HomeMy WebLinkAboutItem #10 Approval of Resolution and Railroad Reimbursement Agreement for Municipal Grade Crossing Traffic Control Devices - Sawmill BoulevardContact Name:
Contact Number:
D
Ocoee
florida
AGENDA ITEM COVER SHEET
Meeting Date
Stephen C. Krug
6002
Item #
August 4, 2015
11)
Reviewed By
Department Director:
City Manager:
Subject: Railroad Reimbursement Agreement for Municipal Grade Crossing Traffic Control
Devices — Sawmill Boulevard. Commissioner Keller, District 4.
Background Summary:
This agreement provides for funding from the Federal Highway Administration to the FDOT to install new
railroad grade crossing signals on Sawmill Boulevard 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 Sawmill Boulevard railroad crossing.
Recommendations
Recommend the City Commission approve the Railroad Reimbursement Agreement for Municipal Grade
Crossing Traffic Control Devices, FM No. 437584- 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. 437584- 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 $3,402.00 maintenance fee already incorporated in
the budget.
Type of Item: (please mark with an 'Y')
Public Hearing
Ordinance First Reading
Ordinance Second Reading
Resolution
X Commission Approval
Discussion & Direction
For Cleric's Dept Use:
Consent Agenda
Public Hearing
Regular Agenda
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. til-IPA04— N/A
Reviewed by ( ) N/A
0)
RESOLUTION NO. 2015-
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 SAWMILL BOULEVARD.
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.: 43758415701" between the City and the Florida Department of
Transportation, a copy of which is attached hereto and incorporated by reference.
SECTION 3. Severabilitv. 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 affect 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 , 2015.
ATTEST:
APPROVED:
CITY OF OCOEE, FLORIDA
Beth Eikenberry, City Clerk 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 . 2015,
LEGALITY THIS DAY OF UNDER AGENDA ITEM NO.
.2015.
SHUFFIELD, LOWMAN & WILSON P.A.
By:
Scott Cookson, City Attorney
Centennial
FDOT
��,1915 * 2015
Florida Department of Transportation
RICK SCOTT 719 South Woodland Boulevard
GOVERNOR DeLand, Florida 32720
July 7, 2015
Mr. Steve Krug
Public Works Director
City of Ocoee
301 Maguire Road
Ocoee, FL 34761
Subject: RAILROAD REIMBURSEMENTAGREEMENT
GRADE CROSSING TRAFFIC CONTROL DEVICES -CITY
Dear Mr. Krug,
JIM BOXOLD
SECRETARY
and CITY RESOLUTION
FM # 437584- 1 -57 -01 RR Crossing No. 911368 -T
Sawmill Blvd. RR Milepost No. Winter Garden #836.70
City of Ocoee Orange County
Enclosed for your review and execution, is one (1) copy of Railroad Reimbursement Agreement -
Grade Crossing Traffic Control Devices -City and City Resolution for the above project.
The Department proposes to install two flashing lights & gates, cabinet, conduit, cable, power and
constant warning time at Sawmill Blvd. at the Department's expense using Federal funds.
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 this agreement to me for further processing. Once all signatures
are received, I will distribute a fully executed copy of the agreement for your files.
Please feel free to contact me with any questions.
cc: Scott Allbritton - FDOT
Sincerely,
P OEM
Jim Ganey
District Five Rail Coordinator
719 S. Woodland Blvd. MS #3 -562
DeLand, FL 32720 -6834
386 - 943 -5331
www.dot.state.fl.us
725- 090 -27
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION RAIL
RAILROAD REIMBURSEMENT AGREEMENT OGc -02114
GRADE CROSSING TRAFFIC CONTROL DEVICES - MUNICIPAL
FINANCIAL PROJECT NO. ROAD NAME OR NUMBER COUNTY NAME PARCEL & R/W NUMBER FAP NUMBER
43758415701 SAWMILL BLVD. ORANGE 1(75000 -SIGG) OOS5 -052 -J
THIS AGREEMENT, made and entered into this day of 2015
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 ID 437584- 1 -57 -01 ,
on SAWMILL BLVD. , which crosses at grade the right of way and
tracks of the COMPANY'S Milepost WINTER GARDEN #836.70
FDOT /AAR Crossing Number 911368 -T at or near OCOEE
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.
725- 090 -27
RAIL
OGC - 02/14
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 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.
