Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Iowa Department of Transportation-6/29/2015 (3)
9Uease return this copy to: City Clerk & Flnance Dept. 715 Mulberry St. Waterloo, IA 50703 GIOWADOT State of Iowa State - Aid Form 291308 (01-15) Grade Crossing Surface Repair Fund Office of Rail Transportation 800 Lincoln Way Ames, IA 50010 Force Account Agreement Chicago Central and Pacific Railroad Company Rejection Reason Railroad Crossing Location Information County: 07 BLACK HAWK FRA No: 908227F Location: M L K JR DR City of Waterloo Street Name City Name 908227F Project Number Contact Information Highway Authority Contact: Ernest Clark Office Phone No: Email Address: buck.clark@waterloo-ia.org Railroad Company Contact: TOM BOURGONJE Office Phone No: 3192369205 Email Address: ARIANS@CN.CA Iowa DOT Program Manager: Matthew Law Office Phone No: 515-239-1108 Email Address: Matthew.Law@dot.iowa.gov Iowa DOT Project Inspector: Travis Tinken Office Phone No: 515-290-5055 Email Address: Travis.Tinken@dot.iowa.gov Page 1 of 8 FRA No: 908227F THIS AGREEMENT, entered into pursuant to Iowa Code Ch. 327G and 761 Iowa Administrative Code, Chapter 821, is between City of Waterloo, Iowa, hereinafter referred to as HIGHWAY AUTHORITY, and the Chicago Central and Pacific Railroad Company, hereinafter referred to as COMPANY, and Iowa Department of Transportation, hereinafter referred to as DEPARTMENT. The HIGHWAY AUTHORITY and the COMPANY agree to repair the at -grade crossing located at M L K JR DR, Iowa, and further agree as follows. SECTION I. Work Statement and Performance. The COMPANY and the HIGHWAY AUTHORITY have determined the extent of the repair to be performed at this crossing, including railway, roadway approach modifications, and replacement of existing sidewalks and/or recreational trails. This repair shall conform to the COMPANY and HIGHWAY AUTHORITY Standards. The agreed work, generally described in the Work Statement identified as Exhibit "A" attached hereto and made part of this Agreement, is to be performed by COMPANY forces. In the absence of specific COMPANY standards that have been accepted by the DEPARTMENT, BNSF/Union Pacific Railroad common crossing standards shall be used as guidance. Current standards are at the following website and considered as part of this agreement: http://www.iowadot.gov/iowarail/pdfs/UP-BNSF% 20road xings%20Std.pdf The HIGHWAY AUTHORITY will be responsible to have existing sidewalk(s) and/or recreational trail(s) replaced by a contractor or their own forces, in accordance with the Americans with Disabilities Act (ADA) requirements. In the absence of specific HIGHWAY AUTHORITY standards that are acceptable to the COMPANY, the DEPARTMENT's Standard Road Plan MI -220 shall be used. As per Standard Road Plan MI -220, the detectable warning is to be installed 12' from the edge of the nearest rail, and the sidewalk is a minimum width of 5'. The project will include the cost of an additional two feet of sidewalk and/or recreational trail, or to the nearest sidewalk and/or recreational trail joint, whichever is less, beyond the detectable warning. Any additional new sidewalk and/or recreational trail beyond that point will be paid by the HIGHWAY AUTHORITY and is not part of this project. Truncated domes are the only detectable warnings allowed by ADA Accessibility Guidelines. Grooves, exposed aggregate, and other designs intended for use as detectable warning are too similar to pavement textures, cracks, and joints and are not considered equivalent facilitation, and do not comply with ADA requirements. Future maintenance of the sidewalk(s) and detectable warning device will be the responsibility of the HIGHWAY AUTHORITY. The HIGHWAY AUTHORITY will coordinate and have the approaches completed according to the Exhibit "A" of this agreement. The HIGHWAY AUTHORITY will pay the contractor and submit a detailed invoice billing to the COMPANY for 100% of the approach costs, along with costs for the sidewalk, and/or recreational trail. Copies of the contractors invoice(s) should be included with the HIGHWAY AUTHORITY's billing. The COMPANY will reimburse the HIGHWAY AUTHORITY at 100%. These costs will then be included in the final billing to the DEPARTMENT and HIGHWAY AUTHORITY. If the HIGHWAY AUTHORITY chooses to place the approaches, sidewalk(s) and/or recreational trail(s) with their own forces, they will submit an itemized billing for 100% of their costs to the COMPANY. The COMPANY will reimburse the HIGHWAY AUTHORITY at 100%. These costs will then be included in the final billing to the DEPARTMENT and HIGHWAY AUTHORITY. The COMPANY will have the asphalt contractor chosen by the HIGHWAY AUTHORITY place the underlayment in the track opening as per the UP/BNF specifications. The billing for all Page 2 of 8 FRA No: 908227F asphalt will be included in the invoice the contractor submits to the HIGHWAY AUTHORITY and handled the same as stated above. SECTION II. Cost Estimate. The estimated cost of the project work is itemized on Exhibit "B" attached hereto, and made part of this Agreement. SECTION III. Work Start and Completion. The date this agreement is signed by the DEPARTMENT is the COMPANY's authorization to proceed with the work. The COMPANY shall begin the construction of the project as soon as possible after the date the DEPARTMENT signs this agreement and shall complete the project within 18 months. Costs incurred prior to the DEPARTMENT signing the agreement are not reimbursable under this Agreement. Cost incurred more than 18 months after the DEPARTMENT signs this agreement will not be reimbursed unless the COMPANY has requested in writing, prior to expiration of the agreement, and received from the DEPARTMENT a written extension of time for completion. The DEPARTMENT shall have complete discretion, and be the sole authority to grant or deny extensions. Costs incurred for work following the extension time will not be reimbursed. SECTION IV. Traffic Control. The roadway will be closed during repair. Exhibit "A" describes specific closure conditions. The HIGHWAY AUTHORITY is responsible for the establishment and payment for traffic control (i.e.: barricades, signing, detours, detour damage, and runarounds). The COMPANY shall advise the HIGHWAY AUTHORITY Contact Person: 1) a minimum of 60 days in advance of the approximate starting date to allow the HIGHWAY AUTHORITY to implement the detour; and 2) 14 days in advance of the actual starting date to allow the HIGHWAY AUTHORITY adequate time to provide and install appropriate signs on the detour. SECTION V. Work Notification. The COMPANY shall notify the DEPARTMENT and the HIGHWAY AUTHORITY's Contact Person no later than 14 days prior to the start of its work at the crossing. The HIGHWAY AUTHORITY shall be given ample opportunity to document the materials, equipment, and labor required to complete the project. The DEPARTMENT and HIGHWAY AUTHORITY shall have the right to inspect the project work at any time. The HIGHWAY AUTHORITY shall perform on-site inspection of the project work each day. SECTION VI. Project Completion. After the COMPANY has completed the required work, the COMPANY shall so notify the DEPARTMENT and the HIGHWAY AUTHORITY in writing or by email within 30 days of completion. The DEPARTMENT shall arrange an inspection with the HIGHWAY AUTHORITY, and the COMPANY in order for all parties to determine whether the project work has been completed in accordance with the terms of this Agreement or Amendments thereto. Pavement markings and stop lines shall be placed by the HIGHWAY AUTHORITY as required by Part 8 of the Manual on Uniform Traffic Control Devices for Streets and Highways. If the existing traffic control devices at a multiple -track highway -rail grade crossing become improperly placed or inaccurate because of removal of some of the tracks, the existing devices shall be relocated and/or modified at COMPANY expense pursuant to the Manual on Uniform Traffic Control Devices, Part 8. If the roadway is widened or relocated, the existing devices shall be relocated and/or modified at HIGHWAY AUTHORITY expense pursuant to the Manual On Uniform Traffic Control Devices, Part 8. Relocation of the traffic control devices will be completed prior to removal of the detour. When the work has been completed in accordance with the Agreement, the COMPANY, DEPARTMENT, and the HIGHWAY AUTHORITY shall sign a Certificate of Completion and Acceptance form at the project site following final inspection. SECTION VII. Reimbursable Costs. The COMPANY will keep an accurate and detailed Page 3 of 8 FRA No: 908227F account of actual and necessary reimbursable costs incurred under this Agreement. Replacement of existing sidewalk(s) and/or recreational trail(s), and subcontracted work costs shall be included in detail with the COMPANY billing. The cost of labor, material, all associated additives and subcontracted work costs are reimbursable, and shall be billed on a force account basis in accord with Title 23 Code of Federal Regulations, Part 140, Subpart I. Labor additives reimbursed are to be exclusive of indirect and overhead costs as elected by the DEPARTMENT and provided for by 23 CFR 140.907(a). The cost of preliminary project engineering, construction inspection, track inspection, relocation of existing signals, signal wires, and switches, or the construction of runarounds will not be eligible project reimbursable costs. SECTION VIII. Cost Sharing. The HIGHWAY AUTHORITY and COMPANY each shall pay twenty percent (20%) of the reimbursable costs defined in SECTION VII for work described in Exhibit "A". The DEPARTMENT will use the Grade Crossing Surface Repair Fund to reimburse the COMPANY for sixty percent (60%) of the total eligible costs for this project. The DEPARTMENT's CERTIFICAI'B OF AUDIT shall establish eligible reimbursable project costs. SECTION IX. Progressive Payments. The COMPANY may submit accurate progressive bills to the DEPARTMENT for sixty percent (60%) of its material, labor and any subcontracted costs included in Exhibit "B", for each crossing location. The billing for material shall be for those materials that have been delivered to the project location or specifically purchased and delivered to the COMPANY for use on the project. The DEPARTMENT and HIGHWAY AUTHORITY may make progressive payments to the COMPANY for one -hundred percent (100%) of each parry's billed participation, or the HIGHWAY AUTHORITY may elect to retain a percentage of their billed participation. SECTION X. Final Billing. If applicable, the HIGHWAY AUTHORITY will submit a detailed billing to the COMPANY for the actual sidewalk and/or recreational trail replacement costs. Upon completion of the project the COMPANY shall submit an accurate final and complete, itemized, electronic billing. Final bill shall include a detailed summary of all incurred costs. SECTION XI. Final Payment. The DEPARTMENT, upon receipt of the fmal bill and Certificate of Completion and Acceptance form, shall review, and forward the final bill to the DEPARTMENT'S Office of Audits for final audit. Reimbursement to the COMPANY shall be governed by the DEPARTMENT'S Certification of Audit. The DEPARTMENT shall make payment to the COMPANY equal to 60 percent (60%) of the final reimbursable amount, less previous payment. The COMPANY shall promptly reimburse the DEPARTMENT in the amount of any overpayments. The HIGHWAY AUTHORITY shall make payment equal to 20 percent (20%) of the COMPANY final billing or the estimated cost noted on Exhibit "B" of the agreement, less previous payment, within 30 days of its receipt of the COMPANY final billing. In the event of overpayment by the HIGHWAY AUTHORITY as determined by the DEPARTMENT audit of COMPANY records, the COMPANY shall pay the HIGHWAY AUTHORITY the amount of overpayment within 30 days of its receipt of the DEPARTMENT final audit. SECTION XII. Maintenance and Abandonment. Upon completion of the project, the COMPANY shall maintain the crossing surface to provide a safe and sufficient crossing for vehicular travel. If the track is removed from both sides of the crossing, the COMPANY shall remove the surface material, rail and cross ties from the crossing and shall restore the roadway void to the satisfaction of the HIGHWAY AUTHORITY, all at COMPANY expense. If the existing traffic control devices at a multiple -track highway -rail grade crossing become