CABLE AND WIRE CROSSING AGREEMENT - ESTIMATE - DRAWINGS
.
'~
,-'
I
I
'.-
AGREEMENT
THIS AGREEMENT, made this I ~ day of A'^t;w+; 199 '), between the
CITY OF CLEARWATER, PINELLAS COUNTY, FLORIDA, hereinafter called
CITY, and CSX TRANSPORTATION INC., a Virginia corporation,
hereinafter called RAILROAD.
WIT N E SSE T H
WHEREAS, in the interest of public safety and convenience,
CITY proposes to widen existing crossing and install flashing light
signals and gates at the crossing of Highland Avenue. AAR 626826V,
Railroad Milepost SY-872.85, Clearwater, pinellas County, Florida;
WHEREAS, the construction of the aforesaid improvements will
involve property and facilities owned and operated by RAILROAD over
which certain rights and privileges are desired by CITY for the
construction and maintenance of the Project, which rights and
privileges RAILROAD is willing to grant subject to the terms and
conditions hereinafter set forth; and
-
WHEREAS, CITY and RAILROAD desire to provide for carrying out
the work required to accomplish the contemplated improvements, to
allocate the portions of the work to be performed by each of them,
to determine and agree upon their respective responsibilities, and
to provide for the method and schedule for
reimbursing RAILROAD for the portion of the work it performs:
NOW, THEREFORE, in consideration of the mutual benefits which
will inure to both parties by virtue of the proposed work, CITY
and RAILROAD do hereby covenant and agree as follows:
SECTION 1. The CITY plans and specifications for construction
WO/I-D~!
(/0)
'-Y~ I I
"f"
- 2 -
of the contemplated improvements are identified by title as
follows: widen existing crossing and install flashing light signal
and gates at the crossing of Highland Avenue, jack and bore 6"
steel casing for traffic signal interconnect under tracks and minor
grading on CSX right of way in vicinity of Railroad Milepost SY-
873. As a condition precedent to this Agreement, RAILROAD must
approve in writing the foregoing plans and specifications,
together with any revisions and additions, and upon approval by
RAILROAD, those plans and specifications shall become part of this
Agreement by reference.
The overall work described herein and depicted on the
referenced plans is sometimes referred to as the "Project" and the
cost thereof is sometimes referred to as the "Project Expense".
SECTION 2. The work associated with the Project shall be
performed in accordance with the terms of this Agreement and at
project expense as specified in the "Scope of the Work," which is
attached as Addendum A and incorporated as part of this Agreement.
Work not specifically provided for in this Agreement shall be
performed as mutually agreed during progress of the work.
SECTION 3. CITY shall require its contractor to
bear all costs associated with protecting railroad traffic as a
consequence of Contractor's operations. RAILROAD shall furnish at
said contractor's sole expense, and CITY shall require its
contractor to utilize, such flagmen, watchmen or other protective
services and devices as are required, in the sole opinion of
RAILROAD, to promote safety and insure continuity of railroad
t",; I I
. .
~ ~-
- 3 -
traffic. RAILROAD agrees to bill the contractor promptly for such
protective services and devices.
In order to insure that its contractor promptly reimburses
RAILROAD for services rendered in connection with this Project,
CITY shall withhold final payment to its contractor until CITY has
proof that all bills issued by RAILROAD have been paid by
contractor.
CITY shall also require that prior to commencing work on
RAILROAD'S right-of-way, contractor shall submit to RAILROAD's
Chief Engineer and obtain his or her approval for: (1) Data
regarding methods and procedures for performing work on RAILROAD'S
right-of-way and (2) Plans and Specifications for any shoring and
sheeting upon and adjacent to RAILROAD'S right-of-way. CITY shall
further require that its contractor abide by the RAILROAD's Chief
Engineer's instructions relating to safety of railroad operations
and give RAILROAD'S Division Engineer or its authorized
representative at least sixteen (16) days advance notice of any
anticipated need for flagmen or watchmen.
CITY shall require that its contractor perform all work upon
or adjacent to RAILROAD'S property in accordance with the plans and
specifications for the Project and at such a time and in such a
manner that are agreeable to the RAILROAD'S Chief Engineer or its
authorized representative.
CITY shall require that its contractor use reasonable care
and diligence at all times and cooperate with RAILROAD officials in
order to avoid accidents, damages or unnecessary delay to, or
. ~
-'
. "
I
I
( -~
:.
- 4 -
interference with, trains of RAILROAD. CITY contractor shall not
work or operate upon RAILROAD'S tracks and shall not allow any of
its equipment or material to encroach within the following minimum
construction clearances without first obtaining authority from
RAILROAD'S Chief Engineer or its authorized representative:
Horizontal - 18.0 feet, measured at a right angle
to the centerline of the a nearest
track.
vertical
- 22.0 feet above the top of the highest
rail of RAILROAD'S track.
CITY shall require that its contractor obtain written
authority from the RAILROAD if at anytime it desires to establish
and use a temporary at-grade crossing of RAILROAD's tracks, or to
use any existing unprotected grade crossing, and, if required by
RAILROAD, execute RAILROAD's standard form of private grade
crossing agreement with respect to the crossing desired.
CITY shall require that its contractor remove, upon completion
of the work and before final payment is made, from wi thin the
limits of RAILROAD'S land, all machinery, equipment, surplus
material, falsework, rubbish or temporary buildings and other
property of the contractor and that contractor leave said land in
a condition satisfactory to the Railroad's Chief Engineer or its
authorized representative.
SECTION 4.
The estimated cost of the Force Account Work,
engineering and inspection to be performed by RAILROAD as outlined
in Addendum "A" is $287,791.14. Detailed estimates of the costs of
such work are attached and made part of this Agreement. Final costs
will be based upon actual costs including normal surcharges.
.
,'" I
..:~ I
"
~ ."
- 5 -
Dopumentation and other information supporting the charges will be
furnished with the final bill.
RAILROAD may bill CITY when the amount due RAILROAD pursuant
to this Agreement equals $1,000.00 or more. CITY shall pay such
bills within 30 days after receipt.
SECTION 5.
CITY shall acquire all necessary easements
required for the Project, whether purchased, appropriated or
otherwise obtained.
RAILROAD, Insofar as it has the right to do so, and subject to
its prior approval of the CITY's construction plans, hereby grants
CITY for a period of nine (9) months from the date of this
Agreement and no longer: (a) a temporary nonexclusive right-of-
entry through, on, over and upon those parcels of RAILROAD'S
property as shown on CITY's Project Plans and Right-of-Way Plans
(the "Project Property") for the construction of the improvements;
(b) necessary temporary nonexclusive licenses to cross Railroad
property adjoining the Project Property for ingress to and egress
from said Project Property, excluding ingress or egress via grade
crossings, provided that such licenses for ingress and egress shall
be exercised along such routes and upon such terms as may be
defined and imposed by the RAILROAD'S Chief Engineer or its
authorized representative; and (c) temporary construction easements
as designated on CITY's Right-of-way Plans for the purpose of the
previously described improvements.
RAILROAD, insofar as it has the right to do so, will, by
separate Deed of Easement grant and convey, without warranty to
: - r I I
..
~ .
- 6 -
CITY, easements for the construction and maintenance of facilities
to be built wholly or partly on RAILROAD'S property as shown on the
CITY's Project Plans and Right-of-Way Plans.
Said easements, by
prior mutual agreement between the parties, shall be identified and
distinguished as exclusive and nonexclusive easements on CITY
Project Plans and Right- of-Way Plans. CITY shall furnish for
RAILROAD's Chief Engineer's review and approval descriptions and
plat plans for said exclusive and nonexclusive easements. The
parties shall endeavor to mutually agree to the price to be paid by
CITY to RAILROAD for said easements (representing the fair market
value thereof, plus damages to the residue, less all benefits)
prior to termination of the aforesaid nine months period. In the
event the parties cannot agree to the price for such easements
prior to the end of the nine month period, the CITY will within 90
days institute an eminent domain proceeding to acquire the
easements.
with respect to those parcels identified and distinguished in
the deed of easement as nonexclusive, RAILROAD shall except and
reserve unto itself, its successors, assigns and licensees all
rights to construct, reconstruct, relocate, operate, maintain,
repair, renew and remove facilities in, upon, over, under or across
the land involved, so long as such use and occupancy do not
interfere with CITY use, as contemplated herein. Any such use of
said land by RAILROAD which may be detrimental to the CITY use
shall require written approval by the CITY. The deed of easement
shall further provide that the involved improvement shall be
I ~ I
"
! ..t
'-
I
- 7 -
constructed, maintained, repaired, renewed, reconstructed and/or
removed in accordance with the provisions of this Agreement, and
the Plans for the involved improvement, which Agreement and Plans
are to be provided to both parties; and the provisions of said
Agreement shall survive the delivery of the deed of easement. It is
the intent of the parties
to convey to
CITY easements which
closely approximate those which CITY could acquire through an
eminent domain proceeding.