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 $ 191,705.00 . 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
725- 090 -27
RAIL
OGC - 02114
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 0 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) $ 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 - 02/14
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 DEPARTMENTS 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.
725 - 090 -27
RAIL
OGC - 02114
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."
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.
725 -050 -27
RAIL
OGC - 02/14
18. 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
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.
19. 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.
20. 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.
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,
725- 090 -27
RAIL
OGC - 02114
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. 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.
24. 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.
25. 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.
26. The parties agree to bear their own attorney's fees and costs with respect to this Agreement.
27. 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.
28. 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.
725- 090 -27
RAIL
OGC - 02115
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: Director of Transportation Operations )
COMPANY: FLORIDA CENTRAL RAILROAD COMPANY, INC.
CITY OF OCOEE
BY:
(TITLE:
Legal Review
BY:
Attorney - DOT
, FLORIDA
Approved as to Funds Approved as to FAPG
Available Requirements
BY: BY:
Date Comptroller - DOT Date FHWA
Date
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 725-090-41
RAILROAD GRADE CROSSING TRAFFIC CONTROL DEVICES RAIL
ANNUAL MAINTENANCE COSTS Occ -03/12
FINANCIAL PROJECT NO.
ROAD NAME OR NUMBER
COUNTY NAME
PARCEL & R/W NUMBER
FAP NUMBER
43758415701
SAWMILL BLVD.
ORANGE
1(75000 -SIGG)
I
OOS5 -052 -J
COMPANY NAME: FLORIDA CENTRAL RAILROAD COMPANY, INC.
A. FDOT /AAR XING NO.: 911368 -T RR MILE POST TIE: WINTER GARDEN 836.70
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
I Flashing Signals - One Track
II Flashing Signals - Multiple Tracks
III Flashing Signals and Gates - One Track
IV Flashing Signals and Gates - Multiple Tracks
V 3 or 4 Quadrant Flashing Signals and Gates - One Track
VI 3 or 4 Quadrant Flashing Signals and Gates - Multiple Tracks
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.
COST`
$2,256.00
$2,985.00
$3,402.00
$4,272.00
$6,726.00
$8,442.00
"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.
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 725- 090 -55
CITY RESOLUTION RAIL
GRADE CROSSING TRAFFIC CONTROL DEVICES AND FUTURE RESPONSIBILITY 10/95
FINANCIAL PROJECT NO. ROAD NAME OR NUMBER COUNTY NAME PARCEL & R/W NUMBER FAP NUMBER
43758415701 SAWMILL BLVD. ORANGE 1(75500 -SIGG) OOS5 -052 -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 SAWMILL BLVD. ,
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 437584- 1 -57 -01 on SAWMILL BLVD
Company at FDOT /AAR Crossing No. 911368 -T
Florida; and
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 , 2015
ATTEST
City Auditor and Clerk
(SEAL)
Mayor - Commissioner
TO: TO562GJ@dot.state.fl.us
SUBJECT: FUNDS APPROVAL /REVIEWED FOR CONTRACT ARX11
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
FUNDS APPROVAL
Contract #ARX11 Contract Type: Method of Procurement:
Vendor Name: FLORIDA CENTRAL
Vendor ID: VF581706789001
Beginning date of this Agmt: 06/16/15
Ending date of this Agmt: 12/31/55
***************************************** * * * * * * * * * * * * * * * * * * * * ** * * * * * * * **
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 *A9 *131512 * 191705.00 *43758415701 *127
2015 *55100100 *088808/15
W001 *00 *AGR -1 *0001/04
------------------------------------------------------------------------
TOTAL AMOUNT: *$ 191,705.00
------------------------------------------------------------------------
FUNDS APPROVED /REVIEWED FOR ROBIN M. NAITOVE, CPA, COMPTROLLER
DATE: 06/19/2015
i
PROGRESS
RAIL SERVICES
A Caterpillar Company
Quote Information
Quote Number
Created Date
Account
Quote Line Items
00009965
8/13/2013
Florida Central Railroad Company
Company Address 1600 Progress Dr.
Albertville, AL 35950
us
Prepared By
Title
Phone
E -mail
1.00 LOT Price Estimate For A New Grade Crossing Signal System Located On Sawmill Blvd. In Ocoee, Florida
(DOT #911368T).
Grand Total $14", 7-7-.80
t I it W."
