Loading...
HomeMy WebLinkAboutChicago Central & Pacific Railroad Company-5/7/2012Please return this copy to: City Clerk & Finance Department 715 Mulberry Street Waterloo, IA 50703 COOPERATIVE SURFACE REPAIR FORCE ACCOUNT AGREEMENT Between Chicago Central & Pacific Railroad Company And City of Waterloo Iowa For construction of surface improvements at the West Donald Street railroad crossing located on CCP Railroad Company's track County: Blackhawk FRA No: 307174Y Road: West Donald Street, Waterloo, IA .41 DIRECT ALL COMMUNICATIONS REGARDING THIS PROJECT TO: HIGHWAY AUTHORITY Contact Person: Jeff Bales, Associate Engineer Address: City of Waterloo, Engineering Department 715 Mulberry Street Waterloo, IA 50703-5783 Office Telephone No.: 319-291-4312 COMPANY Contact Person: Harlan Arians, Manager Public Works Address: Chicago, Central and Pacific Railroad Company 1006 East Fourth Street Waterloo, IA 50703 Office Telephone No.: (319) 236-9205 COOPERATIVE SURFACE REPAIR FORCE ACCOUNT AGREEMENT This AGREEMENT is between CITY OF WATERLOO, IOWA, hereinafter referred to as the HIGHWAY AUTHORITY, and CHICAGO, CENTRAL AND PACIFIC RAILROAD COMPANY, hereinafter referred to as the COMPANY. The HIGHWAY AUTHORITY and the COMPANY agree to repair the at -grade crossing located at West Donald Street, Waterloo, 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 any 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, except the COMPANY may subcontract performance of other required incidental work. The HIGHWAY AUTHORITY will be responsible to have any existing sidewalk(s) and/or recreational trail(s) replaced by a contractor or their own forces, in accordance with the Americans with Disabilities Act requirements. In the absence of any specific HIGHWAY AUTHORITY standards that are acceptable to the COMPANY, the Iowa Department of Transportation's Standard Road Plan MI -220 shall be used. As per Standard Road Plan MI -220, the detectable warning is to be installed twelve feet (12') from the edge of the nearest rail, and the sidewalk is a minimum width of five feet (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 not be the responsibility of the COMPANY. The HIGHWAY AUTHORITY will coordinate and have the approaches completed. The HIGHWAY AUTHORITY will provide copy of such invoice(s) provided by the contractor(s) for costs for the sidewalk, and/or recreational trail, and approach work to the COMPANY. Eighty percent (80%) of these costs will be applied as a credit in the final billing by the COMPANY to the HIGHWAY AUTHORITY. SECTION II. Cost Estimate. The overall estimated cost of the project work, which shall be provided by the COMPANY, is itemized on Exhibit "B" attached hereto and made a part hereof. Exhibit "B" shall also include an amount equal to the HIGHWAY AUTHORITY' s cost estimate for the asphalt and sidewalk and/or recreational trail costs. SECTION III. Work Start and Completion. The COMPANY shall begin the construction of the project as soon as possible after the date the HIGHWAY AUTHORITY signs this Agreement. Costs incurred by either party directly related to the project prior to the HIGHWAY AUTHORITY signing the Agreement may be reimbursable under this Agreement. Cost incurred by the COMPANY more than eighteen (18) months after the HIGHWAY AUTHORITY signs this Agreement will not be reimbursed unless the COMPANY has requested in writing, prior to expiration of the Agreement, and received from the HIGHWAY AUTHORITY a written extension of time for completion. The HIGHWAY AUTHORITY 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 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. SECTION V. Work Notification. The COMPANY shall notify the HIGHWAY AUTHORITY's Contact Person no later than fourteen (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 HIGHWAY AUTHORITY shall have the right to inspect the project work at any time on -track protection is provided by the COMPANY. SECTION VI. Project