HomeMy WebLinkAboutIDOT Grade Crossing Surface Repair - Wagner Rd - 9/16/19Please return this copy to:
City Clerk & Finance Dept.
715 Mulberry St.
Waterloo, IA 50703
IOWADOT
Form 291308 (04-16)
Office of Rat Transportation
BOO Lincoln Way, Ames, IA 50010
Railroad Crossing Location Information
County Black Hawk
Location:
State of Iowa
State - Aid
Grade Crossing Surface Repair Fund
Force Account Agreement
Chicago, Central & Pacific Railroad
FRA No: 307177U
Wagner Road Waterloo
Street Name City Name
307177U44
Project Number
Contact Information
Highway Authority Contact: Jeff Bales
Office Phone No: (319) 291-4312 Email Address: jeff.bales@waterloo-ia.org
Railroad Company Contact: Nicholas Burwell
Office Phone No: (319) 236-9205 Email Address: nicholas.burwell@cn.ca
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.tinken(7adot.iowa.gov
Page 1 of 9
FRA No: 307177U
THIS AGREEMENT, entered into pursuant to Iowa Code Ch. 327G and 761 Iowa
Administrative Code, Chapter 821, is between the city of Waterloo, Iowa, hereinafter referred to as
HIGHWAY AUTHORITY, and Chicago, Central & Pacific Railroad, 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 Wagner Road in the city of 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%20road xings%20Std.pdf
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.
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 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
Page 2 of 9
FRA No: 307177U
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' 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
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 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.
Page 3 of 9
FRA No: 307177U
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
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.
A copy of the Construction Sales Tax Exemption Certificate associated with this project, issued by the
Iowa Department of Revenue, is attached to the Agreement. The STATE shall not be required to
reimburse state sales or use tax incurred in any state. However, the STATE shall reimburse state sales or
use tax incurred in any state other than Iowa, if all of the following conditions are satisfied:
1) COMPANY has submitted a written request for tax exemption to the state in which the
materials for the project were purchased. This written request shall include a copy of the
Construction Sales Tax Exemption Certificate attached to the Agreement;
2) The state in which the materials for the project were purchased by COMPANY has rejected the
COMPANY'S request for tax exemption in writing;
Page 4 of 9
FRA No: 307177U
3) COMPANY has provided to the STATE a copy of all documentation and correspondence
relating to the COMPANY'S request for tax exemption and the other state's rejection of such
request; and
4) the STATE determines that the documentation and correspondence relating to the COMPANY'S
request for tax exemption and the other state's rejection of such request demonstrates that
reasonable efforts were made by the COMPANY to seek an exemption from the applicable sales or
use tax incurred in the other state.
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 DEPARTMENTS
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
DEPARTMENTS 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
Page 5 of 9
FRA No: 307177U
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 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.
Page 6 of 9
FRA No: 307177U
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.
SECTION XIX. Agreement Execution. 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:
Executed by the HIGHWAY AUTHORITY
By: t V-Lis ._ �c Te
Name
Executed by the DEPARTMENT this
By:
Stuart Anderson, Director
Office of Rail Transportation
Chicago, Central & Pacific Railroad
City of Waterloo, Iowa
Date
Iowa Department of Transportation
Page 7of9
//--/y-/
Date
Form 040016 (04-18)
EXHIBIT "A" - WORK STATEMENT
Iowa Grade Crossing Surface Repair Fund and
Federal -Aid Rail/Highway Crossing Surface Repair
Meeting Date: 07/ 11/2019 FRA No: 307177U
County: Black Hawk
Print Form
Highway Authority:Waterloo RR Company: CN
Location: Wagner Road
Street
City
L Crossing(s) Reconstructed
A. COMPANY will reconstruct 1 crossing(s) of 63 total feet that include 27 feet of Rubber
surface material through the traveled roadway and 36 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 5 days during repair.
►1
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.
El 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 9B.)
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 75 foot taper on the North side of the crossing and a 75 foot taper on the South side of the
crossing, requires 75 tons of 80 material (estimated). Taper length should not exceed
25 feet for each inch of track rise.
This work will be completed by (mark with an X):
❑ COMPANY forces
El COMPANY contractor
❑ HIGHWAY AUTHORITY forces
® HIGHWAY AUTHORITY'S contractor
FRA No: 307177U
B. Track Opening in the Roadway (mark with an X)
❑ Existing track opening will be maintained.
X❑ Track opening of 21 feet will be required involving the following described roadway
modifications.
Est. HMA tonnage 35 ton for headers
This work will be completed by (mark with an X):
❑ COMPANY forces
El COMPANY contractor
❑ HIGHWAY AUTHORITY forces
ElHIGHWAY 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)
El NE (feet) SE (feet) ❑ NE
❑ NW (feet) SW (feet) ❑ NW
* Rec Trail (10' width)
(feet) SE
(feet) SW
* 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
0 COMPANY'S contractor
fi Crossing(s) Permanently Retired and Removed
A. COMPANY will retire and remove crossing(s).
B. Voids in pavement will be filled with
This work will be completed by (mark with an X).
