Loading...
HomeMy WebLinkAbout2005-055 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 725-090-23 RAIL RAILROAD REIMBURSEMENT AGREEMENT 01 = GRADE CROSSING AND CROSSING TRAFFIC CONTROL DEVICES - COUNTY ;age 1 of 6 FINANCIAL PROJECT NO . ROAD NAME OR NUMBER. I COUNTY NAME PARCEL & RMI NUMBER FAP NUMBER 23087215701 16th St./17th St. INDIAN RIVER 71 (2150) � _ . . _ by hatw anti aQn THIS AGREEMENT , matte and entered this s � c3y ui , _ . . _ the STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION , hereinafter called the DEPARTMENT , and Florida East Coast Railway L . L. C . , a corporation organized and existing under the laws of Florida with its principal place of business in the City of St . Augustine County of St. Johns State of Florida hereinafter called the COMPANY ; and INDIAN RIVER COUNTY a political subdivision of the State of Florida , acting by and through its Board of County Commissioners , hereinafter called the COUNTY_ WHEREAS . the DEPARTMENT is constructing , reconstructing or otherwise changing a portion of the Public Road System , designated by the Financial Project ID 23087215701 on 16th St.117th St. which crosses at grade the right of way and track(s) of the COMPANY'S Mile Post 228+ 118' , at or near Vero Beach , Florida , hereinafter called the Grade Crossing ; as shown on the DEPARTMENT'S Plan Sheet No . 1 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 hereby grants to the DEPARTMENT the right to construct road at grade , and necessary approaches thereto , across its right of way and over its track(s) at the hereinabove referred to location . 2 . The COMPANY will provide , furnish or have furnished , all necessary materials required for, and will construct or have constructed at the DEPARTMENT' S expense a Standard Railroad Crossing Type "T Concr_ Modified in accordance with the DEPARTMENTS Standard Index No . 560 attached hereto and by this reference made a part hereof. Upon completion of the crossing the COMPANY shall be responsible for the maintenance cost of all trackbed and rail components plus the highway roadbed and surface for the width of the rail ties within the crossing area . The COUNTY shall be responsible for the maintenance cost of the highway roadbed outside of the railway ties . IT BEING EXPRESSLY UNDERSTOOD AND AGREED that the COMPANY may, at its option and upon notification of the COUNTY, perform such periodic maintenance work and bili the COUNTY directly for costs thus incurred that are the responsibility of the COUNTY. 3 . It is further agreed mutually between the parties hereto that the grade crossing be recognized by this Agreement: (a) Is adequately signalized for the safe operation of the general public . However, should future highway traffic conditions warrant additional crossing traffic control devices through use of automatic grade crossing traffic control devices , including signals with and without gates , or grade separation structure (s) ; then., such additional traffic control devices and/or structure (s) will be installed as necessary at the complete cost and expense of the COUNTY. IT IS EXPRESSLY UNDERSTOOD AND AGREED that once a determination has been made as to the type of facility to be installed , whether signals or structure , such installation will be the subject of a supplemental agreement which will set forth the maintenance responsibility as govemed by the applicable State and/or Federal law at the time of such installation . (b) Presently requires the installation of grade crossing traffic control devices and the DEPARTMENT agrees to pay such cost subject to the COMPANY' S participation as specified in Paragraph 13 ; such installation to be in accordance with plans and specifications as approved by the DEPARTMENT . The COMPANY shall furnish the necessary materials and install automatic grade crossing signals and/or 72609823 RAIL 01100 Page 2 of 6 traffic control devices at said location on an actual cost basis , and in accordance with the DEPARTMENT'S Plans and Standard index Number 17882 attached hereto and by reference made a part hereof. After installation of said signals is completed , fifty (50 ) percent of the expense thereof in maintaining the same shall be borne by the COUNTY and fifty ( 50) percent of the cost shall be borne by the COMPANY, as enumerated by the Schedule of Annual Cost of Automatic Highway Grade Crossing Traffic Control Devices attached hereto and by this reference made a part hereof and subject to future revision . 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 majnt ., Aa i by A.1 A AMA 4hc l' f1AAA A S A gy JnAA ac `Wald C' (IAAD��IV yr y � � ��rs or aSSiy n � 8; iali vperate u e 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. 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 above . 4 . All work contemplated hereabove shall at all times be subject to the approval of the COMPANY' S Chief Engineer or his authorized representative . The DEPARTMENT or the DEPARTMENT'S contractor shall give the COMPANY'S Division Engineer and/or Superintendent at least seventy-two (72) hours notice prior to the performance of any work within the limits of the COMPANY'S right of way . 