Loading...
HomeMy Public PortalAboutFPL Lighting Agreement_SR 85 Redstone to Hwy 90First Revised Sheet No. 9.140 FLORIDA POWER & LIGHT COMPANY Cancels Original Sheet 9.140 FPL Account Number. NEW FPL Work Request Number. 11715109 LIGHTING AGREEMENT In accordance with the following terms and conditions. City of Crestview (hereinafter called the Customer), requests on this day of 18 oct. 2022 , from FLORIDA POWER & LIGHT COMPANY' (hereinafter called FPL), a corporation organized and existing under the laws of the State of Florida, the following installation or modification of lighting facilities at (general boundaries) SR 85 Redstone to Hwy 90 located in Crestview , Florida. (a) Installation and/or removal of FPL-owned facilities described as follows: Color # # Fixture Description (1) Watts Lumens Temperature Installed Removed ATB2 121W 121 17300 4000 13 ATB2 186W 186 25839 4000 4 Roadway 3 Acct: 2108313210 (1) Catalog of available fixtures and the assigned billing tier for each can be viewed at (Continued on Sheet No. 9.141) Issued by: Tiffany Cohen, Senior Director, Regulatory Rates, Cost of Service and Systems Effective: January 1, 2022 3 Second Revised Sheet No. 9.141 FLORIDA POWER & LIGHT COMPANY Cancels First Sheet No. 9.141 (Continued from Sheet No. 9.140) Pole Description Standard Wood 35' Standard Wood 40' # # Installed Removed 12 2 (b) Installation and/or removal of FPL-owned additional lighting facilities where a cost estimate for these facilities will be determined based on the job scope, and the Additional Lighting Charges factor applied to determine the monthly rate. (c) Modification to existing facilities other than described above or additional notes (explain fully): " CIAC Paymrnt of $1,175.64 is being paid by FDOT, not the City of Crestview. (Continue on Sheet No. 9.142) Issued by: Tiffany Cohen, Senior Director, Regulatory Rates, Cost of Service and Systems Effective: January 1, 2022 Second Revised Sheet No. 9.142 FLORIDA POWER & LIGHT COMPANY Cancels First Sheet No. 9.142 (Continue from Sheet No. 9.141) That, for and in consideration of the covenants set forth herein, the parties hereto covenant and agree as follows: FPL AGREES: 1. To install or modify the lighting facilities described and identified above (hereinafter called the Lighting System), furnish to the Customer the electric energy necessary for the operation of the Lighting System, and fumish such other services as are specified in this Agreement, all in accordance with the terms of FPL's currently effective lighting rate schedule on file at the Florida Public Service Commission (FPSC) or any successive lighting rate schedule approved by the FPSC. THE CUSTOMER AGREES: 02 80 2. To pay a monthly fee for fixtures and poles in accordance to the Lighting tariff, and additional lighting charge in the amount of $_ These charges may be adjusted subject to review and approval by the FPSC. *1,175.64 3. To pay Contribution in Aid of Construction (CIAC) in the amount of $ prior to FPL's initiating the requested installation or modification. 4. To pay the monthly maintenance and energy charges in accordance to the Lighting tariff. These charges may be adjusted subject to review and approval by the FPSC. 5. To purchase from FPL all the electric energy used for the operation of the Lighting System. 6. To be responsible for paying, when due, all bills rendered by FPL pursuant to FPL's currently effective lighting rate schedule on file at the FPSC or any successive lighting rate schedule approved by the FPSC, for facilities and service provided in accordance with this agreement. 7. To provide access, suitable construction drawings showing the location of existing and proposed structures, and appropriate plats necessary for planning the design and completing the construction of FPL facilities associated with the Lighting System. 8. To have sole responsibility to ensure lighting, poles, luminaires and fixtures are in compliance with any applicable municipal or county ordinances governing the size, wattage, lumens or general aesthetics. 9. For new FPL-owned lighting systems, to provide final grading to specifications, perform any clearing if needed, compacting, removal of stumps or other obstructions that conflict with construction, identification of all non-FPL underground facilities within or near pole or trench locations, drainage of rights -of -way or good and sufficient easements required by FPL to accommodate the lighting facilities. 10. For FPL-owned fixtures on customer -owned systems: a. To perform repairs or correct code violations on their existing lighting infrastructure. Notification to FPL is required once site is ready. b. To repair or replace their electrical infrastructure in order to provide service to the Lighting System for daily operations or in a catastrophic event. c. In the event the light is not operating correctly, Customer agrees to check voltage at the service point feeding the lighting circuit prior to submitting the request for FPL to repair the fixture. IT IS MUTUALLY AGREED THAT: 11. Modifications to the facilities provided by FPL under this agreement, other than for maintenance, may only be made through the execution of an additional lighting agreement delineating the modifications to be accomplished. Modification of FPL lighting facilities is defined as the following: a. the addition of lighting facilities: b. the removal of lighting facilities; and c. the removal of lighting facilities and the replacement of such facilities with new facilities and/or additional facilities. Modifications will be subject to the costs identified in FPL's currently effective lighting rate schedule on file at the FPSC, or any successive schedule approved by the FPSC. (Continue on Sheet No. 9.143) Issued by: Tiffany Cohen, Senior Director, Regulatory Rates, Cost of Service and Systems Effective: January 1, 2022 Second Revised Sheet No. 9.143 FLORIDA POWER & LIGHT COMPANY Cancels First Revised Sheet No. 9.143 (Continue on Sheet No. 9.142) 12. FPL will, at the request of the Customer, relocate the lighting facilities covered by this agreement, if provided sufficient rights -of -way or easements to do so and locations requested are consistent with clear zone right-of-way setback requirements. The Customer shall be responsible for the payment of all costs associated with any such Customer- requested relocation of FPL lighting facilities. Payment shall be made by the Customer in advance of any relocation. Lighting facilities will only be installed in locations that meet all applicable clear zone right-of-way setback requirements. 13. FPL may, at any time, substitute for any fixture installed hereunder another equivalent fixture which shall be of similar illuminating capacity and efficiency. 14. This Agreement shall be for a term of ten (10) years from the date of initiation of service, and, except as provided below, shall extend thereafter for further successive periods of five (5) years from the expiration of the initial ten (10) year term or from the expiration of any extension thereof. The date of initiation of service shall be defined as the date the first lights are energized and billing begins, not the date of this Agreement. This Agreement shall be extended automatically beyond the initial the (10) year term or any extension thereof, unless either party shall have given written notice to the other of its desire to terminate this Agreement. The written notice shall be by certified mail and shall be given not less than ninety (90) days before the expiration of the initial ten (10) year term, or any extension thereof. 