Loading...
Number 26Texas Department of Tra ort_ at on DEWITT C. GREER STATE HIGHWAY BLDG. • 125 E. 11TH STREET • AUSTIN, JON 2(91�ti93{Sbtt November 13, 2003 llhI j NOV 2 1 2003 Dallas County - DOT No. 790 206D, RRMP 606.20 CSJ 0918 -45 -321 Project CM 96(907) 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: CITY clr YO-11 TxDOT Contract No.1 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 ro 6-A-1 6-A-1 (, p f An Equal Opportunity Employer STATE OF TEXAS § COUNTY OF TRAVIS Dallas County CSJ 0918 -45 -321 Project CM 96(907) MacArthur Boulevard in Coppell DOT No. 790 206D TEXAS DEPARTMENT OF TRANSPORTATION HIGHWAY - RAILROAD FORCE ACCOUNT AGREEMENT THIS AGREEMENT, made and entered into on the date hereinafter shown as being fully executed, by and between the State of Texas, acting by and through the Texas Department of Transportation, hereinafter called the "State" and/or "Department ", Dallas Area Rapid Transit, hereinafter called "DART ", a regional transportation authority created, organized, and existing under Chapter 452, Texas Transportation Code, formerly Article 1118y, VATCS as amended, acting by and through its duly authorized official, the 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 WHEREAS, DART owns and /or manages certain railroad rights of way in Dallas, Denton, Collin, and Tarrant Counties, Texas (the "DART Right of Way "), and WHEREAS, MacArthur Boulevard (the "Highway ") intersects the DART Right of Way at DOT No. 790 206D (Railroad Milepost 606.20, Highway Station 9 +971.94) in Coppell, Dallas County, Texas, and the State proposes to cross the DART Right of Way to improve the existing crossing as shown in the print marked Exhibit "A" attached hereto and made a part hereof, and WHEREAS, on January 29, 1999, Commission Minute Order 107737, the Texas Transportation Commission authorized Congestion Mitigation and Air Quality funds for intersection improvements, turn lanes, traffic signals and anything that improves congestion and air quality, and WHEREAS, it will be necessary to replace the existing grade crossing and relocate and upgrade the existing warning devices as shown in the print marked Exhibit "A" attached hereto and made a part hereof, and WHEREAS, the State, DART, the Railroad, and the City, severally and collectively, agree to interface the highway traffic 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 Exhibit "A" attached hereto and made a part hereof. AGREEMENT NOW THEREFORE, in consideration of the premises and of mutual covenants and agreements of the parties hereto, to be by them respectively kept and performed as hereinafter set forth, it is agreed as follows: Signal & Planking 1 of 8 DART, FW &W, CITY of COPPELL 5/19/03 L PERMISSION. a. DART hereby gives to the State and/or its Contractor permission to construct the highway across its property at the intersection of DART and the roadway and grants permission to the City for maintenance of said facilities, as shown in Exhibit "A ". b. The permission given is subject to the rights of utility companies to maintain and operate 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 necessary 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 facilities upon and across said property shall in any way be affected by the giving of this permission. d. It is agreed that should the property or any portion thereof for which permission is given hereunder cease to be used for public road purposes, this permission, as to the portion so abandoned, shall immediately cease and terminate. 2. SCOPE OF WORK. Exhibit "A ". a. The State, DART, the Railroad, and the City agree to perform the work as outlined in 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 and/or the Railroad's responsibility to order and assemble a high quality grade of concrete and all related items and materials, and perform additional work if specified in Exhibit "A ". When installed, the concrete crossing pavement shall provide a smooth and even crossing surface 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 the State for installation. Any handling and material costs incurred by DART and/or the Railroad for rejected materials shall be the sole expense of DART and/or the Railroad. All rail joints within the limits of the crossing area shall be welded at State's expense. C. Subgrade stabilization improvement work is required as detailed in Exhibit "A ". DART and/or the Railroad will remove the existing rails and cross ties within the crossing limits, and the State and/or the State's Contractor will excavate the existing material and furnish and install the stabilized subgrade. DART and/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 /or the State's Contractor will provide asphalt level -up for the roadway approaches to the new crossings. e. DART and/or the Railroad will relocate and modify the existing warning devices, as detailed in Exhibit "A ". f. DART and/or the Railroad will furnish and install a relay to provide for advance preemption to traffic signals, and coordinate the operation of the railroad grade crossing warning devices with the operation of the highway traffic control signals, as detailed in Exhibit "A ". Signal & Planking 2 of 8 DART, FW &W CITY of COPPELL 5/19/03 g. DART and/or the Railroad shall submit a written cost estimate for all Railroad force account work and a signal circuit diagram plan, subject to approval by the State, detailed in accordance with Exhibit "A ". Said estimate will be identified as "Attachment 'I "'. 