AGREEMENT AND ESTIMATE FOR RUBBER CROSSING AT CHESNUT STREET�'
� �
THZS AGREEMENT, made this � day of ���� 1999, between
the CITY OF CLEARWATER, hereinafter called CITY, and CSX
TRANSPORTATION INC., a Virqinia corporation, hereinafter called
RAILROAD.
W I T N E S S E T H
WHEREAS, in the interest of public safety and convenience,
CITY proposes to reconstruct, with full depth rubber crossing
material, the 60 foot public road crossing of Chestnut Street,
AAR 626804V, Railroad Milepost SY-874.95, in Clearwater, Pinellas
County, Florida;
WHEREAS, the construction of the aforesaid improve,�znts will
involve property and facilities owned and operated by RAILROAD
over which certain rights and privileqes are desired by CITY for
the construction and maintenance of the Project, which rights and
privileges RAILROAD is willing to qrant subject to the terms and
� conditions hereinafter set forth; and
WHEREAS, CITY and RAILROAD desire to provide for carryinq
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:
0.� Dll �- ���
�//
�
1 i
SECTION 1. The CITY plans and specifications for
construction of the contemplated improvements are identified by
title as follows: Reconstruct the Chestnut Street crossinq with
full depth rubber crossinq material. As a condition precedent to
this Agreement, RAILROAD must approve the foreqoinq 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 ia
attached as Addendum A and incorporated as part of this
Agreement. Work not specifically provided for in this Agreement
shall be performed as mutually aqreed during proqress of the
work.
SECTION 3. CITY shall bear all costs associated with
protectinq railroad traffic as a consequence of its� operations.
RAILROAD shall furnish at City's sole expense, such flaqmen,
watchmen or other protective services and devices as are
required, in the sole opinion of RAILROAD, to promote safety and
insure continuity of railroad traffic. RAILROAD agrees to bill
�
�
- 3 -
1
the City promptly for such protective services and devices.
CITY 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 an� sheeting upon and
adjacent to RAILROAD'S right-of-way. CITY shall abide by the
RAILROAD's Chief Engineer's instructions relatinq to safety of
railroad operations and give RAILROAD'S Divisfon Enqineer or its
authorized representative at least sixteen (16) days advance
notice of any anticipated need for flagmen or watchmen.
CITY shall perform all work upon or adjacent to RAILROAD'S
property in accordance with the plans and specificatfons 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 reasonable care and diligence at all times and
cooperate with RAILROAD officials in order to avoid accidents,
damaqes or unnecessary delay to, or interference with, trains of
RAILROAD. CITY sfiall not work or operate upon RAILROAD'S tracks
and shall not allow any of its equipment or material to encroach
within the followinq minimum construction clearances without
first obtaininq authority from RAILROAD'S Chief Engineer or its
authorized representative:
A
1
��
�
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 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 existinq unprotected
grade crossing, and, if required by RAILROAD, execute RAILROAD's
standard form of private qrade crossing agreement with respect to
the crossing desired.
CITY shall remove, upon completion of the work and before
final payment is made, from within the limits of RAILROAD'S land,
all machinery, equipment, surplus material, falsework, rubbish or
temporary buildings and other property of the City and that City
leave said land in a condition satisfactory to the Railroad's
Chief Enqineer or its authorized representative.
SECTION 4. The estimated cost of the Force Account Work,
engineerinq and inspection to be performed by RAILROAD as
outlined in Addendum "A" ie $44,676.01. Detailed estimates of
the costs of such work are attached and made part of this
Agreement. Final costs will be based upon actual costa includinq
normal surcharges. Documentation and other information supportinq
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. Work provided for in this Aqreement shall be
commenced within a reasonable amount of time after the date on
which this Aqreement 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. Preparinq plans and buying and assemblinq
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 any other third person.
SECTION 6. 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 enqineering costs in
accordance with the Federal Highway Administration procedures set
forth in 23 CFR Section 140.900, et seg., and 23 CFR Section
646.200, gt ggg.