5 . Unless otherwise agreed upon herein , the COUNTY agrees to insure that the advance warning signs and railroad crossing pavement marking will conform to the 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 . 6 . The DEPARTMENT will reimburse the COMPANY for the cost of watchmen or flagging service when the DEPARTMENT'S contractor is carrying out work adjacent to the COMPANY'S tracks and whenever the contractor is performing work requiring movement of employees , trucks , or other equipment across the tracks of the COMPANY , or when at other times the COMPANY and DEPARTMENT shall agree that such a service is necessary. Such costs shall be accrued and billed directly to the DEPARTMENT as specified in Paragraph 9 . 7 . The DEPARTMENT will require its contractor to furnish Railroad Protective Public Liability and Railroad Protective Property Damage Liability Insurance in a combined amount of $27000 , 000 . 00 for all personal injuries , death or property damage , per occurrence arising during the policy period . The maximum dollar amounts of coverage to be reimbursed by Federal funds , with respect to bodily injury , death or property damage , is limited to a combined amount of $6 , 000 , 000 .00 per occurrence unless approval for larger amounts by the FHWA Division Administrator is made a part of this Agreement. The DEPARTMENT will also require its contractor to furnish the COMPANY a Certificate of Insurance showing that the contractor carries liability insurance ( applicable to the job in question) in the amount of $2 , 000 , 000 . 00 for all personal injuries , death or property damage, per occurrence arising during the policy period . Such insurance is to conform with the requirements of 23 C. F . R. , Subchapter G , Part 646 , Subpart A, and any supplements thereto or revisions thereof. B . The DEPARTMENT will bear the cost of all temporary and permanent changes made necessary in the COMPANY'S signal wire line or other facilities and in the wire line facilities of any utility that has compensable interest on the COMPANY'S right of way occasioned by the construction of said crossing and the occupancy of the COMPANY'S property , provided such costs are accrued as specified in Paragraph 9 , 9 . The COMPANY hereby agrees to install and/or adjust the necessary parts of its facilities in accordance with the provisions set forth in the : 'P (a) DEPARTMENT Procedure 725-080-002 Appendix D. 4 and Rule 1446. 002 "Responsibility for the Cost of Railroad-Highway Crossings" , Florida Administrative Code . 725-090-23 RAIL OGC - W03 Pape 3 of 5 (b) Federal Highway Administration 's Federal Aid-Highway Policy Guide , 23 C . F . R. Subchapter B , Part 140 , Subpart 1 ; and 23 C . F . R . Subchapter G , Part 646 , Subpart B , and any supplements thereto or revisions thereof, which , by reference hereto , are made a part hereof. The COMPANY further agrees to do all such work with its own forces or by a contractor paid under a contract held by the COMPANY , all under the supervision and approval of the DEPARTMENT and the Federal Highway Administration , when applicable . 10 . The DEPARTMENT hereby agrees to reimburse the COMPANY, as detailed in this Agreement, for all costs incurred by it in the adjustment of said facilities , in accordance with the provisions of the above indicated Reimbursement Policy , 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 . 11 . 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 estimate of the costs thereof in the amount of $438, 868 . 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 . 1 12 . 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 directly to the DEPARTMENT. Separate records as to costs of contract bid items and force account items performed for the COMPANY shall also be furnished by the COMPANY to the DEPARTMENT. 13 . 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 of , as supported by a detail analysis of estimated costs attached hereto . ( NOTE : This method is not applicable where the estimated cost of the proposed adjustment exceeds $ 100 , 000 . ) 14 . The installation and/or adjustment of the COMPANY'S facility as planned Q will Q will not involve additional work over and above 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) and/or ❑ (expired service life) and/or ❑ (nonreimbursable segments) in accord with Article 13 . (c) hereinabove . 725-090.23 RAIL Dim Page 4 of 6 15 . 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 adjustment work. 16 . 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 . 17 . 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 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 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 approved by the DEPARTMENT'S auditor. 18 . 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 . 19 . 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 there of. 20 . Bills for travel expenses specifically authorized in this agreement shall be submitted and paid in accordance with DEPARTMENT Rule 1446 . 002 " Responsibility for the cost of Railroad/Highway Crossings" and the Federal Highway Administration Federal-Aid Policy Guide, 23 C. F . R. Subchapter B , Part 140 , Subpart I "Reimbursement for Railroad Work. " 21 . In accordance with Section 215 . 