Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Hawthorne Street Railroad Crossing Agreement
TO: The Honorable Mayor and City Council Members FROM: Michael C. Van Milligen, City Manager SUBJECT: State of Iowa Federal-Aid Grade Crossing Safety Improvement Agreement for the Construction of Safety Improvements at the Hawthorne Street Railroad Crossing Iowa DOT Project No. RRP-RR01 (130)--8A-00 DATE: April 30, 2008 City Engineer Gus Psihoyos is recommending approval of the State of Iowa Federal-Aid Grade Crossing Safety Improvement Agreement between the Iowa Department of Transportation, the City of Dubuque, and the Iowa, Chicago, and Eastern Railroad (IC&E Railroad) for the construction and installation of safety improvements at the Hawthorne Street at-grade crossing. I concur with the recommendation and respectfully request Mayor and City Council approval. Michael C. an Milligen MCVM/jh Attachment cc: Barry Lindahl, City Attorney Cindy Steinhauser, Assistant City Manager Gus Psihoyos, City Engineer THE CITY OF I~~.~ ~ Masterpiece viz the Mississippi TO: Michael C. Van Milligen, City Manager FROM: Gus Psihoyos, City Engineer ~,,\~ , DATE: April 28, 2008 Dubuque ai-amencacny '~11~~' Zoos SUBJECT: State of Iowa Federal-Aid Grade Crossing Safety Improvement Agreement for the construction of safety improvements at the Hawthorne Street railroad crossing Iowa DOT Project No. RRP-RR01 (130)--8A-00 INTRODUCTION This memorandum is to seek authorization to approve the State of Iowa Federal-Aid Grade Crossing Safety Improvement Agreement between the Iowa Department of Transportation (Iowa DOT), the City of Dubuque (City), and the Iowa, Chicago, and Eastern Railroad (IC&E Railroad) for the construction and installation of safety improvements at the Hawthorne Street at-grade railroad crossing. BACKGROUND In July, 2003, the City of Dubuque submitted a rail crossing grant application request to the Iowa DOT for safety improvements at the Hawthorne Street at-grade railroad crossing. In November, 2007, the City was notified of the award of grant funds to complete these safety improvements. DISCUSSION The Hawthorne Street railroad crossing safety improvements shall provide for the following: installation of two automatic gate units; two walk-out cantilever gates with 12- inch LED flashing light signals controlled by constant warning time circuitry and other necessary track circuit equipment. The terms of the grant agreement include the following: 1. The construction will begin as soon as possible after the Agreements are executed by I&CE Railroad, Iowa DOT, and the City. 2. The crossing repair shall be fully completed within 12 months of written authorization to proceed. 3. The City is to ensure that all pavement markings are properly painted and advanced warning signs are maintained. 4. The City shall ensure clear motorist view from the roadway lanes of the flashing lights as long as the signals at the crossing. 5. IC&E Railroad shall provide all engineering, materials, and labor to construct the safety improvement project. 6. IC&E Railroad shall pay the initial project costs. The Iowa DOT shall then reimburse the IC&E Railroad for 90% of the total eligible costs, and the City shall reimburse at 10% of the local match costs. City staff will work closely with the IC&E Railroad, property owners and businesses within the area to setup alternate detour routes to minimize the impacts of the street/railroad grade crossing closure. City staff will also work with the IC&E Railroad to ensure that the safety improvement work will not impact scheduled community festivals or special events. RECOMMENDATION I recommend that the City Council authorizes the Mayor to execute the State of Iowa Federal-Aid Grade Crossing Safety Improvement Agreement between the Iowa Department of Transportation, the City of Dubuque, and the Iowa, Chicago, and Eastern Railroad for the construction and installation of safety improvements at the Hawthorne Street at-grade railroad crossing. BUDGET IMPACT The estimate of probable cost for the Hawthorne Street railroad crossing safety improvements are summarized as follows: Safety Improvement Cost Summary Estimate Labor $ 8,000 Materials 173,347 Equipment 3,710 Other 1,200 Total Project Cost 186 257 The project funding summary is as follows: CIP No. Fund Description Amount Iowa DOT Railroad Grade Crossing Repair Grant (90%) $167,631 3001252 Warning Flashers -Hawthorne Railroad Crossing (10%) 18 626 Total Project Funding 186 257 The ACTION TO BE TAKEN The City Council is requested to authorize the Mayor to execute the State of Iowa Federal-Aid Grade Crossing Safety Improvement Agreement for the construction and installation of safety improvements at the Hawthorne Street at-grade railroad crossing. Prepared by