8.6b Agr RR Crossing Rehab STATE OF KANSAS .~ '~ % '~
KANSAS DEPARTMENT OF TRANSPORTATION
Michael L. JohnsOn Docking State Office BttiMing doan Finney
Secreta~ ~'~/tt~ortat~n Topeka 66612-1568 Governor ~' Kaltsas
(913) 296-3566
FAX - (913) 296-1095
July 12, 1994
Mr. Shawn O'Leary Project No. 85 X-1794-01
Asst. Dir. of Engineering STP-X179(401)
and Utilities Crossing of the Union Pacific
city Hall Railroad Company's!tracks
P.O. Box 736 and Ohio~ Street
Salina, Kansas 67402-0736 in Salina, Saline!County
Dear Mr. O'Leary:
We have received the agreements from the railroad compamy with
which they have executed on their behalf.
Attached are three (3) original copies each of an agreement for the
above mentioned project. Please have all three (3) copiesiof the
agreement executed by the City and return them to this office for
further handling. We will also need a copy of the resolution
giving the Mayor authority to sign the agreements.
If you have any questions or need further information, please
contact us.
Very truly yours,
G. DAVID COMSTOCK, P.E.
CHIEF, BUREAU OF DESIGN
ED 'BP~A~Y / ;
AGREEMENT TEL%~NICIAN
COORDINATING SECTION
EB:wp\4
Attachment
cc: Mr. Larry Rudolph, Union Pacific Railroad Company
Mr. A1 Cathcart, Coordinating Engineer
006943037 "SECRETARY'S ORIGINAL"
& ~ R E E ~ E N T
Union Pacific Railroad Company Project No. 85 X-1794-01
Gates & Circuitry Upgrade STP-Xi79(401)
Saline County, Kansas
Agreement between the Union Pacific Railroad Company, me
City of Salina, Saline County, Kansas and the Secretary
of Transportation of the State of Kansas, relative to the
construction and maintenance of Highway Crossing Signals
under Section 130, United States Code 23.
* * * * * * * * * * * * *
This agreement, made and entered into this day of
, 19 , by and between the Union Pacific
Railroad Company, a Utah Corporation, hereinafter referred to as
the "Company", the City of Salina, Saline County, Kansas
hereinafter referred to as the "City", and the Secretary of
Transportation of the State of Kansas, hereinafter referred to as
the "Secretary".
WITNESSETH:
WHEREAS, the Secretary proposes to submit to the Federal
Highway Administration of the United States Department of
Transportation a project providing for the installation of
railway-highway crossing signals, gates and circuitry upgrade with
the existing cantilevers being adequate at a grade crossing (DOT
#818384A) on Ohio Street in the City of Salina, Saline County,
Kansas, said project to be known and designated as Project No. 85
X-1794-01 STP-X179(401) and more particularly described as follows:
at the intersection of Ohio Street and the Company's
tracks approximately 500 feet South of the Northeast
Corner of Section 12, Township 14 South, Range 3 West, in
the City of Salina, Saline County, Kansas,
and will recommend its approval for construction under Section 130,
United States Code 23 and amendments thereto, and
WHEREAS, the locations for the flashing light signals were
determined by a diagnostic team consisting of representatives of
the Company, the city, and the Secretary, and
WHEREAS, the Secretary will prepare the plans for the project
and such plans when approved by the Company, the City, and the
Secretary are hereby made a part of this agreement and incorporated
by reference herein, and
NOW, THEREFORE, in consideration of the premises and the
mutual covenants herein contained, and subject to the approval of
the Federal Highway Administration, it is hereby agreed by the
parties hereto:
1. The total cost of the project will be funded one-hundred
percent (100%), including preliminary engineering, construction,
- 1 -
sales tax, users tax and such other items as are properly
chargeable to the project under Section 130, United States Code 23
and amendments thereto.
2. The City will install and maintain the advance warning
signs and pavement markings.
3. The Company will provide the Secretary with a copy of the
bill of materials and the detailed estimate of the cost~ of the
project. The estimate to be attached to and become a part of this
agreement.
