HomeMy WebLinkAboutIDOT Railroad Crossing Surface Repair 10.5.2020 C4610WADOT State of Iowa
State - Aid
Form 291308 (04-16) Grade Crossing Surface Repair Fund
Rail Transportation Bureau Force Account Agreement
800 Lincoln Way, Ames , IA 50010 g
Chicago , Central & Pacific Railroad
Railroad Crossing Location Information
County Blackhawk FRA No , 307173S
Location :
Burton Avenue Waterloo
Street Name City Name
307173S46
Project Number
Contact Information
Highway Authority Contact : Jamie Knutson
Office Phone No : (319) 291 -4312 Email Address : jamie . knutson@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@dot . iowa . gov
Page 1 of 9
FRA No : 307173S
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 Burton Avenue 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%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 : 307173S
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. If project costs exceed the engineered estimate
by more than 10% , the accrued costs must be provided to the DEPARTMENT and HIGHWAY
AUTHORITY for review . The DEPARTMENT shall not pay any portion of costs over 10% of the
estimate until both the DEPARTMENT and the HIGHWAY AUTHORITY have confinned that the
costs are properly within the scope of the project and in compliance with the terms of this agreement .
SECTION III. Work Start and Completion . The date this agreement is signed by the
DEPARTMENT is the COMPANY's authorization to proceed with the work . The COMPANY shall
begin the construction of the project as soon as possible after the date the DEPARTMENT signs this
agreement and shall complete the project within 18 months . Costs incurred prior to the DEPARTMENT
signing the agreement are not reimbursable under this Agreement. Cost incurred more than 18 months
after the DEPARTMENT signs this agreement will not be reimbursed unless the COMPANY has
requested in writing, prior to expiration of the agreement, and received from the DEPARTMENT
a written extension of time for completion . The DEPARTMENT shall have complete discretion, and
be the sole authority to grant or deny extensions . Costs incurred for work following the extension time
will not be reimbursed .
SECTION IV. Traffic Control. The roadway will be closed during repair. Exhibit "A"
describes specific closure conditions . The HIGHWAY AUTHORITY is responsible for the
establishment and payment for traffic control (i . e . : barricades , signing, detours , detour damage , and
runarounds) .
The COMPANY shall advise the HIGHWAY AUTHORITY Contact Person : 1 ) a minimum of
60 days in advance of the approximate starting date to allow the HIGHWAY AUTHORITY to
implement the detour; and 2) 14 days in advance of the actual starting date to allow the HIGHWAY
AUTHORITY adequate time to provide and install appropriate signs on the detour.
Page 3 of 9
FRA No : 307173S
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 multiple4rack 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 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, 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 DEPARTMENT shall not be required
to reimburse state sales or use tax incurred in any state . However, the DEPARTMENT 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
Constriction 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 : 3071735
2) COMPANY has provided to the DEPARTMENT 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 DEPARTMENT 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 DEPARTMENT'S
CERTIFICATE OF AUDIT shall establish eligible reimbursable project costs .
SECTION IX. Progressive Payments . The COMPANY may submit accurate progressive
bills to the DEPARTMENT for sixty percent (60%) of its material , labor and any subcontracted
costs included in Exhibit `B ", for each crossing location. The billing for material shall be for those
materials that have been delivered to the project location or specifically purchased and delivered to
the COMPANY for use on the project. The DEPARTMENT and HIGHWAY AUTHORITY may
make progressive payments to the COMPANY for one-hundred percent ( 100%) of each party' s billed
participation, or the HIGHWAY AUTHORITY may elect to retain a percentage of their billed
participation .
SECTION X. Final Billing. If applicable, the HIGHWAY AUTHORITY will submit a detailed
billing to the COMPANY for the actual sidewalk and/or recreational trail replacement costs . Upon
completion of the project the COMPANY shall submit an accurate final and complete, itemized,
electronic billing. Final bill shall include a detailed summary of all incurred costs .
SECTION XI. Final Payment. The DEPARTMENT, upon receipt of the final bill and
Certificate of Completion and Acceptance form, shall review, and forward the final bill to the
DEPARTMENT' S Office of Audits for final audit . Reimbursement to the COMPANY shall be
governed by the DEPARTMENT' S Certification of Audit. The DEPARTMENT shall make payment to
the COMPANY equal to 60 percent (60%) of the final reimbursable amount, less previous payment .