improperly placed or inaccurate because of removal of some of the tracks, the existing devices shall be relocated and/or modified at COMPANY expense Page 4 of 8 FRA No: 908227F pursuant to the Manual on Uniform Traffic Control Devices, Part 8. . Future maintenance of the sidewalk(s) and detectable warning device will not be the responsibility of the COMPANY. SECTION XIII. Standard Title VI Assurances. The COMPANY shall comply with all applicable DEPARTMENT and Federal laws, rules (including the administrative rules adopted by the DEPARTMENT for the [PPP Program - 761 Iowa Administrative Code, chapter 201), ordinances, regulations, and orders. The COMPANY, and all agents of the COMPANY that participate in the project, shall also comply with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d-42 U.S.C. 2000d-4, and all requirements imposed by or pursuant to Title 49, Code of Federal Regulation, Department of Transportation, Subtitle A, Office of the Secretary, Part 21 - to the end that no person in the United States shall, on the grounds of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination under any program or activity receiving financial assistance from the DEPARTMENT. SECTION XIV. Successor and Assigns. This agreement shall be binding upon all successors or assigns. The COMPANY shall provide written notice to the HIGHWAY AUTHORITY and the DEPARTMENT of any assignment of this Agreement. SEC HON XV. Project Contact Persons. All notices and communications essential to complete the work required by this Agreement shall be made to the Contact Persons and the DEPARTMENT specified on the cover page of this Agreement. SECTION XVI. Integration and Amendment. This Agreement and its exhibits constitute the entire Agreement between the DEPARTMENT, the COMPANY, and the HIGHWAY AUTHORITY concerning this project. If the DEPARTMENT determines a substantial change is to be made in the project work described in Exhibit "A", the DEPARTMENT will furnish the written approval of the change. SECTION XVII. Termination Due to Lack of Funds. Notwithstanding anything in this Contract to the contrary, and subject to the limitations set forth below, the DEPARTMENT shall have the right to terminate this Contract without penalty and without any advance notice as a result of any of the following: 1. The federal government, legislature or governor fail in the sole opinion of the DEPARTMENT to appropriate funds sufficient to allow the DEPARTMENT to either meet its obligations under this Contract or to operate as required and to fulfill its obligations under this Contract; or 2. If funds are de -appropriated, reduced, not allocated, or receipt of funds is delayed, or if any funds or revenues needed by the DEPARTMENT to make any payment hereunder are insufficient or unavailable for any other reason as determined by the DEPARTMENT in its sole discretion; or 3. If the DEPARTMENT's authorization to conduct its business or engage in activities or operations related to the subject matter of this Contract is withdrawn or materially altered or modified. The DEPARTMENT shall provide the HIGHWAY AUTHORITY and COMPANY with written notice of termination pursuant to this section. The DEPARTMENT will pay the COMPANY for the DEPARTMENT share of the non -cancelable obligations allowable under the Agreement and properly incurred by the COMPANY prior to termination. SECTION XVIII. Merged Documents. This agreement may be executed and delivered in three or more counterparts, each of which so executed and delivered shall be deemed to be an original, and all shall constitute but one and the same instrument. If any section, provision, or part of this Agreement shall be found to be invalid or unconstitutional, such judgment shall not affect the validity of any section, provision, or part thereof not found to be invalid or unconstitutional. Page 5 of 8 IN WITNESS WHEREOF the COMPANY, DEPARTMENT hereto have caused this Agreement to be of the dates indicated below. Executed by the COMPANY By: TOR gO O/VJF Name Executey the, A 01 RITY ame Executed by the DEPARTMENT this By: Tamara Nicholson, Director Office of Rail Transportation FRA No: 908227F the HIGHWAY AUTHORITY and the executed by their duly authorized officers as Chicago Central and Pacific Railroad 08-17-2015 Date City of Waterloo, Iowa D Iowa Department of Transportation Page 6 of 8 Date 10WADOT Form 040016 (01-15) FRA No: 908227F EXHIBIT "A" - WORK STATEMENT Iowa Grade Crossing Surface Repair Fund and Federal -Aid RaiUHighway Crossing Surface Repair Meeting Date: 10-01-2014 FRA No: 908227F County: 07 BLACK HAWK City: City of Waterloo Highway Authority:City of Waterloo RR Company: Chicago Central and Pacific Railroad Company Location: M L K JR DR Road 1. Crossing(s) Reconstructed A. COMPANY will reconstruct 1 crossings of 117 total feet that include 110 feet of Rubber surface material throng 1 the traveled roadway and 7 feet of Rubber surface material through the shoulder or sidewalk area. As a minimum, the crossing must extend beyond the edge of the traveled roadway and through the shoulder if not curbed. B. Existing rail weight through crossing(s) 115 2. Traffic Controls (check below) ❑ A highway runaround will be constructed to permit two-lane traffic during repair. ® The highway will be closed for days during repair. NOTE: The HIGHWAY AUTHORITY is responsible for placement and cost of barricades, signing, detours, detour damage, and runarounds. A. The COMPANY shall advise the HIGHWAY AUTHORITY Contact Person: 1). A minimum of sixty (60) days in advance of the approximate starting date to allow the HIGHWAY AUTHORITY to implement the detour. 2). Fourteen (14) days in advance of the actual starting date to allow the HIGHWAY AUTHORITY adequate time to provide and install appropriate signs on the detour. The COMPANY shall advise the STATE PROJECT INSPECTOR fourteen (14) days in advance of the actual starting date. 3. Track Elevation Relative to Existing Road Pavements (check below) ❑ Tracks will be constructed to meet existing road grade. ❑ Roadway will be reconstructed to meet a proposed new track grade (roadway work is not covered by this Agreement.) ® Tracks will be elevated 1 inches above the adjacent roadway requiring a taper (complete item 4A and 4B.) In any event, the parties agree to provide a smooth crossing. 4. Roadway Work -- Must be sufficient to provide a smooth crossing. A. Approach Length (estimated) A 5 foot taper on the East side of the crossing and a 35 foot taper on the West side of the crossing, requires 25 of HMA material (estimated). Taper length should not exceed 25 feet for each inch of track raise. This work will be completed by (mark with an X): COMPANY forces ❑ HIGHWAY AUTHORITY forces El COMPANY contractor ® HIGHWAY AUTHORITY'S contractor Page 7 of 8 B. Track Opening in the Roadway (mark with an X) ❑ Existing track opening will be maintained. ❑ Track opening of 20 feet will be required involving the following described roadway modifications. Est. HMA tonnage 40 This work will be completed by (mark with an X): ❑ COMPANY forces ❑ HIGHWAY AUTHORITY forces ❑ COMPANY contractor Jl HIGHWAY AUTHORITY'S contractor 5. Existing Sidewalk(s) and/or Recreational Trail replacement by HIGHWAY AUTHORITY The quadrants requiring upgrades to meet ADA requirements (mark with an X): Sidewalk (5' width required) * Rec Trail (10' width) ® NE 16 (feet) ❑ SE (feet) ❑ NE (feet) ❑ SE (feet) ® NW 16 (feet) ❑ SW (feet) ❑ NW (feet) ❑ SW (feet) * Recreational trail footage will be doubled because we use the sidewalk 5' width cost for reimbursement. This work will be completed by (mark with an X). ❑ COMPANY forces ❑ COMPANY'S contractor „4. HIGHWAY AUTHORITY's contractor 6. Crossing(s) Permanently Refired and Removed A. COMPANY will retire and remove crossing(s). B. Voids in pavement will be filled with material requiring (units). This work will be completed by (mark with an X). ❑ COMPANY forces ❑ COMPANY'S contractor 7. Drainage (mark with an X) A. ❑ Present drainage is adequate. B. ❑ Drainage work required. Specify work to include materials and outlet. C. ® Clean all four (4) quadrants for good surface drainage. 0 HIGHWAY AUTHORITY forces 0 HIGHWAY AUTHORITY forces ❑ HIGHWAY AUTHORITY's contractor 8. Additional Construction and Traffic Control Conditions; i.e., Road Closure Limitations - Construction at this crossing included with this project, and not described above. Only ACC or PCC will be placed one (1) foot from the railroad surface material. State Project Manager: Travis Tinken 515-290-5055 (cell phone) Twa�s Tt# 07-22-2015 Name Date Additional Attendees: Jeff Bales Harlan Arians Page 8 of 8 Estimate: Location: Company Name: Subdivision Name: Mile Post: State Network # Operations Special Capital Project Estimate Southern Region NEW RUBBER @ ML KING JR DRIVE 908227F Design & Construction Homewood, IL NEW RUBBER @ ML KING JR DRIVE 908227F WATERLOO CCP WATERLOO Date created: February 9, 2015 2.89 Date revised: February 9, 2015 IA Status: FINAL x Description LABOR Unload/Distribute Material Construct Track Destress Track Surfacing Welding Install Crossings S&C Labor Remove Crossings Engineering (TOTAL DIRECT LABOR GANG SIZE 5 5 5 3 2 7 2 7 1 UM QTY PRICE TOTAL( Days MD 1 5 $264 $1,322 2 10 $264 $2,644 0.5 2.5 $264 $661 1 3 $279 $837 5 10 $269 $2,693 1.5 10.5 $264 $2,776 2 4 $327 $1,306 0.5 3.5 $264 $925 1 1 $439 $439 $13,602 Description MATERIAL Rail New Field Welding Spikes Anchors Tie Plates Minor OTM Track Ties Switch Ties Ballast Crossing Materials S&C Material (TOTAL DIRECT MATERIAL UNI QTY PRICE TOTAL( $6,317 $1,008 $31 $1,568 $7,342 $4,854 $102 $5,975 $2,713 $23,909 $1,120 $54,939 Description OTHER . UM QTY PRICE Per Diem (Mandays) Rental Equipment Approach work/asphalt Contingency Vol -AL OTHER SUM 50 $83.12 SUM 1 $8,318 SUM 1 $21,000 5% $127,872 TOTAL( $4,114 $8,318 $21,000 $6,394 $39,826 ADDITIVES -- Labor Surcharges (IaDOT approved 07-19-2012) Engineering Labor Surcharges Material Surcharges (TOTAL- ADDITIVES jEXcwDES *ITEMS) $13,164 173.10% $439 83.29% $54,939 5.00% $22,786 $365 $2,747 $25,6961 DONATION Amount TOTAL Recoverable Donation to CN (107,412.00) (107,412.00) TOTAL DONATION (107,412.00) TOTAL PROJECT COST $134,266 1 of 3 Operations Special Capital Project Estimate Southern Region NEW RUBBER @ ML KING JR DRIVE 908227F Design & Construction Homewood, IL MATERIAL FORECAST FOR: NEW RUBBER @ ML KING JR WATERLOO 3 Material Description I W --_State Tax UM ! LF 1 QTY Unit Price Total NEW 115# - US MADE RAIL 5.00% 320 18.80 $6,317 THERMITE KIT 115 # 5.00% EA 10 { 95.98 L p $1,00811 SPIKE TRACK 5/8' X 6", 50 Ib Keg 5.00% CN 1 29.65 $31 RAIL ANCHOR 115 5.00% EA 1,000 0 1.49 $1,568 TIE PL DS 7-1/2X14 BASE 5-1/2N 5.00% EA 4 9.12 II $38 PLATE TIE MSR 7-1/2" X 15-1/2" 100-115# 5.00% EA 184 37.80 $7,3041 SS5 SCREW TIE HEAT TREATED 5.00% EA 736 j 1.42 C $1,0961 E -CLIP GAVLANIZED 110-136# 5.00% EA 368 3.20 $1,2361 $2,522 RAIL TRANSITION 8MM 19'-6" OR 20'-0" 115# 5.00% EA 4 j 600.39 @ TRACK 7" X 9" X 8' 6" HWD #1 5.00% EA 2 48.48 $102 SWITCH TIE -10' HW 5.00% EA 92 61.85 $5 975 BALLAST ROAD (80T per car) 5.00% TON 285 { 9.06 $2 713 RUBBER CROSSING MATERIAL -115# (Per Quote) 5.00% TF 117.0 194.62 1 $23 909 i ASPHALT - ROADWAY APPROACH 5.00% TN 110 0 181.29 $21,000 SIGNAL MATERIALS (Per Signal Dept Estimate) 5.00% SM 1 W 1,066.41 !' $1,120 2 of 3 Operations Special Capital Project Estimate Southern Region NEW RUBBER @ ML KING JR DRIVE 908227F Design & Construction Homewood, IL STATE COST SUMMARY Estimate: NEW RUBBER @ NIL KING JR DRIVE 908227F Location: WATERLOO Company Name: CCP Subdivision Name: WATERLOO Mile Post: 2.89 February 9, 2015 LABOR $40,001 MATERIAL $60,570 EQUIPMENT $11,645 APPROACH WORK $22,050 OTHER 12 PROJECT TOTAL $134,266 3 of 3 $19,161 I $37;045) Estimate: Location: Company Name: Subdivision Name: Mile Post: State Network # Operations Special Capital Project Estimate Southern Region NEW RUBBER @ ROOFF AVE 931824V Design & Construction Homewood, IL NEW RUBBER @ ROOFF AVE 931824V WATERLOO CCP WATERLOO 273.97 IA x Date created: February 4, 2014 Date revised: February 9, 2015 Status: FINAL Description LABOR. Unload/Distribute Material Construct Track Destress Track Surfacing Welding Install Crossings S&C Labor Remove Crossings Install & remove temp timber crossing (TOTAL DIRECT LABOR GANG SIZE 5 5 5 3 2 5 2 5 5 UM QTY PRICE Days MD 1 5 $278 2 10 $278 1 5 $278 2 6 $293 5 10 $283 2 10 $278 1 2 $343 2 10 $278 