Loading...
RAILROAD REIMBURSEMENT AGREEMENT - SR 595 & SRS 595B f , -'~,. ~ I Transportation I Department of Haydon Burns Building, 605 Suwannee Street, Tallahassee, Florida 32304 TOM WEBB, JR. SECRETARY Divisfon of Road Operations August 2, 1977 Mr. T. 8. Hutcheson, Ass1staat Vice Pres1deat Seaboard Coast Line Railroad COIIpIny 500 water Street Jacksonville, Florid. 32202 Dear Sir: ~., C e2;:-,,;,.,c;,r:~1~.7,jneering' . J..'."-,_~-~~ .; J-~7/}l : I ..J ,"~} [J; .' f>;;:..J ,...., -'-,-- - .._! j\~- -: ::', l_~l LLC ~ TCl 1;'7,::"J 0 i\,.Jil/l 0 Other J~-'-C~---_.._---~------------_.. ,~ ,~ "1 ~ ,1 lNle _~___________________________~_______ !~ Sectfon 1 5000-6907 ~ State Road (Chestnut Street) Pinell.s County, Parcell (R/W SIGG) Crossing ~r: 626804-W, RR MP: SY-874.92 sel File: 5l-O-Fla.(Clearwater)-E FHWA No.: SRS-OOOS03) We are enclosing one (1) fully executed Igreement dated July 15 J 1977, involving your COIIpaftylDd covering the fnstallation of grade crossing traffic control devices uti_ted at $39tlOO.OO. The enclosed doc_nts have been approved by the Departllent and you may consider this notice as your lutbor1zltion to proceed with the work under the direction of our Oistrict Engineer. Please extend advance notff1cation of work by Railroad forces to our District Utiltty Engineer. The ...ork under this contract shall be perfomed in aecordaneewith the provisions of the Federll Highway Ada1nistrlt1on fS Federal-Aid Program ManuIl Vol..- 1, Chapter 4. Section 3, Ind/or Vol_ 6, Chapter 6, Section 2, as required. Should additional info....tion or _tint with OepartaleRtrepresentat1ves be needed, please let us bow. lere~;) E. It. Salley, P. E. State Utl1 ity Engineer EMS/bSIR Enclosure: 3 confol"lled copies and 5 prints cc: Mr. R. D. Liggett, Chi.f Engineer. c.... & Signals - SCL ~'~~r. lux G. Battle, Publwc Works Director, City of Clearwater, wlagreement Mr. C.W. Monts De Oca, District Eng1neer Attention: District Utl1ity Engineer, w/2 agreement copies COMptroller Attentfon: Budget Office, wIt agr..-ent copy CITY OF ClEi\r-{w,i'\T~R 'ENGINEERING m:p!\[\ I ("if:N!,;, i",<< ~OI 'riJ IE ~ ,r\\ ~, ." \ " I I ,', JX e, \ll) l ,....,.Ui t: l- ~\ U G 9 - 1977 t.. M.", ,', (/'10 I b \ 11i,i:i~11;Jll)1:~I~OVI/b-L, /- .... " ,r- ,,' ~ ~ ";. I -' -'.... (P'" FORM 722-40 STA'~ OF FL.ORIDA DEPAR-IMENT OF TRANSPORTA]'N '-74 DIVISION OF ROAD OPERATIONS PAGE' OF 5 RA lROAD REIMBURSEMENT AGREEMEI\fT GRADE CROSSING PROTECTIVE DEVICES AND FUTURE RESPONSIBILITY (Municipal) , , COUNTY SECTION UTIL.ITY JOB NO. STATE ROAD NO. COUNTY NAME PARCEL. Be R/W JOB NO. F A P NO. If.) 000 G 0'J. 7~ " C!les tnut St ohelh5 1 (SI';~) (' Cl (' '1 '1'1 (' (I~ I" .J . -">\,.1- . d . ','J" ,/ THIS AGREEMENT, made and entered into this /6/A date of tJMJo , 197L, by and between the STATE OF FLORIDA DEPARTMENT OF TRANSPO~ component agency of the State of Florida, hereinafter called the DEPARTMENT, and SEA80AHD C:1t\ST LItjE RAILR0AD C')!JPi\'!Y corporation organized and existing under the laws of with its principal place of business in the City of Virqinia ,lacksonvi 11 e ,a County of Duval City of C1 earv/ater . State of Florida hereinafter called the COMPANY; and the, ,a municipal corporation, hereinafter called the CITY. WITNESSETH: WHEREAS, THE DEPARTMENT is constructing, reconstructing or otherwise changing a portion of the State Highway System, designated by the DEPARTMENT as Job No. IG0nrl.