R10-005
II
t.jlM fil"
1
2
3
4
5
6
71
8'
91
101
111
12\
131
I
141
I
I
151i
II
1611
I
17\1
1811
191'
I
RESOLUTION RIO- OOS
A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF
BOYNTON BEACH, FLORIDA, AUTHORIZING THE MAYOR AND
CITY CLERK TO EXECUTE A RAILROAD REIMBURSEMENT
AGREEMENT FOR THE INST ALLA TION OF GRADE CROSSING
TRAFFIC CONTROL DEVICES, AND FUTURE MAINTENANCE
AND ADJUSTMENT OF SAID DEVICES; PROVIDING FOR THE
EXPENDITURE OF FUNDS AND PROVIDING AN EFFECTIVE
DATE.
WHEREAS, the State of Florida Department of Transportation is constructing,
reconstructing or otherwise changing a portion of the Public Road System on Northeast
lOth/MLK Avenue which shall call for the installation and maintenance of railroad grade
crossing traffic control devices for railroad grade crossing over or near said highway; and
WHEREAS, the City Commission of the City of Boynton Beach upon
recommendation of staff, deems it to be in the best interest of the citizens of the City of
Boynton Beach to award and authorize execution of a Railroad Reimbursement Agreement for
20
the installation of grade crossing traffic control devices and future maintenance and
21 I
22 I
adjustment of said devices.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF
23
241
251
THE CITY OF BOYNTON BEACH, FLORIDA, THAT:
Section 1.
The foregoing "Whereas" clauses are hereby ratified and confirmed as
being true and correct and are hereby made a specific part of this Resolution upon adoption
26
hereof.
27
I
281
II
2911
II
30!
I
I
I
I
!
Section 2.
The City Commission of the City of Boynton Beach, Florida does
hereby authorize the execution of a Railroad Reimbursement Agreement with the State of
Florida Department of Transportation and the Florida East Coast Railway, LLC., for the
installation and maintenance of certain grade crossing traffic control devices designated as
l\apps3IautoIDataI64\ltemsl641864\426\Reso _-_FOOT _ -railroad_ Reimbursement_ Agmt. doc
II
,1110 "'t'I~
Financial Number 42575215701 on Northeast lOth/MLK Avenue which crosses the right of
11
I
2
way and tracks of the Florida East Coast Railway, LLC., at FDOT/AAR Crossing No.
3
272478-M located near Boynton Beach, Florida. A copy of said Agreement is attached hereto
4
as Exhibit "A".
5
Section 3.
That the City of Boynton Beach assumes its share of the costs for future
61' maintenance and adjustment of said grade crossing traffic control devices as designated in the
I
7 Railroad Reimbursement Agreement.
8
Section 4.
That the Mayor and City Clerk are authorized to enter into such
9 Agreements with the State of Florida Department of Transportation and the Florida East Coast
10 Railway, LLC., as herein described.
11
Section 5.
That this Resolution shall take effect immediately upon passage.
12
PASSED AND ADOPTED this Sill day of ~ 1
,2010.
\426\Reso_ -JOOT _ -raliroad_Relmbursement_Agm\.doc
I
131
14
15
16
~~I
19
201
21
22
23
24
25
26,
271
281
29
30
31
32
33
341
35
I
I
ATTEST:
.P~
CMC
CITY OF BOYNTON~EACH, FLORIDA
^ ," /~
R.IO -00 5"
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
725-000-27
RAIL.
OGe. 10/06
RAILROAD REIMBURSEMENT AGREEMENT
GRADE CROSSING TRAFFIC CONTROL DEVICES - MUNICIPAL
FINANCIAL PROJECT NO. ROAD NAME OR NUMBER COUNTY NAME . PARCEL & Rrw NUMBER FAP NUMBER
42575215701 NE 10th/MLK Ave PALM BEACH 00S4-04 7-J
THIS AGREEMENT, made and entered into this I day of 1E8/Zl/lJ-ttj ,'Zt:J /0
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 Duvall
State of Florida , hereinafter called the COMPANY; and the City of Boynton Beach
a municipal corporation, hereinafter called the CITY.
WITNESSETH:
WHEREAS, the DEPARTMENT is constructing, reconstructing or otherwise
System, designated by the Financial Project ID42575215701
on NE 1 Oth/MLK Ave
tracks of the COMPANY'S Milepost 311+3505'
FDOT/AAR Crossing Number 272478-M
as shown on DEPARTMENT'S Plan Sheet No.Map Location
changing a portion of the Public Road
, which crosses at grade the right of way and
, at or near Boynton Beach
, 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.
Type III
The COMPANY shall furnish the necessary materials and instalJ Automatic Grade Crossing Signals
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 CITY and fifty (50%) percent shall be borne by the COMPANY, as enumerated by the Schedule
of Annual Cost of Automatic Highway Grade Crossing Devices attached hereto and by this reference made a part hereof
and subject to future revision.
"
3.
After said signals have been installed and found to be in satisfactory working order by the parties hereto,
the same shall be immediately put into service, operated and maintained by the COMPANY so long as said COMPANY or
its successors or assigns shall operate the said signals at said grade crossing; or until it is agreed between the parties
hereto that the signals are no longer necessary or until the said crossing ;s abandoned: or legal requirements occur which
shall cease operation of signals thereat.
725.()OO-27
RAIL
OGC . 10108
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 thal the cost of maintaining any
additional or replacement signal equipment at the same location will be shared as provided under Paragraph 2. above.
4. Unless otherwise agreed upon herein, the CITY agrees to insure that at the crossing the advance
warning signs and railroad crossing pavement markings will conform to the U.S. Department of Transportation Manual on
Uniform Traffic Control Devices within 30 days of notification that the railroad signal improvements have been completed
and that such signs and pavement markings will be continually maintained at an acceptable level.
5. The COMPANY hereby agrees to install and/or adjust the necessary parts of its facilities along said road
in accordance with the provisions set forth in the:
o (a)
DEPARTMENT Procedure No. 725-080-002 Appendix D.4, and Rule 14.57.011"public
Railroad-Highway Grade Crossing Costs", Florida Administrative Code.
181 (b)
Federal Highway Administration Federal-Aid Policy Guide, 23 C.F.R. Subchapter G, Part 646,
Subpart 8, 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 $ 205,650.00 . 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.
725-000.27
RAIL
eGC.10108
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:
181 (a)
o (b)
o (c)
10.
Actual and related indirect costs accumulated in accordance with a work order accounting
procedure prescribed by the applicable Federal or State regulatory body.
Actual and related indirect costs accumulated in accordance with an established accounting
procedure developed by the COMPANY and approved by the DEPARTMENT.
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.)
The installation and/or adjustment of the COMPANY'S facility as planned() will
@ will not
involve additional work over and above the minimum reimbursable requirements ofthe 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):
o (a)
o (b)
o
% 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).
