HomeMy WebLinkAboutIDOT Franklin St Grade Crossing Surface Repair - 6/18/2018Please return UOt cnpy to;
City C1114 & finance Dept,
715 Mulberry St,
Waterloo, IA 50703
UPRR REMS
dc, State of Iowa Project 759142
State - Aid
Form201308(04-16) Grade Crossing Surface Repair Fund
800ce of Rail ay. Ames, [A Force Account Agreement
800 Uncoln Way, Ames, IA 60010
Union Pacific Railroad
'Railroad Crossing Location Information
County: Blackhawk FRA No: 200782T
Location:
Franklin Street Waterloo
Street Nome City Name
200782744
Project Number
Contact Information
Highway Authority Contact: Jeff Bales
Office Phone No: (319) 291-4312 Email Address: jeff.bales@waterloo-is.org
Railroad Company Contact: Kyle Nodgaard
Office Phone No: (402) 544-2029 Email Address: lcdnodgaa@tip.com
Iowa DOT Program Manager: Kristopher Klop
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.Tinlcen(a),dot.iowe.gov
Page 1 o(9
FRA No: 200782T
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 Union Pacific Railroad, hereinafter referred to as COMPANY, and Iowa
Depatttner t of Transportation, hereinafter referred to as DE.PARTME, NT.
The HIGHWAY AUTHORITY and the COMPANY agree to repair the at -grade crossing
located at Franklin 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
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'/e20road xiags0/o20Std.Ddf
If the COMPANY chooses to utilize contract company forces to perform the work, the
COMPANY must 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 bid prior to the contract company
performing any repair work. In the event that a contract company is utilized by the COMPANY,
Exhibit B of this document is in effect and must be followed.
Page 2 of 9
FRA No: 200782T
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 arc 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 utilize contract company forces to perform the
sidewalk or recreational trail work referenced in the above paragraph, the HIGHWAY AUTHORITY
must obtain detailed itemized bids for the work to be completed. The HIGHWAY AUTHORITY must
provide the bids to the DEPARTMENT for review and approval. The DEPARTMENT shall approve
the bid prior to the contract company performing any repair work.
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 invoices) 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
asphalt will be included in the invoice the contractor submits to the HIGHWAY AUTHORITY and
handled the same as stated above.
SECTION Il. 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 COMIPANY'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: 200782T
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 perforin on-site inspection of the project work each day.
SECTION Vi. Proiect 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
S. 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 incurred under this Agreement. Replacement of
existing sidewalks) 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 1. 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, constriction 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
FRA No: 200782T
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 (6001o) 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 (6054a) 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
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 0
FRA. No: 200782T
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 Couiaet 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 AgreementisIntegrration nd Amendment. This Agreement and its exhibits constitute the
SECTION XVI.
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 lux
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 finds 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 ally 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: 200782T
IN WITNESS WHEREOF the COMPANY, the HIGHWAY AUTHORITY and the
DEPARTMENT hereto have caused this Agreement to be executed by their duty authorized officers as
of the dates indicated below.
Executed by the 111,
OM Union Pacific Railroad
By:
Name Kevin D, Hicks Dale
AVP Engineering -Design
Executed by the HIGHWAY AUTHORITY t� 7i� e'er o j 1_a w cam.,.
By: 4-- '--/( P /,
Name �� -�.. j W�� Date �'
Exccuted,biy the DEPARTMENT this
By:
Stuart Anderson, Director
OfOce of Rail Transportation
Page 7 of 9
Iowa Department of Transportation
6-)_.? Ig
Date
""HoWA►DOT BXIUBIT "A" - WORIC STATI ME,
QOForm U40016(11-1?) Iowa Grade Crossing Surface Repair Fund and
Federal -Aid RaWffighway Crossing Surface Repair
Meeting Date: 03/13/2018 FRA No: 200782T
County: Black Hawk
Highway Authority:Waterloo RR Company: UP
Location: Franklin Sheet
1, Crossing(s) Reconstructed
A, COMPANY will reconstuuot 1 crossings) of 81 total feet that Include 51 feat of Concrete surface material
through the traveled roadway and 30 feet of Concrete 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 (c/reckbe/ow)
❑ A highway runaround will be constructed to permit two-lane traffic during repair.
® The highway will be closed for 5 days during repair.
NOTE: The HIGHWAY AUTHORITY is responsible for placement and cost of barricades, signing, detours, detour
damage, and runamunds.
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 (eornplete item 4A and 4B.)
Iit any event, the parties agree to provide a smooth crossing.
4. Roadway Work --Must be sufficient to provide a smooth crossing.
A. Approach Length (estiarated)
A 50 foot taper on the Last side of the crossing and a 25 foot taper on the West side of the crossing, requires
80 tons of 11MA material (estiurated). Taper length should not exceed 25 feet for each inch of track raise.
This work will be completed by (mark with an X): El HIGHWAY AUTHORITY forces
❑ COMPANY forces
❑ COMPANY contractor ®HIGHWAY AUTHORITY'S contractor
rRA No: 200782T
B. Track Opening in the Roadway (tna:lc wi1Jr an A9
❑ Existing track opening will be maintained.
® Track opening of 20 feet wilt be required involving the following described roadway
modifications.