Robert Schiesl, Assistant City Engineer cc: Barry Lindahl, City Attorney Jenny Larson, Budget Director Bill Schlickman, Engineering Don Vogt, Public Works Director John Klostermann, Public Works RESOLUTION NO. 147-08 APPROVING STATE OF IOWA FEDERAL-AID GRADE CROSSING SAFETY IMPROVEMENT AGREEMENT BETWEEN STATE OF IOWA DEPARTMENT OF TRANSPORTATION, THE CITY OF DUBUQUE, IOWA AND THE IOWA, CHICAGO & EASTERN RAILROAD FOR THE CONSTRUCTION OF SAFETY IMPROVEMENTS AT THE HAWTHORNE STREET RAILROAD CROSSING Whereas, the Iowa Department of Transportation, the City of Dubuque, and the Iowa, Chicago & Eastern Railroad have agreed to enter into agreement for the construction and installation of safety improvements at the Hawthorne Street railroad crossing; and Whereas, the Iowa Department of Transportation has developed an Agreement (Project No.: RRP-RR01(130)--8A-00), outlining the terms and conditions between the Iowa Department of Transportation, the City of Dubuque, and the Iowa, Chicago & Eastern Railroad for the construction and installation of safety improvements at the Hawthorne Street railroad crossing is being granted; and NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF DUBUQUE, IOWA: Section 1. That the State of Iowa Federal-Aid Grade Crossing Safety Improvement Agreement between the Iowa Department of Transportation, the City of Dubuque, and the Iowa, Chicago, and Eastern Railroad for the construction and installation of safety improvements at the Hawthorne Street at-grade railroad crossing is hereby approved. Section 2. That the Mayor be authorized and directed to execute three copies of said Agreement for the construction and installation of safety improvements at the Hawthorne Street at-grade railroad crossing. Section 3. The City has Capital Improvement funds budgeted (CIP 3001252 - Warning Flashers -Hawthorne Railroad Crossing) to cover the matching cost share for said improvements. Section 4. The Iowa, Chicago, and Eastern Railroad shall pay the initial project costs and the Iowa Department of Transportation shall then reimburse the Iowa, Chicago, and Eastern Railroad for 90 percent of the total eligible costs, and the City of Dubuque shall reimburse at 10% of the local match costs.. Section 5. That a certified copy of the resolution be submitted to Iowa Department of Transportation and the Iowa, Chicago & Eastern Railroad by the City Clerk of the City of Dubuque. City of Dubuque Passed, adopted and approved this 5th day of May, 2008. Roy D. Buol, Mayor Attest: Jeanne F. Schneider, CMC, City Clerk Iowa Department of l~ransportation 800 Lincoln Way, Ames, Iowa 50010 515-239-1549 FAX 515-233-7983 April 15, 2008 Don Vogt City of Dubuque 50 West 13~' Street Dubuque, Iowa 52001 RE: RRP-RRO1(130)--8A-00 Dear Mr. Vogt: Enclosed for execution are three copies of an Agreement for the installation of 12" LED flashing light signals and gate arms at the railroad crossing located on Hawthorne Street in Dubuque, Iowa. Please arrange for execution of all three copies of the Agreement by City officials and after signing, please return ALL of the copies to this office for further approval. The signature page of each enclosed Agreement will be merged with the railroad signed Agreement to form one complete document. Federal funding has been approved for this project and the estimated cost of the safety improvements will be approximately $186,257.00 The 90% funding portion of this project will be provide by Section 130 federal funds administered by the Iowa Department of Transportation. The required 10% matching funds will be provided by the City of Dubuque. A copy of the original project request is enclosed for your reference. After the signed Agreement are received, merged and approved, we will send all parties an original signed copy and its Exhibits. If you have any questions regarding this project, please feel free to contact me at (515) 239-1549. Sincerely, ~. ~. ~ James L. Gibson Iowa Department of Transportation Enclosures (4) ~ ~- ~~ Engineering Division City Hall 50 West 13th Street Dubuque, IA 52001-4864 (563) 589-4270 office (563) 589-4205 fax Mr. Jim Gibson Manager -Rail Crossing Safety Fund Office of Rail Transportation Iowa Department of Transportation 800 Lincoln Way Ames, IA 50010 RE: Section 130 Project Request Dear Mr. Gibson: THE CITY OF +~~ , ~~~ ~~~ ~~, ~ July 29, 2003 Enclosed is a request on behalf of the City of Dubuque for the Iowa Department of Transportation funding through the Rail Crossing Safety Fund for improvements to two railroad crossings within the City. The crossings are located at~ Hawthorne Street and at Lincoln Avenue, both crossed by the Iowa Chicago & Eastern Railroad Company. While the City feels that both crossing improvements are necessary safety improvements, the