Loading...
Grade Crossings Agreement Jones & Fifth Streets.~ uperatlons special capital Irro~ect tsttmate Install two 65 ft. and one 57 ft. Conventional Concrete Crossing Sur Southern Region CN Technical Services Homewood, IL Rental Equipment SUM 1 $12,000 $12,000 B&S Contracts Other SUM 0 $0 $0 Culverts SUM 0 $0 $0 Sheet Piling SUM 0 $0 $0 S&C Contracts Other SUM 0 $0 $0 Directional Boring SUM 0 $0 $0 Fiber Optic SUM 0 $0 $0 Open Line SUM 0 $0 $0 Open Line SUM 0 $0 $0 Open Line SUM 0 $0 $0 Open Line SUM 0 $0 $0 Open Line SUM 0 $0 $0 Contingency SUM 1 $17,421 $17,421 UM TY PRI E TOTAL Labor Surcharges 24,245 120.39°~ 29,189 Material Surcharges $87,460 5.00% $4,373 Accounting & Equipment Additive $106,790 9.00% $9,611 DONATION Amount TOTAL Recoverable Donation to N 0.00 0.00 TOTAL D NATI N 0.00 TOTAL PROJECT COST X191,628 MATERIAL FORECAST _FOF Install two 85 ft. and one 57 ft ConvE Dubuque _ W 182.78 ;MaterlalDescription State Tax UM QTY ~.-, ._-._ ., NEW 115# ~ __ 5.00% _s_ LF __..._~_.._... 654 THERMITE KIT 115 # 5.00% EA 12 SPIKE TRACK 5/8' X 6", 50 Ib Keg 5.00°~ CN 6 RAIL ANCHOR 115 5.00% EA ', 220 PLATE TIE PANDROL 7-3/4X 15"-5-1/2 115# 5.00% EA 276 Galvanized a-dip for Pandrol Tie Plate 5.00% EA 552 Ss5 SCREW TIE HEAT TREATED, 38 per can 5.00°~ CN 30 TRACK BOLT wAodcnut 115# 5.00% EA 48 TRACK WASHER 100/115# 5.00% EA 48 ANGLE BARS 5.00% EA 24 SWITCH TIE - 15' HW 5.00% EA 2 SWITCH TIE - 16' HW 5.00% EA 3 .SWITCH TIE - 18' HW 5.00% EA 5 BALLAST ROAD 5.00% TON 500 CONCRETE CROSSING MATERIAL (Per Quote) 5.00% TF 187 BLACKTOP 5.00% TON 75 DRAIN PIPE CONNECTIONS 5.00% FT 11 PERFORATED PIPE, underdrain 6" PVC 5.00% LF 260 Unit Price 14.57 58.00 21.28 1.04 9.07 2.65 47.45 1.85 0.37 4.50 55.00 55.00 55.00 8.50 260.00 170.00 17.50 2.80 Total $10,005 $731 $134 $240 $2,628 $1,536 $1,49.5 $93 $19 $113 $116 $173 $289 $4,463 $51,051 $13,388 $202 $7sa 2of3 THE CITY OF Dus E ~,-~-~ MEMORANDUM April 30, 2007 TO: The Honorable Mayor and City Council Members FROM: Michael C. Van Milligen, City Manager SUBJECT: State of Iowa Federal-Aid Grade Crossing Surface Repair Agreements for the Construction of Surface Improvements at the Railroad Crossings Located at Fifth Street and Jones Street In November 2004, the City of Dubuque and the Chicago, Central & Pacific Railroad submitted a grant application to the Iowa Department of Transportation to replace the grade crossing at Jones Street and Fifth Street. In November 2005, the City was notified of the award of grant funds to replace both grade crossing locations. City Engineer Gus Psihoyos recommends City Council approval of the State of Iowa Federal-Aid Grade Crossing Surface Repair Agreements between the Chicago, Central & Pacific Railroad, Iowa Department of Transportation and the City of Dubuque for the Jones Street and Fifth Street grade crossings. I concur with the recommendation and respectfully request Mayor and City Council approval. 1 l~ M chael C. Van Milligen MCVM/jh Attachment cc: Barry Lindahl, City Attorney Cindy Steinhauser, Assistant City Manager Gus Psihoyos, City Engineer THE CITY OF DuB E MEMORANDUM ~,-~-~ April 30, 2007 TO: Michael C. Van Milligen, City Mana er FROM: Gus Psihoyos, City Engineer SUBJECT: State of Iowa Federal-Aid Grade Crossing Surface Repair Agreements for the Construction of Surface Improvements at the Railroad Crossings Located at Fifth Street and Jones Street INTRODUCTION This memorandum is to seek authorization to approve the State of Iowa Federal-Aid Grade Crossing Surface Repair Agreements between the Chicago, Central & Pacific Railroad (CCP), Iowa Department of Transportation (Iowa DOT), and the City of Dubuque (City) for the Jones Street and Fifth Street grade crossings. BACKGROUND In November, 2004, the City of Dubuque and the CCP submitted a grant application to the Iowa Department of Transportation to replace the grade crossing at Jones Street and Fifth Street. In November, 2005, the City was notified of the award of grant funds to replace both grade crossing locations. DISCUSSION The Jones Street railroad crossing repair involves the complete reconstruction of three crossings with star track material (rubberized padded surface) and the reconstruction of both roadway approach sections with portland cement concrete. The Jones Street crossing repair work is scheduled for completion in the fall of 2007. The Fifth Street railroad crossing repair is similar in nature and involves: reconstruction of three crossings with star track material (rubberized padded surface); replacement of 5 feet of existing sidewalk on the east and west sides of the track; and the reconstruction of both roadway approach sections with portland cement concrete. The Fifth Street crossing repair work is scheduled for completion in the summer of 2008. The key elements of these agreements include: 1. The construction will begin as soon as possible after the Agreements are executed by CCP, Iowa DOT, and the City. 2. Each 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 roadways during the repairs. 4. The project costs will be shared as follows: City and CCP 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, CCP shall maintain the crossings to ensure safe, sufficient crossings for vehicular travel. City staff will work closely with the CCP, 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 CCP to ensure that the repair work will not impact community festivals or special events scheduled in the Port of Dubuque. RECOMMENDATION I recommend that the City Council authorizes the Mayor to execute the State of Iowa Federal- Aid Grade Crossing Surface Repair Agreements for the construction of surface improvements at the Fifth Street (Agreement A198138) and Jones Street (Agreement A18139) grade crossings. BUDGET IMPACT Jones Street (Fall 2007) The estimate of probable cost for Jones Street grade crossing is summarized as follows: Estimate Labor $ 47,589 Materials 151,926 Other 41,778 Total Project Cost 241 293 The project funding summary for the Jones Street grade crossing is as follows: Iowa DOT Railroad Grade Crossing