02-16 State of Florida Department of Transportation Procurement Office 605 Suwannee Street, MS 20 Tallahassee, Florida 32399-0450

REQUEST FOR PROPOSAL REGISTRATION ****************************************************************************** PLEASE COMPLETE AND RETURN THIS FORM ASAP E-MAIL TO JOYCE PLUMMER AT [email protected] ******************************************************************************

RFP Number: RFP-DOT-15/16-9019-JP

Title: Pavement Marking Management System

Proposal Due Date & Time (On or Before): Thursday, April 14, 2016 at 3:00PM

Potential proposers should notify our office by returning this Registration Form as soon as possible after downloading. Complete the information below and e-mail this sheet only to the Florida Department of Transportation Procurement Office by e-mail to [email protected].

THE REQUEST FOR PROPOSAL DOCUMENT YOU RECEIVED IS SUBJECT TO CHANGE. Notice of changes (Addenda), will be posted on the Florida Vendor Bid System at www.myflorida.com , under this RFP number (click on “BUSINESS”, click on “Doing Business with the State”, under “Everything for Vendors and Customers”, click on “Vendor Bid System (VBS)”, then click on “Search Advertisements”, click on the drop- down arrow beside the box under Advertisement Type, select Competitive Solicitation, click on the drop-down arrow beside the box under Agency, select DEPARTMENT OF TRANSPORTATION, then go to the bottom of the same page and click on Advertisement Search. It is the responsibility of all potential proposers to monitor this site for any changing information prior to submitting your proposal.

Company Name:

Address:

City, State, Zip:

Telephone: ( ) Fax Number: ( ) .

Contact Person:

Internet E-Mail Address: ______

For further information on this process, e-mail or telephone: Joyce Plummer [email protected] (850) 414-4568.

1 Exhibit “C” PRICE PROPOSAL FORM

RFP Number: RFP-DOT-15/16-9019-JP. FOB: Gainesville, Florida

RFP Title: Pavement Marking Management System

Services to be provided as specified in attached Exhibit “A”, Scope of Services.

Quantity Price/Month/Vehicle* Mobile Retroreflectivity x $ ______X 12 months = $______/yr (a) Unit (MRU) (Testing Vehicle)

* Mobile Retroreflectivity Unit (Testing Vehicle) price per month includes the MRU (testing vehicle) itself (to be located in Gainesville, Florida, year round), mileage, vehicle/equipment maintenance and calibration, fuel, insurance, and all other MRU-related expenses. The vehicle monthly pricing shall NOT include any technician related expenses (e.g., salary, hours, travel, fringe, etc.). In addition, this MRU (testing vehicle) price shall NOT exceed a ceiling of $6,000 per unit per month.

Skill Classification Quantity Hourly Rate On-Site Activity Coordinator* 01* x $______X 2080 Hrs = $______/yr (b) *only one person is required On-Site Mobile Retroreflectivity Technician(s) x $ X 2080 Hrs = $______/yr (c)

GRAND TOTAL PRICE PER YEAR (a+b+c) $______

The above calculations will be used for the award decision only. The Method of Compensation in the contract will be issued with the Mobile Retroreflectivity Unit (Testing Vehicle) billed at a monthly rate per vehicle and the Skill Classifications billed at an hourly rate. The Skill Classifications work schedule will be an 80-hour biweekly schedule. The On-Site Mobile Retroreflectivity Technician(s) will be paid time and a half for any hours in excess of 80-hours biweekly. The On-Site Activity Coordinator is not eligible for overtime.

The Consultant will visit each roadway as specified in the Scope of Services, Appendix A, and as determined by the Department’s Project Manager. Please list the price per month for the Mobile Retroreflectivity Unit, vehicle/equipment maintenance, fuel, and all other testing-related expenses. The equipment must remain at the State Materials Office located in Gainesville, Florida, year round.

Authorized Travel will be reimbursed in accordance with Section 112.061, Florida Statutes. The consultant will complete a Consultant Travel Form for each trip and submit it with the invoice.

The Department intends to award a 3-year contract. The Department reserves the right to cancel this contract for any reason within 30 days written notice.

NOTE: Unit Rates must be stated specifically in dollars and cents, NOT a percentage increase.

2 MFMP Transaction Fee: All payment(s) to the vendor resulting from this competitive solicitation WILL be subject to the MFMP Transaction Fee in accordance with the attached Form PUR 1000 General Contract Condition #14. However, all vendors should be aware that effective November 1st, 2015 through July 1st, 2016, in accordance with Senate Bill 2502-A, the Transaction Fee will change from one percent (1%) to seven-tenths of one percent (.70%) of the payment issued. The Transaction Fees imposed shall be based upon the date of issuance of the payment.

NOTE: In submitting a response, the proposer acknowledges they have read and agree to the solicitation terms and conditions and their submission is made in conformance with those terms and conditions.

ACKNOWLEDGEMENT: I certify that I have read and agree to abide by all terms and conditions of this solicitation and that I am authorized to sign for the proposer. I certify that the response submitted is made in conformance with all requirements of the solicitation.

Proposer: FEID #

Address: City, State, Zip

Authorized Signature: Date:

Printed / Typed: Title:

3 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 375-030-60 Florida Statutes VENDOR CERTIFICATION REGARDING PROCUREMENT 287.135 SCRUTINIZED COMPANIES LISTS 06/11

Respondent Vendor Name: ______Vendor FEIN: ______Vendor’s Authorized Representative Name and Title: ______Address: ______City: ______State: ______Zip: ______Phone Number: ______Email Address: _

Section 287.135, Florida Statutes, prohibits agencies from contracting with companies, for goods or services of $1 million or more, that are on either the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List. Both lists are created pursuant to section 215.473, Florida Statutes.

As the person authorized to sign on behalf of Respondent, I hereby certify that the company identified above in the section entitled “Respondent Vendor Name” is not listed on either the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List. I understand that pursuant to section 287.135, Florida Statutes, the submission of a false certification may subject company to civil penalties, attorney’s fees, and/or costs.

Certified By: ______, who is authorized to sign on behalf of the above referenced company.

Authorized Signature Print Name and Title:______

4

State of Florida Department of Transportation

REQUEST FOR PROPOSAL RFP Title: Pavement Marking Management System

RFP-DOT-15/16-9019-JP

CONTACT FOR QUESTIONS: Joyce Plummer, Procurement Agent [email protected] Fax: (850) 414-4951 Phone: (850) 414-4568 605 Suwannee Street, MS 20 Tallahassee, Florida 32399-0450

5

I N T R O D U C T I O N S E C T I O N

1) INVITATION

The State of Florida Department of Transportation, hereinafter referred to as the “Department”, requests written proposals from qualified Proposers to provide Pavement Marking Management System. It is anticipated that the term of the contract will begin on September 28, 2016 and be effective through September 27, 2019.

The Department intends to award this contract to the responsive and responsible Proposer whose proposal is determined to be the most advantageous to the Department. After the award, said Proposer will be referred to as the “Vendor”. For the purpose of this document, the term "Proposer" means the prime Vendor acting on its own behalf and those individuals, partnerships, firms, or corporations comprising the Proposer team. The term "proposal" means the complete response of the Proposer to the Request for Proposals (RFP), including properly completed forms and supporting documentation.

2) TIMELINE

Provided below is a list of critical dates and actions. These dates are subject to change. Notices of changes (Addenda) will be posted on the Florida Vendor Bid System at www.myflorida.com (click on “BUSINESS”, click on “Doing Business with the State”, under “Everything for Vendors and Customers”, click on “Vendor Bid System (VBS)”, click on “Search Advertisements”) under this RFP number. It is the responsibility of all potential proposers to monitor this site for any changing information prior to submitting your proposal.

ACTION / LOCATION DATE LOCAL TIME

MANDATORY PRE-PROPOSAL CONFERENCE Tuesday, March 29, 2016 at 10:00AM Florida Department of Transportation State Materials Office 5007 NE 39th Avenue Building A – Spruce Conference Room Gainesville, Florida 332609

DEADLINE FOR TECHNICAL QUESTIONS - . . . . Thursday, March 31, 2016 at 5:00PM (There is no deadline for administrative questions)

PROPOSALS DUE, ON OR BEFORE - ...... Thursday, April 14, 2016 at 3:00PM (Technical and Price Proposal) Florida Department of Transportation Procurement Office – Haydon Burns Building 605 Suwannee Street, Mail Station 20 Fourth Floor – Room 439 Tallahassee, Florida 32399-0450

PUBLIC OPENING (Technical Proposal) - ...... Thursday, April 14, 2016 at 3:00PM Florida Department of Transportation Procurement Office – Haydon Burns Building 605 Suwannee Street, Mail Station 20 Fourth Floor – Room 440-A Tallahassee, Florida 32399-0450

6 PUBLIC OPENING / MEETING (Price Proposal) - . . . Tuesday, May 3, 2016 at 10:00AM Florida Department of Transportation Procurement Office – Haydon Burns Building 605 Suwannee Street, Mail Station 20 Fourth Floor – Room 440-A Tallahassee, Florida 32399-0450

POSTING OF INTENDED AWARD - ...... Tuesday, May 3, 2016 at 5:00PM

3) AGENDA FOR PUBLIC MEETINGS

Agenda – Public Opening (Technical Proposals) Agenda for Public Opening of Technical Proposals for RFP-DOT-15/16-9019-JP: Starting Time: see “Timeline” in RFP solicitation - Opening remarks of approx. 2 minutes by Department Procurement Office personnel. - Public input period – To allow a maximum of 15 minutes total for public input related to the RFP solicitation. - At conclusion of public input or 15 minutes, whichever occurs first, the Technical Proposals received timely will be opened, with proposer’s name read aloud and tabulated. Price proposals will be kept secured and unopened until the Price Proposal Opening. - Adjourn meeting.

Agenda – Price Proposal Opening & Intended Award Meeting Agenda for Price Proposal Opening and Intended Award meeting for RFP-DOT-15/16-9019-JP: Starting Time: see “Timeline” in RFP solicitation - Opening remarks of approx. 2 minutes by Department Procurement Office personnel. - Public input period – To allow a maximum of 15 minutes total for public input related to the RFP solicitation. - At conclusion of public input or 15 minutes, whichever occurs first, the Technical evaluation scores will be summarized. - Announce the firms that did not achieve the minimum technical score. - Announce the firms that achieved the minimum technical score and their price(s) as price proposals are opened. - Calculate price scores and add to technical scores to arrive at total scores. - Announce Proposer with highest Total Score as Intended Award. - Announce time and date the decision will be posted on the Vendor Bid System (VBS). - Adjourn.

4) SPECIAL ACCOMMODATIONS

Any person with a qualified disability requiring special accommodations at a pre-proposal conference, public meeting, oral presentation and/or opening shall contact the contact person at the phone number, e-mail address or fax number provided on the title page at least five (5) working days prior to the event. If you are hearing or speech impaired, please contact this office by using the Florida Relay Services which can be reached at 1 (800) 955-8771 (TDD).

7 S P E C I A L C O N D I T I O N S

1) MyFloridaMarketPlace

PROPOSERS MUST BE REGISTERED IN THE STATE OF FLORIDA’S MYFLORIDAMARKETPLACE SYSTEM BY THE TIME AND DATE OF THE TECHNICAL PROPOSAL OPENING OR THEY MAY BE CONSIDERED NON-RESPONSIVE (see Special Condition 21). All prospective proposers that are not registered should go to https://vendor.myfloridamarketplace.com/ to complete on-line registration, or call 1-866-352-3776 for assisted registration.

All payment(s) to the vendor resulting from this competitive solicitation WILL be subject to the MFMP Transaction Fee in accordance with the attached Form PUR 1000 General Contract Condition #14. However, all vendors should be aware that effective November 1st, 2015 through July 1st, 2016, in accordance with Senate Bill 2502-A, the Transaction Fee will change from one percent (1%) to seven-tenths of one percent (.70%) of the payment issued. The Transaction Fees imposed shall be based upon the date of issuance of the payment.

2) Florida Department of Financial Services (DFS) W-9 INITIATIVE

The Florida Department of Financial Services (DFS) requires all vendors that do business with the state to submit an electronic Substitute Form W-9. Vendors must submit their W-9 forms electronically at https://flvendor.myfloridacfo.com to receive payments from the state. Contact the DFS Customer Service Desk at (850) 413-5519 or [email protected] with any questions.

3) QUESTIONS & ANSWERS

In accordance with section 287.057(23), Florida Statutes, respondents to this solicitation or persons acting on their behalf may not contact, between the release of the solicitation and the end of the 72-hour period following the agency posting the notice of intended award, excluding Saturdays, Sundays, and state holidays, any employee or officer of the executive or legislative branch concerning any aspect of this solicitation, except in writing to the procurement officer or as provided in the solicitation documents. Violation of this provision may be grounds for rejecting a response.

Any technical questions arising from this Request for Proposal must be forwarded, in writing, to the procurement agent identified below. Questions must be received no later than the time and date reflected on the Timeline. The Department’s written response to written inquiries submitted timely by proposers will be posted on the Florida Vendor Bid System at www.myflorida.com (click on “BUSINESS”, click on “Doing Business with the State”, under “Everything for Vendors and Customers”, click on “Vendor Bid System (VBS)”, click on “Search Advertisements”), under this RFP number. It is the responsibility of all potential proposers to monitor this site for any changing information prior to submitting their proposal.

WRITTEN TECHNICAL QUESTIONS should be submitted to: Joyce Plummer at [email protected]

Questions regarding administrative aspects of the proposal process should be directed to Joyce Plummer at [email protected] or by phone: (850) 414-4568. 4) ORAL INSTRUCTIONS / CHANGES TO THE REQUEST FOR PROPOSAL (ADDENDA)

No negotiations, decisions, or actions will be initiated or executed by a proposer as a result of any oral discussions with a State employee. Only those communications which are in writing from the Department will be considered as a duly authorized expression on behalf of the Department.

Notices of changes (Addenda) will be posted on the Florida Vendor Bid System at www.myflorida.com (click on “BUSINESS”, click on “Doing Business with the State”, under “Everything for Vendors and

8 Customers”, click on “Vendor Bid System (VBS)”, click on “Search Advertisements”) under this RFP number. It is the responsibility of all potential proposers to monitor this site for any changing information prior to submitting your proposal. All Addenda will be acknowledged by signature and subsequent submission of Addenda with proposal when so stated in the Addenda.

5) DIVERSITY ACHIEVEMENT

MINORITY BUSINESS ENTERPRISE (MBE) UTILIZATION

The Department, in accordance with Title VI of the Civil Rights Act of 1964, 42 USC 2000d- 2000d-4, Title 49, Code of Federal Regulations, U.S. Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in federally-assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that the Department will affirmatively ensure that in any contract/agreement entered into pursuant to this advertisement, minority and disadvantaged business enterprises will be afforded the full opportunity to submit bids in response to this invitation and will not be discriminated on the basis of race, color, national origin, or sex in consideration for an award.

The Department encourages small, minority, women, and service-disabled veteran businesses to compete for Department contracts, both as “Vendor” and as subcontractors. The Department, its vendors, suppliers, and consultants should take all necessary and reasonable steps to ensure that small, minority, women, and service-disabled veteran businesses have the opportunity to compete for and perform contract work for the Department in a nondiscriminatory environment. Bidders are requested to indicate their intention regarding MBE participation on the MBE Planned Utilization form and to submit the completed form with their Price Proposal. The contract vendor will be asked to submit payment certification for MBE subcontractors used.

To request certification or to locate certified MBEs, call the Office of Supplier Diversity, Department of Management Services at (850) 487-0915, or access their MBE directory on the Internet at www.osd.dms.state.fl.us/.

6) SCOPE OF SERVICES

Details of the services, information and items to be furnished by the Vendor are described in Exhibit "A", Scope of Services, attached hereto and made a part hereof.

7) INTENDED AWARD

The Department intends to award a contract to the responsive and responsible vendor with the highest cumulative total points for the evaluation criteria specified herein (See Section 30, Proposal Evaluation). The Intended Award decision will be announced after final evaluation and totaling of scores at the Price Proposal opening specified in the Timeline (See Introduction Section 2 Timeline). If the Department is confronted with identical pricing or scoring from multiple vendors, the Department shall determine the order of award in accordance with section 295.187(4), Florida Statutes, and Rule 60A-1.011 Florida Administrative Code.

8) MANDATORY PRE-PROPOSAL CONFERENCE

A MANDATORY pre-proposal conference will be held at the date, time and location in the Timeline. The purpose of this meeting is to provide an open forum for the Department to review the Scope of Services

9 and respond to questions from potential proposers regarding the scope of services, RFP requirements, contractual requirements, method of compensation, and other conditions or requirements that may, in any manner, effect the work to be performed. Any changes and/or resulting Addenda to the RFP will be the sole prerogative of the Department.

Attendance at this pre-proposal conference is MANDATORY. Failure by a proposer to attend or be represented at this pre-proposal conference will constitute a non-responsive determination of their proposal package. Proposals found to be non-responsive will not be considered.

9) QUALIFICATIONS

9.1 General

The Department will determine whether the Proposer is qualified to perform the services being contracted based upon their proposal demonstrating satisfactory experience and capability in the work area. The Proposer shall identify necessary experienced personnel and facilities to support the activities associated with this proposal.

9.2 Qualifications of Key Personnel

Those individuals who will be directly involved in the project should have demonstrated experience in the areas delineated in the scope of work. Individuals whose qualifications are presented will be committed to the project for its duration unless otherwise excepted by the Department's Project Manager. Where State of Florida registration or certification is deemed appropriate, a copy of the registration or certificate should be included in the proposal package.

9.3 Authorized To Do Business in the State of Florida

In accordance with sections 607.1501, 605.0211(2)(b), and 620.9102, Florida Statutes, out-of-state corporations, out-of-state limited liability companies, and out-of-state limited partnerships must be authorized to do business in the State of Florida. Such authorization should be obtained by the proposal due date and time, but in any case, must be obtained prior to posting of the intended award of the contract. For authorization, contact: Florida Department of State Tallahassee, Florida 32399 (850) 245-6051

9.4 Licensed to Conduct Business in the State of Florida

If the business being provided requires that individuals be licensed by the Department of Business and Professional Regulation, such licenses should be obtained by the proposal due date and time, but in any case, must be obtained prior to posting of the intended award of the contract. For licensing, contact:

Florida Department of Business and Professional Regulation Tallahassee, Florida 32399-0797 (850) 487-1395

10

9.5 E-VERIFY

Vendors/Contractors: 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 Vendor/Contractor 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.

10) WARRANTY/SUBSTITUTIONS

When performance of the services requires the supply of commodities, a warranty is required on all items provided against defective materials, workmanship, and failure to perform in accordance with required industry performance criteria, for a period of not less than ninety (90) days from the date of acceptance by the purchaser. Any deviation from this criteria must be documented in the proposal response or the above statement shall prevail. Delivery of substitute commodities requires prior written approval from the ordering location.

Replacement of all materials found defective within the warranty period shall be made without cost to the purchaser, including transportation if applicable. All fees associated with restocking cancelled orders shall be the responsibility of the vendor.

All items provided during the performance of the contract found to be poorly manufactured will not be accepted, but returned to the vendor, at their expense, for replacement. Replacement of all items found defective shall be made without cost to the Department, including transportation, if applicable. As it may be impossible for each facility to inspect all items upon arrival, a reasonable opportunity must be given to these facilities for inspection of the items, and returning those that are defective.

11) LIABILITY INSURANCE

The Vendor shall not commence any work until they have obtained the following types of insurance, and certificates of such insurance have been received by the Department. Nor shall the Vendor allow any subcontractor to commence work on this project until all similar insurance required of the subcontractor has been so obtained. The Vendor shall submit the required Certificates of Insurance to the Florida Department of Transportation, Procurement Office, Joyce Plummer 605 Suwannee Street, MS 20, Tallahassee, Florida 32399-0450 within ten (10) days after the ending date of the period for posting the intended award decision.

The Vendor must carry and keep in force during the period of this contract a general liability insurance policy or policies with a company authorized to do business in the state of Florida, affording public liability insurance with combined bodily injury limits of at least $ (200,000 minimum) per person and $ (300,000 minimum) each occurrence, and property damage insurance of at least $ (200,000 minimum) each occurrence, for the services to be rendered in accordance with this contract.

11

( ) The Vendor must have and maintain during the period of this contract, a professional liability insurance policy or policies or an irrevocable letter of credit established pursuant to Chapter 675, Florida Statutes, and Section 337.106, Florida Statutes, with a company authorized to do business in the state of Florida, affording professional liability coverage for the professional services to be rendered in accordance with this contract in the amount of at least $ . The Vendor shall maintain professional liability coverage for a minimum of three years after completion of the services rendered under this contract.

With respect to any general liability insurance policy required pursuant to this Agreement, all such policies shall be issued by companies licensed to do business in the State of Florida. The Vendor shall provide to the Department certificates showing the required coverage to be in effect with endorsements showing the Department to be an additional insured prior to commencing any work under this Contract. The certificates and policies shall provide that in the event of any material change in or cancellation of the policies reflecting the required coverage, thirty days advance notice shall be given to the Department or as provided in accordance with Florida law.

The Department shall be exempt from, and in no way liable for, any sums of money which may represent a deductible in any insurance policy. The payment of such deductible shall be the sole responsibility of the Vendor or subcontractor providing such insurance. Policies that include Self Insured Retention (SIR) will not be accepted.

12) PERFORMANCE BOND

A Performance Bond is not required for this project.

13) METHOD OF COMPENSATION

For the satisfactory performance of these services the Vendor shall be paid as described in the attached Exhibit “B”, Method of Compensation.

14) CONTRACT DOCUMENT

STANDARD WRITTEN AGREEMENT

The Department’s “Standard Written Agreement” is attached hereto and made a part hereof. The terms and conditions contained therein will become an integral part of the contract resulting from this solicitation. In submitting a proposal, the proposer agrees to be legally bound by these terms and conditions.

15) REVIEW OF PROPOSER'S FACILITIES & QUALIFICATIONS

After the proposal due date and prior to contract execution, the Department reserves the right to perform or have performed an on-site review of the Proposer's facilities and qualifications. This review will serve to verify data and representations submitted by the Proposer and may be used to determine whether the Proposer has an adequate, qualified, and experienced staff, and can provide overall management facilities. The review may also serve to verify whether the Proposer has financial capability adequate to meet the contract requirements.

Should the Department determine that the proposal has material misrepresentations or that the size or nature of the Proposer's facilities or the number of experienced personnel (including technical staff) are not adequate to ensure satisfactory contract performance, the Department has the right to reject the proposal.

12

16) PROTEST OF REQUEST FOR PROPOSAL SPECIFICATIONS

Any person who is adversely affected by the contents of this Request for Proposal must file the following with the Department of Transportation, Clerk of Agency Proceedings, Office of the General Counsel, 605 Suwannee Street, Mail Station 58, Tallahassee, Florida 32399-0450:

1. A written notice of protest within seventy-two (72) hours after the posting of the solicitation, (the notice of protest may be Faxed to 850-414-5264), and

2. A formal written protest in compliance with Section 120.57(3), Florida Statutes, within ten (10) days of the date on which the written notice of protest is filed.

Failure to file a protest within the time prescribed in section 120.57(3), Florida Statutes, or failure to post the bond or other security required by law within the time allowed for filing a bond shall constitute a waiver of proceedings under Chapter 120, Florida Statutes.

17) UNAUTHORIZED ALIENS

The employment of unauthorized aliens by any contractor is considered a violation of Section 274A(e) of the Immigration and Nationality Act. If the contractor knowingly employs unauthorized aliens, such violation shall be cause for unilateral cancellation of the contract.

18) SCRUTINIZED COMPANIES LISTS [ ] Not applicable because federal funds will be used.

Section 287.135, Florida Statutes, requires that at the time a company submits a bid or proposal for a contract for goods or services of $1 million or more, the company must certify that the company is not on either the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List. Both lists are created pursuant to section 215.473, Florida Statutes.

RFP responses of $1 million or more must include the attached Scrutinized Companies Lists Form to certify the respondent is not on either of those lists. The Form should be submitted with the Price Proposal.

19) RESERVATIONS

The Department reserves the right to accept or reject any or all proposals received and reserves the right to make an award without further discussion of the proposals submitted. Therefore, the proposals should be submitted initially in the most favorable manner. It is understood that the proposal will become a part of the Department’s official file, without obligation to the Department.

20) ADDITIONAL TERMS & CONDITIONS

No conditions may be applied to any aspect of the RFP by the proposer. Any conditions placed on any aspect of the proposal documents by the proposer may result in the proposal being rejected as a conditional proposal (see “RESPONSIVENESS OF PROPOSALS”). DO NOT WRITE IN CHANGES ON ANY RFP SHEET. The only recognized changes to the RFP prior to proposal opening will be a written Addenda issued by the Department.

13

21) RESPONSIVENESS OF PROPOSALS

21.1 Responsiveness of Proposals

Proposals will not be considered if not received by the Department on or before the date and time specified as the due date for submission. All proposals must be typed or printed in ink. A responsive proposal is an offer to perform the scope of services called for in this Request for Proposal in accordance with all requirements of this Request for Proposal and receiving seventy (70) points or more on the Technical Proposal. Proposals found to be non-responsive shall not be considered. Proposals may be rejected if found to be irregular or not in conformance with the requirements and instructions herein contained. A proposal may be found to be irregular or non-responsive by reasons that include, but are not limited to, failure to utilize or complete prescribed forms, conditional proposals, incomplete proposals, indefinite or ambiguous proposals, and improper and/or undated signatures.

21.2 Multiple Proposals

Proposals may be rejected if more than one proposal is received from a Proposer. Such duplicate interest may cause the rejection of all proposals in which such Proposer has participated. Subcontractors may appear in more than one proposal.

21.3 Other Conditions

Other conditions which may cause rejection of proposals include, but are not limited to, evidence of collusion among Proposers, obvious lack of experience or expertise to perform the required work, failure to perform or meet financial obligations on previous contracts, or in the event an individual, firm, partnership, or corporation is on the General Services Administration Excluded Parties List. Proposers whose proposals, past performance, or current status do not reflect the capability, integrity, or reliability to fully and in good faith perform the requirements of the Contract may be rejected as non-responsible. The Department reserves the right to determine which proposals meet the requirements of this solicitation, and which Proposers are responsive and responsible.

22) PROPOSAL FORMAT INSTRUCTIONS

22.1 General Information

This section contains instructions that describe the required format for the proposal. All proposals submitted shall contain two parts and be marked as follows:

PART I TECHNICAL PROPOSAL NUMBER RFP-DOT-15/16-9019-JP (One Separately Sealed Package for Technical)

PART II PRICE PROPOSAL NUMBER RFP-DOT-15/16-9019-JP (One Separately Sealed Package for Prices)

THE SEPARATELY SEALED PACKAGES MAY BE MAILED TOGETHER IN ONE ENVELOPE OR BOX.

22.2 Technical Proposal (Part I) ( 6 copies) (Do not include price information in Part I)

The Proposer must submit one (1) original and five ( 5 ) copies of the technical proposal which are to be divided into the sections described below. Since the Department will expect all technical proposals to be in this format, failure of the Proposer to follow this outline may result in the rejection

14 of the proposal. The technical proposal must be submitted in a separate sealed package marked "TECHNICAL PROPOSAL NUMBER RFP-DOT-15/16-9019-JP".

1. UNDERSTANDING OF SCOPE AND DEPARTMENT NEEDS

The Proposer shall describe in nontechnical language the Proposer's concept of problem and understanding of the scope and requirements including awareness of needs/issues as well as the overall capabilities and approaches for accomplishing the services specified herein.

2. PROPOSER'S MANAGEMENT PLAN

The Proposer shall provide a management plan which describes administration, management and key personnel as well as the relevant qualifications and experiences of the Provider’s organization and personnel.

a. Administration and Management The Proposer should include a description of the organizational structure and management style established and the methodology to be used to control costs, services reliability and to maintain schedules; as well as the means of coordination and communication between the organization and the Department.

b. Identification of Key Personnel The Proposer should provide the names of key personnel on the Proposer's team, as well as a resume for each individual proposed and a description of the functions and responsibilities of each key person relative to the task to be performed. The approximate percent of time to be devoted exclusively for this project and to the assigned tasks should also be indicated.

c. Relevant Experience The Proposer should provide a summary, with description, date, and location of all relevant experience and performance with work that is similar in scope and scale including quality of service and cost control.

3. PROPOSER'S TECHNICAL PLAN

The Proposer shall provide a technical plan which explains their technical approach, capabilities, and sufficiency of resources and staff.

a. Technical Approach The Proposer should explain the approach, capabilities, and means to be used in accomplishing the tasks in the Scope of Services, and where significant development difficulties may be anticipated and resolved. Any specific techniques to be used should also be addressed including, at a minimum, the following:

• Description of mechanisms for data collection; • Plan to ensure quality, appropriateness, and relevancy of data including proposed auditing, spot-checking and cross-referencing of data to ensure accuracy; • Plan for responding to missing or inaccurate data; • Plan to ensure appropriate equipment calibration and maintenance; • Plan to optimize scheduling, testing routes, operations efficiency, and cost control; • Plan to ensure quality of service, timeliness/responsiveness, resolving customer satisfaction problems, and cost control; • Plan to demonstrate the validity of mechanisms and methods proposed;

15

b. Capabilities The Proposer should provide a description of the Proposer's capabilities as they currently exist and as they will be employed for the purpose of this work including, at a minimum, the following: • Large scale and network level data collection, processing, analysis, and reporting; • Database development, maintenance, and management; • Expertise in statistical analyses.

c. Sufficiency of Resources The Proposer should demonstrate the availability and sufficiency of appropriate and relevant resources and staff to accomplish the services provided herein. The Proposer shall provide a Work Plan which sets forth on an average the estimated resources including staff-hours for each skill classification that will be utilized to perform the work required.

22.3 Price Proposal (Part II) (2 copies)

The price proposal information is to be submitted in a separate sealed package marked "PRICE PROPOSAL NUMBER RFP-DOT-15/16-9019-JP". The Price Proposal information shall be submitted on the forms provided in the Request for Proposal.

22.4 Presenting the Proposal

The proposal shall be limited to a page size of eight and one-half by eleven inches (8½" x 11"). Foldout pages may be used, where appropriate, but should not exceed five (5) percent of the total number of pages comprising the proposal. Type size shall not be less than 10 point font. The proposals should be indexed and all pages sequentially numbered. Bindings and covers will be at the Proposer's discretion.

Unnecessarily elaborate special brochures, art work, expensive paper and expensive visual and other presentation aids are neither necessary nor desired.

It is recognized that existing financial reports, documents, or brochures, such as those that delineate the Proposer's general capabilities and experience, may not comply with the prescribed format. It is not the intent to have these documents reformatted and they will be acceptable in their existing form.

23) "DRUG-FREE WORK PLACE" PREFERENCE

Whenever two or more bids which are equal with respect to price, quality, and service are received, the Department shall determine the order of award in accordance with section 295.187(4), Florida Statutes, and Rule 60A-1.011 Florida Administrative Code, which includes a preference for bid responses that certify the business has implemented a drug-free workplace program in accordance with Section 287.087, F.S. The “Drug-Free Workplace Program Certification” must be completed and submitted with the bid response to be eligible for this preference.

16

24) COPYRIGHTED MATERIAL

Copyrighted material will be accepted as part of a technical proposal only if accompanied by a waiver that will allow the Department to make paper and electronic copies necessary for the use of Department staff and agents. It is noted that copyrighted material is not exempt from the Public Records Law, Chapter 119, Florida Statutes. Therefore, such material will be subject to viewing by the public, but copies of the material will not be provided to the public.

25) ATTACHMENT TO RFP SUBMITTAL - CONFIDENTIAL MATERIAL

The Proposer must include any materials it asserts to be exempted from public disclosure under Chapter 119, Florida Statutes, in a separate bound document labeled "Attachment to Request for Proposals, Number RFP-DOT-(15/16-9019-JP) - Confidential Material". The Proposer must identify the specific Statute that authorizes exemption from the Public Records Law. Any claim of confidentiality on materials the Proposer asserts to be exempt from public disclosure and placed elsewhere in the proposal will be considered waived by the Proposer upon submission, effective after opening.

26) COSTS INCURRED IN RESPONDING

This Request for Proposal does not commit the Department or any other public agency to pay any costs incurred by an individual firm, partnership, or corporation in the submission of a proposal or to make necessary studies or designs for the preparation thereof, nor to procure or contract for any articles or services.

27) MAIL OR DELIVER PROPOSAL TO: (DO NOT FAX OR DO NOT SEND BY E-MAIL) Florida Department of Transportation OR HAND DELIVERY Procurement Office Attn: Joyce Plummer 605 Suwannee Street, MS 20 Tallahassee, Florida 32399-0450 Phone: (850) 414-4568

It is the proposer's responsibility to assure that the proposal (Technical and Price proposal) is delivered to the proper place on or before the Proposal Due date and time (See Introduction Section 2 Timeline). Proposals which for any reason are not so delivered will not be considered.

By submitting a proposal, the Proposer represents that it understands and accepts the terms and conditions to be met and the character, quality and scope of services to be provided.

All proposals and associated forms shall be signed and dated in ink by a duly authorized representative of the Proposer.

Each Proposer shall fully acquaint itself with the conditions relating to the performance of the services under the conditions of this Request for Proposal. This may require an on-site observation.

28) MODIFICATIONS, RESUBMITTAL AND WITHDRAWAL

Proposers may modify submitted proposals at any time prior to the proposal due date. Requests for modification of a submitted proposal shall be in writing and must be signed by an authorized signatory of the proposer. Upon receipt and acceptance of such a request, the entire proposal will be returned to the proposer and not considered unless resubmitted by the due date and time. Proposers may also send a change in a sealed envelope to be opened at the same time as the proposal. The RFP number, due date and time should appear on the envelope of the modified proposal.

17

29) PROPOSAL OPENING

All proposal openings are open to the public. Technical Proposals will be opened by the Department at the date, time and location in the Timeline (See Introduction Section 2 Timeline). Price Proposals, which have a corresponding responsive Technical Proposal, will be opened by the Department at the date, time and location in the Timeline (See Introduction Section 2 Timeline).

30) PROPOSAL EVALUATION

30.1 Evaluation Process:

A Technical Review Committee (TRC) will be established to review and evaluate each proposal submitted in response to this Request for Proposal (RFP). The TRC will be composed of at least three (3) persons who collectively have experience and knowledge in the program areas and service requirements for which the commodities and/or contractual services are sought.

The Procurement Office will distribute to each member of the TRC a copy of each technical proposal. The TRC members will independently evaluate the proposals on the criteria and point system established in the section below entitled "Criteria for Evaluation" in order to assure that proposals are uniformly rated. Due to the complexity of certain procurements, the TRC members are authorized to consult with subject matter experts for the purpose of gathering information, if needed. The independent evaluations will be sent to the Procurement Office and averaged for each vendor. Proposing firms must attain an average score of seventy (70) points or higher on the Technical Proposal to be considered responsive. Should a Proposer receive fewer than seventy (70) points for their average Technical Proposal score, the Price Proposal will not be opened.

During the process of evaluation, the Procurement Office will conduct examinations of proposals for responsiveness to requirements of the RFP. Those determined to be non-responsive will be automatically rejected.

30.2 Oral Presentations THERE ARE NO ORAL PRESENTATIONS FOR THIS PROJECT.

30.3 Price Proposal

The Proposer shall complete the Price Proposal form and submit as part of the Price Proposal Package. Any proposal in which this form is not used or in which the form is improperly executed may be considered non-responsive and the proposal will be subject to rejection. The vendor's completed form shall become a part of the contract upon award of the contract.

The Procurement Office will open Price Proposals in accordance with Section 29, Proposal Openings. The Procurement Office and/or the Project Manager/TRC will review and evaluate the price proposals and prepare a summary of its price evaluation. The Procurement Office and/or the Project Manager/TRC will assign points based on price evaluation criteria identified herein.

18 30.4 Criteria for Evaluation

Proposals will be evaluated and graded in accordance with the criteria detailed below. a. Technical Proposal ( 100 Points) Technical evaluation is the process of reviewing the Proposer's response to evaluate the experience, qualifications, and capabilities of the proposers to provide the desired services and assure a quality product.

The following point system is established for scoring the technical proposals:

Point Value 1. Understanding of Scope and Department Needs 15 2. Management Plan 35 3. Technical Plan 50 b. Price Proposal ( 10 Points)

Price evaluation is the process of examining a prospective price without evaluation of the separate cost elements and proposed profit of the potential provider. Price analysis is conducted through the comparison of price quotations submitted.

The criteria for price evaluation shall be based upon the following formula:

(Low Price / Proposer's Price) x Price Points = Proposer’s Awarded Points

31) POSTING OF INTENDED DECISION/AWARD

31.1 The Department’s decision will be posted on the Florida Vendor Bid System, at www.myflorida.com, (click on “BUSINESS”, click on “Doing Business with the State”, under “Everything for Vendors and Customers”, click on “Vendor Bid System (VBS)”, on date and time in the Timeline, and will remain posted for a period of seventy-two (72) hours. Any proposer who is adversely affected by the Department's recommended award or intended decision must file the following with the Department of Transportation, Clerk of Agency Proceedings, Office of the General Counsel, 605 Suwannee Street, Mail Station 58, Tallahassee, Florida 32399-0450:

1. A written notice of protest within seventy-two (72) hours after posting of the Intended Award, (the notice of protest may be Faxed to 850-414-5264), and

2. A formal written protest and protest bond in compliance with Section 120.57(3), Florida Statutes, within ten (10) days of the date on which the written notice of protest is filed. At the time of filing the formal written protest, a bond (a cashier’s check or money order may be accepted) payable to the Department must also be submitted in an amount equal to one percent (1%) of the estimated contract amount based on the contract price submitted by the protestor.

Failure to file a protest within the time prescribed in Section 120.57(3), Florida Statutes, or failure to post the bond or other security required by law within the time allowed for filing a bond shall constitute a waiver of proceedings under Chapter 120, Florida Statutes.

31.2 - Inability to Post:

If the Department is unable to post as defined above, the Department will notify all proposers by electronic notification on the Florida Vendor Bid System (see special condition 31.1, above) or by mail, fax, and/or telephone. The Department will provide notification of any future posting in a timely manner.

19

31.3 - Request to Withdraw Proposal:

Requests for withdrawal will be considered if received by the Department, in writing, within seventy- two (72) hours after the price proposal opening time and date. Requests received in accordance with this provision will be granted by the Department upon proof of the impossibility to perform based upon obvious error on the part of the proposer.

32) AWARD OF THE CONTRACT

Services will be authorized to begin when the Vendor receives a Standard Written Agreement executed by both parties.

33) RENEWAL

Upon mutual agreement, the Department and the Contract Vendor may renew the Contract for a period that may not exceed 3 years or the term of the original contract, whichever is longer. The renewal must be in writing and signed by both parties, and is subject to the same terms and conditions set forth in the initial contract and any written amendments signed by the parties. Any renewal shall specify the renewal price, as set forth in the solicitation response except that an agency may negotiate lower pricing. Renewal is contingent upon satisfactory performance evaluations and subject to the availability of funds.