Garry Caudill
Account Executive
(502) 368- 6562 x2310
gcaudill @progressrail.com
41q11'70,5_
1016 A LPL awc AR OW Q"T6
Shipping Information and Notes d ( q 1t 7051--op
Shipping Info. Price includes the delivery, unloading and handling of the materials until the installation is complete and accepted by the
customer.
Notes Scope of Work:
Remove and replace the existing signal system with a new system. The new system to include a new instrument shelter
using a PMD -3 for (rain detection equipment and plug-in relays to control the signals. The new signals will be flasher and
gates using 12" LED light units. Each signal equipped with pole mounted bell, gate mechanism, gate arm, counterweight
arms, railroad crossing sign, emergency notification sign, foundation and wiring harnesses. Price includes all required
ground materials to complete the system and all required FRA Rule 234 testing and documentation.
The above price is based on the following provisions:
1. Price does not include tax of any kind.
2. Price does not include flagman for the crossing during train operations.
3. Commercial 110 volt ac power must be available within 75' of crossing.
4. Price does include estimated administration cost incurred by railroad.
5. Price does not include culvert or drainage work.
6. Price does not include retaining wall work or sidewalk repairs.
7. Price does not include any insulated track materials or installation.
8. Price does include conduits for under the roadway and track.
9. Price based on one crew mobilization.
10. Price does include railroad protective liability insurance.
11. Price does not include a bid bond, payment bond or performance bond.
12. Price does not include pavement markings or the advance warning signs.
Installation is based on no hindering obstacles, such as rock, water, or utilities that may interfere with the installation and
operation of proposed signal system.
The above price is for budgeting purposes only and subject to change per final approved plans and detailed material lists.
Delivery is estimated at 90 to 120 days after project is authorized.
Crossing No: 911368T Roadway: SAWMILL BLVD RR Street: District: 5 County: Orange
PUBLIC HWY AT GRADE Residental City: Ocoee IN CITY OPEN —TRACK ACTIVE
Rank 2013: 2482 SR No.: RR Company: FCEN
Rank 2012: 3117 CR No.: Division Name: TAMPA Date_ 6117113
ank 2011: 2533
US No.: Subdivision Name: ORLANDO Team members:
Latitude: 28.605700 Branch Name: WINTER GARDEN ' Scott Allbritton
RR Milepost: 836.70 Jim Garrey
Longitude: - 81.500000 P John Garcia
Henry Parrish
Field Review Comments: L
JI
Team Recommendations:. �' /G S
❑A ❑S ❑ �
Preempt I �
Cabinet Cable
Highway Speed: 25 ❑ Train Speed Range: 5 -10 ❑
Crossing Angle: 60 -90 DEG ❑ Max Time Table Speed: 10 ❑
AADT: 4545 (2008) ❑ Day Thru /Switch: 0/2 ❑
Percent Trucks: 0 (2009) ❑ Night Thru/Switch: 0/0 ❑
School Buses: 7 (2013) ❑ Train Service: Freight
Street Types: ❑ Passenger Count/Day: 0 ❑
Thru Lanes: 2 ❑ Train Count Date: 10/17/2011 ❑
Aux Lanes: 0 ❑ Main Tracks: 0
Hazmat Route? NO ❑ Other Tracks: (1) Spur/Lead El
Emergency Services Route? NO ❑ ❑
Emergency Notification Signs: N - - � ' � " Train Si g nals? NO E] O ❑ y -
Y 2 ❑ Train Signal Proximity: ❑
Grossbuck(4x4 post):
Grossbuck Sign: ❑ Train Detection: Constant Warning Time ❑
Stop Sign: 0 ❑ Event Recorder? ❑
Field Sign: ❑ I•, Number of Bells: 2 ❑
Low Ground Clearance Signs: 0 ❑ Post Mounted Flashing Lights: 2 ❑
Exempt Signs: ❑ ❑
respass Signs: ❑ Roadway Gate Count: 2 ❑
W10 -1 r2 EB WB NB SB Pedestrian Gate Count: El
R10 -6a U4rg_1 Gates: 2 Quad El
Lit +10 -2 R11 -2 W10.8 '* Cantilevered Flashing Over Traffic: 0 ❑
