HomeMy WebLinkAboutItem #03 Railroad Reimbursement Agreement for Municipal Grade Crossing Traffic Control Devices-Russell Drive ire c of Good Liv. .
±6c
rat e
' = J\
AGENDA ITEM COVER SHEET
Meeting Date: September 6, 2011
Item # 3
Reviewed By:
Contact Name: Stephen C. Krug Department Director: , /�/
Contact Number: 6002 City Manager: 7"
Subject: Railroad Reimbursement Agreement for Municipal Grade Crossing Traffic Control
Devices — Russell Drive.
Background Summary:
This agreement provides for funding from the Federal Highway Administration to the FDOT to install new
railroad grade crossing signals on Russell Drive 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.
Public Works recommends approving the agreement.
Issue:
Request the City Commission to approve the agreement with the FDOT to install new crossing signals at
ie Russell Drive railroad crossing.
Recommendations
Recommend the City Commission approve the Railroad Reimbursement Agreement for Municipal Grade
Crossing Traffic Control Devices, FM No. 430525- 1- 57 -01, with the FDOT, and authorize the Mayor and
City Clerk to execute the Agreement and Resolution.
Attachments:
Original FDOT Railroad Reimbursement Agreement for Municipal Grade Crossing Traffic Control
Devices, FM No. 430525- 1- 57 -01, and Resolution.
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
RESOLUTION NO. 2011-
w A RESOLUTION OF THE CITY OF OCOEE, FLORIDA,
AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A
RAILROAD REIMBURSEMENT AGREEMENT - BETWEEN THE
CITY AND THE FLORIDA DEPARTMENT OF TRANSPORTATION
FOR MUNICIPAL GRADE CROSSING TRAFFIC CONTROL
DEVICES ON RUSSELL DRIVE.
BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF OCOEE,
FLORIDA, AS FOLLOWS:
SECTION 1. The City Commission of the City of Ocoee has the authority to adopt this
Resolution pursuant to Article VIII of the Constitution of the State of Florida and Chapter 166,
Florida statutes.
SECTION 2. The Mayor and City Clerk are hereby authorized and directed to execute
'411k"' that "Railroad Reimbursement Agreement, Grade Crossing Traffic Control Devices — Municipal,
Financial Project No.: 43052515701" between the City and the Florida Department of
Transportation, a copy of which is attached hereto and incorporated by reference.
SECTION 3. Severability. If any section, subsection, sentence, clause, phrase or
portion of the Resolution is for any reason held invalid or unconstitutional by any court of
competent jurisdiction, such portion shall be deemed a separate, distinct and independent
provision and such holding shall not effect the validity of the remaining portion hereto.
SECTION 4. Effective Date. This Resolution shall become effective immediately upon
passage and adoption.
PASSED AND ADOPTED this day of , 2011.
APPROVED:
ATTEST: CITY OF OCOEE, FLORIDA
Beth Eikenberry, City Clerk S. Scott Vandergrift, Mayor
(SEAL)
FOR USE AND RELIANCE ONLY APPROVED BY THE CITY OF OCOEE
BY THE CITY OF OCOEE, FLORIDA COMMISSION AT A MEETING
APPROVED AS TO FORM AND HELD ON , 2011,
LEGALITY THIS DAY OF UNDER AGENDA ITEM NO.
, 2011.
FOLEY & LARDNER LLP
By:
City Attorney
Slow-
Florida Department of Transportation
RICK SCOTT 605 Suwannee Street ANANTH PRASAD, N.E.
GOVERNOR Tallahassee, FL 32399 -0450 SECRETARY
August 15, 2011
Mr. Steve Krug
Public Works Director
City of Ocoee
301 Maguire Road
Ocoee, FL 34761
Subject: RAILROAD REIMBURSEMENT AGREEMENT
GRADE CROSSING TRAFFIC CONTROL DEVICES -CITY
- and —
CITY RESOLUTION
FM # 430525- 1 -57 -01 RR Crossing No. 621873 -L
Russell Drive RR Milepost No. 834.01
City of Ocoee Orange County
Dear Mr. Krug,
Enclosed for your review and execution, are six (6) copies of Railroad Reimbursement
Agreement- Grade Crossing Traffic Control Devices -City and City Resolution for the above
project.
The Department proposes to install flashing lights & gates, cabinet and motion detection.
