Loading...
HomeMy WebLinkAboutRR Agreement Conger St - 2.7.2022GIOWADOT Form 291308 (04-16) Rail Transportation Bureau 800 Lincoln Way, Ames, IA 50010 State of Iowa State - Aid Grade Crossing Surface Repair Fund Force Account Agreement Chicago, Central & Pacific Railroad Railroad Crossing Location Information County Blackhawk FRA No: 307869J Location: Conger Street Waterloo Street Name City Name 307869J45 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: 307869J 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 Conger 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%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: 307869J 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 confirmed 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: 307869J 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 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 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: 307869J 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 deteiiiiines 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 fowl, 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: 307869J 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 Page 6 of 9 FRA No: 307869J 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: 12/23/21 Name Date Executed by the HIGHWAY AUTHORITY Waterloo, Iowa By: cz„e,14 2/7/2022 Name Date Executed by the DEPARTMENT this Iowa Department of Transportation By: Stuart Anderson, Director Date Office of Rail Transportation Page 7 of 9 ( (_==\. DOT Form 040016 (04-18) EXHIBIT "A" - WORK STATEMENT Iowa Grade Crossing Surface Repair Fund and Federal -Aid Rail/Highway Crossing Surface Repair Meeting Date: 02/10/2020 FRA No: 307869J County: Black Hawk Highway Authority:Waterloo RR Company: CN Location: Conguer Street Street City 1. Crossing(s) Reconstructed A. COMPANY will reconstruct 1 crossing(s) of 87 total feet that include 60 feet of Rubber surface material through the traveled roadway and 27 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. 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 (checic 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 60 foot taper on the East side of the crossing and a 60 foot taper on the West side of the crossing, requires 75 tons of HMA material (estimated). Taper length should not exceed 25 feet for each inch of track rise. This work will be completed by (mark with an ,19: ❑ COMPANY forces Ej COMPANY contractor ❑ HIGHWAY AUTHORITY forces ® HIGHWAY AUTHORITY'S contractor FRA No: 307869J B. Track Opening in the Roadway (mark with an X) ❑ Existing track opening will be maintained. N Track opening of 21 feet will be required involving the following described roadway modifications. Est. HMA tonnage This work will be completed by (mark with an .A): N COMPANY forces ❑ COMPANY contractor ❑ HIGHWAY AUTHORITY forces ❑ 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) N NE 16 (feet) ❑ SE (feet) ❑ NE Net) ❑ SE (feet) N NW 16 (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). ❑ 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 AI). El COMPANY forces ❑ HIGHWAY AUTHORITY forces ❑ COMPANY'S contractor El HIGHWAY AUTHORITY's contractor 7. Drainage (mark with an X) A. ❑ Present drainage is adequate. B. N Drainage work required. Specify work to include materials and outlet. C. N 