HomeMy WebLinkAbout2008-373 1/j/tel � P
Florida Department of Transportation
CHARLIE CRIST 3400 West Commercial Boulevard STEPHANIE C. KOPELOUSOS
GOVERNOR SECRETARY
Fort Lauderdale , FL 33309-3421
December 22nd, 2008
Mr. James W. Davis , P . E .
Director of Public Works DEC 2 4 2008
Indian River County
184025 th Street
Vero Beach , FL . 32960
Dear Mr. Davis ;
RE : Executed Railroad Reimbursement Agreement:
FM # 423977 - 1 -57 -01
Location : 43rd Street
County : Indian River
Crossing No . : 272179 -F
RR. MP . 225 +632 '
We have enclosed a fully executed Railroad Reimbursement Agreement, dated December 22nd 2008 involving
Indian River County. The proposed project is estimated at $ 225 , 740 . 00 as described by the following :
• Railroad signal equipment, materials , labor and engineering services for 43rd Street railroad crossing.
If you have any questions , please contact me by phone at (954) 777 -4499 , or email at
Lauren . Rand a) dot . state . fl . Lis .
Sincerely,
i
Lauren A. Rand
Rail Specialist
Office of Modal Development
cc : Scott Allbritton , Rail Contracts and Signal Programs Engineer
File
www . dot . state . fl . 0 s
N
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
725-090-27
RAILROAD REIMBURSEMENT AGREEMENT Occ - o 07
GRADE CROSSING TRAFFIC CONTROL DEVICES - COUNTY
FINANCIAL PROJECT NO . ROAD NAME OR NUMBER COUNTY NAME PARCEL & RNV NUMBER FAP NUMBER
42397715701 43rd Street INDIAN RIVER OOS4-0046 -J
THIS AGREEMENT , made and entered into this oda day of � QGQ.WI Yom► aoo8
by and between the STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION , hereinafter called the
DEPARTMENT , and Florida East Coast Railway, LLC .
a corporation organized and existing under the laws of Florida
with its principal place of business in the City of Jacksonville , County of Duval
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 .
WITNESSETH :
WHEREAS , the DEPARTMENT is constructing , reconstructing or otherwise changing a portion of the Public Road
System , designated by the Financial Project ID 423977- 1 -57-01
on 43rd Street , which crosses at grade the right of way and
tracks of the COMPANY'S Milepost 225 + 632 '
FDOT/AAR Crossing Number 272179-F at or near Vero Beach
as shown on DEPARTMENT'S Plan Sheet No . Location Map , 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 IV 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 COUNTY 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
The COMPANY agrees that any future relocation or adjustment of said signals shall be performed by the OGO - 01!07
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 COUNTY 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 DA , and Rule 14 . 57 . 011 " Public
Railroad- Highway Grade Crossing Costs" , Florida Administrative Code .
® ( b) Federal Highway Administration Federal -Aid Policy Guide , 23 C . F . R . Subchapter G , Part 646 ,
Subpart B , and 23 C . F . R . , Subchapter B , Part 140 , Subpart I ,
and any supplements thereto or revisions thereof, which , by reference hereto , are made a part hereof. The COMPANY
further agrees to do all of such work , with its own forces or by a contractor paid under a contract let by the COMPANY , all
under the supervision and approval of the DEPARTMENT and the Federal Highway Administration , when applicable .
6 . The DEPARTMENT hereby agrees to reimburse the COMPANY for all costs incurred by it in the
installation and/or adjustment of said facilities , in accordance with the provisions of Procedure No . 725-080-002 Appendix
D-4 " Billing Requirements , " and any supplements thereto or revisions thereof. It is understood and agreed by and
between the parties hereto that preliminary engineering costs not incorporated within this agreement shall not be subject
to payment by the DEPARTMENT .
