Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
IDOT - W Parker Street-2/19/2018
&IOWADOT Form 291308 (04-16) Office of Rail Transportation 800 Lincoln Way Ames, IA 50010 Please return this copy to: City Clerk & Finance Dept. 715 Mulberry St. Waterloo, IA 50703 State of Iowa State - Aid Grade Crossing Surface Repair Fund Force Account Agreement Chicago Central & Pacific Railway Company Railroad Crossing Location Information County: Blackhawk FRA No: 307171 D Location: West Parker Street Waterloo Street Name City Name Contact Information Highway Authority Co Office Phone P 307171D45 Project Numbe itact: Jeff Bales o: (319) 291-4312 Email Address: jeffbalkes©waterloo-ia.org Railroad Company Contact: Nicholas Burwell Office Phone No: (319) 236-9205 Email Address: Nicholas.but•we 1@en.ca Iowa DOT Program Manager: Kristopher I iop Office Phone No: 515-239-1108 Email Address: Kristopher.Klop@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 9 FRA No: 307171D THIS AGREEMENT, entered into pursuant to Iowa Code Ch. 327G and 761 Iowa Administrative Code, Chapter 821, is between Waterloo, Iowa, hereinafter referred to as HIGHWAY AUTHORITY, and Chicago Central & Pacific Railway 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 west Parker Street in 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 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 cormnon 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 xin s%2OStd..df If th COMPANY chooses to utilize contract company forces to perform the work, the COMPANY nest obtain detailed itemized bids for the work to be completed. The COMPANY must provide the bids to the DEPARTMENT and HIGHWAY AUTHORITY for review and approval. The DEPARTMENT and HIGHWAY AUTHORITY shall approve the bi performing a y repair work. In the event that a contract company Exhibit B oft is document is in effect and must be followed. Page 2 of 9 prior to the contract company s utilized by the COMPANY, PRA No: 307171D 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. If the HIGHWAY AUTHORITY chooses to utiti e contract company forces to perforin the si ewalk or recreational trail work referenced in the above paragraph, the HIGHWAY AUTHORITY m st obtain detailed itemized bids for the work to be comp eted. The HIGHWAY AUTHORITY must pr vide the bids to the DEPARTMENT for review and approval. The DEPARTMENT shall approve thf bid prior to the contract company performing any repair work. T1�e HIGHWAY AUTHORITY will coordinate and have the approaches completed according to the E, hibit "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 he 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 IIIGHWAY 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 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. The DEPARTMENT shall not make total project payment exceeding 10% of the cost estimate provided by the COMPANY in the engineered estimate. Any accrued costs more than the 10% cap must be provided to the DEPARTMENT and HIGHWAY AUTHORITY for review and approval. 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 Page 3 of 9 FRA No: 307171D 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 ater than 14 days prior to the start of its work at the crossing. The HIGHWAY AUTHORITY shall e given ample opportunity to document the materials, equipment, and labor required to complete e project. The DEPARTMENT and HIGHWAY AUTHORITY shall have the right to inspec the project work at any time. The HIGHWAY AUTHORITY shall perform on-site inspectior 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 Unifortn 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 account of actual and necessary reimbursable costs incun'ed 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. Page 4 of 9 PRA No: 307171D 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 fina and complete, itemized, electronic billing. inal bill shall include a detailed