Loading...
HomeMy WebLinkAbout2008-160STATE OF FLORIDA DEPARTMENT OF TRANSPCRTATION COUNTY RESOLUTION GRADE CROSSING TRAFFIC CONTROL DEVICES AND FUTURE RESPONSIBILITY ]25-090.55 RAIL 10198 FINANCIAL PROJECT NO. ROAD NAME OR NUMBER COUNTY NAME PARCEL & RIW NUMBER FAP NUMBER 42428015701 12th Street INDIAN RIVER OOS4-0045-J A RESOLUTION AUTHORIZING EXECUTION OF A RAILROAD REIMBURSEMENT AGREEMENT FOR THE INSTALLATION OF GRADE CROSSING TRAFFIC CONTROL DEVICES, AND FUTURE MAINTENANCE AND ADJUSTMENT OF SAID DEVICES; PROVIDING FOR THE EXPENDITURE OF FUNDS; AND PROVIDING WHEN THIS RESOLUTION SHALL TAKE EFFECT. RESOLUTION NO. 2008-160 ON MOTION OF Commissioner seconded by Commissioner Joseph E. Flescher RESOLUTION was adopted: , the following WHEREAS, the State of Florida Department of Transportation is constructing, reconstructing or otherwise changing a portion of the Public Road System, on 12th Street which shall call for the installation and maintenance of railroad grade crossing traffic control devices for railroad grade crossing over or near said highway; and NOW, THEREFORE, BE IT RESOLVED BY THE COUNTY COMMISSION OF Indian River COUNTY, FLORIDA, That Indian River County enter into a RAILROAD REIMBURSEMENT AGREEMENT with the State of Florida Department of Transportation and the Florida East Coast Railway LLC Company for the installation and maintenance of certain grade crossing traffic control devices designated as Financial Number 424280-1-57-01 on 12th Street which crosses the right of way and tracks of the Company at FDOTlAAR Crossing No. 272196-W located near Vero Beach Florida; and That the County assume it's share of the costs for future maintenance and adjustment of said grade crossing control devices as designated in the RAILROAD REIMBURSEMENT AGREEMENT; and That the Chairman and Clerk of the Board of Commissioners be authorized to enter into such agreements with the State of Florida Department of Transportation and Florida East Coast Railway, LLC. Company as herein described; and That this RESOLUTION shall take effect immediately upon adoption. INTRODUCED AND PASSED by the Board of County Commissioners of Indiai County, Florida, in regular session this 23rd day of September Wesley S. Davis, Vi ATTEST: (SEAL) Jerk of the Board of County Commissioners "d tM r � dnvt1111ktl\t APPROVED AS TO FORM ANDLEGALS FF IEN BA&S WILLIAM K. DEBRAAL DEPUTY COU NTYATTORNEY THIS LICENSE AGREEMENT, to be effective from the X day of �%�Lfi , 1985, is between the FLORIDA EAST COAST RAILWAY -COMPANY, (Address: Post Office Drawer 1048, St. Augustine, Florida 32084), a Florida corporation, hereinafter called "RAILWAY", and INDIA RIVER COUNTY, a political subdivision of the State of,Florida, acting by and through its Board of County Commissioners, (Address: 1840 25th Street, Vero Beach, Florida 32960) hereinafter called "SECOND PARTY"; WITNESSETH: That the RAILWAY, for valuable consideration and the covenants and agreements herein contained to be performed and kept by the SECOND PARTY, does hereby give and license unto the SECOND PARTY the right and privilege to use, for public at -grade road crossing purposes only, that part of the right-of-way and property of the RAILWAY at the location described as follows, and hereinafter referred to as the "crossing site": A parcel of land with a uniform width of one hundred (100) feet northerly and southerly and extending easterly and westerly across the right-of-way and main track of the Rail- way at 12th Street in Vero Beach, Florida, and with a longitudinal center line of said parcel located three thousand four hundred eighty three (3,483) feet southerly from the Railway's Mile Post No. 228 from Jackson- ville, Florida, said right-of-way of the Railway having a total width of one hundred (100) feet at this location, being fifty (50) feet in width on both sides of the center line of said main track. All as shown colored in green on the attached Drawing No. 550 (M.P. 228 + 3,483'), dated November 27, 1984, attached hereto and made a part hereof. TO HAVE AND TO USE the crossing site for the term provided in Paragraph 2, or until terminated as hereinafter provided. The status of the SECOND PARTY is that of a licensee and not lessee. It has the right to use the crossing site as specified herein, but legal possession of the crossing site shall remain with the RAILWAY. In consideration of the granting of this Agreement by the RAILWAY, the SECOND PARTY covenants and agrees with the RAILWAY as follows: 1. That the crossing site shall be used for public at -grade road crossing purposes only across the RAILWAY'S right-of-way and tracks, and except as herein provided, no pipe, wire, rail, or other line or structure shall be placed in or on the crossing site without the previous consent in writing of the RAILWAY. SECOND PARTY further agrees that the crossing site, together with the additional portions of the RAILWAY'S right-of-way within 300 feet of the northerly and southerly limits of boundaries of the crossing site, will at all times be kept clear of any vegetation or other growth greater than two feet in height on each side of the tracks at the expense of SECOND PARTY and without cost to RAILWAY or lien upon RAILWAY'S property. 