The COMPANY shall promptly reimburse the DEPARTMENT in the amount of any overpayments .
The HIGHWAY AUTHORITY shall make payment equal to 20 percent (20%) of the
COMPANY final billing or the estimated cost noted on Exhibit `B " of the agreement, less previous
payment, within 30 days of its receipt of the COMPANY final billing. In the event of overpayment by
the HIGHWAY AUTHORITY as determined by the DEPARTMENT audit of COMPANY records , the
COMPANY shall pay the HIGHWAY AUTHORITY the amount of overpayment within 30 days of its
receipt of the DEPARTMENT final audit.
SECTION XII. Maintenance and Abandonment. Upon completion of the project, the
COMPANY shall maintain the crossing surface to provide a safe and sufficient crossing for vehicular
travel . If the track is removed from both sides of the crossing, the COMPANY shall remove the surface
material , rail and cross ties from the crossing and shall restore the roadway void to the satisfaction of
Page 5 of 9
FRA No : 307173S
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 .
2000d42 U . S . C . 2000d4 , 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 hinds
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
Page 6 of 9
FRA No : 307173S
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 .
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 Chicago, Central & Pacific Railroad
By: C"" 9/25/20
Name v Date
Executed by the HIGHWAY AUTHORITY Waterloo, Iowa
By: o w,ntin Nart 10/5/2020
Name Date
Executed b the DEPARTMENT this Iowa Department of Transportation
By: l p— 2` 0
Stuart Anderson, Director Date
Office of Rail Transportation
Page 7 of 9
C4410WADOT EXHIBIT " A " = WORK STATEMENT
Form 040016 (04-18) Iowa Grade Crossing Surface Repair Fund and
Federal-Aid Rail/Highway Crossing Surface Repair
Meeting Date : 02/ 10/2020 FRA No : 307173S
County : Black Hawk
Highway Authority : Waterloo RR Company : CN
Location : Burton Avenue
Street city
u
1 . Crossing(s) Reconstructed
A . COMPANY will reconstruct 2 crossing(s) of 156 total feet that include 90 feet of Rubber
surface material through the traveled roadway and 66 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 7 days during repair.
NOTE : The HIGHWAY AUTHORITY is responsible for placement and cost of barricades, signing, detours, detour
damage, and runarounds .
A . The COMPANY shall advise the HIGHWAY AUTHORITY Contact Person :
1 ) . A minimum of sixty (60) days in advance of the approximate starting date to allow the HIGHWAY
AUTHORITY to implement the detour.
2) . Fourteen ( 14) days in advance of the actual starting date to allow the HIGHWAY AUTHORITY adequate
time to provide and install appropriate signs on the detour.
i'
The COMPANY shall advise the STATE PROJECT INSPECTOR fourteen ( 14) days in advance of the actual
starting date .
3 . Track Elevation Relative to Existing Road Pavements (check below:)
❑ Tracks will be constructed to meet existing road grade.
❑ Roadway will be reconstructed to meet a proposed new track grade (roadway work is not covered by this
Agreement)
® Tracks will be elevated 1 inches above the adjacent roadway requiring a taper (complete item 4A and 4B)
In any event, the parties agree to provide a smooth crossing.
4. Roadway Work -- Must be sufficient to provide a smooth crossing.
A . Approach Length (estimated)
A 50 foot taper on the North side of the crossing and a 50 foot taper on the South side of the
crossing, requires 60 tons of HMA material (estimated) . Taper length should not exceed
25 feet for each inch of track rise.
This work will be completed by (nark with an Aq :
❑ COMPANY forces ❑ HIGHWAY AUTHORITY forces
❑ COMPANY contractor ® HIGHWAY AUTHORITY'S contractor
I
FRA No : 3071735
B . Track Opening in the Roadway (mark with an 7�
❑ Existing track opening will be maintained.
® Track opening of 36 feet will be required involving the following described roadway
modifications.
Est. HMA tonnage 80
This work will be completed by (mark with an A9
❑ COMPANY forces ❑ HIGHWAY AUTHORITY forces
❑ COMPANY contractor ® HIGHWAY AUTHORITY'S contractor
5 . Existing Sidewallc(s) and/or Recreational Trail replacement by HIGHWAY AUTHORITY
The quadrants requiring upgrades to meet ADA requirements (mark with an 9 :
Sidewalk (5 ' width required) * Ree Trail ( 10' width)
❑ NE (feet) ❑ SE (feet) ❑ NE (feet) ❑ SE (feet)
❑ NW (feet) ❑ SW (feet) ® NW 16 (feet) ® SW 16 (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 A9 .
