HomeMy WebLinkAbout783-FDOT & CSX-Pecan AvenueFORM 77,5-09~2~
RAIL-09~
P:tgc I
COUNTY SECTION JOB NUMBER ROAD NAME OR NUMBER COUNTY NAME PARCEL & R/W NUMBER FAP NU/vlBER
PECAN AVENUE S]tvlINOLE 1. (X&SC) 000S(444 )
H f o_
between the STATE OF FLORIDA DEPARTMENT OF TRANSPO ION, hereinafter called the
DEPARTNIENT, and CSX TRANSPORTATION, INC., a corporation of VIRGINIA
with its principal place of business in the City of JACKSONVILLE , County Of DUVAL
State of FLORIDA , hereinafter called the COMPANY; and SANFORD
a.municipal corporation, hereinafter called the CITY.
WITNESSETH:
WHEREAS, the DEPARTMENT is constructing, reconstructing, or otherwise changing a portion o
the Public Road System, designated by the DEPARTMENT as FM ' No.
on PECAN AVENUE
fight of way and tracks of the COMPANY'S Mile Post AU 765.96
Number 621331-C , at or near SANFORD, SEI~IINOLE COUNTY,
as shown on the DEPARTMENT'S Plan Sheet No.
404151 15 7 01
, which crosses at grade th,
, FDOT/AAR Crossinl
FLORIDA
i , attached hereto as a part hereof; and
WHEREAS, the work contemplated hereunder is subject to the provisions of the Federal Highway
Administration Federal-Aid Policy Guide, Subchapter B, Part 140, Subpart I, as amended, and Federal-AiC
Policy Guide, Subchapter G, Part 646, Subpart B, as amended, and the DEPARTMENT'S Rule 14-46.002
Florida Administrative Code, as amended; and
NOW, THEREFORE, in consideration of the mutual undertakings as herein set forth, the parties
hereto agree as follows:
A. The COMPANY shall:
1. And hereby does grant to the DEPARTMENT/CITY the right to construct a road
crossing at grade, and necessary approaches thereto, across its right of way and tracks at the aforesaid
location.
2. Install by its own forces a Standard Railroad Crossing Type "n"' r.-~d'mcret~ , in
accordance with the DEPARTMENT'S Standard Index No. 560, which by reference is made a part hereof
at an estimated cost of $ 50,000.00 itemization of which is
attached hereto.
~ - ~/~
3. Maintain, at its expense, the track and rail components and highway. surfaces for the area
of the crossing between the ends of railroad ties, and the CITY shall be responsible for the maintenance of
cost of the highway roadbed outside of the railway ties. IT BEING EXPRESSLY UNDERS,.TOOD AND
AGREED that the COMPANY may', at its option and upon notification to the CITY, perform such periodic
maintenance work and bill the CITY directly for costs thus incurred that are the responsibility of the CITY.
4. Install by its own forces, with supervision and approval of the DEPARTMENT, at an
estimated cost of $ 1 ?~'. 6c~o. no , itemization of which is attached
hereto, automatic railroad grade crossing traffic control devices, hereinafter called "Devices", at said
location,. in accordance with: (1) the attached detailed statement of the work plans,- and specifications; (2)
the DEPARTMENT'S Plans and Standard Index Number 17882; and Federal-Aid Policy Guides mentioned
above, or Rule 14-46.002, all of which by reference are made a part hereof.
5. Provide protective services in accordance with the U.S. Department of Transportation
Manual on Uniform Traffic Control Devices (MUTCD) during the performance of the work, as indicated in
the attached plans and specifications, the cost of which is included in the attached cost estimate.
6. Render the DEPARTMENT'S f'mal bill, in accordance with applicable Federal~ or State
regulations, within one hundred eighty (180) days from the completion date of the project, for all actual
reimbursable identified charges including credits for salvage or betterments, if any, attributable to the
project, and itemize all substantial charges in a form comparable to the charges contained in the cost
estimates provided for in Paragraphs A.2. and A.4.
