Loading...
State of Iowa Federal-Aid Section 130 Railroad Grade Crossing Safety Improvements AgreementCity of Dubuque City Council Meeting Consent Items # 31. Copyrighted June 21, 2021 ITEM TITLE: State of Iowa Federal -Aid Section 130 Railroad Grade Crossing Safety Improvements Agreement for the Construction of Activated Signals at the Railroad Crossing Located at East 14th Street: Iowa DOT Project No. RRP-RR01(205)--8A-00 SUMMARY: City Manager recommending approval and authorization for the Mayor to execute the State of Iowa Federal -Aid Section 130 Railroad Grade Crossing Safety Improvements Agreement between the Canadian Pacific Railway, dba Dakota, Minnesota & Eastern Railroad Corporation, the Iowa Department of Transportation, and the City of Dubuque for the construction of a new activated signal systems at the East 14th Street railroad grade crossing. RESOLUTION State of Iowa Federal -Aid Section 130 Railroad Grade Crossing Safety Improvements Agreement for the Construction of Activated Signals at the Railroad Crossing located at East 14th Street SUGGESTED Suggested Disposition: Receive and File; Adopt Resolution(s) DISPOSITION: ATTACHMENTS: Description Type Railroad Grade Crossing Safety Improvements at East City Manager Memo 14th Street-MVM Memo Staff Memo Resolution Staff Memo Resolutions Agreement Supporting Documentation THE CITY OF Dubuque DUUB_-_*._TE *AwiuCft 111111! Masterpiece on the Mississippi 2007-2012-2013 2017*2019 TO: The Honorable Mayor and City Council Members FROM: Michael C. Van Milligen, City Manager SUBJECT: State of Iowa Federal -Aid Section 130 Railroad Grade Crossing Safety Improvements Agreement for the Construction of Activated Signals at the Railroad Crossing Located at East 14th Street Iowa DOT Project No. RRP-RR01 (205)--8A-00 DATE: June 17, 2021 Assistant City Engineer Bob Schiesl is recommending City Council approval and authorization for the Mayor to execute the State of Iowa Federal -Aid Section 130 Railroad Grade Crossing Safety Improvements Agreement between the Canadian Pacific Railway, dba Dakota, Minnesota & Eastern Railroad Corporation, the Iowa Department of Transportation, and the City of Dubuque for the construction of a new activated signal systems at the East 14th Street railroad grade crossing. I concur with the recommendation and respectfully request Mayor and City Council approval. Micl�ael C. Van Milligen''o MCVM:jh Attachment cc: Crenna Brurnwell, City Attorney Cori Burbach, Assistant City Manager Gus Psihoyos, City Engineer Robert Schiesl, Assistant City Engineer THE CITY OF DtUB E Masterpiece on the Mississippi TO: Michael C. Van Milligen, City Manager Gus Psihoyos, City Engineer FROM: Robert Schiesl, Assistant City Engineer Dubuque All -America Cilly 111 1 1 1\ k I j � 'I i 2007-2012-2013 2017*2019 SUBJECT: State of Iowa Federal -Aid Section 130 Railroad Grade Crossing Safety Improvements Agreement for the Construction of Activated Signals at the Railroad Crossing Located at East 14 th Street Iowa DOT Project No. RRP-RR01 (205)--8A-00 DATE: June 16, 2021 INTRODUCTION This memorandum is to seek authorization to approve the State of Iowa Federal -Aid Section 130 Railroad Grade Crossing Safety Improvements Agreement between the Canadian Pacific Railway, dba Dakota, Minnesota & Eastern Railroad Corporation (Canadian Pacific Railway), the Iowa Department of Transportation (Iowa DOT), and the City of Dubuque (City) for the East 14 th Street railroad crossing. BACKGROUND The Canadian Pacific Railway submitted a grant application to the Iowa DOT for the construction of a new activated signal systems at the railroad grade crossing located at East 14th Street. As the local roadway authority, the Canadian Pacific Railway and Iowa DOT staff approached the City requesting local support and participation in the proposed railroad crossing safety improvement project. DISCUSSION The proposed East 14 th Street railroad crossing improvements will include the construction and installation of new signals, lights, and gates. The project will also require the construction of curb islands at the crossing location which will both protect the new signal equipment but will also channelize vehicular traffic to the center of the traveled roadway. The crossing will also be updated with new ADA compliant sidewalk crossings. Per the Agreement, the City will be responsible for completing the associated pavement, curb, and sidewalk improvements. The Canadian Pacific Railway will reimburse the City 100% for all costs incurred. City staff will work closely with the Canadian Pacific Railway, property owners, businesses, to minimize the impacts during construction. City staff will also work with the Canadian Pacific Railway to ensure that the new signals construction work will not impact community festivals or special events. RECOMMENDATION I recommend that the City Council authorizes the Mayor to execute the State of Iowa Federal -Aid Section 130 Railroad Grade Crossing Safety Improvements Agreement for the construction of a new activated signal systems at the East 14th Street railroad grade crossing. BUDGETIMPACT The estimate of probable cost for the Signalized Crossing Safety Improvements is summarized in the following table: Description Cost Estimate Construction - Railroad Crossing Signals $ 351,533.14 Construction - City Pavement / Curb Improvements 53,857.38 Total Construction Cost Estimate $ 405,390.52 The proposed project funding is summarized as follows: CIP No. Fund Description Fund Amount 2502026 City Reimbursement — by Canadian Pacific Railway $ 53,857.38 Canadian Pacific Railway (90%) 310,994.00 Iowa DOT Section 130 Funding (10%) 40,539.05 Total Project Funding $ 405,390.52 Per the Agreement, the Canadian Pacific Railway will reimburse the City 100% for all costs incurred. ACTION TO BE TAKEN Through the adoption of the attached resolution, the City Council is requested to approve and authorize the Mayor to execute the State of Iowa Federal -Aid Section 130 Railroad Grade Crossing Safety Improvements Agreement for the construction of a new activated signal systems at the East 14th Street railroad grade crossing, Prepared by Robert Schiesl, Assistant City Engineer cc: Jenny Larson, Director of Budget & Finance John Klostermann, Public Works Director Prepared by Robert Schiesl City of Dubuque Engineering 50 W. 