2 10 $278 TOTALI $1,389 $2,778 $1,389 $1,759 $2,829 $2,778 $686 $2,778 $2,778 Description MATERIAL UM QTY PRICE Rail New Field Welding Spikes Anchors Tie Plates Minor OTM Track Ties Switch Ties Ballast Crossing Materials S&C Material TOTAL( $9,955 $1,694 $360 $1,894 $8,659 $11,763 $2,620 $6,277 $3,600 $29,560 $1,176 TOTAL DIRECT MATERIAL $77,558 Description OTHER. UM QTY PRICE Per Diem (Mandays) Rental Equipment Approach work/asphalt Contingency SUM 68 $87.32 SUM 1 $8,739 SUM 1 $10,000 5% $158,443 TOTAL( $5,938 $8,739 $10,000 $7,922 TOTAL OTHER (ADDITIVES UM QTY PRICE TOTAL Labor Surcharges (IaDOT approved 07-19-2012) Material Surcharges $19,161 $77,558 173.10% 5.00% $33,169 $3,878 (TOTAL ADDITIVES (EXCLUDES ITEMS) DONATION Amount TOTAL Recoverable Donation to CN (133,092.00) (133,092.00) TOTAL DONATION (133,092.00) TOTAL PROJECT COST $166,365 1 of 3 Operations Special Capital Project Estimate Southern Region NEW RUBBER @ ROOFF AVE 931824V Design & Construction Homewood, IL MATERIAL FORECAST FOR : NEW RUBBER @ ROOFF AVE WATERLOO 274 931824V Material Description State Tax 1 UM I QTY ; Unit Price __ Total�ll $9,955 NEW 115# 5.00% LF 480 19.75 THERMITE KIT 115 # 5.00% EA r CN 16 100.83 $1,694 SPIKE TRACK 5/8' X 6", 50 Ib Keg 5.00% 11 31.15 $360 RAILANCHOR115 5.00% EA EA 1,150 98 1.57 9.58 $1,894, $986 TIE PL DS 7-112X14 BASE 5-1/2N 5.00% PLATE TIE MSR 7-1/2" X 15-1/2" 100-115# 5.00% EA 184 39.72 $7,673 SS5 SCREW TIE HEAT TREATED 5.00% EA EA 736 2 1.49 $1,152 1,344.44 [ $2,823 TAPERED RAIL RH 115#-100# 25' 5.00% TAPERED RAIL LH 115#-100# 25' 5.00% EA 2 1,344.44 I $2,823 E -CLIP GAVLANIZED 110-136# 5.00% EA 368 3.36 $1,299 SCREW 5/8"X 12" TIMBER ROAD CROSSINGS 5.00% EA 266 3.64 $1,017 RAIL TRANSITION 8MM 19'-6" OR 20'-0" 115# 5.00% EA 4 630.77 $2,649 TRACK 7" X 9" X 8' 6" HWD #1 5.00% EA 49 50.93 $2 620 SWITCH TIE - 10' HW 5.00% [ EA 92 64.98 $6,277 BALLAST ROAD (80T per car) 5.00% TON 360 9.52 $3,600 X-ING PLANKS - 8' 1" 115# Full Depth 5.00% TF 64 112.04 1 $7,529 RUBBER CROSSING MATERIAL (Per Quote) 5.00% TF 96 204.47 $20,610 DRAIN PIPE CONNECTIONS 5.00% FT 24 19.61 $494 PERFORATED PIPE, underdrain 6" PVC 5.00% LF 272 3.14 $896 45 degree Elbow for 6" PVC Perforated Pipe 5.00% EA 4 7.28 $31 SIGNAL MATERIALS (Per Signal Dept Estimate) 5.00% SM 1 1,120.37 f $1,176 2 of 3 Operations Special Capital Project Estimate Southern Region NEW RUBBER @ ROOFF AVE 931824V Design & Construction Homewood, IL STATE COST SUMMARY Estimate: NEW RUBBER @ ROOFF AVE 931824V Location: WATERLOO Company Name: CCP Subdivision Name: WATERLOO Mile Post: 273.97 February 9, 2015 LABOR $56,944 MATERIAL $85,508 EQUIPMENT $13,413 APPROACH WORK $10,500 OTHER PROJECT TOTAL $166,365 3 of 3 i Conl ``czil 410WADOT State of Iowa State - Aid Form 291308 (01-15) Grade Crossing Surface Repair Fund Office of Rail Transportation 800 Lincoln Way Ames, IA 50010 Force Account Agreement Chicago Central and Pacific Railroad Company Please return this copy to: City Clerk & Finance Dept. 715 Mulberry St. Waterloo, IA 50703 Rejection Reason Railroad Crossing Location Information County: 07 BLACK HAWK FRA No: 908227F Location: M L K JR DR City of Waterloo Street Name City Name Contact Information Highway Authority Contact: Jeff Bales Office Phone No: 908227F43 Project Number Email Address: jeffbales@waterloo-ia.org Railroad Company Contact: TOM BOURGONJE Office Phone No: 3192369205 Email Address: ARIANS@CN.CA Iowa DOT Program Manager: Matthew Law Office Phone No: 515-239-1108 Email Address: Matthew.Law@dot.iowa.gov Iowa DOT Project Inspector: Travis Tinken Office Phone No: 515-290-5055 Email Address: Travis.Tinken@dot.iowa.gov Page 1 of 8 FRA No: 908227F THIS AGREEMENT, entered into pursuant to Iowa Code Ch. 327G and 761 Iowa Administrative Code, Chapter 821, is between City of Waterloo, Iowa, hereinafter referred to as HIGHWAY AUTHORITY, and the Chicago Central and Pacific Railroad Company, hereinafter referred to as COMPANY, and Iowa Department of Transportation, hereinafter referred to as DEPARTMENT. The HIGHWAY AUTHORITY and the COMPANY agree to repair the at -grade crossing located at M L K JR DR, Iowa, and further agree as follows. SECTION I. Work Statement and Performance. The COMPANY and the HIGHWAY AUTHORITY have determined the extent of the repair to be performed at this crossing, including railway, roadway approach modifications, and replacement of existing sidewalks and/or recreational trails. This repair shall conform to the COMPANY and HIGHWAY AUTHORITY Standards. The agreed work, generally described in the Work Statement identified as Exhibit "A" attached hereto and made part of this Agreement, is to be performed by COMPANY forces. In the absence of specific COMPANY standards that have been accepted by the DEPARTMENT, BNSF/Union Pacific Railroad common crossing standards shall be used as guidance. Current standards are at the following website and considered as part of this agreement: http://www.iowadot.gov/iowarail/pdfs/UP-BN SF% 20road_xings%20Std.pdf The HIGHWAY AUTHORITY will be responsible to have existing sidewalk(s) and/or recreational trail(s) replaced by a contractor or their own forces, in accordance with the Americans with Disabilities Act (ADA) requirements. In the absence of specific HIGHWAY AUTHORITY standards that are acceptable to the COMPANY, the DEPARTMENT's Standard Road Plan MI -220 shall be used. As per Standard Road Plan MI -220, the detectable warning is to be installed 12' from the edge of the nearest rail, and the sidewalk is a minimum width of 5'. The project will include the cost of an additional two feet of sidewalk and/or recreational trail, or to the nearest sidewalk and/or recreational trail joint, whichever is less, beyond the detectable warning. Any additional new sidewalk and/or recreational trail beyond that point will be paid by the HIGHWAY AUTHORITY and is not part of this project. Truncated domes are the only detectable warnings allowed by ADA Accessibility Guidelines. Grooves, exposed aggregate, and other designs intended for use as detectable warning are too similar to pavement textures, cracks, and joints and are not considered equivalent facilitation, and do not comply with ADA requirements. Future maintenance of the sidewalk(s) and detectable warning device will be the responsibility of the HIGHWAY AUTHORITY. The HIGHWAY AUTHORITY will coordinate and have the approaches completed according to the Exhibit "A" of this agreement. The HIGHWAY AUTHORITY will pay the contractor and submit a detailed invoice billing to the COMPANY for 100% of the approach costs, along with costs for the sidewalk, and/or recreational trail. Copies of the contractors invoice(s) should be included with the HIGHWAY AUTHORITY's billing. The COMPANY will reimburse the HIGHWAY AUTHORITY at 100%. These costs will then be included in the final billing to the DEPARTMENT and HIGHWAY AUTHORITY. If the HIGHWAY AUTHORITY chooses to place the approaches, sidewalk(s) and/or recreational trail(s) with their own forces, they will submit an itemized billing for 100% of their costs to the COMPANY. The COMPANY will reimburse the HIGHWAY AUTHORITY at 100%. These costs will then be included in the final billing to the DEPARTMENT and HIGHWAY AUTHORITY. The COMPANY will have the asphalt contractor chosen by the HIGHWAY AUTHORITY place the underlayment in the track opening as per the UP/BNF specifications. The billing for all Page 2 of 8 FRA No: 908227F asphalt will be included in the invoice the contractor submits to the HIGHWAY AUTHORITY and handled the same as stated above. SECTION II. Cost Estimate. The estimated cost of the project work is itemized on Exhibit "B" attached hereto, and made part of this Agreement. SECTION III. Work Start and Completion. The date this agreement is signed by the DEPARTMENT is the COMPANY's authorization to proceed with the work. The COMPANY shall begin the construction of the project as soon as possible after the date the DEPARTMENT signs this agreement and shall complete the project within 18 months. Costs incurred prior to the DEPARTMENT signing the agreement are not reimbursable under this Agreement. Cost incurred more than 18 months after the DEPARTMENT signs this agreement will not be reimbursed unless the COMPANY has requested in writing, prior to expiration of the agreement, and received from the DEPARTMENT a written extension of time for completion. The DEPARTMENT shall have complete discretion, and be the sole authority to grant or deny extensions. Costs incurred for work following the extension time will not be reimbursed. SECTION IV. Traffic Control. The roadway will be closed during repair. Exhibit "A" describes specific closure conditions. The HIGHWAY AUTHORITY is responsible for the establishment and payment for traffic control (i.e.: barricades, signing, detours, detour damage, and runarounds). The COMPANY shall advise the HIGHWAY AUTHORITY Contact Person: 1) a minimum of 60 days in advance of the approximate starting date to allow the HIGHWAY AUTHORITY to implement the detour; and 2) 14 days in advance of the actual starting date to allow the HIGHWAY AUTHORITY adequate time to provide and install appropriate signs on the detour. SECTION V. Work Notification. The COMPANY shall notify the DEPARTMENT and the HIGHWAY AUTHORITY's Contact Person no later than 14 days prior to the start of its work at the crossing. The HIGHWAY AUTHORITY shall be given ample opportunity to document the materials, equipment, and labor required to complete the project. The DEPARTMENT and HIGHWAY AUTHORITY shall have the right to inspect the project work at any time. The HIGHWAY AUTHORITY shall perform on-site inspection of the project work each day. SECTION VI. Project Completion. After the COMPANY has completed the required work, the COMPANY shall so notify the DEPARTMENT and the HIGHWAY AUTHORITY in writing or by email within 30 days of completion. The DEPARTMENT shall arrange an inspection with the HIGHWAY AUTHORITY, and the COMPANY in order for all parties to determine whether the project work has been completed in accordance with the terms of this Agreement or Amendments thereto. Pavement markings and stop lines shall be placed by the HIGHWAY AUTHORITY as required by Part 8 of the Manual on Uniform Traffic Control Devices for Streets and Highways. If the existing traffic control devices at a multiple -track highway -rail grade crossing become improperly placed or inaccurate because of removal of some of the tracks, the existing devices shall be relocated and/or modified at COMPANY expense pursuant to the Manual on Uniform Traffic Control Devices, Part 8. If the roadway is widened or relocated, the existing devices shall be relocated and/or modified at HIGHWAY AUTHORITY expense pursuant to the Manual On Uniform Traffic Control Devices, Part 8. Relocation of the traffic control devices will be completed prior to removal of the detour. When the work has been completed in accordance with the Agreement, the COMPANY, DEPARTMENT, and the HIGHWAY AUTHORITY shall sign a Certificate of Completion and Acceptance form at the project site following final inspection. SECTION VII. Reimbursable Costs. The COMPANY will keep an accurate and detailed Page 3 of 8 FRA No: 908227F account of actual and necessary reimbursable costs incurred under this Agreement. Replacement of existing sidewalk(s) and/or recreational trail(s), and subcontracted work costs shall be included in detail with the COMPANY billing. The cost of labor, material, all associated additives and subcontracted work costs are reimbursable, and shall be billed on a force account basis in accord with Title 23 Code of Federal Regulations, Part 140, Subpart I. Labor additives reimbursed are to be exclusive of indirect and overhead costs as elected by the DEPARTMENT and provided for by 23 CFR 140.907(a). The cost of preliminary project engineering, construction inspection, track inspection, relocation of existing signals, signal wires, and switches, or the construction of runarounds will not be eligible project reimbursable costs. SECTION VIII. Cost Sharing. The HIGHWAY AUTHORITY and COMPANY each shall pay twenty percent (20%) of the reimbursable costs defined in SECTION VII for work described in Exhibit "A". The DEPARTMENT will use the Grade Crossing Surface Repair Fund to reimburse the COMPANY for sixty percent (60%) of the total eligible costs for this project. The DEPARTMENT's CERTIFICATE OF AUDIT