Loading...
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