131h St. Dubuque, 1A 52001 (563)589-4270 Return to Adrienne N. Breitfelder City Clerk City of Dubuque, 50 W. 131h St. Dubuque, 1A 52001 (563)589-4100 RESOLUTION NO. 210-21 STATE OF IOWA FEDERAL -AID SECTION 130 RAILROAD GRADE CROSSING SAFETY IMPROVEMENTS AGREEMENT FOR THE CONSTRUCTION OF ACTIVATED SIGNALS AT THE RAILROAD CROSSING LOCATED AT EAST 14TH STREET Whereas, the Canadian Pacific Railroad dba Dakota, Minnesota & Eastern Railroad Corporation, Iowa Department of Transportation, and City of Dubuque have agreed to enter into a State of Iowa Federal -Aid Section 130 Railroad Grade Crossing Safety Improvements Agreement for the for the construction of a new activated signal systems at the East 14th Street railroad grade crossing: and Whereas, the Iowa Department of Transportation has developed a Section 130 Railroad Grade Crossing Safety Improvements Agreement, outlining the terms and conditions between the Canadian Pacific Railroad and the City for the construction and installation of new signals, lights, and gates at the railroad crossing at East 14th Street is being granted: and Whereas, per said Agreement, the City will be responsible for completing the associated pavement, curb, and sidewalk improvements and Canadian Pacific Railway will fully reimburse the City all costs incurred. NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF DUBUQUE, IOWA: Section 1. That the State of Iowa Federal -Aid Section 130 Railroad Grade Crossing Safety Improvements Agreement between the Canadian Pacific Railroad, Iowa Department of Transportation, and the City of Dubuque is hereby approved for the for the construction of a new activated signal systems at the East 14th Street railroad grade crossing. Section 2. That the Mayor be authorized and directed to execute the State of Iowa Federal -Aid Section 130 Railroad Grade Crossing Safety Improvements Agreement. Section 3. That a certified copy of the resolution will be included with the Agreement and submitted to Canadian Pacific Railroad and to Iowa Department of Transportation by the City Clerk of the City of Dubuque. Passed, approved and adopted this 21st day of June 2021. Attest: Adrienne N. Breitfelder, City Clerk Danny C�Aprhk, Mayor Pro Tem CJ10WA00T Rail Transportation Bureau 800 Lincoln Way, Ames, IA 50010 Railroad Crossing Location Information County: Dubuque Location: E 14th Street Street Name Contact Information Highway Authority Contact: Office Phone No: (563) 589-4270 Railroad Company Contact: Office Phone No: (612) 330-4555 State of Iowa Section 130 Crossing Safety Improvements Agreement 376125P 44.130 FRA No. Milepost Dubuque City Name RRP-RROI(205)--8A-00 Project Bob Schiesl Email Address: bschiesl@cityofdubuque-org Brian Osborne Email Address: brian osbome@cpr.ca Iowa DOT Program Manager: Kristopher Klop Office Phone No: (515) 239-1108 Email Address: kristopher.klop@iowadot.us Iowa DOT Project Inspector: Travis Tinken Office Phone No: (515) 290-5055 Email Address: travis.tinken@iowadot.us Page 1 of 8 SECTION 1. ContractinlZ Parties This Agreement is between the State of Iowa acting by and through the Iowa Department of Transportation, hereafter called the STATE, and Dakota, Minnesota & Eastern Railroad Corporation, hereafter called the COMPANY, and the City of Dubuque, Iowa, hereafter called the HIGHWAY AUTHORITY. IN CONSIDERATION OF the mutual promises contained herein the COMPANY and the STATE and the HIGHWAY AUTHORITY agree as follows: SECTION 2. Purpose of Amement The STATE, the HIGHWAY AUTHORITY and the COMPANY have determined the extent to which safety upgrades are to be performed at this crossing, including but not limited to rail safety devices and roadway enhancements. The specific safety enhancements included as part of the agreed upon scope of project are described in the Crossing Review On -Site Report, attached hereto and made part of this Agreement. All safety upgrades will comply with Manual on Uniform Traffic Control Devices (MUTCD). The STATE agrees to secure funds under 23 USC Section 130 for the costs of this construction. 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 Engineerina 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 for the specified location. 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 ResponsibRity The COMPANY or its contractor/consultant shall provide all engineering, materials, and labor to construct the Project. The Project shall be constructed in a good workmanlike manner in accord with 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 contractor/consultant shall not be reimbursed for any work outside the scope of the Project without prior written approval by the STATE. Page 2 of 8 SECTION 5. HIGHWAY AUTHORITY Responsibility The HIGHWAY AUTHORITY or its contractor shall construct the roadway improvements as specified on pages 14-17 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 new flashing lights installed with the Project. 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 contact person no later than 14 days prior to the start of the Project at the crossing. The COMPANY shall also notify the STATE's contact person and the HIGHWAY AUTHORITY 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 I of the Agreement. SECTION 7. Work Start and Completion The COMPANY or its contractor/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 eighteen (18) months of written authorization to proceed. The Project shall be considered complete when the COMPANY physically completes the work. Costs incurred for work after eighteen (18) 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 following time extensions will not be reimbursed. SECTION 8. Dele2ation of Work The COMPANY shall perform the Project work with its own signal forces or its STATE approved contractor/consultant. The COMPANY will assure that the STATE has the right to inspect its contractor/consultant's records for this Project and the records shall be made available upon STATE request. SECTION 9. Regulations Affecting this Agreement The Project shall be financed from 23 USC Section 130 Railroad -Highway Crossings Fund as described in Section 14 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 Federal Regulations (CFR): 23CFR 64613; 23 CFR 1401, 23 CFR 924, 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. Page 3 of 8 SECTION 10. Standard Title VI Assurances