(c)
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.
$ 0.00 credited for 0 betterment 0 expired service life
o 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 - 10108
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 DEPARTMENTS 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."
725-1)00-27
RAIL
OGC-10108
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
Department of Financial Services Hotline, 1-877-693-5236.
18. Records of costs incurred under terms of this Agreement shalf 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
7254)0-27
RAil
OGC-10108
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, 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.
21. In accordance with Section 287.0582, Florida Statutes, the following provisions is included in this
Agreement:
The Department's obligation to pay under this contract is contingent upon an annual appropriation by the Florida
Legislature.
22. TA€ COMP/'.NY €:ElVenaRts aRe agrees tAat it willlAElemflify :ome Rale Aarmless tAe DEPARTMENT aRS
all af tAc DEP^RTMEPlT'S offiEiers, ageAts. aRa eA'll3la',ces freA'l aAY Glaim, less, aaA'lagc, cast cRaRge, ar e)(fleASe
arisiRg Elut af 3AY 3Ct, actioA, neglect, amissioA Elr e1elay 13'; the COMP/'.NY auring the l3erfarmaRce ef thc c(mtract,
whetl:!er airert ar iAairect, aRS '::hether tEl aAY persaR Elr praperty te ','.'Riel:! the DEP,^,RTMHlT f)r salS parties A'la'( liIe
sulilject, ellcept that Aeitt:ler tjqe COMPJ\NY ADr 3AY af its sUB cOAtraetars will be liaBle uRaer this scctieA ff)r saA'lages
arising Ol:lt of iAjury or damage ta l3ersoRs or pre",ert., e1ircctly causea er rcsultiRg from tt:le sale Regligem:e of thc
DEPf.,RTMENT sr aR't af its offiecrs, agcAts, or eA'll9loyees.
23. Paragraph 22 was stricken prior to execution by all parties at the request of
Florida East Coast Railway, L.L.C.
725.{)90.27
RA"
OGC-10108
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:
pment
(TITLE:
COMPANY: Florida East Coast Railway, LLC
~,~
. 4. " k'OIetZ. -r.:-~
BY:
. (;enmlI~. ...
SIgnals Be C__
CITY OF BOyntonBejCh/J
BY: ~
(TITLE {l. i+~ ANAGl"~.
, FLORIDA
APPR V
./
Legal Review
BY::/'ii .u--~ AYt 1~
Attorney - DOT Date
Approved as to Funds
Available
Approved as to FAPG
Requirements
Comptroller. DOT
Date
BY:
FHWA
NIl,
I
Date
BY:
STATE OF FLORIDA OEPARTMENT OF TRANSPORTATION
WORK DESCRIPTION
GRADE CROSSING TRAFFIC CONTROL DEVICES
725-090.Q9
RAIL
05102
FINANCIAL PROJECT NO. ROAD NAME OR NUMBER COUNTY NAME PARCEL & RfW NUMBER F AP NUMBER
42575215701 NE1 Oth/MLK Ave PALM BEACH OOS4-04 7 -J
RAILROAD COMPANY
Florida East Coast Railway, LLC
A.
B.
C.
D.
E.
LED's/CWT/Preemption/Relocate FL&G's
JOB DESCRIPTION & LOCATION:
TYPE OF ROADWAY FACILITY:
FDOT/AAR XING NO.: 272478M
TYPE CROSSING PROPOSED: III
STATUS AND PROPOSAL:
1. EXISTING DEVICES:
a. None-New Crossing.
b. Cross buck 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.
RR MILE POST TIE: 311 +3505
CLASS: IV DOT INDEX NO.: 17882
{See Agreement dated
(Safety Index Rating 70.04
2. PROPOSED DEVICES:
No revision required.
Cross buck and Disk.
Flashing Signals and Disk.
Flashing Signals with Cantilever.
Flashing Signals with Gates.
Flashing Signals with Cantilever and Gates.
Relocate existing signal devices:
(1) (With-Without) addition of Gates.
(2) X (With-Without) synchronization with highway traffic signals.
(3) (With-Without) constant warning time.
a.
b.
c.
d.
e.
f.
g. X
F.
COMMUNICATION AND/OR POWER LINE ADJUSTMENTS
1. N/A By Others (
2. N/A By Railroad Company.
Company.)
G.
AUTHORITY REQUESTED:
1. X Agreement (Third Party Participating Palm Beach 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).
(Draft attached: 0 Ves
o No.)
)
H. OTHER REMARKS'
Negotiations to be completed by:
Signal installation target date:
Synchronization: (Draft attached 0 Yes 0 No.)
STATE OF FL.ORIDA DEPARTMENT OF TRANSPORTATION
725-090-41
RAIL
OGC - 01106
RAILROAD GRADE CROSSING TRAFFIC CONTROL DEVICES
FINANCIAL PROJECT NO. ROAD NAME OR NUMBER COUNTY NAME PARCEL & RfW NUMBER FAP NUMBER
42575215701 NE10th/MLK Ave PALM BEACH 00S4-4 7-J
COMPANY NAME:
Florida East Coast Railway, LLC
A. FDOT/AAR XING NO.: 272478M
RR MILE POST TIE: 311+3505
B. TYPE SIGNALS PROPOSED fll
CLASS IV
DOT INDEX: 17882
SCHEDULE OF ANNUAL COST OF AUTOMATIC
HIGHWAY GRADE CROSSING TRAFFIC CONTROL DEVICES
Annual Maintenance Cost Exclusive of Installation
CLASS
DES,CRIPTION
Flashing Signals - One Track
cosr
$2,086_00
II
Flashing Signals - Multiple Tracks
$2,760.00
$3,146.00
III
Flashing Signals and Gates - One Track
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:
GENERAL AUTHORITY:
SPECIFIC LAW IMPLEMENTED:
July 22, 1982
334.044, F.S.
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.
HDrida Department of Transportation
Diagnostic Field Review Sheet
Rail-Highway Grade Crossing
/ (, '7 Z Data Sheet
c~"\..\.,,, ,,,-.\, It.:>",
Priority No :1391 County: PALM BEACH City: BOYNTON BEACH
FM, No.
ROW{ : NE 10th/MLKING AV
last Updated: 5/912008 1:49:15 PM
-......"..~.".....".". ~.........-. .....~...........~.~~......'.~..,,~. . .........~....~....~.....~~.....>-......................... ....-.........~...................".. . ......... ........-.... . '. . ".'-' ...~". . _ ..- ',',' y ........,.... . ................- '.' ..'"......'......'.. ...............,.....,.,.-......... ................................... ......,....."..........................'...,... ,~.,......-, ........-........,................'.,.,.,~...."... ............. ''''...,"
RR. Co. : FLORIDA EAST COAST RAILROAD
Station. : 499198
Latitude: 26.5363
R.R Crossing Status : OPEN-TRACK ACTIVE
RR. Branch. : MAIN
RR Milepost: 0
Longitude: 80.05851670
As of: 1/31/2007
Rail Operations:
Last Updated: 2/112000
,. ........... ..... .......... ..... ..... .............. ..v.... ,. v,..,..............,. '"'.''' ,,, .............. .......,........................ .............. ,..' ........ ,-. .......,...v ..... ,.. ""V"_'- ',0,0.,"" ,.... .......... .,.........,.... ....v.......... .... h..........,... .v.".,.........."..........,.......v..........v........ .~... ."......v. ,.,......................