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 $ 225 , 740 . 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 - 01107
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 $ 0 . 00 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 plannedo will DQ 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) $ 0 . 00 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
ML
OGC - 01/07
13 . Upon completion of the work the COMPANY shall , within one hundred eighty ( 180 ) days , furnish the
DEPARTMENT with two (2 ) copies of its final and complete billing of all costs incurred in connection with the work
performed hereunder, such statement to follow as closely as possible the order of the items contained in the estimate
attached hereto . The totals for labor, overhead , travel expense , transportation , equipment, material and supplies ,
handling costs and other services shall be shown in such a manner as will permit ready comparison with the approved
plans and estimates . Materials shall be itemized where they represent major components of cost in the relocation
following the pattern set out in the approved estimate as closely as is possible . Salvage credits from recovered and
replaced permanent and recovered temporary materials shall be reported in said bills in relative position with the charge
for the replacement or the original charge for temporary use .
The final billing shall show the description and site of the Project; the date on which the first work was performed ,
or, if preliminary engineering or right-of-way items are involved , the date on which the earliest item of billed expense was
incurred ; the date on which the last work was performed or the last item of billed expense was incurred ; and the location
where the records and accounts billed can be audited . Adequate reference shall be made in the billing to the
COMPANY'S records , accounts and other relevant documents . All cost records and accounts shall be subject to audit
by a representative of the DEPARTMENT . Upon receipt of invoices , prepared in accordance with the provisions of the
above indicated Reimbursement Policy , the DEPARTMENT agrees to reimburse the COMPANY in the amount of such
actual costs as approved by the DEPARTMENT'S auditor.
14 . Payment shall be made only after receipt and approval of goods and services unless advance payments
are authorized by the DEPARTMENT's Comptroller under Section 334 .044 (29 ) , F . S . , or by the Department
of Financial Services under Section 215 .422 ( 14 ) , Florida Statutes ( F . S . ) .
15 . In accordance with Section 287 . 058 , Florida Statutes , the following provisions are in this Agreement :
If this Contract involves units of deliverables , then such units must be received and accepted in writing by the Contract
Manager prior to payments . Bills for fees or other compensation for services or expenses shall be submitted in detail
sufficient for a proper preaudit and postaudit thereof.
16 . Bills for travel expenses specifically authorized in this agreement shall be submitted and paid in
accordance with DEPARTMENT Rule 14-57 . 011 " Public Railroad- Highway Grade Crossing Costs" and the Federal
Administration Federal -Aid Policy Guide , Subchapter B , Part 140 , Subpart I " Reimbursement for Railroad Work . "
725-090-27
RAIL
OGC - 01 /07
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 ) 410-9724 or by calling the
Department of Financial Services 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 five 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
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 GE) MPANY eevements 9i9d agFees that it will indeiggigify SMd held 1919IFffiless the DEPARTMENT erA-
all ef the DEPARTMENT'S effleeps , agents , amd empleyees fFeigg any elaing , less , deniage , eest eharge , ef expense-
whether dureet er 6 md6reet , amd whether to emy persem or property to whieh the DEPARTMENTer said parties may be
GuNeet , e)(eept thatReithff thA- 9- Q- MPAN* i9eF 819y Bf itS SUb 881*88teFS Will be liable w9deF this seetien fef damege&
23 . Paragraph 22 was stricken , prior to execution by all parties at the request
of Florida East Coat Railway L . L . C .
725-090-27
RAIL
OGC - 01107
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 : C=Aff 2
(TITLE : Director of Tran'tpoAation Development )
COMPANY : Florida Fpst Coast Railway ,)ILC
Gene W M�a�
BY : 81 s C
O �
Indian River COUNTY , FLORIDA
B .
IT : Wesley S . Davis; Chairman _ )
ewe e -
Legal Revie R ;` ^ ,, Approved as to Funds Approved as to FAPG
Available Requirements
B Y : BY : N /A
Attorney - DOT D Comptroller - DOT ate FHWA Date
APPROVED AS TO FORM
AN E ALS FFI
BY t .
WILLIAM K. DEFRAAL
DEPUTY COUNTY ATTORNEY
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 725-090-0IL
0-
WORK DESCRIPTION 05/02
GRADE CROSSING TRAFFIC CONTROL DEVICES
FINANCIAL PROJECT NO . ROAD NAME OR NUMBER COUNTY NAME PARCEL & RNV NUMBERtFAP NUMBER
42397715701 43rd Street INDIAN RIVER 4-0046 -J
RAILROAD COMPANY
Florida East Coast Railway , LLC
A. JOB DESCRIPTION & LOCATION : FL&G , CWT , new cabinet
B . TYPE OF ROADWAY FACILITY:
C . FDOT/AAR XING NO . : 272179- F RR MILE POST TIE : 225 + 632'
D . TYPE CROSSING PROPOSED : III CLASS : IV DOT INDEX NO . : 17882
E . STATUS AND PROPOSAL: )
1 . EXISTING DEVICES : (See Agreement dated
a. None-New Crossing .
b. Crossbuck and Disk.