Iowa Chicago & Eastern Railroad Company has declined financial participation in the project. They have, however, signed the enclosed project request forms in support of the projects, with the understanding that they would not be required to pay their normal five percent (5%) share of the construction costs. The estimated cost for the improvements to the Hawthorne Street crossing is $145,000, and the estimate for the Lincoln Avenue crossing is $148,000. The total cost for both projects would be $293,000. The City would be paying for both the railroad's and the City's share, for a total of $29,300. Enclosed are two Section 130 Project Request forms which are executed by the City and the Railroad. It is requested that the documents be approved and executed by the Iowa Department of Transportation. IDOT's share of the project would be $263,700. These two intersections rank the second and third locations identified as the highest predicted vehicular accidents in the City of Dubuque by IDOT projections. I would, therefore, ask that you approve the request of the City for the Railroad Crossing Safety Funds as herein requested. if you require any additional detail or additional information to complete this application, please advise. Sincerely, MAK/vjd cc: Bill Schlickman, City Engineering Encs. 1 Michael A. Koch Public Works Director Service People Integrity Responsibility Innovation Taumo~ork 07/09/2003 {9ED 09:03 FAX 5635894205 ENGINEERING SECTION 130 PRUJEC'I' REQUEST Jim Cribson, Manager hail Crossing Safety Fund Office of Rail Transportation Iowa Departzaent of Transportation S00 Lincoln Way . Ames, IA 50010 Dear Mr. Gibson: Date ~lY 7, 2003 We request Federal Grade Crossing Safety Improvement Fonds for the following proposed safety project: l . ~ e~ty Dubuque County Dubuque 2. Street & Rvad name Hawthorne Street 3. Railroad name Iowa Chicago and Eastern Railroad 4. State Crossing No. 108160 FRA Crossing 376 1295 . (The FI2A number is sLown on a metal tag located on the erossbnck sign post or signal mast). S. Type of safety improvement requested Gates, preciicti~ circuitry, pedestrian crosswalk gate protection, 12" LED lenses. 6. Reason fvr the request Improved safety with the installation of drop-clown gate structures. Crossing is the third highest location for predicted accidents per Ia~ra Departrent of Transportation statistics. Copy of Railroad. Inspection Report dated 7. Estimated amount $ 145, DDD 3anuary 8 ~ 2001 ~ s attached. S. Participation (l0% is required): Highway Authority % 109 RAILROADS ~ N ~ c~ oa' o~ Name Date Title V 1 P• ~ nJ a ~` . Steve Scharnweber Vice President Engineering & Chief Engineer Iowa, Chicago & Eastern Railroad P.O. Box 1260 Sioux Falls, SD 57101 605-782-1200 sscharnweber@cedaramerican.com Railroad HIGI~'~'AX AUTHOR)CTX S>(GNATURE Name Date Michael A. Koch ~~~~ Title Public Works pirector ~/ 7/~ 3/©3 MAILING ADDRESS 50 W, 13th Street Dubuque, I/1 5200111861 ENTERED ON COMPUTER DATE ~- ~"~a~t3 ~ 003/006 23USC, modaUraiUlvandev 8-29-00 ~~ M AGREEMENT between STATE OF IOWA Iowa Department of Transportation and DUBUQUE, IOWA and IOWA, CHICAGO & EASTERN RAILROAD for the construction and cost participation covering the installation of safety improvements at the railroad crossing at Milepost 46.05 on Hawthorne Street and the COMPANY'S track in Dubuque, Iowa and for reimbursement under 23 USC Section 130 Project No.: RRP-RROl(130)--8A-00 STATE Contact Person: Jim Gibson Iowa Department of Transportation 800 Lincoln Way Ames, IA 50010 Office Telephone No.515-239-1549 U.S. DOT No. 3761295 COMPANY Contact Person: Tim Carlson PO Box 1260 140 North Phillips Avenue Sioux Falls, South Dakota 57104 Telephone No.: 605-782-1551 HIGHWAY AUTHORITY Contact Person: Don Vogt, Public Works 50 West 13th Street, Dubuque, IA 52001 Telephone No.: 563-589-4100 1 AGREEMENT SECTION 1. Contracting Parties This Agreement is between the State of Iowa acting by and through the Iowa Department of Transportation, hereafter called the STATE, and Iowa, Chicago & Eastern Railroad, hereafter called the COMPANY, and the City Council of Dubuque, Iowa, hereafter called the HIGHWAY AUTHORITY. INCONSIDERATION OF the mutual promises contained herein the COMPANY and the STATE and the HIGHWAY AUTHORITY agree as follows: SECTION 2. Purpose of Agreement The STATE, the HIGHWAY AUTHORITY and the COMPANY enter into this Agreement for the purpose of installing two automatic gate units, two walk-out cantilevers with 12" LED flashing light signals controlled by constant warning time circuitry and other necessary track circuit equipment at the Hawthorne Street crossing of COMPANY tracks in Dubuque, Iowa. The STATE agrees to secure funds under 23 USC Section 130 for the costs of this safety improvement Project. The STATE's sole