2. This Agreement is for the term of one (1) year., if SECOND PARTY holds over and remains in possession after the expiration of such term or of any renewals thereof, this Agreement shall be considered as renewed unless sixty (60) days' written notice of the termination of same has been or 9 is given by the RAILWAY and shall continue in effect from I year to year, subject to the same terms and conditions as herein contained. 3. The provisions and stipulations of this Agreement are a part of the consideration of the licensing of the crossing site, and in the event the said SECOND PARTY shall fail to comply with any of the covenants and conditions, then this Agreement shall be void and shall terminate with full right on the part of the RAILWAY to re-enter, repossess, and remove the crossing if it shall elect to do so. 4. The SECOND PARTY hereby grants unto the RAILWAY necessary permits for the installation, construction, erection, repair, and maintenance of any of the RAILWAY owned or maintained facilities described in this Agreement. 5. Unless otherwise specified, the cost of removal, installation, construction, maintenance and replacement of all facilities at the crossing site, including but not limited to the crossing structure and railroad and highway devices, whether performed by the SECOND PARTY or RAILWAY, shall be the sole responsibility of the SECOND PARTY. Further, cost for annual maintenance of the railroad devices as defined in Paragraph 8, shall be the sole responsibility of the SECOND PARTY. The RAILWAY may,'at its option, perform such maintenance and replacement work and bill the SECOND PARTY directly for costs thus incurred that are the responsibility of the SECOND PARTY. Costs for annual maintenance of any railroad devices, shall be identical to those set forth in the "Schedule of Annual Cost of Automatic Highway Grade Crossing Traffic Control Devices" of the 3 Florida Department of Transportation, as amended in the future. A current copy of said Schedule is attched hereto and by this reference made a part hereof. 5.(a) SECOND PARTY is hereby notified that the area to be occupied by the proposed structures herein may contain one or more subgrade cables or communication wires running parallel to the tracks and owned by the RAILWAY or third party Lessees of the RAILWAY. It shall be necessary to extend the encasement pipes surrounding and supporting the fiber optic cable system installed at this location. The SECOND PARTY will bear all costs of labor and materials required to extend said casing pipes. 6. The RAILWAY shall widen, and replace the existing 24' wide Type "G" crossing structure with a new 94' wide Type "T" modified concrete crossing structure hereinafter referred to as "STRUCTURE", at the sole cost of the SECOND PARTY. When the RAILWAY determines that$the replacement of the new STRUCTURE is more economical than its continued maintenance, the RAILWAY shall have the exclusive option to replace the STRUCTURE with a comparable or improved facility. The replacement and maintenance costs of the new structure shall be the sole responsibility of the SECOND PARTY. The SECOND PARTY at its sole expense shall construct, maintain and replace the remainder of the road inside the RAILWAY'S right of way, plus any paving which may be located between the ends of the ties. The RAILWAY shall provide a flagman at said crossing site while work is being performed by the SECOND PARTY under the provisions of this Agreement, at the total expense of the SECOND PARTY. 7. The SECOND PARTY agrees, acknowledges and under - 4 stands that the RAILWAY reserves the right to make any desired changes at any future time in.its existing tracks or other facilities, including the installation, maintenance and operation of any additional track, or tracks, or other facilities, on its right-of-way at the crossing site. The SECOND PARTY agrees to bear the total expense of any changes, or additions to the pavement, railroad devices, other rail- road signalization equipment, and crossing structure at the crossing site whether these changes or additions are required by law or order of any public or judicial authority, done voluntarily by the RAILWAY, or requested by the SECOND PARTY. 8. The RAILWAY shall installer maintain and replace flashing lights, bell and gates (Class III, Type IV), referred to jointly as "railroad devices" at the crossing site. SECOND PARTY shall pay unto RAILWAY the cog o installation and, annual cost of maintenance of said automatic crossing protection devices as provided in the Florida Department of Transportation's.SCHEDULE OF ANNUAL COST OF AUTOMATIC HIGHWAY GRADE CROSSING TRAFFIC CONTROL DEVICES as may be amended, said sum for annual maintenance currently being $,28„(, (. The aforementioned railroad devices are owned by the RAILWAY, and shall remain at the crossing site until it is agreed between the parties that the railroad devices are no longer needed or other legal requirements are imposed which shall eliminate or substantially change the operation of the railroad devices. 