Repair Grant (60%) $144,776 Chicago, Central & Pacific Railroad (20%) 48,259 City (20%) 48,259 Total Project Funding 241 293 Fifth Street (Summer 2008) The estimate of probable cost for Fifth Street grade crossing is summarized as follows: Estimate Labor $ 53,434 Materials 91,833 Other 36,750 Total Project Cost 182 017 The project funding summary for the Fifth Street grade crossing is as follows: Iowa DOT Railroad Grade Crossing Repair Grant (60%) $109,210 Chicago, Central & Pacific Railroad (20%) 36,403 City (20%) 36,403 Total Project Funding 182 017 The City has a Railroad Crossing At-Grade Improvements CIP budgeted in FY08 and FY09 to cover the required matching funds and has additional Road Use Tax savings in FY07 to cover the early expenditure. The 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 Agreements for the construction of surface improvements at the Fifth Street (Agreement A198138) and Jones Street (Agreement A18139) grade crossings. Prepared by Robert Schiesl, Assistant City Engineer cc: Barry Lindahl, City Attorney Jenny Larson, Budget Director Bill Schlickman, Engineering Don Vogt, Public Works Director John Klostermann, Public Works RESOLUTION NO. 237-07 APPROVING STATE OF IOWA FEDERAL-AID GRADE CROSSING SURFACE REPAIR AGREEMENTS FOR THE CONSTRUCTION OF SURFACE IMPROVEMENTS AT THE RAILROAD CROSSINGS LOCATED AT FIFTH STREET (AGREEMENT A18138) AND JONES STREET (AGREEMENT A18139) Whereas, the Chicago, Central & Pacific Railroad, Iowa Department of Transportation, and City of Dubuque have agreed to enter into aFederal-Aid Grade Surface Repair Agreements for the construction of surface improvements at the railroad crossings located at Fifth Street and Jones Street; and Whereas, the Iowa Department of Transportation has developed a Grade Crossing Surface Repair Force Account Agreement (A18138) dated February 7, 2007, outlining the terms and conditions between the Chicago, Central & Pacific Railroad and the City for the construction of surface improvements at the railroad crossing at Fifth Street is being granted; and Whereas, the Iowa Department of Transportation have developed a Grade Crossing Surface Repair Force Account Agreement (A18139) dated February 7, 2007, outlining the terms and conditions between the Chicago, Central & Pacific Railroad and the City for the construction of surface improvements at the railroad crossing at Jones Street is being granted. NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF DUBUQUE, IOWA: Section 1. That the Grade Crossing Repair Force Account Agreement (A18138) between the Chicago, Central & 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 Fifth Street. Section 2. That the Grade Crossing Repair Force Account Agreement (A18139) between the Chicago, Central & 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 Jones Street. Section 2. That the Mayor be authorized and directed to execute three copies of said Grade Crossing Repair Force Account Agreements (A18138 and A18139). 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 Chicago, Central and & Pacific Railroad Company and to Iowa Department of Transportation by the City Clerk of the City of Dubuque. Passed, adopted and approved this 7th day of May, 2007. Roy D. Buol, Mayor Attest: Jeanne F. Schneider, CMC, City Clerk 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 Road: Fifth Street FRA No: 911-776-D Project No.: RRP-SF00(55}-8A-31 DIRECT ALL COMMUNICATIONS REGARDING THIS PROJECT TO: ffiGHWAY AUTHORITY Contact Person: Robert Schiesl Address: 50 W 13~' Street, Dubuque, IA 52001-4864 Office Telephone No.: 319/589-4100 Railroad COMPANY Contact Person: Greg Bastian Address: Chicago, Central & Pacific Railroad, 1006 East Fourth Street, Waterloo, IA 50703 Office Telephone No.: 319/236-9205 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 Travis Tinken -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 12/1?!06) 1 A18138 , STATE OF IOWA FEDERAL-AID GRADE CROSSING SURFACE REPAIR AGREEMENT THIS AGREEMENT, is between Dubuque, Iowa, hereinafter referred to as the Highway Authority, and Chicago, Central & Pacific Railroad, 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 Fifth 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. 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. 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. 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 2 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 detow. 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. SECTION VII. Reimbwsable Costs. The COMPANY will keep an accurate and detailed account of actual and necessary reimbursable costs incurred under this Agreement. The cost of labor, material, all associated additives and subcontracted work costs are reimbursable, and shall be billed on a force account basis in accord with Title 23 Code of Federal Regulations, Part 140, Subpart I. 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. 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. 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. 3 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 Iowa Department of Transportation's Office of Audits for final audit. Reimbursement to the Company shall be governed by the DEPARTMENT's CERTIFICATE OF AUDIT for each project location. The Department shall notify the Highway Authority of the reimbursable amount after final audit. The Department and Highway Authority shall make payment to the Company equal to 60 percent and 20 percent, respectively, of the final reimbursable amount, less previous payment. The Company shall promptly reimburse the Department and Highway Authority the amount of any overpayments. 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 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. 