(;,J07, between S:1 :)ql) and SRS-Sqr:;-R ,which crosses at grade the right of way and track(s) of the COMPANY at a><tf~imX fle<<t< f.roox the COMPANY'S Mile Post SY.fl74.9? , at or near C1 earwater , Florida as shown on DEPARTMENT'S Plan Sheet No. attached hereto as a part hereof, NOW, THEREFORE, in consideration of the mutual undertakings as herein set forth, the parties hereto agree as follows: 1. The COMPANY shall furnish the necessary materials and install automatic grade crossing signals and/or other protective devices at said location on an actual cost basis, and in accordance with the DEPARTMENT'S Plans and Standard Index Number 1467 attached hereto and by reference made a part hereof. 2. 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: _(a) DEPARTMENT Procedure No. 132-046 "Reimbursement for Utility and Railroad Relocation," dated October 1, 1973, and Rule 014-46.02 "Responsibility for the Cost of Railroad/Highway Crossings," Florida Administrative Code, dated February 3, 1971, xx (b) Federal Highway Administration "Policy and Procedure Memorandum 30-3," Transmittal 218, dated October 26, 1971, and Federal Highway Administration "Policy and Procedure Memorandum 21-10," dated October 3,1958, , .' c-,: . FORM 7ZZ-40 I I " PAGE Z OF 5 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. 3. 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 the above indicated Reimbursement Policy, 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. 4. 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 estimate of the cost thereof in the amount of $ 39,100.00 . All work performed by the COMPANY pursuant hereto, shall be performed according to these plans and specifications as approved by the DEPARTMENT; the Federal Highway Administration, if federal aid participating; and all subsequent plan changes shall likewise be approved by the DEPARTMENT and, when applicable, the Federal Highway Administration. 5. The installation and/or adjustment of the COMPANY'S facility as planned ~will not) involve additional work over and above the minimum reimbursable requirements of the 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): -( a) % will be applied to the final billing of work actually accomplished to determine required credit for (betterment) and/or (extended service life) and/or (nonreimbursable segments). _(b) 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 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. 6. 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 perfomed for the COMPANY shall also be furnished by the COMPANY to the DEPARTMENT. , - FORM 722-40 I I PAGE 3 OF 5 7. It is speeifically 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. 8. It is further agreed that the cost of all installations and/or adjustments made during this installation work shall be borne by the COMPANY, subject only to the DEPARTMENT bearing such portion of this cost as represents the cost of installation and/or adjustment of the previously existing facility, less salvage credit as set forth in the immediately preceding paragraph. 9. Upon completion of the work the COMPANY shall, within one hundred twenty (120) 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 DEPARTMENT'S auditor. The DEPARTMENT shall retain ten per cent from any progress payment. 