Completion. After the COMPANY has completed the required work, the COMPANY shall notify the HIGHWAY AUTHORITY in writing. The HIGHWAY AUTHORITY shall arrange an inspection with the COMPANY to determine whether the project work has been completed in accordance with the terms of this Agreement or Amendments thereto. EXHIBIT "A" — WORK STATEMENT Iowa Grade Crossing Surface Repair Fund and Federal -Aid Rail/Highway Crossing Surface Repair County: Blackhawk Meeting Date: 5/01/12 FRA No: 307174Y Highway Authority: Waterloo State Crossing No: 1730 RR Company: CCP Location: West Donald Street 1. Crossing(s) Reconstructed A. COMPANY will reconstruct 1 crossing(s) of 54 total feet that include 42 feet of Rubber surface material through the traveled roadway and 12 feet of Rubber surface material through the shoulder, sidewalk, and/or trail 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 (mark with an X) ❑ The highway will be closed for 33=5 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 f sixty (60) days in advancc f thc -appr ximatc starting datc t all w the IIIGIIWAY AUTH RITY t implcmcnt thc dct ur. 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. rat 1. •/ advancc f the actual starting datc. 3. Track Elevation Relative to Existing Road Pavements (mark with an X) Tracks will be c nstructcd t mcct existing r ad grade. ❑ Tracks will be elevated 00-11 inches above the adjacent roadway requiring a taper (complete item 4A and 4B.) In any event, the parties agree to provide a smooth crossing. 4. Roadway Work — Must be sufficient to provide a smooth crossing A. Taper Length (estimated) A 5 foot taper on the North side of the crossing and a 5 foot taper on the South side of the crossing, requires 32 tons of HMA material (estimated). Taper length should not exceed 25 feet for each inch of track raise. Approach shall comply with HIGHWAY AUTHORITY specifications. This work will be completed by (mark with an X) ❑ COMPANY forces ❑ HIGHWAY AUTHORITY f rcca ❑GONGMEWgs=emir=aoter ❑ HIGHWAY AUTHORITY's contractor FRA No. 307174Y B. Track Opening in the Roadway (mark with an X) Existing track opening will be maintained. rnodificati ns. Est. HMA tonnage This work will be completed by (mark with an X). ❑ COMPANY forces ❑ IIIGIIWAY AUTH RITY f rccs ❑ CO "" ' e - otcr n IIIGHWAY AUTHORITY's c ntract r Th quadrants r qui ring upgrad 3 t m Sidewalk (5' width required) NE (fret) SE _(feet) NW (feet) SW (feet) •&I_111\Y t ADA r quir m nt3 (mark with an X). *Rcc' Trail (10' width) NE 16(feet) NE _(feet) SE _(feet) NW (feet) SW (feet) This w rk will be c mplctcd by (mark with an X). ❑ C MPANY f rccs HIGHWAY AUTH RITY f rccs ❑ C NIl'ANY's c ntractor J HIGHWAY AUTH RITY's c ntract r A. COMPANY will rctirc and remove cr ssing(s). B. Voids in pavement will be filled with material requiring (units). This w rk will be c mplctcd by (mark with an X). HIGHWAY AUTHORITY f rccs ❑ COMPANY's c ntract r HIGHWAY AUTHORTTY's c ntract r 7. Drainage (mark with an X) A. ❑ Present drainage is adequate. B. 0 Drainage work required. Spccify work to include materials and outlet. Clean all f ur (11) quadrants f r g d surface drainage. ❑ COMPANY f rccs 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 will be placed five (5) foot from the railroad surface material. 9. Signature Block Signatures indicate agreement on all items on Work Statement. If the Agreement is not reached at the field meeting, Highway Authority should hold the form, and set target resolution date. Railroad Representative Date Highway Authority Representative Date Operations Special Capital Project Estimate (1 TRK) @ W DONALD ST 307174Y Estimate: Location: Company Name: Subdivision Name: Mile Post: State Network # Southern Region Technical Services Waterloo, IA INSTALL RUBBER SURFACE (1 TRK) @ W DONALD ST 307174Y WATERLOO CCP WATERLOO 277.98 IA x Description LABOR Date created: April 18, 2012 Date revised: April 30, 2012 Status: PRELIM UM QTY PRICE TOTAL' GANG