� 1,N10 -3 R15 -2P W10 -9
Cantilevered Flashing Not Over Traffic: 0 ❑
4A110 -4 R15-6 W10-9P
Intersecting Roadway? YES ❑
i W10 -11 R15 -6a W10 -11a Signalized? NO ❑
VV10 -12 R15 -7 W10 -11 b — Interconnection: Not Interconnected
R3 -1 a R15 -7a W10 -13P
Traffic Signals Controlling? ❑
R3 -2a R15 -8 W10 -14P ❑
Preemption:
R8 -8 Pvt Crossing W10 -143P
Traffic Pre - Signals? ❑
R8 -9 Look Out W10 -15P
8" Count: 0 ❑
R8 -10 R8 -8 wBeacon Slow �
12" Count: 8 ❑
R8 -10a W3 -1 W10 -1w /Beacon
LED Count: 0 ❑ -71 10.6 W3 -3 LED Signs f Install - Upgrade: -- 01/0311989 ❑
Surface Installment Date: ❑ Maintenance Responsibility: CITY
Surface Type: RUBBER ❑ Roadway Paved: YES ❑
Pvmt Mrk: STOPLINES AND XING SYMBOLS ED,
.�, Tracks run dawn street? NO ❑
Redo Mrk: EB WB NB SB Trim Trees: EB WB NB SB j Sidewalks on Crossing Approach? YES
Approach: LOS A = Smooth ❑ i I Sidewalks Thru Crossing? YES ❑
Vehicle Reaction: LOS B = Vibrating ❑ (I Crossing illuminated? YES ❑
Driver Reaction: LOS A = No reaction ❑ I Commerical Power? YES ❑
r2ail /Pad Movement: LOS A Smooth ❑ native tower? - _ `,_ NO ❑
Alter
jIncident History: Recommended Warning Device: FL
of Heads Flashing
rnalely In Ar1,ee
e
Stationary Background J •••t••••; •r•- B" Letler ^
Y. To Form A Part on 0/ flasher Cabinet / (Series 'C9
D,sl Ance Message When (Signal Flasher, Manual Test
"STOP AHEAD" sign Is Switch; Normally Closed.
1 Sir, ::. ..... In Closed Mode. Push Button. Control Relay) 6 lJ
Folding
� Si n
FEET A :: Cog,l m
5ystern
�•�•�• Folding Slgn Control • — _ (Open)
Systen, Pulling Elbow
(Closem (Type LB) (T ID Min.)
I�Shoulde, .tb Install Bushing To Protect 2 b a
I Grade At Edge Wires From Charing
Y — � OF Travel Way
Class) Concre
NOTE;
I. 'STOP AHEAD" Is standard
and preferred sign message.
FRONT VIEW SIDE VIEW Another message may be
approved when appropriate
for specific situations.
The D,stanre IS Measured Along R,qht Edye Of Prve. —t
Fr nm RR St no Oar Tn 5,9n Ad-nre Vin 1-9 Sign
LOCATION OF THE
ADVANCE WARNING
SIGN
ISPE111 DISTANCE
(mph) (it)
Mm. 50
30 75
40 115
50 750
Ail,.
�'lnrnrny
Rnwer 5er vrre — S,qn
Pull \�
Bores
6
55 375
RR Cnnln, Cnhrnw Tn Gu,un
Nor malty i In >,•d P'Il v
(FurnrsheA B, Rol
X Pull Inn Nnn,r
5parrng
Aa'Power Se, vrre
Advance Warn,ng
Sign (Location May
Br. Ad)ustrd Tn
F,t Field [onmlronl TYPICAL PLAN
e
VV Pull Box
6 r•;,�•' %.'� bushed Rock
1" PVC Conduit
Y,lo��l Flashrnq
Beacon i
D Ihlr
CuaW
`lusher
0 e I C I Fln Sher
Sign in, nr Cti t I can,»rl
Motor o� I Cirrurf
Manual Test Snitch
Terminate Shielc To
Safety Ground At Sign
Control Circuit Only
I [f Bo
FRONT VIEW slaUCC AI RR
R,ghl 111 V /a,
PASSIVE STATE ACTIVE STATE
(TRAIN CIRCUIT NOT ACTUATED) (TRAIN CIRCUIT ACTUATED NOTE' From Rarl /and
Cunt, ell (
Conduit and cable lrum cabinet et to th tlusrn Cabinet 1lit,I lly
box shl RR controller tabinll fo the runrt,on Closen RPlayl
Ana .hall he IurmSh h rn<I allrrl Ily RR
FUNCTIONAL BLOCK DIAGRAM
LAST p DESCRIPTION: 2OIS INDEX SHEET
REVISION IHI I FOOT I ADVANCE WARNING FOR RJR CROSSING
NO NO
07101105 W ...� DESIGN STANDARDS 17881 ]of 1
Weatherlight Cap
Signal Heads Nol
Two 8' Signal Heads
A"ive In Passive
(yellow Lensl
State
®
� Slip fit Collar
Sign No WIO -1 (36')
a" Aluminum Pipe
�R
R
Stationary Background To
d" Aluminum Pipe
_
form A Portion Of *STOP
AHEAD " Sign In Open Mode. -
(0.188" WAIT Thickness)
Sign Control
yellow
Wiring Be As
Rrcnmmendrd By
Manufactct urer
of Heads Flashing
rnalely In Ar1,ee
e
Stationary Background J •••t••••; •r•- B" Letler ^
Y. To Form A Part on 0/ flasher Cabinet / (Series 'C9
D,sl Ance Message When (Signal Flasher, Manual Test
"STOP AHEAD" sign Is Switch; Normally Closed.