The work under this contract shall be performed in accordance with the provisions of the Federal
Aid Policy Subchapter B, Part 140, Subpart 1 and /or Subchapter G, Part 646, Subpart B, as
required.
The installation of W10 -1 Advance Warning signs will be the City's responsibility.
Please execute and return all six (6) copies of the agreements.
Please feel free to call me with any questions.
Sincerely,
i.
Jim Ganey
District Five Rail Coordinator
386 - 943 -5331
cc: Scott Allbritton - FDOT
Slow
www.dot.state.fl.us
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 725 - 090 -27
RAIL
RAILROAD REIMBURSEMENT AGREEMENT OGC -06/11
GRADE CROSSING TRAFFIC CONTROL DEVICES - MUNICIPAL
FINANCIAL PROJECT NO. ROAD NAME OR NUMBER COUNTY NAME PARCEL & RNV NUMBER FAP NUMBER
43052515701 RUSSELL DRIVE ORANGE 1(75000 -SIGG) 00S5 -048 -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 ID430525- 1 -57 -01
on RUSSELL DRIVE , which crosses at grade the right of way and
tracks of the COMPANY'S Milepost 834.01
FDOT /AAR Crossing Number 621873 -L , 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 111 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
OGC - 06/11
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 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:
• (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 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 $ 147,018.00 . 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
Slaw
725 - 090 -27
RAI L
OGC - 06/11
contract bid items and force account items performed for the COMPANY shall also be furnished by the COMPANY to the
DEPARTMENT.
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 COMPANY'S facility as plannedQ will ® 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 - 06/11
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."
hr►
725- 090 -27
RAIL
OGC - 06/11
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. -
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
or agreed to be paid for in succeeding fiscal years; and this paragraph shall be incorporated
Slow
725-090-27
RAIL
OGC -08/11 •
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 i 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 287.134(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.
22. 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.
23. 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.
24. COMPANY shall:
1. utilize the U.S. Department of Homeland Security's E- Verify system to verify the employment
eligibility of all new employees hired by the COMPANY during the term of the contract; and
2. include an express requirement in any subcontract that subcontractors performing work or providing
services pursuant to the state contract utilize the U.S. Department of Homeland Security's E- Verify system
to verify the employment eligibility of all new employees hired by the subcontractor during the contract term.
725-090-27
RAIL
CGC. 09/11
25. Upon execution of this agreement by all parties and after all signal improvements have been placed in service, the
Signal Agreement dated 9/29/81, will be terminated.
26. Within 60 days of the installation of said signals, the City of Ocoee agrees to install and maintain Advance Waming
signs (W10 -1) in the Northbound and Southbound approaches, per MUTCD Standards.
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:
(TITLE: DIR. OF TRANSPORTATION OPERATIONS )
COMPANY: FLORIDA CENTRAL RAILROAD CO., INC.
BY:
CITY OF OCOEE , FLORIDA
BY:
(TITLE:
Legal Review Approved as to Funds Approved as to FAPG
Available Requirements
BY: BY: BY:
Attorney - DOT Date Comptroller - DOT Date FHWA Date
111111re
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
725 -090 -41
RAILROAD GRADE CROSSING TRAFFIC CONTROL DEVICES RAIL
OGC - 01 Slow FINANCIAL PROJECT NO. ROAD NAME OR NUMBER COUNTY NAME PARCEL & R/W NUMBER FAP NUMBER
43052515701 RUSSELL DRIVE ORANGE 1(75000 -SIGG) 00S5 -048 -J
COMPANY NAME: FLORIDA CENTRAL RAILROAD COMPANY, INC.
