Loading...
IDOT_Grade Crossing Surfacing Repair AgreementCounty: Dubuque County STATE OF IOWA FEDERAL - AID GRADE CROSSING SURFACE REPAIR FORCE ACCOUNT AGREEMENT for the construction of surface improvements at the railroad crossing located on Company's track and for reimbursement under 23 USC Section 130 FRA: 376127D RECCE \'ECG 12 JUN 27 AM 9: 15 City Clerk's Office Dubuque, A Road: E 16th Street, Dubuque, Iowa Project No.: RRP- SF12(024) -8A -31 DIRECT ALL COMMUNICATIONS REGARDING THIS PROJECT TO: HIGHWAY AUTHORITY Contact Person: Roy Buol, Mayor Address: 50 W 13th Street, Dubuque, IA 52001 -4864 Office Telephone No.: 563 -589 -4100 E -mail address: gpsihoyo @cityofdubuque.org Railroad COMPANY Contact Person: Jeff Johnson, Specialist Public Works Address: 501 Marquette Ave S., Suite 1510, Minneapolis, MN 55402 Office Telephone No.: 612 - 904 -5945 E -Mail: JeffreyW_Johnson @cpr.ca State Contact Person: Mary Jo Key, Program Manager – Telephone No. 515- 239 -1108 Iowa Department of Transportation Office of Rail Transportation 800 Lincoln Way Ames, IA 50010 Vacant Position– Project Inspector, Iowa DOT – Telephone No. 515- 290 -5055 AGREEMENT SUBMITTAL: Complete and return all three (3) fully executed Agreements to Modal Division, Office of Rail Transportation, for each crossing project. Exhibit "A "- Work Statement is to be attached. Prepare a cost estimate for each crossing and attach to the Agreement labeled as Exhibit B. (Revised 10/27/09) 1 STATE OF IOWA FEDERAL -AID GRADE CROSSING SURFACE REPAIR AGREEMENT THIS AGREEMENT, is between City of Dubuque, Iowa, hereinafter referred to as the Highway Authority, and Canadian Pacific Railway, doing business as Dakota, Minnesota & Eastern Railroad Corporation, hereinafter referred to as the Company, and Iowa Department of Transportation, hereinafter referred to as the Department. The Highway Authority and the Company agree to repair the at -grade crossing located at E 16th Street, Dubuque, Iowa, and further agree as follows. SECTION I. Work Statement and Performance The Company and the Highway Authority have determined the extent of the repair to be performed at this crossing, including railway and roadway approach modifications, and replacement of existing sidewalks and /or recreational trails. This repair shall conform to the Company and Highway Authority Standards. The agreed work, generally described in the Work Statement identified as Exhibit "A" attached hereto and made part of this Agreement, is to be performed by Company forces, except the Company may subcontract performance of the roadway approach work or other required incidental work. In the absence of specific Company standards, BNSF/Union Pacific Railroad common crossing standards shall be used as guidance. The Highway Authority will be responsible to have existing sidewalk(s) and/or recreational trail(s) replaced by a contractor or their own forces, in accordance with the Americans with Disabilities Act requirements. In the absence of specific Highway Authority standards that are acceptable to the railroad, the Department's Standard Road Plan MI -220 shall be used. As per Standard Road Plan MI -220, the detectable warning is to be installed 12' from the edge of the nearest rail, and the sidewalk is a minimum width of 5'. The project will include the cost of an additional two feet of sidewalk and /or recreational trail, or to the nearest sidewalk and /or recreational trail joint, whichever is less, beyond the detectable warning. Any additional new sidewalk and/or recreational trail beyond that point will be paid by the highway authority and is not part of this project. SECTION II. Cost Estimate. The estimated cost of the project work is itemized on Exhibit `B" attached hereto, and made part of this Agreement. SECTION III. Work Start and Completion. The Company shall begin the construction of the project as soon as possible after the date the Department signs this agreement and shall complete the project within 18 months. Costs incurred prior to the Department signing the agreement are not reimbursable under this Agreement. Cost incurred more than 18 months after the Department signs this agreement will not be reimbursed unless the Company has requested in writing, prior to expiration of the agreement, and received from the Department a written extension of time for completion. The Department shall have complete discretion, and be the sole authority to grant or deny extensions. Costs incurred for work following the extension time will not be reimbursed. 2 SECTION IV. Traffic Control. The roadway will be closed during repair. Exhibit "A" describes specific closure conditions. The Highway Authority is responsible for the establishment and payment for traffic control (i.e. barricades, signing, detours, detour damage, and runarounds). The Company shall advise the Highway Authority Contact Person: 1) a minimum of 60 days in advance of the approximate starting date to allow the Highway Authority to implement the detour; and 2) 14 days in advance of the actual starting date to allow the Highway Authority adequate time to provide and install appropriate signs on the detour. SECTION V. Work Notification. The Company shall notify the Department and the Highway Authority's Contact Person no later than 14 days prior to the start of its work at the crossing. The Highway Authority shall be given ample opportunity to document the materials, equipment, and labor required to complete the project. The Department and Highway Authority shall have the right to inspect the project work at any time. The Highway Authority shall perform on -site inspection of the project work each day. SECTION VI. Project Completion. After the Company has completed the required work, the Company shall so notify the Department and the Highway Authority in writing. The Department shall arrange an inspection with the Highway Authority, and the Company in order for all parties to determine whether the project work has been completed in accordance with the terms of this Agreement or Amendments thereto. Pavement markings and stop lines shall be placed by the Highway Authority as required by Part 8 of the Manual on Uniform Traffic Control Devices for Streets and Highways. If the existing traffic control devices at a multiple -track highway -rail grade crossing become improperly placed or inaccurate because of removal of some of the tracks, the existing devices shall be relocated and/or modified at COMPANY expense pursuant to the Manual on Uniform Traffic Control Devices, Part 8. Relocation of the traffic control devices will be completed prior to removal of the detour. When the work has been completed in accordance with the Agreement, the Company, Department, and the Highway Authority shall sign a Certificate of Completion and Acceptance form. Truncated domes are the only detectable warnings allowed by ADA Accessibility Guidelines. Grooves, exposed aggregate, and other designs intended for use as detectable warning are not considered equivalent facilitation, and do not comply with ADA requirements. SECTION VII. Reimbursable Costs. The Company will keep an accurate and detailed account of actual and necessary reimbursable costs incurred under this Agreement. Replacement of existing sidewalk(s) and /or recreational trail(s), and subcontracted work costs shall be included in the Company billing. All reimbursable costs and maintenance of records under this Agreement shall conform to Title 23 CFR Part 140, Subpart I and separated by location as shown on the Exhibit "A ". The cost of preliminary project engineering, construction inspection, track inspection, relocation of existing signals, signal wires, and switches, or the construction of runarounds will not be eligible project reimbursable costs. The cost of COMPANY equipment will be paid according to the Blue Book of Railroad Equipment, which establishes hourly rates. These rates will include ownership costs (i.e. depreciation, major overhauls, etc.) as well as operational costs (i.e. fuel, light repairs, oil, grease, tires, etc.) of each specific piece of equipment. The rates are applicable to all "actual hours" that the equipment is running and being used for project work. 3 Equipment shall not be billed based on the amount of time that is it assigned to that location and/or work group. Equipment rental actual costs will be reimbursed according to documentation furnished. If the COMPANY does not provide "actual hours" that the equipment is running and being used for project work, the cost of COMPANY equipment, equipment rental, accounting, accounting additives and bill reproduction are reimbursable, but shall not be included directly in the force account billing. Those costs shall be billed as an additive amount equal to nine (9) percent of the total force account billed less final audit exceptions. SECTION VIII. Cost Sharing. The Highway Authority and Company each shall pay twenty percent (20 %) of the reimbursable costs defined in SECTION VII for work described in Exhibit "A ". It is understood the Department will use Federal -Aid 23 USC 130 funds to reimburse the Company for sixty percent (60 %) of the total eligible costs for this project. The DEPARTMENT's CERTIFICATE OF AUDIT shall establish eligible reimbursable project costs. SECTION IX. Progressive Payments. The Company may submit accurate progressive bills to the Department for sixty percent (60 %) of its material, labor and any subcontracted costs included in Exhibit "B ", for each crossing location. The billing for material shall be for those materials that have been delivered to the project location or specifically purchased and delivered to the Company for use on the project. The DEPARTMENT and HIGHWAY AUTHORITY may make progressive payments to the COMPANY for one - hundred percent (100 %) of each party's billed participation, or the HIGHWAY AUTHORITY may elect to retain a percentage of their billed participation. SECTION X. Final Billing. Upon completion of the project the Company shall submit an accurate fmal and complete itemized billing in three (3) counterparts. Final bill shall include a summary of all incurred costs. SECTION XI. Final Payment. The DEPARTMENT, upon receipt of the final bill and Certificate of Completion and Acceptance form, shall review, and forward the final bill to the DEPARTMENT'S Office of Audits for fmal audit. Reimbursement to the COMPANY shall be governed by the DEPARTMENT'S Certification of Audit. The DEPARTMENT shall make payment to the COMPANY equal to 60 percent (60 %) of the final reimbursable amount, less previous payment. The COMPANY shall promptly reimburse the DEPARTMENT in the amount of any overpayments. The HIGHWAY AUTHORITY shall make payment equal to 20 percent (20 %) of the COMPANY final billing or the estimated cost noted on Exhibit `B" of the agreement, less previous payment, within 30 days of its receipt of the COMPANY final billing. In the event of overpayment by the HIGHWAY AUTHORITY as determined by the DEPARTMENT audit of COMPANY records, the COMPANY shall pay the HIGHWAY AUTHORITY the amount of overpayment within 30 days of its receipt of the DEPARTMENT final audit. SECTION XII. Maintenance and Abandonment. Upon completion of the project, the Company shall maintain the crossing surface to provide a safe and sufficient crossing for vehicular travel. If the track is removed from both sides of the crossing, the Company shall remove