Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
1992-198
r STATE OF FLORIOA DEPARTMENT OF TRANSPORTATION FORM 123.•0.35 OFFICE OF PUWC TRANSPORTATION REPLACES "14S COUNTY RESOLUTION P 10"' n. 1.11 GRADE CROSSING TRAFFIC CONTROL DEVICES AND FUTURE RESPONSIBILITY COUNTY SECTION I JOB NUMBER ROAD NAME OR NUMBER COUNTY NAME PARCEL 6 R/W NUMBER FAP NUMBER 88 000 6900 SO. GIFFORD RD. INDIAN RIVER 2(88560-SIGR) 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. 92-198 ON MOTION OF Commissioner Scurlock , seconded by Commissioner Bird , the following RESOLUTION was adopted: WHEREAS, the State of Florida Department of Transportation is constructing, reconstructing or otherwise changing a portion of the Public Road System, bbCWkbh AT RnnTll a'rid __nTFFnRn Rn. 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 FEC RAILWAY Company for the installation and maintenance of certain grade crossing, traffic control devices designated as Job No. 88000-6900 On SOUTH GIFFORD ROAD which crosses the right of way and tracks of the Company at FDOT/AAR Crossing No. 272180-A located near VERO BEACH , Florida; and That the County assume its share of the costs for future maintenance and adjustment of said grade crossing traffic control devices as designated in the RAILROAD REIMBURSEMENT AGREEMENT: and That the Chairman and Clerk of the Board of County Commissioners be authorized to enter into such agreements with the State of Florida Department of Transportation and the FFr u nwA V Company as herein described; and That this RESOLUTION shall take effect immediately upon adoption. INTRODUCED AND PASSED by the Board of County Commissioners of INDIAN RIVER County, Florida, in regular session, this 3 day of November 19 92 . _^9•�9 Alm Ca Approved I mMe'.o nM ouaolCounryCo on•n 1 Admin./ /QOL�/it/ �..•.�.( T ATTEST: U 10 J Clu. M SWO Of C0u3fy Com ulanm roar ru-000.0 If " AM $41.0 1I/h ►.Moll$ IN WITNESS WHEREOF, the parties hereto have caused these presents to be executed by their duly authorized officers, and their official seals hereto affixed, the day and year first above written. STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION BY: (SEAL) DISTRICT SECRETARY ATTEST: Secretary COMPANY: THE FLORIDA EAST COAST RAILWAY CO. BY: ^-- (SEAL) ATTEST: BY: ATTEST: XER COUNTY, FLORIDA // - 3 - 91-, (SEAL) Approved as to Form, Legality and Execution BY: Attorney - DOT Approved as to Funds Available BY: Date Fiscal -DOT Approved es to FHPM Requirements BY:-XXXXXXXXXXXXXXXXX_ xxxxXXX Date FHWA Date APPROVED UNDER TERMS OF ALTERNATE PROCEDURES STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION OFFICE OF PUBLIC TRANSPORTATION WORK DESCRIPTION GRADE CROSSING TRAFFIC CONTROL DEVICES FORM 725.050.05•a REPLACES 841•02 01190 PAGE 1 of I COUNTY SECTION JOB NUMBER ROAD NAME OR NUMBER COUNTY NAME PARCEL & RAN NUMBER FAP NUMBER 88 000 6900 SO. GIFFORD RD. INDIAN RIVER 2(88560-SIGR) RAILROAD COMPANY THE FLORIDA EAST COAST RAILWAY CO. INSTALL NEW FLASH. LIGHTS & GATES TO STDS. A. JOB DESCRIPTION & LOCATION: Ann FTi.i. nN RniiTH CTnF- RFi nr•ATF TTFS B. TYPE OF ROADWAY FACILITY: 2 LANE RURAL C. FDOT/AAR XING NO. 272180—A RR MILE POST TIE: 225 + 2418' D. TYPE SIGNALS PROPOSED: III CLASS: IV DOT INDEX NO.: 17882 E. STATUS AND PROPOSAL: 1. EXISTING DEVICES: (See Agreement dated 11-26-56 ) a. None -New Crossing. b. Crossbuck and Disk.. c. Flashing Signals with bisk. d. Flashing Signals with Cantilever. e. X Flashing Signals with Gates. f. Flashing Signals with Cantilever and Gates. 2. PROPOSED DEVICES (Safety Index Rating ) a. No revision required. b. Crossbuck and Disk. c. Flashing Signals and Disk. d. Flashing Signals with Cantilever. e. X Flashing Signals with Gates. f. Flashing Signals with Cantilevers and Gates. g. Relocate existing signal devices: (1) (With -Without) addition of Gates. (2) (With -Without) synchronization with highway traffic signals. F. COMMUNICATION AND/OR POWER LINE ADJUSTMENTS: 1. N/A By Others ( 2. NLA By Railroad Company. Company) G. AUTHORITY REQUESTED: (Draft attached: Yes _ X No.) 1. —X Agreement (Third Party Participating INDIAN RIVER COUNTY ) 2. Supplemental Agreement No. 3. Crossing Permit. 4.. Estimate for Change Order No. S• Letter of Authority. ¢. -Letter of Confirmation (No Cost to Department). H. OTHER REMARKS: Negotiations to be completed by: OCT. i 199 Signal installation target date: OCT. 1 1993 Synchroniztion: (Draft, attached Yes X No) - $21.441 r OFFic[ OF PUBLIC TRANSPORTATION RAILROAD GRADE CROSSING TRAFFIC CONTROL DEVICES Jr" T 5EGT1ON JOB NUMBER ROAD NAME OR NUMBER COUNTY NAME PARr`r_L 6 RAY NUMBER 88 000 6900 S0. GIFFORD RD. INDIAN RIVER42 (88560-SIGR) COMPANY NAME: THE FLORIDA EAST COAST RAILWAY CO •• •••PAIL 031st' FAPNUMBER FLASH. LIGHTS AND GATES A. JOB DESCRIPTION 6 LOCATION: - ADD FI I.. ON cp ITH SIDE. MOVF TIF4 B. TYPE OF ROADWAY FACILITY: 9 LANE RURAL C. FDOT/AAR XING NO.: 272180-A RR MILE POST TIE: 225 + 2418, D. TYPE SIGNALS PROPOSED III CLASS IV DOT INDEX: 1788 SCHEDULE OF ANNUAL COST OF AUTOMATIC HIGHWAY GRADE CROSSING TRAFFIC CONTROL DEVICES Annual Maintenance Cost Exclusive of Installation CLASS DESCRIPTIpN COST, I Flashing Signals - One Track $1,404.00 II Flashing Signals - Multiple Tracks $1,858.00 I11 Flashing Signals and Gates - One Track $2,117.00 IV Flashing Signals and Gates - Multiple Tracks $2657.00 'Effective July 1, 1991 AUTHORITY: FLORIDA ADMINISTRATIVE RULE 014.46.002 Responsibility for the Cost of Automatic Highway Grade Crossing Traffic Control Devices EFFECTIVE DATE: July 1, 1991 GENERAL AUTHORITY: 334.044 F.S. SPECIFIC LAW IMPLEMENTED: 335.141 F.S. A o z v 0 z HE4 H . o w NOCC � f }' o ch �I+. N N i i vai H 0 t .,3 N xE F►i E-4aw jr °: •• u w b� .. o N v,.aWo, oa oN as T� �+ u ol eco cnu mo� o 0494 H 0 to w- a - ° H u o w o � d tL 13 V} a d Ar Q us VA ? c— us VA S UN ti C w a h N N = O J N 7 d Y ~ Q d Kfh/1 • O d U W V O C W Z zO W O O J O Z O O Z z O C Q C ao h _z a x F" o N N z z 0 Z hC = O O U N = N