Loading...
HomeMy WebLinkAbout17-Development Services e e e CITY OF SAN BERNARDINO REQUEST FOR COUNCIL ACTION From: Valerie C. Ross, Director Subject: Dept: Development Services Date: January 8, 2007 File Nos. 1.7324 MCC Date: Resolution to approve an Overhead Agreement with Burlington Northern Santa Fe (BNSF) Railway Company and County of San Bernardino and the San Bernardino Associated Governments (SANBAG) for the University Parkway Grade Separation Project (Crp SS04- 52). January 22, 2007 Synopsis of Previous Council Action: August 2006 The Mayor and Common Council approved FY 2006-07 CIP Budget. Recommended Motion: Adopt Resolution. VJiWv f/. 'Rd1V Valerie C. Ross Contact Person: Mark Lancaster, Deputy Director/City Engineer Phone: 3305 Supporting data attached: Staff Report, Resolution & Overhead Agreement Ward: 6 FUNDING REQUIREMENTS: Amount: None Source: (Acct. No.) Acct. Description: Finance: 1/J..~b1 Agenda Item No. 17 e e e CITY OF SAN BERNARDINO REOUEST FOR COUNCIL ACTION STAFF REPORT Subject: Resolution to approve an Overhead Agreement with Burlington Northern Santa Fe (BNSF) Railway Company and County of San Bernardino and the San Bernardino Associated Governments (SANBAG) for the University Parkway Grade Separation Project (Crp SS04-52). Background: The State StreetlUniversity Parkway Grade Separation project is one of two grade separation projects funded by AB 2928 within the City Limits. This Agreement specifies that BNSF will make a 10% contribution towards the project upon completion of construction. The Agreement also specifies that SANBAG will construct the new grade separation over BNSF property and will then transfer the completed project to the City and County of San Bernardino. Provisions are set forth detailing responsibilities for SANBAG during construction and responsibilities between the City and County of San Bernardino for ongoing maintenance of the bridge and the attachments to the bridge, such as lighting after construction is complete. In order to construct the new grade separation bridge, SANBAG will acquire from BNSF both a temporary construction easement to give the contractor a staging area for equipment to construct the bridge, and a permanent easement for the new bridge as it spans over BNSF tracks and has foundations, which are located on BNSF property. Upon completion of construction, the permanent easement will be transferred to the County. These easements are included within the Agreement and its attachments. The grade separation will eliminate an at-grade railroad crossing at University Parkway near Cajon Blvd. and will improve safety and enhance mobility for the traveling public at no cost to the City. The only contribution from the City has been staff time reviewing plans and coordinating the project with adjacent development projects. It is anticipated that this project will start in Spring, 2007 and be completed by the end of2008. Financial Impact: None. Recommendation: Adopt Resolution. 2 01111/20077,17 AM e 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 e e RESOLUTION NO. RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO APPROVING AN OVERHEAD AGREEMENT WITH BURLINGTON NORTHERN SANTA FE (BNSF) RAILWAY COMPANY AND COUNTY OF SAN BERNARDINO AND THE SAN BERNARDINO ASSOCIATED GOVERNMENTS (SAN BAG) FOR THE UNIVERSITY PARKWAY GRADE SEPARATION PROJECT (CIP SS04-52). BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AS FOLLOWS: SECTION I. The Mayor is hereby authorized and directed to execute the Overhead Agreement with Burlington Northern Santa Fe (BNSF) Railway Company. the County of San Bernardino, and the San Bernardino Associated Governments (SANBAG) for the University Parkway Grade Separation Project (CIP SS04-52), attached and incorporated herein as Exhibit HI:' SECTION 2, The attached Overhead Agreement and any amendment or modifications thereto shall not take effect or become operative until fully signed and executed by the parties and no party shall be obligated hereunder until the time of such full execution. No oral agreements, amendments, modifications or waivers are intended or authorized and shall not be implied from any act or course of conduct of any party. SECTION 3. This resolution is rescinded if the parties to the contract fail to execute it within sixty (60) days of passage of the resolution. IIII IIII /Vo j 7 I J J-'J-) () 1 e e e 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO APPROVING AN OVERHEAD AGREEMENT WITH BURLINGTON NORTHERN SANTA FE (BNSF) RAILWAY COMPANY AND COUNTY OF SAN BERNARDINO AND THE SAN BERNARDINO ASSOCIATED GOVERNMENTS (SAN BAG) FOR THE UNIVERSITY PARKWAY GRADE SEPARATION PROJECT (CI P SS04-52). I HEREBY CERTIFY that the foregoing Resolution was duly adopted by the Mayor and Common Council of the City of San Bernardino at a meeting thereof, held on the day of ,2007, by the following vote, to wit: AYES NAYS ABST AIN ABSENT Council Members: ESTRADA BAXTER BRINKER DERRY KELLEY JOHNSON 17 MC CAMMACK 18 19 City Clerk 20 21 22 23 24 25 26 27 28 The foregoing resolution is hereby approved this day of ,2007. Patrick J. Morris, Mayor City of San Bernardino Approved as to form REPORT/RECOMMENDATION TO THE BOARD OF SUPERVISORS OF SAN BERNARDINO COUNTY, CALIFORNIA AND RECORD OF ACTION e January 9, 2007 FROM: PATRICK J. MEAD, Director Department of Public Works - Transportation SUBJECT: COOPERATIVE AGREEMENT FOR STATE STREET/UNIVERSITY PARKWAY GRADE SEPARATION PROJECT RECOMMENDATION: Approve a Cooperative (Agreement 07-0016) with Burlington Northern and Santa Fe Railway Company (BNSF), San Bernardino Associated Governments (SANBAG) and the City of San Bernardino (City) for the State Street/University Parkway Grade Separation Project in the San Bernardino area. BACKGROUND INFORMATION: The County, BNSF, SANBAG and the City desire to cooperate and jointly participate in a project to construct a railroad overhead structure and roadway on new alignment located at BNSF's Main Track No.1. This project is needed to enable vehicles to travel over and across BNSF's Rail Corridor at State Street/University Parkway. The existing crossing at gr;:lde will be permanently removed and the Department of Transportation (DOT) Crossing will be amended to include the new State Street at University Parkway Grade Separation. e The proposed agreement sets forth the responsibilities and obligations of the above listed entities as they pertain to this project. SAN BAG will act as the lead agency in the design and construction of the project and will provide to the County, BNSF and the City plans and specifications for this project. BNSF will be responsible for work associated with the railroad segment of the project. Upon completion of the project, the County and City will maintain and repair the new structure. In accordance with this agreement, SAN BAG and BNSF will fund the project, while the County and City will be responsible for future costs for maintenance and repair of the structure. REVIEW BY OTHERS: This item was reviewed by County Counsel (Charles S. Scolastico, Deputy County Counsel, 387-4635) and the County Administrative Office (Tom Forster, Administrative Analyst, 387-4635) on December 22,2006. FINANCIAL IMPACT: The County has no funding obligations for the design and construction of this project, only future costs for maintenance and repair of the subject structure. The County's share of future cost will be funded by the County Road Fund (SAA-TRA- TRA). SUPERVISORIAL DISTRICT(S): 5th Name BNSF'S MANAGER OF PUBLIC PROJECTS Address 740 E. CARNEGIE DRIVE SAN BERNARDINO. CA 9240B Telephone (909\ 386-4479 d Name AN BERNARDINO ASSOCIATED GOVERNMENTS Address 1170 W. THIRD STREET. 2NO FLOOR SAN BERNARDINO. CA 92410 Telephone (909) 889-8611 Burlington Northern and Santa Fe Railway Company ,(B~Fj. San Bernardino Associateg, <>covernments (SAN BAG), the County of San Bernardino (COUNTY) and the City of -San ~~rnardino (CITY) wish to enter i~to,a1f,9Ur~y agree.ment to construct a railroad overhead structure and roadway on ne,,! aug,nmentlocated approximately 31.2-f{let~ulheaslerly Il\tl~ured along the centerline of BNSF's Main Track No. 1 to~r€stat~ Street at University Parkway.trafft oyer 'ilndacros,s '!lNSl=".s Rail Corridor. The existing crossing at grade (P.u.c~. ~ct.' ~ ~7P) will be permanent.I..y .removElP and the'exi.sting "pee...<anwer;l.t.af1'ransportation (DOT) Crossing No. 026106V Sh. all be.fa m)ea to include the new Stat.....e .Stree~veTs. 1l.Y. PW'kwa~ G~~e "'Separation. SAN BAG will be the lead agency in the designilan . construction of the prQLect.lSANflAG shall fL!!11isll to tMe"COUNTY, BNSF and the CITY plans and specifications for the project. Upon completioneo(J!;1e project, t':!.e..C~Uti~.if1" maintain the entire Structure and the CITY shall reimburse COUNTY for the cost to m~.intaflJ...lh~ portion of,lhe Structli1re-located within its jurisdiction. The CITY will maintain all of the lighting for the entire Structure anq'CQUlilrr shal~Iein1b4rselCITY for the cost to maintain that portion of the lighting, including ~' ,,"', j,~, ,'" < energy costs, located within its jurisdiCtion. UnderJhEl tertns'of this agreement, the COUNTY has no funding obligations to this project, only future cost for maintenance ,'l.nd1t~aiJ iff the Structure. . (Attach this transmittal to all ~~&t;~e;ared on the "Standard Contract "form.) ,t.. Approv n bluednk) Reviewed as to Contract Co liance , , COUNTY OF SAN BERNARDINO FAS CONTRACT TRANSMITTAL _ /,2..-2./ - c;:;P6 Auditor I Controller - Recorder Use Ont x"BycQll\i'8Ci'nal8bliile'o,: . O'I'AS FOR COUNTY USE ONLY .x.. New Vendor Code Dept. Contract Number - Change SC TRA A 07-001'" Cancel County Department Dept. Orgn. Contractor's License No. Public Works - Transportation TRA TRA County Department Contract Representative Telephone Total Contract Amount Brendon Biees 387-8166 $0 Contract Type o Revenue 0 Encumbered 0 Unencumbered liil Other: . If not encumbered or revenue contract tvpe, provide reason: Maintenance Aareement On Iv Commodity Code /contract Start Date Contract End Date Original Amount This Amendment Fund Dept. Organization Appr. Obj/Rev Source GRC/PROJ/JOB No. Orig. Amount SAA TRA TRA 200 2445 42H14157 Fund Dept. Organization Appr. ObjlRev Source GRClPROJ/JOB No. Orig. Amount Fund Dept. Organization Appr. Obj/Rev Source GRC/PROJ/JOB No. Orig. Amount Project Name Estimated Payment Total by Fiscal Year STATE STREET@UNIVERSITY FY Amount 110 FY Amount I/O PARKWA Y GRADE SEPARATtON - - Contract Type - Special (Risk - - Manaoement Aooroved) Federal 10 No. or Social Security No. and Name CITY OF SAN BERNARDINO Address 300 NORTH "0" STREET SAN BERNARDINO. CA 92418 Telephone (909) 384-5211 Federal 10 No. or Social Security No. v....., .-. }' l. FederallD No. or Social Security No. ./" I ,- Date Date / ~h, /0(- t e e e OVERHEAD AGREEMENT BNSF File No. 026106V State Street/University Parkway Grade Separation U.S. D.O.T. No. 026106V This Agreement ("Agreement"), is executed to be effective as of this 9th day of Januarv~ 2007 ,:x;KD ("Effective Date"), by and between BNSF RAILWAY COMPANY, a Delaware corporation ("BNSF"), the CITY OF SAN BERNARDINO, a body corporate and politic of the State of California ("CITY"), the COUNTY OF SAN BERNARDINO, a body corporate and politic of the State of California ("COUNTY"), and the SAN BERNARDINO ASSOCIATED GOVERNMENTS, a body corporate and politic of the State of California, hereinafter referred to as ("SAN BAG"). RECITALS: WHEREAS, BNSF owns and operates a line of railroad in and through the County of San Bernardino, California. WHEREAS, CITY, COUNTY, and SAN BAG propose to construct a railroad overhead structure and roadway on new alignment located approximately 312 feet southeasterly measured along the centerline of BNSF's Main Track #1 to carry State Street/University Parkway traffic over and across BNSF's "Rail Corridor" and tracks by means of a 4-span concrete structure to be known as the State Street/University Parkway Grade Separation (P.U.C. No. 2-76.6-A), DOT No. 026106V, with the abutments and bents to be of reinforced concrete. WHEREAS, the existing State Street/University Parkway crossing at grade, P.U.C. No. 2-76.6, will be permanently removed as part of this project. The existing DOT No. 026106V shall be amended to cover the new State Street/University Parkway Grade Separation. WHEREAS, the Public Utilities Commission of the State of Califomia ("Commission") by Order Decision (D.) 03-01-071, dated January 30, 2003 authorized the construction of the State Street/University Parkway Overhead Grade Separation and by Resolution TED - 206 dated November 29, 2005 granted a three year extension from March 1, 2006 to March 1, 2009 to exercise the authority granted by Decision (D.) 03-01-071. WHEREAS, CITY, COUNTY, and SAN BAG agree that SAN BAG will design and construct the State Street/University Parkway Grade Separation with the CITY and COUNTY assuming ownership and maintenance responsibility upon completion of construction. NOW, THEREFORE, in consideration of the mutual covenants and agreements of the parties contained herein, the receipt and sufficiency of which are hereby acknowledged, the parties agree as follows: ARTICLE I - SCOPE OF WORK 1. The term "Project" as used herein includes any and all work related to the construction of the State Street/University Parkway Grade Separation, (hereinafter referred to as the "Structure"), and the removal of the existing State Street/University Parkway crossing at grade, P.U.C. No. 2-76.6, more particularly described on the Exhibit A attached hereto and incorporated herein, including, but not limited to, any and all changes to telephone, telegraph, signal and electrical lines and appurtenances, temporary and permanent track work, fencing, grading, alterations to or new construction of drainage facilities, preliminary and construction engineering and contract preparation. Page 1 of 15 e e e ARTICLE 11- BNSF OBLIGATIONS IN CONSIDERATION of the covenants of the CITY, COUNTY and SANBAG set forth herein and the faithful performance thereof, BNSF agrees as follows: 1. Upon SAN BAG's payment to BNSF of the sum of EIGHTYNINE THOUSAND TWO HUNDRED FIFTY DOLLARS ($89,250.00), BNSF shall grant to SANBAG, irs successors and assigns, upon and subject to the terms and conditions set forth in this Agreement, a temporary non-exclusive license (hereinafter called, 'Temporary Construction License") to construct the Structure across or upon the portion of BNSF's Rail Corridor described further on Exhibit A, excepting and reserving BNSF's rights, and the rights of any others who have obtained, or may obtain, permission or authority from BNSF, to do the following: (a) Operate, maintain, renew and/or relocate any and all existing railroad track or tracks, wires, pipelines and other facilities of like character upon, over or under the surface of said rail corridor; (b) Construct, operate, maintain, renew and/or relocate upon said Rail Corridor, without limitation, such facilities as the BNSF may from time to time deem appropriate, provided such facilities do not materially interfere with CITY'S or COUNTY'S use of the Structure; (c) Otherwise use or operate the Rail Corridor as BNSF may from time to time deem appropriate, provided such use or operations does not materially interfere with CITY'S or COUNTY'S use of the Structure. The Temporary Construction License shall be in the form attached hereto as Exhibit B and by this reference made a part hereof, and shall be for a term beginning on the Effective Date thereof and ending on the earlier of (i) completion of the Structure, or (ii) thirty six (36) months following the Effective Date. The Temporary Construction License and related rights to be given by BNSF to SAN BAG shall be without warranty of title of any kind, express or implied, and no covenant of warranty of title will be implied from the use of any word or words therein contained. The TemDorarv Construction License shall be for construction of the Structure and for no other Duroose. SAN BAG acknowledges and agrees that SAN BAG shall not have the right, under the Temporary Construction License, to use the Structure. In the event SAN BAG is evicted by anyone owning, or claiming title to or any interest in said Rail Corridor, BNSF will not be liable to SAN BAG for any damages, losses or any expenses .of any nature whatsoever. The granting of similar rights to others, subsequent to the date of this Agreement, will not impair or interfere . with the rights granted to SAN BAG pursuant to the Temporary Construction License. Upon payment to BNSF of the additional sum of SEVENTY THOUSAND SEVEN HUNDRED FIFTY DOLLARS ($70,750.00); such payment to be made within thirty (30) days of the giving of the notice required pursuant to Article III, Section 15 of this Agreement, BNSF shall deliver to SANBAG, its successors and assigns, a perpetual easement to enter upon and use that portion of BNSF's Rail Corridor described therein as is necessary to use and maintain the Structure. The Easement shall be in the form attached hereto as Exhibit B-1 and by this reference made a part hereof. 2. BNSF will furnish all labor, materials, tools, and equipment for railroad work required for the construction of the Project, such railroad work and the estimated cost thereof being as shown on Exhibit Q attached hereto and made a part hereof. In the event construction on the Project has not commenced within six (6) months following the Effective Date, BNSF may, in its sole and absolute discretion, revise the cost estimates set forth in said Exhibit D. In such event, the revised cost estimates will become a part of this Agreement as though originally set forth herein. Any item of work incidental to the items listed on Exhibit D not specifically mentioned therein may be included as a part of this Agreement upon written approval of SAN BAG, which approval will not be unreasonably withheld. Construction of the Project will include the following principle elements of railroad work by BNSF: (a) Procurement of materials, equipment and supplies necessary for the railroad work; (b) Preliminary engineering, design, and contract preparation; (c) Furnishing of flagging services necessary for the safety of BNSF's property and the Page 2 of 15 e e e operation of its trains during co(lstruction of the Project as set forth in further detail on Exhibit C, attached to this Agreement and made a part hereof; (c) Furnishing engineering and inspection as required in connection with the construction of the Project and; (d) Removal and relocation of Intermediate Eastbound Signal 762 for Main 1 and Intermediate Eastbound Signal 764 for Main 2 to the west side (railroad direction) of the Structure; (e) Removal of the automatic warning device signals from the existing State Street/University Parkway at-grade crossing (P.U.C. No. 2-76.6) and obliteration of said at-grade crossing between the rails and to two feet outside thereof. 3. BNSF will do all railroad work set forth in Article II, Section 2 above on an actual cost basis, when BNSF, in its sole discretion, determines it is required by its labor agreements to perform such work with its own employees working under applicable collective bargaining agreements or by contractor(s) if necessary. 4. SAN BAG agrees to reimburse BNSF for work of an emergency nature caused by SAN BAG or SAN BAG's contractor in connection with the Project which is reasonably necessary for the immediate restoration of railroad operations, or for the protection of persons or BNSF property. Such work may be performed by BNSF without prior approval of SAN BAG and SAN BAG agrees to fully reimburse BNSF for all such emergency work. 5. BNSF may charge SAN BAG for insurance expenses, including self-insurance expenses, when such expenses cover the cost of Employer's Liability (including, without limitation, liability under the Federal Employer's Liability Act) in connection with the construction of the Project. Such charges will be considered part of the actual cost of the Project, regardless of the nature or amount of ultimate liability for injury, loss or death to BNSF's employees, if any. 6. During the construction of the Project, BNSF will send SAN BAG progressive invoices detailing the costs of the railroad work performed by BNSF under this Agreement. Pursuant to the California Prompt Payment Act, CALIFORNIA CODES, GOVERNMENT CODE, SECTION 927-927.12, SAN BAG must reimburse BNSF for completed force-account work within forty-five (45) calendar days from the date of SAN BAG's receipt of the invoice for such work. Upon completion of the Project, BNSF will send SAN BAG a detailed invoice of final costs, segregated as to labor and materials for each item in the recapitulation shown on Exhibit D. If SAN BAG fails to make payment of a BNSF invoice within said forty- five (45) days, SAN BAG shall pay a penalty at a rate of 1 percent above the rate accrued on June 30 of the prior year by the Pooled Money Investment Account, not to exceed a rate of 15 percent pursuant to Section 927.6 (b) of said Govemment Code. ARTICLE 111- SANBAG OBLIGATIONS In consideration of the covenants of CITY, COUNTY and BNSF set forth herein and the faithful performance thereof, SAN BAG agrees as follows: 1. SAN BAG must furnish to BNSF, CITY and COUNTY plans and specifications for the Project. Four sets of said plans (reduced size 11' x 17'), together with two copies of calculations, and two copies of specifications with the railroad clearances expressed in English Units, must be submitted to BNSF, CITY and COUNTY for approval prior to commencement of any construction. BNSF will give SAN BAG final written approval of the plans and specifications substantially in the form of Exhibit E, attached to this Agreement and made a part hereof. Upon BNSF's final written approval of the plans and specifications, said plans and specifications will become part of this Agreement and are hereby incorporated herein. Any approval of the plans and specifications by BNSF shall in no way obligate BNSF in any manner with respect to the finished product design and/or construction. Any approval by BNSF shall mean only that the plans and specifications meet the subjective standards of BNSF, and such approval by BNSF shall Page 3 of 15 e e e not be deemed to mean that the plans and specifications or construction is structurally sound and appropriate or that such plans and specifications meet applicable regulations, laws, statutes or local ordinances and/or building codes. 