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 - 751 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 Assi~ 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 4 the D'EFARTMENT 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 For Convenience. In the event of nonappropriation of federal funds, this Agreement may be terminated in whole, or in part, when the Department, Highway Authority, and the Company agree that the continuation of the Project would not produce beneficial results commensurate with the future disbursemem of federal funds. The Department, Highway Authority, and Company shall agree upon the termination conditions. The Company shall not incur new obligations after the effective date of the termination and shall cancel as many outstanding obligations as reasonably possible. The Department will allow full credit to the Company for the Department share of the noncancellable obligations allowable under the Agreement and properly incurred by the Company prior to termination. 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 DEPARTMENT hereto have caused this Agreement to be executed by their duly authorized officers as of the dates indicated below. Executed by the COMPANY this --~- day of~.~~ 200 Executed by the HIGHWAY AUTHORITY this 7th day of ~qay , 2007 Executed by the DEPARTMENT this Chicago, Central & Pacific Railroad By - ~ Name and Title Director of Contracts & Administration City of Dub que, Iowa B ra Y me and title STATE OF IOWA Iowa Department of Transportation day of 200 By Peggy Baer, Director Office of Rail Transportation F0~9 5 ti;u ~xc~~Y;;~rv Fam 040016 2-03 ~~ towa Department of Transportation EXHIBTf "A" -WORK STATEMENT Iowa Grade Crossing Surface Repair Fund and Federal-Aid RaiVHighway Crossing Surface Repair County: Dubuque Meeting Date: 3-21-06 FRA No: 911-776 D State Crossing No: 14103 Highway Authority: Dubuque RR Company: CC Location: Fifth Street ~,~~\~" `~~~~ ~~~a\o'0 ~~ ~~ 1. Crossing(s) Reconstructed ~ 18 \a~o~ {a~~ ~o~~re fe A. COMPANY will reconstruct $ crossings of tota~,~~ that,' clu~de feet of star track surface material through the traveled roadway and~i-feet of ~I:~af~xaEplc 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. 2. Traffic Controls (mark with an ~ ^ A highway runaround will be constructed to permit two-lane traffic during repair. ® The highway will be closed for 14 days during repair. NOTE: The HIGHWAY AUTHORITY is responsible for barricades, signing, detours, detour damage, and runarounds. 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 PROJET INSPECTOR fourteen (14) days in advance of the actual starting date. 3. Track Elevation Relative to Existing Road Pavements (mark with an ~ ^ 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 1^2 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 A. Taper Length (estimated) A 50 foot taper on the east side of the crossing and a 50 foot taper on the west side of the crossing, requires 50 tons of asphalt material (estimated). Taper length should not exceed 25 feet for each inch of track raise. This work will be completed by (mark with an ~ ^ COMPANY forces ~ COMPANY's contractor ^ HIGHWAY AUTHORITY forces ^ HIGHWAY AUTHORITY's contractor ,~ ~~ FRA No. 911-776 D B. Track Crossing Opening in the Roadway (mark with an ~ ^ Existing track opening will be maintained. Track opening of 65 feet will be required involving the following described roadway modifications. saw cut so as to remove headers back fill with asphalt in three lift to get good density 80 tons asphalt This work will be completed by (mark with an ~. ^ COMPANY forces ® COMPANY'S contractor ^ HIGHWAY AUTHORITY forces ^ HIGHWAY ALJTHORITY's contractor 5. Existing Sidewalk(s) Within Scope of Project A. Approximately 5 feet of existing sidewalk will be replaced along the east side of the tracks and 5 feet along the west side of the tracks. 1 yd B. This work will be completed by (mark with an X). ^ COMPANY forces ® COMPANY'S contractor ^ HIGHWAY AUTHORITY forces ^ HIGHWAY AUTHORITY'S contractor 6. Crossing(s) Permanently Retired and Removed A. COMPANY will retire and remove 1 crossing(s). B. Voids in pavement will be filled with asphalt material requiring 40 tens. (units). This work will be completed by (mark with an X}. ^ COMPANY forces ® COMPANY's contractor ^ HIGHWAY AUTHORITY forces ^ HIGHWAY AUTHORITY'S contractor 7. Drainage (mark with an.l') A. ® Present drainage is adequate. B. ^ Drainage work required. Specify work to include materials and outlet. C. ~ Clean all four (4) quadrants to get good surface drainage. 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 place one (1) foot from the railroad surface material. possibly do asphalt under layment 85 tons west track is ICE main but CC has maintianee on it 9. Signature Block Signatures indicate agreement on all items on Work Statement. If the Agreement is not reached at the field meeting, Highway Authority should hold the form. and set target resolution date. Greg Bastian Railroad Representative Signature Robert Schiesl Highway Authority Re resentative ~~ Signature State Project Inspector - Ernest R Corbin Office No. 515-239-1055 Cell No. 515-290-2784 Signature Additional Attendees: Bill Schlichman Copy of Exhibit "A" will be given to the Hwy Authority, RR company and the State at the crossing site. Revised 03/02/05 Dubuque County Fifth Street, Dubuque, lova Federal RR No. 911-776D Chicago, Central & Pacific RR Company NOT TO BGAi.E Lights w/ Gates ~~~p March 29, 2006 Lights w/ Gates ei ~y~% P ash Signal House \2007\Blank DesignV8.dgn 3/29/2006 3:10:41 F'M Operations Special Capital Project Estimate '' Install two 65 ft. and one 57 ft. Conventional Concrete Crossing Sur Southern Region Technical Services Homewood, IL Estimate: Install two 65 ft and one 57 ft Conventional Concrete Crossino Surfaces Location: Fifth St.. Dubuque. IA. FRA #911-776D Company Name: Chicago Central & Pacific R. R. Subdivision Name: Dubuque Date created: December 15.2006 Mile Post: W -182.78 Date revised: January 16.2007 State IA Status: x Network # Unload/Distribute Material 5 3 15 $221 53,315 Construct Track 5 3 15 $221 $3,315 Install Turnouts 5 0 0 $221 $0 Destress Track 5 0 0 $221 $0 Surfacing 3 3 9 $227 $2,043 Welding 2 6 12 $226 $2,712 Flagging 1 2 2 $211 $422 Install Crossings 5 9 45 $221 $9,945 B&S Labor 