the surface material, rail and cross ties from the crossing and shall restore the roadway void to the satisfaction of the Highway Authority, all at 4 Company expense. If the existing traffic control devices at a multiple -track highway -rail grade crossing become improperly placed or inaccurate because of removal of some of the tracks, the existing devices shall be relocated and /or modified at COMPANY expense pursuant to the Manual on Uniform Traffic Control Devices, Part 8. . Future maintenance of the sidewalk(s) and detectable warning device will not be the responsibility of the COMPANY. SECTION XIII. Standard Title VI Assurances. The COMPANY shall comply with all applicable Department and Federal laws, rules (including the administrative rules adopted by the Department for the IPPP Program — 761 Iowa Administrative Code, chapter 201), ordinances, regulations, and orders. The COMPANY, and all agents of the COMPANY that participate in the project, shall also comply with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d -42 U.S.C. 2000d -4, and all requirements imposed by or pursuant to Title 49, Code of Federal Regulation, Department of Transportation, Subtitle A, Office of the Secretary, 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 DEPARTMENT. SECTION XIV. Successor and Assigns. This agreement shall be binding upon all successors or assigns. The Company shall provide written notice to the Highway Authority and the Department of any assignment of this Agreement. SECTION XV. Project Contact Persons. All notices and communications essential to complete the work required by this Agreement shall be made to the Contact Persons and the Department specified on the cover page of this Agreement. SECTION XVI. Integration and Amendment. This Agreement and its exhibits constitute the entire Agreement between the Department, the Company, and the Highway Authority concerning this project. If the DEPARTMENT determines a substantial change is to be made in the project work described in Exhibit "A ", the DEPARTMENT will furnish the written approval of the change. SECTION XVII. Termination Due to Lack of Funds. Notwithstanding anything in this Contract to the contrary, and subject to the limitations set forth below, the Department shall have the right to terminate this Contract without penalty and without any advance notice as a result of any of the following: 1. The federal government, legislature or governor fail in the sole opinion of the Department to appropriate funds sufficient to allow the Department to either meet its obligations under this Contract or to operate as required and to fulfill its obligations under this Contract; 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 Department to make any payment hereunder are insufficient or unavailable for any other reason as determined by the Department in its sole discretion; or 3. If the Department's authorization to conduct its business or engage in activities or 5 operations related to the subject matter of this Contract is withdrawn or materially altered or modified. The Department shall provide the Highway Authority and Company with written notice of termination pursuant to this section. SECTION XVIII. Merged Documents. This agreement may be executed and delivered in three 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 WHEREOF the COMPANY, the HIGHWAY AUTHORITY and the STATE hereto have caused this Agreement to be executed by their duly authorized officers as of the dates indicated below. Executed by the COMPANY this Canadian Pacific Railway, dba Dakota, Minnesota & Eastern Railroad Corporation 2O day of A P 21 ,2012 Executed by the HIGHWAY AUTHORITY this day of By Name and Title -P►r e-r- ba„ City of Dubuque, Iowa ,201 A By Executed by the DEPARTMENT this 2.6 day of , 2012. 6 N.0 e and title (? 6_1 V-c- �rZ V I G E.-$ STATE OF IOWA Iowa Department of Transportation ara Nicholson, i irector Office of Rail Transportation CANADIAN PACIFIC RAILWAY COST ESTIMATE TO UPGRADE THE EXISTING CROSSING SURFACE Location: East 16th St., Dubuque, IA MP44.26 DOT #: 3761270 Rail Size: 115 Crossing Length: 126 Number of Tracks: 1 Type of surface: Concrete 30- Apr -12 ENGINEERING CREW MOBILIZATION DISTRIBUTE MATERIALS REMOVE CROSSING PREPARE ROADBED BUILD TRACK PANELS INSTALL TRACK PANELS WELD RAIL INSTALL CROSSING / CLEANUP SIGNAL MAINTAINER SURFACE TRACK LABOR OVERHEADS TOTAL MAN DAYS 4907004M00 SUB BASE MATERIAL BALLAST RAIL SWITCH TIES (10 FT) SWITCH TIES (9 FT) CROSS TIES PANDROL TIE PLATES DS TIE PLATES SS TIE PLATES COMP. WELDS STRAIGHT WELDS PANDROL CLIPS ANCHORS PANDROL LAGS 6 "x10 "x16' CROSSING PLANK CROSSING LAGS SPIKES TIE DISPOSAL CROSSING SIGNAGE RUBBER CROSSING PANELS END DEFLECTORS aONCRETE CROSSING PANELS FREIGHT ON CONCRETE PANELS ASPHALT APPROACHES MATERIAL OVERHEADS PART NUMBER 007009050 007090001 082405050 084201533 084201517 084001004 002710032 002703400 002111014 002101030 015005620 051211102 015710012 002840181 701651950 701166108 001115005 BOOM TRUCK LOADER HYRAIL TRUCK WELDER TRUCK DUMP TRUCK REGULATOR TAMPER EQUIPMENT OVERHEADS CONTRACTOR RAIL HE TAX ON CONCRETE PANELS CONTINGENCY EXPENSES UNITS TONS TONS LF EA EA EA EA EA EA EA EA EA EA EA EA EA KEG EA EA 3' PANEL SET 9' PANEL LOT TONS MAN -DAYS 2 8 2 4 2 8 6 4 6 3 6 50.5 QUANTITY 100 300 452 94 0 57 188 114 4 376 302 752 0 0 5 151 2 0 1 14 100.8 LOT 5 2 8 4 2 2 2 QUANTITY 452 RATE 6.0% RATE $350 $300 $300 $300 $300 $300 $300 $300 $300 $300 $300 10.00% $ /UNITS $17.00 $17.00 $19.42 $67.20 $53.07 $46.88 $15.11 $12.84 $0.00 $120.00 $86.90 $3.36 $1.35 $2.00 $95.00 $2.00 $75.00 $5.50 $200.00 $657.00 $600.00 $1,836.00 $150.00 10.45% $ /UNITS $320 $155 $162 $270 $330 $480 $1,110 20.00% 0 $ /UNITS ($3.55) $ /UNITS TOTAL $700.00 $2,400.00 $600.00 $1,200.00 $600.00 $2,250.00 $1,800.00 $1,200.00 $1,800.00 $900.00 $1,800.00 $1,525.00 LABOR SUBTOTAL TOTAL $1,700.00 $5,100.00 $8,777.84 $6,316.80 $0.00 $2,672.16 $2,840.68 $1,463.76 $0.00 $0.00 $347.60 $1,263.36 $407.70 $1,504.00 $0.00 $0.00 $375.00 $830.50 $400.00 $0.00 $600.00 $25,704.00 $5,600.00 $15,120.00 $6,886.91 MATERIAL SUBTOTAL TOTAL $1,600.00 $310.00 $1,296.00 $1,080.00 $660.00 $960.00 $2,220.00 $1,625.20 $0.00 EQUIPMENT SUBTOTAL TOTAL ($1,604.60) SALVAGE SUBTOTAL TOTAL $1,542.24 $9,077 $6,846.54 OTHER SUBTOTAL GRAND TOTAL NOTE: THIS ESTIMATE DOES NOT INCLUDE ANY COSTS FOR DRAINAGE, ROADWAY APPROACH WORK, SIGNAGE OR DETOURING. Iowa Department of Transportation 'IMP Form 040016 (04 -11) EXHIBIT "A" - WORK STATEMENT Iowa Grade Crossing Surface Repair Fund and Federal -Aid Rail /Highway Crossing Surface Repair County Dubuque Meeting Date: 09/07/2011 FRA No.: 376127D Highway Authority Dubuque RR Company: DM &E Location: East 16th Street Street Name Dubuque City Name 1. Crossing(s) Reconstructed A. COMPANY will reconstruct 2 crossings of 126 total feet that include 82 feet of Concrete surface material through the traveled roadway and 44 feet of Concrete surface material through the shoulder or sidewalk area. As a minimum, the crossing must extend beyond the edge of the traveled roadway and through the shoulder if not curbed. B. Existing rail weight through crossing(s) 112.28 2. Traffic Controls (check below) ❑ A highway runaround will be constructed to permit two -lane traffic during repair. ® The highway will be closed for 7 days during repair. NOTE: The HIGHWAY AUTHORITY is responsible for placement and cost of barricades, signing, detours, detour damage, and runarounds. A. The COMPANY shall advise the HIGHWAY AUTHORITY Contact Person: 1). A minimum of sixty (60) days in advance of the approximate starting date to allow the HIGHWAY AUTHORITY to implement the detour. 2). Fourteen (14) days in advance of the actual starting date to allow the HIGHWAY AUTHORITY adequate time to provide and install appropriate signs on the detour. The COMPANY shall advise the STATE PROJECT INSPECTOR fourteen (14) days in advance of the actual starting date. 3. Track Elevation Relative to Existing Road Pavements (check below:) ❑ Tracks will be constructed to meet existing road grade. ❑ Roadway will be reconstructed to meet a proposed new track grade (roadway work is not covered by this Agreement.) • Tracks will be elevated 1 inches above the adjacent roadway requiring a taper (complete item 4A and 4B.) In any event, the parties agree to provide a smooth crossing. 4, Roadway Work -- Must be sufficient to provide a smooth crossing. HIGHWAY AUTHORITY will coordinate and have approaches completed. Invoices will be sent to the COMPANY to be included in project costs. A. Taper Length (estimated) A 9 foot taper on the East side of the crossing and a 15 foot taper on the West side of the crossing, requires of PCC material (estimated). Taper length should not exceed 25 feet for each inch of track raise. This work will be completed by (mark with an X): ❑ HIGHWAY AUTHORITY forces © HIGHWAY AUTHORITY'S contractor FRA No.: 376127D B. Track Opening in the Roadway (mark with an ❑ Existing track opening will be maintained. ® Track opening of 34 feet will be required involving the following described roadway modifications. Est. HMA tonnage 12 This work will be completed by (mark with an X): ❑ COMPANY forces ❑ HIGHWAY AUTHORITY forces ❑ COMPANY contractor ® HIGHWAY AUTHORITY'S contractor 5. Existing Sidewalk(s) and /or Recreational Trail replacement by HIGHWAY AUTHORITY The quadrants requiring upgrades to meet ADA requirements (mark with an ,19: Sidewalk (5' width required) * Rec Trail (10' width) ® NE 16 (feet) ® SE 16 (feet) ❑ NE (feet) ❑ SE (feet) ® NW 16 (feet) ® SW 16 (feet) ❑ NW (feet) ❑ SE (feet) * Recreational trail footage will be doubled because we use the sidewalk 5' width cost for reimbursement. This work will be completed by (mark with an X. ❑ HIGHWAY AUTHORITY forces ® HIGHWAY AUTHORITY's contractor 6. Crossing(s) Permanently Retired and Removed A. COMPANY will retire and remove crossing(s). B. Voids in pavement will be filled with material requiring (units). This work will be completed by (mark with an X). ❑ COMPANY forces ❑ HIGHWAY AUTHORITY forces ❑ COMPANY'S contractor ❑ HIGHWAY AUTHORITY's contractor 7. Drainage (mark with an X) A. ❑ Present drainage is adequate. B. ® Drainage work required. Specify work to include materials and outlet. C. ® Clean all four (4) quadrants for good surface drainage. RR will place a tile to the NE into drainage pond. 8. Additional Construction and Traffic Control Conditions; i.e., Road Closure Limitations - Construction at this crossing included with this project, and not described above. Only ACC or PCC will be placed one (1) foot from the railroad surface material. RR is reviewing moving switch from south of crossing to the north side to eliminate a crossing thru the roadway. The new PCC roadway placed on the East side is roughly 3 -4" below the existing rail height. The City will be responsible to remove this area and replace if they choose to go back with PCC or we can overlay with HMA to a distance of roughly 60' with a butt joint. They stopped this PCC section 9' from the edge of tie on the east side, we will assume the cost of placing PCC thru this area only. Tom will review sub -grade during excavation to see if this crossing warrants HMA underlayment. 