34) ATTACHED FORMS

Exhibit “C” Price Proposal Form Drug-Free Workplace Program Certification (Form 375-040-18) MBE Planned Utilization (Form 375-040-24) Scrutinized Companies Lists (proposals of $1 million or more)

35) ATTACHED TERMS AND CONDITIONS

Exhibit "A" Scope of Services Exhibit “B” Method of Compensation Standard Written Agreement Instructions to Respondents (PUR 1001) General Conditions (PUR 1000)

36) TERMS AND CONDITIONS

All responses are subject to the terms and conditions of this solicitation, which, in case of conflict, shall have the following order of precedence listed:

Special Conditions Exhibit “A”, Scope of Services Exhibit “C” Price Proposal Form Standard Written Agreement Instructions to Respondents (PUR 1001) General Conditions (PUR 1000) Introduction Section

20

37) ATTACHED FORMS PUR 1000, GENERAL CONTRACT CONDITIONS AND PUR 1001, GENERAL INSTRUCTIONS TO RESPONDENTS

These are standard forms from the Department of Management Services that the Department is required to include in all formal solicitations. The following paragraphs do not apply to this Request for Proposal:

Paragraph 3, Electronic Submission – PUR 1001 Paragraph 4, Terms and Conditions – PUR1001 Paragraph 5, Questions – PUR 1001 Paragraph 31, Dispute Resolution - PUR 1000 Paragraph 40, PRIDE – PUR 1000, when federal funds are utilized.

38) INSPECTOR GENERAL

The contractor/consultant/vendor agrees to comply with s.20.055 (5), Florida Statutes, and to incorporate in all subcontracts the obligation to comply with s.20.055(5), Florida Statutes.

39 PRODUCT REQUIREMENTS/SPECIFICATIONS

Any deviation from specifications indicated herein must be clearly pointed out; otherwise, it will be considered that items offered are in strict compliance with these specifications, and successful proposer will be held responsible therefore. Deviations must be explained in detail on separate attached sheet(s).

40) SITE VISIT

Each proposer must fully acquaint themselves with the conditions which may in any manner affect the work to be done or the equipment, materials and labor required to perform the services required under the conditions of this solicitation. This may require an on-site visit. Ignorance of the conditions or requirements will not relieve the Vendor from their liability and obligation under the contract. Proposers may request and make arrangements for a site visit by contacting Mr. Charles Holzschuher at (352) 955-6341.

21 RFP-DOT-15/16-9019-JP EXHIBIT “A” SCOPE OF SERVICES

PAVEMENT MARKING MANAGEMENT SYSTEM

1.0 OBJECTIVE

The Florida Department of Transportation (FDOT) has implemented a Statewide Pavement Marking Management System (PMMS). The purpose of this program is to monitor and evaluate the condition and performance of pavement marking retroreflectivity using a Mobile Retroreflectivity Unit (MRU). This information is used to support informed highway planning, and policy decision making relating to a more effective use of state funds while ensuring the safety of the traveling public. The objective of this contract is for a Consultant to provide services in support of the PMMS. The Consultant will provide the services on-site (in-house) at the State Materials Office (SMO) located in Gainesville, Florida, where the Consultant is expected to have necessary equipment and appropriate staff report for work on a daily basis. The equipment must be for the exclusive use for the subject services. The Consultant should also be prepared to provide services from its own offices or other locations to supplement the work of the Pavement Evaluation Section in-house staff, as needed or directed.

The activities performed by the Consultant include: 1. Statewide Survey of Pavement Marking Condition and Performance 2. Data analysis and reporting 3. Other related pavement marking initiatives

2.0 REFERENCE DOCUMENTS

2.1 Florida Test Method for Measuring Retroreflectivity of Pavement Marking Materials Using a Mobile Retroreflectivity Unit, FM 5-600

2.2 FDOT Quality Assurance for Mobile Retroreflectivity Units

2.3 FDOT Operations Manual for Mobile Retroreflectivity Units

2.4 Mobile Retroreflectivity Unit (MRU) Worksheet, FDOT Form 675-060-15

3.0 SERVICES

The Consultant will be required to perform services related to pavement marking management and provide technical assistance to the Pavement Materials Section staff in performing all of the tasks identified in this Scope of Services. The Consultant will provide full time on-site equipment and full time on-site staff to perform the subject services at the State Materials Office located in Gainesville, Florida. It is understood that the work will be performed under the general supervision and guidance of the Department. In addition, the Consultant’s services will be performed over a period of thirty-six (36) months in accordance with all applicable guidelines and procedures indicated in each subsection.

22

The pavement marking activities to be performed by the Consultant include:

3.1 Statewide Survey of Pavement Marking Condition and Performance

The Consultant will be required to provide services to monitor and evaluate the retroreflectivity characteristics of in-service pavement markings. For this purpose, the Consultant will conduct statewide pavement marking testing with a Mobile Retroreflectivity Unit (MRU) in accordance with FM 5-600. The Consultant will provide the necessary in-house staff and resources including equipment to conduct the field-testing including planning and coordination as well as subsequent data collection, analysis, and reporting. Such resources must also include interactive referencing and visualization tools such as Global Positioning Systems (GPS) and Geographic Information Systems (GIS) to identify pavement marking sections of interest based on their location characteristics and related performance as well as to have the capability of transferring collected data from the field using mobile internet applications as needed or directed. The Consultant must assure the reasonableness and completeness of all data collected while still on the road testing The MRU equipment must be calibrated in accordance with manufacturer or service provider procedures. The MRU must also be within the repeatability and reproducibility criteria as documented in Florida Test Method FM 5-600 and Quality Assurance for Mobile Retroreflectivity Units documents. All data collection and processing must be complete in accordance with the Department’s standard practice and as approved by the Department Project Manager. The Consultant will schedule Statewide testing as assigned by the Department, while optimizing resources and minimizing mobilization costs. The Department will initially provide a list of Districts’ contacts, and the Consultant will be required to keep it up to date for purposes of reporting. All Statewide testing must be completed within its annual cycle. All data processing, storage, analysis, and reporting must be completed within three (3) business days of completing the corresponding testing.

The Consultant services must annually evaluate 25,000 lane-miles of pavement markings per year with primary emphasis on yellow center lines and white line (edge and skip) markings for traffic systems analysis.

The following pavement markings will be evaluated each year:

3.1.1. One-hundred percent (100%) of the yellow center lines of all state roads in one direction (approximately 12,000 lane-miles). For reference purposes, the list of roadways and their centerline miles are shown in Appendix A. It is anticipated that the testing will be conducted on all (but not limited to) the roadways shown in Appendix A.

3.1.2. Sampling of other line markings including center, skip and edge lines, on selected multi-lane facilities (approximately 8,000 lane-miles).

3.1.3. Conduct special request testing (approximately 5,000 lane miles) to identify initial and long-term evaluation of projects that incorporate new and/or

23 improved materials, degradation rates, and construction practices, which may result in longer lasting pavement markings and cost-effective designs. High frequency testing may be conducted on experimental projects and during the initial stages of new project construction, and at different time intervals thereafter for long-term performance monitoring. Projects must be performed within a maximum of two (2) weeks upon request. The services may involve activities that include retroreflectivity testing, as well as any other testing deemed necessary for pavement marking performance assessment purposes including forensic investigations. The Consultant will provide the necessary resources to perform the testing and data collection activities, and to operate the test equipment which will be provided by the Consultant and/or by the Department, whichever option is determined to be more feasible and economical. In addition, services may require site specific testing (handheld equipment) and coordination of Maintenance of Traffic (MOT), if needed, through the appropriate District representatives giving them at least two (2) weeks notice to arrange for MOT, requiring the use of handheld equipment.

3.2 Data Analysis and Reporting

The Consultant staff will be required to review, evaluate and analyze data and all relevant information as obtained/collected by the Consultant, other Consultants, the Department, and other offices using appropriate data analysis methods and techniques as required and/or directed. The Consultant must report all MRU data in accordance with FDOT Form 675-060-15. Activities may include but are not limited to pavement marking related data analysis and reporting, improved testing techniques, documentation, and specification reviews for which the Consultant will prepare specific recommendations as to the quality of the data, model validity, and the reasonableness of conclusions derived from the process. The Consultant will be required to manage the Department’s pavement marking database to assist end users in making maintenance decisions. The Consultant must also assist in the query of historical data in preparation of annual and ad-hoc reports related to the performance of pavement marking on the state highway system. The Consultant will also be required, as needed and/or directed, to develop software or improve existing applications for collection of data, automated analysis of large amounts of data, visualization of data, and reporting of data. In- house services will also include, but are not limited to data quality control, data processing, and data management.

3.3 Training and Technology Transfer

The Consultant may be required to provide formal and informal training as part of technology transfer to Department staff in the areas of performance evaluation and condition assessment of pavement systems as well as operation of certain test equipment and data acquisition systems, certain desktop and mainframe data processing methods, software and applications as directed by the Department.

24

3.4 Other related pavement marking performance testing and evaluation

The Department at its discretion may request the Consultant to provide additional pavement marking performance testing and evaluation services which are within the level of expertise of the Consultant, but not specifically defined in the Scope of Service. Additional services will be defined by the Department Project Manager on an as-needed basis.

4.0 CONTRACT ADMINISTRATION MEETINGS

The Consultant will be responsible for attending contract meetings on an as-needed basis, as determined by the Department Project Manager. Consultant must be available with no more than one (1) weekday notice to attend meetings at the request of the Department. The Consultant must be prepared to answer questions relating to any services provided under this contract.

5.0 DEPARTMENT RESPONSIBILITIES

5.1 The Department Project Manager will provide definition of work tasks and schedules of completion. The Department will approve all Consultant staff for each task and negotiate the man-hours only, as rates to be utilized will be in the original method of compensation or added thru contract amendment.

5.2 The Department must furnish, without charge, the following to the Consultant for performance of the contract services:

5.2.1 Department policies, procedures, standards, and other information relevant to assigned services;

5.2.2 All specifications, schedules, reports, and other information prepared by or for the Department by others, which are readily available to the Department and which the Department considers pertinent to the Department's assigned responsibilities;

5.2.3 Readily available pavement related data necessary for the Consultant to perform issued tasks;

5.2.4 For in-house Consultant staff, the necessary office space, equipment, and supplies to complete assigned work as determined by the Department Project Manager.

6.0 CONSULTANT RESPONSIBILITIES

6.1 The Consultant will be required to perform all of the services identified in this Scope of Services, and to provide the necessary staff and equipment as required.

25

6.2 The Consultant must provide staff to work at the Pavement Materials Section or any other location as may be defined by the Department. The Consultant must provide staff that is highly motivated and able to work with little oversight in a professional office environment.

6.3 The Department will set the schedule of in-house Consultant staff working at the Pavement Materials Section on a full-time basis (80 hrs. bi-weekly on average). All overtime must be authorized in advance in writing by the Department.

6.4 The Consultant equipment must be used solely for the Department’s needs and uses. At no time during the contract period may the Consultant use its on-site staff and/or equipment on non-Department projects.

6.5 The Consultant Activity Coordinator will be responsible for and oversee all aspects of the Consultant services agreement, including reviewing Consultant staff performance, data quality, and invoices to ensure accuracy and no errors. The Consultant must be able to lead and manage activities. The Consultant must have sufficient data processing and management experience.

6.6 The Consultant Technician(s) will be responsible for collecting, processing, and uploading data in a format specified by the Department. The Consultant Technician(s) will be responsible for reviewing collected data and the performance against historical data in the field. As assigned by the Department, the Consultant Technician(s) will be responsible for managing field testing schedules while maintaining the 80 hrs. bi-weekly schedule during a standard work week. The Consultant Technician(s) will be responsible for all personal documentation of timesheets, travel, etc. The Consultant staff must have a minimum of 1 year of experience in terms of operating mobile based testing equipment or have certification by the Consultant as an experienced technician with all operation and trouble shooting skills needed to perform MRU testing in the field.

6.7 The Consultant is responsible for providing adequate training including Department approved Maintenance of Traffic, driver safety, and development of its own staff to meet Department needs prior to contract and maintain certifications for the length of the contract.

6.8 The Consultant must provide sufficient staff who possess acceptable levels of customer service, initiative, active engagement, and the ability to complete all assigned work on schedule. If, at any time, the Department's Project Manager determines that the abilities of a particular staff assigned to a Department Task is inadequate, the Consultant Project Manager is expected to remedy, within 10 working days or as specified by the Department Project Manager, the situation to ensure quality and timely performance of the assigned work as approved by the Department Project Manager.

26

6.9 The Consultant must perform all tasks in accordance with all FDOT Guidelines and Standards, applicable Florida statutes and any other State and/or Federal laws and policies.

6.10 The Consultant must provide computers to conduct their daily work assignments/emails and must be compatible with FDOT requirements.

6.11 The Department will not be responsible for providing proprietary software packages to the Consultant. The Department will provide readily available computer software to be used on Department computer equipment that is necessary to complete in-house tasks.

6.12 The Consultant will be responsible for providing electronic copies of all work products (reports, spreadsheets, datasets, drawings, graphics, etc.) to the Department in a format compatible with the Department's computer systems. The Consultant will be able to provide work products in Portable Document Format (PDF) and/or any other format specified by the Department as needed. Computations based on computer programs other than the Departments must conform to all Department accuracy and format requirements.

6.13 At the discretion of the Department, the on-site Consultant staff may be allowed to operate Department owned vehicles for the Department’s needs. Operation of the Department’s vehicles must be approved by the project manager. The Consultant must be responsible for ensuring all its on-site employees have a valid driver’s license for operation of Department and/or Consultant owned vehicles during the specified contract period.

6.14 The Consultant will be responsible to ensure all on-site equipment is functional, reliable, and calibrated in accordance with the Department’s guidelines and procedures for the term of the contract. If the on-site equipment does not meet the above criteria, remedial action including providing replacement equipment must be taken within 72 hours or as deemed necessary by Project Manager.

6.15 The Consultant must meet the criteria set forth by the Department in accordance with the FDOT documents, Florida Test Method FM 5-600 and Quality Assurance for Mobile Retroreflectivity Units. The Consultant must provide an independent certification or manufacturer certification that their equipment meets precision requirements by the Department.

6.16 All plans, specifications, computer files, reports and products prepared or obtained under this contract as well as all data collected, together with summaries and charts derived there from, must be exclusively the property of the Department without restriction or limitation on their use and must be made available, upon request, to the Department at any time during the performance of such services and/or upon completion or termination of this agreement. The Consultant must not copyright any material and products or patent any invention developed under this agreement.

27

6.17 Equipment

The Consultant will be responsible for providing MRU test equipment for the sole and exclusive use on this service contract. The Department shall reimburse Consultant for the MRU for monthly rental payments through the end of services dated. Monthly rental payments shall be established as inclusive of equipment, general maintenance, repair, calibration, fuel, and insurance of the equipment. The minimum equipment requirements are included in Section 6.18.

6.18 MRU System Requirements

A. Handheld Retroreflectometer

Each MRU system must have a handheld retroreflectometer that complies with ASTM E-1710 to provide site specific testing if needed. The handheld retroreflectometer must be capable of collecting accurate and repeatable data within the manufacturer specifications and must be calibrated annually by the manufacturer or Department approved testing facility. The handheld retroreflectometer must be in good operational order for the duration of the contract.

B. Mobile Retroreflectivity Unit

The Mobile Retroreflectivity Unit will consist of a specialized vehicle and pavement marking measuring equipment while complying with FM 5-600. The MRU must be capable of collecting accurate and repeatable data within the specialized vehicle operating range up to 60 mph. The equipment must be ruggedized for the highway testing environment, and must be mounted with minimum disturbance to the specialized vehicle, and such that the operator(s) can safely and conveniently operate it. It must be noted that this specialized vehicle is not used to transport persons, but rather specialized equipment for the purposes of accomplishing FM 5-600. The MRU equipment must be in good operational order for the duration of the contract.

For operational purposes, the MRU will require the following equipment needs as listed below:

1. Back up camera, reflective striping for safety (sides and rear of vehicle), and security alarm. 2. Ability to facilitate transfer of collected data using a mobile broadband. 3. Specialized vehicle must be equipped with rear roof mounted safety lighting bar (minimum width of 46”) using a clear lens LED setup with traffic direction and rear flash control. 4. Vendor must ensure that any modification(s) to the MRU meets the vehicle manufacturer’s Gross Axle Weight Rating (GAWR), while maintaining or improving the specialized vehicle handling and stability. 5. Provide an air pressure gauge which can be calibrated for monitoring tire pressure.

28 6. Maintain a maintenance log with event and/or replacement part(s) provided or available upon request for duration of contract.

7.0 GENERAL

7.1 Legal Proceedings

The Consultant will serve as an expert witness in any legal proceeding relating to the work performed under the scope of this contract, if required by the Department.

7.2 Consultant Personnel

The personnel to be assigned to the work items will be identified by the Consultant and approved by the Department. Any changes in personnel in charge of performing the work as identified in the proposal will be subject to review and approval by the Department. The Consultant must provide and maintain an up-to-date list of staff with agreed-to classifications and approved salaries (subject to the contract Exhibit “B”) that would be available to be assigned to specific task. No consultant staff, except those specifically identified and agreed to by the Department Project Manager must charge time to that particular task.

Any full time positions for in-house staff must be provided at the negotiated field rate for consultant staff. All tasks exclusively performed utilizing Department office space must be compensated at reduced overhead compensation, or field office overhead rates.

7.3 Subconsultants

Services assigned to subconsultants must be approved in advance by the Department in accordance with this Agreement. The subconsultants must be approved by the Department’s Procurement Office, Project Manager and the Director of the State Materials Office to perform all work assigned to them. Additional subconsultants with specialized areas of expertise may be required to complete specific Task Work Order assignments. The need for the subconsultant to be hired, the work assignments to be performed, and all rates of compensation must be requested in writing and agreed to by the Consultant Project Manager and the Department’s Procurement Office, Project Manager and the Director, State Materials Office prior to any work being performed by the subconsultant.

7.4 Projects-Related Correspondence

The Consultant will furnish copies of all written correspondence between the Consultant and any party pertaining to the services rendered for the Department’s records within one week of the receipt or mailing of said correspondence. The Consultant is responsible for recording and distributing the minutes of all meetings pertaining to this contract.

29

7.5 Cooperation and Performance of the Consultant

During the life of this contract, the Department will, at its discretion, conduct reviews of the various phases of the Consultant’s tasks. Reviews will be conducted in accordance with established Department policy on work phases to determine compliance with this contract and the sufficiency with which procedures are being effectively applied to assure that the activities are performed in reasonable conformity with Department policies, plans, specifications, and contract provisions. The Consultant will cooperate and assist the Department’s representatives in conducting the reviews.

When deficiencies are indicated in a review, the Consultant in conformance with the Department’s recommendations will immediately implement remedial action. The Department’s remedial recommendations and the Consultant’s actions are to be properly documented. In general, remedial action will be required commensurate with the degree and nature of the deficiencies cited. Additional compensation will not be allowed for remedial action taken to correct deficiencies by the Consultant.

7.6 Consultant Not Employee or Agent

The Consultant and its employees, agents, representatives, or subconsultants/subcontractors are not employees of the Department and are not entitled to the benefits of State of Florida employees. Except to the extent expressly authorized herein, Consultant and its employees, agents, representatives, or subconsultants/subcontractors are not agents of the Department or the State for any purpose or authority such as to bind or represent the interests thereof, and must not represent that it is an agent or that it is acting on the behalf of the Department or the State. The Department must not be bound by any unauthorized acts or conduct of Consultant.

7.7 Ownership of Works and Inventions

The Department must have full ownership of any works of authorship, inventions, improvements, ideas, data, processes, computer software programs, and discoveries (hereafter called intellectual property) conceived, created, or furnished under this Agreement, with no rights of ownership in Consultant or any subconsultants/subcontractors. Consultant and subconsultants/subcontractors must fully and promptly disclose to the Department all intellectual property conceived, created, or furnished under this Agreement. Consultant or subconsultant/subcontractor hereby assigns to the Department the sole and exclusive right, title, and interest in and to all intellectual property conceived, created, or furnished under this Agreement, without further consideration. This Agreement must operate as an irrevocable assignment by Consultant and subconsultants/subcontractors to the Department of the copyright in any intellectual property created, published, or furnished to the Department under this Agreement, including all rights thereunder in perpetuity. Consultant and subconsultants/subcontractors must not patent any intellectual property

30 conceived, created, or furnished under this Agreement. Consultant and subconsultants/subcontractors agree to execute and deliver all necessary documents requested by the Department to effect the assignment of intellectual property to the Department or the registration or confirmation of the Department’s rights in or to intellectual property under the terms of this Agreement. Consultant agrees to include this provision in all its subcontracts under this Agreement.

7.8 Project Plan

The Department requires that the Consultant create and submit a Project Plan that demonstrates how the creation and maintenance of the application will be carried out. The Project Plan template may be found at http://www.dot.state.fl.us/ois/PDM/2_Planning/Project%20Plan_Template.docx, and is the template which the Department requires the Consultant to follow. The Project Plan must be submitted to the Department within 14 days of execution of any task work order containing Information Technology resources. Upon receipt of the Project Plan, the Department will have fourteen (14) days to review and approve the Project Plan in its sole discretion. No work other may begin prior to the submission and approval of the Project Plan. After the Project Plan is approved, the Consultant must keep the Project Plan updated as necessary or upon notification by the Department of a deficiency in the Project Plan. Any change to the Project Plan must be approved by the Department.

7.9 Security Plan

The Department requires that the Consultant create and submit a Security Plan. The Security Plan template may be found at http://www.dot.state.fl.us/ois/PDM/4_Design/PDM%20Security%20Plan%20Temp late%20v%205.0.docx, and is the template which the Department requires the Consultant to follow. The Security Plan must be submitted to the Department as specified in the Scope of Work for any task work order containing Information Technology resources. Upon receipt of the Security Plan, the Department will have fourteen (14) days to review and approve the Security Plan in its sole discretion. After the Security Plan is approved, the Consultant must keep the Security Plan updated as necessary or upon notification by the Department of a deficiency in the Security Plan. Any change to the Security Plan must be approved by the Department.

8.0 REQUIRED SUBMITTALS

8.1 Detailed Management Plan for ensuring and certifying to the FDOT that the firm selected will.

8.1.1 Provide the necessary equipment and on-site staff to conduct the services described within the Scope of Services.

8.1.2 Follow the FDOT’s standards for ethical conduct (attached).

8.2 Quality Control Technical Plan for ensuring equipment maintenance, quality

31 control documents, testing accuracy of equipment, data collection and reporting data in a timely manner. Please make sure you give step by step details of how you would manage the testing schedules.

8.3 Work Plan for ensuring all State Roadways are tested.

8.4 The Department reserves the right to cancel this contract for any reason within 30 days written notice.

32 APPENDIX A

Table A1. Summary of Florida State Highways Lane Miles by District District One-Way Center Line Miles 1 1870.573 2 2555.627 3 2410.012 4 1377.174 5 2123.959 6 700.080 7 1078.904 Grand Total 12116.329

Table A2. List of Florida State Highways Lane Miles Roadway ID Roadway County District Beginning Milepost Ending Milepost Length 01010000 TAMIAMI TRL: LEE-SARASOTA Charlotte 1 0.000 25.946 25.946 01010101 CROSS ST. Charlotte 1 0.000 2.042 2.042 01030000 SR-31 Charlotte 1 0.000 18.337 18.337 01040000 US-17/SR-35 Charlotte 1 0.000 6.425 6.425 01040101 MARION ST. Charlotte 1 0.000 1.668 1.668 01040201 US-17: SR-35-DESOTO Charlotte 1 0.000 4.425 4.425 01050000 SR-776 Charlotte 1 2.237 17.549 15.312 01060000 CR 775 & SR 776 Charlotte 1 9.230 10.385 1.155 01075000 I-75: LEE-DESOTO Charlotte 1 0.000 22.008 22.008 Charlotte Total 97.318 03001000 SR 84/DAVIS BLVD Collier 1 0.000 6.464 6.464 03010000 TAMIAMI TRL: SR-45/SR-90 Collier 1 0.000 44.151 44.151 03030000 SR-951 Collier 1 2.606 9.678 7.072 03030001 SR951 Collier 1 16.205 16.843 0.638 03040000 TAMIAMI TRL: SR-90 Collier 1 0.000 32.308 32.308 03050000 SR-82 Collier 1 0.000 7.058 7.058 03080000 SR-29/MAIN ST E W/15 ST N Collier 1 0.000 44.884 44.884 03175000 I-75\ALLIGATOR ALLEY Collier 1 0.063 63.676 63.613 Collier Total 206.188 04010000 SR-31 Desoto 1 0.000 13.156 13.156 04020000 US 17 / SR 35 Desoto 1 0.000 16.693 16.693 04020101 US 17 SOUTHBOUND Desoto 1 0.000 1.736 1.736 04020102 SR-35/US-17 NEW ALIGNMENT Desoto 1 0.000 6.971 6.971 04040000 SR-70/OAK ST/MAGNOLIA ST Desoto 1 0.000 31.790 31.790 04040101 HICKORY STREET Desoto 1 0.000 1.503 1.503 04060000 SR 72 Desoto 1 0.000 4.119 4.119 04060000 SR 72 Desoto 1 4.564 10.991 6.427 04060101 SR 72 Desoto 1 0.000 0.442 0.442 Desoto Total 82.837 05010000 US-27: HENDRY-HIGHLANDS Glades 1 0.000 28.996 28.996 05020000 SR-78 Glades 1 0.000 29.460 29.460 05040000 SR-78 Glades 1 0.000 14.858 14.858 05090000 SR-29 Glades 1 0.000 12.437 12.437 Glades Total 85.751 06010000 US 17 / SR 35 Hardee 1 15.292 21.500 6.208 06010000 US 17 / SR 35 Hardee 1 0.000 11.753 11.753 06010101 US 17 NB / SR 35 Hardee 1 0.000 3.468 3.468 06010102 US 17 / SR 35 SB ONEWAY Hardee 1 0.000 3.539 3.539 06020000 SR-62 Hardee 1 0.000 14.218 14.218 06030000 SR-636/SR-64 Hardee 1 0.000 15.932 15.932 06050000 SR-64 Hardee 1 0.000 23.932 23.932 06080000 FLORIDA CRACKER TRL: US-17 S-HIGHLANDS Hardee 1 0.000 15.682 15.682 Hardee Total 94.732 07010000 SR-80 Hendry 1 0.000 29.830 29.830 07010001 SR-80 Hendry 1 0.000 2.066 2.066 07020000 SR-82 Hendry 1 0.000 1.275 1.275 07030000 US-27/SR-80/SUGARLAND HWY Hendry 1 0.000 13.258 13.258 07060000 SR-29/MAIN ST/BRIDGE ST Hendry 1 0.000 16.944 16.944 07060000 SR-29/MAIN ST/BRIDGE ST Hendry 1 17.008 18.498 1.490 Hendry Total 64.863 09010000 US-27: GLADES-US-98 Highlands 1 0.000 28.970 28.970 09030000 SR-25/US-27 Highlands 1 0.000 18.041 18.041 09030001 SR 17 Highlands 1 0.000 1.058 1.058 09040000 SR-17 Highlands 1 0.000 11.147 11.147 09060000 SR-70 Highlands 1 0.000 36.334 36.334

33 Page A.1 Table A2. List of Florida State Highways Lane Miles Roadway ID Roadway County District Beginning Milepost Ending Milepost Length 09080000 SR-64 Highlands 1 0.000 3.082 3.082 09110000 US-98: US-27-OKEECHOBEE Highlands 1 0.000 24.521 24.521 09140000 FLORIDA CRACKER TRL Highlands 1 0.000 9.342 9.342 Highlands Total 132.495 12000040 HANSON ST SR739 Lee 1 1.100 1.721 0.621 12001000 SR 739 / BUS US 41 Lee 1 0.000 5.257 5.257 12001101 SR 739/EDISON BR. NB Lee 1 1.233 2.290 1.057 12001101 SR 739/EDISON BR. NB Lee 1 0.690 1.233 0.543 12004000 SR 865 6 MI CYPRESS Lee 1 0.000 4.778 4.778 12004000 SR 865 6 MI CYPRESS Lee 1 9.570 10.726 1.156 12005000 CR 884 / SR 884 Lee 1 1.171 6.460 5.289 12010000 N S TAMIAMI TRL/CLEVELAND AVE Lee 1 0.000 33.341 33.341 12011000 MICHAEL G RIPPE/METRO PKWY SR-739 Lee 1 3.000 9.574 6.574 12011000 MICHAEL G RIPPE/METRO PKWY SR-739 Lee 1 0.215 3.000 2.785 12014000 FOWLER STREET SR739 Lee 1 2.295 4.000 1.705 12015000 SR 739 NEW ALIGNMENT Lee 1 8.733 10.000 1.267 12020000 SR-80/BUS.US-41 Lee 1 0.658 20.358 19.700 12020000 SR-80/BUS.US-41 Lee 1 0.000 0.168 0.168 12020102 2ND. ST SR-80 ONEWAY Lee 1 0.397 1.560 1.163 12040000 SR-867 Lee 1 0.000 6.485 6.485 12060000 SR-78 Lee 1 5.467 24.404 18.937 12070000 SR-82/MLK BLVD Lee 1 0.000 21.551 21.551 12070001 MP 0.208 LT. Lee 1 0.000 0.148 0.148 12075000 I-75: COLLIER-CHARLOTTE Lee 1 0.000 34.138 34.138 12090000 SR-31 Lee 1 0.000 4.684 4.684 12100000 CR-876/SR-876 Lee 1 7.247 7.760 0.513 Lee Total 171.860 13010000 TAMIAMI TRL/14 ST W/8 AVE W Manatee 1 0.000 7.552 7.552 13010000 TAMIAMI TRL/14 ST W/8 AVE W Manatee 1 8.878 9.498 0.620 13010001 SR-45 Manatee 1 0.000 1.379 1.379 13020000 US-301/10 ST W Manatee 1 0.000 16.066 16.066 13030000 SR 45 / BUS 41 / US 41 Manatee 1 0.000 1.694 1.694 13030000 SR 45 / BUS 41 / US 41 Manatee 1 2.225 9.782 7.557 13030101 SR 45 / USB 41 Manatee 1 0.000 0.560 0.560 13030102 SR 45 / US 41 SB Manatee 1 0.000 0.457 0.457 13040000 SR-684/US-41 Manatee 1 0.000 8.574 8.574 13040001 AT MP 8.462 LT. Manatee 1 0.000 0.158 0.158 13040002 44TH AVE CONNECTOR Manatee 1 0.000 0.073 0.073 13050000 SR 64 / SR 70 Manatee 1 0.000 1.122 1.122 13050000 SR 64 / SR 70 Manatee 1 1.808 16.835 15.027 13050000 SR 64 / SR 70 Manatee 1 22.134 39.483 17.349 13050002 REALIGN OF 13050000 Manatee 1 0.000 0.576 0.576 13050101 MANATEE AVE. Manatee 1 0.189 1.510 1.321 13050102 REALIGN OF 13050101 Manatee 1 0.000 0.372 0.372 13060000 SR-62 Manatee 1 0.000 23.215 23.215 13070000 SR-37 Manatee 1 0.000 5.534 5.534 13075000 I-75: SARASOTA-HILLSBOROUGH Manatee 1 0.000 20.571 20.571 13080000 SR-789 Manatee 1 0.000 8.717 8.717 13120001 LEG "A" MP 4.936 Manatee 1 0.000 3.030 3.030 13121000 US 301 Manatee 1 0.000 7.908 7.908 13130000 SR 55 / US 301 / US 41 / US 19 Manatee 1 0.115 1.258 1.143 13130000 SR 55 / US 301 / US 41 / US 19 Manatee 1 1.661 11.982 10.321 13130101 SR 55 / US 19 SB Manatee 1 0.000 0.654 0.654 13130401 SR 55/ US19, 41 Manatee 1 0.000 0.403 0.403 13130403 SR 55 / US 19 / US 41 Manatee 1 0.000 0.403 0.403 13140000 SR-64 Manatee 1 0.000 16.071 16.071 13150000 SR-64 Manatee 1 0.000 8.613 8.613 13150101 MANATEE AVE Manatee 1 0.000 0.235 0.235 13160000 SR-70 Manatee 1 0.000 15.567 15.567 13162000 ONECO ROAD Manatee 1 0.000 1.761 1.761 13175000 I-275: 69 ST E-I-275 Manatee 1 0.000 5.233 5.233 Manatee Total 209.836 16003000 SR-563 Polk 1 0.000 1.048 1.048 16003001 SR-563 Polk 1 6.532 10.000 3.468 16003001 SR-563 Polk 1 6.136 6.532 0.396 16004000 SR 539 Polk 1 0.449 2.583 2.134 16004101 SR 539 / KATHLEEN RD Polk 1 0.000 0.382 0.382 16006000 SR 659 Polk 1 0.000 7.571 7.571 16006100 SR 659 Polk 1 0.000 0.054 0.054

34 Page A.2 Table A2. List of Florida State Highways Lane Miles Roadway ID Roadway County District Beginning Milepost Ending Milepost Length 16010000 US-92/GEORGE JENKINS BLVD/LEMON ST Polk 1 0.000 5.337 5.337 16011000 SR-572 DRAIN FIELD Polk 1 0.000 4.674 4.674 16020000 US 17 / US 92 / SR 600 Polk 1 2.249 22.770 20.521 16020102 SR 600 / US 17 / US 92 Polk 1 0.000 0.816 0.816 16030000 SR-35, SR-555, SR-700 / US-17, US-98 Polk 1 29.063 32.878 3.815 16030000 SR-35, SR-555, SR-700 / US-17, US-98 Polk 1 18.423 28.514 10.091 16030000 SR-35, SR-555, SR-700 / US-17, US-98 Polk 1 0.000 17.918 17.918 16030101 US 17 SOUTHBOUND Polk 1 0.000 0.885 0.885 16030201 SR-555/US-17 Polk 1 0.000 0.497 0.497 16030301 SR-555 / US-17 Polk 1 0.000 0.508 0.508 16040000 SR-700/US-98 Polk 1 0.000 15.064 15.064 16050000 US-17/92/17 ST Polk 1 0.000 10.750 10.750 16060000 SR-35/US-98 Polk 1 0.521 12.222 11.701 16070000 SR-33 Polk 1 0.747 27.138 26.391 16090000 SR 17 Polk 1 0.000 34.880 34.880 16100000 SR-546 MEMORIAL BLVD Polk 1 0.027 5.854 5.827 16100001 WABASH AVE. SR-517 Polk 1 0.000 0.912 0.912 16100102 SR 546 MEMORIAL BLVD Polk 1 0.000 0.264 0.264 16110000 SR-60 Polk 1 0.000 12.896 12.896 16110000 SR-60 Polk 1 15.388 30.632 15.244 16118000 SR-540 LAKE HANCOCK Polk 1 8.946 9.392 0.446 16118000 SR-540 LAKE HANCOCK Polk 1 0.000 3.537 3.537 16119000 SR 540 REALIGNMENT Polk 1 8.506 10.488 1.982 16119000 SR 540 REALIGNMENT Polk 1 5.140 8.506 3.366 16119000 SR 540 REALIGNMENT Polk 1 3.537 5.140 1.603 16120000 SR-655 (RECKER HWY) Polk 1 1.380 7.125 5.745 16120000 SR-655 (RECKER HWY) Polk 1 0.000 1.101 1.101 16120001 SR655 REALIGNMENT Polk 1 0.000 0.084 0.084 16121000 SR-620 Polk 1 0.000 0.627 0.627 16130000 SR-60 Polk 1 0.000 25.623 25.623 16140000 SR-544 Polk 1 0.000 11.647 11.647 16160000 SR-559 Polk 1 0.000 4.924 4.924 16160000 SR-559 Polk 1 5.679 10.068 4.389 16160101 LK. STELLA DR. Polk 1 0.000 0.213 0.213 16160201 SR. 559 Polk 1 0.000 0.667 0.667 16161000 SR-559/MAIN ST Polk 1 0.507 0.941 0.434 16161000 SR-559/MAIN ST Polk 1 0.000 0.507 0.507 16170000 SR-25/US-27 Polk 1 0.000 18.816 18.816 16180000 SR-25/US-27 Polk 1 0.000 31.970 31.970 16190000 SR-674 Polk 1 0.000 2.128 2.128 16210000 SR-35/US-98 Polk 1 0.000 17.750 17.750 16250000 SR 37 Polk 1 0.000 28.693 28.693 16261000 SR 60 / SR 700 / US 98 Polk 1 0.000 1.994 1.994 16261101 SR 60 Polk 1 0.000 0.896 0.896 16280000 SR-542 Polk 1 0.380 6.338 5.958 16290000 SR 557 Polk 1 6.230 6.729 0.499 16293000 SR. 549/1ST ST/S&N Polk 1 1.251 2.782 1.531 16300000 SR-540 Polk 1 2.482 7.244 4.762 16300000 SR-540 Polk 1 0.000 1.042 1.042 16300101 CYPRESS GARDENS BLVD Polk 1 0.000 1.377 1.377 16310000 SR 548 / INTOWN BYPASS Polk 1 0.820 1.809 0.989 16310000 SR 548 / INTOWN BYPASS Polk 1 0.000 0.820 0.820 16320000 SR-400/I-4 Polk 1 0.000 32.022 32.022 16330000 SR-471 Polk 1 0.000 4.430 4.430 16331000 SR-700 Polk 1 0.000 1.136 1.136 16470000 POLK PKWY: POLK I-4-I-4 Polk 1 0.000 24.380 24.380 Polk Total 462.132 17005000 SR 681/VENICE CONN Sarasota 1 0.000 4.142 4.142 17008000 BEE RIDGE ROAD SR758 Sarasota 1 0.000 5.432 5.432 17010000 TAMIAMI TRL: CHARLOTTE-VENICE AVE Sarasota 1 0.000 17.131 17.131 17020000 N S TAMIAMI TRL/MOUND ST/BAYFRONT DR Sarasota 1 0.000 22.390 22.390 17030000 SR-789 Sarasota 1 0.000 0.194 0.194 17030000 SR-789 Sarasota 1 3.870 8.957 5.087 17030000 SR-789 Sarasota 1 1.206 3.170 1.964 17030201 SR 789 Sarasota 1 0.000 1.006 1.006 17030401 REALIGNMENT OF NEW PASS BRIDGE Sarasota 1 0.000 0.648 0.648 17040000 SR-780 Sarasota 1 0.381 5.692 5.311 17040401 RE-ALIGNMENT Sarasota 1 0.000 0.325 0.325 17050000 INDIANA AVE N S/ENGLEWOOD RD Sarasota 1 0.000 8.222 8.222