2. SAN BAG must provide for and maintain minimum vertical and horizontal clearances, as required and approved by BNSF as part of the plans and specifications for the Project. 3. SAN BAG must make any and all arrangements for the installation or relocation of wire lines, pipe lines and other facilities owned by private persons, companies, corporations, political subdivisions or public utilities other than BNSF which may be necessary for the construction of the Project. 4. SAN BAG must construct the Project as shown on the attached Exhibit A and do all work ("SAN BAG's Work'" provided for in the plans and specifications for the Project, except railroad work that will be performed by BNSF herein. SAN BAG must fumish all labor, materials, tools and equipment for the performance of SAN BAG's Work. The principal elements of SANBAG's Work are as follows: (a) Preliminary and final Engineering; (b) Design and the Construction of the Structure; (c) Install and remove a temporary construction fence along BNSF's southerly (BNSF direction) right of way line between the existing grade crossing and the new overpass; (d) All necessary grading and paving, including backfill of excavations and restoration of disturbed vegetation on BNSF's Rail Corridor; (e) Provide suitable drainage, both temporary and permanent; (f) Acquire all properties required to construct the Project and maintain the Structure; Application of the Commission's Crossing Number 2-76.6-A and D.O.T. Crossing Number 026106V in a conspicuous location on the Structure; (h) Removal and obliteration of those portions of the existing State Street/University Parkway at-grade crossing (P.U.C. No. 2-76.6) from a line measured from two feet outside the rails to BNSF's property lines and; (g) (i) Job site cleanup including removal of all construction materials, concrete debris, surplus soil, refuse, contaminated soils, aspha~ debris, litter and other waste materials to the satisfaction of BNSF. 5. SAN BAG's Work must be performed by SAN BAG or SAN BAG's contractor in a manner that will not endanger or interfere with the safe and timely operations of BNSF and its facilities. 6. SAN BAG must require its contractor(s) to notify BNSF's Roadmaster at least thirty (30) calendar days prior to requesting a BNSF flagman in accordance with the requirements of Exhibit C attached hereto. Additionally, SAN BAG must require its contractor(s) to notify BNSF's Manager of Public Projects thirty (30) calendar days prior to commencing work on BNSF property or near BNSF tracks. 7. SAN BAG or its contractor(s) must submit four (4) copies of any plans (including two sets of calculations in English Units) for proposed shoring, falsework or cribbing to be used over, under, or adjacent to BNSF's tracks to BNSF's Manager of Public Projects for approval. The shoring, falsework or cribbing used by SAN BAG's contractor shall comply with the BNSF Bridge Requirements set forth on Exhibit F and all applicable requirements promulgated by state and federal agencies, departments, commissions and other legislative bodies. 8. SAN BAG must include the following provisions in any contract with its contractor(s) performing work on said Project: Page 4 of 15 . e (a) The Contractor is placed on notice U1at fiber optic, communication and other cable lines and systems (collectively, the "Lines") owned by various telecommunications companies may be buried on BNSF's property or Rail Corridor. The locations of these Lines have been included on the plans based on information from the telecommunications companies. The contractor will be responsible for contacting BNSF's Project Engineer at telephone number 909 386 4079 and/or the telecommunications companies and notifying them of any work that may damage these Lines or facilities and/or interfere with their service. The contractor must also mark all Lines shown on the plans or marked in the field in order to verify their locations. The contractor must also use all reasonable methods when working in the BNSF Rail Corridor or on BNSF property to determine if any other Lines (fiber optic, cable, communication or otherwise) may exist. (b) Failure to mark or identify these Lines will be sufficient cause for any BNSF Representative to stop construction at no cost to the SAN BAG or BNSF until these items are completed. (c) In addition to the liability terms contained elsewhere in this Agreement, the contractor hereby indemnifies, defends and holds harmless BNSF for, from and against all cost, liability, and expense whatsoever (including, without limijation, attorney's fees and court costs and expenses) arising out of or in any way contributed to by any act or omission of Contractor, its subcontractors, agents and/or employees that cause or in any way or degree contribute to (1) any damage to or destruction of any Lines by Contractor, and/or its subcontractors, agents and/or employees, on BNSF's property or within BNSF's Rail Corridor, (2) any injury to or death of any person employed by or on behalf of any telecommunications company, and/or its contractor, agents and/or employees, on BNSF's property or within BNSF's Rail Corridor, and/or (3) any claim or cause of action for alleged loss of profits or revenue by, or loss of service by a customer or user of such telecommunication company(ies).THE LIABILITY ASSUMED BY CONTRACTOR WILL NOT BE AFFECTED BY THE FACT, IF IT IS A FACT, THAT THE DAMAGE, DESTRUCTION, INJURY, DEATH, CAUSE OF ACTION OR CLAIM WAS OCCASION~D BY OR CONTRIBUTED TO BY THE NEGLIGENCE OF BNSF, ITS AGENTS, SERVANTS, EMPLOYEES OR OTHERWISE, EXCEPT TO THE EXTENT THAT SUCH CLAIMS ARE PROXIMATELY CAUSED BY THE WILLFUL MISCONDUCT OR SOLE NEGLIGENCE OF BNSF. (d) The Contractor will be responsible for the rearrangement of any facilities or Lines determined to interfere with the construction. The Contractor must cooperate fully with any telecommunications company(ies) in performing such rearrangements. 9. SAN BAG must incorporate in each prime contract for construction of the Project, or the specifications therefore (i) the provisions set forth in Article III, Sections 5, 6, 7, 8, 10, and 11; (ii) the provisions set forth in Article V, Sections 3, 5, 6, 7, 15 and 16; and (iii) the provisions set forth in Exhibit ~ Exhibit C-I, and Exhibit F attached hereto and by reference made a part hereof. 10. Except as otherwise provided below in this Section 10, all construction work performed hereunder by SAN BAG for the Project will be pursuant to a contract or contracts to be let by SAN BAG, and all such contracts must include the following: (a) All work performed under such contract or contracts within the limits of BNSF's Rail Corridor must be performed in a good and workmanlike manner in accordance with plans and speCifications approved by BNSF; (b) Changes or modifications during construction that affect safety or BNSF operations must be subject to BNSF's approval; . (c) No work will be commenced within BNSF's Rail Corridor until each of the prime contractors employed in connection with said work must have (i) executed and delivered Page 5 of 15 e (d) to BNSF a letter agreement in the form of Exhibit C-I, and (ii) delivered to and secured BNSF's approval of the required insurance; and If it is in SANBAG's best interest, SAN BAG may direct that the construction of the Project be done by day labor under the direction and control of SAN BAG, or if at any time, in the opinion of SAN BAG, the contractor has failed to prosecute with diligence the work specified in and by the terms of said contract, SAN BAG may terminate its contract with the contractor and take control over the work and proceed to complete the same by day labor or by employing another contractor(s) provided; however, that any contractor(s) replacing the original contractor(s) must comply with the obligations in favor of BNSF set forth above and, provided further, that if such construction is performed by day labor, SAN BAG will, at its expense, procure and maintain on behalf of BNSF the insurance required by Exhibit C- 1. (e) To facilitate scheduling for the Project, SAN BAG shall have its contractor give BNSF's Project Engineer at telephone number 909 386 4079 eight (8) weeks advance notice of the proposed times and dates for work windows. BNSF and SAN BAG's contractor will establish mutually agreeable work windows for the Project SAN BAG shall inform its contractor that any request for work windows with less that eight (8) weeks advance notice will have a reduced probability of approval. BNSF has the right at any time to revise or change the work windows, due to train operations or service obligations. BNSF will not be responsible for any additional costs and expenses resulting from a change in work windows. Additional costs and expenses resulting from a change in work windows shall be accounted for in the contractor's expenses for the Project. e 11. The plans and specifications for the Project must be in compliance with the Bridge Requirements set forth on Exhibit F, attached to this Agreement and incorporated herein. 12. SAN BAG must advise the BNSF Manager of Public Projects, in writing, of the completion date of the Project within thirty (30) days after such completion date. Additionally, SAN BAG must notify BNSF's Manager of Public Projects, in writing, of the date on which SANBAG, and/or CITY and/or COUNTY and/or SAN BAG's Contractor will meet with BNSF for the purpose of making final inspection of the Project. 13. SANBAG, shall convey to County, within sixty (60) days after SAN BAG'S notification of the completion date the Project, as provided for in Article III, Section 12 above, all of its right title and interest in the perpetual easement granted to SAN BAG by BNSF pursuant to the provisions in Article II, Section 1 of this Agreement. e 14. TO THE FULLEST EXTENT PERMmED BY LAW, SANBAG HEREBY RELEASES, INDEMNIFIES, DEFENDS AND HOLDS HARMLESS BNSF, ITS AFFILIATED COMPANIES, PARTNERS, SUCCESSORS, ASSIGNS, LEGAL REPRESENTATIVES, OFFICERS, DIRECTORS, SHAREHOLDERS, EMPLOYEES AND AGENTS FOR, FROM AND AGAINST ANY AND ALL CLAIMS, LIABILITIES, FINES, PENALTIES, COSTS, DAMAGES, LOSSES, LIENS, CAUSES OF ACTION, SUITS, DEMANDS, JUDGMENTS AND EXPENSES (INCLUDING, WITHOUT LIMITATION, COURT COSTS AND ATTORNEYS' FEES) OF ANY NATURE, KIND OR DESCRIPTION OF ANY PERSON (INCLUDING, WITHOUT LIMITATION, THE EMPLOYEES OF THE PARTIES HERETO) OR ENTITY DIRECTLY OR INDIRECTLY ARISING OUT OF, RESULTING FROM OR RELATED TO (IN WHOLE OR IN PART) (I) THE USE, OCCUPANCY OR PRESENCE OF SAN BAG, ITS CONTRACTORS, SUBCONTRACTORS, EMPLOYEES OR AGENTS IN, ON, OR ABOUT THE CONSTRUCTION SITE, (II) THE PERFORMANCE, OR FAILURE TO PERFORM BY SANBAG, ITS CONTRACTORS, SUBCONTRACTORS, EMPLOYEES, OR AGENTS, ITS WORK OR ANY OBLIGATION UNDER THIS AGREEMENT, (III) THE SOLE OR CONTRIBUTING ACTS OR OMISSIONS OF SAN BAG, ITS CONTRACTORS, SUBCONTRACTORS, EMPLOYEES, OR AGENTS IN, ON, OR ABOUT THE CONSTRUCTION SITE, (IV) SAN BAG'S BREACH OF THE TEMPORARY CONSTRUCTION LICENSE GRANTED TO SANBAG PURSUANT TO ARTICLE II OF THIS AGREEMENT, (V) ANY RIGHTS OR INTERESTS GRANTED TO SAN BAG PURSUANT TO THE TEMPORARY CONSTRUCTION LICENSE DISCUSSED IN ARTICLE II OF THIS AGREEMENT, (VI) SANBAG'S OCCUPATION AND USE OF BNSF'S PROPERTY OR RAIL CORRIDOR, OR (VII) AN ACT OR OMISSION OF SAN BAG OR ITS OFFICERS, AGENTS, INVITEES, EMPLOYEES OR CONTRACTORS OR ANYONE DIRECTLY OR Page 6 of 15 e e e INDIRECTLY EMPLOYED BY ANY OF THEM, OR ANYONE THEY CONTROL OR EXERCISE CONTROL OVER. THE LIABILITY ASSUMED BY SANBAG WILL NOT BE AFFECTED BY THE FACT, IF IT IS A FACT, THAT THE DAMAGE, DESTRUCTION, INJURY OR DEATH WAS OCCASIONED BY OR CONTRIBUTED TO BY THE NEGLIGENCE OF BNSF, ITS AGENTS, SERVANTS, EMPLOYEES OR OTHERWISE, EXCEPT TO THE EXTENT THAT SUCH CLAIMS ARE PROXIMATELY CAUSED BY THE WILLFUL MISCONDUCT OR SOLE NEGLIGENCE OF BNSF. 15. SAN BAG must give BNSF's Manager of Public Projects written notice to proceed ("Notice to Proceed") with the railroad work after receipt of necessary funds for the Project. BNSF will not begin the railroad work (including, without limitation, procurement of supplies, equipment or materials) until written notice to proceed is received from SAN BAG. The Notice to Proceed must reference BNSF's file number 026106V. ARTICLE IV - CITY AND COUNTY OBLIGATIONS IN CONSIDERATION of the covenants of BNSF and SAN BAG herein contained and the faithful performance thereof, CITY AND COUNTY agree: 1. To permit SAN BAG to act as the responsible lead agency to design and construct the Project. 2. In addition to the terms and conditions set forth elsewhere in this Agreement, including, but not limited to, the terms and conditions stated in Exhibit F, BNSF, CITY and COUNTY agree to the following terms upon completion of construction of the Project: (a) BNSF will own and, at its sole cost and expense, maintain its roadbed, tracks, railroad drainage, and all other railroad facilities; (b) COUNTY will own that portion of the Structure that is located over BNSF's property and within the COUNTY's jurisdiction, the highway approaches, and appurtenances thereto, lighting and drainage; COUNTY will maintain the entire. Structure including CITY'S portion, the highway approaches, and appurtenances thereto, and drainage with the exception noted for lighting in (e) below; and will maintain the Commission's Crossing Number 2-76.6-A and D.OT Crossing Number 026106V as applied during construction of the Project. CITY shall reimburse COUNTY for the cost to maintain that portion of the bridge that is located within CITY'S ownership of the Structure; (c) (d) CITY will own that portion of the Structure that is located so~th (BNSF direction) compass northeasterly of BNSF's southerly property line and within the CITY's jurisdiction, and will reimburse COUNTY for the cost for maintaining the CITY'S portion of the Structure, the highway approaches, and appurtenances thereto, and drainage with the exception noted for the lighting in (e) below; (e) COUNTY and CITY agree that CITY will maintain all of the lighting for the entire Structure. COUNTY shall reimburse CITY for the cost to maintain that portion of the lighting, including energy costs, that is located within COUNTY'S ownership of the Structure. (f) CITY and COUNTY will, at their sole cost and expense, arrange for the removal of graffiti on that portion of the Structure which is located within their respective jurisdictions; (g) It is understood by CITY and COUNTY that the right to install utilities is restricted to the placement of underground utilities beneath BNSF's tracks located a minimum of fifty (50) feet from abutments, piers, piles, or footings with the exception that upon BNSF's prior approval BNSF will permit selected utilities to be run through the deck of the Structure. Under no circumstances will utilities be allowed to hang from the Structure. All utility crossings within the limits of BNSF's Rail Corridor will be covered by separate agreements between BNSF and each of the owners of the utilities; Page 7 of 15 e e e (h) Upon request from BNSF, COUNTY shall remove all trash and debris associated with the Structure from BNSF's property; (i) If CITY and/or COUNTY (including their contractors and agents) or BNSF, on behalf of CITY and/or COUNTY, perfonns (i) alterations or modifications to the Structure, or (ii) any maintenance or other work on the Structure with heavy tools, equipment or machinery at ground surface level horizontally within 25'-0" of the centerline of the nearest track, or (iii) any maintenance or other work outside the limits of the deck of the Structure vertically above the top of the rail, then CITY and/or COUNTY or their contractors and/or agents must procure and maintain insurance coverage as contained in said Exhibit C-1 as the same may be revised from time to time. OJ In lieu of providing a Railroad Protective Liability Policy, CITY and/or COUNTY may participate in BNSF's Blanket Railroad Protective Liability Insurance Policy if available to CITY and/or COUNTY or its contractors. The limits of coverage are the same as above and; (k) CITY and/or COUNTY must provide for and maintain minimum vertical and horizontal clearances, as required and approved by BNSF as part of the plans and specifications for the Project. 3. CITY and COUNTY shall, upon SAN BAG'S notice of the completion date of the Project pursuant to Article III, Section 12, vacate that portion of Street/University Parkway to public travel that will no longer be used by the traveling public due to the realignment of the roadway, reserving unto CITY and COUNTY the right to retain existing utilities and install future utilities. CITY and COUNTY also reserve the right to grant private parties ingress and egress over the vacated roadway with the exception that no right of ingress or egress shall be granted over BNSF'S Rail Corridor. Any new utilities Proposed for installation over or under BNSF'S Rail Corridor must be covered by a separate license agreement between the owner of the utility and BNSF. 4. City will grant BNSF, as a part of this Agreement, a pennanent, non exclusive, right of entry over that portion of State Street/University Parkway that will no longer be used by the traveling public between its point of intersection with the realigned roadway and BNSF's southerly property line (BNSF direction) compass northeasterly for use by BNSF as ingress and egress to its Rail Corridor for maintenance purposes as shown on said Exhibit A.. 5. Subject to the restrictions imposed by Article V, Section 15 below, CITY and/or COUNTY must notify and obtain prior authorization from BNSF's Manager of Public Projects before entering BNSF's Rail Corridor for maintenance purposes. If the construction work hereunder is contracted, CITY and/or COUNTY must reql!ire its primecontractor(s) to comply with the obligations set forth in Exhibit C. Exhibit C-1 and Exhibit F, as the same may be revised from time to time. CITY and/or COUNTY will be responsible for its contractor(s) compliance with such obligations. 