15. In the event lighting facilities covered by this agreement are removed, either at the request of the Customer or through termination or breach of this Agreement, the Customer shall be responsible for paying to FPL an amount equal to the original installed cost of the facilities provided by FPL under this agreement less any salvage value and any depreciation (based on current depreciation rates approved by the FPSC) plus removal cost. 16. Should the Customer fail to pay any bills due and rendered pursuant to this agreement or otherwise fail to perform the obligations contained in this Agreement, said obligations being material and going to the essence of this Agreement, FPL may cease to supply electric energy or service until the Customer has paid the bills due and rendered or has fully cured such other breach of this Agreement. Any failure of FPL to exercise its rights hereunder shall not be a waiver of its rights. It is understood, however, that such discontinuance of the supplying of electric energy or service shall not constitute a breach of this Agreement by FPL, nor shall it relieve the Customer of the obligation to perform any of the terms and conditions of this Agreement. 17. The obligation to furnish or purchase service shall be excused at any time that either party is prevented from complying with this Agreement by strikes, lockouts, fires, riots, acts of God, the public enemy, or by cause or causes not under the control of the party thus prevented from compliance, and FPL shall not have the obligation to furnish service if it is prevented from complying with this Agreement by reason of any partial, temporary or entire shut -down of service which, in the sole opinion of FPL, is reasonably necessary for the purpose of repairing or making more efficient all or any part of its generating or other electrical equipment. 18. This Agreement supersedes all previous Agreements or representations, either written, oral, or otherwise between the Customer and FPL, with respect to the facilities referenced herein and constitutes the entire Agreement between the parties. This Agreement does not create any rights or provide any remedies to third parties or create any additional duty, obligation or undertakings by FPL to third parties. 19. In the event of the sale of the real property upon which the facilities are installed, upon the written consent of FPL, this Agreement may be assigned by the Customer to the Purchaser. No assignment shall relieve the Customer from its obligations hereunder until such obligations have been assumed by the assignee and agreed to by FPL. 20. This Agreement shall inure to the benefit of and be binding upon the successors and assigns of the Customer and FPL. 21. The lighting facilities shall remain the property of FPL in perpetuity. 22. This Agreement is subject to FPL's Electric Tariff, including, but not limited to, the General Rules and Regulations for Electric Service and the Rules of the FPSC, as they are now written, or as they may be hereafter revised, amended or supplemented. In the event of any conflict between the terms of this Agreement and the provisions of the FPL Electric Tariff or the FPSC Rules, the provisions of the Electric Tariff and FPSC Rules shall control, as they are now written, or as they may be hereafter revised, amended or supplemented. (Continue on Sheet No. 9.144) Issued by: Tiffany Cohen, Director, Rates and Tariffs Effective: January 1, 2022 FLORIDA POWER & LIGHT COMPANY First Revised Sheet No. 9.144 Cancels Original Sheet No. 9.144 IN WITNESS WHEREOF, the parties hereby caused this Agreement to be executed in triplicate by their duly authorized representatives to be effective as of the day and year first written above. Changes and Terms Accepted: C dc-Q \ yt ] FLORIDA POWER & LIGHT COMPANY Custome Print or type name of Organization) By: Signal' (Authorized Representative)) VV\ '"_ �((Prrint or type name) Title: 1 1 i Os. 't© =7 Issued by: Tiffany Cohen, Director, Rates and Tariffs Effective: March 3, 2020 lY signed rian White By: Brian White Dae: I2022.10.18Y1B1:15:3-05'00' (Signature) Brian White (Print or type name) Title: Sales Manager DocuSign Envelope ID: 0D5525C1-5316-40A8-8B28-DA37261BCBB8 F DOT' Florida .Department of Tra sportation ONDESA�I'IS c:O%r:RNOR 11/15/2022 1 2:18 PM EST 605 Su.Nannee Street .i.4RED W. PERDUE, P.E. Tallahassee, FL 32399-0450 Mr. Brian White FLORIDA POWER & LIGHT COMPANY (formerly GULF POWER) One Energy Place Pensacola, FL 32520 SECRETARY Subject: Fin. Proj. No.: 445732-1-56-01 FAP No.: Funded County: Okaloosa Description: S.R. 85 (S. Ferdon Blvd.) from S. of W. Redstone Ave. to S.R. 10 (U.S. 90) (Highway Lighting Project) Contract No.: ASU58 Dear Mr. White: The enclosed Reimbursable Roadway Illumination Services Agreement in the amount of $1,175.64 has been approved by the Department. You may consider this your authorization to proceed with the work under the direction of the Construction Project Manager. Your company is required to contact the Construction Project Manager, Mr. Dale Harris at (850) 544-7544, 48 hours prior to beginning this work. After completing the installation of the highway lighting, please forward your invoice to this office for further handling with the Department. If we can provide any assistance, please advise. Sincerely, e—DoeuSigned by: Ott �— BBF B9312842C... Kathy Uzmore ASSISTANT AREA UTILITY MANAGER FOR THE FLORIDA DEPARTMENT OF TRANSPORTATION DISTRICT THREE cc: Jenee Floyd, Tracy Walls & Beckie Crawford (FDOT-Dist. Finance Dept.) Jonathan Harris (FDOT-District Utility Administrator) Ben Smith, P.E. (FOOT -Resident Construction Engineer) Dennis Thomason (FDOT-Construction Manager) Dale Harris (GPI -Construction Project Manager) Sandra Lamb, P.E. (HNTB-Project Manager) Jennifer Vrynios, P.E. (Gresham Smith -Engineer of Record) File 445732-1-56-01 Improve Su, cry, Ei3%rtaP7t'c� ,19c hilii . Inspire J17r7(JYtl(i0r7 vVyVW .1i uov DocuSign Envelope ID: 0D5525C1-5316-40A8-8B28-DA37261BCBB8 To: KATHY.OZMORE ATKINSGLOBAL.COM FLORIDA DEPARTMENT OF TRANSPORTATION FUNDS APPROVAL ASU58 11/14/2022 CONTRACT INFORMATION Contract: ASU58 Contract Type: AK - PROJ PARTICIPATION (PROJ PART) Method of Procurement: R - RAILROAD/UTILITIES AGREEMENT EVendor Name: FLORIDA POWER & LIGHT Vendor ID: F590247775595 Beginning Date of This Agreement: 11/14/2022 Ending Date of This Agreement: 11/13/2026 Contract Total/Budgetary Ceiling: ct = $1.175.64 ! Description: For installation of highway lighting FUNDS APPROVAL INFORMATION FUNDS APPROVED/REVIEWED FOR ROBIN M. NAITOVE, CPA, COMPTROLLER ON 11/14/2022 Action: Original Reviewed or Approved: APPROVED Organization Code: 55033020352 Expansion Option: AJ Object Code: 134000 Amount: $1,175.64 Financial Project: 44573215601 Work Activity (FCT): 216 CFDA: Fiscal Year: 2023 Budget Entity: 55150200 Category/Category Year: 088797/23 Amendment ID: 0001 Sequence: 00 User Assigned ID: Enc Line (6s)/Status: 0001/04 Total Amount: $1,175.64 Pagel of 1 DocuSign Envelope ID: 0D5525C1-5316-40A8-8B28-DA37261BCBB8 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION ROADWAY ILLUMINATION SERVICES AGREEMENT Financial Project ID: 445732-1-56-01 Federal Project ID: Funded 710.01053 UTILITIES OGC — D7/13 Page 1 of 7 County: Okaloosa I State Road No.: 85 District Document No: ASU58 Utility Agency/Owner (UAO): FLORIDA POWER & LIGHT COMPANY (formerly GULF POWER COMPANY) 11/15/2022 12:18 PM EST THIS AGREEMENT, entered into this day of , year of , by and between the STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION, hereinafter referred to as the "FDOT", and FLORIDA POWER & LIGHT COMPANY (formerly GULF POWER COMPANY), hereinafter referred to as the "UAO"; WITNESSETH: WHEREAS, the UAO owns poles located within the road