Train Movements :ff Z. ~'
Max Speed: pe-' '5'0
No. of main tracks: 1
Effective date: 2/1/2000
Other tracks: 0
Warning devices:
Last Updated:
Existing warning: FLandG
Preemption: NOT INTERCONNECTED
Type of train detection: OTHER
Advance warning: YES
Physical data:
Last updated: 8/1412002
RR Crossing angie : 60-90 DEG
No. of Thru lanes: 2
Crossing condition: EXCELLENT
Maintaining agency: COUNTY
Highway speed: 25
Other lanes: 0
Approach condition: MINOR
Department data:
Last updated: 1/3112007
.. ',' <......., '.<"~ ..._....<.,........... ...;.;.;. '.~'.~'" .;... Po ....;.....,.....,.....,.. ~~',':."'...'," ..... '~H" .... "."l':'.... .-.-:. .. ....,... ......_~...;......... .......
Traffic vol.(AADT) . 4441
School bus count: 4
Percent trucks: 0
As of . 2003
As of : 2008
Safety data :
Last updated5/13/2008
............ ........... .--...... ,.... "." 'V."O:' .... '.~".'.'_'.',",.,...'" \.. .......... .....".,..v .,>,.."..,......,...",. ,--,........,......,...v .... ',h.' ,..... ........ h.... ..... "~.," ,. ........ ..~...,.............. .n....... ',. '.'_,' .... .....,.,... .... ....,... ,u.,.' ,."...._._.....~___.... .............. ....,._ .._...,.,.,...... .,...... "...
Pred. accident/year: 0.0176 Recommended warning device: FL & G
Safety index: 70.04 As of :5/1312008
~~~.~:~~~f.~.:~;.~I,~~~::t:~~~{~~.:~:~..._L}~._7.,'."t(O,~..A.~~.~~L~l'2"I,.A:.."'..bf:(0.,-t~s.,i.~.N.~raJlwfst9fJLI.9,qdfA,__""w'",wMw,
..F-.......L"--'..c."..@,'-.":;1"!..('4,..1..,.S;!..~.1......."..".,....w....,....w.w..............w..w......................w...........w......w.,.....".............................................w...............,..,.......w.....w.........ww..............."....................'w..w.......w......,.......w............
,'.. --.. ".. ........ .... .~...'.,..,... ..'_.' ..'..,-.... ,,'h. ...... .....,,~.... ...~......... ..". n. .,'.........,.... .., ........... ... ...".. ..... .....,'..'..'..'.. ......,... ..... 'u. ~,... ....'.. ..._..... ......._.',......._................ ._._...._.,.. .'.,.. .'..n... _ ........ .... n~.
R~i,~~ ,:~a:1?~:me~~ati07s : _ ., t\ ,.., , . '
.........t.."_.....__.....~"'...........,,,..,....._......~,;:>^y......."....,t.J..LO......"Jw.wb6!:o\....,~J3.....1<.~,1(cg.""L..e,.'{_....1:\..~r::.,.........,t.Je.....c;:JI. ,..p~>.:'.f,':,~~.~I"d: ~ {.t.'::1"s
ZiJ!t~b3;::::;;:]J1F=~;;~=:;;y;J;;::=:':::':"::::=="::==:==:::~~':"="==::'
Date reviewed:
by:
~eview team personnel:
J:I/webappO 1.dot.state.f1.uslRailHighwayCrossingInventorvrni::lann~t;rot:'lAD. "..D __LTl _ _. 1..
,
~~~~ f------~--~---
, -r ~c~~_ ~-=Z-.- -- - --
-~, ~-_.----- ---------------.
.__.__...__JJ_ _ _ .....
1\ 7f^ - ! ~ Z .----------~---r\-l-~------~-
-------n-[YJ ~.L--~_lL__- --_...-LZ--8_-Z.B-I~.._.__-.._...
~-Z W:t-=~ ;~~~~(~~~=.~-=
-. .-#---t......-JO....L...9,b.-~6/..::,"""-.::...L.e.4..~Jl..p ..... - -..------.._--__....______._.._.__
----=l1-Jill.~-\--=-,~ J..-.;;;;:;:L~- o~-N13 ~~"'~ 1l. _L;_-~
Ii ('-;;?,t I \.Ie
.-" II. t-,G" , ----.-i1....-~..---{--J....~~..s.~--- ..-=-
_____,,_ II C-. L. ~.!!J...- ~ \ \ 1"/ CS c-- -r
--=r;~__:1~L=---=-- ~ _~- _ --=
___--LL~~~J:: ~'J."" ---.C----- -..- /~---: (~
____.___.. II ~.~ ____~O. ~L_~~~--- . ].----.-------.----.------------
~.---~.---I---rr;- --..-.-----
.------1'. ----- - -. ~~..J~-tili-.e_q~j}~~odJ~----.--.----.
..-.._-I't-.
r -,--.. . .-- ,,------ --,,-
-------.---]11.---..----.----.-..-.........-..-----.--.-..------- .. -......--.-..-.---...-~--..-.------.--.------
I
Ii
~~.._----=.-J.~I!--=.~-~~~---- -7~~1t"q,~,L.. _:--.-----~-------..--.-----
~~~, ?-J-- _-.::J _____".._.__________________.._R~.~
..__.,,_...___...~L-----n ...._....._....__.__._._____.. _____
-----+~~k.Ao~<<~-~--l,yl-+ _____~____-
--......---...--.~-........-.----.------_..i'--_..---------.-----.--.--------....---....--...-......
iI '
-----.~.'"..---. ----t.r---.....-..,--..--.-..-.-~--~--L,..-_....-------..-..-----.-.--.------'.-------.,-..-.-..----.
Ii
--.-----+1-----------.--.--- ..-
I,
- --_._-_.._--~--=--=~~~-==--=~=-~====--
I:
....---.....-1L ---~-.---..---.---..-.-_.-...
:1
'1
~----=-[~=- ..-._~~~-~-~===~-~_..~~ ~-~:~----~==~~.