The COMPANY, and all agents of the COMPANY that participate in the project, shall comply with Regulations relative to nondiscrimination in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 20OOd-42 U.S.C. 20OOd-4, and all requirements pursuant to 49 CFR Subtitle A, Part 21 — to the end that no person in the United States shall, on the grounds of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination under any program or activity receiving financial assistance from the STATE. SECTION 11. Compliance with BuyAmerica Requirements All portions of the project whether performed by the COMPANY or the COMPANY's contractor shall be performed in compliance with 23 CFR 635.410 and 23 USC 313 as amended by Section 1518 of P.L. 112-141 BuyAmerica Requirements. The COMPANY shall maintain documentation/certification of all products of iron, steel, or a coating of steel that are incorporated into the project for a period of three years after completion of all obligations under this Agreement. The COMPANY shall provide copies of all documentation/certification under this section of this Agreement to the STATE within a reasonable time after the STATE's written request. SECTION 12. Documentation of Material and Labor The COMPANY shall keep an accurate and detailed account of the actual and necessary material and labor costs incurred in its performance of the work. The COMPANY shall document all materials and labor used to complete the Project in accordance with the 23 CFR 1401. Project cost records shall be maintained in accord with 23 CFR 1401 and separated by Project location. SECTION 13. Proiect 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. Page 4 of 8 SECTION 14. 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 1401 federal -aid reimbursement guidelines. 2. The costs incurred by the contractor/consultant Rail Signal Systems Corporation (RSS) shall be a lump sum reimbursement equal to the lump sum amount shown on the page labeled Exhibit A3. 3. A twelve percent (12%) profit on the cost of RSS direct labor. 4. Costs incurred for engineering and wiring, directional boring, power services, stone or rock and freight shall be billed at actual costs, if incurred, and must be supported by vendor invoice. 5. All other costs determined by the STATE to be necessary for the COMPANY and its contractor/consultant to complete the described Project. Pro2ressive and Final Payments 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 eligible costs for this Project. The COMPANY shall pay ten percent (10%) of the total cost of this Project. The COMPANY shall be required to pay the initial Project costs. The COMPANY and its contractor/consultant shall keep an accurate and detailed account of the actual and necessary material and labor costs incurred in its performance of the work. Project cost records shall be maintained in accord with 23 CFR 1401 and separated by Project location. The COMPANY may submit progressive bills to the STATE for ninety percent (90%) of 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 minus a maximum retainage of five percent (5%) and 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 to the STATE for reimbursement of ninety percent (90%) of the total costs eligible for reimbursement. The STATE shall audit COMPANY and contractor/consultant records after receipt of the final bill to determine compliance with the Agreement 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 Page 5 of 8 for any justifiable exceptions. A copy of the Construction Sales Tax Exemption Certificate associated with this project, issued by the Iowa Department of Revenue, is attached to the Agreement. The STATE shall not be required to reimburse state sales or use tax incurred in any state. However, the STATE shall reimburse state sales or use tax incurred in any state other than Iowa, if all of the following conditions are satisfied: 1) COMPANY has submitted a written request for tax exemption to the state in which the materials for the project were purchased. This written request shall include a copy of the Construction Sales Tax Exemption Certificate attached to the Agreement; 2) The state in which the materials for the project were purchased by COMPANY has rejected the COMPANY'S request for tax exemption in writing; 3) COMPANY has provided to the STATE a copy of all documentation and correspondence relating to the COMPANY'S request for tax exemption and the other state's rejection of such request; and 4) the STATE determines that the documentation and correspondence relating to the COMPANY'S request for tax exemption and the other state's rejection of such request demonstrates that reasonable efforts were made by the COMPANY to seek an exemption from the applicable sales or use tax incurred in the other state. SECTION 15. Operation and Maintenance The COMPANY shall operate and maintain the signal improvements at the crossing location in good working order for as long as the HIGHWAY AUTHORITY at the crossing considers the signal improvements necessary. The STATE may pay up to 75 percent of the annual maintenance costs of a signal improvement from the State Grade Crossing Safety Fund for the crossings listed in Exhibit "B" of this Agreement. SECTION 16. Relocation or Removal of Automatic Warnint! 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 17. Successors in Interest This Agreement is binding upon all successors and assigns. The COMPANY shall provide written notice to the HIGHWAY AUTHORITY and the STATE of any assignment of this Agreement. SECTION 18. 