summary of all incurred costs, SECTION I. Final Payment. The DEPARTMENT, upon receipt of t re final bill and Certificate of Completion and Acceptance form, shall review, and forward the final bil to the DEPARTMENTS Office of Audits for fmal audit. Reimbursement to the COMPANY scall be governed by the DEPARTMENT'S ertification of Audit. The DEPARTMENT shall make pAyment to the COMPANY equal to 60 percen (60%) of the final reimbursable amount, less previous payment. The COMPANY shall promptly reimburse the DEPARTMENT in the amount of any overpayrrlents. The I-IIGHWAY 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 HIGI-IWAY 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 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 Page 5 of 9 FRA No: 307171D 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 tenni t}_,ate this Contract without penalty and without any advrnce notice as a result of any of the following: 1. The federal government, legislature or governr fail in the sole opinion of the DEPAR MENT to appropriate funds sufficient to allow the DEPARTMENT to either meet its obligati ns under this Contract or to operate as required and to ful ill its obligations under this Contract; or 2. If unds are de -appropriated, reduced, not allocated, or receipt of funds is delayed, or if any funds or revel nes needed by the DEPARTMENT to make any payment hereunder are insufficient or unavailairle 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 6 of 9 FRA No: 3071711) 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 CO ANY By: Na Chicago Central & Pacific Railway Company Executed by the HIGHWAY AUTHORITY Waterloo, Iowa BY: 1.-2 .t Name Executed by the DEPARTMENT this By: Stuart Anderson, Director Office of Rail Transportation Page 7 of 9 Date Date Iowa Departinent of Transportation Date LJIOWADOT Form 040016 (01-15) Meeting Date: County: Highway Authority: Location: FRA No: 307171 D EXHIBIT "A" - WORK STATEMENT Iowa Grade Crossing Surface Repair Fund and Federal -Aid Rail/Highway Crossing Surface Repair Road FRA No: RR Company: 1. Crossing(s) Reconstructed A. COMPANY will reconstruct crossings of total feet that include feet of surface material through the traveled roadway and feet of surfath material through the shoulder or sidewalk area. As a minium$, the crossing must extend beyond the edge of the traveled roadway and through the shoulder if not curbed. 13. Existing rail weight through crossing(s) 2. Traffic Controls (check below) ❑ A highway nmaround will be consh-ucte to permit two-lane traffic during repair. ❑ The highway will be closed for days during repair. NOTE: The HIGHWAY AUTHORITY is respo Bible for placement and cost of barricades, signing, detours, de our 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 (roadwa) work is not covered by this Agreement.) ❑ Tracks will be elevated 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 foot taper on the side of the crossing and a foot taper on the •side of the crossing, requires of material (estimated), Taper length should not exceed 25 feet for each inch of track raise. This work will be completed by (nark with an 1): ❑ COMPANY forces ❑ I-IIGHWAY AUTHORITY forces ❑ COMPANY contractor 9 HIGHWAY AUTHORITY'S contractor Page 8 of 9 B. Track Opening itt the Roadway (mark with an X) ❑ Existing track opening will be maintained. 9 Track opening of feet will be required involving the following described roadway modifications. Est. HMA tonnage This work will be completed by (stark with an X): 9 COMPANY forces 9 HIGHWAY AUTHORITY forces 9 COMPANY contractor 9 HIGHWAY AUTHORITY'S contractor 5, Existing Sidewalk(s) and/or Recreational Trail replacement by HIGHWAY AUTHORITY The quadrants requiring upgrades to meet ADA requirements (nark with an X): Sidewalk (5' width required) * Rec Trail (10' width) ❑ NE (feet) ❑ SE (fee/) ❑ NE (fret) ❑ SE elect) ❑ NW (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). 