O O G Z Y O Z O W a d 4 h Z a ¢QW = O C M Z Z Y _ Z W O .cn Y f" x U). U = C C W S Ga Z d O C 0 CO= z W i w N O O Z N U W N O C GC aI{ V > x d d m IV Z N O N N W Z C W O h W z N ti UU > < En 0 O O a QCO N d O z co W O III CaZ O = O W U a W U z U)g 0H W h 2 N N z Qi.iU C U d W � a a S h>W, W > 4 C O h " W o h x o WC<w C W O O Z+i Zw>G NO O wz:§ z aOa Z U G = Fui =a cy O mZ 0 OOJ Z O Z go J O O OQ UN in Oh6 Q <C U U SO •moCU CO O. x 0 d O Fd U ci i` o a h O C OD :DU. E f OW d �O o O p N N Z O h < O X �O W Z d < b o N N o � ro C Z o d o u� rn �o rn �.. N d t}- c N o J O O N .. d0 f- W J J Z h .. O M W .-• W p r O h C U. W O O. ffa O ' ti J N ~ < O H O U N U W G Z O �' d' G O ♦ W W O N Q d < .. O M b Z O O U d I... C 0. o d N O Z W h J J O O Q O= G O O H -+ O NQ J V N O W ..o z ~ N N H O W ~ h U J Q U h D NQ7 C W O Q C bN- Z 0 Z Q O Q J > N ti 0 0 z F h a V O d \U W yZj N.. J � KZ Z NZ O OJ 0 L` O K U O N > WF W O hO ) C Q O CEE Z Z W w O. hui Z d X —j C h0 ui /}- cc CL O\ O O N Z N d< F C. C v n < W d U U C x W < O N J FLORIDA EAST COAST RAILWAY OFFICE OF THE SUPERINTENDENT OF SIGNALS AND COMMUNICATION ESTIMATED COST FOR CROSSING SIGNAL WARNING DEVICES DATE:10-4-91 FILE# 6.2 MP . 225+,x418 SOUTH GIFFORD RD DOT#272180A MATERIAL UNIT COST UNITS TOTAL COST CONST WARNING TIME DEVICE $17,000.00 0 $0.00 GATE ASSEMBLYS $4,114.00 2 $8,228.00 GATE FOUNDATIONS $375.00 2 $750.00 WIRED CASE $13,500.00 1 $13,500.00 POWER SERVICE $800.00 0 $0.00 BATTERY BOX $370.00 1 $370.00 MISC SMALL ITEMS $500.00 1 $500.00 CANTILEVER 30'$9x 0$0.00 0 $0.00 CANTILEVER 40' S0.00 0 $0.00 GATES $500.00 2 $1,0 CONCRETE FOUNDATION $1 ,250.00 0 $0.00 $0.00 EQUIPMENT RENTAL .00 1 $500.00 CONTINGENCIES $445 $445.00 1 $445.00 CONDUIT $300.00 1 $300.00 BATTERIES $1,795.00 3 $5,385.00 CABLE $3,500.00 1 $3,500.00 MISCELLANEOUS RELAY EQUIP $500.00 1 $500.00 BACK TO BACK LIGHTS $1,500.00 0 $0.00 FREIGHT & TAX 0 $5,596.00 LABOR $1,800.00 7 $12,600.00 GANG EXPENSES $350.00 7 $2,450.00 $0.00 TOTAL $55,624.00 *THIS PRICE IS EFFECTIVE FOR (1) ONE YEAR FROM DATE OF ESTIMATE FFD ROyTE NO. STATE ROAD NO. U.S. DeperlmeM of Tranapodallon Federal Highway AAmin(alHalion LETTER OF APPROVAL AND/OR - - . ... AUTHORIZATION AND FEDERAL AR) PROJECTAGIIEEFFENT • S 799,524 &TATE FLORIDA COUNTY STATEWIDE PROJECT NUMBER RRP-SP-0005 (390) IMI NO. STATE JOB MO. - PIQJECTTFAMUa: Various Rail -Highway crossings located Statewide* CHARACTER OF PROPOSED WORK: Flashing lights, Bells,Gates and Reworking crossings as needed, PHARE OF WORK APPROVAL ANO/OR AIJTHORI7ATION EFFECTIVE DATE OF AUTHORIZATION APPROX LENGTH Y HIGHWAY PLANNING AND RESEARCH(WR) BY: PREUMIMARYENW EKING f .MO 2 ACOUIXITION OF RIGHT OF WAY BY: CONSTRUCTION (Adv, -.N toed Id) "We'JI tr 'uvl� JUN 1 19 - UTILITIES Iby, DTMR(SP.dh1 _ 7 8066 W. BLACKMON ^----------- REMKS: (Force Arrnuntl v-P.run.nM or tr.n•pwsa �• f 032 4ff 1. 1w u«nprd IWK ►om FHM'A Ofolocl fwMr •nd ororsiphl on Wf FWr•I-dd pmMct pr 9.on`rT Woy' Yrd, rb Yr. J.R. 