purpose under this Agreement is to administer the federal funding. The work shall hereinafter be referred to as the Project. It is specifically understood and agreed that the COMPANY shall have no obligation to perform any individual Project until such time as the agreement is fully executed by all parties identified. SECTION 3. Preliminary En ing Bering Preliminary Engineering to the COMPANY's engineering standards was authorized for funding by letter from the STATE prior to execution of this Agreement. Preliminary Engineering includes production of site plans, cost estimates and circuit plans prepared by the COMPANY or 2 its consultant for this Agreement. The site plan portion of the circuit plan (front sheet) and the cost estimate labeled as EXHIBIT "A" shall be attached and by this reference incorporated into this Agreement. The circuit plan (front sheet) and cost estimate shall be submitted to the STATE for approval prior to STATE execution of this Agreement. SECTION 4. COMPANY Responsibility The COMPANY or its consultant shall provide all engineering, materials, and labor to construct the Project. The Project shall be constructed in a good workmanlike manner in accordance with the EXHIBIT "A", COMPANY standards, and with Part 8 of the Manual on Uniform Traffic Control Devices for Streets and Highways (23 CFR 655F). The COMPANY or its consultant shall not be reimbursed for any work outside the scope of the Project without prior written approval by the STATE. SECTION 5. HIGHWAY AUTHORITY Responsibility The HIGHWAY AUTHORITY shall be responsible for payment of the local match for this Project as described in Section 13 of this Agreement. The HIGHWAY AUTHORITY shall insure that all pavement markings are properly painted and advanced warning signs are in place and maintained as required by Part 8 of the Manual on Uniform Traffic Control Devices for Streets and Highways. The HIGHWAY AUTHORITY shall also insure clear motorist view from the roadway lanes of the flashing lights at the crossing. This clear view shall be maintained by the HIGHWAY AUTHORITY for as long as the signals remain at the crossing. SECTION 6. Notification Requirements The COMPANY shall notify the STATE's contact person and the HIGHWAY AUTHORITY'S contact person no later than 14 days prior to the start of the Project at the 3 crossing. The COMPANY shall also notify the STATE's contact person and the HIGHWAY AUTHORITY'S contact person when the work at the Project location is completed. The STATE's and the HIGHWAY AUTHORITY'S contact persons are shown on page 1 of the Agreement. The STATE will file a copy of this Agreement with the HIGHWAY AUTHORITY at the time the STATE gives the COMPANY authorization to proceed with construction. SECTION 7. Work Start and Completion The COMPANY or its consultant shall begin construction of the Project as soon as possible after the STATE gives written authorization to proceed, and shall complete the Project within twelve (12) months of written authorization to proceed. The Project shall be considered complete when the COMPANY physically completes the work. Costs incurred for work after twelve (12) months of STATE authorization will not be reimbursed unless the COMPANY has requested and received from the STATE a written extension of the time for completion. The STATE shall have complete discretion and be the sole authority to grant or deny extensions. COMPANY costs incurred for work beyond time extensions will not be reimbursed. SECTION 8. Delegation of Work The COMPANY shall perform the Project work with its own signal forces or its STATE approved consultant. The COMPANY will assure that the STATE has the right to inspect its consultant's records for this Project and the records shall be made available upon STATE request. SECTION 9. Regulations Affectin this Agreement The Project shall be financed from 23 USC Section 130 Railroad-Highway Crossings Fund as described in Section 13 herein. Regulations of the Federal Highway Administration apply to the Project financed from funds appropriated under Federal Highway legislation and are subject to all applicable STATE laws, rules, and regulations. Specific reference is made to the Code of 4 Federal Regulations (CFR): 23CFR 646B; 23 CFR 140I, 23 CFR 924, 48 CFR Part 31, 49 CFR 234; Part 8 of the Manual on Uniform Traffic Control Devices for Streets and Highways (23 CFR 655F); and any supplements or revisions to the Manual issued by the Federal Highway Administration. The COMPANY shall comply with Regulations relative to nondiscrimination in accordance with Title VI of the Civil Rights Act of 1964, and requirements pursuant to 49 CFR Subtitle A, Part 21. SECTION 10. Documentation of Performance The COMPANY and/or its consultant shall document all