0 0 0 $220 $0 S&C Labor 1 9 9 $277 $2,493 Open Line 0 0 0 $221 $0 Open Line 0 0 0 $221 $0 Open Line 0 0 0 $221 $0 Open Line 0 0 0 $221 $0 Open Line 0 0 0 $221 $0 Rail ew $10,005 Rail PVII $U Field Welding $731 Spikes $134 Anchors $240 Tie Plates $4,1~ Minor OTM $1,720 Major OTM $0 Turnouts $U Track Ties $0 Switch Ties $578 Ballast $4,463 Crossing Materials $65,425 Structures Material $0 S&C Material $0 Open Line $0 Open Line $0 Open Line $0 Open Line $0 Open Line $0 T D ~ Permitting Engineering Consulting/Design Grading Flagging -Contractor (Mandays) Land PurchaselReal Estate Fees Utilities Welding -Contractor SUM 107 $68.50 $7,330 SUM 0 $0 $0 SUM 0 $0 $0 SUM 0 $0 $0 SUM 0 $840 $0 SUM 0 $0 $0 SUM 0 $0 $0 EA 0 $350 $0 1 of 3 Operations Special Capital Project Estimate ~ ~ ~` Install two 65 ft. and one 57 ft. Conventional Concrete Crossing Sur Southern Region Technical Services Homewood, IL Rental Equipment SUM 1 $12,000 $12,000 B&S Contracts Other SUM 0 $0 $0 Culverts SUM 0 $0 $0 Sheet Piing SUM 0 $0 $0 S&C Contracts Other SUM 0 $0 $0 Directional Boring SUM 0 $0 $0 Fiber Optic SUM 0 $0 $0 Open Line SUM 0 $0 $0 Open Line SUM 0 $0 $0 Open Line SUM 0 $0 $0 Open Line SUM 0 $0 $0 Open Line SUM 0 $0 $0 r....s.,.,e...... SUM 1 $17,421 $17,421 Material Surcharges $87,460 5.00% $4,373 Acxounting & Equipment Additive $106,790 9.00% $9,611 N Amount T Recoverab a Donation to N 0. 0.00 ATI 0• I TOTAL PROJECT COST X191,628 MATER 1 A L FORECAST FOF Install two 85 ft. and one 57 it. Conve Dubuque _ W 182.78 'Material Description ~ State Tax UM QTY Unit Price Total NEW 115# _ _ 5.00% LF a_... .654 ~ .. 14.57 $10,005 THERMITE KIT 115 # 5.00% EA 12 58.00 $731 SPIKE TRACK 5/8' X 6", 501b Keg 5.00% CN 6 21.28 $134 RAIL ANCHOR 115 5.00°h EA 220 1.04 $240 PLATE TIE PANDROL 7-3/4X 15"-5-1/2 115# 5.00% EA 276 9.07 $2,628 Galvanized e-clip for Pandrol Tie Plate 5.00% EA 552 2.65 $1,536 Ss5 SCREW TIE HEAT TREATED, 38 per can 5.00% CN 30 47.45 $1,495 '.TRACK BOLT wllocknuE 115# 5.00°~ EA 48 1.85 $93 TRACK WASHER 100/115# 5.00% EA 48 0.37 $19 ANGLE BARS 5.00% EA 24 4.50 $113 SWITCH TIE - 15' HW 5.00°lo EA 2 55.00 $116 SWITCH TIE - 16' HW 5.00% EA 3 55.00 $173 SWITCH TIE - 18' HW 5.00% EA 5 55.00 $289 BALLAST ROAD 5.00% 'TON 500 8.50 $4,463 .CONCRETE CROSSING MATERIAL (Per Duote) 5.00% TF 187 260.00 $51,051 BLACKTOP 5.00% TON 75 170.00 $13,388 DRAIN PIPE CONNECTIONS 5.00% FT 11 17.50 $202 PERFORATED PIPE, underdrain 6" PVC 5.00% LF 260 2.80 $764 2of3 Operations Special Capital Project Estimate ~. ' ~ ~ ~ Install two 65 ft. and one 57 ft. Conventional Concrete Crossing Sur Southern Region ' ' Technical Services Homewood, IL STATE COST SUMMARY Estimate: Location: Company Name: Subdivision Name: Mile Post: January 16, 2007 LABOR MATERIAL OTHER PROJECT TOTAL Install two 65 ft. and one 57 ft. Conventional Concrete Crossing Surfaces Fifth St., Dubuque, IA, FRA#811-776D Chicago Central 8 Pacific R. R. Dubuque W -182.78 $53,434 $91,833 36 750 $182,017 STATE SHARE(60%): $109,210 ROAD AUTHORITY SHARE(20%): $36,403 CCP SHARE(20%): $36,403 3of3 +r 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 Road: Jones Street FRA No: 911-770-M Project No.: RRP-SF00(61}-8A-31 DIRECT ALL COMMUNICATIONS REGARDING THIS PROJECT TO: ffiGHWAY AUTHORITY Contact Person: Robert Schiesl Address: 50 W 13`s Street, Dubuque, IA 52001-4864 Office Telephone No.: 319/589-4100 Railroad COMPANY Contact Person: Greg Bastian Address: Chicago, Central & Pacific Railroad, 1006 East Fourth Street, Waterloo, IA 50703 Office Telephone No.: 319/236-9205 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 Travis Tinken -Project Inspector, Iowa DOT -Telephone No. 515-290-5055 A18139 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 12/12/06) 1 ~- STATE OF IOWA FEDERAL-AID GRADE CROSSING SURFACE REPAIR AGREEMENT THIS AGREEMENT, is between Dubuque, Iowa, hereinafter referred to as the Highway Authority, and Chicago, Central & Pacific Railroad, 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 Jones 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. 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. 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 aze 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 runazounds). 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 2 ~. complete the project. The Department and Highway Authority shall have the right to inspect the project work at any time. The Highway Authority shail 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. SECTION VII. Reimbursable Costs. The COMPANY will keep an accurate and detailed account of actual at~d necessary reimbursable costs incurred under this Agreement. The cost of labor, material, all associated additives and subcontracted work costs are reimbursable, and shall be billed on a force account basis in accord with Title 23 Code of Federal Regulations, Part 140, Subpart L 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. The cost of preliminary project engineering, construction inspection, track inspection, relocation of existing signals, signal wires, and switches, or the construction of nunarounds will not be eligible project reimbursable costs. SECTION VIII. Cost Sharinu. 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. Pro rg.._essive 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. 3 ', ' 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 Pam The Department, upon receipt of the final bill and Certificate of Completion and Acceptance form, shall review, and forward the final bill to the Iowa Department of Transportation's Office of Audits for final audit. Reimbursement to the Company shall be governed by the DEPARTMENT's CERTIFICATE OF AUDIT for each project location. The Department shall notify the Highway Authority of the reimbursable amount after final audit. The Department and Highway Authority shall make payment to the Company equal to 60 percent and 20 percent, respectively, of the final reimbursable amount, less previous payment. The Company shall promptly reimburse the Department and Highway Authority the amount of any overpayments. 