'Ski. .o.ord.n.. MM r..lyd 22 U.S.C. 106(b)(2). *See attachment for individual crossings. Construction = $3,146,400.00 P. E. 165,600.00 IN /05 PLAN: YES . PAGE NO. , MO XXX , AMENDMENT BEING PROCESSED. (Attached) MPR. TOTAL FEDERALAID CODE PROJECT COSTS EUGJBLE COSTS FUNDS DLLARS FEDERAL FUNDS STATE FUNDS OTHER FUNDS FEDERAL AID PERCE 139 S 799,524 $ 799,524 $ 719,571 $ 79,953 90a 33M $2,512,476 $2,512,476 $2,058,471 , $454,005 81.93 TOTAL IS3,312,000 $3,312,000 52,778,042 $533,958 w .rwpn a nphrl Ap.ngr, h.Nnp oornpa.d w hereby .pr..bp b wmpM, Ntl, M. pq,%d b bn.. end oondlbm .M brS, b (1) TIM 23, U.S. Coda. d.Wg—Hahkmys. p t,. R.pd 1h. F owed Igh , yr,l t,.elo W..S (2) N p.Atl.. •nd pooWu,.- pfomWp.rd by t,- F+d.r•I HIphwT AdmW.►.1a fWM b tr abo.a da.lpn.-.d pl I d .r,d t,. Fdw.1 1 V. p, F A rm t 1.. 0 h"►q .,rtior4.d o-fWn work b proo.. d ...vkbno.d by M d.b anbr.d oppoalb M .p..fo R1 .1 Mtwoh Fvdaral n of en obSpabd br V. pfol.or nq b ..o..d V. .mm.R -herr, Mf.Y,, M b W-- of M ..Mh•bd bW o0.1 O.Lnp w obip.Mn q tN tbr. Sud, ab&p.aan q F.d-ml ►r,d. aabnd. ordr b po1.o1 w. Ylwrt.d by M SLAW .Ibr M FmI. 1 HIphray Adn,►d.►.tlon autw twOon b proo..d wm ti prol.ol b.oMnp .h aorY. Tlr Sbb ►.rer .tlpW+b. S,•1 .. • aondifon b WYm•r+t of ar F.d.ral A+nd. ob&ybd, h....pta and ra —ply .M r...pp&_bl. p+..IJon. wl bra, w, b&u..bp P.p.a. 1 JUIN 71 FLORIDA DEPARTYEM OF TMNSPOfiTATION U.&DEPARTNENT OF TRANSPORTATION (Otani.- r,.m. q HIphr.r Aq.—y) /. � FEDERAL HIGHWAY ADMINISTRAWON i FOR TH DIVISION AD14INISTRATOI ---- _ --, CA By Nri "/rr CArba Y. Fa►tbM .1, I FINA(DM.bn Adiam . F.d.r.J Aid;a,—. MNwp.r I I .II �N i 'nnrl ?R- S;�,na� Prori�nk,<<pj.0 4• .I .. II ° SII 43RD C1 % �44T> ®lJr-•a�L '�LaJL1L`JL V ST w u v a i rq J� 0 IT W � w J� >� v a 43RD IST > �a�i 3296 7 ao ROSEWO f 42ND- sT ¢ Q a 42M[ F 27 `" 24ui #H S w O I Z I 13 d V O F M a 41 th "' M M N N N ST 630 15 In 4Wul ric - - ©TRAKKER MAPS, INC 14TH M MNmI. Fl, M M PNZ\G/yt 32960 a w a a H ST Q 16 �f,�,���„—_ VERO BEACH AAMAA L MUNICIPAL AIRPORT 14 N d r a v v' I 17TH 0 0 � w 9L� W W a a u o ROSEWO f x a AV L_ s W N 24ui #H S U PL w W WC 66 22 X 15 In 4Wul p 4<LALu W zo. xF m m 14TH C21fII( �� n �jL M M PNZ\G/yt a a w a a a STI to ©L i 1F CI IJ ",L,32,9 L 3 96 H ST w 1 n a x I w rrI1,2 PL a pLr 13 ST a�l 134 M a �u ST 12 PL 12TH C N 1 134 SW > a 11 x 11PLW � j a I W ^ IT ., Q L) I I L S �I11Se V a M I I 10 PL \ w M M I m! Q a PLAN SHEET ONE 612 >rARB R II INC AN RIVER SM' i7 ME ORIAL AR OSPITA L n H LA BAPTIST o REMENT/ W 5 I CENTER I. r M T 13TH_ N d r a v v' I 17TH ST =. v =7 F- Sr > w O > ROSEWO f D� qD 16TH f1> U PL w W a1 w 14 P1 a o t4P xF m m 14TH ST 13TH Q PL M M 13 PL 1 > > x W 13 p 14TH 1 u ST 137 9 v Lovda >13TH ST 1 pL 16 �f,�,���„—_ o .,� 12TH i 1F CI IJ ",L,32,9 L 3 96 H ST w 1 n a x I w rrI1,2 PL a pLr 13 ST a�l 134 M a �u ST 12 PL 12TH C N 1 134 SW > a 11 x 11PLW � j a I W ^ IT ., Q L) I I L S �I11Se V a M I I 10 PL \ w M M I m! Q a PLAN SHEET ONE 612 >rARB R II INC AN RIVER SM' i7 ME ORIAL AR OSPITA L n H LA BAPTIST o REMENT/ W 5 I CENTER I. r M T 13TH_ . ƒ . ■ �« ! ! |.