9. The SECOND PARTY agrees that it will construct, in- stall, maintain and replace all necessary drainage facil- ities to prevent the accumulation of surface water due to the to the existence of the crossing site. Such facilities must first be approved by the RAILWAY and any other governing bod- ies having jur9�" ction thereof and operation of the facili- ties shall also be subject at all times to their approval. An II additional license agreement may or may not be required by the RAILWAY, depending upon the type, size, depth and other specifications of the proposed facilities, as submitted to the RAILWAY. 10. Lighting facilities assessments' adequate to comply with the requirements of the laws of the State of Florida covering illumination of road crossings shall be installed, main- tained, and' replaced at or near the crossing site by the SECOND PARTY and at its sole expense. 11. The SECOND PARTY further covenants to pay, either directly or upon bills presented unto SECOND PARTY by the RAILWAY within thirty (30) days after presentation of the same, all bills for electricity for the lighting and illumin- ation of the crossing site. 12. At the termination of this Agreement for any cause, or upon termination of the SECOND PARTY'S use of the crossing site as herein described, the SECOND PARTY shall remove, at its entire cost and expense, said road and all non -RAILWAY owned improvements placed upon the RAILWAY'S right-of-way and restore the ground to its original condition. 13. SECOND PARTY shall indemnify and hold harmless the RAILWAY for assessments' or other charges of any kind whatso- ever against the RAILWAY at any time for any portion of public improvements installed on or within two hundred (200) feet of the crossing site or arising out of the existence of the crossing site. 19. The SECOND PARTY shall not take any action that will prevent or tend to restrict the operations of trains over the crossing site. 6 15, The SECOND PARTY will include in any contract which it may let for the whole or any part of said work to be per- formed hereunder by or for the SECOND PARTY, each and every of the following terms and conditions of the two pages attached hereto, and by this reference made a part hereof, entitled, "INDEMNITY TO THE FLORIDA EAST COAST RAILWAY COMPANY AND CONTRACTUAL LIABILITY ENDORSEMENTS TO CONTRACTOR'S PUBLIC LIABILITY AND PROPERTY DAMAGE LIABILITY INSURANCE POLICIES DURING SUCH INDEMNITIES" and "INSURANCE FOR BENEFIT OF FLORIDA EAST COAST RAILWAY COMPANY TO BE OBTAINED, KEPT IN FULL FORCE AND EFFECT AT COST OF CONTRACTOR". 16. SECOND PARTY shall give the RAILWAY one (1) week's advance notice when the SECOND PARTY or its contractor or anyone claiming under this Agreement proposes to enter upon the crossing site to perform work under this Agreement in order that proper warning may be provided for trains, except that in emergency situations SECOND PARTY shall only be required to give the RAILWAY such advance notice as is practicable under the circumstances. 17, After the crossing structure portion of the crossing site has been widened and the railroad devices have been installed and all other work to be performed by the RAILWAY under this Agreement has been completed and found to be in Satisfactory working order by the RAILWAY; the RAILWAY shall furnish to the SECOND PARTY a statement showing the total cost of material, labor and equipment furnished by the RAILWAY, which statement is agreed to be prima facie reason 7 able, and said cost to the SECOND PARTY being hereby estima- ted to be $197,000.00, as shown by the estimates of the RAILWAY'S Engineering and Signal Departments, which are attached to this Agreement and by this reference made a part hereof. The cost of a flagman is not included in the total estimate, nor is the cost of paving, drainage, barricading, rerouting traffic, nor the cost of extending the encasement of fiber-optic cables located upn the Railway's right-of-way; all of such costs are to be paid by the SECOND PARTY. 18. Installation, maintenance and replacement of any and all railroad advance warning signs and pavement markings on any road approaching the crossing site shall be the sole responsibility of the SECOND PARTY, and at its sole expense. 19. If any provision or provisions of this Agreement shall be held to be invalid, illegal or unenforceable, the validity, legality and enforceability of the remaining provisions shall not in any way be affected or impaired thereof. 