35 Page A.3 Table A2. List of Florida State Highways Lane Miles Roadway ID Roadway County District Beginning Milepost Ending Milepost Length 17070000 SR-72 Sarasota 1 0.000 30.591 30.591 17075000 I-75: CHARLOTTE-MANATEE Sarasota 1 0.000 42.615 42.615 17080000 SR-758 Sarasota 1 0.000 5.771 5.771 17110000 SR-72 Sarasota 1 0.000 0.980 0.980 17120000 SR-683/US-301 Sarasota 1 0.000 4.184 4.184 17180000 SR-45A/US-41 Sarasota 1 0.106 3.074 2.968 Sarasota Total 158.961 91010000 SR-78 Okeechobee 1 0.000 4.781 4.781 91020000 SR-15/SR-700 Okeechobee 1 0.000 31.696 31.696 91050000 US-98/441: US-98/441-MARTIN Okeechobee 1 0.000 11.994 11.994 91060000 SR-710 Okeechobee 1 0.000 9.922 9.922 91070000 SR-70/PARK ST Okeechobee 1 0.000 20.008 20.008 91090000 US-98: HIGHLANDS-SR-70 Okeechobee 1 0.000 17.727 17.727 91470000 TURNPIKE: INDIAN RIVER-INDIAN RIVER Okeechobee 1 0.000 7.472 7.472 Okeechobee Total 103.600 26003000 SR-120 Alachua 2 0.000 2.544 2.544 26004000 SR-226 Alachua 2 0.000 2.201 2.201 26005000 SR-222 Alachua 2 0.000 14.290 14.290 26010000 US-441/SR-25 Alachua 2 0.000 17.471 17.471 26020000 US-441/SR-20/SR-25 Alachua 2 2.404 26.493 24.089 26020064 US-27/SR-20 Alachua 2 0.000 1.188 1.188 26030000 NW SW SR-45/250 ST NW SW/MAIN ST N S Alachua 2 0.000 26.418 26.418 26040000 NW 1 AVE: COLUMBIA-NW 1 AVE Alachua 2 0.000 1.707 1.707 26050000 SR-24/SR-331 Alachua 2 0.000 16.806 16.806 26050065 SR-24 Alachua 2 0.000 0.645 0.645 26060000 NE SE US-301/SID MARTIN HWY Alachua 2 0.000 29.546 29.546 26070000 SR-20/SR-24/SR-26 Alachua 2 0.000 21.167 21.167 26070068 SR-26A/SW 2ND AVE Alachua 2 0.000 1.691 1.691 26070168 SR-26A REALIGNMENT Alachua 2 0.000 0.043 0.043 26080000 SR-20 Alachua 2 0.000 16.810 16.810 26090000 SR-24 Alachua 2 0.000 15.916 15.916 26100000 SR-121 Alachua 2 0.000 15.882 15.882 26110000 W SR-235/NW 140 ST Alachua 2 0.000 7.179 7.179 26110000 W SR-235/NW 140 ST Alachua 2 7.433 13.757 6.324 26130000 SR-26 Alachua 2 0.000 6.045 6.045 26130000 SR-26 Alachua 2 6.224 11.045 4.821 26130000 SR-26 Alachua 2 12.397 17.271 4.874 26130001 SR-26 Alachua 2 0.000 1.347 1.347 26130100 SR-26 Alachua 2 0.000 0.084 0.084 26220000 WILLISTON RD SW: LEVY-WILLISTON RD Alachua 2 0.000 11.101 11.101 26250000 SR-121 Alachua 2 0.000 8.043 8.043 26260000 I-75/SR-93 Alachua 2 0.000 35.190 35.190 Alachua Total 293.422 27010000 E US-90/MACCLENNY AVE/US-90 Baker 2 0.000 25.448 25.448 27020000 SR-2 Baker 2 0.000 14.702 14.702 27030000 SR-121/6 ST N S Baker 2 0.000 16.404 16.404 27070000 CR-228/SR-228 Baker 2 5.617 7.544 1.927 27090000 I-10: COLUMBIA-NASSAU Baker 2 0.000 25.462 25.462 Baker Total 83.943 28010000 US-301/TEMPLE AVE N S Bradford 2 0.000 20.227 20.227 28020000 SE SR-100/SR-100/W MADISON ST/S WATER ST Bradford 2 0.000 22.169 22.169 28030000 SR-16 Bradford 2 0.000 3.701 3.701 28030001 SR-16/RAIFORD RD/BROWNLEE ST W Bradford 2 0.000 9.184 9.184 28040000 SR-18 SW: UNION-SR-235 W Bradford 2 0.000 5.708 5.708 28050000 SR-230 Bradford 2 0.000 3.843 3.843 28060000 SR-231/SR-235/CR-18/CR-227 Bradford 2 0.000 0.657 0.657 28090000 SR-21 Bradford 2 0.000 3.560 3.560 Bradford Total 69.049 29002000 SR-10A Columbia 2 0.000 3.471 3.471 29010000 US-90/SR-10 Columbia 2 0.000 20.891 20.891 29020000 SR-47 Columbia 2 0.000 22.554 22.554 29030000 S US-441/S US-41/SW MAIN BLVD Columbia 2 0.000 23.949 23.949 29040000 N US-41/NW MAIN BLVD Columbia 2 0.000 11.480 11.480 29050000 SW US-27: ALACHUA-SUWANNEE Columbia 2 0.000 12.590 12.590 29060000 SR-100 Columbia 2 0.000 9.989 9.989 29070000 US-441/SR-25A Columbia 2 0.061 32.016 31.955 29080000 SR-238 Columbia 2 0.000 1.473 1.473 29090000 SR-247 Columbia 2 0.000 11.348 11.348 29110000 SR-2 Columbia 2 0.000 0.837 0.837

36 Page A.4 Table A2. List of Florida State Highways Lane Miles Roadway ID Roadway County District Beginning Milepost Ending Milepost Length 29160000 SR-136 Columbia 2 0.000 2.243 2.243 29170000 I-10/SR-8 Columbia 2 0.000 20.690 20.690 29180000 I-75/SR-93 Columbia 2 0.000 30.447 30.447 Columbia Total 203.917 30010000 SE US-19: TAYLOR-LEVY Dixie 2 0.000 29.216 29.216 30030000 NE SE SR-349 Dixie 2 23.492 39.021 15.529 30050000 SR-51 Dixie 2 0.000 1.518 1.518 Dixie Total 46.263 31010000 SR-26 Gilchrist 2 0.000 17.772 17.772 31030000 US-129/SR-49 Gilchrist 2 0.000 23.488 23.488 31040000 US-19/27A/98: US-19 SE-SR-26 Gilchrist 2 0.000 0.612 0.612 31050000 SR-47 Gilchrist 2 0.000 18.364 18.364 Gilchrist Total 60.236 32010000 US-41/SR-25/SR-100 Hamilton 2 0.000 32.782 32.782 32020000 SR-136/CR-135 Hamilton 2 0.000 0.107 0.107 32030000 US-129/SR-51 Hamilton 2 0.000 6.398 6.398 32040000 US-129/SR-100 Hamilton 2 0.065 7.591 7.526 32050000 SR-6 Hamilton 2 0.000 13.452 13.452 32070000 CR-143/SR-143/CR-141 Hamilton 2 10.100 11.669 1.569 32100000 I-75: SUWANNEE-GEORGIA Hamilton 2 0.000 28.746 28.746 Hamilton Total 90.580 33010000 E W US-27/E W MAIN ST Lafayette 2 0.000 31.029 31.029 33030000 SR-349 Lafayette 2 0.000 8.724 8.724 33040000 SR-51 Lafayette 2 0.000 22.467 22.467 Lafayette Total 62.220 34010000 US-19/US-27A/US-98/SR-500 Levy 2 8.323 38.340 30.017 34010000 US-19/US-27A/US-98/SR-500 Levy 2 0.000 8.199 8.199 34010101 US-27A/SR-19 REALIGNMENT Levy 2 0.000 0.057 0.057 34020000 US-129/SR-49 Levy 2 0.000 7.832 7.832 34030000 SR-121 Levy 2 0.000 20.224 20.224 34030101 SR-121 Levy 2 0.000 0.067 0.067 34040000 US-27/US-41/SR-45/SR-121 Levy 2 0.000 11.823 11.823 34040000 US-27/US-41/SR-45/SR-121 Levy 2 12.348 19.642 7.294 34050000 US-19/98/MAIN ST N S Levy 2 0.000 36.547 36.547 34070000 SR-24 Levy 2 0.000 39.818 39.818 34080000 SR-121 Levy 2 0.000 7.132 7.132 34110000 SR-345/CR-345 Levy 2 12.607 20.140 7.533 34110001 SR-345 REALIGNMENT Levy 2 0.000 0.063 0.063 34150000 SR-320 Levy 2 0.840 6.624 5.784 Levy Total 182.390 35010000 US-90/SR-10 Madison 2 0.000 36.206 36.206 35020000 SR-6 Madison 2 0.132 8.138 8.006 35030000 SW US-19: TAYLOR-JEFFERSON Madison 2 0.000 5.794 5.794 35040000 SR-53 Madison 2 0.000 12.379 12.379 35050000 US-221/SR-55 Madison 2 12.621 19.356 6.735 35050000 US-221/SR-55 Madison 2 0.000 12.310 12.310 35060000 SR-53/SR-145 Madison 2 0.000 20.222 20.222 35070000 SR-14/CR-14 Madison 2 12.554 16.457 3.903 35090000 I-10: JEFFERSON-SUWANNEE Madison 2 0.000 32.990 32.990 Madison Total 138.545 37010000 US-90/HOWARD ST E W Suwannee 2 0.000 26.152 26.152 37030000 US-27/SR-20 Suwannee 2 0.000 8.623 8.623 37040000 US-129/SR-51/SR-249 Suwannee 2 0.000 32.407 32.407 37050000 SR-136 Suwannee 2 0.000 1.046 1.046 37060000 SR-51 Suwannee 2 0.000 17.455 17.455 37060000 SR-51 Suwannee 2 17.491 17.983 0.492 37060001 SR-51 ROUNDABOUT Suwannee 2 0.000 0.107 0.107 37070000 US-129/SR-49/CR-49 Suwannee 2 0.000 2.755 2.755 37080000 SR-247 Suwannee 2 0.000 10.700 10.700 37120000 I-10/SR-8 Suwannee 2 0.000 25.508 25.508 37130000 I-75/SR-93 Suwannee 2 0.000 3.656 3.656 Suwannee Total 128.901 38010000 US-19/27A/98/BYRON BUTLER PKWY Taylor 2 0.000 27.458 27.458 38020000 US-19/27/BYRON BUTLER PKWY Taylor 2 0.000 17.387 17.387 38030000 US-27/SR-20 Taylor 2 0.000 14.697 14.697 38040000 US-221/JEFFERSON ST N S Taylor 2 0.000 14.620 14.620 38070000 SR-51 Taylor 2 0.346 11.853 11.507 38090000 US-98/SR-30 Taylor 2 0.000 24.698 24.698 Taylor Total 110.367

37 Page A.5 Table A2. List of Florida State Highways Lane Miles Roadway ID Roadway County District Beginning Milepost Ending Milepost Length 39010000 SR-100 Union 2 0.000 14.012 14.012 39020000 NE SW SR-121 Union 2 0.029 23.410 23.381 39040000 NE SR-16: NE SR-121-BRADFORD Union 2 0.000 2.605 2.605 39050000 SR-238 Union 2 0.000 13.986 13.986 39070000 E SR-18: SW SR-121-BRADFORD Union 2 0.000 0.892 0.892 39090000 SR-231/SW 6 AVE Union 2 0.000 2.739 2.739 Union Total 57.615 71010000 US-17: PUTNAM-S ORANGE AVE Clay 2 0.000 11.277 11.277 71020000 US-17/SR-15 Clay 2 0.000 14.365 14.365 71030000 US-301/SR-200 Clay 2 0.000 5.540 5.540 71040000 SR-100 Clay 2 0.000 5.304 5.304 71050000 SR-16 Clay 2 0.000 23.614 23.614 71070000 SR-21 Clay 2 0.000 14.498 14.498 71080000 SR-230 Clay 2 0.000 2.238 2.238 71090000 SR-230 Clay 2 0.000 1.298 1.298 71100000 LEONARD TAYLOR PKWY: US-17-SR-16 Clay 2 0.000 3.001 3.001 71110000 SR-21 Clay 2 4.393 27.294 22.901 71110000 SR-21 Clay 2 0.000 0.833 0.833 71130000 SR-224/KINGSLEY AVE Clay 2 0.000 2.781 2.781 71393000 SR-23/BRANAN FIELD Clay 2 0.000 2.275 2.275 Clay Total 109.925 72001000 I-295/SR-9A Duval 2 0.733 35.511 34.778 72001200 I-295/SR-9A Duval 2 0.000 0.554 0.554 72002000 I-295/SR 9A Duval 2 14.996 17.305 2.309 72002000 I-295/SR 9A Duval 2 24.420 25.532 1.112 72002000 I-295/SR 9A Duval 2 13.394 14.996 1.602 72002000 I-295/SR 9A Duval 2 23.836 24.420 0.584 72002000 I-295/SR 9A Duval 2 17.891 23.836 5.945 72002000 I-295/SR 9A Duval 2 17.305 17.891 0.586 72002000 I-295/SR 9A Duval 2 0.000 13.394 13.394 72002027 SR-9B Duval 2 0.000 2.300 2.300 72003000 SR-102/AIRPORT RD Duval 2 0.018 1.477 1.459 72003001 SR-102 Duval 2 0.000 0.150 0.150 72004000 SR-A1A Duval 2 0.000 0.692 0.692 72005000 8TH ST/TALLYRAND AVE/44TH ST Duval 2 0.000 0.584 0.584 72010000 BEAVER ST W: NASSAU-OCEAN ST Duval 2 0.000 21.802 21.802 72012000 SR-103 Duval 2 0.000 3.814 3.814 72014000 SR-109 Duval 2 0.000 6.441 6.441 72015000 SR-126 Duval 2 0.000 2.373 2.373 72016000 SR-23 Duval 2 4.498 9.120 4.622 72016000 SR-23 Duval 2 0.000 4.498 4.498 72017000 SR-128 Duval 2 0.000 2.500 2.500 72018000 SR-104 Duval 2 0.000 7.567 7.567 72020000 I-95/SR-9 Duval 2 0.000 10.567 10.567 72027000 SR-129 Duval 2 0.000 0.728 0.728 72028000 SR-152 Duval 2 0.000 3.956 3.956 72028000 SR-152 Duval 2 3.956 6.417 2.461 72030000 US-17/SR-15 Duval 2 0.000 10.276 10.276 72031000 SOUTHSIDE CONNECTOR,SR-113 Duval 2 0.000 2.770 2.770 72031500 ONEWAY SB FROM I-295-SOUTHSIDE CONNECTOR Duval 2 0.000 0.688 0.688 72040000 SR-115/SOUTHSIDE BLVD Duval 2 0.000 15.968 15.968 72040101 EAST UNION ST Duval 2 0.000 0.403 0.403 72040345 SR-10A Duval 2 0.000 0.765 0.765 72050000 US-1/US-17/SR-211/CR-211 Duval 2 7.428 7.699 0.271 72050000 US-1/US-17/SR-211/CR-211 Duval 2 8.294 8.773 0.479 72050000 US-1/US-17/SR-211/CR-211 Duval 2 8.845 15.649 6.804 72050000 US-1/US-17/SR-211/CR-211 Duval 2 2.449 2.665 0.216 72050000 US-1/US-17/SR-211/CR-211 Duval 2 3.064 6.787 3.723 72050443 US-1/US-90/SR-5/SR-10 Duval 2 0.000 0.480 0.480 72060000 SR-5/MAIN ST Duval 2 0.000 10.431 10.431 72070000 SR-5 Duval 2 18.027 19.076 1.049 72070000 SR-5 Duval 2 0.000 17.294 17.294 72070001 SR-5 Duval 2 0.000 0.114 0.114 72070442 SR-5 Duval 2 0.000 0.105 0.105 72070443 OLD KINGS RD Duval 2 0.105 1.559 1.454 72080000 SR-139/SR-15 Duval 2 0.000 15.154 15.154 72080101 W UNION ST Duval 2 0.000 1.024 1.024 72090000 US-1/US-1A/SR-15/SR-115/SR-115A/SR-228 Duval 2 4.889 11.216 6.327 72090000 US-1/US-1A/SR-15/SR-115/SR-115A/SR-228 Duval 2 0.000 4.428 4.428

38 Page A.6 Table A2. List of Florida State Highways Lane Miles Roadway ID Roadway County District Beginning Milepost Ending Milepost Length 72090200 REALIGNMENT OF US-1 AT PHOENIX AVE Duval 2 0.000 0.410 0.410 72090445 HAINES ST Duval 2 0.210 0.914 0.704 72090446 EXPWY Duval 2 0.000 1.422 1.422 72090447 EMERSON ST EXPWY Duval 2 0.000 0.930 0.930 72090448 EMERSON ST EXT SB Duval 2 0.000 0.235 0.235 72100000 SR-A1A/SR-10/ATLANTIC BLVD/3RD ST Duval 2 0.000 19.840 19.840 72100100 US-90 WB Duval 2 0.000 0.379 0.379 72110000 SR-109/UNIVERSITY BLVD Duval 2 0.000 2.266 2.266 72120000 NORMANDY BLVD/POST ST Duval 2 2.576 22.742 20.166 72120201 SR-228 REALIGNMENT Duval 2 0.000 0.373 0.373 72130000 GOLFAIR BLVD\W 27TH ST Duval 2 0.366 1.053 0.687 72130000 GOLFAIR BLVD\W 27TH ST Duval 2 0.000 0.217 0.217 72130001 GOLFAIR BLVD Duval 2 0.000 0.076 0.076 72140000 US-301/SR-200 Duval 2 0.000 8.354 8.354 72140000 US-301/SR-200 Duval 2 9.008 13.587 4.579 72150000 NORWOOD AVE\LEM TURNER RD Duval 2 0.686 13.587 12.901 72150001 GOLFAIR BLVD/BRENTWOOD AVE Duval 2 0.000 0.245 0.245 72160000 SR-13 Duval 2 13.957 14.278 0.321 72160000 SR-13 Duval 2 0.000 13.709 13.709 72160006 SR-13 Duval 2 0.000 0.252 0.252 72160448 SR-13/ CONNECTOR Duval 2 0.000 1.111 1.111 72170000 SR-21 Duval 2 0.000 8.000 8.000 72190000 SR-212/BEACH BLVD Duval 2 0.085 14.826 14.741 72190000 SR-212/BEACH BLVD Duval 2 0.000 0.085 0.085 72190100 SR-212/US-90/BEACH BLVD Duval 2 0.000 0.191 0.191 72193000 SR-116/WONDERWOOD DR Duval 2 0.439 3.360 2.921 72193000 SR-116/WONDERWOOD DR Duval 2 7.894 9.026 1.132 72193000 SR-116/WONDERWOOD DR Duval 2 3.360 7.894 4.534 72193000 SR-116/WONDERWOOD DR Duval 2 0.000 0.439 0.439 72220000 SR-134/103RD ST Duval 2 0.320 11.631 11.311 72220001 SR-134 Duval 2 0.000 0.184 0.184 72230000 MAYPORT RD Duval 2 0.000 3.509 3.509 72240000 SR-A1A Duval 2 0.000 3.451 3.451 72250000 SR-105 EB FROM I-95 Duval 2 0.000 15.061 15.061 72250001 SR-105 Duval 2 0.000 0.553 0.553 72260000 SR-105 Duval 2 0.000 9.453 9.453 72260001 SR-105 Duval 2 0.000 0.470 0.470 72270000 I-10: NASSAU-I-95 ONRMP Duval 2 0.000 21.441 21.441 72280000 I-95: ST JOHNS-I-95 Duval 2 0.000 16.793 16.793 72290000 I-95: I-95-NASSAU Duval 2 0.000 10.513 10.513 72291000 SR-111 Duval 2 0.000 11.875 11.875 72292000 SR-202/J T BUTLER BLVD Duval 2 0.000 13.022 13.022 72293000 SR-243 Duval 2 0.000 2.255 2.255 72295000 SR-208 Duval 2 0.000 0.840 0.840 72300000 E MONROE ST Duval 2 0.000 0.385 0.385 72300001 W ADAMS ST Duval 2 0.000 0.317 0.317 Duval Total 480.254 74010000 US-90/SR-10 Nassau 2 0.000 2.173 2.173 74020000 US-17/SR-5 Nassau 2 0.000 13.375 13.375 74030000 US-1/US-23/US-301/SR-15 Nassau 2 0.000 22.502 22.502 74040000 US-301/SR-200 Nassau 2 15.294 30.548 15.254 74040000 US-301/SR-200 Nassau 2 0.000 14.740 14.740 74040001 US-301/SR-200 Nassau 2 0.000 0.538 0.538 74060000 SR-A1A/SR-200 Nassau 2 0.000 13.038 13.038 74070000 SR-115 Nassau 2 0.000 5.058 5.058 74070001 SR-115 Nassau 2 0.000 0.036 0.036 74110000 SR-A1A/SR-105 Nassau 2 0.000 5.693 5.693 74130000 SR-A1A/SR-105 Nassau 2 0.807 5.837 5.030 74130001 SR-105 Nassau 2 0.000 1.127 1.127 74160000 I-95/SR-9 Nassau 2 0.000 12.226 12.226 74170000 I-10/SR-8 Nassau 2 0.000 0.710 0.710 Nassau Total 111.500 76010000 S US-17/REID ST/SUMMIT ST Putnam 2 0.000 30.366 30.366 76020000 SR-19 Putnam 2 0.000 22.964 22.964 76030000 N US-17: REID ST-CLAY Putnam 2 0.000 13.427 13.427 76040000 E SR-100: S US-17-FLAGLER Putnam 2 0.000 6.093 6.093 76050000 SR-20 Putnam 2 0.000 26.320 26.320 76060000 SR-207 Putnam 2 0.000 6.668 6.668 76070000 SR-21 N: SR-20-CLAY Putnam 2 0.000 7.781 7.781

39 Page A.7 Table A2. List of Florida State Highways Lane Miles Roadway ID Roadway County District Beginning Milepost Ending Milepost Length 76080000 SR-26 NE: ALACHUA-SR-100 Putnam 2 0.000 5.702 5.702 76110000 SR-100 Putnam 2 0.000 21.361 21.361 76110001 SR-100 Putnam 2 0.000 0.031 0.031 Putnam Total 140.713 78001000 SR-A1A St Johns 2 0.000 7.151 7.151 78002000 SR-312 St Johns 2 0.000 2.827 2.827 78002900 SR-312 St Johns 2 0.000 1.009 1.009 78010000 SR-5 St Johns 2 0.000 18.692 18.692 78010026 CATHEDRAL/CORDOVA ST St Johns 2 0.000 0.216 0.216 78010027 KING ST St Johns 2 0.000 2.737 2.737 78020000 SR-5 St Johns 2 0.000 16.041 16.041 78030000 SR-A1A St Johns 2 1.949 18.886 16.937 78030000 SR-A1A St Johns 2 0.000 0.803 0.803 78030001 REALIGNMENT OF SR-A1A AT VILANO RD St Johns 2 0.000 1.032 1.032 78040000 SR-A1A St Johns 2 0.000 17.063 17.063 78051000 SR-207 St Johns 2 0.000 17.762 17.762 78060000 SR-16 St Johns 2 6.303 20.881 14.578 78060000 SR-16 St Johns 2 0.000 2.305 2.305 78070000 SR-13 St Johns 2 0.000 17.294 17.294 78080000 I-95/SR-9 St Johns 2 0.000 34.855 34.855 78090000 SR-206 St Johns 2 0.000 14.485 14.485 St Johns Total 185.787 46001000 SR-368/23 ST Bay 3 0.000 3.576 3.576 46002000 SR-327/CR-327/LISENBY AVE Bay 3 1.001 1.590 0.589 46010000 US-98/SR-30/FRONT BEACH RD Bay 3 0.000 1.106 1.106 46010000 US-98/SR-30/FRONT BEACH RD Bay 3 1.729 10.408 8.679 46010000 US-98/SR-30/FRONT BEACH RD Bay 3 10.649 15.769 5.120 46010001 US-98/SR-30/PC BEACH PKWY/FRONT BEACH RD Bay 3 0.000 0.677 0.677 46010002 SR-392A/HUTCHISON BLVD Bay 3 0.166 3.283 3.117 46010003 SR-30/FRONT BEACH RD Bay 3 0.000 0.074 0.074 46010005 SR-30/FRONT BEACH RD Bay 3 0.000 0.254 0.254 46010100 US-98/SR-30/NEW HATHAWAY BRIDGE Bay 3 0.000 1.953 1.953 46020000 US-98/US-98B/SR-30/18 ST/TYNDALL PKWY Bay 3 0.742 14.214 13.472 46020003 US-98/SR-30A/15 ST/TYNDALL PKWY Bay 3 0.000 9.813 9.813 46030000 US-98/SR-30 Bay 3 0.000 18.433 18.433 46040000 US-231/SR-75/HARRISON AVE Bay 3 0.000 34.764 34.764 46050000 SR-20 E Bay 3 0.000 25.871 25.871 46060000 SR-77/MLK BLVD/LYNN HAVEN PKWY/OHIO AVE Bay 3 7.731 20.440 12.709 46060000 SR-77/MLK BLVD/LYNN HAVEN PKWY/OHIO AVE Bay 3 0.000 6.490 6.490 46060001 SR-77/OHIO AVE Bay 3 0.000 1.238 1.238 46070000 SR-388/DON JOHNSON MEM HWY Bay 3 0.000 12.339 12.339 46080000 SR-22/E 3 ST/WEWA HWY Bay 3 0.000 13.681 13.681 46090000 SR-79/ARNOLD RD Bay 3 0.020 14.348 14.328 46110000 SR-391/HARRISON AVE/AIRPORT RD Bay 3 0.000 2.273 2.273 46130000 SR-389/EAST AVE Bay 3 0.000 3.030 3.030 46140000 SR-368/SR-390/COLLEGIATE DR/W 14 ST Bay 3 1.198 7.053 5.855 46140001 SR-368/23RD ST Bay 3 0.000 0.989 0.989 46140003 SR-368A/COLLEGIATE DR Bay 3 0.000 0.690 0.690 46140005 SR-390/BECK AVE Bay 3 0.000 0.824 0.824 46160000 US-98/SR-30A/PANAMA CITY BEACH PKWY Bay 3 0.303 13.937 13.634 46160101 US-98/SR-30A/PC BEACH PKWY TO FLYOVER Bay 3 0.000 0.314 0.314 46160102 WB US-98/SR-30A/PANAMA CITY BEACH PKWY Bay 3 0.000 0.296 0.296 Bay Total 216.188 47010000 SR-20/24 ST/CENTRAL AVE Calhoun 3 0.000 24.630 24.630 47020000 SR-71/MAIN ST Calhoun 3 0.000 35.211 35.211 47030000 SR-69/PEAR ST Calhoun 3 0.000 11.157 11.157 47040000 SR-73 Calhoun 3 0.000 15.599 15.599 47040000 SR-73 Calhoun 3 15.795 25.062 9.267 Calhoun Total 95.864 48003000 US-98/SR-289/N 9 AVE Escambia 3 0.000 7.281 7.281 48004000 SR-727/SR-295/FAIRFIELD DR Escambia 3 0.000 10.043 10.043 48005000 SR-752/TEXAR DR Escambia 3 0.000 1.182 1.182 48006000 SR-196/MAIN ST/BAYFRONT PKWY Escambia 3 0.000 1.009 1.009 48008000 SR-750/AIRPORT BLVD Escambia 3 0.000 0.582 0.582 48010000 US-90/SR-10/9 MILE RD/DAVIS HWY Escambia 3 0.000 16.322 16.322 48012000 SR-296/MICHIGAN AVE/PERRY AVE Escambia 3 0.000 9.601 9.601 48013000 SR-742/BURGESS RD/CREIGHTON RD Escambia 3 0.000 1.336 1.336 48013000 SR-742/BURGESS RD/CREIGHTON RD Escambia 3 3.154 6.361 3.207 48013001 SR-742/W BURGESS RD Escambia 3 19.439 20.015 0.576

40 Page A.8 Table A2. List of Florida State Highways Lane Miles Roadway ID Roadway County District Beginning Milepost Ending Milepost Length 48013002 SR 742 / CREIGHTON RD Escambia 3 1.324 2.985 1.661 48013003 SR-742/HILBURN RD Escambia 3 0.000 0.106 0.106 48020000 US-90/SR-10A/MOBILE HWY/SCENIC HWY Escambia 3 0.000 26.712 26.712 48020001 US-90/SR-10A/SCENIC HWY Escambia 3 0.000 0.045 0.045 48040000 US-29/SR-95/PENSACOLA BLVD/N PALAFOX ST Escambia 3 0.000 23.561 23.561 48050000 SR 292/PERDIDO KEY DR/N PACE BLVD Escambia 3 0.000 18.808 18.808 48050000 SR 292/PERDIDO KEY DR/N PACE BLVD Escambia 3 19.852 23.676 3.824 48050001 SR-292/BARRANCAS AVE Escambia 3 0.000 1.000 1.000 48060000 US-29/SR-95/CENTURY BLVD Escambia 3 0.000 20.075 20.075 48070000 SR-291/N ALCANIZ ST/N DAVIS HWY Escambia 3 0.000 8.803 8.803 48070101 SR-291/MLK DR/N ALCANIZ ST Escambia 3 0.063 2.405 2.342 48080000 SR-295/NAVY BLVD/NEW WARRINGTON RD Escambia 3 0.000 4.704 4.704 48080060 US98/SR30/NAVY BLVD/GARDEN ST/ALCANIZ ST Escambia 3 0.000 4.463 4.463 48080061 SR-294/CHIEFS WAY Escambia 3 0.000 0.209 0.209 48080062 SR-295/N NEW WARRINGTON RD Escambia 3 0.000 0.482 0.482 48100000 US-98/SR-30/BAYFRONT PKWY/GREGORY ST Escambia 3 0.000 3.901 3.901 48100000 US-98/SR-30/BAYFRONT PKWY/GREGORY ST Escambia 3 4.277 4.400 0.123 48100001 US-98/SR-30/E CHASE ST/BAYFRONT PKWY Escambia 3 0.000 1.296 1.296 48100003 US-98B/SR-30/E GREGORY ST Escambia 3 0.000 0.636 0.636 48110000 US-98/SR-30/SR-298/LILLIAN HWY Escambia 3 0.388 10.808 10.420 48116000 SR-750/AIRPORT BLVD Escambia 3 0.000 1.085 1.085 48117000 SR-750/AIRPORT BLVD Escambia 3 0.000 1.606 1.606 48130000 SR-97/HWY 97 Escambia 3 0.000 22.507 22.507 48140000 SR-4/OLD SR-4 ALIGNMENT Escambia 3 0.000 1.200 1.200 48140001 SR-4 Escambia 3 0.000 1.440 1.440 48190000 SR-297/PINE FOREST RD Escambia 3 0.000 4.294 4.294 48205000 SR-173/CR-173/BLUE ANGEL PKWY Escambia 3 0.721 12.654 11.933 48260000 I-10/SR-8 Escambia 3 0.000 16.549 16.549 48260213 I-10/SR-8 Escambia 3 0.000 2.617 2.617 48270000 I-110/SR-8A Escambia 3 0.000 6.341 6.341 48280000 US-98/SR-30/W US-98 Escambia 3 0.232 6.067 5.835 Escambia Total 259.717 49010000 US-98/US-319/SR-30/AVE E/MARKET ST Franklin 3 0.000 8.047 8.047 49010000 US-98/US-319/SR-30/AVE E/MARKET ST Franklin 3 8.879 30.260 21.381 49010001 US-98/US-319/SR-30/MARKET ST Franklin 3 0.000 0.845 0.845 49030000 US-319/SR-377/BIG BEND SCENIC BYWY Franklin 3 0.000 5.536 5.536 49040000 US-98/US-319/SR-30/SE AVE B Franklin 3 0.000 21.576 21.576 49060000 SR-65 Franklin 3 0.000 24.266 24.266 49090000 US-98/SR-30 Franklin 3 0.000 3.932 3.932 49580000 SR-300/FRANKLIN BLVD/ISLAND DR Franklin 3 4.823 5.439 0.616 49580000 SR-300/FRANKLIN BLVD/ISLAND DR Franklin 3 0.000 0.227 0.227 49580100 SR-300 Franklin 3 0.000 4.736 4.736 Franklin Total 91.162 50001000 I-10/SR-8 Gadsden 3 0.000 33.508 33.508 50002000 SR-269/QUINCY BYP Gadsden 3 0.000 1.572 1.572 50010000 US-90/SR-10/WASHINGTON ST/W JEFFERSON ST Gadsden 3 0.000 20.763 20.763 50020000 SR-12/N MADISON ST/SR-159/US-27/SR-63 Gadsden 3 0.000 15.944 15.944 50030000 US-90/SR-10/E JEFFERSON ST Gadsden 3 0.000 13.442 13.442 50040000 US-27/SR-63/MAIN ST Gadsden 3 0.000 6.404 6.404 50040027 SR-12/9 AVE W Gadsden 3 0.165 0.789 0.624 50050000 SR-12/GREEN AVE/SELMAN ST Gadsden 3 0.000 12.853 12.853 50070000 SR-65 Gadsden 3 0.000 10.587 10.587 50080000 SR-267/PAT THOMAS PKWY Gadsden 3 0.000 15.389 15.389 50140000 SR-267/N ADAMS ST Gadsden 3 0.000 8.488 8.488 Gadsden Total 139.574 51001000 SR-30E/CAPE SAN BLAS RD Gulf 3 0.000 8.716 8.716 51010000 US-98/SR-30/CLIFFORD C SIMS PKWY Gulf 3 0.000 5.295 5.295 51010000 US-98/SR-30/CLIFFORD C SIMS PKWY Gulf 3 8.744 11.633 2.889 51011000 US-98/SR-30 Gulf 3 0.000 3.594 3.594 51020000 SR-71/CECIL G COSTIN SR BLVD Gulf 3 0.000 30.422 30.422 51030000 SR-22 Gulf 3 0.000 12.174 12.174 51070000 US-98/SR-30 Gulf 3 0.000 9.199 9.199 51502000 SR-30A/CR-30A Gulf 3 5.803 12.464 6.661 Gulf Total 78.950 52002000 I-10/SR-8 Holmes 3 14.195 21.276 7.081 52002000 I-10/SR-8 Holmes 3 0.000 8.370 8.370 52010000 US-90/SR-10 Holmes 3 19.069 27.386 8.317 52010000 US-90/SR-10 Holmes 3 0.000 14.620 14.620 52030000 SR-79/WAUKESHA ST Holmes 3 0.000 17.674 17.674

41 Page A.9 Table A2. List of Florida State Highways Lane Miles Roadway ID Roadway County District Beginning Milepost Ending Milepost Length 52040000 SR-81/SR-2 Holmes 3 0.000 21.576 21.576 52050000 CR-2/SR-2 Holmes 3 6.711 33.915 27.204 Holmes Total 104.842 53002000 I-10/SR-8 Jackson 3 0.000 33.260 33.260 53010000 US-90/SR-10/SR-73/LEVY ST/LAFAYETTE ST Jackson 3 0.000 14.076 14.076 53020000 US-90/SR-10/SR-71/LAFAYETTE ST Jackson 3 0.000 23.665 23.665 53030000 SR-75/LAKEPOINT RD/MAIN ST/GEORGIA ST Jackson 3 5.014 20.217 15.203 53030000 SR-75/LAKEPOINT RD/MAIN ST/GEORGIA ST Jackson 3 0.000 0.586 0.586 53030035 US-231/SR-75 Jackson 3 0.708 4.979 4.271 53040000 SR-71 Jackson 3 0.000 10.216 10.216 53050000 US-231/SR-73/SR-75 Jackson 3 6.971 18.365 11.394 53050000 US-231/SR-73/SR-75 Jackson 3 0.000 6.075 6.075 53050001 SR-73 REALIGNMENT TO US-231/SR-75 Jackson 3 0.000 0.939 0.939 53060000 SR-77/SR-2/COTTON ST/BROWN ST Jackson 3 0.000 12.705 12.705 53070000 SR-2/CR-2A/WHITE AVE/8 AVE Jackson 3 8.231 32.614 24.383 53070000 SR-2/CR-2A/WHITE AVE/8 AVE Jackson 3 1.323 7.643 6.320 53070000 SR-2/CR-2A/WHITE AVE/8 AVE Jackson 3 0.000 0.959 0.959 53070001 SR-2 Jackson 3 0.000 0.506 0.506 53090000 SR-71/BRYAN ST/10 ST Jackson 3 0.000 17.840 17.840 53110000 SR-276/CR-276/KYNESVILLE RD/PENN AVE Jackson 3 6.555 9.950 3.395 53120000 SR-73/SR-166/JEFFERSON ST/CAVERNS ST Jackson 3 0.000 21.173 21.173 53130000 SR-69/PORTER AVE/FORT RD Jackson 3 0.000 24.069 24.069 53220000 SR-273 Jackson 3 0.000 10.709 10.709 Jackson Total 241.744 54001000 I-10/SR-8 Jefferson 3 0.000 19.487 19.487 54010000 US-90/SR-10/WASHINGTON ST/MONTICELLO HWY Jefferson 3 3.688 19.903 16.215 54010000 US-90/SR-10/WASHINGTON ST/MONTICELLO HWY Jefferson 3 0.000 0.630 0.630 54020000 US 19 US 27 SR 20 Jefferson 3 0.000 17.053 17.053 54030000 US-19/SR-57/JEFFERSON ST/FL-GA PKWY Jefferson 3 0.000 18.076 18.076 54040000 US-221/SR-55 Jefferson 3 0.000 6.002 6.002 54060000 SR-59/GAMBLE RD Jefferson 3 9.972 12.034 2.062 54060000 SR-59/GAMBLE RD Jefferson 3 0.000 9.972 9.972 54090000 SR-59/GAMBLE RD Jefferson 3 0.000 13.774 13.774 54110000 US-98/SR-30 Jefferson 3 0.000 7.412 7.412 Jefferson Total 110.683 55002000 US-319/SR-263/CAPITAL CIR Leon 3 7.276 15.081 7.805 55002000 US-319/SR-263/CAPITAL CIR Leon 3 0.000 6.670 6.670 55002100 SR-263/CAPITAL CIR SW Leon 3 0.000 0.569 0.569 55003000 US-319/SR-261/CAPITAL CIR Leon 3 0.000 11.440 11.440 55003002 US-319/SR-61 SB TO US-319/SR-261 Leon 3 0.000 0.524 0.524 55005000 SR-265/MAGNOLIA DR Leon 3 0.000 1.431 1.431 55010000 US-27/SR-63/MONROE ST Leon 3 0.000 9.830 9.830 55020000 US-90/SR-10/TENNESSEE ST/MAHAN DR Leon 3 16.265 19.323 3.058 55020000 US-90/SR-10/TENNESSEE ST/MAHAN DR Leon 3 0.000 15.635 15.635 55040000 SR-363/SR-61/WOODVILLE HWY/MONROE ST Leon 3 0.000 12.156 12.156 55050000 US-27/US-319/SR-61/THOMASVILLE RD Leon 3 0.000 18.318 18.318 55050001 SR-162/RAYMOND DIEHL RD Leon 3 0.000 0.292 0.292 55060000 US-90/SR-10/US HWY 90 W/W TENNESSEE ST Leon 3 0.000 8.455 8.455 55070000 SR-20/CROOKED RD/BLOUNTSTOWN HWY Leon 3 0.931 19.568 18.637 55070000 SR-20/CROOKED RD/BLOUNTSTOWN HWY Leon 3 19.953 21.142 1.189 55070001 SR-20 Leon 3 0.000 0.656 0.656 55070100 SR-20/BLOUNTSTOWN HWY Leon 3 0.000 0.410 0.410 55080000 US-27/SR-20/APALACHEE PKWY Leon 3 0.000 12.732 12.732 55090000 SR-366/PENSACOLA ST Leon 3 0.156 2.794 2.638 55090002 SR-366/STADIUM DR Leon 3 0.622 1.145 0.523 55100000 SR-363/ADAMS ST Leon 3 0.430 2.346 1.916 55100001 SR-363/DUVAL ST Leon 3 0.000 0.506 0.506 55100002 SR-363/BRONOUGH ST Leon 3 0.000 0.320 0.320 55110000 SR-155/MERIDIAN RD Leon 3 0.000 2.574 2.574 55120000 US-319/SR-61/WAKULLA SPRINGS RD/ADAMS ST Leon 3 0.000 7.054 7.054 55120000 US-319/SR-61/WAKULLA SPRINGS RD/ADAMS ST Leon 3 7.089 7.483 0.394 55120000 US-319/SR-61/WAKULLA SPRINGS RD/ADAMS ST Leon 3 7.054 7.089 0.035 55120001 SR-61A/GAILE AVE Leon 3 0.000 0.103 0.103 55120002 SR-61/SB WAKULLA SPRINGS RD Leon 3 0.000 0.386 0.386 55150000 SR-59/CR-59/VETERANS MEMORIAL DR Leon 3 0.000 0.111 0.111 55160000 SR-371/ORANGE AVE/WOODWARD AVE Leon 3 3.274 4.383 1.109 55160000 SR-371/ORANGE AVE/WOODWARD AVE Leon 3 0.466 2.533 2.067 55160100 SR-371/ORANGE AVE Leon 3 0.000 0.501 0.501 55160101 SR-371/ORANGE AVE/LAKE BRADFORD AVE Leon 3 0.000 0.753 0.753

