Loading...
HomeMy WebLinkAboutItem #06 Approval of Railroad Reimbursement Agmnt. for Municipal Grade Crossing Traffic Control Devices C of Good �� L«. 1 1‘ AGENDA ITEM COVER SHEET Meeting Date: February 15, 2011 Item # Reviewed By :: Contact Name: Stephen C. Krug Department Director: ■/ Contact Number: 6002 City Manager: Subject: Railroad Reimbursement Agreement for Municipal Grade Crossing Traffic Control Devices — Wurst Road, Additional Required Language. Background Summary: At the October 19, 2010 Commission meeting, the attached agreement was approved to provide funding from the Federal Highway Administration to the FDOT to install new railroad grade crossing signals on Wurst Rd. at the Florida Central Railroad crossing. The purpose of this agreement is to allocate the Federal funds to upgrade existing grade crossing signals, which are over 30 years old, to meet current requirements. The State now requires additional language in all agreements effective January 1, 2011 and has returned the originally executed documents with the revisions incorporated for Commission approval. Public Works recommends approving the agreement. Issue: Request the City Commission to approve the additional language in the agreement with the FDOT to install new crossing signals at the Wurst Rd. railroad crossing. Recommendations Recommend the City Commission approve the additional language in the Railroad Reimbursement Agreement for Municipal Grade Crossing Traffic Control Devices, FM No. 428199- 1- 57 -01, with the FDOT. The Commission authorized the Mayor and City Clerk to execute the original Agreement at the October 19, 2010 Commission meeting. Attachments: Original FDOT Railroad Reimbursement Agreement for Municipal Grade Crossing Traffic Control Devices, FM No. 428199- 1- 57 -01. Financial Impact: There is no financial impact to the City. This is a FHWA Aid Project. Type of Item: (please mark with an "x') Public Hearing For Clerk's Dept Use: Ordinance First Reading Consent Agenda Ordinance Second Reading Public Hearing Resolution Regular Agenda x Commission Approval Discussion & Direction Original Document/Contract Attached for Execution by City Clerk Original Document/Contract Held by Department for Execution Reviewed by City Attorney N/A Reviewed by Finance Dept. N/A Reviewed by ( ) N/A 2 Florida Department of Transportation RICK SCOTT 605 Suwannee Street STEPHANIE C. KOPELOUSOS GOVERNOR Tallahassee, FL 32399 -0450 SECRETARY February 2, 2011 Mr. Steve Krug Director of Public Works 301 Maguire Road Ocoee, FL 34761 Subject: Railroad Reimbursement Agreement -Grade Crossing Traffic Control Devices- Municipal and City Resolution FM No. 428199- 1 -57 -01 RR Crossing No. 621872 -E Wurst Road RR Milepost No. 834.30 City of Ocoee Orange County, FL Dear Mr. Krug, Due to required language that must be included in all agreements, effective January 1, 2011, I have enclosed the Railroad agreements for the Wurst Road signal safety project, for your execution. Please initial and date Paragraph 25, then sign the E- Verification page. Your expeditious handling of these agreements would be very much appreciated. Once all parties have signed, I will distribute a fully executed copy for your files. If you have any questions, please feel free to contact me. Sincerely, y in. Jr , Jim Ganey District Railroad Coordinator 386- 943 -5331 cc: Scott Allbritton - FDOT www.dot.state.fi.us STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 725- 090 -27 RAIL RAILROAD