6. TO THE FULLEST EXTENT PERMITTED BY LAW, CITY HEREBY RELEASES, INDEMNIFIES, DEFENDS AND HOLDS HARMLESS BNSF, ITS AFFILIATED COMPANIES, PARTNERS, SUCCESSORS, ASSIGNS, LEGAL REPRESENTATIVES, OFFICERS, DIRECTORS, SHAREHOLDERS, EMPLOYEES AND AGENTS FOR, FROM AND AGAINST ANY AND ALL CLAIMS, LIABILITIES, FINES, PENALTIES, COSTS, DAMAGES, LOSSES, LIENS, CAUSES OF ACTION, SUITS, DEMANDS, JUDGMENTS AND EXPENSES (INCLUDING, WITHOUT LIMITATION, COURT COSTS AND ATTORNEYS' FEES) OF ANY NATURE, KIND OR DESCRIPTION OF ANY PERSON (INCLUDING, WITHOUT LIMITATION, THE EMPLOYEES OF THE PARTIES HERETO) OR ENTITY DIRECTLY OR INDIRECTLY ARISING OUT OF, RESULTING FROM OR RELATED TO (IN WHOLE OR IN PART) (I) THE USE, OCCUPANCY OR PRESENCE OF CITY, ITS CONTRACTORS, SUBCONTRACTORS, EMPLOYEES OR AGENTS IN, ON, OR ABOUT THE MAINTENANCE SITE, (II) THE PERFORMANCE, OR FAILURE TO PERFORM BY THE CITY, ITS CONTRACTORS, SUBCONTRACTORS, EMPLOYEES, OR AGENTS, ITS WORK OR ANY OBLIGATION UNDER THIS AGREEMENT, (III) THE SOLE OR CONTRIBUTING ACTS OR OMISSIONS OF CITY, ITS CONTRACTORS, SUBCONTRACTORS, EMPLOYEES, OR AGENTS IN, ON, OR ABOUT THE MAINTENANCE SITE, (IV) CITY'S OCCUPATION AND USE OF BNSF'S PROPERTY OR RAIL CORRIDOR, INCLUDING WITHOUT LIMITATION, SUBSEQUENT MAINTENANCE OF THE Page 8 of 15 e e e STRUCTURE BY CITY, OR (V)AN ACT OR OMISSION OF CITY OR ITS OFFICERS, AGENTS, INVITEES, EMPLOYEES OR CONTRACTORS' OR ANYONE DIRECTLY OR INDIRECTLY EMPLOYED BY ANY OF THEM, OR ANYONE THEY CONTROL OR EXERCISE CONTROL OVER. THE LIABILITY ASSUMED BY CITY WILL NOT BE AFFECTED BY THE FACT, IF IT IS A FACT, THAT THE DAMAGE, DESTRUCTION, INJURY OR DEATH WAS OCCASIONED BY OR CONTRIBUTED TO BY THE NEGLIGENCE OF BNSF, ITS AGENTS, SERVANTS, EMPLOYEES OR OTHERWISE, EXCEPT TO THE EXTENT THAT SUCH CLAIMS, LIABILITIES, FINES, PENALTIES, COSTS, DAMAGES, LOSSES, LIENS, CAUSES OF ACTION, SUITS, DEMANDS, JUDGMENTS AND EXPENSES (INCLUDING, WITHOUT LIMITATION, COURT COSTS AND ATTORNEYS' FEES) ARE PROXIMATELY CAUSED BY THE WILLFUL MISCONDUCT OR SOLE NEGLIGENCE OF BNSF. 7. TO THE FULLEST EXTENT PERMITTED BY LAW, COUNTY HEREBY RELEASES, INDEMNIFIES, DEFENDS AND HOLDS HARMLESS BNSF, ITS AFFILIATED COMPANIES, PARTNERS, SUCCESSORS, ASSIGNS, LEGAL REPRESENTATIVES, OFFICERS, DIRECTORS, SHAREHOLDERS, EMPLOYEES AND AGENTS FOR, FROM AND AGAINST ANY AND ALL CLAIMS, LIABILITIES, FINES, PENALTIES, COSTS, DAMAGES, LOSSES, LIENS, CAUSES OF ACTION, SUITS, DEMANDS, JUDGMENTS AND EXPENSES (INCLUDING, WITHOUT LIMITATION, COURT COSTS AND ATTORNEYS' FEES) OF ANY NATURE, KIND OR DESCRIPTION OF ANY PERSON (INCLUDING, WITHOUT LIMITATION, THE EMPLOYEES OF THE PARTIES HERETO) OR ENTITY DIRECTLY OR INDIRECTLY ARISING OUT OF, RESULTING FROM OR RELATED TO (IN WHOLE OR IN PART) (I) THE USE, OCCUPANCY OR PRESENCE OF COUNTY, ITS CONTRACTORS, SUBCONTRACTORS, EMPLOYEES OR AGENTS IN, ON, OR ABOUT THE MAINTENANCE SITE, (II) THE PERFORMANCE, OR FAILURE TO PERFORM BY THE COUNTY, ITS CONTRACTORS, SUBCONTRACTORS, EMPLOYEES, OR AGENTS, ITS WORK OR ANY OBLIGATION UNDER THIS AGREEMENT, (III) THE SOLE OR CONTRIBUTING ACTS OR OMISSIONS OF COUNTY, ITS CONTRACTORS, SUBCONTRACTORS, EMPLOYEES, OR AGENTS IN, ON, OR ABOUT THE MAINTENANCE SITE, (IV) COUNTY'S BREACH OF THE EASEMENT GRANTED TO COUNTY PURSUANT TO ARTICLE II OF THIS AGREEMENT, COUNTY'S OCCUPATION AND USE OF BNSF'S PROPERTY OR RAIL CORRIDOR, OR, (V) ANY RIGHTS OR INTERESTS GRANTED TO COUNTY PURSUANT TO THE EASEMENT DISCUSSED IN ARTICLE II OF THIS AGREEMENT, (VI) COUNTY'S OCCUPATION AND USE OF BNSF'S PROPERTY OR RAIL CORRIDOR, INCLUDING WITHOUT LIMITATION, SUBSEQUENT MAINTENANCE OF THE STRUCTURE BY COUNTY, OR (VII)AN ACT OR OMISSION OF COUNTY OR ITS OFFICERS, AGENTS, INVITEES, EMPLOYEES OR CONTRACTORS OR ANYONE DIRECTLY OR INDIRECTLY EMPLOYED BY ANY OF THEM, OR ANYONE THEY CONTROL OR EXERCISE CONTROL OVER. THE LIABILITY ASSUMED BY COUNTY WILL NOT BE AFFECTED BY THE FACT, IF IT IS A FACT, THAT THE DAMAGE, DESTRUCTION, INJURY OR DEATH WAS OCCASIONED BY OR CONTRIBUTED TO BY THE NEGLIGENCE OF BNSF, ITS AGENTS, SERVANTS, EMPLOYEES OR OTHERWISE, EXCEPT TO THE EXTENT THAT SUCH CLAIMS ARE PROXIMATELY CAUSED BY THE WILLFUL MISCONDUCT OR SOLE NEGLIGENCE OF BNSF. ARTICLE V - JOINT OBLIGATIONS IN CONSIDERATION of the premises, the parties hereto mutually agree to the following: 1. All work contemplated in this Agreement must be performed in a good and workmanlike manner and each portion must be promptly commenced by the party obligated hereunder to perform the same and thereafter diligently prosecuted to conclusion in its logical order and sequence. Furthermore, any changes or modifications during construction which affect BNSF will be subject to BNSF's approval prior to the commencement of any such changes or modifications. 2. The work hereunder must be done in accordance with the Bridge Requirements set forth on Exhibit F and the detailed plans and specifications approved by BNSF. 3. SAN BAG must require its contractor(s) to reasonably adhere to the Project's construction schedule for all Project work. The parties hereto mutually agree that BNSF's failure to complete the railroad work in accordance with the construction schedule due to inclement weather or unforeseen railroad emergencies will not constitute a breach of this Agreement by BNSF and will not subject BNSF to any liability. Regardless of the requirements of the construction schedule, BNSF reserves the right to reallocate the Page 9 of 15 e e e labor forces assigned to complete the railroad work in the event of an emergency to provide for the immediate restoration of railroad operations (BNSF or its related railroads) or to protect persons or property on or near any BNSF owned property. BNSF will not be liable for any additional costs or expenses resulting from any such reallocation of its labor forces. The parties mutually agree that any reallocation of labor forces by BNSF pursuant to this provision and any direct or indirect consequences or costs resulting from any such reallocation will not constitute a breach of this Agreement by BNSF. 4. BNSF shall have the right to request any SAN BAG employee, CITY employee, or COUNTY employee, who enters BNSPs Rail Corridor and because of their incompetence, neglect of duty, unsafe conduct or misconduct and/or they adversely affected BNSF's operations or facilities, be removed from the Rail Corridor. In the event SAN BAG, CITY or COUNTY elects not to honor such request, BNSF may stop work within its Rail Corridor until the matter has been fully resolved to BNSF's satisfaction. The party whose employee has been asked to leave the Rail Corridor will indemnify BNSF and the other parties against any claims arising from such removal. 5. BNSF will have the right to stop construction work on the Project if any of the following events take place: (i) SAN BAG (or any of its contractors) performs the Project work in a manner contrary to the plans and specifications approved by BNSF; (ii) SAN BAG (or any of its contractors), prosecutes the Project work in a manner which is hazardous to BNSF property, facilities or the safe and expeditious movement of railroad traffic; or (Iii) the insurance described in the attached Exhibit C-1 is canceled during the course of the Project. The work stoppage will continue until all necessary actions are taken by SAN BAG or its contractor to rectify the situation to the satisfaction of BNSF's Division Engineer or until additional insurance has been delivered to and accepted by BNSF. Any such work stoppage under this provision will not give rise to any liability on the part of BNSF. BNSF's right to stop the work is in addition to any other rights BNSF may have including, but not limited to, actions or suits for damages or lost profits. In the event that BNSF desires to stop construction work on the Project, BNSF agrees to immediately notify the following individual in writing: SAN BAG Director of Freeway Construction 1170 W. 3rd Street, 2nd Floor San Bemardino, CA 92410 Fax: (909) 388-2002. 6. SAN BAG's or any CITY or COUNTY employee, agents, contractors, representatives and invitees shall wear Personal Protective Equipment ("PPE") when on the BNSF's Rail Corridor during construction of the Project or performing subsequent maintenance after completion of construction. The PPE shall meet applicable OSHA and ANSI specifications. Current BNSF PPE requirements are listed on the web site, www.contractororientation.com. A partial list of BNSF's PPE requirements include; a) safety glasses: permanently affixed side shields; no yellow lenses, b) hard hats with high visibility orange cover, c) safety shoes: hardened toe, above-the-ankle lace-up with a defined heel and d), high visibility retro-reflective orange vests are required as specified by BNSF's representative in charge of the Project. PPE requirements as defined on the web site, will be amended from time to time, and shall take precedence over the Partial list of requirements outlined in this Section 6 of Article V. Hearing protection, fall protection and respirators will be wom as required by State and Federal regulations. 7. SAN BAG must supervise and inspect the operations of all SAN BAG contractors to assure compliance with the plans and specifications approved by BNSF, the terms of this Agreement and all safety requirements of the BNSF railroad. If BNSF determines that proper supervision and inspection is not being performed by SAN BAG personnel at any time during construction of the Project, BNSF has the right to stop construction (within or adjacent to its operating Rail Corridor). Construction of the Project will not proceed until SAN BAG corrects the situation to BNSF's reasonable satisfaction. If BNSF feels the situation is not being corrected in an expeditious manner, BNSF will immediately notify SAN BAG Director of Freeway Construction for appropriate corrective action. 8. The Project funding is contemplated to come from state and local sources. Therefore BNSF will be required to contribute to the cost of construction of the Project, pursuant to Section 1202.5 (d) of the Public Utilities Code. The Project's cost for the purpose of determining cost apportionment is estimated to be $18,842,811, hereinafter referred to as "E8tima1edCost" as shown on Exhibit G attached hereto and made a part hereof. Page 10 of 15 e e e 9. BNSF's share of the Estimated Cost, hereinafter referred to as "BNSF's Share", shall be a Fixed Not To Exceed Amount of $1,884,281. BNSF's share has been determined to be 10% of the calculated amount of the Project that is apportioned to BNSF being 69% of the Estimated Cost in the amount of $27,195,700. 10. That BNSF will make payment in full of BNSF's Share upon receipt of a detailed invoice of the Project's final costs, together with written advice of the Projecfs date of completion as provided for hereinabove in Article III Section 12 with the date of BNSF's payment conditioned upon SAN BAG fumishing BNSF sufficient advanced notification of the Project's completion date and a current estimate of the Project's final cost to enable BNSF to include BNSF's estimated Share in a subsequent Budget Year. BNSF's cut off date for its next years Capital Budget is August 31". 11. SAN BAG agrees to fumish BNSF's Manager Public Projects monthly Project Progress Reports that detail work completed, percentage of Project completeness, an updated projection of the Project's final cost, and the Project's estimated completion date for BNSF's use in budgeting BNSF's Share. 12. Notwithstanding the provisions of Sections 8 and 9 of this Article V, which contemplate the use of non Federal-aid funds for construction of the Project, if any Federal funds are used by SAN BAG to finance the Project, BNSF will not be required to contribute to the Project's cost pursuant to the Federal Aid Highway Program Manual, Volume 6, Chapter 6, Section 2, Subsection 1. 13. Pursuant to this section and Article II, Section 6 herein, SAN BAG must, out of funds made available to it for the construction of the Project, reimburse BNSF in full for the actual costs of all work performed by BNSF ~nder this Agreement. 14. All expenses detailed in statements sent to SAN BAG pursuant to Article II, Section 6 herein will comply with the terms and provisions of the Federal Aid Highway Program Manual, U.S. Department of Transportation, as amended from time to time, which manual is hereby incorporated into and made a part of this Agreement by reference. The parties mutually agree that BNSF's preliminary engineering, design, and contract preparation costs described in Article II, Section 2 herein are part of the costs of the Project even though such work may have preceded the date of this Agreement. 15. The parties mutually agree that no construction activities for the Project, nor future maintenance of the Structure once completed, that would interfere with operations of the Rail Corridor will be permitted during the fourth quarter of each calendar year. Emergency work will be permitted only upon prior notification to BNSF's Network Operations Center (telephone number: 800 832-5452). The parties hereto mutually understand and agree that trains cannot be subjected to delay during this time period. 16. Subject to the restrictions imposed by Article V, Section 15 above, the construction of the Project will n,ot commence until SAN BAG gives BNSF's Manager of Public Projects thirty (30) days prior written notice of such commencement. The commencement notice will reference BNSF's file number 026114M. . and must state the time that construction activities will begin. 17. Within 90 days of the conclusion of the Project and final acceptance by BNSF, SANBAG must provide BNSF with a complete electronic set of the bridge plans with the railroad clearances (prepared in Enalish Units). BNSF will also accept a marked up paper copy of the bridge plans labeled "As Built". The marked up copy of those plans will reflect any and all deviations from the original plans that occurred during construction. The electronic set of bridge plans will be submitted in Micro Station *.dgn electronic format (preferred) or AutoCAD *.dwg format. Electronic plans are to be submitted in the original format used for CAD plan preparation and not converted to another format prior to submission. The" As Built" plans shall show actual measured "as constructed" clearances as well as depth, size and location of all foundation components. The plans shall show dimensioned locations of existing and relocated utilities. The As Built plans must comply with the Bridge Requirements set forth on Exhibit F and depict all information in BNSF engineering stationing and mile post pluses. The As Built plans must also include plan and profile, structural bridge drawings and specifications, and drainage plans. All improvements and facilities must be shown. It is understood that BNSF prefers to receive the "As Built" plans in an electronic format. 18. BNSF may, at its expense, make future changes or additions to the railroad components of the Structure if necessary or desirable, in BNSF's sole discretion, including, without limitation the following: (i) Pagellof15 e the right to raise or lower the grade or change the alignment of its tracks, (ii) the right to lay additional track or tracks, or (iii) the right to build other facilities in connection with the operation of its railroad. Such changes or additions must not change or alter the highway components of the Structure. If it becomes necessary or desirable in the future to change, alter, widen or reconstruct the highway components of the Structure to accommodate railroad projects, the cost of such work, including any cost incidental to alteration of railroad or highway facilities made necessary by any such changes to the Structure, will be divided between BNSF and CITY and/or COUNTY in such shares as may be mutually agreed to by the parties hereto. Any alteration or reconstruction of the highway components of the Structure will be covered by a Commission order. 19. CITY and/or COUNTY may, at CITY and/or COUNTY'S sole expense, alter or reconstruct the highway components of the Structure if necessary or desirable, due to traffic conditions or pedestrian or other recreational traffic, provided, however, that any such alteration or reconstruction must not encroach further upon or occupy the surface of BNSF's Rail Corridor to a greater extent than is contemplated by the plans and specifications to be approved by BNSF pursuant to Article III, Section 1 herein, without obtaining BNSF's prior written consent and the execution of a supplement to this Agreement or the completion of a separate agreement. Any alteration or reconstruction of the highway components of the Structure will be covered by a Commission order. e 20. Any books, papers, records and accounts of the parties hereto relating to the work hereunder or the costs or expenses for labor and material connected with the construction will at all reasonable times be open to inspection and audit by the agents and authorized representatives of the parties hereto and the Federal Highway Administration, for a period of three (3) years from the date of the final BNSF invoice under this Agreement. 21. The covenants and provisions of this Agreement are binding upon and inure to the benefit of the successors and assigns of the parties hereto. Notwithstanding the preceding sentence, neither party hereto may assign any of its rights or obligations hereunder without the prior written consent of the other party. 22. In the event construction of the Project does not commence within three (3) years of the Effective Date, this Agreement will become null and void. 23. Neither termination nor expiration of this Agreement will release either party from any liability or obligation under this Agreement, whether of indemnity or otherwise, resulting from any acts, omissions or events happening prior to the date of termination or expiration. 24. To the maximum extent possible, each provision of this Agreement will be interpreted in such a manner as to be effective and valid under applicable law. If any provision of this Agreement is prohibited by, or held to be invalid under, applicable law, such provision will be ineffective solely to the extent of such prohibition or invalidity and the remainder of the provision will be enforceable. 25 This Agreement (including exhibits and other documents, manuals, etc. incorporated herein) is the full and complete agreement between BNSF, CITY, COUNTY and SAN BAG with respect to the subject matter herein and supersedes any and all other prior agreements between the parties hereto. 26. Any notice provided for herein or concerning this Agreement must be in writing and will be deemed sufficiently given when sent by certified mail, retum receipt requested, to the parties at the following addresses: BNSF Railway Company: BNSF's Manager of Public Projects 740 E. Camegie Drive San Bernardino, CA. 92408 Fax: 909 386 4479 SAN BAG: San Bernardino Associated Governments 1170 W. 3rd Street, 2nd. Floor San Bemardino, CA 92410 Attn. Director of Freeway Construction Fax 909 388 2002 e Page 12 of 15 City of San Bernardino e County of San Bernardino e e City of San Bernardino Attention: Mark Lancaster Deputy Director I City Engineer 300 North D Street San Bernardino, CA. 92418 Fax No: (909) 384-5573 Department of Transportation Attention: Mr. Patrick J. Mead, Director 825 East 3rd. Street San Bernardino, CA. 92415-0835 . Fax No.: (909) 3878130 [Signature Page to Follows] Page 13 of 15 e e IN WITNESS WHEREOF. the parties hereto have caused this Agreement to be executed and attested by its duly qualified and authorized officials as of the day and year first above written. BNSF RAILWAY COMPANY By: Printed Name: Title: )j. . - i-v"'f- ' Grea <7o'x Vice President Enaineerina WITNESS: CITY OF SAN BERNARDINO By APPROVED AS TO FORM: Patrick J. Morris Its Mavor ~~~~E~m~ r I~"" Paul Biane Board of Supervisors SIGNED AND CERTIFIED THAT A COPY OF THIS DOCUMENT HAS BEEN DELIVERED TO THE CHAIRMAN OF THE BOARD <1'~.n~ Dena SIIJ~~.CJe~.~f1b~'~~ of Sup.er:vLsorlk~> ',:~, '.j ~ ,t" '_. 7'- .','. -',':, ~'t.. 0 , ;.~ ---.;.' -<.' -~,., By: if! r':'~ ::~;/ ) ._ ~ AP;ko'v~b A(1iO ~E~At F~i'~ ~~~~~~#~~~i~;se, By: , . Deputy Date: - ,". / e [Signatures continued next page] Page 14 of 15 . e e e APPROVED AS TO FORM: ~_Q~. ill . n-Rene Basle SAN BAG Counsel Slate Slreet/University Parkway November 29. 2006 By: Printed Name: Title: Dennis ansberaer President - Board of Directors Page 15 of 15 State of California CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT County of .<;a" Buna.rd.,'(\{} onJ1nlAa~ Ur, lJ.OO7 before me, (here insert name and title of the officer) personally appeared Den n;5 1:1 at1S~(,~e.r- personally known to me (or proved to me on the basis of satisfactory evidence) to be the person'jJ whose name~/ilfe-SubsCribed to the within instrument and acknowledged to me th&~/tftey executed the same i@Ref/tReif authorized capacity~, and that b@'m/~ signature\1l on the instrument the person>il. or the entity upon behalf of which the person(l' acted. executed the instrument. WITNESS my hand and official seal. J'" ~_:." A &TRAC;L.HoMAN"' &( :::@ COMM #1609780 !':! en' Notary PubUc.c:.lifoml. se w. IAN BER"~coutf1'Y .... J.. . ~. fIIy.~bp.hpt.~~ I Signatur~ ~~~ (Seal) OPTIONAL INFORMATION Although the information in this section is not required by law, it could prevent fraudulent removal and reattachment of this acknowledgment to an unauthorized document and moy prove useful to persons relying on the attached documenr. Description of Attached Document The preceding Certificate of Acknowledgment is attached to a document titled/for the purpose of Method of Signer Identification o Personally known to me o Proved to me on the basis of satisfactory evidence: LO form(s) ot identification 0 credible wilness(es) Identification is detailed in notary journal on. Page#~ Entry#~ containing The signer(s) capacity or authority is/are as: D Individual(s} o Attorney-in-Fact o Corporate Officer(s) Notary contact. Other o Additional Slgner(5) [] Signer(s} Thumbprint(sj Tillel,) o [J Guardian/Conservator o Partner - Limited/General o Trustee(s) o Other representing: Name(~) of Person(s) or Entitylies) Signer is Representong I", Copyr.ght 2005 Notary Rotary, Inc. 925 29th Sf. De~ Moone~, IA 50312-3612 FormACK02 10/0S, To re-order. call tolHree t.877.349-6S88 or VI~1t us on The Internet at hnpJ/www.notaryrotary.com ~~%;~?