❑ COMPANY forces
❑ COMPANY'S contractor
7. Drainage (mark with an X)
A. 0 Present drainage is adequate.
B. ❑ Drainage work required. Specify work to include materials and outlet.
C. PI Clean all four (4) quadrants for good surface drainage.
Cut out all four corners to ditch area and reshape ballast edges along track outside of crossing.
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.
(feet)
(feet)
State Project Manager:
Travis Tinken
515-290-5055 (cell phone)
Name Date
El HIGHWAY AUTHORITY forces
❑ HIGHWAY AUTHORITY's contractor
material requiring
(units).
❑ HIGHWAY AUTHORITY forces
❑ HIGHWAY AUTHORITY's contractor
Additional Attendees:
Nick Burwell - CN
Wayne Castles - City of Waterloo
CA/
Southern Region
Operations Special Capital Project Estimate
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:
RENEW RUBBER @Wagner Rd 307177U
WATERLOO
Chicago, Central & Pacific Railroad Company
WATERLOO
278.96
IA
No
Iowa MOW DOT
Agency/CN Approved
Design and Construction
Homewood, iL
Labor
Material
Other
Total Capital Cost
PW Material
Donation
TOTAL PROJECT COST
$38,753
$42,959
$77,082
$158,794
$0
$0
$158,794
Created By:
Revised By:
Created Date:
Date Revised:
Status:
NW Burwell
NW Burwell
February 20, 2019
July 25.2019
Final
Description
LABOR
Unload/Distribute Material
Construct Track
Surfacing
Welding
Install Crossings
S&C Labor
Remove Crossings
GANG SIZE
5
5
3
2
5
2
S
DAYS MANDAYS PRICE TOTAL 1
1 5 $330 $1,650
2 10 $330 $3,300
2 6 $330 $1,980
4 8 $330 $2,640
1 5 $330 $1,650
2 4 $330 $1,320
1 5 $330 $1,650
TOTAL DIRECT LABOR
MD: 43 $14,190
Description
MATERIAL
New Rail
Field Welding
Track Spikes
Rail Anchors
Minor OTM
Track Ties
Ballast
Crossing Materials
Signal & Communications Material
Subtotal New / Capitalized Material
TOTAL DIRECT MATERIAL
TOTAL
$4,946
$735
$324
$716
$4,108
$10,661
$2,374
$15,899
$1,150
$40,913
$40,913
Description
OTHER
Engineering
Real Estate
Grading
Contractor Track Construction
Utilities
Signal and Communications
Bridge & Structures
Hauling/Disposal
Total Engineering
Total Real Estate
Total Grading
Holland Flash Butt Welds
Install Pavement
Remove Pavement
Mobilize/R&R track panel/ saw cut & excavate rdwy apt
Total Contractor Track Construction
Total Utilities
Total Signal and Communications
Total Bridge & Structures
Page 1
UM
EA
TON
TON
LS
QTY PRICE
2
120
120
1
$395
$258
$31
$21,000.00
TOTAL
$0
$o
$0
$790
$30,960
$3,720
$21,000
$56,470
$0
$0
$0
CA/
Southern Region
Miscellaneous
!TOTAL OTHER
Description
ADDITIVES
Operations Special Capital Project Estimate
RENEW RUBBER @Wagner Rd 307177U
Offsite Disposal of Debris
Total Hauling/Disposal
Per Diem (BMWE Labor)
Contingency
Total Miscellaneous
Design and Construction
Homewood, IL
LS 1 $2,000
MD
SUM
48
$87
10% $144,358
$2,000
$2,000
$4,176
$14,436
$18,612
$77,osz I
Labor Capitalized Surcharges
Material Capitalized Surcharges
(TOTAL ADDITIVES ':.' .. , „M..x . . , ;'
UM
USD
USD
CITY PRICE
$14,190 173.10%
$40,913
5.00%
TOTAL
$24,563
$2,046
; :$26609. r..
