HomeMy WebLinkAboutItem 04 Resolution Adopting Railroad Reimbursement Agreement, Crossing #621878-V on N. Bluford Avenue center of Good Liyi44
AGENDA ITEM COVER SHEET
Meeting Date: July 5, 2005
Item #
Reviewed By: e1/
Contact Name: Bob Zaitooni Department Director:
Contact Number: 6002 City Manager:
Subject: Railroad Reimbursement Agreement, Crossing # 621878-V on N. Bluford Avenue
Background Summary:
The Florida Department of Transportation (FDOT) will be funding a safety project in their work program to upgrade
the detection system for the railroad signals on Crossing #621878 located on N. Bluford Avenue, south of at Rewis
Street. The Florida Department of Transportation requests that the City of Ocoee approve the Railroad Reimbursement
Agreement between the City, the Florida Department of Transportation, and the Florida Central Railroad, Inc. for this
improvement.
Issue:
City Commission to approve the Railroad Reimbursement Agreement for the railroad crossing at N. Bluford Avenue,
Crossing No. 621878-V.
Recommendations
City Commission to approve the Agreement and adopt a Resolution authorizing the Mayor and City Clerk to execute
the Agreement and providing for the expenditure of funds for the City's share of the annual maintenance costs.
Attachments:
FDOT Reimbursement Agreement(5 copies)and a Resolution.
Financial Impact:
City has been funding the 50% share of the annual maintenance cost currently at $1,410.00 annually. The proposed
modifications will not change the City's share of the annual maintenance cost.
Type of Item:
❑ Public Hearing For Clerk's Dept Use:
❑ Ordinance First Reading ® Consent Agenda
❑ Ordinance First Reading 0 Public Hearing
❑ Resolution 0 Regular Agenda
❑ 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 ( ) 111 N/A
Mayor be center of Good L,p Commissioners
S. Scott Vandergrift Danny Howell, District 1
Scott Anderson, District 2
11
City Manager — Rusty Johnson, District 3
Robert Frank Nancy J. Parker, District 4
STAFF REPORT
TO: The Honorable Mayor and City Commissioners
FROM: Bob Zaitooni, Director of Public Works
DATE: June 27,2005
RE: Railroad Reimbursement Agreement, Crossing#621878-V
ISSUE
Should the Honorable Mayor and City Commission approve the Railroad Reimbursement Agreement for
upgrading the crossing signal on N. Bluford Avenue (crossing# 621878-V) and adopt a Resolution authorizing
the Mayor and City Clerk to execute the Agreement?
BACKGROUND/DISCUSSION
The Florida Department of Transportation(FDOT) will be funding a safety project in their work program to
upgrade the detection system for the railroad signals on Crossing#621878 located on N. Bluford Avenue, south
of at Rewis Street. The Florida Department of Transportation requests that the City of Ocoee approve the
Railroad Reimbursement Agreement between the City, the Florida Department of Transportation, and the
Florida Central Railroad, Inc.
City has been funding the 50% share of the annual maintenance cost currently at$1,410.00 annually. The
proposed modifications will not change the City's share of the annual maintenance cost.
RECOMMENDATION
Staff respectfully requests that the Honorable Mayor and City Commission to approve the Railroad
Reimbursement Agreement and adopt a Resolution authorizing the Mayor and City Clerk to execute the
Agreement.
RESOLUTION NO. 2005-
A RESOLUTION OF THE CITY OF OCOEE, FLORIDA,
AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A
RAILROAD REIMBURSEMENT AGREEMENT FOR THE
INSTALLATION OF UPGRADED GRADE CROSSING TRAFFIC
CONTROL DEVICES AND FOR THE FUTURE MAINTENANCE AND
ADJUSTMENT OF SAID DEVICES BETWEEN THE CITY OF OCOEE,
THE FLORIDA DEPARTMENT OF TRANSPORTATION, AND THE
FLORIDA CENTRAL RAILROAD, INC. FOR THE CROSSING NO.
621878-V ON N. BLUFORD AVENUE; PROVIDING AN EFFECTIVE
DATE.
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 Crossing Reimbursement Agreement"between the City and the Florida Department of
Transportation and Florida Central Railroad, Inc., for FDOT Financial Project No. 41613115701, a copy
of which is attached hereto and incorporated herein by reference.
SECTION 3. Severability. If any section, subsection, sentence, clause or portion of this
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 , 2005.
