HomeMy WebLinkAboutItem #04 Approval of Railroad Reimbursement Agreement for Municipal Grade Crossing Traffic Control Devices - Taylor Street0C_O( -
Florida
AGENDA ITEM COVER SHEET
Meeting Date
Item #
Contact Name: Stephen C. Krug
Contact Number: 6002
November 5. 2013
Reviewed By:
Department Director
City Manager:
Subject: Railroad Reimbursement Agreement for Municipal Grade Crossing Traffic Control
Devices — Taylor Street. Commissioner Johnson, District 3.
Background Summary:
This agreement provides for funding from the Federal Highway Administration to the FDOT to install new
railroad grade crossing signals on Taylor Street at the Florida Central Railroad crossing. The purpose of
this agreement is to allocate the Federal funds to upgrade existing grade crossing signals 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
the Taylor Street railroad crossing.
Recommendations
Recommend the City Commission approve the Railroad Reimbursement Agreement for Municipal Grade
Crossing Traffic Control Devices, FM No. 433969- 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. 433969- 1- 57 -01, and Resolution.
Financial Impact:
The signal upgrades are funded through a FHWA Aid Project administered by the FDOT. The financial
impact to the City is the continuation of the annual $1,701.00 maintenance fee already incorporated in
the budget.
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. 2013-
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 TAYLOR STREET.
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
that "Railroad Reimbursement Agreement, Grade Crossing Traffic Control Devices — Municipal,
Financial Project No.: 43396915701" 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
ATTEST:
Beth Eikenberry, City Clerk
(SEAL)
FOR USE AND RELIANCE ONLY
BY THE CITY OF OCOEE, FLORIDA
APPROVED AS TO FORM AND
LEGALITY THIS DAY OF
, 2013.
FOLEY & LARDNER LLP
day of , 2013.
APPROVED:
CITY OF OCOEE, FLORIDA
S. Scott Vandergrift, Mayor
APPROVED BY THE CITY OF OCOEE
COMMISSION AT A MEETING
HELD ON , 2013,
UNDER AGENDA ITEM NO.
By:
City Attorney
Florida Department of Transportation
RICK SCOTT 605 Suwannee Street ANANTH PRASAU, P.E.
GOVERNOR Fallahassee, FI, 32399 -0450 SECRETARY
October 8, 2013
Mr. Steve Krug
Public Works Director
City of Ocoee
301 Maguire Road
Ocoee, FL 34761
Subject: RAILROAD REIMBURSEMENTAGREEMENT
GRADE CROSSING TRAFFIC CONTROL DEVICES -CITY
and
CITY RESOL UTION
FM # 433969- 1 -57 -01 RR Crossing No. 621882 -K
Taylor Street RR Milepost No. ATB -32.20
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 at Taylor Street
and a separate motion detector at H.M. Bowness Road. We are also proposing that we install Qwick Kurb
in the northwest quadrant to delineate traffic away from the flashing light and gate mechanism.
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.
Please execute and return all six (6) copies of the agreements.
Please feel free to contact me with any questions.
Sincerely,
ylp�_
Jim Ganey
District Five Rail Coordinator
386 - 943 -5331
cc: Scott Allbritton - FDOT
www.dot.state.11.us
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
RAILROAD REIMBURSEMENT AGREEMENT
GRADE CROSSING TRAFFIC CONTROL DEVICES - MUNICIPAL
725- 090 -27
RAIL
OGC - 08/13
FINANCIAL PROJECT NO.
ROAD NAME OR NUMBER
COUNTY NAME
PARCEL & R/W NUMBER
FAP NUMBER
43396915701
TAYLOR ST.
ORANGE
6(75230 -SIGG)
OOS5 -049 -J
THIS AGREEMENT, made and entered into this day of
by and between the STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION, hereinafter called the
DEPARTMENT, and FLORIDA 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
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 ID 433969- 1 -57 -01 _
on TAYLOR ST. , which crosses at grade the right of way and
tracks of the COMPANY'S Milepost ATB -32.20
FDOT /AAR Crossing Number 621882 -K
as shown on DEPARTMENT'S 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 III 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.
, County of ORANGE
, at or near OCOEE
725 - 090 -27
RAIL
OGG - 08113
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.
Unless otherwise agreed upon herein, the CITY agrees to ensure 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.
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 DA, 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.
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 $ 167,0 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.
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
725- 090 -27
RAIL
OGC - 08/13
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 $ 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 planned ❑ will X❑ 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.