right of way, the road identified as State Road 85, from South of W. Redstone Ave. to S.R. 10 U.S. 90) (the Road), which poles are available for the installation of lighting (said poles being hereinafter referred to as the "Poles"); and WHEREAS, the FDOT desires to have the Road illuminated; and WHEREAS, the UAO is an electric utility as defined in Section 366.02(2), Florida Statutes; and WHEREAS, the FDOT has determined that it is in the best interest of the public to enter into an agreement with UAO pursuant to Section 337.11(15), Florida Statutes under which the UAO will illuminate the Road; NOW, THEREFORE, in consideration of the premises and the mutual covenants contained herein, the FDOT and the UAO hereby agree as follows: 1. Provision of Illumination Services a. The UAO shall illuminate the Road in accordance with FDOT standards. Subject to the terms and conditions contained herein, illumination services shall continue until such time as FDOT notifies the UAO to discontinue the illumination services. b. The UAO shall be responsible for taking any and all actions as may be necessary to illuminate the Road, including, but not necessarily limited to, installation of such facilities and equipment as is necessary to properly illuminate the Road. c. Prior to installation of the equipment and facilities to illuminate the Road, the UAO shall provide such information (including a proposed work schedule) as is requested by the FDOT in order for the FDOT to verify that the illumination is acceptable and will be in accordance with FDOT standards, and that all work to be performed on FDOT right of way will be performed properly in accordance with FOOT standards for performance of such work, The UAO shall make such changes to the proposed illumination as the FDOT requests. The UAO shall notify the appropriate FDOT office in writing prior to beginning installation of the equipment and facilities to provide the illumination services and when the UAO stops, resumes, or completes the work. The work shall be completed within the time frame as specified in the schedule provided by the UAO to the FDOT pursuant to subparagraph 1.c. above. 2. Cost of Illumination Services a. The FDOT agrees to pay the UAO, after illumination services have begun, a one-time service charge equal to the incremental costs that the UAO incurred for installing the equipment and facilities for providing the illumination of the Road. The incremental costs are estimated to be $ 1175.64. The UAO shall obtain written approval from the FDOT prior to incurring any incremental costs which exceed the estimated amount stated above. b. The method to be used in calculating the incremental costs shall be one of the following (check which option DocuSign Envelope ID: 0D5525C1-5316-40A8-8B28-DA37261BCBB8 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION ROADWAY ILLUMINATION SERVICES AGREEMENT applies): 710-010.53 UTILITIES OGC o 07113 Page 2 of 7 ❑ Actual and related indirect costs accumulated in accordance with a work order accounting procedure prescribed by the applicable Federal or State regulatory body, ❑ Actual and related indirect costs accumulated in accordance with an established accounting procedure developed by the UAO and approved by the FDOT's. (If this option is selected, the UAO shall provide written evidence of such approval). An agreed lump sum as supported by a detailed analysis of estimated costs prepared prior to the execution of this Agreement. 3. Invoice Procedures for Cost of Illumination Services The following terms and conditions apply to the invoice submitted pursuant to this Agreement for payment of the cost of illumination services: a. The UAO shall submit a final invoice to the FDOT for payment of all costs within one hundred and eighty (180) days after illumination services have commenced. The UAO waives all right of payment for invoices submitted more than one hundred eighty (180) days after illumination services have commenced. c. The totals for labor, overhead, travel expenses, transportation, equipment, materials and supplies, handling costs and all other services shall be shown. Materials shall be itemized where they represent major components. Salvage credits from recovered and replaced permanent and recovered temporary materials shall be reported in relative position with the charge for the replacement or the original charge for temporary use. All invoices shall be submitted in triplicate and shall show the description and site of the project and the location where the records and accounts invoiced can be audited. Adequate reference shall be made in the invoicing to the UAO's records, accounts, and other relevant documents. e. All cost records and accounts shall be maintained in the auditable condition for a period of eight hundred twenty (820) days after final payment is received by the UAO and shall be subject to audit by a representative of the FDOT at any reasonable time during this eight hundred twenty (820) day period. f. Invoices for fees or other compensation for services or expenses shall be submitted in detail sufficient for a proper pre -audit and post -audit thereof. Such detail shall include, but not be limited to, a separation of costs for work performed by UAO's employees and work performed by UAO's contractor. g. Invoices for any travel expenses shall be submitted in accordance with Section 112,061, Florida Statutes. A state agency may establish rates lower than the maximum provided in Section 112,061, Florida Statutes. h, Upon receipt of an invoice, the FDOT has thirty (30) days to inspect and approve the goods and services. The FDOT has twenty (20) days from the latter of the date the invoice is received or the goods or services are received, inspected and approved to deliver a request for payment (voucher) to the Department of Financial Services or to return the invoice to the UAO. If a warrant in payment of an invoice is not issued within forty (40) days from the latter of the date the invoice is received or the goods or services are received, inspected and approved, a separate interest penalty, as established pursuant to Section 215.422, Florida Statutes, will be due and payable in addition to the invoice amount, to the UAO, Interest penalties of less than one (1) dollar will not be enforced unless the UAO requests payment, Invoices which have to be retumed to the UAO because of UAO's preparation errors will result in a delay in the payment. The invoice payment requirements do not start until a properly completed invoice is provided to the FDOT. In the event of a bona fide dispute, the FDOT's voucher shall contain a statement of the dispute and authorize payment only of the undisputed amount. In accordance with Section 287,0582, Florida Statutes, the State of Florida's performance and obligation to DocuSign Envelope ID: 0D5525C1-5316-40A8-8B28-DA37261BCBB8 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION ROADWAY ILLUMINATION SERVICES AGREEMENT 710-01053 UTILITIES OGC —07113 Page 3 of 7 pay under this contract is contingent upon an annual appropriation by the legislature. k, A Vendor Ombudsman has been established within the Department of Financial Services. The duties of this individual include acting as an advocate for vendors who may be experiencing problems in obtaining timely payment(s) from a state agency. The Vendor Ombudsman may be contacted at (850) 410-9724 or by calling the Chief Financial Officer's Hotline, 1-800-848-3792. In accordance with the Florida Statutes, the FDOT, during any fiscal year, shall not expend money, incur any liability, or enter into any contract which, by its terms, involves the expenditure of money in excess of the amounts budgeted as available for expenditure during such fiscal year. Any contract, verbal or written, made in violation of this subsection is null and void, and no money may be paid on such contract. The FDOT shall require a statement from the comptroller of the FDOT that funds are available prior to entering into any such contract or other binding commitment of funds. Nothing herein contained shall prevent the making of contracts for periods exceeding one (1) year, but any contract so made shall be executory only for the value of the services to be rendered or agreed to be paid for in succeeding fiscal years; and this paragraph shall be incorporated verbatim in all contracts of the FDOT which are for an amount in excess of $25,000.00 and which have a term for a period of more than one (1) year. For this purpose, the individual work orders shall be considered to be the binding commitment of funds. rn. PUBLIC ENTITY CRIME INFORMATION STATEMENT: 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, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. n. 