HomeMy WebLinkAboutChicago Central & Pacific Railroad-Grade Crossing Surface Repair Agreement-08.25.2008 ' g- as� U Vr A18244
e� k - .
STATE OF IOWA
1FEDERAL -AID
GRADE CROSSING SURFACE REPAIR
FORCE ACCOUNT AGREEMENT
for the construction of surface improvements
at the railroad crossing located
on Company's track and for reimbursement
under 23 USC Section 130
County: Black Hawk FRA No: 307-113-H
Road: Dearborn Street Project No.:RRP-SF00(75)-8A-07
DIRECT ALL COMMUNICATIONS REGARDING THIS PROJECT TO:
HIGHWAY AUTHORITY Contact Person: Jeff Bales,Assistant City Engineer
Address: 715 Mulberry,Waterloo, IA 50703
Office Telephone No.: 319-291-4323
Railroad COMPANY Contact Person: Harlan Arians,Engineer—Technical Services
Address: Chicago, Central&Pacific Railroad Company, 1006 East Fourth Street,Waterloo,IA 50703
Office Telephone No.: (319)236-9205
State Contact Person: Mary Jo Key,Program Manager—Telephone No. 515-239-1108
Iowa Department of Transportation
Office of Rail Transportation
800 Lincoln Way
Ames, IA 50010
Travis Tinken—Project Inspector, Iowa DOT—Telephone No. 515-290-5055
AGREEMENT SUBMITTAL: Complete and return all three(3)fully executed Agreements to Modal
Division, Office of Rail Transportation, for each crossing project.Exhibit "A"-Work Statement is to be
attached. Prepare a cost estimate for each crossing and attach to the Agreement labeled as Exhibit B.
(Revised 04/03/07)
1
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 W. Traffic Control. The roadway will be closed during repair. Exhibit"A" describes
specific closure conditions. The Highway Authority is responsible for the establishment and payment for
traffic control(i.e.:barricades, signing, detours, detour damage, and runarounds).
The Company shall advise the Highway Authority Contact Person: 1)a minimum of 60 days in
advance of the approximate starting date to allow the Highway Authority to implement the detour; and 2) 14
days in advance of the actual starting date to allow the Highway Authority adequate time to provide and
install appropriate signs on the detour.
SECTION V. Work Notification. The Company shall notify the Department and the Highway
Authority's Contact Person no later than 14 days prior to the start of its work at the crossing. The Highway
Authority shall be given ample opportunity to document the materials, equipment, and labor required to
complete the project. The Department and Highway Authority shall have the right to inspect the project
work at any time. The Highway Authority shall 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. 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. 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.
SECTION VII. Reimbursable Costs. The COMPANY will keep an accurate and detailed account of
actual and necessaryreimbursable costs incurred under this
Agreement. Replacement of existing sidewalk(s)
and/or recreational trail(s), and subcontracted work costs shall be included in 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. The cost
of COMPANY equipment, equipment rental, accounting, accounting additives and bill reproduction are
reimbursable, but shall not be included directly in the force account billing. Those costs shall be billed as an
additive amount equal to nine(9) percent of the total force account billed less final audit exceptions. The
3
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. 2:52,42 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 XVL 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 For Convenience. In the event of nonappropriation of federal funds,
this Agreement may be terminated in whole, or in part, when the Department,Highway Authority, and the
Company agree that the continuation of the Project would not produce beneficial results commensurate with
the future disbursement of federal funds. The Department,Highway Authority, and Company shall agree
upon the termination conditions. The Company shall not incur new obligations after the effective date of the
termination and shall cancel as many outstanding obligations as reasonably possible. The Department will
allow full credit to the Company for the Department share of the noncancellable obligations allowable under
the Agreement and properly incurred by the Company prior to termination.
SECTION XV1II. 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.
5
Form 040016
5-07
iir-AIowa Department of Transportation 00
EXHIBIT "A"—WORK STATEMENT
Iowa Grade Crossing Surface Repair Fund and Federal-Aid Rail/Highway
Crossing Surface Repair
County: Black Hawk Meeting Date: 10/10/07
FRA No: 307113H Highway Authority: Waterloo
State Crossing No: 12879 RR Company: CCP
Location: Dearborn Street
1. Crossing(s)Reconstructed
A. COMPANY will reconstruct 2 crossings of 64 total feet that include 36 feet of Timber surface
material through the traveled roadway and 28 feet of Timber surface material through the
shoulder, sidewalk, and/or trail area. As a minimum, the crossing must extend beyond the edge
of the traveled roadway and through the shoulder if not curbed.