42 Page A.10 Table A2. List of Florida State Highways Lane Miles Roadway ID Roadway County District Beginning Milepost Ending Milepost Length 55170000 US-319/SR-369/CRAWFORDVILLE RD Leon 3 0.000 4.430 4.430 55170001 US-319/SR-369/NB CRAWFORDVILLE RD Leon 3 0.000 0.672 0.672 55180000 SR-61/SR-363/E PAUL RUSSELL RD Leon 3 0.000 0.184 0.184 55190000 SR-373/ORANGE AVE Leon 3 0.072 1.780 1.708 55300000 SR-267/BLOXHAM CUTOFF Leon 3 0.000 14.159 14.159 55320000 I-10/SR-8 Leon 3 0.000 22.200 22.200 55321000 SR-160/TIMBERLANE RD/KILLEARN CTR BLVD Leon 3 0.000 0.114 0.114 Leon Total 194.264 56010000 SR-20/CR-0120 Liberty 3 0.000 20.970 20.970 56010002 SR-20 Liberty 3 0.000 0.292 0.292 56020000 SR-12/CR-12/MAXWELL HARRELL SCENIC BYWY Liberty 3 21.077 33.187 12.110 56040000 SR-65 Liberty 3 0.000 36.289 36.289 56050000 SR-267/PAT THOMAS PKWY Liberty 3 0.000 0.424 0.424 Liberty Total 70.085 57002000 I-10/SR-8 Okaloosa 3 0.000 24.554 24.554 57003000 SR-188/RACETRACK RD Okaloosa 3 0.000 2.581 2.581 57010000 US-90/SR-10/JAMES LEE BLVD Okaloosa 3 0.000 25.706 25.706 57030000 US-98/SR-30/CR-2378/MIRACLE STRIP PKWY Okaloosa 3 0.000 20.515 20.515 57030030 US-98/SR-30/EMERALD COAST PKWY Okaloosa 3 20.481 24.529 4.048 57040000 SR-20/SR-85/EGLIN PKWY/JOHN SIMS PKWY Okaloosa 3 0.030 20.246 20.216 57040001 SR-145/PERRY AVE SE Okaloosa 3 0.000 0.510 0.510 57040024 SR-85/FLORIDA PL SE Okaloosa 3 0.000 0.125 0.125 57040025 SR-397/JOHN SIMS PKWY Okaloosa 3 0.000 1.400 1.400 57040026 SR-397 Okaloosa 3 0.000 0.899 0.899 57040027 SR-190/SR-397/VALPARAISO PKWY Okaloosa 3 0.000 1.130 1.130 57040027 SR-190/SR-397/VALPARAISO PKWY Okaloosa 3 1.302 2.059 0.757 57040028 SR-190/SR-397/JOHN SIMS PKWY Okaloosa 3 0.000 0.216 0.216 57040029 SR-85/EGLIN PKWY Okaloosa 3 0.000 0.023 0.023 57050000 SR-85/S FERDON BLVD Okaloosa 3 0.000 18.391 18.391 57060000 SR-85/N FERDON BLVD Okaloosa 3 0.000 20.960 20.960 57070000 SR-189 Okaloosa 3 4.592 18.997 14.405 57080000 SR-4/SR-189 Okaloosa 3 0.000 12.709 12.709 57090000 SR-285/CR-285/BAYSHORE DR/PARTIN DR Okaloosa 3 0.885 12.002 11.117 57110000 SR-189/BEAL PKWY Okaloosa 3 0.000 4.318 4.318 57110028 SR-393/MARY ESTHER BLVD Okaloosa 3 0.000 1.833 1.833 57130000 SR-189/BEAL PKWY/LEWIS TURNER BLVD Okaloosa 3 0.000 6.205 6.205 57150000 SR-123 NICEVILLE BY-PASS Okaloosa 3 0.313 4.916 4.603 57150002 SR-123 NB RAMP FROM SR-85 NB Okaloosa 3 0.000 0.572 0.572 57150003 SR-123 SB RAMP TO SR-85 SB Okaloosa 3 0.000 0.383 0.383 57160000 SR-293/MID-BAY BRIDGE EXTENSION Okaloosa 3 0.000 2.757 2.757 57160000 SR-293/MID-BAY BRIDGE EXTENSION Okaloosa 3 2.757 10.774 8.017 57180000 SR-210/MCWHORTER AVE Okaloosa 3 0.000 0.269 0.269 57518000 SR-293/MID-BAY BRIDGE/WHITE POINT RD Okaloosa 3 0.000 4.763 4.763 Okaloosa Total 213.982 58001000 SR-89/DOGWOOD DR Santa Rosa 3 0.000 3.561 3.561 58002000 I-10/SR-8 Santa Rosa 3 2.807 25.905 23.098 58002117 I-10/SR-8 Santa Rosa 3 0.000 0.196 0.196 58005000 SR-281/CR-191A/AVALON BLVD/BAGDAD HWY Santa Rosa 3 0.000 4.993 4.993 58005100 SR-281/AVALON BLVD Santa Rosa 3 0.000 0.037 0.037 58010000 US-90/SR-10/SR-87/CAROLINE ST Santa Rosa 3 0.151 27.923 27.772 58030000 US-98/SR-30/GULF BREEZE/NAVARRE PKWY Santa Rosa 3 0.000 24.005 24.005 58040000 SR-87 S Santa Rosa 3 0.219 19.769 19.550 58040100 SR-87 Santa Rosa 3 0.000 0.177 0.177 58050000 SR-87/SR-89/STEWART ST Santa Rosa 3 0.000 27.365 27.365 58060000 SR-89/S ALABAMA ST Santa Rosa 3 21.977 26.002 4.025 58060000 SR-89/S ALABAMA ST Santa Rosa 3 0.000 21.790 21.790 58080000 SR-4/SR-89 Santa Rosa 3 0.746 29.102 28.356 58140000 SR-399/CR-399/PENSACOLA BEACH BLVD Santa Rosa 3 0.291 0.610 0.319 58170000 SR-281/AVALON BLVD Santa Rosa 3 0.000 10.941 10.941 Santa Rosa Total 196.185 59010000 US-98/US-319/SR-30/SR-61/CR-61/CR-365 Wakulla 3 0.000 14.553 14.553 59020000 US-319/SR-61/SR-369/CRAWFORDVILLE HWY Wakulla 3 0.000 9.028 9.028 59030000 US-319/SR-377/SR-375/SOPCHOPPY HWY Wakulla 3 0.000 11.543 11.543 59040000 SR-363/PORT LEON DR/WOODVILLE HWY Wakulla 3 0.000 5.798 5.798 59040000 SR-363/PORT LEON DR/WOODVILLE HWY Wakulla 3 5.798 8.503 2.705 59100000 SR-267/BLOXHAM CUTOFF RD Wakulla 3 0.000 16.631 16.631 59110000 US-98/SR-30/COASTAL HWY Wakulla 3 0.000 20.725 20.725 Wakulla Total 80.983 60002000 I-10/SR-8 Walton 3 0.000 27.454 27.454

43 Page A.11 Table A2. List of Florida State Highways Lane Miles Roadway ID Roadway County District Beginning Milepost Ending Milepost Length 60010000 US-90/SR-10 Walton 3 0.000 21.905 21.905 60020000 US-98/SR-30/CR-2378/SCENIC GULF DR Walton 3 3.025 26.636 23.611 60020001 US-98/SR-30/EMERALD COAST PKWY Walton 3 0.000 3.145 3.145 60030000 SR-20 Walton 3 0.000 31.988 31.988 60040000 US-331/SR-83 Walton 3 9.660 14.695 5.035 60040000 US-331/SR-83 Walton 3 0.000 9.660 9.660 60050000 US-331/SR-83/CR-883/MADISON ST Walton 3 4.891 16.104 11.213 60060000 US-331/SR-187 Walton 3 0.000 21.565 21.565 60070000 SR-83/N 9TH ST/SR-83 N Walton 3 0.000 19.116 19.116 60080000 SR-85 Walton 3 0.000 4.240 4.240 60090000 SR-285 Walton 3 0.000 6.747 6.747 60100000 SR-81 Walton 3 0.000 17.890 17.890 Walton Total 203.569 61001000 I-10/SR-8 Washington 3 0.000 5.825 5.825 61001000 I-10/SR-8 Washington 3 12.906 23.963 11.057 61002000 SR-273/GLENWOOD AVE Washington 3 0.000 3.800 3.800 61010000 US-90/SR-10/OLD SPANISH TRL/JACKSON AVE Washington 3 13.330 22.914 9.584 61010000 US-90/SR-10/OLD SPANISH TRL/JACKSON AVE Washington 3 0.564 5.013 4.449 61040000 SR-79/MAIN ST Washington 3 0.000 28.671 28.671 61060000 SR-277/ROCHE AVE Washington 3 0.200 14.205 14.005 61060001 SR-277 REALIGNMENT Washington 3 0.000 0.208 0.208 61080000 SR-77/MAIN ST Washington 3 0.000 29.826 29.826 61121000 SR-20 Washington 3 0.000 4.795 4.795 Washington Total 112.220 86003000 SR844/NE 14 ST Broward 4 0.000 0.902 0.902 86005000 SR 838/SUNRISE BLVD Broward 4 0.000 1.191 1.191 86006000 SR 842/BROWARD BLVD Broward 4 0.000 7.166 7.166 86010000 SR-5 (US-1) Broward 4 0.000 5.948 5.948 86010000 SR-5 (US-1) Broward 4 8.286 10.330 2.044 86010001 SR-5 REALIGNMENT Broward 4 0.000 2.547 2.547 86010500 US 1 SB / SR 5 Broward 4 0.000 0.248 0.248 86012000 SR-869/SW 10 ST Broward 4 0.000 2.152 2.152 86014000 SR 870/COMMERCIAL BL Broward 4 0.000 9.893 9.893 86015000 SR 818 / GRIFFIN RD Broward 4 6.672 10.745 4.073 86015000 SR 818 / GRIFFIN RD Broward 4 0.000 6.672 6.672 86016000 SR 848/STIRLING RD Broward 4 0.000 6.726 6.726 86018000 SR 824/PEMBROKE RD Broward 4 0.000 6.547 6.547 86020000 US1/SR5/FEDERAL HWY Broward 4 0.000 15.325 15.325 86028000 SR-834/SAMPLE RD Broward 4 0.000 9.491 9.491 86030000 SR A1A/OCEAN DR Broward 4 0.000 7.449 7.449 86039000 SR 814/ATLANTIC BLVD Broward 4 0.000 2.482 2.482 86040000 SR820/HOLLYWOOD BLVD Broward 4 0.000 16.826 16.826 86040000 SR820/HOLLYWOOD BLVD Broward 4 18.394 19.956 1.562 86040005 HOLLYWOOD BLVD Broward 4 0.000 0.289 0.289 86040215 PRESIDENTIAL CIR Broward 4 0.000 0.277 0.277 86050000 SR 842/A1A Broward 4 0.626 16.327 15.701 86050100 SR A1A (SB) Broward 4 0.000 0.926 0.926 86060000 US 27/SR 25 Broward 4 0.000 27.678 27.678 86065000 POWERLINE RD: SUNRISE BLVD-PALM BEACH Broward 4 0.000 13.314 13.314 86070000 I-95/SR-9 Broward 4 0.000 25.334 25.334 86075000 I-75/SR-93 Broward 4 0.000 45.361 45.361 86080000 SR-84 Broward 4 16.171 19.776 3.605 86080100 SR-84 WB FROM CANAL DR TO DAVIE RD Broward 4 0.000 2.252 2.252 86080500 SR-84 EB Broward 4 0.000 14.750 14.750 86080550 SR-84 WB FROM DAVIE RD TO GLADES PKWY Broward 4 0.000 12.387 12.387 86081000 WB SR-84 OVER I-95 Broward 4 0.000 0.610 0.610 86090000 OAKLAND PK BLV/SR816 Broward 4 0.000 9.720 9.720 86095000 I-595/SR-862 Broward 4 0.000 12.860 12.860 86100000 SR-7/US-441: MIAMI DADE-PALM BEACH Broward 4 0.000 24.591 24.591 86110000 SR 838/SUNRISE BLVD Broward 4 0.000 8.161 8.161 86120000 SR 810/HILLSBORO BLV Broward 4 0.000 7.823 7.823 86130000 SR 849 AND SR 814 Broward 4 2.271 7.870 5.599 86170000 DIXIE HIGHWAY/SR 811 Broward 4 0.000 13.131 13.131 86170001 SR 811/ DIXIE HWY Broward 4 0.000 1.336 1.336 86180000 SR A1A Broward 4 0.000 2.964 2.964 86190000 SR-823/FLAMINGO ROAD Broward 4 2.384 10.897 8.513 86190500 RED RD Broward 4 0.000 1.998 1.998 86200000 SR 858 / HALLANDALE BEACH BLVD Broward 4 0.000 5.429 5.429 86210000 SR 736/DAVIE BLVD Broward 4 0.000 4.033 4.033

44 Page A.12 Table A2. List of Florida State Highways Lane Miles Roadway ID Roadway County District Beginning Milepost Ending Milepost Length 86220000 SR 817/UNIVERSITY DR Broward 4 0.000 21.003 21.003 86230000 SR822/SHERIDAN ST Broward 4 0.000 5.792 5.792 86470000 TURNPIKE: MIAMI DADE-PALM BEACH Broward 4 0.000 25.912 25.912 86471000 HEFT: MIAMI DADE-TURNPIKE Broward 4 0.000 7.706 7.706 86472000 SR 869;SAWGRASS EXPY Broward 4 0.000 21.835 21.835 Broward Total 460.134 88003000 17 ST Indian River 4 0.000 1.978 1.978 88010000 FEDERAL HWY Indian River 4 0.000 22.269 22.269 88050000 85 ST/WABASSO BEACH RD Indian River 4 5.879 8.485 2.606 88060000 SR 60/20 ST Indian River 4 33.103 33.592 0.489 88060000 SR 60/20 ST Indian River 4 31.172 31.754 0.582 88060000 SR 60/20 ST Indian River 4 30.868 31.172 0.304 88060000 SR 60/20 ST Indian River 4 29.588 30.868 1.280 88060000 SR 60/20 ST Indian River 4 0.000 29.588 29.588 88060000 SR 60/20 ST Indian River 4 31.754 33.103 1.349 88060001 20 PL/20 ST Indian River 4 0.000 1.364 1.364 88060009 11 AVE Indian River 4 0.057 0.114 0.057 88070000 SR A1A Indian River 4 0.000 22.665 22.665 88081000 I-95 Indian River 4 0.000 19.198 19.198 88470000 TURNPIKE Indian River 4 0.000 7.992 7.992 88470000 TURNPIKE Indian River 4 15.464 17.452 1.988 Indian River Total 113.709 89010000 FEDERAL HWY Martin 4 20.880 24.476 3.596 89010000 FEDERAL HWY Martin 4 0.000 19.558 19.558 89015000 FEDERAL HWY Martin 4 0.000 1.171 1.171 89020000 SW WARFIELD BLVD Martin 4 0.552 6.124 5.572 89030000 DIXIE HWY/INDIAN RIVR DR/JENSEN BCH CSWY Martin 4 26.600 28.552 1.952 89040000 NE OCEAN BLVD Martin 4 8.142 8.630 0.488 89040000 NE OCEAN BLVD Martin 4 1.765 8.142 6.377 89050000 SW CONNERS HWY Martin 4 0.000 12.333 12.333 89060000 S KANNER HWY Martin 4 0.000 31.504 31.504 89070000 SW WARFIELD BLVD Martin 4 0.000 17.722 17.722 89090000 SW MARTIN HWY Martin 4 13.849 14.660 0.811 89090000 SW MARTIN HWY Martin 4 5.222 11.154 5.932 89091000 SW MARTIN DOWNS BLVD Martin 4 0.000 2.475 2.475 89092000 SE MONTEREY RD Martin 4 0.000 0.256 0.256 89092000 SE MONTEREY RD Martin 4 0.256 3.166 2.910 89095000 I-95 Martin 4 0.000 24.835 24.835 89470000 TURNPIKE: PALM BEACH-ST LUCIE Martin 4 0.000 20.249 20.249 89530000 JENSEN BEACH BLVD Martin 4 0.000 2.213 2.213 Martin Total 159.954 93001000 SR 786/PGA BLVD Palm Beach 4 0.000 6.600 6.600 93001000 SR 786/PGA BLVD Palm Beach 4 6.600 8.647 2.047 93002000 SR800/SPANISH RV BL Palm Beach 4 0.000 0.574 0.574 93004000 SR808/GLADES RD Palm Beach 4 0.000 7.615 7.615 93005000 SR794/YAMATO ROAD Palm Beach 4 0.000 2.780 2.780 93006000 SR 807 / CONGRESS AVE Palm Beach 4 2.078 5.872 3.794 93006100 CONGRESS EXTENSION Palm Beach 4 0.000 1.015 1.015 93010000 US1/SR5/FEDERAL HWY Palm Beach 4 0.000 18.749 18.749 93010101 SR-5/US-1 (5TH.AVE.) Palm Beach 4 0.000 2.377 2.377 93012000 SR 708 / BLUE HERON BLVD Palm Beach 4 0.000 0.936 0.936 93012000 SR 708 / BLUE HERON BLVD Palm Beach 4 0.936 3.682 2.746 93016000 SR882/FOREST HILL BL Palm Beach 4 0.000 9.233 9.233 93020000 US 1/SR 5 Palm Beach 4 0.000 3.651 3.651 93020000 US 1/SR 5 Palm Beach 4 12.717 14.539 1.822 93020000 US 1/SR 5 Palm Beach 4 9.237 12.127 2.890 93020001 US1 /SR 5/ DIXIE HWY /SB Palm Beach 4 1.238 2.356 1.118 93020001 US1 /SR 5/ DIXIE HWY /SB Palm Beach 4 0.000 0.413 0.413 93020002 SR 5/24TH. STREET Palm Beach 4 0.000 0.291 0.291 93020100 QUADRILLE BLVD Palm Beach 4 0.000 0.960 0.960 93020500 US 1 SKYPASS BRIDGE Palm Beach 4 0.000 0.571 0.571 93026000 POWERLINE RD/SR845 Palm Beach 4 0.000 3.000 3.000 93030000 SR806/ATLANTIC AVE Palm Beach 4 8.582 9.180 0.598 93030000 SR806/ATLANTIC AVE Palm Beach 4 0.000 8.270 8.270 93040000 FEDERAL HWY/US1/SR5 Palm Beach 4 0.000 12.411 12.411 93050000 SR805/DIXIE HWY Palm Beach 4 0.000 6.844 6.844 93060000 SR A1A Palm Beach 4 0.000 28.885 28.885 93060101 SR A1A / S COUNTY RD SB ONEWAY Palm Beach 4 0.000 0.145 0.145 93070000 SR-809/MILITARY TR Palm Beach 4 20.359 24.491 4.132

45 Page A.13 Table A2. List of Florida State Highways Lane Miles Roadway ID Roadway County District Beginning Milepost Ending Milepost Length 93080000 SR A1A Palm Beach 4 0.000 6.207 6.207 93090000 SR 850 AND SR 811 Palm Beach 4 0.000 11.702 11.702 93100000 US-27/HENDRY-PALM BEACH RD E Palm Beach 4 0.000 12.599 12.599 93110000 E PALM BEACH RD / SR 80 / CR 880 Palm Beach 4 0.000 4.473 4.473 93110001 SR 80 NEW ALIGNMENT Palm Beach 4 0.000 18.246 18.246 93120000 SR 80/US 98 & 441 Palm Beach 4 0.228 21.945 21.717 93121000 SR 812 Palm Beach 4 0.000 1.054 1.054 93130000 SR 15,US 441/SR 80 Palm Beach 4 0.000 14.265 14.265 93140000 CONNERS HWY: CR-880-MARTIN Palm Beach 4 5.017 26.288 21.271 93140001 SR 700 REALIGNMENT Palm Beach 4 0.560 0.848 0.288 93150000 MILITARY TRAIL/S809 Palm Beach 4 7.021 11.070 4.049 93150000 MILITARY TRAIL/S809 Palm Beach 4 0.000 7.021 7.021 93160000 US-27: BROWARD-PALM BEACH RD E Palm Beach 4 0.000 26.176 26.176 93170000 SR 717/CANAL ST Palm Beach 4 0.000 0.540 0.540 93170000 SR 717/CANAL ST Palm Beach 4 0.580 1.727 1.147 93180000 SR802/LAKE WORTH RD Palm Beach 4 0.000 10.313 10.313 93180001 SR-802/LUCERNE AVE WB Palm Beach 4 0.000 1.167 1.167 93180100 LAKE WORTH RD ROUNDABOUT Palm Beach 4 0.000 0.098 0.098 93190000 SR-706/INDIANTOWN RD Palm Beach 4 12.081 16.859 4.778 93200000 SR804/BOYNTON BCH BV Palm Beach 4 9.235 9.843 0.608 93200000 SR804/BOYNTON BCH BV Palm Beach 4 0.000 9.127 9.127 93210000 SR 7 Palm Beach 4 0.000 24.285 24.285 93220000 I-95: BROWARD-MARTIN Palm Beach 4 0.000 46.018 46.018 93230000 SR 729 / STATEMARKET RD Palm Beach 4 0.000 2.290 2.290 93270000 SR 7 Palm Beach 4 0.000 2.008 2.008 93280000 SR704/OKEECHOBEE BLV Palm Beach 4 0.000 10.199 10.199 93280001 SR704/JESSAMINE/WB Palm Beach 4 0.000 0.522 0.522 93290000 SR 715/BACOM PT RD Palm Beach 4 0.000 12.072 12.072 93310000 SR 710/BEELINE/INLET Palm Beach 4 0.000 23.655 23.655 93470000 TURNPIKE: BROWARD-MARTIN Palm Beach 4 0.000 44.561 44.561 Palm Beach Total 476.923 94001000 I-95 St Lucie 4 0.000 27.259 27.259 94003000 KINGS HWY St Lucie 4 0.000 10.198 10.198 94004000 INDRIO RD St Lucie 4 0.000 3.584 3.584 94005000 N/S 25 ST St Lucie 4 0.000 6.168 6.168 94006000 ST LUCIE BLVD St Lucie 4 0.000 0.569 0.569 94009000 EMERSON AVE St Lucie 4 0.000 2.525 2.525 94010000 FEDERAL HWY St Lucie 4 0.000 21.451 21.451 94030000 OKEECHOBEE RD/VIRGINIA AVE St Lucie 4 0.000 25.225 25.225 94050000 OCEAN DR/SEAWAY DR St Lucie 4 16.711 17.957 1.246 94050000 OCEAN DR/SEAWAY DR St Lucie 4 0.000 16.711 16.711 94060000 ATLANTIC BEACH BLVD St Lucie 4 0.000 7.709 7.709 94070000 ORANGE AVE St Lucie 4 17.174 21.669 4.495 94120000 SW GATLIN BLVD/SW PORT ST LUCIE BLVD St Lucie 4 4.931 9.286 4.355 94470000 TURNPIKE: MARTIN-INDIAN RIVER St Lucie 4 0.000 34.959 34.959 St Lucie Total 166.454 11002000 SR-44 IN LEESBURG Lake 5 4.402 4.514 0.112 11002000 SR-44 IN LEESBURG Lake 5 0.000 4.402 4.402 11010000 SR 44 / MAIN ST / SR 500 Lake 5 6.313 23.290 16.977 11010000 SR 44 / MAIN ST / SR 500 Lake 5 6.035 6.178 0.143 11010000 SR 44 / MAIN ST / SR 500 Lake 5 0.000 2.365 2.365 11010047 US 441/SR 500 FROM FRONTAGE RD TO SR 44 Lake 5 0.091 2.463 2.372 11020000 SR 33 / CR 33 Lake 5 0.000 16.296 16.296 11020002 SR 33 / SR 50 Lake 5 0.000 0.764 0.764 11040000 25,500;C 33 TO C 25A Lake 5 0.000 11.557 11.557 11040100 US 27 FROM SR 25 S GORE TO SR 500 N GORE Lake 5 0.000 0.234 0.234 11050000 19,44;SR19 TO SR500 Lake 5 11.178 14.215 3.037 11050101 SB-BEG.AT MP 11.256 Lake 5 0.000 1.563 1.563 11060000 SR-19 & SR-48 Lake 5 14.150 14.982 0.832 11070000 SR-50/E W MYERS BLVD Lake 5 6.764 18.679 11.915 11070000 SR-50/E W MYERS BLVD Lake 5 0.000 4.293 4.293 11080000 SR19;CR48 TO CR561 Lake 5 0.000 4.822 4.822 11090000 SR-19 Lake 5 30.136 32.049 1.913 11100000 SR-19 Lake 5 0.000 12.772 12.772 11110000 ORANGE AVE / SR 44 Lake 5 3.170 24.078 20.908 11130000 SR46;SR500-SEMINOLE Lake 5 0.603 13.782 13.179 11140000 SR40 MAR TO VOLUSIA Lake 5 0.000 7.796 7.796 11170000 SR 19 FROM SR 33 / 50 TO CENTRAL AVE Lake 5 0.000 12.465 12.465 11170001 SR19 EB SR50 TO WB50 Lake 5 0.000 0.053 0.053

46 Page A.14 Table A2. List of Florida State Highways Lane Miles Roadway ID Roadway County District Beginning Milepost Ending Milepost Length 11190000 SR19/S.OF C445 TO CL Lake 5 0.569 9.725 9.156 11200000 SR-25 FROM POLK CO LINE TO CR-33 Lake 5 0.000 33.710 33.710 11210000 US-192: SR-25-ORANGE Lake 5 0.290 1.301 1.011 11230000 US-27/441: TEAGUE TRL-SUMTER Lake 5 0.000 2.738 2.738 11240001 SR.500A Lake 5 0.000 0.270 0.270 11240002 SR. 500-A Lake 5 0.000 0.038 0.038 11470000 TURNPIKE: ORANGE-SUMTER Lake 5 0.000 23.876 23.876 11683000 SR. 44 Lake 5 0.000 2.110 2.110 Lake Total 223.679 18010000 US301 SR 35/HERNANDO LINE TO MARION LINE Sumter 5 0.000 24.055 24.055 18010000 US301 SR 35/HERNANDO LINE TO MARION LINE Sumter 5 24.526 30.255 5.729 18010100 US 301 REALIGNMENT AT RAILROAD BRIDGE Sumter 5 0.000 0.478 0.478 18020000 SR50;SR471 TO LAKE Sumter 5 0.000 6.421 6.421 18030000 SR 50/471 FROM HERNANDO CO LINE TO SR 35 Sumter 5 0.000 17.962 17.962 18060000 SR48 SR475 FROM CITRUS CO LINE TO SR 50 Sumter 5 8.085 10.252 2.167 18070000 SR44;CITRUS TO LAKE Sumter 5 0.000 17.957 17.957 18110000 SR471;POLK TO SR50 Sumter 5 0.000 16.727 16.727 18120000 US-27/441: LAKE-MARION Sumter 5 0.000 1.016 1.016 18130000 I-75;HERN TO MARN Sumter 5 0.000 28.996 28.996 18470000 TURNPIKE: LAKE-I-75 Sumter 5 0.000 10.670 10.670 Sumter Total 132.178 36001000 SR25;NO.25A TO 25A Marion 5 0.000 14.221 14.221 36002000 US 301/SR 200 FROM US 441 TO CR 200A Marion 5 0.000 4.727 4.727 36004000 SR 464 FROM SR 200 TO SR 35 Marion 5 0.000 7.213 7.213 36008000 NW 10TH/NE 14TH ST Marion 5 0.000 3.737 3.737 36009000 SR-35; SR25 TO SR40 Marion 5 0.000 10.843 10.843 36010000 S CR-25/US-27/301/441/SE PINE AVE Marion 5 14.347 24.959 10.612 36030000 SR25;SR200 TO ALACH Marion 5 16.399 22.764 6.365 36030000 SR25;SR200 TO ALACH Marion 5 0.000 2.606 2.606 36040000 CR200A/SR200 FROM US441 TO ALACHUA LINE Marion 5 14.143 16.652 2.509 36050000 US-301: SUMTER CO-ABSHIER BLVD Marion 5 0.000 6.866 6.866 36060000 US-41 N S/WILLIAMS ST Marion 5 0.000 11.928 11.928 36070000 500; LEVY TO 25/500 Marion 5 0.000 20.700 20.700 36080000 E SR-40/E W SILVER SPGS BLVD Marion 5 0.000 32.206 32.206 36090000 SR19 FROM LAKE CO LINE TO PUTNAM CO LINE Marion 5 3.868 17.448 13.580 36090000 SR19 FROM LAKE CO LINE TO PUTNAM CO LINE Marion 5 0.000 3.057 3.057 36090100 SR 19 RE-ALIGNMENT AT JUNIPER CREEK Marion 5 0.000 0.811 0.811 36100000 SW SR-200/COLLEGE RD/SW COLLEGE RD Marion 5 0.000 18.391 18.391 36110000 SR 40 FROM SR 45 TO SR 25 Marion 5 6.600 26.351 19.751 36110500 SR 40 NEW ALIGNMENT Marion 5 0.000 0.358 0.358 36180000 W CR-326/SR-326/NW 77 ST Marion 5 12.560 14.003 1.443 36180001 SR- 326 Marion 5 0.000 1.674 1.674 36210000 SR-93/I-75 Marion 5 0.000 38.282 38.282 36220000 US-27/441/ABSHIER BLVD Marion 5 0.000 8.760 8.760 36518000 SR 326 Marion 5 0.000 8.460 8.460 Marion Total 249.100 70001000 SR 405 & CR-405 COLUMBIA BOULEVARD Brevard 5 0.000 4.406 4.406 70002000 SR-406; SR-9-TO-SR-5 Brevard 5 0.000 2.949 2.949 70004000 SR404; C509 TO A1A Brevard 5 0.451 4.590 4.139 70008000 SR513;SR518 TO SR404 Brevard 5 0.000 5.253 5.253 70010000 US 1 FROM INDIAN RIV CO LINE TO SR500 Brevard 5 0.000 17.198 17.198 70011000 SR501(503A) 520-524 Brevard 5 0.000 3.358 3.358 70012000 BABCOCK STREET Brevard 5 0.000 5.528 5.528 70014000 SR519; I95 TO SR-520 Brevard 5 0.000 4.604 4.604 70020000 SR-5;SR-500 TO SR-50 Brevard 5 0.000 35.699 35.699 70022000 NASA BLVD Brevard 5 38.636 40.000 1.364 70030000 SR5;SR50-TO-VOLUSIA Brevard 5 0.000 17.528 17.528 70030101 SR-5/US-1 SB ONE WAY Brevard 5 0.000 1.397 1.397 70050000 US-192/MELBOURNE CSWY/STRAWBRIDGE AVE Brevard 5 0.000 18.478 18.478 70050001 SR 500 Brevard 5 0.000 0.228 0.228 70060000 AIA;INDIAN RIV-SR520 Brevard 5 0.000 36.148 36.148 70060001 ORLANDO AVE. Brevard 5 0.000 2.975 2.975 70070000 524,528;SR520 TO 401 Brevard 5 0.000 12.968 12.968 70070002 INDUSTRY RD Brevard 5 0.000 0.381 0.381 70080000 AIA,401;SR520-TO-KSC Brevard 5 0.000 6.314 6.314 70100000 SR520; ORANGE TO A1A Brevard 5 0.000 16.316 16.316 70100001 WILLARD ST Brevard 5 0.000 1.142 1.142 70110000 SR50;ORANGE CO-SR5 Brevard 5 0.000 8.540 8.540 70120000 SR518;I95 TO SRA-1-A Brevard 5 0.000 0.506 0.506

47 Page A.15 Table A2. List of Florida State Highways Lane Miles Roadway ID Roadway County District Beginning Milepost Ending Milepost Length 70120000 SR518;I95 TO SRA-1-A Brevard 5 0.923 2.258 1.335 70120000 SR518;I95 TO SRA-1-A Brevard 5 5.257 8.398 3.141 70120001 SR-518 WB FROM SR-518 EB TO US-1 Brevard 5 0.000 0.445 0.445 70120003 SR 5054/SR 518 TO SARNO RD Brevard 5 0.000 0.049 0.049 70120004 SR 518 EAU GALLE BLV Brevard 5 0.000 4.452 4.452 70140000 SR3;SR 520 TO KSC Brevard 5 0.000 3.400 3.400 70140000 SR3;SR 520 TO KSC Brevard 5 3.400 3.869 0.469 70140000 SR3;SR 520 TO KSC Brevard 5 3.869 9.755 5.886 70150000 SR-46: VOLUSIA-US-1 Brevard 5 0.000 7.392 7.392 70160000 SR405;SR-50 TO SR-5 Brevard 5 0.000 5.422 5.422 70160001 SR 406 / A MAX BREWER MEMORIAL PKWY Brevard 5 1.114 1.732 0.618 70160002SR 406/A MAX BREWER MEM PKWY REALIGNMENT Brevard 5 0.000 0.784 0.784 70180000 SR-514 FROM SR-9 TO SR-5 Brevard 5 2.480 6.742 4.262 70220000 I-95: INDIAN RIVER-SR-520 Brevard 5 0.000 41.517 41.517 70225000 I-95: SR-520-VOLUSIA Brevard 5 0.000 31.190 31.190 70470000 SR-528 FROM ORANGE CO LINE TO SR-524 Brevard 5 0.000 9.956 9.956 70470100 SR-528 WB AT SR-407 INTERCHANGE Brevard 5 0.000 0.908 0.908 70471000 SR-407 FROM SR-528 TO SR-405 Brevard 5 0.000 6.788 6.788 Brevard Total 335.433 73001000 I-95(SR-9)VOL-STJOHN Flagler 5 0.000 18.729 18.729 73010000 SR5;VOLUS-ST JOHNS Flagler 5 0.000 23.673 23.673 73020000 SR100;SR5 TO A-1-A Flagler 5 0.000 8.191 8.191 73030000 SRA-1-A VOL-ST JOHNS Flagler 5 17.450 18.595 1.145 73030000 SRA-1-A VOL-ST JOHNS Flagler 5 0.000 16.545 16.545 73030001 A1A REALIGNMENT Flagler 5 0.000 0.940 0.940 73040000 SR 20 / SR 100 Flagler 5 0.000 17.684 17.684 73050000 SR 11 / VOLUSIA COUNTY LINE TO SR 5 Flagler 5 0.000 15.477 15.477 Flagler Total 102.384 75002000 SAND LAKE RD/MCCOY RD/BEACHLINE EXPY Orange 5 0.000 30.320 30.320 75003000 SR436;SR528 TO SEM Orange 5 0.000 11.056 11.056 75003001 AIRPORT BLVD NB Orange 5 0.000 0.486 0.486 75003002 AIRPORT BLVD SB Orange 5 0.000 0.545 0.545 75006000 SR426;SR400-SR527 Orange 5 0.000 1.637 1.637 75006001 SR426;SR424 TO SR400 Orange 5 0.000 1.036 1.036 75008000 SR-408 FROM BRIDGE AT KIRKMAN TO SR-408 Orange 5 0.382 11.822 11.440 75008160 SR-408 FROM SR-408 TO CHALLENGER PKWY Orange 5 0.000 6.193 6.193 75008170 SR-408: KIRKMAN RD-OLD WINTER GARDEN RD Orange 5 1.440 1.590 0.150 75008170 SR-408: KIRKMAN RD-OLD WINTER GARDEN RD Orange 5 1.590 5.132 3.542 75008170 SR-408: KIRKMAN RD-OLD WINTER GARDEN RD Orange 5 1.417 1.440 0.023 75010000 SR500; OSCEOLA-SR 50 Orange 5 0.000 14.201 14.201 75011000 SR 414 FROM LAKE DESTINY TO SR 15/SR 600 Orange 5 0.000 2.422 2.422 75011001 SR-414;MAITLAND BLVD Orange 5 38.442 40.000 1.558 75011002 SR 414 / MAITLAND BLVD Orange 5 36.206 36.781 0.575 75012000 SR-552; SR15 - SR551 Orange 5 0.000 2.639 2.639 75020000 SR500;SR50 TO LAKE Orange 5 7.621 22.865 15.244 75020000 SR500;SR50 TO LAKE Orange 5 0.000 7.274 7.274 75020001 SB ONE WAY @ SR 436 Orange 5 0.000 0.207 0.207 75030000 SR15&600,526;500-SEM Orange 5 0.000 2.118 2.118 75030000 SR15&600,526;500-SEM Orange 5 2.118 2.622 0.504 75030000 SR15&600,526;500-SEM Orange 5 2.622 8.705 6.083 75030101 SR 526/ SB Orange 5 0.000 0.183 0.183 75035000 SR 535/CR 535 WINTERGARDEN VINELAND RD Orange 5 0.000 0.159 0.159 75035001 KISSIMMEE VINELND RD: OSCEOLA-I-4 Orange 5 0.000 2.314 2.314 75037000 SR434; SR50-SEM. CL. Orange 5 0.000 3.126 3.126 75039000 EPCOT CENTER DR. Orange 5 0.000 2.034 2.034 75040000 SR-527 AND SR-426 Orange 5 18.125 18.455 0.330 75040000 SR-527 AND SR-426 Orange 5 14.819 17.387 2.568 75040000 SR-527 AND SR-426 Orange 5 7.649 13.289 5.640 75040101 ORANGE AVE,1 WAY SB Orange 5 0.000 1.175 1.175 75040102 ORANGE AVE.,1 WAY SB Orange 5 0.000 0.511 0.511 75050000 W COLONIAL DR/MARTIN LUTHER KING B Orange 5 0.000 15.977 15.977 75060000 SR50;SR500 TO BREV. Orange 5 0.000 29.005 29.005 75080000 SR 15 FROM SR 528 TO CR 527 Orange 5 9.017 19.015 9.998 75080101 ANDERSON ST Orange 5 0.802 2.190 1.388 75080102 MILLS AVE Orange 5 0.000 0.721 0.721 75080103 MILLS & THORNTON ST. Orange 5 0.000 0.529 0.529 75090000 426;PARK AV-SEMINOLE Orange 5 0.000 4.537 4.537 75120000 SR436;SR500-SEMINOLE Orange 5 0.202 2.200 1.998 75120001 SR 436 FROM 441 TO SHEELER Orange 5 0.000 0.348 0.348