3. CONSTRUCTION AND MAINTENANCE. a. DART and/or the Railroad shall commence the 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 be made for work done by DART and/or the Railroad that is performed at the project site prior to the Work Order date. Materials used on the project should be assembled sufficiently in advance to assure prompt delivery, but reimbursement for any materials or handling charges will be contingent upon the issuance of the Work Order. b. Following the issuance of the Work 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 the installation of the concrete crossing. c. DART and/or the Railroad shall remove the existing track material, including cross ties, within the limits of the crossing area. DART and/or the Railroad shall then furnish and install new cross ties in lengths applicable to DART's standards, and install the new full depth concrete crossing pavement with rubber inserts for a width as shown 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 the crossing surface. The State will pay for rail, rail anchor, and tie plant replacement when the improvements include the installation of concrete crossings provided that the existing rail is less than 112 pounds per track foot. The State agrees to pay for cross tie replacement within the limits of the crossing area and ten (10) feet off each end of the crossing. e. DART and/or the Railroad shall maintain and operate the highway - railroad grade crossing warning system as installed and in accordance with the design of operation as shown in Exhibit "A ". No changes are to be made in the design, operation, and location of the warning systems without the written approval of the State. f. DART and/or the Railroad, under terms of this agreement, gives the State and/or its Contractor and the City permission to enter DART's right of way to perform 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, pavement markings, and advance warning signs. 4. INSURANCE. Prior to the beginning of work the Contractor shall provide to the State and to DART a Certificate of Insurance covering the below listed insurance coverages: Signal & Planking 3 of 8 DART, FW &W, CITY of COPPELL 5/19/03 a. Workers' Compensation Insurance and Employers' Liability Amount - Statutory b. Employers' Liability Insurance Amounts - $100,000 Each Accident $100,000 Each Employee for Disease $500,000 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 Liability Insurance Amounts - Bodily Injury & $2,000,000 Each Occurrence Property Damage $2,000,000 Aggregate e. Comprehensive Automobile Liability 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 Protective Liability Insurance Amounts - Bodily Injury & $2,000,000 Each Occurrence Property Damage $6,000,000 Aggregate This insurance shall be kept in force until the work described in this contract has been completed and accepted by the State. The State, DART, the Railroad, and the City shall be included as "Additional Insureds" by endorsement to policies issued for coverages listed in c. and e. above. A "Waiver of Subrogation Endorsement" in favor 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 in f. above shall be issued in the names of DART and the Fort Worth and Western Railroad. The 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. PAYMENT 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 performed and materials furnished, including but not limited to, insurance premiums and coverage at the rate and amount set forth in the approved cost estimate attached hereto, in accordance with the provisions of the Federal - Aid Policy Guide, Subchapter B, Part 140, Subpart I, issued by the Federal Hi g y hwa A December 9, 1991, and amendments thereto except as modified b the dm e ti on performed and materials furnished by DART and/or the Railroad will be reimbursed by the rin. W State based on actual costs incurred by DART and/or the Railroad as they relate to the development of the project and approved in the cost estimate. c. Cost of preliminary engineering (which is ineligible for reimbursement with Federal funds if incurred prior to date of program approval) will be reimbursed with State funds if incurred after the State's request for preparation of estimates. d. DART and/or the Railroad may submit monthly bills of at least $500.00, prepared in satisfactory form, for work performed and materials