C. Flashing Signals with Disk.
d . Flashing Signals with Cantilever.
e. XX Flashing Signals with Gates .
f. Flashing Signals with Cantilever and Gates .
2 . PROPOSED DEVICES : (Safety Index Rating 58 . 71 )
a . No revision required .
b. Crossbuck and Disk.
C . Flashing Signals and Disk.
d . Flashing Signals with Cantilever.
e. XX Flashing Signals with Gates .
f. Flashing Signals with Cantilever and Gates .
g . 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
Company . )
1 . N /A By Others (
2 . N/A By Railroad Company .
G . AUTHORITY REQUESTED : (Draft attached : O Yes No . )
1 . XX Agreement (Third Party Participating Indian River, FL )
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 :
Negotiations to be completed by :
Signal installation target date:
Synchronization : (Draft attached 0 Yes (9 No . )
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 725-090-41
RAILROAD GRADE CROSSING TRAFFIC CONTROL DEVICES RAIL
OGC • 01!06
FINANCIAL PROJECT NO . ROAD NAME OR NUMBER COUNTY NAME PARCEL & RNV NUMBERtFAPNUMBER
42397715701 43rd Street INDIAN RIVER 4-046 -J
COMPANY NAME : Florida East Coast Railroad , LLC
A. FDOT/AAR XING NO . : 272179- F RR MILE POST TIE : 225 + 632'
B . TYPE SIGNALS PROPOSED III CLASS IV DOT INDEX : 17882
SCHEDULE OF ANNUAL COST OF AUTOMATIC
HIGHWAY GRADE CROSSING TRAFFIC CONTROL DEVICES
Annual Maintenance Cost Exclusive of Installation
CLASS DESCRIPTION COST*
I Flashing Signals - One Track $2 , 086 . 00
II Flashing Signals - Multiple Tracks $2 , 760 . 00
III Flashing Signals and Gates - One Track $ 3 , 146 . 00
IV Flashing Signals and Gates - Multiple Tracks $ 3 , 950 . 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 , 2006 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.
07 fop y ave ori AnwAw/
Mti "T a . .
F.M . NO.
:T NO . FLORIDA DEPARTMENT OF TRANSPORTATION
DIAGNOSTIC FIELD REVIEW SHEET
RAIL-HIGHWAY GRADE CROSSING
DATA SHEET
363 COUNTY: INDIAN RIVER CITY : VERO BEACH RDWY: 43rd �-St,
ING NO. : 272179E PRIORITY NO . :
IFICATION/LOCATION : DATE LAST UPDATED: 07/23/2003
It. CO. : FEC
STATION: VERO BEACH R. R. MILEPOST: 225. 12
R. R. BRANCH : MAIN
LATITUDE: 27.67 LONGITUDE: 80.41
t. CROSSING STATUS : OPEN--TRACK ACT AS OF 07/23/2003
)PERATIONS : DATE LAST PDATED: 08/18/1988
28 60 EFFECTIVE: 03/05/2001 NO. OF MAIN TRACKS: 2 OTHER TRACKS: 0
AIN MOVEMENTS : MAXIMUM TRAIN SPEED:
,;' S � bv✓ �)01 n Ufa mp ll
ING DEVICES : DATE LAST UPDATED:
[STING WARNING: FL&G TYPE OF TRAIN DETECTION: OTHER
PREEMPTION: NOT INTERCONNEC ADVANCE WARNING : Y
CAL DATA: DATE LAST UPDATED: 11 /01 /2002
OTHER LANES: 0 HIGHWAY SPEED: , 25
R. CROSSING ANGLE: 60-90 DEG NO. OF THRU LANES : 2
OSSING CONDITION : EXCELLENT
APPROACH CONDITION: NONE MAINTAINING AGENCY: COUNTY
tTMENT DATA : DATE LAST UPDATED: 07/23/2003
AFFIC VOL. (ADT): 3 ,723 AS OF 2003
SCHOOL BUS COUNT: 4 AS OF 2007 PERCENT TRUCKS : 0.00
!Y DATA: DATE LAST UPDATED: 05/02/2007
ED. ACCID./YEI 0.07 SAFETY INDEX: 58.71 SAFETY INDEX UPDATE: 05/022007 + RECOMMENDED WARNING DEVICE: FL & G 1
UPTION OF SITE / INSTALLATIO CO
NF ICTS : e2 a0 l7 So
�OLI IA P w r i eY W W
wl 2� o � ✓ G1b1M � y>7 " . �CQ �'
/ - /Ccj t ( WG
n 1
;W TEAM RECOMMENDATION : far
"" L✓
i
DATE REVIEWED6_-/ .2 .v7. _BY_" _ _ _ " .