48 Page A.16 Table A2. List of Florida State Highways Lane Miles Roadway ID Roadway County District Beginning Milepost Ending Milepost Length 75120003 WB SR 436 TO NB US 441 Orange 5 0.000 0.152 0.152 75130000 SR 526 FROM SR 15 TO CR 526 Orange 5 0.000 1.006 1.006 75130100 SR 526 FROM PRIMROSE AVE TO CR 526 Orange 5 0.000 0.182 0.182 75140000 SR520;SR50-BREVARD Orange 5 0.000 18.206 18.206 75180000 SR-437 & CR-437 Orange 5 0.000 0.106 0.106 75190000 SR423;SR50-US17/92 Orange 5 3.211 9.864 6.653 75190001 JOHN YOUNG PARKWAY Orange 5 39.120 40.000 0.880 75200000 SR551;SR15 TO SR426 Orange 5 0.491 8.940 8.449 75200000 SR551;SR15 TO SR426 Orange 5 0.000 0.265 0.265 75205000 SR 551:PALMETTO AVE Orange 5 0.000 0.336 0.336 75220000 SR530;LAKE - OSCEOLA Orange 5 0.000 1.726 1.726 75230000 SR438,439;SR545-SR50 Orange 5 6.752 7.151 0.399 75242000 SR-434/JOHN YOUNG PWKY EXTENSION Orange 5 0.000 1.242 1.242 75250000 SR438;SR437 TO SR500 Orange 5 0.000 2.533 2.533 75250000 SR438;SR437 TO SR500 Orange 5 3.082 9.010 5.928 75250001 SR 438 / PRINCETON ST Orange 5 0.000 0.226 0.226 75250002 SMITH ST Orange 5 0.923 1.015 0.092 75250003 SR-438 REALIGNMENT Orange 5 0.000 0.524 0.524 75251000 NEW ALIGNMENT SR-438 Orange 5 0.000 2.165 2.165 75260000 SR-424/SR-434 Orange 5 2.272 6.967 4.695 75270000 SR435;SR482 TO SR50 Orange 5 0.000 7.101 7.101 75280000 SR400;OSCE.- SEMIN. Orange 5 0.000 24.673 24.673 75300000 SR-417/FROM SR-528 RAMP TO SEMINOLE CO Orange 5 0.000 11.501 11.501 75301000 SR-417: INTERNATIONAL DR-BEACHLINE Orange 5 0.000 20.017 20.017 75320000 SR-429: SEIDEL RD-ORANGE BLOSSOM TRL Orange 5 38.132 40.000 1.868 75320000 SR-429: SEIDEL RD-ORANGE BLOSSOM TRL Orange 5 18.000 36.536 18.536 75320100 SR-429 WESTERN BELTWAY Orange 5 0.667 1.371 0.704 75320100 SR-429 WESTERN BELTWAY Orange 5 0.000 0.667 0.667 75340000 SR-414/SR-429 MAITLAND BLVD Orange 5 0.000 5.662 5.662 75340000 SR-414/SR-429 MAITLAND BLVD Orange 5 5.662 9.621 3.959 75470000 TURNPIKE: OSCEOLA-LAKE Orange 5 0.000 24.913 24.913 75471000 BEACHLINE: I-4-MCCORY RD Orange 5 0.000 8.421 8.421 75472000 SR-417: OSCEOLA-SR-417 Orange 5 0.000 2.192 2.192 75473000 SR-429: OSCEOLA-SEIDEL RD Orange 5 0.000 5.325 5.325 75474000 SR-408: TURNPIKE-OLD WINTER GARDEN RD Orange 5 0.000 0.759 0.759 75475000 SR-528 FROM SR-520 TO BREVARD CO LINE Orange 5 0.000 4.957 4.957 Orange Total 398.814 77002000 SR-414 Seminole 5 36.781 38.442 1.661 77010000 US-17/92/ORLANDO AVE/FRENCH AVE Seminole 5 0.000 16.929 16.929 77010101 US-17/92: I-4-VOLUSIA Seminole 5 0.000 0.521 0.521 77020000 SR500;ORANGE-ORANGE Seminole 5 0.000 0.347 0.347 77030000 SR46;LAKE C.L.-SR15 Seminole 5 0.072 8.929 8.857 77040000 SR 46 FROM SR 15 TO VOLUSIA CO LINE Seminole 5 0.000 5.295 5.295 77040000 SR 46 FROM SR 15 TO VOLUSIA CO LINE Seminole 5 6.480 16.100 9.620 77040100 SR 46 FROM RET POND ENT TO OSCEOLA RD Seminole 5 0.000 1.177 1.177 77060000 SR 426 / CR 426 Seminole 5 0.000 6.992 6.992 77070000 SR434;SR15-SR426 Seminole 5 8.259 9.465 1.206 77070000 SR434;SR15-SR426 Seminole 5 0.000 2.543 2.543 77070000 SR434;SR15-SR426 Seminole 5 5.538 7.889 2.351 77070001 SR 434:REALIGNMENT Seminole 5 0.000 0.355 0.355 77070002 SR434/SANFORD OVIEDO RD TO TUSKAWILLA RD Seminole 5 0.000 2.020 2.020 77070003 SR 419/434 Seminole 5 0.000 0.855 0.855 77080000 SR436;ORANGE-ORANGE Seminole 5 0.000 11.585 11.585 77120000 434; SR436 TO SR419 Seminole 5 1.882 11.282 9.400 77120001 434; ORANGE TO SR436 Seminole 5 0.000 1.795 1.795 77160000 I-4 / SR-400 Seminole 5 0.000 14.135 14.135 77161000 415; SR46 TO VOLUSIA Seminole 5 0.000 0.897 0.897 77170000 SR 434/ORANGE CO LINE TO BROADWAY AVE Seminole 5 0.000 4.058 4.058 77170100 SR 434/BROADWAY AVE TO NB CENTRAL AVE Seminole 5 0.000 0.089 0.089 77470000 SR-417: ORANGE-I-4 Seminole 5 0.000 17.445 17.445 Seminole Total 120.133 79001000 SR400;SR9-SR5 Volusia 5 0.000 4.216 4.216 79002000 I-95/ BREVARD CO LINE TO FLAGLER CO LINE Volusia 5 0.000 45.742 45.742 79010000 SR5;BREV CL-SR600 Volusia 5 0.000 32.696 32.696 79030000 SR5;SR600-FLAG CL Volusia 5 0.000 12.803 12.803 79040000 15/600; SEM TO SR600 Volusia 5 0.477 15.172 14.695 79040101 REALIGNMENT OF 79040 Volusia 5 0.000 0.411 0.411 79050000 15; SR600 TO PUTNAM Volusia 5 0.000 25.873 25.873 79060000 SR 600 FROM SR15 TO SR 5 Volusia 5 0.000 20.766 20.766

49 Page A.17 Table A2. List of Florida State Highways Lane Miles Roadway ID Roadway County District Beginning Milepost Ending Milepost Length 79070000 SR 44 Volusia 5 0.000 1.193 1.193 79070000 SR 44 Volusia 5 9.085 9.651 0.566 79070000 SR 44 Volusia 5 2.454 8.773 6.319 79070000 SR 44 Volusia 5 10.200 31.310 21.110 79070001 BUS.44; SR44 TO SR44 Volusia 5 0.000 0.934 0.934 79070002 SR44/CONNTO CANAL ST Volusia 5 0.000 0.142 0.142 79070005 SR-44 REALIGNMENT Volusia 5 0.000 1.261 1.261 79070006 SR 44 NEW ALIGNMENT Volusia 5 0.000 0.940 0.940 79070009 SR 44 NEW ALIGNMENT Volusia 5 0.000 0.511 0.511 79080000 A1A; SR-5 TO FLAGLER Volusia 5 0.000 0.230 0.230 79080000 A1A; SR-5 TO FLAGLER Volusia 5 1.059 16.726 15.667 79080001 US 92 BRIDGE Volusia 5 0.000 0.770 0.770 79090000 SR-11: US-17-FLAGLER Volusia 5 0.000 14.316 14.316 79100000 SR 40 / LAKE COUNTY LINE TO SR 5 Volusia 5 0.000 30.240 30.240 79110000 SR400;SEM-SR9 Volusia 5 0.000 28.020 28.020 79120000 SR415;SEM CL-CR4118 Volusia 5 0.000 17.590 17.590 79140000 SR46;BREV.CO-SEM CO. Volusia 5 0.000 5.436 5.436 79150000 SR40;SR5-SRA-1-A Volusia 5 0.000 1.481 1.481 79160000 15A; 15/600 TO SR-15 Volusia 5 0.000 6.899 6.899 79170000 SR 44 / N CAUSEWAY Volusia 5 0.000 1.000 1.000 79170100 SR 44 / N CAUSEWAY REALIGNMENT Volusia 5 0.000 0.437 0.437 79180000 SR A1A / SR 5 TO SR 600 Volusia 5 0.000 6.601 6.601 79181000 SR. 472 Volusia 5 0.376 3.782 3.406 79190000 SR5A;SR5-SR5 Volusia 5 9.791 10.389 0.598 79190000 SR5A;SR5-SR5 Volusia 5 0.000 9.619 9.619 79190000 SR5A;SR5-SR5 Volusia 5 10.640 15.606 4.966 79190005 SR 5A 3RD ST / FROM NOVA RD TO NOVA RD Volusia 5 0.000 0.022 0.022 79190006 SR 5A REALIGNMENT Volusia 5 0.000 1.030 1.030 79190007 NOVA RD TO SR5A Volusia 5 0.000 0.140 0.140 79210000 CR & SR 442 Volusia 5 0.192 3.972 3.780 79220000 430; SR483 TO SR-A1A Volusia 5 0.000 2.370 2.370 79220001 SR430;N.BEACH TO A1A Volusia 5 0.000 0.983 0.983 79220002 SR430;A1A TO N BEACH Volusia 5 0.000 0.997 0.997 79230000 SR 421 FROM W OF WILLIAMSON BLVD TO SR 5 Volusia 5 0.000 4.001 4.001 79260000 SR441 A-1-A T0 600 Volusia 5 0.000 5.409 5.409 79270000 SR483-SR400 TO SR430 Volusia 5 0.000 3.377 3.377 Volusia Total 359.563 92010000 S ORANGE BLOSSOM TRL/JOHN YOUNG PKWY Osceola 5 0.000 0.536 0.536 92010000 S ORANGE BLOSSOM TRL/JOHN YOUNG PKWY Osceola 5 1.915 10.298 8.383 92010000 S ORANGE BLOSSOM TRL/JOHN YOUNG PKWY Osceola 5 11.764 14.750 2.986 92010100 SR 500 & SR 600 NEW ALIGNMENT Osceola 5 0.000 1.354 1.354 92030000 E BRONSON HWY/13 ST/VINE ST Osceola 5 0.000 38.145 38.145 92040000 535; SR 530 TO ORANG Osceola 5 0.000 1.147 1.147 92060000 SR15;OK'CHOBEE-SR500 Osceola 5 0.000 38.033 38.033 92070000 SR60;POLK-INDIAN RIV Osceola 5 0.113 21.890 21.777 92090000 US-192/VINE ST Osceola 5 0.000 15.386 15.386 92130000 I-4/SR-400 Osceola 5 0.000 7.885 7.885 92470000 TURNPIKE: INDIAN RIVER-CANOE CREEK RD Osceola 5 0.000 17.972 17.972 92471000 TURNPIKE: CANOE CREEK RD-ORANGE Osceola 5 0.000 40.760 40.760 92472000 SR-417: I-4-ORANGE Osceola 5 0.000 2.906 2.906 92473000 SR-429: I-4-ORANGE Osceola 5 0.000 4.528 4.528 92550002 SR 600 / CR 525 / JOHN YOUNG PKWY Osceola 5 0.000 0.877 0.877 Osceola Total 202.675 87001000 SR 94/SW 88 ST/N KENDALL DR Dade 6 0.000 10.700 10.700 87002000 SR 823/W 4 AVE/RED RD/NW 57 AVE Dade 6 0.000 9.699 9.699 87003000 SR-112: 21 ST NW-I-195 Dade 6 0.000 4.132 4.132 87004000 SR-112/JULIA TUTTLE CSWY Dade 6 0.000 4.910 4.910 87005000 SR-874/DON SHULA EXPY Dade 6 0.000 7.034 7.034 87006000 SR 970/DOWNTOWN DISTRIBUTOR Dade 6 0.000 0.563 0.563 87008000 SR 916/NW 138 ST/NW 135 ST/NE 135 ST Dade 6 0.000 10.253 10.253 87008001 SR 916/OPA-LOCKA BLVD/NW 136 ST Dade 6 0.000 2.779 2.779 87010000 US 1/SR 5/SOUTH DIXIE HWY Dade 6 0.000 13.947 13.947 87012000 SR 847/NW 47 AVE Dade 6 0.000 2.144 2.144 87015000 SR 989/SW 112 AVE/ALLAPATTAH Dade 6 0.000 3.032 3.032 87016000 SR 112/ARTHUR GODFREY RD Dade 6 0.000 0.814 0.814 87017000 SR 913/SW 26 RD/SE 26 RD Dade 6 0.000 0.373 0.373 87018000 COUNTY LINE RD: 27 AVE NW-2 AVE NW Dade 6 0.000 2.534 2.534 87019000 SR 817/NW 27 AVE Dade 6 0.178 4.866 4.688 87019001 SR-817/NW 27 AVE Dade 6 0.000 0.178 0.178

50 Page A.18 Table A2. List of Florida State Highways Lane Miles Roadway ID Roadway County District Beginning Milepost Ending Milepost Length 87020000 US 1/SR 5/SOUTH DIXIE HWY/HOMESTEAD BLVD Dade 6 0.000 20.042 20.042 87020001 US 1/SR 5/SOUTH DIXIE HWY Dade 6 0.000 1.080 1.080 87021000 SR 878/SNAPPER CREEK EXPY Dade 6 0.000 2.658 2.658 87021011 SR 878/SNAPPER CREEK EXPY Dade 6 0.000 0.460 0.460 87026000 SR 860/MIAMI GARDENS DR Dade 6 0.000 9.311 9.311 87026005 SR 860/MIAMI GARDENS DR Dade 6 0.000 3.664 3.664 87027000 SR 969/NW 72 AVE/NW 12 ST/MILAM DAIRY RD Dade 6 0.000 5.406 5.406 87030000 US 1/SR 5 Dade 6 0.000 8.293 8.293 87030000 US 1/SR 5 Dade 6 10.221 25.464 15.243 87030001 US 1/SR 5/SE 2 ST/SE 2 AVE Dade 6 0.000 0.286 0.286 87034000 SR 915/NE 6 AVE Dade 6 0.000 5.867 5.867 87037000 SR 907/ALTON RD/NORTH ALTON RD/W 63 ST Dade 6 0.000 5.659 5.659 87037001 SR 907/ALTON RD Dade 6 0.000 0.408 0.408 87038000 SR-932/NW 103 ST/W 49 ST/E 49 ST/NE103ST Dade 6 0.000 9.700 9.700 87039000 SR 992/SW 152 ST/CORAL REEF DR Dade 6 0.000 2.462 2.462 87040101 SR 925/NW 3 AVE Dade 6 0.000 0.565 0.565 87040102 SR 925/NW 3 CT Dade 6 0.000 0.506 0.506 87044000 SR 976/SW 40 ST/BIRD RD Dade 6 0.000 8.466 8.466 87046000 SR 990/SW 104 ST/KILLIAN DR/SW 112 ST Dade 6 0.000 2.970 2.970 87047000 SR 973/SW 132 ST/SW 87 AVE/NW 87 AVE Dade 6 0.000 9.505 9.505 87048000 SR 960/NW 14 ST Dade 6 0.000 0.671 0.671 87052000 SR-924/NW 119 ST/NE 119 ST/GRATIGNY RD Dade 6 0.000 3.112 3.112 87053000 SR 968/W FLAGLER ST/E FLAGLER ST Dade 6 7.618 8.259 0.641 87053000 SR 968/W FLAGLER ST/E FLAGLER ST Dade 6 0.000 6.348 6.348 87053001 SR 968/SW 1 ST/SE 1 ST Dade 6 0.000 2.351 2.351 87053003 SR 968/W FLAGLER ST Dade 6 0.000 1.270 1.270 87053004 SR 968/W FLAGLER ST Dade 6 0.000 0.421 0.421 87054000 SR 972/SW 22 ST/SW 3 AVE/SW 13ST/SE 13ST Dade 6 0.508 4.672 4.164 87055000 SR 986/SW 72 ST/SUNSET DR Dade 6 0.905 5.800 4.895 87059000 SR-887/PORT OF MIAMI TUNNEL Dade 6 0.000 1.003 1.003 87060000 A1A Dade 6 0.000 17.717 17.717 87060001 SR A1A/HARDING AVE Dade 6 0.000 3.231 3.231 87060002 SR A1A/INDIAN CREEK DR Dade 6 0.000 1.034 1.034 87061000 SR 886/PORT BLVD Dade 6 0.000 0.826 0.826 87062000 SR 959/SW 57 AVE/NW 57 AVE/RED RD Dade 6 0.217 5.598 5.381 87066000 125 ST NE/123 ST NE/KANE CONCOURSE/96 ST Dade 6 4.546 5.548 1.002 87066000 125 ST NE/123 ST NE/KANE CONCOURSE/96 ST Dade 6 0.000 3.741 3.741 87070000 SR 997/SW 177 AVE/KROME AVE Dade 6 0.000 14.275 14.275 87072000 SR 985/SW 107 AVE/NW 107 AVE Dade 6 0.000 7.604 7.604 87075000 I-75: SR-924-BROWARD Dade 6 0.000 5.442 5.442 87080000 SR 934/NE 79 ST/79 ST CSWY/71 ST Dade 6 0.000 4.175 4.175 87080001 SR934/N BAYSHORE DR/NE82ST/NW82ST/NW81ST Dade 6 0.000 3.079 3.079 87080347 SR 934/NORMANDY DR Dade 6 0.000 1.042 1.042 87080900 SR 934/HIALEAH EXPY Dade 6 31.090 40.027 8.937 87085000 SR 933/SW 12 AVE/NW 12 AVE Dade 6 0.000 4.245 4.245 87090000 OKECHOBEE RD/36 ST NE NW Dade 6 0.000 19.882 19.882 87091000 SR 994/SW 200ST/SW 186ST/QUAIL ROOST DR Dade 6 0.000 8.058 8.058 87110000 TAMIAMI TRL: COLLIER-KROME AVE Dade 6 0.000 25.715 25.715 87120000 US 41/SR 90/SW 8ST/SE 8ST/TAMIAMI TRAIL Dade 6 0.000 18.147 18.147 87120001 US 41/SR 90/SE 7 ST/SW 7 ST/BEACOM BLVD Dade 6 0.000 2.998 2.998 87133000 SR 825/SW 137 AVE/LINDGREN RD Dade 6 0.000 2.544 2.544 87134000 SR 825/SW 137 AVE/NW 137 AVE Dade 6 0.000 1.470 1.470 87140000 US 441/SR 7/SW 8AV/NW 8AV/NW 7AV/NW 2AV Dade 6 0.000 14.680 14.680 87140001 SR 7/GOLDEN GLADES INTERCHANGE Dade 6 0.000 0.965 0.965 87150000 SR 997/SW 177 AVE/KROME AVE Dade 6 0.000 22.430 22.430 87160000 SW 376 ST/SW 192 AVE/SW 344 ST Dade 6 0.000 8.745 8.745 87170000 SR 826/NW 167 ST/NE 167 ST/NE 163 ST Dade 6 0.000 5.727 5.727 87170001 SR 826/SUNNY ISLES BLVD Dade 6 0.000 0.813 0.813 87190000 SR 909/W DIXIE HWY/NE 22 AVE Dade 6 0.597 3.767 3.170 87190000 SR 909/W DIXIE HWY/NE 22 AVE Dade 6 0.000 0.513 0.513 87200000 I-395/SR 836/DOLPHIN EXPY Dade 6 0.000 13.048 13.048 87201000 SR-836: NW 137 AVE-SR-836 Dade 6 0.000 3.156 3.156 87202000 SR-836: SR-836-137 AVE NW Dade 6 0.000 4.220 4.220 87210000 SR 856/WILLIAM LEHMAN CSWY Dade 6 0.000 1.704 1.704 87220000 SR 948/NW 36 ST/DORAL BLVD Dade 6 0.000 3.998 3.998 87240000 SR 9/SW 27 AVE/NW 27 AVE Dade 6 0.000 13.690 13.690 87240101 SR 9 Dade 6 0.000 0.098 0.098 87250000 SR 944/HIALEAH DR/NW 54 ST/NE 54 ST Dade 6 0.000 5.822 5.822 87260000 SR 826/PALMETTO EXPY/NW 7 AVE EXTENSION Dade 6 0.000 24.708 24.708

51 Page A.19 Table A2. List of Florida State Highways Lane Miles Roadway ID Roadway County District Beginning Milepost Ending Milepost Length 87270000 I-95: DIXIE HWY S-BROWARD Dade 6 0.000 17.260 17.260 87281000 SR 953/SW/NW 42 AV/SE/NE 8 AV/LEJEUNE RD Dade 6 0.000 11.735 11.735 87300000 SR-924: SR-826-119 ST NW Dade 6 0.000 5.378 5.378 87470000 TURNPIKE: SR-826-BROWARD Dade 6 0.000 3.342 3.342 87471000 HEFT: DIXIE HWY S-BROWARD Dade 6 0.284 40.150 39.866 Dade Total 580.820 90003000 SR A1A/S ROOSEVELT BLVD Monroe 6 0.000 2.895 2.895 90010000 US 1/SR 5/N ROOSEVELT BLVD Monroe 6 0.000 4.531 4.531 90020000 US 1/SR 5/OVERSEAS HWY Monroe 6 0.000 26.548 26.548 90030000 US 1/SR 5/OVERSEAS HWY Monroe 6 0.000 16.872 16.872 90040000 US 1/SR 5/OVERSEAS HWY Monroe 6 0.000 11.713 11.713 90050000OVERSEAS HWY: OVERSEAS HWY-OVERSEAS HWY Monroe 6 0.000 14.126 14.126 90060000 US 1/SR 5/OVERSEAS HWY Monroe 6 0.000 38.777 38.777 90060001 US 1/SR 5/OVERSEAS HWY Monroe 6 0.000 3.026 3.026 90060002 US 1 SB/SR 5/OVERSEAS HWY Monroe 6 0.000 0.772 0.772 Monroe Total 119.260 02010000 US 41 / SR 44 / SR 45 / FLORIDA AVE Citrus 7 0.000 12.502 12.502 02010000 US 41 / SR 44 / SR 45 / FLORIDA AVE Citrus 7 12.720 30.062 17.342 02010001 US 41 REALIGNMENT Citrus 7 0.000 0.066 0.066 02010005 US 41/SR 45 Citrus 7 0.000 0.207 0.207 02030000 SR55/US 19 Citrus 7 0.000 25.107 25.107 02040000 SR 200 / CARL G ROSE HWY Citrus 7 0.137 6.681 6.544 02040002 SR 200 / CARL G ROSE HWY Citrus 7 0.000 0.024 0.024 02050000 SR 44 Citrus 7 0.000 16.668 16.668 02050000 SR 44 Citrus 7 17.626 24.330 6.704 02100000 SR700-US 98 Citrus 7 0.000 3.382 3.382 Citrus Total 88.546 08002000 SR 50 / CORTEZ BLVD Hernando 7 0.000 3.860 3.860 08010000 US 41/US98/SR 45/SR 50A/SR 700/BROAD ST Hernando 7 0.000 18.875 18.875 08020000 SR-55/US-19 Hernando 7 0.000 19.514 19.514 08030000 SR-35/US-301 Hernando 7 0.000 6.667 6.667 08040000 50/50A/CORTEZ BLVD. Hernando 7 0.000 11.315 11.315 08050000 US 41/US 98/SR 45/SR 50/SR 50A/SR 700 Hernando 7 6.117 12.766 6.649 08051000 N. MILDRED AV/US 98 Hernando 7 0.000 0.072 0.072 08060000 CR575/SR50 Hernando 7 2.049 6.041 3.992 08070000 SR-700/SR-50/US-98 Hernando 7 0.000 9.519 9.519 08080000 US 98 / SR 700 / PONCE DE LEON BLVD Hernando 7 0.000 12.875 12.875 08120000 SR-700/US-98 Hernando 7 0.000 2.041 2.041 08150000 I-75 / SR 93 Hernando 7 0.000 11.468 11.468 08470000 SUNCOAST PARKWAY Hernando 7 0.000 17.731 17.731 Hernando Total 124.578 10002000 SELMON EXPY: GANDY BLVD W-I-75 ONRMP Hillsborough 7 0.085 14.217 14.132 10003000 SELMON EXPY/LAKEWOOD DR S/MERIDIAN AVE SHillsborough 7 0.611 9.667 9.056 10003000 SELMON EXPY/LAKEWOOD DR S/MERIDIAN AVE SHillsborough 7 10.065 10.766 0.701 10003000 SELMON EXPY/LAKEWOOD DR S/MERIDIAN AVE SHillsborough 7 9.667 10.065 0.398 10003000 SELMON EXPY/LAKEWOOD DR S/MERIDIAN AVE SHillsborough 7 0.000 0.611 0.611 10003100 BRANDON MAIN ST / BRANDON PKWY Hillsborough 7 0.431 1.344 0.913 10003100 BRANDON MAIN ST / BRANDON PKWY Hillsborough 7 0.000 0.241 0.241 10005000 SR-569&599 SR45 US41 Hillsborough 7 0.000 2.845 2.845 10005001 SR 569 / 39TH ST Hillsborough 7 0.000 0.085 0.085 10010000 SR-43/US-301 Hillsborough 7 0.000 26.253 26.253 10020000 SR-685/BUS.US41 Hillsborough 7 0.000 11.211 11.211 10020101 TPA,VIOLET, HIGHLAND Hillsborough 7 0.000 3.245 3.245 10030000 US-92 E/HILLSBOROUGH AVE E/BAKER ST W Hillsborough 7 6.498 24.593 18.095 10030000 US-92 E/HILLSBOROUGH AVE E/BAKER ST W Hillsborough 7 0.000 4.772 4.772 10030001 SR 566 / THONOTOSASSA RD Hillsborough 7 0.000 0.925 0.925 10030002 SR 553 / N PARK RD Hillsborough 7 0.000 1.410 1.410 10030101 BAKER ST. Hillsborough 7 0.000 1.782 1.782 10030102 US-92/SR-600 EB Hillsborough 7 0.000 1.755 1.755 10030103 US-92/SR-600 WB Hillsborough 7 0.000 1.745 1.745 10040000 US 41 / SR 45 / NEBRASKA AVE Hillsborough 7 0.000 15.446 15.446 10060000 N S US-41/N S 50 ST/MELBURNE BLVD Hillsborough 7 26.878 27.604 0.726 10060000 N S US-41/N S 50 ST/MELBURNE BLVD Hillsborough 7 0.000 26.565 26.565 10060001 US 41 REALIGNMENT Hillsborough 7 0.000 0.367 0.367 10070000 SR-39 Hillsborough 7 0.000 5.535 5.535 10075000 I-75: MANATEE-PASCO Hillsborough 7 0.000 39.854 39.854 10080000 SR-45,60,685 Hillsborough 7 0.000 5.238 5.238 10080002 US 41B / SR 45 / SR 60 / JACKSON ST Hillsborough 7 0.000 0.071 0.071 10080101 J.F.K.BLV.(W.B)SR-60 Hillsborough 7 0.000 0.607 0.607

52 Page A.20 Table A2. List of Florida State Highways Lane Miles Roadway ID Roadway County District Beginning Milepost Ending Milepost Length 10090000 CR 574 / SR 574 / DR MLK JR BLVD Hillsborough 7 3.990 14.767 10.777 10091000 SR-39 ALEXANDER ST Hillsborough 7 3.880 6.904 3.024 10110000 SR-60 Hillsborough 7 0.000 23.740 23.740 10120000 SR-674 Hillsborough 7 0.000 23.381 23.381 10130000 SR-600/US-92 Hillsborough 7 2.960 12.024 9.064 10130001 NEW ALIGN SR 600/92 Hillsborough 7 0.000 2.960 2.960 10140000 SR 60 Hillsborough 7 0.000 6.007 6.007 10140000 SR 60 Hillsborough 7 7.580 9.371 1.791 10140103 COURTNEY CAMPBELL CW: SR-60-SR-60 FRNT Hillsborough 7 0.000 0.520 0.520 10140104 COURTNEY CAMPBELL CW: SR-60 FRNT-SR-60 Hillsborough 7 0.000 0.444 0.444 10150000 SR-580/SR-600/US-92 Hillsborough 7 0.000 12.850 12.850 10160000 SR580,597/DALE MABRY Hillsborough 7 0.000 12.767 12.767 10180000 SR 573 / S DALE MABRY HWY Hillsborough 7 0.000 0.047 0.047 10180000 SR 573 / S DALE MABRY HWY Hillsborough 7 0.082 1.826 1.744 10180101 SR 573 / S DALE MABRY HWY ROUNDABOUT Hillsborough 7 0.000 0.110 0.110 10190000 I-275/I-4 Hillsborough 7 0.000 7.342 7.342 10190000 I-275/I-4 Hillsborough 7 7.671 32.836 25.165 10200000 WHEELER ST W/PAUL BUCHMAN HWY Hillsborough 7 0.000 3.249 3.249 10200000 WHEELER ST W/PAUL BUCHMAN HWY Hillsborough 7 4.272 10.910 6.638 10210000 US 301 Hillsborough 7 0.000 10.145 10.145 10250000 SR 676 / SR 45 / SR 585 Hillsborough 7 6.623 9.627 3.004 10250000 SR 676 / SR 45 / SR 585 Hillsborough 7 0.000 5.374 5.374 10250001 REALIG SR 45 / USB 41 Hillsborough 7 0.000 0.323 0.323 10250001 REALIG SR 45 / USB 41 Hillsborough 7 0.323 0.945 0.622 10250001 REALIG SR 45 / USB 41 Hillsborough 7 0.945 1.315 0.370 10250101 USB-41/S-45/SR-585/N 21 ST Hillsborough 7 0.013 1.241 1.228 10260000 SR-41/US-301 Hillsborough 7 0.478 5.947 5.469 10270000 SR-60 Hillsborough 7 1.363 3.362 1.999 10270003 SR 60 / MEMORIAL HWY Hillsborough 7 0.000 1.698 1.698 10270006 SR 60 / KENNEDY BLVD Hillsborough 7 0.167 0.275 0.108 10270008 KENNEDY BLVD Hillsborough 7 0.180 0.311 0.131 10270008 KENNEDY BLVD Hillsborough 7 0.000 0.180 0.180 10290000 SR 582/E FOWLER AVE. Hillsborough 7 0.000 7.829 7.829 10310000 BUSCH BLVD. Hillsborough 7 0.000 6.863 6.863 10320000 I-275: I-4-PASCO Hillsborough 7 0.171 16.021 15.850 10330000 SR583/50TH & 56TH ST Hillsborough 7 0.155 6.169 6.014 10340000 SR 574 / DR MARTIN LUTHER KING BLVD Hillsborough 7 0.000 12.267 12.267 10350000 SR 579, FLETCHER AVE Hillsborough 7 0.000 0.499 0.499 10360000 SR-678, BEARSS AVE. Hillsborough 7 0.000 0.501 0.501 10470000 VETERANS EXPY/SUNCOAST PKWY Hillsborough 7 0.741 16.052 15.311 10471000 VETERANS EXPY: SUNCOAST PKWY Hillsborough 7 0.000 3.036 3.036 10589000 SR 589 Hillsborough 7 0.000 0.896 0.896 Hillsborough Total 445.921 14010000 US 41 / SR 45 / LAND O LAKES BLVD Pasco 7 0.012 19.811 19.799 14030000 US 19 / SR 55 Pasco 7 0.000 19.688 19.688 14030020 ALT US 19 / SR 595 Pasco 7 0.000 0.859 0.859 14040000 SR-597/DALE MABRY Pasco 7 0.000 1.011 1.011 14040101 SR-597 DALE MABRY WB Pasco 7 0.000 0.248 0.248 14050000 US 98/US 301/SR 35/SR 39/SR 41/SR 700 Pasco 7 0.000 13.550 13.550 14050000 US 98/US 301/SR 35/SR 39/SR 41/SR 700 Pasco 7 14.610 22.212 7.602 14070000 US 98 / SR 35 / SR 700 Pasco 7 0.000 8.183 8.183 14075000 I-75: PASCO-I-75 Pasco 7 0.000 0.311 0.311 14080000 SR-700/US-98 Pasco 7 0.000 1.814 1.814 14090000 SR 54/CR 54 Pasco 7 0.000 3.631 3.631 14090000 SR 54/CR 54 Pasco 7 9.312 20.286 10.974 14091000 SR-54/SR-56 Pasco 7 3.711 7.493 3.782 14091000 SR-54/SR-56 Pasco 7 0.265 3.711 3.446 14091000 SR-54/SR-56 Pasco 7 0.000 0.265 0.265 14110000 SR-39/PAUL S BUCKMAN Pasco 7 0.000 3.448 3.448 14120000 SR-52 Pasco 7 0.000 33.403 33.403 14130000 SR-533/US 301 BYPASS Pasco 7 0.000 1.602 1.602 14140000 I-275/I-75 Pasco 7 0.000 20.352 20.352 14150000 SR-575/CENTRAL AVE Pasco 7 0.000 2.241 2.241 14470000 SUNCOAST PKWY: HILLSBOROUGH-HERNANDO Pasco 7 0.000 19.865 19.865 14570000 SR 54 AND BLACK LAKE RD Pasco 7 5.125 8.115 2.990 14570000 SR 54 AND BLACK LAKE RD Pasco 7 10.444 11.345 0.901 14570000 SR 54 AND BLACK LAKE RD Pasco 7 0.000 3.109 3.109 14570002 SR 54 REALIGNMENT Pasco 7 0.000 1.660 1.660 14570100 BLACK LAKE RD FR SR 54 TO VANDERBILT RD Pasco 7 0.000 0.119 0.119

53 Page A.21 Table A2. List of Florida State Highways Lane Miles Roadway ID Roadway County District Beginning Milepost Ending Milepost Length 14570101 SR 54 Pasco 7 0.191 0.386 0.195 14570200 BLACK LAKE RD FR BLACK LAKE RD TO SR 54 Pasco 7 0.000 0.077 0.077 14571000 SR 54 Pasco 7 0.000 8.289 8.289 14572000 SR 54 Pasco 7 0.000 1.774 1.774 14610000 CR 581/SR 581/BRUCE B DOWNS BLVD Pasco 7 1.004 4.509 3.505 Pasco Total 198.693 15002000 SR-592 (I-375) Pinellas 7 0.000 1.220 1.220 15003000 SR-594/I-175 Pinellas 7 0.000 1.372 1.372 15007000 SR 651 Pinellas 7 0.000 3.798 3.798 15009000 SR-586/CURLEW RD. Pinellas 7 0.000 5.332 5.332 15010000 SR-595/US-19A Pinellas 7 0.000 17.066 17.066 15010101 4 TH. AVE. N. Pinellas 7 0.000 1.216 1.216 15010102 US 19 ALT SB ONE WAY Pinellas 7 0.000 0.423 0.423 15020000 SR-595/US-19A Pinellas 7 1.126 15.225 14.099 15025000 US 19A / SR 595 / MYRTLE AVE Pinellas 7 0.000 1.592 1.592 15030000 ROOSEVELT BLVD. Pinellas 7 0.000 6.903 6.903 15030000 ROOSEVELT BLVD. Pinellas 7 7.867 10.698 2.831 15030017 NB SR-686 / ROOSEVELT BLVD Pinellas 7 0.000 0.227 0.227 15030018 WB SR 686 / ROOSEVELT BLVD Pinellas 7 0.000 0.550 0.550 15030101 ROOSEVELT BLVD EB Pinellas 7 0.000 0.125 0.125 15030102 ROOSEVELT BLVD WB Pinellas 7 0.000 0.108 0.108 15035000 SR-686A Pinellas 7 1.582 2.944 1.362 15040000 SR-60 Pinellas 7 1.661 9.443 7.782 15045000 CHESTNUT ST / COURT ST / SR 60 Pinellas 7 0.000 1.697 1.697 15045101 COURT STREET / SR 60 WB Pinellas 7 0.000 0.764 0.764 15050000 SR-590 Pinellas 7 0.247 7.050 6.803 15050000 SR-590 Pinellas 7 9.271 10.240 0.969 15050000 SR-590 Pinellas 7 13.068 13.588 0.520 15050000 SR-590 Pinellas 7 10.962 11.480 0.518 15050002 NEW SR. 580 Pinellas 7 0.000 1.133 1.133 15050590 REALIGNED SR 590 BR. Pinellas 7 0.000 0.382 0.382 15061000 SR 693 & SR 694 Pinellas 7 0.000 7.160 7.160 15061101 SR 693 ONE-WAY SOUTH Pinellas 7 0.000 0.187 0.187 15070000 ALT.19 TO SHORE BLVD Pinellas 7 0.602 6.852 6.250 15070001 REALIGNMENT, SR 580 Pinellas 7 0.000 0.479 0.479 15080000 TAMPA ROAD Pinellas 7 0.000 2.454 2.454 15090000 SR-687,600/US-92 Pinellas 7 0.000 9.992 9.992 15090001 SR 687 Pinellas 7 0.000 0.228 0.228 15090010 NEW ALIGN SR 600/92 Pinellas 7 0.000 0.312 0.312 15090101 4 TH. ST. N.& S. Pinellas 7 0.000 0.812 0.812 15100000 SR-699/GULF BLVD. Pinellas 7 0.111 9.354 9.243 15110000 SR-693 Pinellas 7 0.000 1.775 1.775 15120000 SR 688 / WALSINGHAM RD / ULMERTON RD Pinellas 7 0.000 12.913 12.913 15120001 WB SR 688 / ULMERTON RD Pinellas 7 0.000 0.396 0.396 15140000 GULF BLVD. Pinellas 7 0.000 6.752 6.752 15150000 SR-55/US-19 Pinellas 7 0.867 33.146 32.279 15150900 US-19 Pinellas 7 0.000 1.102 1.102 15170000 SKYWAY BRG: I-275-I-275 Pinellas 7 4.247 8.535 4.288 15170001 SKYWAY BRG: I-275-I-275 Pinellas 7 0.000 4.143 4.143 15190000 I-275: I-275-I-275 Pinellas 7 0.500 19.655 19.155 15190900 I-275 Pinellas 7 0.000 1.196 1.196 15200000 PINELLAS BAYWY/ANDERSON BLVD Pinellas 7 5.144 9.960 4.816 15200001 PINELLAS BAYWY/54 AVE S Pinellas 7 0.000 3.721 3.721 15200003 ONE WAY WB SR 682 Pinellas 7 0.000 0.418 0.418 15220000 SR-60 & CLEVELAND BL Pinellas 7 0.197 1.225 1.028 15230000 SR 693 / PASADENA AVE / 66TH ST N Pinellas 7 0.000 5.392 5.392 15240000 SR 687 / SR 694 Pinellas 7 0.000 5.883 5.883 Pinellas Total 221.166 15090101 4 TH. ST. N.& S. Pinellas 7 0.000 0.812 0.812 15100000 SR-699/GULF BLVD. Pinellas 7 0.111 9.354 9.243 15110000 SR-693 Pinellas 7 0.000 1.775 1.775 15120000 SR 688 / WALSINGHAM RD / ULMERTON RD Pinellas 7 0.000 12.913 12.913 15120001 WB SR 688 / ULMERTON RD Pinellas 7 0.000 0.396 0.396 15140000 GULF BLVD. Pinellas 7 0.000 6.752 6.752 15150000 SR-55/US-19 Pinellas 7 0.867 33.146 32.279 15150900 US-19 Pinellas 7 0.000 1.102 1.102 15170000 SR-93/I-275 Pinellas 7 4.247 8.535 4.288 15170001 NEW ALIGN. SKYWAY BR Pinellas 7 0.000 4.143 4.143 15190000 SR-93/I-275 Pinellas 7 0.500 19.655 19.155