10. Upon installation of said protective devices, the expense thereof in keeping same in a good and safe condition will: ~ (a) immediately revert to the CITY and the CITY joins hereinfor the purpose hereof. _ (b) be borne by the DEPARTMENT for a period not to exceed from the date of completion of the aforementioned project, but not to exceed the amoUl,tt of fifty per cent (50%) of the cost enumerated by the Schedule of Annual Cost of Automatic Highway Grade Crossing Protective Devices attached hereto and by this FORM 722-40 I I PAGE 4 OF 5 reference made a part hereof. At the conclusion of said time period, such maintenance of the crossing and expense thereof will be transferred to and assumed by the CITY and the CITY joins herein for the purpose hereof. The CITY agrees to notify the COMPANY in writing at least thirty (30) days prior to expiration of maintenance by the DEPARTMENT. IT BEING EXPRESSLY UNDERSTOOD AND AGREED that the COMPANY may, at its option and upon proper notification, perform such periodic maintenance work as required and bill either the D EP AR TMENT or the CITY, whichever is applicable under the foregoing paragraph, for costs thus incurred. 11. After said automatic crossing signals and/or other protective devices have been installed and/ or adjusted 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 their successors or assigns shall operate the automatic grade crossing signals and/or other protective devices, or until it is agreed between the parties hereto that the signals are no longer necessary at said grade crossing, or until the said crossing is abandoned, or other legal requirements made which shall cease operation and maintenance of signals thereat. The COMPANY agrees that any future relocation or adjustment of said protective devices shall be performed by the COMPANY with the DEP AR TMENT or the CITY, whichever is applicable at the time as governed in Paragraph 10 above, responsible for such cost as specified at that future date. The COMPANY further agrees to assume full responsibility for the continued operation and maintenance of such devices once they are placed in service. 12. The COMPANY expressly agrees to indemnify and hold harmless the DEPARTMENT against each and every claim, demand or cause of action that may be made or come against the DEPARTMENT by reason of or any way arising out of any defect, imperfection, failure to repair, or failure to maintain, done, suffered, or permitted in or about such protective devices, and also every claim, demand or cause of action against said DEPARTMENT by reason of any liability that is or may be imposed on the DEPARTMENT under the laws of this State because of its participation in the cost of such maintenance governed in Paragraph 10 (b) above, on account of any such defect, imperfection, or failure to repair or maintain, done, suffered, or permitted in or about said crossing or crossing protective devices, or on account of any a,ction or omission on the part of the COMPANY in or about the same. 13. The COMPANY covenants to indemnify, defend, save harmless and exonerate the DEPARTMENT of and from allliability-, claims and demands arising out'of work undertaken by the COMPANY pursuant to this agreement, due to the negligent actions, delay or omissions done or committed by the COMPANY, its subcontractors, employees, agents or representatives; excepting, however, any loss, damage or injury arising out of or caused by the negligent actions, delays or omissions done or committed by the D EP AR TMENT, its subcontractors, employees, agents or , ~ . . . ~'~ Form Paq2 5 Of 5 I I represc-:ntatives, \.:hich loss, da:;la<l~ Gt' 'injury shi:l1 be borne by the DEP!