Loading...
ST9602-CN031113 Texas Departm. ent of. Tra Dallas County- DOT No. 790 206D, RRMP 606.20 TxDOT Contrac~ CSJ 0918-45-321 Project CM 96(907) ;~' '-~', ~,(.~, '"7,~ MacArthur Boulevard in Coppell Mr. Jim Witt, City Manager City of Coppell 255 Parkway Boulevard P.O. Box 9478 Coppell, TX 75019 Dear Mr. Witt: Attached is the fully executed City Original Force Account Agreement with Dallas Area Rapid Transit, the Fort Worth and Western Railroad Company, and the State for the project referenced above. This project is scheduled to let to contract in December 2003. If you have any questions regarding the scheduling of this project, please contact Dexter Hollabaugh, Dallas District Railroad Projects Coordinator, Texas Department of Transportation, at telephone number (214) 320-6232. Your cooperation in this matter is appreciated. If you have any questions, please contact Hal B. Owen at telephone number (512) 416-3285. Sincerely, Darin Kosmak Railroad Section Director Traffic Operations Division Attachment CC: Dexter Hollabaugh, Dallas District Office, TxDOT Norma Lopez and Bill Reed, Finance Division, TxDOT Rosemary Zamora, Construction Division, TxDOT ¢,,,.~,,.M ~-4~ ~ An Equa/ Opportun,ty Emp/oyer Dallas County. CSJ 0918-45-321 Project CM 96(907) MacArlhur Boulevard in Coppell I)OT No. 790 206D STATE OF TEXAS COUNT'~ OF TRAVIS § TEXAS 1)EPARTMENT OF TRANSPORTATION IlIGIt~VAY-RA1EROAI) FORCE ACCOUNT AGREEMENT THIS AGREEMENT, made and entered into on the date hereinafter shown as being fully executed, by and between tile State of Texas, acting by and tlu'ough the Texas Department of Transportation, hereinafter called tile "Stale" and/or "Department", [)alias Area Rapid Transit, hereinafter called "I)AR'I", a regional transportation authority created, organized, and existing under Chapter 452, Texas Transportation Code, lbrmerly Article 111Sy, VATCS as amended, acting by and through its duly authorized official, thc Fort Worth and Western Railroad, a corporation, hereinafter called the "Railroad", acting by and through their official contracting officers, and the City of Coppell, hereinafter called the ~'City", acting by and through its duly authorized City official. WITNESSETH WHERI{AS, D~M~T owns and/or manages certain railroad rights of way in Dallas, Denton, Coltm, and Tarrant Coontics, Texas (the "DART Right of Way"), and WfII!RI{AS, MacArthur Boulcvard (the "}lighway") intersects the DART Right of Wqy at DOT Nh. 790 206D (Railroad Milepost 606.20, Highway Station 9+971.94) in Coppell, Dallas County, Texas, and thc State proposes 1o cross thc DART Right of Way to improve the existing crossing as shown m thc print marked Exhibit "A" attached hereto and made a part hcrcol; and WIIEREAS, Oil January 29, 1999, Commission Minute Order 107737, the Texas Transportation CYommission authorized Congestion Mitigation and Air Quality' funds lbr intersection improvements, turn lanes, traffic signals and anything that improves congestion and air quality, and WIII.;Rt.iAS, it will be necessary to replace the existing grade crossing and relocate and upgrade thc existing warning devices as shown in thc print marked Exhibit "A" attached hereto and made a part hereot; and W}II(RI{AS, tile State, DART, thc Railroad, and the City, severally and collcctivcly, agq'ee to inlet[ace the highway lrat¥ic control signals with the grade crossing warning devices to provide advance preemption and coordinate the operation of said warning system as shown in the print marked k. xhibit "A" attached hereto and made a part hereol~ :\GREEMI{N I' NOW TI tEREF()RF., in consideration of thc premises and of mutual covenants and agreements of the parlics hereto, lo bc by' them respectively kept and performed as hercinaiier set forth, it is agreed as li',llows: Signal & Plankm~ I of ,q DMZ, T, FW&W. CITY t f COPPELL 51903 1. PERMISSION. a. DART hereby gives to the State ancb'or its Contractor permission to construct the highway across its property at the intersection of DAR]' and the roadway and grants permission to the City' lbr maintenance of said facilities, as shown in Exhibit "A". b. The permission given is subject to the rights of utility companies to maintain and epemte pole and wire lines thereon and thereover, and the State and/or the City will make its own arrangements with the utility companies for any aecessary relocation or alteration of said pole and wire lines. c. No legal right which DART now has to reconstruct, maintain, and operate its existing track and appurtenances or to construct, maintain, and operate additional track and appurtenances or other lhcililies upon and across said property shall m any way be affected by' the giving of this permission. d. It is a~eed that should the property or any portion thereof fi)r which permission is given hereunder cease to be used for public road purposes, this permission, as to thc portion so abandoned, shall immediately cease and terminate. 