54 Page A.22 Table A2. List of Florida State Highways Lane Miles Roadway ID Roadway County District Beginning Milepost Ending Milepost Length 15190900 I-275 Pinellas 7 0.000 1.196 1.196 15200000 CR 679 / SR 679 / S Pinellas 7 5.144 9.960 4.816 15200001 SR. 682 Pinellas 7 0.000 3.721 3.721 15200003 ONE WAY WB SR 682 Pinellas 7 0.000 0.418 0.418 15220000 SR-60 & CLEVELAND BL Pinellas 7 0.197 1.225 1.028 15230000 SR 693 / PASADENA AVE / 66TH ST N Pinellas 7 0.000 5.392 5.392 15240000 SR 687 / SR 694 Pinellas 7 0.000 5.883 5.883 Pinellas Total 221.353

55 Page A.23 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 675-060-15 Mobile Retroreflectivity Unit MATERIALS (WorkSheet) 6/2012 _20150529_172027 1 (RetroSoftware:2.3) 2 Joe's Retroreflectivity Testing 3 RR 555 4 Description 5 MRU ID MRU 999 6 Acquisition Frequency 7 0.1 Stripe 1 Calibration Factor & Cal Date 8 1.0000 5-29-2015/08:00:44 9 Vinyl 2 10 11 850 12 24.72 13 39.3 Stripe 2 Calibration Factor & Cal Date 14 0.9999 5-29-2015/08:09:11 15 Yellow 9 16 17 205 18 24.99 19 41.9 Temperature Compensation Applied Yes 20 Stripe Width Compensation Applied No 21 Measurement Date 22 5/29/2015 Acquisition Window Start 23 1 Acquisition Window End 24 200 District 25 2 System 26 1 County 27 26 Section 28 005 Subsection 29 000 ST SR 30 Road 31 222 Direction E 32 Pavement Stripe REL 33 Weather Overcast 34 Temperature 35 80 Equipment Operator JTS 36 Test Type 37 2 Material Thermoplastic 38 Chainage Manual Stripe Type Left Points Left Peak Maximum Left Peak Minimum Left Peak Average Left Peak Standard Deviation Left Contrast Right Points Right Peak Maximum 0.000 0 Start 0 0 0 0 0 0 0 0 39 0.100 0 Double Solid 40 41 147 42 350 43 171 44 243 45 32.0 0.59 46 140 47 325 48 0.200 0 Double Solid 147 308 168 221 25.2 0.54 147 312 0.300 0 Double Solid 147 292 176 231 25.8 0.56 147 280 0.345 0 Double Solid 70 280 157 225 22.1 0.58 70 274 0.400 0 Single Solid 74 295 187 230 21.0 0.57 0 0 0.500 0 Single Solid 146 332 185 256 26.1 0.63 0 0 0.600 0 Single Solid 147 334 162 275 26.8 0.65 0 0 0.700 0 Single Solid 147 324 189 250 28.0 0.59 0 0 0.800 0 Single Solid 147 347 225 277 32.2 0.65 0 0 0.825 0 Single Solid 62 342 217 279 29.6 0.62 0 0 0.900 0 Single Solid 83 358 195 290 33.2 0.64 0 0 0.987 0 Single Solid 104 321 200 254 26.7 0.59 0 0

INSTRUCTIONS Yellow Highlight Areas are Optional Input into the MRU database. Blue Highlight Areas are Required Input into the MRU Database 1 The raw file name is needed for a reference 2 The data analysis software and version being used. Ex. (RetroSoftware:2.3) 3 The company performing the data collection. Ex. Joe's Retroreflectivity Testing 4 The retroreflectometer serial number. Ex. RR 555 5 Operator’s notes specific to the test

FDOT MRU Worksheet - Form 675-060-15 1 14 16 Instructions56 1 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 675-060-15 Mobile Retroreflectivity Unit MATERIALS (WorkSheet) 6/2012 6 The MRU ID assigned by the Department. Ex. MRU 999 7 Acquisition frequency is 0.1 mi unless specified otherwise 8 Stripe 1 Calibration factor with at least 4 decimal places. Ex. 1.0000 9 Stripe 1 Calibration Date and Time (EST). Ex 5-29-2015/08:00:44 10 Stripe 1 Description. Ex. Vinyl 2, Yellow II , Ceramic 057 2 11 Stripe 1 Assigned retroreflective value obtained by a certified testing facility (mcd/m /lux). Ex. 850 12 Stripe 1 Temperature in Celcius inside equipment at time of calibration. Ex. 24.72 13 Stripe 1 Background noise at time of calibration. Ex. 39.3 14 Stripe 2 Calibration factor with at least 4 decimal places. Ex. 0.9999 15 Stripe 2 Calibration Date and Time. Ex 5-29-2015/08:09:11 16 Stripe 2 Description. Ex. Yellow 9, White II , or Ceramic 057 2 17 Stripe 2 Assigned retroreflective value obtained by testing with handheld retroreflectometer or photometric range testing equipment (mcd/m /lux). Ex. 205 18 Stripe 2 Temperature in Celsius inside equipment at time of calibration. Ex. 24.72 19 Stripe 2 Background noise at time of calibration. Ex. 41.9 20 Describe whether the temperature compensation is applied. Ex. Yes 21 Describe whether the stripe width compensation is applied. Ex. No 22 Date at which the test is being performed. Ex. 5/29/2015 23 Describe the start of the Acquisition Window to allow for vehicle wander. Ex. 1 or -20 24 Descibe the end of the Acquisition Window to allow for vehicle wander. Ex. 200 or 20 25 Enter the district that the test is being run in. Ex 2 26 Enter the system number of roadway being tested. Ex. 1 1. Primary 2. Secondary 3. Toll/Turnpike 4. Interstate 27 Enter the county number of the county being tested. Ex. 26 28 Enter the road section number. Ex. 005 29 Enter the subsection number – if there is no subsection the default will be “000”. Ex. 002 30 Enter either the SR (State Route) or CR (County Route). Ex. SR 31 Enter the State Route or County Route number. Ex. 222 32 Enter either N/S, E/W, N, S, E or W 33 Enter the lane in which is being tested. Ex. REL 34 Enter weather condition either Sunny Day, Clear Night, Overcast or Cloudy. Ex. Overcast 1. Sunny Day 2. Clear Night 3. Overcast 4. Cloudy 35 Enter the temperature of the outside environment. Ex. 80 36 Enter the operator initials. Ex. JTS 37 Enter the test type of roadway being tested. Ex. 2 1. Inventory – Old Striping 2. Special Request 3. Overlay 4. New Construction 5. Retest 7. Asset Management

FDOT MRU Worksheet - Form 675-060-15 1 14 16 Instructions57 2 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 675-060-15 Mobile Retroreflectivity Unit MATERIALS (WorkSheet) 6/2012 38 Enter the material of the line marking. Ex. Thermoplastic 39 The chainage at which the data is stored. Ex. 0.100 40 The stripe type that is being measured at corresponding chainage. Ex. Single Solid 1. Single Solid 2. Single Skip 3. Double Solid 4. Left Solid/Right Skip 5. Left Skip/Right Solid 6. Edge Line 41 The number of data points collectected for the left stripe. Ex. 147 2 42 The maximum retroreflectivity for the left stripe (mcd/m /lux). Ex. 350 2 43 The maximum retroreflectivity for the left stripe (mcd/m /lux). Ex. 171 2 44 The average retroflectivity for the left stripe (mcd/m /lux). Ex. 243 45 The standard deviation of the retroreflectivity for the left stripe (mcd/m2/lux). Ex. 32.0 46 The number of data points collectected for the right stripe. Ex. 140 2 47 The maximum retroreflectivity for the right stripe (mcd/m /lux). Ex. 325 2 48 The maximum retroreflectivity for the right stripe (mcd/m /lux). Ex. 181 2 49 The average retroflectivity for the right stripe (mcd/m /lux). Ex. 245 2 50 The standard deviation of the retroreflectivity for the right stripe (mcd/m /lux). Ex. 35.5 2 51 The weighted average retroreflectivity of the left and the right stripes (mcd/m /lux). Ex. ((147*243)+(140*245))/(147+140)=244 52 The time (EST) at which each row of data was stored. Ex. 10:45:53 AM The time (UTC) at which each row of data was stored. Ex. 14:45:50 53 The longitude at which the last data point was collected for that row. Ex. 82.4616W 54 The latitude at which the last data point was collected for that row. Ex. 29.0492N 55 The GPS fix. Describes if the coordinates are 2 dimensional or 3 dimensional. Ex. 2D, 3D or N/A 56 The averaged equipment temperature in Celsius for each row of data. Ex. 24.53 57 The averaged vehicle speed in MPH for each row of data. Ex. 55 58 The averaged background noise for each row of data. Ex. 45 59 The event codes inserted during testing. Ex. No Line 1. Pavement Change 2. Construction Zone 3. Audible 4. No Line 5. Bridge 6. Rumble 7. Line Damage (significant, < 0.05mi) 8. Debris on Line (significant, < 0.05mi) 9. Lane Interference 10. Misc Event

FDOT MRU Worksheet - Form 675-060-15 1 14 16 Instructions58 3 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 675-060-15 Mobile Retroreflectivity Unit MATERIALS (WorkSheet) 6/2012

Right Peak Minimum Right Peak Average Right Peak Standard Deviation Right Contrast Two-Stripe Average Computer Time UTC Time Longitude Latitude Altitude GPS Fix Temperature Average Speed Background Event Codes 0 0 0 0 0 10:45:33 14:45:30 0.522939815 -81.954346° 26.806072° 3D 25.52 0 0 48 181 49 245 50 35.5 0.51 51 244 52 10:45:53 14:45:50 53 0.523009259 -81.955147° 54 26.807327° 3D 55 56 25.52 57 53 58 59.7 59 172 225 24.8 0.57 223 10:46:00 14:45:57 0.523078704 -81.955956° 26.808582° 3D 25.70 52 61.5 156 246 26.3 0.54 239 10:46:07 14:46:04 0.523148148 -81.956757° 26.809835° 3D 25.74 51 59.2 166 232 28.7 0.62 229 10:46:10 14:46:07 0.523217593 -81.957565° 26.811087° 3D 25.62 53 58.9 0 0 0 0 230 10:46:15 14:46:12 0.523252315 -81.957970° 26.811716° 3D 25.83 52 59.8 0 0 0 0 256 10:46:22 14:46:19 0.523321759 -81.958771° 26.812965° 3D 25.70 52 61.5 0 0 0 0 275 10:46:29 14:46:26 0.523391204 -81.959579° 26.814220° 3D 25.70 52 63.2 0 0 0 0 250 10:46:37 14:46:34 0.523460648 -81.960381° 26.815470° 3D 25.66 52 59.4 0 0 0 0 277 10:46:44 14:46:41 0.523530093 -81.961182° 26.816717° 3D 25.61 50 60.0 0 0 0 0 279 10:46:46 14:46:43 0.523599537 -81.961983° 26.817972° 3D 25.62 51 59.8 (1) Pavement Change 0 0 0 0 290 10:46:51 14:46:48 0.523668981 -81.962791° 26.819227° 3D 25.57 50 60.2 0 0 0 0 254 10:46:57 14:46:54 0.523668981 -81.962791° 26.819227° 3D 25.30 50 57.9

FDOT MRU Worksheet - Form 675-060-15 1 14 16 Instructions59 4 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 675-060-15 Mobile Retroreflectivity Unit MATERIALS (WorkSheet) 6/2012

FDOT MRU Worksheet - Form 675-060-15 1 14 16 Instructions60 5 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 675-060-15 Mobile Retroreflectivity Unit MATERIALS (WorkSheet) 6/2012

FDOT MRU Worksheet - Form 675-060-15 1 14 16 Instructions61 6 State of Florida Department of Transportation

QUALITY ASSURANCE FOR MOBILE RETROREFLECTIVITY UNITS

FDOT Office State Materials Office

Authors Charles Holzschuher Joshua Sevearance

Date of Publication April 2016

62 INTRODUCTION

As part of the Pavement Marking Management System, the Florida Department of Transportation (FDOT) has developed a Quality Assurance document for the Mobile Retroreflectivity Unit (MRU) equipment and operators. This document establishes a series of laboratory and field tests at the State Materials Office (SMO) located in Gainesville, Florida. The laboratory test consists of a series of experiments that are conducted in a controlled environment (i.e., FDOT’s MRU calibration bay), and field evaluations will be conducted on a series of roadways in Alachua County, Florida, with various pavement markings and pavement types. This document also establishes data acceptance criteria for project and network levels to evaluate stripes surveyed by the Contractor to ensure reliable retroreflectivity data statewide. Table 1 are the laboratory and field testing requirements to be followed by MRU Contractor for collecting data for the Pavement Marking Management System. A detailed description of each test and data acceptance criteria is provided in the following sections.

Table 1. Summary Requirements of Laboratory and Field Quality Assurance Test Key Item Testing Type of Test Required Criteria Check Frequency 1) Accurate 30 meter geometry; 2) ≥ 40" lateral Setup and Visual Distance data collection area; 3) ≤ 65 days Inspection 40" in the longitudinal variation ±15.0% of certified RL Verification Test RL 65 days values

Background Noise Test RL ±5.0% of calibration panel 365 days ±10.0% from the center Lateral RL 65 days Equipment position Dynamics ±20.0% from the initial Longitudinal RL 65 days reading DMI and DMI Distance ±0.1% of calibration section 35 days GPS ±10.0 feet of a calibrated GPS Position 35 days Accuracy position ±10.0% for repeatability Precision Test RL and ±15.0% for 65 days reproducibility ±10.0% difference from Reflectivity Stability with RL two tests running at 35 mph 365 days Speed Test and 55 mph ±10.0% difference from Reflectivity Stability with two tests running at two RL 365 days Temperature Test different temperatures within the day

±75 RL for the running mile Operational Competency RL comparisons between 365 days FDOT and the Contractor

1

63

MRU equipment must be operated in accordance to Florida Test Method for Measuring Retroreflectivity of Pavement Marking Materials Using a Mobile Retroreflectivity Unit (FM5- 600) and all retroreflectivity data is required in FDOT Form 675-060-05.

LABORATORY TESTING

The following tests will be conducted to verify the performance of the MRU, data collection software, and operator(s) in a controlled environment:

• Equipment and Operator(s) Identification • Setup and Visual Inspection • Verification Testing • Background Testing • Equipment Dynamics

For these tests, the equipment must be warmed up to manufacturer recommendation and MRU calibrated or a system check performed prior to the quality assurance testing. A calibration or system check file, at time of file output, must be submitted.

Equipment and Operator(s) Identification

Equipment and operator(s) identification is necessary to document the MRU (retroreflective unit and vehicle), data collection software (computer and software), and operator/team conducting the retroreflective testing. Each of these components have a specific timeframe in which they remain valid. Anytime a component is altered or replaced, the Contractor must inform FDOT and verify that all quality assurance criteria are satisfied. The above equipment and operator(s) identification must be recorded once every 65 days or as considered necessary.

Setup and Visual Inspection

Setup and visual inspection is critical to ensure the equipment is operational by verifying all brackets, mounts, and bolts are tight and mounted securely around the exterior and interior of the equipment before calibration and routine operation. The retroreflectometer window must be inspected to make sure it is clean and clear of damage and/or debris. It is also, good practice to inspect the optics to ensure they are clean and clear of damage and/or debris.

The MRU certified calibration standard(s) must be inspected for damage, wear, and ensure it has been verified by a Department approved facility using photometric range equipment within a year prior to its use. The MRU operator will setup the calibration procedure. This process will be inspected by FDOT personnel to assure accuracy and proper 30 meter geometry in accordance with ASTM E-1710. The retroreflectometer laser power intensity will be measured and recorded. The MRU must be capable of measuring a stripe at a minimum of 20.0 inches on either side of the center position at the proper geometry while the longitudinal variation should not exceed 40.0 inches. The above visual inspection of the MRU must be conducted once every 65 days or as deemed necessary.

2

64 The MRU can be calibrated or a system check performed again if needed before continuing the quality assurance testing. The calibration or system check file, at time of file output, must be submitted.

Verification Testing

In order to determine if the accuracy of the RL values measured using the MRU are comparable to those from a Department approved photometric range system, handheld retroreflectometer and MRU, a combination of pavement marking samples with RL values ranging between 100 and 1,000 mcd/m2/lux will be tested. A stripe will be placed in front of the MRU and centered at proper geometry. A test shall be initiated and as the reading has stabilized, the RL value will be recorded. The RL of eight or more samples including ceramic, vinyl, and pavement markings materials will be measured with the MRU, one at a time. The pooled results of the MRU from the samples must not differ by more than ±15.0% of the certified RL values. The background will be monitored during this test to see if different stripes affect the background reading. The accuracy tests must be conducted once every 65 days or as deemed necessary.

Background Testing

Background testing is performed to ensure that environmental effects and other reflective materials are not influencing the RL values. While measuring a stripe in the single stripe type mode, a material will be placed in front of the MRU and centered at proper geometry. If needed, thresholds or filters should be applied at this time so that the MRU can collect accurate measurements and not influenced by background. A test shall be initiated and as the reading has stabilized, the RL value and background reading will be recorded. The test will be stopped and a material will then be placed down to change the background reading. A new test will be initiated, and a new RL value and background will be recorded. The test will be stopped, material removed, and a second retroreflective material with lower RL value will be placed to the side of the stripe. A new test will be initiated, and a new RL value and background will be recorded. The RL of the stripe should not vary by more than ±5.0% for these two tests. The test will be stopped and lastly, a raised pavement marking (RPM) with higher RL value will be placed to the side of the stripe. Another test will be initiated, and a RL value and background will be recorded. The RL of the calibration panel should not vary by more than ±5.0%. The background testing must be conducted once every 365 days or as deemed necessary.

Equipment Dynamics

Two equipment tests will be performed to simulate lateral and longitudinal dynamics to ensure both the MRU is capable of collecting at the various roadway geometries and the consistency of the retroreflectivity (RL) value as these geometries change.

Lateral Dynamics

Lateral Dynamics is a test performed to verify the MRU is within tolerance to allow minimum vehicle wander and maintain the RL value as the vehicle changes horizontal position across the pavement. A stripe will be placed in front of the MRU and centered at proper geometry. A test shall be initiated and as the reading has stabilized, the RL value 3

65 will be recorded. The test will be stopped and the stripe shall be repositioned horizontally. A new test will be initiated, and a new RL value will be recorded. This procedure will take place several times moving the stripe in increments of 5.0 inches across the 40.0 inch minimum lateral data collection area. At all positions along the horizontal path, the RL value shall not differ by more than ±10.0% from the center position. The lateral dynamics of the MRU must be tested once every 65 days or as deemed necessary.

Longitudinal Dynamics

Longitudinal Dynamics is a test conducted to verify the vertical geometries of the stripe in order to simulate data collection while traveling along small vertical curves. A stripe will be placed in front of the MRU and centered at proper meter geometry. A test shall be initiated and as the reading has stabilized, the RL value will be recorded. After a measurement has been taken, small vertical spacers will be placed below the front tires. The stripe will be repositioned until a RL value can be recorded and a new measurement will be taken. The displacement of the stripe from the original position will also be recorded. Vertical spacers will then be removed from the front tires and placed below the rear tires with the stripe repositioned until a RL value can be recorded and another measurement will be taken. Again, the displacement of the stripe from the original position will be recorded. In both cases, the pooled RL results shall not vary by more than ±20.0% from the initial reading. The longitudinal dynamics of the MRU must be tested once every 65 days or as deemed necessary.

FIELD TESTING

The following tests will be conducted to verify the performance of the MRU, data collection software, and operator(s) in a field environment:

• Distance Measuring Instrument and Global Positioning System Accuracy • Precision Testing • Retroreflective Stability with Speed Test • Retroreflective Stability with Temperature Test • Operational Competency Test

For these tests, the MRU will be mounted on the passenger side of the vehicle. The MRU can be calibrated or a system check performed again if needed before continuing the field testing. The calibration or system check file, at time of file output, must be submitted.

Distance Measuring Instrument and Global Positioning System Accuracy

The MRU must be equipped with a distance measuring instrument (DMI) or a Global Positioning System (GPS) coordinates to measure the distance traveled by the vehicle and location. The FDOT SMO designated a site to verify the precision of the MRU DMI and GPS. The DMI distance must be within ±5.280 (0.1%) feet when measuring a 1.0 mile section of roadway and GPS must be within an instantaneous horizontal positioning accuracy of ±10.0 feet or better. The DMI must be calibrated and GPS verified on a 35 day basis or as deemed necessary at locations designated by FDOT. Additionally, a DMI recalibration must be performed anytime tires are changed, rotated, or air pressure is adjusted. 4

66 Precision Testing

To achieve repeatable and reproducible measurements between different MRUs, the FDOT SMO designated five field sites to verify the precision of the MRU. The test sections consist of broken (with RPMs) and solid pavement markings. The average pavement marking retroreflectivity for the test sections ranges from 100 to 800 mcd/m2/lux. These test sections are located in close proximity to the SMO. The beginning and ending locations of these 1.0 mile sections are clearly marked with tape.

The Contractor’s MRU will perform three repeat runs on each test section at speeds of 55 MPH while being followed by a FDOT MRU. The pooled RL results of the contactor’s MRU from the five test sections must not differ by more than ±10.0% for repeatability and ±15.0% for reproducibility when compared to FDOT’s MRU data. This precision test must be conducted once every 65 days or as deemed necessary.

Retroreflective Stability with Speed Test

MRU testing is conducted up to highway speeds so it is important to verify the MRU results are not affected by vehicle speed. To verify this, one section of roadway designated by FDOT shall be tested at 35 and 55 mph. The pooled RL results from the two tests should not differ by more than ±10.0%. This test shall be conducted once every 365 days or as deemed necessary.

Retroreflective Stability with Temperature Test

The MRU uses advanced optic and electronic devices known to be sensitive to temperature changes. Temperature may affect the RL values if not properly addressed. This test is conducted to determine the long term RL stability. Two separate tests will be conducted throughout the series of the field testing to verify the effects of ambient temperature on the MRU measurements. Additional MRU calibrations will not be allowed between the two tests. The pooled RL results from the two tests should not differ by more than ±10.0%. This test shall be conducted once every 365 days or as deemed necessary.

Operational Competency Test

To ensure the Contractors MRU Operator(s) can safely and accurately operate the MRU, the FDOT SMO designated five field sites to verify the operator(s) ability to navigate the roadway with the MRU. These field tests will be conducted to evaluate the following factors:

• Proper use of event codes such as pavement changes, bridge, turn lanes, etc. • Driver competency (e.g., vehicle wander, route planning) • Proper identification of stripes to meet the FDOT striping nomenclature • Ability to set RL thresholds for the Raised Pavement Markings (RPM) • Proper handling of MRU during acceleration, braking, and stopping

For these tests, the MRU will be mounted on the driver side of the vehicle. The equipment must be warmed up to manufacturer recommendation and MRU calibrated or a system check performed prior to the operator competency testing. A calibration or system check 5

67 file, at time of file output, must be submitted. These test sections are located in close proximity to the SMO. The FDOT will provide detailed roadway information for 5 sites including beginning and ending locations. The tests shall be conducted on roadways with various pavement types and markings selected by FDOT to include the following:

• Stripe colors - Yellow and white • Stripe patterns - Single solid, single skip, double solid, left solid/right skip, left skip/right solid, and edge line • Stripe types - Thermoplastic, paint, tape, and audible • Various ranges of retroreflectivity • Pavement surface - Open and dense graded asphalt surfaces and rigid pavement surfaces • Pavement colors – Light, medium, and dark (for different levels of background noise)

The Contractor’s MRU will perform one run on each test section at highway speeds while being followed by a FDOT MRU. The results of the contactor’s MRU from the five test sections must meet the criteria described below in the Project Level Quality Assurance. These field tests shall be conducted once every 365 days or as deemed necessary.

DATA ACCEPTANCE

The FDOT conducts independent Quality Assurance sampling of the stripes evaluated by the Contractor to ensure that the retroreflectivity data provided by the Contractor is reliable. The following data acceptance criteria will be applied to Contractor data to verify the performance of the MRU, data collection software, and operator(s) in the field:

• Project Level Quality Assurance • Network Level Quality Assurance

FDOT will conduct comparison analysis on received data to ensure that it meets the required acceptance criteria. For these tests, the MRU may be mounted on either side of the vehicle. Calibration or system check file, must be submitted upon request.

Project Level Quality Assurance Testing

FDOT will randomly sample Contractor’ surveyed miles, for verification purposes. The Contractor’s data is compared to the FDOT data on a running mile average at 0.1 mile interval basis. Any running mile comparisons that disagree by more than ±75 RL must be retested by the Contractor. In addition, if the comparisons disagree for more than 30% of any roadway, the entire roadway must be retested. If the Contractor’s retest data compares to the FDOT, it is accepted. If not, the Contractor’s data will be evaluated at the Department’s discretion on a case by case basis for data acceptance.

Network Level Quality Assurance Testing

Network Level Quality Assurance Testing is a two-step process. FDOT will randomly sample a minimum of 20% of all Contractor’ surveyed miles, typically on a weekly basis, for verification purposes. This sampling must consist of at least 20 miles. The comparison will 6

68 be based on a running mile average at 0.1 mile intervals.

Step 1 (Accept or Reject a Week of Data) - If the running mile comparisons (FDOT and Contractor) agree within ±95 RL for more than 70% of the miles surveyed, the network level data is accepted. If not, the Contractor data is rejected and the Contractor must then resurvey 100% of the previous week mileage surveyed.

Step 2 (Verification of Data) - Once the data meets the Step 1 criteria, the following requirements are applied. The Contractor’s data is compared to the FDOT data on a running mile average at 0.1 mile interval basis. Any running mile comparisons that disagree by more than ±75 RL must be retested by the Contractor. In addition, if the comparisons disagree for more than 30% of any roadway, the entire roadway must be retested. If the Contractor’s retest data compares to the FDOT, it is accepted. If not, the Contractor’s data will be evaluated at the Department’s discretion on a case by case basis for data acceptance.

QUALITY ASSURANCE REQUIREMENTS

Prior to providing MRU services to FDOT, the Contractor must demonstrate that their MRU and operator(s) satisfy the laboratory and field quality assurance criteria described above. For times of dispute, the Department equipment will be considered as reference. In order to continue providing MRU services, the Contractor must conduct the quality assurance tests at the frequency designated for each respective test. Anytime a quality assurance criterion is not met, the Contractor must inform FDOT and take remedial action. The Contractor must also inform FDOT after remedial action has been implemented and again demonstrate that all quality assurance criteria are satisfied. The quality assurance tests that need to be repeated shall be determined by FDOT after reviewing the problem and the remedial action taken by the Contractor. After the laboratory and field quality assurance testing is completed, the FDOT will inform the Contractor of the results. Documents will be provided to the Contractor that indicates the MRU (retroreflective unit, computer, software, and the vehicle) and operator/team satisfy all of the quality assurance criteria for a time period provided on the document. The FDOT will also conduct independent Quality Assurance sampling of the stripes evaluated by the Contractor to ensure that the retroreflectivity data provided by the Contractor is reliable. Comparison analysis on project and network levels will be conducted on received data to accept Contractor data.

7

69 Mobile Retroreflectivity Unit Quality Assurance Checklist

MRU No# ______Test Date: ______

Vehicle, Equipment and Operator(s) Identification Operator 1 Name: Operator 2 Name: Vehicle Year: Make: Model: Tag #: Laser Identification Make: Model: Serial Number: Calibration Panel 1 ID: RL Value: Calibration Date: Calibration Panel 2 ID: RL Value: Calibration Date: Software Developer: Software Version:

Laboratory Tests Unsatisfactory Pass Expires 1 Brackets, mounts, and bolts are tight and mounted securely 2 Windows are clean and clear of damage and/or debris 3 Calibration panel(s) free of damage, wear, and certified within a year 4 Calibration setup and testing geometry conforms to ASTM E1710 5 Laser power intensity is stable 6 Laser profile capable of ±20” from center and within 40’’ longitudinally 7 Verification of the various test panels within ±15% 8 Background does not influence RL values more than ±5% 9 Lateral dynamics within ±10% tolerance (allows for vehicle wander) 10 Longitudinal dynamics for roadway inclines & declines Field Tests Unsatisfactory Pass Expires 11 Distance Measuring Instrument within ±5.280 (0.1%) 12 Global Position System within ±20ft 13 Precision in terms of repeatability within ±10% 14 Precision in terms of reproducibility within ±15% 15 Retroreflective stability (change in speed) within ±10% 16 Retroreflective stability (change in temperature) within ±10% 17 Operational competency (operator(s) demonstrates ability to use MRU)

Defects Found: Corrective Actions:

Inspection completed by: Date:

Vendor signature: Date:

Supervisor signature: Date:

8

70 January 7, 2016

Florida Test Method for Measuring Retroreflectivity of Pavement Marking Materials Using a Mobile Retroreflectivity Unit

Designation: FM 5-600

1. SCOPE

1.1 This test method covers measurement of the retroreflective properties of horizontal pavement marking materials, using a Mobile (vehicle-mounted) Retroreflectivity Unit (MRU) operated up to posted roadway speeds at a prescribed geometry. The prescribed geometry corresponds to the European Committee for Standardization (CEN) geometry and is the standard geometry adopted by ASTM E 1710.

1.2 This test method applies to the measurement of the pavement marking retroreflectivity using mobile instruments to ensure that night-time visibility is adequate.

1.3 This test method does not purport to address all of the safety concerns, if any, associated with its use. It is the responsibility of the user of this test method to establish appropriate safety and health practices and determine the applicability of regulatory limitations prior to use.

2. REFERENCED DOCUMENTS

2.1 ASTM E 1710: Standard Test Method for Measurement of Retroreflective Pavement Marking Materials with CEN-Prescribed Geometry Using a Portable Retroreflectometer

2.2 ASTM D 6359: Standard Specification for Minimum Retroreflectance of Newly Applied Pavement Marking Using Portable Hand-Operated Instruments

2.3 ASTM E 284: Terminology of Appearance

2.4 ASTM E 808 Practice for Describing Retroreflection

2.5 FDOT Mobile Retroreflectivity Unit Worksheet (Form 675-060-15)

2.6 FDOT Quality Assurance for Mobile Retroreflectivity Units

2.7 FDOT Operations Manual for Mobile Retroreflectivity Units

FM 5-600 1

71 January 7, 2016

3. DEFINITION OF TERMS

3.1 The definition of the terms used in this document as well as other relevant terms can be found in ASTM E 1710, ASTM E 284, and ASTM E 808. The definitions listed below are direct excerpts from the above references for the terms that are most relevant to the content of this document.

3.2 Definitions:

3.2.1 Retroreflection – a reflection in which the reflected rays are returned preferentially in directions close to the opposite of the direction of the incident rays, this property being maintained over wide variations of the direction of the incident rays.

3.2.2 Coefficient of retroreflected luminance, RL – the ratio of the luminance of a projected surface to the normal illuminance at the surface on a plane normal to the incident light, expressed in millicandelas per square meter per lux (mcd∙m-2∙lux-1).

4. APPARATUS

4.1 The required field testing apparatus consists of a vehicle equipped with the following devices:

4.1.1 Vehicle-mounted retroreflectometer.

4.1.1.1 The retroreflectometer must be capable of collecting data in accordance to the 30 meter geometry conforming to ASTM E 1710. See section 5.1 for more information regarding the 30 meter geometry.

4.1.1.2 The retroreflectometer must be capable of collecting pavement marking data at speeds up to 60 mph while accounting for horizontal wander and vertical movement of the host vehicle.

4.1.1.3 The retroreflectometer must be capable of measuring retroreflectivity of pavement markings ranging from 75 to 1000 mcd∙m-2∙lux-1.

4.1.1.4 The retroreflectometer(s) must be capable of being operated on either side of the host vehicle.

4.1.2 A Distance Measuring Instrument (DMI) with an accuracy of ±0.1% per mile and/or a Global Positioning System (GPS) with an instantaneous horizontal positioning accuracy of 10 ft. or better.

FM 5-600 2

72 January 7, 2016

4.1.3 An operating system for data entry, acquisition, display, and storage.

5. SUMMARY OF TEST METHOD

5.1 Measurements of retroreflected luminance using a MRU must be conducted using the 30 meter geometry shown in Figure 1. The angles that are specified for the 30 meter geometry are as follows:

5.1.1 The entrance angle is fixed at 88.76° (co-entrance angle1.24°).

5.1.2 The observation angle is fixed at 1.05°.

Figure 1. Standard 30 meter geometry specified in ASTM E 1710

5.2 The MRU must meet calibration, system check, and field verification requirements prior to data collection. See Section 9 for additional information on meeting equipment requirements.

5.3 Retroreflectivity is measured with the MRU operating along the pavement marking survey section of a roadway.

6. SIGNIFICANCE AND USE

6.1 This test method permits determination of retroreflected luminance of in-service pavement markings at speeds up to 60 mph. As such, this test method is widely applicable as a pavement marking assessment technique.

6.2 The quality of the pavement marking is determined by the coefficient of retroreflected luminance, RL, which depends on the materials used, age, and wear pattern.

6.3 Under the same environmental conditions, larger values of RL correspond to stripes with greater visibility.

6.4 Retroreflected luminance of pavement markings degrade with traffic wear and require periodic measurement to ensure that sufficient visibility is provided to drivers.

FM 5-600 3

73 January 7, 2016

7. PAVEMENT STRIPE NOMENCLATURE

7.1 A standard naming convention was developed to identify each pavement stripe regardless of the number of lanes. Table 1 shows an explanation of the nomenclature used.

7.1.1 The pavement stripe nomenclature includes the direction of travel followed by the stripe type as identified in Table 1. For skip lines, a lane designation number is inserted between the direction and stripe type.

7.1.2 As an example, based on the information shown below, the northbound skip line closest to the center line would be identified as R1SL; the edge line in the same direction would be identified as REL. Figures 2 through 5 show examples of the naming convention for different scenarios.

Table 1 - Pavement Stripe Nomenclature Purpose Code* Description

L Descending mileposts Direction R Ascending mileposts

EL White edge line

Yellow center line. All yellow stripes including yellow skip lines are considered as center lines. When collecting yellow center line pavement CL Stripe markings, white pavement marking such as turn lanes must not influence Type the yellow center line reflectivity.

White skip line. A lane designation number is placed between the SL Direction and the Stripe Type to indicate the order of the skip lines starting with the one closest to the center line *Note: These directional codes only indicate the travel direction of the MRU, not the individual stripe (left or right stripe) nor the direction of stripe application.

FM 5-600 4

74 January 7, 2016

L EL R EL L EL R EL L EL R EL

L CL R CL L CL R CL L CL R CL

Figure 2. Pavement stripe nomenclature for a 2 lane roadway

L1 SL R1 SL

L EL L CL R CL R EL

Figure 3. Pavement stripe nomenclature for a 4 lane non-divided roadway

FM 5-600 5

75 January 7, 2016

L1 SL R1 SL

L EL L CL R CL R EL

Figure 4. Pavement stripe nomenclature for a 4 lane divided roadway

L2 SL L1 SL R1 SL R2 SL

L EL L CL R CL R EL

Figure 5. Pavement stripe nomenclature for a multi-lane divided roadway

8. DATA ACQUISITION SYSTEM

8.1 Retroreflectivity data must be collected and processed using the software provided by the MRU manufacturer or service provider.

8.1.1 The MRU uses advanced optic and electronic devices that are temperature sensitive. It is required that a stable internal temperature be maintained within ±4°F (±2°C) or corrective actions must be taken per the manufacturer guidelines.

FM 5-600 6

76 January 7, 2016

8.1.2 The MRU must be capable of compensating for changes in background retroreflectivity without influencing the reflectivity of the pavement marking.

8.1.3 The MRU must be capable of filtering out the high retroreflectivity levels of Raised Pavement Markings (RPMs) that influence the pavement marking readings.

8.1.4 The acquisition system must be capable of reporting all retroreflectivity statistics required in FDOT Form 675-060-15. The acquisition frequency must be analyzed for every 0.1 mile interval (unless recommended otherwise) and be reported in millicandelas per square meter per lux (mcd∙m-2∙lux-1).

8.1.5 The acquisition system must be capable of recording manual trigger event codes during the data collection process in order to mark roadway characteristics, such as bridges, intersections, pavement changes, etc. Additional information can be found in Section 11.5.

9. CALIBRATION AND STANDARDIZATION

9.1 The MRU must be equipped with a distance measuring instrument (DMI) and/or a Global Positioning System (GPS) to measure the distance traveled by the vehicle and location. The DMI must be within ±5.280 feet (0.1%) when measuring a 1.0 mile section of roadway and GPS must be within an instantaneous horizontal positioning accuracy of ±10.0 feet or better. The DMI must be calibrated and GPS verified on a monthly basis or earlier as deemed necessary at locations designated by FDOT. Additionally, a DMI recalibration must be performed anytime tires are changed, rotated, or air pressure is adjusted.

9.2 The MRU system must be inspected, calibrated, and its performance verified in order to meet the requirements of the FDOT Quality Assurance for Mobile Retroreflectivity Units.

9.2.1 The retroreflectometer unit(s) is an optical measuring device, and proper calibration is critical. Additional MRU information can be found in the FDOT Operations Manual for Mobile Retroreflectivity Units.

9.3 MRU Operators must meet the operation and field performance requirements of the FDOT Quality Assurance for Mobile Retroreflectivity Units.

9.4 The retroreflected luminance values obtained during measurements are highly dependent on proper equipment setup.

9.4.1 The MRU must conform to the 30 meter geometry for proper calibration.

FM 5-600 7

77 January 7, 2016

9.4.2 A certified calibration standard must be used to calibrate or verify the retroreflective unit.

9.4.2.1 The retroreflected luminance of the calibration standard used for MRU calibration must be verified by a department approved facility using photometric range equipment at least once a year.

9.4.3 Using an approved calibration standard, the following items must be documented daily prior to use.

9.4.3.1 Identifying the approved calibration standard.

9.4.3.2 Reference the certified retroreflectivity value assigned to the calibration standard.

9.4.3.2.1 Must be performed if retroreflectometer repositioned from one side of the host vehicle to the other.

9.4.3.3 Record the date, time, and measurements obtained by the MRU. The field retroreflectivity performance must be within ±5% of the calibration standards assigned value being used.

9.4.3.4 If additional equipment calibrations or verifications are performed throughout the day, results must be recorded.