4. After being notified by the Secretary that the project
has been approved and that work may begin, the Company will notify
the Secretary's District Engineer, Mr. William A. Legge, Salina,
Kansas, at least one week in advance of the date that work on the
project is to be started, and should withdrawal from the project
become necessary for any reason, the Company will each time notify
the Secretary's District Engineer of the date that work on the
project is to be resumed.
5. The Company will remove the existing gates amd will
install the new gates and make all connections necessary for their
successful operation, and do all incidental and appurtenant work in
accordance with the plans for the project and Part VIII of the
"Manual on Uniform Traffic Control Devices". The Company will
furnish all of the material and do all of the work with its own
forces, or the work may be done by a contractor paid under a
contract let by the Company in compliance with the provisions of
Chapter I, Subchapter B, Part 140, Subpart I, of the Federal Policy
Guide. Said Federal Aid Policy Guide is by reference made a part
of this agreement. If this work is to be done by a contractor paid
under a contract let by the Company, prior written approval shall
be obtained from the Secretary. The estimated schedule by the
Company for the completion of the work for this project is one year
from the date of this agreement.
6. The Company will keep detailed and accurate records of
all labor, materials, supplies, incidentals and all other necessary
costs involved in carrying out the work performed by the Company
under the terms of this agreement, and will give access to such
records at any time during regular office hours to any authorized
representative of the Secretary or of the Federal Highway
Administration, for a period of three years from the date final
payment has been received by the Company.
7. Preparation of preliminary estimates, procurements,
performance of work, expenditures, billing and reimbursement shall
all be done in accordance with Chapter I, Subchapter B, Part 140,
Subpart I, of the Federal Aid Policy Guide.
8. The Company will submit to the Secretary's District
Engineer, Mr. William A. Legge, Salina, Kansas, a final and
complete billing of the incurred costs within one year after the
completion of the work, and the Secretary will pay an amount equal
to the total cost of the project, with the understanding that the
Company will reimburse the Secretary for one hundred percent (100%)
of the amount of all items in the Company's bill which are declared
- 2 -
by the Federal Highway Administration to be ineligible for
participation in Federal Funds.
9. The Company shall have title to the signals and gates
and at its own cost and expense will maintain the signals and gates
and will make ample provision each year for such maintenance,
provided, however, the Company shall be entitled to receive any
contribution toward the cost of such maintenance as may be now, or
hereafter made available by reason of any law, ordinance,
regulation, order, grant or by other means or sources.
10. The parties hereto do hereby agree that the "Special
Attachment No. 1" herewith, pertaining to the implementation of
Title VI of the civil Rights Act of 1964, is hereby made a part of
this agreement.
11. The Company does agree that the "Special Attachment No.
2" herewith, pertaining to lobbying, is hereby made a part of this
agreement.
12. It is further understood that this agreement and all
contracts entered into under the provisions of this agreement shall
be binding upon the City, Company and the Secretary and their
successors and assigns.
IN WITNESS WHEREOF, the parties hereto have caused this
agreement to be executed in triplicate by their proper offices on
the day and year first herein written.
MICHAEL L. JOHNSTON
SECRETARY OF TRANSPORTATION
BY:
JAMES V. BUSH, P.E.
DIRECTOR OF ENGINEERING
AND DESIGN
UNION PACIFIC
RAILROAD COMPANY
TITLE: Gen. Oire or-De gn
ATTEST: THE CITY OF SALINA
CITY CLERK PRESIDENT OF GOVERNING BODY
- 3 -
Special Attachment No. !
Sheet i of 3
KANSAS DEPAR F OF TRANSPORTATION
Special Attachment
To Contracts or Agreements Entered Into
By t--he Secretary of Transportation of the State of Kansas
NOTE: Whenever this Special Attachment conflicts with provisions of the
Document to which it is attached, t-his Special Attachment shall
govern.
TH~ CML RIGHTS ACT OF 1964 AND
REHABILITATION ACT OF 1973
~CANS WITH DISABILITIES ACT OF 1990
AGE DISCRIMINATION ACT OF !975
NOTIFICATION
The Secretary of Transpo~ation for the State of Kansas, in accordance wi~h
=he provisions of Title VI and Title VII of the Civil RighUs Ac= of 1964 (78
Stat. 252), 8504 of t_he Rehabilitation Act of 1973 (87 Stat. 355) and the
Americans with Disabilities Act of !990 (42 USC 12101), t_he Age
Discrimination Act of 1975 (42 USC 6101) a/~d the Regulations of the U.S.