REIMBURSEMENT AGREEMENT OGc -01/11 GRADE CROSSING TRAFFIC CONTROL DEVICES - MUNICIPAL FINANCIAL PROJECT NO. ROAD NAME OR NUMBER COUNTY NAME PARCEL & R/W NUMBER FAP NUMBER 42819915701 WURST ROAD ORANGE 1(75000 -SIGG) 00S5 -047 -J THIS AGREEMENT, made and entered into this day of , 2011 by and between the STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION, hereinafter called the DEPARTMENT, and FLORIDA CENTRAL RAILROAD COMPANY, INC. a corporation organized and existing under the laws of FLORIDA with its principal place of business in the City of PLYMOUTH , County of ORANGE State of FLORIDA , hereinafter called the COMPANY; and the City of OCOEE a municipal corporation, hereinafter called the CITY. WITNESSETH: WHEREAS, the DEPARTMENT is constructing, reconstructing or otherwise changing a portion of the Public Road System, designated by the Financial Project ID428199- 1 -57 -01 on WURST ROAD , which crosses at grade the right of way and tracks of the COMPANY'S Milepost 834.30 FDOT /AAR Crossing Number 621872 -E , at or near OCOEE as shown on DEPARTMENTS Plan Sheet No. 17881 & 17882 , 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 Ill 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 CITY 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. 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. 725-090-27 RAIL The COMPANY agrees that any future relocation or adjustment of said signals shall be performed by the occ - ,oioa 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 CITY 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: 0 (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 646, Subpart B, and 23 C.F.R., Subchapter B, Part 140, Subpart 1, 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 $ 148,818.00 . 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. 725 - 090 -27 RAIL OGC - 10/08 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: ® (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 COMPANYS facility as tanned � 1 y p Q will Q 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 0 betterment 0 expired service life Q 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. 725 - 090 -27 RAIL OGC - 10/08 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." 725090 -27 RAIL OGC - 10/08 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) 413 -5516 or by calling the Department of Financial Services Hotline, 1- 877 - 693 -5236. 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 - 10/08 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, 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 s.287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. 21. In accordance with Section 287.0582, Florida Statutes, the following provision is included in this Agreement: The Department's obligation to pay under this section is contingent upon an annual appropriation by the Florida Legislature. 22. The COMPANY covenants and agrees that it will indemnify and hold harmless the DEPARTMENT and all of the DEPARTMENT'S officers, agents, and employees from any claim, loss, damage, cost charge, or expense arising out of any act, action, neglect, omission or delay by the COMPANY during the performance of the contract, whether direct or indirect, and whether to any person or property to which the DEPARTMENTor said parties may be subject, except that neither the COMPANY nor any of its sub - contractors will be liable under this section for damages arising out of injury or damage to persons or property directly caused or resulting from the sole negligence of the DEPARTMENT or any of its officers, agents, or employees. 