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. Page 6 of 8 SECTION 19. Effective Date of A2reernent This Agreement shall be effective upon the date of the STATE's execution. SECTION 20. Notices to Contact Persons All notices required under this Agreement shall be made to the respective Contact Persons listed on page I of this Agreement. SECTION 21. Termination Due to Lack of Funds Notwithstanding anything in this Agreement to the contrary, and subject to the limitations set forth below, the STATE shall have the right to terminate this Agreement without penalty and without any advance notice as a result of any of the following: 1. The federal government, legislator or governor fail in the sole opinion of the STATE to appropriate funds sufficient to allow the STATE to either meet its obligations under this Agreement or to operate as required and to fulfill its obligations under this Agreement; or 2. If funds are de -appropriated, reduced, not allocated, or receipt of funds is delayed, or if any funds or revenues needed by the STATE to make any payment hereunder are insufficient or unavailable for any reason as determined by the STATE in its sole discretion; or 3. If the STATE's authorization to conduct its business or engage in activities or operations related to the subject matter of this Agreement is withdrawn or materially altered or modified. The STATE shall provide the COMPANY with written notice of tennination pursuant to this section. The STATE will pay the COMPANY for the STATE share of the non -cancelable obligations allowable under the Agreement and properly incurred by the COMPANY prior to termination. Page 7 of 8 SECTION 22. 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. IN WITNESS VV`HEREOF 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 Dakota, Minnesota & Eastern Railroad day of By �X 20 )-\ ,--/ Name and Titl3e Executed by the HIGHWAY AUTHORITY this Dubuque, Iowa 21 st day of June 2021 Executed by the STATE this By aa1A/Y'A1 Danny C�ank, ayor Pro Tern City of Dubuque STATE OF IOWA Iowa Department of Transportation day of 20 By Rail Transportation Bureau Page 8 of 8 s://www.idr.iowa.gov/taxexemption/certificate.asp?id=227080 OWA Designated Exempt Entity )epartment of Revenue Iowa Construction Sales Tax Exemption vwwJowa.gov/tax Certificate and Authorization Letter HIS document may be compleLed by a designaLed exeMpL emity and given LO I.Heir conLractor andior subcontractor. Seller Keep this certificate in your files. ContractorlExempt Entity: Keep a copy of this certificate r your records. Do not send this to the Department of Revenue Designated Exempt Entity D A 1 A C h - T1. H I Iowa Department of Transportation Address 1 800 Lincoln Way Address 2 City State Code Ames I IA JZip 500100000 Construction Project Name 376125P Rai (road Crossing Signal Project Construction Project Number (if used) RRP=RROI (205)IIIIIIIBA"00, Upgrade of railroad crossing active warning devices neral Contractor or Subcontractor Name kota, Minnesota FEt Eastern Railroad Company dress I 0 S 6th Street dress 2 y State JZip Code nneapolis MN 155402 pe of Work ghwayIII&Railroad Cross,ing Upgrades ax. This exemption does NOT apply to materials, equipment and supplies consumed by the contractor or ;ubcontractor that are not incorporated into the real prop 'prty being constructed. I IFI A 12% ArV2 02 On �k A 41 k k ;Ie4; i ; I + fr^ +k rhe exemr)tion certificate (or a coov of the certificate) mav be orovided to the suppliers of your building option sales tax, Complete information on qualifying materials can be found at www.iowa.gov/tax, the Iowa Department of Revenue ([DR) Web site. t is your responsibility to have records identifying the materials purchased and verifying they were used on this applicable local option tax. Should this occur, the tax must be paid directly by you to IDR in the same calendar juarter the project is completed. E�mail the department at: idr@lowa.gov if you have questions on this quirement. 'ontractors should be aware that use of the certificate to claim exemption from tax for items not used on this 31�013 (12/10/02) QJ10WA00T Form 291306 (04-18) rossing Keview unm lie Keport Review Date: November 28, 2018 Location Road: Data East 14th Street DOT No.: 376125P Initiated by: Local El Railroad 0 State Other E] Name John Morris County: City: Attendance Dubuque County Railroad: Dubuque Milepost: Data Affiliation DME Signal D1\4E 44913 Bob Schiesel � 563�5894270 City of Dubuque Travis Tinken IDOT Railroad Daily Train Movements From: Inventory Railroad Main Track: Data Siding: Spur: Thru Trains: 12 Switch Trains: Amtrak: Yes No can two trains occupy crossing? Yes No Train Spee& 25 Track Main Crossing Surface Type Concrete - done on 60-20-20 Length 49' Condition Good ADT Roadway Type: Roadway HMA Data Agency having jurisdiction: Dubuque 2960/3% Condition: Good School Bus Operate: Yes N No E] Angle Width: 38' Hazardous Materials: Yes M No E] 90 Curb & Gutter: Yes No Shoulder: Yes E] No N Speed Limit Sidewalk: Yes M No E] Shoulder Surfaced: Yes E] No M 35 N X S M E W Shoulder Width: Pedestrians: Yes No Is this a Hump Crossing: Yes [4 No E] ADA Compliant: Yes Type: E] No M Existing Warning Quantity If Yes, are signs present: Yes Device Data Other: (check if applicable) E] No Z Advanced Warning Signs: Yes No 2 E] AC/DC Circuitry Motion Sensing Circuitry CWT El "No Turn" Signs [4 Illumination E] PTC Pavement Markings: Yes No 2 Crossbuck Signs: Yes E] No N Number of Track Signs: Yes E] No M Inventory Tags: Yes E] No 2 Signal Type Lens Page 2 of 3 Existing Warning Device Data I (continued) Flagged by Railroad Pre-empted with highway Yield Signs E] Stop Signs Ej Stop Ahead Signs Traffic Signals Straight Post 811[] 1211Z Yes Z No F Yes 0 No M Yes E] No Z 2 Cantilever 8" 12"E] Side Lights 8" 12"E] Gates Yes No Arq@,pAt Location of nearby schools: New developments that could affect ADT? No Can roadway alignment be accomplished to allow consolidation of crossings? No Possible crossing closure? No Planning any road construction in the future? No DOT No.: 376125P Warning Device Type and Location: Guard Rail: Yes D No Z Crossing Surface Width: Yes E] No X Sidewalk ADA Modifications: Yes M No E] Section 130 Yes Z No E] 60/20/20 Yes E] No M Bells: Yes Z No E] AC/DC Circuitry: Yes E] No Z Utility/power line relocation required: Yes E] No N Motion Sensing Devices: Yes E] No Z Is utility within existing road ROW: Yes Z No E] Utility company name: Constant Warning Devices: Yes Z No E] Pre-empted/Interconnect: Yes E] No Z Is commercial power available-, Yes No If No, distance to commercial power: Flashing Lights: Yes E] No Z Advance Warning Signs: Flashing Lights and Gates: Yes Z No E] Pavement Markings: Cantilevers and Gates: Yes E] No Z Estimated Cost: Side Lights-, Yes 0 No E] NZ SZ EM WZ Signal House Location: NW 12" LED Lamps: Yes Z No Is extra fill required (Amount): 20 Yes M No E] Track Signal Modifications: Yes E] No Z Is a retaining wall needed: Yes E] No N Raised Median-, Yes E] No Z Recommended clear zone distance: Channelizing Devices: Yes E] No M Are culvert extensions required: Yes 0 No PTC: Yes No Z N Roadway widening