equipment, materials, and labor used to complete the Project in accordance with the 23 CFR 140I. SECTION 11. Project Inspection and Completion The STATE and the HIGHWAY AUTHORITY shall have the right to inspect the Project work at any time. After the Project has been completed the COMPANY shall deliver to the STATE a materials inventory list for the Project. The STATE will arrange an inspection with the HIGHWAY AUTHORITY and COMPANY so it can determine whether the Project complies with the terms of the Agreement and whether the installation is consistent with the material list supplied by the COMPANY. After the Project has been completed the COMPANY shall deliver to the STATE a fully signed "CERTIFICATE OF COMPLETION AND FINAL ACCEPTANCE" supplied by the STATE showing completion in accord with the agreement and acceptance of the work by the HIGHWAY AUTHORITY. The signed certificate shall mean the Project has been satisfactorily completed, and no further work is required. The COMPANY shall also complete and deliver to the STATE the U.S. DOT-AAR CROSSING INVENTORY FORM or furnish this information by other mutually agreeable methods. SECTION 12. Reimbursement Guidelines The STATE and the COMPANY and the HIGHWAY AUTHORITY agree this is a combination of lump sum and actual cost reimbursement Agreement and the total costs for the Project shall equal the amounts listed in the EXHIBIT "A" unless prior written approval is given for a change in the scope of work. It is further agreed the total project costs eligible for reimbursement shall consist of: 1. The COMPANY force account costs shall be reimbursed at actual documented costs for labor, materials, and equipment in accordance with the requirements of 23 CFR 140I federal-aid reimbursement guidelines. 2. The costs incurred by the contractor/consultant GE Transportation Systems Global Signaling, LLC, shall be a lump sum reimbursement equal to the amount shown on Exhibit A- 4, unless prior written approval is given for a change in the scope of work. Costs incurred for directional boring and power services shall be billed at actual costs, if incurred, and must be supported by vendor invoice. 4. All other costs determined by the STATE to be necessary for the COMPANY and its consultant to complete the described Project. SECTION 13. Progressive and Final Pam It is understood the STATE and the COMPANY enter this Agreement for the use of Federal-Aid 23 USC 130 funds to reimburse the COMPANY for ninety percent (90%) of the total costs eligible for reimbursement for this Project. The HIGHWAY AUTHORITY shall pay ten percent (10%) of the total costs eligible for reimbursement for this Project. The COMPANY shall be required to pay the initial Project costs. The COMPANY and its consultant shall keep 6 accurate and detailed account records of the actual and necessary costs incurred in its performance of the work. Project cost records shall be maintained in accord with 23 CFR 140I and separated by Project location. The COMPANY may submit progressive bills to the STATE for its material, equipment and labor costs for the Project. The billing for material shall be for those materials which have been delivered to the Project location or specifically purchased and delivered to the COMPANY for use on this Project. The STATE shall reimburse the COMPANY for ninety percent (90%) of the total eligible cost of these progressive billings not to exceed ninety percent (90%) of the total costs eligible for reimbursement in accordance with the Exhibit "A" and ninety percent (90%) of costs incurred for directional boring and power services if required. Upon satisfactory completion of the Project the COMPANY shall submit a detailed statement in no less than three (3) copies to the STATE for reimbursement of ninety percent (90%) of the total costs eligible for reimbursement. Upon satisfactory completion of the Project as determined by the STATE's Certificate of Completion the COMPANY shall bill the HIGHWAY AUTHORITY an amount not to exceed ten percent (10%) of the total project costs eligible for reimbursement as listed in the Exhibit "A" and ten percent (10%) of costs incurred for directional boring and power services if required. The HIGHWAY AUTHORITY shall make payment of its ten percent (10%) of the total eligible project costs within thirty (30) days of its receipt of the COMPANY'S final billing. In the event of overpayment by the HIGHWAY AUTHORITY, as determined by the STATE'S audit of the COMPANY records, the COMPANY shall pay the HIGHWAY AUTHORITY in the amount of the overpayment within thirty (30) days of the COMPANY's receipt of the STATE'S audit. 