20. This Agreement will be governed by the laws of the State of Florida. It constitutes the complete and exclusive statement of the Agreement between the parties which super- sedes all proposals, oral or written, and all other communi- cations between the parties related to the subject matter of this Agreement. Any future change or modification of this Agreement.must be in writing and signed by both parties. 21. It is understood by and between the respective parties hereto that this License Agreement cancels and supersedes that certain Railroad Reimbursement Grade 8 Crossing and Traffic Control Devices Transfer Agreement between the RAILWAY, STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION and INDIAN RIVER COUNTY, dated IN WITNESS WHEREOF, the RAILWAY and the SECOND PARTY have each caused this instrument to be executed in their corporate names and respective seals to be hereunto affixed in dupli— cate the day first hereinafter written by their undersigned officials thereunto lawfully authorized. Signed, sealed and delivered in the presence of: 2ii_ ��� witnesses as to Railway FLORIDA EAST a Flor-ida 26 BY(, Jit l 0 Pre ATTEST: Ass RAILWAY COMPANY, rpd ati Ii } spa 9t istan ec DATE: y-lo-gg- (SEAL) INDIAN RIVER COUNTY, a political subdivision of the State of Florid acting by and through its ar of County Commissioners. C-�jt,CattCp� Y• _(SEAL) J GC/0 GL LSa�LI L EST:, f y/ 1 sses as Eo Se nd Party DATE: Approved as Pc Io; rn and legal sutlid6ncy _LkI:CUTi y county r1% F 1.,y a + s3s� • x ._mss;, ,. 9 M STATE OF FLORIDA CEPARTMENT OF TRANSPORTATION 725090-27 RAILROADRAILROAD REIMBURSEMENT AGREEMENT RAIL GRADE CROSSING TRAFFIC CONTROL DEVICES - COUNTY DOC -ovm FINANCIAL PROJECT NO. ROAD NAME OR N1116ER COUNTY NAME PARCEL & R/W NUMBER FAP NUMBER 42428015701 12th Street INDIAN RIVER OOS4-0045-J THIS AGREEMENT, made and entered into this day of by and between the STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION, hereinafter called the DEPARTMENT, and Florida East Coast Railway. LLC. a corporation organized and existing under the laws of Florida with its principal place of business in the City of Jacksonville State of Florida , County of Duval , hereinafter called the COMPANY; and INDIAN RIVER County, a political subdivision of the State of Florida, acting by and through its Board of County Commissioners, hereinafter called the COUNTY. WITNESSETH: WHEREAS, the DEPARTMENT is constructing, reconstructing or otherwise changing a portion of the Public Road System, designated by the Financial Project ID42428015701 on 12th Street , which crosses at grade the right of way and tracks of the COMPANY'S Milepost 228 + 3486' FDOT/AAR Crossing Number 272196-W , at or near Vero Beach as shown on DEPARTMENT'S Plan Sheet No. Location Map attached hereto as a part hereof; and NOW. THEREFORE, in consideration of the mutual undertakings as herein set forth, the parties hereto agree as follows: 1. The COMPANY shall furnish the necessary materials and install Automatic Grade Crossing Signals Type IV Class III and/or other traffic control devices at said location on an actual cost basis and in accordance with (1) the attached detailed statement of the work, plans, and specifications; and (2) the DEPARTMENT'S Plans and Standard Index Number 17882 attached hereto and made a part hereof. 2. After installation of said signals is completed, fifty (50%) percent of the expense thereof in maintaining the same shall be borne by the COUNTY and fifty (50%) percent shall be borne by the COMPANY, as enumerated by the Schedule of Annual Cost of Automatic Highway Grade Crossing Devices attached hereto and by this reference made a part hereof and subject to future revision. After said signals have been installed and found to be in satisfactory working order by the parties hereto, the same shall be immediately put into service, operated and maintained by the COMPANY so long as said COMPANY or its successors or assigns shall operate the said signals at said grade crossing; or until it is agreed between the parties hereto that the signals are no longer necessary or until the said crossing is abandoned; or legal requirements occur which shall cease operation of signals thereat. 725-090-27 RAIL OGC . 01107 The COMPANY agrees that any future relocation or adjustment of said signals shall be performed by the COMPANY, but at the expense of the party initiating such relocation. Upon relocation the maintenance responsibilities shall be in accordance with the provisions of this agreement. It is further agreed that the cost of maintaining any additional or replacement signal equipment at the same location will be shared as provided under Paragraph 2. above. 4. Unless otherwise agreed upon herein, the COUNTY agrees to insure that at the crossing the advance warning signs and railroad crossing pavement markings will conform to the U.S. Department of Transportation Manual on Uniform Traffic Control Devices within 30 days of notification that the railroad signal improvements have been completed and that such signs and pavement markings will be continually maintained at an acceptable level. 