SIZE Unload/Distribute Material 3 Construct Track 5 Destress Track 5 Surfacing 3 Welding 2 Install Crossings 5 S&C Labor 1 Remove Crossings 5 Engineering 1 II9LAL DIRECT LABOR Days MD 0.5 1.5 1 5 0.5 2.5 1 3 1 2 1 5 1 0.5 2.5 1 $242 $242 $242 $255 $246 $242 $299 $242 $401 $363 $1,209 $605 $766 $493 $1,209 $299 $605 $401 $5,949 I Description MATERIAL UM QTY PRICE TOTAL' Rail New Field Welding Spikes Anchors Tie Plates Minor OTM Track Ties Switch Ties Ballast Crossing Materials S&C Material 'TOTAL DIRECT MATERIAL $4,576 $584 $150 $1,590 $4,222 $649 $1,032 $3,136 $2,877 $11,539 $541 $30,896 I Description OTHER UM QTY PRICE TOTAL' Per Diem (Mandays) Rental Equipment Approach work/asphalt Contingency 'TOTAL OTHER-' SUM 24 SUM 1 SUM 1 10% 'ADDITIVES` Labor Surcharges (IaDOT approved 03-08-2012) Engineering Labor Surcharges Material Surcharges $5,548 $401 $30,896 $80.25 $3,901 $5,709 $57,542 PRICE 131.97% 83.29% 5.00% Amount (12,659.00) (TOTAL ADDITIVES (EXCLUDES * ITEMS) "DONATION Recoverable Donation to CN $1,886 $3,901 $5,709 $5,754 $7,322 $334 $1,545 $9 2o1.1 TOTAL' (12,659.00) (12,659.00)1 'TOTAL DONATION TOTAL PROJECT COST $63,296 1 of 3 Operations Special Capital Project Estimate (1 TRK) @ W DONALD ST 307174Y Southern Region Technical Services Waterloo, IA MATERIAL Material Description FORECAST - R INSTALL RUBBER SURFACE (1 FOR IRK) WDONALD ST 307174Y WATERLOO 278 State Tax UM QTY _ ' Unit Price Total NEW 115#5.00% LF 240 18.16 $4,576 THERMITE KIT 115 # 5.00% EA 6 92.70 $584 5" ' R -SPIKE TACK 5/8 X 6, 50 Ib Keg 00% CN . _ _ _ 5 28.63 _... $150 RAILANCHOR 115 5.00% EA 1,050 1.44 $1,590 TIE PL DS 7-1/2X14 BASE 5-1/2N 5.00% EA 42 8.81 $388 ---------- PLATE TIE MSR 7-1/2" X 15-1/2" 100-115# 5.00%EA 100 36.51 $3,834 E -CLIP GAVLANIZED 110-136# 5.00% EA € 200 3.09 $649 TRACK 7" X 9" X 8' 6" HWD #1 5.00% EA 21 .._ _.._ 46.82 $1 032 SWITCH TIE - 10' HW 5.00% _.. EA 50 59.74 $3,136 BALLAST ROAD (80T per car) 5.00% TON 190 14.42 $2,877 RUBBER CROSSING MATERIAL (Per Quote) 5.00% TF 54 187.98 — $10,658 BLACKTOP 5.00% TON € 31.1 175.10 $5,709 DRAIN PIPE CONNECTIONS 5.00% FT 15 18.03 $284 PERFORATED PIPE, underdrain 6" PVC 5.00% LF 188 2.88 $569 45 degree Elbow for 6" PVC Perforated Pipe 5.00% EA 4 6.70 $28 SIGNAL MATERIALS (Per Signal Dept Estimate) 5.00% SM 1 1,030.00 $541 2 of 3 Operations Special Capital Project Estimate (1 TRK) @ W DONALD ST 307174Y Southem Region Technical Services Waterloo, IA STATE COST SUMMARY Estimate: INSTALL RUBBER SURFACE (1 TRK) @ W DONALD ST 307174Y Location: WATERLOO Company Name: CCP Subdivision Name: WATERLOO Mile Post: 277.98 April 30, 2012 LABOR $15,755 MATERIAL $35,685 EQUIPMENT $5,576 APPROACH WORK $6,280 OTHER PROJECT TOTAL $63,296 3 of 3 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 and 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 account of actual and necessary reimbursable costs incurred under this Agreement. The cost of labor, material, all associated additives and subcontracted work costs are reimbursable, and shall be billed on a force account basis in accord with Title 23 Code of Federal Regulations, Part 140, Subpart I. The. cost of 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 agrees to incur a cost equal to twenty percent (20%) of the reimbursable costs defined in SECTION VII for work described in Exhibit "A". SECTION IX. Progressive Payments. The COMPANY may submit accurate progressive bills prior to project completion to the HIGHWAY AUTHORITY for material, labor, and subcontracted costs included in Exhibit "B". The billing for material shall be for those materials that have been delivered to the project site or specifically purchased and delivered to the COMPANY for use on the project. The HIGHWAY AUTHORITY will make progressive payments to the COMPANY for one hundred percent (100%) 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, and asphalt approach costs. Upon completion of the project the COMPANY shall submit an