9.4.3.5 Daily Logs must be provided to Department or available upon request.

9.5 Frequency of the Check and Calibration Procedures can be found in Table 2.

Table 2 – Frequency of Check and Calibration Procedures Testing Frequency Type of Test Daily Monthly Bi-Monthly Tire Pressure Check (Section 9.1) X Distance Check and Calibration X (Section 9.1) Quality Assurance Testing (Sections X

9.2 & 9.3) Field Calibrations and Verifications X (Section 9.4) Clean and Inspect Detector Optical X Window (Section 10.3)

FM 5-600 8

78 January 7, 2016

10. PROCEDURE

10.1 Determine the location and project limits of the pavement marking survey section to be tested.

10.2 Warm up the MRU system prior to the survey for a period recommended by the manufacturer.

10.3 The detector optical window must be inspected and cleaned if necessary prior to any data collection.

10.4 Must meet Section 9 Calibration and Standardization requirements.

10.5 Ensure the beginning and ending locations of the pavement marking survey section are properly referenced so the retroreflected luminance can be reported accurately with respect to roadway milepost.

10.6 Retroreflectivity is measured with the MRU operating along the pavement marking survey section of a roadway.

10.6.1 During data collection, the MRU must be operated with minimum changes to vehicle dynamics (braking, acceleration, and vehicle wander) and data can only be collected while the vehicle is in motion.

10.6.2 Vehicle Speed with Regard to Stripe Type

10.6.2.1 The MRU must be operated at a speed up to 60 mph to ensure sufficient data is collected when testing. A minimum of 30 data points must be collected for every 0.1 mile for the data to be considered reliable.

11. INTERFERENCE AND ENVIRONMENTAL INFLUENCE

11.1 Measurements made with the MRU may be adversely affected by moisture in the air and on the surface of the pavement markings. Standing water, dew, sleet, and snow on the surface of the pavement marking or fog and smoke in the air, decreases the amount of retroreflected luminance due to light reflecting off the water and away from the detector. Environmental factors are difficult to measure and may vary dramatically; therefore, testing must be avoided when these conditions are present.

FM 5-600 9

79 January 7, 2016

11.2 Measurements made with the MRU may be adversely affected by surface dirt, debris, and contamination on the pavement marking which decrease the amount of retroreflected luminance. This may cause variability in the retroreflected luminance of the pavement marking and must be noted accordingly. The operator must note when these conditions are present. See Section 11.5 for additional information.

11.3 The MRU uses advanced optic and electronic devices known to be sensitive to temperature changes. It is important to recognize these issues in the event that the electronic and optic devices are not working properly so that appropriate corrective actions can be applied.

11.4 Background noise from roadway surfaces and high retroreflectivity levels of Raised Pavement Markings (RPMs) can influence the retroreflected luminance of the pavement markings. The operator must recognize these issues in the event that the data acquisition system is not working properly so that appropriate corrective actions can be applied.

11.5 Event Codes

11.5.1 A standard nomenclature and data acquisition event codes, as shown in Table 3, was implemented to mark roadway events. The roadway events must be recorded to the nearest thousandth of a mile.

11.5.2 The following items describe how the events must be processed.

11.5.2.1 Reset Data – When triggering a roadway event (pavement change, audible, etc.) the data acquisition system must end the current row of data analysis to the nearest thousandth while beginning a new row of data analysis.

11.5.2.2 Hold Event – The data acquisition system must hold the event code while continuing data analysis until the event is triggered a second time for roadway conditions (bridges, turn lane, construction, etc.)

11.5.2.3 Stop Collection – The data acquisition system must stop data collection that could cause inaccurate representations of the pavement marking such as the influence of white turn lanes while measuring a yellow centerline as mentioned in Table 1.

FM 5-600 10

80 January 7, 2016

Table 3 – Data Acquisition System Event Codes Stop Description* Reset Data Hold Event Collection Pavement Change X Construction X X Audible X X No Line X X X Bridge X X Rumble Stripe X X Line Damage X X Debris on Line X X Lane Interference X X X Miscellaneous Event X Stop Collection X *Note: These event codes are used to identify roadway characteristics within a pavement marking survey section.

12. REPORTS

12.1 The following information must be reported as described in FDOT Form 675- 060-15:

12.1.1 Project information (project ID, beginning/ending mileposts, roadway direction, stripe type, and other relevant information).

12.1.2 Survey date and weather conditions at beginning of the test.

12.1.3 Identification of the pavement stripe (e.g., R1SL, REL, RCL, etc.).

12.1.4 Identification of the MRU ID, operator, and software used.

12.1.5 Equipment calibration information.

12.1.6 The results must be reported in millicandelas per square meter per lux (mcd∙m-2∙lux-1). Worksheets specific to direction of travel and stripe type must be reported in 0.1 mile intervals unless recommended otherwise.

12.1.6.1 The results must include event codes as necessary mentioned in Section 11.5.

12.1.7 Summary statistics of retroreflectivity such as average and standard deviation.

FM 5-600 11

81 January 7, 2016

13. PRECISION

13.1 Repeatability- The results of two properly conducted retroreflectivity tests using the same MRU on the same pavement marking test section must not differ by more than 10.0% at a 95 percent confidence level.

13.2 Reproducibility- The results of two properly conducted retroreflectivity tests using different MRUs on the same pavement marking test section must not differ by more than 15.0% at a 95 percent confidence level.

FM 5-600 12

82 RFP-DOT-15/16-9019-JP EXHIBIT “B” METHOD OF COMPENSATION 1.0 PURPOSE:

This Exhibit defines the limits of compensation to be made to the contractor for the services set forth in Exhibit “A” and the method by which payments shall be made.

2.0 COMPENSATION:

For the satisfactory performance of services detailed in Exhibit “A”, the Vendor shall be paid up to a Maximum Amount to be determined by the Department.

The Maximum Amount shall be made up of: $__TBD______from Fiscal Year 16/17 $__TBD______from Fiscal Year 17/18 $__TBD______from Fiscal Year 18/19

The Vendor shall not provide services that exceed the Fiscal Year amount(s) without an approved Amendment from the Department.

3.0 PROGRESS PAYMENTS:

The Vendor shall submit monthly invoices in a format acceptable to the Department. Payment shall be made at the Contract Pricing Rates in Exhibit “C”, for services provided, as approved by the Department. The Vendor Contract Pricing Rates shall include the costs of salaries, overhead, fringe benefits, operating margin. Payment for expenses shall be made on the basis of actual allowable cost incurred as authorized and approved by the Department. Authorized Travel will be reimbursed in accordance with Section 112.061, Florida Statutes. The consultant will complete a Consultant Travel Form for each trip and submit it with the invoice. The invoice shall include documentation of man-hours provided and itemization of costs incurred (including receipts).

Invoices shall be submitted to: Florida Department of Transportation State Materials Office Business Office 5007 NE 39th Avenue Gainesville, Florida 32609

4.0 DETAILS OF COSTS AND FEES:

Details of the Contractor’s pricing rates for the performance of the services are contained in Exhibit “C”, attached hereto and made a part hereof.

5.0 TANGIBLE PERSONAL PROPERTY:

This contract does not involve the purchase of Tangible Personal Property, as defined in Chapter 273, F.S.

83 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 375-040-19 PROCUREMENT STANDARD WRITTEN AGREEMENT OGC - 07/15 Page 1 of 8 Agreement No.: Financial Project I.D.: F.E.I.D. No: Appropriation Bill Number(s)/Line Item Number(s) for 1st year of contract, pursuant to s. 216.313, F.S.: (required for contracts in excess of $5 million) Procurement No.: RFP-DOT-15/16-9019-JP D.M.S. Catalog Class No.: 72151306 BY THIS AGREEMENT, made and entered into this day of , , by and between the STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION, hereinafter called the "Department" and of duly authorized to conduct business in the State of Florida, hereinafter called "Vendor," hereby agree as follows: 1. SERVICES AND PERFORMANCE

A. In connection with Pavement Marking Management System , the Department does hereby retain the Vendor to furnish certain services, information, and items as described in Exhibit "A," attached hereto and made a part hereof. B. Before making any additions or deletions to the work described in this Agreement, and before undertaking any changes or revisions to such work, the parties shall negotiate any necessary cost changes and shall enter into an Amendment covering such work and compensation. Reference herein to this Agreement shall include any amendment(s).

C. All tracings, plans, specifications, maps, computer files, and reports prepared or obtained under this Agreement, as well as all data collected, together with summaries and charts derived therefrom, shall be the exclusive property of the Department without restriction or limitation on their use and shall be made available, upon request, to the Department at any time during the performance of such services and/or upon completion or termination of this Agreement. Upon delivery to the Department of said document(s), the Department shall become the custodian thereof in accordance with Chapter 119, Florida Statutes. The Vendor shall not copyright any material and products or patent any invention developed under this Agreement. The Department shall have the right to visit the site for inspection of the work and the products of the Vendor at any time.

D. All final plans, documents, reports, studies, and other data prepared by the Vendor shall bear the professional's seal/signature, in accordance with the applicable Florida Statutes, Administrative Rules promulgated by the Department of Business and Professional Regulation, and guidelines published by the Department, in effect at the time of execution of this Agreement. In the event that changes in the statutes or rules create a conflict with the requirements of published guidelines, requirements of the statutes and rules shall take precedence.

E. The Vendor agrees to provide project schedule progress reports in a format acceptable to the Department and at intervals established by the Department. The Department shall be entitled at all times to be advised, at its request, as to the status of work being done by the Vendor and of the details thereof. Coordination shall be maintained by the Vendor with representatives of the Department, or of other agencies interested in the project on behalf of the Department. Either party to this Agreement may request and be granted a conference. F. All services shall be performed by the Vendor to the satisfaction of the Director who shall decide all questions, difficulties, and disputes of any nature whatsoever that may arise under or by reason of this Agreement, the prosecution and fulfillment of the services hereunder and the character, quality, amount of value thereof; and the decision upon all claims, questions, and disputes shall be final and binding upon the parties hereto. Adjustments of compensation and contract time because of any major changes in the work that may become necessary or desirable as the work progresses shall be subject to mutual agreement of the parties, and amendment(s) shall be entered into by the parties in accordance herewith. Reference herein to the Director shall mean the Chief Engineer 84 375-040-19 PROCUREMENT OGC - 07/15 Page 2 of 8 2. TERM

A. Initial Term. This Agreement shall begin on date of execution and shall remain in full force and effect through completion of all services required or , whichever occurs first. Subsequent to the execution of this Agreement by both parties, the services to be rendered by the Vendor shall commence and be completed in accordance with the option selected below. (Select box and indicate date(s) as appropriate):

Services shall commence September 28, 2016 and shall be completed by September 27, 2019 or date of termination, whichever occurs first. Services shall commence upon written notice from the Department's Contract Manager and shall be completed by or date of termination, whichever occurs first. Other: See Exhibit "A"

B. RENEWALS (Select appropriate box):

This Agreement may not be renewed. This Agreement may be renewed for a period that may not exceed three (3) years or the term of the original contract, whichever is longer. Renewals are contingent upon satisfactory performance evaluations by the Department and subject to the availability of funds. Costs for renewal may not be charged. Any renewal or extension must be in writing and is subject to the same terms and conditions set forth in this Agreement and any written amendments signed by the parties. C. EXTENSIONS. In the event that circumstances arise which make performance by the Vendor impracticable or impossible within the time allowed or which prevent a new contract from being executed, the Department, in its discretion, may grant an extension of this Agreement. Extension of this Agreement must be in writing for a period not to exceed six (6) months and is subject to the same terms and conditions set forth in this Agreement and any written amendments signed by the parties; provided the Department may, in its discretion, grant a proportional increase in the total dollar amount based on the method and rate established herein. There may be only one extension of this Agreement unless the failure to meet the criteria set forth in this Agreement for completion of this Agreement is due to events beyond the control of the Vendor.

It shall be the responsibility of the Vendor to ensure at all times that sufficient time remains in the Project Schedule within which to complete services on the project. In the event there have been delays which would affect the project completion date, the Vendor shall submit a written request to the Department which identifies the reason(s) for the delay and the amount of time related to each reason. The Department shall review the request and make a determination as to granting all or part of the requested extension.

3. COMPENSATION AND PAYMENT

A. Payment shall be made only after receipt and approval of goods and services unless advance payments are authorized by the Chief Financial Officer of the State of Florida under Chapters 215 and 216, Florida Statutes. Deliverable(s) must be received and accepted in writing by the Contract Manager on the Department’s invoice transmittal forms prior to payment. If the Department determines that the performance of the Vendor is unsatisfactory, the Department shall notify the Vendor of the deficiency to be corrected, which correction shall be made within a time-frame to be specified by the Department. The Vendor shall, within five days after notice from the Department, provide the Department with a corrective action plan describing how the Vendor will address all issues of contract non-performance, unacceptable performance, failure to meet the minimum performance levels, deliverable deficiencies, or contract non- compliance. If the corrective action plan is unacceptable to the Department, the Vendor shall be assessed a non-performance retainage equivalent to 10% of the total invoice amount. The retainage shall be applied to the invoice for the then-current billing period. The retainage shall be withheld until the vendor resolves the deficiency. If the deficiency is subsequently resolved, the Vendor may bill the Department for the retained amount during the next billing period. If the Vendor is unable to resolve the deficiency, the funds retained may be forfeited at the end of the agreement period.

85 375-040-19 PROCUREMENT OGC - 07/15 Page 3 of 8

B. If this Agreement involves units of deliverables, then such units must be received and accepted in writing by the Contract Manager prior to payments. C. Bills for fees or other compensation for services or expenses shall be submitted in detail sufficient for a proper preaudit and postaudit thereof.

D. The bills for any travel expenses, when authorized by terms of this Agreement and by the Department's Project Manager, shall be submitted in accordance with Section 112.061, Florida Statutes, and the Department's Disbursement Handbook - For Employees and Managers.

E. Vendors providing goods and services to the Department should be aware of the following time frames. Upon receipt, the Department has five (5) working days to inspect and approve the goods and services, unless otherwise specified herein. 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.

F. If a payment is not available within forty (40) days, a separate interest penalty as established pursuant to Section 215.422, Florida Statutes, shall be due and payable, in addition to the invoice amount, to the Vendor. Interest penalties of less than one (1) dollar shall not be enforced unless the Vendor requests payment. Invoices which have to be returned to a Vendor because of Vendor preparation errors shall result in a delay in the payment. The invoice payment requirements do not start until a properly completed invoice is provided to the Department.

G. The State of Florida, through the Department of Management Services, has instituted MyFloridaMarketPlace, a statewide eProcurement system. Pursuant to Section 287.057(22), Florida Statutes, all payments shall be assessed a transaction fee of one percent (1%), which the Vendor shall pay to the State. For payments within the State accounting system (FLAIR or its successor), the transaction fee shall, when possible, be automatically deducted from payments to the Vendor. If automatic deduction is not possible, the Vendor shall pay the transaction fee pursuant to Rule 60A-1.031 (2), Florida Administrative Code. By submission of these reports and corresponding payments, Vendor certifies their correctness. All such reports and payments shall be subject to audit by the State or its designee. The Vendor shall receive a credit for any transaction fee paid by the Vendor for the purchase of any item(s) if such item(s) are returned to the Vendor through no fault, act, or omission of the Vendor. Notwithstanding the foregoing, a transaction fee is non-refundable when an item is rejected or returned, or declined, due to the Vendor's failure to perform or comply with specifications or requirements of the Agreement. Failure to comply with these requirements shall constitute grounds for declaring the Vendor in default and recovering reprocurement costs from the Vendor in addition to all outstanding fees. VENDORS DELINQUENT IN PAYING TRANSACTION FEES MAY BE EXCLUDED FROM CONDUCTING FUTURE BUSINESS WITH THE STATE.

H. 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) 413-5516.

I. Records of costs incurred under terms of this Agreement shall be maintained and made available upon request to the Department at all times during the period of this Agreement and for three (3) years after final payment for the work pursuant to this Agreement is made. Copies of these documents and records shall be furnished to the Department upon request. Records of costs incurred shall include the Vendor's general accounting records and the project records, together with supporting documents and records of the Vendor and all subcontractors performing work on the project, and all other records of the Vendor and subcontractors considered necessary by the Department for a proper audit of project costs.

J. The Department, during any fiscal year, shall not expend money, incur any liability, or enter into any contract which, by its terms, involves the expenditure of money in excess of the amounts budgeted as available for expenditure during such fiscal year. Any contract, verbal or written, made in violation of this subsection is null and void, and no money may be paid on such contract. The Department shall require a statement from the comptroller of the Department that funds are available prior to entering into any such contract or other binding commitment of funds. Nothing herein contained shall prevent the making of contracts for periods exceeding one (1) year, but any contract so made shall be executory only for the value of the services to be rendered or agreed to be paid for in succeeding fiscal years. Accordingly, the Department's performance and obligation to pay under this Agreement is contingent upon an annual appropriation by the Legislature.

86 375-040-19 PROCUREMENT OGC - 07/15 Page 4 of 8 4. INDEMNITY AND PAYMENT FOR CLAIMS

A. INDEMNITY: To the extent permitted by Florida Law, the Vendor shall indemnify and hold harmless the Department, its officers and employees from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorney's fees, to the extent caused by negligence, recklessness, or intentional wrongful misconduct of the Vendor and persons employed or utilized by the Vendor in the performance of this Agreement.

It is specifically agreed between the parties executing this Agreement that it is not intended by any of the provisions of any part of the Agreement to create in the public or any member thereof, a third party beneficiary hereunder, or to authorize anyone not a party to this Agreement to maintain a suit for personal injuries or property damage pursuant to the terms or provisions of this Agreement.

PAYMENT FOR CLAIMS: The Vendor guaranties the payment of all just claims for materials, supplies, tools, or labor and other just claims against the Vendor or any subcontractor, in connection with the Agreement. The Department's final acceptance and payment does not release the Vendor's bond until all such claims are paid or released.

B. LIABILITY INSURANCE. (Select and complete as appropriate): No general liability insurance is required. The Vendor shall carry and keep in force during the term of this Agreement, a general liability insurance policy or policies with a company or companies authorized to do business in Florida, affording public liability insurance with a combined bodily injury limits of at least $ 200,000.00 per person and $ 300,000.00 each occurrence, and property damage insurance of at least $ 200,000.00 each occurrence, for the services to be rendered in accordance with this Agreement. The Vendor shall have and maintain during the term of this Agreement, a professional liability insurance policy or policies or an irrevocable letter of credit established pursuant to Chapter 675 and Section 337.106, Florida Statutes, with a company or companies authorized to do business in the State of Florida, affording liability coverage for the professional services to be rendered in accordance with this Agreement in the amount of $ . C. WORKERS' COMPENSATION. The Vendor shall also carry and keep in force Workers' Compensation insurance as required for the State of Florida under the Workers' Compensation Law.

D. PERFORMANCE AND PAYMENT BOND. (Select as appropriate): No Bond is required. Prior to commencement of any services pursuant to this Agreement and at all times during the term hereof, including renewals and extensions, the Vendor will supply to the Department and keep in force a bond provided by a surety authorized to do business in the State of Florida, payable to the Department and conditioned for the prompt, faithful, and efficient performance of this Agreement according to the terms and conditions hereof and within the time periods specified herein, and for the prompt payment of all persons furnishing labor, materials, equipment, and supplies therefor. E. CERTIFICATION. With respect to any general liability insurance policy required pursuant to this Agreement, all such policies shall be issued by companies licensed to do business in the State of Florida. The Vendor shall provide to the Department certificates showing the required coverage to be in effect with endorsements showing the Department to be an additional insured prior to commencing any work under this Contract. Policies that include Self Insured Retention (SIR) will not be accepted. The certificates and policies shall provide that in the event of any material change in or cancellation of the policies reflecting the required coverage, thirty days advance notice shall be given to the Department or as provided in accordance with Florida law.

87 375-040-19 PROCUREMENT OGC - 07/15 Page 5 of 8 5. COMPLIANCE WITH LAWS

A. The Vendor 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 Vendor in conjunction with this Agreement. Specifically, if the Vendor is acting on behalf of a public agency the Vendor 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 Vendor. (2) 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. (3) 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 Vendor 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 Vendor to grant such public access shall be grounds for immediate unilateral cancellation of this Agreement by the Department. The Vendor shall promptly provide the Department with a copy of any request to inspect or copy public records in possession of the Vendor and shall promptly provide the Department a copy of the Vendor's response to each such request. B. The Vendor agrees that it shall make no statements, press releases or publicity releases concerning this Agreement or its subject matter or otherwise discuss or permit to be disclosed or discussed any of the data or other information obtained or furnished in compliance with this Agreement, or any particulars thereof, during the period of the Agreement, without first notifying the Department's Contract Manager and securing prior written consent. The Vendor also agrees that it shall not publish, copyright, or patent any of the data developed under this Agreement, it being understood that such data or information are works made for hire and the property of the Department.

C. The Vendor shall comply with all federal, state, and local laws and ordinances applicable to the work or payment for work thereof, and will not discriminate on the grounds of race, color, religion, sex, national origin, age, or disability in the performance of work under this Agreement.

D. If the Vendor is licensed by the Department of Business and Professional Regulation to perform the services herein contracted, then Section 337.162, Florida Statutes, applies as follows:

(1) If the Department has knowledge or reason to believe that any person has violated the provisions of state professional licensing laws or rules, it shall submit a complaint regarding the violations to the Department of Business and Professional Regulation. The complaint shall be confidential.

(2) Any person who is employed by the Department and who is licensed by the Department of Business and Professional Regulation and who, through the course of the person's employment, has knowledge to believe that any person has violated the provisions of state professional licensing laws or rules shall submit a complaint regarding the violations to the Department of Business and Professional Regulation. Failure to submit a complaint about the violations may be grounds for disciplinary action pursuant to Chapter 455, Florida Statutes, and the state licensing law applicable to that licensee. The complaint shall be confidential.

(3) Any complaints submitted to the Department of Business and Professional Regulation are confidential and exempt from Section 119.07(1), Florida Statutes, pursuant to Chapter 455, Florida Statutes, and applicable state law.

E. The Vendor covenants and agrees that it and its employees and agents shall be bound by the standards of conduct provided in applicable law and applicable rules of the Board of Business and Professional Regulation as they relate to work performed under this Agreement. The Vendor further covenants and agrees that when a former state employee is employed by the Vendor, the Vendor shall require that strict adherence by the former state employee to Sections 112.313 and 112.3185, Florida Statutes, is a condition of employment for said former state employee. These statutes will by reference be made a part of this Agreement as though set forth in full. The Vendor agrees to incorporate the provisions of this paragraph in any subcontract into which it might enter with reference to the work performed pursuant to this Agreement. 88 375-040-19 PROCUREMENT OGC - 07/15 Page 6 of 8 F. 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, proposal, or reply on a contract to provide any goods or services to a public entity, may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids, proposals, or replies 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 following the date of being placed on the convicted vendor list. G. An entity or affiliate who has been placed on the discriminatory vendor list may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity, may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids, proposals, or replies 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 a public entity, and may not transact business with any public entity. H. The Department shall consider the employment by any vendor of unauthorized aliens a violation of Section 274A(e) of the Immigration and Nationality Act. If the Vendor knowingly employs unauthorized aliens, such violation shall be cause for unilateral cancellation of this agreement. I. The Vendor agrees to comply with the Title VI Nondiscrimination Contract Provisions, Appendices A and E, available at http://www.dot.state.fl.us/procurement/index.shtm, incorporated herein by reference and made a part of this Agreement. J. Pursuant to Section 216.347, Florida Statutes, the vendor may not expend any State funds for the purpose of lobbying the Legislature, the judicial branch, or a state agency. K. Any intellectual property developed as a result of this Agreement will belong to and be the sole property of the State. This provision will survive the termination or expiration of the Agreement. L. The Vendor agrees to comply with s.20.055(5), Florida Statutes, and to incorporate in all subcontracts the obligation to comply with s.20.055(5), Florida Statutes. 6. TERMINATION AND DEFAULT A. This Agreement may be canceled by the Department in whole or in part at any time the interest of the Department requires such termination. The Department reserves the right to terminate or cancel this Agreement in the event an assignment be made for the benefit of creditors. B. If the Department determines that the performance of the Vendor is not satisfactory, the Department shall have the option of (a) immediately terminating the Agreement, or (b) notifying the Vendor of the deficiency with a requirement that the deficiency be corrected within a specified time, otherwise the Agreement will be terminated at the end of such time, or (c) taking whatever action is deemed appropriate by the Department. C. If the Department requires termination of the Agreement for reasons other than unsatisfactory performance of the Vendor, the Department shall notify the Vendor of such termination, with instructions as to the effective date of termination or specify the stage of work at which the Agreement is to be terminated. D. If the Agreement is terminated before performance is completed, the Vendor shall be paid only for that work satisfactorily performed for which costs can be substantiated. Such payment, however, may not exceed an amount which is the same percentage of the agreement price as the amount of work satisfactorily completed is a percentage of the total work called for by this Agreement. All work in progress shall become the property of the Department and shall be turned over promptly by the Vendor. E. For Agreements $1,000,000 and greater, if the Department determines the Vendor submitted a false certification under Section 287.135(5), Florida Statutes, been placed on the Scrutinized Companies with Activities in the Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, the Department shall either terminate the Agreement after it has given the Vendor notice and an opportunity to demonstrate the Department's determination of false certification was in error pursuant to Section 287.135(5)(a), Florida Statutes, or maintain the Agreement if the conditions of Section 287.135 (4), Florida Statutes, are met. 7. ASSIGNMENT AND SUBCONTRACTS A. The Vendor shall maintain an adequate and competent staff so as to enable the Vendor to timely perform under this Agreement and may associate with it such subcontractors, for the purpose of its services hereunder, without additional cost to the Department, other than those costs within the limits and terms of this Agreement. The Vendor is fully responsible for satisfactory completion of all subcontracted work. The Vendor, however, shall not sublet, assign, or transfer any work under this Agreement to other than subcontractors specified in the proposal, bid, and/or Agreement without the written consent of the Department. 89 375-040-19 PROCUREMENT OGC - 07/15 Page 7 of 8 B. Select the appropriate box: The following provision is not applicable to this Agreement: The following provision is hereby incorporated in and made a part of this Agreement:

It is expressly understood and agreed that any articles that are the subject of, or required to carry out this Agreement shall be purchased from a nonprofit agency for the blind or for the severely handicapped that is qualified pursuant to Chapter 413, Florida Statutes, in the same manner and under the same procedures set forth in Section 413.036(1) and (2), Florida Statutes; and for purposes of this Agreement the person, firm, or other business entity (Vendor) carrying out the provisions of this Agreement shall be deemed to be substituted for the state agency (Department) insofar as dealings with such qualified nonprofit agency are concerned. RESPECT of Florida provides governmental agencies within the State of Florida with quality products and services produced by persons with disabilities. Available pricing, products, and delivery schedules may be obtained by contacting:

RESPECT 2475 Apalachee Pkwy Tallahassee, Florida 32301-4946 Phone: (850)487-1471 The following provision is hereby incorporated in and made a part of this Agreement: It is expressly understood and agreed that any articles which are the subject of, or required to carry out this Agreement shall be purchased from the corporation identified under Chapter 946, Florida Statutes, in the same manner and under the procedures set forth in Sections 946.515(2) and (4), Florida Statutes; and for purposes of this Agreement the person, firm, or other business entity (Vendor) carrying out the provisions of this Agreement shall be deemed to be substituted for this agency (Department) insofar as dealings with such corporation are concerned. The "corporation identified" is Prison Rehabilitative Industries and Diversified Enterprises, Inc. (PRIDE). Available pricing, products, and delivery schedules may be obtained by contacting: PRIDE Enterprises 12425 - 28th Street, North St. Petersburg, FL 33716-1826 (800)643-8459 This Agreement involves the expenditure of federal funds and Section 946.515, Florida Statutes, as noted above, does not apply. However, Appendix I is applicable to all parties and is hereof made a part of this Agreement. 8. MISCELLANEOUS A. The Vendor and its employees, agents, representatives, or subcontractors are not employees of the Department and are not entitled to the benefits of State of Florida employees. Except to the extent expressly authorized herein, Vendor and its employees, agents, representatives, or subcontractors are not agents of the Department or the State for any purpose or authority such as to bind or represent the interests thereof, and shall not represent that it is an agent or that it is acting on the behalf of the Department or the State. The Department shall not be bound by any unauthorized acts or conduct of the Vendor or its employees, agents, representatives, or subcontractors. Vendor agrees to include this provision in all its subcontracts under this Agreement. B. All words used herein in the singular form shall extend to and include the plural. All words used in the plural form shall extend to and include the singular. All words used in any gender shall extend to and include all genders. C. This Agreement embodies the whole agreement of the parties. There are no promises, terms, conditions, or obligations other than those contained herein, and this Agreement shall supersede all previous communications, representations, or agreements, either verbal or written, between the parties hereto. The State of Florida terms and conditions, whether general or specific, shall take precedence over and supersede any inconsistent or conflicting provision in any attached terms and conditions of the Vendor. D. It is understood and agreed by the parties hereto that if any part, term or provision of this Agreement is by the courts held to be illegal or in conflict with any law of the State of Florida, the validity of the remaining portions or provisions shall not be affected, and the rights and obligations of the parties shall be construed and enforced as if the Agreement did not contain the particular part, term, or provision held to be invalid. E. This Agreement shall be governed by and construed in accordance with the laws of the State of Florida.

90 375-040-19 PROCUREMENT OGC - 07/15 Page 8 of 8 F. In any legal action related to this Agreement, instituted by either party, the Vendor hereby waives any and all privileges and rights it may have under Chapter 47 and Section 337.19, Florida Statutes, relating to venue, as it now exists or may hereafter be amended, and any and all such privileges and rights it may have under any other statute, rule, or case law, including, but not limited to those grounded on convenience. Any such legal action may be brought in the appropriate Court in the county chosen by the Department and in the event that any such legal action is filed by the Vendor, the Vendor hereby consents to the transfer of venue to the county chosen by the Department upon the Department filing a motion requesting the same. G. If this Agreement involves the purchase or maintenance of information technology as defined in Section 282.0041, Florida Statutes, the selected provisions of the attached Appendix II are made a part of this Agreement. H. If this Agreement is the result of a formal solicitation (Invitation to Bid, Request for Proposal or Invitation to Negotiate), the Department of Management Services Forms PUR1000 and PUR1001, included in the solicitation, are incorporated herein by reference and made a part of this Agreement. I. Vendor/Contractor: 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 Vendor/Contractor 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. J. Time is of the essence as to each and every obligation under this Agreement. K. The following attachments are incorporated and made a part of this agreement:

L. Other Provisions:

IN WITNESS WHEREOF, the parties have executed this Agreement by their duly authorized officers on the day, month and year set forth above. STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Name of Vendor

BY: BY: Authorized Signature Authorized Signature

(Print/Type) (Print/Type)

Title: Title: Chief Engineer

FOR DEPARTMENT USE ONLY

APPROVED: LEGAL REVIEW:

Procurement Office

91

State of Florida PUR 1000 General Contract Conditions

Contents

1. Definitions. 2. Purchase Orders. 3. Product Version. 4. Price Changes Applicable only to Term Contracts. 5. Additional Quantities. 6. Packaging. 7. Inspection at Contractor’s Site. 8. Safety Standards. 9. Americans with Disabilities Act. 10. Literature. 11. Transportation and Delivery. 12. Installation. 13. Risk of Loss. 14. Transaction Fee. 15. Invoicing and Payment. 16. Taxes. 17. Governmental Restrictions. 18. Lobbying and Integrity. 19. Indemnification. 20. Limitation of Liability. 21. Suspension of Work. 22. Termination for Convenience. 23. Termination for Cause. 24. Force Majeure, Notice of Delay, and No Damages for Delay. 25. Changes. 26. Renewal. 27. Purchase Order Duration. 28. Advertising. 29. Assignment. 30. Antitrust Assignment 31. Dispute Resolution. 32. Employees, Subcontractors, and Agents. 33. Security and Confidentiality. 34. Contractor Employees, Subcontractors, and Other Agents. 35. Insurance Requirements. 36. Warranty of Authority. 37. Warranty of Ability to Perform. 38. Notices. 39. Leases and Installment Purchases. 40. Prison Rehabilitative Industries and Diversified Enterprises, Inc. (PRIDE). 41. Products Available from the Blind or Other Handicapped. 42. Modification of Terms. 43. Cooperative Purchasing. 44. Waiver. 45. Annual Appropriations. 46. Execution in Counterparts. 47. Severability.

92 1. Definitions. The definitions contained in s. 60A-1.001, F.A.C. shall apply to this agreement. The following additional terms are also defined:

(a) “Contract” means the legally enforceable agreement that results from a successful solicitation. The parties to the Contract will be the Customer and Contractor.

(b) “Customer” means the State agency or other entity identified in a contract as the party to receive commodities or contractual services pursuant to a contract or that orders commodities or contractual services via purchase order or other contractual instrument from the Contractor under the Contract. The “Customer” may also be the “Buyer” as defined in the PUR 1001 if it meets the definition of both terms.

(c) “Product” means any deliverable under the Contract, which may include commodities, services, technology or software.

(d) “Purchase order” means the form or format a Customer uses to make a purchase under the Contract (e.g., a formal written purchase order, electronic purchase order, procurement card, contract or other authorized means).

2. Purchase Orders. In contracts where commodities or services are ordered by the Customer via purchase order, Contractor shall not deliver or furnish products until a Customer transmits a purchase order. All purchase orders shall bear the Contract or solicitation number, shall be placed by the Customer directly with the Contractor, and shall be deemed to incorporate by reference the Contract and solicitation terms and conditions. Any discrepancy between the Contract terms and the terms stated on the Contractor’s order form, confirmation, or acknowledgement shall be resolved in favor of terms most favorable to the Customer. A purchase order for services within the ambit of section 287.058(1) of the Florida Statutes shall be deemed to incorporate by reference the requirements of subparagraphs (a) through (f) thereof. Customers shall designate a contract manager and a contract administrator as required by subsections 287.057(15) and (16) of the Florida Statutes.

3. Product Version. Purchase orders shall be deemed to reference a manufacturer’s most recently release model or version of the product at the time of the order, unless the Customer specifically requests in writing an earlier model or version and the contractor is willing to provide such model or version.

4. Price Changes Applicable only to Term Contracts. If this is a term contract for commodities or services, the following provisions apply.

(a) Quantity Discounts. Contractors are urged to offer additional discounts for one time delivery of large single orders. Customers should seek to negotiate additional price concessions on quantity purchases of any products offered under the Contract. State Customers shall document their files accordingly.

(b) Best Pricing Offer. During the Contract term, if the Customer becomes aware of better pricing offered by the Contractor for substantially the same or a smaller quantity of a product outside the Contract, but upon the same or similar terms of the Contract, then at the discretion of the Customer the price under the Contract shall be immediately reduced to the lower price.

(c) Sales Promotions. In addition to decreasing prices for the balance of the Contract term due to a change in market conditions, a Contractor may conduct sales promotions involving price reductions for a specified lesser period. A Contractor shall submit to the Contract Specialist documentation identifying the proposed (1) starting and ending dates of the promotion, (2) products involved, and (3) promotional prices compared to then-authorized prices. Promotional prices shall be available to all Customers. Upon approval, the Contractor shall provide conspicuous notice of the promotion.

(d) Trade-In. Customers may trade-in equipment when making purchases from the Contract. A trade-in shall be negotiated between the Customer and the Contractor. Customers are obligated to actively seek current fair market value when trading equipment, and to keep accurate records of the process. For State agencies, it may be necessary to provide documentation to the Department of Financial Services and to the agency property custodian pursuant to Chapter 273, F.S.

(e) Equitable Adjustment. The Customer may, in its sole discretion, make an equitable adjustment in the Contract terms 93 or pricing if pricing or availability of supply is affected by extreme and unforeseen volatility in the marketplace, that is, by circumstances that satisfy all the following criteria: (1) the volatility is due to causes wholly beyond the Contractor’s control, (2) the volatility affects the marketplace or industry, not just the particular Contract source of supply, (3) the effect on pricing or availability of supply is substantial, and (4) the volatility so affects the Contractor that continued performance of the Contract would result in a substantial loss.

5. Additional Quantities. For a period not exceeding ninety (90) days from the date of solicitation award, the Customer reserves the right to acquire additional quantities up to the amount shown on the solicitation but not to exceed the threshold for Category Two at the prices submitted in the response to the solicitation.

6. Packaging. Tangible product shall be securely and properly packed for shipment, storage, and stocking in appropriate, clearly labeled, shipping containers and according to accepted commercial practice, without extra charge for packing materials, cases, or other types of containers. All containers and packaging shall become and remain Customer’s property.

7. Inspection at Contractor’s Site. The Customer reserves the right to inspect, at any reasonable time with prior notice, the equipment or product or plant or other facilities of a Contractor to assess conformity with Contract requirements and to determine whether they are adequate and suitable for proper and effective Contract performance.

8. Safety Standards. All manufactured items and fabricated assemblies subject to operation under pressure, operation by connection to an electric source, or operation involving connection to a manufactured, natural, or LP gas source shall be constructed and approved in a manner acceptable to the appropriate State inspector. Acceptability customarily requires, at a minimum, identification marking of the appropriate safety standard organization, where such approvals of listings have been established for the type of device offered and furnished, for example: the American Society of Mechanical Engineers for pressure vessels; the Underwriters Laboratories and/or National Electrical Manufacturers’ Association for electrically operated assemblies; and the American Gas Association for gas-operated assemblies. In addition, all items furnished shall meet all applicable requirements of the Occupational Safety and Health Act and state and federal requirements relating to clean air and water pollution.

9. Americans with Disabilities Act. Contractors should identify any products that may be used or adapted for use by visually, hearing, or other physically impaired individuals.

10. Literature. Upon request, the Contractor shall furnish literature reasonably related to the product offered, for example, user manuals, price schedules, catalogs, descriptive brochures, etc.

11. Transportation and Delivery. Prices shall include all charges for packing, handling, freight, distribution, and inside delivery. Transportation of goods shall be FOB Destination to any point within thirty (30) days after the Customer places an Order. A Contractor, within five (5) days after receiving a purchase order, shall notify the Customer of any potential delivery delays. Evidence of inability or intentional delays shall be cause for Contract cancellation and Contractor suspension.

12. Installation. Where installation is required, Contractor shall be responsible for placing and installing the product in the required locations at no additional charge, unless otherwise designated on the Contract or purchase order. Contractor’s authorized product and price list shall clearly and separately identify any additional installation charges. All materials used in the installation shall be of good quality and shall be free of defects that would diminish the appearance of the product or render it structurally or operationally unsound. Installation includes the furnishing of any equipment, rigging, and materials required to install or replace the product in the proper location. Contractor shall protect the site from damage and shall repair damages or injury caused during installation by Contractor or its employees or agents. If any alteration, dismantling, excavation, etc., is required to achieve installation, the Contractor shall promptly restore the structure or site to its original condition. Contractor shall perform installation work so as to cause the least inconvenience and interference with Customers and with proper consideration of others on site. Upon completion of the installation, the location and surrounding area of work shall be left clean and in a neat and unobstructed condition, with everything in satisfactory repair and order.