422 , Florida Statutes , the followings 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 working 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 date 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 Comptrollers Hotline , 1 -800-848-3792 . 725 090-23 RAIL 01100 Page 5 of 6 22 . 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 . 23. In the event this contract is for services in excess of 11i11EN 7Y FIVE T HOUSANE) 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 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 in 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. 24 . 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 for 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. 25 . 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 . 26 . The DEPARTMENT reserves the right to unilaterally cancel this Agreement for refusal by the contractor or Agency to allow public access to all documents , papers , letters , or other material subject to the provisions of Chapter 119 , Florida Statutes , and made or received in conjunction with this Agreement. 27 . Should the use of said crossing be abandoned due to removal of the roadway then all rights hereby to the COUNTY shall thereupon cease and terminate and the COUNTY will , at its sole cost and in a manner satisfactory to satisfactory to the COMPANY, remove said crossing and restore the COMPANY'S property to the condition previously found , provided that the COMPANY may , at its option , remove the said crossing and restore its property , and the COUNTY will , in such event, upon bill rendered , pay to the COMPANY the entire cost incurred by it in such removal and restoration , provided such costs are accrued as specified in Paragraph 9 . 725-090.23 PAIL 01 /00 Page 6 of 6 28 . The COMPANY covenants and agrees that it will indemnify and hold harmless the DEPARTMENT and all of the DEPARTMENTS 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 DEPARTMENT or said parties may be subject, except that neither the COMPANY nor any of its subcontractors will be liable under this section for damages arising out of injury or damage to persons or property directly caused or resulting from sole negligence of the DEPARTMENT , its officers , agents , or employees . r__ic• _ n... Trnr e r enrccmcn+ kimhmoan Fr)(')T FEC , and Indian River County dated July l7fdue lrlubbirk�jyland I IGIIIC. VUI WIA L.IGv16.oa I tm 0ofei I ItIl vv, , ,. [ 5. 21 , 1982. IN WITNESS WHEREOF , the parties hereto have caused these presents to be executed by their duly authorized officers the day and year first written above . STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION BY: -- (Title: ) COMPANY: Florida East Coast Railway BY: - ATTEST ; INDIAN RIVEK COUNTY , FLORIDA APPROVED AS TOFORM BY . omas ow er ANDLSUFFICIENCY (Title : ) �` ` SiSTANT WILLI ATTEST: TAN M K . DEBRAAL ^ COUNTY ATTORNEY BCCA roved : 02 - 08 - 2Ll 0 1 Legal Review Approved as to Funds Available Approved as to FAPG Requirements BY: BY : BY: Attorney - DOT Date Comptroller - DOT Date FHWA Date STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 725090-07 WORK DESCRIPTION RAIL GRADE CROSSING loss NEW OR RECONSTRUCTION FINANCIAL PROJECT N0 . ROAD NAME OR NUMBER COUNTY NAME PARCEL & RNV NUMBER FAP NUMBER 23087215701 16th St. / 17th St. INDIAN RIVER 71 (2150) RAILROAD COMPANY Florida East Coast Railway L . L. C . A. JOB DESCRIPTION & LOCATION : Widen the existing grade crossing - Vero Beach , FL B . TYPE OF ROADWAY FACILITY: four-lane divided - Urban C . FDOT/AAR XING NO . : 272195-P RR MILE POSTTIE : 228+ 118 ' D . TYPE CROSSING PROPOSED : "T Concrete Modified DOT INDEX. 560 E. STATUS AND PROPOSAL: 1 . EXISTING CROSSING (See Agreement dated 7/21 / 1982 ) a . XTo be improved as permanent public road crossing . b . To be (used-improved) for temporary (haul-detour) operation , Pit. No . C. To be relocated (See above for new location) Existing crossing will: ( 1 ) remain in place for local use . (2) be abandoned and removed by (State-Railroad) forces. d . To be eliminated - Remarks 2. NEW CROSSING a . To be constructed as permanent public road crossing . b . To be constructed for temporary (haul-detour) operation , Pit No . -Relocated from elsewhere (See 1 . c. above , Re : Existing Crossing) . d . Requires Public Hearing (State Statute 335 . 141 & 120 . 57) F . -- VERTICAL ALIGNMENT: 1 . X Meeting elevation of existing rails . 2. Track adjustments necessary . Rails to be (raised-lowered) feet. G . CROSSING PROTECTION : (Signal Sheet attached : O Yes Q No .) H . DRAINAGE ITEMS: (Drainage Sheet attached : Q Yes () No .) 1 . COMMUNICATION AND/OR POWER LINE ADJUSTMENTS 1 . X By Others ( FDOT or Contractor Company .) 2. By Railroad Company . J . AUTHORITY REQUESTED: (Draft attached : Q Yes O No .) 1 , X Agreement (Third Party Participating Indian River County ) 2 . Supplemental Agreement No . 3 . Crossing Permit. 4 . Estimate for Change Order No . 5 . Letter of Authority. 