2. SCOPE OF WORK. a. The State, DART, lhe Railroad, aud the City agree to performt the work as outlined in Exhibit '~A". b. DART and/or the Railroad agrees to perform the work as outlined in Exhibit "A". This work will generally consist of removing the existing crossing and furnishing and installing full depth concrete crossing pavement with rubber inserts as thick as the rails and tie plates, as shown in Exhibit 'A". It shall be DART's an&~or the Railroad's responsibility to order and assemble a high quality grade of concrete and all related items and materials, and perfi)rm additional work if specified in Exhibit "A". When ms/ailed, the concrete crossing pavement shall provide a smooth and even crossing surtkce flush with the top of rails. When assembled materials are on hand, prior to installation, DART and/or the Railroad will notify the State inspector, shown in the Work Order, so that materials may be inspected and approved by tile State for installation. Any handling and material costs incurred by DART au&'or the Railroad for rejected materials shall be the sole expcuse of DART and/or the Raih'oad. All rail joints within the limits of the crossing area shall be welded at State's expense. c. Subgrade stabilization improvemeut work is required as detailed in Exhibit "A". DART an&'or the Railroad will remove the existing rails and cross ties within the crossing limits, and the State and/or thc State's Contractor will excavate the existing material aud furnish and install the stabilized subgrade. DART an&/or the Railroad will place the necessary ballast, furnish and install filter fabric and drain pipe, install the new ties, relay the rail, and install the new concrete crossing pavement. d. The State and,'m thc State's Contractor will provide asphalt level-up for tile roadway approaches to the new crossings. e. i)ARI' and/or tile Railroad will relncate and modify the exNting warning devices, as detailed in }:.xhihit f. I)ARI' and,'or thc Railroad will thrnish and install a relay to provide for advance preemption to traffic signals, aud coordinate thc operation of the railroad grade crossing wamulg devices with the operation of lbe highway traffic control signals, as detailed in Exbibit Signal & Planking 2 of 8 DAR I', F\V&W, CITY nf(7OPPELL 5/19 03 g. DART an(L'or tho Railroad shall submit a writteu cost estimate for all Railroad force account work and a signal circuit diagraln plan, subject to approval by the State, detailed in accordance with Exhibit "A". Said estimate will be identified as "Attachment ' 1 '". 3. CONSTRUCTI©N AND MAINTENANCE. a. DART and/or the Railroad shall commence thc work to be done within thirty days after having been issued a Work Order by the State and shall proceed without delay to completion. Payment will not bc made tbr work done by DART and/or the Railroad that is performed at the project site prior to thc Work Order date. Materials used on the project should be assembled sufficiently in advance to assure prompt delivery, but rcimbursenrent lbr any materials or handling charges will be contingent upon the issuance of the Work Order. b. Following the issuance o£the Wnrk Order, it will be necessary for DART and/or the Railroad to contact the Texas Department of Transportation district office a minimum of seven days prior to the actual commencement of work in order that State forces may provide inspection during tbe installation of the concrete crossing. c. [)ART and/or the Railroad shall remove the existing track material, including cross ties, within the limits oft]ac crossing area. DART ancb'or the Railroad shall then furnish and install new cross tics in lengths applicable to DART's standards, and install the new full depth concrete crossing pavement with rubber inserts for a width as showu in Exhibit "A'. d. It is understood that in all cases except those stated in this agreement, the State will not pay for rails, track spikes, or other track material or labor related to the improvement of the railroad track during the installation of thc crossing surface. The State will pay lbr rail, rail anchor, and tie plant replacement when thc improvements include the installation