shall establish eligible reimbursable project costs. SECTION IX. Progressive Payments. The COMPANY may submit accurate progressive bills to the DEPARTMENT for sixty percent (60%) of its material, labor and any subcontracted costs included in Exhibit "B", for each crossing location. The billing for material shall be for those materials that have been delivered to the project location or specifically purchased and delivered to the COMPANY for use on the project. The DEPARTMENT and HIGHWAY AUTHORITY may make progressive payments to the COMPANY for one -hundred percent (100%) of each party's billed participation, or the HIGHWAY AUTHORITY may elect to retain a percentage of their billed participation. SECTION X. Final Billing. If applicable, the HIGHWAY AUTHORITY will submit a detailed billing to the COMPANY for the actual sidewalk and/or recreational trail replacement costs. Upon completion of the project the COMPANY shall submit an accurate final and complete, itemized, electronic billing. Final bill shall include a detailed summary of all incurred costs. SECTION XI. Final Payment. The DEPARTMENT, upon receipt of the final bill and Certificate of Completion and Acceptance form, shall review, and forward the final bill to the DEPARTMENT'S Office of Audits for final audit. Reimbursement to the COMPANY shall be governed by the DEPARTMENT'S Certification of Audit. The DEPARTMENT shall make payment to the COMPANY equal to 60 percent (60%) of the final reimbursable amount, less previous payment. The COMPANY shall promptly reimburse the DEPARTMENT in the amount of any overpayments. The HIGHWAY AUTHORITY shall make payment equal to 20 percent (20%) of the COMPANY final billing or the estimated cost noted on Exhibit "B" of the agreement, Less previous payment, within 30 days of its receipt of the COMPANY final billing. In the event of overpayment by the HIGHWAY AUTHORITY as determined by the DEPARTMENT audit of COMPANY records, the COMPANY shall pay the HIGHWAY AUTHORITY the amount of overpayment within 30 days of its receipt of the DEPARTMENT final audit. SECTION XII. Maintenance and Abandonment. Upon completion of the project, the COMPANY shall maintain the crossing surface to provide a safe and sufficient crossing for vehicular travel. If the track is removed from both sides of the crossing, the COMPANY shall remove the surface material, rail and cross ties from the crossing and shall restore the roadway void to the satisfaction of the HIGHWAY AUTHORITY, all at COMPANY expense. If the existing traffic control devices at a multiple -track highway -rail grade crossing become improperly placed or inaccurate because of removal of some of the tracks, the existing devices shall be relocated and/or modified at COMPANY expense Page 4 of 8 FRA No: 908227F pursuant to the Manual on Uniform Traffic Control Devices, Part 8. . Future maintenance of the sidewalk(s) and detectable warning device will not be the responsibility of the COMPANY. SECTION XIII. Standard Title VI Assurances. The COMPANY shall comply with all applicable DEPARTMENT and Federal laws, rules (including the administrative rules adopted by the DEPARTMENT for the IPPP Program - 761 Iowa Administrative Code, chapter 201), ordinances, regulations, and orders. The COMPANY, and all agents of the COMPANY that participate in the project, shall also comply with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d-42 U.S.C. 2000d-4, and all requirements imposed by or pursuant to Title 49, Code of Federal Regulation, Department of Transportation, Subtitle A, Office of the Secretary, Part 21 - to the end that no person in the United States shall, on the grounds of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination under any program or activity receiving financial assistance from the DEPARTMENT. SECTION XIV. Successor and Assigns. This agreement shall be binding upon all successors or assigns. The COMPANY shall provide written notice to the HIGHWAY AUTHORITY and the DEPARTMENT of any assignment of this Agreement. SECTION XV. Project Contact Persons. All notices and communications essential to complete the work required by this Agreement shall be made to the Contact Persons and the DEPARTMENT specified on the cover page of this Agreement. SECTION XVI. Integration and Amendment. This Agreement and its exhibits constitute the entire Agreement between the DEPARTMENT, the COMPANY, and the HIGHWAY AUTHORITY concerning this project. If the DEPARTMENT determines a substantial change is to be made in the project work described in Exhibit "A", the DEPARTMENT will furnish the written approval of the change. SECTION XVII. Termination Due to Lack of Funds. Notwithstanding anything in this Contract to the contrary, and subject to the limitations set forth below, the DEPARTMENT shall have the right to terminate this Contract without penalty and without any advance notice as a result of any of the following: 1. The federal government, legislature or governor fail in the sole opinion of the DEPARTMENT to appropriate funds sufficient to allow the DEPARTMENT to either meet its obligations under this Contract or to operate as required and to fulfill its obligations under this Contract; or 2. If funds are de -appropriated, reduced, not allocated, or receipt of funds is delayed, or if any funds or revenues needed by the DEPARTMENT to make any payment hereunder are insufficient or unavailable for any other reason as determined by the DEPARTMENT in its sole discretion; or 3. If the DEPARTMENT's authorization to conduct its business or engage in activities or operations related to the subject matter of this Contract is withdrawn or materially altered or modified. The DEPARTMENT shall provide the HIGHWAY AUTHORITY and COMPANY with written notice of termination pursuant to this section. The DEPARTMENT will pay the COMPANY for the DEPARTMENT share of the non -cancelable obligations allowable under the Agreement and properly incurred by the COMPANY prior to termination. SECTION XVIII. Merged Documents. This agreement may be executed and delivered in three or more counterparts, each of which so executed and delivered shall be deemed to be an original, and all shall constitute but one and the same instrument. If any section, provision, or part of this Agreement shall be found to be invalid or unconstitutional, such judgment shall not affect the validity of any section, provision, or part thereof not found to be invalid or unconstitutional. Page 5 of 8 FRA No: 908227F IN WITNESS WHEREOF the COMPANY, the HIGHWAY AUTHORITY and the DEPARTMENT hereto have caused this Agreement to be executed by their duly authorized officers as of the dates indicated below. Executed by the COMPANY Chicago Central and Pacific Railroad By: ON BO6i'/ 'O/ViTE 03-23-2015 Name Date Executed he HIGHW&%1-4/ Y AHOORITY City of Waterloo, Iowa By: ober' i' 7 Name / Date Executed by the DEPARTMENT this Iowa Department of Transportation By: Tamara Nicholson, Director Date Office of Rail Transportation Page 6 of 8 IOWA DOT Form 040016 (01-15) FRA No: 908227F EXHIBIT "A" - WORK STATEMENT Iowa Grade Crossing Surface Repair Fund and Federal -Aid Rail/Highway Crossing Surface Repair Meeting Date: 10-01-2014 FRA No: 908227F County: 07 BLACK HAWK City: City of Waterloo Highway Authority:City of Waterloo RR Company: Chicago Central and Pacific Railroad Company Location: M L K JR DR Road 1. Crossing(s) Reconstructed A. COMPANY will reconstruct 1 crossings of 117 total feet that include 110 feet of Rubber surface material through the traveled roadway and 7 feet of Rubber surface material through the shoulder or sidewalk area. As a minimum, the crossing must extend beyond the edge of the traveled roadway and through the shoulder if not curbed. B. Existing rail weight through crossing(s) 115 2. Traffic Controls (check below) ❑ A highway runaround will be constructed to permit two-lane traffic during repair. ® The highway will be closed for days during repair. NOTE: The HIGHWAY AUTHORITY is responsible for placement and cost of barricades, signing, detours, detour damage, and runarounds. A. The COMPANY shall advise the HIGHWAY AUTHORITY Contact Person: 1). A minimum of sixty (60) days in advance of the approximate starting date to allow the HIGHWAY AUTHORITY to implement the detour. 2). Fourteen (14) days in advance of the actual starting date to allow the HIGHWAY AUTHORITY adequate time to provide and install appropriate signs on the detour. The COMPANY shall advise the STATE PROJECT INSPECTOR fourteen (14) days in advance of the actual starting date. 3. Track Elevation Relative to Existing Road Pavements (check below) ❑ Tracks will be constructed to meet existing road grade. ❑ Roadway will be reconstructed to meet a proposed new track grade (roadway work is not covered by this Agreement.) ® Tracks will be elevated 1 inches above the adjacent roadway requiring a taper (complete item 4A and 4B.) In any event, the parties agree to provide a smooth crossing. 4. Roadway Work -- Must be sufficient to provide a smooth crossing. A. Approach Length (estimated) A 5 foot taper on the East side of the crossing and a 35 foot taper on the West side of the crossing, requires 25 of HMA material (estimated). Taper Length should not exceed 25 feet for each inch of track raise. This work will be completed by (mark with an X): ❑ COMPANY forces ❑ HIGHWAY AUTHORITY forces ❑ COMPANY contractor ® HIGHWAY AUTHORITY'S contractor Page 7 of 8 B. Track Opening in the Roadway (mark with an X) ❑ Existing track opening will be maintained. ® Track opening of 20 feet will be required involving the following described roadway modifications. Est. HMA tonnage 40 This work will be completed by (mark with an A): ❑ COMPANY forces ❑ HIGHWAY AUTHORITY forces ❑ COMPANY contractor ® HIGHWAY AUTHORITY'S contractor 5. Existing Sidewalk(s) and/or Recreational Trail replacement by HIGHWAY AUTHORITY The quadrants requiring upgrades to meet ADA requirements (mark with an ./19: Sidewalk (5' width required) * Rec Trail (10' width) ® NE 16 (feet) E SE (feet) ❑ NE (feet) ❑ SE (feet) ® NW 16 (feet) ❑ SW (feet) D NW (feet) ❑ SW (feet) * Recreational trail footage will be doubled because we use the sidewalk 5' width cost for reimbursement. This work will be completed by (mark with an X). ❑ COMPANY forces D HIGHWAY AUTHORITY forces ❑ COMPANY'S contractor ® HIGHWAY AUTHORITY's contractor 6. Crossing(s) Permanently Retired and Removed A. COMPANY will retire and remove crossing(s). B. Voids in pavement will be filled with material requiring (units). This work will be completed by (mark with an X). ❑ COMPANY forces ❑ HIGHWAY AUTHORITY forces D COMPANY'S contractor D HIGHWAY AUTHORITY's contractor 7. Drainage (mark with an X) A. ❑ Present drainage is adequate. B. E Drainage work required. Specify work to include materials and outlet. C. Clean all four (4) quadrants for good surface drainage. 