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 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. 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 Agreemem. 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. Irrteg~ation and Amendment. This Agreement and its exhibits constitute the entire Agreement between the Department, the Company, and the Highway Authority concerning this project. If 4 the D~FARTMENT determines a substantial change is to be made in the project work described in Ezhibit "A", the DEPARTMENT will furnish the written approval of the change. SECTION XVII. Termination For Convenience. In the event of nonappropriation of federal funds, this Agreement may be terminated in whole, or in part, when the Department, Highway Authority, and the Company agree that the continuation of the Project would not produce beneficial results commensurate with the future disbursemem of federal funds. The Department, Highway Authority, and Company shall agree upon the termination conditions. The Company shall not incur new obligations after the effective date of the termination and shall cancel as many outstanding obligations as reasonably possible. The Department will allow full credit to the Company for the Department share of the noncancellable obligations allowable under the Agreement and properly incurred by the Company prior to termination. 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 DEPARTMENT hereto have caused this Agreement to be executed by their duly authorized officers as of the dates indicated below. Executed by the COMPANY this day of ~ i'~m 200 Executed by the HIGHWAY AUTHORITY this 7th day of ~qay , 2007 Executed by the DEPARTMENT this day of 200 IIRPF~.©~:~~iP AS ~£3 aa f(1~~/ ..aF©~9 ~.~Q., ,~ l'~}i1:s i~ Chicago, Central & Pacific Railroad ~/G By~~-~__ Name and Title Director of Contracts & Administration City of Dub que, Iowa B r y me and title STATE OF IOWA Iowa Department of Transportation By Peggy Baer, Director Office of Rail Transportation 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 For Convenience. In the event of nonappropriation of federal funds, this Agreement may be terminated in whole, or in part, when the Department, Highway Authority, and the Company agree that the continuation of the Project would not produce beneficial results commensurate with the future disbursemern of federal funds. The Department, Highway Authority, and Company shall agree upon the termination conditions. The Company shall not incur new obligations after the effective date of the termination and shall cancel as many outstanding obligations as reasonably possible. The Department will allow full credit to the Company for the Department share of the noncancellable obligations allowable under the Agreement and properly incurred by the Company prior to termination. 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 DEPARTMENT hereto have caused this Agreement to be executed by their duly authorized officers as of the dates indicated below. Executed by the COMPANY this day of ~-~(~uaP ~ 200 7 Executed by the HIGHWAY AUTHORITY this day of , 200 Executed by the DEPARTMENT this day of 200 FG~r ~`,~ -:; • ,. .... M ~,r Chicago, Central & Pacific Railroad B`' ~~ Y ~-- Name and Title Director of Contracts & Administration City of Dubuque, Iowa By Name and title STATE OF IOWA Iowa Department of Transportation By Peggy Baer, Director Office of Rail Transportation 5 ~. Frnm 040016 2-03 ~~ Iowa Department of Transportattvn EXHIBIT "A" -WORK STATEMENT Iowa Grade Crossing Surface Repair Fund and Federal-Aid RaiUHighway County: Dubuque FRA No: 911-770 M State Crossing No: 14104 Location: Jones Street Crossing Surface Repair Meeting Date: 3-2 i -06 Highway Authority: Dubuque RR Company: CC 1. Crossing(s) Reconstructed A. COMPANY will reconstruct 3 crossings of 187 total feet that includes 165 feet of star track surface material through the traveled roadway and 22 feet of star track 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. 2. Traffic Controls (mark with an ~ ^ A highway runaround will be constructed to permit two-lane traffic during repair. ® The highway will be closed for 14 days during repair. NOTE: The HIGHWAY AUTHORITY is responsible for barricades, signing, detours, detour damage, and runarounds. 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 PROJET INSPECTOR fourteen (14) days in advance of the actual starting date. 3. Track Elevation Relative to Existing Road Pavements (mark with an 1~ ^ 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 11=2 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 A. Taper Length (estimated A 50 foot taper on the west side of the crossing and a 50 foot taper on the east side of the crossing, requires 65 tons of asphalt material (estimated). Taper length should not exceed 25 feet for each inch of track raise. This work will be completed by (mark with an ~ ^ COMPANY forces ® COMPANY'S contractor ^ HIGHWAY AUTHORITY forces ^ HIGHWAY AUTHORITY's contractor ,- ~ •' FRA No. 911-770 M B. Track Crossing Opening in the Roadway (mark with an ~ ^ Existing track opening will be maintained. ® Track opening of 65 feet will be required involving the following described roadway modifications. saw cut so as to remove headers back fill with ashalt in three lifts to get good density 100 tons aspalt This work will be completed by (mark with an ~. ^ COMPANY forces ® COMPANY's contractor ^ HIGHWAY AUTHORITY forces ^ HIGHWAY AUTHORITY's contractor 5. Existing Sidewalk(s) Within Scope of Project A. Approximately N/A feet of existing sidewalk will be replaced along the side of the tracks and feet along the side of the tracks. B. This work will be completed by (mark with an ~. ^ COMPANY forces ^ COMPANY'S contractor ^ HIGHWAY AUTHORITY forces ^ HIGHWAY AUTHORITY's contractor 6. Crossing(s) Permanently Retired and Removed A. COMPANY will retire and remove N/A crossing(s). B. Voids in pavement will be filled with .material requiring (units}. This work will be completed by (mark with an ~. ^ COMPANY forces ^ COMPANY'S contractor ^ HIGHWAY AUTHORITY forces ^ HIGHWAY AUTHORITY's contractor 7. Drainage (mark with an ~ A. ^ Present drainage is adequate. B. ® Drainage work required. Specify work to include materials and outlet. C. ^ Clean all four (4) quadrants to get good surface drainage. 