9. Attendees The following attendees agree on all items of this work statement. This work statement will be included as part of the executed agreement. Railroad Representative: Highway Authority Representative: Tom Goffinet Bill Schlickman Name Name State Project Manager: Additional Attendees: Travis Tinken 515- 239 -1876 (office phone) 515- 290 -5055 (cell phone) RESOLUTION NO. 138 -12 APPROVING STATE OF IOWA FEDERAL -AID GRADE CROSSING SURFACE REPAIR AGREEMENT FOR THE CONSTRUCTION OF SURFACE IMPROVEMENTS AT THE RAILROAD CROSSING LOCATED AT EAST 16TH STREET (AGREEMENT 376127D) 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 Federal -Aid Grade Crossing Surface Repair Agreement for the construction of surface improvements at the railroad crossing located at East 16th Street; and Whereas, the Iowa Department of Transportation has developed a Grade Crossing Surface Repair Agreement (376127D) dated April 30, 2012, outlining the terms and conditions between the Canadian Pacific Railroad and the City for the construction of surface improvements at the railroad crossing at East 16th Street 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 Surface Repair Agreement (376127D) between the Canadian Pacific Railroad, Iowa Department of Transportation, and the City of Dubuque is hereby approved for the construction of surface improvements at the railroad crossing located at East 16th Street. Section 2. That the Mayor be authorized and directed to execute three copies of said State of Iowa Federal -Aid Grade Crossing Surface Repair Agreement (376127D). Section 3. Whereas the City has a Railroad Crossing At -Grade Improvements CIP budgeted in FY08 and FY09 to cover the matching funds for said improvements. Section 4. That a certified copy of the resolution be submitted to Canadian Pacific Railroad and to Iowa Department of Transportation by the City Clerk of the City of Dubuque. Attest: Passed, adopted and approved this 4th day of. June 2012. / J I Kevin Firnstahl, ' ity erk Roy D. Buol, Mayor RECEIVED JUN 1 3 2012 OFFICE OF RAIL TRANSPORTATION Masterpiece on the Mississippi TO: The Honorable Mayor and City Council Members FROM: Michael C. Van Milligen, City Manager Dubuque bierd All-America City 1 2007 SUBJECT: State of Iowa Federal -Aid Grade Crossing Surface Repair Agreement for the Construction of Surface Improvements at the Railroad Crossing Located at East 16th Street Iowa DOT Project No. RRP -SF12 (024)- -8A -31 Iowa DOT Agreement No. 376127D DATE: May 30, 2012 City Engineer Gus Psihoyos recommends City Council approval of the State of Iowa Federal -Aid Grade Crossing Surface Repair Agreement between the Canadian Pacific Railway d /b /a Dakota, Minnesota & Eastern Railroad Corporation, Iowa Department of Transportation, and the City of Dubuque for the East 16th Street railroad crossing. The estimate of probable cost for the East 16th railroad grade crossing is $130,289. The City's 20% local match is $26,060. I concur with the recommendation and respectfully request Mayor and City Council approval. Michael C. Van Milligen MCVM:jh Attachment cc: Barry Lindahl, City Attorney Cindy Steinhauser, Assistant City Manager Gus Psihoyos, City Engineer Masterpiece on the Mississippi TO: Michael C Van Milligen, City Manager FROM: Gus Psihoyos, City Engineer Dubuque All- America City ' 1 2007 SUBJECT: State of Iowa Federal -Aid Grade Crossing Surface Repair Agreement for the Construction of Surface Improvements at the Railroad Crossing Located at East 16th Street Iowa DOT Project No RRP -SF12 (024)- -8A -31 Iowa DOT Agreement No 376127D DATE: May 30, 2012 INTRODUCTION This memorandum is to seek authorization to approve the State of Iowa Federal -Aid Grade Crossing Surface Repair Agreement between the Canadian Pacific Railway dba Dakota, Minnesota & Eastern Railroad Corporation (Canadian Pacific Railway), Iowa Department of Transportation (Iowa DOT), and the City of Dubuque (City) for the East 16th Street railroad crossing BACKGROUND In March 2011, the City of Dubuque and the Canadian Pacific Railway submitted a grant application to the Iowa DOT to replace the grade crossing at East 16th Street In April 2012, the City was notified of the award of grant funds to replace East 16th Street grade crossing location DISCUSSION The East 16th Street railroad crossing repair involves the complete reconstruction of the crossing and the replacement of 126 feet of concrete through the traveled roadway, shoulder, and sidewalk areas The key elements of these agreements include 1 The construction will begin as soon as possible after the Agreement is executed by Canadian Pacific Railway, Iowa DOT, and the City 2 The crossing repair is anticipated to take approximately 7 working days to complete and shall be fully completed within 18 months upon execution of said agreement 3. The City will be required to close the respective roadway during the repairs. 4. The project costs will be shared as follows: City and Canadian Pacific Railway will each be responsible for 20 percent of the reimbursable costs; and the Iowa DOT will utilize Federal -Aid 23 USC 130 funds for the remaining 60 percent. 5. Upon project completion, Canadian Pacific Railway shall maintain the crossing to ensure safe, sufficient crossing for vehicular travel. City staff will work closely with the Canadian Pacific Railway, property owners, businesses and on -going construction projects to setup alternate detour routes to minimize the impacts of the street /railroad grade crossing closure. City staff will also work with the Canadian Pacific Railway to ensure that the repair 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 Grade Crossing Surface Repair Agreement for the construction of surface improvements at the East 16th Street railroad grade crossing. BUDGET IMPACT The estimate of probable cost for East 16th railroad grade crossing is summarized as follows: Estimate Labor $ 16,775 Materials 87,910 Other 25,613 Total Project Cost $130,298 The project funding summary is as follows: CIP No. Amount Iowa DOT Railroad Grade Crossing Repair Grant (60 %) $ 78,178 Canadian Pacific Railway (20 %) 26,060 2502026 City - Railroad Crossing Improvements (20 %) 26 060 Total Project Funding $130,298 The City currently has sufficient funding remaining in the Railroad Crossing At -Grade Improvements (CIP No. 2502026) to cover the 20% local match cost. ACTION TO BE TAKEN The City Council is requested to authorize the Mayor to execute the State of Iowa Federal -Aid Grade Crossing Surface Repair Agreement (Iowa Agreement 376127D) for the construction of surface improvements at the East 16th Street grade crossing. Prepared by Robert Schiesl, Assistant City Engineer cc: Jenny Larson, Budget Director Don Vogt, Public Works Director John Klostermann, Public Works RESOLUTION NO. 138 -12 APPROVING STATE OF IOWA FEDERAL -AID GRADE CROSSING SURFACE REPAIR AGREEMENT FOR THE CONSTRUCTION OF SURFACE IMPROVEMENTS AT THE RAILROAD CROSSING LOCATED AT EAST 16TH STREET (AGREEMENT 376127D) 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 Federal -Aid Grade Crossing Surface Repair Agreement for the construction of surface improvements at the railroad crossing located at East 16th Street; and Whereas, the Iowa Department of Transportation has developed a Grade Crossing Surface Repair Agreement (376127D) dated April 30, 2012, outlining the terms and conditions between the Canadian Pacific Railroad and the City for the construction of surface improvements at the railroad crossing at East 16th Street 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 Surface Repair Agreement (376127D) between the Canadian Pacific Railroad, Iowa Department of Transportation, and the City of Dubuque is hereby approved for the construction of surface improvements at the railroad crossing located at East 16th Street. Section 2. That the Mayor be authorized and directed to execute three copies of said State of Iowa Federal -Aid Grade Crossing Surface Repair Agreement (376127D). Section 3. Whereas the City has a Railroad Crossing At -Grade Improvements CIP budgeted in FY08 and FY09 to cover the matching funds for said improvements. Section 4. That a certified copy of the resolution be submitted to Canadian Pacific Railroad and to Iowa Department of Transportation by the City Clerk of the City of Dubuque. Passed, adopted and approved this 4th day of June 2012. Roy D. Buol, Mayor 0 lls LLJ cr► cv Iowa Department of Transportation 800 Lincoln Way, Ames, Iowa 50010 515/239 -1108 E -Mail: Mary.Jo.Key @dot.iowa.gov Fax: 515/233 -7983 May 3, 2012 The Honorable Roy Buol Mayor 50 W 13th Street Dubuque, IA 52001 -4864 Dear Mayor Buol: FRA# 376127D E 16th Street The agreement for a 2012 60/20/20 grade crossing surface repair project for the above referenced grade crossing is enclosed. Please sign all documents and return them to our office as soon as possible for further processing. After the Department has executed the agreement you will receive a copy of your files along with authorization to proceed. Thank you. Enclosure Sincerely, flcouiq a Mary Jo Key, Manager Grade Crossing Surface Repair Program Office of Rail Transportation STATE OF IOWA FEDERAL - AID GRADE CROSSING SURFACE REPAIR FORCE ACCOUNT AGREEMENT for the construction of surface improvements at the railroad crossing located on Company's track and for reimbursement under 23 USC Section 130 County: Dubuque County Road: E 16th Street, Dubuque, Iowa FRA: 376127D RECEIVED MAY 0 3 2012 OFFICE OF RAIL TRANSPORTATION Project No.: RRP -SF 12(024) -8A -31 DIRECT ALL COMMUNICATIONS REGARDING THIS PROJECT TO: HIGHWAY AUTHORITY Contact Person: Roy Buol, Mayor Address: 50 W 13'h Street, Dubuque, IA 52001 -4864 Office Telephone No.: 563 -589 -4100 E -mail address: gpsihoyo @cityofdubuque.org Railroad COMPANY Contact Person: Jeff Johnson, Specialist Public Works Address: 501 Marquette Ave S., Suite 1510, Minneapolis, MN 55402 Office Telephone No.: 612 - 904 -5945 E -Mail: JeffreyW_Johnson @cpr.ca State Contact Person: Mary Jo Key, Program Manager – Telephone No. 515 -239 -1108 Iowa Department of Transportation Office of Rail Transportation 800 Lincoln Way Ames, IA 50010 Vacant Position– Project Inspector, Iowa DOT – Telephone No. 515- 290 -5055 AGREEMENT SUBMITTAL: Complete and return all three (3) fully executed Agreements to Modal Division, Office of Rail Transportation, for each crossing project. Exhibit "A "- Work Statement is to be attached. Prepare a cost estimate for each crossing and attach to the Agreement labeled as Exhibit B. (Revised 10/27/09) STATE OF IOWA FEDERAL -AID GRADE CROSSING SURFACE REPAIR AGREEMENT THIS AGREEMENT, is between City of Dubuque, Iowa, hereinafter referred to as the Highway Authority, and Canadian Pacific Railway, doing business as Dakota, Minnesota & Eastern Railroad Corporation, hereinafter referred to as the Company, and Iowa Department of Transportation, hereinafter referred to as the Department. The Highway Authority and the Company agree to repair the at -grade crossing located at E 16th Street, Dubuque, Iowa, and further agree as follows. SECTION I. Work Statement and Performance. The Company and the Highway Authority have determined the extent of the repair to be performed at this crossing, including railway and roadway approach modifications, and replacement of existing sidewalks and /or recreational trails. This repair shall conform to the Company and Highway Authority Standards. The agreed work, generally described in the Work Statement identified as Exhibit "A" attached hereto and made part of this Agreement, is to be performed by Company forces, except the Company may subcontract performance of