Department of Transportation (49 C.F.R., Part 21, 23 and 27), issued pursuant
to such Act, hereby notifies all contracting parties that, ~he contracting
parties will affirmatively insure that ~his contract will be implemented
wi=hour discrimination on t~he grounds of race, religion, color, gender, age,
.disability, or national origin, as more specifically set out in=he following
eight 'Nondiscrimination Clauses'.
CLARIFICATION
Where=he term ~consultant' appears in,he following seven 'Nondiscrimination
Clauses', the term ~consultant' is understood to include all pal-ties to
contracts or agreements with =he Secretary of Transportation of the State of
Kansas.
(Revised 8-30-93)
Special Attachment No. 1
Sheet 2 of 3
Nondiscrimination Clauses
During t_he perfo.--mance of this contract, the consul=ant, or the consultant's
assignees and suocessors in interest (hereinafter referred to as the
'consultant's), agrees as follows:
(1) Compliance with Regulations: The consul=an= will comply with the
Regulations of the U.S. Department of Transportation relative to
nondiscrimination in federally-assisted programs of the U.S.
Department of Transportation (Title 49, Code of Federal
Regulations, Parts 21, 23 and 27, hereinafter referred to as the
Regulations), which are herein incorporated by reference and made
a part of this contract.
(2) Nondiscrimination: The consultant, with regard to the work
performed by the consultant after award and prior to t~he completion
of the contract work, will not discriminate on the grounds of race,
religion, color, gender, age, disability, or national origin in=he
selection and retention of subcontractors, includingprocurements
of materials and leases of equipment. The consultant will not
participate either directly or indirectly in the discrimination
prohibited by Sec=ion 21.5 oft_he Regulations, including employment
practices when the contract covers a program set forth in Appendix
B of the Regulations.
(3) Solicitations for Subcontractors, Including Procurements of
Materials and Equipment: In all solicitations either competitive
bidding or negotiation made by the consultant for work to be
performed under a subcontract including procurements of materials
or equipment, each potential subcontractor or supplier shall be
notified by the consultant of the consultant's obligation under
this contract and the Regulations relative to nondiscrimination on
the grounds of race, religion, color, gender, age, disability, ur
national origin.
(4) Info~mation and Reports: The consultant will provide all
information and reports required by=he Regulations, or orders and
inst.--ut=ions issued pursuant thereto, and the Secretary of
Transportation of the State of Kansas will be permit=ed access to
%he consultants books, records, accounts, other sources of
· information, and facilities as may be determined by the Secretary
of Transportation of the State of Kansas to be pertinent to
ascertain compliance with such Regulations, orders and
instructions. Where any information required of a consultant is in
the exclusive possession of another who fails or refuses to furnish
this information, the consultant shall so certify to =he Secretary
of Transportation of the State of Kansas and shall set forth what
efforts it has made to obtain the information.
(5) ~ployment: The consultant will not discriminate against any
employee or applicant for employment because of race, religion,
color, gender, age, disability, or national origin.
(Revised 8-30-93)
Special Attachment No. 1
Sheet 3 of 3
(6) Sanctions for Noncompliance: In the event of the consultant's
noncompliance with the nondiscrimination provisions of this
contract, the Secretary of Transportation of the State of Kansas
shall impose such contract sanctions as the Secreta.--y of
Transportation of the State of Kansas may determine to be
appropriate, including, but not limited
(a) withholding of payments to the consultant under the contract
until the contractor complies, and/or
(b) cancellation, termination or suspension of the contract, in
whole or in part.
(7) Disadvantaged Business Obligation
(a) Disadvantaged Businesses as defined in the Regulations, shall
have the maximum opportunity to participate in=he performance
of contracts financed in whole or in par~ with Federal funds
under this contract.
(b) All necessary and reasonable steps shall be taken in
accordance with the Regulations to ensure that Disadvantaged
Businesses have the maximum oppor~unity to compete for and
perform contracts. No person(s) shall be discriminated against
on the basis of race, religion, color, gender, age, disability
or national origin in the award and performance of Federally-
assisted contracts.