7 The STATE shall audit COMPANY and consultant records to determine compliance with the Agreement and total reimbursable project costs. Reimbursement to the COMPANY shall be governed by the STATE's CERTIFICATE OF AUDIT for the Project location. This Certificate shall establish the eligible Project cost. The COMPANY shall reimburse the STATE for any justifiable exceptions. The STATE shall reimburse the COMPANY an amount not to exceed the Federal Highway Administration reimbursement under 23 USC 130. SECTION 14. Operation and Maintenance The COMPANY shall operate and maintain the signal improvements at each location in good working order for as long as the HIGHWAY AUTHORITY considers the signal improvements necessary. The STATE may pay a prorated amount up to 75 percent of the annual maintenance costs of the signal improvement from the State Grade Crossing Safety Fund for the eligible crossings listed in EXHIBIT "B" of this Agreement. SECTION 15. Relocation or Removal of Automatic Warning System Once installed the signal improvements shall not be removed except in accordance with this section of this Agreement. If a system is no longer necessary the COMPANY may remove it at its own expense. In the event the railroad crossing is abandoned or removed by the COMPANY within ten (10) years from the effective date of the CERTIFICATE OF COMPLETION AND FINAL ACCEPTANCE, the COMPANY shall relocate the applicable system to a site agreed upon by the COMPANY and the STATE. If this system is not relocated the COMPANY shall credit or pay the net salvage value to the STATE for the value of the materials salvaged by the COMPANY. SECTION 16. Successors In Interest This Agreement is binding upon all successors and assigns. SECTION 17. No Prior Representation This Agreement and its exhibits constitute the entire Agreement between the STATE and the HIGHWAY AUTHORITY and the COMPANY concerning this Project. Any substantial change in the Project as determined by the STATE and the HIGHWAY AUTHORITY must receive prior written approval by the STATE and the HIGHWAY AUTHORITY. SECTION 18. Effective Date of Agreement This Agreement shall be effective upon the date of the STATE's execution. SECTION 19. Notices to Contact Persons All notices required under this Agreement shall be made to the respective Contact Persons listed on page 1 of this Agreement. SECTION 20. Execution Clause This Agreement maybe executed and delivered in two or more counterparts, each of which so executed and delivered shall be deemed to be an original, and all shall constitute but one and the same instrument. If any section, provision, or part of this Agreement shall be found to be invalid or unconstitutional, such judgment shall not affect the validity of any section, provision, or part thereof not found to be invalid or unconstitutional. 9 IN WITNESS WHEREOF the COMPANY and the STATE hereto have caused this Agreement to be executed by their duly authorized officers as of the dates below indicated. Executed by the COMPANY this day of , 20 Executed by the HIGHWAY AUTHORITY this day of , 20 Executed by the STATE this day of , 20 Iowa, Chicago & Eastern Railroad By Name and Title Dubuque, Iowa By Name and Title Roy D. Buol, Mayor STATE OF IOWA Iowa Department of Transportation By Director, Office of Rail Transportation 10 Exhibit A-1 PLAN MUST NOT BE MODIFIED WITHOUT APPROVAL OF SIGNAL & COMMUNICATION SUPERVISOR raAwTHORxEST` ' APPROACH IDYS FEET , I 01rER 130 FEET ~APPROAOI IDGS LEET IO L.PII. (MWNI i ~. IAPROARI G9A FEET -~^ ue.M. rsnMCl ¢tli ~I . °1° J4' I~NZ pNN%F~JR ~} _.. ,. ~ Diu-~¢ -JR2 P Mes ... ~. R I -.. D -~.. _ IJf. Hr 3fOBJSHx A -,F.H .. ~ D= JR \\\ Hes UN~p1g J{ 9)+m MA`P~. 1Gta ~ ~~ ,,qq,, - G6T8/CANT/2 Sdnc - U] _.. e HAWTHORNE STREET DUBUQUEU, IA DOT# 378 129S MILEPOST 46.05 DATE 11-28-07 II -~ I I C ~ I .. ~ _ I I~ I I I'1' I 23~~. I 12' I I ~ _ _________________i2 I ___.,___-______ T___ _ _____~________~_ ~I I I i I MR~I ~ I `-14'3 18 1I~ I w I ~ BUNOA[Alf ~ I H I 1 - 3p' I 1 ~II ~-56'-y I I I FOUNDATION PLACE!(ENT SKETCH N07 TO SCALE scoaa_ n -FURNISH AND INSTALL CRPDE CR059NGSYSTEM. -6X6 MOUSE -NXP-3R2 -CELLULAR RTU-6 .ASSEMBLIES W/LEDUGHTS - V.v. cApLG -INSTALL 'SHUNT" 9CN5 AT TERMINATONSHUNTS -SIGNALS TD BE MOUNTED AT SPECIAL ANGLE TO flT'.IN AVAILABLE SPACE -Bar+o ~Dwc -2..BELLS -OTHERS TO RAISE TELEPHgVE CABLE ANO 'AC POWER LINE IN. SW IH WEST OU MRANT TO CLEAR GATE ARM. -INSTALL 2TC AND CHOKE ON SIDNG FOR DC WETTING VOLTAGE TO IMPROVE SHUNTING -RAILROAD TO REMOVE I]OSTING FWUNG WRE AND CLEARANCE RVSULAtEO JCINTS FROM gpING. -RAILROAD TO INSTALL INSULATW JOINTS IN 901NC TO DEFINE DC KETIINC CIRCUIT UMITS. 1. ALL. WIRING.'IN THE BUNGALOW IS /18 AWG. FLEX UNl.E55 OTHERWSENOTED. 