2
:W TEAM PERSONNEL: _
DATE : 06 / 21 / 01
FILE : 10 . 2
2007 - 2008 DIAGNOSTIC TYPE : III
CLASS : IV
L)CN0 . OF DAYS : 11
FLORIDA EAST COAST RAILWAY AAR / DOT # : 272179F
OFFICE OF THE GENERAL MANAGER MILE POST : 225 + 632 '
OF SIGNALS AND CO [7NICATIONS Project Type : FDOT
ESTIMATED COST FOR HIGHWAY CROSSING WARNING DEVICES AT n STREET .
This estimate should be considered void after one ( 1 ) year
UNIT COST
UNITS TOTAL COST
MATERIAL $ 7 , 479 . 00 2 EA , $ 14 , 958 . 00
GATE ASSEMBLIES $ 500 . 00 2 EA . $ 1 , 000 . 00
GATES $ 575 . 00 2 EA . $ 1 , 150 . 00
GATE FOUNDATIONS 1 EA . $ 75 , 860 . 00
$ 75 , 860 . 00 870 , 00
6 ' X 6 ' WIRED CASE , WITH HXP - 3R $ 2 , 870 . 00 1 EA . $ 2 ,
GENERATOR CASE W / TRANSFER SWITCH $ 675 . 00 1 EA . $ 675 . 00
BATTERY BOX $ 215 . 00 30 EA . $ 6 , 450 . 00
BATTERIES , SAFT SPL250 $ if 818 . 54 1 PKG . $ 1 , 818 . 54
MISC . GROUND MATERIAL $ 45 . 00 100 FT . $ 4 , 500 . 00
CONDUIT & DIRECTIONAL BORE $ 5 , 000 . 00 1 PKG . $ 5 , 000 . 00
CABLE $ 1 , 120 . 00 1 PKG . $ 1 , 120 . 00
MISCELLANEOUS RELAY EQUIPMENT $ 2 , 000 . 00 1 EA . $ 2 , 000 . 00
POWER SERVICE 1 PKG . $ 10 , 725 . 00
$ 10 , 725 . 00
MONITORING EQUIPMENT $ 1 , 500 . 00 1 PKG . $ 1 , 500 . 00
SANITATION & DISPOSAL $ 32 , 032 . 00
FREIGHT & HANDLING $8 . 328 . 00
TAX @ 6 . 5 % $ 169 , 986 . 54
TOTAL MATERIALS
$ 181 . 00 11 DAYS $ 1 , 991 . 00
EXCAVATING EQUIPMENT PER DAY $ 125 . 00 11 DAYS $ 1 , 375 . 00
EQUIPMENT RENTAL PER DAY $ 35 . 00 11 DAYS $ 385 . 00
FOREMAN ' S TRUCK PER DAY $ 63 . 00 11 DAYS $ 693 . 00
GANG TRUCK PER DAY $ 35 . 00 11 DAYS $ 385 . 00
SUPERVISORS TRUCK PER DAY $ 4 , 829 . 00
EQUIPMENT TOTAL
$ 7 , 500 . 00 1 $ 7 . 500 . 00
ENGINEERING $ 7 , 500 . 00
ENGINEERING TOTAL
$ 312 . 00 11 DAYS $ 3 , 432 . 00
CONSTRUCTION SUPERVISION $ 1 912 . 00
LABOR ADDITIVE $ 5 , 344 . 00
SUPERVISION TOTAL
$ 1 , 188 . 90 $ 13 , 078 . 00
LABOR PER DAY 11
NUMBER OF DAYS $ 70632 . 00
LABOR ADDITIVE $ 20 , 710 . 00
TOTAL LABOR
GANG EXPENSES PER DAY $ 602 . 0011