SECTION 6.
Work provided for in this Agreement shall be
commenced wi thin a reasonable amount of time after the date on
which this Agreement becomes effective and all necessary funds for
which CITY is responsible have been properly certified and made
available; and such work shall be completed within a reasonable
time. Preparing plans and buying and assembling materials shall
be construed as compliance with the "reasonable amount of time"
provision.
Neither this paragraph or any other provision of this agreement
shall be construed as being for the benefit of the contractor or
any other third person.
SECTION 7. It is understood that the construction costs of the
Project are to be financed from funds provided by CITY. All plans,
specifications, estimates of cost, awards of contracts, acceptance
of work, and procedures in general are subject at all times to all
rules, regulations, orders and approvals applying to said
improvement. CITY shall reimburse RAILROAD for construction costs
and for preliminary and construction engineering costs in
~ ~- I I
.
- --!
- 8 -
accordance with the Federal Highway Administration procedures set
forth in 23 CFR section 140.900, et seq., and 23 CFR section
646.200, et seq.
In the event that delays or difficulties arise in securing
necessary approvals or in securing necessary rights-of-way or
settling damages or damage claims, and in the opinion of CITY, such
delays or difficulties render it impracticable to utilize funds
from the current appropriation for the construction of the Project,
then, at anytime before a construction contract is executed by
CITY, CITY may serve formal notice of cancellation upon RAILROAD,
and upon RAILROAD's receipt of such notice, this Agreement shall be
of no further force and effect. CITY shall reimburse RAILROAD for
all costs and expenses that were incurred by it pursuant to this
Agreement prior to such cancellation.
In the event any costs
incurred by RAILROAD pursuant to this Agreement are not
reimbursable under the rules and regulations of the Federal Highway
Administration, CITY shall reimburse RAILROAD for all such costs.
SECTION 8. Insurance: In addition to the insurance required of
the contractor by the CITY, CITY shall require contractor to
purchase and maintain Railroad Protective Insurance pursuant to the
following guidelines:
(a) In connection with highway projects for the elimination of
hazards at Rail-Highway crossings and other highway construction
projects, wholly or partly within RAILROAD right-of-way, RAILROAD
Protective Liability Insurance shall be purchased on behalf of
RAILROAD by the contractor.
~ .. I
r I
.
t, ..:
- 9 -
(b) CITY shall require its contractor to obtain before work is
commenced and to maintain until work is completed and accepted by
Railroad, a RAILROAD Protective Liability Policy of Insurance in
the name of RAILROAD and said policy to be on the ISO/RIMA Form of
Railroad Protective Insurance ISO Form CG 00 35 with endorsement
No. CG 28 31. Limits of liability shall be in the amount of at
least $2,000,000 per occurrence for bodily injury or death and
property damage, subject to a limit of not less than $6,000,000 per
annual policy period.
However if improvement is located on a
Passenger Service route or hazardous material identified route, the
limits shall be $5,000,000/$10,000,000, respectively.
The policy of insurance specified in this section shall be
countersigned by a resident agent of the State of Florida in
accordance with the applicable statute of the State of Florida. The
policy shall be submitted to and approved by RAILROAD before work
on its right-of-way commences. To provide RAILROAD adequate
protection on Force Account Work, it will be necessary to purchase
insurance in accordance with 49 CFR Section 646.101, et seq., and
the amount of such insurance coverage and the premium to be paid
therefor will be included in RAILROAD's Force Account Estimate.
SECTION 9. Upon completion of the contemplated improvements,
CITY shall maintain, repair and renew at its expense, all parts of
the highway and highway facilities built or changed under the terms
of this Agreement. RAILROAD shall, at its cost and expense,
maintain any of its facilities which may be altered or changed as
a part of this Project.
~ ..
.
I
I
I ..,
- 10 -
SECTION 10.
Under the Federal Highway Administration's
Federal-Aid Policy Guidelines published at 49 CFR Sections
646.210 (b) (1), (2), (3), (4),
this Project will result in no
ascertainable benefit to RAILROAD, and RAILROAD'S contribution
thus shall be zero dollars.
IN WITNESS WHEREOF, CITY and RAILROAD have caused their duly
authorized representatives to execute this Agreement and affix
their seals as 0 f the date first shown above.
ti~Z~
?
ATTEST:
CSX T~SPORTATION, INC.
BY:V(/( A,e&o
Print/Type Name:
print/TypeaT..i tIe ~ ....
K. BEC~~, CHmF ENGINEER
~GR. DESIGN. & CONSTRUCTION
CITY OF CLEARWATER
<II
Witness for Licensee:
'-
J:
trCyn
&7 ~ .
Who, by the executlon hereof,
affirms that he/she has the
authority to do so and to bind
the Licensee to the terms and
conditions of this Agreement.
By:
Print/Type Name: Elizabeth M. Deptula
Print/Type Title: Citv ~er
Rita Garvey
Mayor-Commissioner
Tax identification No.: 596000289
Approved as to form:
~~
n Carassas
Assistant City Attorney
Authority under Ordinance or
Resolution No. 97-36
Dated: June 5. 1997
1 .r
j-!
I
I
- 11 -
ADDENDUM "A"
Work to be performed or caused to be performed at Project Expense.
A. By CITY of CITY's Contractor
1. Widen road, jack & bore conduit under
railroad and minor grading.
B . By RAILROAD:
1. Preliminary engineering and flagging.
2. Construct crossing surface and install
signals and gates.
(~LMASTER) REVISED 04/04/94
.r
I
p~::r NTI:: 0:
-"1(
CSX TRANSPORTATION
FORCE ACCOUNT ESTIMATE
ACCT. CODE: 70921 157493
fUTi:)!.. CO~)T:
~~ 141.??7.41
~/'Jl/C>'
I:. ~_ ~~ : / ? '~' F L f.; (:0, ':3 T E P )
HIGHL.AND A V Ei'.JiE:
t626 826'.)
MP SY--tl?:::, B~3
DESCRT PlIOi'I:
~A********.*******************************************************.*******
PAGE: 1
::UN:~)TIWCl 1?2' TYPE "R" XINe) ON HTGHU~ND A'v'E., :M.626 8261.)/ MP SY-872.85,
:::L.Ei:ir~WATER :3UBDII,J., CL.EI~,RWI~TER, FL RE:L.{-iY FROM 10z):fI: TCl 11~~.;t)
**************************************************************************
PRELIMINARY ENGINEERING:
L..(~i Eli) R
'~; U 1\ C H A R G E 45. 0 1 ~{
ex PEi'..ISES
~. DAYS (~
200.00
:3U B.... TOT p,L
CONSTRUCTION I::NGINI::ERING/INSPECTION:
.;~)BD!~
'3UI~CHrlf.::OE 4~5. O:t~~
;~\: PENSES
;? 0 [I ?; Y :::; I~I
20() , :)0
::3U B-" TOTAL
~LAGGING SI::RVICE:
~A80R (CONDUCTOR-FL.AGMAN)
LABOR (FOREMAN/MAIN1'AINER)
TN:::;UF.1{"NC::F~ 2J. OOJ~
SURCHARGE 70.82% (TRANSPORTATION DEPARTMENT)
SURCHARGE 80,07% (ENGINEERING DEPARTMENT)
ex PEN~:;ES
[I(.)y:; @
2 DAYS I~
1 -7:':; , (}()
1.45.00
~3U B-" TO T ;:')1...