installed. Payment will be made within thert days for as much as 95% of the costs detailed on the bills. y ( 30 ) e. DART and/or the Railroad will submit a complete and final bill, including all eligible costs, when the project is completed, and the State will pay to DART and/or the Railroad as much as 95% of the costs detailed on the bill. The State shall make payment within thirty (30) days of receipt of the bill. After audit of DART's and/or the Railroad's documentation 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 the City reserves the right to cancel this agreement for any reason and at any time prior to the issuance of a Work Order by the State to 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 any expense incident to any cost incurred in the event of the cancellation of this contract, unless a "Work Order" was issued by 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 auditing purposes for a period of three years after payment of the final bill. 8. EXISTING AGREEMENTS. It is agreed that all existing agreements between DART and the State and/or the City concerning licenses, permits, leases or easements at this location shall remain in full force and effect. 9. RESPONSIBLE FOR ITS OWN ACTIONS. The parties hereto acknowledge that they are not an agent, servant, or employee of the other party and are responsible for their own acts and deeds and for those of their agents and employees during performance of contract work. 10. PROTECTION OF FIBER OPTIC CABLE SYSTEMS. 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 service to users resulting in business interruption and loss of revenue and profits. The State and/or its Contractor shall telephone Universal Texas at (800) 545 -6005 to determine if fiber optic cable is burred anywhere on the DART premises to be used by the State. If it is, the State and/or its Contractor will telephone the telecommunications company(ies) involved, arrange for a cable locator, and Signal & Planking 5!19/03 5 of 8 DART, FW &W, CITY of COPPELL make arrangements for relocation or other protection of the fiber optic cable prior to beginning any work on the DART premises. 11. LIMITED ACCESS. The State and/or the City hereby agrees that during 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 RETAINS TITLE. Upon execution by all parties, this agreement will 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 the State and/or the City shall abandon the use of the DART premises, or any part thereof, for such purposes, this license and permission and the rights and privileges granted hereby as to the portion or portions so 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 exclude therefrom the State and/or the City, its successors, and assigns. 13. TRANSFER. The State and/or the City shall not assign the Agreement, in whole or in part, or any rights herein granted, without the written consent of DART, and it is agreed that any transfer or assignment of this Agreement or any of the rights 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 shown in Exhibit "A" and is expressly subject and subordinate to the present and future rights 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 or facilities of similar or different character, as now located, and to construct, install, establish, and thereafter maintain, use, operate, and to renew on, beneath, or above the surface of the DART premises, any or all said things, provided the same do not materially interfere with the State's use of the DART premises as hereinabove provided. 15. NOTIFICATION. The State agrees to notify DART and/or the Railroad in writing when all work on the DART'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 state highway system shall automatically cease and terminate upon official completion of the project. The City shall assume the rights of the State after the State has completed the project and released retainage (if retainage required) and paid DART and/or the Railroad for all eligible costs incurred hereunder, for those 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 rights of DART at the crossing. It is agreed that if there are future track modifications at the crossing, DART will restore the highway to proper condition and restore the functional operation of the warning system. Signal & Planking 6 of 8 DART, FW &W, CITY of COPPELL 5/19/03 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. "'—a By- Date C) 3 Carlos A. Lopez, P.E., Director, Traffic Operations Division DALLAS AREA RAPID TRANSIT By Date 44��ryn p. V�(u�r5 Name and Title ylC� P(e5ldent, (t Ow�rtu�kr Rc R����p�, FORT WORTH AND WESTERN RAILROAD COMPANY B Date Name and Title ---I j CITY OF COPPELL ,3 By Date Name and Title ,� ; dt / i! •r Signal & Planking 5/19/03 1. _ 4 r `�''r v 7 of 8 DART, FW &W, CITY of COPPELL Notices: For the purposes of this agreement, all notices, correspondence, billings, and other documentation shall be mailed to the following addresses: For the State of Texas Railroad Section Director Texas Department of Transportation Traffic Operations Division (TRF -RR) 125 East 11 `h 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 For the Fort Worth and Western Railroad Company For the City of Coppell President and Chief Operating Officer City Manager The Fort Worth and Western Railroad Company City of Coppell 6300 Ridglea Place, Suite 1200 P. O. Box 9478 Fort Worth, TX 76116 Coppell, TX 75019 Signal & Planking 5/19/03 8 of 8 DART, FW &W, CITY of COPPELL P: \Projects196043 \dgn\sent to CMAQ\6043brrnotes.dwg, 01/27/03 03:15:19 PM 10 oo:-jrn- 41, wN� - .. O > C) t- � '3 t7W cn Vj t7xp�0 25 Nz?