\r:TilEilT except as othenli se covered lJ.'/ Lands aI' ) Ilsurul1Cc. 14. It is agreed uehreen the pa rti e3 r.el'C'tl) thAt the cost of 'j ns ta 11 i n'l automatic protective devic~s at said crossin~ be horne jointly b~twccn the CITY 2nd the DE?.'~rn:1E;H viith the CITY rt?sr)onsibl~ for ten n~l' c2nt (10%) of the actual cost. The CITY upon ex~cutiDn of this a~r~e~cnt shall furnish to the ;;EPfIf(T:icNT uS advance OuV1'1ent a nerJotiable VOL1Cl1f:r r~ad2 n::v- able to the DcPt,RTtiEilT fOl~ ten per cent (10;;) of th2 cstinatcd cost (on'- tair.ed in pilr2.Qraph if above. Should the fin::;.l cost bC' less than t:SUf:ldt'~~(; cost, refund to the CITY shall he ~1JJe. ShoulrJ the final cost be r;l'E"lt'~t' th,~il the arr.ount pl'evio~Jslv D2.icl by th~ CITY, tho CITY shall, U~IO:1 rec~'ipt of ~l'in- ing, pay to the [)EP/\R.T!IE~IT the ba1aiice d:'E~ pursuant to pllro.g(JDh 9 h2rcof. Paragraph 14 added prior to execution by parties hereto. IN WIT~ESS WHEREOF, the oarties hereto have caused these Dresent to be executed by their duly authoriz~d officers, and their official seals hereto a Hi xed, the day and ~ar first aOuv2 ','!ritten. -"J'~~T~T"" OF FLor" nr WITNESSES _\\}S~~ ~~E~A~~11[r O~'~~j7P~I~1 . $~O" '!~\. By:^'r~~~ I . .. .' ATTES ..' .' 1t ~~(SFJ.".L) As -to--'C~ft-Dj.P-;~~',TftnT. . a.CTINGCXeCU fi-;;;-:S(~~~\7--'- ---L..-------.------.-----~-----.-..----.-------,--.-.-..-.-...-----.,-..-- "" (Cu"'.. ,) [, i; v) . L , \., I SEM30i\fWC'\;ST LI'!E r~,'\Il}~,,)!') ~~~ ~~..,.'S-~~ As to the CDrWN';Y j3Y: ~~, . ~ ~- . - '., -::. ' ~ ;: r, : 1\ 11 ES j. ____ ____ _ _____._. ._____" _. ___"",___J .).' \, ) Assistant Secrotar.' . W. Martens , FLOl(Ii}\ A P l' r 0 H,j :;" I" r" r n l. I." ~" II i ,. "11 d l: xc r U Ii" n ST."'!L ()11'J.\J~;Il),\ DEI'.\I: ~lL:"T 01 TIt.\',~I'lll:l.\r1(l:, . "t.'~~-'" :-\- :', ;\-',:~ ': .,;S!:- . ' "' -"~ I I ADDENDUM IT IS AGREED that the following two paragraphs may be added to the RAILROAD REIMBURSEMENT AGREEMENT, GRADE CROSSING, PROTECTIVE DEVICES AND FUTURE RESPONSIBILITY, between the STATE OF FLORIDA DEPAR TMENT OF TRANSPORTATION, SEABOARD COAST LINE RAILROAD COMPANY, and the CITY OF CLEARWATER, FLORIDA, pertaining to the crossing to be located between State Road 595 and State Road 595B (Chestnut Street) in Clearwater, Florida: 1. It is understood by all parties to this agreement that Paragraph 2 of the main agreement shall not be construed to iInpose upon the City of Clearwater maintenance work other than maintenance of the signal and gate equipment. 2. It is understood by all parties to this agreement that the cost of the type of maintenance referred to herein is to be borne jointly by the City of Clearwater and the Seaboard Coast Line Railroad Company, with the City of Clearwater's share of such maintenance to be no more than fifty per cent (50%) of the annual maintenance cost of the signal and gate equipment, as indicated on the attached schedule, subject to future cost adjustment as agreed upon by all parties to the main agreement. IN WITNESS WHEREOF, the parties hereto have caused this Addendum to be executed by their duly authorized officers, and their official seals hereto affixed, this 15'11 day of ~ , A. D. 1977. WITNESSES: STATE OF FLORIDA DEP.