:: T GN(,LkIC)~: K :
'fEt1 PO PA'~ '(
PERMANENT (
(31...1 B.'- TOTAL
COMMUNICATION WORK:
TEI"1 PO I~A RY
PERMi~,N[NT (
::3UB....TOTI~,L
400,00
1::30 , () 4
q fl. n {',
-.. --- _.. - -- ~- -- --
-- .... .-. _.- -- -- _..
$
674.04
..q. 0 () () , ,.) (,...
1 DOO ,~:O
lB80, ()O
-- -- -- -- .... .-. .... ....
-- -- -- -- .-. .-. .... ....
$
?..t20,40
0,00
290.00
,~, 6 , ? ()
0.00
232 . :~:o
94.00
__ __ __ _. ._. '_0 .... ....
__ __ - - ._. ._. .0.. ._.
$
,682.90
__ _.. __ _ ._ ._. no. .._
-...- ---.-.-.-
$
0.00
__ __ __ - ._ _. ._. u_
__ __ - - - '_0 ._. ,._
$
01 ()O
~~CT, CODE:: 70921-157493
~- ."-........ ..- -- -- -- -- - - .-. -- -. .... .-. ... -. -. ... - -. -. -"-'- - -.l
.
L.._ i;:.P D F: :
f i~: A I:. F Ice: 0 N T I;: 0 I..
REMOVE EXISTING CROSSING
PENFI.J CPC)~:::;:;:; TIE::::
I~ Ef~ E W 1<: A I L
:rj\I':::;TI~,L.L DTi"l
[NSTALL FIELD WELDS
INS1.AL.L GEO-TEXTILE FABRIC
INSTALL SUB-.ORAINS
I NST I~L. L BAI_L.A:3T
LINE AND SURFACE
INSTALL CROSSING MATERIAL.S
INSTALL BITUMINOUS PAVEMENT
1...{-',8D R-" TDT AI..
:r t~ f, U I~ i-~ N C E 2 J . 0 0 ~~
~;Uf<:CHJ~~F<:GE 80. 07}~
ex PEN:3E~3
-:;t..1 B.... TO T ~IL
MATERIAL.:ND, OF TRACKS -
CROSS TIES, MAINLINE
RAIL., REL.AY - CWR
(-\I;:;[.OTM
GEO-TEXTILE FABRIC
::31..1 B"- D F:i-'1 I NS
B;~'ILLA~3T
~:. J EI... D l,.IEL OS
RUBBER/CONCRE1'1:: L~X
i~l..J 8 BE 1< C I~OSS I NG
SOLID TIMBER CROSSING
TIMBER/ASPHALT CRDSSING
RUBBER/ASPHAL.T CROSSING
BITUMINOUS MA1'ERIAL
MATERIAL HANDL.ING 5.00%
::) U EJ..- TOT A L
MI~IN"-H I~S
Mf~N-'H RS
M?',N-H R~;
MfiN.-.I-!RS
MI~)N'- H I<~;
MAN-+fRS
Mj~fN'-H HE
MAN-.j-f RS
Mi~N-HRS
MAN-'HRS
_______ M i~ N'- H I~:;
_____. MAN-"HRS
11 ~52 MI~N'-H R:;
.-46:2
,~,'7 ..~,
...:..... .0:..
t
1.36
E~I
1~:i. 00
15,00
l~;, 00
1~"';, 00
1=:.00
1~;, 00
l~:;,OO
15.00
:t ~:; , 00
15.00
:t ~5. 00
1:.;.00
l~:;.OO
~20 . ::jO
":..' I:;: {'I
:3E540 1 1:)0
'--T .-.. 1='
..:.. , .... _._i
2.00
9 . ~:;o
60.00
i J~:~ , O()
.225 I O()
".l (., ....
""t. . } I~}
:::2. :]6
.:05.00
70.00
C:ONT I~:?'lcr :
ti ~3 PH A L. T P A I,) I N G (._____) T D N SIN PL.,; C E
DISPOSAL OF WASTE MATERIALS - LUMP SUM
MAINTENANCE OF TRAFFIC BY CITY AT NO COST TO CSXT
AL.L PAVING BY CITY OR ITS CONTR, AT NO COST TO CSXT
~::;U B.... TO TAL.
1
LF
L.OT
Sy
':;. /:'1
L.F
NT
EA
TF
TF
TF
TF
TF
NT
a
192
P F"t D E: :~:)
I
0,00
0.00
o.on
() ,00
o,on
0.00
0.00
0.00
0,00
o.()()
0.00
0,00
17280. ()()
3974,40
13B36.:l0
.6768.00
~- .... -- -"' -.- .... .-- ....
-- -.. -- -.. .... .... -- ....
':1;
.41 J f.~5B . ~:fO
:~~ ? 91:.; , ::.:.~ 0
::-:: 4l) ~5 I <) C
3B40,OO
?4D,OO
() I () 0
S)l?OO
480,00
0, ()O
4:3::~()O I ()()
0,00
0,00
0,00
0,00
2??2 I ()/:o
-- -- .... .... -- -- -- --
-- -.. .... -.. - -- ..- --
$
58,213,26
0,00
1920,00
0.00
0,00
-- -- -- .... _. .... .... ....
- -.. -- -." -. -. .... -
1;
1 , 9:::~0 , 00
,\2 C T, COD E:: 7 0 '"-7' ;? 1 .-. 1 ~.') 7 4 '" :3
~ ~,"
.
1
!~:i;jUl: /:JMt-=NT :
i"; ~; "':i l' r:' LI j-: 1<
..."NL J'. _ .
:::~OCJh r PUC K
U:..J..~ F' T PUC k:
3t~C I{HOE
;::mi P HE~)SO F.:
'~~IJF( DPILL/I,.JRENCH
fIE: Ti:iMPER
1ISCELLANEOUS RENTAL.
?DL.L.E I~
'3(:) Fi: PICA DES
20
20
20
20
20
20
1
20
~:; U B -- TOT A L
fl-<:?'INSPORT~,TIDN :
C)\.IE:F: J::-jO i'lILE~:;
!:iU B-- TOT ?iL.
! U H 1< r p t'l IN:
... . t II . ... E-
::; PI .. ~ P,l:.i :. :
,:t,l L.
i J:~;C DTM
DP,y
DAY
IMY
D,~Y
D,'.:',f
DAY
D(';Y
D,~Y
DAY
LOT
TON/MILE
1 [)f~ y-
7.7 NET--TDi\1
2 ,? I'-IE-: T _. T I] N
~3 U B-- T (J T f'i L.
:ONTINGENCIES 10% (EXCL.UDES 8113. & COMM,
; I;: i~' (-~ [) T () TAL. _____
JIVISIDN OF C081
'RIMARY AGENCY 100 %
ECUNDARY AGENCY 000
)'~'IIL.F.:OAD 000 :;~
./
,"
I
PAGE :.J
1:56 00
81 00
156 00
:l.3:l 00
68 00
13 00
2':';-7 00
31.2() 00
1620 00
3t.=:0 00
2.6,60 00
l~360 00
260 00
~~":;7 00
~?50 (;.0
~.:;ooo 00
() 00
o 00
i(;~? 00
-.. -- -- - - .-. .... ....
-- ..- -- - - _. .... ....
$
17..437 00
o () ~.:; 6 ()
o 00
- --. .... - - .... ..- ....
__ ._ __ ._ - _u ._. ._.
$
o 00
1 ::i 0 0 00 $
1 .. ::;00 ()()
6;5.00
:500 . ~:=.;O
?~) , O()
2021 !.:iO
-~ -- -- -- -. .... .... ....
-- -- -- - -- .... .... ....
$
-";03,00
l
12..734,:3:1.
-- ... .... - -- -- '.. --
-- .... -..-.- -- ..- -- --
$
141,.997,41
J419'7'?,.::~::
0.00
0,00
..- --. .... - - -- -- --
-- .... -- - - -- -- --
. fJT f~L .,',...,......,.,.""...,.,.,."",...,.,.,.,.. $
141..997,41
lFFICE OF DISTRICT PROJECT ENGINEER ~ L.ITHIA SPRINGS, GA
STIMATEO BY: W. A, RINER
~EL.EPHONE: (770) 819-2847
!i~ln~: 05../21/9tl f([l)ISED: .___.__._..._____.