9 COMPANY forces 9 HIGHWAY AUTHORITY force 9 COMPANY'S contractor 9 HIGHWAY AUTHORITY's cont .actor 6. Crossing(s) Permanently Retied and Removed A, COMPANY will retire and emove crossing(s). B. Voids in pavement will be lled with material requiring (units). This work will be complete by (nark with an X). 9 COMPANY forces 9 HIGHWAY AUTHORITY force 9 COMPANY'S contractor 9 HIGHWAY AUTHORITY's cont 'actor 7. Drainage (narlc with an X) A. 9 Present drainage is adequate. B. 9 Drainage work required. Specify work to include materials and outlet. C. 9 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) Name Date Additional Attendees: Page 9 of 9 gob Iowa Department of Transportation Form 040016 (01-11) County Black Hawk EXHIBIT "A" - WORK STATEMENT Iowa Grade Crossing Surface Repair Fund and Federal -AM Rail/Highway Crossing Surface Repair Meeting Date: 06/28/2017 FRA No.: 30717ID Highway Authority City of Waterloo RR Company: CN Location: West Parker Street Waterloo Street Name City Name 1. Crossing(s) Reconstructed - A. COMPANY will reconstruct 2 crossings of 228 total feet That include 120 feet of Rubber surface material through the traveled roadway and 108 feet of Rubber surface material through the shoulder or sidewalk area. As a minimum, the cr ssing roust extend beyond the edge of the traveled roadway and t rough the shoulder if not curbed. B. Existing rail weigh through crossing(s) 115 2. Traffic Controls (checl below) D A highway runaround will be constructed to permit two-lane traffic during repair. M The highway will bd closed for 7 days during repair. NOTE: The HIGHWAY A(ITHORITY is responsible for placement and cost of banicades, si • ring, detours, detour damage, and nmaroltnds. A. The COMPANY shall advise the HIGHWAY AUTHORITY Contact Person: I). 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 be/ow) D Tracks will be constructed to meet existing road grade. ❑ Roadway will be reconstructed to meet a proposed new track grade (roadway work is 1701 covered by this Agreement.) M Tracks will be elevated 2 inches above the adjacent roadway requiring a taper (convplete 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. HIGHWAY AUTHORITY will coordinate and have approaches completed. Invoices will be sent to the COMPANY to be included in project costs. A. Taper Length (estimated) A 20 foot taper on the North side of the crossing and a 70 foot taper on the South side of the crossing, requires 80 of HMA material (estimated). Taper length should not exceed 25 feet for each inch of hack raise, This work will be completed by (marls with an X): ❑ HIGHWAY AUTHORITY forces M HIGHWAY AUTHORITY'S contractor FRA No.: 307171D B. Track Opening in the Roadway (mark with an X) ❑ Existing track opening will be maintained. ® Track opening of 32 feet will be required involving the following described roadway modifications. Est. HMA tonnage This work will be completed by (mark with an X): ❑ COMPANY forces ❑ HIGHWAY AUTHORITY forces ❑ COMPANY contractor Ei 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 (feel) ® SE Chet) ❑ NE Net) ❑ SE (feet) ® NW (feet) ®SW (feet) ❑ NW (feet) ❑ SE (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). ❑ HIGHWAY AUTHORITY forces �l H GHWAY AUTHORITY' contractor 6. Crossing( ) Permanently Retired and Removed A. CO ANY will retire and remove crossing(s). B, Voids n pavement will be filled with material requiring (umits). This work will be completed by (math with an 1), ❑ COMPANY forces ❑ HIGHWAY A THORITY forces ❑ COMPANY'S contractor ❑ HIGHWAY A TI-JORITY's contractor 7. Drainage (mark with an X9 A. hill 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. RR will match the North Main track elevation as it is already to the grade needed. The main can be raised slightly during track renewal. Reeping Main raise to no more than 1". 