23. Upon execution of this agreement by all parties and after all signal improvements have been placed in service, the Signal Agreement dated 3/19/81, will be terminated. 24. The City of Ocoee agrees to install and maintain Advance Waming signs (W10 -1) in the Eastbound and Westbound approaches, per MUTCD Standards. * * ** Paragraphs 23 and 24 were added, prior to execution by all parties. 25. In accordance with Section 287.134(2)(a), Florida Statutes, the following provisions are included in this agreement: 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 any public entity; and may not transact business with any public entity. City Date Company Date Department Date * * * ** Paragraph 25 was added subsequent to being signed by all parties * * * ** STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 375 -040 -68 E- VERIFY PROCUREMENT 01/11 Contract No: APW91 Financial Project No(s): 428199- 1 -57 -01 Project Description: Wurst Road -- Railroad Reimbursement Agreement - Grade Crossing Traffic Control Devices - Municipal Vendor /Consultant acknowledges and agrees to the following: Vendor /Consultant shall utilize the U.S. Department of Homeland Security's E- Verify system, in accordance with the terms governing use of the system, to confirm the employment eligibility of; 1. all persons employed by the Vendor /Consultant during the term of the Contract to perform employment duties within Florida; and 2. all persons, including subcontractors, assigned by the Vendor /Consultant to perform work pursuant to the contract with the Department. Company /Firm: City of Ocoee Authorized Signature: Title: Date: 725 - 090 -27 RAIL OGC - 10/08 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 BY: Date / / 2010 (TITLE: DIR. OF TRANSPORTATION OPERATIONS ) COMPANY: FL,QRIDA CENTRAL RAILROAD CO., INC. BY: Date )) /2Z/ 2010 T'JL : OF OCOEE , FLORIDA BY: .- % ■ Date 1O / Ir1 /2010 (TITLE: ‘•J‘ Approved t Legal Review Approved as to Funds A pp a s to FAPG Available Requirements BY: BY: BY: Attorney - DOT Date Comptroller - DOT Date FHWA Date STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 725-090-41 RAILROAD GRADE CROSSING TRAFFIC CONTROL DEVICES RAIL OGC - 01/06 FINANCIAL PROJECT NO. ROAD NAME OR NUMBER COUNTY NAME PARCEL & RAN NUMBER FAP NUMBER 42819915701 WURST ROAD ORANGE 1(75000 SIGG) 00S5 047 J COMPANY NAME: FLORIDA CENTRAL RAILROAD COMPANY, INC. A. FDOT /AAR XING NO.: 621872 -E RR MILE POST TIE: 834.30 B. TYPE SIGNALS PROPOSED III 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* Flashing Signals - One Track $2,086.00 II Flashing Signals - Multiple Tracks $2,760.00 III Hashing Signals and Gates - One Track $3,146.00 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. Ganey, Jim From: The job FI989NDR Sent: Thursday, April 29, 2010 2:48 PM To: Ganey, Jim Subject: FUNDS APPROVAL /REVIEWED FOR CONTRACT APW91 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION FUNDS APPROVAL Contract #APW91 Contract Type: AA Method of Procurement: R Vendor Name: FLORIDA CENTRAL Vendor ID: VF581706789001 Beginning date of this Agmt: 04/27/10 Ending date of this Agmt: 12/31/20 Contract Total /Budgetary Ceiling: ***************************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** Description: 428199 -1 / FCR / $148,818 / FL &G's ***************************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** ORG -CODE *EO *OBJECT *AMOUNT *FIN PROJECT *FCT *CFDA (FISCAL YEAR) *BUDGET ENTITY *CATEGORY /CAT YEAR AMENDMENT ID *SEQ. *USER ASSIGNED ID *ENC LINE(6S) /STATUS ***************************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** Action: LOA Funds have been: APPROVED 55 054010508 *OM *563002 * 148818.00 *42819915701 *127 * 2010 *55150200 *088796/10 W001 *00 * AGR -1 *0001/04 TOTAL AMOUNT: *$ 148,818.00 * FUNDS APPROVED /REVIEWED FOR ROBIN M. NAITOVE, CPA, COMPTROLLER DATE: 04/29/2010 1 DiagnosticsFldRvwReptResults Page 1 of 1 Florida Department of Transportation Project No. Diagnostic Field Review Sheet F.M. No. Rail- Highway Grade Crossing Data Sheet Crossing No : 621872E Priority N• :1940 County : ORANGE City : OCOEE RDWY : WURST RD Classification /Location: Last Updated: 5/9/2008 1:58:57 PM R.R. Co.: FLORIDA CENTRAL RAILROAD R.R. Branch. : AT 326 Station. : 496472 R.R. Milepost.: 834.30 Latitude : 28.58481670 Longitude : 81.52416670 R.R Crossing Status : OPEN - -TRACK ACTIVE As of : 3/28/2007 Rail Operations : Last Updated : 11/21/1986 Train Movements : 2 ( C)40/ \" \-S 4— Max Speed : 25 Effective date : 11/21/1986 No. of main tracks : 1 Other tracks : 0 Warning devices : Last Updated : Existing warning : FLandG Type of train detection : NONE Az. [J C Preemption : NOT INTERCONNECTED Advance warning : YES Physical data : Last updated : 1/28/2003 • R.R Crossing angle : 60 -90 DEG Highway speed : 25 • No. of Thru lanes : 2 Other lanes : 0 Crossing condition : GOOD Approach condition : MINOR Maintaining agency : COUNTY Department data : Last updated : 3/28/2007 Traffic vol.(AADT) : 8449 As of : 2003 School bus count : 27 As of : 2008 Percent trucks : 12 Safety data : Last updated5 /13/2008 Pred. accident/year : 0 Recommended warning device : FL & G Safety index : 72.57 As of :5/13/2008 Description of Site /Installation conflicts : f 0 S '' k Review team recommendation v/\ _ Lt — u e 60 ` ({� S �o a ► �', o ►J .. .__0 . 61a . k 6 ft \n/ - K) 3 is to ( 1n71a — � C I�`j b pmt Date reviewed : I fAS 1 by : Review team personnel : http : / /webapp01.dot.state.fl. us/ RailHighwayCrossingInventory/DiagnosticsFldRvwReptResul... 5/19/2008 Ganey, Jim From: Garry Caudill [gsignal @bellsouth.net] Sent: Thursday, June 26, 2008 3:12 PM To: 'Tom Sword' Cc: Ganey, Jim; Dross, Mike Subject: Generic Estimates Per Recent Site Meetings With Florida D.O.T. On The FC & FN Railroads Tom Per your recent request, please consider the following budget estimates: Four projects located in Jim Ganey's (FDOT) territory: 1. FN RR / SE 17 Street (SR 464) in Ocala, Florida (DOT #627218E) @ $18,465.00: Material, labor and expenses to upgrade the existing incandescent light units to LED's (inserts only). Existing signals are cantilever & gate type signals with 22 12" heads. Price includes 5 spare LED inserts. 2. FC RR / Amelia Street in Orlando, Florida (DOT #622355U) @ $168,398.00: Material, labor, expenses and equipment to remove the existing signal system and to install new cantilever and gate type signals (signal in southwest quadrant to be a gate - cantilever combo) with a new factory wired shelter. Price includes all required field materials consisting of the cable, rail bonds, track connection kits and all other miscellaneous material to complete the new signal system. Price includes all required FRA testing and documentation. Price based on reusing the existing PMD -3 with no cold standby unit. 3. FC RR / Wurst Road in