A. FDOT /AAR XING NO.: 621873 -L RR MILE POST TIE: 834.01
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*
I Flashing Signals - One Track $2,256.00
II Flashing Signals - Multiple Tracks $2,985.00
® Flashing Signals and Gates - One Track $3,402.00
IV Flashing Signals and Gates - Multiple Tracks $4,272.00
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, 2011 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 FI989WMR
Sent: Wednesday, May 04, 2011 3:46 PM
To: Ganey, Jim
Subject: FUNDS APPROVAL /REVIEWED FOR CONTRACT AQ880
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
FUNDS APPROVAL
Contract #AQ880 Contract Type: AA Method of Procurement: R
Vendor Name: FLORIDA CENTRAL
Vendor ID: VF581706789001
Beginning date of this Agmt: 04/19/11
Ending date of this Agmt: 12/31/21
Contract Total/Budgetary Ceiling:
***************************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * **
Description:
430525 -1 / FCR / $147,018 / FL &G's
***************************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * **
ORG -CODE *EO *OBJECT *AMOUNT *FIN PROJECT *FCT *CFDA
(FISCAL YEAR) *BUDGET ENTITY *CATEGORY /CAT YEAR
AMENDMENT ID *SEQ. *USER ASSIGNED ID *ENC LINE(6S) /STATUS
***************************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * **
Action: LOA Funds have been: APPROVED
55 052000531 *PT *563014 * 147018.00 *43052515701 *127 *
2011 *55100100 *088808/11
W001 *00 * AGR -1 *0001/04
TOTAL AMOUNT: *$ 147,018.00 *
FUNDS APPROVED/REVIEWED FOR ROBIN M. NAITOVE, CPA, COMPTROLLER
DATE: 05/04/2011
*ire
Ganey, Jim
From: Garry Caudill [gsignal @bellsouth.net]
Sent: Thursday, June 26, 2008 3:12 PM
To: 'Tom Sword'
Ganey, Jim; Dross, Mike
eject: 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 Skov
4/ 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
ulagnosttcsr iaxvwxeptrcesuits rage 1 ca 1
Florida Department of Transportation
Project No. Diagnostic Field Review Sheet F.M. No.
Grade Crossing
Data Sheet
Crossing No : 621873L Priority No :2611 County : ORANGE City : OCOEE RDWY : RUSSELL DR
Classification /Location: Last Updated: 5/9/2008 1:58:58 PM
R.R. Co.: FLORIDA CENTRAL RAILROAD R.R. Branch. : AT 326
Station. : 496472 R.R. Milepost. : 834.01
Latitude : 28.58281670 Longitude : 81.52836670
R.R Crossing Status : OPEN - -TRACK ACTIVE As of : 3/28/2007
Rail Operations : Last Updated : 11/21/1986
Train Movements : 2
Max Speed : 1.O,45 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
Preemption : NOT INTERCONNECTED Advance warning : NO
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 : EXCELLENT Approach condition : NONE
Maintaining agency : COUNTY
Department data : Last updated : 3/28/2007
Traffic vol.(AADT) : 4519 As of : 2003
School bus count : 10 As of : 2008
Percent trucks : 13
Safety data : Last updated5 /13/2008
Pred. accident/year : 0.0005 Recommended warning device : FL & G
Safety index : 75.76 MO 5 1 LS As of :5/13/2008
Description of Site /Installation conflicts ,
M.D. ...R c_ .._._L.' sg s _._., __.___....._
. y
Review team recommendations :
r -�
m b 3 `
Date�� by
ag
Review team personnel :
http: / /webapp01. dot. state. fl. us/ RailHighwayCrossingInventory /DiagnosticsFldRvwReptResul... 5/19/2008
V
U .. r 0 0
Q3 E h m¢ a ` vi mCO
` o04y o 44 1 c Hrn ._o , o
o °
F o ? o �1-U v, ti 4U 0
1-11111101, ,-C' ° � t o 4m o c 4 - - � — I o
m _
c m 3 F— 1
o m c 3 a I o! �=" + ` o u c O
auo_ .a.o iYYiYYii�����i
1 O �� • o W U w y II y Q 2 „oe 0 0 U
. O
�... V, L �-+ M O� m U I. pal
a p a � . c .c p �; ° c c j
1=-2K3 C.7 3 Eocnc°i ti ' Al' li N V
iti 2cn ti 2�s�q: v Q '
' 2 W O 03 •
0 32 v)� "' ^ Lr ' on N M 3 y
W ti c 0
Q U °u J U 'N L
av Q Q a z n v h h _ o O J
_ H
00 u , ¢ m 'S O
o¢ JQ a U c z
b0 D U N
_ J
o Z I,1 4
,.9£ „ / �m : 8,F, 1 U
v "PIS S g'uh, b y i — �_ W Q
ti t.