� ■ �# � ! ƒ » . ,.� . i , • � / i ■ �« ! ! |.� ■ �# � ! ƒ » . ,.� � ! §�� , � ■. / p!j B ?31 1 r t V) U g t i" ^k e�1.1Kea vi aai. W aig ��� �Y?YY " J 41� g i li{{ft{;[ 911{g it CSV afili3si f�i ate II�wIEi►��.w�� 2 �Q Yiat p!j B ?31 1 1: I\JV yi e: Ya a I i t � 2 �iaat \ F Yiat / � dt! Ll'.Ee �l•I Y f t; V1 i �s a w g Q I I Eg p!j B ?31 1: yi e: Ya a I 2 �iaat \ F 4 / � dt! Ll'.Ee �l•I Y f t; V1 i p!j B ?31 ( � . !let j t | f \ | .f \| | � |�/■| / | w it d N | | Ij a � }�ilir— / 2bbl2bb| K |-top xhbb!R10 # 7 !• .*47,DMA 2 IF ° | § a � }�ilir— / 2bbl2bb| K |-top xhbb!R10 # 7 !• .*47,DMA 2 IF nen OF FIORw OVARnRWf OF TRAAW4 MAnOM FORM rn."n OFF= OF NIRJO 1R111M/OR AT M - Rcnwc"M1.f RAILROAD REIMBURSEMENT AGREEMENT"A" F � l o t GRADE CROSSING TRAFFIC CONTROL DEVICES -COUNTY COUNTY SECTION JOB NUMBER ROAD NAME OR NUMBER I COUNTY NAME PARCERIAVNUMISEA FAP NUMBER 88 000 6900 So. Gifford Rd. Indian River 2(8856 [RR�P-SP-OOOS(390 THIS AGREEMENT, made and entered into this day of t9 by and between the STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION, hereinafter called the DEPARTMENT, and THE FLORIDA EAST COAST RAILWAY CO. a corporation organized and existing under the laws of FLORIDA with its principal place of business in the City of ST. AUGUSTINE County of ST. JOHNS , State of FLORIDA ,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 DEPARTMENT as Job No. 88000-6900 ANstfFfWrJ AT crniTIf pnd GIFFORD ROAD which crosses at grade the right-of-way and tracks of the COMPANY at a point __ gal R feet SOUTH from the COMPANY'S Milepost 225 FDOT/AAR Crossing Number 272180-A at or near _ _ vERo aencH , as shown on DEPARTMENT'S Plan Sheet No. ONE 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 III Class Iv and/or other traffic control devices at said location on an actual cost basis, and in accordance with the DEPARTMENT'S Plans and Standard Index Number 17882 attached hereto and by reference 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. 3. 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. 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 Drovisions of thin Affirm.,,.,... row ►:♦w►n RC►1A)M Ml,r IMI ��IMI 4. Unless otherwise agreed upon herein, the COUNTY agrees to insure that -at the crossing the advance warning sighs and railroad crossing pavement markings will conform to the MUTCD 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. 132-046 "Reimbursement for Utility and Railroad Reloca- tion," dated October 1, 1973, and Rule 014-46.002 "Responsibility for the Cost of Railroad/ Highway Crossings," Florida Administrative Code, dated February 3, 1971, X (b) Federal Highway Administration Federal Aid Highway Program Manual Volume 1, Chapter 4, Section 3, dated August 5, 1988; and Volume 6, Chapter 6, Section 2, Subsection 1, dated April 24, 1984, 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 the above indicated Reimbursement Policy, 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 estimate of the cost thereof in the amount of $ 55.624.00 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. Foam rxa8Jn ��4WI u Sam _ PW sale 9. 