I)
--...........----.-ti-----.-----~-----.--~~---_.- .~-.--~----.-...--..~---
'--- -.-.....~t--------_.--------_.-.---.._-_._-.-.-------------.-..------
.-...--..-.-4...------...-.-...........--.-.---..---.--..----.------'-'----"~-----' .------.--
!I
-...,.-.--.--------..---....-'r)'---.~-----'_...--------.-.---.-~--------
----.-fr-..-..--------.-----.-~-----.....-
;1
.---~~-.._------l":..-.,-_.....--..-.._-....-~.--.~.--.---------------. .--.------
:1
-~--~-:_1-,---------~-
ii
!i
'I
.......---. -.- -. -'-"--'------TfU --.'-.-..~.,...'-" .-.--"----.. --- -..-------.... -- ---- n .. -----.--.- -.-- ---- --.- - - -- ----- --.--- --- ----~~------------------------- ---__
._n ........ .. ----- .----..-.-..-......--..__....... .-__..__..._____..__.____..._____...___.________.._.._~___..___---___._...____.__... J.'
e
2008/2009 DIAGNOSTICS
FLORIDA EAST COAST RAILWAY
OFFICE OF THE GENERAL MANAGER
OF SIGNALS AND COMMUNICATIONS
DATE:
FILE:
TYPE,
CLASS:
NO. OF DAYS,
AAR / DOT #:
MILE POST:
09/02/08
10.2
III
III
10
272478M
311+3505 '
project 1Ype: FOOT
ESTIMATED COST FOR HIGHWAY CROSSING WARNING DEVICES AT MLK BLVD (BOYNTON BCH.).
This estimate should be considered void after one (1) year.
MATERIAL
GATES
GATE FOUNDATIONS
ADDITIONAL FLASHING LIGHTS
12" LED RETROFIT LIGHTS
6' X 6' WIRED CASE, WITH HXP-3R2
GENERATOR CASE w/ TRANSFER SWITCH
BATTERY BOX
BATTERIES, SAFT SPL250
MISC. GROUND MATERIAL
CONDUIT & DIRECTIONAL BORE
CABLE
MISCELLANEOUS RELAY EQUIPMENT
POWER SERVICE
MONITORING EQUIPMENT
SANITATION & DISPOSAL
FREIGHT & P~NDLING
TJI.)(@6.5%
TOTAL MATERIALS
UNIT COST
$500.00
$575.00
$2,464.00
$140.00
$75,260.00
$2,870.00
$675.00
$250.00
$1,671,17
$45.00
$7,200.00
$1,120.00
$1,800.00
$10,725.00
$1.500.00
EXCAVATING EQUIPMENT PER DAY
EQUIPMENT RENTAL PER DAY
FORE~~'S TRUCK PER DAY
GANG TRUCK PER DAY
SUPERVISORS TRUCK PER DAY
EQUIPMENT TOTAL
$181.00
$125.00
$35.00
$63.00
$35.00
ENGINEERING
ENGINEERING TOTAL
$7,500.00
CONSTRUCTION SUPERVISION
LABOR ADDITIVE
SUPERVISION TOTAL
$377.00
LABOR PER DAY
NUMBER OF DAYS
LABOR JI.DDITIVE
TOTAL LABOR
$1,261.24
10
GANG EXPENSES PER DAY
NUMBER OF DAYS
TOTAL GANG EXPENSES
$602.00
10
SUB-TOTAL
CONTINGENCIES 5%
TOTAL
272478M.xhl
UNITS
2 EA.
2 EA.
1 EA.
a EA.
1 EA.
1 EA.
1 EA.
30 EA.
1 PKG.
100 FT.
1 PKG.
1 PKG.
1 EA.
1 PKG.
1 PKG,
10 DAYS
10 DAYS
10 DAYS
10 DAYS
10 DAYS
10 DAYS
TOTAL COST
$1,000.00
$1,150.00
$2,464.00
$1,120 00
$75,260.00
$2,870.00
$675.00
$7,500.00
$1,671.17
$4,500.00
$7,200.00
$1,120.00
$1,800.00
$10,725.00
$1,500.00
$23,811.00
.B~.nJL.QQ.
$152,105.17
$1,810.00
$1,250.00
$35000
$630.00
U.2Q..,Jl..Q.
$4,390.00
~.~QJL
$7,500,00
$3,770.00
.s.L.1.QQ~Q.Q.
$5,870.00
$12,612.00
~Ll2.Q..,..Q.Q
$19,972.00
$6,020.00
$195,857.17
$9,793.00
$205,650.00
~'\i(I"D'OC('
Virtual Earth~
N~ 'i3tll AV~
Iii
!!
~
N,~,.1'Pttl Avrt,...
~~~n8.!~~!,.
if.
.
lB
IE.'r~tlAVjJ
." .',:,~::'~8€:.~'l'- ;"'i~..,...
. Iii'"
~
Y!
_. _ ~.~_L~l~/~xe
NE,ll1IlA'Ye
Project
Location
1 A\.e
_.J _. ' ,
N.< 'i~ r<v.
l .~ "
,.
c!:; "
~,., ,
l
'"
Nf.: 8jh'A.Y':::~
:; (,.~r:?~\-^~;""
1)
',1) f
ShQre- Dr
N~'I\
ifi
~
"'
"
cr
.r.
;e,
'"
"-.\:#,,;''';'',',',,.'''. Z. I.It'n".';o; Ii
1ll1OO8,ru\l1~'1ll.~,lrriIcroutt
Florida East Coast Railway
.~"""Rd
i:
~
- '. ()
,I;
~l\~"0rSW:i)'
.
::>
Nt; 'i?ih.'A;;~":':'~
,!C'
...~Nt 12.U, rlOlrra('J)"....
,~~~~P!:"
t
~",.. Ri(~('.Rd....
~
~t:),0..h.~~"~", .
Boynton Selen
:_N~: ~j,}~~~~',.,"_
..:.:: ~fj)~i;.y .
, ,NE'it~_S~ ..'.:,'.-.
LOCATION MAP
LOCATION:
FINANCIAL PROJECT NO.:
CROSSING NO.:
RAILROAD MILEPOST:
NE 10thIMLK Blvd
425752-1-57 -01
272478-M
311+3505'
STATE OF FLORIDA
DEPARTMENT OF TRANSPORTATION
OFFICE OF MODAL DEVELOPMENT
DISTRICT 4 RAIL OFFICE
PROJECT SCOPE AND COST ESTIMATE
PROJECT INFORMATION
Financial Project No.:
FAP No.:
Location:
County:
Crossing No.:
RRMP:
Company:
425752-1-57-01
00S4-047 -J
NE 1 OthIMLK Ave
Palm Beach
272478-M
311+3505'
Florida East Coast Railway, L.L.c.
This project scope and cost estimate was prepared by;
District Rail Specialist
PROJECT SCOPE AND COST ESTIMATE
Relocate FL&G, LED's/ CWT, Preemption......................... $205,650.00
TOT AL PROJECT COST................................. ............ $205,650.00
~"
x' -. ~\:;
~.t ........... -,0/
"/ _1-- V
{~ ~-~-~'--:':,.-.-., --
,~
~OSS;:;-~:;;:~~OP56:0~::.~.