'D'fE:
I) THIS ESTIMATE IS BASED ON FUL.L CROSSING CLOSURE DURING WORK BY
Pi:~IL.lJAY FDRCES,
Al.L PAVING AND MAINT,
OFT F:,~ F F" leT [I BE: [J D ".' I:: BY" C I T Y [I F: I T ~::; CO (.l T R .
j :.-
.
1- I
."",
ESTIMATE NO. 96341
CSX TRANSPORTATION
ESTIMATED COST TO INSTALL
CANTILEVER FLASHING LIGHT SIGNALS AND GATES
CLEARWATER, FL
HIGHLAND AVENUE
AAR#: 626 826V
O.P. # 157493
PROJECT # FL96027
SUMMARY:
MATERIAL
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
SALES TAX .......................
6.0%
FL
LABOR
INSTALLING ........................................
CONSTRUCTION .......................
107
5
SHOP ...............................
SUBSISTENCE ALLOWANCE
. . . . . . . . . . . . . . . . . . . . . . . . . . . . .
RAILROAD ENGINEERING,
PRELIMINARY .................
RAILROAD ENGINEERING,
CONSTRUCTION ................
ADDITIVES TO LABOR ................................
ADDITIVES TO ENGINEERING ..........................
ADDITIVES TO SHOP
LABOR ( ONLY) . . . . . . . . . . . . . . . . . . . . .
EQUIPMENT EXPENSE
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
WASTE MANAGEMENT .. REFUSE CONTAINER ..............
.. PORTABLE REST ROOM ............
CONTRACT ENGINEERING CATEGORY I..................
CONTRACT ENGINEERING CATEGORY II.................
CONTRACT ENGINEERING CATEGORY IIA ................
CONTRACT ENGINEERING CATEGORY III................
CONTINGENCY /FREIGHT. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
o 220 VAC POWER SERVICE .............................
1 ESTIMATED SALVAGE .................................
$70,239.53
$4,214.37
$17,762.00
$779.50
$7,988.96
$927.08
$1,776.20
$18,309.73
$1,316.22
$155.90
$13,075.40
$196.88
$48.15
$1,441.20
$2,072.78
$217.15
$1,927.26
$4,246.42
$0.00
($1.~HJ)
=================================================================
$145,793.73
TOTAL ESTIMATED COST
DATE: JUNE 14, 1996
ESTIMATED BY: FIRST COAST SIGNAL ENGINEERING
NOTE: THIS ESTIMATE SHOULD BE CONSIDERED VOID ONE (1) YEAR
FROM THE DATE OF THE ESTIMATE.
Rev. 95-3
, ~ ... I I
.
--; CSX TRANSPORTATION/BILL OF MATERIAL DATE: 6-14-96
(SHOP) F/L SIGNALS , GATES SINGLE TRACK (NON SIGNAL) (STYLE C)
BOM NUMBER: RS GXXXXX3 1 NOUN DESC: 1l2HS-GATES
REV PER: 11/18/93
LOCATION: HIGHLAND AVENUE, CLEARWATER, FL
FILE: 96341S
ADD
DEL REF. AVG. AMT.PER
CHG ITEM NUMBER CATALOG DESCRIPTION NO. QUANT. UM PRICE COMPONENT
a=__D=___==aa==================__~_=_~~_____________=a==~_=====-=-_=__=_==_____~____=________=_=____________a_
9211 1!l91!l3393 1 HOUSE RELAY 6X6 FT. UN IV . INCLS. 1 EA $4,21!l6.99 $4,296.119
11211 11997673 1 RESISTOR 16 OHM ADJ SLIDE TYPE 3 EA $19.46 $58.38
1129 11916116 1 DRIVER MODEL TD-IA TRACK 3 EA $245.31 $735.93
11211 1!l1l16117 1 GENERATOR MODEL ACG-2T AC 1 EA $148.18 $148.18
1129 91117129 1 BLOCK TERMINAL 12 WAY SINGLE 15 EA $13.34 $21l1l.1Il
9211 11917125 1 BLOCK TERMINAL AAR 14.1.8-1 9 EA $4.39 $39.51
DEL 1129 11917299 1 TRANSFORMER NO 919521l-29X LIGHTING 9 EA $176.99 $9.99
11211 111121965 1 EXTRACTOR DWG 59688 TERMINAL 1 EA $6.94 $6.94
CHG 9211 91122651 1 PLUGBOARD KIT TYPE Bl RELAY ASSY 13 EA $43.15 $5611.95
9211 11922799 1 PROTECTOR LPC 19593-9 12 VDC NOMINAL 1 EA $111.43 $111.43
1129 11922795 1 PROTECTOR LPC 111569-51 FOR TRACK 3 EA $35.23 $1115.69
1129 9922754 1 RECTIFIER DWG 59899-5 GR3 1 EA $47.41 $47.41
CHG 9211 9922879 1 RELAY 561191-783 GR2 NEUT 599 OHMS B8 6 EA $259.25 $1,591. 59
11211 11922871 1 RELAY 561191-951 GRl NEUT 599 OHMS B77 1 EA $317.21 $317.21
9211 11922895 1 RELAY 56991-8311 GRl 4611 OHMS B36 1 EA $265.36 $265.36
929 119229211 1 RELAY 5611111-745 GRl 19VAC POWER B62 1 EA $289.38 $2811.38
929 111123998 1 RELAY 5691ll-974 GRl FLASHER TYPE B81 1 EA $276.83 $276.83
9211 9925595 1 WRENCH DWG 55393-3 GRl "E" TERMINAL 1 EA $14.88 $14.88
11211 9953111 1 BOX 112411 SW KEY GATE CONTROLLER 1 EA $319.99 $319.1111
929 111153399 1 CHARGER BATTERY NRS 12/29 SCR SOLID STATE 3 EA $499.36 $1,2111.118
11211 9956876 1 TIMER DUAL STICK REL HARMON 8835-21 1 EA $299.52 $299.52
9211 9956929 1 RESISTOR 92961l3-4X ADJ 8.77 TO 8 3 EA $26.66 $79.98
929 11966585 1 RELAY 56991-921 GR9 BIA NEUT TRK B51 3 EA $395.67 $917.91
929 11751111911 1 NUT INSULATED SAFETRAN 823-498-1X 5 EA $3.33 $16.65
9211 877118611 1 ARRESTER US&S N451552-8281 RED 6 EA $13.68 $82.98
1129 1!l827539 1 PROTECTOR LPC 11895-4 129VAC POWER 1 EA $177.99 $177.91!l
929 1949955 1 CONTAINER CIRCUIT PRINT 24" 1 EA $6.99 $6.99
929 3261979 1 DECAL ASSY 2" BLACK PRESSORE 2 EA $9.22 $18.44
929 3659759 1 RESISTOR OS&S 249251 1999 OHMS 2 EA $1.78 $3.56
929 4299199 1 CONNECTOR BOS 1" CENTERS 1/2" X 36" 3 PC $6.94 $18.12
CHG 929 4299349 1 LINK TEST OFFSET LINK 1" CENTERS 56 EA $9.36 $29.16
929 4299369 1 LINK INSUL TEST 2-3/8" CENTERS 9 EA $3.85 $34.65
929 8999967 1 LOCK AMERICAN HIOKA CSX SIGNAL 3 EA $12.47 $37.41
259 9879495 1 BREAKER CIRCUIT SQ 0 0002911 1 EA $22.99 $22.99
259 9879435 1 BREAKER CIRCUIT SQ 0 0001311 1 EA $7.47 $7.47
459 91119212 1 SCREW 19 X 1" SH METAL PAN HD 199 EA $9.92 $2.99
ADD 929 8199935 1 RECORDER, EVENT ASSEMBLY, SMART, COMPLETE 1 EA $3,417.99 $3,417 .99
929 11917211 1 TRANSFORMER NO 919529-59X LIGHTING 1 EA $257.49 $257.49
ADD 9211 91117311 1 RESISTOR LIGHTING (1.5 OHMS) 36 EA $19.1111 $684.119
$16,489.211
I
I
"
~"!I'
(SHOP) FIL SIGNALS' GATES
FILE: 96341S
SINGLE TRACK (NON SIGNAL) (STYLE C)
DATE: 6-14-96
ADD
DEL
CHG
ITEM NUMBER
CATALOG DESCRIPTION
REF.