6" drain the to city intake on north east quadrant 8. Additional Construction and Traffic Control Conditions; i.e, Raad Closure Limitations - Construction at this crossing included with this project, and not described above. Only ACC or PCC will be place one (1) foot from the railroad surface material. posibly asphalt under layment 150-200 tons asphalt may have (to standard crossing surface) 9. Signature Block Signatures indicate agreement on all items on Work Statement. If the Agreement is not reached at the field meeting, Highway Authority should hold the form, and set target resolution date. Greg Bastian Railroad Representative Signature State Project Inspector - Ernest R Corbin Office No. 515-239-1055 Cell No. 515-290-2784 n Robert Schiesl Highway Authority Representative ~ ~~ Signature Additional Attendees: Bill Schlickman Signature Copy of Exhibit "A" ryill be given to the Hwy Authority, RR company and the Stata at the crossing site. Revised qd/02/QS OubuclUe Count. ) M a Jones Street+No~91)" RR Company Federa- RR Pactffc Chicago. Central & NORTH (Not to Sca-e) Canttlevers 67' Throu h Road wa 60` Throu h Road Wa r March 2q+ 2006 fl~ 60' Throu h Road Wa Cantilevers •f _c-r cap 1770M 07.dgn 3!3012006 $:51:19 AM Operations Special Capital Project Estimate +. Install two 60 ft. and one 67.5 ft. Startrack II Concrete Crossing Surf Southern Region Technical Services ' Homewood, IL Construct Track Install Turnouts Destress Track Surfadng Welding Flagging Install Crossings B&S Labor S&C Labor Open Llne Open Line Open Line Open Line Open Line S 3 15 $221 $3,315 5 3 15 $221 $3,315 5 0 0 $221 $0 5 0 0 $221 $0 3 3 9 $227 $2,043 2 7 14 $226 $3,164 1 3 3 $211 $633 5 6 30 $221 $6,630 0 0 0 $220 $0 1 9 9 $277 $2,493 0 0 0 $221 $0 0 0 0 $221 $0 0 0 0 $221 $0 0 0 0 $221 _ $0 0 0 0 $221 $0 Rail New $10,602 Rail PW $0 Field Welding $731 Spikes $112 Anchors $183 Tie Plates $2,172 Minor OTM $1,022 Major OTM $0 Turnouts $0 Track Ties $0 Switch Ties $4.158 Ballast $2,678 Crossing Materials $123,033 Structures Material $0 S&C Material $0 Open Line $U Open Line $0 Open Line $0 Open Line $0 Open Line $0 T ~ 1 of 3 Estimate: Install two 60 ft and one 67 5 ft Startrack II Concrete Crossing Surfaces Location: Jones St Dubuque IA FRA #911-770M Comperry Name: CMcago Central & Pacific R. R, Subdivision Name: Du Date created: December 12. 2006 Mlle Post: W -183:23 Date revised: January 16.2007 Stat• IA Status: x Network # : ~ s : •. Operations Special Capital Project Estimate Install two BO ft. and one 6T.5 ft. Startrack II Concrete Crossing Surf Southern Region Technical Services Homewood, IL Permitting Engineering ConsultinglDesign Grading Flagging -Contractor (Mandays) Land PurchaselReal Estate Fees Utllities Welding -Contractor Rental Equipment B&S Contracts Other Culverts Sheet Piling SB~C Contrails Other Directional Boring Fiber Optic Open Line Open Line Open Line Open Line Open Line Material Surcharges Accounting 8~ Equipment Additive SUM 95 $68.50 $6,508 SUM 0 $0 $0 SUM 0 $0 $0 SUM 0 $0 $0 SUM 0 $840 $0 SUM 0 $0 $0 SUM 0 $0 $0 EA 0 $350 $0 SUM 1 $12,000 $12,000 SUM 0 $0 $0 SUM 0 $0 $0 SUM 0 $0 $0 SUM 0 $0 $0 SUM 0 $0 $0 SUM 0 $0 $0 SUM 0 $0 $0 SUM 0 $0 $0 SUM 0 $0 $0 SUM 0 $0 $0 SUM 0 $0 $0 SUM 1 $23,271 $23,271 $144,691 5.00% $7,235 $163.199 9.00°r6 $14,688 NA N Amount T T Recoverable na on to 0.0 0.00 0.00 F O R E C A S T FOF Install two 80 it. and one tt7.5 ft. Star Dubuque MATER 1 A L ; t __ . ,_ „_ _. .a ,Material Description ' State Tax UM QTY NEW 115# i_ _ 5.00% LF 693 THERMITE KIT 115 # 5.00% EA 12 SPIKE TRACK 5/8' X 6", 501b Keg 5.00°~ CN 5 RAIL ANCHOR 115 5.00% EA 168 PLATE TIE PANOROL 7-3l4X 15"-5-112 115# 5.00°k EA 144 'Galvanized e-clip for Pandrol Tie Plate 5.00% EA 288 Ss5 SCREW TIE HEAT TREATED, 38 per can 5.00% CN 16 TRACK BOLT wllodcnut 115# 5.00% EA 48 TRACK WASHER 1001115# 5.00% EA 48 .ANGLE BARS 5.00% EA 24 SWITCH TIE - 9' HW 5.00% EA 24 SWITCH TIE - 10' HW 5.00% EA 24 SWITCH TIE - 11' HW ~ 5.00% EA 24 BALLAST YARD 5.00% TON 300 CONCRETE CROSSING MATERIAL (Per Quote) 5.00% TF 188 BLACKTOP 5.00% TON 325 RUBBER FLANGEWAY FILLER 5.00% EA 188 W -183.23 Unit Price ." Total 14.57 $10,602 - 58.00 $731 21.28 $112 1.04 $183 9.07 $1,371 2.65 $801 47.45 $797 1.85 $93 0.37 $19 4.50 $113 55.00 $1,386 55.00 $1,386 55.00 $1,386 8.50 $2,678 260.00 $51,188 170.00 $58,013 70.00 $13,818 2 of 3 _ _ _ __ Operations Special Capital Project Estimate . r ~. Install two 60 ft. and one 67.5 ft. Startrack II Concrete Crossing Surf Southern Region Technical Services ' ~• ~ Homewood, II_ STATE COST SUMMARY Estimate: Location: Company Name: Subdivision Name: Mile Post: January 16, 2007 LABOR MATERIAL OTHER PROJECT TOTAL Install two 60 ft. and one 67.5 ft. Startrack 11 Concrete Crossing Surfaces Jones St., Dubuque, IA, FRA #911-770M Chicago Central 8~ Pacific R. R. Dubuque W -183.23 $47,589 $151,926 41 778 $241,293 STATE SHARE(60%): $144,776 ROAD AUTHORITY SHARE(20%): $48,259 CCP SHARE(20%): $48,259 3 of 3 A18139 STATE OF IOWA FEDERAL -AID GRADE CROSSING SURFACE REPAIIZ 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 Road: Jones Street FRA No: 911-770-M Project No.: RRP-SF00{61~8A-31 DIRECT ALL COMMUNICATIONS REGARDING THIS PROJECT TO: ffiGHWAY AUTHORITY Contact Person: Robert Schiesl Address: 50 W 13~' Street, Dubuque, IA 52001-4864 Office Telephone No.: 319/589-4100 Railroad COMPANY Contact Person: Greg Bastian Address: Chicago, Central & Pacific Railroad, 1006 East Fourth Street, Waterloo; IA 50703 Office Telephone No.: 319/236-9205 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 Travis Tinken -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 Raii 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 12/12/06) 1 STATE OF IOWA FEDERAIrAID GRADE CROSSING SURFACE REPAIR AGREEMENT THIS AGREEMENT, is between Dubuque, Iowa, hereinafter referred to as the Highway Authority, and Chicago, Central & Pacific Railroad, 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 Jones 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. This repair shalt 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/L7nion Pacific Raikoad common crossing standards shalt be used as guidance. 