of concrete crossings provided that the existing rail is less thau 112 pounds per track foot. The State agrees to pay Ibr cross tie replacement within thc lira ils of the crossing area and ten (10) feet off each end of thc crossing. c. DART an&~or tiao Railroad shall maintain and operate the highway-railroad grade crossing warning system as installed and in accordance with thc design of operation as shown in Exhibit ~A". No changes are to be made in thc design, opcration, and location of the warning systems ;vithout the written approval of the State. f. DARI' ancFor thc Railroad, under terms of lhis agreement, gives the State and/or its Contractor and the City permission to enter DART's right of xvay to perfom~ routine maintenance and/or emergency work as required This permission is granted solely for the work performed under this agreement. g. After completion of the work by the State herein, the City shall maintain the roadway approaches, pa,,ement nlarkings, and advaoce warning signs. 4. INSUI>O,N('E. Prior lo the beginning of work thc Coutractor shall provide to the State and to DART a Certificate of Insurance covering thc below listed insurance coverages: Signal & Planki~ng 3 of S DAR'I, FW&W, CITY of COPPELL 5 19 '0 3 a. Workers~ Com!oensatmn Insurance and Em~olt~ers7 Liabili~ Amount - Statulory b. Employers' Liability Insurance Amounts - $100,000 Each Accident $100,000 Each Employee for Disease S500,000 Policy Limit for Disease c. Comprehensive General Liability Insurance Amounts - Bodily Injury & $2,000,000 Each Occurrence Property Damage $2,000,000 Aggregate Products & Completed Operations $2,000,000 Aggregate Or Combined Single Limit $2,000,000 d. Contractor's Protective Liabildy Insurance Amounts - Bodily Injury & $2,000,000 Each Occurrence Property Damage $2.000,000 Aggregate e. CQmprd~ensiveAutomobile lf~abilitX Insurance Amounts - Bodily Injury $500,000 Each Person $1.000,000 Each Occurrence Property Damage $1,000,000 Each Occurrence Or Combined Single Limit $2,000,000 f. Railroad Pro!ecfive Liability Insurance Amounts - Bodily Injury & $2,000,000 Each Occurrence Property Damage $6,000,000 Aggregate Ehis insurance shall be kept in Ibrcc until thc work described in this contract has been completed and accepted by the State. The State, DART, thc Railroad, and the City shall be included as "Additional lnsureds" by endorsement to policies issued for coverages listed in c. and c. above. A "Waiver of Subrogation Endorsement" in rawer of the State, DART, the Railroad, and the City shall be a part of each policy for coverage listed above. A policy issued for coverages listed mf. above shall bc issued in the names of [)ART and the Fort Worth and Western Railroad. Thc Contractor shall be responsible for any deductibles stated in the policy. Signal & Planking 4 of 8 DART, FW&W, CITY of COPPELL 5/19/03 5. PAYMEN[. a. No payment will be due DART and/or the Railroad unless a Work Order for work to begin is issued. This Work Order will normally be issued shortly after the contract letting. b. Reimbursement to DART and/or the Railroad will be made for work perforated and materials furnished, including but not limited to, insurance premiums and coverage at the rate and amount set forth m the approved cost esti:nate attached hereto, in accordance with the provisions of the Federal- Aid Policy Guide, Subchapter B, Part 140, Subpart I, issued by the Federal Highway Administration on l)cccmber 9, 1991, and amendments thereto except as modified by lhe provisions herein. Work performed and materials fnrnished by DART and/or the Railroad will be reimbursed by the Slate based on actual costs recurred by DART and, or the Railroad as they rclate to the development of the project and approved m the cost estimate. c. (cst ( t prehmmary engineering (which is ineligible for reimbursement with Federal funds if incurred prior to date of program approval) ~vill be reimbursed with Stale funds if incurred after the State's request for preparation of estimates. d. DAWI and/or the Railroad may submit monthly bills of at least $500.00, prepared in satisfactory f~mn, for work pertbnned lind materials installed. Payment will be made within thirty (30) clays tbr as much as 95% of the costs detailed on tile bills. e. DART and'or the Railroad will submit a complete and final bill, including all eligible costs, when the project is cmnpleted, and the State will pay to DART and/or the Railroad as much as 95% of thc costs detailed on the bill. The State shall make payment xvithin thirty (30) days of receipt of the bill. After audit of DART's and/or thc Railroad's documentatiun for the final bill, the State will make payment of the complete balance due DART and/or the Railroad. 