- ti 0 a " i1. I , _ 1 : ` . + i, .i . . i;Jyc•:[ ; A : 2 a
ti
U
'� , 6 „0£ Q � xm,v os
„o£ I m - 1141
` I y o
,2 ti U F• U W I V D O E W 4 S 0 Ng
C N O Vii 1 �• 0 0 0 C
p y o 0 o c w I V g E c .o
7 c m o
.Z ° u c E m h ' V 4 2 o rnv U
11.1..0 E �'_
° _ ° .c E oma `v w'°cm Wm r E I Qt ° a a
o p h ° t ` ¢ ° 0 2 U o,E �ViQ � m4 ti ro o¢.o°
1, Oa a v o a .c y 4 3 2 z.
\lb.-. _ i i i . .7.7 . -,, .4.,1
1 ■ 1-... _
:..... . .
o
MI 111111111
v
U
n''' N ti O2
N j O 4 0
Q U °~
m 3 4 c v m
2 m a E o o v —° °' 0 0
p •. 3 m o s U ., v, -. , u 3
j4 a E- `R a'o Q m
'a
~ N ¢ o °E�' , 2 ° U:' o -
o i
c 2, p V ° p' rn U O
L" U
, ) i = I I l l, l: j 2
&CC ---..., ,,,
'r,,,,,,, q ,1 ¢U 1 `�l,�i.h, "1 ,,i
N h
‘401111, I
0 oo.
I v a c a ' r E a c o _ , w mcoA
U c ` U O = C W E.
= 0 1_
3 u or a .o a ,m a r° c va o f . 9 o A—• w a P w I I D v o .c c o vi 3 0 i ti t' ' r
c - a' a o t o ' o
L— ________ _ 1 O o .a..' o a m a, o '`..a o E
C C . u, ---!:-..'-2=2 D l U . a
a • . O -0° y 3 3 3 ° o
�t a° ° h c c
.1 • W °"01 o E ° .. ° o a ° h o ° o ter^ - ° o .
>. o c o ce � h a" `w n w o° Q.,-.3,E, o° °., c a
C y W ° a .N U' h U'- t�
- _ � "ii ti °,° ., ° W O • 2 -.2)2' r a a CO
W O c W J r -0 E c c o, °,
�y 3 O . N ° L ' O .-C U 1 N pr ,n-6),s2-1'- = . N ^
-0 . i N N Z y a i 0 ° .O N O L ° ° `v
,p ° O O C. arm �� N�LC
a U ° � • U W Z viL Q� ~ V "--=-=-_'. (i.-=,,,'-:-?. °4 -.�� t W
U
U
a 0 U ti Q U a a b ... Ni d ` _
I v v W
o °° ° O
Xi Po' Lt.. `* v c �
° a o C9 0
° � o 0
V v m 1.9 -.6 T,
1
I �
1 N= ; o N O
m�
E o r,or urw ,[l r '� N.
6 3.: r 1 ( # 04.\ . 1 ,s t , t . N V) \ ti m .0 j� O C U ra O� W O
° \\ •• \ /r \ ' W o N o °
� a' � 7•� ..i o of Q mo e:" 4t :'03a -. o
• \ o ,` h o Q o , n
.•• 'a W m \3 Q_t o-.
•.•• , O o,c io c c o ,o
• ii Q v y ¢ �QQ]
•••• 4 I E 8 t h- N - l
Ili
' \ 4 \ W Z° '' OEPCTtJ�a
gy p = m.
\r
s . .•.� a d am ' — ' � �+ v
j ,3+ I •o a I a a
0 xo >.
I m a o 'uryy
ar- ti . rn s
oh ° ; c ��9 -.L
1 'I I . ` �° m mi J c.2 -
O ,� a H
m ° � �2 c a: t
o° U a a Z m o p
- LS o o c� wa 6O ti o 1
y Q D ° C
d
E ° O
lial eV U -0
o m .xow e y
m it
.O U ` ° ° o , g R ° °
` • , • Q 47P ' ur w ,Ll °i o, `°
D
•• d � '` cc (j 4a ooudd y 6 w c
-' v .• \ o � ti W zI a o v m
�• 4,4 /".•'. k_ 2
m
W N ° v
q \ ° O G ' W �.. 0 ° �i O E
W -,' s •••. `Y O Q g N U°
1 E 1A� ��� oi°
a 2 h , v W
Q_
O c� m a
.0.' ci () rn v 'xow 6 • , 1 '' '
I U a 'y a „9-,6
o ° ro N • urW .,9-,L
Iiiiie 32
o =
rt i s >.. , o >, o
ul U 3 C Y Z C 3 ; a
g m .
