Loading...
Item #02 Approval of Resolution and Railroad Reimbursement Agreement for Municipal Grade Crossing Traffic Control Devices - Bowness Road ocoC C florida AGENDA ITEM COVER SHEET Meeting Date: March 17, 2015 Item # a / Reviewed By: Contact Name: Stephen C. Krug Department Director: , Contact Number: 6002 City Manager: 47/IP i Subject: Railroad Reimbursement Agreement for Municipal Grade Crossing Traffic Control Devices — Bowness Road (Maguire). 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 Bowness Road (Maguire) 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 Bowness Road (Maguire) railroad crossing. Recommendations Recommend the City Commission approve the Railroad Reimbursement Agreement for Municipal Grade Crossing Traffic Control Devices, FM No. 436907- 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. 436907- 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 "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. i N/A Reviewed by ( ) N/A 2 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 BOWNESS ROAD (MAGUIRE). 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.: 43690715701" between the City and the Florida Department of Transportation, a copy of which is attached hereto and incorporated by reference. SECTION 3. Severability. If any section, subsection, sentence, clause, phrase or portion of the Resolution is for any reason held invalid or unconstitutional by any court of competent jurisdiction, such portion shall be deemed a separate, distinct and independent provision and such holding shall not effect the validity of the remaining portion hereto. SECTION 4. Effective Date. This Resolution shall become effective immediately upon passage and adoption. PASSED AND ADOPTED this day of , 2015. APPROVED: ATTEST: CITY OF OCOEE, FLORIDA Beth Eikenberry, City Clerk S. Scott Vandergrift, Mayor (SEAL) FOR USE AND RELIANCE ONLY APPROVED BY THE CITY OF OCOEE BY THE CITY OF OCOEE, FLORIDA COMMISSION AT A MEETING APPROVED AS TO FORM AND HELD ON , 2015, LEGALITY THIS DAY OF UNDER AGENDA ITEM NO. , 2015. SHUFFIELD, LOWMAN & WILSON P.A. By: Scott Cookson, City Attorney Centennial 19/511/42015 Florida Department of Transportation RICK SCO'FI 719 South Woodland t3oulevard JIM BOXOLD GOVERNOR Deland. 1' lorida 32720 SECRF:I'ARV February 17, 2015 Mr. Steve Krug Public Works Director City of Ocoee 301 Maguire Road Ocoee, FL 34761 Subject: RAILROAD REIMBURSEMENT AGREEMENT GRADE CROSSING TRAFFIC CONTROL DEVICES -CITY and CITY RESOLUTION FM # 436907- 1 -57 -01 RR Crossing No. 911366 -E Bowness Road RR Milepost No. ATB -31.95 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 two flashing lights & gates, cabinet and motion detection at Bowness Road. 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 to me for further processing. Once all signatures are received, I will distribute a fully executed agreement for your files, once the funds are encumbered after October 2015. Please feel free to contact me with any questions. Sincerely, j Jim Ganey District Five Rail Coordinator 719 S. Woodland Blvd. MS #3 -562 DeLand, FL 32720 -6834 386 - 943 -5331 cc: Scott Allbritton - FDOT vAvAw.dot State.11. 