� z adz oz C) zUO C C-0 S�r �K �CAy 0 o o� y �n O tr O cn d � C�7 P 00 C) o^ � � N z� x � H zOz t� O o� � M rn O O A (T1 h7 O 0 ri i \0 J O\ vi A W N OOOS�pwdn0l4 oY t7A d o?^ o bbb'tytn .w� Ytiyrz�o ° o ���cro cn yy cn v. W W rn O r O :� ry0o2a 11 bAv b oy0U vi YC� o0 0PN d gi� ocx �Z��� �, o. �oC o. Q� yd ��Z oH°. dHNr�� �M� cl r ��H�p�C7 ��tr�do ° ono �0 a ° - �rr�rn� ;,, mnooc: yp O n0 o oom cyr"�0v� yrWr C7 w �° cn 9�0 �zyyz�o� �° o H�zd � ,� ytr70`,� �Ov,4�HNp r- 00 0 OO oozes �,p~ oy��opoc m�pd 8 C) 't 9 � a o�T ,y%b° �, z oc•vO O r �G � P►� � �n� H tr'r Oro ~ya r'' HyZ'riMt:C7H v Wb7 z�G7 KC" < �oHC) „0c �y�H H`ny too ^o LO z K�' � �y yx tr7 00 Orry' ��✓ � dj ytZo o t�� ii M r �� d � � �Cv„ 1 , MttO�"7 i Cy7 c4 n � Y�,yo'��2� t�0 z n' o ` z H °O N � > o Lo O H d r G• � C) Lo co� m z x o y� `A 8q Z Zz OXO0 r O � 0 Ox j z ro loo,�4 N,O� Y ;y9r�O 'O Ti Z � 'r1 p 0 `n Zp °y�0 ° p �W OY rr,o��Zroo O � O d O z x z �� a z zro G)O 4 �� oCA b cn c •C ,j O yz �� t7l Oyy �p p 0 y rZ��x Vy�y'Z7� °w O o �7 V. 7d cn ° O A 7 O <C) a b z y o tri rr H FIT, D —I TrT /V H N n � o C) N ---I V H I-A O 0 Z -Tj Z 'Im OT T /V(-) ao D z H Z Zn D zo Zoo C ^o w I'l mrriL —C) G y 0 0 o C) n3 —1 v 3 w G n i d 1'� --� ti---1 D QP r �D mn r �p D X r-> 0 D w Oo � �= N NN D y Z Q < D n y < i -� 3 R N z -irw cno 'Z1"', � A m c vry m L x 3 D � y A m T T A n C3 m D pl+ + A (T1 h7 O 0 ri i \0 J O\ vi A W N OOOS�pwdn0l4 oY t7A d o?^ o bbb'tytn .w� Ytiyrz�o ° o ���cro cn yy cn v. W W rn O r O :� ry0o2a 11 bAv b oy0U vi YC� o0 0PN d gi� ocx �Z��� �, o. �oC o. Q� yd ��Z oH°. dHNr�� �M� cl r ��H�p�C7 ��tr�do ° ono �0 a ° - �rr�rn� ;,, mnooc: yp O n0 o oom cyr"�0v� yrWr C7 w �° cn 9�0 �zyyz�o� �° o H�zd � ,� ytr70`,� �Ov,4�HNp r- 00 0 OO oozes �,p~ oy��opoc m�pd 8 C) 't 9 � a o�T ,y%b° �, z oc•vO O r �G � P►� � �n� H tr'r Oro ~ya r'' HyZ'riMt:C7H v Wb7 z�G7 KC" < �oHC) „0c �y�H H`ny too ^o LO z K�' � �y yx tr7 00 Orry' ��✓ � dj ytZo o t�� ii M r �� d � � �Cv„ 1 , MttO�"7 i Cy7 c4 n � Y�,yo'��2� t�0 z n' o ` z H °O N � > o Lo O H d r G• � C) Lo co� m z x o y� `A 8q Z Zz OXO0 r O � 0 Ox j z ro loo,�4 N,O� Y ;y9r�O 'O Ti Z � 'r1 p 0 `n Zp °y�0 ° p �W OY rr,o��Zroo O � O d O z x z �� a z zro G)O 4 �� oCA b cn c •C ,j O yz �� t7l Oyy �p p 0 y rZ��x Vy�y'Z7� °w O o �7 V. 7d cn ° O A 7 O <C) a b z y o tri rr H FIT, D —I TrT /V H N n � o C) N ---I V H I-A O 0 Z -Tj Z 'Im OT T /V(-) ao D z H Z Zn D zo Zoo C ^o w I'l mrriL —C) G y 0 l i C) n3 —1 � tj 3 DA G UI 0 1' 3 6 a. 3 *1 A fAj 3 � m c a � ti 7u ;o A �` d C3 � m m W 1 C t1 m m 2 D ;o a m m v _ A rd 0 > .. U 0 / M ■ la i7� HCCC N fm' D 3 mw Orri NN 4A --q 0 o A m -i m C ^ J. (A p. t� f7� W ti C � � R Z fl H= O s4� �v C p w I'l o D o G rN$ 0 Z —1 � tj 3 DA 0 n i d 1'� --� ti---1 D QP mn r-> NN n 0 3M' 1�40N ^o z -irw cno m- A mmcn c vry m A m T T A n C ^ J. (A p. t� f7� W ti C � � R Z fl H= O s4� �v N q i � � r rQ r ro w It i I � v 2 0 w v ?o rm • x Py C -1 ff1 O 70 PI c .Ni 0 r 7 O H C p I'l o D o G rN$ Z —1 � tj m 0 n i d --� ti---1 D QP N q i � � r rQ r ro w It i I � v 2 0 w v ?o rm • x Py C -1 ff1 O 70 PI c .Ni 0 r 7 O H PROP N A PROPERTY LINE Z c o v ^w =az<m oo m.. Amax <m IxC .'V2 X 0VmNI 0 f >t7rz- 3 r�ICm3!�D �a x z-+ oar .^ m Cmnlmz+l C — ``—PETRI) 1-4(4- b C nv. c)ze PETRI) --�� c Z a N D c 1 D > -.4 -I wrvrma«» - °z 0 ❑ o --bb- 19 ao N D n 'd a Am D ao < to s� wi OA 3W V �v U x S 0 0 w < < < < n Cl r 6A b� D N a m n d c x C a D N O < h O H > D� 3 �m 3 N o ID (� W� o a CD m2 r-� c N �0 1 1 -I � i E c'rl a� ° m m r �' O AC < z H 0 CO s O A d �+ s 3 n ttf mAX rz•- r N P O � t7 x ^ rZo 5z,; S z xr N < -1 m ns�liom C -ice. -1 Q;D w N r D D W <N . A.-.mr I Mm Z p 0 w >me wx cz-1 2Z =;° zz BIZ C !! TrN JIm ;fiDiD I _ � d N M r m Ozr ,;In I Cn nzrm -1 w W 2 N V-i -1A trl �ONN.D.. mza-.r Z N d Zy D Coal- 3> p 10 DmOrrrio x2C70 M D0 -nA nooAm mzooz R2r- ,,g In 11 ..m mm^ m 1 a rn o Ni r,A= - a roo� r Nmm D 0 N <n•Drw mmDam n xzzn� o m -4mm.. c zmr- m z a�crc- m -4 e < A 0 n N < n m r r PETRp--t mcnA1 Dams n-4rm mmo pA 4D ,,,I r; AWN D WWM1= m z P S D 1 DD rp r 4:x Z.x•. C r� °mm 1:'INmfm 2-ixA^ N w p r z v ELTLINE RDA Loo o0 4 n D a C r m o a Q °o C L r�'7--� 3 1 1 < ti in D N � 3 d -Tj Z 0 3� D Z a� zD C7 O� Z 0 N S I.