5. The COMPANY hereby agrees to install and/or adjust the necessary parts of its facilities along said road in accordance with the provisions set forth in the: ❑ (a) DEPARTMENT Procedure No. 725-080-002 Appendix D.4, and Rule 14.57.011 'Public Railroad -Highway Grade Crossing Costs", Florida Administrative Code. ® (b) Federal Highway Administration Federal -Aid Policy Guide, 23 C.F.R. Subchapter G, Part 6466, Subpart B, and 23 C.F.R., Subchapter B, Part 140, Subpart I, and any supplements thereto or revisions thereof, which, by reference hereto, are made a part hereof. The COMPANY further agrees to do all of such work, with its own forces or by a contractor paid under a.contract let by the COMPANY, all under the supervision and approval of the DEPARTMENT and the Federal Highway Administration, when applicable. 6. The DEPARTMENT hereby agrees to reimburse the COMPANY for all costs incurred by it in the installation and/or adjustment of said facilities, in accordance with the provisions of Procedure No. 725-080-002 Appendix D-4 "Billing Requirements," and any supplements thereto or revisions thereof. It is understood and agreed by and between the parties hereto that preliminary engineering costs not incorporated within this agreement shall not be subject to payment by the DEPARTMENT. 7. Attached hereto, and by this reference made a part hereof, are plans and specifications of the work to be performed by the COMPANY pursuant to the terms hereof, and an itemized estimate of the cost thereof in the amount of $ 37,880.00 . All work performed by the COMPANY pursuant hereto, shall be performed according to these plans and specifications as approved by the DEPARTMENT and the Federal Highway Administration if federal aid participating; and all subsequent plan changes shall likewise be approved by the DEPARTMENT and the Federal Highway Administration, when applicable. 8. All labor, services, materials, and equipment furnished by the COMPANY in carrying out the work to be performed hereunder shall be billed by the COMPANY direct to the DEPARTMENT. Separate records as to the costs of contract bid items and force account items performed for the COMPANY shall also be furnished by the COMPANY to the DEPARTMENT. ]25-090-27 ,IL OGC - 01V0] The COMPANY has determined that the method to be used in developing the relocation or installation cost shall be as specified for the method checked and described hereafter: ® (a) Actual and related indirect costs accumulated in accordance with a work order accounting procedure prescribed by the applicable Federal or State regulatory body. ❑ (b) Actual and related indirect costs accumulated in accordance with an established accounting procedure developed by the COMPANY and approved by the DEPARTMENT. ❑ (c) An agreed lump sum $ 0.00 as supported by a detail analysis of estimated cost attached hereto. (NOTE: This method is not applicable where the estimated cost of the proposed adjustment exceeds $100,000.) 10. The installation and/or adjustment of the COMPANY'S facility as plannedo will QQ will not involve additional work over and above the minimum reimbursable requirements of the DEPARTMENT. (If upgrading and/or nonreimbursable work is involved at the option of the COMPANY, then credit against the cost of the project is required and will be governed by the method checked and described hereafter): ❑ (a) % will be applied to the final billing of work actually accomplished to determine required credit for (betterment) and/or (expired service life) and/or (nonreimbursable segments). ❑ (b) All work involving nonreimbursable segments will be performed by special COMPANY work or job order number apart and separate from the reimbursable portion of the work; such work or job order number to be The COMPANY further agrees to clearly identify such additional work areas in the COMPANY'S plans and estimates for the total work covered by this Agreement. ❑ (c) $ 0.00 credited for O betterment O expired service life O nonreimbursable segments in accord with Article 9.(c) hereinabove. 11. It is specifically agreed by and between the DEPARTMENT and the COMPANY that the DEPARTMENT shall receive fair and adequate credit for any salvage which shall accrue to the COMPANY as a result of the above installation and/or adjustment work. 12. It is further agreed that the cost of all improvements made during this adjustment work shall be borne by the COMPANY, subject only to the DEPARTMENT bearing such portion of this cost as represents the cost of adjustment of previously existing facility, less salvage credit as set forth in the immediately preceding paragraph. 