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. The City has a 7 year program covering roadway rehab projects, this is on that list. The city will review if its planned in the next few years. we would like to plan both the crossing work and roadway together, trying to do roadway construction with rubber surfaces is risky and usually causes significant damage to panels. We may pull and re -apply, the track is not failing at the rate initially expected. State Project Manager: Travis Tinken 515-290-5055 (cell phone) Name Date Additional Attendees: Nick Burwell CN Wayne Castle City of Waterloo Operations Special Capital Project Estimate Southern Region 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: NEW RUBBER @ CONGER ST 307869J CONGER ST Chicago, Central & Pacific Railroad Company WATERLOO 0.37 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 $36,951 $57,412 $46,814 $141,177 $0 $0 $141,177 Created By: Revised By: Created Date: Date Revised: Status: NW BURWELL NW BURWELL August 21, 2019 August 22, 2019 Preliminary Description GANG SIZE DAYS MANDAYS PRICE TOTAL LABOR Unload/Distribute Material Construct Track Surfacing Welding Install Crossings S&C Labor Remove Crossings 5 5 3 2 7 2 5 1 2 2 2 1 2 1 5 10 6 4 7 4 5 $330 $330 $330 $330 $330 $330 $330 $1,650 $3,300 $1,980 $1,320 $2,310 $1,320 $1,650 TOTAL DIRECT LABOR MD: 41 $13,530 Description MATERIAL New Rail Field Welding Track Spikes Rail Anchors Track Ties Ballast Crossing Materials Signal & Communications Material Subtotal New / Capitalized Material TOTAL $6,594 $368 $324 $805 $19,455 $3,165 $ 22, 817 $1,150 $54,678 TOTAL DIRECT MATERIAL $54,678 Description OTHER Engineering Real Estate Grading Contractor Track Construction Utilities Signal and Communications Bridge & Structures Hauling/Disposal UM QTY PRICE TOTAL Total Engineering Total Real Estate Install Pavement Remove Pavement Total Grading Mobilization/R&R track panel Total Contractor Track Construction Total Utilities Total Signal and Communications Total Bridge & Structures Offsite Disposal of Debris Total Hauling/Disposal TON TON LS 0 $258 0 $31 $o $0 $o $o $o 1 $24,000.00 $24,000 $24,000 $0 $0 so LS 1 $5,000 $5,000 $5,000 Page 1 Southern Region Miscellaneous Operations Special Capital Project Estimate NEW RUBBER @ CONGER ST 307869J Per Diem (BMWE Labor) Per Diem (S&C Labor) Contingency Holland Flash Butt Welding Total Miscellaneous Design and Construction Homewood, IL MD 37 $87 $3,219 MD 4 $140 $560 SUM 10% $128,342 $12,835 EA 2 $600.00 $1,200 $17,814 TOTAL OTHER $46,814 Description ADDITIVES UM QTY PRICE TOTAL Labor Capitalized Surcharges Material Capitalized Surcharges USD USD $13,530 $54,678 173.10% 5.00% $23,421 $2,734 TOTAL ADDITIVES $26,155 DONATION TOTAL DONATION Amount TOTAL $0 TOTAL CAPITAL COST TOTAL NON -CAPITALIZED COST (PW MATERIALS) TOTAL DONATION TOTAL PROJECT COST $141,177 MATERIAL FORECAST FOR: Material Description I State Tax I UM I QTY I Unit Price I Total NEW RAIL RAIL 115 LB ALL MANUF/METAL/PROCESS 0.00% Fi 320 $20.60 $6,594 TOTAL NEW RAIL $6,594 FIELD WELDING THERMITE KIT 115 # 0.00% EA 4 $91.82 $368 TOTAL FIELD WELDING $368 TRACK SPIKES SPIKE TRACK 5/81N X 61N AREMA 60 PER CAN 0.00% CAN 7 $46.20 $324 TOTAL TRACK SPIKES $324 RAIL ANCHORS ANCHOR RAIL 115# HD OVR DRV STOP TS1313 0.00% EA 450 $1.79 $805 TOTAL RAIL ANCHORS $805 TRACK TIES Tie, Pre-pltd, 11ft w/6in base cast tp 0.00% EA 