❑ COMPANY forces ❑ HIGHWAY AUTHORITY forces
❑ COMPANY'S contractor ® HIGHWAY AUTHORITY's contractor
6 . Crossing(s) Permanently Retired and Removed
A. COMPANY will retire and remove crossing(s).
B . Voids in pavement will be filled with material requiring (units).
This work will be completed by (mark with an Aq .
❑ COMPANY forces ❑ HIGHWAY AUTHORITY forces
❑ COMPANY'S contractor ❑ HIGHWAY AUTHORITY's contractor
7. Drainage (mark with an A
A. ❑ Present drainage is adequate.
B . ® Drainage work required. Specify work to include materials and outlet.
C. ® Clean all four (4) quadrants for good surface drainage.
Reshape area near signal house and track to improve drainage flow away from quadrant area.
8 . Additional Construction and Traffic Control Conditions; i.e., Road Closure Limitations - Construction at this i;
crossing included with this project, and not described above. Only ACC or PCC will be placed one (1 ) foot from the
railroad surface material.
The City trail is not ADA compliant and will relocate the trail closer to the track so we do not have to place F
6 additional sets of rubber to cover current location. This will eliminate issues with current layout and
sidewalk drainage concerns in SW quadrant. City will also remove the advanced warning sign in the SE
quadrant directly in front of signal lights, it is not required to be placed due to intersection location. This
I
has been reviewed twice in the past and has been requested to be removed. City will define roadway edge
lines with paint striping and eliminate the HMA wedge area near SE gate location so the signal team can
define roadway. This has forced the signal team to place gate/lights back to far for proper visibility. We
will move the gate/light in SE closer to roadway meeting MUTCD guldlines during project. ! I3
a
State Project Manager: Additional Attendees :
Travis Tinken Nick Burwell CN
515-290-5055 (cell phone) Wayne Castles City of Waterloo
Name Date
41
iKr
!I
t3
https ://www. idr. iowa .gov/taxexemption/certificate. asp? id=226835
qPIOWA Designated Exempt Entity
Department of Revenue Iowa Construction Sales Tax Exemption
www. 1owa . gov/ tax 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 Generat Contractor or Subcontractor Name
Iowa Department of Transportation Chicago, Central 8 Pacific Railway Company
Address 1 Address 1
800 Lincoln Way 17641 S Ashland Ave.
Address 2 Address 2
City State JZip Code cityState Zip Code 1
Ames IA 50010 0000 Homewood, IL IL 60430
Construction Project Name rGeneral
pe of Work
Surface Crossing Repair 3071735 Contractor
Construction Project Number (if used)
307173546 .
Description of contract/subcontract
Highway- Rail Crossing Surface Repair
The named contractor/subcontractor may purchase building materials used in the contract, exempt from sales
tax. This exemption does NOT apply to materials, equi ment and supplies consumed by the contractor or
subcontractor that are not incorporated into the re pe being cconstr cfed . ,
Designated Exempt Entity Authorized Agent: ate : 0 0