6 . Letter of Confirmation (No Cost to Department) . K. OTHER REMARKS : Negotiations to be completed by STATE OF FLORIDA. DEPARTMENT OF TRANSPORTATION 725-090-09 WORK DESCRIPTION RAIL GRADE CROSSING TRAFFIC CONTROL DEVICES 05/02 FINANCIAL PROJECT NO . ROAD NAME OR NUMBER COUNTY NAME PARCEL & R/W NUMBER FAP NUMBER 23087215701 16th St. / 17th St. INDIAN RIVER 71 (2150 ) RAILROAD COMPANY F� Florida East Coast Railway L . L . C . A. JOB DESCRIPTION & LOCATION : Widen the existing grade crossing - Vero Beach , FL H. TYPE OF ROADWAY FACILITY: four-lane divided - Urban C . FDOT/AAR XING NO . : 272195-P RR MILE POST TIE : 228 + 118' D . TYPE CROSSING PROPOSED : IV CLASS : III DOT INDEX NO . : 17882 E . STATUS AND PROPOSAL: 1 . EXISTING DEVICES : (See Agreement dated 7/21 / 1982 ) a . None-New Crossing . b . Crossbuck and Disk. c. Flashing Signals with Disk. d . Flashing Signals with Cantilever. e . X Flashing Signals with Gates. f. Flashing Signals with Cantilever and Gates. 2 . PROPOSED DEVICES : (Safety Index Rating ) a . No revision required . b. Crossbuck and Disk. c. Flashing Signals and Disk. d . Flashing Signals with Cantilever. e . Flashing Signals with Gates . f. Flashing Signals with Cantilever and Gates . 9 • X Relocate existing signal devices: ( 1 ) (With-Without) addition of Gates . (2) (With-Without) synchronization with highway traffic signals . (3) (With-Without) constant warning time . F. COMMUNICATION AND/OR POWER LINE ADJUSTMENTS 1 . X By Others ( FDOT or Contractor Company .) 2 . By Railroad Company. G . AUTHORITY REQUESTED: (Draft attached : Yes 0 No .) 1 . X Agreement (Third Party Participating Indian River County ) 2. Supplemental Agreement No . 3 . Crossing Permit. 4 . Estimate for Change Order No . 5 . Letter of Authority. 6 . Letter of Confirmation (No Cost to Department) . H . OTHER REMARKS : Signal installation target date will need to be discussed . Negotiations to be completed by: September 2004 Signal installation target date: Synchronization : (Draft attached 0 Yes 9 No .) COMPONENTS OF CONTRACT PLANS SET STATE OF FLORIDA ruLAHAsseT �L �AUSONVru£ ROADWAY PIANS DEPARTMENT OF Ti?ANSPORTAHON PENSANU ` E SIGNING AND PAVEMENT MARKING PLANS — — I❑ SIGNAL/ZATION PIANS LIGHTING PLANS LANDSCAPE PLANS T• CONTRA (7TPi-TANS A DETAILED INDEI APPEARS ON THE FINANCIAL PROJECT ID 230�`872 - 1 - 52 - 01 TAIRA ARr , KEY SHEET OF EACH COMPONENT (FEDERAL FUNDS Fr PNNCE INDIAN RIVER COUNTY (88000) INDEX OF ROADWAY PLANS 16TH/17TH STREET LOCATION OF PROJECT was FT ,d110EPDAI£ FROM 500 FT , WEST OF 14TH AVENUE TO SR 5/US I N/AW SHEET NO. SKEET DESCRIPTION 1 KEY SHEET 2 SUMMARY OF PAY ITEMSW DRAINAGE MAP TO SEBASTIAN Op xEr NEST C TYPICAL SECTIONS - t1 SUMMARY OF amriTIES ROADA'AY SHOP DRAWINGS OPTIONAL MATERIALS TABULATION .I M n /� /a E tuAniox T OE f TO PE SUBMITTED T0: SUMMARY OF. DRAINAGE STRUCTURES PROJECT NETWORK CONTROL _ K/MES HORN AND ASSOC/ETES, INC. JAM= ��- N_ noxo e ,A 4431 M. SCADER SKI. P.E. c / ;; 0 I 2 M3! EMBARCADERO DRIVE FLORIDAGENERAL NOTES � \ " � WEST PAW BEACH, Ll7R33407 vena eCAc - - - 60 — T 32 S Mlles PL41C _ I,uN. AlnPon PROFILES .' T 33 5 � \ 1 nn _ DRIVEWAY. PROFILES_ - r = A°j o'er nM. PL1N5 PREPARED BY: ROADWAY 50115 SURVEY I KIMIFY-HORN AND ASSOCIATES, INC. TO INDIAN _ [ONS'1LTING ENGINEERS A40 PLANNERS CROSS, SECTIONS LUES ESTATES j ' . x' nu n. ._ oa 4431 EMBARCADERO DRIVE STORM WATER POLLUTION PREVENTION PLAN / - _ WEST PAW BEACH, FLORIDA 33407 / ' _ [ Vi=-5fi0-885 -6/5-002 A+M AA ; ' i' .' IO CONTRACT N0. C-8168 TRAFFIC CONTROL PNS ,frog LA UTILITT ADJUSTMENTS P par 0�1NOTE: THE SCAM OF THESE PLAITS MAY F nt / A.C. e.e. • 1 6 1 "O ' ' "5` Lrdi°n HAVE CHANGED ❑JE TD REPRORICrfON- t ~ A r BEGIN PR J CT 0 617 T -sew f g - L � 606 n 'F p ay, ev N PR E"_CT-- STA 105 +60 . 43 nr erg ° STA 143 + 53 . 89 .L Ll Per .,. 6.aN ' !. .2^o ePoi'{ N\f TO FORT PIERCE TI N TATO N : E I INA GOVERNING STANDARDS AND SP£CIFKATIDNS: 07 FLORIDA DEPARTMENT or TRANSIKARTATAON, � STA 133 +88 .20 (BK) = DESIGN STANDARDS DATED JANUARY 2DOZ, STA 133 + 96 . 28 (All) AND STANDARD SPECIFCATKINS FOR ROAD AND BRIDGE CONSTRUCTION DATED 2060, AS AMENDED Rr CONTRACT Oa:uu£nrs. DO T�AAR CROSSING NO . 7 I95 - P PROJECT LENGTH IS BASED ON E CONSTRUCTION REVISIONS STA 125 + 39 . 21 LENGTH OF f ROJECEj AUG 19 200,2 FLORIDA EAST COAST KEr SHEET REVIsroNSRUALWAY rcANS — LINEAR FEES DArE Br ASCRIPTION ENGINEER OFJAMES M . SUMISLASKI , PERAILROAD 3799 .28__RR MP 228 + 0/l8 kAL7NAY rF. Nn_N /A NGTH OF FROJECT 3799 .28 FlsraL SHEET ION$ N/A N /A YEAR N0. GROSS LENGTH OF PROJECT 3799.28 0.717 _ FOOT PROJECT MANAGER: RAY PIPPITT, P.E . . oximioe a.:sJsr Au moubasAs�c�n-nmvJonrziv�a+yvy,.eanon > ' . ' ff \- Ltj I END CONSTRUCTION 40 CONNECT TO EXISTING I ti v ' ; ti- I p�T•Q"'1 / N STA 30 +75 . 38 � I Im all `t \ Feet f STA 125 +39 . 21 = -, , I t FLORIDA EAST COAST 0 r I i RAILROAD lffl; ; I ` _ 15' PIPE "' I/. Y i SURVEY STA 127 +74 . 22 STA 30 +00 , 00 COMMERCE AVENUE e - a i i � i 4 } ` E SfAi 125.94' STA 116+6Z CR 21 - v zW @ ST)l� 29+19 i ; : 1 19 Lr' � r MLr .19.61 •E0.54 Lil 4+37.7 - - - - .: _ 1 R 1E. .rp �iy • 1 .•�� f j .19.93. s/ R CR I i--, T LT k J 1 •� — EL 04.51 — J 1 CR 21 t _r R7W LINE / .I 6' COW - oa . 