-j ... ,;,' -:<.,' . , ~,- . ._~::-~~;t~ ~'-t~~'i;;!~:%~ ......,.,.. ,'. '.., '. ~:'1~.i!" c".",.,,,.v~, r""~-(il[;"!tr t>1~'i~k '"'c-,, ,\,:.:, ',-.:_". ,:P:t~.:;;.:y,>;~. 1~r~#.-'::~;.~ ,c.! Z m )> "" CD mo ""z j;o "" g z o () o c z ,::I () )> C ." o "" Z ~ ~' ",,- , , ~ ~~ , ~~>. ~ '" ~'" ~'" ~ ~/~ ~ "",- , , ..- 3::~ ~ <0 -. '" ~ . '" -'" .. Ii I~ , , ~i~\, "'-, 0...."'1/'....& ..,$1b~.... ...."'......~O-(......$ ~; / ~ w "- , " I "- -'-" " I 8 ~~"- "'I~ , " ~i ',,- ' ..' " 'If!! " 'fTl ....... \, '- "e: , '-, r~, ~~)( '~. " "q, 46'-0" ", "" '",- ", ''I' ',,- ~1''<'1-~O? "" ~ ',,, ) . ~ _ d'~~~ " ..', --"' I a; lP~~Xo- "~" TO ~"" " ','" 0 '~<~~~~'" is' ',~ ~" ::J " ','. .... ",'. I\) , ','~> ", ) I "'~~"'x '~ .., I. ',,,',', .. ~~ . ',.,', , '... .. , ''':" .. '. 46'-0" .. ~ ~ " ~~ ',' ',..\~ tic, '0:' ~"; '.' ',;j.~, I ..~, .. ",'\,.1 "~~, '" :\:' , , , , , '<", ',~~:\ "~' , , , , , " ~ , '\.' , 'Y"'~~ I '\, ~ ! f "",- ' I , I , I , I , I f ~ \ 8, , , , , '" ", ", , " ",-,U ~~ ~~ h ill" , ... ,"' '"I:: ~1l1 ~ - _<> .. . Cb~ ;,,~ ...,'" "l" -'" "..., . . "'g <0. ~~ .... f!!Q ~ '. - 0 '" ~ f!!Q1 ~ 0. ',,- , ,s. '~'" ", , " ''\ ~ ,~ '~~ ~J- 9~ ~ . \ )>"" 0 Zm 0;;: m 0 UJ ()< () om ~ zm -0 enx -i ....- ""en 0 c.... ()- Z ..... ....is -0 g" ijien "'0 - :;;~ ~m .... 'om <en ~ iil m.... -0 """" .. . "'<0 ~m ~$.J enm "'''' en~ ~~ OZ <- m< ""g:) CD!;!? z::I en 'Tl" ')> ?;"" -^ r-:;; ())> 0-< ""Q """" -)> 00 ~m UJ I>>() :r: "" m ()o m )>en -i ,-en oz ~ ZQ 0 CD "T1 r- < W 0 ~ ;J>f!! ~ ~ ,.", ~f!! '<, ~~ '" < ~ '" :>~ '" .. lb~ 0.,< >_r-, I "1--1 I I .e=t : ' .c=}-_~ .c=~ : , .-, .' .c=~ I .e=~ : , .t:=~-e ..._J I "1-_, , : .e=r-: , , " .c=J I ' .c={..-E .e-J r, -~-: , .c=J I I , " .c=~ ~ J .e=~-c .e=l ; .e=~L_: I , " -t::=j I I , " -t:=~-c , . .c=l I ' "I~ .e='L_! I (j) ~ - ~~ ~ ,^ 'ill ~ - ~ -=~ ~"':-'''->~.,:.'~;.,,:;'<*,E,'c.~:;'~:i'.;;.~~;:....:.~:<:~:Z::~_.. e. Iii' 2 :3 !!) '" ~ 1Jl1l0C)C)0", ~ i:: ~~. ~ ~ 5:? 'TlC) :>omr- . Z ..,.. m S=Zo ",2'0" "00' Cillo)> ..' 00' ...,. en "''I''~Q,Qg. ~"'.J-S.S.<D z 03-0(1)(1)"0 _w__,_,''' ~,' ~'o 0 -i '7'<:>:> ,Wm )> ",0 o o OJ <;; ..., '" q ~ 'll '" ~ I:::ri ~ " l--_-I , -~-- , , ! . r:::~ . f:::J : c_~ , , I . i , , I . is' '! .. is' '! '" '" '" q ~ 5 \ \ , I~--------I Q ~ : I .., q 25.20' Mtn I It Sidmg FlOal Vert Clr TriCk, - ------L_ J I I 25.70' Min I Final Vert Clr -----_J_ '" bl ~ ~ ~ Q -- "'0 ~<: 1- ):. <;; q t Main 1 ------ 1>: " ,; 24.70' Min /=inal Vert Clr I ------1- I t Main 2 ------ <;; q .. '" q ~ 5 I.:::! : ~ 21.50' Min Temp OJr. Typ I ~ Main -3i J ---24,6~ Min-'- Q f^ I Finsl Vert Clr, r::;: .., q : , q I J ~ i-----____J 3" , , I I:::ri , , --_-l r ~ ;;; '" ~ o ~ ,. ~ < '" 0- " '" is' I:::~ '! w f:::~ I ---/~--- : ~ gJ i) g "Jl O'b ''b ""'0 ,_ .:0 ~'CII I ~ ". '" '" ,0 ~ :JQ, 1)( f!!(j' I 8 ~2 :;:5 t-<O 1>.. :::.:c: "''' .." . 0 -~ '<- ,,~ T .. is' Ii' '! 0 '" " 11'=l' is' -'0 '! 0." <00 Q "'.. " ~~ ~ ~/;' ~g ". I? . -. "0 0 0 "'n ~c:: ~!i'/;'~ " ll'Q m~ 30 Ii' . 0" 'O'e:~ ~ ,~ Ii' ~~ ,nR ~~ I{ ~ , " ~/;' ~ 0 "C~m ;; ., :r-:;.tg " ~o ~ !:::r~ n '" !!! OJ '" 8 '~"f~; ~~,' _~7, ::li~, ,,;;,~ ~~~....;. ".,:7;i;.l'~~:;t. . f~'-:;", I,) ,~~: : 0 ;'~"'~'''::t..:..:~", ,::~-~'. :'.r~//~~'; " :~~"4;\\~ >:IJ 0 Zm o~ m oS? en 0 om :0 Zm ::0 (JJx -f_ ::l :IJ(JJ C-f 0 0- Z -fZ I<) Z m(JJ ~> -f om.. <:J,. m~/ :IJ c' ~ m;:.. , " (JJm..' (JJ~.> , O~' << mm :IJ:IJ ",!!! Z~ en "', "TI"'O "" :0> , -", >:IJ -^ '.'-, ,...~ ol> 0'" :IJI<) ~:IJ o~ en ~m'.-' :r: QoO , ~:' ........ m :IJ m 00 --f l:8! N Oz ZI<) 0 '" " ,... < w 0 (JJZ >m Z> :IJ '" mO :IJz ~O :IJ Q Z o o o C Z .~ o > ,... 'ii o :IJ Z :;; ,"''''- r ,. " " ,- r .r. ../ ,rY /.,,~ .... .// (; . 0 ..I/' :2 z ~, / / "'., ", /// '..... ~. / / / " --~ - - ~~~ "'-l> ~~~ ~~~/ R:: / ~~ '\../ ::J\ , ~ '\, '( .:.to'\. //-.<":;)) .~ )'>-:::";'" ..../ ~ . \~ ''\. , ./ '.... .,,) /,./ 7' .' t' , ./ / // ./ . /' , / ",// N . ' 0/ 0' f ( ."\\.........'..", "'v' '\ , , ....:1 :<.\ :1'.... ," ,//...../ ..// '\., 1:>' ;:_i -e-" 1)" ~ I ;~:, N '" . o . :Y :I\~ .. . " /// / /// t~ .,/ " /.",. ,/, / ././ <' ": " ~ ".,...--:,' ./ " ......, /' "". / "\;: , " " ''\. /' " // \ . 1 . (", .. . \ , / ,\ . \ " \ , lI>~ . .}.J. t;. . '~l' "'"1'1 .. , il::iO"",: "tilt ,I: 1 'l' I: \ :, " , \' '\. . "\ ' .,x~ //./' ~~ ..~~ ii~ !;;. "'1:: Oc...o; ~ - '" . ~b1 ~ '" 'll " )C., iii .... ~ ~ ~1J"'" ",'tir-Q "''''O~ -!PD()r- l>- W"'....3:: O~-::; "'Iii 2 en ~~~ ~enl> ........0 l>1;l ~iZ ~ , \ ; , \ \ .' , :\ \ ' . \ \: \ \ " . \ \, \ \ ., o ;\ \; 'il\ ,/ > ,,/' \~ :~:\ / /' ,/ 'Vl' , / / \-1 i : /' /, / . ' \ "./ ,/ .',' \ ,~, / /f,,~// 0' / .. ~ ~.~ ,',' <..... , ~~y ,/,.,;: " \ ,~./.' >':./:/ " ;If,. ./'... I , .~'. . :'/'_": "\"" /., r ,)~~~~~//\" ; I ,. \J '. ""4 '\. .,.rr,. \/ '\../ "''>< Cl:l '\ ~;~ .. 0 'll> :t- ",'-f ~'" ,G) \:1: ~ / ./ " _.'\~ .....: .~. " .J.; '",1 -"~~l:; '~\, 'I, .~: ; l' ',r,', ,. '\L ,. ,: 00 "\\ fR~ '\i,.ni ' ,(, , lien I I~ ' 1 1 ~ '\1\ " r, 1\\', ;, ).: 'I' , , I' " '" '" iii .... 'll ~ " I\~:. " \i \ .?2 .,\0 '. t: ',';Z: J< \fT' ,,:0 '\~ I \~ ,-< \ , \ , \ , \ I \ -................--.:..::."..: , A.------.----'--'->("'--' .~:tJOOOOCll '^ C O.B!, !l!. )> 0 IoU' -40 :::;;--4)> "110 :lorn, Z """ m ~Zo CIl2'0" "tJ o. C III " )> ..' 00" _ .....II>II>Q.OO(JJ O>'O>-'-'(T . ......,-...S.S.CDZ 0'>0)0(1)(1)""0 O>o,O>O'O'II>-f ., <.:J::'I c..Jm )> NO o o 0> .... '.'~:_'.-,-.- ,",';0' _..0;-: --e . '" (., :i! ~ ~ ~ - <:=< ~~ ~~ ~ ~ ~ "'- i"~ <- -p g8 .'" Cb" "10 " ",'- -'" 0", < ~ t;:P "'8 h o , ,. ... "'9 l;" .. " ....0 IQ . ~ ~ ~. "" /....... " '~O ~O -'ll ....~\ fa~2~) ~O ",c;:. Ory; " ~:Q .\;g:;'y/~~. i~ w .... ~ .' =< \...:b._ -; .' .............Q. 1lS?' ?J~~' / . f'ti :..~ :t~:W /':'~.;: .' ""Ci5~ .~ ~.... W - (I,):b. '" G) ....0 Q, J: ....- .... '( 0 'll - ,,- -l "'~ .. '\ " r ~ ~ .... ~ , -". --,.,.. " "', '-" IU ~~ ~A M~ ...~ ... ~~ ~~ ~0.. \J'~~ , " ~en ., ;e.... '-0; w '"en~ 0", '" ::;;. ... <. _ <0 - - , "''ll 10 '\. ~""-f O:l "- en 0$ .... , 0 x"r1 ~ ,'" '- ,~ 0 ;0 ~ I,"'" <. , \ \ k \:O~ ~~ \:'l I \ \ \ ~. ;1 .~'+ ~,;: t_~.YI' .~ ':. . ".~~',.,',".:,i ". -, ,-" '~1}.t?t'~"k.~ :!t:.;,,~~.t:/>.;.!; .'.".' Ul :r m m -j Co> l>:JJ 0 Zm 0;:: m 00 Ul 0;1i ~ ~m :;; Wx v -1_ -j lD tn. - C-I 0 Oz;Z .-I,G) Z", m.(:fJ ~~. -I om ;1i(n ..... :0 iJ./ ~m'" (J)m (J)~ OZ <- m;1i :JJ:JJ m!1? z:::! .(J) -"" :D~ ;!::'" r-::;; ol> 0-< :JJG) ~:JJ ol> 00 :JJm QoO :JJ 00 l>(J) <-(J) 0- zti m r- i3 o "Tl Co> , -'~~;;''-';!'-'~~~:'~':;;~~:i~:;i2~,: e 28 1> al _~z ~...I/l ....::0 "T'\ -c: ~() > ~... n c;) n 1> fT\ ... I/l m I/l , :: 11 I 1'1' , , ; '.1..1' ': IJ ,: '.I' " ,,' ..,f..t >. 1";-:: ::';.: , I, I Ii ,,' " I "I .1'1' 'N.:/I!:.; i I,"~ .1, I ! , '\i. i I : f' "" !S. 'I .,.. '1, . '," '1'1 ~ :: I ,I I 1.,". 'I' :""" III I ...... hI : , '. III "....' '\ '....1 " I t II' "'j ,,'. \ ',:. 111,'1 .'.""\ i. ,,, ~1, I '.' I., " <S> , "111,\ \' ~\J' ' ,'~ 'I \ ",.. ..F'" \0, ',~ c,:\\\ \'\ '; , ", ~,;, "l \: , ~ "\11 I ~ 'h ", Q 0 ::0 ',:...'" \ \ I,.. 'I \ ~ ' " ~~ : II~", : ;D , '=;:'" ".:" d I/l_ <.... ,.,', I' '\:nm " ,....:0 ',. I"', . -4 '><, . ~i5 '" ',r ';i \ -< ~- :>;... '.' \1\. :,,, \ '"0 \ ~; c;) ". ,'. ~ I' ;< 1> ,.: I I,:> ':IE ;;:: ,\"..... \ -< \ ,n\\~'\\ '1 ,. -, J '.. 'I' Z ,\ \ '".\'1''' 1\ ,. '1\ "'" "\1' 'i ','" '\11 \: :,'1, , ' 1\\ ': 1 , III, \ i,',.. . ';i 1\ :n ,\,', ".~ \:, - '....', };; ': . ..z I' .... , \ \\ '1\\ \\\ \ \\ \ \,\ \ \ '\ \ \\ '1\\ \ \\ \ \\ . .'.' \ \ i , " , \ \ \ \~" '\ '" "'+ '\r" 1>1> "1> "'70 1-\J' "" ;. - ~ . Form Approved by VP-Law e EXHIBIT B TEMPORARY CONSTRUCTION LICENSE (State StreetlUnlverslty Parkway) THIS TEMPORARY CONSTRUCTION LICENSE FOR the construction and maintenance of the new State Street/U niversity Parkway Overhead (''Temporary Construction License") is made and entered into as of the ...21l1 day of Jan.2007:8l11l1 ("Effective Date"), by and between BNSF RAILWAY COMPANY, a Delaware corporation ("Licensor"), and SAN BERNARDINO ASSOCIATED GOVERNMENTS, a body corporate and politic of the State of Califomia ("Licensee"). A. Licensor owns or controls certain real property situated at or near the vicinity of San Bemardino, County of San Bernardino, State of Califomia, at Mile Post 80+3935.09, Line Segment 7200-6, [Project # State Street/University Parkway Overhead], as described or depicted on Exhibit "A-3" attached hereto and made a part hereof (the "Premises"). B. Licensor and Licensee have entered into that certain Overhead Agreement dated as of January 9th, 2007 concerning improvements on or near the Premises (the "Overhead Agreemenr). e C. Licensee has requested that Licensor grant to Licensee a temporary non- exclusive license over the Premises in connection with the construction of the State Street/University Parkway Overhead as defined in the Overhead Agreement. D. Licensor has agreed to grant Licensee such license, subject to the terms and conditions hereinafter set forth. NOW, THEREFORE, for and in consideration of the foregoing recitals which are incorporated herein, the mutual promises contained herein, and other good and valuable consideration, the receipt .and sufficiency of which are hereby acknowledged, the parties agree as follows: Section 1 Grantina of License. 1.1 License Puroose. Licensee shall use the Premises for such purposes as are necessary and incidental to the construction of the State Street/University Parkway Overhead as is set forth in the Overhead Agreement. e 1.2 Grant. Licensor does hereby grant unto Licensee a temporary non-exclusive license ("License") over the Premises for the License Purpose and for no other purpose. The License is granted subject to any and all restrictions, covenants, easements, licenses, permits, leases and other encumbrances of whatsoever nature whether or not of record, if any, relating to the Premises and subject to all with all applicable federal, state and local laws, regulations, ordinances, restrictions, covenants and court or administrative decisions and orders, including Environmental Laws (defined below) and zoning laws (collectively, "Laws"). Licensee may not make any alterations or improvements or perform any maintenance or repair activities within the Premises except in accordance with the terms and conditions of the Overhead Agreement. 1.3 Reservations bv Licensor. Licensor excepts and reserves the right, to be Exhibit B Form Approved by VP-Law e exercised by Licensor and any other parties who may obtain written permission or authority from Licensor. (a) to install, construct, maintain, renew, repair, replace, use, operate, change, modify and relocate any existing pipe, power, communication, cable, or utility lines and appurtenances and other facilities or structures of like character (collectively, "Lines") upon, over, under or across the Premises; (b) to install, construct, maintain, renew, repair, replace, use, operate, change, modify and relocate any tracks or additional facilities or structures upon, over, under or across the Premises; and e (c) to use the Premises in any manner as the Licensor in its sole discretion deems appropriate, provided Licensor uses all reasonable efforts to avoid material interference with the use of the Premises by Licensee for the License Purpose. Section 2 Term of License. The term of the Temporary Construction License shall be for a period of four (4) years or completion of the project, whichever occurs first.. Section 3 No Warranty of Anv Conditions of the Premises. Licensee acknowledges that Licensor has made no representation whatsoever to Licensee concerning the state or condition of the Premises, or any personal property located thereon, or the nature or extent of Licensor's ownership interest in the Premises. Licensee has not relied on any statement or declaration of Licensor, oral or in writing, as an inducement to entering into this Temporary Construction License, other than as set forth herein. LICENSOR HEREBY DISCLAIMS ANY REPRESENTATION OR WARRANTY, WHETHER EXPRESS OR IMPLIED, AS TO THE DESIGN OR CONDITION OF ANY PROPERTY PRESENT ON OR CONSTITUTING THE PREMISES, ITS MERCHANTABILITY OR FITNESS FOR ANY PARTICULAR PURPOSE, THE QUALITY OF THE MATERIAL OR WORKMANSHIP OF ANY SUCH PROPERTY, OR THE CONFORMITY OF ANY SUCH PROPERTY TO ITS INTENDED USES. GRANTOR SHALL NOT BE RESPONSIBLE TO LICENSEE OR ANY OF LICENSEE'S CONTRACTORS FOR ANY DAMAGES RELATING TO THE DESIGN, CONDITION, QUALITY, SAFETY, MERCHANTABILITY OR FITNESS FOR ANY PARTICULAR PURPOSE OF ANY PROPERTY PRESENT ON OR CONSTITUTING THE PREMISES, OR THE CONFORMITY OF ANY SUCH PROPERTY TO ITS INTENDED USES. LICENSEE ACCEPTS ALL RIGHTS GRANTED UNDER THIS TEMPORARY CONSTRUCTION LICENSE IN THE PREMISES IN AN "AS IS, WHERE IS" AND 'WITH ALL FAULTS" CONDITION, AND SUBJECT TO ALL LIMITATIONS ON LICENSOR'S RIGHTS, INTERESTS AND TITLE TO THE PREMISES. Licensee has inspected or will inspect the Premises, and enters upon Licensor's rail corridor and property with knowledge of its physical condition and the danger inherent in Licensor's rail operations on or near the Premises. Licensee acknowledges that this Temporary Construction License does not contain any implied warranties that Licensee or Licensee's Contractors (as hereinafter defined) can successfully construct or operate the Improvements. Section 4 Nature of Licensor's Interest in the Premises. LICENSOR DOES NOT WARRANT ITS TITLE TO THE PREMISES NOR UNDERTAKE TO DEFEND LICENSEE IN THE PEACEABLE POSSESSION OR USE THEREOF. NO COVENANT OF QUIET ENJOYMENT IS MADE. In case of the eviction of Licensee by anyone owning or claiming title to or any interest in the Premises, or by the abandonment by Licensor of the affected rail corridor, Licensor shall not be liable to refund Licensee any compensation paid hereunder. e Section 5 Improvements. Licensee shall take, in a timely manner, all actions necessary and proper to the lawful establishment, construction, operation, and maintenance of the Improvements, including such actions as may be necessary to obtain any required permits, Exhibit B Form Approved by VP-Law e approvals or authorizations from applicable govemmental authorities. Any and all cuts and fills, excavations or embankments necessary in the construction, maintenance, or future alteration of the Improvements shall be made and maintained in such manner, form and extent as will provide adequate drainage of and from the adjoining lands and premises of the Licensor; and wherever any such fill or embankment shall or may obstruct the natural and pre-existing drainage from such lands and premises of the Licensor, the Licensee shall construct and maintain such culverts or drains as may be requisite to preserve such natural and pre-existing drainage, and shall also wherever necessary, construct extensions of existing drains, culverts or ditches through or along the premises of the Licensor, such extensions to be of adequate sectional dimensions to preserve the present flowage of drainage or other waters, and of materials and workmanship equally as good as those now existing. In the event any construction, repair, maintenance, work or other use of the Premises by Licensee will affect any Lines, fences, buildings, improvements or other facilities (collectively, "Other Improvements"), Licensee will be responsible at Licensee's sole risk to locate and make any adjustments necessary to such Other Improvements. Licensee must contact the owner(s) of the Other Improvements notifying them of any work that may damage these Other Improvements and/or interfere with their service and obtain the owner's written approval prior to so affecting the Other Improvements. Licensee must mark all Other Improvements on the Plans and Specifications and mark such Other Improvements in the field in order to verify their locations. Licensee must also use all reasonable methods when working on or near Licensor's property to determine if any Other Improvements (fiber optic, cable, communication or otherwise) may exist. e Section 6 Taxes. Licensee shall pay when due any taxes, assessments or other charges (collectively, ''Taxes'') levied or assessed upon the Improvements by any governmental or quasi- governmental body or any Taxes levied or assessed against Licensor or the Premises that are attributable to the Improvements. In the event of Licensee's failure to do so, if Licensor shall become obligated to do so, Licensee shall be liable for all costs, expenses and judgments to or against Licensor, including all of Licensor's legal fees and expenses. Section 8 Default and Termination. 8.1 Licensor's Performance Riohts. If at any time Licensee, or Licensee's Contractors, fails to properly perform its obligations under this Temporary Construction License, Licensor, in its sole discretion, may: (i) seek specific performance of the unperformed obligations, or (ii) at Licensee's sole cost, may arrange for the performance of such work as Licensor deems necessary for the safety of its rail operations, activities and property, or to avoid or remove any interference with the activities or property of Licensor, or anyone or anything present on the rail corridor or property with the authority or permission of Licensor. Licensee shall promptly reimburse Licensor for all costs of work performed on Licensee's behalf upon receipt of an invoice for such costs. Licensor's failure to perform any obligations of Licensee or Licensee's Contractors shall not alter the liability allocation set forth in this Temporary Construction License. 8.2 Effect of Termination or Exoiration. Neither termination nor expiration will release Licensee from any liability or obligation under this License, whether of indemnity or otherwise, resulting from any acts, omissions or events happening prior to the date of termination or expiration, or, if later, the date the Premises are restored as required by Section 9. 8.3 Non-exclusive Remedies. The remedies set forth in this Section 8 shall be in addition to, and not in limitation of, any other remedies that Licensor may have under the Overhead Agreement, at law or in equity. Section 9 Surrender of Premises. e 9.1 If said described premises, or any part thereof, shall at any time cease to be used by said Licensee, or by the public, for the purpose, as aforesaid for a period of two (2) consecutive years, or should they be converted to any other use whatsoever, or should the Licensee fail to perform Exhib~ B e e e Form Approved by VP-Law any of the conditions herein expressed, then upon written request by the Licensor, Licensee shall immediately request abandonment in accordance with the applicable statutes or laws of the State of Califomia, and, subject to appropriations being made for the purpose by the California Transportation Commission, Licensee shall restore Premises to their prior condition. Section 10 Liens. Licensee shall promptly pay and discharge any and all liens arising out of any construction, alterations or repairs done, suffered or permitted to be done by Licensee on the Premises or attributable to Taxes that are the responsibility of Licensee pursuant to Section 6. Licensor is hereby authorized to post any notices or take any other action upon or with respect to the Premises that is or may be permitted by Law to prevent the attachment of any such liens to any portion of the Premises; provided, however, that failure of Licensor to take any such action shall not relieve Licensee of any obligation or liability under this Section 10 or any other section of this Temporary Construction License. Section 11 Tax Exchanae. Licensor reserves the right to assign this Temporary Construction License to Apex Property & Track Exchange, Inc. ("Apex"). Apex is a qualified intermediary within the meaning of Section 1031 of the Internal Revenue Code of 1986, as amended, and Treas. Reg. !l 1.1031(k)-1(g), for the purpose of completing a tax-deferred exchange under said Section 1031. Licensor shall bear all expenses associated with the use of Apex, or necessary to qualify this transaction as a tax-deferred exchange, and, except as otherwise provided herein, shall protect, reimburse, indemnify and hold harmless Licensee from and against any and all reasonable and necessary additional costs, expenses, including, attorneys fees, and liabilities which Licensee may incur as a result of Licensor's use of Apex or the qualification of this transaction as a tax-deferred transaction pursuant to Section 1031. Licensee shall cooperate with Licensor with respect to this tax-deferred exchange, and upon Licensor's request, shall execute such documents as may be required to effect this tax-deferred exchange. Section 12 Notices. Any notice required or permitted to be given hereunder by one party to the other shall be delivered in the manner set forth in the Overhead Agreement. Notices to Licensor under this License shall be delivered to the following address: BNSF Railway Company, Real Estate Department, 2500 Lou Menk Drive, Ft. Worth, TX 76131, Attn: Permits, or such other address as Licensor may from time to time direct by notice to Licensee. Section 13 Recordation. It is understood and agreed that this Temporary Construction License shall not be recorded. Section 14 Miscellaneous. 