Ocoee, Florida (DOT #621872E) @ $148,818.00: Material, labor, expenses and equipment to remove the existing signal system and to install new flasher and gate type signals with a new factory wired shelter. Price includes all required field materials consisting of the cable, rail bonds, track connection kits and all other miscellaneous material to complete the new signal system. Price includes all required FRA testing and documentation. Price based on reusing the 2 existing signal foundations. Price includes 2 sets of 1 -way side lights (one per signal). 4. FC RR / Russell Drive in Ocoee, Florida (DOT #621873L) @ $147,018.00: Material, labor, expenses and equipment to remove the existing signal system and to install new flasher and gate type signals with a new factory wired shelter. Price includes all required field materials consisting of the cable, rail bonds, track connection kits and all other miscellaneous material to complete the new signal system. Price includes all required FRA testing and documentation. Price based on reusing 1 of the existing signal foundations. The above prices are for budgeting purposes only and are subject to change per final approved material requirements. Prices are based on the following provisions: 1. Item #1 above must be scheduled with one of the other 3 projects to avoid mobilization charges. 2. Price includes the railroad administration expenses and railroad protective liability insurance coverage on all the above estimates except for item #1. 3. Prices do not include tax of any kind. If you have any questions or concerns, please give us a call. Thanks, Garry Caudill C & S Signaling, LLC 502 241 -1813 (phone) 502 243 -1813 (fax) 502 553 -3982 (cell) 1 4 p Z : `o , G C GG ,. , z r ¢iii' c 2 mQ3 A_,,.., " :co U = om� c p up o .i..1-2E.''' p !! =16) �w a \ o o U � 2 4 Q. c c � C. a li Q U � U Q ., 16 aoc > u ` R N y 1i ti p k y � ti U� N t ( ti \ ' ti G e VI - m ` \ O ! \ S N Y G 4 QI p 1� ^ - p k c c _ U Et e _ • gg tLoy 2.,-;-,16.2' 4 L_■ C7 I vOb c f �r r� - -N n Z am in 2 41 u o p ° o`� Z o c \ • 4 t u S E O 7,;.„0„ .-, .._ __� U Y � O O O O.O C U O a `o , v III .n ,'7' o; Q: � U t E 'i,,' n Wi 2I S ,, ' E i_ V tiff s °h '° - ' L ) o o cr. 4 c Z u - a 2U ... o .... E /��yy Q W h n N h N '0 Z '' .b Cc Z 32 �� N o c G iii o 0 O Wti o 3 c' = o a 6 ~ 3 W Q G O O O h G O O .2 U; a ,- i t h Y h h ° Q fl: 3 G f 1� a o 4 ,c-_- % V oQ O� Qin0i� o Z L G, J R U C ct 2 Z U U m vc _ 4 a • G 2 � a °'�O '0'-'z'19':-: c °.uc U W hQh „1 ..9F "1 c ° 4 V 'P15 3 'u \ H �.r W o nee0 3 ti Q 14),*)..E.--( . , r ,!,;;JI.T;E:%[1!.4igl----1:74----=--.T-:;-4)-i.:i .,::: - " `c � c II i .:. o • ��rv,n or ,..' Q or 4 a v a `o rI ti O o'n c m I c ` 4 o o E o o c J g _p O i W I V ' O o � Oa ° U c o � 4 0 0 ctg 1' a mac at' ac E o _ o I _ o a` o c o E med 4i, o u ° o " o_. o 'er (: U °�E ''' C N t a k ' c E W c.. E- 12., a'; °' m'4 p 4 _ �� .g a 'nom K U ay � L d �ti c N v'o�a° h P Q 3 p N 4 I Z •� in .°, 3 lamoompur • ' dill `" W v = r, : ;,,i; i O i. cos -, � . 4G t ; O O4 u o d ` v E 3' Z V' G E b p ' � O N O. N 2 3 m o iu Hy '�.' O o 0 &'' E L a i . ° 4 E d I a � 3 �v n 2 � 4 '''`j 0 o 0 or ooij e, . ` 4 o EN G ',c'- o a O p 4 C' 0 0 O tiE F if 1 �i: j W ', w Li] ( ® ®i =i — 0 Imo.: I I az I L. C O C .- h N . 13' I i : 5 .N ). c a . o E D c " m O ��_ __ � - rt_ Q aU o e f o om :co '. t a ` 1 to `� uoipary ' O D o - 2 „; i° rn' t u° E Dm 9' 0 c p 3 m e u • N - D u r v u > ° i > p n U ti I I` D o 0 0o u p m o m u _. o C W 4 .215.. .1 q i II - T m O • y W s s O O. V .