspection and approval of goods or services shall take no longer than twenty(20)working days. The Department has twenty(20)days to deliver a request for payment(voucher)to the Department of Financial Services. The twenty(20)days are measured from the latter of the date the invoice Is received or the goods or services are received,inspected and approved. 17. If a payment is not available within forty(40)days,a separate Interest penalty at a rate as established pursuant to Section 55.03(1), Florida Statutes, will be due and payable, in addition to the Invoice amount, to the Maintaining Agency. Interest penalties of less than one(1)dollar will not be enforced unless the Maintaining Agency requests payment.Invoices returned to a Maintaining Agency because of Maintaining Agency preparation errors will result in a delay in the payment. The invoice payment requirements do not start until a property completed invoice is provided to the Department. 18. A Vendor Ombudsman has been established within the Department of Financial Services. The duties of this individual include acting as an advocate for contractors or vendors who may be experiencing problems in obtaining timely payment(s)from a state agency. The Vendor Ombudsman may be contacted at(850)413-5516. 19. Records of costs Incurred under the terms of this Agreement shah be maintained and made available upon request to the Department at all times during the period of this Agreement and for five(5)years after final payment is made. Copies of these documents and records shall be furnished to the Department upon request. Records of costs incurred include the Maintaining Agency's general accounting records and the Project records,together with supporting documents and records,of the contractor and all subcontractors performing work on the Project,and all other records of the Contractor and subcontractors considered necessary by the Department for a proper audit of costs. 20. tf,after Project completion, any claim is made by the Department resulting from an audit or for work or services performed pursuant to this Agreement,the Department may offset such amount from payments due for work or services done under any agreement which it has with the Maintaining Agency owing such amount if,upon demand,payment of the amount is not made within 60 days to the Department. Offsetting any amount pursuant to this paragraph shall not be considered a breach of contract by the Department. 21. The Maintaining Agency must submit the final invoice on the Project to the Department within 120 days after termination of the Agreement. Invoices submitted after the 120-day time period may not be paid. 22. In the event this contract is for services in excess of$25,000.00 and a term for a period of more than one(1)year,the provisions of Section 339.135(6Xa),F.S.,are hereby incorporated: "The Department,during any fiscal year,shall not expend money,incur any liability,or enter into any contract which,by its terms,involves the expenditure of money in excess of the amounts budgeted as available for expenditure during such fiscal year. Any contract,verbal or written,made in violation of this subsection is STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 750010-22 TRAFFIC SIGNAL MAINTENANCE AND COMPENSATION AGREEMENT TRAFFIC OPERATIONS 06116 Pape 4d6 null and void,and no money may be paid on such contract The Department shall require a statement from the Comptroller of the Department that such funds are available prior to entering into any such contract or other binding commitment of funds. Nothing herein contained shall prevent the making of contracts for periods exceeding 1 year,but any contract so made shall be executory only for the value of the services to be rendered or agreed to be paid for in succeeding fiscal years;and this paragraph shall be incorporated verbatim in all contracts of the Department which are for an amount in excess of$25,000.00 and which have a term for a period of more than 1 year." 23. The Department's performance and obligation to pay under this Agreement is contingent upon an annual appropriation by the Legislature. If the Department's funding for this Project is in multiple fiscal years, funds approval from the Department's Comptroller must be received each fiscal year prior to costs being incurred. See Exhibit B for funding levels by fiscal year. Project costs utilizing these fiscal year funds are not eligible for reimbursement if incurred prior to funds approval being received. The Department will notify the Maintaining Agency,in writing,when funds are available. 24. In accordance with Section 287.134,Flonda Statutes,an entity or affiliate who has been placed on the Discriminatory Vendor List may not submit a bid on a contract to provide any goods or services to a public entity,may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work,may not submit bids on leases of real property to a public entity,may not be awarded or perform work as a contractor,supplier,contractor,supplier,subcontractor,or consultant under a contract with any public entity,and may not transact business with any public entity. 25. A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity,may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work,may not submit bids on leases of real property to a public entity,may not be awarded or perform work as a contractor,supplier,subcontractor,or consultant under a contract with any public entity,and may not transact business with any public entity In excess of the threshold amount provided in Section 287.017. Florida Statutes,for CATEGORY TWO for a period of thirty-six(36)months from the date of being placed on the convicted vendor list. 26. An entity or affiliate who has had its Certificate of Qualification suspended,revoked,denied or have further been determined by the Department to be a non-responsible contractor may not submit a bid or perlomt work for the construction or repair of a public building or public work on a contract with the Maintaining Agency. 27. The Department shall consider the employment by any contractor of unauthorized aliens a violation of Section 274A(e)of the Immigration and Nationality Act. If the contractor knowingly employs unauthorized aliens, such violation will be cause for unilateral cancellation of this Agreement. 28. No funds received pursuant to this Agreement may be expended for lobbying the Legislature,the judicial branch or a state agency. 29. The Maintaining Agency shall comply and require its contractors and subcontractors to comply with all terms and conditions of this Agreement and all federal,state,and local laws and regulations applicable to this Project. 30. The Maintaining Agency may be subject to inspections of Traffic Signals and Devices by the Department. Such findings will be shared with the Maintaining Agency and will be the basis of all decisions regarding payment reduction,reworking,Agreement termination,or renewal. If at any time the Maintaining Agency has not performed the maintenance responsibility on the locations specified in the Exhibit A,the Department has the option of(a)notifying the Maintaining Agency of the deficiency with a requirement that it be corrected within a specified time,otherwise the Department shall deduct payment,suspend funds,or terminate funds for any deficient maintenance of Traffic Signals and Devices that has not been corrected at the end of such time,or(b)take whatever action is deemed appropriate by the Department. Any deduction in payment,suspension of funds,or termination of funds does not relieve any obligation of the Maintaining Agency under the terms and conditions of this Agreement. 