4 l�69 — .3s - - - - @ wRvti. l 127 161h SREET3 ~ t28 _3n — - - - - - - - - -- - - o $ " S 126 s Lr Tr 3z r5 �.�i��T g jq tag N T4. 22' 13' E n r-„ f CONST $ PE tK t s c _ _= — _ _ MI6thYN_ MR _ E +! f NG . $ 6' Ci}NC NM•K i .99.63 _ - _ - _ id 15 . . a . . �� . . . _ . . . . . . a . . . . . . . . . . . e . . _ _ . a - h _ _ _ . . _ STA - - 4 . R Ize+az . . i TYPE "F' C 6 G . . . - - -A I - ° SO' R: r27t21 - - '= _ 4S. - @ 5T ♦3O 4r Rr EL- IL ,-IB' PIPE 8 . rr -Rr a - - -A i - - - - - - - - - - - - lit Lr - i RiW'• .(,INE 6 ( K^ 1 R1W UNE W OO � _ t tr_ @''3TA 23x90 G 1 �. -=' I I? a3 -1 CR B 2 + - . c , r A 43 AT ( +e...Rr �; ND TUR J ra-sQi B STA ' "� 40, nr rbt.r,0 , N. a f�4 56 RT " a Rr - B"STA I r i 545 RF IZ6t67 NO TURr Nar coxsr. t I @ ' RA7 rA , 1 29+76 F ' � < r� s m Ln 1 j wIM STA 127 +73 . 9 ' - '- STA Z9 +90 . COMMERCE AVENUE t< .f w . !; r �r , , if DENOTFS WIDENING DENOTES TURNOUT CONSTRUCTION ❑� ❑ �(,,,bylkm aM Ac:alales, hx, S7,4TR OF FLORIDA 5NE0ET REVISIONS w L(crose Na_ 6% Ai oESC IPI roN DA—TTI--Br OEs RIP M DEPARTMENT OF TRAMPOTtTA7701tv Jame: M. Sa/nrslasfr. P. E. Ip AD NO, CWIM FINANCIAL PROJECT 10 PLA Llcel No. 19941 4Ul Emeorcadere Orbe - INDIAN RIVER 230872 - 1 -52-01 War Palm Beodl. Frarlda 37407 (Mip9NY OPJS:)9 /'N v�`asceu5'v"J61I,-I)m•2JOBlTI�re.rJvgb'mMOSdpa Crossing Shoulder Pavement ( Except Arco Occupied By Cracslnq Surfocfng Moferhal h ( a ) To Shoulder Line For Outside Shoulders Less Than IT Wide. F Railroad - f Pwemenl ( b ) To H' Maxlmrm width For Outside Shoulders 8' Or Wider - - o - - -- ! Regardless Of Approach Shoulder Pavement Wfdlh 1. TI ( c ) 4' For Median Shoulders. i'M. C Shoulder Pavement In Lieu Crwslnq Malerto/s SMuldrr Pwemenl In Lhu Railroad Signal, Gate Of Curb ( Continuous tier I Width Varies ) Of Curb And Sidewalk Beveled E07e If 14 Shape ) � or Signal And Gate Utility Strip ) I f COn Over Ulllfly Sirup 1 Shoulder Line * _ I — I Varfes ( 2' Yln. l 3' Curb II I 3' curb 7ransfl7on ..L Trons)77on F Shdifder Pavement lH' Mir. l Varies ( 8' uin._7 _ See 'Crmslnq Shoulder - - n I Pwement' Above Concrete Curb I _ MtA v - Concrete Curb And Gutter Varies, See Ilex No. NH82 Culler _ _ — Edge Of Pavement- PPr Utility Strip _ .l _ VShwlder — Ulflity Strip sv Shoulder Pwemenl -� Sidewalk Where /he exfsfinp shoulder 4+',r / �5) Min- Sivshol. 2' SelbockWith Or7wlux der Pwemenl Is substoriabrd for the faclifty roy4a✓ Gate Or' SignalfAnd Cafe ^qtype, the shoulder width is to L41 - menl When eyonLbe widened to oaomoodole es Note. For location of railroad Not ExfeM Beyond . classing shoulder pavement. signals, gates or signals - ond gates see Index No. _: Beveled Edge ( 1r 4 Slope ) AN 5 17882 HALF PLAN F Pavement a Flexible Pweenl _ — _m— CURBED ROADWAYS HALF PLO ROADWAYS WiTH FLUSH SHOULDERS f Trak i Rail. f V/ f 'Rail r� VallesRR Crossing Varies Yories_ 30' I I I 30' ( I' To 4.5' 1 ! Full Depth A-phall/Rubber Shown ) ! I' To 4.5' ) Cop Or Ekiansion Material i Friction Course 2 I I I — 2 Crede ! When Required 8 Crossing Type ) -� I I I --{ Friction Course r•.I \ — - -- '�- Overbuild Lever Overbuild7 —Exist. Rdwy. Pvt. Exisf. Rdwy. Pau . rosstle _ I - - - - - - - - _ - v Type S Asphalt Ballast �Bollgsv- , Type 5 AsDho/l L500 Lb/SY1 T __. Level � ) ` Grade - � Cross/fe � ( 500 Lh/ ----- _ -- Filler Fabric ( Optional Filler Fabric ( Optional with RR Company ) To prevent low clearance vehicles from becoming caught on the frocks, the crasshg With RR Company ) SECTION VIEW srnrace should be of the some plane as the lop of the rolls for a distance of 2 reel outside the calls. The surface of the highway should alto not he rare than 3 Inches TYPICAL FLEXIBLE PAVEMENT REPLACEMENT AT PANEL RR CROSSINGS higher or lower than the top of the nearest roll of a point 30 feel from tall unless nock supere/evallon makes a different leve/ opprolor fele. Vertical curves shauhd be used to traverse from the highway grade to a level plane at the elevation of the calls Rolls Not are superelevafed, or a roadway approodr sections that Is fel level, will necessihake a site spenfffc analysis for roll clearances. CROSSING SURFACES Type Definition VERTICAL ROADWAY ALIGNMENT THROUGH A RAILROAD CROSSING C Coxrete R R 6be General Nofes RA Rubber/Asphalt 1. The Railroad Company will lumish and install 0/1 frock bed ( ballast ). Crossfles. roils, crossing surface panels ON accessory STOP ZONE FORMFrom components. Alf pavement marerfpl, Including that through the crossing, will be fumished and Installed by the Department or Its Contractor, unless negotiated otherwise, Deslg1 5 Bed ( mph ) 2, When a railroad grade crossla7 Is located within the limits of a highway construction project, o transition pavement 45 Or Leu will be maintained at the approaches of the crossing to reduce vehicular impacts to the crossing• The transition 50 - 55pavement will be m Intofned os appropriate to protect the crossing from low clearancevehiclesand vehicular Impacts until fhe constncfipn project is completed and the final highway surface is constructed. 