— v = Na b D A ;gam°A O a� m� ni D Z Iz 1 y fo D )K `"btiTll- +Gd'-+td�;C1D�D��7 DO �1DCZ ZDMmzmt7.T1m �1rZ- 1M- 1r- Or�OCC7r- -- 0 mD�SDDD<D�7C7(/�DD -im C--IM rr-i mr-i -im D D m ;U D Z W -i >n --i 3 m ZmDU) =om —.0m r� rjrdo - -'e...rzc .. I m tl�3 M2 `-' rlto 20 W —`'' 3 m C Gl70w m< "< Z W_ �0ZmMmm m -� -i Zap D- im -tym� Xm T- > D\! (-)m7oNm n -u z m Gl -i -D m m --1 r -{ D70 DDO Zvi D Gl n X3CODN rZ' o rNrl --i m w2 —"z—mr. -I 0 r O D to =rm(nZ O r ;u o Gl -9w O m r0 I-•ZlcOCCI m D n D Z — D— rrl E -1 t7 = (-,)-o C1 to ;o t7 70 Z . x •D �< O— m-i -i tyr'l - rl ;UCZotjm= 070 w O'D 2 \ cl In •- iS1 C m r- to C•) z ti o ;o -1;0 1 OOD O 3 0 DO -IzCr �r tJm *1 r A —ty C D F+ rD 3 •-.z Z w r --I to r -i ti .-. ^ -< -i -i m r*1 D (n z -i mM C3= ;OZ* T1 m w-D np O =Z r m- O m►- O t7 m v, ° -i m 0 Gl D z 3� (mj� m 3z mm M z A -Zi (% rl D i M m0 z 3 z ec tj 3c m Im ty D N bd z G) I�WN A b° ° z € A Z(�DCti 10 D m ty <MLDZ O ro �mZCbd(n to A ti DOZS -♦—�7 b + 1 ZZ-i 'DN(C) .-. D D03Z<t=o T o+ �!►��o- x:11' ��,�_ t7Z O D0 -nA nooAm mzooz R2r- ,,g In 11 ..m mm^ m 1 a rn o Ni r,A= - a roo� r Nmm D 0 N <n•Drw mmDam n xzzn� o m -4mm.. c zmr- m z a�crc- m -4 e < A 0 n N < n m r r PETRp--t mcnA1 Dams n-4rm mmo pA 4D ,,,I r; AWN D WWM1= m z P S D 1 DD rp r 4:x Z.x•. C r� °mm 1:'INmfm 2-ixA^ N w p r z v ELTLINE RDA Loo o0 4 n D a C r m o a Q °o C L r�'7--� 3 1 1 < ti in D N � 3 d -Tj Z 0 3� D Z a� zD C7 O� Z 0 N S I.— v = Na b D A ;gam°A O a� m� ni D Z Iz 1 y fo D )K `"btiTll- +Gd'-+td�;C1D�D��7 DO �1DCZ ZDMmzmt7.T1m �1rZ- 1M- 1r- Or�OCC7r- -- 0 mD�SDDD<D�7C7(/�DD -im C--IM rr-i mr-i -im D D m ;U D Z W -i >n --i 3 m ZmDU) =om —.0m r� rjrdo - -'e...rzc .. I m tl�3 M2 `-' rlto 20 W —`'' 3 m C Gl70w m< "< Z W_ �0ZmMmm m -� -i Zap D- im -tym� Xm T- > D\! (-)m7oNm n -u z m Gl -i -D m m --1 r -{ D70 DDO Zvi D Gl n X3CODN rZ' o rNrl --i m w2 —"z—mr. -I 0 r O D to =rm(nZ O r ;u o Gl -9w O m r0 I-•ZlcOCCI m D n D Z — D— rrl E -1 t7 = (-,)-o C1 to ;o t7 70 Z . x •D �< O— m-i -i tyr'l - rl ;UCZotjm= 070 w O'D 2 \ cl In •- iS1 C m r- to C•) z ti o ;o -1;0 1 OOD O 3 0 DO -IzCr �r tJm *1 r A —ty C D F+ rD 3 •-.z Z w r --I to r -i ti .-. ^ -< -i -i m r*1 D (n z -i mM C3= ;OZ* T1 m w-D np O =Z r m- O m►- O t7 m v, ° -i m 0 Gl D z 3� (mj� m 3z mm M z A -Zi (% rl D i M m0 z 3 z ec tj 3c m Im ty C) m z M ]> Z O —i m D N bd z G) I�WN A b° ° z € A Z(�DCti 10 D m ty <MLDZ O ro �mZCbd(n to A ti DOZS -♦—�7 b + 1 ZZ-i 'DN(C) .-. D D03Z<t=o T o+ ;W3N� t7Z O o (4 D ►-I Z Z W Ln m = `� - � o° Tl rr o -i.m m m3 DG1D^ Z - ima0r;otj— -i z ram- (� >a I w tv w (� -1 Tl m --i 9 U 3 O 1-r 0 c+ O rl 1 M r td b a 10 7C r �l x m m�►y3 a y) zlrz) — c im w M Z9, C ;om 3 -9 n -I. 0 O y _ 3�OrD .- 3 b a 0 b O%ZM3>-< C O ~ + r- a ^Z> Cry a °v c O '< ti, va -i A b a M t: m O -4i m 3 mru —0 d a� y o a -i 3 r C' �;o D M o P\ C) m z M ]> Z O —i m R A I L R 0 A 0 R E H A IB L I T A 0 C 0 N S T R U C T I 0 N N A I N T E N A C E ATTACHMENT folio AREA OFFICE 1965 091911 Ft. Worth, TX 76102 7 D 17 T %7 - ' I S 6 Phone (817) 338-9677 Metro (817) 654-9010 u i v 0 0 Fax (817) 338-9604 At L I! Ma f- t in L W,.: s t c f n Railroad 'cc. P,; P 1 �1 C,� , S Ll e 1200 0 L L L I1 - T u t, III-E: STATE L-11GHWAY CROSSING, IMAC ARTHUR BLVD if LL f r ' 'L I I :� -,�sh 11 tools, ��q[ipmtr,'L. LLJui Su,) u r\ i s oi'. .nd U'--,LTI t.:C lie L e tissa r', LG Ji Iul'a.LIl t a l e I I -x a Y ialliCad C : o ,, s i rl C C w 0 11 t S 7 :� C UDED. 1)rcposc5 to remove the e-,.istin-o rubber L-0 d Crossing oiararials, e�Laval-C dOWfl 8" bel,,,)w the Lies, install f i L t�r fabric, install 6" metal drain pipe, the CTO,'tiLiLS with new 7" -,L 9' cross ties in IS" center throughout the crossing area. The rai ls w*)' he reused and TIVI will complete 6 each project. TWI. will install new Centccy Ali' i L'PIL h L 05 C Y e t L C f I-) S i n gs p an i�: 1 s , 2 e a . 4 5 ' c 1: 0 S ti 1 .11 � This 0 1-: C,I;lp I Z: L cc] ha 1.f a t il t 'L tiie , TV,-'! x i I I Chi L,x o N o i h Mid vanes t ILei, the L vvo Sou,i 11 b c, J i,6 I C-; n � -, . - - - - - - - - - - - - - - - - - - - - - - - - - - -- S 3 4r 9 0 0 L- - - - - - - - - - - - - - - - - - - - - - - - - - - S S 7S TOTAII, COST THIS PROPOSAL - - - - - - - - - - - - - - - - - - - $ 34,637.46 'I rLiLL),) e h a riot dcd f or L I ilISLe.1lation C: any :isphalt a d /o r -: c r: rurn i sh i - or i r S offing of -.Ij v rail a 1 c 1 c r S L I gds. Tli u -1 ,thing ariv pe-formanct Cf j,.lyaC-t bcnds. - T e :)L!: Of any %V01-k or (:,f SUbbal I aa L . f U i s h H i i j, oLhui- iva-.efials usher than Lll,,,sc! 'LS :1 e,J C, n c 1-s - L-i t Lachl:d sh:;z. L . c -,"ri a n e :)f b v i r c a d I d n �Jl t r a 'I rlc c c) n t f o Thu PE-- 0i11IL1rsic Cif uny i-e I oca L ion and/or s C CL I J3 o n Cr i-;iy i o a d. S I rl&i5 all d o I: si Z ri q I c o, y s t I- -i P i s. 11ti Corp. Off ice Ennis, Texas Dallas Office (972) 875-659 Ennis, TX Amarillo, TX San Antonio, TX Shreveport, LA Broken Arrow, OK Une Rock, AR (97) 8752232 (806) 38&2591 (210) 333-3714 TRAC-W0AKGwmWn@t.StU@t (318) 222-Z735 (918)251-9106 (501)5684144 wustan.Tx Schriever, LA Sulphur, LA ESTABIJSHED1968 SarWand,Al Memphis, TN Kansas City, KS (713)681-W6 (985) 447-7091 (337) 527-7992 100% EMPLOYEE -OWNED (251) 679-M (901)9"12 (913) 764-7055 11RCL Railroad Controls Limited Sell To: Fort Worth & Western RR Jim Martin 6300 Ridglea Place Suite 1200 Fort Worth, TX 76116 Railroad Controls, LP 7471 Benbrook Parkway Benbrook, TX 76126 Project Estimates good for 90 days. 