°.. D c o N .E , E y = = m . o, I O ti 0, 0 . D O C. C O N m p N N N W e ( y O [ u u2 ;.-t.:.! ° "p,c•q•c `o,°iqr ° ° �1 . JO • _, m p V U C L N c .C L m .O . ` - cy D U m 2 ]` U [ U 0 0 O„ O° C y O y o p o U p U u ..U 13 O °I N rt y 0 p °LL- 1� N�� W� D (.5 0 O t� O O. � bW QO ,f3 ° '� c 2.°o as t,c '-% .. ti-. > U = o. � W • Q b ° u N ti c .5 e �V k « me ..; n En) c u o §p i . .1 6. t. g V J ,LI D Re 1� �O V\ `+ ° Q c° I , Z I 4 Y • i kii o 0 0 V Z inv I oM '� H • a O CD LE 2 ° oc` c 'ww'I.9 .L ` `o o D V ,c� ! I I i I ,I + ` 1 ' 4 8 01 I v Y uN u ' . o N 0LL ``" o o „ xery,61 u 2 , t u O ' u o h c d O 1 I 2 It 'xo -- '3" W ° 2 0 h O D I . b ut a o a ♦♦♦ 1 2 I 4 t � • O y .-14., . c �j 'ur{y , g ~ -0 U , U a O y '', \ I / 0 O ; : ! 1°4 UDy 3 U .O ♦♦♦ o CC W oo tiE $� u ' ° I ♦ Q o m 0 1 1 O 3 � W 0 � . r ..' m D Zti Fl o I • c W Ie n- \ 0 V ,, C 3 'um, M1 a N ct ' .. -.L I I I I I I e « a a= O ti V zt, U QV J ' t m V O U C (j 6'''°"E m o `O V D 0 U b b Q � m� U 8 t �•i . 8 •K °�' 0o D u o p a =� WR UO �- !' y c o u U. K 'n \ o o o ° c .out a —_ tl f- ..C =e '�- . ■ 408 I I I �, C 4 u, ii. I I } I I 1 I' XOry U N I. � V p J .9-.6., Q u m ♦ 1 D ~� 2 urry cod O I Y N „9 -.L g °-.12 0 , p♦ w . 1 U `o I, o o ! W p Q! � � > 0 � •xn o Q. r � o • 1 Z ..ov,u 1.- °S p d �6 u. 4noo�dtly z u a 1 ' O 0 a� o ° o m m m r ` V . R p rV m ► ♦ ♦♦ ' • W I U - F, 0 ;°P O C e ,.,. kw i ti, jla 1 2 N r W m ti m I t- 1 0 .xo . !'"�'I 8 D N y Y ,9 -4 p ° c G8 p of ° • .VS' 2Zn ` o o Vt J P oc t h ° 3 3 D O.Q p 0 S D � u bf: m� U2 4 Y . N O G M i N c N 2C 1 :CO W m` :C ° ui o ^ 11,0ry\, . - Q r �� N � oo , !, .,/ 111 C Mo % 16 1 .c o s. U O b On_. b c E ° 't U O 2 N Nip, t t O i b a� 1 a u o'a u' m Y 3 � I • c 4 u y a b o a N O y � O � O D 3 `� t O N d I O O i 0 Y U 4 . N , a Olt N a m O N V ,a j O E b ` i ] Y N O ° Y N ` O � O U q U Y O ��. u° o °a`: °au" Boa PE " � w 2 ~ o ° o ° : °° co 2:1.2 ° cr a { " m°� s ZW Q i O.? k " ti O N 4 U C N 6 V i C Y U 2 d w co `V O O 4 ° pi � ° O N k O h vJ W O ca N,c lY.2 n o a m" ♦.. 0 ^V\ E Z O m15.-.6 O h .j 1 ".� - • q O O O U O O b b O O Y S • ' I;Tr I nflit ' 0 , n e , o ri - I S , 0 as m Z 0 U � �ry,t! � � -, CO Q U .co N [ o I - Y g tsi LA. Z� Z 0 op��3, c a G .8 1 v a ti 4` u�o ca " I L ` . '0 o .oe' o ` 1 I go :n E 4p04n N OO i -bb I ... I, :: V • C v u ti 4� E° 1 • C O t. O h I ii o ...... zo�?� E � � �� ' ill o\ , :., W 2 :n 0 3 a iii j... W p � U .I r1—„,..,. � . : / s ue ♦. Q eh m .. c, o C .. ; .• Y p p p U Z ► / m 0 ti U nU E N aT �, .i o c � i° - ..... W Q 8.0 __ m ' a i I G a .. ... .... U u i C7 d J a ii o v: ;b a r ..j : m a ° W I '.91.9 t., e m 1, 2 u : t a i ` ° o o a W o° o , o , I ' �: ....... i i i I 11 ....... c N t .` N u to p' u c a o t a " — :n O: vt 'U n . D'[ b b ti � u o c E e : a t e � t R O M o .a I = Q R^ O 'xo "�C � x Z ::i: W 61 ! F i I:: iiii H .0 I,� xD -Y L- 6. o i.0' ii ?: r 'ii ,orf.61 m U 1 i W U 'R4Y.L1 . . :'k ` z g rwi o = I o: v: 22 dab r i II V +� � �V co ti t ...... ii I\ ... � W �N L. ! ...... s ' u lye •`C:. Q v (Ni N m _ '�xr c9 xD/y„y1 t. ... Y '��W .9 C7 N 5 L- iF o 14 o , DIV „9 -.6 , 1 u:� .. ov �„ ,Z ' ..9 -d 1 T., E ° p 6 a 2 :. U 'o a o -' . o o I ¢'5 I Ia c I i L ° 1 :,z ti 1 1 2 Q r i l OZ ...................... ��2a iI; i: ;; ....••••••••••• •• T io AUDI JO � 9 C1 2 E 09 1 u u Ct j u m o c I.,_ O C 2 3 E u° o ° 5 (D 2, al* $ o y a m ZW p� ;.ca o .c r o (n V U U c o o o o , E; y E / 0 y lu O a C V .