7. Operate and maintain said devices and perform any adjustment, relocation or replacement
of said devices; the cost therefor shall be assumed or apportioned in accordance with Paragraph C. 1. and
C.3. below.
B. The DEPARTMENT shall:
1. Promptly reimburse the COMPANY for all actual costs attributable to the project,
pursuant to Paragraphs A.2. and A.4., as billed by the COMPANY, pursuant to Paragraph A.6.
2. Require its contractor to furnish Railroad Protective Liability and Railroad Protective
Property Damage Liability Insurance in a combined amount of $2,000,000.00, for all personal injurieS,
death or property damage, per occurrence arising during the policy period. The maximum dollar amounts
of coverage to be reimbursed from Federal funds, with respect to bodily injury, death and property
damage, is limited to a combined amount of $6,000,000.00 per occurrence unless approval for larger
amounts by the FHWA Division Administrator is made a part of this Agreement. The DEPARTMENT
will also require its contractor to furnish the COMPANY a Certificate of Insurance showing that the
contractor carries liability knsurance (applicable to the job in question) in the amount of $2,000,000.00 for
all personal injuries, death or property damage, per occurrence arising during the policy period. Such
ir~urance is to conform with the requirements of the U.S.-..Department of Transportation, Federal Highway
Administration, Federal-Aid Policy Guide, Subchapter G, Part 646, Subpart A, Transmithal 1 dated
December 9, 1991, and any. supplements thereto or revisions thereof.
3. Reimburse the COMPANY for the cost of watchman or flagging service when the
DEPARTMENT'S contractor is carrying out work adjacent to the COMPANY'S tracks or whenever the
contractor is performing work requiting the movement of employees, trucks or other equipment across the
tracks of the COMPANY, or when at other times the COMPANY and the DEPARTMENT shall agree that
such a service is necessary. Such costs shall be accrued and billed directly to the DEPARTMENT as
specified in Paragraph A.6.
4. Arrange for the synchronization of the railroad crossing devices with existing or proposed
highway .traffic control devices at
and attendant installation of N/A
Neither party shall disconnect the interconnection circuit or change or cause to be changed the signal
sequence without prior notice to the other. Each party shall maintain its respective devices, from the point
of the junction box as provided for the interconnect cable.
C. The parties agree:
1. That fifty percent (50%) of the cost of the operation and maintenance of the devices by
the COMPANY shall be borne by the CITY and fifty percent (50%) shall be borne by the COMPANY, in
accordance with the attached Schedule of Annual Cost of Automatic Highway Grade Crossing Traffic
Control Devices, subject to future revision.
2. 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 MUTCD 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.
3. That the cost of any adjustment, relocation or replacement of said devices shall be
assumed by the party initiating such action, unless otherwise provided for in this contract, existing contract
between the parties, or in existing contracts between one of the parties and a third party.
4. That should the use of said crossing be abandoned, then all rights hereby granted to the
DEPARTMENT/CITY shall thereupon cease and terminate and the DEPARTMENT/CITY will, as its sole
cost and in a manner satisfactory to the COMPANY, remove said crossing and restore COMPANY'S
property to the condition previously found, providing that the COMPANY may; at its option, remove the
said crossing and restore its property, and the DEPARTMENT/CITY will, in such event, upon bill
rendered, pay to the COME. ANY the entire cost incurred by it in such rem,.oval and restoration, provided
such costs are accrued as specified in Paragraph A.6.
5. That the COlvlPANY reserves the fight at any time, if it so desires, to construct
additional trackage across said crossing with any relocation of any curbs, gutters, signals, etc., being at
cost of others. This agreement does not allow the DEPARTMENT/CITY to install. or permit the
installation of any other utility within the limits of the crossing described herein.