NO. QUANT. UM
AVG.
PRICE
AMT.PER
COMPONENT
____g_==___=c~=_=~========~_a___====_=_____~__________~====~------======-===---==-===--------------------
*** SHOP BULK MATERIALS ***
DO NOT ORDER - FOR EST. ONLY
"2" 1l1l176"5 1 WIRE CASE NO 18 AWG FLEX 31l" FT $1l.19 $57.""
"21l ""176"7 1 WIRE CASE TW PR NO 1" AWG FLEX 35" FT $".43 $15".5"
1l2" 1l1l17625 1 WIRE CASE TW PR NO. 14 AWG FLEX 15" FT $".33 $49.5"
"2" ""1763" 1 WIRE CASE NO 16 AWG FLEX 3"" FT $".18 $3".""
"21l 1l1l2861" 1 TERMINAL RING AMP 35628 YELLOW 1"" EA $1l.45 $45.""
"2" ""17635 1 WIRE SPECIAL t6 AWG 13" FT $".92 $119.6"
"28 136"""6 1 PACKAGE MISC FASTENER 6 '-9" 1 EA $22.13 $22.13
"2" 195"855 1 MATTING 1/8" THICK X 36" WIDE 1" FT $3.22 $32.2"
"2" 425119" 1 TERMINAL RING AMP 35627 BLACK 12" EA $".66 $79.2"
"2" 425129" 1 TERMINAL WIRE AMP 322"51 BLUE 3" EA $".55 $16.5"
"28 4251295 1 TERMINAL WIRE AMP 3221l"7 BLUE 6 EA $1l.55 $3.3"
"21l 421l1l881l 1 CONNECTOR TERMINAL 2-3/8" CENTERS 2 EA $1l.4" $8.8"
1l2" 421l1l892 1 CONNECTOR TERMINAL 1" CENTERS 1 EA $".36 $".36
$686."9
';;;". I I
-,..
CSX TRANSPORTATION/BILL OF MATERIAL DATE: 6-14-96
(FIELD) F/L SIGNALS & GATES SINGLE OR DOUBLE TRACK (NON SIGNAL) (STYLE C)
BOM NUMBER: RS GXXXXX3 2 NOUN DESC: 112HS-GATES
LOCATION: HIGHLAND AVENUE, CLEARWATER, FL
FILE: 96341F
ADD
DEL REF. AVG. AMT.PER
CHG ITEM NUMBER CATALOG DESCRIPTION NO. QUANT. UM PRICE COMPONENT
-~-----===~==~========~~-====~========~====-======~---== =~-=----=--=====~-=------==-=--=---==---===
CHG 11211 111113475 1 CONNECTOR TRACK D&W S8PT 6 EA $1. 33 $7.98
1129 9B13996 1 CABLE UG 16 COND 6 NO 6 AWG 35B FT $4.71 $1,648.59
CHG B29 B916BBB 1 DIODE VTR-217B TRACK CKT C 1/2 WAVE 6 EA $113.35 $6811.1B
CHG 1l21l IlBl7121l 1 BLOCK TERMINAL 12 WAY SINGLE 8 EA $13.34 $lB6.72
CHG 1l2B BB25143 1 SHUNT HOLDER CSX SK SS91-B2 STEBL 6 EA $33.98 $198.48
B21l 1l1l52921l 1 BAND C-294 BAND IT 1/2. SS BURCO 21l FT $1l.39 $7.89
1l21l BIl52921 1 BUCKLE C-254 BAND-IT 1/2" SS 4 EA $1l.27 $1. B8
CHG 1l21l 1l1l53245 1 CABLE UG 3 COND NO 9 AWG 391l FT $1.21 $363.81l
CHG 821l 1l1l57275 1 WIRE UG TRK TWIST PAIR NO 6 AWG 1,399 FT $9.76 $988.89
CHG 1128 19411259 1 BATTERY EXIDE EMP-169R SEALED 168AH GEL 19 EA $132.54 $2,518.26
DEL 921l 19411269 1 BATTERY EXIDE EMP-249R SEALED 2411AH GEL 9 EA $154.82 $1l.BIl
1l21l 11l41l541l 1 TRAY PVC BATT FIBER CO 82687-1-P 4 EA $31.14 $124.56
1l21l 111411559 1 TRAY PVC BATT FIBER CO 82687-3-p 1 EA $36.25 $36.25
CHG 921l 1153551 1 CLIP TRK WIRE RETAIN ERICO SBA248A 39 EA $1. 64 $49.21l
1129 136B914 1 PACKAGE FOREMANS CARE, ALUMINUM 1 EA $489.26 $489.26
1l21l 136B183 1 LAYOUT METER-SERVICE W/POLE REFER 1 EA $677.73 $677.73
92B 2116911611 1 FOUNDATION ASSY 5'-6" HT TYPE S-2 2 EA $346.1l8 $692.16
CHG 1121l 3262360 1 SCREW 1/2" X 4-1/2" FETTER DRIVE 12 EA $B.43 $5.16
9211 39B1895 1 TIP FLEX HWY CROSSING GATE 24" 2 EA $82.34 $164.68
CHG 928 3929288 1 BELL HWY XING ELECTRONIC 2 EA $165.1l1l $338.88
821l 39381118 1 KIT GATE ARM WARNING STICKER 2 EA $18.89 $28.88
CHG 1l21l 421l1l341l 1 LINK TEST OFFSET LINK 1" CENTERS 53 EA $B.78 $41. 34
1l21l 9999991 1 BLOCKING AND BRACING FOR PROJECTS 1 EA $98.28 $98.28
1l21l 9999992 1 HOUSE SIGNAL HANDLING CHARGB 1 EA $59.BIl $5B.BIl
CHG 251l BIl1l91l24 1 ADAPTER PVC TO RIDGID 4" MALE THREAD 6 EA $1.91l $11. 41l
251l 1l1l1l7145 1 CEMENT PVC PINT BRUSH TOP 1 EA $3.38 $3.38
CHG 25B 1711l1l41l 1 CONDUIT PVC 4" SCH 41l HVY WALL RIGID 15 LN $11.96 $179.4B
36B 1l89611l1l 1 STOOL STEP WOOD 14. X 21l" SIGNAL 1 EA $24.IlB $24.8B
..~. I I
-.
~"'lIl
(FIELD) FIL SIGNALS & GATES SINGLE OR DOUBLE TRACK (NON SIGNAL) (STYLE C) DAft: 6-14-96
FILE: 96341F
ADD
DEL REF. AVG. AMT.PER
CHG ITEM NUMBER CATALOG DESCRIPTION NO. QUANT. UM PRICE COMPONENT
=a~=~=======_=_=_======================~======~~=======-===~~-==_____==_=_=====aa=__==~m===____=__~_
ADD 013 5"""HI30 1 1"0 INS. RAIL JOINT (4 punch) 14 EA $832."" $11,648."B
ADD 020 0BB7673 1 RESISTOR 16 OHM ADJ SLIDE TYPE 3 EA $19.95 $59.85
ADD 02" "B13585 1 BOX PRE-EMPTION ASSY. 9- 1 EA $225.BB $225.BB
ADD "20 ""13686 1 BOOTLEG CSX RAIL COHN. KIT W/15 FT 3 EA $29.35 $88."5
ADD 02" BB1387" 1 5 COND. NO 14 UNDERGROUND CABLE 6"B FT $1. B1 $61l6.IlB
ADD 112" 11"141100 1 1 B COND. NO 9 UNDERGROUND CABLE 41111 FT $3.33 $1,332.88
ADD 11211 "8146115 1 PERMACRETE CANT. FOUND. TO 3'" SGL. MAST 2 EA $2,194."8 $4,388.16
ADD 1120 111115558 1 COMPOUND 410936 DUCT SEALING 1" LB $1. 44 $14.4B
ADD 0211 B1l16116 1 DRIVER MODEL TD-1A TRACK 3 EA $245.31 $735.93
ADD 0211 01116117 1 GENERATOR MODEL ACG-2T AC 1 EA $148.18 $148.18
ADD 020 110171176 1 TIE 1-6114774-9 CABLE BLACK AMP 25 EA $11.118 $2.9B
ADD 0211 0Bl7125 1 BLOCK TERMINAL AAR 14.1.8-1 9 EA $4.48 $411.32
ADD 020 11017695 1 WIRE CASE NO 19 AWG FLEX 2511 FT $11.19 $47.58
ADD 020 01117625 1 WIRE CASE TW PR NO. 14 AWG FLEX 59 FT $11.33 $16.59
ADD 0211 0B17630 1 WIRE CASE NO 16 AWG FLEX 3110 FT $11.111 $3".911
ADD 11211 91122651 1 PLUGBOARD KIT B1 RELAY ASSY. C39 3 EA $42.56 $127.68
ADD 0211 ""227"5 1 LPC PROTECTOR LPC 1"560-51 (EQUALIZER) 3 EA $36.12 $198.36
ADD 0211 1111286111 1 TERMINAL RING AMP 35628 YELLOW 11111 EA $0.45 $45.""