31. The Department shall monitor the performance of the Maintaining Agency in the fulfillment of its responsibilities under the Agreement.The Maintaining Agency shall submit an annual Report prior to June 30 of each year detailing the following: a. Critical Detection device malfunctions:Critical Detection devices include the detectors on side-streets and in left turn lanes on the main streets,and all pedestrian/bicycle detectors. Repairs to the side-street and main street left turn detectors shall be made within ninety(90)days and pedestrian detectors within seventy-two(72)hours of discovery. The Maintaining Agency shall ensure that 9D%of all Critical Detection devices system wide are operating at all times. At any time the level drops below 90%,the Maintaining Agency shall notify the Department and correct the situation within a time frame determined in the sole discretion of the Department.Discovery and correction dates for Critical Detection device malfunction shall be logged into the annual report.If the repairs cannot be performed within stipulated times,the agency shall document the reason(s)why in the annual report.When the 90%Critical Detection device requirement is(are)not met,a 10%retainage of the total annual compensation amount(as shown in Exhibit B)for the affected Critical Detection device location(s)each month will be withheld after the 90-day period. STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 750-0,0.22 TRAFFIC SIGNAL MAINTENANCE AND COMPENSATION AGREEMENT MAIM OPERATIONS Dery Page 5 of 6 b. Traffic signal preventive maintenance inspections: Traffic signals shall receive a comprehensive preventive maintenance inspection on at least 50%of all traffic signals annually,alternating the remaining 50%the following year. Preventive maintenance inspection shall include verification that all detection is working,the traffic signal is cycling properly,the ventiiation system is functioning end filters are clean.Basic traffic cabinet maintenance shall also verify power feed voltages, verify that the vehicle and pedestrian indications are functioning properly, test the effective functioning of pedestrian push buttons,and check hinges and door locks.At least one(1)conflict monitor test shall be performed on 50%of traffic signals annually, alternating the remaining 50%the following year. Each test is to be documented and included in the annual report to the Department.The inspection report shall note the location,date of inspection,and any items noted.If 50%of the traffic signals do not receive at least one(1)comprehensive preventive maintenance inspection during a twelve(12)month period,there shall be a 20%retainage of the annual compensation amount for the affected traffic signal locations until the preventive maintenance inspection is made If not performed within the state's fiscal year,the 20% retainage of the annual compensation amount for the affected traffic signal locations will be forfeited. c. For any traffic signets that are interconnected with telecommunications and their real-time operation is electronically monitored via software by personnel at a central location and are therefore receiving the higher compensation amount as described in Exhibit B,the name(s)and title(s)of those monitoring those intersections,and the location of the central monitoring facility(ies),are to be documented and contained in the annual report submitted to the Department. 32 The Maintaining Agency may enter into agreements with other parties pertaining to Traffic Signals and Devices including,but not limited to,agreements relating to costs and expenses incurred in connection with the operation of Traffic Signals and Devices on the State Highway System, provided that such Agreements are consistent with the mutual covenants contained in this Agreement. The Maintaining Agency shall furnish a copy of such agreements to the Department. 33. This Agreement may not be assigned or transferred by the Maintaining Agency in whole or in part without prior written consent of the Department. 34. The Maintaining Agency shall allow public access to all documents,papers,letters,or other material subject to provisions of Chapter 119,Flonda Statutes,and made or received by the Maintaining Agency in conjunction with this Agreement. Failure by the Maintaining Agency to grant such public access will be grounds for immediate unilateral cancellation of this Agreement. 35. Al no additional cost to the Department,the Maintaining Agency shall provide the Department access to all traffic signal data available from the firmware of the traffic signal controllers and other devices covered under this Agreement.The Maintaining Agency shall include the Department as a party to all traffic signal firmware/software related agreements that the Maintaining Agency enters into with other parties. 36. This Agreement is governed by and construed in accordance with the laws of the State of Florida. The invalidity or unenforceability of any portion of this Agreement does not affect the remaining provisions and portions hereof. Any failure to enforce or election on the part of the Department to not enforce any provision of this Agreement does not constitute a waiver of any rights of the Department to enforce its remedies hereunder or at law or in equity. 37. In no event shall the making by the Department of any payment to the Maintaining Agency constitute or be construed as a waiver by the Department of any breach of covenant or any default which may then exist on the part of the Maintaining Agency and the making of such payment by the Department,while any such breach or default shall exist,shall in no way impair or prejudice any right or remedy available to the Department with respect to such breach or default. 38. The term of this Agreement is twenty(20)years from the date of execution of the Agreement;provided that either party may cancel this Agreement prior to the expiration of the term of this Agreement.A minimum notice period of two(2)years plus the remaining months of the Department's fiscal year shall be provided to the other party in writing.Should he Maintaining Agency provide its written notice of cancellation to the Department, the notice shall be endorsed by the elected body (County Commission,City Council,or local agency governing body)under which the Agency operates 39. Any Project funds made available by the Department which are determined by the Department to have been expended in violation of this Agreement or any other applicable law or regulation shall be promptly refunded'n full to the Department. Acceptance by the Department of any documentation or certifications,mandatory or otherwise permitted,that the Maintaining Agency files shall not constitute a waiver of the Department's rights and Department has the right to verify all information at a later date by audit or investigation.Within thirty(30)days of the termination of this Agreement,the Maintaining Agency shall refund to the Department any balance of unobligated funds which were advanced or paid to the Maintaining Agency.In the event the Maintaining Agency fails to perform or honor the requirements and provisions this Agreement,the Maintaining Agency shall return funds in accordance with this paragraph within thirty(30)days of termination of the Agreement STATE OF FLORIDA OEPAH I ME N7 O”TRANSPORTATION 750-010-22 TRAFFIC SIGNAL MAINTENANCE AND COMPENSATION AGREEMENTTRAFFIC OPERATIONS 06/16 Pape 6 016 40. Upon execution,this Agreement cancels and supersedes any and all prior Traffic Signal Maintenance Agreements)between the parties,except any specific separate Agreements covering painted mast arm maintenance or any other aspect related to the painting of mast arms. 41. The Department reserves the right to remove select critical corridors or critical intersections from the Maintaining Agency's obligation under this Agreement The remaining Intersections and corridors would continue to be covered under this Agreement. The Department will provide a minimum of one year notice prior to take-over of maintenance of critical corridors or critical intersections 42. This Agreement may be executed in one or more counterparts,each of which shall be deemed art original,but all of which shall constitute the same Agreement. A facsimile or electronic transmission of this Agreement with a signature on behalf of a party will be legal and binding on such party. 43. The Department agrees that the Maintaining Agency must comply with State law regarding appropriations and budgets. This Agreement shall not be interpreted to conflict with State law applicable to the Maintaining Agency. 44. The Maintaining Agency shall: a. utilize the U.S. Department of Homeland Security's E-Verify system to venfy the employment eligibility of all new employees hired by the Maintaining Agency during the term of the Agreement;and b. expressly require any contractors and subcontractors performing work or providing services pursuant to the Agreement to likewise utilize the U.S.Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the Agreement term. 45. Unless authorized by law and agreed to in writing by the Department,the Department will not be liable to pay attorney fees, interest,or cost of collection 46. The Parties agree to comply with 5.20.055(5),Flonda Statutes.and to incorporate in all subcontracts the obligation to comply with s.20.055(5),Florida Statutes. 47 Exhibits A,B.and C are attached and incorporated into this Agreement. 48 This Agreement contains all the terms and conditions agreed upon by the parties. IN WITNESS WHEREOF,the parties have caused these presents to be executed,the day and year first above written JUN 1 9 201° P as lm Beach Count.;ing ,Florida STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION (MBy By ,77Q' (Authorized Signature) (Authorized Signature) PnntlTypeName: Melissa McKI ay Print/TypeName: fa..� A La., I.-, Title. Mayorj^ Title: tl Q �.n Legal : �.(L.-�✓ Attorney; ✓,,l►. • Date 6/ C' 4 Sharon R.Bock,Clerk R Cornptrol;or r P• lss^ccs CrLh % �'/� By ��i1 I - 0 eo.0 C '�_ DocuSign Envelope ID:205FA40B-98D2-4CCA-88D3-5DC0036D6863 STATE OF FEORCA OEPARTVEor Err TORT SPOaTATA,4 TRAFFIC SIGNAL MAINTENANCE AND COMPENSATION AGREEMENT Reimbursement for Maintenance and Operation Exhibit A, Contract No.:ASA96 FIN Number:4278023-88-01 COMPENSATION FOR MAINTAINING TRAFFIC SIGNALS AND DEVICES FOR FY 2021-2022 EFFECTIVE DATE FROM JULY 1,2022 THROUGH JUNE 30,2023 Intersection Location $3,670 $5,273 $921 $737 $1,286 $370 $370 $119 $119 Speed Actuated Emergency Warning Unintenupti Traffic Signal Intersection Pedestrian Fire Display or Traffic ble Power Interconnected and Control Flashing Department Blank-out Warning Travel Time Supplies Compensation PBC ID# E(W STREET WS STREET Traffic Signals Monitored Beacons(ICB) Beacon(PFB) Signal(FDS) Signs Beacons Detectors (UPS) Amount 1 1500 COUNTY LINE ROAD US 1 5273 $5,273.00 2 2700 TEQUESTA DR/WATERWAY US 1/SR 5 5273 $5,273.00 3 2800 BEACH RD/ALT AIA/SR 707 US 1/SR 5 5273 _ $5,273.00 4 3400 RIVERSIDE DR E ALT AIA/OLD DIXIE HWY 5273 370 $5,643.00 OCEAN BLVD/A1A/THE ISLAND 5 3600 AT JUPITER US 1/SR 5 3670 $3,670.00 6 3900 CENTER ST ALT A1A/OLD DIXIE HWY 5273 370 $5,643.00 7 3908 BURT REYNOLDS PARK US 1 1286 $1,286.00 COASTAL WAY/SHOPS AT 8 4000 JUPITER US 1 3670 $3,670.00 9 4200 INDIANTOWN RD BEELINE HIGHWAY 3670 $3,670.00 10 4649 INDIANTOWN RD FLA TURNPIKE 5273 $5,273.00 11 4653 INDIANTOWN RD ISLAND WY/85TH TER N 5273 119 $5,392.00 12 4655 INDIANTOWN RD JUPITER PLAZA/WINN-DIXIE 5273 119 $5,392.00 13 4660 INDIANTOWN RD CENTRAL BLVD 5273 119 $5,392.00 14 4661 INDIANTOWN RD CHASEWOOD PLAZA/PALMETTO ST 5273 119 $5,392.00 15 4664 INDIANTOWN RD CENTER ST 5273 370 119 $5,762.00 16 4666 INDIANTOWN RD MAPLEWOOD DR 5273 119 $5,392.00 17 4670 INDIANTOWN RD N/S DELAWARE BLVD 5273 119 $5,392.00 18 4680 INDIANTOWN RD PENNOCK LA 5273 119 $5,392.00 19 4697 INDIANTOWN RD MILITARY TR/PERRY AVE 5273 119 $5,392.00 20 4700 INDIANTOWN RD LOXAHATCHEE DR 5273 119 $5,392.00 21 4750 INDIANTOWN RD ALT A1A 5273 370 119 $5,762.00 22 4760 INDIANTOWN RD JONATHAN DR 5273 119 $5,392.00 23 4800 INDIANTOWN RD US 1/SR5 5273 119 $5,392.00 24 5020 TONEY PENNA DR ALT A1A 5273 370 370 $6,013.00 25 5110 BARROW ISLAND RD ALT A-1-A 5273 $5,273.00 26 5200 OCEAN WAY US 1(SR 5) 3670 $3,670.00 27 5420 FREDERICK SMALL RD ALT A1A 5273 370 $5,643.00 28 5460 ADMIRAL'S COVE BLVD ALT A1A 5273 $5,273.00 29 5474 BLUFFS BLVD US 1/SR 5 3670 $3,670.00 30 5475 MARCINSKI RD US 1/SR5 3670 $3,670.00 31 6500 JUNO OCEAN WALK/JUNO BEACF US 1 3670 $3,670.00 32 7010 PRATT WHITNEY CO BEELINE HWY(MAIN GATE) 3670 $3,670.00 33 7020 PRATT WHITNEY RD BEELINE HWY 3670 $3,670.00 RR TRACKS(Between Pratt Whitney Rd&Park of Commerce SR 710/BEELINE HWY(1000'N&S of RR 34 7022 Blvd) TRACKS) 370 $370.00 BEELINE HWY(SR-710)(400'NORTH OF 35 7024 PARK OF COMMERCE BLVD POC BLVD) 370 $370.00 Page 1 of 14 DocuSign Envelope ID:205FA4OB-98D2-4CCA-88D3-5DC0O36D6863 Intersection Location $3,670 $5,273 $921 $737 $1,286 $370 $370 $119 $119 Speed Actuated Emergency Warning Uninterrupti Traffic Signal Intersection Pedestrian Fire Display or Traffic bin Power Interconnected and Control Flashing Department Blank-out Warning Travel Time Supplies Compensation PBC ID# ENV STREET N/S STREET Traffic Signals Monitored Beacons(ICB) Beacon(PFB) Signal(FOS) Signs Beacons Detectors (UPS) Amount 36 7025 PARK OF COMMERCE BLVD BEELINE HWY(SR-710) 3670 $3,670.00 BEELINE HWY(SR-710)(400'SOUTH OF - 37 7026 PARK OF COMMERCE BLVD POC BLVD) 370 $370.00 38 7030 CALOOSA BLVD E BEELINE HWY(SR-710) 921 $921.00 39 8924 DONALD ROSS RD 1-95 5273 $5,273.00 40 8950 DONALD ROSS RD US 1 3670 $3,670.00 41 8975 DONALD ROSS RD ALT A1A 5273 370 $5,643.00 42 11480 HOOD RD ALT A1A 5273 370 $5,643.00 43 11900 JUNO ISLES BLVD US 1/A1A/OCEAN DR 3670 $3,670.00 44 12500 FLORIDA BLVD ALT A1A/SR 811 5273 _ $5,273.00 45 12543 UNIVERSE BLVD US 1 3670 $3,670.00 KYOTO GARDENS DR/195 NB - _ 46 12651 RAMP MILITARY TRAIL 5273 $5,273.00 - 47 14100 PGA BLVD BEELINE HWY 5273 $5,273.00 48 14102 PGA BOULEVARD/SR 786 1000'EAST OF BEELINE HWY/SR 710 370 $370.00 BEELINE HWY/SR 710(750'SOUTH OF 49 14104 PGA BOULEVARD/SR 786 PGA BLVD) 370 $370.00 50 14175 PGA BLVD BLUEGILL TRAIL 370 $370.00 51 14200 PGA BLVD JOG RD/RYDER CUP BLVD 5273 _ $5,273.00 52 14280 PGA BLVD AVENUE OF THE CHAMPIONS 5273 $5,273.00 53 14300 PGA BLVD FLA TURNPIKE/FAIRWAY DR 5273 370 119 $5,762.00 54 14301 PGA BLVD CENTRAL BLVD/AVE OF PGA 5273 119 $5,392.00 55 14305 PGA BLVD BALLENISLE DR 5273 119 $5,392.00 56 14325 PGA BLVD SHADY LAKES 5273 119 $5,392.00 57 14350 PGA BLVD MILITARY TR 5273 119 $5,392.00 58 14351 PGA BLVD 1-95 5273 $5,273.00 59 14352 PGA BLVD 1-95 NB OFF RAMP(RAMP F) 5273 119 $5,392.00 60 14370 KYOTO GARDENS DR ALT A-1-A 5273 370 $5,643.00 61 14372 RAMP N ALT A-1-A 5273 $5,273.00 62 14375 PGA BLVD LOOP RD/LAKE VICTORIA GARDENS BLVD 5273 119 $5,392.00 63 14380 LOOP RD ALT A-1-A 5273 $5,273.00 64 14399 GARDENS PKWY ALT A1A 5273 $5,273.00 65 14401 PGA BLVD FAIRCHILD AVE/GARDENS AVE 5273 $5,273.00 66 14402 PGA BLVD GARDENS MALL 5273 119 $5,392.00, 67 14403 PGA BLVD CAMPUS DR/KEW GARDENS AVE 5273 119 $5,392.00 68 14450 PGA BLVD PROSPERITY FARMS RD 5273 119 $5,392.00 69 14475 PGA BLVD ELLISON WILSON RD 5273 $5,273.00 70 14500 PGA BLVD US 1 5273 119 $5,392.00 71 14505 VILLAGE RD/OLD HARBOR RD A1A(LOST TREE) 3670 $3,670.00 72 14550 RCA BLVD ALT A1A 5273 370 $5,643.00 73 14950 LAKESHORE DR/GOLFVIEW DR US 1/SR 5 3670 $3,670.00 74 15500 BURNS RD MILITARY TR 5273 $5,273.00 75 15550 BURNS RD ALT A1A 5273 370 $5,643.00 76 15800 YACHT CLUB DR US 1/SR 5 5273 $5,273.00 77 15900 LILAC MILITARY TR 5273 $5,273.00 78 16050 HOLLY DR MILITARY TR 5273 $5,273.00 79 16100 NORTH ANCHORAGE US 1 5273 $5,273.00 80 16499 PROMENADE MALL ALT A1A 5273 $5,273.00 Page 2 of 14 DocuSign Envelope ID:2O5FA40B-98D2-4CCA-88D3-5DC0036D6863 Intersection Location $3,670 $5,273 $921 $737 $1,286 $370 $370 $119 $119 Speed Actuated Emergency Warning Uninterrupti Traffic Signal Intersection Pedestrian Fire Display or Traffic ble Power Interconnected and Control Flashing Department Blank-out Warning Travel Time Supplies Compensation PBC ID# E/W STREET N/S STREET Traffic Signals Monitored Beacons(ICB) Beacon(PF8) Signal(FDS) Signs Beacons Detectors (UPS) Amount 81 16500 LIGHTHOUSE DR ALT A1A 5273 370 $5,643.00 82 16525 GARDENIA DR MILITARY TR 5273 $5,273.00 83 16700 LIGHTHOUSE DR US 1 5273 $5,273.00 NORTH PALM BEACH FIRE - 84 17000 STATION US1 1286 $1,286.00 85 17100 SOUTH ANCHORAGE DR US 1 5273 $5,273.00 86 17290 NORTHLAKE BLVD BEELINE HWY 5273 $5,273.00 87 17300 NORTHLAKE BLVD MILITARY TR 5273 119 $5,392.00 88 17325 NORTHLAKE BLVD I-95 West 5273 119 $5,392.00 89 17325 NORTHLAKE BLVD I-95 East 5273 $5,273.00 90 17359 RICHARD RD ALT A1A 5273 $5,273.00 91 17380 NORTHLAKE BLVD ALT A1A/10TH ST/FEC R/R 5273 $5,273.00 92 17460 NORTHLAKE BLVD US 1 5273 $5,273.00 93 17950 PALMETTO RD/LAKE SHORE DR US 1 5273 $5,273.00 94 18100 FIRE STA#3(RB) N OCEAN BLVD/A1A 1286 _ _ $1,286.00 95 18600 PARK AVE US 1 5273 _ $5,273.00 96 18800 GROVE PARK SCHOOL MILITARY TRAIL 737 $737.00 97 18801 INVESTMENT LANE MILITARY TR 5273 $5,273.00 98 19175 SILVER BEACH RD BROADWAY/US 1 5273 $5,273.00 99 19180 WOODBINE TR/LEO LN MILITARY TRAIL 5273 $5,273.00 100 20085 FLORIDA TURNPIKE JOG ROAD 5273 $5,273.00 101 20090 FLORIDA TURNPIKE/JOG ROAD BEELINE HWY 5273 $5,273.00 102 20095 BEELINE HWY HAVERHILL RD 5273 $5,273.00 103 20097 WOODBINE(RIVIERA BCH)FIRE:MILITARY TR 1286 $1,286.00 104 20099 BLUE HERON BLVD/SR 708 BEELINE HWY/SR 710 5273 $5,273.00 105 