'6. The COMPANY covenants and agrees that it will indemnify and' hold harmless the
DEPARTMENT and all of the DEPARTMENT'S officers, agents and employees,from any claim, loss,
damage, cost .charge or expense arising out of any act, action, neglect, omission or delay by the
COMPANY during the performance of the contract, whether direct or indirect, and whether to any person
or property to which the DEPARTMENT or said parties may be subject, except that neither the
COMPANY nor any of its sub-contractors will be liable under this section for damages arising out of injury
or damage to persons or property directly caused or resulting from the sole negligence of the
DEPARTMENT or any of its officers, agents or employees. ..
7. That any provision contained in any existing contract relating to said crossing, whether
between the parties hereto and/or third parties, shall be, and does, remain in full force and effect, except as
otherwise provided herein.
It is understood and agreed that this agreement shall not be binding until it has been
authorized or ratified by a proper ordinance or resolution of the CITY Commission of the City of
SANFORD , Florida, a certified copy of which Ordinance or resolution is attached hereto
and made a part hereof.
8. That the' cost of maintaining any additional or replacement signal equipment at the
same location will be shared as provded under Paragraph C. 1. above. '
IN WITNESS WHEREOF, the parties hereto have caused these presents to be executed by their duly
authorized officers, and their official seals hereto affixed, the day and year first above written.
STATE OF FLORIDA
ATTEST:
(SEAL)
-%
Secretary
CSX TRANSPORTATION, INC.
'jR. K. Beckham
Chief Engineer Sys Reliability,
ATTEST:
TITLE:
Vf~~0RtTE SECP~ET~j/y
CITY OF SANFOB
BY: ~~:~J~r
ATTEST:
, FLORIDA
Approved as to Form~cgality
T
Approved as to Funds
Available
Date
Approved as to FHPG
Requirements
BY: EXEMPT
FHWA
Date
RECYCLED pAPER
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
RAILROAD GRADE CROSSING TRAFFIC CONTROL DEVICES
FORM 725-090-.41
RAIL
OGC - 09/98
FINANCIAL PROJECT NUMBER
404151 1 57 01
ROAD NAME OR NUMBER
PECAN AVENUE
COUNTY' NAME PARCEL & RYVV NUMBER FAP NUMBER
SEMTNOLE i. (X&SC) 000S(444 )
COMPANY NAME:
A. FDOT/AAR XiNG NO.:
CSX TRANSPORTATION, INC.
621331-C
RR MILE POST TIE:
AU 7~5.g6 .......
B. TYPE SIGNALS PROPOSED
CLASS IV
DOT INDEX: 17882
SCHEDULE 'OF ANNUAL COST OF AUTOMATIC
HIGHWAY GRADE CROSSING TRAFFIC CONTROL DEVICES
CLASS
I
II
III
IV
Annual Maintenance Cost Exclusive of Installation
DESCRIPTION
Flashing Signals - One Track
Flashing Signals - Multiple Tracks
Flashing Signals and Gates - One Track
Flashing Signals and Gates - Multiple Tracks
pOST:
$1,637.00
82,166.00
$2,468.00
$3,098.00
AUTHORITY: FLORIDA ADMINISTRATIVE RULE 14-46.002
Responsibility for the Cost of Automatic Highway
Grade Crossing Traffic Control Devices
EFFECTIVE DATE: July 22, 1982
GENERAL AUTHORITY: 334.044, F.S.
SPECIFIC LAW IMPLEMENTED: 335.141, F.S.
*This schedule will become effective July 1, 1998 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.
RECYCLED PAPER
STATE 6F FLORIOA 0EPA~TMENT OF TRANSPORTATION FORM 725-090,55
CITY RESOLUTION '~"~-
GRADE CROSSING TRAFFIC CONTROL DEVICES AND FUTURE RESPONSIBILITY
FINANCIAL PROJECT ID ROAD NAME OR NUMBER COUNTY NAME PARCEL & R/VV NUMBER
'-,_ -,...