ADD 029 11053390 1 CHARGER BATTERY NRS 12/2" SCR SOLID STATE 1 EA $365.09 $365."11
ADD 020 0"56462 1 GATE ASSY W/19-28' ARM, W/1-WAY MAIN LTS (BACK) 2 EA $4,428.511 $8,857.B0
ADD 020 ""56920 1 RESISTOR "296"3-4X ADJ (AC-DC) 7.95 OHMS 3 EA $26.49 $79.47
ADD 020 0064053 1 MOUNTING SHELF ASSY. FOR B1 RELAY C4" 3 EA $67.00 $2111."11
ADD 020 "1166585 1 RELAY BIASED-NEUTRAL TRACK A62-12" B51 3 EA $389.25 $1,167.75
ADD 020 ""68542 1 CANTILEVER, 16' ARM, 1-WAY MAST 2 EA $5,535.0" $11,117".""
LIGHTS (FRONT) W/2-WAY TIP LIGHTS
ADD "211 1177"9611 1 ARRESTER US&S N451552-1l21l1 RED 6 EA $13.44 $811.64
ADD 02" 11141127" 1 BATTERY EXIDE EMF-34IlR SEALED 341lAH GEL 6 EA $212.811 $1,276.811
ADD 020 365"75" 1 RESISTOR US&S 249251 1"11" OHMS 2 EA $1.78 $3.56
ADD 920 41517511 1 TAGS PLASTIC 1-1/2- X 7/8- 25 EA $11.11 $2.75
ADD 020 425119" 1 TERMINAL RING AMP 35627 BLACK 50 EA $0.66 $33.IlB
ADD 9211 811"0067 1 LOCK AMERICAN H1"KA CSX SIGNAL 1 EA $12.68 $12.68
ADD 25" "871139" 1 15 AMP. BREAKER QOU115 1 EA $7.47 $7.47
ADD 25" 1187"435 1 311 AMP. BREAKER QOU13" 1 EA $7.47 $7.47
ADD SPECIAL GRAVEL 1 LT $8119."" $891l."B
$53,144.24
A
T
END PROJECl
;..__~.. _, ~ ~'r"
..~, ..
,
1
.'f(i
0/<9t-:
C-/~. !
, >'
UJtUL_<;
..J
,S2 FL~-=- ~<~?~C
~-",.
05
8QG,~f1.S.SI, .. ;-1 RnG=:RS ST
GDLt.,;GLEN II OAKS 1--'-Y.--. ~..
-'-VIEW"": ,;;OLF :;::;VFiSEc::1 TUP."JER
9Q ..:... >, ~~.._
~'=:'-'. · \'o~ <0('0"1:: -' ..,.. c:;-
'-J ,_71" ~!: . . ' '". -::;.~ '
~ :] \<~: 'DRUID=: ~::;
BEGIN PROJECT
CF;
sc~_> --
'''/''1:~ ~~
c:: ~
- . ::1...:
- ..
._'______.J -
<'.1' ,,,",
...~
~
I
I
~ -,.J ~
.~
RAILROAD PERMIT DRAWINGS
Drawing No.1 (rroject Layout)
Drawing Nos. 2 and 3
Highland Avenue STA 87+33 (770 feet northeast ofCSX M.P. 873)
There is an existing CSX Railroad grade crossing at this location that will need to be upgraded to accommodate
the widening from 2 to 3 lanes (30 to 40 feet of pavement) along Highland Avenue. The grade crossing will be
a Type L Railroad Crossing as indicated in Index No. 560 of the Florida Department of Transportation (FOOT)
Roadway and Traffic Design Standards.
The crossing will also require a Railroad Signal Type IV - Class III with Cantilevered Flashing Lights,
Automatic Crossing Gates and Gong Type Highway Crossing Bells as indicated in Index No. 17882 of the
above referenced FOOT Standards.
A 6" diameter steel casing carrying the 4" PVC signal interconnect conduit will be jacked and bored under
the CSX railroad tracks along the west side of the Highland A venue crossing. The clearance between the
base of the rail and the top of the casing will be a minimum of 4 feet.
The oposed work includes excavation of an existin pond adjacent to the railr ad tracks south of Pal
Stre t. The existing pond attorn will be lowered by. up to 6 feet and expanded the south and east.
5
e berm adjacent to railroad will be regrad to provide 3:1 side slope
34.0 feet NGVD. Th existing pond has side sl pes of 2: I or steeper.
A 48" RCP (Clas IV) outfall pipe will be onstructed parallel and to e east of the railroad acks between
ST A 29+90 and A 31+95. Horizontall, the pipe centerline will ra e from 16 to 12 feet om the railroad
centerline. Th pipe invert will range fr 7.7 to 7.9 feet below the rack elevation of 33.6 fj et NGVD. The
outfall will cr ss under the railroad trac s at ST A 31 +95 through an xi sting 48" RCP.
STA 83+65 to STA 85+55 400 to 620 feet northea ofCSX M.P. 873)
The roposed work includes excavation of an existing p. nd within the triangula shaped region bordered by
H' hland Avenue, Palmett Street, and the railroad tr ks. The existing po bottom will be lowered by
proximately 2.5 feet a d the side slopes regraded. The widening of Highl nd Avenue at this location also
requires that a 48" RCP ith mitered end section be installed at the existing p. nd inflow. No work is required
at the pond outflow n r Palmetto Street.
h:\sprcad\highland\csx] .doc
"
~
~
0:>
:r
o
CD
:r
CY
/
Vl
0:>
e""";
~ ~~"';"'4.l4~~ ..i
~ .1t....~
.~nt
Q<: ~
..::..... rj
I
..~..
... _:, z
.
....~
Cl
ZOO
inN
VI....
0110
~~
..,
:::II
Z
~>
<lQ
N
COO
ZOO
j~
z
5:10
zz
~
..,'"
~N
VI....
:goo
11<0-
U::i!
t;:;1
..,
II<Z
....
VIlli
ON
~:g
..,'"
:::IE'"
...J .
<0
o..Z
..
.
V1
<(
-.J
-.J
W
Z
CL
)-:
I-
Z
::)
o
()
I
..
.
;0
..
.
~uJ
=~~
9-
*2-
~~W
... :z \.!)
o 3"2
I.lJ 0 c!
V) .... (i
~
..
:;-
--.:'
..
"
~
!:l
N
'"
'"
o
CD
'"
0-
V>
o
=.,.."
~ [2~~4 .~-~. ~~ci..
y ~ \-.
I -:;..,;:'
~; ~f
'"
(,?z
Z-
--'
....
~~
........
...0::
~
....:
III
Z
o
U
....
o
III
....
:i
:J
'"'
z
m
'"
=>
'"
(,?
e
z
<I(
o
7~
~
z
o
~
U
=>
"'>-
....W
Ill>
Zo::
a=>
UIIl
l::l't!lJ
e
0::
<I(
o
z
<I(
....
III
....:
III
Z
o
U
....
o
III
....
:i
:J
w
oZ
~:::;
....
~~
........
wo::
I
0::
I-w
-z
~~
o
o
....>-
....
0::0::
0'"
lL
_0
..0::
"llL
III
W
~
<I(
>
-'
...
>
w
-'
..,
.
U>
N
z
o
~
<I(
N
:J
om
.a-<I(
....
0:: III
5ID
.w
ZlL
->-
~....
o
N
....
z
o
...0..