I ~,
'~<,;'
__ - p,? ~"nrf (;ore
--~--- ~. -~ ______1 .. ~k [)r<,:",:,.,,,IA">(f
- - - -----------.---~--- -~/1!' 'ill~. Gal<
~ ,~/. /
o_,._t:.(~__ ~ ~"/ / 'z'/
- rTTc-I-'l\:;-T ~------i.J;' ~;1; / - ~--
=--=- '_:-?A-~ ,-"Z/f:')'>~--
-- --- I -- .----~ .. ~-- CU..r,I}"-- ~-
;~~"i.' <~~.~~~-- -~, /t~":(.Y~Z~~~'%-~-~~~-~- -~~-~-
\ . /.h' _
--~1I- . ~ //~-----_._----
~~:;,~;o;~(:J<-=t;;" ..','. ~_~-~==;,,-- ---
I C:'OSS:!'U) r:;"!::v!d~" p!)...~,.,~~~t
r----s;~-j~~56~ Roilrooo Gote
1 .:f>9' *~ ~~,>-"' 4-"
i:;J\,,~~~~"~,. <v~=
k ,-- "-0" ;;';;~' ,j,.'Wf -
__":lI'_~~ 'V~- ~_=-~_
Poi",'_" Gol. 0. -4, '-~
<;'7.'lfl' .1,,,,;! Gale ')~ ~
SICNN. PLACEMENT AT RAILROAD CROSSING
12 - LNVE DESIGN)
SIGNAL PI.ACEMENT AT RAILROAD CROSSING
14 - LNVE DESIGN)
eMf} 'YP8 Vari'9s --'~- ~;,~~:'o~;'''c:o<;,~,,,~g .8~P"~- "-.
,.-fg"""'r.y Cr:-.,:",-; Bef/ 8cck- ro-B'JcA r . -~(....- (} ,Vn'r-"J_-: !-or GtoSSltu;l \
(J ,\/"'1."7"1;:..0 Per :'" ::"'Z.,')' F1'.Jsher Units:.....\ _ _ ,~ i:1
8a"'Te60e. 10 @i;-?~ZQl. I! Bac' on To-Bad
"0>'" l/oils _"" ~~ \:: I ~~-U _l(: " /-nos.,., UOilS'~
"'tJ;~ ~~H ~~~~~:O~~7:~e:.W . / ~~9~ Of 8~wk'-:r--':;f".C Or \
2' r---.......-,., ,~7Cl" (~ _~ . \~I porr Necresr ~1;qh....rJy_....
r--- ~'_L/ ., > 12' ~ "-
'Ii., k7 \ ~ ~ ;----.,.",,,,,,., }2"___~
';;0.0 Or ~ ~ ~ j' Crown !J.f ~CG..""GY' -jli~ ~ ~<l~~' r,:.":/ Crown ~ l~ ". l,
((T-Jv,,",y, "'v ~ T, ."'.,, "I r-..:(o,:W 1~ o/_~~r:('''-''x' ;.....~I&,~ ~
7'0'"'''_'' \ "jl'--..- ' 4 I/O,,' 0,.,..,.', \ i UO'Vi.o.>. "4" IleL .. ~i
~ V""'" ~ \ ~__..__l---, ) 1,-'7..~I""C;y. !O'A(:'"f't~
:":"_-=-=::-'-~-p, ,.-k\ =-p-o,'~.'~,-~.. -.,_:.=,..". .~..~_'~;;Z:~"-}'':'3'i;:..(1 . p:;... =-:~;:-~~=-.::~
Po"er..'f S!>"':-~!'d,:,,~.j .. 'oJ....~ -,-- J Paved 5~o~;.'r1(;r"
80<.-To-8ad r' . "ones ~-.....
,. iosher Uml$ ~ I
~=.'
'~!'''rr:r.Pr'' Df "".OCk 5(gtls is Thf ~l~ -----...'~
/)pf'("Jr, Of !.j.J(~ lnS!::-f,I,t">g A9~Il&y -...........
mlel1 ~ld!:,";'1,,:."c Gr~'~::.~e u elf. --............,,_
~ ~ Y'z/ll"rrc':"-,,:f' .....-
V Width Mm. OCk-To-8ack
.) J6..A-'!f>r'1....I11r ~ .:1.F~."..;;~~,umt$. -.f~,\l'::C)
"II-{.) , .t?e(/ec(or:U;} R~d I ~ t> ~. ,.! ~ ! l' '
,-::.':'1 And WJlit.c S,..~(:.,..,<;'-.......... I ~ ~ :!J~ ~
"''t Bo'~ Sirlps ..,. ~'~4' I, j--~
/ - I I .:~-r"1' ,., <IT ". ~'1"-1?-i.' ,-: :
,-J Uown ?",;"'''''1vt: ~~ .e;; ~ ~i 110.l4m" ~! I II 4" Moy.
",."",.~ ~l, ,~-:t-----.~ -"J ~ I
4' Mo.' ... ;~O_ ;'-( :~:;:~~i:Z::'::~~^c:,;L ~
S~e Fi9 J. 1"""5 Sh>;>et
TYPE
TYPE II
IYP[ III
IYPE IV
{. ~;"~l;~r-f t;'agf" --,,\ C::":cr('~~ Of
I \ ~.o:ecl'''. IJ/ \ ( '--.", -, -,
\ "",',<." "\ \ \ )
I I~J 1 ~ ' ,
i, I ~ ! · 1~11 ~l
I i I I " ,
l~ I i'~ =r=r-1t::T
I t I I I I i
I I ,it I I
ONE-WAY TWO-WAY TWO'" WAY
;'Mcu'!!oblg CfJ"'1'> ~!r"J!:!':":':!-r!''''