20100 BLUE HERON BLVD MILITARY TR 5273 $5,273.00 106 20110 BLUE HERON BLVD NORTH 42ND WAY 5273 $5,273.00 107 20150 BLUE HERON BLVD 1-95 5273 $5,273.00 108 20150 BLUE HERON BLVD 1-95 5273 $5,273.00 109 20175 BLUE HERON BLVD GARDEN RD 5273 $5,273.00 110 20176 BLUE HERON BLVD CONGRESS AVE 5273 $5,273.00 111 20190 BLUE HERON BLVD JFK MIDDLE SCHOOL 737 $737.00 112 20200 BLUE HERON BLVD FIRE STATION#2 1286 $1,286.00 113 20226 BLUE HERON BLVD AVE S 5273 $5,273.00 114 20228 BLUE HERON BLVD AVE 0 5273 $5,273.00 115 20230 BLUE HERON BLVD AUSTRALIAN AVE 5273 $5,273.00 116 20240 BLUE HERON BLVD PRESIDENT BARACK OBAMA HWY 5273 370 $5,643.00 117 20250 BLUE HERON BLVD AVE H 5273 $5,273.00 118 20260 BLUE HERON BLVD AVE F 5273 $5,273.00 119 20270 BLUE HERON BLVD BROADWAY/US 1 5273 $5,273.00 120 20280 BLUE HERON BLVD LAKESHORE DR/AVE A 5273 $5,273.00 121 20290 SR AlA/OCEAN BLVD PHIL FOSTER PARK 3670 $3,670.00 122 20300 SR A1A/OCEAN BLVD LAKE DR 3670 $3,670.00 123 20305 SR A1A/OCEAN BLVD PARK AVE 3670 $3,670.00 124 20310 SR Al A/OCEAN BLVD OCEAN MALL 3670 _ $3,670.00 125 20400 BEELINE HWY MILITARY TR 5273 $5,273.00 126 20402 CSX/BEELINE HWY MILITARY TR 921 $921.00 127 20405 DYER BLVD MILITARY TRAIL 5273 $5,273.00 128 20410 WESTROADS DR MILITARY TR 5273 $5,273.00 Page 3 of 14 DocuSign Envelope ID:205FA40B-98D2-4CCA-88D3-5DC0036D6863 Intersection Location $3,670 $5,273 $921 $737 $1,286 $370 $370 $119 $119 Speed Actuated Emergency Warning Uninterruptl Traffic Signal Intersection Pedestrian Flre Display or Traffic bie Power Interconnected and Control Flashing Department Blank-out Waming Travel Time Supplies Compensation PBC ID# E/W STREET N/S STREET Traffic Signals Monitored Beacons(ICB) Beacon(PFB) Signal(FDS) Signs Beacons Detectors (UPS) Amount MARTIN LUTHER KING JR BLVD 129 20420(SR 710) 5273 $5,273.00 130 20425 MARTIN LUTHER KING JR BLVD CONGRESS AVE 5273 $5,273.00 131 20430 MARTIN LUTHER KING JR BLVD AVENUE U 5273 $5,273.00 132 20497 22ND ST BROADWAY(US 1) 5273 $5,273.00 133 20500 20TH ST BROADWAY/US 1 5273 $5,273.00 134 21150 13TH ST BROADWAY/US 1 5273 $5,273.00 135 21293 Martin Luther King Ave 0 5273 $5,273.00 MARTIN LUTHER KING JR 136 21295 BLVD/PORT RD AVE 0 5273 $5,273.00 MARTIN LUTHER KING JR 137 21300 BLVD/PORT RD AUSTRALIAN AVE 1 5273 $5,273.00 MARTIN LUTHER KING JR BLVD 138 21325(SR710) AVE J 5273 $5,273.00 MARTIN LUTHER KING JR 139 21350 BLVD/PORT RD PRESIDENT BARACK OBAMA HWY 5273 370 $5,643.00 140 21380 PORT ACCESS RD US 1 5273 370 $5,643.00 141 21400 54TH STREET BROADWAY AVENUE(US 1) 5273 $5,273.00 142 22325 45TH ST MILITARY TR 5273 $5,273.00 143 22327 SHILOH DR MILITARY TR 5273 $5,273.00 144 22375 45TH ST 1-95 5273 $5,273.00 145 22375 45TH ST 1-95 5273 $5,273.00 146 22390 49TH ST(WPB FIRE STA#3) BROADWAY AVE 5273 $5,273.00 147 22475 45TH ST BROADWAY 5273 $5,273.00 148 23200 40TH ST BROADWAY 5273 $5,273.00 149 23650 CUMBERLAND DR MILITARY TRAIL 5273 $5,273.00 150 23815 36TH ST BROADWAY 5273 $5,273.00 151 24400 WILLOW POND/WINDSORWAY MILITARY TRAIL 5273 $5,273.00 152 24670 25TH ST BROADWAY 5273 $5,273.00 153 24890 NORTHWOOD RD DIXIE HWY/POINSETTIA AVE 5273 $5,273.00 154 25550 L.A.KIRKSEY/15TH ST N DIXIE HWY 5273 $5,273.00 155 26030 PALM BEACH LAKES BLVD 1-95 5273 $5,273.00 156 26030 PALM BEACH LAKES BLVD 1-95 5273 $5,273.00 157 26110 PALM BEACH LAKES BLVD DIXIE HWY 5273 $5,273.00 158 26575 QUADRILLE BLVD DIXIE HWY 5273 $5,273.00 159 26580 QUADRILLE BLVD OLIVE AVE 5273 $5,273.00 LOFTIN ST/FLAGLER MEMORIAL 160 26585 BRIDGE N FLAGLER DR 5273 $5,273.00 161 26915 3RD ST QUADRILLE BLVD 5273 $5,273.00 162 27122 ROEBUCK RD MILITARY TR 5273 $5,273.00 SHENANDOAH DR/LAKESIDE 163 27126 GREEN BLVD MILITARY TR 5273 $5,273.00 164 27127 COMMUNITY DR MILITARY TR 5273 $5,273.00 165 27133 BANYAN BLVD QUADRILLE BLVD 5273 $5,273.00 166 27225 CLEMATIS ST QUADRILLE BLVD 5273 $5,273.00 167 27487 FERN ST S QUADRILLE BLVD 5273 $5,273.00 168 27525 HIBISCUS ST QUADRILLE BLVD 5273 $5,273.00 LAKEVIEW AVE/OKEECHOBEE 169 27625 BLVD DIXIE HWY 5273 119 $5,392.00 Page 4of14 DocuSign Envelope ID:205FA40B-98D2-4CCA-88D3-5DC0O36D6863 Intersection Location $3,670 $5,273 $921 $737 $1,286 $370 $370 $119 $119 Speed Actuated Emergency Warning Uninterrupti Traffic Signal Intersection Pedestrian Fire Display or Traffic ble Power Interconnected and Control Flashing Department Blank-out Warning Travel Time Supplies Compensation PBC ID# E1N STREET N/S STREET Traffic Signals Monitored Beacons(ICB) Beacon(PFB) Signal(FDS) Signs Beacons Detectors (UPS) Amount 170 27645 LAKEVIEW AVE OLIVE AVE 5273 119 $5,392.00 171 27648 LAKEVIEW AVE FLAGLER DR 5273 119 $5,392.00 172 27700 OKEECHOBEE BLVD SR 7/US 441 5273 $5,273.00 173 27710 OKEECHOBEE BLVD FLAGLER PKWYBAYWINDS BL 5273 $5,273.00 174 27725 OKEECHOBEE BLVD SANSBURY WAY 5273 $5,273.00 ANDROS ISLE/BEREAN CHRISTIAN 175 27727 OKEECHOBEE BLVD SCHOOL 5273 $5,273.00 176 27728 OKEECHOBEE BLVD BENOIST FARMS RD 5273 $5,273.00 177 27730 OKEECHOBEE BLVD GOLDEN LAKES BLVD 5273 $5,273.00 178 27735 OKEECHOBEE BLVD SKEES RD/RIVERWALK BLVD 5273 $5,273.00 179 27750 OKEECHOBEE BLVD JOG RD 5273 $5,273.00 180 27770 OKEECHOBEE BLVD VISTA PKWY 5273 $5,273.00 181 27775 OKEECHOBEE BLVD FLA TURNPIKE 5273 $5,273.00 182 27800 OKEECHOBEE BLVD MERIDIAN RD 5273 $5,273.00 183 27815 OKEECHOBEE BLVD FS#23 1286 _ $1,286.00 184 27825 OKEECHOBEE BLVD HAVERHILL RD 5273 $5,273.00 185 27850 OKEECHOBEE BLVD MILITARY TR 5273 $5,273.00 186 27851 OKEECHOBEE BLVD CROSS COUNTY MALUBISCAYNE BLVD 5273 $5,273.00 187 27875 OKEECHOBEE BLVD INDIAN RD 5273 $5,273.00 188 27885 OKEECHOBEE BLVD PALM BCH LAKES BLVD/WABASSO DR 5273 $5,273.00 189 27900 OKEECHOBEE BLVD SPENCER DR 5273 $5,273.00 190 27905 OKEECHOBEE BLVD LOXAHATCHEE DR 5273 $5,273.00 191 27910 OKEECHOBEE BLVD CONGRESS AVE 5273 $5,273.00 192 27920 OKEECHOBEE BLVD CHURCH ST/CHILLINGSWORTH DR 5273 _ $5,273.00 193 27925 OKEECHOBEE BLVD 1-95 WEST 5273 $5,273.00 194 27926 OKEECHOBEE BLVD 1-95 EAST 5273 _ $5,273.00 195 27940 OKEECHOBEE BLVD SB 1-95 RAMP 737 $737.00 196 27950 OKEECHOBEE BLVD PARKER AVE/TAMARIND AVE 5273 119 $5,392.00 197 27952 OKEECHOBEE BLVD N SAPODILLA AVE 5273 119 $5,392.00 198 27953 OKEECHOBEE BLVD ROSEMARY AVE 5273 119 $5,392.00 199 27954 OKEECHOBEE BLVD FEC R/R 370 $370.00 200 27955 OKEECHOBEE BLVD QUADRILLE BLVD 5273 $5,273.00 201 27956 OKEECHOBEE BLVD QUADRILLE BLVD 5273 370 $5,643.00 202 27960 OKEECHOBEE BLVD DIXIE HWY 5273 119 $5,392.00 203 27961 OKEECHOBEE BLVD OLIVE AVE 5273 119 $5,392.00 204 27965 OKEECHOBEE BLVD FLAGLER DR 5273 119 $5,392.00 205 28200 WESTGATE AVE/ELMHURST RD MILITARY TR 5273 $5,273.00 206 28370 ALDI WAY SR 7 5273 $5,273.00 207 28380 REGAL THEATER SR 7 5273 $5,273.00 208 28390 BUSINESS PARK WY SR7/US 441 5273 $5,273.00 209 28449 FLORIDA TURNPIKE(SB ON RAMI JOG ROAD 5273 $5,273.00 210 28450 FLORIDA TURNPIKE(NB ON RAM JOG ROAD 5273 $5,273.00 211 28800 CHERRY RD MILITARY TR 5273 $5,273.00 212 28900 NORTON MUSEUM DIXIE HWY 5273 $5,273.00 213 28950 FLAMINGO DR DIXIE HWY 5273 $5,273.00 214 29025 BELVEDERE RD SR 7 5273 $5,273.00 215 29225 BELVEDERE RD MILITARY TR 5273 $5,273.00 216 29325 BELVEDERE RD 1-95 5273 $5,273.00 Page 5 of 14 DocuSign Envelope ID:205FA40B-98D2-4CCA-88D3-5DC0036D6863 Intersection Location $3,670 $5,273 $921 $737 $1,286 $370 _ $370 _ $119 $119 Speed Actuated Emergency Warning Unlnterrupt' Tragic Signal Intersection Pedestrian Fire Display or Traffic bin Power Interconnected and Control Flashing Department Bi nk-out Warning Travel Time Supplies Compensation PBC ID# ENV STREET NIS STREET Traffic Signals Monitored Beacons(ICB) Beacon(PFB) Signal(FOS) Signs Beacons Detectors (UPS) Amount 217 29325 BELVEDERE RD 1-95 5273 $5,273.00 218 29375 BELVEDERE RD DIXIE HWY 5273 $5,273.00 219 29858 FAIRGROUND ROAD SR 7 5273 $5,273.00 220 29925 ALBEMARLE RD DIXIE HWY 5273 $5,273.00 221 30600 MONROE DR DIXIE HWY 5273 $5,273.00 222 30650 KENILWORTH BLVD S DIXIE HWY(SR 805) 737 $737.00 223 30690 SR 80 CR 880 921 $921.00 224 30695 SOUTHERN BLVD ARDEN LAKES WAY 3670 370 $4,040.00 225 30700 SOUTHERN BLVD(SR 80) LION COUNTRY SAFARI RD 5273 370 $5,643.00 226 30710 SOUTHERN BLVD SEMINOLE PRATT WHITNEY RD 5273 370 $5,643.00 227 30718 SOUTHERN BLVD BINKS FOREST DRIVE 5273 $5,273.00 228 30722 SOUTHERN BLVD D ROAD 5273 $5,273.00 229 30726 SOUTHERN BLVD BIG BLUE TRACE 5273 $5,273.00 230 30730 SOUTHERN BLVD PALMS WEST PARKWAY 5273 $5,273.00 231 30735 SOUTHERN BLVD FOREST HILL/CRESTWOOD BLVD 5273 _ $5,273.00 232 30750 SOUTHERN BLVD ROYAL PALM