2. CROSSING CONTROL EWIPMENT.IS TO FRONDS A MINIMUM WARNINCTIME OF 20SECONDS'AT1HE MA%IMUM AUTHORIZED TRAIN SPEED OF 40M.P.H. ON MAIN AND 20 M.P.H. ON SIDING. A. THEAPPROACHESHAVE t0 SECONDS OF gSTANCE ADDED - FOR A PROGRAMMED .WARNING TIME.OF 30 SECONDS IN HXP. TO COMPENSATE FOR VPRITNC. BALLAST CONDITIONS AND- GATE OPERATION TIME B. APPROACHES WERE LENGTHENED ANADOITIONAL 4 SECOV05 FOR EQUIPMENT REACTION TIME 3... TRANSMITTER WIRE T1 AND T2 MUSTBE RUH TO THE. TRACK BuNGALOw SIDEOF GRDSSWG. 4. APPROACH DISTANCES ARE TO BE MEASVREO FROM THE gRCUtT FEED POINTS. 1~ O+® -TEST TERMINAL d -EOUAUZER L '-LWE ARRESTER L -HEAW WTY ARRESTER TWIST PARE 2TURNS'PER FOOT . IOWA CHICAGO RAILROAD ENG. DdIR- HATYTHORNE STREET PAGE DR. LRR DUBUQUk;IA 1 OF 1 APPROVED DOT# 376 1295 MILEPOST 46.05 RED DATE 11-26-07 DATE ~4 DATE I3I DATE I2I - DATE REVISION I Mr. Arnold Berry January 23, 2008 2007-41 Page3of5 Hawthorne St. -Dubuque, IA House Material Qnty Unit Price Ext Price PN RES ADJ WW 15W 22 OHM S%PNLMT 1 EA $50.23 $50.23 002014-019 BUSS GND 36" HORIZ GRID i EA $44.88 $44.88 005900-002 KIT EPP GRID INTERCONNECTION 1 EA $2.81 $2.81 005900-004 IRE WRAP SPIRAL BLK 1/2" 25 FT $3.45 $8625 005969-000 RLY DPDT 240VAC l0A OCT W/LAMP 1 EA $27.41 $27.41 007192-019 RLY DPDT 12VDC 5A OCT 1 EA $14.27 $14.27 007192-032 DIODE MR756 RECT 600V 6A 4 EA $0.67 $2.68 011144-001 IRE 16AW6/19 EPR NYL BRD CASE 750 FT $0.25 $187.50 012236-000 IRE 10AWG/37 EPR NYL BRD CASE 650 FT $0.50 $325.00 012236-004 IRE 6AWG/19THHN BLK 150 FT $0.70 $105.00 012253-000 IRE 6AWG/19 THHN GRN 50 FT $0.63 $31.50 012253-002 ABLE RAW 3/14AWG PWR 300V 15 FT $0.73 $10.95 012690-010 NUT INSULATED HARMON 8 EA $2.70 $21.60 013986-000 FMR 115-230VPRI/16VCT 5A 80VA 1 EA $23.79 $23.79 016206-105 FMR 117VAC PRI/24VCT SEC 12A 1 EA $67.39 $67.39 016206-227 HARGER 20A 12V CRAGG 20ETC12V 1 EA $626.29 $626.29 017061-201 CHARGER 40A 12V CRAGG 40ETC12V 1 EA $812.12 $812.12 017061-203 CHARGER ERBC 5/5 W/10' TC 1 EA $343.84 $343.84 017122-003 MONITOR LOW VOLT BATT 12V DBL 1 EA $385.41 $385.41 017225-005 HSE 6X6 AL S/L SKR101 UKEY SW 1 EA $8,589.18 $8,589.18 028633-003 EST LINK W/PLT &INSUL 87 EA $2.00 $174.00 032257-002 EST LINK 2.375" CNTR FL INSUL 1 EA $39.00 $39.00 032258-003 RENCH AAR TERMINAL 1 EA $27.06 $27.06 095058-001 RENCH RLY TST E-POST 1 EA $39.82 $39.82 095605-000 ROUND POST P5-162 4 EA $26.83 $107.32 113047-000 LABEL RK PNL-MAINTAINER TST SW 1 EA $5.01 $S.O1 125372-000 SCKT RLY 8-PIN OCT SCREW PNLMT 2 EA $4.73 $9.46 132246-001 ONN PLUG L6-15 250V 15A 2P3W 4 EA $10.50 $42.00 132286-001 ONN EPP TERMINAL BLOCK 28 EA $28.13 $787.64 132327-000 KIT APRVD SM PARTS/SL RING 1 EA $0.14 $0.14 180394-590 KIT CRTU-6/2ANA CELLEMTRY 1 EA $2,663.10 $2,663.10 180547-000 SSYAGA-1 34 EA $17.10 $581.40 202216-001 SSY AGE-1 5 EA $18.00 $90.00 202217-000 SSY 2WAY TERM BLK W/AAR HARD 8 EA $16.00 $128.00 202810-000 SSY SINGLE ROW TERM 12 POST 1 EA $22.00 $22.00 250084-212 SSY TERM STRIP DBL POST 12 8 EA $20.00 $160.00 250094-300 SSY ED-5200 FLASH PAK FINAL 1 EA $162.00 $162.00 250128-OO1B SSY 5025A TRACK BATTERY INDCT 1 EA $170.00 $170.00 250141-001 SSY VITAL RELAY DRIVER 1 EA $699.30 $699.30 250651-000 SSY MDSA-2 1 EA $532.80 $532.80 250675-000 SSY HXP-3R2 W/IDK & RMM 1 EA $17,922.60 $17,922.60 250729-2201 SSY VLG 2 INPUTS 12S DLY DRV 1 EA $511.20 $511.20 250948-020 SSY XLC TOP LEVEL 2 EA $857.70 $1,715.40 250991-000 SSY BASE VLG W/RL DR 1 EA $68.40 $68.40 251071-010 SSY PLUGBOARD XLC 2 EA $81.00 $162.00 251071-100 SSY HAWK REC CDU 4M 1 EA $2,407.50 $2,407.50 251210-00011 SSY HAWK CURRENT SENSE 1 EA $855.00 $855.00 251280-000 GE Transportation Systems Global Signaling, LLC EXHIBIT A-,Z ~' Mr. Arnold Berry January 23, 2008 2007-41 Page4of5 LABEL, DANGER 240 V, 1.75 X 2. 1 EA $5.57 $5.57 SQS109 ign, RR Call, Adhesive 1 EA $167.14 $167.14 Sign Field Material Qnty Unit Price Ext Price PN ABLE TIE 14-1/2L NAT 20 EA $OZO $4.00 005019-022 HOSE RUBBER 3/4" 120 EA $1.99 $238.80 005360-015 ADWELD ONESHOT 3/4" NX TYPE 4 EA $13.95 $55.80 005755-008 ADWELD ONESHOT 3/4" GR 1 WIR 7 Fn ¢~ n zz ¢~n G~ nnc~~c n~ PADLOCK SIGNAL CASE 7 EA $29.67 $207.69 013043-000 ' NUTTEST 14-24 GOLD PLTD BRASS 56 EA $1.00 $56.00 013296-001 BATT GNB 50A19 1 CELL 2V 6 EA $484.56 $2,907.36 017134-108 BOX SHUNT MOUNTING ASSY 8X8X32 3 EA $232.94 $698.82 028742-001 APE MARKER BURIED RR CABLE i EA $22.65 $22.65 029989-000 LUG RNG 1/4" 12-10AWG INS BLK 150 EA $0.01 $1.50 032114-008 EST LINK W/PLT & INSUL 56 EA $2.00 $112.00 032257-002 GATE ASSY S-40 W/CTWT KIT 40' 2 EA $6,752.28 $13,504.56 076044-010 ate Arm, HI, 21'-42', 4" Lens, LED Lamps with cord 2 EA $770.05 $1,540.10 076045-019-30 DIODE GATEARM TIP LIGHT REC 2 EA $64.70 $129.40 076045-300 ABLE UG 12 COND #14 AWG SOLIDOKONITE # 450 FT $2.46 $1,107.00 1024-05 BOND JOINT 3/16" X 6-1/2" XS ERICO #SBS 100 EA $3.72 $372.00 1072-O1 BATTERY TRAY 2TIER48" 4' HOUSEPTMW #5245 2 EA $110.59 $221.18 10740-01 ABLE UG 7 COND #6 AWG SOLID COPPER OK 450 FT $5.03 $2,263.50 1077-05 BRACKET CONVERSION