60 • 65 500TO 3. The Central Rall Office will 041001111 o list of currently used Railroad Crossing Products and will periodloolty distribute the Molest current list to the District Offices as the list is updated. STATE of FLORIDA DEPARTMENT OF TRANSPORTATION f. Type R Crossings are NOT to be used for mulftple track 4, The Railroad Company shall su gsil engineering drawings for the proposed crosslrg surface type to the Conslruclfen Project crossings within zones for an exlsft g or scheduled Engineer mrd/or the District Rail Office for Mncurs-twe along with the List of Railroad Crossing Products. The approved Future vehicular stop. Zone lengths are charted above. engineering drawings of the trussing surface type shall De mode a Port of the Installation agreement. RAILROAD CROSSINGS 2. Single track Type R CrOSSIMS within fhe Zones On fhe S. Sidewalks shall be constructed through the crossing between approach sidewafks or the crossing. Sidewalks shall be clack may be used unless engineering or safety considerations constructed with opproprfafe moferfal to allow unobstructed travel through the erossinq in accordance with ADA repilremenrs, N .m•• o .r.• Approved By dlclofa olherwlse- 6. All aspholl shall be Installed 1n accordance with Index No. 514 and Sec/fon 300 01 the 5lanrdard Spedlfcaflons. o. ..lem•a rr ua rr alar A n r NO. .1 owr.1 ora. er s.;D Ir/or rrglee _snott NO. - •a . en•a. r 4 - ac/c ma: O/ IOl l 560 Cross? Shoulder Pwemenl See Imtex Na. 560 u s �T Railroad Gale z3 E e c3 (i c `e S * Y Signal And Cole S ` b � u b a o v S <i F' Crossrnp 5houlder PwemenIF — — — — — — — — — e a o u ~ o See Index Na. 560 Railroad G dOr M f ?• Signa! And Pavement Edge i Nil ( Travehvoy l Shoulder - — - e— - — Line - - _ — _ - - - - - - - CMedian - - - — — Pavement Edge � r ( TravelwayJ Rallroad Gale Or. z" '"� ONE - WAY TWO - WAY TWO - WAY Signal And Gate Shoulder _ _ — _ _ _ — _ -- - — - — - — - ( Mmaable Divided Multilane Cine Or Shoulder ) cure Undivided ( Mountable Curb ) y Or SMu/Ider ) 2 Or 4 lanes a Ralfrrwd Cafe Or----wol Note r Signal And Cole Arrows denote direction of frwe/ nol lane indication FIGURE I P Gate length Repufrements Menton See Note 6 Sheet 3 SIGNAL PLACEMENT AT RAILROAD CROSSING 0Js ( 2 - LANE DESIGN ) SIGNAL PLACEMENT AT RAILROAD CROSSING ( 4 LANE DESIGN ) General Notes varles I. sArao guardrail is proposed far ran devls#ice however. Varies I some form of imPgc?t certain offain locations.dev;ce nay _! Gang Minimum Highway Crossing Bel/ be specified for certain /tallednw if Minimum Per Crossing ) Bxk - To -nits _ 2. if wile flasher in to be Installed when and Flasher Units — if rolled for in Plans or speaifiwlions. Gore Type H1glAvay Crossing Bell Gang Type Highway Crossing Q J. Top of foundation stall be no higher than 11 Minimum Per Crass/ng ) I Bell ( I Minimum Per Crossing 1 I — — -- 4' above finished shculdef grade. Off p Q - sQ 2 Number Or Track Signs Is The 4. Type of Prof/ic tUnlral device BacA - Te -Back Option Of The Installing Agency Back - To -Bock Flasher Units 4 `? n p AnAzrixs j Flashing signals Flasher Units a �kheraUnk Q' When Automatic Gales Art Used. p F/ashfng signals with ganfllever g Ig Approach Back - 7.0 -BPCk IR flashing signals with cafe Blab Ta -nits I TRACKS Flasher Units Edge 01 Background Or Width Flasher Units $ Flashing signals with cantilever b gale a Part Nearest Higlnvoy 16' Alternate Mtn. Y Gate Ys' o fZ. t Q IZ• Q RerledorRed Red y o l2' O 5. Class of frofflc control devices 9• 3 —� u Mar, And White Sheeting. A bN 2 i T I Flashing signals - one hack . A roarJ) C O1 e a 27 Both Sides °1 Y lI Flashing signals • mullfple frocks Zee e } W'dM 4 9 — BT Flashing signals and gates - one track Crown W t` m Crown Of -o to I 'a 'a ) — — X Flashing signals and gales - mutilate froCks Roadway # °f Crown Of Roadway g. u. / Crown Of Rosy IO' MIn. Roadway b' min. # i I S a, l0' Min. F. m Trorelway E, via. 4' Max. Travelwoy 4' Max. Trove way IO' M(n # 4' Max. Trwe/way _ 4' Any. L I Paved Shoulder Paved Shoulder F Pored -ShW.1der See Fig. I, This Sheet Paved Shoulder STATE OF FLORIDA aEPAR TNF.NT OF TRANSPORTATION TYPE I TYPE DI TYPE 1Y TYPE II Note : RAILROAD GRADE CROSSING Twa separate for 5ignans may be TRAFFIC CONTROL DEVICES * When lolls deemed lmprocfide the control device wn ta /owted repulred,f ane for aip�wls. one Por as close os 2j From the edge of o paved shoulasr but rot less than gale ), depending on type of 6' from the edge of the near traffic lone. - equipment used. =5146776ro Milli AM/ r"r" er r. I nave. eerimer brlslen ]heel Ra. Mee RM. m 1 of 4 17882 Railroad Gale Or Signal And Gale Rallrood Cate Or Signal And Gale LO ........................ ................................ N.....:::::. . . :::::::' : ::: lP -. b nl+ t ........................................................... fl M: O Sidewalk Sidewalk . ... ......................... ..... .... ........ .. ... ... : C — — toG— W ................ :... :. ............::.. ..... GENERAL NOTES .. .....--... idewalk S Sidewalk ..... . ...... The cca ran of signals Is and stop lines stall be ....... c .....-. ... . 7 . .... .... Y .......... .. .................... . .......... 