required (Width): Curb/Gutter: NN Comments: w The city will work on drawing up a set is to allow for the gate light assembly to curb we would have to place cantilevers S E 0 W Brush Clearing: Yes No N S E W Yes 0 No Yes 0 No E] LtUtility Pole Removal: Yes No SZ EZ WZ up preliminary plans to review on placement of curb in the NE, SW, and SE quadrant. This be moved in towards the drive lanes allowing visibility around parking areas. If we do not as well greatly inflating price and increasing maintenance in future. Comments (continued): The hardware store parking lot is open the full width of the lot. We want a curb section for a protion of that width starting at the edge of crossing to the east roughly 15' to 20', directing traffic into the street in line with gates rather than allowing them to go between gates. In the SW quadrant a curb section is required to allow lor the gates LO be moved out towards roadway r ve ane an LO proteCL t e gates from business access drive. C Ly s rev ew ng prope y nes ai, m iame vv 3 �11 F�' '" 0 b 0 In the NE quadrant a short radius curb will define the width of the alley to protect signal lights and allow for gates to be moved out owards roadway lane. Section 130 Project RRP-RROI(205)--8A-00 / FRA # 376125P / NIP 44.130 E 1411 Street, Dubuque, Iowa PROJECT NARRITAVE / SCOPE / COST COVERAGE The scope of work associated with the application submitted for this project included the installation of signals, lights, and gates (SLG). However, during the diagnostic review the team concluded that eliminating the curbside parking and narrowing the roadway lane widths was prudent because vehicles parked along the side of the roadway could obscure the view of the signals from the motoring public. (reference the diagnostic review form beginning on page 10 of this agreement. Since the Section 130 program requires one agreement per project, it was decided that the roadway work be included in the original agreement for the SLG costs. (This is common practice in these situations when road work is necessaryfor inclusion in a project.) Therefore, the following costs will be associated with this project: 1. CP Railroad submitted cost estimate for $351,533.14, (p. 18 of this document) 2. Highway Authority submitted cost estimate for $53,857.38, (p. 14 of this document) Cost breakdown Railroad Cost $351,533.14 Highway Authority Cost $53,857.38 TOTAL Project Cost $405,390.52 FHWA 90% $364,851.47 CP 10% $40,539.05 The FHWA has approved the additional funding for this project. Billing According to the State of Iowa Administrative Rules pertaining to this program, all billing must flow through the railroad. The city's contractor would complete the work and bill CP Railroad. CP would pay the city for the costs incurred and in -turn bill the Iowa DOT through the program for these costs as though they were paying a contractor. (The costs, as with all costs associated with the project) will be paid at a rate of 90%. r_ 0 U) cn Cn CD r- N Lu E CD -0 E LU 0 A w F i':11: Z� U- z 0 C/) LU C/) 0 CL LU (D cl Z) ca ry 0 LL LU LU z z w F- LU 0 LU 0 m w (L LU 0 C) 0 C) 0 C) 0 C) m — 0 LO 0 LO 0 C) U') N 0 C) 0 C) C) C) 0 C) 0 C) 0 C) 0 C) 0 CD 0 CD 0 CD w 0 (1) (D L) 2 6 Lf) r-� L6 C14 L6 00 C6 Lf) (,� C\J r-� Lf) cz; (0 (6 (0 6 C\J L6 U) 6 �t L6 0 L6 C14 L6 r- 6 0 6 LO 6 LO 6 (D r-� 6 LO C) CL Cli cl) LO cl) cl) - C\l 0 (0 U') N 0 00 C) CN Cl) CN C4 Lri Lri C4 (6 L(5 C15 F- 0 U'> U'> U'> GF> U'> U'> U",� U",� U",� U�� U) U) U) U) V) V) U".� ell 61�1 60 U") U') CD r-- N U") U") 0 rl- CD LO CD CD CD CD CD r.- N CD m 0 cli 4 r- 6 r-_: -: 6 (D M 6 'IT 6 M 6 (D r--� rl- 6 r- 6 LO 6 N 6 r- C:� 6 C) C:� r-_: 6 C:) LQ 0 -0 a D IL co N N (D CD C\j (D 0 E 6�> 6�> CO, CO, U� U� U� U� U� 6�> 6�> 6�> 6�> 6�> 6�> z F- z F- (n 1: < < co LJ of 0 LU < F- Z C) 0 .C)09000(DOOCD(D—C)Cc CD C) 6 C) 6 C) 0 U� q q C) (D C) 0 0 0 0 0 m 0 qqc:) C) 'o C) < �R (0 cli N r- U') 'T 00 C'i C'i 6 8) C14 N D CY z 0 CL Cl) LU LU LU L) Z LU LU LU LL LU Z LU LU Fo z co 2 LU 13 0 w E co 0 0 E 0 7m- 0 E a) w r_ 0 L) L) 0 N 0 2 C) 0 't CD CD CD M rl- 0 C) LO 'T N 0 M LO CD CD CD 0 CD CD M M 7 CD :T �; 0 7 C:) CD m m CD CD N CD Lo CD 0 0 M U') 0 U') LO CD (0 00 LO LO C) (.0 0 U') N LO 0 'IT It N N N N r- (D (D (0 IT 00 CY) C) C) 'IT co CD r� rl- LO LO LO 'IT N N N :T 0') (D C) CD It 0 CD (D (D r- r- r- N 0) 0) 0) 00 It C\j 8 CD 00 N M 0 L2 r.- r.- r.- M M N N M COY) Lo Lo Lo Lo LNO LNO LNO LNO LMO w (.0 (.0 LO N C\l N N N N N N N N N N N N N N N N N ol I I I I I ol 0 0 0 0 CD 0 0 ol ol ol 0 N M "T LO (0 r- 00 M CD �? N M 'T LO (D r- CO M CD CD CD CD CD CD CD CD CD 1� m 11 LU LU C) U) ui LU C) LL C\j LO z C\l C\l (0 LLI C") C:) U) U) 0 0 AAMI ImpWiS 3NFld 00+t, -h Of U) (0 0.1 CN CD LO LU co z AO cn L C/) z W-A UJ z U) w L— m z L) P-.4 z W LLI CD L) < D pq < x LLJ 6 C5 F-- z z 0 EZI �— D �-4 0 =) CD < m C3 w u D < IZI P4 cu cu - I Z - c I D m I'D V) r- cu U m C'U z U, c W�u < 0 u 0 W LO M CU cn mmv a: cd C3 LLJ 60 u Li C, LO lo 40 F- L, L, L, M LLJ U 0 F- Z CU U Z < u all Signal Systems Corporation 'hone 817.595.3503 Fax 817.595.3594 Greda Lynn Brian Osborne Perry Louwagie Garry Rosin Andrew Krivanek WiLl Nash *ttal ansmi troy.jeansonne@raitsignalsystems.com a a Estimate C�l 9�1 800 East 14th Street, Dubuque, IA CPR�180OJ11 .................. 6 nc ron NUMBER OF TRAUK�): I ;UBDIVISION: Marquette Subdivision MILE POST: 44.13 V :OUNTY: Dubuque FOWN/CITY: Dubuque TATE: IOWA ROJECT AUTHORIZATION DATE: Request for Estimate only. ROJECT COMPLETION DATE: ? End of 2020 Per scheduling & agreement execution. UNDING: 90% Federal 10% CP Funds Pr)wrT (r)K1TA('T9 Vrictn hor Vin nnrint inxAin nit ROJECT: Installation of two automatic oate units and all 3ignal Systems I ubuque, [A (Dubuque County) AR 44013 � Marquette Subdivision RA/AAR DOT No: 376125P SS Project No. C�l 9�11 800 :'unding: 90% Federal 10% CP 0/15/2019 REVR 1 .0 (Estimate valid for 1 year) eneral Note: Install New Signal System New tziectrOLOg!X � AP4 s � I wo 2. 1 raCK Redundant RH conSLant arning device, crossing controller units, Two MDSA�2 track surge protection and associated electrical and electronic apparatus. New NBS�2 termination shunts New ElectroLogix Crossing Controller New SEAR recorder. New 2�Way 12" LED light units on G1 & G21 New flasher foundations on G 1 & G21 New S�60 gate mechanisms with LED gate lights and gate arms on GI & G20 New electronic bell on G1 & G2. 