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 ezpiratiotl 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.: bamcades, signing, detours, detour damage, and runarounds). The Company shall advise the Highway Authority Contact Person: 1) a minimum of 50 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 2 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 Com lp etion. 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 mazkings 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 Trai~c 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. SECTIC7N VII. Reimbursable Costs. The COMPANY will keep an accurate and detailed account of actual af~d necessary reimbursable costs incurred under this Agreement. The cost of labor, material, all associated additives and subcontracted work costs are reimbursable, and shall be billed on a force account basis in accord with Title 23 Code of Federal Regulations, Part 140, Subpart I. The cost of COMPANY equipment, equipment rental, accounting, accounting additives and bill reproduction aze 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. The cost of preliminary project engineering, construction inspection, track inspection, relocation of existing signals, signal wires, and switches, or the construction of runazounds will not be eligible project reimbursable costs. 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. Pro essive 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. 3 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 Iowa Department of Transportation's Office of Audits for final audit. Reimbursement to the Company shall be governed by the DEPARTMENT's CERTIFICATE OF AUDIT for each project location. The Department shall notify the Highway Authority of the reimbursable amourrt after final audit. The Department and Highway Authority shall make payment to the Company equal to 60 percent and 20 percent, respectively, of the final reimbursable amount, less previous payment. The Company shall promptly reimburse the Department and Highway Authority the amount of any overpayments. 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 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. 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 Agreemem. 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 4 the DEPARTMENT determines a substantial change is to be made in the project work described in Ezhibit "A", the BEPARTMENT will furnish the written approval of the change. SECTION XVII. Termination For Convenience. In the event of nonappropriation of federal funds, this Agreement may be terminated in whole, or in part, when the Department, Highway Authority, and the Company agree that the continuation of the Project would not produce beneficial results commensurate with the future disbursemern of federal funds. The Department, I~ighway Authority, and Company shall agree upon the termination conditions. The Company shall not incur new obligations after the effective date of the termination and shall cancel as many outstanding obligations as reasonably possible. The Department will allow full credit to the Company for the Department share of the noncancellable obligations allowable under the Agreement and properly incurred by the Company prior to termination. 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 ail 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 V'~REOF the COMPANY, the HIGHWAY AUTHORITY and the DEPARTMENT hereto have caused this Agreement to be executed by their duly authorized officers as of the dates indicated below. Executed by the COMPANY this day of ~ ~~'Q r 200 Executed by the HIGHWAY AUTHORITY this day of 200 Executed by the DEPARTMENT this day of _ , 200 Chicago, Central & Pacific Railroad ~~ By'; ~-ti-~ c~ ~t~~~-~-~-~ Name and Title Director of Contracts & Administration City of Dubuque, Iowa By Name and title STATE OF IOWA Iowa Department of Transportation By Peggy Baer, Director Office of Rail Transportation 5 Frnm 040016 2-03 ~~ 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: 3-2i-06 FRA No: 911-770 M State Crossing No: 14104 Location: Jones Street Highway Authority: Dubuque RR Company: CC 1. Crossing(s) Reconstructed A. COMPANY will reconstruct 3 crossings of 187 total feet that includes 165 feet of star track surface material through the traveled roadway and 22 feet of star track 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. 2. Traffic Controls (mark with an ~ ^ A highway runaround will be constructed to permit two-lane traffic during repair. ® The highway will be closed for 14 days during repair. NOTE: The HIGHWAY AUTHORITY is responsible for barricades, signing, detours, detour damage, and runarounds. 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 PROJET INSPECTOR fourteen (14) days in advance of the actual starting date. 3. Track Elevation Relative to Existing Road Pavements (mark with an ~ ^ 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 11=2 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 A. Taper Length (estimated A 50 foot taper on the west side of the crossing and a 50 foot taper on the east side of the crossing, requires 65 tons of asphalt material (estimated. Taper length should not exceed 25 feet for each inch of track raise. This work will be completed by (mark with an .I') ^ COMPANY forces ® COMPANY's contractor ^ HIGHWAY AUTHORITY forces ^ HIGHWAY AUTHORITY's contractor FRA No. 911-770 M B. Track Crossing Opening in the Roadway (mark with an ~ ^ Existing track opening will be maintained. ® Track opening of 65 feet will be required involving the following described roadway modifications. saw cut so as to remove