the roadway approach work or other required incidental work. In the absence of specific Company standards, BNSF/Union Pacific Railroad common crossing standards shall be used as guidance. The Highway Authority will be responsible to have existing sidewalk(s) and/or recreational trail(s) replaced by a contractor or their own forces, in accordance with the Americans with Disabilities Act requirements. In the absence of specific Highway Authority standards that are acceptable to the railroad, the Department's Standard Road Plan MI -220 shall be used. As per Standard Road Plan MI -220, the detectable warning is to be installed 12' from the edge of the nearest rail, and the sidewalk is a minimum width of 5'. The project will include the cost of an additional two feet of sidewalk and /or recreational trail, or to the nearest sidewalk and/or recreational trail joint, whichever is less, beyond the detectable warning. Any additional new sidewalk and/or recreational trail beyond that point will be paid by the highway authority and is not part of this project. SECTION 1I. Cost Estimate. The estimated cost of the project work is itemized on Exhibit `B" attached hereto, and made part of this Agreement. SECTION III. Work Start and Completion. The Company shall begin the construction of the project as soon as possible after the date the Department signs this agreement and shall complete the project within 18 months. Costs incurred prior to the Department signing the agreement are not reimbursable under this Agreement. Cost incurred more than 18 months after the Department signs this agreement will not be reimbursed unless the Company has requested in writing, prior to expiration of the agreement, and received from the Department a written extension of time for completion. The Department shall have complete discretion, and be the sole authority to grant or deny extensions. Costs incurred for work following the extension time will not be reimbursed. SECTION IV. Traffic Control. The roadway will be closed during repair. Exhibit "A" describes specific closure conditions. The Highway Authority is responsible for the establishment and payment for traffic control (i.e. barricades, signing, detours, detour damage, and runarounds). The Company shall advise the Highway Authority Contact Person: 1) a minimum of 60 days in advance of the approximate starting date to allow the Highway Authority to implement the detour; and 2) 14 days in advance of the actual starting date to allow the Highway Authority adequate time to provide and install appropriate signs on the detour. SECTION V. Work Notification. The Company shall notify the Department and the Highway Authority's Contact Person no later than 14 days prior to the start of its work at the crossing. The Highway Authority shall be given ample opportunity to document the materials, equipment, and Iabor required to complete the project. The Department and Highway Authority shall have the right to inspect the project work at any time. The Highway Authority shall perform on -site inspection of the project work each day. SECTION VI. Project Completion. After the Company has completed the required work, the Company shall so notify the Department and the Highway Authority in writing. The Department shall arrange an inspection with the Highway Authority, and the Company in order for all parties to determine whether the project work has been completed in accordance with the terms of this Agreement or Amendments thereto. Pavement markings and stop lines shall be placed by the Highway Authority as required by Part 8 of the Manual on Uniform Traffic Control Devices for Streets and Highways. If the existing traffic control devices at a multiple -track highway -rail grade crossing become improperly placed or inaccurate because of removal of some of the tracks, the existing devices shall be relocated and/or modified at COMPANY expense pursuant to the Manual on Uniform Traffic Control Devices, Part 8. Relocation of the traffic control devices will be completed prior to removal of the detour. When the work has been completed in accordance with the Agreement, the Company, Department, and the Highway Authority shall sign a Certificate of Completion and Acceptance form. Truncated domes are the only detectable warnings allowed by ADA Accessibility Guidelines. Grooves, exposed aggregate, and other designs intended for use as detectable warning are not considered equivalent facilitation, and do not comply with ADA requirements. SECTION VII. Reimbursable Costs. The Company will keep an accurate and detailed account of actual and necessary reimbursable costs incurred under this Agreement. Replacement of existing sidewalk(s) and /or recreational trail(s), and subcontracted work costs shall be included in the Company billing. All reimbursable costs and maintenance of records under this Agreement shall conform to Title 23 CFR Part 140, Subpart I and separated by location as shown on the Exhibit "A ". The cost of preliminary project engineering, construction inspection, track inspection, relocation of existing signals, signal wires, and switches, or the construction of runarounds will not be eligible project reimbursable costs. The cost of COMPANY equipment will be paid according to the Blue Book of Railroad Equipment, which establishes hourly rates. These rates will include ownership costs (i.e. depreciation, major overhauls, etc.) as well as operational costs (i.e. fuel, light repairs, oil, grease. tires, etc.) of each specific piece of equipment. The rates are applicable to all 'actual hours" that the equipment is running and being used for project work. 3 Equipment shall not be billed based on the amount of time that is it assigned to that location and/or work group. Equipment rental actual costs will be reimbursed according to documentation furnished. If the COMPANY does not provide "actual hours" that the equipment is running and being used for project work, the cost of COMPANY equipment, equipment rental, accounting, accounting additives and bill reproduction are reimbursable, but shall not be included directly in the force account billing. Those costs shall be billed as an additive amount equal to nine (9) percent of the total force account billed less final audit exceptions. SECTION VIII. Cost Sharing. The Highway Authority and Company each shall pay twenty percent (20 %) of the reimbursable costs defined in SECTION VII for work described in Exhibit '`A ". It is understood the Department will use Federal -Aid 23 USC 130 funds to reimburse the Company for sixty percent (60 %) of the total eligible costs for this project. The DEPARTMENT's CERTIFICATE OF AUDIT shall establish eligible reimbursable project costs. SECTION IX. Progressive Payments. The Company may submit accurate progressive bills to the Department for sixty percent (60 %) of its material, labor and any subcontracted costs included in Exhibit "B ", for each crossing location. The billing for material shall be for those materials that have been delivered to the project location or specifically purchased and delivered to the Company for use on the project. The DEPARTMENT and HIGHWAY AUTHORITY may make progressive payments to the COMPANY for one - hundred percent (100 %) of each party's billed participation, or the HIGHWAY AUTHORITY may elect to retain a percentage of their billed participation. SECTION X. Final Billing. Upon completion of the project the Company shall submit an accurate final and complete itemized billing in three (3) counterparts. Final bill shall include a summary of all incurred costs. SECTION XI. Final Payment. The DEPARTMENT, upon receipt of the final bill and Certificate of Completion and Acceptance form, shall review, and forward the final bill to the DEPARTMENT'S Office of Audits for fmal audit. Reimbursement to the COMPANY shall be governed by the DEPARTMENT'S Certification of Audit. The DEPARTMENT shall make payment to the COMPANY equal to 60 percent (60%) of the final reimbursable amount, less previous payment. The COMPANY shall promptly reimburse the DEPARTMENT in the amount of any overpayments. The HIGHWAY AUTHORITY shall make payment equal to 20 percent (20%) of the COMPANY final billing or the estimated cost noted on Exhibit "B" of the agreement, less previous payment, within 30 days of its receipt of the COMPANY final billing. In the event of overpayment by the HIGHWAY AUTHORITY as determined by the DEPARTMENT audit of COMPANY records, the COMPANY shall pay the HIGHWAY AUTHORITY the amount of overpayment within 30 days of its receipt of the DEPARTMENT final audit. SECTION XII. Maintenance and Abandonment. Upon completion of the project, the Company shall maintain the crossing surface to provide a safe and sufficient crossing for vehicular travel. If the track is removed from both sides of the crossing, the Company shall remove the surface material, rail and cross ties from the crossing and shall restore the roadway void to the satisfaction of the Highway Authority, all at 4 Company expense. If the existing traffic control devices at a multiple -track highway -rail grade crossing become improperly placed or inaccurate because of removal of some of the tracks, the existing devices shall be relocated and /or modified at COMPANY expense pursuant to the Manual on Uniform Traffic Control Devices, Part 8.. Future maintenance of the sidewalk(s) and detectable warning device will not be the responsibility of the COMPANY. SECTION XIII. Standard Title VI Assurances. The COMPANY shall comply with all applicable Department and Federal laws, rules (including the administrative rules adopted by the Department for the IPPP Program — 761 Iowa Administrative Code, chapter 201), ordinances, regulations, and orders. The COMPANY, and all agents of the COMPANY that participate in the project, shall also comply with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d -42 U.S.C. 2000d -4, and all requirements imposed by or pursuant to Title 49, Code of Federal Regulation, Department of Transportation, Subtitle A, Office of the Secretary, 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 DEPARTMENT. SECTION XIV. Successor and Assigns. This agreement shall be binding upon all successors or assigns. The Company shall provide written notice to the Highway Authority and the Department of any assignment of this Agreement. SECTION XV. Project Contact Persons. All notices and communications essential to complete the work required by this Agreement shall be made to the Contact Persons and the Department specified on the cover page of this Agreement. SECTION XVI. Integration and Amendment. This Agreement and its exhibits constitute the entire Agreement between the Department, the Company, and the Highway Authority concerning this project. If the DEPARTMENT determines a substantial change is to be made in the project work described in Exhibit "A ", the DEPARTMENT will furnish the written approval of the change. SECTION XVII. Termination Due to Lack of Funds. Notwithstanding anything in this Contract to the contrary, and subject to the limitations set forth below, the Department shall have the right to terminate this Contract without penalty and without any advance notice as a result of any of the following: 1. The federal government, legislature or governor fail in the sole opinion of the Department to appropriate funds sufficient to allow the Department to either meet its obligations