Uec ti
o M N
J N i
b 0 MM
oW
C CO C 'N 'I .O -`�
a c 3 oWti 5 g o
o
�. 4 wa >. i\ Oh �' W �n
o % b y o a I• �°•
w" U ha .- c o
'�C �.0 W' C b b
w o E N
- o o f -> o o m , i
m
'6 o d e c m b m 6. , c
O a U C O C ,2 N 3 0 0 O' C H a 2 O II
C O O '0;,. O 6.-6'. d O N 0, m j m y
ate.. b ° a � C "m G m ' v o
o, ' w . w N 2 .o v c °i n �. E o t v, W 2 ~ o /^'
,C O - "' W 3 .E . O 3 2 v 1
C O a o Ud ' Cb N. ,'-,<., C C [ P ma U O =/ W
O G . 3 w ( U
W ' :6:',;',, ; 'o moo a o a ? s
U 2^ a (/)
r O C D U 3 d 2 N
--:1 -- O , ' awa '-e.,,,,-e. b'o a o ° �h ' , co WO
b U t o 0 4 0 O U C
; o w �r , a mW `I o •y ��
' �a:o F o0'^ o 0
(5
z
V
Lu
N h v 4U o
I�`�, _ �Q 3 I ° i O V
I O O
0 V
u.rW,L( ' I ti o Q 0
e S
:2 a '` I J v N CL�
o t y a x L
0 0
a" C � U C C. C
j O O O ¢ U O '' - t I G
j C y a U W I
.. C1
p U o~ N '6-.).'-'=:-52,6 r o ^, e.
3:: ti C a 6" C
i:i iiia E o,'' m
.9-.0 i �`�'U ". i vi ::::::: U� Z 3Q „7
/,,,,,
,Z i -I : �� i:: :ice.
� o
I
.:: W �� r XOW „,„.
zo 6-
::: Ad ,, :: /./ r,„ .... , ,__,,,, ,c-r,
.,,
,, , ,,,, ,,,,z1 co o� z:: r�" ... i o �U a : E `' N
1 4.1 Laj
,� c .� •• ■ 14.1 J ci2Ca o o o ■ o o I v' ^ - ,
I�Oi O o p m° o I �+ 4
7
J 3
t 4m
u01,9 bo (9 m m? ft %
.9 i �
iii iiiiiii '°<[ ° woy ~ I 1'
O p c Wa o m ` .I , I
... .. ..... � H 2,-. p L k
c..17-1 QUE.y - - =
P.2 E-6 b� Q m h0
E t E
O �
U . � a
0 XOry„y 1
"
LU
� AYY`C � 2I• `o'�il U ti
Y
.,„:, a ,_
.„,,, .9-.Z ' .,,,
ur
rr o
c 1'' 2 o
o ii:.� ...... as
I
.oa U J U \Q3 II
y E m
, � } 7 a 4 O u °
3 o m s o s
o F2 m m� c l'
6ts4 W U ,°J Ys
c W W t m °�
\ ��•ii W W Q m h y
.. r U
Y Q a
. cs I Q 61 . ;.\.!
v, ii I I 2 .c 'n 4
ii
O �rW .9 U rr It
13;7%) o a 'XOW ..9 -.6 I
.. U k 11' ,Z 'urW ..9 -.L
E I
o p, 3 .E I
O C t p O
e'2• � �x a ;a I
Z V
, O Z - ■ ■■■ ■ ■ ■ ■ ■ ■ ■ ■■■ ■ ■ ■ ■ ■ ■ ■■ h z °�
Z .......1111111111111.11./...... `0�
�� NW %la ■t1 .m�� ■■ :o ° o
■■ ■■■ ■■■■■■■■■■■■■■■■■ i 1-
■■■■■■■■■■■ ■■■■■■■■■■■ T
6 - au07 JO 0
Now t,
CC ,9
I--.