APPROVED:
ATTEST: CITY OF OCOEE, FLORIDA
Beth Eikenberry, City Clerk S. Scott Vandergrift,Mayor
(SEAL)
FOR USE AND RELIANCE ONLY BY APPROVED BY THE OCOEE CITY
THE CITY OF OCOEE,FLORIDA COMMISSION AT A MEETING
APPROVED AS TO FORM AND HELD ON ,2005,
LEGALITY THIS DAY OF UNDER AGENDA ITEM NO.
,2005.
FOLEY& LARDNER LLP
By:
City Attorney
!!!!rk
Florida Department of Transportation
JEB BUSH 719 South Woodland Boulevard JOSE ABREU
GOVERNOR
DeLand, FL 32720-6834 SECRETARY
June 9,2005
Mr. Scott Vandergrift,Mayor
150 N. Lakeshore Drive
Ocoee,FL 34761-2258
Subject: RAILROAD SIGNAL SAFETY PROJECT AGREEMENT
Dear Mr. Vandergrift:
Annually,the Department of Transportation assembles a District Diagnostic Team to conduct on-site evaluations
of railroad crossings that have been identified as potentially hazardous. Representatives from the Department's
Safety and Rail Offices and Florida Central Railroad Company,Inc. evaluated a rail-highway grade crossing in
the City of Ocoee.
The purpose of this letter is to advise you that the safety improvements identified for this crossing have been
included in the Department's Adopted Work Program. The installation of the recommended signal improvements
will be at the Department's expense using Federal Safety Funds. Other ancillary improvements identified during
the review will be the responsibility of the City of Ocoee.
Enclosed you will find the Railroad Reimbursement Agreement-Grade Crossing Traffic Control Devices-
Municipal for a Signal Safety project in the City of Ocoee.Please review and execute the documents and return
all five copies of the agreement to me for final signatures and distribution. I will return fully executed copies for
your files.
If you have any questions,please call me @ 386-943-5320.
Sincerely,
Clipper Tefft
District Rail Coordinator
CLT:jg
cc: Mr. Mike Dross
www.dot.state.fl.us 0 RECYCLED PAPER
Via; °
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION ' 1 e 725-090-27
RAIL
RAILROAD REIMBURSEMENT AGREEMENT ="` ' .A J' Occ-06/03
GRADE CROSSING TRAFFIC CONTROL DEVICES-MUNICIPAL Page 1 of 7
FINANCIAL PROJECT NO. ROAD NAME OR NUMBER COUNTY NAME PARCEL&R/W NUMBER FAP NUMBER
41613115701 BLUFORD AV ORANGE (SIG-T) 00S5 042 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
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 41613115701
on BLUFORD AV , which crosses at grade the right of way and
tracks of the COMPANY'S Milepost 832.9
FDOT/AAR Crossing Number 621878-V , at or near OCOEE
as shown on DEPARTMENTS Plan Sheet No. N/A , 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-06103
The COMPANY agrees that any future relocation or adjustment of said signals shall be performed by the Page2of7
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.
'i (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$ 149,900.00 . All work performed by the COMPANY pursuant hereto, shall be performed according
to these plans and specifications as approved by the DEPARTMENT and the Federal Highway Administration if federal aid
participating; and all subsequent plan changes shall likewise be approved by the DEPARTMENT and the Federal Highway
Administration, when applicable.
8. All labor, services, materials, and equipment furnished by the COMPANY in carrying out the work to be
performed hereunder shall be billed by the COMPANY direct to the DEPARTMENT. Separate records as to the costs of
contract bid items and force account items performed for the COMPANY shall also be furnished by the COMPANY to the
DEPARTMENT.
725-090-27
RAIL
OGC-06/03
Page 3of7
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 Q will Q will not
involve additional work over and above the minimum reimbursable requirements of the DEPARTMENT. (If upgrading and/or
nonreimbursable work is involved at the option of the COMPANY, then credit against the cost of the project is required
and will be governed by the method checked and described hereafter):
(a) %will be applied to the final billing of work actually accomplished to determine
required credit for(betterment) and/or(expired service life) and/or(nonreimbursable segments).
(b) All work involving nonreimbursable segments will be performed by special COMPANY work or job
order number apart and separate from the reimbursable portion of the work; such work or job order
number to be . The COMPANY further agrees to clearly identify such
additional work areas in the COMPANY'S plans and estimates for the total work covered by this
Agreement.