1 Sir, ::. ..... In Closed Mode. Push Button. Control Relay) 6 lJ
Folding
� Si n
FEET A :: Cog,l m
5ystern
�•�•�• Folding Slgn Control • — _ (Open)
Systen, Pulling Elbow
(Closem (Type LB) (T ID Min.)
I�Shoulde, .tb Install Bushing To Protect 2 b a
I Grade At Edge Wires From Charing
Y — � OF Travel Way
Class) Concre
NOTE;
I. 'STOP AHEAD" Is standard
and preferred sign message.
FRONT VIEW SIDE VIEW Another message may be
approved when appropriate
for specific situations.
The D,stanre IS Measured Along R,qht Edye Of Prve. —t
Fr nm RR St no Oar Tn 5,9n Ad-nre Vin 1-9 Sign
LOCATION OF THE
ADVANCE WARNING
SIGN
ISPE111 DISTANCE
(mph) (it)
Mm. 50
30 75
40 115
50 750
Ail,.
�'lnrnrny
Rnwer 5er vrre — S,qn
Pull \�
Bores
6
55 375
RR Cnnln, Cnhrnw Tn Gu,un
Nor malty i In >,•d P'Il v
(FurnrsheA B, Rol
X Pull Inn Nnn,r
5parrng
Aa'Power Se, vrre
Advance Warn,ng
Sign (Location May
Br. Ad)ustrd Tn
F,t Field [onmlronl TYPICAL PLAN
e
VV Pull Box
6 r•;,�•' %.'� bushed Rock
1" PVC Conduit
Y,lo��l Flashrnq
Beacon i
D Ihlr
CuaW
`lusher
0 e I C I Fln Sher
Sign in, nr Cti t I can,»rl
Motor o� I Cirrurf
Manual Test Snitch
Terminate Shielc To
Safety Ground At Sign
Control Circuit Only
I [f Bo
FRONT VIEW slaUCC AI RR
R,ghl 111 V /a,
PASSIVE STATE ACTIVE STATE
(TRAIN CIRCUIT NOT ACTUATED) (TRAIN CIRCUIT ACTUATED NOTE' From Rarl /and
Cunt, ell (
Conduit and cable lrum cabinet et to th tlusrn Cabinet 1lit,I lly
box shl RR controller tabinll fo the runrt,on Closen RPlayl
Ana .hall he IurmSh h rn<I allrrl Ily RR
FUNCTIONAL BLOCK DIAGRAM
LAST p DESCRIPTION: 2OIS INDEX SHEET
REVISION IHI I FOOT I ADVANCE WARNING FOR RJR CROSSING
NO NO
07101105 W ...� DESIGN STANDARDS 17881 ]of 1
Rdi li or)d J3le Jr
Si,l n.rl r1�i•1 C,il.•
Crosson Shoulder Pavement
SIGNAL PLACEMENT AT RAILROAD CROSSING
(2 - LANE DESIGN)
General Notes
I Nn gtlar rli ail is prc0ased Inc signals.
hnrrr•v rr, <i it In: nr nl in'Ii art
all enuarront device may be specified (or
rri tarn locations
2 advance tl3she� to he installed when and
it rolled for in plons at sponirci(tons.