Or 5110 IJ!(f~' J 2 Or 4 !. O/le ~
(}1',,-'-:;rJrf ".f!,;'(i!Cr"~
1',f~i_'~~':J~.''! CUl'bl
Not~ ;
4rrDws (fer-ole dlreC{lon of .'r:;\'{.','C';'CI '<"]~... ':,';'C!'I'cr
FIGURE 1
Gale Len9;~ P~q(."!!(""r"'f~
See Nolf> 5 SJo,~g! ).
c;l\".,~rc"'.I('I~:;
1. Ne 'J'J-':rd"'".!I,II~ ;~~"":.."'~~~C fOr "J;-rv{l"'("'.
some ;~rm clf Impact ae"'ce moy
be specified (or c:!rram '?,C';ri~r$
2. A:::'.'.::-r.ce "?,!,"!" io t-~ ins !;:;!f~d ...'le'l arlO
JI' caNed lcr m p!<lIl~ or S:J~c'r:,.)!:",,~~
J, 4~?~b~:;()~.~~.:~.r~.~~ :.:~~.':,;.;: ;;o~;"ltY t"or,
4 Type 01 Ir"or;ic ....'l!'l'(_'::','!!',,{"1'!
1 n,"7!~':"q sig.'1-tJf5
}r FI..-,-;I-,:.':J ~;'},"~"" _If> ~~~n(!,
iJi nos,"':"; <<;:'Jn~l<; ....:rl-,
}V r,lO~Ill'-Jq '519"C;.'$ ...,tn & <}(Hc)
V Co/",
S. ClOSS of irorfic ,-:,:,'1""1':" '":"(';..-:-.....'l"
j F:,:st-,,,,~ SI900.-'S .- one tf'CJ!:k
if FJoShU"l(l signals - f'<')I'''S
iff ."1",;1-;',"; ;;:;.~;!-; r;r>ry one (loc1-;
!V FII),<::...,....; <;'gnc.I... and ga!~S" ""f'~"!f' (rC:.;:!<
Wiler, 10',S" ''''.P~r,.r.~~r!~ Ihi'! ,-c,.,frr.lc~",'-r"! c-nn be !'\('af~d
0.1 ~'Qse os !rorn Ille e0:19'1 cf (] po vitO ';/'lou/ril:' bu: nol (f>SS f/lOf1
6> "0'>" fro,;: "t(fqe Of tf)~ r,ec>r /rfJfT,C loti!!.
No(~;
Tot-v ."if!(Jnr(;te 'rJ: ,-d:;I'~'"'-,; ('('Joy be r"equ..r"!d (Q,"1,e iar" ~i9r>els, one for goftlJ. .-:r.{'!:.rdi-:") Or' Iype ~r ~?, ,," ., ,
8h.lII>l l\ll'J
@
2008 FOOT Deslgn Slandaro.
1014
RAILROAD GRADE CROSSING
TRAFFIC CONTROL DEVICES
_",..."/~~:.!;j ';o!p Or
S:g"''!II!r.rf Celt'
~~
-+
ACUT[ A-'VGLt. (AN:; RIG!!T ANGLE)
SIGNAL PLACEMENT AT RAILROAD CROSSING
(2 LlWES. CURe 8< GUTTER)
f;~,fr'J"c C~te Or
S ,:.;"r,t Jl.,... Go~e --....
"':'{/""""j '. -. \.3j'-' ;:,~l~J. '. '. ':.'
-:.~-, ---,-~._.
....~J..,-.....~
.:.... : .. 1-' .' .
'," )~'C-~-
GENERAL NOTES
I The fo,r;{;(';<' of "Qo!--"9 <::;'J'l~_!<; anr1 $(.00 /I(1!"5 ,;",.,,' "4>-
eo;-!-.':".,,"t!"(" ~';:;^!-: on j'.J((Jre (or pre!';l'~!! ,~~;tcf!~i;""!"
of gofe r","th ')Pfl~~r'~;~f," ;r!::~" .-/,!"r'1n~i!:S
2 w,..~~~ ptons col/fol' 'I)'''''(VV! fro/fn: ~f)~~',-.:rc.;'..",~~o;
10 be ,'-:,s",!/..r, if) ='!rb~d -~~<!~io":;. ,,'->!! ,"""",ml.':'"
~''!'-:J:':'_- rt:,dt.t-:. CI"o'1J'fJe (2'~6"
J: Lc~a:;on o( ;"o;/lo'"Jd rr-o((jc r:<'!flIrcld""v;~... '$. bosc(J 0'1
th~ diS/fJnco ,,'arlc.')'!! t-tJ:w!':!"n f{":,:!~ c' r:<:r~ t, ,:;'dr'",.c1lr
0' to 6' '-Locot:- d-:VJc~ ol.dsidl!. ~;d~"I.-:'Jr.
Ovor 6' - t. "<:::;1t~ (.it!vice b$f~'Ii'f'-~ I,::C~: 01
c<YtJ Gild :i;C{?-w(1/~.
p!];,rrr;~j Gale
Sigf"l{J{ And Got~
OBTUse ANGI.c
SIGNAL PLACEMENT AT RAILROAD CROSSING
(2 LMES. CURe 8< GUrrERJ
4- Stop f;r,~ to be ~t'"~/'i",-",~;~:,"er to trdge Df r"rld...."')..
GPPN)x. 15' (rom fleou:st roil; or 8' (rom ()rid
para/leUo gate ".t)c!I1 .Dr~ser.r
As A \~i",ml..i"" Pry",;'i,.,,.,
ana F</asher U'm'f' G;e~
tene Sepl1rotJofl Lirle$ Bock-. T;:;-BoCk I
(More Than Dne F1c<;hl1" ( Flosher U.~lts 0
Unit (f In~Ye Are Man:
ThOll 2 Il..pp''''?>c.r. I ones) \ Go.}g fype
~I ,~ ~1~:: :,',oss,ny B.if ~,
(0 '0 OJ Po, Cross,no !
]- ------ ~ 80Ck-ro'600, j
I _,.
--------r--t / /" .o...f?er Uru ~ I
I Ib~ /_..J" (I
i~~~':.~2!":'-~, [al}c Of Porl 1~7 UO){,
. _f=--<u",o' I li,l I "'''ore~f '-J~~~~~ -----f
, _"~ '- . ~J: "
~ ~ J L..n~'\-("]' Z 6 !to' T", I
(0": ~_~::~t~~~j ,.~_..-'! r~ll~/~c,r.r'"
\ J'6' M", (".-", i "I~', ~~ r' "" ," f::::i:::,:,;r;:;'~-l.I-~
k~~:~::~~=;t~:: ~~;~
See 1~19(Jre No. f. Si!('!(! t I
Gong Type
~;;.'1".'ny- CrC)~'}.!n] A~II
Cone; Type (-' .V...'I'T"J,,-..,)
;...;!.........~v C'-Q5S;ng B../1 !J - B V -. / P~r eros-sine
,,'.."." ' ,"" "~, ~ - .~ '
. . _' .- , --..... . )05her Und!> :--
0., crossmq ""..) -\ t~'~1 '
~~::;71l I
'-J,...~~k1 "
."" ,~;> , -. +' -_.~.-
v.'{{-?<;O-
~~ , % ~~-:l fV
<7'7r~ i .,rF....x~! ~.'
",.-:;, iW'''" UII~ ~, <~
I: ~- 111_J \ ~!~ ~}~
r,o.n or .:! ~ ,J \.. ... BOCk' rO-.BOOk ,C::. i~ '[1"'[ pT""
R,,;c;~'w['y, ~ ~ l~ :5 f'osher Unds I l ~ ~ gz:' ~
\~ ~ S'u'(l t ~ C"c....nOf I ic, ~ I~t ~
r..,c'.,', \ ~; o'C","/~ ." . 'I
-i ' r~J I.. ~,.... ~ J ~
S=:::----~~ i=-r"..:'t"~tfi- "Ov";~,=:.,' ---:~'" ,. ,I . M-
-------:::.---- "-.~.IiR,.~:,j_l ~-:::-::--:-=_S_;~- ~;';f:';c.r!.-. I
TYPE I
TYPE II
Gonl} Type
H'fJhl"'''Y Crossmq [Je;1
(lf~'r.i>__;';;......)