(8) Incorporation of Provisions: The consultant will include the
provisions of paragraph (1) through (S) in every subcontract,
including procurements of materials and leases of equipment, unless
exempt by the Regulations, order, or instructions issued pursuant
thereto. The consultant will take such action with respec= to any
subcontract or procurement as ~he Secretary of Transpor=a=ion of
=he State of Kansas may direct as a means of enforcing such
provisions including sanctions for noncompliance: Provided,
however, that, in the event a consultant becomes involved in, or is
threatened wit_h, litigation with a subcontractor or Supplier as a
result of such direction, the consultant may request the State to
enter into such litigation to protect t_he interests of the State.
(Revised 8-30-93)
Special Attachment No. 2
CERTIFICATION FOR FEDERAL-AID CONTRACTS
The prospective participant certifies, by signing and submitting this bid or proposal, to the
best of his or her knowledge and belief, that:
(1) No Federal appropriated funds have been paid or will be pm{l, t)y or on behalf of the
undersigned, to anyperson for influencing or attempting to influence an officer or
employee of any Federal agency, a Member of Congress, an officer or employee of
Congress, or an employee of a Member of Congress m connection with the awarding
of any Federal contract, the making of any Federal grant, the making of any Federal
loan, the entering into of any cooperative agreement, and the extension, continuation,
renewal, amendment, or modification of any Federal contract, grant, loan, or
cooperative agreement.
(2) If any funds other than Federal appropriated funds have been paid or will be paid to
any person for influencing or attempung to influence an officer or employee of any
Federal agency, a Member of Congress, an officer or employee of Congress, or an
employee of a Member of Congress in connection with this Federal contract, grant,
loan, or cooperative agreement, the undersigned shall complete and submit Standard
Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its
instructions.
This certification is a material representation of fact upon which reliance was placed when
this tran.qaction was made or entered into. Submission of thi.q certification is a prerequisite
for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code.
Any person who fails to file the required certification shall be subject to a civil penalty of
not less than $10,000 and not more than $100,000 for each such failure.
The prospective pa[t. icipant also agrees by submitting his or her bid or proposal that he or
she shall require that the language of this certification be included in all lower tier
subcontracts, which exceed $100,000 and that all such subrecipients shall certify and
disclose accordingly.
ESTIMATE OF MATERIAL AND FORCE ACCOUNT WORK
BY THE
UNION PACIFIC RAILROAD COMPANY
FOR THE
INSTALL XNG OHIO ST. S
INSTALL AUTOMATIC FLASHING LIGHT CROSSING SIGNALS WITH GATES
AT : OHIO STREET., M.P. 185.23., SALINA, KS. ON THE SALINA SUB.
SIGNAL PROJECT MANAGER : HAROLD D. LOUIS 8271-5518
~OCATION: OHIO STREET SERV UNIT : 03 STATE : KS DATE : 1994-06-29
DESCRIPTION LABOR MATERIAL TOTAL
ENGINEERING 4122
EQUIPMENT RENTAL 1368
LABOR ADDITIVE 83.41% 3421
LABOR ADDITIVE 83% 15920
MATL STORE EXPENSE 421
PERSONAL EXPENSES 4104
SALES TAX 2134
SIG.-HWY.CRO W/C 34014 763
SIG-HWY XNG W/C 34004 17418
SIG-HWY XNG W/C 34007 998
SIGNAL 53361
TRAFFIC CONTROL 1000
42642 62388 105030
TOTAL PROJECT: 42642 62388 105030
FORM 30-1 PAGE 04 MORE
· WORK ORDER AUTHORIZATION-DETAIL OF ESTIHATED EXPENDITURES
EST START: 01-01-94 PROJ NO: 16457
~ST COMP: 12-31-94 A.W.O. NO: 14442
U.O. NO:
RAILROAO: UPRR CO. B.I. HO: 94EN10
LOCATION: INSTALL XNG OHIO ST. SALINA, KS. STATE: KS
DEPARTMENT: ENGINEERING SERVICES VAL SEC: 1403E
......................... STOCK MATERIAL PLAN ..........................