3 Top of foundation shall be no higher
than a" about linishrd <hruld- grad,
- Railroad Carl,
Signal And
Gale
10' Min.-
-------------------
Shoulder
Line
Pavrn; rut Edgr
(iravtlwayl
10' Mini —�
Railroad G.& Or
Signal And Gate
4. Type of traffa control device
1 Flashing signals
11 Fla, I y signals with cantilever
Ill Flashing signals with gale
IV Fldshrng signals .,,In
cantilever and gate
V Gate
5. Class of traffic cuntrul devices
1 Flashing signals -one track
11 Flashing signals - multiple tracks
III Flashing signals and gates -one track
tV Flashing signals and gates- multiple tracks
G, Tvnr, Back -To -Back
Highway Cr055rng Flash(•, Units
Pell tl flin P(•r
C'ossmnl
Lowest Point
Of Overhead
Signal Unit
Balk- To -8nck
Flasher Unrr5
I
Crowii n( ,) zr' Crown Of
Honnwny o I Roadway
r
T, a-1-1) 10' Mrn Tr avtlway
' Pav(•J J rn�J" At.,
Shoulder
TYPE I
LAST jZ01 DESCRIP71ON;
REVISION
07/01113
Crossing Shoulder Pavement
See Indev No. 560 ,
-1=
- -- E Median- - - - - --
-------- - - - - --
-- - - - - - - - - - - - - - - - - -
Medlan
SIGNAL PLACEMENT AT RAILROAD CROSSING
(4 • LANE DESIGN)
Gong Type
H /gh, Crossing Bell
0 Min, Per Crossing)
to e
� A '
t0' Min.
Paved Shoulder J" Mav
TYPE II
Back -To -Back
Flasher Units
Edge Of Backgrouna
0r Part Nearest
Highway
Flasher Units
Crown Of
i5
Roadway
27
Travelway
A 1�
2015
FDOT DESIGN STANDARDS
Railroad Garr Or
Signal And Gale Pavement Eege' Troia line
or Cu (f
I'I
Cenl er , y _
0' Min 01
Travel�yay
t IIt t�l tlti
ONE -WAY TWO -WAY TWO -WAY
(Mountable Curb Undivided Divided Mull:lane
Or Shnnlder) 2 0, a L.11e< lMniinl .tlrlr• Ciri hl
Note
A rows tlen0(e nip erf inn al li,ivel oaf p,ivr:`er`r Tine 4ing�
FIGURE 1
Gale Length Rerli e. »viii
Src Not, 5 sheet 3
Note
Two scparalc foundalrons may be rcguri cd lone. !ai srgnnl s,
one for gate), depending c, type of egorpment used
When 10' Is deemed inlpraCiCle the (Ordeal devrCe Can be
located as close as 2' iron, the edge of a paved shoutder
but not less than 6' from Ile edge of the near traffic lane
16" Alternate
Reflcctorlicd
Red And Whire
Sneeting. Both to
Sides p
Crown 01
Roadway �`—
51' Max. TravelwaY I� 'D e 51' ina:
t0' Min
" Paved Shoulder 11'— A" Max. I L I u 1 Paved Shaul, l,, I Mai'
TYPE III See FIGURE I TYPE IV
INDEX I SHEET
RAILROAD GRADE CROSSING No ND
TRAFFIC CONTROL DEVICES 1 17882 1 of 4
Val "I
Back -To -Back
Flasher Units
Lowest Point
Gang Type
Of Overhead
4r91way
Signal Unit
Cr ,sing 801
(1 Mrnrn +um Per
Crassingl
/2 ApproaCh Width
9X �O
Nuntoer OF Track 2 n
Balk -TO -Bark
O Number Of T—k
Lp Dq Signs Is The
Signs I5 The
Option 01 The to i
Flasher Units
2 inn 01 The
Installing Agency
TRACKS Installing AOCncv
his
When Automatic -.
when Atlio"al ,
bates Are Used.