headers back fill with ashalt in three lifts to get good density 100 tons aspalt This work will be completed by (mark with an ~. ^ COMPANY forces ® COMPANY's contractor ^ HIGHWAY AUTHORITY forces ^ HIGHWAY AUTHORITY's contractor 5. Existing Sidewalks} Within Scope of Project A. Approximately N/A feet of existing sidewalk will be replaced along the side of the tracks and feet along the side of the tracks. B. This work will be completed by (mark with an ~, ^ COMPANY forces ^ COMPANY'S contractor ^ HIGHWAY AUTHORITY forces ^ HIGHWAY AUTHORITY'S contractor 6. Crossing(s) Permanently Retired and Removed A. COMPANY will retire and remove N/A 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 ^ COMPANY'S contractor ^ HIGHWAY AUTHORITY forces ^ HIGHWAY AUTHORITY's contractor 7. Drainage (mark with an ~ A. ^ Present drainage is adequate. B. ® Drainage work required. Specify work to include materials and outlet. C. ^ Clean all four (4) quadrants to get good surface drainage. 6" drain the to city intake on north east quadrant 8. Additional Construction and Traffic Control Conditions; i.e, Raad Closure Limitations - Construction at this crossing included with this project, and not described above. Only ACC or PCC will be place one (1) foot from the railroad surface material. posibly asphalt under layment 150-200 tons asphalt may have (to standard crossing surface) 9. Signature Block Signatures indicate agreement on all items on Work Statement. If the Agreement is not reached at the field meeting, Highway Authority should hold the form, and set target resolution date. Greg Bastian Railroad Representative ,~,. Signature ~ Robert Schiesl Highway Authority Representative - Signature State Project Inspector - Ernest R Corbin Office No. 515-239-1055 Cell No. 515-290-2784 n ~~ ~~ / 1 Signature Additional Attendees: Bill Schlickman Copy of Exhibit "A" dill be given to the Hwy Authority, RR company and tt}e State at the crossing site. Revised Q~/02/Qj ~,~;~ pubuQ~ Co ~~~ love nes Street~N qfi RR ~ompa^Y ~ ~edera~ RR pact Chlcago+ Central & NORT gale) (Not t° S Cant118Ve~ h Rosd Wa 67' Thr°~ 60' ThrO h Road Wa Road Wa 60' Throe h March 2Q_,~--.----' -C~~ Cant~~ever' . _~ ~~3012006 8:51:19 AM Operations Special Capital Project Estimate r, Install two 60 ft. and one 67.5 ft. Startrack It Concrete Crossing Surf Southern Region Technical Services Homewood, IL Estimate: I~tall iwo 60 ft and one 67 5 ft Startrack II Concrete Crossing Surfaces Location: Jac nes St Dubuque IA FRA #911-770M Company Name: Chicago Central 8 Pacific R. R. Subdivision Name: Dubuque Date created: December 12.2005 Mite Post: W -183:23 Date revised: Janua 16.2007 S~ IA Status: x Network # Unload/DisMbute Material 5 3 15 $221 $3,315 Construct Track 5 3 15 $221 $3,315 Install Turnouts 5 0 0 $221 $0 Destress Track 5 0 0 $221 $0 Surfacing 3 3 9 $227 $2,043 Welding 2 7 14 $226 $3,164 Flagging 1 3 3 $211 $633 install Crossings 5 6 30 $221 $6,630 B8S Labor 0 0 0 $220 $0 S&C Labor 1 9 9 $277 $2,493 Open Line 0 0 0 $221 $0 Open Line 0 0 0 $221 $0 Open Line 0 0 0 $221 $0 Open Line 0 0 0 $221 $0 Open Line 0 0 0 $221 $0 Rail New $10,602 Raiff PW $0 Field Welding $731 Spikes $112 Anchors $183 Tie Plates $2,172 Minor OTM $1,022 MaJor OTM $0 Turnouts $U Track Ties $0 Switch Ties $4,158 Ballast $2,678 Crossing Materials $123,033 Structures Material $U S&C Material $0 Open Line $0 Open Line $0 Open Line $0 Open Line $0 Open Line $U 1 R 1 of 3 . Operations Special Capital Project Estimate • Install two 60 ft. and one 67.5 ft. Startrack II Concrete Crossing Surf Southern Region Technical Services Homewood, IL Permitting Engineering Consulting/Design Grading Flagging -Contractor (Mandays) Land PurchaselRealEstate Fees Utilities Welding -Contractor Rental Equipment B&S Contracts Other Culverts Sheet Piling S&C Contracts Other Directional Boring Fiber Optic Open Line Open Line Open Line Open Line Open Line SUM 95 $68.50 $6,508 SUM 0 $0 $0 SUM 0 $0 $0 SUM 0 $0 $0 SUM 0 $840 $0 SUM 0 $0 $0 SUM 0 $0 $0 EA 0 $350 $0 SUM 1 $12,000 $12,000 SUM 0 $0 $0 SUM 0 $0 $0 SUM 0 $0 $0 SUM 0 $0 $0 SUM 0 $0 $0 SUM 0 $0 $0 SUM 0 $0 $0 SUM 0 $0 $0 SUM 0 $0 $0 SUM 0 $0 $0 SUM 0 $0 $0 SUM 1 $23,271 $23,271 UM I E Labor Surcharges 21,593 120.39°~ 25,996 Material Surcharges $144,691 5.00% $7,235 Accounting & Equipment Additive $163,199 9.00% $14,688 p ount AL Recovers le nation to N .00 0. 0 AL 0.00 TOTAL PROJECT COST X255,881 MATER 1 A L F t7 R E G A S T FUF install two tsu n. ana one ai.a n. au~r uuouque ; rr - ias.c~ __ , ,,~__.....~_._..._ ._.,~...~~._.~__....., i _... _ Material Description ~ . _.. State Tax r, UM ~ : QTY Unit Price Total NEW 115#_..._.... _. 5.00% _.LF . 693._ 14.57 $10.602.. THERMITE KIT 115 # 5.00% EA 12 58.00 $731 SPIKE TRACK 5/8' X 6", 50 Ib Keg 5.00°k CN 5 21.28 $112 RAIL ANCHOR 115 5.00% EA 168 1.04 $183 PLATE TIE PANDROL 7-3l4X 15"-5-112115# 5.00°k EA 144 9.07 $1,371 Galvanized e-dip for Pandroi Tie Plate 5.00% EA 288 2.65 $801 Ss5 SCREW TIE HEAT TREATED, 38 per can 5.00% CN 16 47.45 $797 TRACK BOLT wAocknut 115# 5.00% EA 48 1.85 $93 .TRACK WASHER 100/115# 5.00% EA 48 0.37 $19 ANGLE BARS 5.00% EA 24 4.50 $113 SWITCH TIE - 9' HW 5.00% EA 24 55.00 $1,386 SWITCH TIE - 10' HW 5.00°lo EA 24 55.00 $1,386 SWITCH TIE -11' HW 5.00% EA 24 55.00 $1,386 BALLAST YARD 5.00% TON 300 8.50 $2,678 CONCRETE CROSSING MATERIAL (Per Quote) 5.00% TF 188 260.00 $51,188 BLACKTOP 5.00% TON 325 170.00 $58,013 RUBBER FLANGEWAY FILLER 5.00% EA 188 70.00 $13,818 2of3 _ _ _ _ . Operations Special Capital Project Estimate " Install two 60 ft. and one 67.5 ft. Startrack II Concrete Crossing Surf Southern Region Technical Services Homewood, IL STATE C03T SUMMARY Estimate: Install two 60 ft. and one 67.5 ft. Startrack II Concrete Crossing Surfaces Location: Jones St., Dubuque, IA, FRA #911-770M Company Name: Chicago Central 8 Pacific R. R. Subdivision Name: Dubuque Mile Post: W -183.23 January 16, 2007 LABOR $47,589 MATERIAL $151,926 OTHER 41 778 PROJECT TOTAL $241,293 STATE SHARE(60%): $144,776 ROAD AUTHORITY SHARE(20%): $48,259 CCP SHARE(20%): $48,259 3 of 3