0, New battery chargers on EB & GB, 1 . New batteries on EB & GB. 26 New relays at 9th, 1 1th ; 12th, 14th, 15th and 16th Streets for DAXing. 36 Boring under roadway and track. 46 Install new underground track cables. 56 Install new underground signal cables from bungalow to flashers. 60 Install new underground DAX cable to 91h, I 11h, 121h, 151h and 161h Streets. 7. Install new underground AC Meter Service and cable from service to shelter. 8. Aggregate for installation around instrument bungalow and flasher. 9, Other materials as required for installation. CANADIAN PACIFIC RAILWAY East 14th Street, Dubuque, 1A M.P. 44.13 m Marquette Subdivision FRAIAAR DOT No: 376125P Latitude: 42,507783 Longitude: w90.662835 RSS Project No. C=19=1800 w A=DOT Project ID: RRP=RR01(205)mw8A=00 10/1512019 REVm 1.0 (Estimate valid for I year) (90% Federal 10% CP Funds) LINE PARTNUMBER HOUSE MATERIAL QTYI UNIT PRICE TOTAL 1 NYK:91000588B6 HOUSE, 81 X 81 CPR STANDARD 1 $12,807,01 $12l807,01 2 NYK:610390-150 UNIT, XP4 2 TRACK REDUNDANT CP 2 $0,00 $0,00 3 300752-000 XP4 9-Slot Chassis, xxxxx 2 $2�268,55 $4 P537A 0 4 1251495-000 XP4 UCI-3, EEPROM for XP4 2 $322,54 $645.09 5 251456-000 XP4 Central Power Supply, CPS-3 2 $690,70 $1 �3811,40 6 251432-000 XP4 VPM-3 Module - Crossing 2 $19698,25 $3,396,49 7 251346-000 XP4 Normal -Standby Module NSM-1 2 $690,70 $1 �3811,40 8 251336-000 XP4 Crossing Track Interface Module,XTI-1 S 8 $2,616,43 $20,931,46 9 227481-000 XP4 XTI-IIS Personality Module, NormaVStandby 8 $176,80 $1,414.38 10 251384-OOOA XP4 Integrated Crossing Controller Module, IXC-20S 2 $1,818,00 $3,636.01 11 227546-000 XP4 IXC-20S Personality Module 2 $333,95 $667,90 12 251380-000 XP4 Vital 1/0 Module, 8 In/6 Out,VIO-86S 4 $1,812,30 $75249,211 13 227537-000 XP4 VIO-86S Personality Module 4 $347,88 $1,391,53 14 1003662-000 Blank EEPROM 2 $14,64 $29,28 15 100323-010 ElectrologlXS XP4, Field Reference Manual 2 $0,00 $0,00 16 251333-000 XP4 Ground Fault Detector, GFD-1 2 $491,74 $983,47 17 251124-000 XP4 Control Display Unit, CDU�l 2 $296,56 $593,11 18 NYK:038403-49 PANEL., MDSA�11 XS, I TRACK 0 $472,82 $0,00 19 INYK:038403-48 PANEL, MDSA-2XS, 2 TRACK 2 $826,15 $1,652.31 20 NYK:153518�223 PANEL, CROSSING INTERFACE 2 $394,45 $788.90 21 NYK:153518-412 KIT, WALL MOUNT FOR XIP-2013 GE 2 $88,98 $177,95 22 A6X30112770 SEAR 11, ILOD GROUP W DOC, CP 1 $3y871,84 $3,871,84 23 NYK:8000802710001 ILOD, FOR SEAR 11 2 $705,99 $1,411,99 24 NYK: 153518-455 CHARGER, C-CAN 60 AMP 2 $1,378,85 $2,757,70 25 NYK:151236-TO9992 TRANSFORMER, 120/24 VAC, TYPE 1 $94,85 $94.85 26 NYK:400044883152XI ASSEMBLY SURGE PANEL VERTICAL 10 $217,73 $2J77,28 27 NYK:400044883127Xl ASSEMBLY SURGE PANEL VERTICAL 4 $649,48 $2,597,91 28 NYK:400044883145Xl ASSEMBLY SURGE PANEL VERTICAL 1 $880,18 $880,18 29 NYK:053222-TO4010 RLY,KUP,SKT-MTG,12VDC 2 $20,21 $40.42 30 NYK:053222-TO9797 KIT, SOCKET, RELAY P&B 27EI21 2 $13,79 $27,58 31 NYK:053222-TO9795 CLIP, HOLD DOWN RELAY, P&B 20C 4 $0,68 $2,70 32 NYK:310152-T00391 FUSE, 5A FRN-5 1 $6,95 $6,95 33 NYK:T1 3212 FUSE, 10 AMP,250 VOLT,FRN-R-1 0, 2 $4,95 $9,90 34 NYK:027614-IX BLOCK ASSY FUSE, BKLT (CUCA) 3 $82,51 $247,54 35 NYK:023612-lX BLOCK, TERMINAL2-3/8" CENTER, 30 $18,93 $568,00 36 NYK:023274-501X BLOCK, TERMINAL 12 6 $33,20 $199,21 37 NYK:023408-IX NUT, INSULATED 22 $8,14 $179,13 38 NYK:210756-6 ARRESTOR, CIRCUIT LESS THAN 50 VDC 54 $55,00 $2,970.08 39 NYK:40004480707AX AC LINE PROTECTORS SP20-3A 2 $324,28 $648,55 40 NYK:099056-TO1538 WIRE, #16 OKONITE T,C.BLUE 1200 $0.23 $274,68 41 NYK:099056-TO1379 WIRE, #10 OKONITET.C.BLUE#11 1200 $0,37 $444,72 42 NYK:099152J08707 WIRE,IOAWG,60OV,GRN,THHN-THWN 200 $0,26 $52,32 43 NYK:099152-TO6958 WIRE,6AWG,60OV,GRN,THHN-THWN 10 $0,45 $4,47 44 NYK:022316-73 WIRE, #16 26 STRAND GREEN 20 $0,11 $2,18 45 NYK:099152-TOO101 WIRE, #14 SOLID GREEN INSULAT 10 $0,41 $4,14 46 NYK:022318-60 WIRES #14 AWG CASE, WHITE, STRANDED 60 $0,14 $8,50 47 NYK:022318-61 WIRE, #14 AWG CASE, BLACK, STRANDED 75 $0,14 $10,630 48 NYK:022318-62 IWIRE, #14 AWG CASE, RED, STRANDED 70 $0,14 $9.92 49 NYK:021624-3 BONDSTRAND, INSULATION 3/32 200 1 $1,45 $289,94 50 NYK:T15514 CABLE, 2 CONDUCTOR 18 AWG 30 $0,73 $21,91 51 NYK:153518-224 CABLE, FOR CROSSING INTERFACE 2 $124,63 $249,26 52 NYK:153518-225 CABLEFOR CROSSING INTERFACE 2 $124,63 $249,26 53 NYK:097769-TO2961 TERMINAL, #12-10,1/4" BINDING 150 $0,26 $39,24 54 NYK:091769-TIO546 TERMINAL, RING AMP #35349, WIR 100 $0.63 $63,22 55 NYK:024628A38 TERMINAL, RING, 1/4 POSTs #6 20 $0,98 $19,62 56 NYK:170123-31 END LUG KIT FOR SPL 2 $42,00 $84,00 57 NYK:409152-TO9456 CONDUIT, 1/2" FLEX, METAL 34 $0,53 $18,16 58 NYK:092307-306X BOX, TEST W/(l) DPDT LEVER SWI 1 $871,841 $871.84 59 JNYK:T12975 CONNECTOR,FLEX CONDUIT,1/21190 8 $3,44 $27,56 60 INYK:409152-TO9455 CONNECTOR, 1/2" STRAIGHT SQUEE 3 $2,82 $8,47 61 NYK:007417 3/4" 1 HOLE EMT STRAP 18 $0,35 $6,28 62 NYK:Z415002OR0001 RES MTL FLM FIXED 2 $0,13 $0,26 63 NYK:023408-6X CAP, INS SHIELD, 1 SLOT 0.50 13 $9,08 $118,04 64 NYK:007470-lB BREAKER SGL 15A 2 $7,19 $14,39 65 NYK:007470-lC BREAKER 2-POLE, 15A 2 $18,37 $36,73 66 JNYK:8000800780001 NETWORK TERMINATON UNIT 80078 2 $134,34 $268,69 67 INYK:098152-TOO256 PANDUIT E2X3LG6 TAYLOR #92030 42 $1,96 $82,40 68 INYK:018-06-005 COVER, 21' DUCT 54 $0,50 $27,08 69 NYK:098152J00305 PANDUIT E3X3LG6 18 $4.24 $76,32 70 NYK:098152-TOO251 COVER,PANDUIT#C3LG6 3"X6'L 18 $1.19 $21,39 71 NYK:018-06-021 COVER, PANDUIT, 1X6 FT 12 $0,40 $4,84 72 NYK:018-06-020 DUCT, PANDUIT, 1 X 3 X 6 FT 12 $2,45 $29,43 73 NYK:023590-2X BOLT,GROUND 2 $7,15 $14,30 74 JNYKJ18510 LIGHT, POWER OFF, GEMS 1 $174,93 $174,93 75 INYK:007200-CHQRFG ENCLOSURE, HOFFMAN, 8X6X4, FIB 1 $112.01 $112,01 76 INYK:051894-284 PLATE, STEEL MOUNTING 1 $10,68 $10,68 77 NYK:036117-CP-1 PANEL, JUMPER 1 ALUMINUM CP 1 $10,66 $10,66 78 NYK:036117-CP-2 PANEL, JUMPER 2, ALUMINUM CID 1 $10,66 $10,66 79 NYK:036117�CP-3 PANEL, JUMPER 3, ALUMINUM CP 1 $10.66 $10,66 80 NYK:036117-CP-4 PANEL, JUMPER 4, ALUMINUM CP 1 $10,66 $10,66 81 INYK:036117-CP-5 PANEL, JUMPER 5, ALUMINUM CP 0 $10,66 $0,00 82 INYK:036117-CP-6 PANEL, JUMPER 6, ALUMINUM CP 0 $10,661 $0,00 83 INYK:051659-7 HOLDER, PLAN, WALL MOUNT 4 $3,36 $13,43 84 INYK:007302.1 KNOCKOUT BUSHING, RIGID 3/4 3 $0,34 $1,01 85 JNYK:007183 CON BUSHING 1/2 8 $0.38 $3,05 86 INYK:007152 LOCK NUT CONDUIT 3/416 1 $0,39 $0,39 87 NYK:230072-TO9988 NIPPLE, INSULATED CHASE, T&B # 1 $2,76 $2,76 88 NYK:092582-Tl 1353 TAG, THERMAL SLEEVE 3/811 X 1,511 200 1 $0,47 $93,74 89 NYK:092582-Tl 1354 TAG, THERMAL SLEEVE 1/211 X 1,511 40 1 $0,57 $22,67 90 NYK:092582-TI 1357 TAG, THERMAL SLEEVE 1/411 X 211 30 $0,08 $2,29 91 NYK:400004-CP RLY,ST1 41`13-21`�l B,500-OHM,R-REL,R-PKUP 6 $839,08 $5,034.49 92 INYK:420000-75X SOCKET & TEST KIT 6 $71,67 $430.01 93 JNYK:057883�118X RACK, SWING -OUT, 4SP RELAY 6 $592,03 $3,552,20 91 NYK:999379-CP1 DECAL, MILE POST CP RAIL 1 $25,07 $25,07 92 NYK:999379-CP DECAL, HOUSE CP RAIL 2 $17,55 $35,10 93 SUBTOTAL $95v366aAA m44 LINE PART NUMBER GROUND MATERIAL QTYO UNIT PRICE TOTAL 1 NYK:030399-16X PADLOCK,SLOTTED HEXAGON OR SPANNER 3 $38,51 $115.53 2 NYK:231271-TO9993 PADLOCK, STL, W/O CHN, COMB KEY AMER 702 2 $29.46 $58,93 3 NYK:409915J09043 PADLOCK, STL, W/O CHN, PROG KEY MSTR 175 1 $25,83 $25.83 4 NYK:400999-T00027 WIRE, #6 SOLID SOFT DRAWN COPP 100 $0.66 $66,49 5 NYKA 12152-TO1991 ROD, GROUND 5/8" X 10' 10 $29,18 $291.79 6 NYK:074035-32 GROUND ROD BOX, 12xl 7xi 2 GREY COVER 10 $39,61 $396.11 7 NYKA 12026-TO1958 CONNECTION, 1 -SHOT CADWELD #SBN 6 $13,77 $82,60 8 NYK:153518-211 CONNECTION, ONE SHOT, 2 WIRE 4 $13.97 $55,90 9 NYK:021624-3 BONDSTRAND, INSULATION 3/32" 100 $1.45 $144,97 10 NYK:099044-T10004 CABLE, GP, 2C, 6AWG, TW PR, 600V 2650 $2,02 $5,343,73 11 NYK:099044-T10005 CABLE, UG, 10C, 14AWG, 250V 3600 $2,26 $8,122,68 12 NYK:409244-TO6526 CABLE, UG, 7C, 6AWG, SIGNAL, 600V 350 $7,05 $2�468,31 13 NYK:028304�16 CABLE REEL, 3011X24" X 14" 1/2 3 $100.28 $300,84 14 NYK:400999-TOO185 SEALANT, PERMAGUM PLASTIC 4 $6,77 $27,08 15 NYK:021378-21X CLAMP,INS, WIRE W/O 20 $9,48 $189.66 16 NYK:115026-TOO550 WELD METAL, CADWELD NO, SB25 12 $1,99 $23.94 17 NYK:999026-TO8742 CLIP, TRK, CIRCUIT RETAINER, 1 12 $4,12 $49,44 18 NYK:116152J00151 SEALANT, DUCT, BLACKBURN DX-5S, 5LB 2 $11,97 $23,94 19 NYK:T17604 TUBING, HEAT SHRINK 4 $37,55 $150,20 20 NYK: I 16136-Tl 0734 TAPE,ELEC,BLK,0.751NX66FT,60OV,COLD-ENV 2 $6,65 $13,30 21 NYK:400999-TOO154 HOSE, 211 DIA, X 1811 LONG 4 $6,27 $25.07 22 NYK:350053-Tl 1934 BROOM, HEAVY DUTY #1003308 1 $18,29 $18,29 23 NYK:070981 -X WRENCH KIT, TORQUE 1 $323,35 $323,351 24 NYK:330276-TO9999 FOUNDATION, 1 PIECE, 4811 TALL, 2 $487.61 $975,22 25 NYK:170123-21 BATT, N I -CAD, SPL 250 AH 10 1 1 $2t431,79 $2,431.79 26 INYK:170123-25 BATT, N [-CAD, SPL 420 AH 10 1 $4,468.73 $4,468.73 27 NYK:034037-14 DUMMY LOAD, 3950' 2 $105,78 $211,57 28 NYK:T12847 ASSY 385A-3 TERM HOUSING, 8 $190,16 $1,521,29 29 NYK:021500-107 SHUNT, NBS-2,285HZ, GE 250568-GO7, CP 8 $388,02 $3,104,15 30 SBTBBU4A BOND, CADWELD, WEB TRK CONNECTOR, 3/16T'XlIX4T F 8 $5,18 $41,42 31 ISBS24882 BOND, CADWELD, JOINT HEAD, 3/16"X6 1/2?1 XS STYLE 12 $5,72 $68,67 32 NYK:331005-TO9596 GUARD, SIGNAL, 2/3 CIRCLE, FLA 0 $1,757,98 $0,00 33 225238-001 Cable, U.G. 3C #2 Solid Copper 150 $9,54 $1,430,63 34 SUBTOTAL $32,57im4ll LINE PARTNUMBER SIGNAL #1 QTY9 UNIT PRICE TOTAL 1 NYK:070519-203X�3 MAST AND BASE ASSY, 511 X 161 0 $951,88 $0,00 2 NYK:070519-40AX-1 MAST, "S" 511 X 161011 STD. HOLE 1 $921,74 $921,74 3 NYK:074600-WO0105A GATE, S-60 ENTRANCE W/ HARDWARE PKG, 1 $3,761,05 $3�761.05 4 NYK:042003-XCPS5 FLX-4000 & X-ARM 2-WAY 5" MTG 1 $1,854,58 $1,854,58 5 NYK:042003-XCPS1 FLX-4000 & X�ARM 1 -WAY 4" MTG 0 $1,081,40 $0,00 6 NYK:250165-TO9225 KEEPER, GATE ARM, GENERAL SIGN 1 $2,054.49 $2,054,49 7 NYK:070755-2528BX COUNTERWEIGHT PACKAGE, 231-321 1 $12471,58 $1,471,58 8 NYK:250938-Tl 1152 GATE ARM, 16'-32'ALUM/FIBER, 1 $708,23 $708,23 9 NYK:074039-24X-CP1 KIT, S-60 CP WIRING HARN, A 1 $244,75 $244,75 10 NYK:023408-IX NUT, INSULATED 4 $8,14 $32.57 11 NYK:259371-TIO128 BRACKET, HIGH WIND, NEG 191036 1 $85,24 $85.24 12 NYK:035200-17DXD SIGN "RAILROAD CROSSING" DOU 1 $342,81 $342,81 13 NYK:253165-T10906 BELL, ELECTRONIC, 4"-511 BASE, 1 $269,501 $269,50 14 NYK:023274-X65 BAG, HDW TEST LINK KIT GATE 1 $99,14 $99,14 15 NYK:041442-26X 5" (13 cm) Mast 36" (91 cm) Offset 1 Way Version 0 $723.60 $0,00 16 NYK:099056-TO1379 WIRE, #10 OKONITE T,C,BLUE #11 0 $0,36 $0.00 17 NYK:097769-TO2961 TERMINAL, #12A0, 1/4" BINDING 0 $0,26 $0,00 18 NYK:035207�2DX SIGN] 112 TRACK", DIAMOND GRADE 0 $138,05 $0,00 19 NYK:071367-4X HARDWRE PKG, SIGN 5" MTG 0 $81,75 $0,00 20 NYK:035005-2X U-BOLT ASSY. 5" W/HDWR 1 $19.43 $19,43 21 NYK:Tl 7191 BRACKET, SIGN 4" OR 5" MAST 1 $11.91 $11,91 22 NYK:036117-5304 SIGN, CANADIAN PACIFIC ENS, 1 $33,11 $33,11 23 SUBTOTAL $11,910mil LINE PARTNUMBER SIGNAL #2 QTYM UNIT PRICE TOTAL 1 NYK:070519-203X-3 MAST AND BASE ASSY, 5" X 16' 0. $951,88 $0,00 2 NYK:070519-40AX-1 MAST, "S" 511 X 16'0" STD. HOLE 1 $921,74 $921,74 2 NYK:074600-WO0105A GATE, S-60 ENTRANCE W/ HARDWARE PKG. 1 $3,761,05 $3,761.05 3 NYK:042003-XCPS5 FLX-4000 & X-ARM 2-WAY 5" MTG 1 $1,854,58 $1,854,58 4 NYK:042003-XCPS1 FLX-4000 & X-ARM 1 -WAY 4" MTG 0 $1,081,40 $0,00 5 INYK:250165-TO9225 KEEPER, GATE ARM, GENERAL SIGN 1 $2,054,49 $2,054,49 6 NYK:070755-2528BX COUNTERWEIGHT PACKAGE, 231-321 1 $1,471,58 $11471,58 7 NYK:250938-Tl 1152 GATE ARM, 161-32' ALUM/FIBER, 1 $708,23 $708,23 8 NYK:074039�24X_CPl KIT, S-60 CP WIRING HARN. A 1 $244,75 $244,75 9 NYK:023408-lX NUT, INSULATED 4 $8.14 $32,57 10 NYK:259371-T10128 BRACKET, HIGH WIND, NEG 191036 1 $85,24 $85,24 11 NYK:035200-17DXD SIGN "RAILROAD CROSSING" , DOU 1 $342,81 $342,81 12 NYK:253165-T10906 BELL, ELECTRONIC, 4"-5" BASE, 1 $269.50 $269,50 13 NYK:023274-X65 BAG, HDW TEST LINK KIT GATE 1 $99.14 $99,14 14 NYK:041442-26X 5" (13 cm) Mast 36"(91 cm) Offset I Way Version 0 $723,60 $0,00 15 NYK:099056J01379 WIRE, #10 OKONITE T,C,BLUE#ll 0 $0,36 $0,00 16 NYK:097769-TO2961 TERMINAL, #12-10,1/4" BINDING 0 $0,26 $0,00 17 NYK:035207-2DX SIGNI "2 TRACK", DIAMOND GRADE 0 $138,05 $0,00 18 NYK:071367-4X HARDWRE PKG, SIGN 5" MTG 0 $81.75 $0.00 19 NYK:035005-2X U-BOLT ASSY. 5" W/HDWR 1 $19,43 $19,43 20 NYK:Tl7l9l BRACKET, SIGN 4" OR 5" MAST 1 $11.91 $11,91 21 INYK:036117-5304 SIGN, CANADIAN PACIFIC ENS, 1 $33,11 $33,11 22 1 1 SUBTOTAL $11,910011 LINE PART NUMBER MATERIAL CONTAIN ERIZATION SUMMARY UNIT SUBTOTAL TOTAL 1 MATERIAL MATERIAL: 1 $151,758,08 $151,758,08 2 ENGINEERING ENGINEERING SERVICES: 1 $979,53 $979,53 3 ENGINEERING ENGINEERING OPERTATIONAL TESTING: 1 $4,469,00 $4,469,00 4 ENGINEERING SHOP LABOR: 1 $11,596,52 $11,596,52 5 CONTAINER GATE CART RENTAL: 2 $109,00 $218,00 6 