Per (".~(':..,!'_'r:;~'\.
\
~ !\ ,-t'e-r Of Tracks
~~~..:efloun~sCk '" SIgns Is Tht: Orlf,f}r.
C "" ~;<<~.. ~ (If The r""~faf{"'g ':'9~"'C)
\ V Wtlen ",.-:C,...~C.,~ r;.....,...
tdge Of 8-:g;k9rOl.tnd Dr ~~I'liI 4re U"'-ed
Po;:f Nf!(Y~sJ R~(J1,...(<}.-........ \ tJR..Ci(Sl
16' Alfefnai6 "J~ -.t
,t:f~'!f!C~-;ri'cd 9~(} ""1!r~:J~--
4nc' Whde ~~!,!~(lllr.ft... ~.~, ~ ~i5 .: ,:-t.
80t,1') Sides '\'- \O;io _.,7 ''i!l~
\\ .1 f.l 7 _~
~~~~U, I"
j:-f.:~ Mill ! r'~""f>:.A"CY..... '~~:,.. !!.~, T ~-_.S'" 11 I ~
4 -6 AlOi(. ~, .t"JVw'''':J.Lr ~
. k- -~-~=~?~:~=r .
See Figwe No I, Sfleet }
TYPE III
TYPE IV
TYPE V
@)
2008 FOOT Design Standards
I....
""""""
07101/00
20f 4
lih..l No.
RAILROAD GRADE CROSSING
TRAFFIC CONTROL DEVICES
17882
RAiLROAD CROSSING AT
TWO (2j-LANE ROAOWAY
RAILROAD CROSSING AT
MUL T1LANE ROADWAY
Stop Bal f.'el'p&!'(I,r:..!:;,
[0 fd9~ Of r..(",:!!!W:~y
Or 8' From & Porol1cl "-
To ';01< W!'M P,es," , "\
S!op Bor pE:rpt!'....,~!(:ul~~
fo Ed9f! or TIOVffl Way
01< iJ'From &. PorcHe/To
GCj~ When Pr~...errl.
lOOKOT
! STOP
llA~CKS
/Rit-= 8
/ For US~ N~Ot'
L S'f}:"!n!fZ<:-:!
t !17lenecFcr;s
~.i
RELATIVE LOCATION OF CROSSiNG TRAFFIC
CONTROL DEVICES
Gote 0,-
I '. F/?5hJ~g SIfJnaf
.-,#! / W<lt, Gale,
I i
, .-
1 16
Slop Line, 8" ! }-,.1-
~K
I i '- fI~Sh'!'":.:; SJ9n(!/
/j i (ft Not ",ith G~(el
EdGe Ot ~ h-1
Tr~vel wo)' I \k
i I -AS R!!qvlreo
PQvgr(';enr
I.lf)S50~C
.i-'fl;te
RaJ7r0C1d Fr....f!!..f~(1
'-::---- Device Is Not To 88
White ___ L "cattle! I'Ilff1in 1 L'
or The PR Cenrer
Line.
24."
I --, I
1 I iT II
r.'lo" ! ~i I"" I
I 1 I 1---;
I I .:~ t
I I ~j .~
I I L . WIO-1
24" ~1'f~itf!1 )
6" Obi.
I' I
2.;" Whde.../
~~-:-:';-:--l
!.APN '''' ~T
150 100
5S 325
50 7.50
--._-
45 175
------- ~._.__.~.
~-~"
J5
URBAN
125
100
85 }.AJN
--,
NOTES'
]. W/'Ie.'"I ,r:-r..ct:IIr,:; pO"~.''l't;:''~ me:i5UQ!:, :":;<I,..",II~~; dl:J nDf ;r;.cJ,/de
trcv9fse kflDS,
2. Plocemefl( r;J1 sign WIG 1 ;~ Q ,~~~",.lc,~i,(';1 cr :';':';,;r:,::;,'i (/!!'ilrrcl, ..h~.'e
10"'- s'pf:f~Cis Of'(,: preyo/enl, lhe WJO--l s;gr. ,"':'oy bfl p/occc 0 ."":'"''" ,.-~;"., dislofl-';i:
of Joo' ;rom the cfc!!sing. It'flere street intersectlorrs occur be!;v""e,,
the J:?Cf p.-::v~rne-""! rrrfn.;::u;;rr on(f ttle frockS 0;"1 -::rf-:::':,...,.':;' ;1'JO'-[ 5'91') and
[ltfrflrl~n'7lp:l"~'''''~f1t tHessogl! ~h::IlJid b~ 1Js!!d.
J. A pc.rtlOn af ihe pC':~f7"'<:".7f ~~r',~k'r19'" 5yfl'lbr;;T ShOlfltt b~ d/rtKify (lp,Ja<;d~
lh~ WiO..; sign.
4, Rt;>r("r,!n,-,f'!d~~d 1~('(1t",,, for FTP-6/-06 or f'rp-62-06 si9f1" 10(1' urbo'1 and
JOO' rural. S~e Ind~.'" I? J5S for "i'J"l dtJtoils
5. Gote- l..~m;lfl q~q:.:;rf,....pr-:'o;'
For r,,'o-,my I/,"'dh'.-ct,-d ~eciior:_<:
7h~ flole ,f/Quld eJ((et'ld 10 .."tflm l' of rhe ccnt~r line iln ,.....~:'t'P'~-,.
. opproac;,es the ....':;..'I'r'l-'.-r gOft: lef1qtf) mey rio( r~r.ch to ,,',N'/If) 1'ol !h~
center Ji.'1e For those coses, tll(~ d'!:; !Or'C& Irom ttre gole 10 Ihe center Me
,".h(Jlibe a ~O>('~lIm 01 <1,'
For on~ -way or dil'lded $er:.ticn~;
11't8 gofe shalf/:J~ Of :.l.Jfficien," Itmgffl ~{."Cn 'no.' Jha- ais.tr;nce fro!":' ,"S
gofe'IIP fa tht! inside l!1dge of r')~€",",:!'.;,t IS 0 ""'~<~'7""-l,......., of 4'
~
2008 FOOT Des' standam.
RAILROAD GRADE CROSSING
TRAFFIC CONTROL DEVICES
c,
0,
16' I
___..L
'"
.....
.......
07/01107
Sheet "0.