725- 090 -27 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION RAIL RAILROAD REIMBURSEMENT AGREEMENT OGC -02/14 GRADE CROSSING TRAFFIC CONTROL DEVICES - MUNICIPAL FINANCIAL PROJECT NO. ROAD NAME OR NUMBER COUNTY NAME PARCEL & R/W NUMBER FAP NUMBER 43690715701 BOWNESS ROAD ORANGE 1(75000 -SIGG) 00S5 -053 -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 436907- 1 -57 -01 on BOWNESS ROAD , which crosses at grade the right of way and tracks of the COMPANY'S Milepost ATB -31.95 FDOT /AAR Crossing Number 911366 -E , 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 DEPARTMENTS Plans and Standard Index Number 17882 attached hereto and made a part hereof. 2. After installation of said signals is completed, one hundred (100 %) percent of the expense thereof in maintaining the same shall be borne by the CITY, 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 $ 174,626.00 . 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 -02214 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 p 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): p (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 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. 725- 090 -27 RAIL OGC - 02/14 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- 090 -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 - 02/14 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 attorneys 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 -02/14 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. BY: TITLE : 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 -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 43690715701 BOWNESS ROAD ORANGE 1(75000 -SIGG) 00S5 -053 -J COMPANY NAME: FLORIDA CENTRAL RAILROAD COMPANY, INC. A. FDOT /AAR XING NO.: 911366 -E RR MILE POST TIE: ATB -31.95 B. TYPE SIGNALS PROPOSED I I 1 CLASS III DOT INDEX: 17882 SCHEDULE OF ANNUAL COST OF AUTOMATIC HIGHWAY GRADE CROSSING TRAFFIC CONTROL DEVICES Annual Maintenance Cost Exclusive of Installation CLASS DESCRIPTION COST* Flashing Signals - One Track $2,256.00 II Flashing Signals - Multiple Tracks $2,985.00 Flashing Signals and Gates - One Track $3,402.00 IV Flashing Signals and Gates - Multiple Tracks $4,272.00 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. V P1QESS n RAIL SERVICES ri C`ilerp;.'.!ar 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. Petrec, 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 Tight 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 #625225H) @ 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 #625233A) @ 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 / 8 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" 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 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 j two -way light units and pole mounted bells. Price includes a new factory wired shelter using a - r 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 (DOT #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: L 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 Crossing No: 911366E Roadway: BOWNESS RD RR Street: District: 5 County: Orange PUBLIC Highway Vehicle AT GRADE Commercial City: OCOEE NEAR CITY Rank 2012: SR No.: RR Company: FCEN Date: 05/07/2012 Rank 2011: 3178 CR No.: Division Name: TAMPA Team Members: John Rank 2010: 2427 US No.: Subdivision Name: GROVELAND Garcia, Jim Ganey, Annette Latitude: 28.570300 Branch Name: AT 327 Lapkowski, Henry Parrish, Longitude: -- 81.550000 RR Milepost: 31.95 Scott Allbritton Field Review Comments: No parts available for repairs. Antiquated. Team Recommendations: 2 FL &G; Cabinet: PMD3. Local Government Improvements: Pavement Markings; Stop bar Highway Speed: 40 ❑ Train Speed Range: 5 -10 ❑ Crossing Angle: 60 -90 DEG ❑ Max Time Table Speed: 10 ❑ AADT: 15000 (2008) ❑ Day Thru /Switch: 0/2 ❑ Percent Trucks: 10 (2009) ❑ Night Thru /Switch: 0/0 ❑ School Buses: 8 (2012) ❑ Train Service: Freight ❑ Street Types: ❑ ❑ Thru Lanes: 2 ❑ Passenger Count/Day: ❑ Aux Lanes: 0 ❑ ❑ Train Count Date: 03/31/2011 ID Hazmat Route? Main Tracks: 1 ❑ Emergency Services Route? ❑ Other Tracks: (0) ❑ Emergency Notification Signs: NO ❑ ❑ Crossbuck(4x4 post): 2 ❑ Train Signals? NO ❑ Crossbuck Sign: El Train Signal Proximity: ❑ Stop Sign: 0 ❑ Train Detection: AFO ❑ Yield Sign: ❑ Number of Bells: 2 ❑ Low Ground Clearance Signs: 0 ❑ Post Mounted Flashing Lights: 2 ❑ Exempt Signs: ❑ Roadway Gate Count: 2 ❑ Tresspass Signs: ❑ Pedestrian Gate Count: ❑ W10-1 2 R10 -6a W8 -1 Gates: 2 Quad ❑ W10 -2 R11 -2 W10 -8 El W10 -3 R15 -2P W10 -9 Cantilevered Flashing Over Traffic: 0 ❑ W10 -4 R15 -6 W10 -9P Cantilevered Flashing Not Over Traffic: 0 ❑ W10 -11 R15-6a W10 -11a Intersecting Roadway? NO ❑ W10 -12 R15 -7 . W10 -11b Signalized? N/A ❑ R3 -1a R15 -7a W10 -13P Interconnection: Not Interconnected ❑ R3 -2a R15 -8 W10 -14P Preemption: ❑ R8 -8 Pvt Crossing W10 -14aP Traffic Pre - Signals? ❑ R8 -9 Look Out W10 -15P 8" Count: 0 ❑ R8 -10 R8 -8 w /Beacon Slow 12" Count: 8 ❑ R8 -10a W3 -1 W10 -1w /Beacon LED Count: 0 ❑ R10-6 W3 -3 LED Signs Install - Upgrade: -- 07/25/1988 ❑ Surface Installment Date: ❑ Maintenance Responsibility: COUNTY ❑ Surface Type: CONCRETE ❑ Roadway Paved: YES ❑ Pvmt Mrk: STOPLINES AND XING SYMBOLS ❑ Tracks run down street? NO ❑ Surface Condition: GOOD ❑ _ Sidewalks on Crossing Approach? NO DI Approach: NONE ❑ Sidewalks Thru Crossing? NO ❑ Vehicle Reaction: MINOR ❑ _ Crossing illuminated? YES ❑ Driver Reaction: NO DRIVERS ❑ Commerical Power? YES ❑ Rail /Pad Movement: NONE ❑ Alternative Power? NO ❑ Recommended Warning Device: Incident History: :-':-: --;: :: ' -: : 't z ' — ti y ° CI - o . _. V � >c� ti Moe ..r -- = O \ \\‘' 5- --- -N'----'\' . --- 1---- \ ,ti� ■ LNO � / U Zl) _ 4 - L LL.) Up .- z , _ _ = • 0 O' 2 r Q�co , - IM V > — Q Op z 'a 0 a ., " ° v .! .9F f - - o c. _ n PJS 9 - !W — O I k! CC A _ _ I 5 .5IY _ _ —JI -- � i.-:',-_,' .. oF w C `-'4 F 00 N - I - Ea. a: a7.- - c o I o a O - - 3 L ° I av E a., Q 3 i -' 2E ¢ - o c � q I 4 s - _ ¢` ` h Q tn \ \ INN— . CD Ul — --ITT w in — o o w I Q wu s i 6 _ - - w Z _ >I- in u \ _ Q 2 av N a Q I W I - ! I -- -- 11100 „, - rA - F- o _( ^: 1 . 1 c CC _I L, t NOISIA3S' O ul o ¢ O Q ' - - - -P - )'/' s o j9 -6 _ - r 1 II I T -o = T - �� NFU -� LL L 1 a o v --- is .- ,.