accurate final itemized billing. The final bill shall include a summary of all incurred costs. SECTION XI. Final Payment. The HIGHWAY AUTHORITY shall make payment equal to twenty percent (20%) of the COMPANY final billing, less previous payment, within thirty (30) days of its receipt of the COMPANY fmal billing. In the event of overpayment by the HIGHWAY AUTHORITY as determined by an audit by the HIGHWAY AUTHORITY audit of COMPANY records, the COMPANY shall pay the HIGHWAY AUTHORITY the amount of overpayment within thirty (30) days of its receipt of the HIGHWAY AUTHORITY fmal audit. The HIGHWAY AUTHORITY shall perform any desired audit within one hundred eighty (180) days of fmal billing. After the one hundred eighty (180) day period without an audit being made by the HIGHWAY AUTHORITY, the COMPANY's expenses and work as submitted shall be considered reasonable, proper, and final. SECTION XII. Maintenance and Abandonment. Upon completion of the project, the COMPANY shall maintain the crossing surface to provide a safe and sufficient crossing for vehicular travel. If the track is removed from both sides of the crossing, the COMPANY shall remove the surface material, rail and cross ties from the crossing and shall restore the roadway void to the satisfaction of the HIGHWAY AUTHORITY, all at COMPANY expense. If the existing traffic control devices at a multiple -track highway -rail grade crossing become improperly placed or inaccurate because of removal of some of the tracks, the existing devices shall be relocated and/or modified at COMPANY expense pursuant to the Manual on Uniform Traffic Control Devices, Part 8. 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 fmancial assistance from the HIGHWAY AUTHORITY. 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 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 specified on the cover page of this Agreement. SECTION XVI. Integration and Amendment. This Agreement and its exhibits constitute the entire Agreement between the COMPANY and the HIGHWAY AUTHORITY concerning this project. If the HIGHWAY AUTHORITY determines a substantial change is to be made in the project work described in Exhibit "A", the HIGHWAY AUTHORITY will furnish the written approval of the change. SECTION XVII. Termination Due to Lack of Funds. Notwithstanding anything in this Agreement to the contrary, and subject to the limitations set forth below, the HIGHWAY AUTHORITY shall have the right to terminate this Agreement without penalty and without any advance notice as a result of any of the following: 1) if funds are de -appropriated, reduced, not allocated, or receipt of funds is delayed, or if any funds or revenues needed by the HIGHWAY AUTHORITY to make any payment hereunder are insufficient or unavailable for any other reason as determined by the HIGHWAY AUTHORITY in its sole discretion; or 2) if the HIGHWAY AUTHORITY's authorization to conduct its business or engage in activities or operations related to the subject matter of this Agreement is withdrawn or materially altered or modified. The HIGHWAY AUTHORITY shall provide the COMPANY with written notice of termination pursuant to this section. The HIGHWAY AUTHORITY will pay the COMPANY for the HIGHWAY AUTHORITY' s 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 two (2) 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 original. If any section, provision, or part of this Agreement shall be found to be invalid or unconstitutional, such judgment shall not affect the validity of any section, provision, or part thereof not found to be invalid or unconstitutional. IN WITNESS WHEREOF the COMPANY and the HIGHWAY AUTHORITY hereto have caused this Agreement to be executed by their duly authorized officers as of the dates indicated below. Executed by COMPANY this Chicago, Central and Pacific Railroad Company day of , 2012 By Name and Title Executed by HIGHWAY AUTHORITY this City of Waterloo, Iowa day of Name and Title