under this Contract or to operate as required and to fulfill its obligations under this Contract; 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 Department to make any payment hereunder are insufficient or unavailable for any other reason as determined by the Department in its sole discretion; or 3. If the Department's authorization to conduct its business or engage in activities or 5 operations related to the subject matter of this Contract is withdrawn or materially altered or modified. The Department shall provide the Highway Authority and Company with written notice of termination pursuant to this section. SECTION XVIII. Merged Documents. This agreement may be executed and delivered in three 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 WHEREOF the COMPANY, the HIGHWAY AUTHORITY and the STATE hereto have caused this Agreement to be executed by their duly authorized officers as of the dates indicated below. Executed by the COMPANY this Canadian Pacific Railway, dba Dakota, Minnesota & Eastern Railroad Corporation 301'4 A Qr5 day of ,2012 Executed by the HIGHWAY AUTHORITY this day of , 201_ Executed by the DEPARTMENT this day of , 201_ 6 By Name and Title City of Dubuque, Iowa By STATE OF IOWA Iowa Department of Transportation By Tamara Nicholson, Director Office of Rail Transportation UUL111U IN 002101030 015005620 051211102 015710012 002840181 £350 6300 £300 3300 6300 6300 6300 6300 $300 $300 $300 CANADIAN PACIFIC RAILWAY COST ESTIMATE TO UPGRADE THE EXISTING CROSSING SURFACE Location: East 16th St., Dubuque, IA MP44.26 DOT #: 376127D Rail Size: 115 Crossing Length: 126 Number of Tracks: 1 Type of surface: Concrete 30- Apr -12 LABOR ENGINEERING CREW MOBILIZATION DISTRIBUTE MATERIALS REMOVE CROSSING PREPARE ROADBED BUILD TRACK PANELS INSTALL TRACK PANELS WELD RAIL INSTALL CROSSING / CLEANUP SIGNAL MAINTAINER SURFACE TRACK LABOR OVERHEADS TOTAL MAN DAYS MATERIAL ;'. SUB BASE MATERIAL BALLAST RAIL SWITCH TIES (10 FT) SWITCH TIES (9 FT) CROSS TIES PANDROL TIE PLATES DS TIE PLATES SS TIE PLATES COMP. WELDS STRAIGHT WELDS PANDROL CLIPS ANCHORS PANDROL LAGS 6 "x10 "x16' CROSSING PLANK CROSSING LAGS SPIKES TIE DISPOSAL CROSSING SIGNAGE RUBBER CROSSING PANELS END DEFLECTORS CONCRETE CROSSING PANELS FREIGHT ON CONCRETE PANELS ASPHALT APPROACHES MATERIAL OVERHEADS PART NUMBER 007009050 007090001 082405050 084201533 084201517 084001004 002710032 002703400 701651950 701166108 001115005 '. :EQUIPMENT BOOM TRUCK LOADER HYRAIL TRUCK WELDER TRUCK DUMP TRUCK REGULATOR TAMPER EQUIPMENT OVERHEADS CONTRACTOR SALVAGE RAIL OTHER TAX ON CONCRETE PANELS CONTINGENCY EXPENSES UNITS TONS TONS LF EA EA EA EA EA EA EA EA EA EA EA EA EA KEG EA EA 3' PANEL SET 9' PANEL _ LOT TONS MAN -DAYS 2 8 2 4 8 6 4 3 6 50.5 QUANTITY 100 300 452 94 57 188 114 4 376 302 752 0 5 151 2 0 1 14 100.8 LOT 5 2 8 4 2 2 2 QUANTITY 452 RATE 6.0% RATE $/UNITS $17.00 $17.00 $19.42 $67.20 $53.07 $46.88 $15.11 $12.84 $0.00 $120.00 $86.90 $3.36 $1.35 $2.00 $95.00 $2.00 $75.00 $5.50 $200.00 $657.00 $600.00 81,836.00 $150.00 10.45% $/UNITS $320 $155 $162 $270 $330 $480 $1,110 20.00% $ /UNITS ($3.55) S/UNITS TOTAL $700.00 $2,400.00 $600.00 $1,200.00 $600.00 $2,250.00 $1,800.00 $1,200.00 $1,800.00 $900.00 $1,800.00 $1,525.00 LABOR SUBTOTAL TOTAL $1,700.00 $5,100.00 $8,777.84 $6,316.80 $0.00 $2,672.16 $2,840.68 $1,463.76 $0.00 $0.00 $347.60 $1,263.36 $407.70 $1,504.00 $0.00 $0.00 $375.00 $830.50 $400.00 $0.00 $600.00 $25,704.00 $5,600.00 $15.120.00 $6,886.91 MATERIAL SUBTOTAL TOTAL $1,600.00 $310.00 $1,296.00 $1,080.00 $660.00 $960.00 $2,220.00 $1,625.20 $0.00 EQUIPMENT SUBTOTAL TOTAL (81.604.60) SALVAGE SUBTOTAL TOTAL $1,542.24 $9,077 $6,846.54 OTHER SUBTOTAL GRAND TOTAL NOTE: THIS ESTIMATE DOES NOT INCLUDE ANY COSTS FOR DRAINAGE, ROADWAY APPROACH WORK, SIGNAGE OR DETOURING. $16,775.00 $87,910 $9,751 ($1,605) $17,466 $130,298 NOP Form 040016 (04 -11) Iowa Department of Transportation EXHIBIT "A" - WORK STATEMENT Iowa Grade Crossing Surface Repair Fund and Federal -Aid Rail/Highway Crossing Surface Repair County Dubuque Meeting Date: 09/07/2011 FRA No.: 376127D Highway Authority Dubuque RR Company: DM &E Location: East 16th Street Dubuque Street Name City Name 1. Crossing(s) Reconstructed A. COMPANY will reconstruct 2 crossings of 126 total feet that include 82 feet of Concrete surface material through the traveled roadway and 44 feet of Concrete surface material through the shoulder or sidewalk area. As a minimum, the crossing must extend beyond the edge of the traveled roadway and through the shoulder if not curbed. B. Existing rail weight through crossing(s) 112.28 2. Traffic Controls (check below) ❑ A highway runaround will be constructed to permit two -lane traffic during repair. The highway will be closed for 7 days during repair. NOTE: The HIGHWAY AUTHORITY is responsible for placement and cost of barricades, signing, detours, detour damage, and runarounds. A. The COMPANY shall advise the HIGHWAY AUTHORITY Contact Person: 1). A minimum of sixty (60) days in advance of the approximate starting date to allow the HIGHWAY AUTHORITY to implement the detour. 2). Fourteen (14) days in advance of the actual starting date to allow the HIGHWAY AUTHORITY adequate time to provide and install appropriate signs on the detour. The COMPANY shall advise the STATE PROJECT INSPECTOR fourteen (14) days in advance of the actual starting date. 3. Track Elevation Relative to Existing Road Pavements (check below.) ❑ Tracks will be constructed to meet existing road grade. ❑ Roadway will be reconstructed to meet a proposed new track grade (roadway work is not covered by this Agreement.) ® Tracks will be elevated 1 inches above the adjacent roadway requiring a taper (complete item 4A and 4B.) In any event, the parties agree to provide a smooth crossing. 4. Roadway Work -- Must be sufficient to provide a smooth crossing. HIGHWAY AUTHORITY will coordinate and have approaches completed. Invoices will be sent to the COMPANY to be included in project costs. A. Taper Length (estimated) A 9 foot taper on the East side of the crossing and a 15 foot taper on the West side of the crossing, requires of PCC material (estimated). Taper length should not exceed 25 feet for each inch of track raise. This work will be completed by (mark with an X): ❑ HIGHWAY AUTHORITY forces ® HIGHWAY AUTHORITY'S contractor FRA No.: 376127D B. Track Opening in the Roadway (mark with an X) ❑ Existing track opening will be maintained. ❑ Track opening of 34 feet will be required involving the following described roadway modifications. Est. HMA tonnage 12 This work will be completed by (mark with an X): ❑ COMPANY forces ❑ HIGHWAY AUTHORITY forces ❑ COMPANY contractor ® HIGHWAY AUTHORITY'S contractor 5_ Existing Sidewalk(s) and /or Recreational Trail replacement by HIGHWAY AUTHORITY The quadrants requiring upgrades to meet ADA requirements (mark with an X): Sidewalk (5' width required) * Rec Trail (10' width) ® NE 16 (feet) ❑ SE 16 (feet) ❑ NE (feet) ❑ SE (feet) ® NW 16 (feet) ® SW 16 (feet) ❑ NW (feet) ❑ SE (feet) * Recreational trail footage will be doubled because we use the sidewalk 5' width cost for reimbursement. This work will be completed by (mark with an J0. ❑ HIGHWAY AUTHORITY forces ❑ HIGHWAY AUTHORITY's contractor 6. Crossing(s) Permanently Retired and Removed A. COMPANY will retire and remove crossing(s). B. Voids in pavement will be filled with material requiring (units). This work will be completed by (mark with an X. ❑ COMPANY forces ❑ HIGHWAY AUTHORITY forces ❑ COMPANY'S contractor ❑ HIGHWAY AUTHORITY's contractor 7. Drainage (mark with an .X) A. ❑ Present drainage is adequate. B. ® Drainage work required. Specify work to include materials and outlet. C. Clean all four (4) quadrants for good surface drainage. RR will place a tile to the NE into drainage pond. 8. Additional Construction and Traffic Control Conditions; i.e., Road Closure Limitations - Construction at this crossing included with this project, and not described above. Only ACC or PCC will be placed one (1) foot from the railroad surface material. RR is reviewing moving switch from south of crossing to the north side to eliminate a crossing thru the roadway. The new PCC roadway placed on the East side is roughly 3 -4" below the existing rail height. The City will be responsible to remove this area and replace if they choose to go back with PCC or we can overlay with HMA to a distance of roughly 60' with a butt joint. They stopped this PCC section 9' from the edge of tie on the east side, we will assume the cost of placing PCC thru this area only. Tom will review sub -grade during excavation to see if this crossing warrants HMA underlayment. 9. Attendees The following attendees agree on all items of this work statement. This work statement will be included as part of the executed agreement. Railroad Representative: Highway Authority Representative: Tom Goffinet Bill Schlickman Name Name State Project Manager: Additional Attendees: Travis Tinken 515-239-1876 (office phone) 515 -290 -5055 (cell phone) Iowa Department of Transportation Ng. Form 040016 (04-11) EXHIBIT "A" - WORK STATEMENT Iowa. Grade Crossing Surface Repair Fund and Federal -Aid Rail /Highway Crossing Surface Repair County Dubuque Meeting Date: 09/07/2011 FRA No.: 376I27D Highway Authority Dubuque RR Company: DM &E Location: East 16th Street Dubuque Street Name City Name I. Crossing(s) Reconstructed A. COMPANY will reconstruct 2 crossings of 126 total feet that include 82 feet of Concrete surface material through the traveled roadway and 44 feet of Concrete surface material through the shoulder or sidewalk area. As a minimum, the crossing must extend beyond the edge of the traveled roadway and through the shoulder if not curbed. B. Existing rail weight through crossing(s) 112.28 2. Traffic Controls (check below) ❑ A highway runaround will be constructed to permit two -lane traffic during repair. The highway will be closed for 7 days during repair. NOTE: The HIGHWAY AUTHORITY is responsible for placement and cost of barricades, signing, detours, detour damage, and runarounds. A. The COMPANY shall advise the HIGHWAY AUTHORITY Contact Person: 1). A minimum of sixty (60) days in advance of the approximate starting date to allow the HIGHWAY AUTHORITY to implement the detour. 2). Fourteen (14) days in advance of the actual starting date to allow the HIGHWAY AUTHORITY adequate time to provide and install appropriate signs on the detour. The COMPANY shall advise the STATE PROJECT INSPECTOR fourteen (14) days in advance of the actual starting date. 3. Track Elevation Relative to Existing Road Pavements (check below) ❑ Tracks will be constructed to meet existing road grade. ❑ Roadway will be reconstructed to meet a proposed new track grade (roadway work is not covered by this Agreement) © Tracks will be elevated 1 inches above the adjacent roadway requiring a taper (complete item 4A and 4B.) In any event, the parties agree to provide a smooth crossing. 