8. Additional Construction and Traffic Control Conditions; i.e., Road Closure Limitations - Construction at this crossing included with this project, and not described above. Only ACC or PCC will be placed one (1) foot from the railroad surface material. State Project Manager: Travis Tinken 515-290-5055 (cell phone) ? au t 77/(17 03-23-2015 Name Date Additional Attendees: Jeff Bales Harlan Arians Page 8 of 8 Estimate: Location: Company Name: Subdivision Name: Mile Post: State Network # Operations Special Capital Project Estimate Southern Region NEW RUBBER @ ML KING JR DRIVE 908227F Design & Construction Homewood, IL NEW RUBBER @ ML KING JR DRIVE 908227F WATERLOO CCP WATERLOO 2.89 IA x Date created: February 9, 2015 Date revised: February 9, 2015 Status: FINAL Description LABOR Unload/Distribute Material Construct Track Destress Track Surfacing Welding Install Crossings S&C Labor Remove Crossings Engineering (TOTAL DIRECT LABOR GANG SIZE 5 5 5 3 2 7 2 7 1 UM QTY PRICE Days MD 1 5 2 10 0.5 2.5 1 3 5 10 1.5 10.5 2 4 0.5 3.5 1 1 $264 $264 $264 $279 $269 $264 $327 $264 $439 TOTALI $1,322 $2,644 $661 $837 $2,693 $2,776 $1,306 $925 $439 $13,602 I Description MATERIAL UM QTY PRICE Rail New Field Welding Spikes Anchors Tie Plates Minor OTM Track Ties Switch Ties Ballast Crossing Materials S&C Material 1 TOTALI $6,317 $1,008 $31 $1,568 $7,342 $4,854 $102 $5,975 $2,713 $23,909 $1,120 TOTAL DIRECT MATERIAL $54,939 Description OTHER UM QTY PRICE Per Diem (Mandays) Rental Equipment Approach work/asphalt Contingency SUM 50 $83.12 SUM 1 $8,318 SUM 1 $21,000 5% $127,872 TOTALI $4,114 $8,318 $21,000 $6,394 TOTAL OTHER $39,826 ADDITIVES UM QTY PRICE TOTAL Labor Surcharges (IaDOT approved 07-19-2012) Engineering Labor Surcharges Material Surcharges $13,164 173.10% $439 83.29% $54,939 5.00% $22,786 $365 $2,747 TOTAL ADDITIVES (EXCLUDES * ITEMS) $25,898 DONATION Amount TOTAL Recoverable Donation to CN (107,412.00) (107,412 00) TOTAL DONATION (107,412.00) TOTAL PROJECT COST $134,266 1 of 3 'MATERIAL Material Description Operations Special Capital Project Estimate FORECAST FOR: Southern Region NEW RUBBER @ ML KING JR DRIVE 908227F Design & Construction Homewood, IL NEW RUBBER @ ML KING JR DRIVE 908227F WATERLOO 3 State Tax UM QTY Unit Price Total NEW 115# - US MADE RAIL 5.00% LF 320 18.80 $6,317 THERMITE KIT 115 # 5.00% EA 10 95.98 $1,008 SPIKE TRACK 5/8' X 6", 50 Ib Keg 5.00% _ CN 1 29.65 $31. RAIL ANCHOR 115 5.00% EA 1,000 1.49 $1,568; TIE PL DS 7-1/2X14 BASE 5-1/2N 5.00% EA 4 9.12 $38 PLATE TIE MSR 7-1/2" X 15-1/2" 100-115# 5 00% EA 184 37.80 $7,304 SS5 SCREW TIE HEAT TREATED 5,00% EA 736 1.42 $1,096 E -CLIP GAVLANIZED 110-136# 5.00% EA 368 3.20 $1,236 RAIL TRANSITION 8MM 19'-6" O R 20'-0" 115# 5.00% EA 4 600.39 $2522 TRACK T' X 9" X 8' 6" HWD #1 5.00% EA 2 48.48 $102 SWITCH TIE - 10' HW 5.00% EA- , 92 61.85 $5,97S BALLAST ROAD (80T per car) 5.00% TON 285 9.06 $2,713 RUBBER CROSSING MATERIAL - 115# (Per Quote) 5.00% TF 117.0 194.62 $23,909 ,ASPHALT - ROADWAY APPROACH 5.00% TN 110 181.29 $21,000 SIGNAL MATERIALS (Per Signal Dept Estimate) 5.00% SM 1 1,066.41 $1,120 2 of 3 Operations Special Capital Project Estimate Southern Region NEW RUBBER @ ML KING JR DRIVE 908227F Design & Construction Homewood, IL STATE COST SUMMARY Estimate: NEW RUBBER @ ML KING JR DRIVE 908227F Location: WATERLOO Company Name: CCP Subdivision Name: WATERLOO Mile Post: 2.89 February 9, 2015 LABOR $40,001 MATERIAL $60,570 EQUIPMENT $11,645 APPROACH WORK $22,050 OTHER PROJECT TOTAL $134,266 3 of 3 41DOS' State of Iowa State - Aid �~ Form 291308 (01-15) Grade Crossing Surface Repair Fund Office of Rail Transportation 800 Lincoln Way Ames, IA 50010 Force Account Agreement Chicago Central and Pacific Railroad Company Rejection Reason Railroad Crossing Location Information County: 07 BLACK HAWK FRA No: 908227F Location: M L K JR DR Street Name Contact Information Highway Authority Contact: Jeff Bales Office Phone No: City of Waterloo City Name 908227F43 Project Number Email Address: jeff.bales@waterloo-ia.org Railroad Company Contact: TOM BOURGONJE Office Phone No: 3192369205 Email Address: ARIANS@CN.CA Iowa DOT Program Manager: Matthew Law Office Phone No: 515-239-1108 Email Address: Matthew.Law@dot.iowa.gov Iowa DOT Project Inspector: Travis Tinken Office Phone No: 515-290-5055 Email Address: Travis.Tinken@dot.iowa.gov Page 1 of 8 FRA No: 908227F THIS AGREEMENT, entered into pursuant to Iowa Code Ch. 327G and 761 Iowa Administrative Code, Chapter 821, is between City of Waterloo, Iowa, hereinafter referred to as HIGHWAY AUTHORITY, and the Chicago Central and Pacific Railroad Company, hereinafter referred to as COMPANY, and Iowa Department of Transportation, hereinafter referred to as DEPARTMENT. The HIGHWAY AUTHORITY and the COMPANY agree to repair the at -grade crossing located at M L K JR DR, Iowa, and further agree as follows. SECTION I. Work Statement and Performance. The COMPANY and the HIGHWAY AUTHORITY have determined the extent of the repair to be performed at this crossing, including railway, roadway approach modifications, and replacement of existing sidewalks and/or recreational trails. This repair shall conform to the COMPANY and HIGHWAY AUTHORITY Standards. The agreed work, generally described in the Work Statement identified as Exhibit "A" attached hereto and made part of this Agreement, is to be performed by COMPANY forces. In the absence of specific COMPANY standards that have been accepted by the DEPARTMENT, BNSF/Union Pacific Railroad common crossing standards shall be used as guidance. Current standards are at the following website and considered as part of this agreement: http://www.iowadot.gov/iowarail/pdfs/UP-BNSF% 20road xings%20Std.pdf The HIGHWAY AUTHORITY will be responsible to have existing sidewalk(s) and/or recreational trail(s) replaced by a contractor or their own forces, in accordance with the Americans with Disabilities Act (ADA) requirements. In the absence of specific HIGHWAY AUTHORITY standards that are acceptable to the COMPANY, the DEPARTMENT's Standard Road Plan MI -220 shall be used. As per Standard Road Plan MI -220, the detectable warning is to be installed 12' from the edge of the nearest rail, and the sidewalk is a minimum width of 5'. The project will include the cost of an additional two feet of sidewalk and/or recreational trail, or to the nearest sidewalk and/or recreational trail joint, whichever is less, beyond the detectable warning. Any additional new sidewalk and/or recreational trail beyond that point will be paid by the HIGHWAY AUTHORITY and is not part of this project. Truncated domes are the only detectable warnings allowed by ADA Accessibility Guidelines. Grooves, exposed aggregate, and other designs intended for use as detectable warning are too similar to pavement textures, cracks, and joints and are not considered equivalent facilitation, and do not comply with ADA requirements. Future maintenance of the sidewalk(s) and detectable warning device will be the responsibility of the HIGHWAY AUTHORITY. The HIGHWAY AUTHORITY will coordinate and have the approaches completed according to the Exhibit "A" of this agreement. The HIGHWAY AUTHORITY will pay the contractor and submit a detailed invoice billing to the COMPANY for 100% of the approach costs, along with costs for the sidewalk, and/or recreational trail. Copies of the contractors invoice(s) should be included with the HIGHWAY AUTHORITY's billing. The COMPANY will reimburse the HIGHWAY AUTHORITY at 100%. These costs will then be included in the final billing to the DEPARTMENT and HIGHWAY AUTHORITY. If the HIGHWAY AUTHORITY chooses to place the approaches, sidewalk(s) and/or recreational trail(s) with their own forces, they will submit an itemized billing for 100% of their costs to the COMPANY. The COMPANY will reimburse the HIGHWAY AUTHORITY at 100%. These costs will then be included in the final billing to the DEPARTMENT and HIGHWAY AUTHORITY. The COMPANY will have the asphalt contractor chosen by the HIGHWAY AUTHORITY place the underlayment in the track opening as per the UP/BNF specifications. The billing for all Page 2 of 8 FRA No: 908227F asphalt will be included in the invoice the contractor submits to the HIGHWAY AUTHORITY and handled the same as stated above. SECTION II. Cost Estimate. The estimated cost of the project work is itemized on Exhibit "B" attached hereto, and made part of this Agreement. SECTION III. Work Start and Completion. The date this agreement is signed by the DEPARTMENT is the COMPANY's authorization to proceed with the work. The COMPANY shall begin the construction of the project as soon as possible after the date the DEPARTMENT signs this agreement and shall complete the project within 18 months. Costs incurred prior to the DEPARTMENT signing the agreement are not reimbursable under this Agreement. Cost incurred more than 18 months after the DEPARTMENT signs this agreement will not be reimbursed unless the COMPANY has requested in writing, prior to expiration of the agreement, and received from the DEPARTMENT a written extension of time for completion. The DEPARTMENT shall have complete discretion, and be the sole authority to grant or deny extensions. Costs incurred for work following the extension time will not be reimbursed. SECTION IV. Traffic Control. The roadway will be closed during repair. Exhibit "A" describes specific closure conditions. The HIGHWAY AUTHORITY is responsible for the establishment and payment for traffic control (i.e.: barricades, signing, detours, detour damage, and runarounds). The COMPANY shall advise the HIGHWAY AUTHORITY Contact Person: 1) a minimum of 60 days in advance of the approximate starting date to allow the HIGHWAY AUTHORITY to implement the detour; and 2) 14 days in advance of the actual starting date to allow the HIGHWAY AUTHORITY adequate time to provide and install appropriate signs on the detour. SECTION V. Work Notification. The COMPANY shall notify the DEPARTMENT and the HIGHWAY AUTHORITY's Contact Person no later than 14 days prior to the start of its work at the crossing. The HIGHWAY AUTHORITY shall be given ample opportunity to document the materials, equipment, and labor required to complete the project. The DEPARTMENT and HIGHWAY AUTHORITY shall have the right to inspect the project work at any time. The HIGHWAY AUTHORITY shall perform on-site inspection of the project work each day. SECTION VI. Project Completion. After the COMPANY has completed the required work, the COMPANY shall so notify the DEPARTMENT and the HIGHWAY AUTHORITY in writing or by email within 30 days of completion. The DEPARTMENT shall arrange an inspection with the HIGHWAY AUTHORITY, and the COMPANY in order for all parties to determine whether the project work has been completed in accordance with the terms of this Agreement or Amendments thereto. Pavement markings and stop lines shall be placed by the HIGHWAY AUTHORITY as required by Part 8 of the Manual on Uniform Traffic Control Devices for Streets and Highways. If the existing traffic control devices at a multiple -track highway -rail grade crossing become improperly placed or inaccurate because of removal of some of the tracks, the existing devices shall be relocated and/or modified at COMPANY expense pursuant to the Manual on Uniform Traffic Control Devices, Part 8. If the roadway is widened or relocated, the existing devices shall be relocated and/or modified at HIGHWAY AUTHORITY expense pursuant to the Manual On Uniform Traffic Control Devices, Part 8. Relocation of the traffic control devices will be completed prior to removal of the detour. When the work has been completed in accordance with the Agreement, the COMPANY, DEPARTMENT, and the HIGHWAY AUTHORITY shall sign a Certificate of Completion and Acceptance form at the project site following final inspection. SECTION VII. Reimbursable Costs. The COMPANY will keep an accurate and detailed Page 3 of 8 FRA No: 908227F account of actual and necessary reimbursable costs incurred under this Agreement. Replacement of existing sidewalk(s) and/or recreational trail(s), and subcontracted work costs shall be included in detail with the COMPANY billing. The cost of labor, material, all associated additives and subcontracted work costs are reimbursable, and shall be billed on a force account basis in accord with Title 23 Code of Federal Regulations, Part 140, Subpart I. Labor additives reimbursed are to be exclusive of indirect and overhead costs as elected by the DEPARTMENT and provided for by 23 CFR 140.907(a). The cost of preliminary project engineering, construction inspection, track inspection, relocation of existing signals, signal wires, and switches, or the construction of runarounds will not be eligible project reimbursable costs. SECTION VIII. Cost Sharing. The HIGHWAY AUTHORITY and COMPANY each shall pay twenty percent (20%) of the reimbursable costs defined in SECTION VII for work described in Exhibit "A". The DEPARTMENT will use the Grade Crossing Surface Repair Fund to reimburse the COMPANY for sixty percent (60%) of the total eligible costs for this project. The DEPARTMENT's CERTIFICATE OF AUDIT shall establish eligible reimbursable project costs. SECTION IX. Progressive Payments. The COMPANY may submit accurate progressive bills to the DEPARTMENT for sixty percent (60%) of its material, labor and any subcontracted costs included in Exhibit "B", for each crossing location. The billing for material shall be for those materials that have been delivered to the project location or specifically purchased and delivered to the COMPANY for use on the project. The DEPARTMENT and HIGHWAY AUTHORITY may make progressive payments to the COMPANY for one -hundred percent (100%) of each party's billed participation, or the HIGHWAY AUTHORITY may elect to retain a percentage of their billed participation. SECTION X. Final Billing. If applicable, the HIGHWAY AUTHORITY will submit a detailed billing to the COMPANY for the actual sidewalk and/or