14.1 All questions concerning the interpretation or application of provisions of this Temporary Construction License shall be decided according to the substantive laws of the State of California without regard to conflicts of law provisions. 14.2 In the event that Licensee consists of two or more parties, all the covenants and agreements of Licensee herein contained shall be the joint and several covenants and agreements of such parties. This instrument and all of the terms, covenants and provisions hereof shall inure to the benefit of and be binding upon each of the parties hereto and their respective legal representatives, successors and assigns and shall run with and be binding upon the Premises. 14.3 If any action at law or in equity is necessary to enforce or interpret the terms of this Temporary Construction License, the prevailing party or parties shall be entitled to reasonable attorneys' fees, costs and necessary disbursements in addition to any other relief to which such party or parties may be entitled. Exhibn B Form Approved by VP-Law e 14.4 If any provision of this Temporary Construction License is held to be illegal, invalid or unenforceable under present or future Laws, such provision will be fully severable and this Temporary Construction License will be construed and enforced as if such illegal, invalid or unenforceable provision is not a part hereof, and the remaining provisions hereof will remain in full force and effect. In lieu of any illegal, invalid or unenforceable provision herein, there will be added automatically as a part of this Temporary Construction License a provision as similar in its terms to such illegal, invalid or unenforceable provision as may be possible and be legal, valid and enforceable. 14.5 This Temporary Construction License is the full and complete agreement between Licensor and Licensee with respect to all matters relating to Licensee's use of the Premises, and supersedes any and all other agreements between the parties hereto relating to Licensee's use of the Premises as described herein. However, nothing herein is intended to terminate any surviving obligation of Licensee or Licensee's obligation to defend and hold Licensor harmless in any prior written agreement between the parties. . 14.6 Time is of the essence for the performance of this Temporary Construction License. 14.7 The terms of the Overhead Agreement are incorporated herein as if fully set forth in this instrument which terms shall be in full force and effect for purposes of this License. Witness the execution of this Temporary Construction License as of the date first set forth above. LICENSOR: e BNSF RAILWAY COMPANY, a Delaware corporation By: Name: Title: LICENSEE: SAN BERNARDINO ASSOCIATED GOVERNMENTS, By: Name: Title: e Exhibij B EXHIBIT "A-3" PAGE 1 OF3 _ BEING A PORTION OF THE EAST ONE-HALF OF SECTION 19, TOWNSHIP ONE NORTH, _ RANGE FOUR WEST SAN BERNARDINO MERIDIAN, DESCRIBED AS FOLLOWS; TCE PARCEL A BEGINNING AT THE INTERSECTION OF THE EAST LINE OF SAID SECTION 19 WITH THE CENTERLINE OF THE MAIN TRACK OF THE B.N.S.F. RAILROAD. THE RIGHT OF WAY OF SAID MAIN TRACK LIES 75.00 FEET NORTHEASTERLY AND 50.00 FEET SOUTHWESTERLY MEASURED AT RIGHT ANGLES AS DEFINED FOR THIS LEGAL DESCRIPTION; THENCE NORTH 38055' 18" WEST, 1792.16 FEET TO THE CENTERLINE OF UNIVERSITY PARKWAY REALIGNMENT; THENCE NORTH 07056'14" EAST 91.04 FEET TO THE BEGINNING OF A TANGENT CURVE CONCAVE WESTERLY HAVING A RADIUS OF 1150.00 FEET; THENCE NORTHERLY ALONG SAID TANGENT CURVE THROUGH A CENTRAL ANGLE OF 00 35'18" AN ARC LENGTH OF 11.81 FEET TO THE NORTHEASTERLY RIGHT OF WAY LINE OF SAID B.N.S.F. RAILROAD; THENCE NORTH 38055'18" WEST ALONG SAID NORTHEASTERLY RIGHT OF WAY LINE TO A POINT LYING 6 I .00 FEET MEASURED AT RIGHT ANGLES FROM SAID CENTERLINE OF UNIVERSITY PARKWAY SAID POINT ALSO BEING THE BEGINNING OF A NONT ANGENT CUR VE CONCA VE WESTERLY HAVING A RADIUS OF 1089.00 TO WHICH A RADIAL LINE BEARS SOUTH 850 48'21" EAST AND THE TRUE POINT OF BEGINNING; THENCE SOUTHERLY AND PARALLEL WITH SAID CENTERLINE AND tit ALONG SAID NONTANGENT CURVE THROUGH A CENTRAL ANGLE OF 030 44'35" AN ARC LENGTH OF 71.14 FEET; THENCE SOUTH 070 56'14" WEST PARALLEL WITH SAID CENTERLINE, I 02.40 FEET TO A POINT ON SAID SOUTHWESTERLY RIGHT OF WAY LINE; THENCE NORTH380 55'18" WEST ALONG SAID SOUTHWESTERLY RIGHT OF WAY LINE, 17 1.4 7 FEET TO A POINT LYING 186.00 FEET MEASURED AT RIGHT ANGLES FROM SAID CENTERLINE OF UNIVERSITY P ARKW A Y SAID POINT ALSO BEING THE BEGINNING OF A NONT ANGENT CURVE CONCAVE WESTERLY HAVING A RADIUS OF 964.00 FEET TO WHICH A RADIAL LINE BEARS SOUTH 820 58'31" EAST; THENCE NORTHERLY ALONG SAID NONTANGENT CURVE AND PARALLEL WITH SAID CENTERLINE THROUGH A CENTRAL ANGLE OF 11029'49" AN ARC LENGTH OF 193.44 FEET TO A POINT ON SAID NORTHEASTERLY 8N5.F. RAILROAD RlGHT OF WAY LINE; THENCE SOUTH 380 55' I R" EAST ALONG SAID NORTHEASTERLY RIGHT A WAY LINE. 19R.99 FEET TO THF TRUE POINT OF BECiINNING. l'HF ABO\'E DESCRII3ED PARCEL OF LAND CONTAINS 052 ACRES. ~~.h71 PEET \10RF OR LESS. tit I'RII'.\RUii3Y \11: OR l '-IDER \IY DIRECTION Ill' ..1C~ (~ 2./~'()~___ EXHIBIT "A-3" PAGE 2 OF 3 ttmG A PORTION OF THE EAST ONE-HALF OF SECTION 19, TOWNSHIP ONE NORTH, RANGE FOUR WEST SAN BERNARDINO MERIDIAN, DESCRIBED AS FOLLOWS; TCE PARCEL B BEGINNING AT THE INTERSECTION OF THE EAST LINE OF SAID SECTION 19 WITH THE CENTERLINE OF THE MAIN TRACK OF THE B.N.S.F. RAILROAD. THE RIGHT OF WAY OF SAID MAIN TRACK LIES 75.00 FEET NORTHEASTERLY AND 50.00 FEET SOUTHWESTERL Y MEASURED AT RIGHT ANGLES AS DEFINED FOR THIS LEGAL DESCRIPTION; THENCE NORTH 38055' 18" WEST, 1792.16 FEET TO THE CENTERLINE OF UNIVERSITY PARKWAY REALIGNMENT (61.00 FEET HALF-WIDTH); THENCE NORTH 07056'14" EAST 91.04 FEET TO THE BEGINNING OF A TANGENT CURVE CONCAVE WESTERLY HAVING A RADIUS OF 1150.00 FEET; THENCE NORTHERLY ALONG SAID TANGENT CURVE THROUGH A CENTRAL ANGLE OF 00 35'18" AN ARC LENGTH OF 11.81 FEET TO THE NORTHEASTERLY RIGHT OF WAY LINE OF SAID B.N.S.F. RAILROAD; THENCE SOUTH 380 55' I 8" EAST ALONG SAID NORTHEASTERLY RIGHT OF WAY LINE A DISTANCE OF 83.68 TO A POINT LYING 61.00 FEET MEASURED AT RIGHT ANGLES FROM SAID CENTERLINE OF UNIVERSITY PARKWAY SAID POINT .0 BEING THE TRUE POINT OF BEGINNING; THENCE CONTINUING ALONG SAID ~RTHEASTERL Y RIGHT OF WAY LINE SOUTH 380 55' 18" EAST 171.31 FEET TO A POINT LYING 186.00 FEET MEASURED AT RIGHT ANGLES FROM SAID CENTERLINE OF UNIVERSITY PARKWAY; THENCE SOUTH 070 56'14" WEST PARALLEL WITH SAID CENTERLINE, 171.3 I FEET TO A POINT ON SAID SOUTHWESTERLY RIGHT OF WAY LINE; THENCE NORTH 380 55'18" WEST ALONG SAID RIGHT OF WA Y LINE 171.31 FEET TO A POINT LYING 61.00 FEET MEASURED AT RIGHT ANGLES FROM SAID CENTERLINE OF UNIVERSITY PARKWAY; THENCE NORTH 070 56' 14" EAST PARALLEL WITH SAID CENTERLINE 171.31 FEET TO THE TRUE POINT OF BEGINNING. THE ABOVE DESCRIBED PARCEL OF LAND CONTAINS 0.49 ACRES. 21,414 FEET MORE OR LESS. , , v I'REPJ\R7; BY \'IE OR UNDER M1' DIRECTION . I/{)Vy (~ 11t;.o{p _ -rF~-(- .....--. --- ----.- - --.- EXHIBIT "A-3" PAGE 3 OF 3 OWNER BURLINGTON NORTHERN & SANTA FE ASSESSORS PARCEL NUMBER BASIS OF BEARINGS: BEARINGS SHOW'N HEREON ARE BASED ON THE BEARING BETW'EEN SAN BERNARDINO COUNTY SURVEYOR'S HORIZONTAL CONTROL STATION 'HIVERN' AND 'JUNIOR' B[lNG NORTH 88'52'15' EAST (GRID) REPARE~ BY ME OR UNIJER MY IJIRECTION BY, ~ t(~ 2-/0' &f., LA'l?R""Yi?eARNES IJATE II.ANIJ SURVEYOR, PLS. 7766 i4lIJVANCEIJ SURVEY CONCEPTS S8S'48'21'[ (R) N38'SS'18"w' 86.70' \ II ::0'35'18' \ R::1150.~0' L ::11.81 S38'55'18'[ 83.68' \'O~. /" . J'Ul C9~ (S'~ <9<- .I'~ <'.;> ~ " '49' 1l::1l'29 , R::964.00 , L::193.44 ~"" .~ "" "" ~~~ , "'(9f; S82'S8'31'[ (R) ~O'Ol'47^' ll- , R::964.00 L ::0.50' "'" ~ C '<I" - ~"'" ~ \0 I/') . r-... ~ I I SCALE :: 1'=100' 0\ - ~ ~. 1--0 'a-2 . , ~ i:::: fj t-j Is ~ .... -J .... V) ~ -2~ .1'0 So> ~ '>a 19 20 30 29 T. 1 N., R.4 1,1. S.B.H. . . e EXHIBIT B-1 WHEN RECORDED MAIL TO: MAIL TAX STATEMENTS TO: SPACE ABOVE THIS UNE FOR RECORDER'S USE DOCUMENTARY TRANSFER TAX S ...Computed on the consideration or value of Property conveyed, OR ...Computed on the consideration or value less liens or encumbrances remaining at time of sale. Signature of Declarant or Agent determining Tax - Firm Name EASEMENT KNOW ALL MEN BY THESE PRESENTS, that BNSF RAILWAY COMPANY, (formerly known as The Burlington Northern and Santa Fe Railway Company and successor by merger to The Atchison, Topeka and Santa Fe Railway Company) a Delaware corporation, whose. address for purposes of this instrument is 2500 Lou Menk Drive, Fort Worth, Texas 76131-2830, Grantor, for SEVENTY THOUSAND SEVEN HUNDRED FIFTY and No/100 Dollars ($70,750.00) to it paid by SAN BERNARDINO ASSOCIATED GOVERNMENTS, Grantee, and the promises of the Grantee hereinafter specified, does hereby grant unto the Grantee, subject to the terms and conditions hereinafter set forth, an EASEMENT for the purpose of constructing, reconstructing, maintaining and operating an overhead Structure and for no other purpose, located at Railroad Mile Post 80.75, Line Segment 7600-2, hereinafter called Structure, over, upon and across the premises, situated in the City of San Bernardino, County of San Bernardino, State of California, being more particularly described on Exhibits "A- 1" and" A-2", attached hereto and by this reference made a part hereof. RESERVING, however, unto the Grantor, its successors and assigns, the right to construct, place, operate, maintain, alter, repair, replace, renew, improve and remove communication lines above, below and on the surface of the premises, including, without limitation, transmission by conduit, fiber optics, cable, wire or other means of electricity, voice data, video, digitized information, or other materials or information, pipelines, utility lines, track and facilities including the right of ingress and egress in any such manner as does not unreasonably interfere with Grantee's use of the premises for said Structure, and further reserving unto Grantor, its successors and assigns, all right and privilege of ingress and egress to said premises as Grantor, its successors and assigns may req.uire to investigate and remediate environmental contamination and hazards, and further reserving the right and privilege to use said land for any and all purposes not inconsistent with the use thereof for said Structure. The foregoing easement is made subject to and upon the following express conditions: . 1. To existing interests in the above-described premises to whomsoever belonging and of whatsoever nature and any and all extensions and renewals thereof, including but not limited to underground pipe line or lines, or any type of wire line or lines, if any. 2. Any and all cuts and fills, excavations or embankments necessary in the construction, maintenance, or future alteration of said Structure shall be made and maintained in such manner, form and extent as will provide adequate drainage of and from the adjoining lands and premises of the Grantor; and wherever any such fill or embankment shall or may obstruct the natural and pre-existing drainage from such lands and premises of the Grantor, the Grantee shall construct and maintain such culverts or drains as may be requisite to preserve such natural and pre-existing drainage, and shall also wherever necessary, construct extensions of existing drains, culverts or ditches through or along the' premises of the Grantor, such extensions to be of adequate sectional dimensions to preserve the present flowage of drainage or other waters, and of materials and workmanship equally as good as those now existing. 3. The Grantee shall bear the cost of removal, relocation or reconstruction of any and all right of way fences, telephone or telegraph poles, or other facilities, the removal, relocation or reconstruction of which may be made necessary by reason of the use of said premises for said Structure purposes. 4. The Grantee shall, at its own cost and expense, make adjustment with industries or other lessees of Grantor for buildings or improvements that may have to be relocated, reconstructed or destroyed by reason of the construction and maintenance of said Structure on said premises. . 5. If, during the term of this Easement, Grantor has notice from Grantee or otherwise of a release or violation of Environmental Laws which are caused or which may be caused by reason of the uses authorized by such easement, Grantor may require Grantee, at Grantee's sole risk and expense, to take timely measures to investigate, remediate, respond to or otherwise cure such release or violation affecting the premises. To the extent permitted by Califomia Government Code Section 14662.5, Grantee shall indemnify, protect and defend the Grantor from any and all liability, claims or demands, if any, which arise as a result of such release or violation. 6. Grantor and Grantee have entered into that certain Overhead Agreement dated as of January 9th. 2007 concerning the Premises ( the "Overhead Agreement"). The terms of the Overhead Agreement, as may be amended from time to time, are incorporated herein as if fully set forth in this instrument which terms shall be in full force and effect for purposes of this Easement even if the Overhead Agreement is, for whatever reason, no longer in effect. . 7. Grantee shall pay when due any taxes, assessments or other charges (collectively, 'Taxes") levied or assessed upon the Improvements by any govemmental or quasi- govemmental body or any Taxes levied or assessed against Grantor or the Premises that are attributable to the Improvements. Grantee agrees to purchase, affix and cancel any and all documentary stamps in the amount prescribed by statute, and to pay any and all required transfer taxes, excise taxes and any and all fees incidental to recordation of the Easement. In the event of Grantee's failure to do so, if Grantor shall become obligated to do so, Grantee shall be liable for all costs, expenses and judgments to or against Grantor, including all of Grantor's legal fees and expenses. 2 Form 0105 Rev. 10104 . e e 8. The Grantee or its contractor(s) shall telephone Grantor's Communication Network Control Center at (800) 533-2891 (a 24 hour number) to determine if fiber optic cable is buried anywhere on the premises; and if so, the Grantee or its contractor(s) will contact the Telecommunications Company(ies) involved, and make arrangements with the Telecommunications Company(ies) for protection of the fiber optic cable prior to beginning any work on the premises. 9. If said described premises, or any part thereof, shall at any.time voluntarily cease to be used by said Grantee, or by the public, for the purpose, as aforesaid for a period of two (2) consecutive years, or should they be converted to any other use whatsoever, or should the Grantee fail to perform any of the conditions herein expressed after notice and a reasonable opportunity to cure, then upon written request by the Grantor, Grantee shall immediately request abandonment in accordance with the applicable statutes or laws of the State of California, and, subject to appropriations being made for the purpose by the California Transportation Commission, Grantee shall, remove said structure and restore Railroad's premises to the condition existing prior to construction of said structure. 10. The Grantor does not warrant its title to said premises nor undertake to defend the Grantee in the peaceable possession, use or enjoyment thereof; and the grant herein made is subject to all outstanding rights or interest of others, including the tenants and licensees of the Grantor. 11. This easement shall be binding upon and inure to the benefit of the heirs, executors, administrators, assigns and successors of Grantor and Grantee. TO HAVE AND TO HOLD THE SAME, together with all the hereditaments and appurtenances thereunto belonging to Grantee for public use and enjoyment for the purposes aforesaid and for no other purpose whatsoever subject to the terms and conditions hereinbefore stated. IN WITNESS WHEREOF, the said BNSF RAILWAY COMPANY has caused this instrument to be signed by its authorized officer, and the corporate seal affixed on the day of , 2006. BNSF RAILWAY COMPANY By: David P. Schneider General Director- Land Revenue Management ATTEST: By: Patricia Zbichorski Assistant Secretary 3 Form 0105 Rev. 10104 . . . STATE OF TEXAS ) ) ss. COUNTY OF TARRANT ) On this day of , 2006, before me, the undersigned, a Notary Public in and for said County and State, personally appeared David P. Schneider and Patricia Zbichorski, known to me to be General Director-Land Revenue Management and Assistant Secretary, respectively, of the corporation that executed the within instrument on behalf of the Corporation therein named, and acknowledged to me that such Corporation executed the same. Notary's Signature My Commission Expires: THIS IS TO CERTIFY, That San Bernardino Associated Governments hereby accepts for public purposes the real property described in the within deed and consents to the Recording thereof. IN WITNESS WHEREOF, I have hereunto set my hand this day of ,2006 Tony Grasso - Executive Director San Bernardino Associated Governments FORM APPROVED BY LAW 4 Form 0105 Rev. 10104 EXHIBIT "A-I" PAGE 1 OF 1 ttNG A PORTION OF THE EAST ONE-HALF OF SECTION 19, TOWNSHIP ONE NORTH, RANGE FOUR WEST SAN BERNARDINO MERIDAN, DESCRIBED AS FOLLOWS; BEGINNING AT THE INTERSECTION OF THE EAST LINE OF SAID SECTION 19 WITH TI-IE CENTERLINE OF THE MAIN TRACK OF TilE B.N.S.F. RAILROAD. THE RIGHT OF WAY OF SAID MAINTRACK LIES 75.00 FEET NORTHEASTERLY AND 50.00 FEET SOUTHWESTERL Y MEASURED AT RIGHT ANGLES AS DEFINED FOR THIS LEG/\L DESCRIPTION; THENCE NORTII380 55'18" WEST, 1792./6 FEET TO THE CENTERLINE OF UNIVERSITY PARKWA Y REALIGNMENT; THENCE NORTH 07056'14" EAST 91.04 FEET TO THE BEGINNING OF A TANGENT CURVE CONCAVE WESTERLY HAVING A RADIUS OF 115000 FEET; TIIENCE NORTHERLY ALONG SAID TANGENT CURVE THROUGH A CENTRAL ANGLE OF (jc 35' 18" AN ARC LENGTH OF 11.81 FEET TO THE NORTHEASTERLY RIGIIT Or: WA Y LINE OF SAID B.N.S.F. RAII.ROAD SAID POINT ALSO REINe; THE TRUE POINT OF BEGINNING; THENCE NORTII 380 55' tW' WEST ALONG SAID NORTIIEASTERLY RIGHT OF WAY LINE TO A POINT LYING 61.00 FEET rvlEASURED AT RIGHT ANGLES FROM SAID CENTERLINE OF UNIVERSITY PARK'vVA Y Si\lD POINT ALSO BEING THE BEGINNING OF A NONTANGENT CURVE TO WHICH A IDIAL LINE BEARS SOUTH 85048'21" EAST; THENCE SOUTHERLY AND PARALLEL HI SAID CENTERI.INE AND ALONG SAID NON-TANGENT CURVE THROUGII A CENTRAL ANGLE OF 030 44'35" AN ARC LENGTH OF 71.14 FEET; TIIENCE SOUTH 07" 56'14" WEST PARRALLEL WITH SAID CENTERLINE, 1 0240 FEET TO A POINT ON SAID SOUTHWESTERLY RIGHT OF WAY LINE; THENCE SOUTH 3So 54' 18" EAST ALONG SAID SOUTHWESTERLY RtGHT OF WAY LINE, 167.20 FEET TO A POINT L\'ING 610 FEET SOUTHEASTERLY MEASURED AT RIGHT ANGLES FROM SAID CENTERLINE OF UNIVERSITY PARK\VAY; THENCE NORTH 070 56'14" EAST PARALLEL WITH SAID CENTERLfNE, 17/.31 FEET TO SAIl) NORTHEASTERLY RIGHT OF WA Y LINE; THENCE NORTH 380 55' IS" WEST ALONG SAID NORTHEASTERLY RIGHT OF \VA '{ 8368 FEET TO 11 [E TRUE POINT OF BEGINNING. TilE A80VE DESCRIRFD PARCEL OF LAND CONTAINS 1)48 ACRES, 20,952 FEET rVIORE (lR I.FSS. ,..: !'I{L!'.\RI;U BY \11,. OR l\TlI:R \IY DIRFCTION -r~(I3~ -Z./O.Ov , i EXHIBIT "A-2" PAGE 1 OF 1 OWNER BURLINGTON NORTHERN & SANTA FE ASSESSORS PARCEL NUMBER U'v> C9~ lS'~ o>~ ?...>, I <'.;> :7- \~ \ \\ ~ S~S.48'21IE (R) N38.SS'18'IJ 86,70' \ f; =0.3S'18' \ ~. \ R=l1S0.~O' ~ L=11.81 I \ N38.SS'18'IJ 83.68' BASIS OF BEARINGS: BEARINGS SHOWN HEREON ARE BASED ON THE BEARING BETWEEN SAN BERNARDINO COUNTY SURVEYOR'S HORIZONTAL CONTROL STATION 'HIVERN' AND 'JUNIOR' BEING NORTH 88'52'15' EAST (GRID) PREPARED BY ME OR UNDER MY DIRECTION BYI[f}()u;4/~ -Z ./0 -()~ Lliti: E. BARNES DA TE !/.AND SURVEYOR, PLS. 7766 !ADVANCED SURVEY CONCEPTS oc:> oc:> ^> So> q' ?<.Y \ \ \ \ \ \ \ I \ I SCALE = 1'=100' 0\ .., ~ j:: Gl e-) Is ~ .... -J .... e-) ~ "'" ::J, , l() t"l C\J ~ <::> <::> <:: 19 20 30 29 T, 1 N" R.4 "'. S.B,H. e e e LAW DEPARTMENT APPROVED EXHIBIT "C" CONTRACTOR REQUIREMENTS 1.01 General . 1.01.01 The Contractor must cooperate with BNSF RAILWAY COMPANY, hereinafter referred to as "Railway" where work is over or under on or adjacent to Railway property and/or right-of-way, hereafter referred to as "Railway Property", during the construction of State Street/University Parkway Overhead. . 