In the event that delays or difficulties arise in securing
necessary approvals or in securinq necessary rights-of-way or
settlinq damages or damaqe 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
�
� C
_�
r
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 RAZLROAD 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 7. Insurance: In addition to the insurance required
by the CITY, CITY shall purchase and maintain Railroad
Protective Insurance pursuant to the following quidelines:
(a) In connection with highway projects for the elimination of
hazards at Rail-Nighway crossings and other highway construction
projects, wholly or partly within RAILROAD riqht-of-way, RAILROAD
Protective Liability Insurance shall be purchased on behalf of
RAILROAD by the City.
(b) CITY shall 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
/ �
- 7 -
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
se ., and the amount of such insurance coveraqe and the premium
to be paid therefor will be included in RAILROAD's Force Account
Estimate.
SECTION 8. Upon completion of the contemplated improvements,
CITY shall maintain, repair and renew at its expense, all parts
of the hiqhway 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 chanqed as
a part of this Project.
SECTION 9. IInder the Federal Hiqhway 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 of the date first shown above.
CSX TRANSPORTATION, INC.,
a Virginia corporation
sy : L%'��
. . Beckham
Its Chief En�;ineer Svs Reliah;i;r��
�.� >. �i,
�,
CITY OF CLEARWATER
By:
M�.chael J. Roberto
City Manaqer
.�i�
Rita Garvey
Mayor-Commissio r
ATTEST•
�R.. C.�_� � ,' �.
Cy thi'a -, E . ��udeau
City C�,r��k
Approved as to form:
�
��
� John Carassas
Asst. City Attorney
0
- � �
�
ADDENDUM "A"
Work to be performed or caused to be performed at Project
Expense.
A. By CITY.
1. Approach work and traffic control.
B. By RAILROAD:
1. Preliminary & construction engineering.
2. Install crossing surface in accordance
with attached estimate.
�
,
' - CSX TRANSPORTATION� INC. Pa9e �
�FORCE ACCOUNT ESTIMATE �
ACCT. CODE : T09 - �
�.�TIMATE VOID AFTER;_ S/1/98
LOCATION: Cleacwater. Flo�ida DOT NO.: 826 804 V
OESCRIPTION: Reconstnid 80.0' public road crossinp (Chestnut Street • 1 trad� with 132i
fuii depth iubbet.
D(V{310N: � SUB��IV: 1� ea�� MN.E POST: �Y-874•95
DRAWING NO.: � ORAWIN�i DATE �/
�RRELlMINARY ENGINEERIN�3:
t,.abo� Mon c«nracq
Sur+cftarye 45.0196
��
Subtotal
CONSTRUCTiON ENGINEERING/INSPECTION:
Labor (Non Cartracg
Sutcharge 45.0196
��
Subtotal
GGI G • o
l.abor (Conduaor-Fta�nan)
I.abor (FonemaMnspedo�
I�uance 23.0096
su�har�pe 70.8896 (TranspoRation Depa�tmenU
Surcha�e 75.0796 (Enpineerirq DeQartmenU
�
Subtot�
� .- �-_- ,1• . ..
.. - �� � �:. :�
� ,, � . �
��:
�i�l.� ► � l.� ►� u�l�_..
�� � �:. :�
� - :��. � : . : �
� ..
Fie: CAestrxit Street - Sl'874.96 FOR�da
1 � ! � 2so.00
� Days � S 250.00
Q � � �_
g Days � t 150.00
i 2so.00
S 112.53
i -
i 362.53
i 500.00
i 225.05
i
i 725.05
i -
i 300.00
i 69.00
i -
i 225Z1
i
594.21
i -
_ -
_ •
s -
_ -
_ -
�
CSX TRANSPORTATION, INC.