!DONATION
Donation
Amount
$0
TOTAL
$0
'TOTAL DONATION
TOTAL CAPITAL COST
TOTAL NON -CAPITALIZED COST (PW MATERIALS)
TOTAL DONATION
TOTAL PROJECT COST
$158,794
$0
$0
'MATERIAL FORECAST
Material Description
NEW RAIL
FOR:
State Tax
$158,794
1 UM 1 QTY 1 Unit Price i Total
RAIL 115 LB ALL MANUF/METAL/PROCESS
0.00%
FT
240
$20.60
$4,946
TOTAL NEW RAIL
FIELD WELDING
$4,946
THERMITE KIT 115 #
0.00%
EA
TRACK SPIKES
8 , $91.82
TOTAL FIELD WELDING
$735
$735
SPIKE TRACK 5/8IN X 61N AREMA 60 PER CAN
0.00%
CAN
7 I $46.20
RAIL ANCHORS
TOTAL TRACK SPIKES
$324
$324
ANCHOR RAIL 115# HD OVR DRV STOP T51313
MINOR OTM
0.00%
EA
400 1 $1.79
TOTAL RAIL ANCHORS
$716
$716
RAIL TRANSITION 115# 19'6" OR 20' TS1110
Clip, Pandrol, E2055, Galvn,
0.00%
0.00%
EA
EA
4
325
$696.04
$4.07
$2,785
$1,323
TRACK TIES
TOTAL MINOR OTM
$4,108
Tie, Switch, loft, Pre-pltd, 5.5in tps
BALLAST
BALLAST AREA 5
0.00%
0.00%
EA
I TON
78 I $136.67 $10,661
120
TOTAL TRACK TIES $10,661
CROSSING MATERIALS
$19.78 I $2,374
TOTAL BALLAST
$2,374
CROSSING RECYCLED RUBBER 115# 10' TIES
0.00%
TF
63
$244.13
$15,381
DEFLECTOR PLATE SET
0.00%
EA
1
$517.23
$518
Signals & Communications Materials
TOTAL CROSSING
ATERIALS
$15,8'39
S&C MATERIALS (Per S&C Dept Estimate)
0.00%
V.4.5
Page 2
LS
1 I $1,150.00
TOTAL SIGNAL & COMMUNICATIONS
TOTAL MATERIAL'
$1,150
$1,150
$40,913
OWA
Department of Revenue
www.iowa.gov/tax
https://www.idr.iowa.gov/taxexemption/certificate.asp?id=220941
Designated Exempt Entity
Iowa Construction Sales Tax Exemption
Certificate and Authorization Letter
This document may be completed by a designated exempt entity and given to their contractor and/or
subcontractor. Seller. Keep this certificate in your files. Contractor/Exempt Entity: Keep a copy of this certificate
for your records. Do not send this to the Department of Revenue
Designated Exempt Entity
Iowa Department of Transportation
Address 1
800 Lincoln Way
Address 2
City
Ames
State
IA
Zip Code
50010 0000
Construction Project Name
Surface Crossing Repair 307177U
Construction Project Number (if used)
307177U44.
Description of contract/subcontract
Highway -Rail Crossing Repair
General Contractor or Subcontractor Name
Chicago, Central & Pacific Railway Company
Address 1
17641 S Ashland Ave.
Address 2
City
Homewood, IL
State
IL
Zip Code
60430
Type of Work
General Contractor
The named contractor/subcontractor may purchase building materials used in the contract, exempt from sales
tax. This exemption does NOT apply to materials, equipment and supplies consumed by the contractor or
subcontractor that are not incorporated into the real •r..erty being constructed.
Designated Exempt Entity Authorized Agent:
•
te: 6. y
Authorization Letter From Iowa Department of Transportation
CONTRACTORS/SUBCONTRACTORS: A copy of this document must be presented to your supplier(s)
prior to purchasing your building materials.
Pursuant to Iowa Code Section 423.3(80), you are authorized to purchase building materials tax free for the
contract specified above.
The exemption certificate (or a copy of the certificate) may be provided to the suppliers of your building
materials and will authorize them to sell you the materials exempt from Iowa sales tax and any applicable local
option sales tax. Complete information on qualifying materials can be found at www.iowa.gov/tax, the Iowa
Department of Revenue (IDR) Web site.
It is your responsibility to have records identifying the materials purchased and verifying they were used on this
project. Any materials purchased tax-free and not used on this construction project are subject to sales and
applicable local option tax. Should this occur, the tax must be paid directly by you to IDR in the same calendar
quarter the project is completed. E-mail the department at: idr@lowa.gov if you have questions on this
requirement.
Contractors should be aware that use of the certificate to claim exemption from tax for items not used on this
project or that do not qualify for exemption could result in civil or criminal penalties.
31-013 (12/10/02)
1 of 1 6/4/2019, 12:26 PM
Item Coversheet "' age 1 of 1
CITY OF WATERLO
Council Communication
T1
Resolution approving an agreement with the Iowa Department of Transportation, Chicago Central Railroad Company, and Pacific Railroad
Company, for the Wagner Road Railroad Crossing Surface Repair project, with the City's share being twenty percent (20%) of the total project cost,
which is to be determined, and authorize Mayor to execute said agreement.
City Council Meeting: 9/16/2019
Prepared: 9/11/2019
ATTACHMENTS:
Description Type
F3 RR agreement Wagner Rd CCP Cover Memo
Resolution approving an agreement with the Iowa Department of Transportation, Chicago Central
SUBJECT: Railroad Company, and Pacific Railroad Company, for the Wagner Road Railroad Crossing Surface
Repair project, with the City's share being twenty percent (20%) of the total project cost, which is to
be determined, and authorize Mayor to execute said agreement.
Submitted by: Submitted By: Wayne Castle, PLS, PE, Associate Engineer
Recommended Action: Approve State of Iowa Grade Crossing Surface Repair Fund Force Account Agreement and authorize
Mayor to sign and enter into said agreement.
The DOT will pay 60% of the project costs and CN Railroad and City will each pay 20% of the costs.
The roadway traffic control costs are the responsibility of the City.
Expenditure Required:
Source of Funds: Local Option Sales Tax revenue
Background Information: This funding program has been traditionally utilized by the City and the railroads for the
reconstruction of railroad crossings.
https://waterloo.novusagenda.com/AgendaWeb/CoverSheet.aspx?ItemID=15783 9/11/2019