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 0918 -45 -321 DOT Number. . . . . . .790206D Railroad Mile Post . . . .606.20 Estimator . . . . . . . . . Garth Armstrong Customer ID . . . . . . .1025 Unit Total Item No. Description Unit Qty. Price Price 01- 030 -051 CANT ASSY 20'1 WMF 1 WL 2WT, LED Each 1 10,493.00 10,493.00 01- 060 -009 FL LT ARM ASSY, 2W, LINCOLN LEDS, 10" MTG Each 2 1,739.00 3,478.00 01 -060 -016 FL LT ARM ASSY, 2W, 5" MTG Each 2 1,779.00 3,558.00 01- 060 -017 FL LT ARM ASSY, 1W, 5" MTG Each 2 1,125.00 2,250.00 01- 060 -026 FL LT ARM ASSY, LED, 1 W, 5" MTG Each 1 1,125.00 1,125.00 01- 067 -000 EXTENSION ARM FOR MTG SIDE LIGHTS Each 1 321.00 321.00 01-074 -000 GATE 16' ALUMINUM Each 1 146.00 146.00 01- 074 -001 GATE 16' FIBERGLASS Each 1 119.00 119.00 01 908 GATE SLEEVE 4' Each 1 27.00 27.00 01• 001 LIGHT, GATE, LED Each 12 69.00 828.00 01- 077 -000 DIODE, TIP LIGHT STEERING Each 4 70.00 280.00 01- 077 -008 DUCTSEAL PER POUND Each 60 1.76 105.60 01- 077 -009 TAPE DUCT Each 4 3.94 15.76 01- 077 -010 TAPE 88 PLASTICE Each 6 3.34 20.04 01- 077 -012 SO CORD 10/3 Foot 1,000 0.62 620.00 01 -078 -000 SJ CORD 16 /3GATE LIGHT WIRING Foot 120 021 25.20 01- 080 -002 RR XING SIGN DIAM. 5" MAST Each 7 129.00 903.00 01- 080 -004 RR XING SIGN DIAM. 10" MAST Each 2 186.00 372.00 01 -080 -015 DECAL CROSSING IDENTIFICATION Each 1 70.95 70.95 01 -081 -000 SIGN MTG KIT 51N Each 1 99.00 99.00 01- 084001 LIGHT, AMBER LED (XRI) Each 1 74.50 74.50 01- 084 -004 LIGHT, WHITE INC. (POI) Each 1 19.33 19.33 01- 084 -005 DIODE, POI Each 1 5.15 5.15 01 -095 -002 SPRAY PAINT, ALUMINUM /SILVER Each 4 430 17.20 01- 095 -003 PAINT, MARKING, WHITE Each 4 3.22 12.88 01- 095 -004 SPRAY FOAM Each 6 .4.19 25.14 02 -010 -000 FOUNDATION GALV. 481N 51N MAST Each 1 349.00 349.00 02- 012 -000 FOUNDATION CANT SINGLE 7' Each 1 883.38 883.38 02 -020 -000 PVC CONDUIT 41N SCH80 Foot 780 3.11 2,42580 02 -020 -001 PVC CONDUIT 21N SCH80 Foot 100 112 112.00 02 -020 -002 PVC ELBOW 41N SCH80 Each 38 41.10 1,561.80 02- 020 -003 PVC ELBOW 21N SCH80 Each 2 7.70 15.40 02- 020 -004 PVC COUPLING 41N SCH 80 Each 78 2.06 160.68 02 -r' -1.005 PVC COUPLING 21N SCH80 Each 10 0.54 5.40 02 f06 PVC REDUCER 41N TO 21N Each 4 4.57 1828 02- 024 -000 PVC CEMENT Each 6 6.50 3900 02- 030 -001 PULL BOX 13X24X18 W/ COVER Each 1 178.09 178.09 Railroad Controls, LP 7471 Benbrook Parkway Benbrook, TX 76126 RailroadControls Limited PROJECT ESTIMATE Estimate Number. . . . . A2919 RCL Job Number. . . . . C9598A Estimate Date . . . . . . 07/23/03 Page . . . . . . . . . . . 2 Sell To: Fort Worth & Western RR Job Description. . . . . . Jim Martin State Project Number . . CM 96(907) 6300 Ridglea Place CSJ Number . . . . . . . CSJ 0918 -45 -321 Suite 1200 DOT Number. . . . . . .790206D Fort Worth, TX 76116 Railroad Mile Post . . . .606.20 Estimator . . . . . . . . . Garth Armstrong Customer ID . . . Project Estimates good for 90 days. . . . .1025 Unit Total Item No. Description Unit Qty. Price Price 02 -030-002 PULL BOX 24X36X18 W/ COVER Each 4 414.80 1,659.20 02- 040-000 GROUND ROD 5181N X 1OFT Each 11 7.53 82.83 02- 040-001 GROUND ROD COVER Each 11 37.41 411.51 02- 041 -006 ONE SHOT 5/8 SOL #1, #2 STR #2, #3 TYPE NX Each 12 7.48 89.76 02-042 -002 WIRE GROUND 2AWG BARE COPPER Foot 110 0.29 31.90 02 -070 -000 STONE CRUSHED 15 YD Each 1 1,000.00 1,000.00 02- 081 -000 CABLE COMPOSITE IOC 6AWG & 7C 1OAWG Foot 900 4.61 4,149.00 02-n81 -002 CABLE COMPOSITE 1 OC 6AWG Foot 750 3.37 2,527.50 C •034 CABIN, 8X8, 2 DOOR, ALUM, RCL SPEC Each 1 8,994.00 8,994.00 05-.. 14 -002 HXP -3R W /IDK 8 KHZ RSI RMM AXD Each 1 19,367.00 19,367.00 03 -029 -000 XLC- CROSSING LAMP CONTROLLER W /BASE Each 5 916.00 4,580.00 03 -029 -007 VLG 21N -20UT 3 -12 SEC DELAY W /BASE Each 1 601.00 601.00 03 -029 -009 VITAL RELAY DRIVER Each 2 707.00 1,414.00 03-030 -004 MDSA- 1AW/TTA3ARRESTORS Each 1 269.00 269.00 03 -052 -002 NAS, LOD Each 4 8500 340.00 03- 052 -009 NAS, DIGITAL INPUT MODULE, 16 INPUTS Each 1 325.00 325.00 03- 052 -016 WAGO ASSY FOR NAS RECORDER Each 1 37.54 37.54 03 -052 -022 NAS, UDA RECORDER, CELL & DTMF Each 1 7,400.00 7,400.00 03- 071 -010 RECTIFIER ERBC 12140 W/1 OFT. Each 3 680.00 2,040.00 03-071 -022 PLUG, RECEPTACLE, TWIST LOCK, HUBBELL 4720C Each 3 10.40 31.20 03 -071 -023 RECTIFIER, POWER CORD, SJO14 -4 Foot 60 0.36 21.60 03- 072 -032 BATTERY EXIDE ELM -500 Each 18 260.00 4,680.00 03 -073 -007 TERMINAL ASSY, BAT. MULTI CON Each 6 18.60 111.60 03-075 -002 RELAY, ST1, 500 OHM, 6FB, HD NEUTRAL Each 