72&090-27 RAIL OGO - 01107 13. Upon completion of the work the COMPANY shall, within one hundred eighty (180) days, furnish the DEPARTMENT with two (2) copies of its final and complete billing of all costs incurred in connection with the work performed hereunder, such statement to follow as closely as possible the order of the items contained in the estimate attached hereto. The totals for labor, overhead, travel expense, transportation, equipment, material and supplies, handling costs and other services shall be shown in such a manner as will permit ready comparison with the approved plans and estimates. Materials shall be itemized where they represent major components of cost in the relocation following the pattern set out in the approved estimate as closely as is possible. Salvage credits from recovered and replaced permanent and recovered temporary materials shall be reported in said bills in relative position with the charge for the replacement or the original charge for temporary use. The final billing shall show the description and site of the Project; the date on which the first work was performed, or, if preliminary engineering or right-of-way items are involved, the date on which the earliest item of billed expense was incurred; the date on which the last work was performed or the last item of billed expense was incurred; and the location where the records and accounts billed can be audited. Adequate reference shall be made in the billing to the COMPANY'S records, accounts and other relevant documents. All cost records and accounts shall be subject to audit by a representative of the DEPARTMENT. Upon receipt,of invoices, prepared in accordance with the provisions of the above indicated Reimbursement Policy, the DEPARTMENT agrees to reimburse the COMPANY in the amount of such actual costs as approved by the DEPARTMENT'S auditor. 14. Payment shall be made only after receipt and approval of goods and services unless advance payments are authorized by the DEPARTMENT's Comptroller under Section 334.044(29), F.S., or by the Department of Financial Services under Section 215.422(14), Florida Statutes (F.S.). 15. In accordance with Section 287.058, Florida Statutes, the following provisions are in this Agreement: If this Contract involves units of deliverables, then such units must be received and accepted in writing by the Contract Manager prior to payments. Bills for fees or other compensation for services or expenses shall be submitted in detail sufficient for a proper preaudit and postaudit thereof. 16. Bills for travel expenses specifically authorized in this agreement shall be submitted and paid in accordance with DEPARTMENT Rule 14-57.011 "Public Railroad -Highway Grade Crossing Costs" and the Federal Administration Federal -Aid Policy Guide, Subchapter B, Part 140, Subpart I "Reimbursement for Railroad Work." 725 ago -27 qua OGC -01197 17. In accordance with Section 215.422, Florida Statutes, the following provisions are in this Agreement: Contractors 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 the Agreement specifies otherwise. The Department has 20 days to deliver a request for payment (voucher) to the Department of Financial Services. The 20 days are measured from the latter of the date the invoice'is received or the goods or services are received, inspected and approved. If a payment is not available within 40 days, a separate interest penalty at a rate as established pursuant to Section 215.422(3)(b), Florida Statutes, will be due and payable, in addition to the invoice amount, to the Contractor. Interest penalties of less than one (1) dollar will not be enforced unless the Contractor requests payment. Invoices which have to be returned to a Contractor because of Contractor preparation errors will result in a delay in the payment. The invoice payment requirements do not start until a properly completed invoice is provided to the Department. A Vendor Ombudsman has been established within the Department of Financial Services. The duties of this individual include acting as an advocate for contractors/vendors who may be experiencing problems in obtaining timely payment(s) from a state agency. The Vendor Ombudsman may be contacted at (850) 410-9724 or by calling the Department of Financial Services Hotline, 1-800-848-3792. 18. 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 five years after final payment is made. Copies of these documents and records shall be furnished to the Department upon request. Records of costs incurred includes the Contractor's general accounting records and the project records, together with supporting documents and records, of the Contractor and all subcontractors performing work on the project, and all other records of the Contractor and subcontractors considered necessary by the Department for a proper audit of costs. 