NUMBER OF DAYS $ 6 , 622 . 00
TOTAL GANG EXPENSES
$ 214 , 991 . 54
SUB- TOTAL $ 10 , 750 . 00
CONTINGENCIES 5 %
$ 225 , 740 . 00
TOTAL
272179E new.xls
Virtual Earth"'
t
to Way
w at3FHnrd -
,
ti 6ridgepmro Grate
U 4
61t46th
_ 4ft St
_
4P1ro
"SSS
44th St
AC
" Wnoftnd curie
42nd Pt
pi
pt
d4 42nd8 _
.. ._. t i
_ 92nd SR .. _,, ,"_ ... 42n d St
!e
Project fz%
Location
'41stst
_ � 1
Vf e q
tp2807NicrasoftCap. a}c 0200JNhVTEV
LOCATION MAP
Florida East Coast Railway
LOCATION : 43rd Street
FINANCIAL PROJECT NO . : 423977 - 1 - 57 -01
CROSSING NO . : 272179-F
RAILROAD MILEPOST : 225 +632 '
STATE OF FLORIDA
DEPARTMENT OF TRANSPORTATION
OFFICE OF MODAL DEVELOPMENT
DISTRICT 4 RAIL OFFICE
PROJECT SCOPE AND COST ESTIMATE
PROJECT INFORMATION
Financial Project No . : 423977- 1 - 57 -01
FAP No . : OOS4-046 -J
Location: 43rd Street
County : Indian River
Crossing No . : 272179-F
RR MP : 225 +632 '
Company : Florida East Coast Railway
This project scope and cost estimate was prepared by :
District Rail Specialist
PROJECT SCOPE AND COST ESTIMATE
FL&G, CWT , Cabinet
$ 2253740 . 00
TOTAL ESTIMATED COSTS " . , $ 2259740 . 00
th
s
IVA
r» yfi
, .
.. o- le, Ic
d f
We 11 Ir
IfA
5
If f, I
fI
• r R v fee,.�fe � "7 r '"�
r
y ; w '
T
If
if
ti a �wr
le I fee
i) I If
ah I If 'I r
feet444
lir free o- v ^'""` A KIIIrte v"" a s1i
a, It a a ' " ' A J7 If V I
If 0
m
m
4
11 11
T IJXRf rt R
pp
W cIt 1 fee
�1
If let
m
Of I
If
YI IS
P nNn A III1 ej I I Y yy'a yy $ h A
A ! f ) It .
IY
fee
t n d } eff" .e :a+ w g a3{ ,.
:.. .. , . " 11
e, It I - I'le
Fr a ra . ,rn r +rtt rt. i
q
Y °
j w A ri J V left- »� Ak fettle
L }a7 v2 f k • If
1
1eIIZ� feel I 1, 11In III ef
I If
' Ef
III A
let 'r If
If
Y F� 4 yy f 1 q
s
fee
Ile I
yp *" ^kxy N°"� yr V &a ek^�' '✓ '. 'A' R beik`J
a
p
If
tell
fee
fee rr L,
kWofte
I OW
}. n
N
feet
1 a4 let ll
..J x4 .✓ ILl
,tt ,
d f'ka yx
le
�) 1IIIM
�y , `
o- S 15 r.1 ' ix �el
�gA
If, adxr
�� a > 'a a 0 a * w�'fee, I , CII
t x- t If a
IK; feeI °t '" ' w.� If
ti 5 r
a„r y effe
a
AY "
e � ...
iar • Af?c » v e, .