404151 i 5 7 01 PP. CAN A'V'gNUg SE~TkX:)f_,B 1,(X&SC) 000S(444)
A RESOLUTION AUTHORIZING EXECUTION OF A RAILROAD REIMBURSEMENT AGREEMENT FOR THE
INSTALLATION OF GRADE CROSSING TRAFFIC CONTROL DEVICES, AND FUTURE MAINTENANCE AND
ADJUSTMENT OF SAID DEVICES; PROVIDING FOR THE EXPENDITURE OF FUNDS; AND PROVIDING WHEN THIS
RESOLUTION SHALL TAKE EFFECT.
RESOLUTION NO. /
ON MOTION OF Commissioner-(Councilman)
seconded by Commissioner (Councilman) ~ ]/J~-,Z~ , the following
RESOLUTION was adopted:
WHEREAS, the State of Flodda Department of Transportation is constructing, reconstructing or otherwise
changing a portion of the Public Road System. on PECAN AVT_,NT.~ ,
which shall call for the installation and maintenance of railroad grade crossing traffic control devices for railroad grade'
crossing over or near said highway; and
NOW, THEREFORE. BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF SANPOP, D .
FLORIDA; '-
That the City of SANE)B:) enter into a RAILROAD REIMBURSEMENT AGREEMEI,
with the State of Florida Department of Transportation and the Csx 'PRAN.~RaRmAmTO~, TNP.
Company for the installation and maintenance of certain grade crossing traffic control devises designated as Financial Projecl
Number 404.1.51' i 5 7 01 on PENC. A~ AVE2qf~ which crosses the right of way and tracks of
the Company at FDOT/AAR Crossing No. 621331-C located near SANE)P~,. SEMINOLE mrr~,r . .,.
Flodda; and
That the City assume it's share of the costs for future maintenance and adjustment of said grade crossing traffic
traffic control devices as designated in the RAILROAD REIMBURSEMENT AGREEMENT; and
That the Mayor and City Clerk be authorized to enter into such agreements with the State of Florida Department of
Transportation; and the CSX T'(~NSPORTATION, INC.
Company as herein described; and
That this RESOLUTION shall take effect immediately upon adoption.
· ,. · . . '~ . ~ ' · .
ner
(SEAL)
RECYCLEO pAPER
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION FORM 350-020-01
ENCUMBRANCE INPUT FORM COMPTROLLER-FIN ADMIN 3/98
RUSH (date)
Reason for RUSH:
XXX New
Contract #: AH977__ Contract Type: AA Method of Procurement: R
Vendor Name: CSX TRANSPORTATION, INC Vendor ID: F546 000 720 021
Has Written/Verbal Approval from a Participating Federal Agency
been received Yes No XXX N/A
Fed Agmt Amt: $ 0.00 State: $ .00 Local: $ .00
Beginning date of this Agmt: ll/15/99(Must be after fund approval)
Ending date of this Agmt: 12/31/04(Estimate if necessary)
Execution date of this Agmt: ll/01/99(Only on original agreements)
Has work been authorized to begin? Yes XXX No
Have standard financial provisions been altered by contract terms?
Yes XXX No If so, show Revision date:
Does this agreement and/or change order include provisions for
reimbursement to D.O.T. from other entities? Yes XXX No
******************************************************************
Brief Description of Work/Comments: This funding is for the
installation of railzhighway grade crossing protection devices
(signals) & crossing surface on .PECAN ST, XNG 621331-C
******************************************************************
ORG-CODE *EO * OBJECT * AMOUNT *FIN PROJ or JOB # *FCT
(FISCAL YEAR) (FUND) alpha
55 054010506 * 1t * 563002 * $ 176,600.00 * 404151 1 5 7 01' 127
(99/00) SP-000S444J (SP)
55 * * * $ * *
(99/00) ( )
TOTAL AMOUNT * $ 176,600.00 *
Originator: TERRY CAIN DATE SENT: 11/15/99 PH/SC: 335-7866
E-mail USERID (s): PT527KC
******************************************************************
TO BE COMPLETED BY OFFICE OF COMPTROLLER
******************************************************************
BUDGET ENTITY 5590
WORK PROGRAM VERIFICATION
ALLOTMENT
CI 6S LINE 0001
FUNDS APPROVED BY
CATEGORY 088796
OKAY
YEAR DATE CHECKED
JOHN FAIN
FOR ROBIN M. NAITOVE, CPA, COMPTROLLER DATE: 11-16-1999
***~****~**~***~**************~*********************************
J
,s
.¢..'Z.