::!w
....e
0<1(
0::0::
0..0
~
t
t
0::
o
N
N
o
ci
[5....
t:...
=>lL
o~
~
~
~
....0::
5~
1Il~
00
....
>-
"'....
a'"
w
_0..
..0
....'"
0..
'"
w
t:
=>
o
~....
"'...
0::0..
=>...
U....
o
~z
Vi
III
Z~
O~
~~
U~
W~
(/)....
<I(
...JW
<(~
U~
_<I(
a.. 0
~z
~~
o
:r
x
....w
~~
~=>
~8
-'z
~o
...~
...~
IIlE
vie
IIlZ
~<
><~
~'N
x......
....-
~N
t:..~
I~
0::
<D=>
lLO
=>U
o-'~
0::<'"
C)~~
~t;~
<1(=>0::
",o::~
-.J:t;;--
<I( -
Zlll~
Q..."l
:i:~~
0........
'0
o
-~
"l
0::'
e ",U
... -,ID
....~<
.... ~
_w
~ IIlW
'" '" III
W =>eE
lL o=>
III uO
... ",U
III IIlW
'" <I( III
=> '" <
o ID
U><
U....
W 0-'
1Il"'<
< wX
'" ;,;0..
_Ill
-' -' <I(
-<
a ~~
- ............
~ --
o ......a-
a..~
::>Z
OW
ll::~
c.:>~
<
~a..
a::w
00
a..
V'lc.:>
ZZ
<-
ll::ll::
t-W
W
-.JZ
<c.:>
a::Z
W
z
o
e::
<
E-o
0::
o
0..
tf.l
Z
<
~
V'l
I-
Z
W
~
W
>
o
a::
a..
~
ll::
W
I-
<
~
ll::
<
W
-.J
U
W
>
<
o
Z
<
-'
I
c.:>
I
l.&..
0
>-
t-
U Z
0
i=
a:: <{
u
0 0
Lo... ...J
o
a::
a..
III
Z
o
Vi
:>
w
'"
...
o
N
t;
...
%
..
z
o
Vi
:>
o
m
:J
'"
u
w
Vl
.J
<{
>
0'"
-'"
II......'" .
. 0 wO
--..,...:
W
-.J
l.&..
(/')
<
-'
-.J
W
Z
a..
>-
t-
Z
::>
o
u
..
~ :--.;..
..,
c.:l
~
c:
~
:r:
or
0'
~
co
;:;
c:::: ,: 0
c:; \..'
~-.~:.
,~ t
2!: C'
I
>-
UJ
>
'"
:>
"'0
.....
o
..'"
-...J
..,-
..,""
. '"
"'x
lD",
""U
I-
"''''
UJ
. ~
'"
>-0
>'"
",W
:>...J
",,,,
..
<>>'...J
'''-
,.."
..,ll>'
~ig
"'I'
.,9
""..
~il-
,m",
""
I-
..
o
...
w
..
>-
I-
cr
...
l-
I-
:>
..
III
III
IE
}}
....
...
>
cr
:>
..
l-
S
o
Z
o
U
I-
...Ju
"'w
zz.
~~CO
u
U",
>w
ILl-
v~
GO
- ...
r--..... In.,
-. a:: . en N
~. 0 ~ 0
!~~ -", mCh
:ftlg- ""r.-CDC
<IN. :::~:n
...... N"'''",MU
In"" ~~.Ua:
it~C.....a:..JQ..o.
o
Z
W
>
'"
:>
u
>-
...
>
'"
:>
on
c&J
"
...J
'"
,.
...
_ 0
"'Iii
1-.
I/)U
ZZ
00
Uu
l-
I/)
Z
o
u
----
Cl
~X
on..
"U
0...
"'I
Ul-
OI
"'I-
0_
"',.
:!Z
"'0
"'-
I-
I-U
UZo
:>:>""
"'~O
W~~5
....Zu_
~8~:
~
IL
U
c::
...
'"
l-
S
o
z
o
U
I-
...Ju
""W
Zz
"'Z
ino
u
u'"
>W
"-I-
'v ~
It)
CD
.,
..,
'"
on'"
,"-
::l!.,.
""0
"'",
..X
..W
~~
~-
""I-
IO
:0
:>1-
"'a:
I-w
~"-
0"";
we
~ 0 lO
z
a... Z
:::lw II) <.:l is
O~ ~ z
o::~ Z ~ f'0
<'.:)0:: W <
<t ~ Q: B
~a... w 0 :z:
0:: W > VI
00 0 0:::
a... 0::: w Z
II)~ CL I- -.J
L.... 0 U
ZZ ~ <( in w
<(- 3: :;; Vl
0::0:: 0:: 0
I-W 0::: CD ..J
W <( W :>
W > I- VI <(
-lZ W >
<( -.J <(
-~ u 3:
<(Z Cl 0::
O::w Z \.J... <t 0'"
<( 0 W ",,,,
Z -l -l "'-VIa
0 I >- U . 0..... .
---,~
E=: <'.:) I-
-< I <.) z
,,;;- E- o
e:: i= Z .:;
0 ......
<( 0 .. z::.::
p.., 0 Q: U in ~~~u
U) 0 0 :;; .......CIo6J
:z: Q: (,)"'I(E:E:J:
-< Q.. ~ ...J 0 V10au
e::
E-
X VI
Z
0
UJ in
:;;
.... W
a:
U -l
\.J...
~I ~I If)
01 III 'It; <(
.! .., .. -l
lhs.) -.J
W
Z
a...
>-
~
Z
I :::l
0 I 0
0", U
oG'l;
;,,..,: 100.) CD
., 6'.9~113
~
...
,11)-
,
,
,
o~
NO>
>C
-w
...J....
-cr
t>-
"'a:
"-0:::
...J
--~u
u_
1-""
..::!'
"'-
I-
'"
Z
o
U
~
m
(V
o
..
CD
....
.. ...
.... ....
N
'"
. :-
~ .....":~
a...t-
:::>~
O~
O::t-
00::
<(
t-O-.
0:: LoJ
00
a...
VlO
ZZ
<(-
0::0::
t-LoJ
LoJ
...JZ
4(3
o::Z
LoJ
! .1
"
z
0
e::
<
E-<
Cl:
0
p.,
U)
~
~
// X
/
,
/ '"
/ z
UJ 0
, / Vi
:>
...
Ill:
U
~
~6
....:
~I~~j:
. ~~:v'
':?-'" ~~~,
,0. c:;,.
.J~'V<'"
~.
I
<...or"'~~
)~
~
'1l
"
_ CD
I '
CD ~~
~!l!
z~o
I 0.:
I i=..
, u::-
I LoJ ~
Vl~
; lO
If)
~
~
o
,:
0:
o
'"
'"
'"
1/-:-
co
I
Vl
LoJ
0::
;:::>
It-
iU
-; :::>
,0::
it-
Vl.
~~
LoJ ~ ~
- c..:> DD
<( 'ON
II; Z.""
i 4::-
~i 0:: ~
, Db(
'co c=: ~ "
~ t2 ~f~.
:r .]~ E-
ffl
II
::
-;:;- ft
______-t__L--L
:; II
Vl
t-
Z
LoJ
~
LoJ
>
o
0::
a...
~
c:i
z to
Cl
z ~
~ ~
<
Q: t;
0 ...
0:: %
'"
LoJ
t-
<( U
3= w
0:: Vl
<( ..J
LoJ
...J <
t) >
LoJ
>
<(
o
Z
~
::I:
o
::I:
z
o
~
<
u
o
...J
z
o
Vi
:>
is
o
w ZW
..J';';~~
..:.-..:~
o<a::r
"'000
lL.
o
>-
t-
t)
0'"
-.'"
II.......'" '
~e~~
o
Q:
~
Q:
o
u..
LoJ
...J
lL.
V1
<(
...J
...J
LoJ
Z
a...
>-
t-
Z
:J
o
U
~.III/y
:;
~ ~ ..,;~~
~~' ~
: ~:k2-
~
a..z 0
=>UJ V> z to
O~ ~
o:::~ Z C> ...
<':>0:: UJ z 0
<( ~ i If)
~a.. UJ <
0::: UJ > 0:: ~
00 0 0 ...
x
a. 0:: 0:: ..