1.01.02 The Contractor must execute and deliver to the Railway duplicate copies of the Exhibit "C-I" Agreement, in the form attached hereto, obligating the Contractor to provide and maintain in full force and effect the insurance called for under Section 3 of said Exhibit "C_I", . 1.01.03 The Contractor must plan, schedule and conduct all work activities so as not to interfere with the movement of any trains on Railway Property. . 1.01.04 The Contractor's right to enter Railway's Property is subject to the absolute right of Railway to cause the Contractor's work on Railway's Property to cease if, in the opinion of Railway, Contractor's activities create a hazard to Railway's Property, employees, and/or operations. . 1.01.05 The Contractor is responsible for determining and complying with all Federal, State and Local Governmental laws and regulations, including, but not limited to environmental laws and regulations (including but not limited to the Resource Conservation and Recovery Act, as amended; the Clean Water Act, the Oil Pollution Act, the Hazardous Materials Transportation Act, CERCLA), and health and safety laws and regulations. The Contractor hereby indemnifies, defends and holds harmless Railway for, from and against all fines or penalties imposed or assessed by Federal, State and Local Governmental Agencies against the Railway which arise out of Contractor's work under this Agreement. . 1.01.06 The Contractor must notify the (Aaencv) at and Railway's Manager Public Projects, telephone number (909) 386-4472 at least thirty (30) calendar days before commencing any work on Railway Property. Contractors notification. to Railway, must refer to Railroad's file 0261 14M. . 1.01.07 For any falsework above any tracks or any excavations located, whichever is greater, within twenty-five (25) feet of the nearest track or intersecting a slope from the plane of the top of rail on a I Yo horizontal to 1 vertical slope beginning at eleven (11) feet from centerline of the nearest track, both measured perpendicular to center line of track, the Contractor must furnish the Railway five sets of working drawings showing details of construction affecting Railway Property and tracks. The working drawing must include the proposed method of installation and removal of falsework, shoring or cribbing, not included in the contract plans and two sets of structural calculations of any falsework, shoring or cribbing. All calculations must take into consideration railway surcharge loading and must be designed to meet American Railway Engineering and Maintenance-of-Way Association (previously known as American Railway Engineering Association) Coopers E-80 live loading standard. All drawings and calculations must be stamped by a registered professional engineer licensed to practice in the state the project is located. The Contractor must not begin work until notified by the Railway that plans have been approved. The Contractor will be required to use lifting devices such as, cranes and/or winches to place or to remove any falsework over Railway's tracks. In no case will the Contractor be relieved of responsibility for results obtained by the implementation of said approved plans. . 1.01.08 Subject to the movement of Railway's trains, Railway will cooperate with the Contractor such that the work may be handled and performed in an efficient manner. The Contractor will have no claim whatsoever for any type of damages or for extra or additional compensation in the event his work is delayed by the Railway. Form 0102 Rev. 01120/05 e e e 1.02 Contractor Safety Orientation . 1.02.01 No employee ofthe Contractor, Its subcontractors, agents or invitees may enter Railway Property without fint having completed Railway's Engineering Contractor Safety Orientation, found on the web site www.contractororientation.com. The Contractor must ensure that eacb of its employees, subcontracton, agents or Invitees completes Railway's Engineering Contractor Safety Orientation tbrough internet sessions before any work Is performed on the Project. Additionally, the Contractor must ensure that each and every one of its employees, subcontraetors, agents or invitees possesses a card certifying completion of the Railway Contractor Safety Orientation before entering Railway Property. The Contractor Is responsible for the cost of tbe Railway Contractor Safety Orientation. The Contractor must renew the Railway Contractor Safety Orientation annually. Further clarification can be found on the web site or from the Railway's Representative. 1.03 Railway Requirements . 1.03.01 The Contractor must take protective measures as are necessary to keep railway facilities, including track ballast, free of sand, debris, and other foreign objects and materials resulting from his operations. Any damage to railway facilities resulting from Contractor's operations will be repaired or replaced by Railway and the cost of such repairs or replacement must be p~id for by the Agency. . 1.03.02 The Contractor must notilY the Railway's General Manager Michael Shircliff at telephone (909) 386 4150 Fax 909 386 4111 and provide blasting plans to the Railway for review seven (7) calendar days prior to conducting any blasting operations adjacent to or on Railway's Property. . 1.03.03 The Contractor must abide by the following temporary clearances during construction: . i5' 0" Horizontally from centerline of nearest track . 21 ' -6" Vertically above top of rail . 27'-0" Vertically above top of rail for electric wires carrying less than 750 volts . 28'-0" Vertically above top of rail for electric wires carrying 750 volts to 15,000 volts . 30'-0" Vertically above top of rail for electric wires carrying 15,000 volts to 20,000 volts . 34'-0" Vertically above top of rail for electric wires carrying more than 20,000 volts . 1.03~04 Upon completion of construction, the following clearances shall be maintained: . 31'.6'" . 27'.0" . 24'-7" Horizontally from centerline of Siding I Horizontally from centerline of Main 3 Vertically above top of rail . 1.03.05 Any infringement within State statutory clearances due to the Contractor's operations must be submitted to the Railway and to the iA2encv) and must not be undertaken until approved in writing by the Railway, and until the iA2encv) has obtained any necessary authorization from the State Regulatory Authority for the infringement. No extra compensation will be allowed in the event the Contractor's work is delayed pending Railway approval, and/or the State Regulatory Authority's approval. . 1.03.06 In the case of impaired vertical clearance above top of rail, Railway will have the option of installing tell-tales or other protective devices Railway deems necessary for protection of Railway operations. The cost of tell-tales or protective devices will be borne by the Agency. . 1.03.07 The details of construction affecting the Railway's Property and tracks not included in the contract plans must be submitted to the Railway by iA2encv) for approval before work is undertaken and this work must not be undertaken until approved by the Railway. . 1.03.08 At other than public road crossings, the Contractor must not move any equipment or materials across Railway's tracks until permission has been obtained from the Railway. The Contractor must obtain a "Temporary Private Crossing Agreement" from the Railway prior to moving his equipment or materials across 2 Form 0 I 02 Rev. 01120105 e e e the Railways tracks. The temporary crossing must be gated and locked at all times when not required for use by the Contractor. The temporary crossing for use of the Contractor will be at the expense of the Contractor. . 1.03.09 Discharge, release or spill on the Railway Property of any hazardous substances, oil, petroleum, constituents, pollutants, contaminants, or any hazardous waste is prohibited and Contractor must immediately notifY the Railway's Resource Operations Center at 1(800) 832-5452, of any discharge, release or spills in excess of a reportable quantity. Contractor must not allow Railway Property to become a treatment, storage or transfer facility as those terms are defined in the Resource Conservation and Recovery Act or any state analogue. . 1.03.10 The Contractor upon completion of the work covered by this contract, must promptly remove from the Railway's Property all of Contractor's tools, equipment, implements and other materials, whether brought upon said property by said Contractor or any Subcontractor, employee or agent of Contractor or of any Subcontractor, and must cause Railway's Property to be left in a condition acceptable to the Railway's representative. 1.04 Contractor Roadway Worker on Track Safety Program and Safety Action Plan . 1.04.0 I Each Contractor that will perform work within 25 feet of the centerline of a track must develop and implement a Roadway Worker Protection/On Track S.afety Program and work with Railway Project Representative to develop an on track safety strategy as described in the guidelines listed in the on track safety portion of the Safety Orientation. This Program must provide Roadway Worker protection/on track training for all employees of the Contractor, its subcontractors, agents or invitees. This training is reinforced at the job site through job safety briefings. Additionally, each Contractor must develop and implement the Safety Action Plan, as provided for on the web site www.eontraetororientation.eom. which will be made available to Railway prior to commencement of any work on Railway Property. During the performance of work, the Contractor must audit its work activities. The Contractor must designate an on-site Project Supervisor who will serve as the contact person for the Railway and who will maintain a copy of the Safety Action Plan, safety audits, and Material Safety Datasheets (MSDS), at the job site. 1.05 Protection of Railway Facilities and Railway Flagger Services: . 1.05.01 The Contractor must give Railway's Roadmaster (telephone 909 386 4061) a minimum of thirty (30) calendar days advance notice when flagging services will be required so that the Roadmaster can make appropriate arrangements (I.e., bulletin the flagger's position). If flagging services are scheduled in advance by the Contractor and it is subsequently determined by the parties hereto that such services are no longer necessary, the Contractor must give the Roadmaster five (5) working days advance notice so that appropriate arrangements can be made to abolish the position pursuant to union requirements. . 1.05.02 Unless determined otherwise by Railway's Project Representative, Railway flagger and protective services and devices will be required and furnished when Contractor's work activities are located over, under and/or within twenty-five (25) feet measured horizontally from centerline of the nearest track and when cranes or similar equipment positioned beyond 25-feet from the track centerline could foul the track in the event of tip over or other catastrophic occurrence, but not limited thereto for the following conditions: . 1.05.02a When in the opinion of the Railway's Representative it is necessary to safeguard Railway's Property, employees, trains, engines and facilities. . 1.05.02b When any excavation is performed below the bottom of tie elevation, if, in the opinion of Railway's representative, track or other Railway facilities may be subject to movement or settlement. . 1.05.02. When work in any way interferes with the safe operation of trains at timetable speeds. . 1.05.02d When any hazard is presented to Railway track, communications, signal, electrical, or other facilities either due to persons, material, equipment or blasting in the vicinity. 3 Form 0102 Rev. 01120/05 e e e . 1.05.02e Special pennission must be obtained from the Railway before moving heavy or cumbersome objects or equipment which might result in making the track impassable. . 1.05.03 Flagging services will be perfonned by qualified Railway flaggers. . 1.05.03a Flagging crew generally consists of one employee. However, additional personnel may be required to protect Railway Property and operations, if deemed necessary by the Railways Representative. . 1.05.03b Each time a flagger is called, the minimum period for billing will be the eight (8) hour basic day. . 1.05.03c The cost of flagger services provided by the Railway, when deemed necessary by the Railway's representative, will be borne by the IA2encv) . The estimated cost for one (I) flagger is $600.00 for an eight (8) hour basic day with time and one-half or double time for overtime, rest days and holidays. The estimated cost for each flagger includes vacation allowance, paid holidays, Railway and unemployment insurance, public liability and property damage insurance, health and welfare benefits, transportation, meals, lodging and supervision. Negotiations for Railway labor or collective bargaining agreements and rate changes authorized by appropriate Federal authorities may increase actual or estimated flagging rates. The flagging rate in effect at the time of perfonnance by the Contractor hereunder will be used to calculate the actual costs of flagging pursuant to this paragraph. . 1.05.03d The average train traffic on this route is 94 freight trains per 24-hour period at a timetable speed of35 MPH and 2 passenger trains at a timetable speed of 50 MPH. 1.06 Contractor General Safety Requirements . 1.06.01 Work in the proximity of railway track(s) is potentially hazardous where movement of trains and equipment can occur at any time and in any direction. All work performed by contractors within 25 feet of any track must be in compliance with FRA Roadway Worker Protection Regulations. . 1.06.02 Before beginning any task on Railway Property, a thorough job safety briefing must be conducted with all personnel involved with the task and repeated when the personnel or task changes. If the task is within 25 feet of any track, the job briefing must include the Railway's nagger, as applicable, and include the procedures the Contractor will use to protect its employees, subcontractors, agents or invitees from moving any equipment adjacent to or across any Railway track(s). . 1.06.03 Workers must not work within 25 feet of the centerline of any track without an on track safety strategy approved by the Railway's Project Representative. When authority is provided, every contractor employee must know: (1) who the Railway Dagger is, and how to contact the nagger, (2) limits of the authority, (3) the method of communication to stop and resume work, and (4) location of the designated places of safety. Persons or equipment entering nag/work limits that were not previously job briefed, must notify the nagger immediately, and be given a job briefing when working within 25 feet of the center line oftrack. . 1.06.04 When Contractor employees are required to work on the Railway Property after normal working hours or on weekends, the Railroad's representative in charge of the project must be notified. A minimum of two employees must be present at all times. . 1.06.05 Any employees, agents or invitees of Contractor or its subcontractors under suspicion of being under the innuence of drugs or alcohol, or in the possession of same, will be removed from the Railway's Property and subsequently released to the custody of a representative of Contractor management. Future access to the Railway's Property by that employee will be denied. . 1.06.06 Any damage to Railway Property, or any hazard noticed on passing trains must be reported immediately to the Railway's representative in charge of the project. Any vehicle or machine which may come in contact with track, signal equipment, or structure (bridge) and could result in a train derailment must be 4 Fonn 0102 Rev. 01120105 tit tit e reported immediately to the Railway representative in charge of the project and to the Railway's Resource Operations Center at 1(800) 832-5452. Local emergency numbers are to be obtained from the Railway representative in charge of the project prior to the start of any work and must be posted at the job site. . 1.06.07 For safety reasons, all persons are proh,ibited from having pocket knives, firearms or other deadly weapons in their possession while working on Railway's Property. . 1.06.08 All personnel protective equipment (PPE) used on Railway Property must meet applicable OSHA and ANSI specifications. Current Railway personnel protective equipment requirements are listed on the web site, www.contractororientation.com. however, a partial list of the requirements include: a) safety glasses with permanently affixed side shields (no yellow lenses); b) hard hats c) safety shoe with: hardened toes, above-the-ankle lace-up and a dermed heel; and d) high visibility retro-reflective work wear. The Railroad's representative in charge ofthe project is to be contacted regarding local specifications for meeting requirements relating to hi-visability work wear. Hearing protection, fall protection, gloves, and respirators must be worn as required by State and Federal regulations. (NOTE - Should there be a discrepancv between the information contained on the web site and the information in this Daral!raDh. the web site willl!overn.l . 1.06.09 The Contractor must not pile or store any materials, machinery or equipment closer than 25'-0" to the center line of the nearest Railway track. Materials, machinery or equipment must not be stored or left within 250 feet of any highway/rail at-grade crossings, where storage of the same will interfere with the sight distances of motorists approaching the crossing. Prior to beginning work, the Contractor must establish a storage area with concurrence of the Railroad's representative. . 1.06.10 Machines or vehicles must not be left unattended with the engine running. Parked machines or equipment must be in gear with brakes set and if equipped with blade, pan or bucket, they must be lowered to the ground. All machinery and equipment left unattended on Railway's Property must be left inoperable and secured against movement. (See internet Engineering Contractor Safety Orientation program for more detailed specifications) . 1.06.11 Workers must not create and leave any conditions at the work site that would interfere with water drainage. Any work performed over water must meet all Federal, State and Local regulations. . 1.06.11 All power line wires must be considered dangerous and of high voltage unless informed to the contrary by proper authority. For all power lines the minimum clearance between the lines and any part of the equipment or load must be; 200 KV or below - 15 feet; 200 to 350 KV - 20 feet; 350 to 500 KV - 25 feet; 500 to 750 KV - 35 feet; and 750 to 1000 KV - 45 feet. If capacity of the line is not known, a minimum clearance of 45 feet must be maintained. A person must be designated to observe clearance of the equipment and give a timely warning for all operations where it is difficult for an operator to maintain the desired clearance by visual means. - 1.07 Excavation . 1.07.01 Before excavating, the Contractor must determine whether any underground pipe lines, electric wires, or cables, including fiber optic cable systems are present and located within the Project work area. The Contractor must determine whether excavation on Railway's Property could cause damage to buried cables resulting in delay to Railway traffic and disruption of service to users. Delays and disruptions to service may cause business interruptions involving loss of revenue and profits. Before commencing excavation, the Contractor must contact BNSF's Project Engineer (909 386 4079). All underground and overhead wires will be considered HIGH VOLTAGE and dangerous until verified with the company having ownership of the line. II is the Contractor's responsibility to notify any other companies that have underground utilities in the area and arrange for the location of all underground utilities before excavating. . 1.07.02 The Contractor must cease all work and notity the Railway immediately before continuing excavation in the area if obstructions are encountered which do not appear on drawings. If the obstruction is a utility and the owner of the utility can be identified, then the Contractor must also notity the owner immediately. If there is any doubt about the location of underground cables or lines ofany kind, no work must be performed until the 5 Form 0102 Rev. 01120105 e e It exact location has been detennined. There will be no exceptions to these instructions. . 1.07.03 All excavations must be conducted in compliance with applicable OSHA regulations and, regardless of depth, must be shored where there is any danger to tracks, structures or personnel. . 