~ j' :,MENT, OF$P' ','~~,.' NS,' PORTA.-iIO. ~ /~~ / '/I By ~ ~ ..u:.../(~ A 3:::::. Of~~tiOn . Attest: " J-,V .~ ACTINQ Executive Secretary SEABOARD COAST LINE RAILROAD COMPANY :'-'- , '~ '-;' ,}, ' . .' WITNESSES: ~BY ~ "-. ",VAttest: , . ,,";:' tJ H. W. Martens Assistant Se ':" . . ~- aA.,.;.' " c_"_ .:( -, .u ,}yh~ .... ----~ ~. -1- '-.. I WITNESSES: L~~ r .~ I J I an~L/f'V' C ~",--/ I By Attest: Countersigned: W;~V~ e/L;f?Cl,;M~ ~ayor-Co~sione~ -2- ,..........,. ~:-~-- I ~ I RESOLUTION No. 77 - 52 A RESOLUTION AUTHORIZING EXECUTION OF AN ADDENDUM TO A RAILROAD REIMBURSEMENT AGREEMENT FOR FUTURE RESPONSIBILITY OF GRADE CROSSING PROTECTIVE DEVICES LOCATED BETWEEN STATE ROAD 595 AND STATE ROAD 595B AND PROVIDING WHEN THIS RESOLUTION SHALL TAKE EFFECT. WHEREAS, the State of Florida Department of Transportation is constructing, reconstructing or otherwise changing a portion of the State Highway System between State Road 595 and State Road 595B (Chestnut Street), which shall call for the installation and maintenance of railroad grade cros sing protective devices for railroad grade crossings over or near such highway; and WHEREAS, the City of Clearwater has previously authorized the execution of a Railroad Reimbursement Agreement for such protective devices but desires to enter into an addendwn to said Agreement; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF CLEAR WATER, FLORIDA, IN SESSION DULY AND REGULARLY ASSEMBLED, AS FOLLOWS: 1. That the City of Clearwater enter into an Addendwn to the Railroad Reimbursement Agreement with the State of Florida Department of Transportation and the Seaboard Coast Line Railroad Company for the installation and maintenance of certain grade crossing protective devices located between State Road 595 and State Road 595B (Chestnut Street), in Clearwater, Florida. 2. That the City agrees to participate in the cost of installation as enwnerated in Paragraph 14 and asswne its share in the cost of future maintenance and/ or adjustInent of the grade cros sing protective devices for the g.rade crossing as designated in Paragraphl 0 of the Railroad Reimbur.sement Agreement, and as provided in the Addendwn to the Agreement. 3. That the Mayor-Commissioner, City Manager, City Clerk and City Attorney be authorized to enter into such Addendwn with the State of -1- , -- ~ -.-.-' I I Florida DepartInent of Transportation and the Seaboard Coast Line Railroad Company as herein described. 4. That this Resolution shall take effect immediately upon its adoption. PASSED AND ADOPTED this 2nd day of June, A. D. 1977. /s/ Gabriel Cazares Mayor - Commis s ioner Attest: / s/ R. G. Whitehead City Clerk -2- I I I, R. G. Whitehead, duly appointed City Clerk of ~he City of Clearwater, Florida. certify the foregoing to be a true and correct copy of Resolution No. 77:' 52 the this 2Ild day of adopted by the City Commission on June , A. D. 19 77 . Witness my hand and the seal of the City of Clearwater, 6th . day of June , A. D. 1977. ~~ " i City Clerk I I RESOLUTION No. 76 - 7 WHEREAS, the City of Cleanvate,r has been informed that the Florida Dcpartrnent of Transportation has received Federal funds under Section 230 of the 1973 Federal Highway Act that will permit certain intersection improve- ments in the City of Clearwater; and