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, subcontractor, or consultant under a contract with any public entity, and may, not transact business with any public entity. 4. Maintenance of Illumination Equipment and Facilities The following terms and conditions shall apply to the equipment and facilities used to provide the illumination services after illumination services have begun: a. The equipment and facilities shall at all times remain the property of and be properly protected and maintained by the UAO in accordance with the then current Utility Accommodation Manual and the current utility permit for the equipment and facilities. b. The equipment and facilities shall be maintained pursuant to a separate agreement between a city or county and the UAO. In the event that the city or county fails to comply with that separate agreement, the UAO may terminate the illumination services, provided, however, that the UAO shall first notify the FDOT in writing and provide the FDOT with a reasonable opportunity to cure the noncompliance prior to terminating the illumination services. c. The UAO shall not engage in any act or omission which in any way interferes with the continued provision of illumination services, including, without limitation, granting rights to third parties with respect to the equipment and facilities which interferes with the continued provision of illumination services. 5. Default a, In the event that the UAO breaches any provision of this Agreement, then in addition to any other remedies which are otherwise provided for in this Agreement, the FDOT may exercise one or more of the following DocuSign Envelope ID: 0D5525C1-5316-40A8-8B28-DA37261 BCBB8 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION ROADWAY ILLUMINATION SERVICES AGREEMENT 710-010.53 UTILITIES OGG — 07113 Page 4 of 7 options, provided that at no time shall the FDOT be entitled to receive double recovery of damages: (1) Terminate this Agreement if the breach is material and has not been cured within 60 days from written notice thereof from FDOT. (2) Pursue a claim for damages suffered by the FDOT. (3) Withhold invoice payments until the breach is cured. (4) Offset any damages suffered by the FDOT or the public against payments due under this Agreement. The right to offset shall be limited to actual claim payments made by FDOT to third parties. (5) Suspend the issuance of further permits to the UAO for the placement of utilities on FDOT property if the breach is material and has not been cured within 60 days from written notice thereof from FDOT until such time as the breach is cured. (6) Pursue any other remedies legally available. b. In the event that the FDOT breaches any provision of this Agreement, then in addition to any other remedies which are otherwise provided for in the Agreement, the UAO may exercise one or more of the following options: (1) Terminate this Agreement if the breach is material and has not been cured within 60 days from written notice thereof from the UAO. (2) If the breach is a failure to pay an invoice for cost of the illumination services, pursue any statutory remedies that the UAO may have for failure to pay invoices. (3) Pursue any other remedies legally available, c. Termination of this Agreement shall not relieve either party from any obligations it has pursuant to other agreements between the parties and from any statutory obligations that either party may have with regard to the subject matter hereof. 6. Indemnification FOR GOVERNMENT -OWNED UTILITIES, To the extent provided by law, the UAO shall indemnify, defend, and hold harmless the FDOT and all of its officers, agents, and employees from any claim, loss, damage, cost, charge, or expense arising out of any acts, action, error, neglect, or omission by the UAO, its agents, employees, or contractors during the performance of the Agreement, whether direct or indirect, and whether to any person or property to which FDOT or said parties may be subject, except that neither the UAO, its agents, employees, or contractors will be liable under this section for damages arising out of the injury or damage to persons or property directly caused by or resulting from the negligence of the FDOT or any of its officers, agents, or employees during the performance of this Agreement. When the FDOT receives a notice of claim for damages that may have been caused by the UAO in the performance of services required under this Agreement, the FDOT will immediately forward the claim to the UAO. The UAO and the FDOT will evaluate the claim and report their findings to each other within fourteen (14) working days and will jointly discuss options in defending the claim. After reviewing the claim, the FOOT will determine whether to require the participation of the UAO in the defense of the claim or to require the UAO to defend the FDOT in such claim as described in this section. The FDOT's failure to notify the UAO of a claim shall not release the UAO from any of the requirements of this section. The FDOT and the UAO will pay their own costs for the evaluation, settlement negotiations, and trial, if any. However, if only one party participates in the defense of the claim at trial, that party is responsible for all costs. DocuSign Envelope ID: 0D5525C1-5316-40A8-8B28-DA37261 BCBB8 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION ROADWAY ILLUMINATION SERVICES AGREEMENT FOR NON -GOVERNMENT -OWNED UTILITIES, 710-0W-53 UTILITIES OGC — 07113 Page 5 of 7 The UAO shall indemnify, defend, and hold harmless the FDOT and all of its officers, agents, and employees from any claim, loss, damage, cost, charge, or expense arising out of any acts, action, error, neglect, or omission by the UAO, its agents, employees, or contractors during the performance of the Agreement, whether direct or indirect, and whether to any person or property to which FDOT or said parties may be subject, except that neither the UAO, its agents, employees, or contractors will be liable under this section for damages arising out of the injury or damage to persons or property directly caused by or resulting from the negligence of the FDOT or any of its officers, agents, or employees during the performance of this Agreement. The UAO's obligation to indemnify, defend, and pay for the defense or at the FDOT's option, to participate and associate with the FDOT in the defense and trial of any damage claim or suit and any related settlement negotiations, shall arise within fourteen (14) days of receipt by the UAO of the FDOT's notice of claim for indemnification to the UAO. The notice of claim for indemnification shall be served by certified mail. The UAO's obligation to defend and indemnify within fourteen (14) days of such notice shall not be excused because of the UAO's inability to evaluate liability or because the UAO evaluates liability and determines the UAO is not liable or determines the FOOT is solely negligent. Only a final adjudication or judgment finding the FDOT solely negligent shall excuse performance of this provision by the UAO. The UAO shall pay all costs and fees related to this obligation and its enforcement by the FDOT. The FDOT's delay in notifying the UAO of a claim shall not release UAO of the above duty to defend. 