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 10/10/2019, 11 : 58 AM
Operations Special Capital Project Estimate Design and Construction
CJ\J Homewood , IL
Southern Region NEW RUBBER @ BURTON AVE 307173S
Labor $66, 692
Location : BURTON AVE Material $ 84, 283
Company Name : Chicago, Central & Pacific Railroad Company Other $ 104,093
Subdivision Name : WATERLOO Total Capital Cost $ 255,068
Mile Post : 277, 62 PW Material $0
State: IA Donation -$ 2041054
Survey Network Number: TOTAL PROJECT COST $51,014
Track Network Number: Created By: NW BURWELL
Signal Network Number: Revised By: NW BURWELL
Buy American Certification Required ? No Created Date : August 21, 2019
Agency: Iowa MOW DOT Date Revised : July 14, 2020
Labor Additive Type : Agency/CN Approved Status: Preliminary
Description GANG SIZE DAYS MANDAYS PRICE TOTAL
LABOR
Unload/Distribute Material 5 2 10 $330 $3, 300
Construct Track 5 3 15 $330 $4, 950
Surfacing 3 3 9 $330 $2, 970
Welding 2 4 8 $330 $ 2, 640
Install Crossings 7 2 14 $330 $4, 620
S& C Labor 2 4 8 $330 $ 2,640
Remove Crossings 5 2 10 $330 $3, 300
TOTAL DIRECT LABOR MD : 74 $24,420
Description TOTAL
MATERIAL
New Rail $9,891
Field Welding $735
Track Spikes $509
Rail Anchors $ 1, 118
Track Ties $29, 182
Ballast $4, 747
Crossing Materials $ 32,937
Signal & Communications Material $ 1, 150
Subtotal New / Capitalized Material $80,269
TOTAL DIRECT MATERIAL $80, 269
Description UM CITY PRICE TOTAL
OTHER
Engineering
Total Engineering $0
Real Estate
Total Real Estate $ 0
Grading
Install Pavement LS 1 $ 39, 937 $391937
Remove Pavement TON 126 $31 $3, 906
Total Grading $43,843
Contractor Track Construction
Mobilization/R & R track panel LS 1 $ 24,000,00 $ 24,000
Total Contractor Track Construction $24,000
Utilities
Total Utilities $0
Signal and Communications
Total Signal and Communications $0
Bridge & Structures
Total Bridge & Structures $0
Hauling/Disposal
Offsite Disposal of Debris LS 1 $5, 000 $ 5,000
Total Hauling/Disposal $5,000
Miscellaneous
Per Diem ( BMWE Labor) MD 66 $87 $5,742
Per Diem (S&C Labor) MD 8 $ 140 $ 1, 120
Contingency SUM 10% $ 231,880 $ 23, 188
Page 1
Operations Special Capital Project Estimate Design and Construction
CJ\1 Homewood , IL
Southern Region NEW RUBBER @ BURTON AVE 307173S
Holland Flash Butt Welding EA 2 $600. 00 $ 1, 200
Total Miscellaneous $31, 250
TOTAL OTHER $ 104,093
Description UM CITY PRICE TOTAL
ADDITIVES
Labor Capitalized Surcharges USD $ 24,420 173 . 10% $42, 272
Material Capitalized Surcharges USD $80, 269 5 . 00% $ 4,014
TOTAL ADDITIVES $46,286
DONATION Amount TOTAL
Donation USD 1 $ 204,054 -$ 204,054
TOTAL DONATION -$204,054
TOTAL CAPITAL COST $255,068
TOTAL NON -CAPITALIZED COST ( PW MATERIALS) $0
TOTAL DONATION -$ 204,054
TOTAL PROJECT COST $ 51,014
MATERIAL FORECAST FOR :
Material Description State Tax UM CITY Un1tPflceT Total
NEW RAIL
RAIL 115 LB ALL MANUF/METAL/PROCESS 0 . 00% FT 480 $ 26. 60 $9,891
TOTAL NEW RAILI $9, 891
FIELD WELDING
THERMITE KIT 115 q 0. 00% E.4 8 $91 . 82 $ 735
TOTAL FIELD WELDING $735