6. TERMINATION. The State and/or tile City resetwes the right to cancel this agreement for any reason and at any rpne prior to tile issuance cfa Work Order by the State tn DART and/or the Railroad to proceed with any part of the work outlined herein. The State and/or the City will not be responsible for auy expense incident to any cost recurred in the event of the cancellation of this contract, unless a "Work Order" ,,~,as issued hy the State and DART and/'or the Railroad incurred expenses pursuant to that "Work Order". 7. RECORDS & AUDITS. DART and/or the Railroad shall retain adequate cost accounting records for anditmg purposes tbr a period of three years after payment nfthe final bill. 8. EXISTING A(~REEMENTS. It is agreed that all existing agreements between DART and the State an&or thc (.~ty conccrnln= hccnses, pcnmts, leases or easements at this location shall remain in full lbrce and effect. 9. RESPONSIB Lt! }:OR IT_S OWN ACT!ONS. The parties hereto acknowledge that they are not an agent, SClw'ant, or employee of the other party and are responsible for their own acts and deeds and for those of their agents and employees during perfmTnauce of contract work. 10. PROTEC'I}!ON OF FIBER O!rI'IC CABLE SYSI'EMS. Fiber optic cable systems may be buried on DART's property. Protection of the fiber optic cable systems is of extreme importance since any break could disrupt sc~wice to users rcsulfing in business inlerruption and loss of revenue and profits. The State an4'or its Contractor shall telephone Universal Texas at (800) 545-6005 to determine it' fiber optic cable is buried any~vhcre on the DART premises to be used by lite State. If it is, the State and/or its ( ontnictor will telephone the telecomnmnicatiol~s company(les) invol,~cd, an:ange for a cable locater, and Signal & Planking 5 of ,'4 DART, FVv'&W, CITY of COPPELL 5' 19/03 make arrangements for tek)cation or other protection of the fiber optic cable prior to beginning any work on the DAR]' prctnises. I 1. LIMITED ACCESS. The State and/or the City hereby agrees that dufing the performance of the proposed improvements it will keep its employees, material, and machinery within the defined area of the premises unless otherwise specified in Exhibit "A". There shall be no crossings of DART's track except at existing, open, and public crossings. 12. RAILROAD RE~ILAINS I'ITLE. Upon execution by all parties, tiffs agreement ,,viii be in effect and continue thereafter for so long as the DART premises shall be used for the purposes set forth herein; provided, however, if 1he State and/or the City shall abandon the use of the DART premises, or any part tbereot; for such purposes, this license and permission and the rights and privileges granted hereby as to the portion or portions st) abandoned shall expire and terminate at the time each such portion shall be so abandoned: whereupon DART shall have the same complete title to the DART premises so abandoned as though these presents had never been executed and the right to enter thereon and exclade therefrom the State and/or the City, its successors, and assigns. 13. TRANSFER. The State and/or thc City shall not assign the Agreement, in whole or in part, or any rights ticrein granted, without the written consent of DART, and it is agreed that any transfer or assignment of this Agreement or any of thc fights herein granted, whether voluntary, by operation of law, or otherwise, without such consent in writing, shall be absolutely void and, at the option of DART, shall terminate this Agreement. 14. AGREEMENT NOT A WAIVER. This permission is granted solely for the purposes of the State and/or the City, at its sole cost and expense, for the proposed improvements as sho~vn in Fxhibit "A" and is expressly subject and subordinate to the present and future fights of DART, its successors, assignees, lessees, grantees and licensees, to maintain, use, operate, and renew on, beneath, or above the surface of the DART premises any telephone, telegraph, power, communication, or signal lines, poles and/or appurtenances, fiber optic communications, tracks, roadways, pipelines, structures, improvements nr I:acilities of similar or different character, as now located, and to construct, install, establisb, and thereafter maintain, use, operate, and to renew on, beneath, or above the surface of lhe DART premises, an5, or all said things, provided the same do not malerially interfere with the State's use of tile I)ART premises as here/nabove provided. 