3014
ln4e_ ND
17882
. r.- _::__'_';'~C:~L,,~~~_~~ G~t:,-~':'_"'--'----ffi
Reo SleMy 8u'"--....t::.r----"---I--.p~~~-"<'----1 )1, ,
1~~F~~~~t;.c1--~
~l~ '--- "--Rt!d f(QShlJ1g UgMs- I
'0 ~
LcrOf/l'n ill Pac1wc;y
~ --_-..._o=:_._~___:_;;___ _.~
RAILROAD GATE ARM LIGHT SPACING
[~:Cirll!d Lr:flgttl ..-..~:~:lS;~., [};""'~r<;;::~ f):."l;cr:$;'f''1
Of (;ot~ Arm I" "A" "8" "C"
----;;-~---- -_..~_.. J6N 5'
15 PI 18" J6" 5'
~!6--J1 n 74" J6" S'
18-1'9 FI 28" ~r 1'::'
----to:-.?J7~-t-~8.. 4' s'
~~f~1?2 -=---=-- ~~:~~~= ~-=-+- -' ~~-~==
J2-J4 F! J6" 7' 7'
t=-~5-.37~~ ---------22_ r-' 9" 9'
38 A;-nJ OVll'r 35" 10' iO'
[~::~;~~: Uq
--.~_-,-:=: ::'- .-:"'....._ -': _ ~~~l"" 0-
rrl' I ~U" - r- 1----1- ]
I, I "I"
, I ~ ~
II! I I 1~'ltll I'I II
PLAN
I
!;
i:
~Ir:
27"/Sld)~:~
Vo"., "i C~: ::j 4 ..8' Ai;o
(2"-6'" MIn.)~" ~ . /1'-
1'-6.:-r-:! " -:~;~~ r-6'"
~:::P~i; fi~~;~1 ---"::bJ.,-- n'._'" .~ !
-'---L~~-
MEDIAN SECT!ON AT SIGNAL GATES
NOiE'
Fcr -;"(!(~'!:f; f:" '.,f.7''''''''''-''~!'ro,.., ,,(;e the "!.t.?.,,:['I(].~
tL"';(,,(~ 1'0([((; ('cr!~c!O'f:'."'~"!S'" Perl 8:
{h~ "irofhf; !:on1r:}JjJ~,,~~cl.:.' ,Por! \ljJJ.
Cnd A,t.SNi"O ..A Po/icy On (~c:""'~'!.i:: Des,,)'?
Dr Stl"!lf'(5 And ,Lt.:I]........O) $"
MEDIAN SIGNAL GATES TOR
MUL TILANE UNDIVIDED URBAN SECTIONS
rTHREE OR MORE DRIVING LANES IN ONE DIRECTION, 45 MPH OR LESS)
~
2008 FOOT Desig" StandB<ds
RAILROAD GRADE CROSSfNG
TRAFFIC CONTROL DEVICES
R~ IStl....tNg.
~~L_j~
I Index No.
17882
J'\.)
o
o
ex>
o
)>
G)
z
o
en
-I
()
::0
m
<
m
~
-
Florida Department of Transportation
CHARLIE CRJ.Sl'
GOVERNOR
3400 West Commercial Boulevard
Fort Lauderdale, FL 33309-3421
STEPHANIE C. KOPELOUSOS
SECRETARY
December 3, 2009
Mr. Jeffery Livergood
Dir Public Works and Engineering
City of Boynton Beach
100 E. Boynton Beach Boulevard
Post Office Box 3120
Boynton Beach, Florida, 33435-0310
t-
'}
RE:
425752-1-57-01
NE 10th/MLK Ave
Palm Beach
272478-M
311+3505
DEe 2009
Received
Public Uhiks
Dear Mr. Livergood;
FM#
Location:
County:
Crossing No.:
RR. MP.
Enclosed are six (6) copies of the "Railroad Reimbursement Agreement, Grade Crossing and Crossing TrafTic
Control Devices- City .., for the installation of signal equipment on the above-mentioned crossing. Five (5) copies
are to be signed and returned to this ofTice for further processing. The sixth copy may be retained for your files
until the Agreement has fully been executed. We will return one executed original for your file.
We will also need two (2) copies of a Resolution, with original signatures, authorizing the signing of the
Agreement. Both Resolutions and Agreements must be original signature documents or properly certified
copies.
Please do not fill in the dates on the agreements as this will be done upon final execution by the District
Director of Transportation Development. Should you have any questions regarding this Agreement, please
call (954) 777-4455
Your prompt attention to the execution of these documents is greatly appreciated.
Thomas P. Keane
Rail Coordinator
OfTice of Modal Development
cc: File
Enclosue
WWVV. dot. state. f1.u s
The Citv of Bovnton Beach
i.V. ..~..?7..... ... \
\~
City Clerk's Office
100 E BOYNTON BEACH BLVD
BOYNTON BEACH FL 33435
(561) 742-6060
FAX: (561) 742-6090
e-mail: prainitoj@ci.boynton-beach.f1.us
www.boynton-beach.org
CERTIFICATION
I, JANET M. PRAINITO, CITY CLERK of the City of Boynton Beach, Florida,
do hereby certify that the attached Resolution No. R10-00S consisting of 2 pages is a
true and correct copy as it appears in the records of the City of Boynton Beach, Florida.
WITNESS, my hand and the corporate seal of the CITY OF BOYNTON BEACH,
FLORIDA, dated this 13th day of January, 2010
m.P~
~RAINITO. CMC
CITY CLERK
5: \CC\ WP\certifications\Resolutions\2010\Certified R10-002.doc
America's Gateway to the Gulfstream
The City of Boynton Beach
l((..... .~.(' r. "...\
,..~ .'
City Clerk's Office
100 E BOYNTON BEACH BLVD
BOYNTON BEACH FL 33435
(561) 742-6060
FAX: (561) 742-6090
e-mail: prainitoj@bbfl.us
www.boynton-beach.org
January 13, 2010
Thomas P. Keane
Rail Coordinator
Office of Modal Development
Florida Department of Transportation
3400 West Commercial Boulevard
Ft. Lauderdale, FL 33309-3421
Re: Resolution Rl0-005 Railroad Reimbursement Aqreement
Dear Ms. Keane:
Attached for your handling are five (5) copies of the agreement mentioned above, as well as, two
certified copies of the resolution that was passed by City Commission on January 5, 2010. Once
the agreements have been signed please return an original to us for our Central Files.
If I can be of any additional service, please do not hesitate to contact me.
Very truly yours,
CITY OF BOYNTON BEACH
~.~
J et M. Prainito, CMC
City Clerk
Attachments (7)
(5 Agreements & 2 Certified Resolutions)
Cc: Jeffery Livergood
Central Files
S:\CC\WP\AFTER COMMISSJON\Other Transmittal Letters After Commlssion\2010\R10-OOS FOOT Railroad Reimbursement Agreement.doc
America's Gateway to the Gulfstream