0
2
0-9 I m
k O - c p m a � ��
O a �3 v�mc C ] ov Z W
ZO ` "m ° b 0 0"t U
E c,
c.' c-
O � 3 E b i St
k-2 a V ° c " ° v " v . E 0 Lij
, Z Q
U O O . 2 V c Z.075 O o
J m t m ` a c .o ° . v v -5.E E 0 -.i
41 0` .c �i °, a o ` m v .o ° ° .� x rn
y V z a _ Q Z
~ pe m2 o S py° U a v ° E w "C Z tri
ti U� 2, w a o m o ti ° c ° o
�� =. E
4, I b ¢ c c.,, E ° ° ° E o � 0 0 0
k ° °Nmo] , ba E ,' h LL Q U
P °- a O ._ Ot E ° Q U
h O : I O , ° , N t C
w - o c Ft_-„? cyv o vn `
E °t o E ° a ° c
v rn 'o 3>° v E ° ° '< m a °;'x U ..
u c ° 1.4.,,,E_ a b .�,-3 m ° t E °"
a a v$ v E c - r'° 0.E o.o •
i%4 cm. v oo w> '•-•`.2` v t o x ° -
° N v at D a o n ° C Oa3 N . E ,, N°
... C E O W ` 4 j -O C I W L C°
i','osU o2 E4pkc " O Eo ooZ - 4.g
2
° 3 -' Oki. 0 2-' ' 2.-°'E,.&9_ o �
ow w ~O V FNozo Q R,; , 2_-b U to �� c,
I ° o ti v Z N v ui "rn16ao
'a°, ov .c :41110
Z O Z U I A ' p ? � -" O 'r O Ei >M � M~
24":4- C o, v- v I
110111100 'V/ o • v ,OZ I 1
•Z! y� ti ,OZ I ,9 ,O Z
L v. MS MY
}-
Q
3 — — * a — — ......= 0 v di o
° O N c 0
CC
L p y MI I b
W D, W -I' - 2
° f
&,'.:- O C _ I V. Z 4 0 h O to h 0
d .- t 2 v h N,. N O L4 3
oEv f1 -
o
m a 3 m
o W oo =. 3 • c
,n °OU v +° I p
N ] 0 0 * O R b b h Y p ^�
3
O y
W W
>- / / v t .
Q
k Fr A 10 ,,, 7 , . , , „ „ •
0
(f) Ai Mt O r
W 3
-, I '' N
v
G 2�p ° 3 U
c
k
'' vr
"a CNI
s CO
tn WO
Ln ii 1,
1 1 •
" 2 .,,t.:,
›...,,.tato _ •- (-, t ,
m.imr el *A. I
(?)
.`,.. ▪ - ' " • .9. ,-`.-- ':-."' '-- ■,: cc 0 Co
• Iii - QZ '24n Q. 12 0 w
, r ) I 0 ... 4
co ( L ) ILI 0
■'' i. CO
2 cz, •°' 0 Ct
c) u Lu 1 6 0 0
u. CI
,.; (_)
, c co 2 ;CI 0 Cr.
- .. - :•':..•.:•)/tD ,,, .Pis:':;' , :•.-:•..'::•.. - ..:•-. - .I T.-•;.. cp Cc 0
Cr
-"z1
2 LI
— — ■
—
_ § _ 4- .-...
..4
i' ? 1
" N
.I.
4.• ',( ......,Z
■-+ -4 0
0 2
W ,C
---1 ---1 k
k I--
-■ 1 4 ' -1 -....i Lki
k
.*--- ' — —
■I• 0 t L, ,1-,
— s' I , --
■Io kJ FPO
Z
k-
,--
411 111110 0.
) c
Ilh .E
6
III 0
2
,-.
4 4 :52 0
, C
(2
I--
't ii
a . ■ . , ct 1
-4
ow,
I
.T.
, x - e
5 s• CN , I N vv ,'") n , 7 '')
0 c
li \
. , o
.‹
o
i c ,
it - Z CZ if , Z CZ c)
b .1.. .,, . ,,‘ 0 , ■-, .0 - •:, .... .2
1 ' ,, 9 -, I, ..-_. c, , , 1 ■ 1 t 1
,?, '- st- Lr) ''' 2P. RI ',■,' FNI ,' Y) ,.' 2? )
co
i
libiary .
CA
Fe
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 & RAN NUMBER FAP NUMBER
43052515701 RUSSELL DRIVE ORANGE 1(75000 -SIGG) 00S5 048 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.
ON MOTION OF Commissioner (Councilman)
seconded by Commissioner (Councilman) , 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 RUSSELL DRIVE
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 430525- 1 -57 -01 on RUSSELL DRIVE which crosses the right of way and tracks of the
Company at FDOT /AAR Crossing No. 621873 -L 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 day of , 2011 .
Mayor - Commissioner
ATTEST: (SEAL)
City Auditor and Clerk