❑ ( $ credited for ❑ betterment ❑ expired service life
❑ 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 - 08113
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 Highway
Administration Federal -Aid Policy Guide, Subchapter B, Part 140, Subpart I "Reimbursement for Railroad Work."
725- 090 -27
RAIL
OGC - 08113
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 Division of
Consumer Services at 1- 877 - 693 -5236.
18. The COMPANY shall allow public access to all documents, papers, letters, or other material
subject to the provisions of Chapter 119, Florida Statutes, and made or received by the COMPANY in conjunction with
this Agreement. Specifically, if the COMPANY is acting on behalf of a public agency the COMPANY shall:
(1) Keep and maintain public records that ordinarily and necessarily would be required by the
DEPARTMENT in order to perform the services being performed by the COMPANY.
(2) Provide the public with access to public records on the same terms and conditions that the
DEPARTMENT would provide the records and at a cost that does not exceed the cost provided in
Chapter 119, Florida Statutes, or as otherwise provided by law.
(3) Ensure that public records that are exempt or confidential and exempt from public records disclosure
requirements are not disclosed except as authorized by law.
(4) Meet all requirements for retaining public records and transfer, at no cost, to the DEPARTMENT all
public records in possession of the COMPANY upon termination of the contract and destroy any
duplicate public records that are exempt or confidential and exempt from public records disclosure
requirements. All records stored electronically must be provided to the DEPARTMENT in a format that
is compatible with the information technology systems of the DEPARTMENT.
Failure by the COMPANY to grant such public access shall be grounds for immediate unilateral cancellation of this
Agreement by the DEPARTMENT. The COMPANY shall promptly provide the DEPARTMENT with a copy of any
request to inspect or copy public records in possession of the COMPANY and shall promptly provide the DEPARTMENT
a copy of the COMPANY'S response to each such request.
725- 090 -27
RAIL
OGC - 08/13
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)(x), 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
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 287.134(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,
725- 090 -27
RAIL
OGC - 08/13
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. expressly require any subcontractors performing work or providing services pursuant to the state
contract to likewise utilize the U.S. Department of Homeland Security's E- Verify system to verify the employment
eligibility of all new employees hired by the subcontractor during the contract term.
25. It is understood and agreed by the parties to this Agreement that if any part, term, or provision of this
Agreement is held illegal by the courts or in conflict with any law of the State of Florida, the validity of the remaining
portions or provisions shall not be affected, and the rights and obligations of the parties shall be construed and enforced as
if the Agreement did not contain the particular part, term, or provision held to be invalid.
26. Any questions or matters arising under this Agreement as to validity, construction, enforcement,
performance, or otherwise, shall be determined in accordance with the laws of the State of Florida. Venue for any action
arising out of or in any way related to this Agreement shall lie exclusively in a state court of appropriate jurisdiction in Leon
County, Florida.
27. The parties agree to bear their own attorney's fees and costs with respect to this Agreement.
28. The parties agree that this Agreement is binding on the parties, their heirs -at -law, and their assigns and
successors in interest as evidenced by their signatures and lawful executions below.
29. A modification or waiver of any of the provisions of this Agreement shall be effective only if made in writing
and executed with the same formality as this Agreement.
30. Due to the conflict and the close proximity of the Ocoee Lions Club building in the northwest quadrant, the COMPANY
will be unable to install the flashing light and gate to the specifications of Standard Index 17881 and 17882. Therefore, the
DEPARTMENT will also pay for the installation of approximately 16 feet of Qwick Kurb and bollards in the northwest quadrant, to
delineate vehicles away from said gate mechanism.
31. The CITY agrees to maintain said Qwick Kurb, at the CITY's expense, until the CITY installs concrete curb, at the
CITY's expense, at a future date.
32. Paragraphs 30 and 31 were added prior to signatures by all parties.
725 - 090 -27
RAIL
OGC - 08/13
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
Em
(TITLE: Director of Transportation Operations )
COMPANY: FLORIDA CENTRAL RAILROAD COMPANY, INC.
BY:
TITLE
CITY OF OCOEE FLORIDA
BY:
(TITLE: )
Legal Review Approved as to Funds Approved as to FAPG
Available Requirements
BY: BY: Per Attached Encumbrance BY: N/A
Attorney - DOT Date Comptroller - DOT Date FHWA Date
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
RAILROAD GRADE CROSSING TRAFFIC CONTROL DEVICES
ANNUAL MAINTENANCE COSTS
725- 090 -41
RAIL
OGC - 03/12
FINANCIAL PROJECT NO.