4. Roadway Work -- Must be sufficient to provide a smooth crossing. HIGHWAY AUTHORITY will coordinate and have approaches completed. Invoices will be sent to the COMPANY to be included in project costs. A. Taper Length (estimated) A 9 foot taper on the East side of the crossing and a 15 foot taper on the West side of the crossing, requires of PCC material (estimated). Taper length should not exceed 25 feet for each inch of track raise. This work will be completed by (mark with an X): ❑ HIGHWAY AUTHORITY forces ® HIGHWAY AUTHORITY'S contractor FRA No.: 376127D B. Track Opening in the Roadway (mark with an X) ❑ Existing track opening will be maintained. ® Track opening of 34 feet will be required involving the following described roadway modifications. Est. HMA tonnage 12 This work will be completed by (mark with-an X): ❑ COMPANY forces ❑ HIGHWAY AUTHORITY forces ❑ COMPANY contractor ® HIGHWAY AUTHORITY'S contractor 5. Existing Sidewalk(s) and /or Recreational Trail replacement by HIGHWAY AUTHORITY The quadrants requiring upgrades to meet ADA requirements (mark with an 1i9: Sidewalk (5' width required) * Rec Trail (10' width) ® NE 16 (feet) IZ SE 16 (feet) ❑ NE (feet) ❑ SE (feet) ® NW 16 (feet) 12 SW 16 (feet) ❑ NW (feet) ❑ SE (feet) * Recreational trail footage will be doubled because we use the sidewalk 5' width cost for reimbursement. This work will be completed by (mark with an X). ❑ HIGHWAY AUTHORITY forces ® HIGHWAY AUTHORITY's contractor 6. Crossing(s) Permanently Retired and Removed A. COMPANY will retire and remove crossing(s). B, Voids in pavement will be filled with material requiring (units), This work will be completed by (mark with an X). ❑ COMPANY forces ❑ HIGHWAY AUTHORITY forces ❑ COMPANY'S contractor ❑ HIGHWAY AUTHORITY's contractor 7. Drainage (mark with an X) A. ❑ Present drainage is adequate. B. ® Drainage work required. Specify work to include materials and outlet. C. Clean all four (4) quadrants for good surface drainage. RR will place a tile to the NE into drainage pond. 8, Additional Construction and Traffic Control Conditions; i.e., Road Closure Limitations - Construction at this crossing included with this project, and not described above. Only ACC or PCC will be placed one (1) foot from the railroad surface material. RR is reviewing moving switch from south of crossing to the north side to eliminate a crossing thru the roadway. The new PCC roadway placed on the East side is roughly 3 -4" below the existing rail height. The City will be responsible to remove this area and replace if they choose to go back with PCC or we can overlay with HMA to a distance of roughly 60' with a butt joint. They stopped this PCC section 9' from the edge of tie on the east side, we will assume the cost of placing PCC thru this area only. Tom will review sub -grade during excavation to see if this crossing warrants HMA underlayment. 9. Attendees The following attendees agree on all items of this work statement. This work statement will be included as part of the executed agreement. Railroad Representative: Highway Authority Representative: Tom Goffinet Bill Schlickman Name Name State Project Manager: Travis Tinken 515 -239- 1876 (office phone) 515 -290 -5055 (cell phone) Additional Attendees: 8' -1 1/2" 19 1/2 "-►-r. 191/2 " -► =+-19 112 " -� .-19 1/2" i I I1 I�pL, I Iy .43 II 1 8" 12" _ 7". 2-3" 1 10 112" 2-5 1/2" 1012" -j -- - - II 1 ! LIFTING INSERT' I TYPICAL • -C9- -' $--r-- - - -,-22 1/2" N. i 4'-4 1/2 221/2° 8' -1 1/2" �i 131t1/2" - T 131/4" _ -- 4' -2 13 1/2" 10 1/4" 1/2" RAIL SIZE PANEL HEIGHT GAGE PANEL WEIGHT FIELD PANEL WEIGHT 115 7 1/8" 2850 LBS. 1550 LBS. 133 -141 7 718" 3125 LBS. 1675 LBS. FIELD PANEL r GAGE PANEL FIELD PANEL 8' -1 1/2" FRAME SPACER 10'-0" WOOD TIES ON 19 1/2" CENTERS NOTES: 1/4" RUBBER INTERFACE PAD TO BE PLACED BETWEEN PANEL AND TIES FOR 141 LB. RAIL SECTION. PAD TO BE NAILED TO TIES, CROSSING TYPE - 10W COMMON STANDARDS UNION PACIFIC 1 ID ITEM NUMBERS LAYOUT FOR CONCRETE PANELS ON 10' -0" LONG WOOD TIES (10W) 133 -141 LB. UPRR 540 -1301 133 -141 LB. BNSF 1 115 LB. UPRR 055590975 • I 540 -0202 115 LB. BNSF 055590973 FILE OWNER: UPRR I. DATE: APRIL24, 2001 REV. NO.: 0 DWG NO: 200100 —1 1/8" MIN COVER TO REBAR (1 3/8" NOM.) 5/8" DIA. x 24" LONG DEFORMED BAR ANCHORS (16 PCS) (SIDE FRAME) 3" x 2 -1/2" SIDE (MIN) x 3/8" ASTM A36 STEEL ANGLE (TYP) 10 WIRES ON 5" CENTERS 1 3 1/2" -0- 8 WIRES ON 5" CENTERS 10 WIRES • —1 3/8" MIN COVER TO REBAR (2 1/4" NOM.) CROSS SECTION - GAGE PANEL 70 3/4 1/2" DIA. x 12" LONG DEFORMED BAR ANCHOR (4 PCS TOTAL) (END FRAME) 86 1/4 3/8" DIA. x 4" LONG HEADED ANCHOR STUD (4 PCS TOTAL) (END FRAME) (97 1/2) 1/2" DIA. x 12" LONG 11 1/4 27 381/4 48 3/4 61 1/4 70 3/4 86 1/4 1/2" DIA x 2 1/2" LONG HEADED ANCHOR STUD (16 PCS TOTAL) (SIDE FRAME) #5 REBAR 46" LONG TOP (7 PCS) 42" LONG BTM (7 PCS) 3 1/2" ' 0 0 a 4 i 0 4' 1111/ I I 1 1 ►1 1 1 1 1 11 1 • ii, ID f f III - ITN1 MN r 1 1 1 1 1 1 1 1 f.i I 1 1 1 6 I 1 I! 1 1 7 r I I- 1 -1 1 1 1. ° I b I 1 1 I d ) A t l i 1 414- 1q'�g� T1 i 1 - / 11 b 1 l 1 %__ 1 I 1 1 1 1 1 1 o ii,fiiMBIE 1 tL a;rmilmalrn >r rxis DEFORMED BAR ANCHOR (12 PCS TOTAL) (END FRAME) FIELD PANEL _1 1/8" MIN COVER 70 1/2" DIA x 18" LONG DEFORMED REBAR (1 3/8" NOM.) BAR ANCHORS (16 PCS) (SIDE FRAME) / 7 #5 REBAR 22" LONG (7 PCS) 10 WIRES (2 1/8" MIN. SPACING) ^-►� 4- 1 5/8" 0 5 17 1/2 #5 REBAR 20" LONG (7 PCS) 9 WIRES (21/8" MIN. SPACING) -0--1 1 3/8" MIN COVER TO REBAR (2 1/4" NOM.) 1/2" DIA. x 2 1/2" LONG - HEADED ANCHOR STUD (16 PCS TOTAL) (SIDE FRAME) CROSS SECTION - FIELD PANEL NOTES: 28 DAY CONCRETE COMPRESSIVE STRENGTH = 7000psi MIN. TRANSFER COMPRESSIVE STRENGTH = 4500psi 30 PRESTRESSING WIRE SHALL BE 5.25mm DIA. COMFORMING WITH ASTM A-881 "STEEL WIRE DEFORMED. STRESS RELIEVED OR LOW RELAXATION FOR PRESTRESSED CONCRETE TIES" WITH A MINIMUM -421/2 BREAKING STRENGTH OF 8800 LEI'. WIRE SHALLED BE TENSIONED IN ACCORDANCE WITH PCI REQUIREMENTS TO 6960LB1 PER WIRE. -55 67 1/2 -80 -921/2 -(97 112) "-3/8" DIA. x 4" LONG HEADED ANCHOR STUD (8 PCS TOTAL) (END FRAME) GAGE PANEL CROSSING TYPE - 10W COMMON STANDARDS UNION PACIFIC 1111 PRESTRESSED CONCRETE PANELS FOR 101 -0" LONG WOOD TIES (10W) FILE OWNER: UPRR DATE APRIL 24, 2C01 REV. NO.: 0 DWG NO: 200101 12" DIA x 12" LONG BAR ANCHOR 11 1/4 (4 PCS TOTAL) (END FRAME) 27 1/2" DIA.x 18" LONG DEFORMED 36114 BAR ANCHORS (16 PCS) (SIDE FRAME) 1 112" MIN, r 1/2" DIA. x 2 -12" LONG COVER I LEADED ANCHOR STUD 48 3/4 (16 PCS TOTAL) (SIDE FRAME) 1952 - 11 1/4 171/2 1:11111111 I_— 1 ddIl�' �� gt �,I �r{ I II °DEFORMED , PUT] i■t.l� UIIiiI � O NI �° _ - 17112 -30 42 12 -55 -67 1/2 80 92 1 /2 - 30 27 36 1(4 -42 1 /2 48 3/4 61114 70 3/4 SI �`— 111 I O IIi'�o _ - �fII' fill �� I I ■I O O - �— — � I-1- —f �1-111� ig j • ••'1. ! r /� ��r� M �iiTS� ■�� 611/4 G�1 II�N { . �•� • �•� �. ��� / t•� 1 70 314 i1!2 VI� I I ,orrAmI � � r� �„ 80 I ° i 93 " LONG TOP (4 PCS) 861/4 1 112" MIN. 93" LONG BTM (3 PCS) COVER �i __ - 86114 I �a.�., "� 92112 ItIE�'a�� 1' �,.�i P�.1I 111111. ° ° r. 3 /8" DIA. x 4" LONG (97 1/2) (9712) 3t5 REBAR 19" LONG BOTTOM (7 PCS) HEADED ANCHOR 1/2" DIA. x 12" LONG *5 REBAR 22" LONG TOP (7 PCS) STUD (4 PCS TOTAL) DEFORMED BAR ANCHOR 3/8" DIA. x 4" LONG HEADED (END FRAME) (12 PCS TOTAL) ANCHOR STUD (8 PCS TOTAL) CROSS SECTION - FIELD PANEL FIELD PANEL (END FRAME) (END FRAME) GAGE PANEL NOTES: CONCRETE COMPRESSIVE STRENGTH SHALL BE AS FOLLOWS: @ 28DAYS = 6000 psi MINIMUM @ SHIPMENT = 4000 psi MINIMUM 5/8" DIA. x 24" LONG #5 REBAR @ REMOVAL FROM FORMS = 2500 psi MINIMUM. 46" LONG TOP (7 PCS) 115 REBAR 1 112" MIN. DEFORMED BAR 42" LONG BTM (7 PCS) 93" LONG TOP (4 PCS) CROSSING TYPE -10W COVER ANCHORS (16 PCS) PCS) 93" LONG BTM PCS) (4 (SIDE FRAME) f4--is"-P:' ', 1 COMMON STANDARDS 1111 RR'=01;O1/ • l.ivEWuA/mir:l.a"lr PRECAST CONCRETE PANELS FOR 10' -0" LONG TIES (10W) >tIIIWAIIIIIIIIIIIIIMII AIIIIII �"- 3 "x2-1 /2 " SIDE (M'N) 1 /2" DIA x 2 -1/2" LONG HEADED x 3!A" A$TM A36 i 1/2" MIN. STEEL ANGLE (TYP) 1,,, O O ANCHOR STUD (16 PCS TOTAL) COVER COVER (SIDE FRAME) CROSS SECTION - GAGE PANEL FILE OWNER: UPRR DATE: APRIL 24, 2001 REV. NO.: 0 DWG NO: 200102 8' -1 1 /2" 19 112 "' - -4--s 19 1/2 "•►1+ -19 1/2 "► -'-•-19 12 "-► -F.-19 1/2' 1 11 5/8" 10 1/2" -t 2'-5 1/2" 1 10 12" - -22 1/2" - -- - Cam- -;@- 7" 21" " �- - `TYPICAINSERT 13 1/2" 13 1/4" - 131/2" 101/4" FIELD PANEL GAGE PANEL FIELD PANEL 1/2" FRAME SPACER 4'-4 12" 2212" 8' -1 1/2". RAIL SIZE PANEL HEIGHT GAGE PANEL WEIGHT FIELD PANEL WEIGHT 115 7 1/8" 2850 LBS. 1125 LBS. 133 -141 7 718" 3125 LBS. 1275 LBS. 9` -0" WOOD TIES ON 19 1/2" CENTERS NOTES: THIS CROSSING IS TO BE INSTALLED ON ROADWAYS WITH HIGHWAY TRAFFIC VOLUMES LESS THAN 500 VEHICLES AND LIMITED TRUCK TRAFFIC. 1/4" RUBBER INTERFACE PAD TO BE PLACED BETWEEN PANEL AND TIES FOR 141 LB. RAIL SECTION. PAD TO BE NAILED TO TIES. CROSSING TYPE - 9W COMMON STANDARDS ITEM NUMBERS LAYOUT FOR CONCRETE PANELS ON 9' -0" LONG WOOD TIES (9W) 133 -141 LB. UPRR 133 -141 LB. BNSF 115 LB. UPRR 115 LB, BNSF 540 -1300 NON -STOCK 540 -0201 NON -STOCK FILE OWNER: UPRR DATE: APRIL 24, 2001 REV. NO.: 0 DWG NO: 200200 • 1/2" DIA. x 18" LONG DEFORMED BAR ANCHORS (16 PCS) (SIDE FRAME) 1 1/2" MIN. COVER 4 1/2" DIA x 2 -1/2" LONG HEADED ANCHOR STUD (16 PCS TOTAL) (SIDE FRAME) AMINO. Jilt 1 1 /2" MIN. COVER #5 REBAR 93" LONG TOP (4 PCS) 93" LONG BTM (3 PCS) #5 REBAR 14" LONG BOTTOM (7 PCS) #5 REBAR 16" LONG TOP (7 PCS) CROSS SECTION - PRECAST FIELD PANEL 11 1/4 361/4 48 3!4 61 1/4 70 3/4 /-318" DIA. x 4" LONG HEADED ANCHOR STUD (4 PCS TOTAL) (END FRAME - TYP. BOTH PANELS) G -17 1/2 - 30 - 421/2 -55 -67 1/2 L. 861/4 - 921/2 (97 1/2) PRECAST FIELD PANEL o- 11 1/4 27 36 1/4 48 3/4 61 1/4 70 3/4 86 1/4 17 1/2 - 30 -42 1/2 - 55 - 67 1/2 - 80 921/2 -(97 1/2) PRESTRESSED FIELD PANEL 1 118" MIN COVER TO REBAR (1 3/8" NOM.) 8 WIRES 21/8" MIN. SPACING 1/2" DIA. x 18" LONG DEFORMED BAR ANCHORS (16 PCS) (SIDE FRAME) 1 3/8" MIN. COVER TO REBAR (2 1/4" NOM.) 1/2" DIA. x 2 1/2" LONG HEADED ANCHOR STUD (16 PCS TOTAL) (SIDE FRAME) #5 REBAR 14" LONG BOTTOM (7 PCS) #5 REBAR 16" LONG TOP (7 PCS) 1;-.---7 WIRES 2 1/8"--0.-! MIN. SPACING CROSS SECTION - PRESTRESSED FIELD PANEL FOR GAGE PANELS, SEE DWGS 500110 & 500120. PRECAST NOTES: CONCRETE COMPRESSIVE STRENGTH SHALL BE AS FOLLOWS: @ 28DAYS = 6000 psi MINIMUM © SHIPMENT = 4000 psi MINIMUM @ REMOVAL FROM FORMS = 2500 psi MINIMUM. PRESTRESSED NOTES: 28 DAY CONCRETE COMPRESSIVE STRENGTH = 7000psi MIN. TRANSFER COMPRESSIVE STRENGTH = 4500psi 12 "DIA x12 "LG. DEFORMED BAR ANCHOR (4 PCS TOTAL) (END FRAME - TYP. BOTH PANELS) PRESTRESSING WIRE SHALL BE 5.25mm DIA. COMFORMING WITH ASTM A -881 "STEEL WIRE DEFORMED, STRESS RELIEVED OR LOW RELAXATION FOR PRESTRESSED CONCRETE TIES" WITH A MINIMUM BREAKING STRENGTH OF 8800 LBi. WIRE SHALLED BE TENSIONED IN ACCORDANCE WITH PCI REQUIREMENTS TO 6960LBf PER VNRE. COMMON STANDARDS PRESTRESSED AND PRECAST CONCRETE PANELS FOR 9' -0" LONG WOOD TIES (9W) FILE OWNER: UPRRI DATE: APRIL 24, 2001 REV. NO.: 0 DWG NO: 200201 W 0 0 5'_0" 2'-6" • FIELD PANEL i 4 10 112" 4' -2 1/2" 2' -5 112" 10 2" 10' -O 5' -0" 2' -b" GAGE PANEL RAIL SIZE PANEL HEIGHT GAGE PANEL WEIGHT FIELD PANEL WEIGHT 133 -1411 8" 1 4250 LBS. 2150 LBS. FIELD PANEL 10, -0" GAGE PANEL FIELD PANEL FRAME SPACER 10' CONRETE TIES ON 24" CENTERS NOTES: 1/4" CONFORMAL RUBBER INTERFACE PAD TO BE PLACED BETWEEN PANEL AND TIES. CROSSING TYPE - 10C COMMON STANDARDS UNION PACIFIC 11111 ITEM NUMBERS LAYOUT FOR CONCRETE PANELS ON 10' -0" LONG CONCRETE TIES (10C) 133 -141 LB. UPRR 133 -141 LB. BNSF 540 -1315 NON -STOCK FILE OWNER: UPRR ( DATE: APRIL 24, 2001 REV. NO.: 0 I DWG NO: 200300 1 118" MIN COVER TO 3" x 2 -12" SIDE (MIN) x 3/8" 5 �P,EBAR 3/8 "NOM,) • ASTM A36 STEEL ANGLE (TYP) f cowl nom 5 inmnffi (1 5/8" DIA x 24" LONG DEFORMED 16 BPR ANCHORS (18 PCS) (SIDE FRAME) 1E" DIA x 2 12" LONG - 10 • .io -1! 