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: _x (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 ; F as supported by a detail analysis of estimated cost attached hereto. (NOTE: This method is not applicable where the estimated cost of the adjustment exceeds $100,000.) 10. The installation and/or adjustment of the COMPANY'S facility as planned VWwill 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): N/A (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). N/A (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. N/A (C) ; credited for (betterment) and/or (expired service life) and/or (nonreimbursable segments) in accord with Article 9.(c) herein above. 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. F# FOM rnftsv "EKAco «,.. ism ..... M 13. Upon completion of the work the COMPANY shall, within one hundred eighty. 080) days, furnish he DEPARTMENT with two (2) copies of Its final and complete billing of all costs Incurred in connection Nith the work performed hereunder, such statement to follow as closely as possible the order of the tems contained in the estimate attached hereto. The totals for labor, overhead, travel expense, :ransportation, equipment, material and supplies, handling costs and other services shall be shown in ;uch a manner as will permit ready comparison with the approved plans and estimates. Materials shall " itemized where they represent major components of cost In the relocation following the pattern set )ut in the approved estimate as closely as is possible. Salvage credits from recovered and replaced 3ermanent and recovered temporary materials shall be reported in said bills in relative position with .he 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 .tem 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 DEPARTMENTS auditor. 1#.Xzalcl�.tiltARAtOXJ�9'I![e�s7eD41d}tl�ttilF�ClhBt7iQoltttl}IF[l�A1fi![Etgt7u410XttlIQ]41[t�t4�lt9Cltt�c®BR�i�T7UiQ[�l(l�X rmrdllNXd2b8{®1£RRSx1tb[GAl7sXi�BtMltJii�tlC!(ODj6ltljlJil(9c�4]4KlIl(�t]Cltltd4KObdifif7C258Q@tiilt�cX 0[0{7[Aft[i�{ARi�]D�X4I0.Q{>J�kARX}�t7t�{A9��.X14A�t6�KXOQAt6i�!7C�RX![�a�C*QpXttQBX$iR2llll>l�lIQ4XXQ[C�i�CXE[eC otamfaetttas>�cadxt��c®moa>tK medxs4sat![r[alncae[gc��aonxco��oap��xatX�tttamc tetacYd�PYisE�Nttaeizxarxxald�cttsrsc3ao�acb�xs�i�}cq�xttxxttt[�I�AY�x►tbx�yx�ct� ;��clartkjta�itacwifkt��t6efatexvrxiscXl�is�sat6acucic�tcaeudsltfgcmuKakic�oo�x�ttta�ec ltxpt®maexst Rx�ltcl�![it4t�t�RltcRkX4t�ll1��R9�+X�4X4�}!S�[}dDiaS4t�t�@CX�f �A�6d1t���fFt�l�ic�c70lC �XC[6citxX o[ffirexsC7e�a�slat�aas#�latgceasx 15. UPON EXECUTION OF THIS AGREEMENT BY ALL PARTIES THE AGREEMENT DATED 11-26-56 WILL BE RENDERED NULL AND VOID. Paragraph 14 was deleted prior to execution by any of the parties.