ROAD NAME OR NUMBER
COUNTY NAME
PARCEL & R/W NUMBER
FAP NUMBER
43396915701
TAYLOR ST.
ORANGE
6(75230 -SIGG)
OOS5 -049 -J
COMPANY NAME: FLORIDA CENTRAL RAILROAD COMPANY, INC.
A. FDOT /AAR XING NO.: 621882 -K
B. TYPE SIGNALS PROPOSED
RR MILE POST TIE: ATB -32.20
CLASS III DOT INDEX: 17882
SCHEDULE OF ANNUAL COST OF AUTOMATIC
HIGHWAY GRADE CROSSING TRAFFIC CONTROL DEVICES
A nnual Mainten C ost_ Exclus of In stallat ion
CLASS D ESCRIPTION COST*
I Flashing Signals - One Track $2,256.00
II Flashing Signals - Multiple Tracks $2,985.00
III Flashing Signals and Gates - One Track $3,402.00
IV Flashing Signals and Gates - Multiple Tracks $4,272.00
V 3 or 4 Quadrant Flashing Signals and Gates - One Track $6,726.00
VI 3 or 4 Quadrant Flashing Signals and Gates - Multiple Tracks $8,442.00
AUTHORITY: FLORIDA ADMINISTRATIVE RULE 14- 57.011
Public Railroad- Highway Grade Crossing Costs
EFFECTIVE DATE: July 22, 1982
GENERAL AUTHORITY: 334.044, F.S.
SPECIFIC LAW IMPLEMENTED: 335.141, F.S.
*This schedule will become effective July 1, 2011 and will be reviewed every 5 years and revised as appropriate
based on the Consumer Price Index for all Urban Consumers published by the U.S. Department of Labor.
TO: T0562GJ @dot.state.fl.us 11140824
SUBJECT: FUNDS APPROVAL /REVIEWED FOR CONTRACT AR367
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
FUNDS APPROVAL
Contract #AR367 Contract Type: Method of Procurement:
Vendor Name: FLORIDA CENTRAL
Vendor ID: VF581706789001
Beginning date of this Agmt: 07/09/13
Ending date of this Agmt: 12/31/23
***************************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * **
ORG -CODE *EO *OBJECT *AMOUNT *FIN PROJECT *FCT *CFDA
(FISCAL YEAR) *BUDGET ENTITY *CATEGORY /CAT YEAR
AMENDMENT ID *SEQ. *USER ASSIGNED ID *ENC LINE(6S) /STATUS
***************************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * **
Action: LOA Funds have been: APPROVED
55 052000531 *PT *563014 * 167047.00 *43396915701 *127
2014 *55100100 *088808/14
W001 *00 * CO -1 *0001/04
------------------------------------------------------------------------
TOTAL AMOUNT: *$ 167,047.00
------------------------------------------------------------------------
FUNDS APPROVED /REVIEWED FOR ROBIN M. NAITOVE, CPA, COMPTROLLER
DATE: 08/15/2013
Crossing No: 621882K Roadway: TAYL.; < ST RR Street: District: 5 County: Orange
PUBLIC Highway Vehicle AT GRADE Industrial City: Ocoee IN CITY
Rank 2012: SR No.: SR 439 RR Company: FCEN
Rank 2011: 1992 CR No.: Division Name: TAMPA
:ank 2010: 3206 US No.: Subdivision Name: GROVELAND
Latitude: 28.570100 Branch Name: r 327
Longitude: - 81.550000 RR Milepost: 3a al .
Field Review Comments: (/_
Team Recommendations: ' - C6's 6.0
Date: VV/`Z
Team Members:
� U
Highway Speed: 25
Crossing Angle: 60 -90 DEG
AADT: 14100 (2008)
Percent Trucks: 6 (2009)
School Buses: 1 (2012)
Street Types:
Thru Lanes: 2
Aux Lanes: 0
Hazmat Route?
Emergency Services Route?
❑
❑
❑
❑
Train Speed Range: 5 -10
Max Time Table Speed: 10
Day Thru /Switch: 0/2
Night Thru /Switch: 010
Train Service: Freight
Passenger Count/Day:
Train Count Date: 03131/2011
Main Tracks: X01
Other Tracks: ���d�(� /N �
Train Signals?