9. Attendees The following attendees agree on all items of this work statement. This work statement will be included as part of the executed agreement. Railroad Representative: Nick Burwell / Ed Haswell Highway Authority Representative: Jeff Bates Name Name State Project Manager; Travis Tinken 515-239-1876 (office phone) 515-290-5055 (cell phone) Additional Attendees: Operations Special Capital Project Estimate Southern Region Design Construction Homewood, IL RENEW RUBBER @ W PARKER ST CROSSING DOT# 307171D (2 tracks) Location: Company Name: Subdivision Name: Mile Post: State: Survey Network Number: Track Network Number: Signal Network Number: Buy American Certification Required? Agency: Labor Additive Type: WATERLOO Chicago Central & Pacific Railroad Company WATERLOO 276.86 IA Yes Iowa MOW DOT Agency/CN Approved Labor Material Other Total Capital Cost PW Material Donation TOTAL PROJECT COST 591,926 $128,231 $59,819 5279,976 $0 50 $279,976 Created By: Revised By: Created Date: Date Revised: December 8, 2017 Status: Final NW Burwell Descriptlon GANG SIZE DAYS MANDAYS PRICE LABOR Unload/Distribute Material Construct Track Surfacing Welding Install Crossings S&C Labor Remove zings 3 5 3 2 5 1 5 4 6 3 4 6 3 2 12 30 9 8 30 3 10 $330 $330 $330 $330 $330 $330 $330 TOTAL $3,960 $9,900 $2,970 $2,640 $9,900 $990 $3,300 TOTAL DIRECT LABOR MD: 102 $33,660 Descrlptlon TOTAL MATERIAL New Rail Field Welding Track Spikes Rail Anchors Tie Plates Minor OTM Track Ties Ballast Crossing Materials Signal & Communications Material Subtotal New / Capitalized Material $14,506 $1,344 $97 $1,701 $12,185 $6,051 $19,549 $5,710 $58,543 $2,438 5122,124 TOTAL DIRECT MATERIAL $122,124 Descrlptlon UM QTY PRICE OTHER Engineering Real Estate Grading Contractor Track Construction Utilities Signal and Communications Bridge & Structures Total Engineering Total Real Estate Total Grading Holland Flash Butt Welds Total Contractor Track Construction Total Utilities Total Signal and Communications Total Bridge & Structures 1 of 3 EA 4 $395 TOTAL I $0 Sc $o $1,580 51,580 50 $0 $0 Hauling/Disposal Miscellaneous Operations Special Capital Project Estimate Southern Region Design Construction Homewood, IL RENEW RUBBER @ W PARKER ST CROSSING DOT# 307171D (2 tracks} Offsite Disposal of Debris Total Hauling/Disposal Per Diem (BMWE Labor) Contingency Rental Equipment Total Miscellaneous LS $6,000 $6,000 $6,000 MD 99 $87 $8,613 SUM 5% 5144,119 $7,206 SUM 3 512,000 $36,000 $52,239 (TOTAL OTHER $59,819 r' Description UM QTY PRICE TOTAL ADDITIVES Labor Capitalized Surcharges Material Capitalized Surcharges USD $33,660 173.10% USD $122,124 5,00% $58,266 $6,107 'TOTAL ADDITIVES $64,373 DONATION TOTAL TOTAL DONATION $o TOTAL CAPITAL COST TOTAL NON -CAPITALIZED COST (PW MATERIALS) TOTAL DONATION TOTAL PROJECT COST $279,976 so 50 $279,976 2 of 3 Operations Special Capital Project Estimate Southern Region Design Construction Homewood, IL RENEW RUBBER @ W PARKER ST CROSSING DOT# 307171D (2 tracks) (MATERIAL FORECAST Material Description NEW RAIL FOR: State Tax I UM I QTY I Unit Price I Total RAIL 115 LB ALL MANUF/METAL/PROCESS 6.00% FT 640 518.59 514,506 $271 PLATE TIE CAST 161N -51/21N BASE CLEATED 6.00% TOTAL NEW RAIL $14,506 THERMITE KIT 11511 6.00% EA 12 $105.59 51,344 $271 PLATE TIE CAST 161N -51/21N BASE CLEATED 6.00% TOTAL FIELD WELDING $1,344 SPIKE TRACK 5/81N X 61N AREMA 60 PER CAN 6.00% CAN 3 526.35 $97 $271 PLATE TIE CAST 161N -51/21N BASE CLEATED 6.00% TOTAL TRACK SPIKES $97 ANCHOR RAIL 11511 RE HD PLAN T51313 6.00% EA 1,000 51.39 51,701 $271 PLATE TIE CAST 161N -51/21N BASE CLEATED 6.00% TOTAL RAIL ANCHORS $1,701 PLATE TIE 7-1/21NX141N 5-1/2 BASE TS501 6.00% EA 24 59.26 $271 PLATE TIE CAST 161N -51/21N BASE CLEATED 6.00% EA 352 527.76 511,914 DEFLECTOR PLATE SET 6.00% EA TOTAL TIE PLATES 512,185 SCREW SPIKE CMN STD 15/16 IN X61/2 IN 6.0D% EA 1,408 51.83 53,139 Clip, Pandrol, E2055, Galvn, 6.00% EA 704 53.39 $2,912 DEFLECTOR PLATE SET 6.00% EA TOTAL MINOR OTM $6,051 TIE TRACK 7"X9"X8'6" 41 HWD TREATED 6.00% EA 12 