If.III
I If feet
It
if
^✓ r el'I2 - r4c" 556F
fee
fee
rrret�'� feeletr.r j'.'vSte, P 1 Al ^ .
re
tell fee
,tlet + ` •• '
r
fellIIf
III ter, LII
Y ' It
� (
w e ' If 7
Ileof e R free +
F � •
' R
Ile le,11
SIf
.i'7N
z _ .eaaessu�
Crossing Shoulder Pavement
See Index No. 560
Povement Edge
Crossing Shoulder Pavement ;;-�. Or Curb Centerline Of
See Index No. 550 Centerline Of y
Railroad Gate Railroad Gate Trovelwa
:�. /C
Or Signal And - - - - - - - - o c Or Signal And Tra ve/way` 1
Gate Gate 1 1 Ijl
— — — _ — 4 � t+f
� — Povement Ede '
y — ( roveayT
lw _
Shoulder W
_ _
Line Povement Edge
( Trovelwoy)
Railroad Gote Or
Signal And Gofe j t t {
Shoulder
Line _ _ ~ ONE- WAY TWO- WAY TWO- WAY
_ _ _ _ _ _ _ — _ _ _ _ _ —
(Mountable Curb Undivided Divided Multilane
Or Shoulder) 2 Or 4 Lanes (Mountable Curb)
Railroad Gate Or Note
SignalAnd Gate Arrows denote direction of troveloot lone indication
o FIGURE 1
SIGNAL PLACEMENT AT RAILROAD CROSSING Medion Gate Length Requirements
See Note 5 Sheet 3
(2 - LANE DESIGN) `p
SIGNAL PLACEMENT AT RAILROAD CROSSING
(4 - LANE DESIGN)
Gong Type Varies Genera/ Notes
Gong Type Highway Crossing Bell Bock - To -Back
Highway Crossing Bel/ Varies 1. No
g y g Bock - To -Back (I Minimum Per Crossing) Flasher Units guardrail is proposed for signals;
however.
(1 Minimum Per Crossing) Flasher Units q. some form of impact attenuation device may
r1[ be specified for certain locations.
BJ_Backk 'D fl' I Back - To -Bock O O 2. Advance flasher to be installed when and
FFlasher Units Number Of Track Signs Is Th lg if called for in plans or specificotions.
v 7 Option Of The Installing Agency
ti cWhen Automatic Gates Are U ed. J. Top of foundation shollbe no higher than
e Back - To -Back
� 3 Hosher Units Edge Of Background Or Z �ZApprooch Z 4 " above finished shoulder grade.
Port Nearest Highway TRACKS Width Min. 4. Type of traffic controldevice
� 9 Y ock - To -Back TRAcas5 ISS o ]2 " lasher Units
I Flashin si nals
P7„ O 12" Q16 " Alternate - 9 9o " °� _ 7" 5 Mo
Ref/ectariZed Red 0 12 11 Flashing signals with cantilever
- And White Sheetin e 7 111 Flashing signals with gate
CrCrown Of Roodwo m Crown m m - — g' ^ rn 3Roy k x 27' - Both Sides
IV Flashing signals with cantilever & gate
!0' Min. x Of Roadway n g V Gate
an Tro4 " Max. Trovelwoy 10' Min. s 4 " Max. Crown Of Roadway Iy ,V;,,. Trovelwoy
10' Min. + i i c ! 4 " Max.Trove/way ;,� .' �° )o' lsin. + °' S. Class of tral/ic confroldevices
4 " Max. 1 Flashing signals - one track
11 Flashing signals - multiple tracks
Par Paved ShoulderL III Fleshing signals and gates - one track
Paved Shoulder Paved Shoulder IV Flashing signals and p
See Fig. 1, This Sheet 9 9 gates - multiple tracks
TYPE I TYPE II TYPE III TYPE IV
Note
Two separate foundations may be required (one for signals, one for gate)• depending on type of
equipment used.
+ When 10 ' is deemed impracticle the contra/ device can be located
as close as 2' from the edge of a paved shoulder but not less than 2008 FDOT Design Standards Lost
6 ' from the edge of the near traffic lone. ReNefon i sheat No.
RAILROAD GRADE CROSSING 07/01/05 t of
TRAFFIC CONTROL DEVICESIndex No.
17882
Railroad Gate Or Railroad Gate Or
Signo/ Md Gate Signal And Gate
N........... b ..
......................... ................................. .... .... .. ... .. ................ ........
........................................................... :. 11 ................... ....... ...... 11..........................
........................................................... ... ........ �w.te:0 •::::wl:::::::�:::::::::::::::::. :::� ::::::::::::::::::::::•
...........................................................