ITEM ITEM UNIT DIRECT
NUMBER DESCRIPTION COST QTY UM MATL $
02040420 BATTERY,GNB,?SA9 OR 50A13 188.96 6 EA 1134
02040540 BATTERY,GNB, 75A13 OR 50A19 250.92 12 EA 3011
05051250 WIRE ROPE, 1/4 INCH 7 X 19 0.20 40 LF 8
07040430 ANTI-STATIC BUBBLE BAG 0.21 15 EA
09011450 CABLE TIE, NYLON 1 3/4" MAX. DIA 0.04 200 EA 8
09011980 CABLE TIE, NYLON 3 1/2" MAX. DIA 0.25 20 EA 5
09042860 POWER OFF LIGHT ASSY. 16.89 1EA 17
09054360 RELAY, GENERAL PURPOSE 120V TAB 8 15.83 1EA 16
0905r650 SOCKET,P-B 27E122 TAB 836A & 856 3.89 1EA 4
09132370 WIRE ROPE SLEEVE, DUPLEX 0.12 8 EA 1
09135650 2363 d,SLEEVE,4-6,REOUClNG 0.83 16 EA
09137100 TERM.LUG 3/16 CABLE-I/4 POST 2412 0.85 20 EA 17
09401140 ADAPTER, 4 INCH CARLON PLASTIC 3.82 2 EA 8
09409820 BUSHING, 4 INCH PLASTIC INSUL 2.69 2 EA 5
09424920 CONOUIT, 4", PVC, TYPE 40 1.65 20 LF
09433590 CONNECTOR, 3/8 INCH STRAIGHT BO 0.13 3 EA 0
09442650 CONNECTOR, 3/4 INCH STRAIGHT BO 0.51 1EA 1
09446050 CONNECTOR, 1 1/4 INCH STRAIGHT BO 9.67 1EA 10
09466420 LOCKNUT, 1 1/4 INCH CONDUIT 0.28 1EA 0
09467930 LOCKNUT, 4 INCH, GALVANIZED 4.09 2 EA 8
09615550 LAMP,INCANOESCENT,10V.25W. 4.41 14 EA 62
09823690 LAG SCREW FOR COVER PLATE 3/8 X 2 0.24 4 EA 1
09844170 GROUND ROD, 5/8 INCH X 8 FEET 6.28 7 EA 44
09846750 GRND.ROD CONN. 4WAY ONESHOT. 4.80 7 EA 34
09908640 WIRE #6 AUG 1 COMO COPPER, SOLID 0.11 175 LF 19
09912120 WIRE,#6 AUG. 2 COND.(500' ROLL) 1.29 500 LF 645
09913120 WIRE,#6 AWG.5 COND. (500' ROLL) 2.38 500 LF 1190
09915610 WIRE #6 AUG 1COND COPPER, STRAN 0.22 50 LF 11
09930550 WIRE #10 AWG 1COND COPPER, STRAN 0.11 1000 LF 110
09932310 U1RE #10 AUG 1COND COPPER, TWIST 0.24 150 LF 36
09960090 WIRE #16 AUG 1COND COPPER, STRAW 0.07 500 LF 35
13552450 METAL SCREW #12 X 3/4 INCH 4.95 1BX
13553150 SHEET METAL SCREW #12X1" 5.75 1 8X 6
17061600 PADLOCK,SIGNAL,WITHOUT KEY,AMERIC 10.23
28033210 CARTON, 39 1/8"L g 23 1/6"W X 17 4.99 1EA 5
28033230 CARTON, 47 3/8"L X 39 1/2"U X 18" 9.~0 1 EA 9
28041880 PALLET, 48 X 40 INCH 2/WAY 7.24 2 EA 14
FORH 30-1 PAGE 05 HORE
' WORK ORDER AUTHORIZATION-DETAIL OF EST[HATED EXPENDITURES
EST START: 01-01-96 PROJ NO: 16657
~ST COMP: 12-31-96 A.U.O. NO: 16662
W.O. NO:
RAILROAD: UPRR CO. B.I. NO: 9&ENIO
LOCATION: INSTALL XNG OHIO ST. SALINA, KS. STATE: KS
OEPARTNENT: ENGINEERING SERVICES VAL SEC: 1603E
35060010 PLASTER OF PARIS, DENTAL GRADE 0.72 25 LB 18
35303010 PAINT, ALUHINUH #26 OIL BASE 20.28 1 GA 20
50601560 LUMBER, 2"X6"X 8 FEET 2.89 6 EA 12