BEACH BLVD 5273 119 $5,392.00 233 30760 SOUTHERN BLVD LAMSTEIN LA 5273 119 $5,392.00 234 30765 SOUTHERN BLVD(SR 80) 103 RD AVE 5273 $5,273.00 235 30775 SOUTHERN BLVD SR 7/US 441 5273 119 $5,392.00 236 30785 SOUTHERN BLVD FAIRGROUNDS RD 5273 119 $5,392.00 237 30790 SOUTHERN BLVD SANSBURY'S WAY 5273 119 $5,392.00 238 30800 SOUTHERN BLVD BENOIST FARMS RD 5273 119 $5,392.00 239 30808 SOUTHERN BLVD PIKE RD 5273 119 $5,392.00 240 30809 FLA TURNPIKE PIKE RD 5273 $5,273.00 241 30812 SOUTHERN BLVD FL TURNPIKE(EAST) 5273 $5,273.00 242 30815 SOUTHERN BLVD CLEARY RD 5273 119 $5,392.00 243 30825 SOUTHERN BLVD JOG RD 5273 119 $5,392.00 244 30835 SOUTHERN BLVD HAVERHILL RD 5273 119 $5,392.00 245 30850 SOUTHERN BLVD MILITARY TR 5273 119 $5,392.00 246 30860 SOUTHERN BLVD KIRK RD 5273 119 $5,392.00 247 30875 SOUTHERN BLVD CONGRESS AVE/AUSTRALIAN AVE 5273 119 $5,392.00 248 30880 SOUTHERN BLVD GLEN LAKES/AIRPORT CENTER 5273 119 $5,392.00 249 30890 SOUTHERN BLVD 1-95 5273 119 $5,392.00 250 30890 SOUTHERN BLVD 1-95 5273 119 $5,392.00 251 30900 SOUTHERN BLVD PARKER AVE 5273 119 $5,392.00 252 30905 SOUTHERN BLVD LAKE AVE 5273 $5,273.00 253 30910 SOUTHERN BLVD DIXIE HWY 5273 119 $5,392.00 254 30915 SOUTHERN BLVD OLIVE AVE 5273 $5,273.00 255 30920 SOUTHERN BLVD WASHINGTON RD 5273 $5,273.00 256 30925 SOUTHERN BLVD FLAGLER DR 5273 119 $5,392.00 257 31110 NOTTINGHAM BLVD DIXIE HWY 5273 $5,273.00 PIONEER RD/VICTORIA 258 31200 GROVES SR 7/US 441 5273 $5,273.00 OLD HAMMOCK WAY/ISLA 259 31210 VERDE DR SR 7(US 441) 5273 $5,273.00 260 31250 GUN CLUB RD MILITARY TR 5273 119 $5,392.00 261 31275 GUN CLUB RD CONGRESS AVE 5273 $5,273.00 262 31300 WEST PALM BEACH FIRE STA.#:DIXIE HWY 1286 $1,286.00 263 31900 PURITAN RD DIXIE HWY 5273 $5,273.00 264 32050 SUMMIT BLVD MILITARY TR 5273 119 $5,392.00 Page 6 of 14 DocuSign Envelope ID:205FA4OB-98D2-4CCA-88D3-5DC0O36D6863 Intersection Location $3,670 $5,273 $921 $737 $1,286 $370 $370 $119 $119 Speed Actuated Emergency Warning Unlnterruptl Traffic Signal Intersection Pedestrian Fire Display or Traffic bie Power Interconnected and Control Flashing Department Blank-out Warning Travel Time Supplies Compensation PBC ID# EMI STREET N/S STREET Traffic Signals Monitored Beacons(ICB) Beacon(PFB) Signal(FDS) Signs Beacons Detectors (UPS) Amount 265 32085 SUMMIT BLVD CONGRESS AVE 5273 $5,273.00 266 32260 BUNKER RD DIXIE HWY 5273 $5,273.00 267 32550 COLLIN DR CONGRESS AVE 5273 $5,273.00 268 32850 RIDDLE RD CONGRESS AVE 5273 $5,273.00 269 33400 FOREST HILL BLVD SR 7/US 441 5273 _ $5,273.00 270 33403 FOREST HILL BLVD OLYMPIA AVE 5273 $5,273.00 271 33405 FOREST HILL BLVD LYONS/RANCH RD 5273 $5,273.00 272 33410 FOREST HILL BLVD PALM BEACH CENTRAL HIGH SCHOOL 5273 $5,273.00 273 33412 FOREST HILL BLVD OKEEHEELEE PARK 5273 $5,273.00 274 33415 FOREST HILL BLVD PINEHURST DR 5273 $5,273.00 275 33420 FOREST HILL BLVD RIVER BRIDGE/OLIVE TREE BLVD 5273 $5,273.00 276 33425 FOREST HILL BLVD JOG RD 5273 $5,273.00 277 33430 FOREST HILL BLVD 16TH PLACE SOUTH 5273 $5,273.00 278 33433 FOREST HILL BLVD SHERWOOD FOREST BLVD 5273 $5,273.00 279 33435 FOREST HILL BLVD KUDZA RD 5273 $5,273.00 280 33447 FOREST HILL BLVD HAVERHILL RD 5273 $5,273.00 281 33450 FOREST HILL BLVD MILITARY TR 5273 119 $5,392.00 282 33475 FOREST HILL BLVD KIRK RD 5273 $5,273.00 283 33490 FOREST HILL BLVD DAVIS RD/TUCKER RD 5273 $5,273.00 284 33500 FOREST HILL BLVD CONGRESS AVE 5273 $5,273.00 285 33510 FOREST HILL BLVD FLA MANGO RD 5273 $5,273.00 286 33525 FOREST HILL BLVD PINETREE LA 5273 $5,273.00 287 33540 FOREST HILL BLVD 1-95 5273 $5,273.00 288 33540 FOREST HILL BLVD 1-95 5273 $5,273.00 289 33550 FOREST HILL BLVD FOREST HILL HIGH SCHOOL 5273 $5,273.00 290 33560 FOREST HILL BLVD PARKER AVE 5273 $5,273.00 291 33570 FOREST HILL BLVD LAKE AVE 5273 - $5,273.00 292 33580 FOREST HILL BLVD GEORGIA AVE 5273 $5,273.00 293 33590 FOREST HILL BLVD DIXIE HWY 5273 $5,273.00 WELLINGTON GREEN/HUTTON 294 33625 BLVD SR 7/US 441 5273 $5,273.00 295 33900 ALHAMBRA PL DIXIE HWY 5273 $5,273.00 296 33950 LIONS BLIND CROSS DIXIE HWY 5273 $5,273.00 297 34075 GREGORY RD DIXIE HWY 5273 $5,273.00 298 34150 LILLIAN RD CONGRESS AVE 5273 $5,273.00 299 34151 DOLAN RD CONGRESS AVE 5273 $5,273.00 300 34200 ARBOR SHOPPING CENTER DIXIE HWY 5273 $5,273.00 301 34350 PURDY LN MILITARY TR 5273 119 $5,392.00 302 34400 GREENBRIER DR CONGRESS AVE 5273 $5,273.00 303 34500 STRIBLING WAY SR7/US441 5273 $5,273.00 304 34600 FORDHAM/WORTHMORE DIXIE HWY 5273 $5,273.00 305 35000 PALOMINO DR SR 7(U5441) 5273 $5,273.00 306 35025 CRESTHAVEN BLVD MILITARY TR 5273 119 $5,392.00 307 35100 ST LUKES SCH CONGRESS AVE 5273 $5,273.00 308 35400 13TH AVE N DIXIE HWY 5273 $5,273.00 309 35425 13TH AVE N FEDERAL HWY 5273 $5,273.00 310 35750 10TH AVE N MILITARY TR 5273 119 $5,392.00 311 35810 10TH AVE N CONGRESS AVE 5273 $5,273.00 312 35850 10TH AVE N 1-95 5273 $5,273.00 Page 7 of 14 DocuSign Envelope ID:2O5FA4OB-98D2-4CCA-88D3-5DC0036D6863 Intersection Location $3,670 $5,273 $921 $737 $1,286 $370 $370 $119 $119 Speed Actuated Emergency Warning Unlnterruptl Traffic Signal Intersection Pedestrian Fire Display or Traffic bie Power Interconnected and Control Flashing Department Blank-out Warning Travel Time Supplies Compensation PBC ID# E/W STREET WS STREET Traffic Signals Monitored Beacons(ICB) Beacon(PFB) Signal(FOS) Signs Beacons Detectors (UPS) Amount 313 35850 10TH AVE N 1-95 5273 $5,273.00 314 35851 10TH AVE N 1-95 (PED'S) 737 $737.00 315 35870 10TH AVE N DIXIE HWY 5273 $5,273.00 316 35875 10TH AVE N FEDERAL HWY 5273 $5,273.00 317 36100 8TH/9TH AVE N DIXIE HWY 5273 $5,273.00 318 36300 7TH AVE N DIXIE HWY 5273 $5,273.00 319 36350 7TH AVE N FEDERAL HWY _ 5273 $5,273.00 320 36750 4TH/5TH AVE N FEDERAL HWY 5273 $5,273.00 321 36800 2ND AVE N CONGRESS AVE 5273 $5,273.00 322 36925 2ND AVE N DIXIE HWY 5273 $5,273.00 323 36950 2ND AVE N FEDERAL HWY 5273 $5,273.00 324 37001 LAKE WORTH RD SR 7/US 441 5273 $5,273.00 325 37002 LAKE WORTH RD WOODS WALK BLVD 5273 $5,273.00 326 37015 LAKE WORTH RD LYONS RD 5273 $5,273.00 327 37017 LAKE WORTH RD BLANCHETTE TRAIL 5273 $5,273.00 328 37018 LAKE WORTH RD FLORIDA TURNPIKE WEST ENTRANCE 5273 $5,273.00 329 37019 LAKE WORTH RD FLA TURNPIKE/AKRON RD 5273 $5,273.00 330 37020 LAKE WORTH RD NASSAU RD/OHIO RD 5273 $5,273.00 331 37024 LAKE WORTH RD LUCERNE LAKES BLVD 5273 $5,273.00 332 37025 LAKE WORTH RD PINEHURST/FIRE STA#32(PBC) 5273 $5,273.00 333 37050 LAKE WORTH RD FOUNTAINS/POINCIANA DR 5273 $5,273.00 334 37075 LAKE WORTH RD JOG RD 5273 $5,273.00 335 37080 LAKE WORTH RD SHERWOOD FOREST BLVD 5273 $5,273.00 336 37100 LAKE WORTH RD S 57TH AVE 5273 $5,273.00 337 37110 LAKE WORTH ROAD L C SWAIN MIDDLE SCHOOL 737 $737.00 338 37120 LAKE WORTH ROAD(SR 802) SWAIN BLVD/SOUTHVIEW AVE 5273 $5,273.00 339 37125 LAKE WORTH RD HAVERHILL RD 5273 $5,273.00 340 37130 LAKE WORTH RD EMPIRE WAY 5273 $5,273.00 341 37150 LAKE WORTH RD MILITARY TR 5273 $5,273.00 342 37175 LAKE WORTH RD KIRK RD 5273 $5,273.00 343 37185 LAKE WORTH ROAD(SR 802) DRIVE-IN 3670 $3,670.00 344 37200 LAKE WORTH RD CONGRESS AVE 5273 $5,273.00 345 37225 LAKE WORTH RD PALM BEACH STATE COLLEGE 5273 $5,273.00 346 37230 LAKE WORTH RD BOUTWELL RD/LAKE OSBORNE SHORE DR 5273 $5,273.00 347 37250 LAKE WORTH RD AKRON ST 5273 $5,273.00 348 37251 LAKE WORTH RD TRI-RAIL STA 5273 $5,273.00 349 37252 LAKE WORTH RD C.S.X.R/R 370 $370.00 350 37270 LAKE WORTH ROAD(SR 802) LAKE WORTH HIGH SCHOOL 5273 $5,273.00 351 37272 LAKE WORTH ROAD(SR 802) LAKE WORTH HIGH SCHOOL(FLASHERS) 737 $737.00 352 37276 LAKE AVE A ST.ROUNDABOUT 737 $737.00 353 37277 LUCERNE AVE N B ST 370 $370.00 354 37325 LAKE AVE DIXIE HWY 5273 $5,273.00 355 37335 LUCERNE AVE NORTH J ST 5273 $5,273.00 356 37350 LUCERNE AVE FEDERAL HWY 5273 $5,273.00 357 37425 LUCERNE AVE DIXIE HWY 5273 $5,273.00 358 37447 LAKE AVE K ST 5273 $5,273.00 359 37450 LAKE AVE FEDERAL HWY 5273 $5,273.00 360 37475 LAKE AVE A1A 3670 $3,670.00 361 37850 6TH AVE S 1-95 5273 370 $5,643.00 Page 8 of 14 DocuSign Envelope ID:205FA4OB-98D2-4CCA-88D3-5DC0036D6863 Intersection Location $3,670 $5,273 $921 $737 $1,286 $370 $370 $119 $119 Speed Actuated Emergency Warning Uninterrupti Traffic Signal Intersection Pedestrian Fire Display or Traffic bin Power Interconnected and Control Flashing Department Blank-out Warning Travel Time Supplies Compensation PBC ID# E)W STREET N/S STREET Traffic Signals Monitored Beacons(ICB) Beacon(PFB) Signal(FDS) Signs Beacons Detectors (UPS) Amount 362 37850 6TH AVE S 1-95 5273 $5,273.00 363 37900 6TH AVE S DIXIE HWY 5273 $5,273.00 364 37950 6TH AVE S FEDERAL HWY 5273 $5,273.00 365 38600 12TH AVE S DIXIE HWY 5273 _ $5,273.00 366 38900 S 50TH STREET SR 7(US 441) 5273 $5,273.00 367 39500 DIXIE HWY FEDERAL HWY 5273 $5,273.00 368 40000 LANTANA RD SR 7/US 441 5273 $5,273.00 369 40175 LANTANA RD 1-95 5273 $5,273.00 370 40175 LANTANA RD 1-95 5273 $5,273.00 371 40275 LANTANA RD FEDERAL HWY 5273 370 $5,643.00 372 40375 OCEAN AVE FEDERAL HWY 5273 370 $5,643.00 373 40400 OCEAN AVE A1A 3670 $3,670.00 374 40575 PINE STREET DIXIE HWY 921 $921.00 375 40585 CENTRAL BLVD FEDERAL HWY 5273 370 $5,643.00 376 41600 HYPOLUXO RD S.R.7/U.S.441 5273 $5,273.00 377 41725 HYPOLUXO RD 1-95 5273 _ $5,273.00 378 41725 HYPOLUXO RD 1-95 5273 _ $5,273.00 379 41800 HYPOLUXO RD FEDERAL HWY 5273 370 $5,643.00 380 43870 GATEWAY BLVD 1-95 5273 $5,273.00 381 43870 GATEWAY BLVD 1-95 5273 $5,273.00 382 43900 GATEWAY BLVD FEDERAL HWY 5273 370 $5,643.00 383 45250 MARTIN LUTHUR KING BLVD FEDERAL HWY 5273 370 $5,643.00 384 45900 NE 4TH/5TH AVE N FEDERAL HWY 5273 $5,273.00 385 46010 BOYNTON BEACH BLVD SR 7/US 441 5273 $5,273.00 386 46012 BOYNTON BEACH BLVD SOMERSET ACADEMY CANYONS 921 $921.00 387 46013 BOYNTON BEACH BLVD SOMERSET CHARTER SCHOOL 5273 $5,273.00 388 46015 BOYNTON BEACH BLVD LYONS RD 5273 $5,273.00 389 46017 BOYNTON BEACH BLVD ACME DAIRY RD 5273 $5,273.00 390 46020 BOYNTON BEACH BLVD FLA TURNPIKE W 5273 $5,273.00 391 46021 BOYNTON BEACH BLVD FLA TURNPIKE E 5273 $5,273.00 392 46025 BOYNTON BEACH BLVD HAGEN RANCH RD 5273 $5,273.00 393 46026 BOYNTON BEACH BLVD PALM ISLES DR 5273 $5,273.00 394 46030 BOYNTON BEACH BLVD JOG RD 5273 $5,273.00 395 46040 BOYNTON BEACH BLVD EL CLAIR RANCH RD 5273 $5,273.00 396 46050 BOYNTON BEACH BLVD BOYNTON PLACE CIR/SUN VALLEY RD 5273 $5,273.00 397 46080 BOYNTON BEACH BLVD PLATINA AVE/CEDAR POINT BLVD 5273 $5,273.00 398 46095 BOYNTON BEACH BLVD LAWRENCE RD 5273 $5,273.00 399 46100 BOYNTON BEACH BLVD MILITARY TR 5273 $5,273.00 400 46148 BOYNTON BEACH BLVD WINCHESTER DR 5273 $5,273.00 401 46150 BOYNTON BEACH BLVD CONGRESS AVE 5273 $5,273.00 402 46158 BOYNTON BEACH BLVD LAKE TERRACE 370 $370.00 403 46168 BOYNTON BEACH BLVD LEISUREVILLE BLVD 370 $370.00 404 46174 BOYNTON BEACH BLVD OLD BOYNTON RD 5273 $5,273.00 405 46175 BOYNTON BEACH BLVD 1-95 5273 $5,273.00 406 46175 BOYNTON BEACH BLVD 1-95 5273 $5,273.00 407 46176 BOYNTON BEACH BLVD W INDUSTRIAL WAY 5273 $5,273.00 408 46200 BOYNTON BEACH BLVD SEACREST BLVD 5273 $5,273.00 409 46215 BOYNTON BEACH BLVD 1ST ST/FIRE STA#1(BB) 1286 $1,286.00 410 46225 BOYNTON BEACH BLVD FEDERAL HWY 5273 $5,273.00 Page 9 of 14 DocuSign Envelope ID:2O5FA40B-98D2-4CCA-88D3-5DCO036D6863 Intersection Location $3,670 $5,273 $921 $737 $1,286 $370 $370 $119 $119 Speed Actuated Emergency Warning Uninterrupti Traffic Signal Intersection Pedestrian Fire Display or Traffic hie Power Interconnected and Control Flashing Department Blank-out Warning Travel Time Supplies Compensation PBC ID# E/W STREET N/S STREET Traffic Signals Monitored Beacons(ICB) Beacon(PFB) Signal(FOS) Signs Beacons Detectors (UPS) Amount 411 46250 FIRE STA#47 FLA TURNPIKE EAST @ BOYNTON BCH 1286 $1,286.00 412 46350 OCEAN AVE FEDERAL HWY 5273 $5,273.00 413 46375 OCEAN AVE A1A 3670 $3,670.00 414 47550 WOOLBRIGHT RD 1-95 5273 $5,273.00 415 47550 WOOLBRIGHT RD 1-95 5273 $5,273.00 416 47600 WOOLBRIGHT RD FEDERAL HWY 5273 $5,273.00 417 47601 PEDESTRIAN SIGNAL FEDERAL HWY 5273 $5,273.00 418 47605 BOYNTON BEACH FIRE STA#4 FEDERAL HWY(US1) 1286 $1,286.00 WOOLBRIGHT RDBEACHWAY 419 47625 DR A1A 3670 $3,670.00 420 48100 CORDOVA AVE A1A 3670 $3,670.00 421 48150 BRINY BREEZES BLVD SR-A1A(N.OCEAN DRIVE) 921 $921.00 422 48250 SE 23RD AVE FEDERAL HWY 5273 $5,273.00 GULFSTREAM BLVD/SE 36TH 423 48275 AVE FEDERAL HWY 5273 $5,273.00 GULFSTREAM BATH AND 424 51450 TENNIS CLUB SR A1A 737 $737.00 425 51500 GEORGE BUSH BLVD A1A 3670 $3,670.00 426 51615 GEORGE BUSH BLVD NE 5TH AVE 5273 370 $5,643.00 427 51620 GEORGE BUSH BLVD NE 6TH AVE 5273 $5,273.00 428 51750 NE 14TH ST FEDERAL HWY 5273 $5,273.00 429 51900 472'S OF CRESTWOOD DR SR A-1-A(OCEAN BLVD) 737 $737.00 430 52125 NE 4TH ST NE 5TH AVE 5273 $5,273.00 431 52130 NE 4TH ST NE 6TH AVE 5273 $5,273.00 432 52140 BEACH DR SR A-1-A(OCEAN BLVD) 737 $737.00 433 52825 NE 2ND ST NE 5TH AVE 5273 $5,273.00 434 52830 NE 2ND ST NE 6TH AVE 5273 $5,273.00 435 52902 NE 1ST ST NE 5TH AVE 5273 $5,273.00 436 52908 430 N OF ATLANTIC AVE SR A-1-A(OCEAN BLVD) 737 $737.00 STONE QUARRY BLVD/LEXINGTON CLUB 437 53010 WEST ATLANTIC AVE BLVD 5273 $5,273.00 438 53025 WEST ATLANTIC AVE SR7/US 441 5273 $5,273.00 439 53040 WEST ATLANTIC AVE&LYONS R LYONS RD 5273 $5,273.00 440 53041 WEST ATLANTIC AVENUE FLORIDA TURNPIKE(WEST) 5273 $5,273.00 441 53043 WEST ATLANTIC AVE TURNPIKE/TRANQUILLITY LAKE DR 5273 $5,273.00 442 53044 WEST ATLANTIC AVE HAGEN RANCH RD 5273 $5,273.00 443 53045 WEST ATLANTIC AVE LEGENDS WAY 5273 $5,273.00 444 53046 WEST ATLANTIC AVE CUMBERLAND DR 5273 $5,273.00 445 53049 WEST ATLANTIC AVE KINGS POINT 5273 $5,273.00 446 53050 WEST ATLANTIC AVE JOG RD 5273 $5,273.00 447 53054 WEST ATLANTIC AVE EL CLAIR RANCH RD 5273 $5,273.00 448 53055 WEST ATLANTIC AVE LAKES OF DELRAY BLVD 5273 $5,273.00 449 53060 WEST ATLANTIC AVE VIA FLORA RD 5273 $5,273.00 450 53062 W ATLANTIC AVE SIMS RD 5273 $5,273.00 COCONUT KEY LN(MARKET 451 53063 WEST ATLANTIC AVE PLACE/PINEN WEST PLAZA) 5273 $5,273.00 452 53075 WEST ATLANTIC AVE MILITARY TR 5273 $5,273.00 453 53080 WEST ATLANTIC AVE WHATLEY RD 5273 $5,273.00 454 53100 WEST ATLANTIC AVE BARWICK RD/SHERWOOD FOREST DR 5273 $5,273.00 455 53101 WEST ATLANTIC AVE HAMLET DRNIA D'ESTE 5273 $5,273.00 Page 10 of 14 DocuSign Envelope ID:205FA4OB-98D2-4CCA-88D3-5DC0O36D6863 Intersection Location $3,670 $5,273 $921 $737 $1,286 $370 $370 $119 $119 Speed Actuated Emergency Warning Uninterrupti Traffic Signal Intersection Pedestrian Fire Display or Traffic bin Power Interconnected and Control Flashing Department Blank-out Warning Travel Time Supplies Compensation PBC ID# ENV STREET N/S STREET Traffic Signals Monitored Beacons(ICB) Beacon(PFB) Signal(FDS) Signs Beacons Detectors (UPS) Amount 456 53125 WEST ATLANTIC AVE HIGH POINT BLVD/HOMEWOOD BLVD 5273 $5,273.00 457 53130 W.ATLANTIC AVE. N.W.24TH AVE. 5273 $5,273.00 458 53150 WEST ATLANTIC AVE CONGRESS AVE 5273 $5,273.00 459 53174 WEST ATLANTIC AVE 1-95 WEST 5273 370 $5,643.00 460 53175 WEST ATLANTIC AVE 1-95 EAST 5273 $5,273.00 461 53198 WEST ATLANTIC AVE NW/SW 12TH AVE 5273 $5,273.00 462 53200 WEST ATLANTIC AVE NW/SW 10TH AVE 5273 $5,273.00 463 53205 WEST ATLANTIC AVE NW/SW 8TH AVE 5273 $5,273.00 464 53215 WEST ATLANTIC AVE NW/SW 5TH AVE 5273 $5,273.00 465 53220 WEST ATLANTIC AVE SW 2ND AVE 5273 $5,273.00 466 53225 WEST ATLANTIC AVE SWINTON AVE 5273 $5,273.00 467 53250 EAST ATLANTIC AVE NE/SE 5TH AVE 5273 $5,273.00 468 53255 EAST ATLANTIC AVE NE/SE 6TH AVE 5273 $5,273.00 469 53260 EAST ATLANTIC AVE NE/SE 7TH AVE 5273 $5,273.00 470 53275 EAST ATLANTIC AVE VENETIAN DR 3670 $3,670.00 471 53280 EAST ATLANTIC AVE GLEASON ST 3670 $3,670.00 472 53286 SE 1ST ST SE 5TH AVE 5273 $5,273.00 473 53287 SE 1ST ST SE 6TH AVE 5273 $5,273.00 474 53290 EAST ATLANTIC AVE A1A 3670 $3,670.00 475 53295 SANOWAY PARK SR A-1-A(OCEAN BLVD) 737 $737.00 AVENIDO DEL RIO/SATURNIA 476 53300 ISLES BLVD SR 7(US 441) 5273 $5,273.00 477 53450 SE 2ND ST SE 5TH AVE 5273 $5,273.00 478 53460 SE 2ND ST SE 6TH AVE 5273 $5,273.00 479 53698 255 N OF CASUARINA RD SR A-1-A(OCEAN BLVD) 737 $737.00 480 53700 CASUARINA RD A1A 3670 $3,670.00 481 53710 390 S OF CASUARINA RD SR A-1-A(OCEAN BLVD) 737 $737.00 482 54300 SE 10TH ST SE 5TH AVE 5273 $5,273.00 483 54310 SE 10TH ST SE 6TH AVE 5273 $5,273.00 484 54900 RHODES VILLA AVE SR A-1-A(OCEAN BLVD) 737 $737.00 485 55125 LINTON BLVD 1-95 5273 $5,273.00 486 55125 LINTON BLVD 1-95 5273 $5,273.00 487 55151 BANYAN TREE LA/DELRAY MALL FEDERAL HWY 5273 $5,273.00 488 55160 LINTON BLVD FEDERAL HWY 5273 $5,273.00, 489 55161 LINTON BLVD A1A 3670 $3,670.00 490 55167 TROPIC BLVD FEDERAL HIGHWAY(US1/SR5) 5273 $5,273.00 491 56601 LINDELL BLVD/AVE L FEDERAL HWY 5273 $5,273.00 492 56850 CABERNET DR SR 7(US 441) 5273 $5,273.00 CLINT MOORE RD/PINEWOOD 493 57990 PK SR 7/US 441 5273 $5,273.00 181 ST S/BOCA GARDENS 494 57991 PARKWAY SR 7/US 441 5273 $5,273.00 495 57992 FS#54 SR 7/US 442 1286 $1,286.00 496 58032 ST LUCY'S CHURCH A1A 370 $370.00 497 58090 YAMATO RD SR 7/US 441 5273 $5,273.00 498 62300 NEW ENGLAND