[ ` U 0 3 C O U O O e / mil ` 0 O c C N 3 ] G y R p 2 O 'O ` U A v J v a O O O ,.t. G 2 M b 0 O `I O U y O Q 2 a E E �Z z uti3 °� Q o' o �.� mac ■ to O /� / [ ° c 12 u E o O u L '-' O V 0 [3' PP' u z "y a " 0c - "2'43 , . u 11 p ❑LL o U _ O U O .0 b .N ` W S N u t ] u a' N N N u 3 O Y [- y N p a z QQ E o,c E L � °il,i co �a m , a u U u n io o ; E o o p. °` p y m °. E o " S E V b' a u J > m 4 `o, k c eo a w `" � a N n u Z o .'e,... Q c u E t a o � C,27') I. m t E, Se , 6c t t C'4 O-0 t ti^ E fb O nQ E. t-.4' t+ a ' ';-s.. .c y o u �.: o E-?.. ut.o c i y O O .[ (� c m E N 2 C O o O P. O U U U m o Q 4 N3' 6 u i •6 o�=. 03 u o'o o° o a 2 S O m 3 U U a u U o ....... u I y 4 O ' 2 a m 1 O Q L 2 „ , .%,,53E,?, a ti U ='' v 2 Ni n .: u O N U J .0 m 0 O� � 2 m u ,17.„ '7' 1 riliiii 1 2 - IAIY-2 !A 1t IA 1Ti M1 I ,O Z r! ice' ,oz Ism Q m 23 — — . o ., W r V 1 ,_ .•:.„ , zg ca� , N o O o C y a� n� o V b 4 ,, Y ,, 4 0 h o h l 0 a� E `u ID Q: v n H ° ro 0 mDP3 . c o y 0 U a j © i N "2 V u 1; E ► O . 3 R e h h v a ^, h o V u m _ t . 0 S a �✓ 3 3 • .0Z Q 3 A V oz 1 ,9 , 0z Lok — -- --- MIVAr J 0 I u 3 m N E ti° **.f N 1 k a :, 3 m Z / •J■, Et p E 3 _ ` c U O V I' j � C "Z m 0 aWioU o : „a�00 i 1- ° a c ° =0�0 a I I ti ° Y ° 1 1 `, 1 m o Qp 0 U M. ti _ — - s x,. a,ps:. T O • -- - ti o V c a I h U ....4(.1 U N N 3 r°, ti pF- �Y O ct Zuj O o E c c c. j h da I4 in20 x E O � Uj u'= a cc 4 7 y V En �b z ti C 0 0 ft h o 2 OO _ En °o OU . QQ 2 ▪ 1‘.1 {� c 0 • O ul u l _ 1:: 1 f ' r -4 - J I ~ ': J U Q ti .Z. 4 1 1 141111111111 &, y , II - ugy,ZI Z ' CIO Ell Et El II 1 O U Co 'n h h h h b i. O, O 0 2 4 U u 3 a , c 1 .1 in . ,!1' O { = 0 h h h R tl h b K g O O I a a ti O U V U �u C J h 4 O Z . U W y Q b b'' b 0 b b b b 1;:,„ o y o o � � .. h 0 I 'YO/y .,9 -.6 U 4 O' N N h h '7 N. Q i �+ M1} b t O V T N h b ..*V ”9 -.F a p N N N h "� '� a c 0 0 u it City of Ocoee — Resolution No. 2010 -015 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 725- 090 -55 CITY RESOLUTION RAIL GRADE CROSSING TRAFFIC CONTROL DEVICES AND FUTURE RESPONSIBILITY 10/98 FINANCIAL PROJECT NO. ROAD NAME OR NUMBER COUNTY NAME PARCEL & R,W NUMBER FAP NUMBER 42819915701 WURST ROAD ORANGE 1(75000 -SIGG) 00S5 047 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. a UrO- Or ON MOTION OF Commissioner (Councilman) UJ seconded by Commissioner (Councilman) ti-\ ( , 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, on WURST ROAD 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 CITY COMMISSION OF THE CITY OF OCOEE FLORIDA; That the City of OCOEE enter into a RAILROAD REIMBURSEMENT AGREEMENT with the State of Florida Department of Transportation and the FLORIDA CENTRAL RAILROAD COMPANY, INC. Company for the installation and maintenance of certain grade crossing traffic control devices designated as Financial Number 428199- 1 -57 -01 on WURST ROAD which crosses the right of way and tracks of the Company at FDOT /AAR Crossing No. 621872 -E located near OCOEE Florida; and That the City assume it's 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 Mayor and City Clerk be authorized to enter into such agreements with the State of Florida Department Transportation; and the FLORIDA CENTRAL RAILROAD COMPANY, INC. Company as herein described; and That this RESOLUTION shall take effect immediately upon adoption. INTRODUCED AND PASSED by the City Commission of the City of OCOEE Florida, in regular session this rCA day of O 0 , 2010 . Mayor - Commissioners ATTEST: U11/ City Auditor and Clerk