(c) $ credited for 0 betterment 0 expired service life
0 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-06103
Page 4 of 7
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 State Comptroller under Section 215.422(14), Florida Statutes.
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-06/03
Page 5 of 7
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
Banking and Finance. 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 Banking and Finance. 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)410-9724 or by calling the State
Comptroller's Hotline, 1-800-848-3792.
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 three years after final payment is
made. Copies of these documents and records shall be furnished to the Department upon request. Records of costs
incurred includes the Contractor's general accounting records and the project records, together with supporting
documents and records, of the Contractor and all subcontractors performing work on the project, and all other records of
the Contractor and subcontractors considered necessary by the Department for a proper audit of costs.
19. In the event this contract is for services in excess of TWENTY FIVE THOUSAND DOLLARS
($25,000.00)and a term for a period of more than one year, the provisions of Section 339.135(6)(a), Florida Statutes, are
hereby incorporated:
The Department, during any fiscal year, shall not expend money, incur any liability, or enter into
- any contract which, by its terms, involves the expenditure of money in excess of the amounts
budgeted as available for expenditure during such fiscal year. Any contract, verbal or written,
made in violation of this subsection is null and void, and no money may be paid on such contract.
The Department shall require a statement from the Comptroller of the Department that such funds
are available prior to entering into any such contract or other binding commitment of funds.
Nothing herein contained shall prevent the making of contracts for periods exceeding one year, but
any contract so made shall be executory only for the value of the services to be rendered
725-090-27
RAIL
OGC-06/03
Page 6 of 7
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 on a contract to provide any goods or services to a public
entity, may not submit a bid on a contract with a public entity for the construction or repair of a
public building or public work, may not submit bids 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 from
the date of being placed on the convicted vendor list.
21. In accordance with Section 287.0582, Florida Statutes, the following provisions are included in this
Agreement:
The Department's obligation to pay under this section is contingent upon an annual appropriation by the Florida
Legislature.
22. The COMPANY covenants and agrees that it will indemnify and hold harmless the DEPARTMENT and
all of the DEPARTMENT'S officers, agents, and employees from any claim, loss, damage, cost charge, or expense
arising out of any act, action, neglect, omission or delay by the COMPANY during the performance of the contract,
whether direct or indirect, and whether to any person or property to which the DEPARTMENTor said parties may be
subject, except that neither the COMPANY nor any of its sub-contractors will be liable under this section for damages
arising out of injury or damage to persons or property directly caused or resulting from the sole negligence of the
DEPARTMENT or any of its officers, agents, or employees.
725-090-27
RAIL
0GC-06/03
Page 7 of 7
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: DISTRICT DIRECTOR OF OPERATIONS
COMPANY: FLORIDA CENTRAL RAILROAD
BY: C
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
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&RM/NUMBER FAP NUMBER
41613115701 BLUFORD AVE. ORANGE 1(75000-SIGG) 00S5 042 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 BLUFORD AVENUE
•
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 41613115701 on BLUFORD AVENUE which crosses the right of way and tracks of the
Company at FDOT/AAR Crossing No. 621878-V 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 iwth 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
County, Florida, in regular session this day of
Mayor-Commissioner
ATTEST: (SEAL)
City Auditor and Clerk
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 725-090-41
RAILROAD GRADE CROSSING TRAFFIC CONTROL DEVICES RAIL
OGC-06/03
FINANCIAL PROJECT NO. ROAD NAME OR NUMBER COUNTY NAME PARCEL&RNV NUMBER FAP NUMBER
41613115701 BLUFORD AVE. ORANGE (SIG-G) 00S5 042 J
COMPANY NAME: FLORIDA CENTRAL RAILROAD COMPANY, INC.
A. FDOT/AAR XING NO.: 621878-V RR MILE POST TIE: 832.90
B. TYPE SIGNALS PROPOSED IV CLASS III DOT INDEX: 17882
SCHEDULE OF ANNUAL COST OF AUTOMATIC
HIGHWAY GRADE CROSSING TRAFFIC CONTROL DEVICES
Annual Maintenance Cost Exclusive of Installation
CLASS DESCRIPTION COST*
Flashing Signals-One Track $1,870.00
II Flashing Signals-Multiple Tracks $2,474.00
III Flashing Signals and Gates-One Track $2,820.00
IV Flashing Signals and Gates-Multiple Tracks $3,540.00
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, 2001 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.