W/CAST ADPTNEG 385102 2 EA $224.70 $449.40 1082-01 IRE UG TRK #6 AWG DUPLEX 750 FT $1.04 $780.00 1094-05 CLIP TRACK WIRE RETAINER - ERICO #SBA 18 EA $1.98 $35.64 1118-01 STAPLE GROUND WIRE 1-1/16"X3" 24 EA $0.33 $7.92 113005-000 ROD 3/4 X 8 NON-SECT COP GRND COPPERWELD 6 EA $19.76 $118.56 1132-01 LEEVE NICO 3/16"-#6 AWG REDUC#2363-J 10 EA $0.91 $9.10 1145-01 STAPLE COPPERWELD 3/8 X 1-3/4 144 IN. RO 75 EA $0.22 $16.50 1148-01 COMPOUND DUCT SEAL 5 LB PLUG PERMAGUM # 4 PK $9.35 $37.40 1179-O1 APE ELECTRICAL 3M #33+ 3/4" PLASTIC 4 RL $3.74 $14.96 1190-01 APE ELECTRICAL 3M #130-C LINERLESS 4 RL $8.29 $33.16 1321-01 SLEEVE 4 ALUMINUM REC #92958 2 EA $45.88 $91.76 14187-O1 IRE #6 SOFT BARE COPPER 50 FT $0.46 $23.00 1436-01 GREASE RUST PREVENTIVE NO OXID"A SPECIAL 2 EA $7.06 $14.12 1906-01 AG ST-5 SNAPOUT 11 TAGS/CARD MI# 010301 20 EA $2.35 $47.00 2090-01 IRE DIESEL 10AWG 2000 VOLTS 450 FT $0.54 $243.00 2125-01 SSY NBS-1 W/10' LEADS 326HZ 1 EA $289.80 $289.80 250250-J046 SSY NBS-1 W/10' LEADS 326HZ 3 EA $289.80 $869.40 250250-J04B KIT TORQUE WRENCH S/T070981X 1 EA $245.88 $245.88 2587-01 BATTERY GNB SOA13 320 AH 7 EA $380.28 $2,661.96 3424-01 BOOTLEG BOND W/COUPLER KIT 1EA SBTBBU4A 18 EA $4.22 $75.96 3522-01 COMPOUND INSULATING ELECTRICALSKOTCHKOT 1 EA $20.89 $20.89 4123-01 IE CABLE .184 X 7.31" HIG TEMSELF LOCKf 30 EA $0.04 $1.20 4125-01 BOND STRAND 8-STR 3/16" TINNEDSBS8TINSUL 150 FT $0.87 $130.50 4133-01 HEATER FOR GATE MECH **USE-305TN 070698 2 EA $50.41 $100.82 4137-01 DEFLECTOR BRKT W/4" HDWE 2 EA $236.00 $472.00 50-50304-O1 SSY CROSSARM CONFIG02 W/4"MTG 2 EA $310.00 $620.00 51000-00-102 SSY CROSSARM CONFIG03 W/4"MTG 2 EA $343.00 $686.00 51000-00-103 SSY CROSSARM CONFIG06 W/BKTMT 2 EA $315.00 $630.00 51000-00-606 GE Transportation Systems Global Signaling, LLC EXHIBIT A- 3 Mr. Arnold Berry January 23, 2008 2007-41 Page S of 5 GUARD LADDER 9"X72" ALUM 2 EA $40.00 $80.00 54-00121 BRKT LADDER LOCKING 2 EA $25.00 $50.00 54-00131 BELL MTG 5" X 8" W/0 PINNACLE 2 EA $62.00 $124.00 54-00226 BELL MTG 5" X 10" W/0 PINNACLE 2 EA $78.00 $156.00 54-00513 PINNACLE 4" PVC W/SETSCREW 8 EA $13.00 $104.00 54-11307 ate Mech Side for 8" Double Cant 2 EA $1,394.71 $2,789.42 541207-01 MAST 10" DBL PKG 31'-40' ARMS 2 EA $9,357.00 $18,714.00 541575-01 CT BOX EXT GATE/COMBO 2 EA $418.00 $836.00 54518-03 PINNACLE 10" MACHINED W/SETSCW 2 EA $51.00 $102.00 54-54002 SSY FLANGE BOLT FOR CANTILEVE 24 EA $5.00 $120.00 54-54458 IND BRKT F/GATE COMBO W/4"HDW 2 EA $327.54 $655.08 54-54522-O1 RODENT PLATE CSX 8" DBL W/HDW 2 EA $203.00 $406.00 54-55741 LEAVE IN PLACE FND UP COMPLETE 2 EA $1,296.00 $2,592.00 54740-02 RM 30' WALKOUT CANT FAB LH 2 EA $3,568.51 $7,137.02 54830-O1 ign, RR Xing, Arm/Mast 5/8"., N.I., Double Sided 2 EA $366.02 $732.04 60214-O1-2EA ABLE UG 5 CONO #10 OKONITE 300 FT $1.56 $468.00 8148-01 IGN SHUNT W/HDWR NO POST 50020-E6-3 3 EA $15.87 $47.61 8548-01 POST 10 FT GALV. #3/FT 50020-E6-3 3 EA $33.01 $99.03 8549-01 ign, DOT # 2 EA $58.50 $117.00 Sign otal Material Price $110,963.81 Bungalow & Signal Wiring $4,574.57 pplication Engineering $7,576.00 Installation $41,470.59 Freight $2,411.76 OTAL PROJECT PRICE $166,996.73 GE Transportation Systems Global Signaling, LLC EXHIBIT A- IOWA CHICAGO 8 EASTERN RAILROAD COST ESTIMATE TO INSTALL COMBINED GATE AND CANTILEVER ASSEMBLIES WITH LED LIGHTS. HAWTHORNE STREET DUBUQUE, IOWA MP 46.05 MARQUETTE SUB. DOT # 376129S 29.Jan-08 .:::RR SIGNA~LABC3R _: ENGINEERING CREW MOBILIZATION CLEANUP SIGNAL MAINTAINER SECTION INSTALL JOINTS TOTAL MAN DAYS 1VEi4T:~RF+4E ::::::::: CONTRACTOR MATERIAL 8 INSTALL AC POWER SERVICE INSULATED JOINTS 132L6 A INS GAGE PLATE 132LB B INS GATE PLATE 131 LB # 1 INS GAGE ROD 131 LB # 2 INS GAGE ROD 131 LB # 3 INS GAGE ROD 131 LB # 4 INS GAGE ROD 131 LB ;E~tU1PINEN7 ;;; BOOM TRUCK LOADER HYRAIL TRUCK WELDER TRUCK DUMP TRUCK REGULATOR TAMPER MAN-DAYS RATE 1 $400 1 $350 1 $350 15 $350 6 $275 24 QUANTITY 1 0 6 1 1 1 1 1 1 LOT $/UNITS 4 $320 0 $155 15 $162 0 $270 0 $330 0 $480 0 $1,110 0 TOTAL $400. 00 $350. 00 $350. 00 $5,250. 00 $1,650. 00 $0. 00 $0. 00 $0. 00 $0. 00 $0. 00 $0. 00 LABOR SUBTOTAL $8,000.00 TOTAL $166,997 .00 $0 .00 $2,250 .00 $850 .00 $850 .00 $600 .00 $600 .00 $600 .00 $600.00 $0. 00 $0. 00 $0. 00 $0. 00 $0. 00 $0. 00 $0. 00 $0. 00 $0. 00 $0. 00 $0. 00 $0. 00 $0. 00 MATERIAL SUBTOTAL $173,347 L TOTAL $1,280.00 $0. $3,710 SALVAGE :::::::::::::::::::: QUANTI O $/UNIT $1.20 TOTAL $0.00 SALVAGE SUBTOTAL $p Q~FIER RATE $/UNITS TOTAL EXPENSES $1,200.00 OTHER SUBTOTAL $1,200 GRAND TOTAL $186,257 EXHIBIT A- $ Federal Aid RaiUHighway Safety Fund Program Signal Installation Eligible for Maintenance Reimbursement under this Agreement ST# FRA S~ Highway Jurisd. Location No railroad crossings in this Agreement qualify for Maintenance Reimbursement. Exhibit B