3 .. .. established based an future for presenll fn - Railroad Cale Or of Vale wJlh oppraOrlple track clearances. ie Signal And Gate Railroad Gate Or 2.. where plans Goll for ed med truffle controlminimum devices Signal And Galt OBTUSE ANGLE to be Installed al ace 12' med;ans, the m/nimum ACUTE ANGLE ! ANO RIGHT ANGLE 1 median width shalt x 12' -6'. SIGNAL PLACEMENT AT RAILROAD CROSSING J. LocoHon of railroad traffic confrol device is hosed on SiGNAL PLACEMENT AT RAILROAD CROSS/NG the d(stonce available between race of curb & sidewalk. ( 2 LANES . CURB & GUTTER ) ( 2 LANES , CURB & GUTTER ) ata I, - lacdfe device outside sidewalk. Over 5' - Locale device between face of curb and sidewalk. 4. Slop line to be perpendicular to edge of roadway. appror. l5' from nearest roil: or B' Frahm and pamh'ef to pare when present. As A Minimum, Position One Flasher Unit Over Lane Separation Lines ( More Than One Flasher Unit /f There Are More — Gong Type Than 2 Approach Lanes f. Highway Crosslno Bell _ Varies Garp Type IT r Coam ) f•------ Highway Crasslrp Bell / Per Crossing GO ng Type ( I MinimumI Gong Type IRgbw% Cross Mg Belllit Per Crosslnq Highway Crosslnq Bell Q Q ( I minimum 1 If Minimum ) Per Crassina Per Crossfp — 18 her Number Of Tracks Signs Is The — FlaAer- Ta -Back Option Of The Inslall,; Agen%Flasher Units w / When Automatic Cotes Are \ aiEdge Of Port Flasher Units Bock - To •BOcR TRACKS Used. 4Approach ` TRACK] Nares/ NigAw% 57. vox. �Jdth Edge Of Background Or min.Part Nearest RoadwayNr^' ,8act - TO •Back Mrn. 16' Alternate E5 5T Max 3 7 Z' 6BacFlak - Ther Units � Reffeclorized Red ?n 5 Mox uin. ^5' S' @ And White Sheeting, , �• c eiv 27" Trove/way f-, 4 Max. Both Sidesy i- zh come b b 24 I Trovelway J' -6" Min.- Crown Of io .0 2' -6 _ 4' S' -6' M/n- t Crown Of 2'- 6' i' Noxr k. - ^ Sidewalk 61 min. OF Roadway var,45 Crown Of Roadway !' a` Max. 4'-6' Max. Trovenv% Roads% 4' -6' Max.Mox. Roedw% _ 6' Yfn-_ TYPE Y vanes 2' —1. . . - Trwahroy Travetway — — 1 • � _ ' I ' - -- - -- - - - - - - - - - - _ � - - - - - - - - _ — _ � I• Max- SldtwalR-Y`- Sidewalk L L ��.__� See Figure No. I, Sheet I I YYY"` See Figure No. I- Sheet I TYPE I. TYPE It TYPE STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION TYPE III RAILROAD GRADE CROSSING TRAFFIC CONTROL DEVICES M AP er wu n f 1 aoofDrawn eT�DO 2 0( q I7UULDO 2 0( 4 I7UUL RAILROAD CROSSING AT RAILROAD CROSSING AT RELATIVE LOCATION OF CROSSING TRAFFIC CONTROL DEVICES TWO ( 2 ) . - LANE ROADWAY MUTI - LANE ROADWAY Slop Bar Perpendicular Width Nay Vary Aocardinq To Ed a Of Travel Way To Lane Width Or Idne 6 nova/lel I I Gale Or Flashing Signal To Gale When Present stop Bar Perpendicular to Edge I With Gales 24' White or I m'et Way or 8' From 6 Parallel To Gale When Present. Future Gole m 24' White I - Pcrvemenf DO NOT Message STOP While to I ON p' * TRACKS Nl^• RB B 6' Db! yellow 'T- 4' Stop Line 1 For Use Near Slgnaltted Flashing Signal Intersections f if Not with Gate 1 N .� 6' Dbl Yellow m Edge Of Tvovel Way / N N — — Railroad Protection i Device Is Nor To Be Loroled As Required o Wifhfn 12' Of The RIR J e r Center Line. m' a 160 'm . future Gale Nines Location '' NOTES : � I 24' wnrre m 24' 1 I. When computing pavement message, quunrif/es do not include transverse lines. . , 240 White I 2. Placement of stun W10 -I fn a residential or business district, where 1� low speeds are prevalent. /lie WIG -1 sign may be placed a min7aum disionce 24' While of ^70' from the crossing. Where street intersections occur between the R/R pavement message and the frocks an additional W/O -lslgn and _ addtfimm/ pevement message should be used. _ J. Recommended location for sign F TP - JB, IDO' Urban a JOO' Rurol In advance of the crossing. 6' Vol Yellow T1 4. A portion of the pavement markings symbol should be directly opposite < the W10-Isign. Recommended '"NI for FTP -JB A or B signs. g0' urban and O � R RIR R e JOO' lural, See index tri for sign details. ie * 6. Gale Length Requirements For two -way undivided sectlons+ The gate should extend to iiI the center line. On multilane approaches the maximum gale length may not reach to Within " of the { choler line- For Ilpse cases the distance from the gale Po the center Pre4. R I 1— sM/l be o nmximnm of 4'. q Z4' White W/O I 24' White for one -way or divided sections. WIO 1 The gale shall be of suff talent length such Thal /he distance tram the SPEED IN fT gate III to the Inside edge of pavement is a maximum or 4'. NPH SSD STATE OF FLORIDA DEPARTMENT NT OF TRA N SPORT AVON SS 450 -375 13AILROAD GRADE CROSSING 45 300 TRAFFIC ' CONTROL DEVICES 'D Apar v By I o.npnd er lo-it . . is . n 30 100 IS URBAN SD YIN. o,... ev A.•n�.n _ pn.a •.. 17882 cni�.t.e et fA .j of 4 g� 3 b 3 l2' -5 ' Min. a o b I I Specified Length Of Cate Arm �n —�---- ) to 1 As ° zT• rsrer � Red Sleody Burn - 45a a _ ___ _ __ _ - --- - -- - -- ' - - . — ° "I - 4 -B' Y7n. _ _ - -- _—j Varies ( 2' -6" Min. l\ 6' /6' Red While I I I fl I— ❑ (, -6'- r i' -6' ` I Mounlab/e Curb ' 1 $ i 6' Min. [(eight — Red Flash Ing Lights _ iv d 1 Crash Cushions As Retulted n r MEDIAN SECTION AT SIGNAL GATES Cram Of Roadway —� NOTE RAILROAD GATE ARM LIGHT SPACING I I I t I t I t I f For additional Ic Control see the art VII on OTIC Traffic Devices Handbook % rt VMI/ The 'Tra//ic CaM,o! Devices Handbook '. Port VIII; and AASHTD 'A l'alfcy on Geometric Design Of Streets Specified Length Dimension Dimension Dimension PLAN And Highways '. Of Gale Arm 'A ' 'B ' . 