4 670.00 2,680.00 03- 075 -052 PLUG BOARD, RELAY, ST1, TEST POST, VTG TEST POST, 16-20 CRI Each 4 132.00 528.00 03- 075 -070 FILLER PLATE KIT Each 6 6.18 37.08 03-075-073 EXTRACTOR TOOL, CONTACT Each 1 12.38 12.38 03 -075 -074 WRENCH, TEST NUT Each 1 32.08 32.08 03- 075 -077 TERM, CRIMP TYPE, 10 -14 AWG Each 10 3.12 31.20 03- 075 -078 TERM, CRIMP TYPE, 16 -20 AWG Each 20 2.55 51.00 03-075 -088 BASE, RELAY, 8 PIN, SURFACE MNT, P &B 27E122 Each 1 5.78 5.78 03 -075 -089 HOLD DOWN CLIP FOR KRPA RELAY, P &B 200176 Each 1 0.62 0.62 03 -075 -095 RELAY, KRPA -I IAN -120, 2PDT, 8 PIN Each 1 1796 1796 C" 1 -012 RESISTOR, ADJ, 3 OHM, 2.24A (LAMP) Each 18 2795 503.10 G. ' -001 ARRESTER, CLEARVIEW Each 68 11.73 797.64 03- 077 -003 EQUALIZER, HEAVY DUTY Each 3 14.98 44.94 03- 077 -005 ARRESTER, LIGHTNING, SHP120 -20 Each 3 8511 257.43 RCL Railroad Controls Limited Sell To: Fort Worth & Western RR Jim Martin 6300 Ridglea Place Suite 1200 Fort Worth, TX 76116 Railroad Controls, LP 7471 Benbrook Parkway Benbrook, TX 76126 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 CSJ Number . . . . . DOT Number. . . . . Railroad Mile Post . . Estimator . . . . . . Customer ID . . . . . CM 96(907) CSJ 091845 -321 .790206D .606.20 .Garth Armstrong .1025 Item No. Description Unit Qty. Unit Price Total Price 03 -077 -008 SHUNT ARRESTER TERMINAL BLOCK Each 2 4.10 8.20 03-080-000 TERM BLOCK DOUBLE ROW W /STRAPS Each 20 11.27 225.40 03 -080-002 TERMINAL BLOCK SINGLE ROW Each 6 8.72 52.32 03-080 -003 TERMINAL BLOCK 2 POS 2 3/8IN. Each 4 4.90 19.60 03 -080 -005 BLOCK, 4 -POST, EPP, TERMINAL Each 62 18.84 1,168.08 03 -080-006 TERMINAL BLOCK, BAKELITE 2 -3/8" Each 1 5.33 5.33 03- 080 -011 BUSS STRIP, 36 ", F /EPP BLOCK Each 2 23.41 46.82 03-^A1 -001 XFMR FOR POI STANCOR Each 1 39.04 39.04 ( -004 TRANSFORMER MAGNETEK N66A250V Each 1 56.32 56.32 O "o3 -001 WAGO ASSY, POWER ASSY Each 1 38.12 38.12 03 -083 -002 WAGO ASSY, X -FRMR Each 1 17.70 17.70 03 -095 -012 WIRE CASE 10AWG GRAY HYPALON Foot 150 0.32 48.00 03- 095 -020 WIRE, HYPALON, 18AWG, VIOLET Foot 160 0.06 9.60 03 -095 -021 WIRE, HYPALON, 18AWG, ORANGE Foot 160 0.06 9.60 03 -095 -022 WIRE, HYPALON, 18AWG, VIOLET & ORANGE TWISTED Foot 260 0.15 39.00 03-095 -023 WIRE, HYPALON, 16AWG, BLUE Foot 200 0.11 22.00 03- 095 -024 WIRE, HYPALON, 16AWG, YELLOW Foot 200 0.11 22.00 03-095-025 WIRE, HYPALON, 16AWG, BLUE & YELLOW TWISTED Foot 400 0.23 92.00 03- 095 -026 WIRE, HYPALON, 10AWG, BLACK Foot 400 0.26 104.00 03- 095-027 WIRE, HYPALON, 10AWG, RED Foot 400 0.24 96.00 03- 095 -028 WIRE, HYPALON, 10AWG, RED & BLACK TWISTED Foot 600 0.54 324.00 03 -095 -029 WIRE, HYPALON, 6AWG, BLACK Foot 300 0.62 186.00 03 -095 -030 WIRE, HYPALON, 6AWG, RED Foot 300 0.62 186.00 03- 095 -031 WIRE, HYPALON, 6AWG, GREEN Foot 200 0.62 124.00 03 -095 -032 WIRE, HYPALON, 16AWG, RED & BLACK TWISTED Foot 400 0.23 92.00 03 -095 -053 WIRE, HYPALON, 10AWG, GRAY, TWISTED Foot 140 0.55 77.00 03- 095 -054 WIRE, HYPALON, 10AWG, BLUE Foot 200 0.29 58.00 03-096 -000 TERMINAL RING 1/4 18 -22AWG Each 75 0.11 8.25 03-096 -001 TERMINAL RING 1/4 14 -16AWG Each 300 0.10 30.00 03 -096 -002 TERMINAL RING 1/4 10 -12AWG Each 300 0.16 48.00 03- 096 -004 TERMINAL RING 1/4 6AWG Each 200 0.30 6000 03- 096 -005 TERMINAL RING 3/8 6AWG Each 70 0.45 31.50 03- 096 -006 TY -WRAP 11 IN Each 750 0.09 67.50 r ' -002 TAGS FIELD INSTALLED 16 -10 Each 2 42.26 84.52 6. 1 -003 TAGS FIELD INSTALLED 12 -6 Each 2 62.15 124.30 03 -097 -004 PRINTER RIBB. CRITCHLEY TAGS Each 1 9.34 9.34 03- 097 -011 TAGS, BRADY, .50W X .90H, NON SHRINK, WIRE AWG .160 -.250, CP Each 500 0.17 85.00 RCL Railroad Controls Limited Railroad Controls, LP 7471 Benbrook Parkway Benbrook, TX 76126 PROJECT ESTIMATE Estimate Number. . A2919 RCL Job Number. . C9598A Estimate Date . . . . . . 07/23/03 Page . . . . . . . . . . . 4 Sell To: Fort Worth & Western RR Job Description. . . . . . Jim Martin State Project Number . .CM 96(907) 6300 Ridglea Place CSJ Number . . . . . . . CSJ 0918 -45 -321 Suite 1200 DOT Number. . . . . . .790206D Fort Worth, TX 76116 Railroad Mile Post . . . .606.20 Estimator . . . . . . . . . Garth Armstrong Customer ID . . . . . .1025 Project Estimates good for 90 days. . Unit Total Item No. Description Unit Qty. Price Price 03 -097 -012 TAGS, BRADY, .667W X .90H, HEAT SHRINK, WIRE AWG .290 -.335, Each 100 0.07 7.00 03 -098 -001 BINDING NUT Each 1,200 0.14 168.00 03-098 -002 CLAMP NUT Each 800 0.14 112.00 03 -098 -003 NUT, INSULATED 1 3/16" Each 48 4.84 232.32 03 -098 -004 WASHER FLAT Each 1,000 0.08 60.00 03- 098 -005 11N. CONNECTOR FLAT Each 150 0.39 58.50 03 -098 -006 121N.CONNECTOR FLAT Each 6 8.33 49.98 0? n98 -007 GOLD TEST NUT Each 250 1.00 250.00 1,008 11N. TEST LINK FLAT Each 250 1.24 310.00 03-u98 -022 TEST LINK, INSULATED, FOR 2POS 2 -3/8 TERM BILK Each 1 1.25 1.25 03 -099 -002 LOCK AMERICAN W/1 KEYP /N 10L SPECIFY KEYING Each 12 27.00 324.00 04-000 -000 RETAINER CLIP WRAP AROUND Each 8 1.85 14.80 04-000 -001 