15. N()TIFICATION. The State agrees to notify [)ART and/or the Railroad in wilting ,,','hen all work on the I)ART's right of way is complete. 16. CONDITIONS. a. All provisions concerning the State, which are stipulated herein, related to highway facilities not located on the stale highway system shall automatically cease and terminate upon official completion of the project. Thc City shall assume the rights of the State after the State has completed the prnject and released retainage (if retainage required) and paid DART andJor thc Railroad for all eligible costs incurred hereunder, for tbose facilities not located on the state highway system. b. These rights, given hereby, shall not in any way conflict or interfere with any prior or existing fights of I)AR'F at the crossing. It is agreed thut il' there are furore track modifications at lhe crossine, DARf will restore tbc bighv, ay tn prnpcr condition and restore thc l'unctiona[ operation of lbe v,'arniug system. Signal & Phmking 6 of 8 5.15) '03 I)AR 1'. FW&W, CII'Y of COPPEL[, IN TESTIMONY WHEREOF, the parties hereto have caused these presents to be executed in quadruplicate on the dates indicated. THE STATE OF TEXAS Executed for the Executive Director and approved for the Texas Transportation Commission for the purpose and effect of activating and/or carrying out the orders, established policies, or work programs heretofore approved and authorized by the Texas Transportation Commission. BY L&. S , P % l� • Date $ .T — 0 3 ?31- Carlos A. Lopez, P.E., Director, Traffic Operations Division DALLAS AREA RAPID TRANSIT BY Date yim rr 0. waJ.rs Name and Title vice, ksia(j, C,OyblV4u Aw W RAtt - k& N FORT WORTH AND WESTERN RAILROAD COMPANY B Date Name and Title Z t/ CITY OF COPPELL BY 9 Date 7.:+ Name and Title t_, fL �✓ i Signal & Planking 7 of 8 DART, FW &W, CITY of COPPELL 5/19/03 Notices: For the purposes of this agreement, all notices, correspondence, billings, and other documentation shall be mailed to the following addresses: For thc State of Texas Railroad Section Director Texas Department of Transportation Traffic Operations Division (TRF-RR) 125 East 11th Street Austin. TX 78701-2483 For Dallas Area Rapid Transit Assistant Vice President-Freight Rail Commuter Rail/Railroad Management Dallas Area Rapid Transit P. O. Box 660163 Dallas, TX 75266~7210 }:or the Fort Worth and Western Railroad Company President and Chief Operating Ofl'~cer The Fort Worth and Western Railroad Company 6300 Ridglea Place, Suite 1200 Fort Worth, TX 76116 For the City of Coppell City Manager City of Coppcll P. O. Box 9478 Coppell, TX 75019 Signal & Planking 8 of 8 DART, FW&W, CITY of COPPELL 5/19/03 w Z 0~ ~X; 0~0~ ~oo ~bo ~ ~ z z ~z~o~ [Nd 6!,:9l,;£0 E01IEr/L0 '6~aP'$elouJ~q£1~0g~o¥1NO ol luas\ulSp\~:l~096\sloa[md~:d ~PROPERT¥ LINE D, A, R, T, ATTACHMENT 1111111 AREA OFFICE 1965 Delge. Ft. Worth, TX 76102 1 T %7 1 S Phone (817) 338-9677 7U! v 2 0 C 3) Metro (817) &54-901 Fax (817) 338-9604 R A I L R 0 A D R E H A L I T A T I 0 C 0 N 9 T R U C T I 0 N m A E N A N C E At. Ln: j im Mart in FOCL WC,17j L X," stein Railroad L) 0 p, pjac,�, Suite 1200 U F I UL L Wj," X 11. T u s T1 'STATE 71G13WAY CROSSING, MAC ARTHUR BLVD I , , , - -1, i) 1: 0 13 0 S C .5 L LIE r, ish ti tco 16 equi pwent 1 ' ab u t s u., L r N is i o i-, Z ri d j. zj.s U '-- a r! L; e 11 e L e JSS r v L0 , )-rforifi the 11 J lowing -�taLe hi,- failf0dd ace e t ID X - E S 1 0 T 1 - X C'- U D E D [nu. p ciposes to remove the existin-o rubber 'Cal -, %ZLelVaLe C101M 8" belcm the Lies, filt f fabric, abric, install 6" inctal drain pipe, i'Cj'l ice a the e\iSLinc crossrics vi.th new 7* ' x. elo- on 18" center th•uu.-hout the c•ossin-g area. Thc- rai ls will he reused ariLl TIVI will complete 6 each 11.1,S U . - I this, pf cj- . TP wi I I iris Lal I new " e n t U c y pa ll I s a . 4 5 ' c f 0 S I.-, i ri 0 1j i - I JL-p cc)Ticj crossings pla. , :L: L: C,j;jpj (L !Lucj 1 1 1allf at a c h e L.1 0 for '0 L) LL-11 d i dri iis t I e ii the t V, 0 S () UIL 11 - ------------------------------ - -• - - - - - - - - - - - - - - - - - - - - - - - - - - -- - - - - - -- - S T S , 7 - - - - - - - - - - - - - - - - - - - - - - - - - - S 8 . 