'C• 14 Fl. 6' 36 ' S 15 Fl. iB' 360 5' MEDIAN SIGNAL GATES FOR 16 -fr Ft. 24' 36' 5' 16 -19 Ff. 2B' 4l' S 3 z3 Ft- 2H' 4' S MULTILANE UNDIVIDED URBAN S�:CTIONS i. z4 -0 Ft. 36 ' 6; 6. 29-Jiff. 36 ' 7' 32-34 Ft. 36' f' f THREE OR MORE DRIVING LANES IN ONE DIRECTI011 , 45 mph OR L _ F 35 -3T F!. 36 ' 9' 9 38 And Over 36' to, 10 1 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION RAILROAD GRADE CROSSING TRAFFIC CONTROL DEVICES x.. .. 06116 APP By 0 ..m6.6 er Ie-6t n m 6a,6 Dfawn le-re A6.ubn sti._i aw Ines% pr7 ;Cho CTs By W 4 Of 4 rr �i t ads j,{'Y k I �' f 7 1 I , f ' I f 41 t-1 ojq t �42Ir , , r-1 IS dry i S i. r C� W 00 t Ir-7 00 f yMo � t1 o N00 a M r � N N N N 74 r 1 Aw IR- It It Ll �JI4 it G. yj i 1 p! ftr } CEJ L , f : 41 � - FLORIDA EL COAST RAILWAY COMPANY L�oesr.vnca> 04/30/04 SALYT AUGU::TINE, FLORIDA 09 :47 VERO BEACH: WIDEN THE EXIST. 74 ' WIDE TYPE " T" CONC. GRADE CROSSING WITH A 88 ' VPIDE OMNI CROSSING. 16TH STREET, MILEPOST 228+118' AAR/DOT NO . 272195P FILE : 228!39/118 CROSSD�'G DESCRIPTION PAVING DESCRIPTION' New Length of Crossing Surface: 88 Tf Width (Across Road) 88 Ft Number of Tracks: ,� 1 Ea Length (Along Road) 80 Ft Length of Track Panel: 128 Tf Projected Lift 3 In AGREEMENT DESCRIPTION GANG DESCRIPTION Responsible Party: FDOT 3 Fon Pierce Section Agreement Date: 14 Fort Pierce Smoothing Division of Responsibility 2 Crane Encase Fiber Optic Cable FDOT 2 Loader Maintenance of Traffic FDOT Crossing Surface FDOT Track Materials FDOT Track Construction FDOT Paving FDOT COST RECAPITULATION Salvage 10 . 00% Responsible Track & Civil Work Item Labor Eauinment Material Contract Credit Contineency Total P� Encase Fiber Optic Cable n/a n/a n/a 6,000.00 n/a 600.00 6,600 . 00 FDOT Mobilization/Material Consolidation 1 ,786 . 68 2 ,607 .20 n!a n!a n/a 406. 12 3 ,800.00 FDOT Construct Track Panel 1 ;311 .07 1 ,239 . 82 10,784.29 n/a n/a 1 ,364. 83 14 ,700 .00 FDOT Maintenance of Traffic/PoIice Protection n/a n/a n/a 16,700 .00 n/a 1 ,700.00 18 ,400 .00 FDOT Remove Crossing Surface 463 . 12 579 . 33 n/a n/a 0 .00 157. 55 1 ,200 . 00 FDOT Remove/Replace Track/Crossing Structure 2,456 .33 3 ,002 . 80 n/a n/a 0.00 640 . 87 6, 100 . 00 FDOT Line & Surface Track 851 . 82 651 . 83 8 ,352 .00 n/a n!a 1 ,044. 36 ] 0,900 .00 FDOT Replace Crossing Surface SSD.74 688 .93 24, 107. 12 n/a nia 2,553 .21 27 ,900 .00 FDOT Place Asphalt 168.50 28 .45 n/a 19 , 800.00 n!a 2,003 . 06 22,000.00 FDOT Demobilization/Site Cleanup 469 .00 67 .48 n/a n/a n/a 63 .52 60D.00 FDOT Totals : 8 .057.25 7, 865 . 83 43 ,243 .41 42,500.00 0.00 10,533 . 51 112,200. 00 TOTAL TRACK PROJECT COST: $ 112,200.00 1 ,275 .00 5/Ft ENGINEERING & SUPERVISION: 4 ,488.00 TOTAL TRACK & CIVIL PROJECT COST: 5116,688 .00 TOTAL SIGNAL IMPROVEMENT PROJECT COST: 322,180.00 #REF ! TOTAL COST TO BE BORNE BY FDOT: 5438,868.00 NOTE: THIS IS AN ESTIMATE ONZY, ALL CHARGES WILL BE BASED ON ACTUAL COST. moe�: v,ia.�xa �inim DATE : 04 / 28 / 04 SEC { FILE : 10 . 2 TYPE : IV CLASS : III FLORIDA EAST COAST RAILMAY NO , OF DAYS : 20 OFFICE OF THE GEr7FRAL HANp,GER AAR / DOT # : 272195P OF SIGNALS AND CONKUNICATIONS MILE POST : 228 + 118 ' Project Type : FDOT ESTIMATED COST FOR HIGHWAY CROSSING WARNING DEVICES AT 16th STREET VERO BCH . This estimate should be considered void after one ( 1 ) year . MATERIAL UNIT COST UNITS TOTAL, COST GATE ASSEMBLIES . $ 6 , 539 . 00 6 EA . $ 39 , 234 . 00 GATES $ 500 . 00 6 EA . $ 3 , 000 . 00 GATE FOUNDATIONS $ 575 . 00 6 EA . $ 3 , 450 . 00 CANTILEVER 35 ' $ 14 , 995 . 00 2 EA . $ 29 , 990 . 00 CANTILEVER FOUNDATIONS $ 3 , 200 . 00 2 EA . $ 6 , 400 . 00 WIRED CASE , 4AB & HXP3 - R $ 66 , 845 . 00 1 EA . $ 66 , 845 . 00 BATTERY BOX $ 675 . 00 2 EA . $ 11350 . 00 BATTERIES , SAFT SPL250 $ 212 . 00 50 EA . $ 10 , 600 . 00 MISC . GROUND MATERIAL $ 2 , 535 . 32 1 PKG . $ 2 , 535 . 32 CONDUIT & DIRECTIONAL BORE $ 45 . 00 220 FT . $ 9 , 900 . 00 CABLE $ 7 , 500 . 00 1 PKG . $ 7 , 500 . 00 MISCELLANEOUS RELAY EQUIPMENT $ 1 , 120 . 00 1 PKG . $ 1 , 120 . 00 POWER SERVICE $ 1 , 800 . 00 1 EA . $ 1 , 800 . 00 MONITORING EQUIPMENT $ 9 , 821 . 00 1 PKG . $ 9 , 821 . 00 SANITATION & DISPOSAL $ 1 , 500 . 00 1 PKG . $ 1 , 500 . 00 FREIGHT & HANDLING $ 291032 . 00 TAX @ 6 . 5 %- $ 12 . 580 . 00 TOTAL MATERIALS $ 236 , 657 . 32 EXCAVATING EQUIPMENT PER DAY $ 181 . 00 20 DAYS $ 3 , 620 . 00 EQUIPMENT RENTAL PER DAY $ 125 . 00 20 DAYS $ 2 , 500 . 00 FOREMAN ' S TRUCK PER DAY $ 35 . 00 20 DAYS $ 700 . 00 GANG TRUCK PER DAY $ 63 . 00 20 DAYS $ 1 , 260 . 00 SUPERVISORS TRUCK PER DAY $ 35 . 00 20 DAYS $ 700 . 00 EQULFIi1I TOTAL ENGINEERING $ 6 , 500 . 00 1 $ 6 , 500 . 00 ENGINEERING TOTAL $ 6 , 500 . 00 CONSTRUCTION SUPERVISION $ 274 . 00 20 DAYS $ 5 , 480 . 00 LABOR ADDITIVE $ 3 . 052 . 00 SUPERVISION TOTAL $ 8 , 532 . 00 LABOR PER DAY $ 1 , 114 . 80 $ 22 , 296 . 00 NUMBER OF DAYS 20 LABOR ADDITIVE $ 13 , 012 . 00 TOTAL LABOR $ 35 , 308 . 00 GANG EXPENSES PER DAY $ 553 . 00 NUMBER OF DAYS 20 TOTAL GANG EXPEATSES $ 11 , 060 . 00 SUB- TOTAL $ 306 , 837 . 32 CONTINGENCIES 5 % $ 15 , 342 . 00 TOTAL $ 322 , 180 . 00 272195P revl a is