� FORCE ACCOUNT ESTIMATE �
ACCT. CODE : T09 - �1
Pa�e 2
IBA.�
u�eort
Tt�ffic Cattr+ol
Remove Existinp Cmssirq
Reneyv Cross Ties
Renew Ra�
�n or�
I�tall Field Weids
Instaq Geo-Textile Fabric
Inslsq Su�Drains
tn�al� Banast
une and Surface
Mstan crossir�y Materiats
Ir�stan Bituminous Pavement
C,IearN�
Ins�,rance z3.0096
Stxcha�e 75.0796
Subsistence
3ubtotal
IBASdS:
���
Ci+oss Ties. Main L�e
Raa. Rels�! 13�
11�5sc. oT1W
Ceo-Te�dile Febric
Su�Drains
Ba�ast
Field Welds
co�ce�e� � c�s�4
Rubber C�+o�tq �
So�d lirnber C�p
Ti�nberlAspha� Cr+�inp
�bbe�/asphan Ct�o�p
B�um�wus Mat�ial
Material Handlin�
Subtotal
CONTRACT:
AsphaR Pavin� pn Place)
Disposal of Waste Materials
MaiMenance of Traffic
Subtotal
Fia Ctwstrx�t StroaR - SY874.96 FDR�ds
5.0096
Q �s
Q �AAN-HRS
4 �s
Q MAf�HRS
4 iww-�s
Q �s
Q Nl�11�iRS
Q �AAI�-f�2S
4 �+�s
4 u�+a�s
�Q MAt�-I�2S
Q AAAN-��25
Q AA�1I�-1�23
Q �AAN�S
Q AAAI�f�tS
Q �AAf�H-IRS
s �s•so
; 15.50
� 15.50
� 15.50
f 15•50
s �s•so
i 15.50
t 15•50
i 15.50
; 15.50
� 15.50
� 15.50
i 15.50
; 15.50
: 15.50
: 15•50
�Q MAt�-DAY S 47•00
�
�
1
�
4
�
Q
Q
4
Q-
Q
�
4
Q
Q
Q
i�
�
�
�►
LF
LOT
SY
LF
t�lT
EA
�
�
�
�
7F
NT
t�lT
�
W4Y
i 22.00
t i8•00
S 500•00
i 27S
i 200
i 4.36
i �.15
�_
�_
�-
i �ss.00
i ns.00
i 80.00
i 35.00
i 1os.o0
i 70.00
i 125.00
i 10.00
i 500.00
s -
i -
s -
i -
s -
s -
i -
_ -
s -
s -
i 3.720.00
i -
i -
i -
i -
_ -
s sss.eo
i 2,792.80
i 1,410.00
i 8,778.20
i 1.210.00
i 2.808.00
i 500.00
i 294.25
i -
S 174.00
i -
i -
i -
i -
s
i 13.500.00
i -
i -
_ -
i -
i 924.31
= 19,410.56
S 5,250.00
i soo.o0
i 2,500.00
t 8,350.00
_ CSX TRANSPORTATION, INC, pa�� �
' �FORCE ACCOUNT ESTIMATE �
� ' ACCT. cooE : aos - �
�QUIPMENT RENT •
Gaiq Trudc
800m Tnx�t � DAY i 150.00 i 750.00
Dump Tnidt 1 DAY = 81.00 i 81.00
�� � OAY i 158.00 i 312.00
�� � DAY i 133.00 i 399.00
Air DrilUWnettd� � DAY i 68.00 S 340.00
Tie Tamper (Produdion) � �Y t 13.00 = �.�
Tie Tamper (Hand Hek1) 1 �Y i 197.00 i 197.00
Roper Q DAY i 50.00 i -
�� Q DAY i 162.00 i -
Subtotal � DAY S 50.00 s 250.pp
i 2,394.00
7'RANSPORTATION:
(M on Line Miles)
Subtotal
�IMORK TRAIN:
Subtotal
Q TON/MILE = 0.97
Q DAY = t,Spp,pp
V G •
� Q � i 65.00
� 4 M i 75.00
Subtotal
S�?NTINGENCIES• �o.00� �xa�s s�. a comm.�
GRAND TOTAL
�.11. • , •� �i•��
� �� h
,.:,
�
Q�
TOTAL
�+d Divlsion Engineer
EsS"e�Eee B�r. N'=
T'�'� ��$64-8259
�� lC1� REVISED: �
Fam Last ReNsed Feb�usry 15,19A8
i -
s ----
S .
s ---
i .
i _
s --
S 4,081.46
s �a,s�s.o-
i 44,678.01
_
i 44,678.01
Note: Th1s estin�ate �s based on tull CROS3INO CLOSURE du�tng woric by Railroad Forces.
F1e: f�eahwt Streat - SY874.95 FDR�ds