Train Signal Proximity:
Train Detection: AFO
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
Emergency Notification Signs: NO ❑
Crossbuck(4x4 post): 2 ❑
Crossbuck Sign: ❑
Stop Sign: 0 ❑
Yield Sign: ❑
Low Ground Clearance Signs: 0 ❑
Exempt Signs: ❑
fresspass Signs: ❑
W10 -1 2 R10 -6a W8 -1
W10-2 R11 -2 W10 -8
W10 -3 R15 -2P W10 -9
W10-4 R15 -6 W10-9P
W10 -11 R15 -6a W10 -11a
W10 -12 R15 -7 W10 -11b
R3 -1a R15 -7a W10 -13P
R3 -2a R15 -8 W10 -14P
R8 -8 Pvt Crossing W10 -14aP
R8 -9 Look Out W10 -15P
R8 -10 • R8 -8 w /Beacon Slow .
R8 -10a W3 -1 W10 -1w /Beacon
R10 -6 W3 -3 LED Signs
Number of Bells: 2
Post Mounted Flashing Lights: 2
Roadway Gate Count: 0
Pedestrian Gate Count:
Cantilevered Flashing Over Traffic: 0
Cantilevered Flashing Not Over Traffic: 0
Intersecting Roadway? YES
Signalized? NO
Interconnection: Not Interconnected
Preemption:
Traffic Pre - Signals?
8" Count: 0
12" Count: 10
LED Count: 0
Install - Upgrade: -- 01/01 197
❑
❑
❑
❑
El
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
Surface Installment Date:
Surface Type: CONCRETE AND RUBBER
Pvmt Mrk: STOPLINES AND XING SYMBOLS
Surface Condition: EXCELLENT
Approach: NONE
Vehicle Reaction: MINOR
Driver Reaction: NO DRIVERS
Rail /Pad Movement: NONE
❑
❑
❑
❑
❑
❑
❑
❑
Maintenance Responsibility: CITY
Roadway Paved: YES
Tracks run down street? NO
Sidewalks on Crossing Approach? NO
Sidewalks Thru Crossing? NO
Crossing illuminated? YES
Commerical Power? YES
Alternative Power? NO
❑
❑
❑
❑
❑
❑
❑
❑
Recommended Warning Device: I
Incident History:
� R A! L S E R V I C E S
A Ca'orpc9ar Company
P.O. Box 9127
Louisville, KY 40209
July 25, 2012
Mr. Pete Petree
Vice President & General Manager
Florida Central Railroad
P.O. Box 967
Plymouth, Florida 32768
Subject: Price Estimates for Nine (9) Proposed Grade Crossing Signal Projects.
Dear Mr. Petree,
With reference to the above subject and my site visits with your John Garcia and Jim Ganey of the Florida
DOT on June 28, 2012, Progress Rail Services - Signal Division is pleased to quote in accordance to the
railroads current signal standards as follows:
FC RR / County Drive Near Tavares, FL (DOT #625194L) @ 170,834.00: Material, labor,
expenses and equipment to install two new flasher and gate type signals equipped with 12" LED
two -way light units and pole mounted bells. Price includes a new factory wired shelter using a
PMD -3 for train detection equipment. Price to include shunt enhancer with associated
equipment. Price includes all required field materials consisting of the cable, conduits, rail
bonds, track connection kits, ac meter service hardware (reuse existing pole), insulated track
materials for the switch and all other miscellaneous materials to complete the new signal
system. Approach circuit will overlap the Lake Dora Circle signal system.
FC RR / Lake Dora Circle Near Tavares, FL (DOT #625195T) @ $165,410.00: Material,
labor, expenses and equipment to install two new flasher and gate type signals equipped with
12" LED light units and pole mounted bells. Price includes a new factory wired shelter using a
PMD -3 for train detection equipment. Price to include shunt enhancer with associated
equipment. Price includes all required field materials consisting of the cable, conduits, rail
bonds, track connection kits and all other miscellaneous materials to complete the new signal
system. Approach circuit will overlap the proposed County Drive signal system. Price based on
reusing the existing ac meter service.