104 $187.06 $19,455 TOTAL TRACK TIES $19,455 BALLAST BALLASTAREA5 0.00% TN 160 $19.78 $3,165 TOTAL BALLAST $3,165 CROSSING MATERIALS CROSSING RECYCLED RUBBER 115# 10' TIES 0.00% EA 84 $244.13 $20,508 Clip, Pandrol, E2055, Galvn, 0.00% EA 440 $4.07 $1,791 DEFLECTOR PLATE SET 0.00% EA 1 $517.23 $518 TOTAL CROSSING MATERIALS $22,817 Signals & Communications Materials S&C MATERIALS (Per S&C Dept Estimate) 0.00% LS 1 $1,150.00 $1,150 TOTAL SIGNAL & COMMUNICATIONS $1,150 V.4.5 TOTAL MATERIAL I $54,678 Page 2 7 z Ctl [xs1 fA 7�xc1 yz, Ell 0 z oa '4 co; <n 3P.c one C ro H 0 tzr • 4 < m 8 • a �Doa N 4 O Z N y s-3-3ro� HHa 41o4m Day^3x y h<yHCz z yt >`'�co 3 ▪ m k < O 74 > t` Apo 7 H �> ozNx o�nx Y D q O D 7 [nxy< Graz ro z ?,;ni nt7 %xgc> -z4P- O r<G°m 3 0 - 4z��w ▪ oay z U x 4 C] 8 V m 171 rn V. A w N r 8 o 00 J O, to A 0.) N iCC A.0 TEMPORARY TRAFFIC CONTROL HYDRAULIC SEEDING, SEEDING, FERTILIZING AND MULCHING CONCRETE WASHOUT PAINTED PAVEMENT MARKINGS, SOLVENT/WATERBOURNE PAVEMENT, HMA, 3", STANDARD TRAFFIC(ST) BASE, 3/4" MIX, PG 58-28S, 60% CR. CURB AND GUTTER, 24 IN WIDE, 7.5 IN THICK, C-SUD PAVEMENT, HMA, 3", STANDARD TRAFFIC(ST) INTERMEDIATE, 1/2" MIX, PG 58-28S, 60% CR. PAVEMENT, HMA, 2", STANDARD TRAFFIC(ST) INTERMEDIATE, 1/2" MIX, PG 58-28S, 60% CR. PAVEMENT, HMA 1.5", STANDARD TRAFFIC(ST) SURFACE, 1/2" MIX, PG 58- 28S, 75% CR., NO FRICTION REQD. PAVEMENT SCARIFICATION SAW CUT PAVEMENT REMOVAL, CONCRETE REMOVE CURB AND GUTTER SIDEWALK, PCC C-4, 6 INCH PEDESTRIAN RAMP, C-4 DETECTABLE WARNING STORM MANHOLE ADJUSTMENT, MINOR REMOVAL OF SIDEWALK AND DRIVEWAY SANITARY MANHOLE ADJUSTMENT, MINOR INTAKE, E-1-C, REMOVE AND REPLACE BOXOUT DESCRIPTION ROADSTONE, 3/4" ryrr km Dv,� c. e m t t CA t� rm C� rm C�k n9 r�xxx v ' z 05 ££'O 0 O W laO 70 80 o ~ N O O O 70 40 36 40 0 36 O O NEWTON 10 .., O o Q., A 0 ,w 0 o O o 00o N. N O o ii 0IA O O r to o z o 0 .p _ O 00 A o OH 0 0 0wo O 000,,, .-.- o o tq O 0 0 0 IA 0 O O 0 0 O 0 O 0 O 0 In Oln) 0 0 O O 0 0 W 0 0 O, N 0 0 N 0 0 0 O D o r EA 0 V) O 0 0 NO �O 0 0 N 641 9 O O 0 0 N 0 00 0 o 0 CA 00 00 0 0 O 0, 0 0 U U A 0 0 69 o 0 0 U In o 0 0 (ENGINEER EST $30.00 O O 0 0 0 0 $1,200.00 $756.25 o o 0, o 69 O O 0 EA O O S. E41 O 0 $10,400.001 $3,320.00 O N 0 0 $8,694.00 $5,760,00 00'950`I$ 00'000`£$ W 0, VI 0 0 0 (ENGINEER EST $900.00 J yo O O O W '6'8 O O v,. N O O O O A O O N 8 O w O $1,200.00 $240.00 {/�. A A O O 0 0 „n , Oo O A AA 0 0 toO N 0 0 O O 0 0 NEWTON COST $300.00 Vn N 0 0 o iR t/� "'' tO t'A o o 0 0 0 0 v+ tp 0 v. 00 0 0 v.rn o A 0 0 0 0 -8 0 0 an 1» W Y.ar, o p'0 0 0 0 o 0 0 N 0 N 0 0 C H Z ,w Z 0 O 0~ 00'OSL$ 00'OZO'1$ opOO N O O D . g ,1 OW o .FesAO O8O O88O000000 O V W N OOO 6 •UW N NONOOO o O CONGER COST $0.00 LROAD CROSSING IMPROVEMENTS https://www.idniowa.gov/taxexemption/certificate.asp?id=226837 IOWA Department of Revenue www.iowa.gov/tax 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 to Zip Code 50010 0000 Construction Project Name Surface Crossing Repair 307869J Construction Project Number (if used) 307869J45. Description of contract/subcontract Highway -Rail Crossing Surface 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 re .1 • operty being d constructe Designated Exempt Entity Authorized Agent: /�`Date: _to f i o i' 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 (1DR) 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, 12:03 PM