BONDS 3/161N X 3 /41N TAB Each 300 2.70 810.00 04- 000 -003 SLEEVE BOND 3/16 X 3/41N TAB Each 10 0.26 2.60 04- 000 -004 GRINDING WHEEL 61N X 11N Each 1 23.99 23.99 04- 001 -001 WIRE TRACK 6AWG PVC INSULATED Foot 200 0.71 142.00 04- 002 -000 TERMINAL HOUSE 385A Each 2 138.00 276.00 04-004 -001 CGB FOR TRACK WIRE #6625HUBBELL SHC1018 Each 4 4.25 17.00 04- 010 -010 NARROW BAND SHUNT FSS1C /20630- 686 - 753 - 816 - 881 -979HZ Each 2 537.00 1,074.00 04 -010 -021 SHUNT CASE, 24X40X12 W /FOUND. & 4" RISER PIPE Each 2 680.00 1,360.00 04-011 -000 SHUNT PLATE Each 2 32.54 65.08 04- 020 -000 WIRE TRACK 2C 6AWG TWISTED Foot 400 0.96 384.00 04 -021 -000 CABLE PLATE Each 3 26.85 80.55 07 -040 -000 BRKR PANEL ASSY 2EA 30AMP Each 2 39.31 78.62 400 -011 POI CASE Each 1 137.00 137.00 6 SIGNAL GANG, FOREMAN Hour 140 2132 3,264.80 7 SIGNAL GANG, ASST FOREMAN Hour 20 19.00 380.00 8 SIGNAL GANG, SIGNALMAN Hour 360 15.00 5,400.00 9 SIGNAL GANG, WIREMAN Hour 100 15.50 1,550.00 10 CAD OPERATOR Hour 50 14.50 725.00 11 SIGNAL CHECKER, LEVEL 1 Hour 20 20.41 408.20 12 SIGNAL CHECKER, LEVEL 2 Hour 15 25.58 383.70 14 PROJECT MANAGER Hour 32 38.46 1,23072 MATERIALS MANAGER Hour 10 25.48 254.80 WAREHOUSE MANAGER Hour 8 12.72 101 76 17 ACCOUNTING, LEVEL 1 Hour 10 16.83 16830 18 ACCOUNTING, LEVEL 2 Hour 10 16.83 168.30 RCL Railroad Controls Limited Sell ",To: Fort Worth & Western RR Jim Martin 6300 Ridglea Place Suite 1200 Fort Worth, TX 76116 Railroad Controls, LP 7471 Benbrook Parkway Benbrook, TX 76126 Project Estimates good for 90 days. PROJECT ESTIMATE Estimate Number. . . . . A2919 RCL Job Number. . . . . C9598A Estimate Date . . . . . . 07/23/03 Page . . . . . . . . . . . 5 Job Description. . . . State Project Number CSJ Number . . . . . DOT Number. . . . . Railroad Mile Post . . Estimator . . . . . . . Customer ID . . . . CM 96(907) . CSJ 0918 -45 -321 .790206D .606.20 . Garth Armstrong .1025 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 ........................ ............................... SUBTOTAL: SALES TAX: TOTAL: 14,035.58 13,590.00 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 0.00 228,752.40 0.00 228,752.40 Unit Total Item No. Description Unit Qty. Price Price 21 EMPLOYEE MEALS (PER DIEM) Each 52 30.00 1,560.00 22 EMPLOYEE TRAVEL & LODGING Each 52 60.00 3,120.00 23 TRUCK, PU, 1 TON CREW CAB Hour 120 11.60 1,392.00 24 ,.2' TRUCK, BOOM, ART, TELESCOPING Hour 120 55.40 6,648.00 BACKHOE, 2WD, 95 HP Hour 120 29.55 3,546.00 28' ,. TRAILER, UTILITY, 4 TIRE Hour 120 7.53 903.60 31 GRINDER, RAIL, PORTABLE Hour 120 4.63 555.60 32 BORING 4 ", SCH 80 PVC, PER FT Foot 350 25.00 8,750.00 3° ELECTRICAL, PLUS PERMITS, #1 Each 1 1,000.00 1,000.00 3t GENERATOR, 2400 WATT, 5 HP Hour 120 2.00 240.00 40 FORKLIFT, YALE Hour 8 31.85 254.80 41 EQUIPMENT DELIVERY /PICKUP 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 ........................ ............................... SUBTOTAL: SALES TAX: TOTAL: 14,035.58 13,590.00 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 0.00 228,752.40 0.00 228,752.40 Texas Department of Transportation DEWITT C. GREER STATE HIGHWAY BLDG. • 125 E. 11TH STREET • AUSTIN, TEXAS 78701 -2483 • (512) 463 -8585 July 18, 2003 Dallas County - DOT No. 790 206D, RRMP 606.20 CSJ 0918 -45 -321 �!J Project CM 96(907) n � (� �— MacArthur Boulevard at Beltline Road In Coppell JUL 9 8 2003 Mr. Jim Witt, City Manager City of Coppell CCITYYOF ANA R 255 Parkway Boulevard P.O. Box 9478 Coppell, TX 75019 Dear Mr. Witt: Plans have been prepared to perform intersection improvements at the location referenced above. This work will require the replacement of the existing grade crossing surface and the relocation and upgrading of the existing warning devices at the Dallas Area Rapid Transit (DART) grade crossing DOT No. 790 206D. Attached are four originals and a reference copy of the proposed agreement for this work, which has been executed by DART and the Fort Worth and Western Railroad. If the agreement is satisfactory, 4v��:t�e four original counterparts approved by the appropriate City of Coppelt officia and' f " ` "ice' ` 15Y " fhe Texas Department of Transportation. Once the agreement has been approved by all parties, one fully executed counterpart will be returned to you. This project is tentatively scheduled to let to contract in November 2003, but because this is a Congestion Mitigation and Air Quality project, the Dallas District Office would prefer to let to contract the project as soon as the agreement is fully executed. Your cooperation in expediting the execution of this agreement is appreciated. If you have any questions, please contact Hal B. Owen at telephone number (512) 416 -3285. Sin r ly, Dougl ollette Railr d Liaison Branch Manager Traffic Operations Division Attachments cc: Dexter Hollabaugh�Dallas District Office, TxDOT Norma Lopez and Bill Reed, Finance Division, TxDOT Rosemary Zamora, Construction Division, TxDOT An Equal Opportunity Employer