1.07.04 Any excavations, holes or trenches on the Railway's Property must be covered, guarded and/or protected when not being worked on. When leaving work site areas at night and over weekends, the areas must be secured and left in a condition that will ensure that Railway employees and other personnel who may be working or passing through the area are protected from all hazards. All excavations must be back filled as soon as possible. 1.08 Hazardous Waste, Substances and Material Reporting . 1.08.01 If Contractor discovers any hazardous waste, hazardous substance, petroleum or other deleterious material, including but not limited to any non-containerized commodity or material, on or adjacent to Railway's Property, in or near any srice water, swamp, wetlands or waterways, while perfonning any work under this Agreement, Contractor must immediately: (a) notify the Railway's Resource Operations Center at 1(800) 832-5452, of such discovery: (b) take safeguards necessary to protect its employees, subcontractors, agents and/or third parties: and (c) exercise due care with respect to the release, including the taking of any appropriate measure to minimize the impact of such release. 1.09 Personal Injury Reporting . 1.09.01 The Railway is required to report certain injuries as a part of compliance with Federal Railroad Administration (FRA) reporting requirements. Any personal injury sustained by an employee of the Contractor, subcontractor or Contractor's invitees while on the Railway's Property must be reported immediately (by phone mail if unable to contact in person) to the Railway's representative in charge of the project. The Non-Employee Personal Injury Data Collection Fonn contained herein is to be completed and sent by Fax to the Railway at 1(817) 352-7595 and to the Railway's Project Representative ITO later than the close of shift on the date of the injury. 6 Fonn 0102 Rev. 01120105 e e e NON-EMPLOYEE PERSONAL INJURY DATA COLLECTION INFORMA nON REQUIRED TO BE COLLECTED PURSUANT TO FEDERAL REGULATION. IT SHOULD BE USED FOR COMPLIANCE WITH FEDERAL REGULA nONS ONLY AND IS NOT INTENDED TO PRESUME ACCEPTANCE OF RESPONSIBILITY OR LIABILITY. I. Accident City/St County: (if non-Railway location) 2. Date: 3. Temperature: Time: 4. Weather 5. Social Security # 6. Name (last, first, mil 7. Address: Street: City: St_ Zip: 8. Date of Birth: andior Age Gender: (if available) 9. (a) Injury: (i.e. (a) Laceration (b) Hand) (b) Body Part: ) 1. Description of Accident (To include location, action, result, etc.): 12. Treatment: " First Aid Only II Required Medical Treatment n Other Medical Treatment 13. Dr. Name 30. Date: 14. Dr. Address: Street: City: St:_Zip: 15. Hospital Name: 16. Hospital Address: Street: City: St:_Zip: 17. Diagnosis: FAX TO RAILWAY AT (817)352-7595 AND COPY TO RAILWAY ROADMASTER FAX 9093864843 7 Form 0 I 02 Rev. 01120105 e e e LAW DEPARTMENT APPROVED OVERPASS EXHIBIT "C-I" Agreement Between BNSF RAILWAY COMPANY and tbe CONTRACTOR BNSF RAILWAY COMPANY Attention: Manager Public Projects Railway File: 026106V Agency Project: State StreetlUniversity Parkway Overpass Gentlemen: The undersigned (hereinafter called, the "Contractor"), has entered into a contract (the "Contract") dated ,200-, with SAN BERNARDINO ASSOCIATED GOVERNMENTS for the performance of certain work in connection with the following project: remove the existing Stale StreetlUniversity Parkway grade crossine and construct a railroad overhead structure and roadway on new alignment located approximately 312 feet southeasterly measured along the centerline of BNSF's Main Track #1 to carry State Street/University Parkway traffic across BNSF's "Rail Corridor" and tracks and Cajon Boulevard by means of a 4-span concrete structure to be known as the State Street/University Parkway Overpass in the City and County of San Bernardino, CA. Performance of such work will necessarily require contractor to enter BNSF RAIL WAY COMPANY ("Railway") right of way and property ("Railway Property"). The Contract provides that no work will be commenced within Railway Property until the Contractor employed in connection with said work for SAN BERNARDINO ASSOCIATED GOVERNMENTS (i) executes and delivers to Railway an Agreement in the form hereof, and (ii) provides insurance of the coverage and limits specified in such Agreement and Section 3 herein. If this Agreement is executed by a party who is not the Owner, General Partner, President or Vice President of Contractor, Contractor must furnish evidence to Railway certifying that the signatory is empowered to execute this Agreement on behalf of Contractor. Accordingly, in consideration of Railway granting permission to Contractor to enter upon Railway Property and as an inducement for such entry, Contractor, effective on the date of the Contract, has agreed and does hereby agree with Railway as follows: Section I. RELEASE OF LIABILITY AND INDEMNITY Contractor hereby waives, releases, indemnifies, defends and holds harmless Railway for all judgments, awards, claims, demands, and expenses (including attorneys' fees), for injury or death to all persons, including Railway's and Contractors officers and employees, and for loss and damage to property belonging to any person, arising in any manner from Contractors or any of Contractors subcontractors' acts or omissions or any work performed on or about Railway's property or right-of-way. THE LIABILITY ASSUMED BY CONTRACTOR WILL NOT BE AFFECTED BY THE FACT, IF IT IS A FACT, THAT THE DESTRUCTION, DAMAGE, DEATH, OR INJURY WAS OCCASIONED BY OR CONTRIBUTED TO BY THE NEGLIGENCE OF RAILWAY, ITS AGENTS, SERVANTS, EMPLOYEES OR OTHERWISE, EXCEPT TO THE EXTENT THAT SUCH CLAIMS ARE PROXIMATELY CAUSED BY THE WILLFUL MISCONDUCT OR SOLE NEGLIGENCE OF RAILWAY. THE INDEMNIFICATION OBLIGATION ASSUMED BY CONTRACTOR INCLUDES ANY CLAIMS, SUITS OR JUDGMENTS BROUGHT AGAINST RAILWAY UNDER THE FEDERAL Fonn 0107 Rev. 01120105 e e e EMPLOYEE'S LIABILITY ACT, INCLUDING CLAIMS FOR STRICT LIABILITY UNDER THE SAFETY APPLIANCE ACT OR THE BOILER INSPECTION ACT, WHENEVER SO CLAIMED. Contractor further agrees, at its expense, in the name and on behalf of Railway, that it will adjust and settle all claims made against Railway, and will, at Railway's discretion, appear and defend any suits or actions of law or in equity brought against Railway on any claim or cause of action arising or growing out of or in any manner connected with any liability assumed by Contractor under this Agreement for which Railway is liable or is alleged to be liable. Railway will give notice to Contractor, in writing, of the receipt or dependency of such claims and thereupon Contractor must proceed to adjust and handle to a conclusion such claims, and in the event of a suit being brought against Railway, Railway may forward summons and complaint or other process in connection therewith to Contractor, and Contractor, at Railway's discretion, must defend, adjust, or settle such suits and protect, indemnify, and save harmless Railway from and against all damages, judgments, decrees, attorney's fees, costs, and expenses growing out of or resulting from or incident to any such claims or suits. It is mutually understood and agreed that the assumption of liabilities and indemnification provided for in this Agreement survive any termination of this Agreement. Section 2. TERM This Agreement is effective from the date of the Contract until (i) the completion of the project set forth herein, and (ii) full and complete payment to Railway of any and all sums or other amounts owing and due hereunder. Section 3. INSURANCE Contractor must, at its sole cost and expense, procure and maintain during the life of this Agreement the following insurance coverage: A. Commercial General Liability insurance. This insurance must contain broad form contractual liability with a combined single limit of a minimum of $5,000,000 each occurrence and an aggregate limit of at least $10,000,000. Coverage must be purchased on a post 1998 ISO occurrence form or equivalent and include coverage for, but not limit to the following: . Bodily Injury and Property Damage . Personal Injury and Advertising Injury . Fire legal liability . Products and completed operations This policy must also contain the following endorsements, which must be indicated on the certificate of insurance: . . It is agreed that any workers' compensation exclusion does not apply to Rail,oad payments related to the Federal Employers Liability Act or a Railroad Wage Continuation Program or similar programs and any payments made are deemed not to be either payments made or obligations assumed under any Workers Compensation, disability benefits, or unemployment compensation law or similar law. The defmition of insured contract must be amended to remove any exclusion or other limitation for any work being done within 50 feet of railroad property. Any exclusions related to the explosion, collapse and underground hazards must be removed. . No other endorsements limiting coverage as respects obligations under this_Agreement may be included on the policy. B. Business Automobile Insurance. This insurance must contain a combined single limit of at least $1,000,000 per occurrence, and include coverage for, but not limited to the following: . Bodily injury and property damage 2 Fonn 0107 Rev. 01120105 e e e . Any and all vehicles owned, used or hired C. Workers Compensation and Employers Liability insurance including coverage for, but not limited 10: . California's statutory liability under the worker's compensation laws of the state(s) in which the work is 10 be performed. If optional under State law, the insurance must cover all employees anyway. . Employers' Liability (Part B) with limits of at least $500,000 each accident, $500,000 by disease policy limit, $500,000 by disease each employee. D. Railroad Protective Liability insurance naming only the Railroad as the Insured with coverage of at least $5,000,000 per occurrence and $10,000,000 in the aggregate. The policy Must be issued on a standard ISO form CG 00 35 1093 and include the following: . Endorsed to include the Pollution Exclusion Amendment (ISO form CG 28 31 10 93) . Endorsed to include the Limited Seepage and Pollution Endorsement. . Endorsed to remove any exclusion for punitive damages. . No other endorsements restricting coverage may be added. . The original policy must be provided to the Railroad prior to performing any work or services under this Agreement Other Requirements: All policies (applying to coverage listed above) must not contain an exclusion for punitive damages and certificates of insurance must reflect that no exclusion exists. Contractor agrees to waive its right of recovery against Railroad for all claims and suits against Railroad. In addition, its insurers, through the terms of the policy or policy endorsement, waive their right of subrogation against Railroad for all claims and suits. The certificate of insurance must reflect the waiver of subrogation endorsement. Contractor further waives its right of recovery, and its insurers also waive their right of subrogation against Railroad for loss of its owned or leased property or property under contractor's care, custody or control. Contractor's insurance policies through policy endorsement, must include wording which states that the policy is primary and non-contributing with respect to any insurance carried by Railroad. The certificate of insurance must reflect that the above wording is included in evidenced policies. All policy(ies) required above (excluding Workers Compensation and if applicable, Railroad Protective) must include a severability of interest endorsement and Railroad must be named as an additional insured with respect to work performed under this agreement. Severability of interest and naming Railroad as additional insured must be indicated on the certificate of insurance. Contractor is not allowed to self-insure without the prior written consent of Railroad. If granted by Railroad, any deductible, self-insured retention or other financial responsibility for claims must be covered directly by contractor in lieu of insurance. Any and all Railroad liabilities that would otherwise, in accordance with the provisions of this Agreement, be covered by contractor's insurance will be covered as if contractor elected not to include a deductible, self-insured retention or other financial responsibility for claims. Prior to commencing the Work, contractor must furnish to Railroad an acceptable certificate(s) of insurance including an original signature of the authorized representative evidencing the required coverage, endorsements, and amendments and referencing the contract audit/folder number if available. The policy(ies) must contain a provision that obligates the insurance company(ies) issuing such policy(ies) to notify Railroad in writing at least 30 days prior to any cancellation, non-renewal, substitution or material alteration. This cancellation provision must be indicated on the certificate of insurance. Upon request from Railroad, a certified duplicate original of any required policy must be furnished. Contractor should send the certificate(s) to the following address: BNSF RAILWAY COMPANY 3 Fonn 0107 Rev. 01120105 e e e Risk Mana2ement 2400 Western Center Blvd. Fort Worth. TX 76131 Any insurance policy must be written by a reputable insurance company acceptable to RaUroad or with a current Best's Guide Rating of A- and Class VII or better, and authorized to do business in the state(s) in which the service is to be provide. Contractor represents that this Agreement has been thoroughly reviewed by contractor's insurance agent( s )/broker( s), who have been instructed by contractor to procure the insurance coverage required by this Agreement. Allocated Loss Expense must be in addition to all policy limits for coverages referenced above. Not more frequently than once every five years, RaUroad may reasonably modil)- the required insurance coverage to reflect then-current risk management practices in the railroad industry and underwriting practices in the insurance industry. If any portion of the operation is to be subcontracted by contractor, contractor must require that the subcontractor provide and maintain the insurance coverages set forth herein, naming RaUroad as an additional insured, and requiring that the subcontractor release, defend and indemnil)- RaUroad to the same extent and under the same terms and conditions as contractor is required to release, defend and indemnil)- Railroad herein. Failure to provide evidence as required by this section will entitle, but not require, RaUroad to terminate this Agreement immediately. Acceptance of a certificate that does not comply with this section will not operate as a waiver of contractor's obligations hereunder. The fact that insurance (including, without limitation, self-insurance) is obtained by contractor will not be deemed to release or diminish the liability of contractor including, without limitation, liability under the indemnity provisions of this Agreement. Damages recoverable by RaUroad will not be limited by the amount of the required insurance coverage. For purposes of this section, RaUroad means "Burlington Northern Santa Fe Corporation", "BNSF RAIL WAY COMPANY" and the subsidiaries, successors, assigns and affiliates of each. Section 4. EXHIBIT "C" CONTRACTOR REQUIREMENTS The Contractor must observe and comply with the provisions, obligations, requirements and limitations contained in the Contract and the Contractor Requirements set forth on Exhibit "C" attached to the Contract and this Agreement, including, but not be limited to, payment of all costs incurred for any damages to Railway roadbed, tracks, and/or appurtenances thereto, resulting from use, occupancy, or presence of its employees, representatives, or agents or subcontractors on or about the construction site. Section 5. TRAIN DELAY Contractor is responsible for and hereby indemnifies and holds harmless Railway (including its affiliated railway companies, and its tenants) for, from and against all damages arising from any unscheduled delay to a freight or passenger train which affects Railway's ability to fully utilize its equipment and to meet customer service and contract obligations. Contractor will be billed, as further provided below, for the economic losses arising from loss of use of equipment, contractual loss of incentive pay and bonuses and contractoal penalties resulting from train delays, whether caused by Contractor, or subcontractors, or by the Railway performing work under this Agreement. Railway agrees that it will not perform any act to unnecessarily cause train delay. For loss of use of equipment, Contractor will be billed the current freight train hour rate per train as determined from Railway's records. Any disruption to train traffic may cause delays to multiple trains at the same time for the same period. Additionally, the parties acknowledge that passenger, U.S. mail trains and certain other grain, intermodal, coal and freight trains operate under incentive/penalty contracts between Railway and its customer(s). Under these 4 Fonn 0107 Rev. 01120/05 e e e arrangements, if Railway does not meet its contract service commitments, Railway may suffer loss of performance or incentive pay and/or be subject to penalty payments. Contractor is responsible for any train performance and incentive penalties or other contractual economic losses actually incurred by Railway which are attributable to a train delay caused by Contractor or its subcontractors. The contractual relationship between Railway and its customers is proprietary and confidential. In the event of a train delay covered by this Agreement, Railway will share information relevant to any train delay to the extent consistent with Railway confidentiality obligations. Damages for train delay for certain trains may be as high as $50,000.00 per incident. Contractor and its subcontractors must give Railway's representative 909 386 4079 eight (8) weeks advance notice of the times and dates for proposed work windows. Railway and Contractor will establish mutually agreeable work windows for lbe project. Railway has the right at any time to revise or change the work windows due to train operations or service obligations. Railway will not be responsible for any additional costs or expenses resulting from a change in work windows. Additional costs or expenses resulting from a change in work windows shall be accounted for in Contractor's expenses for the project. Contractor and subcontractors must plan, schedule, coordinate and conduct all Contractor's work so as to not cause any delays to any trains. Kindly acknowledge receipt of this letter by signing and returning to the Railway two original copies of this letter, which, upon execution by Railway, will constitute an Agreement between us. (Contractor) BNSF Railway Company By: Printed Name: Title: By: Name: Me2an T. Mclntvre Manager Public Projects Contact Person: Address Accepted and effective this _day of20_. City: Fax: Phone: E-mail: State:_Zip:_ 5 Fonn 0107 Rev. 01120105 EXHIBIT D tit Recapitulation ofBNSF's Cost Estimates to do the following work: e e Procurement of materials, equipment and supplies necessary for the railroad work; Preliminary engineering, design, and contract preparation; Furnishing of flagging services necessary for the safety of BNSF's property and the operation of its trains during construction of the Project; Furnishing engineering and inspection as required in connection with the construction of the Project; Removal and relocation of Intermediate Eastbound Signal 762 for Main 1 and Intermediate Eastbound Signal 764 for Main 2 to the west side (railroad direction) of the Structure and; Removal of the automatic warning device signals from the existing State Street/University Parkway at-grade crossing (P.D.C. No. 2-76.6) and obliteration of said at-grade crossing between the rails and to two feet outside thereof. Signal Estimate (Page 2) $379,203 Flagging and Inspection (Page 3) $227,366 Remove Crossing Main Track No. I (Page 4) $12,697 Remove Crossing Main Track No.2 (Page 5) $12,697 Remove Crossing Main Track No.3 (Page 6) $12.697 TOTAL ESTIMATED COST BNSF WORK $644,660 (See Estimate Details Pages 2 to 6) Exhibit D State Street/University Parkway Page I nf6 EXHIBIT D -- MAINTAIN PROPRIETARY CONFIDENTIALITY ***** . m_m__m___m mm__mm__m______mm_____h_m___m_mm___m___hmn_mmmh_nm___m__m_ THE B. N. S. F. RAILWAY C(M>ANY FHPM ESTIMATE FOR SANBAG LOCATION, - ONO OETAILS OF ESTIMATE PLAN ITEM, 000119203 VERSION, 1 ------------.--------------------------------------------------.