11 11 I' 10 2 ill - 1 -221/2 25 ii:ijiII1m,t e 10 WIRES ON 5" CENTERS 25 (18 PCS TOTAL) ANCHOR STUD l` 1 I 1 r 1 L ■1P (SIDE FRAME) LJ V l/ \� 4 #5 REBAR 1 35 41 -IINM� 35 - 47 112 -60 41 46" LONG TOP (10 PCS) 42" LONG BTM (10 PCS) 44-31/2" 54 66 47 1/2 54 3 1/2" -to- 1 - I _ —_; - 8 WIRES ON 5" CENTERS ---► - - 60 66 I L 1 3/8" MIN 10 WIRES COVER TO " k} {.1 _ -72 1/2 85 REBAR, (2 114" NOM.) CROSS SECTION - GAGE PANEL 79 #5 REBAR 22" LONG (10 PCS) -1 1/8" MIN COVER TO 1/2" DIA. x 18" LONG DEFORMED 95 1 REBAR (1 3/8' NOM.) \BARANCHORS(18PCS)(SIDEFRAME) 4 "MIN, 12" DIA. x 12" LONG 10 - - -- 1 I I I I I 1� 721E 79� Fm------ ) I ( I. 85 97 112 95- 104 i 1 w...i4.4 I! —'r - 1 I I I I I I 971/2 ( � - 110 i� -10 WIRES {21lB SPACING) DEFORMED BAR ANCHOR VA1 MN 110 .....� 11 _ '�'��� �' (12 PCS TOTAL) �.111 I� /�01� 11 11 A } 120 i �•i FRAME) 120 y - ■ (END 3/8" DIA. x4" LONG HEADED 1/2" DIA. x 12" LONG -3./8" DIA. x 4" LONG 12" DIA. x 2 1/2" LONG ANCHOR STUD (8 PCS TOTAL) DEFORMED BAR ANCHOR HEADED ANCHOR HEADED ANCHOR STUD (END FRAME) (4 PCS TOTAL) STUD (4 PCS TOTAL) l I I L 4 REBAR 20" LONG (10 PCS) - 9 WIRES (2 1/8" MIN. SPACING) (20 PCS TOTAL) GAGE PANEL (END FRAME) (END FRAME) (SIDE FIELD PANEL NOTES: 1 3(8" MIN COVER TO 28 DAY CONCRETE COMPRESSIVE REBAR (2 1/4" NOM.) STRENGTH = 7000ps1 CROSS SECTION - FIELD PANEL MIN. TRANSFER COMPRESSIVE STRENGTH = 4500psi cro" , , ,? COMMON STANDARDS 11761 p4''�� 44;1,.." PRESTRESSING WIRE SHALL BE 5.25mm DIA COMFORMING WITH ASTM A -881 "STEEL WIRE DEFORMED, STRESS RELIEVED OR LOW RELAXATION FOR PRESTRESSED CONCRETE TIES" WITH A MINIMUM BREAKING STRENGTH OF 8800 LBf. PRESTRESSED CONCRETE PANELS FOR 10' CONCRETE TIES (10C) . 2003011 WIRE SHALLED BE TENSIONED IN ACCORDANCE WITH PCI REQUIREMENTS TO 6960LBf PER WIRE CROSSING TYPE -10C FILE OWNER: UPRR I DATE: APRIL 24, 2001 ' REV. NO.: 0 DWG NO: 200301 N O O O N 1 1/2" MIN, COVER 5/8" DIA. x 24" LONG DEFORMED BAR ANCHORS (18 PCS) (SIDE FRAME) #5 REBAR 116" LONG TOP (6 PCS) 116" LONG BTM (6 PCS) 1 1/2" MIN. COVER REBAR 46" LONG TOP (10 PCS) 42" LONG BTM (10 PCS) 1/2" DIA x 2 -1/2" LONG HEADED ANCHOR STUD (18 PCS TOTAL) (SIDE FRAME) 3" x 2 -1/2" SIDE (MIN) x 3/8" ASTM A36 STEEL ANGLE (TYP) CROSS SECTION - GAGE PANEL 1/2" DIA. x 18" LONG DEFORMED BAR ANCHORS (18 PCS) (SIDE FRAME) 1 1/2" MIN. 1/2" DIA. x 2 -1/2" LONG COVER HEADED ANCHOR STUD (20 PCS TOTAL) (SIDE FRAME) %a v • I j 4 1 112" MIN. COVER A° #5 REBAR 116" LONG TOP (6 PCS) 116" LONG BTM (6 PCS) ak5 REBAR 20" LONG BOTTOM (10 PCS) #5 REBAR 22" LONG TOP (10 PCS) CROSS SECTION - FIELD PANEL r 1/2" DIA. x 12" LONG DEFORMED BAR ANCHOR (12 PCS TOTAL) (ENO FRAME) 16 25 41 66 79 1 11 Fi•E1I ""iiNM SIMAM - t 3/8" DIA. x 4" LONG HEADED ANCHOR STUD (8 PCS TOTAL) (END FRAME) GAGE PANEL NOTES: CONCRETE COMPRESSIVE STRENGTH SHALL BE AS FOLLOWS: 28DAYS = 6000 psi MINIMUM @ SHIPPMENT = 4000 psi MINIMUM @ REMOVAL FROM FORMS = 2500 psi MINIMUM. CROSSING TYPE - 10C 10 - 22 1 /2 35 -47 1/2 -60 721/2 85 — 97 1/2 —110 - 120 16 25 41 79— 95— 104 11 1111IiI II_I llh� I'LFilipll ll IIIff un,r: u -" IL!.JJ it I 1I1fUflll 11111111111 IIIfl litIlIlii�lli! IIIIII�ILI I If III IIIIIIIIr it I 1111111n1 11 IIfIIf�Ifll I��UI Emu 1111111 U IIr.�gqlt I 1�1! _III 114I1� -LII 1/2" DIA. x 12" LONG DEFORMED BAR ANCHOR (4 PCS TOTAL) (END FRAME) FIELD PANEL 10 22 1/2 47 1/2 60 as 110 120 L3 /8 " DIA. x4'LONG HEADED ANCHOR STUD (4 PCS TOTAL) (END FRAME) COMMON STANDARDS UNION PACIFIC PRECAST CONCRETE PANELS FOR 10' CONCRETE TIES (10C) IFILE OWNER UPRR REV. NO.: 0 DATE' APRIL 24, 2001 DWG NO: 200302 FIELD PANEL r 10' -0. TTi L9,18" 1 10'-0" GAGE PANEL &- FIELD PANEL , FIELD PANEL FRAME SPACER m 613/16" 4P ./ F.__ 1.-9" it I•`- , 9" ® \ � L V'� 4• -2 9 314" 1 - v2" - 9 314" I <�s� - - - - - - - - - I I \ -8'-6" CONCRETE TIES ON 24" CENTERS 1/4" CONFORMAL PAD L NOTES: THIS CROSSING IS TO BE INSTALLED ON ROADWAYS WITH HIGHWAY TRAFFIC VOLUMES LESS THAN 500 VEHICLES AND LIMITED TRUCK TRAFFIC. AN APPROVED 1/4" THICK CONFORMAL PAD IS REQUIRED BETWEEN CONCRETE TIE AND CONCRETE PANEL. GAGE PANEL END RESTRAINTS ARE NOT REQUIRED N1TH THIS CROSSING. SEE STD DWG 0306 FOR TYPICAL DETAILS CROSSING TYPE - 85C I 4, lNt. o PACIFIC it- COMMON STANDARDS Dill R r1,0- 7,116" I I 813/16" 23,B. � ` �. 1 1/8 " -►� I , 21/4" i-4-- , 1 3/4" . WEIGHT LAYOUT FOR CONCRETE PANELS ON 8' -6" LONG GAGE 4600 LBS. 10 1/8" FIELD 1350 LBS. 2' -0" 200400 CONCRETE TIES (85C) GAGE PANEL ITEM NUMBERS FILE OWNER: UPRR I DATE: APRIL 24, 2001 133 -141 LB. UPRR 133 -141 LB. BNSF REV. NO.: 0 DWG NO: 200400 540-01310 NON -STOCK M 0 n 0 rn r1/2" DIA x 12" LONG 0 DEFORMED BAR ANCHOR (12 PCS TOTAL) (END FRAME) Y ' 2 MI ,MI LRR--j'4 - _ . - • - -, ttlll -. ttttttR 11111 PP, - i irk -, I - _INI __fQ_ : Kiii ii, ill. il 3/8" DIA, x 4" LONG HEADED ANCHOR STUD (8 PC6 TOTAL) (END FRAME) GAGE PANEL 12" MIN COVER !V O O 0 5 /8 " DIA. x18 "LONG DEFORMED BAR ANCHORS (20 PCS) (SIDE FRAME) #5 REBAR 43" LONG TOP (9 PCS) 39" LONG BTM (9 PCS) o 1-. N7 O7 0 N 0 r N 0 I ! N 3/8" DIA. x 4" LONG HEADED ANCHOR STUD (4 PCS TOTAL) (END FRAME) #5 REBAR 116" LONG TOP (4 PCS) 116" LONG BTM (3 PCS) 1 1/2" MIN. COVER #5 REBAR 116° LONG TOP (7 PCS) 116" LONG BTM (7 PCS) 1 1/2" MIN. COVER 1 3/4" 4 \112" DIA x 2.1/2" LONG HEADED ANCHOR STUD (20 PCS TOTAL) (SIDE FRAME) R 1/4" 3" x 2 -12" SIDE (MIN) x 3/8" ASTM A36 STEEL ANGLE (TYP) CROSS SECTION - GAGE PANEL I �12" 10 11/10-0-- --y 11 11/16" I-.- DETAIL A 13/4" APPLIES TO ALL THREE PANELS o I I In r FIELD PANEL I I 8 1/2" DIA. x 12" LONG DEFORMED BAR ANCHOR (4 PCS TOTAL) (END FRAME) 1/2" DIA. x 12" LONG DEFORMED BAR ANCHORS (20 PCS) (SIDE FRAME) 1/2" DIA. x 2 -1/2" LONG HEADED ANCHOR STUD (20 PCS TOTAL) 1 1/2" MIN. COVER SEE DETAIL "A" NOTES: CONCRETE COMPRESSIVE STRENGTH SHALL BE AS FOLLOWS: @ 28DAYS = 6000 psi MINIMUM @ SHIPPMENT = 4000 psi MINIMUM @ REMOVAL FROM FORMS = 2500 psi MINIMUM. CROSSING TYPE - IOC #5 REBAR 19" LONG BTM (9 PCS) SEE DETAIL "A" CROSS SECTION - FIELD PANEL COMMON STANDARDS union PACIFIC PRECAST CONCRETE PANELS FOR 8' -6" CONCRETE TIES (85C) FILE OWNER: UPRR DATE: APRIL 24, 2001 REV. NO.: 0 DWG NO: 200401 MATERIAL SPECIFICATIONS: 1) STRUCTURA(. STEEL SHALL CONFORM TO ASTM A -36 SPECIFICATIONS WELDING TO BE PER MS CODE 2) ALL EXPOSED STEEL TO RECEIVE ONE COAT PRIMER. 3) END ANGLES FOR OAGE PANEL SHOULD NAVE 3" GAP MINIMUM TO IMPROVE SHUNT RESISTANCE. REINFORCING MATERIAL ANO CLADDING TO BE CONSTRUCTED TO MEET SHUNTING REQUIREMENT. A NON•CONOUCTIVE SPACER TO BE ATTACHED TO GAGE FRAME. 4) CLADDING ON ENDS OF PANELS SHOULD EXTEND BEYOND CONCRETE +1/8 ", -0" TO IMPROVE MATCH WITH ADJACENT PANELS. 5) REINFORCING STEEL SHALL CONFORM TO CURRENT ASTM A615 SPECIFICATION, GRADE 60. IF ANY WELDING OF REINFORCEMENT STEEL IS REQUIRED, MATERIAL SHALL CONFORM 70 ASTM A706 SPECIFICATION, GRAOE 60. 6) CONCRETE MATERIAL MIXING, PLACING AND CURING TO BE IN ACCORDANCE WITH PCI "MANUAL FOR QUALITY CONTROL: PRECAST AND PRESTRESSED CONCRETE." MANUAL 115, EDITION 4. CEMENT SHALL HAVE NO MORE THAN 0.6% TOTAL ALKALI CONTENT. MAXIMUM WATER /CEMENT RATIO =0.44 (BY WEIGHT) AIR ENTRAINMENT= 6% + /• 1% IN PLASTIC CONCRETE. SLUMP 3" MAXIMUM. 7) COPIES OF THE CONCRETE DESIGN MIX TO BE SUBMITTED TO RAILROADS FOR APPROVAL PRIOR TO THE START OF THE CASTING OPERATION. 8) TOP SURFACE SHALL BE NON•CRACK DESIGN ANO IS TO BE SEALED TO PREVENT ION MIGRATION DUE TO SALTING, 9) CURING SHALL FOU.OW THE RECOMMENDATIONS AND PROCEDURES OF PCI IN 4TH EDITION DIVISION 4. 10) 3116" VVEEPI1NSPECTION HOLES SHALL BE PLACED EVERY 2 -FT. MIN. ALONG THE TOP OF THE STEEL FRAME ALONG A LINE 3/4" FROM OUTSIDE EDGE 11) FLANGEWAY FILLER TO BE PERMANENTLY PREATTACHED AND HAVE THE FOLLOVNNG PROPERTIES: *TENSILE STRENGTH (ASTM 0412) 850PSI MIN. *ULTIMATE ELONGATION (ASTM 0412) 400% MIN. *TEAR STRENGTH (ASTM 0624) AT 25 DEGREES CELSIUS, 150-PLI MIN. • HARDNESS (ASTM 02240) 75+/-5% SHORE A. *COMPRESSION SET (ASTM 395 METHOD 8) 100 DEGREES CELSIUS FOR 70 HOURS 45% MAX. *ACCELERATED AGING TEST (ASTM 0573) 70 HOURS AT 100 DEGREES CELSIUS MUST NOT EXHIBIT A REDUCTION IN PROPERTIES BY GREATER THAN 20%. *OZONE RESISTANCE TEST (ASTM D518 MUST HAVE NO CRACKING AFTER EXPOSURE TO 50•PPHM OZONE FOR 96 HOURS AT40 DEGREES CELSIUS. *VOLUME RESISTIVITY= 1X102 (OHM•CM) OR GREATER (ASTM 0257), BUT USING 18% NACUWATER SOLUTION IN PLACE OF DISTILLED WATER FOR 168 HOURS AT 25 DEGREES CELSIUS ANO TESTED AT 500 VDC. * ELECTRICAL RESISTANCE: MINIMUM RESISTANCE 10 MEGA OMS MEASURED AT 500 VDC. *LOW TEMPERATURE BRITTLENESS (ASTM 02137) AT-40 DEGREES CELSIUS. +A SAMPLE SECTION OF THE FLANGEWAY MATERIAL SHALL BE PHYSICALLY TESTED BY APPLYING A LATERAL FORCE OF 10 LB /IN AT 50 DEGREES CELSIUS. THE MAXIMUM LATERAL DISPLACEMENT OF THE TEST IS NOT TO EXCEED 1/4" (CROSSING TYPE 10C ONLY). TEST RESULTS MUST BE SUBMITTED FOR RAILROAD APPROVAL. MANUFACTURER TO DESIGN THE PREATTACHED FLANGEWAY FILLER TO ALLOW FOR REMOVAL. OF PANELS FOR MAINTENANCE WI'I'MIOUT DAMAGING THE FLANGEWAY FILLER OR ANY 01'I IER COMPONEN rs DESIGNED TO HOLD IT TOGETHER.. TOLERANCES: 1) OUT OF SQUARE 3 /16" (MEASURED ALONG THE DIAGONAL) 2) LENGTH, WITTH, AND THICKNESS: +1 -118" 3) THE BOTTOM SURFACE, WHICH WILL 8E IN CONTACT WITH THE TIES, SHALL NOT UNDULATE IN ANY CIRECTION MORE THAN 3/32 ". SEE SPECIAL TESTING NOTE 3 BELOW. 4) REINFORCEMENT PLACEMENT SHALL BE +1-314" HORIZONTAL, +1.118" VERTICAL FINISH: 1) ALL RECESSES AND MINOR CONCRETE SPALLS ARE TO BE FILLED AND FINISHED TO THE PANEL DIMENTIONS USING THE PROPER BONDING AGENT ANO REPAIR MATERIAL SURFACE OF THE REPAIRED AREA IS TO MATCH THE COLOR AND TEXTURE OF THE SURROUNDING AREAS. 2) THE DRIVING SURFACE IS TO HAVE A LIGHT BROOM FINISH OR AS APPROVED BY RAILROADS. THE ADDITION OF WATER TO THE CONCRETE SURFACE FINISH DURING CASTING IS NOT PERMITTED. SPECIAL TESTING: 1) TWICE ANNUALY, VENDORS SHALL SUBMIT (VIA AN INDEPENDENT TESTING LABORATORY TO THE RAILROADS) THE FOLLOW/MG TEST ON THE APPROVED MIXED DESIGN *ASTM C666 FREEZE/THAW ASTM C227 MORTAR BAR METHOD *ASTM C1260 AT TOTAL ALKALI BURDEN =0.06% 2) GAGE PANELS SHALL SE DESIGNED WITH SHUNT RESISTANT FEATURES IN ORDER TO PROVIDE A MINIMUM ELECTRICAL RESISTANCE IN ACCORDANCE WITH THE STANDARD ELECTRICAL TEST (DWG 500930). 3) A REPRESENTATIVE SAMPLE OF PANELS SHALL BE CHECKED PERIODICALLY FOR BOTTOM FLATNESS BY USING A STRAIGHT EDGE CAUBRATED TO WITHIN +1-1/32" AND A TAPER GAGE AS FOLLOWS: 8 POSITIONS OF FLATBAR ( —) CHECK FLATNESS AT EACH POSITION USING TAPER GAGE. r _z.— -i— =---i ( - .- -sl 2'TYP. GENERAL: 1) THE MANUFACTURER SHALL SE ISO 9000 OR AAR M -1003 CERTIFIED. ALL TESTING PERSONNEL SHALL BE A MINIMUM OF ACI LEVEL I CERTIFIED. 2) TFiE FABRICATOR SHALL BE RESPONSIBLE FOR LOADING AND PROPERLY SECURING ALL PRECASTCONCRETE MEMBERS FOR SHIPMENT. 3) THE MANUFACTURER SHALL WARRANTY PRODUCT FOR A MINIMUM OF TEN YEARS AGAINST DEFECTS IN MATERIALS AND WORKMANSHIP. 