52001370 SURGE PROTECTOR SP20-2A TAB 585 68.66 1EA 68
52005690 BOND WIRE,lO00 LF LENGTH,7 STRAND 0.38 200 LF 76
52007060 BOND WIRE TRACK CIRCUIT CONNECTOR 0.97 16 EA 16
52OO728O BOND WIRE TUBING, FIBERGLAS 0.56 8& LF 65
52008260 BOOTLEG BOX ASSEMBLY, 2 WIRE KIT 82.68 6 EA 330
52008620 BOOTLEG COVER PLATE 3.26 2 EA 6
52009780 BOOTLEG WIRE CLAMP, 5/8 INCH INSU 1.20
52016830 WIRE DUCT, 2X3 10.&2 20 EA 208
52016960 WIRE DUCT 3X3 12.02 1EA 12
52017510 WIRE DUCT COVER 2" 2.60 20 EA 68
52017620 WIRE DUCT COVER 3"X6' 3.53 1EA 4
52019560 EQUALIZER, H.D. TAB 583 9.02 4 EA 36
52026670 FOUNDATION COMPONENT SET - 76 1/2 292.66 2 ST 585
52025260 HOUSE, SIGNAL 6 X 6 X 9 FEET HIG 3588.57 1EA 3589
52027350 CLIP BOARD - FOR SIGNAL PRINTS 6.77 1 EA ?
52027630 STEP BOX 12.51 1EA 13
5Z029780 LIGHTNING ARR,HD TAB 582 W/O BASE 9.70 8 EA
52030010 LIGHTNING ARRESTOR CONN.STRIP 4.03 2 EA 8
52039100 RECTIFIER,15MV,TAB 574 288.56 2 EA 577
52039210 RECTIFIER,20EC,12V.TABS?5 640.00 1EA &40
52039560 RECTIFIER, FOR 81P.O.RELAY 26.31
52060660 RESISTER, ADJ. 5 OHM, TAB 90 14.79 6 EA 89
52070010 TERMINAL,#12-10 WIRE- RING TONGUE 0.64 250 EA 110
52071600 TERMINAL, #20'16 WIRE,RING TYPE 0.28 150 EA 62
52072280 TERMINAL BLOCK, SIGNAL Z POST BAK 2.98 16 EA
52072510 TERMINAL BLOCK,SIGNAL 3 POST TEST 6.26 1EA 6
52072740 TERMINAL BLOCK, SIGNAL 12 POST 6 8.65 6 EA 52
52076550 TEST LINK, INSULATED ASSEMBLY TAB 0.58 24 EA 16
52076370 TRANSFORMER,CASE,60 CYCLE .310 KV 162.72 2 EA 325
52079550 WIRE TAG, PLASTIC ' WHITE 0.08 100 EA 8
52079560 MARKING PEN(FOR WHITE TAG) 1.33 1EA 1
52107160 FL/GATE W/ONE WAY FRONT LIGHTS 3997.61 2 EA 7995
52109370 GATE ARM, ADJ.16-32' 223.05 2 EA 666
52122160 HiGH WIND BRACKET FOR GATE ARM 55.57 2 EA 111
52130650 GATE ARM SHEAR BOLT 0.39 4 EA 2
52159580 SIG.UNIT. FLX-12, 20-32 DEG. 110.01 8 EA 880
52162160 SIG UNIT,COHPLETE,FLX-12 70 110.0~ ~ EA ~&O
52169800 SIG GENERATOR ACG-2T STYLE C TAB 130.07 1EA 130
52170650 SIGNAL TRACK DRIVER TAB 637 215.74 2 EA 431
52171500 SIGNAL TRACK RECTIFIER RING 10 TA 43.49 2 EA 87
FORM 30-1 PAGE 06 MORE
WORK ORDER AUTHORIZATION-DETAIL OF ESTIMATED EXPENDITURES
EST START: 01-01-9& PROd NO: 16457
~ST COMP: 12-31-9& A.W.O. NO:
W.O. NO:
RAILROAO: UPRR CO. B.I. NO: 9&ENIO
LOCATION: INSTALL XNG OHIO ST. SALINA, KS. STATE: KS
DEPARTMENT: ENGINEERING SERVICES VAL SEC: 1403E
.............................................................................................