WHEREAS, the Palmetto Street railroad crossing is scheduled to be provided with cantilevered flashing lights and gates at an estimated cost of $40,000; and WHEREAS, the Druid Road railroad crossing is scheduled to be provided with cantilevered flashing lights and gates at an estimated cost of $45,000; and \ WHEREAS, the Chestnut Street railro1dcroSsing is. scheduled to be provided with cantilevered flashing lights and gates at an estimated cost of $46,000; and WHEREAS, the Betty Lane railroad crossing is scheduled to be provided 'with cantilevered fl<:;;.shing lights and gates at arL estimated cost of $41,000; ai1d WHEREAS, the Greenwood Avenue railrcad crossing is scheduled to be provided with cantilevered flashing lights and ga :es at an e-stimated cost of $45,000; and WHEREAS, the City would be required to provide ten per cent of such funds and pay an annual maintenance fee after installation of each improvement; and WHEREAS, the City feels it to be in the best interest and welfare of its citizens that the Florida Department of Transportation be requested to approve the installation of t;u~h railroad crossiag sig'1als and gates 0". a pj'iority L~~sh onPaln1etto Street, Druid Road, Chestnut Street, Betty Lane ana Greenwuod A venue; NOW, THEREFORE, DE IT RESOLVED BY TIlE CITY COlvIMJSSJON OF THE CITY OF CLEAn. \VA TER, FLOH.IDA, IN SESSION REGULAH.L Y AND DULY ASSE~1BLED, AS FOLLOWS: -1- ,-...-~ ;. I I 1. That the City of Clearwater hereby officially requests the Florida Dcpartrnent of Transportation to approve the use of Federal funds received under Section 230 of the 1973 Federall1ighway Act for the installation on a priority basis of cantilevered flashing lights and gates at the railroad crossings as follows: Palmetto Street at an estimated cost of $40,000; Y. II t 7 3/ Druid Road at an estiinated .cost of $45, 000; ~ 1/(" 7 34- Chestnut Street at an estimated cost of $46,000; .fF II?' 73c:J ~ 11~7/~ Betty Lane at an estimated cost of $41,000; and' -a:: II ~ ?/.:< Greenwood Avenue at an estimated cost of $45,000; all in the City of Cle~n;"'ater, Flo:dda. 2. That the City of Clearwater hereby agrees to provide ten per cent of the cost of each project and to pay an annual maintenance fee after installation of each improvement. 3. That the appropriate officials of the City are hereby authorized to execute and deliver such agreen1cnts that are recpired by the Florida Department of Transportation to implement these projects. 4. That a certified copy of this Re solution be forwar..ded forthwith to the Florida Dcparbnent of Transportation, B~l.Ttov/, Florida. PASSED AND ADOPTED this 15th day of January, A. D. 1976. / s / Gabriel Cazares Mayor-Commis sioner Attest: / s / R. G. Whitehead City Clerk -2- . -' I I 1, R. G. WHITEHEAD, duly appointed City Clerk of the City of Clearwater, Florida, certify the foregoing to be a true and correct copy of Resolution No. 76 - 7 adopted by the City Commission on the 15th day of January A. D. 197 6 . Witness my hand and the seal of the City of Clearwater, this 16th _da y of January A.D. 197L ~ ~. ~?II--~ r((yt,{'4:-~i.LC-- CJY ity Clerk , ~ SEABOAR1 COAST LINE RAIl.ROAP CO}WANY I To: Florida Dept. of Transportation Project Ref. 15000-6907 County: pinellas Location: Clearwater, Fla. seL Mile Post: SY 874. 