4) MANNFACTURER TO PERMANENTLY MARK EACH PANEL WITH A CONCRETE IMPRINT FOR SIZE OF RAIL WEIGHT OF PANEL, MANUFACTURER'S I.D., MONTH/DAY/YEAR OF MANUFACTURE, AND CROSSING TYPE. END OF EACH PANEL TO BE STENCILED PAINTED WITH SIZE OF RAIL, WEIGHT OF PANEL AND CROSSING TYPE. T 0 0) 0 0 COMMON STANDARDS GENERAL SPECIFICATIONS FOR ROAD CROSSINGS WITH CONCRETE PANELS FILE OWNER: UPRR 1 DATE: APRIL 24, 2001 REV. NO.: 0 DWG NO:200901 OUTER FIELD N 0 a) 0 O N GAGE . • XINNER FIELD / (SEE PANEL CURVATURE TABLES) CURVATURE TABLE CURVATURE TABLE (ON CONCRETE TIES) (ON W000 TIES) OF CURVE IIF RADIUS A PANEL ODEGREE V IN RADIUS A PANEL? ESS 2885' 0.20' NO 3* ESS 1910' 0.24' NO 3° 1910' 0,30' YES 4' 1433' 0.32' YES 4' 1433' 0.40' YES 5' 1146' 0.40' YES 5' 1146' 0.50' YES 6' 955' 0.48' YES 6° I 955' 0,60' YES 7° 819' 0.56' YES 7' 819' 0.70' YES 8' 717' 0.86' YES 8° 717' 0.80' YES 9' 637' 0.74' YES 0° 637' 0.90' YES 10' 574' 0,82' YES 10' 574' 1.00' YES 11' 522' 0.90' YES 11' 522' 1.10° YES 12° 478' • 0,98' YES 12' 478' 1.20' , YES 13' 442' 1.08° YES 13' 442' 1.30' YES 14' 410' 1.14' YES 14' 410' 1.40' YES ■ NOTES: A CURVED PANEL IS A PANEL THAT IS PIE SHAPED MATH A LONGER OUTER LENGTH THAN THE INNER LENGTH WITH TRUE RADIUSED OUTER ANO INNER STEEL. CURVED PANELS USE STANDARD REINFORCEMENT SIMILAR TO TANGENT PANEL STANDARD REINFORCEMENT. LAG HOLES ON 10W AND 9W CROSSINGS MUST UNE UP WITH THE CENTERLINE OF TIES. 9\'n; COMMON STANDARDS imi '6"1W'" XING TYPE (RAIL WT.) 9NSF ITEM NO. UPRR ITEM NO. 10W(115) 055590002 NON -STOCK . • CURVED CONCRETE PANELS IOW (133 -141) 055590001 NON -STOCK 91v NON-STOCK NON-S TOCK tOC NON -STOCK NON -STOCK 1 85C NON -STOCK NON -STOCK FILE OWNER: UPRR I DATE: APRIL 24, 2001 REV. NO.: 0 ( DWG NO:200902 �{u MIN. C TIES ME ON 10 ire CE1OTERS 4.1 fain 111111 III1IIIIIL '■ 1 , 1-81 a.! i1 — H1111HIIllIIHHII { -F-I H -H-I F1+ �TTI -jai l l l l� 67 C D 121 Q ® Sri 9 Za D Eil ® M NOTE SEE STD DWG 3201 FOR DRAINAGE DETAILS 8' MIN. HOT MCC ASP HALT 2 1/2' MILL' 4'-8 1/Y f 1 {r I 'ENGINEERING FABRIC 'CRUSHED ROCK 'ENGINEERING FABRIC OR r OF CRUSHED ROCK MUST BE USED 10 PREVENT HOT M0( ASPHALT FROM BONDING TO TIES CROSS SECTION DETAIL — TYPICAL (YAJ.IP SEAL SECTION CI in ORDERING NOTE ORBDET 830 BY CROSSING T' IN 9TINCREMENTS. 1 BE EACH 8'.0' INCREMENT W U.88p4�CLUOEy(2) GAGE & REQUIRED � 31D SEAL TO CONNECT TESECTIONS OGEMER. NOTE& 1) U8E CF 1448 STANDARD FOR FEW CCNA IRUCT)OIR E LISTED TO iCDURTRS0 LEAD TSTACIm AND SPUR TRACKS WHERE 711E AVERAGE DALY TRAFFIC VOLUME DOE NOT MTC.TT 600. USE ON MAXI LXES 10 RESTRICTED TO TEMKRA RY ES4YNRB DO TO S1134 t10 OROS:MOS SURFACED, 2) CR0881140 BETE 18 TO 8E INSPECTED MGR TO 87M47 OF INSTALLATION TO OETERM NE 'MAT PROPER DRAINAGE AND 8URFACE SUPPORT 13 PROWDEO, TRACK °MOE IS UNIFORM. 3 FOR COMPLETE RE1k1VA1 OF CROSSING 8 NEW CCN3IRUC1ICN: TRACK STRUCTURE I CLUMG RAN, OM TIES CALLAST AND RQA06E0 MUST BE I1 EXCELLENT 00340011014. N1 TES MUST BE 9 FT. $PACED AT 191/" CENTERS AND EXTEND 6 TiE3 BEYOND 04D OF CROW HEW7'X9`XY *RACK 11E9 TO 0E INSTALLED IF t0Q'39MY. IF CONDMON3 WARRANT SITE IS 70 BE OVER - EXCAVATED ANO CROS:INO DRAINAGE Sl'5TI31 PISTALlf11 U8945 CCMPACI SNELL{WADpC.0 REQQURREE�D)) RbTALL) PER DETAILS TNt8 DRAVVN0..AAC0TTOHAL SITE DRAINAGE Iti(Y.LCITKI PROPER LR414.0 "E AT EACH QUADRANT OF CROSSING SRAM. BE COMPLETE) TO ENDURE CROSSING DNA/ AGE. B3 BBALLAST 58011ON TO BEA MI WAWA OF 4' VA1E34 COMPLETE R73EWAL OF 3U8TN0 CR0881N0. FOR 9EW CONBTR(YCTL0+I, GLJBBALcABT OECTIGN TO REIN ACCORDANCE WITH WICONSTRUCTION Ot3)0N STANDARDS OR AS PEQUIFID BY STATE OR LOCAL A3034C8E 3. 11SE Of OEDT'c7C11LE AND DRAINAGE pl PE TO BE ONLY AT U)(.AT1OI18 WHERE REQUIRED BY STATE CR LOCAL AGEHCI E3 CR :FILE SPECIFICALLY DE34GNAT D 3Y CHEF ENGINEER. �) N ALL INSTALLATIONS THE RAIL JOINTS SHOULD FALL OUTSIDE TAE CROS$ND AREA A1.48119.9.4 OF 15 FEET FROM THE END OF ME CROSS:W. 34)) USE OF CLAMPS ARE KEW RED N EACH TIE CRIB WTT741N THE LSKT8 OF THE CR085140. CWJPS MUST BE ATTACHED PRIOR TO PLACEMENT OF AEPHA1.T)C CONCRETE (BEE SECRCYR DETAILS). MO8 07 IAD(ASPH1L.TIC CONCRETE MAST COMPLY 0018 STATE D.O.T. SPECIF3CCTIONS BE PLACED IN 2 INCHES MINIMUM 14 INCHES MNXJM W UFTS. CARE MUST BE TAKEN CURING COMPACTION Of ASPHALT TO PREVENT DAMAGE TO HOLD 000.84 CLAMPS OR RLR8ER. ASPHALT SHOULD BE ROLLED PARALLIa. TO DE RAIL UNTIL DC FINAL LET A1) COMPACTION. FUGAL LIFT OF ASPHALTS, TO BE LEYM.WITH THE TOP OF FUUL FOR 30 INCHES FROM THE FELD ".JOE OF THE RAIL T 11140 TRANSIT/ON 3A TO DEPE7i) OH LOCH CON041103 LPANHG ALGtOpNT. 9 A7134611E:N PONT WITH THEHJOS190 PAVE/.ENT, THE OLD PAVEVENT MUST BE CUT QOVCH A MIN14UM T TO ELM NATEA FEATHER EDGE OI1 T)NE NEW PAVEMCNT. 9)) USE STATE D.J.T. SPECIFICATION FOR THE ASPHALT SPRAY TACK COAT. p FOL3.00) 1) NIt0EN DISPOSING O 71.93 PAV61Q4T RB3OVt7) 6110,1 T}E3CR65510. 11 MATERIAL USED ON OADE 810E RAIL SEAL SHALL HAVE AN ELECTRICAL. REWTTANCE Of A MNIM4UM OF 10 MEGONUB AT 800 VOLTS DC, 1Z40LEPATTICZtO.SIII NG GATE AW.FLIOCTMO8 TO 24103 UPRR CROSSING HOT UNE AT 13) ALL EXCEPTIONS TO THIS PLAN OUST BE APPROVED 091930001169 EN491LEAL RAIL SIZE ITEM NO. 540 -0206 132 -141 LB. 540 -1290 112 -115 LB, UNION PACIFIC RAILROAD ENGINEERING STANDARDS LIGHT DUTY ROAD CROSSING ASPHALT WITH _RUBBER SEAL SECTIONS A00PTELG ILL A 7001 8TD DWO FILERK..893 A XQ ! 0302A IV— 8 VOLT BATTERY NEGATIVE TERMINAL TO SIDE A OF SLAB STANDARD SIDE A --� a cED SIDE B '� (] GRIND OR FILE TESTING SURFACE TO BARE METAL ..41-"--- LEAD "B" METER WITH BUILT -IN VOLTMETER ELECTRICAL TEST ELECTRICAL TEST STEPS: M O 0) 0 0 N 1. BATTERY SHALL BE 5.0 (FIVE) 2. SLABS ARE READY FOR TESTING ELAPSED FROM CASTINGOF 3. MUST BE LESS THAN 2.0 (TWO) RE -TEST AFTER TWO (2) DAYS AMPS. REJECT IF AMPERAGE AMPS. 4. 0.3 -0.4 AMPS IS A NORMAL LESS PASS THE TEST. AMPS OR GREATER. WHEN 72 HOURS HAVE CONCRETE. AMPS TO PASS THE TEST. IF GREATER THAN 2.0 (TWO) REMAINS ABOVE 2.0 (TWO) READING. 2.0 (TWO) AMPS OR • .0.4:l— UH1011 icirii COMMON STANDARDS �`I`�� SHUNT RESISTANCE TEST FOR CONCRETE PANELS . FILE OWNER: UPRR I DATE: APRIL 24, 2001 REV. NO.: o DWG NO:200903 — 9. -0" LONG WOOD TIE (5) TRANSITION TIES 0 O O -p m 0 0 kb k& log INSTALL 3/4" X 12" LG. TORX HEAD LAG SCREWS (IYP.) SEE STD DWG 131500 FOR REFERENCE • • 1 • Lam- • J- - • • .• 113 <TYPICAL 8'-6° LONG CONCRETE TIE (5) TRANSITION TIES r-Tr----1 3' -0" MIN. ,EDGE OF TRAVELED WAY INCLUDING SHOULDERS PLAN VIEW OF PANEL WITH TIMBER TIES CONCRETE PAVEMENT •24" MIN.H 7° MIN. ASPHALTIC CONCRETE OR ASPHALT INSTALLED IN NO MORE THAN 3° LIFTS EDGE OF TRAVELED WAY INCLUDING SHOULDERS J 3' -0" MIN. a PLAN VIEW OF PANEL & JOINT WELD LOCATION W /CONCRETE TIES I• 1 1 1 DRAIN (OPTIONAL) - SEE PIPE LAYOUT AND NOTES TYPICAL BALLAST AND ASPHALT DETAIL COMPACTED .•••• CSUBGRADE SUBGRADE HIGH DENSITY AND CONCRETE T1E TRACKS LOW DENSITY WOOD T1E TRACKS 6" DIA PERFORATED METAL PIPE, PERFORATIONS TO BE PLACED NEAR FLOW LINE OF PIPE PLACE GEOTEXTILE AT NATURAL GROUND AND WRAP PERFORATED PIPES (SEE NOTES) 6" MIN. 00 NOTES: SEE PAGE 2 FOR NOTES AND MORE DETAILS. UNION PACIFIC RAILROAD ENGINEERING STANDARDS INSTALLATION OF ROAD CROSSINGS W/ PRECAST CONCRETE PANELS STD DWG 0304F ADOPTED: DEC. 19, 1987 REVISED: OCT. 3, 2005 FILE NO.: 0304F PAGE 1 OF 2 Copyright ID 2005 by Union Pacific Raffioad N 0 Q W 0 m O o NOTES: 1. CROSSING PANEL SUPPORT THROUGH THE CROSSING MUST BE UNIFORM. CONCRETE TIE SPACING IS TO BE A MAXIMUM OF 24" CENTER TO CENTER. WOOD TIE SPACING TO BE MAXIMUM OF 19 1/2" CENTER TO CENTER. TIE SPACING MUST BE ADJUSTED TO SUPPORT THE ENDS OF THE PANELS 2. CROSSING SITE IS TO BE INSPECTED PRIOR TO START OF INSTALLATION TO DETERMINE THAT PROPER DRAINAGE AND SURFACE SUPPORT IS PROVIDED, TRACK GRADE IS UNIFORM AND EXISTING TIES ARE AT LEAST 10' LONG. 3. IF CONDITIONS WARRANT, SITE IS TO BE OVER - EXCAVATED AND CROSSING DRAINAGE SYSTEM INSTALLED USING COMPACTED, WELL GRADED GRANULAR FILL„ SUBBALLAST, GEOTEXTILE AND PERFORATED DRAINAGE PIPE (IF REQUIRED) INSTALLED PER DETAILS OF THIS DRAWING. 4. ADDITIONAL SITE DRAINAGE INCLUDING PROPER DRAINAGE AT EACH QUADRANT OF CROSSING SHALL BE COMPLETED TO ENSURE CROSSING DRAINAGE. 5. PRECAST PANELS ARE TO BE HANDLED AND SUPPORTED AT SPECIFIED LIFTING INSERT LOCATIONS ONLY. LIFTING EQUIPMENT AND CONNECTION INSERTS ARE TO BE PROPERLY SIZED TO HANDLE THE LENGTH OF PANELS BEING INSTALLED. RING LIFTING DEVICES ARE AVAILABLE FROM COMPANY WAREHOUSE 6. APPROACH ASPHALT ROADWAY PAVING IS TO MEET STATE DOT HIGHWAY SPECIFICATIONS AND INSTALLED ACCORDINGLY. ASPHALT IS TO BE INSTALLED WITH PAVER WITH MAXIMUM 3" LIFTS AND LAID PARALLEL TO CROSSING TO MINIMIZE APPROACH SETTLEMENTS. 7. GEOTEXTILE AND PIPE TO BE INSTALLED ONLY AT LOCATIONS WHERE REQUIRED BY STATE OR LOCAL AGENCIES OR WHERE DESIGNATED BY CHIEF ENGINEER. 8. GALVANIZED ELASTIC FASTENERS ARE TO BE USED WITHIN THE CROSSING AREA AND ON THE (5) TRANSITION TIES ON EACH SIDE OF THE CROSSING. PANDROL E -CLIPS TO BE USED ON WOOD TIE CROSSINGS AND SAFELOK CLIPS ON CONCRETE TIE CROSSINGS. 9. ALL RAIL. JOINTS IN CROSSING AREA TO BE WELDED, DO NOT INSTALL BOLTED JOINT BARS. 10. REPORT CROSSING GATE MALFUNCTIONS T024 HR UPRR CROSSING HOT LINE AT 1-800- 848 -8715. 11. ALL EXCEPTIONS TO THIS PLAN MUST BE APPROVED BY THE CHIEF ENGINEER. CONCRETE PANEL TIE 4 3" EACH JOINT (FOR CONCRETE TIE TERRITORY ONLY) JOINT BETWEEN PANELS INTERIOR JOINTS BETWEEN PANELS MUST REST ON CENTER UNE OF A WOOD OR CONCRETE TIE AS SHOWN REQUIRED COMPONENTS RING LIFTING DEVICE 410 -1371 3/4" TORX SCREW FOR 510 -3557 WOOD TIES (STD DWG 131500) 130-5400 ELASTOMERIC BEARING PAD FOR 141 LB. RAIL 540-0203 ON WOOD TIES CONFORMAL ELASTOMERIC BEARING PAD FOR 10'-0" 503 -6315 CONCRETE TIES CONFORMAL ELASTOMERIC BEARING PAD FOR 8' -6" 503-6312 CONCRETE TIES END RESTRAINT FOR CONCRETE TIES (ONLY) 5401925 OPTIONAL COMPONENTS (SET INCLUDES 6 PIECES) 20' SECTION 6" PERFORATED PIPE 510-3201 6" ADJUSTABLE ELBOW 510 -3557 6" PIPE BANDS 510 -3379 100' ROLL GEOTEXTILE 550 -0119 ¢ RAILROAD TRACK \4 � LIMITS: GEOTEXTILE C) / EDGE OF TRAVELED WAY 5' MIN. 1' M N. 6" DIA PERFORATED PIPE .t.ROAQW Y EDGE OF TRAVELED WAY 5' MIN. n . IN LIMITS: GEOTEXTILE - -� -.4•-i- /e• 41, 4‘. TYPICAL PIPE LAYOUT NOTE: GEOTEXTILE & PIPE TO BE INSTALLED ONLY AT LOCATIONS WHERE REQUIRED BY STATE OR LOCAL AGENCIES OR WHERE DESIGNATED BY CHIEF ENGINEER. 5/16 END RESTRAINT TIE SADDLE EMPTY CRIB FILL CRIB WITH BALLAST END RESTRAINT DETAIL (FOR CONCRETE TIES ONLY) UNION PACIFIC RAILROAD ENGINEERING STANDARDS INSTALLATION OF ROAD CROSSINGS W/ PRECAST CONCRETE PANELS STD DWG 0304F ADOPTED: DEC. 15. 1987 REVISED: OCT. 3.2005 FILE NO.: 0304F PAGE 2 OF 2 Copyright Q 2005 by Union. Pad8e Ral:road r _01 9 15 /15" f NOTE: ALL RADII TO BE 1/4" 2 15/16" EXCEPT WHERE NOTED. 1 5/16" 2 9/16" t 2 7/8" 1 -► I - - 1" 1 5PI6" --91-11 1/2" I+-- i I- -I-7 71 5/8" 1" TYPICAL SHUNT SPACER DETAIL 3/8" R 3/4' 318" ASTM STEEL ANGLE -' BEND TO CLEAR SIDE DBA NOTE: OBA = DEFORMED BAR ANCHOR 3" PRECAST 2" PRESTRESSED 5i8" 1/2"x 12" DBA 30-60 DEGREES 3/8" X 4" STUD ANCHOR END FRAME DETAIL PANEL TOP 1" PANEL BOTTOM 2 1/2" DIA. 2 1/8" DIA. DAYTON #123453 OR APPROVED INSERT 3/4" I.D. LAG HOLE DETAIL (WOOD TIES ONLY) 12 5/8 "r- FIELD SIDE 1 314" M N. GAGE SIDE MI$$ N. 1 314" MIN, AT 1 1/2" MIN. FROM EDGE OF GAGE PANEL NOTE: VENDOR SHALL SUBMIT PREATTACHED FLANGEWAY FILLER DESIGN AND DETAILS FOR REVIEW AND APPROVAL PRIOR TO FABRICATION. TYPICAL PREATTACHED FLANGEWAY FILLER 1" R. 3" 57116" 3116" 1" R.�� r31l6" 1/2" MIN. R. 1 lj 311/16' / 1 311/16" 314"-f 111 FIELD PANEL 18' ��G 1 1/8 "1 1 �G WELD DETAIL TYPICAL DETAILS ► I i- 2 112' •-14 1718 "I -4- GAGE PANEL CHAMFER-"1-'- 118 MAX. CORNER- 1" 0" AIIN. END DETAIL 2M1 612 "� MIN. MIN. MIMIMUM BLOCKOUT DEPTH 3" O O I) O 0 N LIFTING INSERTS SHALL BE DESIGNED WITH A MINIMUM SAFETY FACTOR =4. PROFESSIONAL ENGINEER STAMPED AND SEALED DETAILS AND DESIGN CALCULATIONS MUST BE SUBMITTED FOR REVIEW AND APPROVAL PRIOR TO FABRICATION. LIFTING INSERTS SHALL BE MECHANICALLY GALVANIZED OR SIMILARILY PROTECTED AGAINST CORROSION. LIFTING DEVICES SHALL BE USABLE \MTH BURKE OR DAYTON 5 -TON CLUTCH SYSTEMS. TYPICAL LIFTING DEVICE AND BLOCKOUT COMMON STANDARDS TYPICAL DETAILS FOR CONCRETE PANELS FILE OWNER: UPRR DATE: AUG. 16, 2001 REV. NO.: 1 DWG NO:200900