52203400 DETECTOR, LIGHT OUT, LOD-1 469.80 1EA ~?0
52246000 RESISTOR,47,000 (&?K) OHM .5 WATT 0.27 2 EA 1
52258590 NBS'TAB 641 456.16 4 EA 1825
52263600 SURGE ARRESTOR 2&.35 1EA
52263690 SURGE PANEL - TAB 619 135.15 1EA 135
52264040 SURGE PANEL-TAB 618 200.89 1EA 201
522?6050 CROSSING ANALYZER, HCA-1 1746.00 1EA 1746
522?6550 CROSllNG MODEM, HCA 200.27 1EA 200
52707280 RELAY B1BN,TK.TAB 882 & 882A 526.71 2 EA 1053
52726820 RELAY FLASHER TAB 887 523.64 1EA 524
52728800 RELAY B1LC. TAB 911A62-310 425.06 2 EA 850
52?45830 RELAY NEUTRAL, B1 TAB 884 & 88&A 257.00 2 EA 51&
52752390 RELAY B1SR. 3 SEC. TAB 893 416.69 1EA 417
52764420 RELAY POWER TRANSFER TAB 890 438.41 2 EA 877
52773760 RELAY BRACKET, FOR B1 RELAYS 250.00 1 EA 250
52776370 RELAY PLUGBOARD,GRS B1TABZTO&864 36.51 8 EA 292
52777970 FLAG TERMINAL, FOR GRS, 14-10 1.10 80 EA 88
52778110 FLAG TERMINAL, FOR GRS, 20-16 0.86 70 EA 60
52779280 RELAY TEST TERM,GRS gl TAB770&864 6.90 7 EA 48
52923050 OCP-112 PROG ISL 19000.00 1EA 19000
52973500 TELEPHONE LINE HOOK-UP 500.00 1EA 500
53311490 EXTRACTOR FOR 'B'TERMINALS P3-308 9.55 1EA 10
53311510 P 3-320 TEST NUT WRENCH 15.89 1EA 16
53623340 BATTERY CHOKE-TAB 706 164.27 1EA 16&
53648010 INSULATING CAP & SHIELD ASSY. 2.01 10 EA 20
TOTAL 53,362
I I
· ~A,~T AT I~.'S, ~' / II~ ~ .
I
~s I ~ ~ 'r x Z I
1~7Ti857 ~1~1 ~m ~ I 2 ~ ~/ 2~ ~;~ / ~ : I ~ ~ AI845T
o , ~.... ~1 ~1 ~/ ,' ,/ -..~1~1 ~ I ~
1',, / --
/
' ~_./ , ~ !
l~ p.~ ~ p~ p~. p.~
INS~AT~ I TWIST KR rT.
~ZE ~D T~
~lX~ ~ET I. RETA~ E~ST~ ~T~EVE~ ~
~[SS OT~RNI~ SPECIF[0 S~ LIWT9 FR~ C~T. ~.
EXCEED M~ACT~S
T~ ~ F~All~ TO BE AT ~K ~EVA[]~ 4. P~YI~ ~ ~TTERT,
AS l~ S~FAC[ ~ T~ TU~ lAY i ~ $ X - ~TI~ 1~4TEO JO~T~
~ R01 ItRIK T0 ~ 'IG ilo ~EX L ~L~TE IJ F~ Y~ &S ~
~SB ~1~ ~IFKD EXiT ~L ~
I~ T0 BE 'i AK F~X ~ ~ 7. ~ ~S ~ ~IST~
~ LI~TS TO BE I~
~t~
C & D ~4.5.8 ~'/~ ~10 ST~ET
G&TE 'A'~ 24' ~= ~ ~
CATE ~ 24' ~T."818 ~4~
CM~ ~' i
· CMT ~'1 2e' ~ - ~ RAIL
~u~ ~.m~,r,c~. ~b ~ ~m UNION P~C[FIC R~ILRO~O
~L~ ~ ~Z ~ /~ mb N ~m EAST NENOKEN. KANSAS TO
~?c~ ~ m,~mm~' m~~ u~ .~ PULLHAN. COLORAO0 OWG
~ ~.B.S. CIRCUITS
........................................................