Z
I--
uj.
")
,.,,,.
Q..
LU
g~:
3:
C)
:::)
I--
H
G')
C)
Q:::
I'-'
2:
L.t.,
C)
,:;.
2:
~ c~ _1
o UJ
'Y o _1
H _1
:Z **
:1: L1 O_ I--
LU V) C:~
Z LU C) *.
<C F-- ~:
:~ :Z
O :Z
,r
~ ~o~:'
O [:~ LU H
I-1 2:
!-.. O
LU
U.,I _1
O.,
~,,
3: ,el:
::Z: e~
:Z:
LLI I-- O
2: e, H
_1 I-:H
~c: t~ Z
LU H '~
::/::C:~
I-- I--
LU O
Z :1::Z:
O
F- LU ::) O
C) Z C)' H
U,I ,eC
I-- ~ _J e,,- H
uJ ~
P" _,1 O
,r O
2:
LU l-
ay
LU'
U.I I:::1
I--
~: 4D H
:3 I-- nO
-J Z
H D, O
V) I--
O::
~ ..J H
C) LU
~: C) fv, 3:
H
>-
-r- U.J
-r.
::)
_J
O
C:)
::/:
rl
0~ ',O eJ
~' ~ U,I
UJ
O., i-4 UJ
::) ',O
~t' ,,~
I-- I~ CI
,g~ C~ ::3
_1
· ~ g:l ,.i
I::l ":C
LU
g:~
I'-
I--
U.I
h
C~
Z
::)
C)
:Z:
I--
UJ
:E:
I--
Z
1"4
Z
LU
Z:
C)
L.)
h
O
2:
C)
H
I--
__]
H
\
I--
C)
O
H
LU
Z
,.,
UJ
I'-
"e-
I~J '-r.
GENERIC INSTALLATION ESTIMATE
GRADE CROSSING TRAFFIC CONTROL DEVICES
To: Florida Dept. of Transportation For:
DOT Project No.:
~o~/mm xing No.: ~ . ! ~/ .
~pe ttl, class I~ signals
, New Installation~.~Modification[~
county: J~ IA30 C~,
, Road N~e: p ~C~ ~ ~ e
~ MP: 7~S - ~C
I. Preliminary Engineering:
Company Forces [] Contract []
II. Construction Supervision:
Company Forces F~ Contract[]
III.
State: Florida
Material:
Highway Grade Crossing Signal Assembly
cont=ol Equipment .................
Field Material .... . ...............
Material Transportation ..............
Material Handling .................
Material Sales Tax .................
Total Material ..................
IV. Equipment:
Company Owned .... ~ ....... ' ....... $ ( e~
Rental ....................... $]/qa,
Total. Equipment .................
Ve
Labor:
Direct Labor ....................
Holidays, Vacation, and Pension
Payroll Taxes ...................
Insurance ......................
Meals and Lodging .................
Total Labor ...................
Sub-Total . .
VI. Miscellaneous Items:
$ I Z,~
$
$
$
$
VII. Total Estimated Cost:(~q/98 By:
VIII. Submitted By: CSX Transportation
This generic estimate shall not be used in negotiations or as an exhibit in
construction and maintenance agreements which do not provide for billing of
~]. costs. This estimate is not valid for lump sumprojects.