4 6 - TOTAL COST THIS PROPOSAL - - - - --- - - - - - - - - - - - - - 34,637.46 flut r i d,� d for 1 11.3 L e. t i z) n c tin)' Ei. S p a T h l- f e ffl ov �1 a L C h n a d /o r -: c r. c Tj;-2 U I: T) S c 1 i n st all ing of , :,iav ia.i 1 anchors or Ug c ; i n - i T 1 1 L: g o, f an v p e f o 1 11 ia n c. t o y m C a t ben fL 4 Tile 13U 1L1jIltaULQ Of 2L1ly 01 CIf SUbbl -lia -,L. f Li T h wily other ;iiaterials other than s L e J c ji L L7- t L a cl h 1-1 d s h:: c L . c, - , ii ct n .)f b�. d f i c. L nd/oj t raf - ic contco 1 T h,- ;j E-- U : 11ILL f, L a U f d f. j e: I o c a L l oft a i r. s l cA I i a oil c, ' any j Eli 1.ruad si,-,nals and/or s 2.n.9 I o r c, i w r i , t c u o any s t r i p i n g a /or S t u n s Corp.Office Ennis, Tam Dallas Office (972) 875-659 Ennis, TX Amarillo, TX San Antonio, TX Shreveport, LA BmMfl Arrow, OK 1.9% Rock, AR (972)875.2232 (806) 302591 (210) 333-3714 TRAr--VYORK6wmldnaL4ftxffl (318) 222-Z735 (918)2519106 (501)5684144 ftustonj)( Schriever, LA Sulphur, LA ESTABLISHED 1968 SamlandAl Memphis, TN Kansas Qtg KS (713) 681 -0566 (985) 447-7091 (337) 527-7922 100% EMPLOYEE -OWNED (251) 679-0088 (901) 942-0212 (913) 764-7055 Railroad Controls, LP 7471 Benbrook Parkway Benbrook, TX 76126 Sell To: Fort Worth & Western RR Jim Martin 6300 Ridglea Place Suite 1200 Fort Worth, TX 76116 Project Estimates good for 90 days. Item No. Description ATTACHMENT "1" PROJECT ESTIMATE Estimate Number A2919 RCL Job Number .... C9598A Estimate Date .... 07/23/03 Page ........ 1 Job Description ...... State Project Number ~ CM 96(907) CSJ Number ....... CSJ 091845-321 DOT Number ...... 790206D Railroad Mile Post .... 606.20 Estimator ...... Garth Armstrong Customer ID ....... 1025 Unit Qty. Unit Total Price Price 01-030-051 01-060-009 01-060-016 01-060A)17 01-060~)26 01-067-000 01-074-000 01-074-008 01-075-001 01-077-000 01-077-008 01-077-009 01-077-010 01-077-012 01-078-000 01-080~302 01-080-004 01-080-O 15 01-081-000 01-084-001 01-084-004 01-084-005 01-095-002 01-095-003 01-095-004 02-01 0-000 02-012-000 02-020-000 02-020-001 02-020-002 02-020-003 02-020-004 02-020-005 02-020-006 02-024-000 02-030-001 CANT ASSY 20' lWMF IWL 2WT, LED FL LT ARM ASSY, 2W, LINCOLN LEDS, 10" MTG FL LT ARM ASSY, 2W, 5" MTG FL LT ARM ASSY, lW, 5" MTG FL LT ARM ASSY, LED, lW, 5" MTG EXTENSION ARM FOR MTG SIDE LIGHTS GATE 16' ALUMINUM GATE 16' FIBERGLASS GATE SLEEVE 4' LIGHT, GATE, LED DIODE, TIP LIGHT STEERING DUCTSEAL PER POUND TAPE DUCT TAPE 88 PLASTICE SO CORD 10/3 SJ CORD 16/3GATE LIGHT WIRING RR XING SIGN DIAM 5" MAST RR XING SIGN DIAM. 10" MAST DECAL CROSSING IDENTiFiCATION SIGN MTG KIT 5IN LIGHT, AMBER LED (XRI) LIGHT, WHITE INC (POI) DIODE, POI SPRAY PAINT, ALUMINUM/SILVER PAINT, MARKING, WHITE SPRAY FQAM FOUNDATION GALV 481N 5IN MAST FOUNDATION CANT SINGLE 7' PVC CONDUIT 4IN SCHS0 PVC CONDUIT 2IN SCHS0 PVC ELBOW 4IN SCHS0 PVC ELBOW 2IN SCHS0 PVC COUPLING 4IN SCH 80 PVC COUPLING 2IN SCHS0 PVC REDUCER 4IN TO 2iN PVC CEMENT PULL BOX 13X24X18 W/COVE R Each Each Each Each Each Each Each Each Each Each Each Each Each Each Foot Foot Each Each Each Each Each Each Each Each Each Each Each Each Foot Foot Each Each Each Each Each Each Each 1 lO,49300 lo,493 OD 2 1,739 00 3,478 OD 2 1,779 OD 355800 2 1,125 O0 2.250 00 1 1,12500 1,12500 1 321 O0 321 00 1 14600 14600 1 11900 11900 1 2700 27 00 12 6900 82800 4 70 00 26000 60 I 76 1056O 4 394 15 76 § 334 2004 1 000 062 62000 120 0 21 25 20 7 129 00 903 00 2 18600 37200 I 7095 7095 1 9900 99 00 1 7450 7450 I 19 33 1933 1 515 515 4 430 1720 4 322 1288 6 4 19 25 14 1 34900 34900 I 883 38 88338 780 3 11 2425 80 100 112 112 00 38 41 10 1.561 80 2 770 1540 78 206 160 58 10 o54 540 4 457 1828 6 650 3900 1 17809 17509 Railroad Controls, LP 7471 Benbrook Parkway Benbrook, TX 76126 Sell To: Fort Worth & Western RR Jim Martin 6300 Ridglea Place Suite 1200 Fort Worth, TX 76116 Project Estimates good for 90 days. PROJECT ESTIMATE Estimate Number ..... A2919 RCL Job Number ..... C9598A Estimate Date ...... 07/23/03 Page .......... 2 Job Description .... State Project Number . CM 96(907) CSJ Number ...... CSJ 0918-45-321 DOT Number ..... 790206D Rail road Mile Post 606.20 Estimator ....... Garth Armstrong Customer ID ..... 