Sidewalk Sidewalk
........... ............ ........................ .:.....R.................... ::::::...........................
.:s� ............. ............ ................ ..... GENERAL NOTES
......1 . G
IO� 1. The location of flashing signals and stop lines shol/ be
Signa
Railroad Cote Orl And Cote _C established based on future (or present) installation
Signay � G o / gate with appropriate track clearances.
.......................... ....... :::• ::::::::::::::::::::::::::::a:::::::::::::::::: ............................... .............. ....
2. Where plans callfor railroad traffic contro/ devices
............................... ............... . ...................................
4 ' Side walk Side wol l0 6e installed in curbed medians, the minimum
. ............. ................................................ .......... ::::....... ... . .... . ... ..............................
median width shallbe 12 .-6 ,.
1. ...:::. ...:. .. ................................................. .......... C :::::::::::::::: :: :::i:::i::_' ............................
..
.. .:.: ....... ......� ................................................ ...:::. ..............................
......... ..........� ::::::::: :::::::::::::::: .:i:::i :.
.......io . .. ....... b J. Location o / railroad traffic control de vice is based an
the distance available between face of curb & sidewalk.
Railroad Cote Or O ' to 6 ' -Locate device outside sidewalk.
ACUTE ANGLE (AND RIGHT ANGLE) Signal And Gate OBTUSE ANGLE Over 6 ' - Locate device between face of
curb and sidewalk.
SIGNAL PLACEMENT AT RAILROAD CROSSING SIGNAL PLACEMENT AT RAILROAD CROSSING 4. Stop line to be
(2 LANES, CURB & GUTTER) perpendicular to edge of roadway,
(2 LANES, CURB & GUTTER) approx. 15 ' from nearest rail: or 8 ' from and
parallel to gate when present.
As A Minimum, Position
One Flasher Unit Over
Lone Separation Lines Bock - To -Hock
Gong Type (More Than One Flasher Flasher Units
Highway Crossing Bell Unit If There Are More
Cong Type (1 Minimum) Gong Type Than 2 Approach Lanes).
Highway Crossing Bell Bock - Ta -Bock Varies Per Crossing Highway Crossing Be# Gong Type
(1 Minimum) Flasher Units (I Minimum)
Highway Crossing Bell
Per Crossing Per Crossing (1 Minimum)
8 � Per Crossing
Flasher Units Number Of Tracks
Q O Signs Is The Option Bock - To -Bock
Back - To -Back Of The Installing Agency Flasher Units
� When Automoiic Gates
�2 Edge Of Background Or : Are Used.
Approach Part Nearest Roadway mxcxs Approach m�cxs Edge Of Part 5T Max.
Width Mie : Width
4 N 16 " Alternate Nearest Highway
N �'• c o Ref/ectorized Red c - c o in. —
c_ o Q And White Sheeting, 1 O 1,_6.. 6 x )
Bock - To -Bock a Both Sides io Y 'Mo rn - 5 ' Trovelwo 0
Crown Of - 'a Trove/wa ]"Mor. Y urn. /
IS " I 15 " Flasher Units ° O g0 ' y Y c o 27" I / Sidewalk
Roadway e to 1 ^ g ti n a 2
' a o Crown Of : 4 a
$ ' Min. b m 3'- 6" Min. Crown Of 2 - _
Roadway i c Trove/way. 2 '-6'" 3' - 6" Min. Gown Or b Zo 2'-6 Sidewalk _
Trovelway Vanes 2 • r` v 4 '-6 " Max. Roadway Roadwa 61 Min.
1 Trcvelwoy 4 ' 6 • Max. r F
_ . . �: .. ._ : .
Sidewalk � � 1 _ _ 1 4 ,. Max.
Sidewalk Varies I _ L
See Figure No. 1, Sheet / '-See Figure No. 1, Sheet l
TYPE I TYPE II TYPE III TYPE IV TYPE V
2008 FDOT Design Standards R4=ian sheet No .
RAILROAD GRADE CROSSING 07I01 /00 2 of 4
TRAFFIC CONTROL DEVICESIndex No .