DISTRICT RAIL-HIGHWAY CROSSING INSPECTION PROGRAM
R/R .C~X SR/US/NAME (":-/~ M //~t' XNG NO,
COUNTY %~zL~oLF. CITY ~ FO f-.,J"'~ '
PART I
GRADE CROSSING PROTECTION DEVICES
Gz/5B!-e...-
R/"'M.P. "7/__,,,5:',
Mast-mounted Flashing Light Signal Assemblies (Type I)
Ca;~ile~;e;e~!.'F;l~s~i;~g (i'~'i~"~i~h~i"X's;~;;~'b'li~; (:F~);~;' i',i' .....7"'. ...........
Mast-mounted Flashing Light Signal & Gate Assemblies (Type III)
Cantilevered Flashing Light Signal & Gate Assemblies (Type IV)
Backlights
X-Bucks Only
X-Buck Missing
Pedestrian Protection
PART I!
PART III
OTHER STANDARD CONTROL DEVICES
EZ(' Railroad Advance Warning Signs'
~3//Pavement Stoplir;es @ XNG
Pavement RailrOad"XNG 'Syfh'bbls .................................. ' ........
OTHER NON-STANDARD CONTROL DEVICES
E3
E3
Q
E3
STOP Signs__ [~
YIELD Signs__
DO NOT STOP ON TRACKS Signs
Other signs
PART IV
PAhT v
CROSSING SURFACE
13/ Hump~3d or Sagged Profile C)
Q scouring Q Approach Q Departure
FIELD REVIEW COMMENTS
E~ ?__- LANE ROADWAY Q URBAN SECTION E~RURAL SECTION
REVIEW DATE
DSPTO
INSPECT,FM
By: "~iST IR/~TF~~TOR
RAIL-HIGHWAY GRADE CROSSING
SURFACE CONDITION RATING FORM
R/R: ~"5'X' SR/US/NAME /t'~,d/~)
COUNTY ,~X4/~/~l,,( CITY
XNG SURFACE: 'I~~MBER
El TYPE 'T' El TYPE 'R' El TYPE 'RS' El TYPE 'T-MODIFIED' & ASPHALT El ASPHALT
(A) APPR(SA:CH & 'DE!~R:i'ijhi:: ........................ ii~) 'VEHICLE REACTION
~OX ,?,,O W=A '?_-' 20X..~.Z-C~ W=B. d-/,
(C) DRIVER REACTION
30 X ,'ZO W = C. (,d
ADTFrQR_UCKi~UOTI ENT
(A '"Z,.- + B .. Z-{-. + C. (_~ + D ./9 ) X Q / = '~O RATING
REVIEW DATE
CHARACTERISTIC
A. APPROACH &
LEAVE
,.
B. VEHICLI~
REACTION
Co DRIVER
REACTION
D. RAIL &/OR
PAD
· ,~ .' ..............' ..........................A; .............................."
~ON ITiO POINTS WEIGHT T PERCENT TRUCKS
CRACKING &PATCHING 10 0-4% 5-10% 11-15%
~ .20 < 5,000 1.00 .97 .95
EXTENSIVE .40 5,000-14,999 .95 .94 .91
'MODERATE .70 15,000 * 24.999 .90 .89 .88
MINOR .90 25,000- 34,939 .85 .83 .81
NONE 1.00 35,000 - 44,999 .80 ,78
>45,000 .75 .7.4- .73
DIPPING &BOUNCING 20
.40
NOTICEABLE .70
MINOR. .90
NONE 1.00
SLOWING &SWERVING 30
~.lvERs, :>
.40
SOME .70
FEW .90
NONE 1.00
MOVEMENT
,CONDITION 40
..SEVERE ..... VERY ,POOR, . -* .-. ........... ..20.
EXTENSIVE POOR .40
MODERATE FAIR ,70
MINOR GOOD .90
NONE. NEW, ,. 1.00-
GRADE
EXCELLENT
, · GOE)D .............
FAIR
POOR
FAILURE
RATING
POINTS
90-100
.......... · -75-89
60-74
44 & BELOW
>15%
.93
,90
.80
.75
.70
D5PTO
RATING.FM
REV. 09109198
.I
.}