7. Force Majeure Neither the UAO nor the FDOT shall be liable to the other for any failure to perform under this Agreement to the extent such performance is prevented by an act of God, war, riots, natural catastrophe, or other event beyond the control of the non -performing party and which could not have been avoided or overcome by the exercise of due diligence; provided that the party claiming the excuse from performance has (a) promptly notified the other party of the occurrence and its estimate duration, (b) promptly remedied or mitigated the effect of the occurrence to the extent possible, and (c) resumed performance as soon as possible. 8. Miscellaneous The UAO shall fully comply with the provisions of Title VI of the Civil Rights Act of 1964 and any subsequent revisions thereto in connection with the illumination services covered by this agreement, and such compliance will be governed by the method checked below: /1 The UAO will provide all or part of such illumination services by a contractor paid under a contract let by the UAO, and the Appendix "A" of Assurances transmitted with the issued work order will be included in said contract let by the UAO, ❑ The UAO will perform all of the illumination services entirely with the UAO's forces and Appendix "A" of Assurances is not required. The illumination services involved are agreed to by way of just compensation for the taking of the UAO's facilities on right-of-way in which the UAO holds a compensable interest, and Appendix "A" of Assurances is not required. ❑ The UAO will provide all such illumination services entirely by continuing contract, which contract to provide all future illumination services was executed with the UAO's contractor prior to August 3, 1965, and Appendix "A" of Assurances is not required, b. The UAO shall allow public access to all documents, papers, letters, or other material subject to the provisions of Chapter 119, Florida Statutes, and made or received by the UAO in conjunction with this Agreement. Specifically, if the UAO is acting on behalf of a public agency the UAO shall: (1) Keep and maintain public records that ordinarily and necessarily would be required by the Department in order to perform the services being performed by the UAO. DocuSign Envelope ID: 0D5525C1-5316-40A8-8B28-DA37261 BCBB8 (2) (3) STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION ROADWAY ILLUMINATION SERVICES AGREEMENT 710.610.53 UTILITIES OGC - 07113 Page 6 of 7 Provide the public with access to public records on the same terms and conditions that the Department would provide the records and at a cost that does not exceed the cost provided in chapter 119, Florida Statutes, or as otherwise provided by law. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. (4) Meet all requirements for retaining public records and transfer, at no cost, to the Department all public records in possession of the UAO upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the Department in a format that is compatible with the information technology systems of the Department, Failure by the UAO to grant such public access shall be grounds for immediate unilateral cancellation of this Agreement by the Department. The UAO shall promptly provide the Department with a copy of any request to inspect or copy public records in possession of the UAO and shall promptly provide the Department a copy of the UAO's response to each such request. c, This Agreement constitutes the complete and final expression of the parties with respect to the subject matter hereof and supersedes all prior agreements, understandings, or negotiations with respect thereto. d. This Agreement shall be governed by the laws of the State of Florida. Any provision hereof found to be unlawful or unenforceable shall be severable and shall not affect the validity of the remaining provisions hereof, e. Time is of the essence in the performance of all obligations under this Agreement. AO notices required pursuant to the terms hereof may be sent by first class United States Mail, facsimile transmission, hand delivery, or express mail and shall be deemed to have been received by the end of five business days from the proper sending thereof unless proof of prior actual receipt is provided. The UAO shall have a continuing obligation to notify each District of the FDOT of the appropriate persons for notices to be sent pursuant to this Agreement. Unless otherwise notified in writing, notices shall be sent to the following addresses: If to the UAO: Mr, Brian White, Lighting Sales Manager One Energy Place Pensacola, FL 32520 If to the FDOT Mr. Jonathan Harris, District Utility Adminis P.O. Box 607 Chipley, FL 32428 g. UAO: rator 1. 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 UAO during the term of the contract; and 2. 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. 9. Certification This document is a printout of an FDOT form maintained in an electronic format and all revisions thereto by the UAO DocuSign Envelope ID: 0D5525C1-5316-40A8-8B28-DA37261BCBB8 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION ROADWAY ILLUMINATION SERVICES AGREEMENT 710- 10.53 UTILITIES OGG - fl7f 13 Page 7 of 7 in the form of additions, deletions, or substitutions are reflected only in an Appendix entitled Changes to Form Document and no change is made in the text of the document itself. Hand notations on affected portions of this document may refer to changes reflected in the above -named Appendix but are for reference purposes only and do not change the terms of the document. By signing this document, the UAO hereby represents that no change has been made to the text of this document except through the terms of the appendix entitled Changes to Form Document." You MUST signify by selecting or checking which of the following applies' ® No changes have been made to this Form Document and no Appendix entitled "Changes to Form Document" is attached. ❑ No changes have been made to this Form Document, but changes are included on the attached Appendix entitled "Changes to Form Document." IN WITNESS WHEREOF, the parties hereto have executed this Agreement effective the day and year first written. UTILITY: FLORIDA POWER & LIGHT COMPANY (formerly GULF POWER COMPANY) DocuSigned by: BY: (Signature) l (Typed Name: Brian White ) (Typed Title: Lighting Sales Manager) District Utility Office DocuSigned by: BY: (Signature) FDOT Legal review DocuSigned by: fie iw OLivra, BY: (Signature) 11/15/2022 1 12 : 39 PM EST l DATE: 11/15/2022 1 8:39 AM EST DATE: 11/15/2022 1 9:42 AM EST DATE: `uuastlrir uuer saeLi... District Counsel STATE OF FLORIDA DEPARTMENT OF TRAN§PCs1.RTdATION ocu igne,Jbby: Ub1 Sw'1Uw :(c:a:;vuzsx--,4_ BY: (Signature) (Typed Name: Tim Smith. P.E. ) (Typed Title: Director of Transportation Development] FEDERAL HIGHWAY ADMINISTRATION (if applicable) BY: (Signature) (Typed Name: (Typed Title: ) 11/15/2022 1 2:18 PM EST DATE: DATE: DocuSign Envelope ID: 0D5525C1-5316-40A8-8B28-DA37261BCBB8 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION REQUIRED CONTRACT PROVISIONS FOR FEDERAL AID CONTRACTS (Appendix A of Assurances) Financial Project ID: 445732-1-56-01 Federal Project ID: Funded County: Okaloosa State Road No.: 85 no-010-0s UTILITIES OGC-04/17 District Document No: Utility Agency/Owner (UAO): FLORIDA POWER & LIGHT COMPANY (formerly GULF POWER COMPANY) During the performance of this Agreement, the Utility Agency Owner (UAO), for itself, its assignees and successors in interest (hereinafter referred to as the UAO), agrees as follows: (1) Compliance with Regulations: The UAO will comply with the Regulations of the FLORIDA DEPARTMENT OF TRANSPORTATION (hereinafter referred to as the DEPARTMENT) relative to nondiscrimination in Federally -assisted programs of the DEPARTMENT (Title 49, Code of Federal Regulations, Part 21, hereinafter referred to as the "Regulations"), which are herein incorporated by reference and made a part of this contract, (2) Nondiscrimination: The UAO, with regard to the work performed by it after award and prior to completion of the UAO work, will not discriminate on the ground of race, color or national origin in the selection and retention of subcontractors, including procurement of materials or leases of equipment. The UAO will not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix A & B of the Regulations. (3) Solicitations: In all solicitations either by competitive bidding or negotiation made by the UAO for work to be performed under a subcontract, including procurement of materials and leases of equipment, each potential subcontractor or supplier shall be notified by the UAO of the UAO's obligations under this contract and the Regulations relative to nondiscrimination on the ground of race, color or national origin. (4) "Buy America" Requirements: The UAO will use domestic steel and/or iron products incorporated into the finished work in compliance with the Buy America provisions of 23 CFR 635.410 as amended. As used in this provision, "steel and/or iron products" means manufactured products that are predominately steel and/or iron products and that are not otherwise exempt from Buy America requirements pursuant to rules and regulations of the Federal Highway Administration. As used in this provision, "domestic" means products that are manufactured in the United States which have not undergone any manufacturing process outside of the United States that modified the chemical content, physical shape or size, or final finish of a product, beginning with the initial melting and continuing through final shaping and coating. If a steel and/or iron product is taken outside the United States for any manufacturing process, it becomes foreign source steel and/or iron products. The UAO may incorporate into the finished work foreign source steel and/or iron products as long as the actual cost of such foreign products does not exceed 0.1 % of the total amount of this Agreement, or $2,500.00 whichever is greater. The UAO will retain documentation verifying compliance with the Buy America provision of this Agreement for a period of 3 years after final payment of the finished work. Upon request, the UAO will provide the documentation verifying compliance with the Buy America provision of this Agreement. The UAO will provide a certification with the invoice that states the following: "The UAO certifies that all manufactured products that are predominately steel and/or iron are domestic products in compliance with the Buy America provisions of 23 CFR 635.410 as amended except for the foreign source steel and/or iron allowance of 0.1 % of the total amount of the agreement between the Florida Department of Transportation and the UAO, or $2,500.00 whichever is greater." (5) Information and Reports: The UAO will provide all information and reports required by the Regulations, or orders and instructions issued pursuant thereto, and will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the DEPARTMENT or the Federal Highway Administration to be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any information required of the UAO is in the exclusive possession of another who fails or refuses to furnish this information, the UAO shall so certify to the DEPARTMENT or the Federal Highway Administration as appropriate, and shall set forth what efforts it has made to obtain the information. DocuSign Envelope ID: 0D5525C1-5316-40A8-8B28-DA37261BCBB8 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION REQUIRED CONTRACT PROVISIONS FOR FEDERAL AID CONTRACTS (Appendix A of Assurances) 710.010-08 UTILITIES OGC-04117 (6) Sanctions for Noncompliance: In the event of the UAO's noncompliance with the nondiscrimination provisions of paragraphs (1) through (4), the DEPARTMENT shall impose such contract sanctions as it or the Federal Highway Administration may determine to be appropriate, including, but not limited to: (a) withholding of payments to the contractor under the Agreement until the UAO complies; and/or (b) cancellation, termination or suspension of the Agreement, in whole or in part. (7) Incorporation of Provisions: The UAO will include the provisions of paragraph (1) through (6) in every subcontract, including procurement of materials and leases of equipment, unless exempt by the Regulations, order or instructions issued pursuant thereto. The UAO will take such action with respect to any subcontract, procurement or lease as the DEPARTMENT or the Federal Highway Administration may direct as a means of enforcing such provisions including sanctions for noncompliance; provided, however, that in the event the UAO becomes involved in, or is threatened with, litigation with a subcontractor, supplier or lessor as a result of such direction, the UAO may request the State to enter into such litigation to protect the interests of the State, and, in addition, the UAO may request the United States to enter into such litigation to protect the interests of the United States. DocuSign Envelope ID: OD5525C1-5316-40A8-8B28-DA37261 BCBB8 EXHIBIT "A" SCOPE OF SERVICES Financial Management Number: 445732-1-56-01 Construction of Highwav Illumination Facilities and Eguicment The UAO shall be responsible to take any and all actions necessary to construct the Project, which includes installation of facilities and equipment, as defined in the first WHEREAS clause of this Agreement, in order to illuminate to roadway along SR 85 (S Ferdon Blvd.) from S. of W. Redstone Ave to SR 10 (US 90). Okaloosa County. The estimated total calculated construction cost to FDOT is $1.175.64 as set forth in the attached WMS (Work Management System) estimate. The UAO (or its contractor) shall notify the FDOT in writing upon completion of the work authorized by this Agreement. DocuSign Envelope ID: OD5525C1-5316-40A8-8628-DA37261BCBB8 uocubign tnvelope 43.51)4*Vl,-bdikL-48F-b-tiL44-Uttb:36tUbl-/K. STATE OF FLORFDA DEQARTMENT OF TRAWSPORTAWN UTILITY WORK ESTIMATE FDOT PROJECT INFORMATION 1 Financial Project ID: 445732-1-56-01 Federal Project ID: Funded iState Road Number 85 _ County: Okaloosa FDOT Plans Dated: 6-16-2022 I District Document No.: UTILITY AGENCY/OWNER (UAO) Utility Company: Florida Power & Light Company Job No. or Work Order No.: 11715109 I UAO Project Rep: Brian White Phone: 850-444-6145 E-mail: brianmhite@fpl.com 1 UAO Field Rep: Phone: E-mail: Item Preliminary Engineering Right of Way Acquisition Construction Engineering Construction Labor Materials and Supplies Transportation & Equipment Contract Construction Miscellaneous Expenses SECTION A: ITEMIZED COST ESTIMATE Item Cost ($) Overhead (%)1 Item Cost + Overhead ($) Mus( use MG* or i.e. 10% or 10) SECTION B: DE )UCTIONS 1-- Item Item Value ($) 1 Salvage Value Betterment Extended Service Life Total Deductions => atA, UAO RepI lort ._ trALWOM4toltil Name Brian White Title Liahtina Sales Manaaer 5275.64 $450.00 450,00 0 0 $275.64 0 I $450.00 0 450 0 Total Cost Estimate => $1175.64 SECTION C: REIMBURSEMENT $1175.64 0 $1175.64 Total Cost Estimate from SECTION A => Total Deductions from SECTION B => Total Reimbursement* => *Update the estimated Total Reimbursement for changes in excess of 10% UTILITY SIGNATURE Date 8 26 / 2022 710-010-06 UTILITIES 12/16 DocuSign Envelope ID: 0D5525C1-5316-40A8-8B28-DA37261 BCBB8 EXHIBIT "B" Financial Management Number: 445732-1-56-01 Plans (Map): Pages 1-10 1 DocuSign Envelope ID: 0D5525C1-5316-40A8-8B28-DA37261BCBB8 INDEX OF ROADWAY PLANS SHEET NO. L-1 L-2 L-3 L-4 L-5 - L-10 SHEET DESCRIPTION KEY SHEET GENERAL NOTES POLE DATA AND LEGEND PROJECT LAYOUT LIGHTING PLAN SHEET STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION CONTRACT PLANS FINANCIAL PROJECT ID 445732-1-56-01 (FEDERAL FUNDS) OKALOOSA COUNTY (57050) STATE ROAD NO. SR 85 (S FERDON BLVD) FROM SOUTH OF W REDSTONE AVE TO SR 10 (US 90) LIGHTING G PLANS LOCATION OF PROJECT htt ps.