566.36 $971 Switch Tie 10 ft 6.00% EA 176 586.59 518,578 BALLAST TOTAL TRACK TIES $19,549 BALLAST - MAINLINE 6.00% TN 570 CROSSING MATERIALS 59.45 I 55,710 TOTAL BALLAST $5,710 Screw, Lag, 5/8"x12", Camcar, Torx, 6.00% EA 304 $2.47 5917 CROSSING RECYCLED RUBBER 1151110'TIES 6.00% EA 228 5203.55 $56,574 DEFLECTOR PLATE SET 6.00% EA 2 5431.25 $1,052 Signals & Communications Materials TOTAL CROSSING MATERIALS 558,543 S&C MATERIALS (Per S&C Dept Estimate) 6.00% L5 2 $1,150.00 52,438 3 of 3 TOTAL SIGNAL & COMMUNICATIONS $2,438 TOTAL MATERIAL 5122,124 Contract if 900 Contract Name FY2016 Northeast Industrial Park Sanitary Sewer and Water Main Extension Project Code(s) none This does not include the road. It does include sanitary sewer main and water main The water main is 50.5k of the total contract amount. It will be transferred to Water Works when it's completed Sewer CIP @ 6/30/16, 6/30/17 Main contract with Ricklefs Excavating Original contract $1,211,318.00 Change orders 0.00 Total contract 1,211,318.00 Billed to date (1,103,280.33) Contract Payable 0.00 Retainage Payable 5% (58,067.39) 55119.89 at 6/30/16 Contract commitment $49,970.28 San Sewer San Sewer Roadway San Sewer G/L Distribution 41308 41408 41408 42608 Date Paid Check # Pay Est. # Period Ending 6220 2103 6220 2103 6220 2103 6220 2163 Total FY16: 04/18/16 244036 1 3/25/2016 284,662.75 284.662.75 06/20/16 245857 2 5/31/2016 400.418.08 400,418.08 Total Paid FY16 0.00 0.00 0.00 685,080.83 685,080.83 FY17: 07/25/16 246838 3 6/30/2016 285,945.00 285,945.00 07/25/16 246838 3 7/8/2016 76,252.00 76.252.00 08/22/16 247640 4 8/10/2016 56,002.50 56,002.50 Total Paid FY17 Total Paid to Date - Construction Engineering contract with JDE Engineering Original contract Change orders Total contract Billed to date Contract Payable Retainage Payable Contract commitment 0.00 0.00 0.00 418,199.50 418,199.50 0.00 0.00 0.00 1,103, 280.33 1,103, 280.33 $80.400.00 appr. 10-26-15; Res. 62015-854 0.00 80,400.00 (80,400.00) 0.00 0.00 Moo FY16: 11/16/15 239819 1 11/9/2015 18,387.50 8,812.50 12/07/15 240295 2 11/20/2015 13,796.25 12/21/15 240782 3 12/12/2015 19,592.50 01/11/16 241242 4 1/4/2016 15,130.00 27,200.00 13,796.25 19,592.50 15,130.00 Total Paid FY16 18,387.50 22,808.75 34,722.50 0.00 75,718.75 FY17: 09/26/16 248626 5 1/22/2016 3,775.00 3,775.00 09/26/16 248626 6 7/1-8/12/2016 906.25 906.25 Total Paid FY17 0.00 0.00 4,681.25 0.00 4,681.25 Total Paid to date - Design 18,387.50 22,808.75 39,403.75 CRS contract with JDE Engineering Original contract Change orders Total contract Billed to date Contract Payable - Retainage Payable Contract commitment 0.00 80,400.00 $1 12,500.00 appr. 12-7-15; Res.#2015-9313 0.00 112,500.00 (111,825.00) 0.00 0.00 $675.00 FY16: 02/08/16 242069 1 1/22/2016 03/07/16 242827 2 2/19/2016 04/04/16 243655 3 3/18/2016 05/02/16 244509 4 4/15/2016 05/23/16 245139 5 5/13/2016 Total Paid FY16 22,425.00 27,975.00 21,750.00 9,600.00 12,525.00 0.00 94,275.00 0.00 22,425.00 per JOE 2-4-16, no roadway in est. 1 27,975.00 per JDE 3-3-16, no roadway in est. 2 21,750.00 per JOE invoice; no roadway in est. 3 9,600.00 per JOE invoice; no roadway in est. 4 12,525.00 per JDE Invoice; no roadway in est. 5 0.00 94,275.00 FY17: 07/11/16 246436 6 6/24/2016 14,025.00 14,025.00 per JOE invoice; no roadway in est. 6 08/22/16 247709 7 6/30/2016 600.00 600.00 per JDE invoice; no roadway in est. 6 08/22/16 247709 7 8/5/2016 2,925.00 2,925.00 per JDE invoice; no roadway in est. 6 0.00 Total Paid FY17 Total Paid to Date - CRS joyce-s\conhacls\Bookl Cool 8900 0.00 17,550.00 0.00 0.00 17,550.00 0.00 111,825.00 0.00 0.00 111,825.00 2/8/2010 10:41 AM GRAND TOTALS •PROJECT $1,404,218.00 18,387.50 134,433.75 39,403.75 1,103,280.33 1,295,505.33 Available funds 18,387.50: r. 267,183.25 34,722.50 Total Contract All Sections Total Billed to Date All Sections 1,404,218.00 (1,295,505.33) 108,712.67 jayce-skantracist800kl cont 8900 218/201810:41 AM