19. In the event this contract is for services in excess of TWENTY FIVE THOUSAND DOLLARS ($25,000.00) and a term for a period of more than one year, the provisions of Section 339.135(6)(a), Florida Statutes, are hereby incorporated: The Department, during any fiscal year, shall not expend money, incur any liability, or enter into any contract which, by its terms, involves the expenditure of money in excess of the amounts budgeted as available for expenditure during such fiscal year. Any contract, verbal or written, made in violation of this subsection is null and void, and no money may be paid on such contract. The Department shall require a statement from the Comptroller of the Department that such funds are available prior to entering into any such contract or other binding commitment of funds. Nothing herein contained shall prevent the making of contracts for periods exceeding one year, but any contract so made shall be executory only for the value of the services to be rendered 725-090-27 RAIL OGC-01107 or agreed to be paid for in succeeding fiscal years; and this paragraph shall be incorporated verbatim in all contracts of the Department which are for an amount in excess of TWENTY FIVE THOUSAND DOLLARS ($25,000.00) and which have a term for a period of more than one year. 20. In accordance with Section 287.133 (2)(a), Florida Statutes, the following provisions are included in this Agreement: A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provide in s.287.017 for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 21. In accordance with Section 287.0582, Florida Statues, the following provisions are included in this Agreement: The Department's obligation to pay under this contract is contingent upon an annual appropriation by the Florida Legislature. 00 The l`OMPAw GqvenaRts and an.nco that'! 'll' d 'fl n ld Ih harrnlocc the DEPADTAACNT 23. Paragraph 22 stricken prior to execution by all parties. 24. The parties expressly agree that this Agreement neither novates nor supercedes that certain License Agreement between Florida East Coast Railway LLC and Indian River County effective May 8, 1985 (the "License Agreement"). In the event of conflict between any term or provision of this Agreement and any term or provision of the License Agreement, the terms and provisions of this Agreement shall govern and control. After complete performance by the parties in accordance with the terms of this Agreement, this Agreement shall expire and have no further force or effect. 725-090-2] R 1, OGC - 01107 IN WITNESS WHEREOF, the parties hereto have caused these presents to be executed by their duly authorized officers, the day and year first above written. STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 0 (TITLE: Director of Transportation Development ) COMPANY: Florida East Coast Railway, LLC. BY: Indian River - COUNTY, FLORIDA BY: (TITLE: Wesley S. Davis, Vice -Chairman ) Legal Review BY: Approved as to Funds Available BY: Attorney - DOT Date Comptroller - DOT Approved as to FAPG Requirements _ BY: NIA Date FHWA Date L ..I asp a r a a a I I� � % , \ J9 §. � )j/!§•« .. f \ .) CP �\ ( --- -- � �., y . . . ... Id 2 § \ !, ..,....! STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION WORK DESCRIPTION GRADE CROSSING TRAFFIC CONTROL DEVICES 72s -093u9 RAIL 05,02 FINANCIAL PROJECT NO. ROAD NAME OR NUMBER COUNTY NAME PARCEL & PFW NUMBER FAP NUMBER 42428015701 12th Street INDIAN RIVER e. 00 4-0045-J A. B. C. D. E. RAILROAD COMPANY Florida East Coast Railway, LLC JOB DESCRIPTION & LOCATION: Recorder, LE TYPE OF ROADWAY FACILITY: FDOT/AAR XING NO.: 272196-W TYPE CROSSING PROPOSED: IV wl service pole RR MILE POST TIE: 228 + 3486' CLASS: III DOT INDEX NO.: 17882 STATUS AND PROPOSAL: 1. EXISTING DEVICES: (See Agreement dated a. -New Crossing. b. _None Crossbuck and Disk. C. Flashing Signals with Disk. d. _ Flashing Signals with Cantilever. e. Flashing Signals with Gates. f. XX Flashing Signals with Cantilever and Gates 2. PROPOSED DEVICES: (Safety Index Rating 51.89 ) a. No revision required. b. _Crossbuck and Disk. C. _Flashing Signals and Disk. d. _Flashing Signals with Cantilever. e. Flashing Signals with Gates. I. XX Flashing Signals with Cantilever and Gates. g. Relocate existing signal devices: (1) _(With -Without) addition of Gates. (2) _(With -Without) synchronization with highway traffic signals. (3) (With -Without) constant warning time. F. COMMUNICATION AND/OR POWER LINE ADJUSTMENTS 1. N/A By Others( Company.) 2. N/A By Railroad Company. G. AUTHORITY REQUESTED: (Draft attached: O Yes OO No.) 1, XX Agreement (Third Party Participating Indian River, FL ) 2. _ Supplemental Agreement No. 3. Crossing Permit. 4. Estimate for Change Order No. 5. Letter of Authority. 