13. Risk of Loss. Matters of inspection and acceptance are addressed in s. 215.422, F.S. Until acceptance, risk of loss

94 or damage shall remain with the Contractor. The Contractor shall be responsible for filing, processing, and collecting all damage claims. To assist the Contractor with damage claims, the Customer shall: record any evidence of visible damage on all copies of the delivering carrier’s Bill of Lading; report damages to the carrier and the Contractor; and provide the Contractor with a copy of the carrier’s Bill of Lading and damage inspection report. When a Customer rejects a product, Contractor shall remove it from the premises within ten days after notification or rejection. Upon rejection notification, the risk of loss of rejected or non-conforming product shall remain with the Contractor. Rejected product not removed by the Contractor within ten days shall be deemed abandoned by the Contractor, and the Customer shall have the right to dispose of it as its own property. Contractor shall reimburse the Customer for costs and expenses incurred in storing or effecting removal or disposition of rejected product. 14. Transaction Fee. The State of Florida has instituted MyFloridaMarketPlace, a statewide eProcurement System (“System”). Pursuant to section 287.057(23), Florida Statutes (2002), all payments shall be assessed a Transaction Fee of one percent (1.0%), which the Contractor shall pay to the State, unless exempt pursuant to 60A-1.032, F.A.C. For payments within the State accounting system (FLAIR or its successor), the Transaction Fee shall, when possible, be automatically deducted from payments to the Contractor. If automatic deduction is not possible, the Contractor shall pay the Transaction Fee pursuant to Rule 60A-1.031(2), F.A.C. By submission of these reports and corresponding payments, Contractor certifies their correctness. All such reports and payments shall be subject to audit by the State or its designee.

Contractor shall receive a credit for any Transaction Fee paid by the Contractor for the purchase of any item(s) if such item(s) are returned to the Contractor through no fault, act, or omission of the Contractor. Notwithstanding the foregoing, a Transaction Fee is non-refundable when an item is rejected or returned, or declined, due to the Contractor’s failure to perform or comply with specifications or requirements of the agreement. Failure to comply with these requirements shall constitute grounds for declaring the Contractor in default and recovering reprocurement costs from the Contractor in addition to all outstanding fees. CONTRACTORS DELINQUENT IN PAYING TRANSACTION FEES MAY BE SUBJECT TO BEING REMOVED FROM THE DEPARTMENT OF MANAGEMENT SERVICES’ VENDOR LIST AS PROVIDED IN RULE 60A-1.006, F.A.C.

15. Invoicing and Payment. Invoices shall contain the Contract number, purchase order number if applicable, and the appropriate vendor identification number. The State may require any other information from the Contractor that the State deems necessary to verify any purchase order placed under the Contract. At the State's option, Contractors may be required to invoice electronically pursuant to guidelines of the Department of Management Services. Current guidelines require that Contractor supply electronic invoices in lieu of paper-based invoices for those transactions processed through the system. Electronic invoices shall be submitted to the Customer through the Ariba Supplier Network (ASN) in one of the following mechanisms – EDI 810, cXML, or web-based invoice entry within the ASN.

Payment shall be made in accordance with sections 215.422 and 287.0585 of the Florida Statutes, which govern time limits for payment of invoices. Invoices that must be returned to a Contractor due to preparation errors will result in a delay in payment. Contractors may call (850) 413-7269 Monday through Friday to inquire about the status of payments by State Agencies. The Customer is responsible for all payments under the Contract. A Customer’s failure to pay, or delay in payment, shall not constitute a breach of the Contract and shall not relieve the Contractor of its obligations to the Department or to other Customers. 16. Taxes. The State does not pay Federal excise or sales taxes on direct purchases of tangible personal property. The State will not pay for any personal property taxes levied on the Contractor or for any taxes levied on employees’ wages. Any exceptions to this paragraph shall be explicitly noted by the Customer in the special contract conditions section of the solicitation or in the Contract or purchase order.

17. Governmental Restrictions. If the Contractor believes that any governmental restrictions have been imposed that require alteration of the material, quality, workmanship or performance of the products offered under the Contract, the Contractor shall immediately notify the Customer in writing, indicating the specific restriction. The Customer reserves the right and the complete discretion to accept any such alteration or to cancel the Contract at no further expense to the Customer.

18. Lobbying and Integrity. Customers shall ensure compliance with Section 11.062, FS and Section 216.347, FS.The Contractor shall not, in connection with this or any other agreement with the State, directly or indirectly (1) offer, confer, 95 or agree to confer any pecuniary benefit on anyone as consideration for any State officer or employee’s decision, opinion, recommendation, vote, other exercise of discretion, or violation of a known legal duty, or (2) offer, give, or agree to give to anyone any gratuity for the benefit of, or at the direction or request of, any State officer or employee. For purposes of clause (2), “gratuity” means any payment of more than nominal monetary value in the form of cash, travel, entertainment, gifts, meals, lodging, loans, subscriptions, advances, deposits of money, services, employment, or contracts of any kind. Upon request of the Customer’s Inspector General, or other authorized State official, the Contractor shall provide any type of information the Inspector General deems relevant to the Contractor’s integrity or responsibility. Such information may include, but shall not be limited to, the Contractor’s business or financial records, documents, or files of any type or form that refer to or relate to the Contract. The Contractor shall retain such records for the longer of (1) three years after the expiration of the Contract or (2) the period required by the General Records Schedules maintained by the Florida Department of State (available at: http://dlis.dos.state.fl.us/barm/genschedules/gensched.htm). The Contractor agrees to reimburse the State for the reasonable costs of investigation incurred by the Inspector General or other authorized State official for investigations of the Contractor’s compliance with the terms of this or any other agreement between the Contractor and the State which results in the suspension or debarment of the Contractor. Such costs shall include, but shall not be limited to: salaries of investigators, including overtime; travel and lodging expenses; and expert witness and documentary fees. The Contractor shall not be responsible for any costs of investigations that do not result in the Contractor’s suspension or debarment.

19. Indemnification. The Contractor shall be fully liable for the actions of its agents, employees, partners, or subcontractors and shall fully indemnify, defend, and hold harmless the State and Customers, and their officers, agents, and employees, from suits, actions, damages, and costs of every name and description, including attorneys’ fees, arising from or relating to personal injury and damage to real or personal tangible property alleged to be caused in whole or in part by Contractor, its agents, employees, partners, or subcontractors, provided, however, that the Contractor shall not indemnify for that portion of any loss or damages proximately caused by the negligent act or omission of the State or a Customer.

Further, the Contractor shall fully indemnify, defend, and hold harmless the State and Customers from any suits, actions, damages, and costs of every name and description, including attorneys’ fees, arising from or relating to violation or infringement of a trademark, copyright, patent, trade secret or intellectual property right, provided, however, that the foregoing obligation shall not apply to a Customer’s misuse or modification of Contractor’s products or a Customer’s operation or use of Contractor’s products in a manner not contemplated by the Contract or the purchase order. If any product is the subject of an infringement suit, or in the Contractor’s opinion is likely to become the subject of such a suit, the Contractor may at its sole expense procure for the Customer the right to continue using the product or to modify it to become non-infringing. If the Contractor is not reasonably able to modify or otherwise secure the Customer the right to continue using the product, the Contractor shall remove the product and refund the Customer the amounts paid in excess of a reasonable rental for past use. The customer shall not be liable for any royalties.

The Contractor’s obligations under the preceding two paragraphs with respect to any legal action are contingent upon the State or Customer giving the Contractor (1) written notice of any action or threatened action, (2) the opportunity to take over and settle or defend any such action at Contractor’s sole expense, and (3) assistance in defending the action at Contractor’s sole expense. The Contractor shall not be liable for any cost, expense, or compromise incurred or made by the State or Customer in any legal action without the Contractor’s prior written consent, which shall not be unreasonably withheld.

20. Limitation of Liability. For all claims against the Contractor under any contract or purchase order, and regardless of the basis on which the claim is made, the Contractor’s liability under a contract or purchase order for direct damages shall be limited to the greater of $100,000, the dollar amount of the contract or purchase order, or two times the charges rendered by the Contractor under the purchase order. This limitation shall not apply to claims arising under the Indemnity paragraph contain in this agreement.

Unless otherwise specifically enumerated in the Contract or in the purchase order, no party shall be liable to another for special, indirect, punitive, or consequential damages, including lost data or records (unless the contract or purchase order requires the Contractor to back-up data or records), even if the party has been advised that such damages are possible. No party shall be liable for lost profits, lost revenue, or lost institutional operating savings. The State and Customer may, in addition to other remedies available to them at law or equity and upon notice to the Contractor, retain such monies from amounts due Contractor as may be necessary to satisfy any claim for damages, penalties, costs and the like asserted 96 by or against them. The State may set off any liability or other obligation of the Contractor or its affiliates to the State against any payments due the Contractor under any contract with the State.

21. Suspension of Work. The Customer may in its sole discretion suspend any or all activities under the Contract or purchase order, at any time, when in the best interests of the State to do so. The Customer shall provide the Contractor written notice outlining the particulars of suspension. Examples of the reason for suspension include, but are not limited to, budgetary constraints, declaration of emergency, or other such circumstances. After receiving a suspension notice, the Contractor shall comply with the notice and shall not accept any purchase orders. Within ninety days, or any longer period agreed to by the Contractor, the Customer shall either (1) issue a notice authorizing resumption of work, at which time activity shall resume, or (2) terminate the Contract or purchase order. Suspension of work shall not entitle the Contractor to any additional compensation.

22. Termination for Convenience. The Customer, by written notice to the Contractor, may terminate the Contract in whole or in part when the Customer determines in its sole discretion that it is in the State’s interest to do so. The Contractor shall not furnish any product after it receives the notice of termination, except as necessary to complete the continued portion of the Contract, if any. The Contractor shall not be entitled to recover any cancellation charges or lost profits.

23. Termination for Cause. The Customer may terminate the Contract if the Contractor fails to (1) deliver the product within the time specified in the Contract or any extension, (2) maintain adequate progress, thus endangering performance of the Contract, (3) honor any term of the Contract, or (4) abide by any statutory, regulatory, or licensing requirement. Rule 60A-1.006(3), F.A.C., governs the procedure and consequences of default. The Contractor shall continue work on any work not terminated. Except for defaults of subcontractors at any tier, the Contractor shall not be liable for any excess costs if the failure to perform the Contract arises from events completely beyond the control, and without the fault or negligence, of the Contractor. If the failure to perform is caused by the default of a subcontractor at any tier, and if the cause of the default is completely beyond the control of both the Contractor and the subcontractor, and without the fault or negligence of either, the Contractor shall not be liable for any excess costs for failure to perform, unless the subcontracted products were obtainable from other sources in sufficient time for the Contractor to meet the required delivery schedule. If, after termination, it is determined that the Contractor was not in default, or that the default was excusable, the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of the Customer. The rights and remedies of the Customer in this clause are in addition to any other rights and remedies provided by law or under the Contract.

24. Force Majeure, Notice of Delay, and No Damages for Delay. The Contractor shall not be responsible for delay resulting from its failure to perform if neither the fault nor the negligence of the Contractor or its employees or agents contributed to the delay and the delay is due directly to acts of God, wars, acts of public enemies, strikes, fires, floods, or other similar cause wholly beyond the Contractor’s control, or for any of the foregoing that affect subcontractors or suppliers if no alternate source of supply is available to the Contractor. In case of any delay the Contractor believes is excusable, the Contractor shall notify the Customer in writing of the delay or potential delay and describe the cause of the delay either (1) within ten (10) days after the cause that creates or will create the delay first arose, if the Contractor could reasonably foresee that a delay could occur as a result, or (2) if delay is not reasonably foreseeable, within five (5) days after the date the Contractor first had reason to believe that a delay could result. THE FOREGOING SHALL CONSTITUTE THE CONTRACTOR’S SOLE REMEDY OR EXCUSE WITH RESPECT TO DELAY. Providing notice in strict accordance with this paragraph is a condition precedent to such remedy. No claim for damages, other than for an extension of time, shall be asserted against the Customer. The Contractor shall not be entitled to an increase in the Contract price or payment of any kind from the Customer for direct, indirect, consequential, impact or other costs, expenses or damages, including but not limited to costs of acceleration or inefficiency, arising because of delay, disruption, interference, or hindrance from any cause whatsoever. If performance is suspended or delayed, in whole or in part, due to any of the causes described in this paragraph, after the causes have ceased to exist the Contractor shall perform at no increased cost, unless the Customer determines, in its sole discretion, that the delay will significantly impair the value of the Contract to the State or to Customers, in which case the Customer may (1) accept allocated performance or deliveries from the Contractor, provided that the Contractor grants preferential treatment to Customers with respect to products subjected to allocation, or (2) purchase from other sources (without recourse to and by the Contractor for the related costs and expenses) to replace all or part of the products that are the subject of the delay, which purchases may be deducted from the Contract quantity, or (3) terminate the Contract in whole or in part.

97

25. Changes. The Customer may unilaterally require, by written order, changes altering, adding to, or deducting from the Contract specifications, provided that such changes are within the general scope of the Contract. The Customer may make an equitable adjustment in the Contract price or delivery date if the change affects the cost or time of performance. Such equitable adjustments require the written consent of the Contractor, which shall not be unreasonably withheld. If unusual quantity requirements arise, the Customer may solicit separate bids to satisfy them.

26. Renewal. Upon mutual agreement, the Customer and the Contractor may renew the Contract, in whole or in part, for a period that may not exceed 3 years or the term of the contract, whichever period is longer. Any renewal shall specify the renewal price, as set forth in the solicitation response. The renewal must be in writing and signed by both parties, and is contingent upon satisfactory performance evaluations and subject to availability of funds.

27. Purchase Order Duration. Purchase orders issued pursuant to a state term or agency contract must be received by the Contractor no later than close of business on the last day of the contract’s term to be considered timely. The Contractor is obliged to fill those orders in accordance with the contract’s terms and conditions. Purchase orders received by the contractor after close of business on the last day of the state term or agency contract’s term shall be considered void.

Purchase orders for a one-time delivery of commodities or performance of contractual services shall be valid through the performance by the Contractor, and all terms and conditions of the state term or agency contract shall apply to the single delivery/performance, and shall survive the termination of the Contract.

Contractors are required to accept purchase orders specifying delivery schedules exceeding the contracted schedule even when such extended delivery will occur after expiration of the state term or agency contract. For example, if a state term contract calls for delivery 30 days after receipt of order (ARO), and an order specifies delivery will occur both in excess of 30 days ARO and after expiration of the state term contract, the Contractor will accept the order. However, if the Contractor expressly and in writing notifies the ordering office within ten (10) calendar days of receipt of the purchase order that Contractor will not accept the extended delivery terms beyond the expiration of the state term contract, then the purchase order will either be amended in writing by the ordering entity within ten (10) calendar days of receipt of the contractor’s notice to reflect the state term contract delivery schedule, or it shall be considered withdrawn.

The duration of purchase orders for recurring deliveries of commodities or performance of services shall not exceed the expiration of the state term or agency contract by more than twelve months. However, if an extended pricing plan offered in the state term or agency contract is selected by the ordering entity, the contract terms on pricing plans and renewals shall govern the maximum duration of purchase orders reflecting such pricing plans and renewals.

Timely purchase orders shall be valid through their specified term and performance by the Contractor, and all terms and conditions of the state term or agency contract shall apply to the recurring delivery/performance as provided herein, and shall survive the termination of the Contract.

Ordering offices shall not renew a purchase order issued pursuant to a state term or agency contract if the underlying contract expires prior to the effective date of the renewal.

28. Advertising. Subject to Chapter 119, Florida Statutes, the Contractor shall not publicly disseminate any information concerning the Contract without prior written approval from the Customer, including, but not limited to mentioning the Contract in a press release or other promotional material, identifying the Customer or the State as a reference, or otherwise linking the Contractor’s name and either a description of the Contract or the name of the State or the Customer in any material published, either in print or electronically, to any entity that is not a party to Contract, except potential or actual authorized distributors, dealers, resellers, or service representative.

29. Assignment. The Contractor shall not sell, assign or transfer any of its rights, duties or obligations under the Contract, or under any purchase order issued pursuant to the Contract, without the prior written consent of the Customer. In the event of any assignment, the Contractor remains secondarily liable for performance of the contract, unless the Customer expressly waives such secondary liability. The Customer may assign the Contract with prior written notice to Contractor of its intent to do so.

98

30. Antitrust Assignment. The Contractor and the State of Florida recognize that in actual economic practice, overcharges resulting from antitrust violations are in fact usually borne by the State of Florida. Therefore, the contractor hereby assigns to the State of Florida any and all claims for such overcharges as to goods, materials or services purchased in connection with the Contract.

31. Dispute Resolution. Any dispute concerning performance of the Contract shall be decided by the Customer's designated contract manager, who shall reduce the decision to writing and serve a copy on the Contractor. The decision shall be final and conclusive unless within twenty one (21) days from the date of receipt, the Contractor files with the Customer a petition for administrative hearing. The Customer’s decision on the petition shall be final, subject to the Contractor’s right to review pursuant to Chapter 120 of the Florida Statutes. Exhaustion of administrative remedies is an absolute condition precedent to the Contractor's ability to pursue any other form of dispute resolution; provided, however, that the parties may employ the alternative dispute resolution procedures outlined in Chapter 120.

Without limiting the foregoing, the exclusive venue of any legal or equitable action that arises out of or relates to the Contract shall be the appropriate state court in Leon County, Florida; in any such action, Florida law shall apply and the parties waive any right to jury trial.

32. Employees, Subcontractors, and Agents. All Contractor employees, subcontractors, or agents performing work under the Contract shall be properly trained technicians who meet or exceed any specified training qualifications. Upon request, Contractor shall furnish a copy of technical certification or other proof of qualification. All employees, subcontractors, or agents performing work under the Contract must comply with all security and administrative requirements of the Customer and shall comply with all controlling laws and regulations relevant to the services they are providing under the Contract. The State may conduct, and the Contractor shall cooperate in, a security background check or otherwise assess any employee, subcontractor, or agent furnished by the Contractor. The State may refuse access to, or require replacement of, any personnel for cause, including, but not limited to, technical or training qualifications, quality of work, change in security status, or non-compliance with a Customer’s security or other requirements. Such approval shall not relieve the Contractor of its obligation to perform all work in compliance with the Contract. The State may reject and bar from any facility for cause any of the Contractor’s employees, subcontractors, or agents.

33. Security and Confidentiality. The Contractor shall comply fully with all security procedures of the United States, State of Florida and Customer in performance of the Contract. The Contractor shall not divulge to third parties any confidential information obtained by the Contractor or its agents, distributors, resellers, subcontractors, officers or employees in the course of performing Contract work, including, but not limited to, security procedures, business operations information, or commercial proprietary information in the possession of the State or Customer. The Contractor shall not be required to keep confidential information or material that is publicly available through no fault of the Contractor, material that the Contractor developed independently without relying on the State’s or Customer’s confidential information, or material that is otherwise obtainable under State law as a public record. To insure confidentiality, the Contractor shall take appropriate steps as to its personnel, agents, and subcontractors. The warranties of this paragraph shall survive the Contract.

34.Contractor Employees, Subcontractors, and Other Agents. The Customer and the State shall take all actions necessary to ensure that Contractor's employees, subcontractors and other agents are not employees of the State of Florida. Such actions include, but are not limited to, ensuring that Contractor's employees, subcontractors, and other agents receive benefits and necessary insurance (health, workers' compensations, and unemployment) from an employer other than the State of Florida.

35. Insurance Requirements. During the Contract term, the Contractor at its sole expense shall provide commercial insurance of such a type and with such terms and limits as may be reasonably associated with the Contract. Providing and maintaining adequate insurance coverage is a material obligation of the Contractor. Upon request, the Contractor shall provide certificate of insurance. The limits of coverage under each policy maintained by the Contractor shall not be interpreted as limiting the Contractor’s liability and obligations under the Contract. All insurance policies shall be through insurers authorized or eligible to write policies in Florida.

36. Warranty of Authority. Each person signing the Contract warrants that he or she is duly authorized to do so and to

99 bind the respective party to the Contract.

37. Warranty of Ability to Perform. The Contractor warrants that, to the best of its knowledge, there is no pending or threatened action, proceeding, or investigation, or any other legal or financial condition, that would in any way prohibit, restrain, or diminish the Contractor’s ability to satisfy its Contract obligations. The Contractor warrants that neither it nor any affiliate is currently on the convicted vendor list maintained pursuant to section 287.133 of the Florida Statutes, or on any similar list maintained by any other state or the federal government. The Contractor shall immediately notify the Customer in writing if its ability to perform is compromised in any manner during the term of the Contract.

38. Notices. All notices required under the Contract shall be delivered by certified mail, return receipt requested, by reputable air courier service, or by personal delivery to the agency designee identified in the original solicitation, or as otherwise identified by the Customer. Notices to the Contractor shall be delivered to the person who signs the Contract. Either designated recipient may notify the other, in writing, if someone else is designated to receive notice.

39. Leases and Installment Purchases. Prior approval of the Chief Financial Officer (as defined in Section 17.001, F.S.) is required for State agencies to enter into or to extend any lease or installment-purchase agreement in excess of the Category Two amount established by section 287.017 of the Florida Statutes.

40. Prison Rehabilitative Industries and Diversified Enterprises, Inc. (PRIDE) - not applicable when using federal funds: Section 946.515(2), F.S. requires the following statement to be included in the solicitation: "It is expressly understood and agreed that any articles which are the subject of, or required to carry out, the Contract shall be purchased from the corporation identified under Chapter 946 of the Florida Statutes (PRIDE) in the same manner and under the same procedures set forth in section 946.515(2) and (4) of the Florida Statutes; and for purposes of the Contract the person, firm, or other business entity carrying out the provisions of the Contract shall be deemed to be substituted for the agency insofar as dealings with such corporation are concerned." Additional information about PRIDE and the products it offers is available at http://www.pridefl.com.

41. Products Available from the Blind or Other Handicapped. Section 413.036(3), F.S. requires the following statement to be included in the solicitation: "It is expressly understood and agreed that any articles that are the subject of, or required to carry out, this contract shall be purchased from a nonprofit agency for the Blind or for the Severely Handicapped that is qualified pursuant to Chapter 413, Florida Statutes, in the same manner and under the same procedures set forth in section 413.036(1) and (2), Florida Statutes; and for purposes of this contract the person, firm, or other business entity carrying out the provisions of this contract shall be deemed to be substituted for the State agency insofar as dealings with such qualified nonprofit agency are concerned." Additional information about the designated nonprofit agency and the products it offers is available at http://www.respectofflorida.org.

42. Modification of Terms. The Contract contains all the terms and conditions agreed upon by the parties, which terms and conditions shall govern all transactions between the Customer and the Contractor. The Contract may only be modified or amended upon mutual written agreement of the Customer and the Contractor. No oral agreements or representations shall be valid or binding upon the Customer or the Contractor. No alteration or modification of the Contract terms, including substitution of product, shall be valid or binding against the Customer. The Contractor may not unilaterally modify the terms of the Contract by affixing additional terms to product upon delivery (e.g., attachment or inclusion of standard preprinted forms, product literature, “shrink wrap” terms accompanying or affixed to a product, whether written or electronic) or by incorporating such terms onto the Contractor’s order or fiscal forms or other documents forwarded by the Contractor for payment. The Customer's acceptance of product or processing of documentation on forms furnished by the Contractor for approval or payment shall not constitute acceptance of the proposed modification to terms and conditions.

43. Cooperative Purchasing. Pursuant to their own governing laws, and subject to the agreement of the Contractor, other entities may be permitted to make purchases at the terms and conditions contained herein. Non-Customer purchases are independent of the agreement between Customer and Contractor, and Customer shall not be a party to any transaction between the Contractor and any other purchaser. State agencies wishing to make purchases from this agreement are required to follow the provisions of s. 287.042(16)(a), F.S. This statute requires the Department of Management Services to determine that the requestor's use of the contract is cost-effective and in the best interest of the State.

100

44. Waiver. The delay or failure by the Customer to exercise or enforce any of its rights under this Contract shall not constitute or be deemed a waiver of the Customer’s right thereafter to enforce those rights, nor shall any single or partial exercise of any such right preclude any other or further exercise thereof or the exercise of any other right.

45. Annual Appropriations. The State’s performance and obligation to pay under this contract are contingent upon an annual appropriation by the Legislature.

46. Execution in Counterparts. The Contract may be executed in counterparts, each of which shall be an original and all of which shall constitute but one and the same instrument.

47. Severability. If a court deems any provision of the Contract void or unenforceable, that provision shall be enforced only to the extent that it is not in violation of law or is not otherwise unenforceable and all other provisions shall remain in full force and effect.

101 State of Florida PUR 1001 General Instructions to Respondents

Contents 1. Definitions. 2. General Instructions. 3. Electronic Submission of Responses. 4. Terms and Conditions. 5. Questions. 6. Conflict of Interest. 7. Convicted Vendors. 8. Discriminatory Vendors. 9. Respondent’s Representation and Authorization. 10. Manufacturer’s Name and Approved Equivalents. 11. Performance Qualifications. 12. Public Opening. 13. Electronic Posting of Notice of Intended Award. 14. Firm Response. 15. Clarifications/Revisions. 16. Minor Irregularities/Right to Reject. 17. Contract Formation. 18. Contract Overlap. 19. Public Records. 20. Protests. 21. Limitation on Vendor Contact with Agency During Solicitation Period

1. Definitions. The definitions found in s. 60A-1.001, F.A.C. shall apply to this agreement. The following additional terms are also defined:

(a) "Buyer" means the entity that has released the solicitation. The “Buyer” may also be the “Customer” as defined in the PUR 1000 if that entity meets the definition of both terms. (b) "Procurement Officer" means the Buyer's contracting personnel, as identified in the Introductory Materials. (c) "Respondent" means the entity that submits materials to the Buyer in accordance with these Instructions. (d) "Response" means the material submitted by the respondent in answering the solicitation. (e) "Timeline" means the list of critical dates and actions included in the Introductory Materials.

2. General Instructions. Potential respondents to the solicitation are encouraged to carefully review all the materials contained herein and prepare responses accordingly.

3. Electronic Submission of Responses. Respondents are required to submit responses electronically. For this purpose, all references herein to signatures, signing requirements, or other required acknowledgments hereby include electronic signature by means of clicking the "Submit Response" button (or other similar symbol or process) attached to or logically associated with the response created by the respondent within MyFloridaMarketPlace. The respondent agrees that the action of electronically submitting its response constitutes: • an electronic signature on the response, generally, • an electronic signature on any form or section specifically calling for a signature, and • an affirmative agreement to any statement contained in the solicitation that requires a definite confirmation or acknowledgement.

4. Terms and Conditions. All responses are subject to the terms of the following sections of this solicitation, which, in case of conflict, shall have the order of precedence listed: • Technical Specifications, • Special Conditions and Instructions, • Instructions to Respondents (PUR 1001),

102 • General Conditions (PUR 1000), and • Introductory Materials.

The Buyer objects to and shall not consider any additional terms or conditions submitted by a respondent, including any appearing in documents attached as part of a respondent’s response. In submitting its response, a respondent agrees that any additional terms or conditions, whether submitted intentionally or inadvertently, shall have no force or effect. Failure to comply with terms and conditions, including those specifying information that must be submitted with a response, shall be grounds for rejecting a response.

5. Questions. Respondents shall address all questions regarding this solicitation to the Procurement Officer. Questions must be submitted via the Q&A Board within MyFloridaMarketPlace and must be RECEIVED NO LATER THAN the time and date reflected on the Timeline. Questions shall be answered in accordance with the Timeline. All questions submitted shall be published and answered in a manner that all respondents will be able to view. Respondents shall not contact any other employee of the Buyer or the State for information with respect to this solicitation. Each respondent is responsible for monitoring the MyFloridaMarketPlace site for new or changing information. The Buyer shall not be bound by any verbal information or by any written information that is not contained within the solicitation documents or formally noticed and issued by the Buyer's contracting personnel. Questions to the Procurement Officer or to any Buyer personnel shall not constitute formal protest of the specifications or of the solicitation, a process addressed in paragraph 19 of these Instructions.

6. Conflict of Interest. This solicitation is subject to chapter 112 of the Florida Statutes. Respondents shall disclose with their response the name of any officer, director, employee or other agent who is also an employee of the State. Respondents shall also disclose the name of any State employee who owns, directly or indirectly, an interest of five percent (5%) or more in the respondent or its affiliates.

7. Convicted Vendors. A person or affiliate placed on the convicted vendor list following a conviction for a public entity crime is prohibited from doing any of the following for a period of 36 months from the date of being placed on the convicted vendor list: • submitting a bid on a contract to provide any goods or services to a public entity; • submitting a bid on a contract with a public entity for the construction or repair of a public building or public work; • submitting bids on leases of real property to a public entity; • being awarded or performing work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and • transacting business with any public entity in excess of the Category Two threshold amount ($25,000) provided in section 287.017 of the Florida Statutes.

8. Discriminatory Vendors. An entity or affiliate placed on the discriminatory vendor list pursuant to section 287.134 of the Florida Statutes may not: • submit a bid on a contract to provide any goods or services to a public entity; • submit a bid on a contract with a public entity for the construction or repair of a public building or public work; • submit bids on leases of real property to a public entity; • be awarded or perform work as a contractor, supplier, sub-contractor, or consultant under a contract with any public entity; or • transact business with any public entity.

9. Respondent’s Representation and Authorization. In submitting a response, each respondent understands, represents, and acknowledges the following (if the respondent cannot so certify to any of following, the respondent shall submit with its response a written explanation of why it cannot do so).

• The respondent is not currently under suspension or debarment by the State or any other governmental authority. • To the best of the knowledge of the person signing the response, the respondent, its affiliates, subsidiaries, directors, officers, and employees are not currently under investigation by any governmental authority and have not in the last ten (10) years been convicted or found liable for any act prohibited by law in any jurisdiction, involving conspiracy or collusion with respect to bidding on any public contract. 103 • Respondent currently has no delinquent obligations to the State, including a claim by the State for liquidated damages under any other contract. • The submission is made in good faith and not pursuant to any agreement or discussion with, or inducement from, any firm or person to submit a complementary or other noncompetitive response. • The prices and amounts have been arrived at independently and without consultation, communication, or agreement with any other respondent or potential respondent; neither the prices nor amounts, actual or approximate, have been disclosed to any respondent or potential respondent, and they will not be disclosed before the solicitation opening. • The respondent has fully informed the Buyer in writing of all convictions of the firm, its affiliates (as defined in section 287.133(1)(a) of the Florida Statutes), and all directors, officers, and employees of the firm and its affiliates for violation of state or federal antitrust laws with respect to a public contract for violation of any state or federal law involving fraud, bribery, collusion, conspiracy or material misrepresentation with respect to a public contract. This includes disclosure of the names of current employees who were convicted of contract crimes while in the employ of another company. • Neither the respondent nor any person associated with it in the capacity of owner, partner, director, officer, principal, investigator, project director, manager, auditor, or position involving the administration of federal funds: o Has within the preceding three years been convicted of or had a civil judgment rendered against them or is presently indicted for or otherwise criminally or civilly charged for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a federal, state, or local government transaction or public contract; violation of federal or state antitrust statutes; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; or o Has within a three-year period preceding this certification had one or more federal, state, or local government contracts terminated for cause or default. • The product offered by the respondent will conform to the specifications without exception. • The respondent has read and understands the Contract terms and conditions, and the submission is made in conformance with those terms and conditions. • If an award is made to the respondent, the respondent agrees that it intends to be legally bound to the Contract that is formed with the State. • The respondent has made a diligent inquiry of its employees and agents responsible for preparing, approving, or submitting the response, and has been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, act or other conduct inconsistent with any of the statements and representations made in the response. • The respondent shall indemnify, defend, and hold harmless the Buyer and its employees against any cost, damage, or expense which may be incurred or be caused by any error in the respondent’s preparation of its bid. • All information provided by, and representations made by, the respondent are material and important and will be relied upon by the Buyer in awarding the Contract. Any misstatement shall be treated as fraudulent concealment from the Buyer of the true facts relating to submission of the bid. A misrepresentation shall be punishable under law, including, but not limited to, Chapter 817 of the Florida Statutes.

10. Manufacturer’s Name and Approved Equivalents. Unless otherwise specified, any manufacturers’ names, trade names, brand names, information or catalog numbers listed in a specification are descriptive, not restrictive. With the Buyer’s prior approval, the Contractor may provide any product that meets or exceeds the applicable specifications. The Contractor shall demonstrate comparability, including appropriate catalog materials, literature, specifications, test data, etc. The Buyer shall determine in its sole discretion whether a product is acceptable as an equivalent.

11. Performance Qualifications. The Buyer reserves the right to investigate or inspect at any time whether the product, qualifications, or facilities offered by Respondent meet the Contract requirements. Respondent shall at all times during the Contract term remain responsive and responsible. In determining Respondent’s responsibility as a vendor, the agency shall consider all information or evidence which is gathered or comes to the attention of the agency which demonstrates the Respondent’s capability to fully satisfy the requirements of the solicitation and the contract.

Respondent must be prepared, if requested by the Buyer, to present evidence of experience, ability, and financial standing, as well as a statement as to plant, machinery, and capacity of the respondent for the production, distribution, 104 and servicing of the product bid. If the Buyer determines that the conditions of the solicitation documents are not complied with, or that the product proposed to be furnished does not meet the specified requirements, or that the qualifications, financial standing, or facilities are not satisfactory, or that performance is untimely, the Buyer may reject the response or terminate the Contract. Respondent may be disqualified from receiving awards if respondent, or anyone in respondent’s employment, has previously failed to perform satisfactorily in connection with public bidding or contracts. This paragraph shall not mean or imply that it is obligatory upon the Buyer to make an investigation either before or after award of the Contract, but should the Buyer elect to do so, respondent is not relieved from fulfilling all Contract requirements.

12. Public Opening. Responses shall be opened on the date and at the location indicated on the Timeline. Respondents may, but are not required to, attend. The Buyer may choose not to announce prices or release other materials pursuant to s. 119.071(1)(b), Florida Statutes. Any person requiring a special accommodation because of a disability should contact the Procurement Officer at least five (5) workdays prior to the solicitation opening. If you are hearing or speech impaired, please contact the Buyer by using the Florida Relay Service at (800) 955-8771 (TDD).

13. Electronic Posting of Notice of Intended Award. Based on the evaluation, on the date indicated on the Timeline the Buyer shall electronically post a notice of intended award at http://fcn.state.fl.us/owa_vbs/owa/vbs_www.main_menu. If the notice of award is delayed, in lieu of posting the notice of intended award the Buyer shall post a notice of the delay and a revised date for posting the notice of intended award. Any person who is adversely affected by the decision shall file with the Buyer a notice of protest within 72 hours after the electronic posting. The Buyer shall not provide tabulations or notices of award by telephone.

14. Firm Response. The Buyer may make an award within sixty (60) days after the date of the opening, during which period responses shall remain firm and shall not be withdrawn. If award is not made within sixty (60) days, the response shall remain firm until either the Buyer awards the Contract or the Buyer receives from the respondent written notice that the response is withdrawn. Any response that expresses a shorter duration may, in the Buyer's sole discretion, be accepted or rejected.

15. Clarifications/Revisions. Before award, the Buyer reserves the right to seek clarifications or request any information deemed necessary for proper evaluation of submissions from all respondents deemed eligible for Contract award. Failure to provide requested information may result in rejection of the response.

16. Minor Irregularities/Right to Reject. The Buyer reserves the right to accept or reject any and all bids, or separable portions thereof, and to waive any minor irregularity, technicality, or omission if the Buyer determines that doing so will serve the State’s best interests. The Buyer may reject any response not submitted in the manner specified by the solicitation documents.

17. Contract Formation. The Buyer shall issue a notice of award, if any, to successful respondent(s), however, no contract shall be formed between respondent and the Buyer until the Buyer signs the Contract. The Buyer shall not be liable for any costs incurred by a respondent in preparing or producing its response or for any work performed before the Contract is effective.

18. Contract Overlap. Respondents shall identify any products covered by this solicitation that they are currently authorized to furnish under any state term contract. By entering into the Contract, a Contractor authorizes the Buyer to eliminate duplication between agreements in the manner the Buyer deems to be in its best interest.

19. Public Records. Article 1, section 24, Florida Constitution, guarantees every person access to all public records, and Section 119.011, Florida Statutes, provides a broad definition of public record. As such, all responses to a competitive solicitation are public records unless exempt by law. Any respondent claiming that its response contains information that is exempt from the public records law shall clearly segregate and mark that information and provide the specific statutory citation for such exemption.

20. Protests. Any protest concerning this solicitation shall be made in accordance with sections 120.57(3) and 287.042(2) of the Florida Statutes and chapter 28-110 of the Florida Administrative Code. Questions to the Procurement Officer shall not constitute formal notice of a protest. It is the Buyer's intent to ensure that specifications are written to

105 obtain the best value for the State and that specifications are written to ensure competitiveness, fairness, necessity and reasonableness in the solicitation process.

Section 120.57(3)(b), F.S. and Section 28-110.003, Fla. Admin. Code require that a notice of protest of the solicitation documents shall be made within seventy-two hours after the posting of the solicitation.

Section 120.57(3)(a), F.S. requires the following statement to be included in the solicitation: "Failure to file a protest within the time prescribed in section 120.57(3), Florida Statutes, shall constitute a waiver of proceedings under Chapter 120, Florida Statutes."

Section 28-110.005, Fla. Admin. Code requires the following statement to be included in the solicitation: "Failure to file a protest within the time prescribed in Section 120.57(3), Florida Statutes, or failure to post the bond or other security required by law within the time allowed for filing a bond shall constitute a waiver of proceedings under Chapter 120, Florida Statutes.”

21. Limitation on Vendor Contact with Agency During Solicitation Period. Respondents to this solicitation or persons acting on their behalf may not contact, between the release of the solicitation and the end of the 72-hour period following the agency posting the notice of intended award, excluding Saturdays, Sundays, and state holidays, any employee or officer of the executive or legislative branch concerning any aspect of this solicitation, except in writing to the procurement officer or as provided in the solicitation documents. Violation of this provision may be grounds for rejecting a response.

106

RFP CHECKLIST (DOES NOT NEED TO BE RETURNED WITH YOUR PROPOSAL)

This Checklist is provided as a guideline, only, to assist Proposers in the preparation of their RFP response. Included are some important matters that the proposer should check. This checklist is just a guideline, and is not intended to include all matters required by the RFP. Proposers are responsible to read and comply with the RFP in its entirety.

Check off each the following:

____ 1. The Price Proposal has been completed, as specified, and enclosed in the RFP response.

____ 2. The Federal Employers Identification Number or Social Security Number has been entered in the space provided.

____ 3. The “Drug-Free Workplace Program Certification” form has been read, signed, and enclosed in the RFP response, if applicable.

____ 4. “Scrutinized Companies Lists” certification form has been read, signed, and enclosed in the RFP price proposal, if applicable (proposals of $1 million or more).

____ 5. The Scope of Services, Exhibit “A”, has been thoroughly reviewed for compliance to the RFP requirements.

____ 6. The Technical Proposal (one (1) original and the specified number of copies) has been completed, as specified, and enclosed in the RFP response.

____ 7. The www.myflorida.com website has been checked and any Addendums posted have been completed, signed, and included in the RFP response.

____ 8. The RFP response must be received, at the location specified, on or before the Opening Date and Time designated in the RFP.

____ 9. On the Lower Left Hand Corner of the Envelope transmitting your RFP response, write in the following information: RFP No.: RFP-DOT-15/16-9019-JP

RFP Title: Pavement Marking Management System

Opening Date & Time: See “TIMELINE” in INTRODUCTION SECTION

107