recreational trail replacement costs. Upon completion of the project the COMPANY shall submit an accurate final and complete, itemized, electronic billing. Final bill shall include a detailed summary of all incurred costs. SECTION XI. Final Payment. The DEPARTMENT, upon receipt of the final bill and Certificate of Completion and Acceptance form, shall review, and forward the final bill to the DEPARTMENT'S Office of Audits for final audit. Reimbursement to the COMPANY shall be governed by the DEPARTMENT'S Certification of Audit. The DEPARTMENT shall make payment to the COMPANY equal to 60 percent (60%) of the final reimbursable amount, less previous payment. The COMPANY shall promptly reimburse the DEPARTMENT in the amount of any overpayments. The HIGHWAY AUTHORITY shall make payment equal to 20 percent (20%) of the COMPANY final billing or the estimated cost noted on Exhibit "B" of the agreement, less previous payment, within 30 days of its receipt of the COMPANY final billing. In the event of overpayment by the HIGHWAY AUTHORITY as determined by the DEPARTMENT audit of COMPANY records, the COMPANY shall pay the HIGHWAY AUTHORITY the amount of overpayment within 30 days of its receipt of the DEPARTMENT final audit. SECTION XII. Maintenance and Abandonment. Upon completion of the project, the COMPANY shall maintain the crossing surface to provide a safe and sufficient crossing for vehicular travel. If the track is removed from both sides of the crossing, the COMPANY shall remove the surface material, rail and cross ties from the crossing and shall restore the roadway void to the satisfaction of the HIGHWAY AUTHORITY, all at COMPANY expense. If the existing traffic control devices at a multiple -track highway -rail grade crossing become improperly placed or inaccurate because of removal of some of the tracks, the existing devices shall be relocated and/or modified at COMPANY expense Page 4 of 8 FRA No: 908227F pursuant to the Manual on Uniform Traffic Control Devices, Part 8. . Future maintenance of the sidewalk(s) and detectable warning device will not be the responsibility of the COMPANY. SECTION XIII. Standard Title VI Assurances. The COMPANY shall comply with all applicable DEPARTMENT and Federal laws, rules (including the administrative rules adopted by the DEPARTMENT for the IPPP Program - 761 Iowa Administrative Code, chapter 201), ordinances, regulations, and orders. The COMPANY, and all agents of the COMPANY that participate in the project, shall also comply with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d-42 U.S.C. 2000d-4, and all requirements imposed by or pursuant to Title 49, Code of Federal Regulation, Department of Transportation, Subtitle A, Office of the Secretary, Part 21 - to the end that no person in the United States shall, on the grounds of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination under any program or activity receiving financial assistance from the DEPARTMENT. SECTION XIV. Successor and Assigns. This agreement shall be binding upon all successors or assigns. The COMPANY shall provide written notice to the HIGHWAY AUTHORITY and the DEPARTMENT of any assignment of this Agreement. SECTION XV. Project Contact Persons. All notices and communications essential to complete the work required by this Agreement shall be made to the Contact Persons and the DEPARTMENT specified on the cover page of this Agreement. SECTION XVI. Integration and Amendment. This Agreement and its exhibits constitute the entire Agreement between the DEPARTMENT, the COMPANY, and the HIGHWAY AUTHORITY concerning this project. If the DEPARTMENT determines a substantial change is to be made in the project work described in Exhibit "A", the DEPARTMENT will furnish the written approval of the change. SECTION XVII. Termination Due to Lack of Funds. Notwithstanding anything in this Contract to the contrary, and subject to the limitations set forth below, the DEPARTMENT shall have the right to terminate this Contract without penalty and without any advance notice as a result of any of the following: 1. The federal government, legislature or governor fail in the sole opinion of the DEPARTMENT to appropriate funds sufficient to allow the DEPARTMENT to either meet its obligations under this Contract or to operate as required and to fulfill its obligations under this Contract; or 2. If funds are de -appropriated, reduced, not allocated, or receipt of funds is delayed, or if any funds or revenues needed by the DEPARTMENT to make any payment hereunder are insufficient or unavailable for any other reason as determined by the DEPARTMENT in its sole discretion; or 3. If the DEPARTMENT's authorization to conduct its business or engage in activities or operations related to the subject matter of this Contract is withdrawn or materially altered or modified. The DEPARTMENT shall provide the HIGHWAY AUTHORITY and COMPANY with written notice of termination pursuant to this section. The DEPARTMENT will pay the COMPANY for the DEPARTMENT share of the non -cancelable obligations allowable under the Agreement and properly incurred by the COMPANY prior to termination. SECTION XVIII. Merged Documents. This agreement may be executed and delivered in three or more counterparts, each of which so executed and delivered shall be deemed to be an original, and all shall constitute but one and the same instrument. If any section, provision, or part of this Agreement shall be found to be invalid or unconstitutional, such judgment shall not affect the validity of any section, provision, or part thereof not found to be invalid or unconstitutional. Page 5 of 8 FRA No: 908227F IN WITNESS WHEREOF the COMPANY, the HIGHWAY AUTHORITY and the DEPARTMENT hereto have caused this Agreement to be executed by their duly authorized officers as of the dates indicated below. Executed by the COMPANY By: %-OR MAW/OF Name Chicago Central and Pacific Railroad 03-23-2015 Date Execute the HIGHWAY AUj'HORITY City of Waterloo, Iowa -- f el -41 By: ame Executed by the DEPARTMENT this By: Tamara Nicholson, Director Office of Rail Transportation Page 6 of 8 Iowa Department of Transportation Date N DOT Form 040016 (01-15) Meeting Date: County: 10-01-2014 FRA No: 908227F EXHIBIT "A" - WORK STATEMENT Iowa Grade Crossing Surface Repair Fund and Federal -Aid RaiIIHighway Crossing Surface Repair 07 BLACK HAWK FRA No: 908227F City: City of Waterloo Highway Authority:City of Waterloo RR Company: Chicago Central and Pacific Railroad Company Location: M L K JR DR Road 1. Crossing(s) Reconstructed A. COMPANY will reconstruct 1 crossings of 117 total feet that include 110 feet of Rubber surface material through the traveled roadway and 7 feet of Rubber surface material through the shoulder or sidewalk area. As a minimum, the crossing must extend beyond the edge of the traveled roadway and through the shoulder if not curbed. B. Existing rail weight through crossing(s) 115 2. Traffic Controls (check below) ❑ A highway runaround will be constructed to permit two-lane traffic during repair. ® The highway will be closed for days during repair. NOTE: The HIGHWAY AUTHORITY is responsible for placement and cost of barricades, signing, detours, detour damage, and runarounds. A. The COMPANY shall advise the HIGHWAY AUTHORITY Contact Person: 1). A minimum of sixty (60) days in advance of the approximate starting date to allow the HIGHWAY AUTHORITY to implement the detour. 2). Fourteen (14) days in advance of the actual starting date to allow the HIGHWAY AUTHORITY adequate time to provide and install appropriate signs on the detour. The COMPANY shall advise the STATE PROJECT INSPECTOR fourteen (14) days in advance of the actual starting date. 3. Track Elevation Relative to Existing Road Pavements (check below) ❑ Tracks will be constructed to meet existing road grade. ❑ Roadway will be reconstructed to meet a proposed new track grade (roadway work is not covered by this Agreement.) Tracks will be elevated 1 inches above the adjacent roadway requiring a taper (complete item 4A and 4B.) In any event, the parties agree to provide a smooth crossing. 4. Roadway Work -- Must be sufficient to provide a smooth crossing. A. Approach Length (estimated) A 5 foot taper on the East side of the crossing and a 35 foot taper on the West side of the crossing, requires 25 of HMA material (estimated). Taper length should not exceed 25 feet for each inch of track raise. This work will be completed by (mark with an X): ❑ COMPANY forces ❑ HIGHWAY AUTHORITY forces ❑ COMPANY contractor ® HIGHWAY AUTHORITY'S contractor 41 Page 7 of 8 B. Track Opening in the Roadway (mark with an X) ❑ Existing track opening will be maintained. ® Track opening of 20 feet will be required involving the following described roadway modifications. Est. HMA tonnage 40 This work will be completed by (mark with an X) : ❑ COMPANY forces D HIGHWAY AUTHORITY forces ❑ COMPANY contractor ® HIGHWAY AUTHORITY'S contractor 5. Existing Sidewalk(s) and/or Recreational Trail replacement by HIGHWAY AUTHORITY The quadrants requiring upgrades to meet ADA requirements (mark with an X): Sidewalk (5' width required) * Rec Trail (10' width) NE 16 (feet) ❑ SE (feet) ❑ NE (feet) D SE (feet) ® NW 16 (feet) ❑ SW (feet) ❑ NW Net) ❑ SW (feet) * Recreational trail footage will be doubled because we use the sidewalk 5' width cost for reimbursement. This work will be completed by (mark with an X. ❑ COMPANY forces ❑ HIGHWAY AUTHORITY forces O COMPANY'S contractor ® HIGHWAY AUTHORITY's contractor 6. Crossing(s) Permanently Retired and Removed A. COMPANY will retire and remove crossing(s). B. Voids in pavement will be filled with material requiring (units). This work will be completed by (mark with an X). ❑ COMPANY forces ❑ HIGHWAY AUTHORITY forces O COMPANY'S contractor ❑ HIGHWAY AUTHORITY's contractor 7. Drainage (mark with an. 9 A. ❑ Present drainage is adequate. B. ❑ Drainage work required. Specify work to include materials and outlet. C. ® Clean all four (4) quadrants for good surface drainage. 8. Additional Construction and Traffic Control Conditions; i.e., Road Closure Limitations - Construction at this crossing included with this project, and not described above. Only ACC or PCC will be placed one (1) foot from the railroad surface material. State Project Manager: Additional Attendees: Travis Tinken Jeff Bales 515-290-5055 (cell phone) Harlan Arians T is Tdlir 03-23-2015 Name Date Page 8 of 8 $39,8261 Estimate: Location: Company Name: Subdivision Name: Mile Post: State Network # Operations Special Capital Project Estimate Southern Region NEW RUBBER @ ML KING JR DRIVE 908227F Design & Construction Homewood, IL NEW RUBBER @ ML KING JR DRIVE 908227F WATERLOO CCP WATERLOO Date created: February 9, 2015 2.89 Date revised: February 9, 2015 IA Status: FINAL z Description LABOR Unload/Distribute Material Construct Track Destress Track Surfacing Welding Install Crossings S&C Labor Remove Crossings Engineering UM QTY PRICE GANG SIZE 5 5 5 3 2 7 2 7 1 Days MD 1 5 $264 2 10 $264 0.5 2.5 $264 1 3 $279 5 10 $269 1.5 10.5 $264 2 4 $327 0.5 3.5 $264 1 1 $439 TOTAL! $1,322 $2,644 $661 $837 $2,693 $2,776 51,306 $925 $439 Description Rail New Field Welding Spikes Anchors Tie Plates Minor OTM Track Ties Switch lies Ballast Crossing Materials S&C Material UM QTY PRICE TOTAL $6,317 $1,008 $31 $1,568 $7,342 $4,854 $102 $5,975 $2,713 $23,909 $1,120 Description OTHER UM QTY PRICE TOTAL Per Diem (Mandays) Rental Equipment Approach work/asphalt Contingency TOTAL OTHER SUM SUM SUM 50 5% $83.12 $8,318 $21,000 $127,872 $4,114 $8,318 $21,000 $6,394 �L)17RIVES x --1 Labor Surcharges (IaDOT approved 07-19-2012) Engineering Labor Surcharges Material Surcharges AL ADDITIVES (FXt:LTJDES ITEMSi UM QTY $13,164 $439 $54,939 PRICE 173.10% 83.29% 5.00% TOTAL] $22,786 $365 $2,747 Recoverable Donation to CN TOTAL DONATION (107,412.00) (107,412.00) (107,412.00) TOTAL PROJECT COST $134,266 1 of 3 MATERIAL Material Description Operations Special Capital Project Estimate FORECAST FOR: Southern Region NEW RUBBER @IVIL KING JR DRIVE 908227F Design & Construction Homewood, IL NEW RUBBER @ ML KING JR DRIVE 908227F State TaxUIVI WATERLOO 3 QTY Unit Price Total NEW 115# - US MADE RAIL 5.00% LF 320 18.80 $6,317 THERMITE KIT 115 # 5.00% EA 10 95.98 $1,008 SPIKE TRACK 5/8' X 6", 50 lb Keg 5.00% CN 1 29.65 $31 RAIL ANCHOR 115 5.00% EA 1,000 1.49 $1„568 TIE PL DS 7-1/2X14 BASE 5-1/2N 5.00% EA 4 9.12 $38 PLATE TIE MSR 7-1/2 X 15-1/2' 100-115# 5.00% EA 184 37.80 $7,304 SS5 SCREW TIE HEAT TREATED 5.00% EA 736 1.42 $1,096 E -CLIP GAVLANIZED 110-136# 5.00% EA 368 3.20 $1,236 RAIL 7RANSITION 8MM 19.