FC RR / Shirley Shore Dr. Near Astatula, FL (DOT #6252251-1) @ 176,070.00: Material, labor,
expenses and equipment to install two new flasher and gate type signals equipped with 12" LED
light units and pole mounted bells. One flasher and gate signal to be equipped with one way
side lights. Price based on reusing the existing walkout cantilever signal but includes new light
assemblies and crossing signs. Price includes a new factory wired case using a PMD -3 for train
detection equipment. Price to include shunt enhancer with associated equipment. Price includes
all required field materials consisting of the cable, conduits, rail bonds, track connection kits, ac
meter service hardware (reuse existing pole) and all other miscellaneous materials to complete
the new signal system. Price includes the removal of all existing signal materials.
FC RR / CR 448A Near Mount Dora, FL (DOT #625233,4) @ 166,431.00: Material, labor,
expenses and equipment to install two new flasher and gate type signals equipped with 12" LED
two -way light units and pole mounted bells. Price includes a new factory wired shelter using a
PMD -3 for train detection equipment. Price to include shunt enhancer with associated
equipment. Price includes all required field materials consisting of the cable, conduits, rail
bonds, track connection kits, ac meter service hardware (reuse existing pole), insulated track
materials for the switch and all other miscellaneous materials to complete the new signal
system. Price includes $9,320.00 credit for reusing the PMD -3 for the cold stand by unit.
FC RR / S Street In Apopka, FL (DOT #625271J) @ $179,968.00: Material, labor, expenses
and equipment to install two new pedestrian gates and two new flasher and gate signals with
pole mounted bells. One of the pedestrian gates will descend from the backside of the new
flasher and gate signal. Price includes a new factory wired shelter using a PMD -3 for train
detection equipment. Price includes modifying the existing shelter to house the adjacent
Pedestrian / Bicycle Trail crossing signal system only. Price includes all required field materials
consisting of the cable, conduits, rail bonds, track connection kits, ac meter service and all other
miscellaneous materials to complete the new signal system. New system will overlap up to six
adjacent crossing signal systems.
FC RR / Wastewater Road, FL (DOT #621871X) @ 165,410.00: Material, labor, expenses and
equipment to install two new flasher and gate type signals equipped with 12" LEO two -way light
units and pole mounted bells. Price includes a new factory wired shelter using a PMD -3 for train
detection equipment. Price to include shunt enhancer with associated equipment. Price includes
all required field materials consisting of the cable, conduits, rail bonds, track connection kits and
all other miscellaneous materials to complete the new signal system.
FC RR / Taylor Street In Ocoee, FL (DOT #621882K) @ 167,047.00: Material, labor,
expenses and equipment to install two new flasher and gate type signals equipped with 12" LED
two -way light units and pole mounted bells. Price includes a new factory wired shelter using a
PMD-3 for train detection equipment. Price to include shunt enhancer with associated
equipment. Price includes all required field materials consisting of the cable, conduits, rail
bonds, track connection kits, ac meter service pole with hardware, insulated track materials for
the switch and all other miscellaneous materials to complete the new signal system. Approach
circuit may overlap adjacent crossing signal system.
FC RR / Bowness Road In Ocoee, FL (DOT #911366E) @ 174,626.00: Material, labor,
expenses and equipment to install two new flasher and gate type signals equipped with 12° LED
two -way light units and pole mounted bells. Price includes a new factory wired shelter using a
PMD -3 for train detection equipment. Price to include shunt enhancer with associated
equipment. Price includes all required field materials consisting of the cable, conduits, rail
bonds, track connection kits, ac meter service hardware below meter, insulated track materials
for the switch and all other miscellaneous materials to complete the new signal system.
Approach circuit may overlap adjacent crossing signal system.
FC RR / US 441 In Orlando, FL (DOS' #622359W) @ $38,206.00: Material, labor, expenses
and equipment to remove the existing signal light units and replace them with new LED light
units. Price includes the complete light cross arm assembly with new 12" LED light units with
new hoods and backgrounds. The materials will include new internal wiring of the signal
assemblies, new railroad crossing signs, emergency signs and stencil for the shelter. New pole
mounted bells will be installed per the railroads current standards.
The above prices are for budgeting purposes only and subject to change per final approved engineering
plans and the current cost of materials and labor at the time of authorization.
The above prices are based on the following provisions:
1. Prices do not include tax of any kind.
2. Prices based on no overhead or underground utility obstructions.
3. Payment terms are Net 30, for our terms and conditions go to www.progressrail.com
4. Prices include the railroad protective liability insurance.
5. Prices include all required FRA Rule 234 testing and documentation.
6. 110 volt ac commercial power must be available within 100' of the crossings.