BLVD SR 7/US 441 5273 $5,273.00 499 62455 KIMBERLY BLVD SR 7/US 441 5273 $5,273.00 500 62480 BOCA HIGHLAND CLUB SR A1A(N OCEAN BLVD) 737 $737.00 501 62500 GLADES RD SR 7/US 441 5273 119 $5,392.00 Page 11 of 14 DocuSign Envelope ID:2O5FA4OB-98D2-4CCA-88D3-5DCO036D6863 Intersection Location $3,670 $5,273 $921 $737 $1,286 $370 $370 _ $119 $119 Speed Actuated Emergency Warning Unlnterruptl Traffic Signal Intersection Pedestrian Fire Display or Traffic ble Power Interconnected and Control Flashing Department Blank-out Warning Travel Time Supplies Compensation PBC ID# E/W STREET N/S STREET Traffic Signals Monitored Beacons(ICB) Beacon(PFB) Signal(FDS) Signs Beacons Detectors (UPS) Amount SHADOWOOD SQUARE/WESTWINDS OF 502 62501 GLADES RD BOCA 5273 119 $5,392.00 503 62502 GLADES RD S 95TH AVE 5273 119 $5,392.00 504 62505 GLADES RD LYONS RD 5273 119 $5,392.00 505 62507 GLADES RD GOLF COURSE RD/CONCORD RD 5273 119 $5,392.00 506 62508 GLADES RD BOCA LAKES DR/SOMERSET MALL 5273 $5,273.00 507 62509 GLADES RD BOCA RIO RD 5273 119 $5,392.00 508 62510 GLADES RD FLA TURNPIKE/BOCA GROVE RD 5273 119 $5,392.00 509 62512 GLADES RD BOCA CORPORATE CENTER 5273 119 $5,392.00 510 62515 GLADES RD BOCA WEST RD/ENCINA LA 5273 119 $5,392.00 511 63010 WESTWINDS PLAZA SR7/US 441 5273 $5,273.00 512 64000 PALMETTO PARK RD SR 7/US 441 5273 $5,273.00 513 64001 BOCA WOODS LA SR 7/US 441 5273 $5,273.00 514 64010 SW 3RD ST SR 7/US 441 5273 $5,273.00 515 64719 ORIOLE COUNTRY RD SR 7/US 441 5273 $5,273.00 516 64800 SANDALFOOT BLVD SR 7/US 441 5273 $5,273.00 517 67400 SW 18TH ST/MARINA BLVD SR 7/US441 5273 $5,273.00 518 70495 SR 700/US98/MAIN ST/SR715 K.E.CUNNINGHAM/CANAL POINT ELEM 737 $737.00 519 70500 CANAL POINT/SR 715/US 441 US 98/700 3670 $3,670.00 K.E.CUNNINGHAM/CANAL POINT ELEM-MAIN ST/US 520 70505 98/441/SR700/15 EVERGLADES ST/US441/SR15 737 $737.00 521 70525 CANAL ST(SOLAR) EVERGLADES AVE(PALM BEACH LOCKS) 370 $370.00 522 75275 1ST ST MAIN/SR 15/BANK/BACOM PT 3670 $3,670.00 523 75450 PBC FIRE RESCUE STA#72 S LAKE AVE(US 441/SR 15) 1286 $1,286.00 524 75600 MUCK CITY RD STATE MARKET RD 921 $921.00 525 75700 SR 700 SR 717/MUCK CITY RD&SR 98 3670 $3,670.00 526 75900 SHIRLEY DR SR 15/US 44(BELLE GLADE RD) 921 $921.00 527 75950 SR 700/US 98 HATTON HWY 3670 $3,670.00 528 76100 HOOKER HIGHWAY SR 715 3670 $3,670.00 529 76200 HOOKER HIGHWAY LAKESIDE MEDICAL CENTER 3670 $3,670.00 530 78050 SR 80/HOOKER HWY SR 15/US 441 3670 $3,670.00 531 78051 SR 80 SR 700/98 3670 370 $4,040.00 ORANGE AVE/GLADES 532 78100 CORRECTIONAL INSTIT SR 80/SR15 921 $921.00 533 78150 SR 80 HATTON HWY 921 $921.00 534 80100 GATOR BLVD/AVE L SR 15/US 441/MAIN ST 3670 $3,670.00 535 80150 AVE L SR 715 3670 $3,670.00 536 80200 WEST CANAL ST SR 715 3670 $3,670.00 537 80245 W CANAL ST N(SR 717) LAKE SHORE MIDDLE SHOOL 737 $737.00 NW 7TH ST/BELLE GLADE ELEMENTARY 538 80250 SR 715 SCH 3670 $3,670.00 539 80255 SR 7155 NW 5TH ST 3670 $3,670.00 SW AVE E/MARTIN LUTHER 540 80350 KING JR SR 715 3670 $3,670.00 541 80351 NW/SW 2ND ST CANAL ST/SR 717 3670 $3,670.00 542 80400 AVE A/CANAL ST/717 MAIN ST 3670 $3,670.00 SW AVE E/CR 880/MARTIN 543 80550 LUTHER KING MAIN ST/SR 15 3670 $3,670.00 544 80580 CR 880 SE AVE E/CANAU7TH ST BRIDGE 3670 $3,670.00 Page 12 of 14 DocuSign Envelope ID:205FA4OB-98D2-4CCA-88D3-5DC0036D6863 Intersection Location $3,670 $5,273 $921 $737 $1,286 $370 $370 $119 $119 Speed Actuated Emergency Warning Uninterrupti Traffic Signal Intersection Pedestrian Fire Display or Traffic bin Power Interconnected and Control Flashing Department Blank-out Warning Travel Time Supplies Compensation PBC ID# EIW STREET N/S STREET Traffic Signals Monitored Beacons(ICB) Beacon(PFB) Signal(FDS) Signs Beacons Detectors (UPS) Amount 545 81250 PBC FIRE STATION 74 US 27(SR 80) 1286 $1,286.00 546 81295 SR 80 SR 27 3670 $3,670.00 547 81305 US 27 OKEELANTA SUGAR CO 921 $921.00 548 81310 US 27 TALISMAN SUGAR MILL 921 $921.00 549 81400 SR 80 SR 715 3670 $3,670.00 GLADES CENTRAL HIGH SCHOOL 550 81475 SR 80 (ROOSEVELT ST.) 737 $737.00 GLADES CENTRAL HIGH SCHOOL 551 81500 SR 80 (ROOSEVELT ST.) 3670 $3,670.00 552 83000 PALM BEACH STATE COLLEGE SR 715(SW 16TH STREET) 3670 $3,670.00 553 83900 BIG LAKE PLAZA SR 80 3670 $3,670.00 EVENUE M/GLADES CENTRAL 554 84000 HS SR-715 3670 $3,670.00 Total $2,588,105.00 Totals: $205,520.00 $2,314,847.00 $11,052.00 $15,477.00 $16,718.00 $8,510.00 $7,770.00 $8,211.00 $0.00 $2,588,105.00 Page 13 of 14 DocuSign Envelope ID:205FA40B-98D2-4CCA-88D3-5DC0036D6863 Palm Beach County TSMCA Updates to Exhibit A Summary Modified Intersection Location $3,670 $5,273 $921 $737 $1,286 $370 $370 $119 $119 Speed Actuated Emergency Warning Unintenuptl Traffic Signal intersection Pedestrian Fire Display or Traffic ble Power Interconnected and Control Flashing Department Blank-out Warning Travel Time Supplies Compensation PBC ID# E/W STREET N/S STREET Traffic Signals Monitored Beacons(ICB) Beacon(PFB) Signal(FDS) Signs Beacons Detectors (UPS) Amount 4200 INDIANTOWN RD BEELINE HIGHWAY 11670 5439 $3,670.00 7010 PRATT WHITNEY CO BEELINE HWY(MAIN GATE) 5339 $3,670.00 7020 PRATT WHITNEY RD BEELINE HWY 6339 $3,670.00 30690 SR 80 CR 880 3577 $921.00 46250 FIRE STA#47 FLA TURNPIKE EAST @ BOYNTON BCH 737 $1,286.00 I 75450 PBC FIRE RESCUE STA#72 S LAKE AVE(US 441/SR 15) 737 $1,286.00 Added Intersection Location $3,670 $5,273 $921 $737 $1,286 $370 $370 $119 $119 Speed Actuated Emergency Warning Uninterrupti Traffic Signal Intersection Pedestrian Fire Display or Traffic ble Power Interconnected and Control Flashing Department Blank-out Warning Travel Time Supplies Compensation PBC ID# E/W STREET N/S STREET Monitored Beacons(ICB) Beacon(PFB) Signal(FDS) Signs Beacons Detectors (UPS) Amount BEELINE HWY(SR-710)(400'NORTH OF POC - 7024 PARK OF COMMERCE BLVD BLVD) 370 $370.00 7025 PARK OF COMMERCE BLVD BEELINE HWY(SR-710) 3670 $3,670.00 7026 PARK OF COMMERCE BLVD BLVD) 370 $370.00 27940 OKEECHOBEE BLVD SB 1-95 RAMP 737 $737.00 30722 SOUTHERN BLVD D ROAD 5273 $5,273.00 37017 LAKE WORTH RD BLANCHETTE TRAIL 5273 $5,273.00 46158 BOYNTON BEACH BLVD LAKE TERRACE 370 $370.00 46168 BOYNTON BEACH BLVD LEISUREVILLE BLVD 370 $370.00 35851 10TH AVE N 1-95 (PED'S) 737 $737.00 37276 LAKE AVE A ST.ROUNDABOUT 737 $737.00 Deleted Intersection Location $3,670 $5,273 $921 $737 $1,286 $370 $370 $119 $119 Speed Actuated Emergency Warning Uninterrupti Traffic Signal Intersection Pedestrian Fire Display or Traffic ble Power Interconnected and Control Flashing Department Blank-out Waming Travel Time Supplies Compensation PBC ID# ENV STREET N/S STREET Monitored Beacons(ICB) Beacon(PFB) Signal(FDS) Signs Beacons Detectors (UPS) Amount 62525 GLADES RD POWERLINE RD 5273 119 $5,392.00 Change Totals: Speed Actuated Warning Uninterruptl DocuSigned by: -f c p Traffic Signal intersection Pedestrian Emergency Fire Display or Traffic bin Power /2022 I S:OS PM EDT Interconnected and Control Flashing Department Blank-out Warning Travel Time Supplies Compensation 1/1& ,fas, 1.. /�1 I� Traffic Signals Monitored Beacons(ICB) Beacon(PFB) Signal(FDS) Signs Beacons Detectors (UPS) Amount M OtB258F1F/ErsD'179774LCF. Total from 2021-2022 Exhibit A $189,581.00 $2,266,299.00 $9,867.00 $14,340.00 $13,783.00 $7,560.00 $6,840.00 $8,120.00 $0.00 $2,516,390.00 MOtaSem Al-I Un<,F'.t., Total from 2022-2023 Exhibit A $205,520.00 $2,314,847.00 $11,052.00 $15,477.00 $16,718.00 $8,510.00 $7,770.00 $8,211.00 $0.00 $2,588,105.00 Ph.D.Director-Trak Division Change from last year 2021-2022 Exhibit A $15,939.00 $48,548.00 $1,185.00 $1,137.00 $2,935.00 $950.00 $930.00 $91.00 $0.00 $71,715.00 Palm Beach County Engineering& Public Works Department Total 2021-2022 quatitities 53 441 11 20_ 11 21 19 70 0 0 Total 2021-2022 quatitities 56 439 12 21 13 23 21 69, 0 0 DocuSigned by: Change in quantities(FY 21-22 vs.FY 22-23) 3 -2 1 1 2 2 2 -1 0 0 C �LaSS 6/30/2022 110:21 AM EDT _ 2B972146CC674BD... Page 14 of 14 DISTRICT OPERATIONS ENGINEER DATE STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 750-010-22 TRAFFIC SIGNAL MAINTENANCE AND COMPENSATION AGREEMENTTRAFFIC OPERATIONS 06116 Exhibit B Page 1 of 2 EXHIBIT B TRAFFIC SIGNAL MAINTENANCE AND COMPENSATION AGREEMENT 1.0 PURPOSE This exhibit defines the method and limits of compensation to be made to the Maintaining Agency for the services described in this Agreement and in Exhibit A and method by which payments will be made. 2.0 COMPENSATION FOR MAINTENANCE AND OPERATION For the satisfactory