6. Letter of Confirmation (No Cost to Department). H. OTHER REMARKS: Negotiations to be completed by: Signal installation target date: Synchronization: (Draft attached 0 Yes (9) No.) STATE OF FLORIDA DEPARTMENT OF T..RANSPORTATION RAILROAD GRADE CROSSING TRAFFIC CONTROL DEVICES 125-090>1 RAIL OGc - Dime FINANCIAL PROJECT NO. ROAD NAME OR NUMBER COUNTY NAME PARCEL & RM/ NUMBER FAP NUMBER 42428015701 12th Street INDIAN RIVER $2,760.00 OOS4-045-J COMPANY NAME: Florida East Coast Railway, LLC. A. FDOT/AAR XING NO.: 272196-W B. TYPE SIGNALS PROPOSED IV RR MILE POST TIE: 228+3486P CLASS III DOT INDEX: 17882 SCHEDULE OF ANNUAL COST OF AUTOMATIC HIGHWAY GRADE CROSSING TRAFFIC CONTROL DEVICES Annual Maintenance Cost Exclusive of Installation CLASS DESCRIPTION COST' I Flashing Signals - One Track $2,086.00 5 years and II Flashing Signals - Multiple Tracks $2,760.00 Consumer Price Index for all Urban III Flashing Signals and Gates - One Track $3,146.00 Department IV Flashing Signals and Gates - Multiple Tracks $3,950.00 AUTHORITY: FLORIDA ADMINISTRATIVE RULE 14-57.011 Public Railroad -Highway Grade Crossing Costs EFFECTIVE DATE: July 22, 1982 GENERAL AUTHORITY: 334.044, F.S. SPECIFIC LAW IMPLEMENTED: 335.141, F. S. `This schedule will become effective July 1, 2006 and will be reviewed every 5 years and revised as appropriate based on the Consumer Price Index for all Urban Consumers published by the U.S. Department of Labor. `o,g p ' awwwudacuupr � za= x= � ee�auuunerxwwbu,€` u _iiik i e a�a93m t�Q� S nni/WS T_ \«. "■ �I , . & \«. "■ �I , EXCAVATING EQUIPMENT PER DAY $181.00 4 DAYS $723.00 EQUIPMENT RENTAL PER DAY $125.00 4 DAYS $500.00 FOREDIAN'S TRUCK PER DAY $35.00 4 DAYS $140.00 GANG TRUCK PER DAY $63.00 4 DAYS $252.00 SUPERVISORS TRUCK PER DAY $35.00 4 DAYS 40.00 EQUIPMENT TOTAL $1,756.00 ENGINEERING $1,G00.G0 1 51,000 00 ENGINEERING TOTAL $1,000.00 CONSTRUCTION SUPERVISION $312.00 4 DAYS $1,248.00 LABOR ADDITIVE 695.0 SUPERVISION TOTAL $1,943.00 LABOR PER DAY $1,188.90 $9,756.00 NUMBER OF DAYS 4 , LABOR ADDITIVE 52,776 00 TOTAL LABOR $7,532.00 GANG EXPENSES PER DAY $602.00 NUMBER OF DAYS 4 TOTAL GANG EXPENSES $2,408.00 SUB -TOTAL CONTINGENCIES 53 $36,075.55 $1,804.00 TOTAL $37,880.00 272196W s DATE: 06/21/07 [ FILE: 10.2 TYPE: IV CLASS: III FLORIDA EAST COAST RAILWAY N0. OF DAYS: 4 OFFICE OF THE GENERAL MANAGER AAR / DOT 4: 272196W OF SIGNALS AND COMMUNICATIONS MILE POST: 228+3480" Project Type: FDOT ESTIMATED COST FOR HIGHWAY CROSSING WARNING DEVICES AT 12th STREET VERO BEACH. This estimate should be considered void after one (1) year. MATERIAL UNIT COST UNITS TOTAL COST 12" RETROFIT LED UNITS $120.00 14 EA. $1,680.00 GENERATOR CASE W/ TRANSFER SWITCH $2,870.00 1 EA. $2,870.00 MISC. GROUND MATERIAL $106.55 1 PEG. $706.55 CABLE $0.00 1 PEG. $0.00 POWER SERVICE $2,000.00 1 EA. $2,000.00 MONITORING EQUIPMENT $10,725.00 1 PKG. $10,725.00 FREIGHT S HANDLING - $4,075.00 TAX @ 6.53 $106000 TOTAL MATERIALS $21,436.55 EXCAVATING EQUIPMENT PER DAY $181.00 4 DAYS $723.00 EQUIPMENT RENTAL PER DAY $125.00 4 DAYS $500.00 FOREDIAN'S TRUCK PER DAY $35.00 4 DAYS $140.00 GANG TRUCK PER DAY $63.00 4 DAYS $252.00 SUPERVISORS TRUCK PER DAY $35.00 4 DAYS 40.00 EQUIPMENT TOTAL $1,756.00 ENGINEERING $1,G00.G0 1 51,000 00 ENGINEERING TOTAL $1,000.00 CONSTRUCTION SUPERVISION $312.00 4 DAYS $1,248.00 LABOR ADDITIVE 695.0 SUPERVISION TOTAL $1,943.00 LABOR PER DAY $1,188.90 $9,756.00 NUMBER OF DAYS 4 , LABOR ADDITIVE 52,776 00 TOTAL LABOR $7,532.00 GANG EXPENSES PER DAY $602.00 NUMBER OF DAYS 4 TOTAL GANG EXPENSES $2,408.00 SUB -TOTAL CONTINGENCIES 53 $36,075.55 $1,804.00 TOTAL $37,880.00 272196W s P MAP4UESC1 g th or 11th st i 10th P1 N � R 12th 5t, 3th St, s; 12th 5k 11th St �. , N Nth Sq 11th f 3 - r Project Location i r 9th � z'i N 9th P! 9th St 9Yh st . li �rosa.Cjt � 4 r.. g 10th P1 �€ LOCATION MAP Florida East Coast Railway LOCATION: 12`h Street FINANCIAL PROJECT NO.: 424280-1-57-01 CROSSING NO.: 272196-W RAILROAD MILEPOST: 228+3486' s n i3th pi %w <a � � 8?2048,NtViFp--�i tTol�Atia� �€ 12th 5t, 11th St �. , r 9th z'i 9th St ; %w <a � � 8?2048,NtViFp--�i tTol�Atia� STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION OFFICE OF MODAL DEVELOPMENT DISTRICT 4 RAIL OFFICE PROJECT SCOPE AND COST ESTIMATE Financial Project No FAP No.: Location: County: Crossing No.: RR MP: Company: PROJECT INFORMATION 424280-1-57-01 OOS4-045-J 12`h Street Indian River 272196-W 228+3486' Florida East Coast Railway This project scope and cost estimate was prepared by: District Aviation & Rail Coordinator PROJECT SCOPE AND COST ESTIMATE Recorder, LED's, w/ service pole. ....................................................................... $37,610.00 TOTAL ESTIMATED COSTS ................................. $37,880.00 i g � J as�fya; b �g3 e saga � �� 3�SE'S2 9asg� �Ekps U U ° F�s�a� 2—amhw 3n a4 Vy P L N3 1 i �r gE Ll➢ Q- �s A ➢gu b u, aN8 }4 �a 4g q gam ov5 � a � /nM aw.•( toa � � g mlPal mp lam- _ S z w n � o 5 c mi3 lurw.,ee C b 5 tLO � roa ry+v:Ne i 3= oea3 rv,w�b; � �3 �gg 8 €g� i g � J as�fya; b �g3 e saga � �� 3�SE'S2 9asg� �Ekps U U ° F�s�a� 2—amhw 3n a4 Vy P L A N3 �r gE Ll➢ Q- �s A ➢gu b u, aN8 }4 A J N3 gE Ll➢ Q- I4LU ➢gu b 8 aN8 }4 �a 4g q gam ov5 �nn3. H?5 S z J N3 gE Ll➢ 3LL ➢gu b Sb aN8 }4 4g 5� gam J »«w« 2 \ \ L ..I asp a r a a a I I� � % , \ J9 §. � )j/!§•« .. f \ .) CP �\ ( --- -- � �., y . . . ... Id 2 § \ !, ..,....!