-6" OR 20.-0" 115# 5.00% EA 4 600.39 $2,522 TRACK r X 9" X 8' 6" HWD #1 5.00% EA 2 48.48 $102 SWITCH TIE - 10' HW 5.00% EA 92 61.85 S5,975 BALLAST ROAD (80T per car) 5.00% TON 285 9.06 $2,713 RUBBER CROSSING MATERIAL - 115# (Per Quote) 5.00% TF 117.0 194.62 $23,909 ASPHALT - ROADWAY APPROACH 5.00% TN 110 181.29 $21,000 SIGNAL MATERIALS (Per Signal Dept Estimate) 5.00% SM 1 1,066.41 $1,120 2 of 3 Operations Special Capital Project Estimate Southern Region NEW RUBBER @ ML KING JR DRIVE 908227F Design & Construction Homewood, IL STATE COST SUMMARY Estimate: NEW RUBBER @ ML KING JR DRIVE 908227F Location: WATERLOO Company Name: CCP Subdivision Name: WATERLOO Mile Post: 2.89 February 9, 2015 LABOR $40,001 MATERIAL $60,570 EQUIPMENT $11,645 APPROACH WORK $22,050 OTHER �p PROJECT TOTAL $134,266 3 of 3 Form 291308 (01-15) Office of Rail Transportation 800 Lincoln Way Ames, IA 50010 Rejection Reason State of Iowa State o Aid Grade Crossing Surface Repair Fund Force Account Agreement Chicago Central and Pacific Railroad Company Railroad Crossing Location Information County: 07 BLACK HAWK FRA No: 908227F Location: M L K JR DR Street Name Contact Information Highway Authority Contact: Jeff Bales Office Phone No: City of Waterloo City Name 908227F43 Project Number Email Address: jeff.bales@waterloo-ia.org Railroad Company Contact: TOM BOURGONJE Office Phone No: 3192369205 Email Address: ARIANS@CN.CA Iowa DOT Program Manager: Matthew Law Office Phone No: 515-239-1108 Email Address: Matthew.Law@dot.iowa.gov Iowa DOT Project Inspector: Travis Tinken Office Phone No: 515-290-5055 Email Address: Travis.Tinken@dot.iowa.gov Page 1 of 8 FRA No: 908227F THIS AGREEMENT, entered into pursuant to Iowa Code Ch. 327G and 761 Iowa Administrative Code, Chapter 821, is between City of Waterloo, Iowa, hereinafter referred to as HIGHWAY AUTHORITY, and the Chicago Central and Pacific Railroad Company, hereinafter referred to as COMPANY, and Iowa Department of Transportation, hereinafter referred to as DEPARTMENT. The HIGHWAY AUTHORITY and the COMPANY agree to repair the at -grade crossing located at M L K JR DR, Iowa, and further agree as follows. SECTION I. Work Statement and Performance. The COMPANY and the HIGHWAY AUTHORITY have determined the extent of the repair to be performed at this crossing, including railway, roadway approach modifications, and replacement of existing sidewalks and/or recreational trails. This repair shall conform to the COMPANY and HIGHWAY AUTHORITY Standards. The agreed work, generally described in the Work Statement identified as Exhibit "A" attached hereto and made part of this Agreement, is to be performed by COMPANY forces. In the absence of specific COMPANY standards that have been accepted by the DEPARTMENT, BNSF/Union Pacific Railroad common crossing standards shall be used as guidance. Current standards are at the following website and considered as part of this agreement: http://www.iowadot.gov/iowarail/pdfs/UP-BNSF% 20road xings%20Std.pdf The HIGHWAY AUTHORITY will be responsible to have existing sidewalk(s) and/or recreational trail(s) replaced by a contractor or their own forces, in accordance with the Americans with Disabilities Act (ADA) requirements. In the absence of specific HIGHWAY AUTHORITY standards that are acceptable to the COMPANY, the DEPARTMENT's Standard Road Plan MI -220 shall be used. As per Standard Road Plan MI -220, the detectable warning is to be installed 12' from the edge of the nearest rail, and the sidewalk is a minimum width of 5'. The project will include the cost of an additional two feet of sidewalk and/or recreational trail, or to the nearest sidewalk and/or recreational trail joint, whichever is less, beyond the detectable warning. Any additional new sidewalk and/or recreational trail beyond that point will be paid by the HIGHWAY AUTHORITY and is not part of this project. Truncated domes are the only detectable warnings allowed by ADA Accessibility Guidelines. Grooves, exposed aggregate, and other designs intended for use as detectable warning are too similar to pavement textures, cracks, and joints and are not considered equivalent facilitation, and do not comply with ADA requirements. Future maintenance of the sidewalk(s) and detectable warning device will be the responsibility of the HIGHWAY AUTHORITY. The HIGHWAY AUTHORITY will coordinate and have the approaches completed according to the Exhibit "A" of this agreement. The HIGHWAY AUTHORITY will pay the contractor and submit a detailed invoice billing to the COMPANY for 100% of the approach costs, along with costs for the sidewalk, and/or recreational trail. Copies of the contractors invoice(s) should be included with the HIGHWAY AUTHORITY's billing. The COMPANY will reimburse the HIGHWAY AUTHORITY at 100%. These costs will then be included in the final billing to the DEPARTMENT and HIGHWAY AUTHORITY. If the HIGHWAY AUTHORITY chooses to place the approaches, sidewalk(s) and/or recreational trail(s) with their own forces, they will submit an itemized billing for 100% of their costs to the COMPANY. The COMPANY will reimburse the HIGHWAY AUTHORITY at 100%. These costs will then be included in the final billing to the DEPARTMENT and HIGHWAY AUTHORITY. The COMPANY will have the asphalt contractor chosen by the HIGHWAY AUTHORITY place the underlayment in the track opening as per the UP/BNF specifications. The billing for all Page 2 of 8 FRA No: 908227F asphalt will be included in the invoice the contractor submits to the HIGHWAY AUTHORITY and handled the same as stated above. SECTION II. Cost Estimate. The estimated cost of the project work is itemized on Exhibit "B" attached hereto, and made part of this Agreement. SECTION III. Work Start and Completion. The date this agreement is signed by the DEPARTMENT is the COMPANY's authorization to proceed with the work. The COMPANY shall begin the construction of the project as soon as possible after the date the DEPARTMENT signs this agreement and shall complete the project within 18 months. Costs incurred prior to the DEPARTMENT signing the agreement are not reimbursable under this Agreement. Cost incurred more than 18 months after the DEPARTMENT signs this agreement will not be reimbursed unless the COMPANY has requested in writing, prior to expiration of the agreement, and received from the DEPARTMENT a written extension of time for completion. The DEPARTMENT shall have complete discretion, and be the sole authority to grant or deny extensions. Costs incurred for work following the extension time will not be reimbursed. SECTION IV. Traffic Control. The roadway will be closed during repair. Exhibit "A" describes specific closure conditions. The HIGHWAY AUTHORITY is responsible for the establishment and payment for traffic control (i.e.: barricades, signing, detours, detour damage, and runarounds). The COMPANY shall advise the HIGHWAY AUTHORITY Contact Person: 1) a minimum of 60 days in advance of the approximate starting date to allow the HIGHWAY AUTHORITY to implement the detour; and 2) 14 days in advance of the actual starting date to allow the HIGHWAY AUTHORITY adequate time to provide and install appropriate signs on the detour. SECTION V. Work Notification. The COMPANY shall notify the DEPARTMENT and the HIGHWAY AUTHORITY's Contact Person no later than 14 days prior to the start of its work at the crossing. The HIGHWAY AUTHORITY shall be given ample opportunity to document the materials, equipment, and labor required to complete the project. The DEPARTMENT and HIGHWAY AUTHORITY shall have the right to inspect the project work at any time. The HIGHWAY AUTHORITY shall perform on-site inspection of the project work each day. SECTION VI. Project Completion. After the COMPANY has completed the required work, the COMPANY shall so notify the DEPARTMENT and the HIGHWAY AUTHORITY in writing or by email within 30 days of completion. The DEPARTMENT shall arrange an inspection with the HIGHWAY AUTHORITY, and the COMPANY in order for all parties to determine whether the project work has been completed in accordance with the terms of this Agreement or Amendments thereto. Pavement markings and stop lines shall be placed by the HIGHWAY AUTHORITY as required by Part 8 of the Manual on Uniform Traffic Control Devices for Streets and Highways. If the existing traffic control devices at a multiple -track highway -rail grade crossing become improperly placed or inaccurate because of removal of some of the tracks, the existing devices shall be relocated and/or modified at COMPANY expense pursuant to the Manual on Uniform Traffic Control Devices, Part 8. If the roadway is widened or relocated, the existing devices shall be relocated and/or modified at HIGHWAY AUTHORITY expense pursuant to the Manual On Uniform Traffic Control Devices, Part 8. Relocation of the traffic control devices will be completed prior to removal of the detour. When the work has been completed in accordance with the Agreement, the COMPANY, DEPARTMENT, and the HIGHWAY AUTHORITY shall sign a Certificate of Completion and Acceptance form at the project site following final inspection. SECTION VII. Reimbursable Costs. The COMPANY will keep an accurate and detailed Page 3 of 8 FRA No: 908227F account of actual and necessary reimbursable costs incurred under this Agreement. Replacement of existing sidewalk(s) and/or recreational trail(s), and subcontracted work costs shall be included in detail with the COMPANY billing. The cost of labor, material, all associated additives and subcontracted work costs are reimbursable, and shall be billed on a force account basis in accord with Title 23 Code of Federal Regulations, Part 140, Subpart I. Labor additives reimbursed are to be exclusive of indirect and overhead costs as elected by the DEPARTMENT and provided for by 23 CFR 140.907(a). The cost of preliminary project engineering, construction inspection, track inspection, relocation of existing signals, signal wires, and switches, or the construction of runarounds will not be eligible project reimbursable costs. SECTION VIII. Cost Sharing. The HIGHWAY AUTHORITY and COMPANY each shall pay twenty percent (20%) of the reimbursable costs defined in SECTION VII for work described in Exhibit "A". The DEPARTMENT will use the Grade Crossing Surface Repair Fund to reimburse the COMPANY for sixty percent (60%) of the total eligible costs for this project. The DEPARTMENT's CERTIFICATE OF AUDIT shall establish eligible reimbursable project costs. SECTION IX. Progressive Payments. The COMPANY may submit accurate progressive bills to the DEPARTMENT for sixty percent (60%) of its material, labor and any subcontracted costs included in Exhibit "B", for each crossing location. The billing for material shall be for those materials that have been delivered to the project location or specifically purchased and delivered to the COMPANY for use on the project. The DEPARTMENT and HIGHWAY AUTHORITY may make progressive payments to the COMPANY for one -hundred percent (100%) of each party's billed participation, or the HIGHWAY AUTHORITY may elect to retain a percentage of their billed participation. SECTION X. Final Billing. If applicable, the HIGHWAY AUTHORITY will submit a detailed billing to the COMPANY for the actual sidewalk and/or recreational trail replacement costs. Upon completion of the project the COMPANY shall submit an accurate final and complete, itemized, electronic billing. Final bill shall include a detailed summary of all incurred costs. SECTION XI. Final Payment. The DEPARTMENT, upon receipt of the final bill and Certificate of Completion and Acceptance form, shall review, and forward the final bill to the DEPARTMENT'S Office of Audits for final audit. Reimbursement to the COMPANY shall be governed by the DEPARTMENT'S Certification of Audit. The DEPARTMENT shall make payment to the COMPANY equal to 60 percent (60%) of the final reimbursable amount, less previous payment. The COMPANY shall promptly reimburse the DEPARTMENT in the amount of any overpayments. The HIGHWAY AUTHORITY shall make payment equal to 20 percent (20%) of the COMPANY final billing or the estimated cost noted on Exhibit "B" of the agreement, less previous payment, within 30 days of its receipt of the COMPANY final billing. In the