TRACK SPIKES
SPIKE TRACK 5/81N X 61N AREMA 60 PER CAN 0. 00% CAN 11 546. 20 $509
TOTAL TRACK SPIKES $ 509
RAIL ANCHORS
ANCHOR RAIL 1154 HD OVR DRV STOP T51313 0. 00% EA 1 625 1 $ 1 . 79 $ 1, 118
TOTAL RAIL ANCHORS $ 1, 118
TRACK TIES
Tie, Pre-pltd , 11ft w/6in base cast tp 0.00% EA 156 $ 187 .06 $29, 182
TOTAL TRACK TIES $29,182
BALLAST
BALLAST AREA 5 0 . 00% TN 240 $ 19 . 78 $4, 747
TOTAL BALLAST $4,747
CROSSING MATERIALS
CROSSING RECYCLED RUBBER 1154 10' TIES 0.00% EA 120 $ 244 . 13 $ 29, 297
Clip, Pandrol, E20S5, Galvn, 0.00% EA 640 $4. 07 $ 2, 605
DEFLECTOR PLATE SET 0 . 00% EA 2 $ 517 . 23 $ 1, 035
TOTAL CROSSING MATERIALS $32,937
Signals & Communications Materials
5 & C MATERIALS ( Per 5 & C Dept Estimate ) 0. 00% LS 1 $ '_; 156 . 00 $ 1 , 150
TOTAL SIGNAL & COMMUNICATIONS $ 1, 150
V. 4 . 5 TOTAL MATEI $ 80,269
Page 2
a
u
a
V
P
F
0 0 0 0 0 0 0 O o 0 0 0 0 0 0
S O O S o O o p 0O 0 08 0 u 8S O o 0 0 p op 0 0 0 H S VWI � N W N N N 00 O O O � OQ
u m N 0
An,
N r1
W �n
O p p pp pp N
F S S p Sp p Op S O o So p Op S 8 S 8S S O S O p O S ry p O O
3 g g n N T N N H < O N 9 9 � N M q g
N of d r a0 N N VI N
Z mN Nin Nr
O m
m u4
SSSSSSSSSSS S S S SSSSSS
rn $ voi .ioi .oi� �O+ � Sry SSS S S0S muOin voi
O cm ri m w � � nN m n a_ �c m m �
rjZ
W P
Z N
V E
y S S S 0 0 0 0 0 0 0 S S S O
w o ooN .r � oo $ do
w -
w _ ono ri a ri
✓1 N4VI, 4A
Q
zsa i
y S SS000 ? SSS `SS S g S SC;vi
w o 0 0 0 0 c H
CIn 0 InInh
IA w Ins.a �i � ri — o w ajr0 (
"�
— aS o ; gzoSS S Soc u w
c. 0ES SSSSSS
o ri W Coo
;
P o
w
U a c
6 = w
aoGaq �
4D C5
In
U = W L 4 C
ZO o nor oIn
ii S uQUU. OS(
In
'I .
roonn �� kn o ooeo bpZCr
m N C �p txt! •
U X U OF <
Z 0 o In `^ no Zwp ° F
In :r .* 'o^ _ w c o c �n ,n t+. ow
60pI
^ < G
z r°-
ouwm :
ed
= Ixl
OF ¢ ¢ ¢ vri y vii r}ii .w.t }i a v}i v}i vii r}i� .wa .mJ y NJ v}i cc,
[V L1 ts7 5� Qo Z €
c
o j 1,a > C a < U
In >< X_
ovo 2 K ^ <
c z F w Q i
>S C In wZE wC
SS W U G
� ui �Gi G� z U � O � c
G < W x < ( N .
L z = Z
a w It ce
.m c = i zou €
r
O O T U J U U
F- zm a < z
rye. K a U b yS 4 r¢c < ¢C ZL J F z w 4 O
N z 5 f w pFoq' F F F f {vrZ.i O x .
y q EEm-- gguq ` UK Qgd < < < q Z �c-t+ z � U ^. (np
O 7ZC Gx Z W 7 ZUG Zq Z Z 3 x Z W z � uin
nn G
O ] � a0 H V
pd OO a < UU ^ � rn m m �+ j UC7 F W 2zaC
iv M Gip Z4z < wU Ui
Ad0
Zuo
L; � mQ �_ O .E t of awF Q `+ Z •
m < USO � j Njti z xu xU x U3 < >" Ua. UUQOC
❑ g _ z
Z Yti a ..1 Ym FZ" UF' ZU Z � z Z
N FA
O q' u ^L Q Q F 41 w µ�j
Wuu W pwUu] r wp`np W p`np W mU C
o eFw°rwQwew ¢ ¢ ¢ o ¢ ri
¢ a ¢ deo < w >°- 1t2iiyr
GL rn � tiCNgacama IN aIn o. In GU UUaF2 o = mZ u � a �
8 _ m - _ - - - - - - - - ra 7. 2; UF
m
STATE COST SUMMARY
Project Info
Date : September 16, 2020
Estimate : NEW RUBBER @ BURTON AVE 3071735
Location : BURTON AVE
Company Name : Chicago, Central & Pacific Railroad Company
Subdivision Name : WATERLOO
Mile Post : 277. 62
Project Estimate
Labor $ 61, 548
Material $ 84, 283
Equipment $ 5 , 143
Approach Work $ 0
Other $ 104 , 094
Project Total $ 2556*068
State Cost (80%) . $ 204,054
CN Cost (20% ) . $ 51, 014
Page 1