//goo.gl/maps/ptc 1 vo8rEkWxPEgx5 lllllllllll �•`%%'F`N ENf�s, .... C Ll SF•'• . THIS ITEM HAS BEEN DIGITALLY SIGNED AND SEALED BY ▪ No 66045 *? * * ▪ STATE OF 4C� ON THE DATE ADJACENT TO THE SEAL pROP.�;�,�. ,..„ONA 1. ..... PRINTED COPIES OF THIS DOCUMENT ARE NOT CONSIDERED SIGNED AND SEALED AND THE SIGNATURE MUST BE VERIFIED ON ANY ELECTRONIC COPIES. LIGHTING PLANS ENGINEER OF RECORD: J.F. VRYNIOS, P.E. P.E. LICENSE NUMBER 66045 GRESHAM SMITH 2073 SUMMIT LAKE DRIVE, SUITE 155 TALLAHASSEE, FL 32317 CONTRACT NO. CABO2 VENDOR NO, 62-0794126 FDOT PROJECT MANAGER: SANDRA LAMB, P.E. PHONE NUMBER: (850) 415-9005 CONSTRUCTION FISCAL CONTRACT NO. YEAR T3846 23 SHEET NO. L-1 DocuSign Envelope ID: 0D5525C1-5316-40A8-8B28-DA37261BCBB8 41, OAT; DESCRIPTION 5FNFRAI N(1TF4 1. BENCHMARK ELEVATIONS SHOWN ON THE PLANS ARE NORTH AMERICAN VERTICAL DATUM OF 1988 (NAVD 88) 2. ALL SURVEY INFORMATION WAS OBTAINED FROM A LICENSED FLORIDA PROFESSIONAL SURVEYOR AND MAPPER AND UTILIZED AS SUPPORTING DATA IN THE PRODUCTION OF DESIGN PLANS AND FOR CONSTRUCTION ON SUBJECT PROJECT. THE PROFESSIONAL SURVEYOR AND MAPPER OF RECORD 15: PAUL A. SNELGROVE, P.S.M. P.S.M. No: 4952 SNELGROVE SURVEYING & MAPPING, INC. 4997 HWY 90 MARRIANNA, FL. 32446 3. LOCATE UNDERGROUND UTILITIES IN VICINITY OF NEW LIGHT POLES BEFORE INSTALLATION. AT THE DISCRETION OF GULF POWER, MINOR SHIFTS, (UP TO A MAXIMUM OF 5 FEET), IN LOCATION OF NEW LIGHT OR UTILITY POLES, ARE ACCEPTABLE TO AVOID UNDERGROUND OR OVERHEAD UTILITIES. MAINTAIN ALL REQUIRED MINIMUM CLEARANCES WITH ANY SHIFT /N LOCATION OF A NEW LIGHT OR UTILITY POLE. REFER TO THE FDOT DESIGN MANUAL TABLE 215.2.2 "MINIMUM OFFSET CRITERIA" AND TABLE 215.2.1 "CLEAR ZONE REQUIREMENTS" FOR MINIMUM ROADWAY CLEARANCE REQUIREMENTS. POLES CAN NOT 8E PLACED IN MEDIANS. 4. UTILITY/AGENCY OWNERS: 5. 6. 7. COMPANY AT&T CORP. (TRANSMISSION) AT&T FLORIDA (DISTRIBUTION) CENTURYLINK CENTURYLINK/LEVEL 3 CITY OF CRESTVIEW COX COMMUNICATIONS FLORIDA POWER & LIGHT (FPL) (DISTRIBUTION) OKALOOSA COUNTY INFORMATION TECHNOLOGY OKALOOSA COUNTY SIGNAL SYSTEM OKALOOSA GAS DISTRICT SPRINT COMMUNICATIONS UNIT! FIBER VERIZON BUSINESS (MCI) CONTACT STEVE HAMER TOM MANNING AMBER GILSON JIMMY YOUNG MICHAEL CRIDDLE TIMOTHY HUTZENBUEHLER JEREMY COON RON HAGBERG RANDY SHOWERS LARS SULLIVAN JON BAKER KYLE HILL THOMAS WIND TELEPHONE NUMBERS 352-279-3238 850-463-5176 850-815-3131 352-303-2430 850-682-6132 EXT. 102 850-259-6662 850-689-4629 850-651-7570 850-609-6181 850-974-7015 321-280-9596 850-544-1400 518-376-4220 EXISTING DRAINAGE STRUCTURES WITHIN CONSTRUCTION LIMITS SHALL REMAIN UNLESS OTHERWISE NOTED. FPL WILL FURNISH, INSTALL AND MAINTAIN THE NEW LIGHTING. THE LOCATION(S) OF THE UTILITIES SHOWN IN THE PLANS (INCLUDING THOSE DESIGNATED Vv, Vh, AND Vvh) ARE BASED ON LIMITED INVESTIGATION TECHNIQUES AND SHOULD BE CONSIDERED APPROXIMATE ONLY. THE VERIFIED LOCATIONS/ELEVATIONS APPLY ONLY AT THE POINTS SHOWN. INTERPOLATIONS BETWEEN THESE POINTS HAVE NOT BEEN VERIFIED. REVISIONS DATE DESCRIPTION ENGINEER OF RECORD J.F. VRYNIOS, P.E. P.E. LICENSE NUMBER 66045 GRESHAM SMITH 2073 SUMMIT LAKE DRIVE, SUITE 155 TALLAHASSEE. FL 32317 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION ROAD NO. 5R 85 COUNTY OKALOOSA FINANCIAL PROJECT ID 445732-1-56-01 GENERAL NOTES SHEET NO. L-2 DocuSign Envelope ID: 0D5525C1-5316-40A8-8B28-DA37261 BCBB8 DATE POLE I SHEET NO. I NO. NEW POLE DATA ARM LUMINAIRE MOUNTING! DIST. STATION OFFSET SIDE LENGT WATTAGE HEIGHT TYPE 1 1 L-5 884+44 59.89' RT 10' 124 30' IV 2 L-5 885+03 61.10' RT 10' 196 30' TV 3 L-5 4 5 886+29 60.06' LT 70' 124 30' IV L-6 910+76 48.72' RT 10' 124 30' IV L-6 912+29 46.04' RT 10' 124 30' IV 6 L-6 912+62 48.57' LT 10' 124 30' IV 7 L-7 940+69 40.46' L-7 942+44 45.99' RT 10' 196 30' IV LT 10' 196 30' 9 L-7 942+86 41.50' 10 L-8 965+98 41.71' LT 10' 124 30' LT 10' 124 35' 11 12 L-8 965+99 L-8 38.47' RT 10' 969+71 39.30' LT 10' 124 35' 124 30' 1V I IV IV IV IV 13 L-8 969+71 39.30' RT 10' 124 30' IV 14 L-9 972+22 38.90' RT 10' 124 30' IV 15 L-10 982+60 40.55' RT 10' 124 30' IV 16 L-10 20+69 38.11' LT 10' 124 30' 1V 17 + L-10 I 21+31 80.84' RT 10' 196 30' IV EXIST. LUMINAIRE ARM AND LUMINAIRE RELOCATED ON EXIST. UTILITY POLE DATA POLE NO. SNOET STATION OFFSET SIDE P-016400 L-5 1 884+98 51.79' LT P-019807 L-6 1 911+26 45.27' POLE REMOVAL DATA LT POLE NO. SHEET STATION OFFSET SIDE NOTES NOP-019753 L-6 912+29 46.04' RT RELOCATE PRIVATE LUMINAIRE TO POLE #5 UNKNOWN L-8 965+68 36.70' RT DUE TO NEW GUARDRAIL UNKNOWN L-8 965+68 35.26' LT DUE TO NEW GUARDRAIL UNKNOWN L-8 969+82 35.88' LT DUE TO NEW GUARDRAIL UNKNOWN L-8 969+86 35.42' RT DUE TO NEW GUARDRAIL UNKNOWN L-9 972+14 I 35.00' RT I DUE TO NEW GUARDRAIL DESCRIFTION REVISIONS DATE DESCRIPTION ENGINEER OF RECORD J.F. VRYNIOS, P.E. P.E. LICENSE NUMBER 66045 GRESHAM SMITH 2073 SUMMIT LAKE DRIVE, SUITE 155 TALLAHASSEE, FL 32317 LIGHTING DESIGN CRITERIA AVERAGE INITIAL INTENSITY (HORIZONTAL) TARGET AVERAGE INTENSITY (VERTICAL) UNIFORMITY RATIO AVG./MIN. MAX./MIN. WIND SPEED - 150 MPH LEGEND SYMROIS DFSCR1PT10N 1.5 (1.0 MIN.) F.C. 1.5 (1.0 MIN.) F.C. 4:1 OR LESS 10:1 OR LESS 124 WATT LED LUMINAIRE DESIGNED FOR TYPE IV DISTRIBUTION MOUNTED ON NEW WOODEN UTILITY POLE, INSTALLED AND CONNECTED BY FPL. THE BASIS OF DESIGN USED WAS: MANUFACTURER: AMERICAN ELECTRIC LIGHTING, TEST CSA 751P33, MODEL. ATBO P304 R4 4K, BUG RATING: B3-UO-G3. 796 WATT LED LUMINAIRE DESIGNED FOR TYPE IV DISTRIBUTION MOUNTED ON NEW WOODEN UTILITY POLE, INSTALLED AND CONNECTED BY FPL. THE BASIS OF DESIGN USED WAS: MANUFACTURER: AMERICAN ELECTRIC LIGHTING, TEST CSA 755P5, MODEL: ATB2 P602 R4 4K, BUG RATING: B3-UO-G4. EXIST. POLE AND LUMINAIRE (LUMINAIRE TO 8E RELOCATED) EXIST. POLE AND LUMINAIRE (TO REMAIN) EXIST POLE AND LUMINAIRE (TO 8E REMOVED) STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION I ROAD NO. COUNTY FINANCIAL PROJECT ID 5R 85 OKAL005A 445732-1-56-01 POLE DATA AND LEGEND SHEET NO. L-3 8/22/2022 146:P1 PM sm,d., g pbal.gsp\tlat \r: VIVA pr WSP,00,CG573215201,gtling\PLINLT02.tlgn b1 0 O n 0 58 NS A3/IN11S REDSTONE DR G00DWIN AVE b W REDSTONE AVE Jd REDSTONE DR 6. fr 0174,6+506 'V1S ld APLIN RD DUGGAN AVE AVERITT PL E WILLIAMS AVE lu E ROBINSON AVE u W ROBINSON AVE m E BROCK AVE W WILLIAMS AVE MALONE DR EDNEY AVE NAVE 56CL*9E6VEDEY V15 Od S Af4 ST ojrd d y5 1 Ord .9 yxSS° 0�Od 6 `y�9 ar `a� d S�a�O9a�d�a ar soy and ard0 Boa �1\a a andtj d 1 Vv. Al (p61sN 899991.9ZL£V0-13Z98-9VO4-9 L£9-1.09Z9900 :GI adolanu3 u6ignooa DocuSign Envelope ID. 0D5525C1-5316-40A8-8B28-DA37261 BCBB8 B rI EXIST. R/W - WALGREENS RELOCATE/ROTATE EXIST. LUMINAIRE ARM 1, p, V ..