x
— — ,� ,� Gates 4.e Used
16" Alternate
Reflcctorlicd
Red And Whire
Sneeting. Both to
Sides p
Crown 01
Roadway �`—
51' Max. TravelwaY I� 'D e 51' ina:
t0' Min
" Paved Shoulder 11'— A" Max. I L I u 1 Paved Shaul, l,, I Mai'
TYPE III See FIGURE I TYPE IV
INDEX I SHEET
RAILROAD GRADE CROSSING No ND
TRAFFIC CONTROL DEVICES 1 17882 1 of 4
Back -TO -Back
Flasher Units
varies
Lowest Point
Gong Type HighAs f Overhead
flossing Erl1 /ignal Unit
Per Cros S,nC)
Ear k.7n -Eai —� fl
Flo her Units
APPruachdth
5.. r
Dawn 01 — _ al,a m
Ita,vl••nr Roadway
j Min
24" to
Tr,t,rlw.ly avehyay I ^ A
r- --
` tirdfw.uY 4" Mar � L Sidewalk
Vanes
TYPE I TYPE 11
Gang Typr
Highway C,ossinq Bell
11 Minimum)
Per Cr nsslnp
Flasher Units \
Flasher Units
Eart and Or
Part Nearest Roadway
16" Alternate
Rellertri—ed Red
And White Sheeting. lv —
Both Sides —
Crown Of
Roadway
Tra-livoy 10 a fe m
4" Maxim L - t—
See FIGURE I
TYPE 111
LAST p DESCRIPTION; �. � 2O1S
REVISION N FQ(0 "Ik
07101114 w —VV DESIGN STANDARDS
C
GENERAL NOTES
I The location of foal ii aq signals and stop line, shall be
eslabh Shed based on (inure for prescal) iastallal ion 0( gate with
app, 0prate to clearances
2. Where plans call lot railroad toxic conllal rie—CS to he
lasta
12' -6eA n curbed edans. the ,.,a . ....... nirdan width or
3 Location of railroad traffic control devire is based on the
distance available between lace of tut b 6 sidewalk U' to 6' -
LOCatc dcvlrr ort ti dr sidewalk Ovrr 6' - Lorarr drv,rr .brtwrra
race or curb and sl0ewalk
4. Stop line to be perpendicular to edge of roadivay appr0, 15'
from redresl rail; a' 8' from and parallel to gale when plesenl
5 When a tdntllevered -arm flashutg -119111 signal is used. Itte
m-aitial vertical clearance shall be 17' -6" room above Ire Crown
of Roadway to the Lowest Prior at far Overhead Signal Unrt
As A Minimum, Position
One Flasher Unrt Ovel
Lane Separation Lines
(Mare Than One Flasher
Unit 11 There Are More
Than 2 Approach Lanes).
Back -To ' Back Varies
Flasher Units
Lowest Point Gong Type
Of Overhead Bell 11 y Co ossutq
Signal Unit Q Berl II Minununtl Pei
Crossing
r Number 01 Back -Tn -Bark Number Of °
Tracks Signs Is Flasher UmtS O V TraCkS $i9n.s 15
The Option Of ( The Option OI )
The installing The In 5l alhng
Agency Whrn 'i Agrniy When L
Automatic Gates
U Aop rbd[It
� ' I 1 AUt alnali( GafeS
Arr Used. 2 Width Min. TR YCxs qtr I /sin
n b,
16" Alternate
Reflector Whet 1S Edge Of
15' r Red And White sr;. 27" Part
y_ Sheeting, Both I Neal rsl
Side.S u High ,, al•
Crown Of a Ir
Roadway �� — — A Ti avel'ay 16 r
Max \ 7 -6" 5I' Ma. 7
Travelway 51
� � � 6' Min $ldrwalk— I�M�it / $idiwall
`— 4" Max L 4° alai J.. Mar
See FIGURE I
TYPE IV TYPE V
INDEX SHEET
RAILROAD GRADE CROSSING NO NO
TRAFFIC CONTROL DEVICES 17882 2 of 4
RAILROAD CROSSING AT RAILROAD CROSSING AT RELATIVE LOCATION OF CROSSING TRAFFIC
TWO (2) -LANE ROADWAY MULTILANE ROADWAY CONTROL DEVICES
51o0 Bar Per prndreulai
In Env 01 Tr 1v 1 Way
0, 8' Frum 6 Parallel Tv
Cate when Present
24" White �\
Rtlurc colt �I
Loca'
Stop Bar Perpendicular
to Edge 01 Travel Way
Or B' Frum & Parallel To
Gate When Present,
24" White
See Note 5
1a m
�- i
f 6` Ohl Yellow
r _
°1 Future
Gnlc
I /I,, Location
hit
24" V/e
24" While
a
T
\ R R
`WIO -1
r 5- Nute 5
\—4*
to
I
24" White
Gate Or Pavenunl
Flashing Signal nlessug(•
with bates Vthfre
M 5•
R8 - 8 Stop Line g
For Use Near
Signalized
Intersection FlaShrn Signal
III Net Will Gatcl
Edge 01
Travel way
As Regrured
24` white
Railroad Protection
Device Is Not To Be
Located Within 17
01 The RR Center
Line.