HMA underlayment requrled due to mud/settlement and heavy roadway ADT.
Est. HMA tonnage 9�
This work will be completed by (na:kivith an V:
❑ COMPANY forces ❑ HIGHWAY AUTHORITY formes
❑ COMPANY contactor ® HIGHWAY AUTHORITY'S contractor
S. Existing Sidewalks) and/or Recreational Trail replacement by HIGHWAY AUTHORITY
The quadrants requiring upgrades to meet ADA requirements (Mai* with an 1Q:
SIdewalic (5' width required) w Rec 11•ail (10' width)
N NB 16 (feet) N SE 16 (feet) ❑ NB (feet) ❑ SB
N NW 16 (feet) N SW 16 (feet) ❑ NW (feet) ❑ SW
*Recreational hail footage will be doubled because we use the sidewalk 5' width cost for reimbursement.
This worlc will be completed by (na) Ic wllh an Ag.
❑ COMPANY forces ❑ HIGHWAY AUTHORITY forces
❑ COMPANY'S contactor ® 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 (na:/cwilh an Aq.
❑ COMPANY forces ❑ HIGHWAY AUTHORITY forces
❑ COMPANY'S contractor ❑ HIGHWAY AUTHORITY's contractor
7. Drainage (naihwith anA9
A. ❑ Present drainage is adequate.
B. ❑ Drainage work required. Specify work to include materials and outlet.
C. N Clean all fear (4) quadrants for good surface drainage.
(feet)
(feel)
S. 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 thorn the
railroad surface material.
The highway approach on the west side is higher than the approach grade on the east side, The tracks
need to be raised to an elevation equal too or no more than 1" above east approach section. The approach
taper will need to be extended farther out on the enst side to allow for a smooth transition due to track
raise. The high spot on the west approach needs to be established by the City and worlr closely with the
RR to ensure grade matches.
State Project Manager: Additional Attendees:
Travis Tinken Jeff Bales - Waterloo
515-290-5055 (cell phone) Tyler Severson - UP by phone
Name Data
DATE: 2018-05-11
ESTIMATE OF MATERIAL AND FORCE ACCOUNT WORK
BY THB
UNION PACIFIC RAILROAD
THIS ESTIMATE GOOD FOR 6 MONTHS EXPIRATION DATE IS :2018-11-09
DESCRIPTION OF WORK:
WATBRLOO,IA / FRANKLIN ST / DOT$200782T-3 / MANLY(IANR) SUB / MP 147.68
REMOVE EXISTING UITP CROSSING SURFACE, INSTALL NEW 01TF CROSSING SURFACE
INCLUDING TIES, RAIL, AND OTM
PROJECT WAS BUILT USING FBD ADDITIVE W/ OVERHEAD AND INDIRECT 2341
UPRR WILL BE REIMBURSED FOR 808 OF COST TO REPLACE TILE CROSSING SURFACE
PID: 96558 ANO: MP,SUBDIV: 147.65, MANLEY
SERVICE UNIT: 01 CITY: WATERLOO STATE: IA
DESCRIPTION QTY UNIT LABOR MATERIAL RECOLL UPRR TOTAL
ENGINEERING WORK
ENGINEERING 3888 3110 77D 3080
LABOR ADDITIVE 234% 9090 7278 1820 9098
--------- --- ------- -------- ---
TOTAL ENGINEERING 12906 10380 2598 12986
SIGNAL WORK
LABOR ADDITIVE 2348 1259 1007 252 1259
SIGNAL 640 5 516 129 645
--------- -------- -------- -------- -.'------
TOTAL SIGNAL 1899 5 1523 301 1904
TRACK & SURFACE WORK
BALAST 2.00 CL 2025 2004 3223 806 4029
BILL PREP FSE 900 720 180 900
CONTRACT ASPHALT WORK 15800 12646 3162 15008
ENVIRONMENTAL PERMIT 10 0 2 10
FOREIGN LIMB FREIGHT 940 752 18U 940
HOMBLINB FREIGHT 900 720 100 900
LABOR ADDITIVE 2348 26721 21370 5343 26721
MATL STORE EXPENSE 51 41 10 51
OTM 3064 1366 3544 806 4430
RAIL 240.00 LF 3421 3919 5872 1460 7340
RDXING 80.00 TF 1229 12609 11071 2767 13838
BALES TAX 1127 901 226 1127
TRK-SURP,LIN 2040 1632 408 2040
WELD 1283 2B3 1252 314 1566
XTIE 74.00 BA 4429 8032 9977 2484 12461
-------- -------- -------- -------- --------
TOTAL TRACK & SURFACE 44212 47949 73737 18424 92161
LABOR/MATERIAL EXPENSE 59097 47954----------------
RECOLLECTIBLS/UPRR EXPENSE 85648 21403 --------
ESTIMATED PROJECT COST . 107051
THE ABOVE FIGURES ARE ESTIMATES ONLY AND SUBJECT TO FLUCTUATION. IN THE EVENT OF
AN INCREASE OR DECREASE IN THE COST OR QUANTITY OF MATERIAL OR LABOR REQUIRED,
UPRR WILL BILL FOR ACTUAL CONSTRUCTION COSTS AT THE CURRENT EFFECTIVE RATE.