-.: 883 884 NHL REGIONS BANK DESCRIPTION Q SURVEY SR 85 II ; EXIST. R/W REVISIONS r2,61F POLE NO 1 STA. 884+44 59.89' RT. DESCRIPTION POLE NO 2 STA. 885+03 61.10' RT. J.F. VRYNIOS, P.E. P.E. LICENSE NUMBER 66045 GRESHAM SMITH 2073 SUMMIT LAKE DRIVE, SUITE 155 TALLAHASSEE, FL 32317 or- (r7)_ - :,;,_ l.. O rrk O OH (< 50 kV) — 11. 886 11 HUNGRY HOWIE'S / HOTHEADS BURRITOS / CHILL YOGURT POLE NO. 3 STA. 886+29 60.06' LT. 887 EXIST. R/W .LiIL.J1� E+FUC�rI]1 2 r 7 1:FiJSIn141 vcQPj'%' ENGINEER OF RECORD 1 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION I ROAD NO. COUNTY FINANCIAL PROJECT ID SR 85 OKALOOSA 445732-1.56-01 888 - EXIST. R/W COURT PLAZA SHOPPING CENTER LIGHTING PLAN SHEET SHEET NO. L-5 DocuSign Envelope ID: 0D5525C1-5316-40A8-8628-DA37261BCBB8 OH (s 50 kV) EXIST. R/W MICHLES & BOOTH, PA RELOCATE/ROTATE EXIST. LUMINAIRE ARM — -= - 909 1 O 910 ,v SURVEY Sp85 91 OH (5 50 kV) - - ..,YpC(0).• • 1,1 DATE SHOT IN FOCUS PORTRAIT STUDIO DESCRIPTION 0 0 00 • a - - 0,0 OH (5 50 kV) •0•K/C), • . EXIST. R/W REVISIONS QLIF STA. 910+76 48.72RT. DESCRIPTION J.F. VRYN10.5, P.E. P.E,'LICENSE NUMBER 66045 GRESHAM SMITH 7073 SUMMIT LAKE DRIVE, SUITE 155 TALLAHASSEE, FL 32317 GROSS & SCHUSTER, P.A. / LEWIS & JURNOVOY, P.A. 0 5 5 POLE NO. 6 STA. 912+62 48 57' LT OH (s 50 kV) EGLIN FEDERAL CREDIT UNION ir 912 913' 1=40' 4.A 91-4- - - _ OH (5 50 kV) - - , 5( ! - - - ----- ,c(c 1- EXIST R/W OH (s 50 kV) RELOCATE PRIVATE LUMINARE FROM EXIST. POLE TO BE REMOVED TO NEW LIGHT POLE POLE NO. 5 . STA. 912+29 46.04' RT. ENGINEER OF RECORD 1 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION r ROAD NO. COUNTY FINANCIAL PROJECT to 1 SR 85 OKALOOSA 445732-1-56-01 PROFESSIONAL MARKETPLACE OFFICE PARK LIGHTING PLAN S ifEET SHEET NO. L-6 DocuSign Envelope ID: 0D5525C1-531640A8-8B28-DA37261 BCBB8 SURVEY 5R 85 EXIST. R/W — -—~. ALLSTATE FINANCIAL CONSULTANT 9E5CB1PTION REVISIONS DATF P I_E N/l 7 A. 940+69 4046' RT DESCRIPTION 441_ OH (N50 kV) FNBT BANK ENGINEER OF RECORD 1.F, VRYNIOS, P.E. P.E. LICENSE NUMBER 66045 GRESHAM SMITH 2073 SUMMIT LAKE DRIVE, SUITE 155 TALLAHASSEE, FL 32317 POLE N0. 8 STA. 942+44 45.99' LT STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION ROAD NO. SR 85 COUNTY OKALOOSA POLE N0. 9 943- FINANCIAL PROJECT ID 445732-1-56-01 STA. 942+86 41.50' LT. EXXON EXIST. R/W\ ..944. ,. SMOKE N VAPE LIGHTING PLAN SHEET SHEET NO.- L-7 DocuSign Envelope ID: 0D5525C1.5316-40A8-8B28-DA37261 BCBBB EXIST. R/W POLE N0. 10 STA. 965+99 41.71' LT. 966 r— OL 07j0a9 C(Df- BEGIN BRIDGE #570083 STA. 966+29.86 MP 18.068 E• 0 0 bf g(0): e-BFDi'itir- 8FA6-w/ -errbtU2) OH (5 50 kV) 14 967 968 I- — —-4,136°4Y44'W✓ P L STA. 965+99 38 47' RT OH (5. 50 kV) DESCRIPTION 50) EXIST. R/W REVISIONS DATE DESCRIPTION SURVEY SR 85 ENGINEER OF RECORD J F. VRYNIOS, P.E P.E. LICENSE NUMBER 66045 GRESHAM SMITH 2073 SUMMIT LAKE DRIVE, SUITE 155 TALLAHASSEE, FL 32317 EXIST R/W �0.... END BR/DG (,,ii1- OE - _ ' - - - • : OE - - - - STA. 969+01.76 NO. 12 MP 18.119 STA. /%-_ 39.30' LT. / OH (5 50 kV) i POLE NO. 13 STA. 969+71 39.30' RT. EXIST. R/W 0 w 970 971 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION I ROAD NO. 1 COUNTY FINANCIAL PROJECT ID 5R 85 OKALOOSA 445732-1-55-01 -W(1) 50.) r- LIGHTING PLAN SHEET L h SHEET NO. L-8 DocuSign Envelope ID: 0D5525C1-531640A8-8B28-DA37261 BCBB8 /- EXIST R/W 2- L .r, OH(<_50 kV) .ARIANG O—__ _—_—=.--ow 0 972 -OT. 973 n -- Op- N36°4I'44"W Q I— 77 Wtt1 OF -w(c ). sir I _ - U▪ .� arc �)•_ .... - _ („ �, .51 w 974 UNCLE BILL'S EXIST. R/W OH (< 50 kV) ( ` OH (5 50 kV) SURVEY SR 85 Q DATE DESCRIPTION POLE NO STA. 972+22 38.90' RT. Elfl S1. PM REVISIONS DATE CASEY ELECTRIC DESCRIPTION OH (5 50 kV) E A TILLMAN & ASSOCIATES ENGINEER OF RECORD J.F. VRYNIOS, P.E P.E LICENSE NUMBER 66045 GRESHAM SMITH 2073 SUMMIT LAKE DRIVE, SUITE 155 TALLAHASSEE, FL 32317 EXIST. R/W Q,, E OAKDALE AVE EXIST. R/W WELLS FARGO BANK / NP9g( _976- ti.., --- ---- - 5,� - MYERS ENTERPRISES PEARL MABRY MUSIC SCHOOL EXIST. R/W STATE OF FLORIDA SHEET DEPARTMENT OF TRANSPORTATION NO. I ROAD NO. iI COUNTY FINANCIAL PROJECT ID LIGHTING PLAN SHEET I SR 85 OKALOOSA I 445732-1-56-01 I L-9 DocuSign Envelope ID: 0D5525C1-531640A8-8628-DA37261 BCBB8 EXIST. R/W J 1 / 1 OKALOOSA COUNTY SHERIFF EXIST. R/W dl coU, USF rFR i ,/ /ice 1 DESCRIPTION REVISIONS OH (6 50 kV) . C4 SURVEY SR 85 _ _— - EXIST. R/W POI F ON 15 STA. 982+60 40.55' RT. STA. 20+0000 (12 SURVEY N FERDON BLVD) =STA 983+39.11 (2 SURVEY SR 85) OFFSET 2.78' DESCRIPTION ENGINEER OF RECORD J.F. VRYNIOS, P.E. P.E. LICENSE NUMBER 66045 GRESHAM SMITH 3073 SUMMIT LAKE DRIVE, SUITE 155 TALLAHASSEE, FL 32317 EXIST. R/W SATE FARM INSURANCE STA 982+8084 MP 18.381 OH Is 50 kV) EXIST. R/W c 111) STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION I ROAD NO. Ir COUNTY FINANCIAL PROJECT ID 1 SR 85 OKALOOSA 445732-1-56-01 STAFixo 204-6962 SURVEY N FERDON BLVD 38.11' LT CRESTVIEW MANOR OH (s 50 kV) 22N FEROON BIVp EXIST. R/W P9LE NO 17 STA. 21+31 ¢ SURVEY N FERDON BLVD 80.84' RT. LIGHTING PLAN SHEET SHEET NO. L-10 DocuSign Envelope ID: 0D5525C1-5316-40A8-8B28-DA37261BCBB8 EXHIBIT "C" WORK SCHEDULE Financial Management Number: 445732-1-56-01 The anticipated construction start date is August of 2023 and dependent upon FDOT contractor & when they will be in position to have FPL crews on job site. DocuSign Envelope ID: OD5525C1-5316-40A8-8B28-DA37261BCBB8 Info Provider: Kathy Ozmore Return to: Jenee Flovd Mail Station: D-3 Phone # of Info Provider: 850-466-4122 CONTRACT NUMBER: ASU58 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION CONTRACT STATUS CHANGE/CHECKLIST Ds STATE COMPTROLLER USE: Received date: Approved date: Approved by: SITE/DISTRICT: D-3 Total Executed Contract Amount: $ 1.175.64 1 $ To date _ This action Status Code (choose one) ►ZE ® 10 = Executed Contract ❑ 4X or 6X = Audit Status (Indicate Year) ❑ 20 = In Claims Original Contract Award a Time Extension COMPTROLLER D1 f08 99 = Post Design Service ❑ 50 = Complete/Terminated Contract o Amendment (Indicate #) © Renewal j] Addition (Indicate #) Supplemental (Indicate #) _ _ ❑ Letter of Authorization (Indicate #) Close Contract a Other Changes (must include comments) • LETTING DATE: AWARD DATE: 11/15/2022 12:18 PM EST DATE OF CONTRACT EXECUTION (Last Signed Date): If last date signed > contract start date you must submit emergency certification (287.059 F.S. (2) 1) or Certificate of noncompliance (287.059 F.S. (2)) or settlement document (CM4(87-88) or CM11 (91-92)). 11/15/2022 12:18 PM EST CONTRACT BEGINNING DATE: ENDING DATE: 11/13/2026 11/15/2022 1 2:18 PM EST SERVICES BEGINNING DATE: SERVICES ENDING DATE: 11/13/2026 VENDOR NAME: Florida Power & Liaht Company PROJECT NUMBER; 445732-1-56-01 PROJECT NUMBER: CAN THIS CONTRACT BE RENEWED? 0 YES ►� PAGE NUMBER RENEWAL CLAUSE IN CONTRACT. Comments: For installation of Highway Lighting. VENDOR NUMBER (FEID/SS): F590247775595 PROJECT NUMBER: PROJECT NUMBER: NO SERVICE TYPE: 72151501 Certification Statement: I certify that the above information is correct and a true reflection of infor referenced contract. I Approved by: (Printed or typed) Approval Signature: Title: rI/l Cs tJf1 Approval Date: ation contained in the above Project Monthly Cost Breakdown a Crestview Project: 445732-1-56-01 Monthly Fixture Cost: $ Monthly Pole Cost: $ ALC: Total Monthly: $ Fixture Count: $ Monthly Cost Per Fixture: $ FDOT Reimbursement per fixture/month: $ 243.89 77.00 $20.80 341.69 *FP&L Billing will be set up on a separate account for this project and will bill after all lighting has been installed and FDOT inspection has been completed. Crestview will be billed $341.69 monthly FDOT will re-imburse City Annually 17.00 20.10 22.50 Monthly