17882
RAILROAD CROSSING AT RAILROAD CROSSING AT RELATIVE LOCATION OF CROSSING TRAFFIC
TWO (2) -LANE ROADWAY MULTILANE ROADWAY CONTROL DEVICES
Stop Bar Perpendicular Stop Bar Perpendicular
To Edge Of Travel Way to Edge Of Travel Way 8 ' - 0 "
Or 8 ' From & Parallel Or 8 ' From & Parallel To
To Gate When Present. Gate When Present. Gate Or Pavement
Flashing Signal Message
24 " White
With Gates White
24 " White �
Future Gate
Location m DO NOT
-10, Sp
10' q� ON
TRACKS , p
Mtn. 4 R8 - 8 Stop Line
5 " Dbl. Yellow
For Use Near
Signalized Flashing Signal
6" Dot Yellow Intersections
N (If
Not with Gate)
� yl
Edge Of
Tro vel way
As Required U
10,
dry' 10'
- - • - =- = Future Mm. Railroad Protection
f Gate 4 Device Is Not To Be
Location 24 " White Located Within 12 '
24 " White ---( Li The RR Center
Line.
24 " White
24 " White
NOTES:
o Q I I 12"L When computing pavement message, quantities do not include
N Htraverse lines.
6 " Dbl. Yellow h
2. Placement of sign WI0-1 in o residen tial or business district, where
low speeds are prevalent, the WIO -I sign may be placed a minimum distance
b o I of 100' from the crossing. Where street intersections occur between
N
N the RR pavement message and the frocks an additional W)0-1 sign and
NKK N odditionalpovement message should be used.
J. A portion of the pavement markings symbolshould be directly opposite
o R R I the WiO-I sign.
N
4. Recommended location for FTP -61 -06 or FTP-62 - 06 signs, 100 ' urban
W10 -1 & and
' rural. See Index 17355 for sign details. �n
tt W10-1 300
5. Gate Length Requirements
24 " White For Two - way undivided sections;
The gate should extend to within Pof the center line. On multiple
24 " White approaches the maximum gate length may not reach to within I ' of the
center line. For those cases, the distance from the gate to the center line
shollbe o maximum of 4 '.
SPEED " A
MPH IN FT. For one - way or divided sections:
60 400 The gate shollbe of sufficient length such that the distance from the
gate tip to the inside edge of pavement is o maximum of 4 '.
55 325 4 •
50 250
45 175
40 125
Last
35 100 2008 FDOT Design Standards R. Shoat No.
URBAN 85 M/N. 07/01/07 3 of 4
RAILROAD GRADE CROSSING Index No .
TRAFFIC CONTROL DEVICES17882
I
Specified Length Of Gate Arm
Red Steady Burn A
450 0
27" (Std
Varies 4 '-B ^ Min.
g Red White I I I I I I I o (2 '-6 " A4 l
ko ko o u T e F Curb
Red Flashing Lights ; a yp I
12 '-5 " Min.
6 " Min. Height
Crown Of Roadway 1 ' 1
MEDIAN SECTION AT SIGNAL GATES
_ _ _ _ _ _ NO TE:
For additional information see the "Hanot On
Uniform Traffic Control Devices ", Port 8:
The " Traffic Control Handbook " , Part 1/111:
and AASHTO "A Policy On Geometric Design
0I Streets And Highways ".
0
N
tltItIt
PLAN
RAILROAD GATE ARM LIGHT SPACING
Specified Length Dimension Dimension Dimension
Or Gate Arm "A " "B"
14 Ft. 6 " 36 " 5 '
15 Ft. 18 " 36 " 5 '
16-17 Ft. 24 " 36 " s ' MEDIAN SIGNAL GATES FOR
I8-19 Ft. 28" 41 " 5 '
20 - 23 Ft. 28 " 4 ' 5MULTILANE UNDIVIDED URBAN SECTIONS
24 -28 Ft. 28 " 5 ' 5 '
29 - 31 Ft. 36" 5
32 -34 Ft. 36 " 7' 7 ' ( THREE OR MORE DRIVING LANES IN ONE DIRECTION, 45 MPH OR LESS)
35 -37 Ft. 36 " 9 ' 9 '
38 And Over 36 " 10 ' 10 '
2006 FDOT Design Standardsn. „ Shoat No.
RAILROAD GRADE CROSSING 07/01/07 a of a
naax No.
TRAFFIC CONTROL DEVICES
17882