1025 Item No. 02~030-002 02-040-000 02-040-001 02-041-006 02~42-002 02-070-000 02-081-000 02~81-002 03-000-034 03-014-002 03~29-000 03-029-007 03-029-009 0~030-004 03-052-002 03-052~09 03-052-016 03-052-022 03-071-010 03-071-022 03-071-023 03-072-032 03-073-007 03-075-002 03-075-052 03~)75-070 03-075-073 03-075-074 03-075-077 03-075-078 03-075-088 03~75-089 03-075-095 03~76-012 03-077-001 03-077-003 03-077-005 Description PULL BOX 24X36X18 W/COVER GROUND ROD 5/SIN X 10FT GROUND ROD COVER ONE SHOT 5/8 SOL #1, #2 STR #2, #3 TYPE NX WIRE GROUND 2AWG BARE COPPER STONE CRUSHED 15 YD CABLE COMPOSITE 10C 6AWG & 7C 10AWG CABLE COMPOSITE 10C 6AWG CABIN, 8X8, 2 DOOR, ALUM, RCL SPEC HXP-3R W/IDK 8 KHZ RSI RMM AXD XLC-CROSSING LAMP CONTROLLER W/BASE VLG 21N-2OUT 3-12 SEC DELAY W/BASE VITAL RELAY DRIVER MDSA-1A WFFTA3 ARRESTORS NAS, LOD NAS, DIGITAL INPUT MODULE, 16 INPUTS WAGO ASSY FOR NAS RECORDER NAS, UDA RECORDER, CELL & DTMF RECTIFIER ERBC 12/40 W/10FT PLUG, RECEPTACLE, TWIST LOCK, HUBBELL 4720C RECTIFIER, POWER CORD, SJ014-4 BATTERY EXIDE ELM-500 TERMINAL ASSY, BAT MULTI CON RELAY, ST1 500 OHM, 6FB, HD NEUTRAL PLUG BOARD RELAY, ST1, TEST POST, VTG TEST POST,15-20 CRI FILLER PLATE KIT EXTRACTOR TOOL, CONTACT WRENCH, TEST NUT TERM, CRIMP TYPE, 10-14 AWG TERM, CRIMP TYPE, 16-20 AWG BASE, RELAY, 8 PIN, SURFACE MNT, P&B 27E122 HOLD DOWN CLiP FOR KRPA RELAY, P&B 20C176 RELAY, KRPA-11AN 120, 2PDT, 8 PIN RESISTOR, ADJ, 3 OHM, 2 24A (LAMP) ARRESTER CLEARVIEW EQUALIZER HEAVY DUTY ARRESTER, LIGHTNING, SHP120-20 Unit Qty. Unit Price Total Price Each 4 414 80 1,659 20 Each 11 7 53 8283 Each 11 3741 411 51 Each 12 7 48 89 76 Foot 110 029 31 90 Each 1 1,000 oo 1,000 oo Foot 900 461 4,149 oo Foot 750 3 37 2,527 50 Each 1 899400 8,99400 Each 1 19,367 00 19,367 O0 Each 5 916 00 4,58000 Each 1 601 oo 601 oo Each 2 70700 1.414 O0 Each 1 269 oo 269 oo Each 4 85 oo 340 oo Each 1 325 oo 325 oo Each 1 37 54 37 54 Each 1 7,400 00 7.400 00 Each 3 680 oo 2,040 OD Each 3 10 40 31 20 Foot 60 036 21 60 Each 18 26000 4,680 DO Each 6 1860 111 60 Each 4 670 oo 2,680 oo Each 4 132 oo 528 00 Each 6 6 18 37 08 Each 1 1238 12 38 Each 1 3208 32 08 Each 10 3 12 31 20 Each 20 255 51 oo Each 1 5 78 5 78 Each 1 0 62 0 62 Each 1 17 96 17 96 Each 18 27 95 503 10 Each 68 11 73 797 64 Each 3 14 98 44 94 Each 3 85 81 257 43 Railroad Controls, LP 7471 Benbrook Parkway Benbrook, TX 76126 Sell To: Fort Worth & Western RR Jim Martin 6300 Ridglea Place Suite 1200 Fort Worth, TX 76116 Project Estimates good for 90 days. PROJECT ESTIMATE Estimate Number .... A2919 RCL Job Number C9598A Estimate Date . . 07/23/03 Page ....... 3 Job Description State Project Number . CM 96(907) CSJ Number ....... CSJ 091845-321 DOT Number ....... 790206D Railroad Mile Post . . .606.20 Estimator ....... Garth Armstrong Customer ID ....... 1025 Item No. 03-077~08 03~)80-000 03-080~02 034380-003 03-080-005 03-080-006 03-080-011 03-081-001 03-O81-004 03-083-001 03-083-002 03-095-012 03-095-020 03-095-021 03-095-022 03-095-023 03-095-024 03-095-025 03-09~026 03-095-027 03-095-028 03-095-029 03~95-030 03-095-031 03-095-032 03q~95-053 03-095~54 03-096-000 03-096-001 03-096-002 03-096-004 03-096-005 03-096-006 03-097-002 03-097-003 03A)97-004 03-097-011 Description SHUNT ARRESTER TERMINAL BLOCK TERM BLOCK DOUBLE ROW W/STRAPS TERMINAL BLOCK SINGLE ROW TERMINAL BLOCK 2 POS 2 3/81N. BLOCK, 4-POST, EPP, TERMINAL TERMINAL BLOCf~ BAKELITE 2-3/8" BUSS STRIP 36", F/EPP BLOCK XFMR FOR PO~ STANCOR TRANSFORMER MAGNETEK N66A250V WAGO ASSY, POWER ASSY WAGO ASSY, X-FRMR WIRE CASE 10AWG GRAY HYPALON WIRE, HYPALON 18AWG, VIOLET WIRE, HYPALON 18AWG, ORANGE WIRE, HYPALON 18AWG, VIOLET & ORANGE TWISTED WIRE, HYPALON 16AWG, BLUE WIRE, HYPALON 16AWG, YELLOW WIRE, HYPALON 16AWG, BLUE & YELLOW TWISTED WIRE, HYPALON 10AWG, BLACK WIRE, HYPALON, IOAWG, RED WIRE, HYPALON, IOAWG, RED & BLACK TVVISTED WIRE, HYPALON, 6AWG, BLACK WIRE, HYPALON, 6AWG, RED WIRE, HYPALON, 6AWG, GREEN WIRE, HYPALON, 16AWG, RED & BLACK TWISTED WIRE, HYPALON, 10AWG, GRAY, TWISTED WIRE, HYPALON, 10AWG, BLUE TERMINAL RiNG 1/4 18-22AWG TERMINAL RING 1/4 14-16AWG TERMINAL RING 1/4 10-12AWG TERMINAL RING 1/4 6AWG TERMINAL RiNG 3/8 6AWG TY WRAP 11~N TAGS FIELD INSTALLED 16-10 TAGS FIELD INSTALLED 12-6 PRINTER RIBB CRITCHLEY TAGS TAGS, BRADY, 50W X 90H, NON SHRINK, WIRE AWG 160- 250, CP Unit Qty. Unit Price Each 2 410 Each 20 1127 Each 6 872 Each 4 490 Each 62 18 84 Each 1 533 Each 2 23 41 Each I 39 O4 Each 1 56 32 Each 1 3812 Each 1 17 70 Foot 150 0 32 Foot 160 0 06 Foot 160 0 06 Foot 260 8 15 Foot 200 0 11 Foot 200 011 Foot 400 o 23 Foot 400 0 26 Foot 400 024 Foot 6O0 0 54 Foot 300 9 62 Foot 300 0 62 Foot 2oo 0 62 Foot 400 0 23 Foot 140 0 55 Foot 200 0 29 Each 75 011 Each 300 0 ~0 Each 300 0 16 Each 200 0 30 Each 70 045 Each 750 0 09 Each 2 42 26 Each 2 62~5 Each 1 9 34 Each 500 0 17 Total Price 8 20 225 40 52 32 1960 5 33 46 82 3904 56 32 3812 17 70 4800 9 60 960 39 00 22 O0 22 O0 9200 104 O0 98 00 324 GO 186 O0 t 86 O0 124 O0 92 O0 77 O0 5800 8 25 30 O0 48 00 60 O0 31 50 67 50 84 52 124 30 9 34 85 O0 Railroad Controls, LP ?4? 