6' ON Yellow -` b
C
R R
- Ai
14" White � -
Y�l r 16
24 White SPEED
A "
I (mph)
(ft)
60
400
55
325
50
250
45
175
40
125
35
IOU
URBAN
85 MIN.
r 5- Nute 5
\—4*
to
I
24" White
Gate Or Pavenunl
Flashing Signal nlessug(•
with bates Vthfre
M 5•
R8 - 8 Stop Line g
For Use Near
Signalized
Intersection FlaShrn Signal
III Net Will Gatcl
Edge 01
Travel way
As Regrured
24` white
Railroad Protection
Device Is Not To Be
Located Within 17
01 The RR Center
Line.
6' ON Yellow -` b
C
R R
- Ai
14" White � -
Y�l r 16
LAST 0 DESCRIPTION: 2015
NEVISION N FDOT RAILROAD GRADE CROSSING INDEX 51NOET
071011101 ¢I I �- DESIGN STANDARDS TRAFFIC CONTROL DEVICES ]7882 3 of 4
NOTES:
1. When conpuling pavement message, puanlflies do nol inrrude
traverse Imes.
2. Placemenl of sign W10 -I in a residential or business di sir ir!
—
where low speeds al c• pr uva le n t, thi' W10 -1 sign may bc• 11a 1
a minimum 0lztanre of 100' from the crossing Where street
in er SPctinns ncrur helwPPn the RR pavenwnt ir'-9P and IhP
tracks an adrIff—al W10 -1 sign and addrtrunal pavement
message should be used
—
3 A portion of the pavement markings symbol should be directly
opposite the W10 -1 sign
4 Recommended location for FTP -61 -06 or FTP -62 -06 signs. 100'
•o
urban and 300' rural. Scc Indcx 17355 for sign dclads
-
S. Gate Length Reguiremenls
For Two -way undivided .S oons
The gate should extend to within V if the center line 0n
muNiple apProaches the moxrmu 1 gate length racy not rea(h to
within 1' of the renter hnc. Fir thnsr fa S. tho nrsfan'r
— —
from the gate to the center fine shall be a ma +rmum Of 4'
--
FOf one-way Or tlivldPd sections
The gale shall be Of sufficient length Such lh,f l;e tli sran<P
from the gate tip to lhc• inside (•dge of Oav riuns nr.r+i mum
f i
_
Of 4'.
--
4
LAST 0 DESCRIPTION: 2015
NEVISION N FDOT RAILROAD GRADE CROSSING INDEX 51NOET
071011101 ¢I I �- DESIGN STANDARDS TRAFFIC CONTROL DEVICES ]7882 3 of 4
Sp—hud length Of 6,tv A-,
Prrf St—oy C.n RM Fl -111'a LIONS
� I 6 I I Fed
16" 16"
_ Vl hl(e
— Crown Of Roadway Travel Way
RAILROAD GATE ARM LIGHT SPACING
Specified Lengthl
Dimension
Dimension
Dimension
Of Gate Arm
"A"
"B"
"C"
14 Fr
6"
36"
5'
IS Fr
18'
36"
5'
16 -17 FI
14"
36"
5'
{ 19 -19 Ft
18"
41"
5'
19 -13 Fl
16-
4'
5'
{ 74.18 FI
5'
51
1931 Fr
36"
6
6'
.1• :4 FI
36"
7'
7'
3537 F!
36°
'),
9'
38 And Over
36"
10'
10'
LAST DESCRIPTION'
REVISION �
01101112
i
1j' -5" Mln.
f
^ I
a
N
7�tititit
PLAN
NOTE:
For additional information see the "Manua, On Uniform Traffir Control
Devices ". Part 8: The "Traffic Control Handbook" , Part VIII: and AASHTO
"A Policy On Geometric Design Of Streets And Highways ".
MEDIAN SIGNAL GATES FOR
MULTILANE UNDIVIDED URBAN SECTIONS
(THREE OR MORE DRIVING LANES IN ONE DIRECTION, 45 MPH OR LESS)
2015
FS OT DESIGN STANDARDS
� Mc
Type F Curo
6" Mln Height
„
1'-6'
Mini
MEDIAN SECTION AT SIGNAL GATES
RAILROAD GRADE CROSSING
TRAFFIC CONTROL DEVICES
INDEX I SHEET
NO NO
]7 882 4 of 4