7. Prices include the estimated railroad administration cost.
We appreciate this opportunity of quoting on your signal requirements and look forward to being of
service. If you have any questions or concerns, please give us a call.
Sincerely
Garry Caudill
, . y 'd' T�
� •I� p
- 7 7 7 T
M. �
J4 �
� •I� p
F
K _ _ _., .. '� ._ • - �� 4� � �n . a... A ai d` �.'_ti`AN5i�Q4 ^' :..ties.
,.� .. ._ � �:r�., - Wit'.._ -• — --
Q
• ' 1 e
z '
K
1
1
I
z -~
rQr
LL
z
W
F_
z
0
a
Q
Q
w
J
F
w V
,c Q
Q
v) o
w
Z
u�
Ln V
Q�
2
4
F-
f
MI
� c
f— cV
� o
W >--
Q L
O
U
w
_ c
0
a
_
-
Q
lL
]U
Li
ll
I
Q
�
I
I
v
C
w
,z
_
1 ..
Q
t
z
W
F_
z
0
a
Q
Q
w
J
F
w V
,c Q
Q
v) o
w
Z
u�
Ln V
Q�
2
4
F-
f
MI
� c
f— cV
� o
W >--
Q L
O
U
w
_ c
0
a
N
ft
f
_
1F
SAN
_
�
�
y
N
�
�
y
►/ 7y.. o w
is t
t
� i
f
=
to
_
N
�
z N
� O
N
�
Q
W
y
� t
(..
�.
' v
—
Nu(S �,h1c
C p
i�_�
- -_
N
x �
G �
2 2 �
:.:/u7 �
:'1
� �
�.e ;�
C:'
+� '.^.
��
�F
��
h
V
��
��
.J '.df
I I f..{
f � L � L
C�`
i �
F
n1
� �
N
I � �
� N
o
N
V} Y
W �
O
/�/-�
� V
3
1^1
� t�_
o
0
>` �
Q o
c
♦l _ =
..,.
.. i _
c
�.
^. L _
_ _ _
-
�
��
`x\
_
y f
�
mil`
G}
- 4
a•
W
s `
t
c
K
f
_
_
�< -
2 �.�
E, w
.�. -
_�_
i ' h.
t
�,
�.
-
�'
1 ... 's,�
n
�`
1
-
f
-
.,
_ - �.
i
�,.
-
- _ -_ _ S `
_ __� t,_..a .. -- - � x,.. ._ _
_'
3
1 t
- 1 '..� �.
_ f
P �
�J
.-
�.
'- v
. A
4 =
��
� �
�
s
'�
c z
r
_ .. �
' 1 �t
m
Q-
- _
--
- `� `
'c
e'
. f�
��
_ �
� �
�. 4
�
l -
— —
-
_ .,
_
:.:/u7 �
:'1
� �
�.e ;�
C:'
+� '.^.
��
�F
��
h
V
��
��
.J '.df
I I f..{
f � L � L
C�`
i �
F
n1
� �
N
I � �
� N
o
N
V} Y
W �
O
/�/-�
� V
3
1^1
� t�_
o
0
>` �
Q o
Q
C�
rn
vi
c�c w uz
Q
C�
rn
vi
Q
C�
rn
\�
\ � \\
\ � \ ,
Li
Ei
\ � \ �� �
\ \ LJ-J
Q
� . , � ° �
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 725- 090 -55
CITY RESOLUTION RAIL
GRADE CROSSING TRAFFIC CONTROL DEVICES AND FUTURE RESPONSIBILITY 10198
FINANCIAL PROJECT NO.
ROAD NAME OR NUMBER
COUNTY NAME
PARCEL & R/W NUMBER
FAP NUMBER
43396915701
TAYLOR ST.
ORANGE
6(75230 -SIGG)
OOS5 -049 -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)
RESOLUTION was adopted:
, the following
WHEREAS, the State of Florida Department of Transportation is constructing, reconstructing or otherwise changing
a portion of the Public Road System, on TAYLOR STREET
which shall call for the installation and maintenance of railroad grade crossing traffic control devices for railroad grade
crossing over or near said highway; and
NOW, THEREFORE, BE IT RESOLVED BY THE 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 Project
Number 433969- 1 -57 -01
Company at FDOT /AAR Crossing No
Florida; and
on TAYLOR STREET
. 621882 -K
which crosses the right of way and tracks of the
located near OCOEE
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 of
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
Mayor - Commissioner
ATTEST
(SEAL)
City Auditor and Clerk