1 Bcnbrook Parkway Bcnbrook, TX 76126 Sell To: Fort Worth & Western RR Jim Martin 6300 Ridglea Place Suite 1200 Fort Worth, TX 76116 Project Estimates good for 90 days. Item No. Description PROJECT ESTIMATE Estimate Number ..... A2919 RCL Job Number ..... C9598A Estimate Date ..... 07/23/03 Page ........... 4 Job Description ..... State Project Number . CM 96(907) CSJ Number ....... CSJ 091845-321 DQT Number ...... 7902060 Railroad Mile Post .... 606.20 Estimator ....... Garth Armstrong Customer ID ...... 1025 Unit Total Unit Qty. Price Price 03-097-012 03-098-001 03-098-002 03-098-003 03-098-004 03-098-005 03~98-006 03-098-007 03-098-008 03-098-022 03-099-002 04-000-000 04-000-001 04-000-003 04-000-004 04-001-001 04-002-000 04-004-001 04-010-010 04q310-021 04-0 11-000 04-020-000 04-021-000 07-040-000 400-011 6 7 8 9 10 11 12 t4 15 16 17 18 TAGS, BRADY, 667W X 90H, HEAT SHRINK, WIRE AWG .290- 335, BINDING NUT CLAMP NUT NUT, INSULATED 1 31'i6" WASHER FLAT lIN. CONNECTOR FLAT 12IN.CONNECTOR FLAT GOLD TEST NUT lIN TEST LINK FLAT TEST LINK, iNSULATED, FOR 2POS 2-3/8 TERM BLK LOCK AMERICAN WI1KEYP/N 10L SPECIFY KEYING RETAINER CLIP WRAP AROUND BONDS 3/161N X 3/41N TAB SLEEVE BOND 3/16 X 3/41N TAB GRINDING WHEEL 6IN X lIN WIRE TRACK 6AWG PVC INSULATED TERMINAL HOUSE 385A CGB FOR TRACK WIRE ~625HUBBELL SHC1018 NARROW BAND SHUNT FSS1C/2C630-686-753-816-881-979HZ SHUNT CASE, 24X40X12 W/FOUND & 4" RISER PIPE SHUNT PLATE WIRE TRACK 2C 6AWG TWISTED CABLE PLATE BRKR PANEL ASSY 2EA 30AMP POI CASE SIGNAL GANG, FOREMAN SIGNAL GANG, ASST FOREMAN SIGNAL GANG, SIGNALMAN SIGNAL GANG, WIREMAN CAD OPERATOR SIGNAL CHECKER, LEVEL SIGNAL CHECKER, LEVEL 2 PROJECT MANAGER MATERIALS MANAGER WAREHOUSE MANAGER ACCOUNTING, LEVEL 1 ACCOUNTING LEVEL 2 Each 100 0 07 7 oo Each 1,200 014 168 oo Each 600 0 14 112 oo Each 48 4 84 23232 Each 1 .ooo 006 6000 Each t50 039 5850 Each 6 8 33 49 98 Each 250 1 oo 250 oo Each 250 1 24 310 oo Each 1 1 25 1 25 Each 12 27 00 324 oo Each 8 1 85 14 80 Each 300 2 70 810 oo Each 10 026 2 60 Each I 23 99 23 99 Foot 200 071 142 00 Each 2 138 00 276 00 Each 4 4 25 17 oo Each 2 53700 1 074 o0 Each 2 680 oo 1,360 oo Each 2 32 54 65 08 Foot 400 0 96 384 00 Each 3 26 85 8055 Each 2 39 31 78 62 Each 1 137 oo 137 00 Hour 140 23 32 3,264 80 Hour 20 19 00 380 00 Hour 360 15 00 5400 00 Hour 100 15 50 1,550 00 Hour 50 14 50 725 00 Hour 20 20 41 408 20 Hour 15 25 58 383 70 Hour 32 38 46 1.230 72 Hour 10 25 48 254 80 Hour' 8 1272 101 76 Hour 10 16 83 168 30 Hour 10 16 83 168 30 Sell To: Fort Worth & Western RR Jim Martin 6300 Ridglea Place Suite 1200 FortWorth, TX 76116 Project Estimates good for 90 days. Railroad Controls, LP 7471 Benbrook Parkway Benbrook, TX 76126 Item No. Description 21 22 23 24 26 28 31 32 33 39 40 41 EMPLOYEE MEALS (PER DIEM) EMPLOYEE TRAVEL & LODGING TRUCK, PU, I TON CREW CAB TRUCK, BOOM, ART, TELESCOPING BACKHOE, 2WD, 95 HP TRAILER, UTILITY, 4 TIRE GRINDER, RAIL, PORTABLE BORING 4", SCH 80 PVC, PER FT ELECTRICAL, PLUS PERMITS, #1 GENERATOR, 2400 WATT, 5 HP FORKLIFT, YALE EQUIPMENT DELIVERY/PiCKUP PROJECT ESTIMATE Estimate Number ..... A2919 RCL Job Number ..... C9598A Estimate Date ..... 07/23/03 Page .......... 5 Job Description ...... State Project Number . CM 96(907) CSJ Number ..... CSJ 0918-45-321 DOT Number ...... 790206D Railroad Mile Post .... 606,20 Estimator ........ Garlh Armstrong Customer ID ....... 1025 Unit Qty. Unit Price Total Price Each 52 30 oo 1,560 oo Each 52 60 oo 3,120 oo Hour 120 11 60 1,392 oo Hour 120 55 40 6,648 DO Hour 120 29 55 3,546 00 Hour 120 7 53 903 60 Hour 120 4 63 555 60 Foot 350 25 00 8,750 00 Each I 1 ,ooo oo 1,ooo oo Hour 120 2 00 240 oo Hour 8 31 85 254 80 Lump 1 50 00 50 00 SUBTOTAL LABOR ................................................... SUBTOTAL EQUIPMENT. ................................................ SUBTOTAL CONTRACT ................................................. SUBTOTAL PER DIEM .................................................. SUBTOTAL MATERIALS ................................................. G&A BURDEN FOR MATERIAL ............................................. G&A BURDEN FOR LABOR ............................................... DL BENEFIT AUDITED RATE .............................................. GL LIB. INS. AUDITED RATE .............................................. FREIGHT ......................................................... FIXED FEE ........................................................ OTHER FEES ....................................................... 14,036.58 13,S90.00 9,750.00 4,680.00 105,678.15 41,901.36 5,565.11 4,971.40 2,501.15 5,283.97 20,795.68 0.00 SUBTOTAL: 228,752.40 SALES TAX: 0.00 TOTAL: 228,752.40