completion of all services related to maintenance and operation detailed in this Agreement and Exhibit A of this Agreement, the Department will pay the Maintaining Agency the Total Lump Sum (minus any retainage or forfeiture)in Exhibit A. The Maintaining Agency will receive one lump sum payment(minus any retainage or forfeiture)at the end of each fiscal year for satisfactory completion of service. Beginning in the fiscal year 2016-17, for traffic signals that are not interconnected with telecommunications and are not monitored at a central location, the compensation amount shall be$3,131. The compensation amount for traffic signals that are interconnected with telecommunications and are monitored at a central location shall be $4,500 per signal location. These differential compensation amounts shall be in effect beginning July 1,2016. The Table below shows the compensation amount for the various devices for fiscal years 2015-16 and 2016-17, and beyond. Total Lump Sum (minus any retainage or forfeiture)Amount for each fiscal year is calculated by adding all of the individual intersection amounts. Pedestrian Flashing Beacon: includes school zone beacons, pedestrian crossing beacons, and rectangular rapid flashing beacons (RRFB). School zones, crosswalks and warning sign locations shall be paid at a unit rate regardless of the number of individual beacons or poles. Unit Compensation Rates per Intersection on the State Highway System Speed Unint Traffic Activated errupt Signal- Interse Emerge Warning ible Intercon ction Pedestria ncy Fire Display Traffic Travel Power Traffic nected & Control n Flashing Dept. (SAWD)or Warning Time Suppli Signals monitore Beacon Beacon Signal Blank Out Beacon Detec es FY (TS) d(IMTS) (ICB) (PFB) (FDS) Sign (BOS) (TWB) tor (UPS) 2014- 15* $2,951 $738 $295 $738 $148 $148 2015-16 3,040 760 608 1,064 304 304 2016-17 3,131 4,500 783 , _ 626 1,096 1 313 313 100 100 Based on the Consumer Price Index(CPI),the 2016-17 compensation amounts will be revised 2017-18 upwards. 2018-19 ; Based on the CPI,the 2017-18 compensation amounts will be revised upwards. 2019-20 Based on the CPI,the 2018-19 compensation amounts will be revised upwards. 'Compensation pro-rata based on intersection approaches or legs on State Highway System. Based on the Consumer Price Index(CPI), the Unit Rate for the following fiscal year will be adjusted accordingly, unless otherwise specified in an amendment to this Agreement. However, if CPI is negative,there shall be no reduction from the previous year's compensation. 3.0 COMPENSATION FOR REPAIR AND/OR REPLACEMENT OF DAMAGED TRAFFIC SIGNALS AND DEVICES For the satisfactory completion of all services related to repair and/or replacement of damaged Traffic Signals and Devices detailed in this Agreement, the Department will pay the Maintaining Agency a Lump Sum amount of the DocuSign Envelope ID:Z05I-A4U6-95D2-4CGA-8803-5D00036D68b3 To:Nicole.Forest@dot.state.fl.us FLORIDA DEPARTMENT OF TRANSPORTATION FUNDS APPROVAL ASA96 8/26/2022 CONTRACT INFORMATION Contract: ASA96 Contract Type: AB-RR SIGNALS-MAINT(RR-SIG/MTE) Method of Procurement: G-GOVERMENTAL AGENCY(287.057,F.S.) Vendor Name: PALM BEACH COUNTY BOCC Vendor ID: F596000785009 Beginning Date of This Agreement: 07/01/2018 Ending Date of This Agreement: 06/30/2039 Contract Total/Budgetary Ceiling: ct=$18,631,876.40 Description: Traffic Signal Maintenance and Compensation Agreement(JPA) FUNDS APPROVAL INFORMATION FUNDS APPROVED/REVIEWED FOR ROBIN M. NAITOVE,CPA, COMPTROLLER ON 8/26/2022 Action: Supplemental Supplemental Reviewed or Approved: APPROVED APPROVED Organization Code: 55044040462 55044040462 Expansion Option: A9 A9 Object Code: 131512 131512 Amount: $579,523.00 $2,008,582.00 Financial Project: 42780238801 42780238801 Work Activity(FCT): 342 790 CFDA: Fiscal Year: 2023 2023 Budget Entity: 55150200 55150200 Category/Category Year: 088866/23 088866/23 Amendment ID: S008 S008 Sequence: 00 01 User Assigned ID: 22-23 22-23 Enc Line(6s)/Status: 0011/04 0012/04 Total Amount: $2,588,105.00 Pagel of 1 THREE PARTY ESCROW AGREEMENT THIS AGREEMENT is made and entered into by and between the State of Florida, Department of Transportation ("FDOT"), City of Boynton Beach ("Participant"), and the State of Florida, Department of Financial Services, Division of Treasury ("Escrow Agent"), and shall become effective upon the Agreement's execution by Escrow Agent. WHEREAS, FDOT and Participant are engaged in the following project ("Project"): Project Name: Mid-block Crossing Project#: 447669-1-52-02 County: Palm Beach WHEREAS, FDOT and Participant desire to establish an escrow account for the Project. NOW THEREFORE, in consideration of the premises and the covenants contained herein, the parties agree to the following: 1. An initial deposit will be made into an interest bearing escrow account established hereunder for the purposes of the Project. The escrow account will be opened with the Escrow Agent on behalf of FDOT upon Escrow Agent's receipt and execution of this Agreement. 2. Other deposits to the escrow account may be made during the life of this Agreement. 3. Deposits will be delivered in accordance with instructions provided by the Escrow Agent to the FDOT for deposit into the escrow account. A wire transfer or ACH deposit is the preferred method of payment and should be used whenever possible. 4. FDOT's Comptroller or designee shall be the sole signatory on the escrow account with the Escrow Agent and shall have sole authority to authorize withdrawals from the account. Withdrawals will only be made to FDOT or the Participant in accordance with the instructions provided to the Escrow Agent by FDOT's Comptroller or designee. 5. Moneys in the escrow account will be invested in accordance with section 17.61, Florida Statutes. The Escrow Agent will invest the moneys expeditiously. Income is only earned on the moneys while invested. There is no guaranteed rate of return. Investments in the escrow account will be assessed a fee in accordance with Section 17.61(4)(b), Florida Statutes. All income of the investments shall accrue to the escrow account. 6. Unless instructed otherwise by FDOT, all interest accumulated in the escrow account shall remain in the account for the purposes of the Project. 7. The Escrow Agent agrees to provide written confirmation of receipt of funds to FDOT. FDOT agrees to provide a copy of such written confirmation to Participant upon request. 8. The Escrow Agent further agrees to provide quarterly reports to FDOT concerning the escrow account. FDOT agrees to provide a copy of such quarterly reports to Participant upon request. 9. The Escrow Agent shall not be liable for any error of judgment or for any act done or omitted by it in good faith, or for anything which it may in good faith do or refrain from doing in connection herewith. 10. Escrow Agent shall have no liability for any claim, cost, expense, damage or loss due to the acts or omissions of FDOT and Participant, nor from any separate agreements between FDOT and Participant and shall have no responsibility to monitor or enforce any responsibilities herein or in any separate agreements associated with this Agreement between FDOT and Participant. 11. This Agreement shall be governed by and interpreted in accordance with the laws of the State of Florida. 12. This Agreement may be executed in two or more counterparts, each of which shall be deemed an original, but all of which together shall constitute one and the same instrument. 13. This Agreement shall terminate upon disbursement by the Escrow Agent of all money held by it in the escrow account in accordance with the instructions given by FDOT's Comptroller or designee and notification from FDOT to Escrow Agent that the account is to be closed. The remainder of this page is blank. IN WITNESS WHEREOF, the parties have duly executed the Agreement on the date(s) below. For FDOT (signature) For (PANT (signature) Name and Title Name I U 59-3024028 (1r Federal Employer I.D. Number Title )CIAJ F-596-000-282-025 Date Federal Employer I.D. Number /2/o/03 Date FDOT Legal Review: Approved as to form: 3‘kaAhl4 j /\ig41-4 Shawna G. Lamb City Attorney Attest: For Escrow Agent (signature) 2r1--zi-r_i. 4W6 I -7 Name and Title Tammy Stan one a Deputy City Clerk Date OF�DYNr ' r ` jU,a �.GpRPORgI�••��1�,,/ SEAL . i • INCORpoR i �. � ATED� � 4 ••. 1920 . / ,�`• FZORIDP