CONTAINER CONTAINER USAGE: 1 $588.35 $588,35 7 FREIGHT CONTAINERS/FLATBED - FREIGHT: 480 $10,73 $5,149,22 8 DEMURRAGE DEMURRAGE: 120 $13,62 $1,634,99 9 TOTAL $176s39169 LINE PARTNUMBER TRACK MATERIALS SUMMARY QTYM UNIT PRICE TOTAL 1 TRACK MATERIAL INSULATED JOINTS, 115 LB PER FIELD REQUEST 0 953,75 $0,00 2 TRACK MATERIAL 1045WELDS, FIELD, FOR INSULATED JOINT 0 76,30 $0.00 3 TRACK MATERIAL PLATE, INSULATED GAUGE PLATE 0 1 t716,75 $0,00 4 FRACK MATERIAL RODs #1 INSULATED THROW 0 11062,75 $0,00 5 TRACK MATERIAL ROD, #2 INSULATED 0 953,75 $0,00 6 TOTAL KOO MATERIAL SUMMARY GRAND TOTALI 1519758oO8 LINE DESCRIPTION CANADIAN PACIFIC RAILWAY LABOR QTYM RATE TOTAL 1 CPRLABOR Signal Gang, Foreman 180 35,34 $6,361,74 2 CPRLABOR Signal Gang, Foreman, Overtime 0 50,49 $0,00 3 CPR LABOR Signal Gang, Lead Signalman 180 31,42 $50654,88 4 LABOR Signal Gang, Assistant Foreman, Overtime 0 47,12 $0,00 5 -CPR CPRLABOR Signal Gang, Signalman 180 30,80 $5,543,37 6 CPRLABOR Signal Gang, Signalman, Overtime 0 46,19 $0,00 7 CPR LABOR Signal Gang, Assistant Signalman 360 28,16 $10,137,96 8 CPR LABOR Signal Gang, Assistant Signalman, Overtime 0 42,24 $0,00 9 CPR LABOR Project Manager 45 40.94 $1,842,28 10 CPRLABOR Testing & Commisioning Technician 1 36 35,34 $1,272,35 11 CPR LABOR Testing & Commisioning Technician 11 36 35,34 $1,272,35 12 CPRLABOR Track Gang, Foreman 0 30,79 $0,00 13 CPR LABOR Track Gang, Laborers 0 25.43 $0,00 14 CPR LABOR Track Welders 0 29.51 $0,00 15 CPRLABOR Signal Supervisor 45 46,62 $2,097,90 16 CPR LABOR Accounting/Billing Clerk 45 35,34 $1,590,44 17 SUBTOTAL CPR DIRECT LABOR: SUBTOTAL $35J7126 18 LINE DESCRIPTION RAIL SIGNAL SYSTEM LABOR QTYW RATE TOTAL 1 RSS LABOR -3004328 Senior Signal Engineer 1 61 126,50 $7,716,74 2 RSS LABOR -3004328 Senior Signal Engineer [1 52 126,50 $6,578.21 4 RSS LABOR -3004331 Project Engineer 58 84,76 $4,915,85 5 RSS LABOR -3003494 Project Manager 16 79,68 $1,274,95 6 RSS LABOR -3004333 Signal Designer 32 96,13 $3,076,08 7 RSS LABOR -3004334 Signal Circuit Checker 63 6831 $4,303,72 8 RSS LABOR �3004339 Comptroller 52 75,88 $3�945,94 9 RSS LABOR -3004341 Accounting/Bill Clerk 26 45,55 $1,184,27 10 SUBTOTAL RSS DIRECT LABOR: SUBTOTAL $32199517 LINE DESCRIPTION CANADIAN PACIFIC RAILWAY TRAVEL QTY9 RATE TOTAL I CPR TRAVEL Employee Airfare 0 $0.00 2 CPR TRAVEL Employee Meals (Per Diem) 103.5 42,00 $4,347,00 3 CPR TRAVEL Employee Travel & Lodging (Per Diem) 103,5 68,25 $7�063,88 p 4 SUBTOTAL CPR TRAVEL: SUBTOTAL $113410s88 5 LINE IDESCRIPTION CANADIAN PACIFIC RAILWAY EQUIPMENT QTYM RATE TOTAL 1 CPR EQUIPMENT Truck, Pickup, 1 Ton, Crew Cab 2 CPR EQUIPMENT Hourly 90 13,13 $1,181,25 3 CPR EQUIPMENT Daily 0 131.25 $0,00 4 CPR EQUIPMENT Weekly 0 525,00 $0,00 5 6 CPR EQUIPMENT Truck, Pickup, writh Hyrail 7 CPR EQUIPMENT Hourly 180 16,38 $2,948,40 8 CPR EQUIPMENT Daily 0 163,80 $0,00 9 CPR EQUIPMENT Weekly 0 655,20 $0,00 10 11 CPR EQUIPMENT Truck, Diesel, Boom, Telescoping 12 CPR EQUIPMENT Hourly 180 117,38 $21 128,31 13 CPR EQUIPMENT Daily 0 939,04 $0,00 14 CPR EQUIPMENT Weekly 0 4,695,18 $0,00 15 16 1CPR EQUIPMENT Backhoe, 4WD, 70 HP 17 CPR EQUIPMENT Hourly 180 39,85 $7,172,55 18 CPR EQUIPMENT Daily 0 398,48 $0.00 19 CPR EQUIPMENT Weekly 0 1 t593,90 $0.00 20 21 CPR EQUIPMENT Trailer, Utility, Non -Tilt, 4 Tire 22 CPR EQUIPMENT Hourly 180 6,55 $1,179,36 23 CPR EQUIPMENT Daily 0 65.52 $0.00 24 CPR EQUIPMENT Weekly 0 262,08 $0,00 25 26 CPR EQUIPMENT Generator, 2400 Watt, 5 HP 27 CPR EQUIPMENT Hourly 180 3,89 $699,30 28 CPR EQUIPMENT Daily 0 38,85 $0,00 29 CPR EQUIPMENT Weekly 0 155,40 $0,00 moo 30 31 CPR EQUIPMENT Grinder, Rail, Porlable, On -Track 32 CPR EQUIPMENT Hourly 180 6,64 $1,194],48 33 CPR EQUIPMENT Daily 0 66,36 $0,00 34 CPR EQUIPMENT Weekly 0 1 265,44 $0,00 35 36 CPR EQUIPMENT Section Truck, Wth Hoist and Crane 37 CPR EQUIPMENT Hourly 0 76,65 $0,00 38 CPR EQUIPMENT Daily 0 766.50 $0,00 39 CPR EQUIPMENT Weekly 0 31066.00 $0.00 40 SUBTOTAL CPR EQUIPMENT: 0 SUBTOTAL $35�50165 41 LINE DESCRIPTION OUTSIDE SERVICES EXPENSES QTY8 UNIT PRICE TOTAL 1 BORING Boring - Underground 472 47,25 $22,302,00 2 ROCK Rock, SB2, Fill Dirt 1 1 787,50 $787,50 3 ELECTRICAL AC Meter Service 1 41725,00 $4,725,00 4 CONTRACTOR Engineering Check, PE FEE 1 11575,00 $1,575,00 5 CONTRACTOR Concrete for Cantilever 0 105,00 $0.00 6 RSS Field Print & Shipping Distribution 6 282,69 $1,696,15 7 CONTAINERIZATION Lines 2, 3, 4� 5p 6, 7 1 20J66,61 $20,166,61 8 CPR TRAVEL Line 4 1 11,410,88 $11,410,88 9 CPR EQUIPMENT Line 40 1 359503,65 $35,503,65 10 ICONTRACTOR 0 $0,00 11 SUBTOTAL OF OUTSIDE SERVICES: SUBTOTAL $98116619 LINE 1100% FUNDING SUMMARY OF PROJECT TOTAL ESTIMATE QTYW SUBTOTAL TOTAL FUNDING 1 SUBTOTAL MATERIAL: 1 $151,758oO8 $151J58m08 2 TAXES: 1 0000% $0000 3 SUBTOTAL RSS: I $32�99517 $32�99517 4 RSS PROFIT: 1 1100% $3,959s49 5 SUBTOTAL CPR DIRECT LABOR: 1 $35,77126 $35,77126 6 CPR DIRECT LABOR ADDITIVES RATE: 1 66m27% $23,706m94 7 CPR GENERAL LIABILITY INSURANCE RATE: 1 l4w46% $5,172981 8 SUBTOTAL CPR TRAVEL, EQUIPMENT & OUTSIDE SERVICES: 1 $98,16619 $98,16619 9 PROJECTTOTAL:l TOTAL, $351,53114 LINE 90% FUNDING OUIV11VIAMT Or rprROJECI 101ALE5111viAlE W"m u" SUBTOTAL MATERIAL: 1 $136,582,27 $136,582.27 2 TAXES: 1 0,00% $0,00 3 SUBTOTAL RSS: 1 $29,696.19 $29,696,19 4 RSS PROFIT: 1 12,00% $3,563.54 5 SUBTOTAL CPR DIRECT LABOR: 1 $32,195,93 $32vl95,93 6 CPR DIRECT LABOR ADDITIVES RATE: 1 66,27% $21,336,24 7 CPR GENERAL LIABILITY INSURANCE RATE: 1 14,46% $4�655,53 8 SUBTOTAL CPR TRAVEL, EQUIPMENT & OUTSIDE SERVICES: 1 $88�350,11 $88,350,11 9 PROJECTTOTAL:, TOTALI $316,379o82 SUBTOTAL MATERIAL: 1 $15,175,81 $l5sl75m8l 2 TAXES: 1 0.00% $0000 3 SUBTOTAL RSS: 1 $3�299,58 $3,299m58 4 RSS PROFIT: 1 12,00% $395w95 5 SUBTOTAL CPR DIRECT LABOR: 1 $3,577,33 $3,577m33 6 CPR DIRECT LABOR ADDITIVES RATE: 1 66,27% $21370w69 7 CPR GENERAL LIABILITY INSURANCE RATE: 1 14.46% $517428 8 SUBTOTAL CPR TRAVEL, EQUIPMENT & OUTSIDE SERVICES: 1 $%816,68 $99816m68 9 PROJECT TOTAL: u CD 5 CL (Y) ZMW qt C!j V=4 =) CD < po 0 u w C3 IM < �j w iL z u z .j a. cu fL Lr) CD CU I ON z %D u m cu z u z Ei6no .9 In < u 0 a. Ln < of :Emv 013 < m w I r NIVATUS 44 w W u U " �w La MW �u XZ �u WM Z� 376125P Federal Aid Rait/Highway Safety Fund Program Signal Installation Eligible for Maintenance Reimbursement Under this Agreement SEQ Highway Jurisdiction 07 Dubuque, 1A Location E 14 th Street Exhibit B