event of overpayment by the HIGHWAY AUTHORITY as determined by the DEPARTMENT audit of COMPANY records, the COMPANY shall pay the HIGHWAY AUTHORITY the amount of overpayment within 30 days of its receipt of the DEPARTMENT final audit. SECTION XII. Maintenance and Abandonment. Upon completion of the project, the COMPANY shall maintain the crossing surface to provide a safe and sufficient crossing for vehicular travel. If the track is removed from both sides of the crossing, the COMPANY shall remove the surface material, rail and cross ties from the crossing and shall restore the roadway void to the satisfaction of the HIGHWAY AUTHORITY, all at COMPANY expense. If the existing traffic control devices at a multiple -track highway -rail grade crossing become improperly placed or inaccurate because of removal of some of the tracks, the existing devices shall be relocated and/or modified at COMPANY expense Page 4 of 8 FRA No: 908227F pursuant to the Manual on Uniform Traffic Control Devices, Part 8. . Future maintenance of the sidewalk(s) and detectable warning device will not be the responsibility of the COMPANY. SECTION XIII. Standard Title VI Assurances. The COMPANY shall comply with all applicable DEPARTMENT and Federal laws, rules (including the administrative rules adopted by the DEPARTMENT for the IPPP Program - 761 Iowa Administrative Code, chapter 201), ordinances, regulations, and orders. The COMPANY, and all agents of the COMPANY that participate in the project, shall also comply with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d-42 U.S.C. 2000d-4, and all requirements imposed by or pursuant to Title 49, Code of Federal Regulation, Department of Transportation, Subtitle A, Office of the Secretary, Part 21 - to the end that no person in the United States shall, on the grounds of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination under any program or activity receiving financial assistance from the DEPARTMENT. SECTION XIV. Successor and Assigns. This agreement shall be binding upon all successors or assigns. The COMPANY shall provide written notice to the HIGHWAY AUTHORITY and the DEPARTMENT of any assignment of this Agreement. SECTION XV. Project Contact Persons. All notices and communications essential to complete the work required by this Agreement shall be made to the Contact Persons and the DEPARTMENT specified on the cover page of this Agreement. SECTION XVI. Integration and Amendment. This Agreement and its exhibits constitute the entire Agreement between the DEPARTMENT, the COMPANY, and the HIGHWAY AUTHORITY concerning this project. If the DEPARTMENT determines a substantial change is to be made in the project work described in Exhibit "A", the DEPARTMENT will furnish the written approval of the change. SECTION XVII. Termination Due to Lack of Funds. Notwithstanding anything in this Contract to the contrary, and subject to the limitations set forth below, the DEPARTMENT shall have the right to terminate this Contract without penalty and without any advance notice as a result of any of the following: 1. The federal government, legislature or governor fail in the sole opinion of the DEPARTMENT to appropriate funds sufficient to allow the DEPARTMENT to either meet its obligations under this Contract or to operate as required and to fulfill its obligations under this Contract; or 2. If funds are de -appropriated, reduced, not allocated, or receipt of funds is delayed, or if any funds or revenues needed by the DEPARTMENT to make any payment hereunder are insufficient or unavailable for any other reason as determined by the DEPARTMENT in its sole discretion; or 3. If the DEPARTMENT's authorization to conduct its business or engage in activities or operations related to the subject matter of this Contract is withdrawn or materially altered or modified. The DEPARTMENT shall provide the HIGHWAY AUTHORITY and COMPANY with written notice of termination pursuant to this section. The DEPARTMENT will pay the COMPANY for the DEPARTMENT share of the non -cancelable obligations allowable under the Agreement and properly incurred by the COMPANY prior to termination. SECTION XVIII. Merged Documents. This agreement may be executed and delivered in three or more counterparts, each of which so executed and delivered shall be deemed to be an original, and all shall constitute but one and the same instrument. If any section, provision, or part of this Agreement shall be found to be invalid or unconstitutional, such judgment shall not affect the validity of any section, provision, or part thereof not found to be invalid or unconstitutional. Page 5 of 8 FRA No: 908227F IN WITNESS WHEREOF the COMPANY, the HIGHWAY AUTHORITY and the DEPARTMENT hereto have caused this Agreement to be executed by their duly authorized officers as of the dates indicated below. Executed by the COMPANY Chicago Central and Pacific Railroad By: %TNgOgTO#C E 03-23-2015 Name Date Executed By: the HIGHWAY ORITY l Name Da e City of Waterloo, Iowa Executed by the DEPARTMENT this Iowa Department of Transportation By: Tamara Nicholson, Director Date Office of Rail Transportation Page 6 of 8 Form 040016 (01-15) Meeting Date: 10-01-2014 FRA No: 908227F EXHIBIT "A" - WORK STATEMENT Iowa Grade Crossing Surface Repair Fund and Federal -Aid Rail/Highway Crossing Surface Repair FRA No: 908227F County: 07 BLACK HAWK City: City of Waterloo Highway Authority:City of Waterloo RR Company: Chicago Central and Pacific Railroad Company Location: M L K JR DR Road 1. Crossing(s) Reconstructed A. COMPANY will reconstruct 1 crossings of 117 total feet that include 110 feet of Rubber surface material through the traveled roadway and 7 feet of Rubber surface material through the shoulder or sidewalk area. As a minimum, the crossing must extend beyond the edge of the traveled roadway and through the shoulder if not curbed. B. Existing rail weight through crossing(s) 115 2. Traffic Controls (check below) ❑ A highway runaround will be constructed to permit two-lane traffic during repair. ® The highway will be closed for days during repair. NOTE: The HIGHWAY AUTHORITY is responsible for placement and cost of barricades, signing, detours, detour damage, and runarounds. A. The COMPANY shall advise the HIGHWAY AUTHORITY Contact Person: 1). A minimum of sixty (60) days in advance of the approximate starting date to allow the HIGHWAY AUTHORITY to implement the detour. 2). Fourteen (14) days in advance of the actual starting date to allow the HIGHWAY AUTHORITY adequate time to provide and install appropriate signs on the detour. The COMPANY shall advise the STATE PROJECT INSPECTOR fourteen (14) days in advance of the actual starting date. 3. Track Elevation Relative to Existing Road Pavements (check below:) ❑ Tracks will be constructed to meet existing road grade. ❑ Roadway will be reconstructed to meet a proposed new track grade (roadway work is not covered by this Agreement.) Tracks will be elevated 1 inches above the adjacent roadway requiring a taper (complete item 4A and 4B.) In any event, the parties agree to provide a smooth crossing. 4. Roadway Work -- Must be sufficient to provide a smooth crossing. A. Approach Length (estimated) A 5 foot taper on the East side of the crossing and a 35 foot taper on the West side of the crossing, requires 25 of HMA material (estimated). Taper length should not exceed 25 feet for each inch of track raise. This work will be completed by (mark with an X): ❑ COMPANY forces 0 HIGHWAY AUTHORITY forces ❑ COMPANY contractor ® HIGHWAY AUTHORITY'S contractor Page 7 of 8 B. Track Opening in the Roadway (mark with an X) ❑ Existing track opening will be maintained. • Track opening of 20 feet will be required involving the following described roadway modifications. Est. HMA tonnage 40 This work will be completed by (mark with an X): ❑ COMPANY forces ❑ HIGHWAY AUTHORITY forces ❑ COMPANY contractor ® HIGHWAY AUTHORITY'S contractor 5. Existing Sidewalk(s) and/or Recreational Trail replacement by HIGHWAY AUTHORITY The quadrants requiring upgrades to meet ADA requirements (mark with an X): Sidewalk (5' width required) * Rec Trail (10' width) • NE 16 (feet) ❑ SE (feet) ❑ NE (feet) ❑ SE (feet) • NW 16 (feet) ❑ SW (feet) ❑ NW (feet) ❑ S W (feet) * Recreational trail footage will be doubled because we use the sidewalk 5' width cost for reimbursement. This work will be completed by (mark with an X). ❑ COMPANY forces ❑ HIGHWAY AUTHORITY forces ❑ COMPANY'S contractor ® HIGHWAY AUTHORITY's contractor 6. Crossing(s) Permanently Retired and Removed A. COMPANY will retire and remove crossing(s). B. Voids in pavement will be filled with material requiring (units). This work will be completed by (mark with an X). ❑ COMPANY forces ❑ HIGHWAY AUTHORITY forces ❑ COMPANY'S contractor ❑ HIGHWAY AUTHORITY's contractor 7. Drainage (mark with an X) A. ❑ Present drainage is adequate. B. ❑ Drainage work required. Specify work to include materials and outlet. C. ® Clean all four (4) quadrants for good surface drainage. 8. Additional Construction and Traffic Control Conditions; i.e., Road Closure Limitations - Construction at this crossing included with this project, and not described above. Only ACC or PCC will be placed one (1) foot from the railroad surface material. State Project Manager: Travis Tinken 515-290-5055 (cell phone) %atys Titt°Ceit 03-23-2015 Name Date Additional Attendees: Jeff Bales Harlan Arians Page 8of8 Estimate: Location: Company Name: Subdivision Name: Mile Post State Network # Operations Special Capital Project Estimate Southern Region NEW RUBBER @ NIL KING JR DRIVE 908227E Design & Construction Homewood, IL NEW RUBBER © ML KING JR DRIVE 908227F WATERLOO CCP WATERLOO Date created: February 9, 2015 2.89 Date revised: February 9, 2015 IA Status: FINAL x Description LABOR Unload/Distribute Material Construct Track Destress Track Surfacing Welding Install Crossings S&C Labor Remove Crossings Engineering GANG SIZE 5 5 5 3 2 7 2 7 1 UM QTY PRICE TOTAL Days MD 1 5 2 10 0.5 2.5 1 3 5 10 1.5 10.5 2 4 0.5 3.5 1 1 $264 $264 $264 $279 $269 $264 $327 $264 $439 $1,322 $2,644 $661 $837 $2,693 $2,776 $1,306 $925 $439 TOTAL DIRECT LABOR $13,602 Description MATERIAL UM QTY PRICE Rail New Field Welding Spikes Anchors Tie Plates Minor OTM Track Ties Switch Ties Ballast Crossing Materials S&C Material TOTAL $6,317 $1,008 $31 $1,568 $7,342 $4,854 $102 $5,975 $2,713 $23,909 $1,120 Description OTHER Per Diem (Mandays) Rental Equipment Approach work/asphalt Contingency UM SUM SUM SUM QTY PRICE 50 $83.12 1 $8,318 1 $21,000 5% $127,872 TOTAL( $4,114 $8,318 $21,000 $6,394 TOTAL OTHER $39,826 Labor Surcharges (IaDOT approved 07-19-2012) Engineering Labor Surcharges Material Surcharges $13,164 173.10% $439 83.29% $54,939 5.00% $22,786 $365 $2,747 ITOTAE BIT( E8LTE, CCLUDES:kITEMS.) DONATION Amount TOTAL Recoverable Donation to CN (107,412.00) (107,412.00) (107,412.00)1 (TOTAL DONATION TOTAL PROJECT COST $134,266 1 of 3 MATERIAL Material Description Operations Special Capital Project Estimate Southem Region NEN RUBBER @ ML KING JR DRIVE 908227F Design & Construction Homewood, IL FORECAST FOR : NEW RUBBER @ ML KING JR WATERLOO 3 DRIVE 906227F State Tax UM QTY Unit Price Total NEW 115# - US MADE RAIL THERMITE KIT 115 # SPIKE TRACK 5/8' X 6", 50 Ib Keg RAIL ANCHOR 115 11E PL DS 7-1/2X14 BASE E 5-1/2N PLATE TIE MSR 7-1/2" X 15-12" 100-115# SS5 SCREW TIE HEAT TREATED E -CLIP GAVLANIZED 110-136# RAIL TRANSITION 8MM 19'-6" OR 20'-0" 115# TRACK 7" X 9" X 8' 6" HWD #1 SWITCH 11E - 10' I -IW BALLAST ROAD (80T per car) RUBBER CROSSING MATERIAL - 115# (Per Quote) ASPHALT - ROADWAY APPROACH SIGNAL MATERIALS (Per Signal Dept Estimate) 5.00%o LF 320 18.80 $6,317 5.00% EA 10 95.98 $1,008 5.00% CN 1 29.65 $31 5.00% EA 1,000 1.49 $1,568 5.00% EA 4 9.12 $38 5.00% EA 184 3.7.80 $7,304 5.00% EA 736 1.42 $1,096 5.00% EA 368 3.20 $1,236 5.00% EA 4 600.39 $2,522 5.00% EA 2 48.48 $102 5.00% EA 92 61.85 $5,975 5.00% TON 285 9.06 $Z713 5.00% TF 117.0 194.62 $23,909 5.00% TN 110 181.29 $21,000 5.00% SM 1 1,066.41 $1,120 2 of 3 Operations Special Capital Project Estimate Southern Region NEW RUBBER @ ML KING JR DRIVE 908227F Design & Construction Homewood, IL STATE COST SUMMARY Estimate: NEW RUBBER @ ML KING JR DRIVE 908227F Location: WATERLOO Company Name: CCP Subdivision Name: WATERLOO Mile Post: 2.89 February 9, 2015 LABOR $40,001 MATERIAL $60,570 EQUIPMENT $11,645 APPROACH WORK $22,050 OTHER PROJECT TOTAL $134,266 3 of 3