V><.:> a.. UJ ..J
zz ~ ~ z
<(- <( &.... 0 U
0:::0:: ~ ;;; w
~UJ :;: en
UJ UJ 0::: 0:: i5
....JZ > <( UJ III ~
::;)
<(<.:> <( UJ ~ 1Il <
....J <( >
o::Z Cl u ~
UJ Z 0::
<( u... <(
Z ...J 0 UJ oon
0 :c ....J .'"
e: c.:> ~ u .1I~::::c:i
< ~ -_"""'J"':
f-o :c u z
0::
0 0
0.. i= Z 0
en " <
Z 0:: U 0 .. ZlAJ
< -0:: 0 0 ;;; ~W~~
0:: ll.. .... ....J :;: -4:I--c.....
i5 UO(lX~
f-o lIlCCU
X III
Z
UJ 0
;;;
:;:
Lol
It:
U UJ
...J
u...
V>
<(
....J
....J
UJ
Z
a.
~
~
z
:::>
0
u
. ,~.
. '.
~4
~.(O
lil~
,,"v 'lI~
L4-~ j
I . .
\ .
"',-. ,
,~/
"-
.~(, r -
,<-" ,
~~~I'
~ -<-' 'v"
(,0. (j <. <.;;
'0 .:f:'*" 4'"
,,\::.J:.
<(
I
,
O.
..
'"
~
o
I
V>
!UJ
'0:::
':J
!~
-u
:::>
0:::
~
(/) ~,.:
-! w~;
c.:> 00
<( 'ON
:~ Z,II:
,~ II, <(~-
0:::..
A _$ 01 ~
c;:
o
'"
IX
:r
ir.
o
i ra~- .~-u:.
',,~ c
,'? c...
:s3
~ :: ~
,......
If)
I
~!t:t
~!::f
onl..;
. zoo
O,"N
- ,.
~..
U..
D UJ ~
, If) ~
]HI' M.'tJ :
--" --~._--~--,._~._---~.- .}-
'"
· ~.t
.~
T 'f"-"I'
:...
.....
CLZ
:::>w (I)
O~ .....
0::..... Z
00:: W
<l: ~
.....a.. w
0:: w >
00 0 a:::
a.. 0::
(1)0 a.. w
zz ~ ..... -J
<l:- <l: L....
0::0:: ~
... .....W w a::: 0::
'" w <( w
... '" -JZ >
'" b <l: w .....
'" ..~ <0 -J <l:
~ "'z () ~
'0:;; o::Z 0
0 ...'" w Z 0::
... L....
... ..='" <l:
'" !!!o <l: 0
0 w
... ...... Z -J
0 ...~ 0 I -..l
'" >- U
... E=: '-'
< .....
E-o I () z
e:: 0
0 ~
0... <
U) 0 Q: U
Z Q: 0 0
< Cl.. Lo.. ...J
e::
E-o
>< III
Z
[f) 0
Vi
:>
w
a:
U
I
.
on
..
,..;.
-0-
m"'a:
Ow
I :1:>
CD. -
00
"'N
ZIIII
o
i= ~--
()~
wcl
(l)u
III
: i
~
I
I
<..::
;=
a
'"
a
'"
;:)
a:
'"
'"
/"
Vl
a
/
~
:<i
:r
y
:r
....
'"
;c
...
z
/
'"
'"
'"
~
~
/
I;
Ii
I:
<(
I:
I
SOLi
o
z
:;;
~
'"
g
...
'"
Ill:
~ I I L~
I
~~ ~H~.: ~~-~~~~~~~~~~~~-~~~~~~~~-~~~ - - -----
III1 9
IIII
III
~~~ I
[2[1 133~lS O1l3f'/lVd
L{)
ex)
~
ex)
w
::>
z
w
>
<!
Q
Z
<!
-..J
:r:
'"
I
o
..
I
F
~
.0
'''' J
~ ~ ;
'a=-.. - ~~
.: \
'- ,
u
/:
/ '
['
0 lO
z
" ...
Z 0
i lO
<
a:: ti
0 w
%
'"
Z
0 U
Vi w
:> Vl
is
CD .-i
::>
III <
>
0'"
...",
."~~~
- - --,)0-
z 0
0 .. z ~
Vi ~w~~
:> -c....""l(w
is o<a::I:
Vieau
W
-J
L....
(I)
<l:
-J
....J
W
Z
a..
Iil!
I
>-
I-
Z
:::>
o
u
N.
-0-
<l: a: a:
Ow
I I>
<l: - -
00
"'N
Z II II
0..
I- --
U~
w;;f
(1)0
II>
0:
.
-:
I
01
::!
"'"
................ I.....,J.,.
~:.
- ..
Rev. 07-24-1995
APPLICA TION FOR + OR CABLE UNE CROSSING OF PRfERTIES AND TRACK
(For RR Use) Division Subdivision Val. Sec. (Map)
Location: feet from milepost
..~ ...~
T-I;
Application and plans must be approved and written authority received from the Railroad Company before construction is
begun. Proposal and constrUction must be in accordance with CSXT's Specifications, The National Electrical Safety Code
and any governing laws or regulations. Original and one copy of both application and drawing should be submitted to:
CSX Transportation, Property Services 1180, 500 Water Street, Jacksonville, FL 32202
I. Complete Legal Name of applicant: CITY OF CLEARWATER. FLORIDA
Company Officer Name: Mr. Terence C. Jennings, P.E. Title: Chief Engineer. Public Work
Telephone: ( 813 ) 462 - 6970 Fax: (813 462 - 6641
2. Address: P. O. Box 4748 City: Clearwater State: FloridaZip: 34618
3. Type of Business:_Individual, _Developer, xx Municipality, _Corporation, (State in which
incorporated: ), _Partnership, (type of Partnership )
4. Location: 700 feet, northeasddirection) from Railroad Milepost 873
Valuation Station of Crossing if Known:
5. Town: r.lp.::lrT.J.::lt"pr
6. Total length within Railroad Right-of-Way
7. Angle of crossing: 26 degrees
8. Number of Railroad Company's tracks to be crossed 1 . Number of pole lines crossed
9. Type of Crossing: _Electric, _CATV, _Telephone, _Communications,
--XX..Other: (Explain) Traffic Signal Interconnect Conduit
10. Alternating Current, Voltage N/ A No. of Phases
i I. Direct Current, Voltage N/ A Amperes
12. Conductors: (a) Number: N/ A ,(b) Conductor Material:_copper, _aluminum, _fiber optic
13. Maximum voltage N/ A Maximum current N/ A
14. Maximum fault to ground current N / A Height of wire supports above ground level N / A
15. Encasement Material, if applicable steel Outside diameter: 6 in. , Wall thickness: 0.25 in.
16. Height of wires above top of rail at 600F N / A Feet Sag in Spans at 600F
17. Height of wires above Railroad communication and signal wires at 600F N / A Feet
18. Bury: Base of rail to top of casing 48" minimum - jack & bore
19. Bury: On RJW but not beneath tracks 48" minimum - jack & bore
20. Bury: Below roadway ditches N I A
21. Type of wire supports N I A Size
22 Number of poles to be located on Railroad Company's right-of-way N/ A
23. Distance from butt of pole to nearest rail of track: N / A feet
24 Give approximate horizontal distance from Railroad communication and signal wires: unknown
25. If additional wireline attachments or revisions are to be made to an existing agreement, please advise agreement
number and date: N / A
26. Will line run parallel or approximately parallel to Railroad Company's tracks anywhere? No
27. Will line be located in public road Right-of-Way? Yes (If "yes", show name, road number and Right-of-
Way on print). DOT/AAR Crossing No. Hiszhland Ave. 626826-V M.P. 872.8
. Val. Map No.
County: Pinellas
142 feet
State:
Florida'
o
. False dead ends
If application is approved, applicant agrees to reimburse CSXT for any cost incurred by CSXT incident to installation,
maintenance, and/or supervision necessitated by this installation and further agrees to assume all liability for accidents or
injuries which arise as a result of this installation. Non-refundable Application Fee in the amount of $200.00 is attached.
tJt' / ;;.J; /1 :J~
./
Please Type or Print: Mr. Terence C. Jen
Name
Application
Chief Engineer~ Public
P.lf 813) 462 - 69/0
Telephone Number
Works
Date