� _ _ Q - 9 - , F u O L n o Kh '- ¢mot / W 9 u r n i j ' I V z 0 7 I j{ I t 1 t z �C) t v m CC O d o ,_ d „I O. �`1 -, t tS o 1 k �' \ Q P ® Ihri. ' . ill cc W - _ _ _ - o W �•0 O� w J - z O� \N I z Q j ery s - .a .zl�r . .9-.c 1p �_7 mLL w ( '(1, CO') Q I �i \ 1i Ni _ it \ _ (f ' =wag s --- - _ 6 0 0 VI & t,_,.. - 1. ,, ti.., ' , ,, \ a IL ,�jF€ I/ o = o d ° t t � o c) o l / 9- .LL ' It U N _ _ ("-/.. K-')- . { � _ _ _ ' _ Zf 9 - .0 \ NO /5JM79 _ ) 6, o xr _ a, r o cl 7 s }? — ' MI I / _ I W f . ti co CO _ / la s �� —_ Zr ' z _ 1 1 "U li \ ' 1 r rip CD o • _- - 37,',3..,7. C,,,- _ > -� - - w g -.a - ETA ti u s . • A I u ET-1 C� e -r i m - - • E Q s Iv FI I n z {I 9 LI �' 1 H FN • j t i ° w .z l: # ° _ 1 J w - VI .z'i �� w W . zl �'r +. z 1 9 0 -, Q N 9.n 1 a O a °'w ° W 1 ;.� / ..9 I �� a Q Y v �y N , -'o ,M WO. s a s , Jz o — o — &, . - - 36> _4 - -- - ;,'41,11.._ 0 iii 3 s -S z L , - ,tip .. O = - U I - - - - -.. ._. 11.3.. u, W o ti �2 t 1. ��' p m f l II _ Q � 1 1 b U i u W 3. I 3 , 1 Q i __ ill NOJSIA3d ` I jj 1� L H -1 II1 1l , ,,,„ r OZ -±-, 1 �, , N k r, u to , o . co z d 9 u v V1 W [` '— .0 - .9 0 U O O za O� tiz C7rj) uu _ rr C am ) Q _ ',--' ; c I ) J v w r oN — U Lri p ¢ ti � J Or Y z r — os 4�t I rEoz j L a� _ oz { az L ii/ Q ?o — a - s o 0 Ln O W \ z �� oQ � = w e - 1----__ -�� as -- � -' _ r � tn 4, r 2 , - e — ,n E . . � as z r o / � h I7KTJ o // _) - ji i 7 71_ I____ ::: _______L' 'Z'V - / Ir_ ., i. L NOISIA.721 p 0 O s O 2 i'J, o s ■ W x N ;t -, _ p n j � F. Z o I 1 v I I fl W O cip _ r W ` C) F(l0 -, vl n U 7 b l `A P II I o ' �; _ u o W F = v1 u ' �I - _ v, z cc f. il 1 fi Q (3 -z -• a =2 a J o O T v Q W — I __- -- I, ‘,1 o .-- --► _f 1 ,,,,, zt v O W to {_ z o E W z z z _ - 2 -, ul Q I J O N ` K U 2,,0_Q W W ! } U 1 r W O 1- O C N E 1 l7 6- Z II "E, j a c — l I! '` a o w ' '''c .r o 0 = 1 11 v a« 1 ._ • NO/S A H v Q o ,. N o _o 0 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 725- 090 -55 CITY RESOLUTION RAIL GRADE CROSSING TRAFFIC CONTROL DEVICES AND FUTURE RESPONSIBILITY 10/98 FINANCIAL PROJECT NO. ROAD NAME OR NUMBER COUNTY NAME PARCEL & R/W NUMBER FAP NUMBER 43690715701 BOWNESS ROAD ORANGE 1(75500 -SIGG) 00S5 -053 -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 BOWNESS ROAD which shall call for the installation and maintenance of railroad grade crossing traffic control devices for railroad grade crossing over or near said highway; and NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF OCOEE FLORIDA; That the City of OCOEE enter into a RAILROAD REIMBURSEMENT AGREEMENT with the State of Florida Department of Transportation and the FLORIDA CENTRAL RAILROAD COMPANY, INC. Company for the installation and maintenance of certain grade crossing traffic control devices designated as Financial Project Number 436907- 1 -57 -01 on BOWNESS ROAD which crosses the right of way and tracks of the Company at FDOT /AAR Crossing No. 911366 -E located near OCOEE Florida; and That the City assume it's share of the costs for future maintenance and adjustment of said grade crossing traffic control devices as designated in the RAILROAD REIMBURSEMENT AGREEMENT; and That the Mayor and City Clerk be authorized to enter into such agreements with the State of Florida Department 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 . Mayor - Commissioner ATTEST: (SEAL) City Auditor and Clerk