--------------------------------------------------------._-- PURPOSE. JUSTIFICATION ANO OESCRIPTION SIGNAL COST ESTIMATE FOR UNIVERSITY PM UNOERPASS ANO THE REMOVAL OF THE EXISTING HIGHWAY CROSSING AT GRAOE. M.P. 76.60. LIS 7600. CALIFORNIA OIV.. CAJON SUBOIV. MONTHLY POWER UTIlITY COST CENTER, 61692 THE MATERIAL lIST BELOW REFLECTS TYPICAL REPRESENTlVE PACKAGES USEO FOR ESTIMATING PURPOSE ONLY. . THEY CAN BE EXPECTEO TO CHANGE AFTER THE ENGINEERING PROCESS. OETAIlEO ANO ACCURATE MATERIAL LISTS WILL BE FURNISHEO WHEN ENGINEERING IS CCMPLETEO. CONTINUING CONTRACTS HAVE BEEN ESTABLISHEO FOR PORTIONS OF SIGNAL l<<lRK ON THE BNSF RAILROAO. THIS ESTIMATE IS GOOO FOR 90 OAYS. THEREAFTER THE ESTIMATE IS SUBJECT TO CHANGE IN COST FOR LABOR. MATERIAL. ANO OVERHEAO. *************--********--- SIGNAL WORK OHl Y -************************** MAINTAIN PROPRIETARY CONFIOENTIALITY OESCRIPTION QUANTITY UIM COST TOTAL S ********** LABOR ********** . PLACE FlELO WELOS - CAP PLACE RAIL - CAP SIGNAL FIElO LABOR - CAP SIGNAL SHOP LABOR - CAP PAYROLL ASSOCIATEO COSTS EQUIPMENT EXPENSES OA LABOR OVERHEAOS PEROIEM EXPENSES INSURANCE EXPENSES 70.40 MH 34.88 MH 1736.00 MH 48.00 MH 1.554 708 42.213 1.085 36.752 11.407 41.020 15.190 7.1B3 TOTAL LABOR COST 157.112 157.112 ********** MATERIAL .-- PLUG RAIL. 136# IN5ULATEO.BONOEO. 20 FT WELOKIT. GENERIC FOR ALL RAIL WEIGHTS ELECTRICAL METER POLE M.P. 76.57 M.P. 76.65 MATERIAL HANOLING USE TAX OFFLINE TRANSPORTATION 4.00 EA X 8.00 KT X 1.00 LS 1.00 LS 1.00 LS 2.784 424 1.500 1.000 127.038 6.636 '1,517 1.670 TOTAL MATERIAL COST 152.569 152.569 -- OTHER ********** AC POWER SERVICE CONTRACT ENGR. MACHINE RENTAL 1.00 LS 1.00 LS 1.00 LS 10.000 16.886 6.448 TOTAL OTHER ITEMS COST 33.334 33.334 PROJECT SUBTOTAL CONTINGENCIES BILL PREPARATION FEE 343.015 34.301 1.887 GROSS PROJECT COST LESS COST PAIO BY 8NSF 379.203 o . TOTAL BILLABLE COST 379.203 Exhibit 0 Stale StreetlUniversity Parkway Page 2 of6 EXHffiIT D e __mmmm_mnmnm_mmm==m_~~~~~~_~~~~~::~~:_~~~~~~:~:~~:~::_~n==____mm_mmn_hmn THE B. N. S. f. RAILWAY CWANY FHPM ESTIMATE FOR SANBAG e e lOCATION:- VEROEI4ONT TO BASELINE DETAILS Of EST!"" TE PLAN ITEM: PTR026106V PURPOSE. JUSTIfICATION ANO OESCRIPTION flAGGING AND INSPECTION fOR THE UNIVERSITY AVENUE GRADE SEPARATION PROJECT, D.O.T. NO. 026 106 V. BETWEEN VERDE'IlNT, M.P. 76.60 AND BASElINE, M.P. 76.62, CAJON SUBDIVISION. SOUTHERN CAlIfORNIA ENGINEERING DIVISION. RfA NO. 59-358-06 AUTHORITY NO. 7-""-06, DESCRIPTION QUANTITY U/M COST ********** lABOR --- flAGGING - BRIDGE - CAP PAYROll ASSOCIATED COSTS EQUIPMENT E'PENSES DA lABDR OVERHEADS INSURANCE E'PENSES 1925.00 MH. 41,585 33.546 10.412 37.443 6.557 TOTAL lABDR COST 129,543 ********- ""TERIAl ********** TOTAL MATERIAL COST *-**** OTHER ********** INSPECTION - CONTRACTOR I COOROINATOR lEASED VEHICLE 90.00 DAY 175.00 DAY 63.000 13,125 TOTAL OTHER ITEMS COST 76.125 PROJECT SUBTOTAL CONTINGENCIES BIll PREPARATION fEE GROSS PROJECT COST lESS COST PAID BY BNSf TOTAL BILLABLE COST Exhibit 0 State StreetlUniversity Parkway Page 3 of6 VERSION: 1 TOTAL S 129.543 o o 76,125 205.658 20. 566 1.132 227.366 o 227.366 EXHffiIT D e-mmm--m--mm-- _____m____mmmm_m_____mmmn__m_____n__m___m____mnmnmnm_m_ ***** MAINTAIN PROPRIETARY CONFIDENTIALITY ***** -----~---------------------------------_._---------------------------.-.----------------------------------------------- THE B. N. S. F. RAILWAY COMPANY FHPM ESTIMATE FOR SANBAG ---------------------------------------------------------------------------------------------------------------------------- LOCATION,- VEROEMONT TO BASELINE DETAILS OF ESTIMATE PLAN ITEM, PTR026106VA VERSION, 1 ---------------------------------------------------------------------------------------------------------------------------- e e PURPOSE, JUSTIFICATION AHO DESCRIPTION CLOSURE OF UNIVERSITY AVENUE, O.O.T. NO, 026106 V, PRIOR TO HIGHWAY OVERPASS BEING PUT TO SERVICE BETWEEN VEROEt<<!NT, M,P. 76.58 AND BASELINE, M.P. 76.64, CAJON SUBDIVISION, SOUTHERN CALIFORNIA ENGINEERING DIVISION AS FOLLOWS, * REt<<!VE MAINLINE 1 CROSSING, RUBBER SURFACE AND AlC PAVING MATERIAL RFA NO. 5935806 AUTHORITY NO. 7 -XXXX-06. DESCRIPTION OUANTITY UIM COST ********** LABOR ********** REt<<!VE PUBLIC CROSSING SURFACE TRACK - REPLACEMENT - CAP PAYROLL ASSOCIATED COSTS EQUIPMENT EXPENSES OA LABOR OVERHEADS PEROIEM EXPENSES INSURANCE EXPENSES 968 253 984 644 1,098 69 191 46,97 MH 11.66 MH TOTAL LABOR COST 4,207 ********** MATERIAL ******-- TOTAL MATERIAL COST ********** OTHER **--**** DUMP FEESIHAUlINGIPERI4ITS 1.00 LS B,334 TOTAL OTHER ITEMS COST 8,334 PROJECT SUBTOTAL CONTINGENCIES BIll PREPARATION FEE GROSS PROJECT COST LESS COST PAID BY BNSF TOTAL BILLABLE COST Exhibit D State StreetlUniversity Parkway Page 4 of6 TOTAL $ 4,207 o o 8,334 12,541 92 64 12,697 o 12,697 EXHIBIT D e_mmmnnnnmmnmnnm_mnh____________mmmnm_m______mm_mmmh___m_mm_mn__ --- MAINTAIN PROPRIETARY CONFIDENTIALITY -- ---------------------------------------------------------------------------------------------------------------------.- THE B. N. S. F. RAILWAY COMPAHY FHP14 ESTIMATE FOR SAHBAG --_.----------------------------------------------._---------------------------------------------------------------------.-. LOCATlON,- VEROEMONT TO BASELINE DETAILS OF ESTIMATE PLAH ITEM, PTR026106VB VERSION, 1 ------------------------------------------------------.--------------------------------------------------------------------- e e PURPOSE. JUSTIFICATION AHO DESCRIPTION CLOSURE OF UNIVERSITY AVENUE. O.O.T. NO. 026106 V. PRIOR TO HIGHWAY OVERPASS BEING PUT TO SERVICE BETWEEN VEROEMONT. M.P. 76.58 AND BASELINE. M.P. 76.64. CAJOO SUBDIVISION. SOUTHERN CAlifORNIA ENGINEERING DIVISION AS FOLLOWS, . REMOVE MAINLINE 2 CROSSING. RUB8ER SURFACE AND AlC PAVING MATERIAL RFA NO. 5935806 AUTHORITY NO. 7-XXXX-06. DESCRIPTION QUANTITY U/M COST ******'*'*** LABOR *--***- REMOVE PUBliC CROSSING SURFACE TRACK - REPLACEMENT - CAP PAYROLL ASSOCIATED COSTS EOUIPMENT EXPENSES OA LABOR OVERHEADS PEROIEM EXPENSES INSURANCE EXPENSES 46.97 If< 11.66 If< 968 253 984 644 1.098 69 191 TOTAL LABOR COST 4.207 ********** MATERIAL ...- TOTAL MATERIAL COST ********** OTHER ********** DUMP FEES/HAULING/PERMITS 1.00 LS B.334 TOTAL OTHER ITEMS COST B.334 PROJECT SUBTOTAL CONTINGENCIES BILL PREPARATION FEE GROSS PROJECT COST LESS COST PAlO BY BNSF TOTAL BILLABLE COST Exhibit D State StreetlUniversity Parkway Page 5 of6 TOTAL S 4.207 o o 8.334 12.541 92 64 12.697 o 12.697 EXHIBIT D ~'----_--_--__mm__m_____n____.__________mm__m____m__mn_______mm_m__m______mm_____mmn ., --- MAINTAIN PROPRIETARY CONFIDENTIALITY -- ---------------------------._-----------------------.--------------------------------------------------------------._-- THE B. N. S. F. RAILWAY COMPANY FHPM ESTIMATE FOR SANBAG ----------.-------------------------------------------------------------------------------------------.--------------------- LOCATION: - VEROEMONT TO BASELINE OETms OF ESTIMATE PLAN ITEM: PTR026106VC VERSION: 1 ---------------------------------------------------------------------------------------------------------------------------- PURPOSE. JUSTIFICATION ANO OESCRIPTION CLOSURE OF UNIVERSITY AVENUE. O.O.T. NO. 026 106 V. PRIOR TO HIGHWAY OVERPASS BEING PUT TO SERVICE BETWEEN VEROEMONT. M.P. 76.58 ANO BASELINE. M.P. 76.64. CAJON SUBOIVISION. SOUTHERN CALIFORNIA ENGINEERING OIVISION AS FOLLOWS: . REMOVE MAINLINE 3. CONCRETE SURFACE ANO AlC PAVING MATERIAL RFA NO. 5935606 AUTHORITY NO. 7-XXXX-06. OESCRIPTION QUANTITY U/M COST TOTAL S ----------------------------------------------------- ---------.- ----------- ----------. ***-**** LABOR ********** REMOVE PlJ8LIC CROSSlNU SURFACE TRACX - REPLACEMENT - CAP PAYROLl ASSOCIATED COSTS EQUIPMENT EXPENSES OA LABOR OVERHEAOS PEROIEM EXPENSES INSURANCE EXPENSES 46.97 OIl 11.66 OIl 968 253 984 644 1.098 69 191 e TOTAL LABOR COST 4.207 4.207 ********** MATERIAL -.- TOTAL MATERIAL COST o o ********** OTHER ********** Ol,MP FEES/HAULING/PERMITS 1.00 LS 8.334 TOTAL OTHER ITEMS COST B.334 B.334 PROJECT SUBTOTAL CONTINGENCIES BILL PREPARATION FEE 12.541 92 64 GROSS PROJECT COST LESS COST PAlO BY BNSF 12.697 o TOTAL BILLABLE COST 12.697 . e Exhibit D Stale StreeIlUniversily Parkway Page 6 of6 Form Approved by VP-Law e Exhibit E [Public Projects Manager's letterhead] Date: Mr./Ms. [Name of SAN BAG Here] [Address for SANBAG] Re: Final Approval of Plans and Specifications dated ,20_, drafted by [insert name of architecture or engineering firm bere] (hereinafter called, tbe "Plans and Specifications") Dear This letter serves as BNSF RAIL WAY COMPANY's ("BNSF") final written approval of the Plans and Specifications covering the construction of [insert description of the project here ]. This final written approval is given to [insert name of SANBAG here) ("SANBAG") pursuant to Article III, Section I of that certain Overpass Agreement between BNSF and SANBAG, dated ,200_. If the Plans and Specifications are revised by SANBAG subsequent to the date set forth above, this letter shall no longer serve as final written approval of the Plans and Specifications and SANBAG must resubmit said Plans and Specifications to BNSF for final written approval. e Regards, [Public Projects Manager's Name] e Form 0105 Rev. 4/14/05 e Exhibit F BNSF Bridl!:e Requirements BRIDGE DESIGN, PLANS & SPECIFICATIONS: Except for the design of temporary falsework and shoTing, BNSF review of the Structure plans will be limited to the vertical and horizontal clearances, sight distance for existing train signals, foundation dimensions and drainage characteristics as they relate to existing and future tracks. BNSF will not review structural design calculations for the permanent Structure unless a member or members are influenced by railroad live loads. Temporary falsework and shoring plans and calculations must be reviewed and approved by BNSF prior to beginning construction. SANBAG shall perform an independent review of the design calculations for temporary falsework and shoring prior to submitting them to BNSF for approval. Temporary construction clearances must be no less than 15 feet measured horizontally from the centerline of the nearest track and 21 feet-6inches measured vertically from the top of rail of the most elevated track to the bottom of lowest temporary falsework member. State regulatory agencies may have more restrictive requirements for temporary railroad clearances. e For the permanent Structure, SANBAG will submit plans showing the least horizontal distance from the centerline of existing and future tracks to the face of the nearest member of the proposed Structure. The location of the least horizontal distance must be accurately described such that BNSF can determine where it will occur in both the horizontal and vertical plane. If the permanent member is within 25 feet of the nearest track (or future track), collision walls shall be incorporated into the permanent Structure design according to American Railway Engineering and Maintenance Association Manual of Recommended Practice - Chapter 8 - Article 2.1.5. For the permanent Structure, SANBAG will submit plans showing the least vertical clearance from top of the most elevated rail of existing and future tracks to the lowest point of the proposed Structure. Prior to beginning construction of the permanent Structure, the top of rail elevations should be checked and verified that they have not changed from the assumed elevations utilized for the desi~ of the bridge. Prior to issuing any invitation to bid on construction of the Structure, SANBAG should conduct a pre-bid meeting where prospective Contractors have the opportunity to communicate with BNSF personnel regarding site specific train speeds, train density, and general safety requirements for men and equipment working near live tracks. Any invitation to bid and specifications for the Structure must be submitted to BNSF for review and approval prior to letting of bids for the Project. BRIDGE CONSTRUCTION: After awarding the bid, but prior to the Contractor entering BNSF's right-of -way or property, SANBAG should conduct a pre-construction meeting with BNSF personnel in attendance to reiterate the safety requirements of construction activity adjacent to live tracks. During construction, BNSF may require an independent engineering inspector to be present during certain critical activities of the Project, including but not limited to: driving foundation piles, erecting falsework, construction of shoring and retaining walls, placing concrete, placing soil backfill and compaction processes. SANBAG shall reimburse BNSF for all costs of supplemental inspection services. e Form 0105 Rev. 4/14/05 State StreetlUniversity Parkway Overpass, Near Ono, CA. Page I of2 . . e e e Within 90 days of the conclusion of the Project and final acceptance by BNSF, SANBAG will provide BNSF with a complete electronic set of the bridge plans labeled "As Built". Those plans will reflect any and all deviations from the original plans that occurred during construction. The "As Built" plans will be submitted in Micro Station · .dgn electronic format (preferred) or AutoCAD . .dwg format. Electronic plans are to be submitted in the original format used for CAD plan preparation and not converted to another format prior to submission. Actual measured "as constructed" clearances shall be shown as well as depth, size and location of all foundation components. The plans shall show dimensioned locations of existing and relocated utilities. BRIDGE MAINTENANCE: The CITY and COUNTY will be responsible for maintenance and repair of the Structure including the earth retention components, embankment slopes, erosion control, surface drainage, fencing, deck drains, landscaping, paint, walkways, handrails, lighting, and other improvements associated with the Pi-oject. Fencing and other pedestrian access controls within BNSF's right-of-way and incorporated into the Project shall be designed and maintained by SANBAG. Trespasser control shall be the responsibility of SANBAG. Graffiti removal will be the responsibility of the CITY and COUNTY. BRIDGE INSPECT[ON: The CITY and COUNTY will conduct annual routine structural inspections. In the event of an earthquake, fire, flood, damage from vehicular impacts or other emergent situations, the CITY and COUNTY will provide an immediate inspection by qualified personnel and notify BNSF of damage that may affect safe passage of trains. [f necessary the C[TY and COUNTY will embargo weights or provide lane closures or other such measures to protect the structural integrity of the Structure such that there can be continuous safe passage of trains until repairs are made. BRIDGE AL TERA nONS: Except as provided otherwise by this Agreement, there will be no alterations made to the Structure that will alter the railroad vertical or horizontal clearances provided by the original design. [t is expressly understood by C[TY and COUNTY that the right to install utilities is restricted to the placement of underground utilities beneath BNSF's tracks located a minimum of fifty (SO) feet from abutments, piers, piles, or footings with the exception that upon BNSF's prior approval BNSF will permit selected utilities to be run through the deck of the Structure. Under no circumstances will utilities be allowed to hang from the Structure, unless approved by BNSF. All utility crossings within the limits of BNSF's Rail Corridor will be covered by separate agreements between BNSF and each of the owners of the utilities. Form 0105 Rev. 4/14105 State StreetlUniversity Parkway Overpass, Near Ono, CA. Page 2 of2 tit EXHIBIT G University Pkwy./State St. Grade Separation Project BNSF Cost Share REVISED- 11/27/2006 No Item Item Unit of estimated Unit Price ltam Total Code Measure Quantity 1 070010 PROGRESS SCHEDULE /CRITICAl PA THI LS 1 $5,000 $5,000 2 071301 TEMPORARY FENCE LF 4168 $15 $52,520 3 120090 CONSTRUCTION AREA SIGNS S\ LS 1 $15,000 $15,000 4 120100 TRAFFIC CONTROL SYSTEM /5 LS 1 $46,875 . $46,875 5 129000 TEMPORARY RAllINGITVPE K\ LF 1,500 $25 $37,500 6 150605 REMOVE FENCE LF 5358 $10 $53,680 7 150700 REMOVE PAVEMENT DELINEATION LS 1 $8,000 $5,000 8 COLD PlANE ~~PHAlT CONCRETE PAVEMENT SY 2,400 $2 $4,800 153112 0.15' MAXIMUM 9 160101 CLEARING AND GRUBBING LS 1 $100,000 $100 000 10 170101 DEVELOP WATER SUPPLY LS 1 $10,000 $10,000 11 190101 ROADWAY EXCAVATION CY 0 $5 $0 12 192003 STRUCTURE EXCAVATION BRIDGEi" CY 978 $50 $46,909 13 192037A STRUCTURE EXCAVATION MSE WAlL CY 35 $50 $1,750 14 193003 STRUCTURE BACKFILL/BRIDGE' CY 1,034 $55 $57,185 15 193013A STRUCTURE BACKFILLIMSE WALl\ CY 42 $50 $2,100 16 198001 IMPORTED BORROW CY 126,200 $10 $1,262 000 17 197031A MSE Wail NO.1 SF 21,014 $90 $1,891,260 18 197031B MSE Wall NO.2 SF 17,252 $90 $1,552,680 19 197031C SOIL NAIL WALL No. 130 SF 1,927 $75 $144,525 20 1970310 SOIL NAIL WAlL No. 133 SF 2,007 $75 $150,525 21 260201 CLASS 2 AGGREGATE BASE CY 7,300 $30 $219,000 22 390102 ASPHALT CONCRETE TON 10,500 $45 $472,500 23 390113 ASPHALT CONCRETE DIKE LF 2,218 $1 $2.218 24 490753 FURNISH PllINGTClASS 100\ LF 5,441 $30 $163.220 25 490764 DRIVE PILING/CLASS 100' EA 121.38 $1,400 $169.932 26 5??oo1 PRESTRESSING CAST.IN-PLACE CONCRETE LS 1 $168.000 $168.000 27 510051 STRUCTURAl CONCRETE. BRIDGE FOOTING CY 350 $500 $210.000 28 510053 STRUCTURAl CONCRETE BRIDGE CY 1750 $750 $1.312.500 29 510060 STRUCTURAL CONCRETE. RETAINING WALL CY 45 $550 $29.250 30 510086 STRUCTURAL CONCRETE. APPROACH SlAB CY 351 $550 $228.150 TYPE N/30S\ . 31 510501A CONSTRUCT CATCH BASIN EA 23 $1.000 $23.000 32 510502 MINOR CONCRETEIMINOR STRUCTURE\ CY 36 $500 $21.800 33 518201 MASONARYBLOCKWAlL SF 1.650 $35 $57.750 34 519129 JOINT SEAL ASSEMBLY MR=4 INCH\ LF 115 $400 $46.000 35 511064 FRACTURED RIB TEXTURE SF 6451 $4 $25.804 36 520102 BAR REINFORCING STEEUBRIDGE\ LB 346.550 $1 $485.169 37 SIGNING & STRIPING LS 0 $19,000 $0 38 641101A PLASTIC PIPE LF 658 $25 $16.450 39 650014 18" REINFORCED CONCRETE PIPE LF 372 $45 $16.740 40 650018 24" REINFORCED CONCRETE PIPE LF 1.619 $50 $97.140 41 650022 30" REINFORCED CONCRETE PIPE LF 145 $80 $11.600 42 705201A CONCRETE FLARED END SECTION EA 4 $1.000 $4.000 43 720000 ROCK SLOPE PROTECTION CY 38 $150 $5.700 44 721810 SLOPE PAVING CONCRETE\ CY 72 $400 $28.800 45 MINOR CON~~.;;E (CURB, GUTTER. SIDEWALK. CY 556 $350 $194.600 731510 AND DRIVEWA 46 750505 BRIDGE DECK DRAINAGE SYSTEM LS 1 $15,000 $15.000 47 832001 METAl BEAM GUARD RAIL LF 405 $30 $12.150 48 800300 CHAIN LINK FENCE LF 4800 $10 $48.000 49 833032 CHAIN LINK RAILING TYPE 7 MODIFIED\ LF 945 $75 $70.875 50 833140 CONCRETE BARRIEIf!TVPE 26' LF 945 $125 $118.125 51 833142 CONCRETE BARRIER {TYPE 26 MODIFIED\ LF 1.688 $125 $211.000 52 200001 ROADWAY PLANTING LS 1 $56.000 $56.000 53 208000 IRRIGATION SYSTEM LS 1 $37.500 $37.500 64 204099 PlANT ESTABLISHMENT WORK /90 Da~\ LS 0 $3.500 $0 55 860351 TRAFFIC SIGNAlISTATElNOlANlSHORTI LS 0 $142.000 $0 57 860353 TRAFFIC SIGNAl/CAJON I OLD STA TE\ LS 0 $16.000 $0 58 860353A TRAFFIC SIGNAl INTERCONNECT LS 0 $20.000 $0 59 860401 LIGHTING LS 1 $140.000 $140.000 SUBTOTAL ROADWAY, BRIDGE ITEMS $10,180,000 60 I 999990 I MOBILIZATION I 10.00% I I $1.131.111 Jamei M. 1"8DM' 1112910601.11 PM StateSlreelGtacleSoapCMA.....G 11_27-ll!1.lIla lof2 LAN Engineering Corpordon e EXHIBIT G University Pkwy./State St. Grade Separation Project BNSF Cost Share REVISED. 11127/2006 No ltam . Item Unit of estimated Unit Price 118m Total Code Measure Quantity CONTINGENCY 5.00% S509 000 UTILITIES/Sewer W_&Misc.1 LS 1 $250,000 $250 000 BNSF Work T IBNSF Sinnal Estimate LS 1 $379,200 $379,200 I IBNSF Track Estimate lIncludina Flaoaina) I LS 1 $265,500 $265,500 I IBNSF Total Eotlmlte I $844.700 CONSTRUCTION PROBABLE COST WITHOUT SUPPLEMENTAL ITEMS 512,714,811 SUPPLEMENTAL ITEMS 1 DISPUTES REVIEW BOARD Estimated - - $15,000 2 EXCAVATION AND BACKFILL BELOW PIPE Estimated $15,000 BEDDING - - 3 074019 PREPARE STORM WATER POLLUTION LS 1 $5,000 $5,000 PREVENTION PLAN 4 074020 WATER POLLUTION CONTROL LS 1 $250,000 $250,000 5 LEAD COMPLIANCE PLAN LS 1 $5,000 $5,000 6 HAZARDOUS MATERIALS MITIGATION LS 1 $100,000 $100,000 SUBTOTAL SUPPLEMENTAL ITEMS $390 000 CONSTRUCTION PROBABLE COST 513,104,811 RIW AND ENGINEERING RIW ACQUISITION COSTS . $2,600,000 PRELIMINARY ENGINEERING " $1,447322 CONSTRUCTION ENGINEERING LS - $1,690 379 SUBTOTAL RIW AND ENGINEERING $5,738,000 ESTIMATED GRAND TOTAL $18.842.811 RR SHARE $1,884.281 OTHER $0 . ROW COST ARE CARRIED OVER FROM PR & 65% ** LAN'S NEGOTIATED CONTRACT U. ESTIMATED PERCENTAGE OF TOTAL CONSTRUCTION .... PLACE HOLDER FOR UNFORSEEN UTILITY COST TO BE DETERMINED e 111291ll60U1PM staleSlreetGr.s.SepCMAtxhG1t_27-06_. 20/2 James M. Faber LAN Engineering CoIpor8tion 'J' ~~1~ 'J' I \, ,~ J L I - C )g)~ ,,,,",,,,g., ,_ _.,c;.. I i I '..--tm" i :k i I v-a j-~t ~.-:I i <P" I , 1<' I -~ ~' , /'=------- I ~'--l : I ,. \~-'7 \ '," I , , J- I -----1------ I -_---0.--. I " I~II ',I ~ll ---" II "I I II r-J II [ Ii II -=::J' ,- /.r-:---~- _'~-r '...: ./' ' ,- in----;" " , , , I , I .---~- . .. ~ . ,- I', ."i ._J..........;....... I Ii i: '-'. :~~,<?::.'l::~:T''-. ,,--' '- " ' " r ;' ...<::~- (."" \. -~--:--: -t--- n______..;... I \ \( t.. (r/ ,,' ,', -, _~_......:.o '.: 0' ~ Q Q .. ~ o '~ "--. o if o '" ~ o .....-- " -~_.~-~ i'--'-.) --~-----' -_----+-_J,'~ J en,en ~~ )>-i ~m -ien _-i 0;;0 zm m ~ c z < m ;;0 en ~ ~ ;;0 ~ ~ G> ~ o m CIlZ ~~ m-i o ~ z