95 Drawin~ No. XE-986 Route: Chestnut Street Crossin~ Inv. No. 626804-V Description: Install flashing light signals (cantilever type) and gates (Type IV, Class III Traffic Control Devices) . ,.' Estimated Cost Handlin~ 1,135. NOTE: Estimated number of days to start project after receipt of authorization is 120 days. Material Cost Sales Tax 22,700. 908. Transportation to Project 117. Total Material Cost 24,860. eredit for Released Material Net Material Cost Enp'ineerin~ Plus Composite Additive Total Enp,ineering Construction Labor Plus Composite Additive Total Construction Labor Supplemental Annuity on Labor Meal Allowance and Lod~ing Transportation of Equipment to Project Equipment Rental Traffic Control Devices (Construction) Estimated Material and Labor Cost Continp,encies TOTAL ESTIMATED COST Railroad Portion Outside Party Estimated Cost 39,100. Office of Chief En~ineer Communications and Si~nals Jacksonville, Fla. Date: Dec. 17, 1976 - RMP J I SEABOARD COAST LlINE RAILROAD COMPANY To: Florida Department of Transportation Project Ref.: 15000-6907 County: Pinellas Location: Clearwater, Fla. SCL Mile Post: SY-S74.95 Route: Chestnut Street Crossing Inv. No. 626S04-V Description: Install flashing light signals (cantilever type) and gates (Type IV, Class III Traffic Control Devices) . MATERIAL ESTIMATE 1 - Power Service Assembly. 237. Lot - Control Equipment consisting of relays, 6,200. receivers, transformers, rectifiers, lightning protection, ~ire, housing, etc. Lot - Batteries and Housing. 10 - 20 Foot Lengths 3" Conduit. 2 - Cantilever Signal Assemblies, 311 Span, 4 lights. 2 - Gate Assemblies, 311 Arm. Lot - Foundation Material for Signals and Gates. 2 - Insulated Joints. lSO. Lot - Rail Joint Bonding and Track Connection Material. 125. Lot - Multiple Conductor Cable. 1,350. Misc. 187. Total $22,700. Office of Chief Engineer Communications Jacksonville, Fla. Date: 12-17-76 - and Signals m4P SITE PLANS IN FILE If ~' . l. ~~ J;~ ~t'/~ I' I I / / i . I f..,1,1ill 4~, . -.....j, ,. " "7 ii .j /t;z ill " 'f A~ /;/./' <~f' No .t/! h li/ /1,.. /1 I} I' t~~." ''",} '(~~~ ..,.....,_~'~ - -~i '~ litt;,.. .. ~ ...." !jr~.. '" ..~ .J~ft~S>~"'......~ '" !.. ~~ 1'<. ,I! ~... ~ It., " ~~t..t)..l .jlJJ:'<.'<N~ii! .,~:tt'~ f( (( # . J l'll''ii'''!.. <f' ~i $~~ #t~) '" Ir>f;i<fJ:, ~li"! ~<i !r1\~ !~~.~ 1 t<:f./,'i .~~fl~<i!i ~~$'" fii"! ~tJ "i 'ii f~iI' 1. I/~' 4 't" llf! ~ll/~ .~1i .. I t f' I If/I lit " l f M" 1i'~ I itf,'( t · ~ ~J 1 ~\ fS fl'~ . "J IV ;;' .~ "~ I)} J '~ :I;. I#'. ~ ~,~ 'I" ''./~.(''( I I '/.~1____ /... I /-, l It / / I ! ;J I / / I Iii I I '" 1.., N:../ ! I 1 I~ < j I .~~,--, L / : f'" . ;~ "r ~:s:!,A! I ...~-~~,/ 11 ./ ,I Ji /, '.', 'l.' ,If.~ 11/ 1 "il-l' /f I /' V, I ,,~' j ./' / / / t~, /'.) / I I,~! /;;' , ! / /' ~ I 1 I f ~I '- I /$:' '../ i' ! , :$ ... .If /~ /k ~ff ~~ /1 /~ ;" /~ /~ !~ I\S I ! ,f If} '~ I i ... ,f L '~i . I ,I I I ! I .,~ I / / I / / ! ! I ~ I ! I / II / / I ~ \ ...~.. \ \ \ \ \4 \' ,~ '~'. \. ,t"\ '.' . ,. \:a . '" l ,"" .t. \ ' y" .. '. '.::> ,. ~ \ "', \\ ,,...~ \\ . s. .~ ~ ~ ~ '\ ~ ~~ ~ ~ ~~, ~\ \ ~\ ,-g ~\ ' ~~ \Z F' \ l ~ ~ "..",\ \~ ?\, .~: -<. \:. . ~"'O .~," "' ': ....,,'. ....... -' ,..- ." ~. , -\ __ .Jr! ,,' ~:~''.,-:.: ;~~~. -~ ",-1\1:.,.., '* ..,.. . 'r ;-l> <f . \ \ \ \ , \ \ \ \ \ \ \ \ \ \ \ \ " f 1~~~~,~ ~.1':. "';'f... , '.', :"':.1:.. , \ '":~I;~;ft ~J \ \ .\ ~Q ~\ , _~ ~~\ i"! '.'.' \,1" '4 ~.~~.'-'~~' -<. '4 \. ~ f~. \1. \.;;~ -'h, '.~ \.. ~ ,. .,""".. \,~' \ ~~;-. ~ t ~\