2. Traffic Controls (mark with an X)
❑ A highway runaround will be constructed to permit two-lane traffic during repair.
(al The highway will be closed for 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 also advise the STATE PROJET INSPECTOR fourteen(14) days in
advance of the actual starting date.
3. Track Elevation Relative to Existing Road Pavements (mark with an X)
❑ 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 11=2 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. Taper Length(estimated)
A 20 foot taper on the North side of the crossing and a 20 foot taper on the South side of the
crossing, requires 30 of HMA material (estimated). Taper length should not exceed 25 feet for
each inch of track raise. Approach shall comply with HIGHWAY AUTHORITY specifications.
This work will be completed by(mark with an X)
❑ COMPANY forces I I HIGHWAY AUTHORITY forces
COMPANY'S contractor X HIGHWAY AUTHORITY'S contractor
n
0
N
o f°
n N 92PTh1 .8I
Io (0
a,v
m •
ei
cew
'3SId8 X3d81
O -1381 01 3f10 '038If1038
• 38 11 IM 83dd1 1A111W IN IW ,0Z d
•
03
(S13S 8) 8301f10HS•
(1HH1 ,8? / AVM 08 118H1,98
3 el 43i 11tl INt1S ltl i(l l ,t'9
2^ aa iiiiiiiii ii�liii• I
�v
=u 831N33 vra-I 3OYld ( .S •
I i i i f I 1 i i i I I 1 i I i I I ■■n111■r11,111111MI111t111111I1111•111111I111111111t111111111•1I1t/I1IIIIII111I11111M 111111M■
•
L.
m
L
3SIVH A3VH1
,e-13H1 80J O3H IflO3H •
H3d�1 GWH lv( !IN IN ,0Z d
. o
co.
.
•
• •
•
r•
C3
Cr)
R
• U
•
C�.
Operations Special Capital Project Estimate
New Grade Crossing Surface for Dearborn St. in Waterloo Southern Region
Ci\J Technical Services
Homewood, IL
Description UM QTY PRICE TOTAL I
Per Diem (Mandays) SUM 43 $68.50 $2,911
Permitting SUM 0 $0 $0
Engineering Consulting/Design SUM 0 $0 $0
Grading SUM 0 $0 $0
Flagging-Contractor(Mandays) SUM 0 $840 $0
Land Purchase/Real Estate Fees SUM 0 $0 $0
Utilities SUM 0 $0 $0
Welding-Contractor EA 6 $600 $3,600
Rental Equipment SUM 1 $3,500 $3,500
B&S Contracts Other SUM 0 $0 $0
Culverts SUM 0 $0 $0
Sheet Piling SUM 0 $0 $0
S&C Contracts Other SUM 0 $0 $0
Directional Boring SUM 0 $0 $0
Fiber Optic SUM 0 $0 $0
Open Line SUM 0 $0 $0
Open Line SUM 0
Open Line $0 $0
SUM 0 $0 $0
Open Line SUM 0 $0 $0
Open Line SUM 0 $0 $0
Contingency
SUM 1
Fk
UM QTY PRICE TOTAL
Labor Surcharges $9,477 120.39% $11,409
Material Surcharges $35,938 5.00% $1,797
Accounting&Equipment Additive $45,949 9.00% $4,135
(DONATION Amount TOTAL I
Recoverable Donation to CN 0.00 0.00
(TOTAL DONATION 0.00
TOTAL PROJECT COST $80,044
M A T E R I A L FORECAST FOF NewGrade CrossingSurface for Dea Waterloo 274
Material Description State Tax UM . Unit Price
a., 9 ; Total
I QTY
i NEW 115# . -- 5.00% J LF 240 14.57
THERMITE KIT 115# 5.00% LEA 6 ._ ! 58.00 $65
SPIKE TRACK 5/8' "
i X 6,50 lb Keg � 500% __. CN 4 1 21.28 f $89
RAIL ANCHOR 115 5.00% l EA [ 320 1.04 $349
;TIE PLATE DS 7-3/4X14 BASE 6"N o
5 00% i EA 7.
216 24 $1,642
;TRACK 7"X9 X8 6 HWD#1 0 l
5 /° EA 56 f 38.00 _ $2,234
[BALLAST ROAD 5.00% �_TON _._.250 _� 8.50 } _ $2,231
RUBBER CROSSING MATERIAL(Per Quote) — 5.00% _ TF_ 66 195.00 I _$13,514_
BLACKTOP 5 00% I .TON — 60 170.00 $10 710
GEOTEXTILE MATERIAL(Square Yard tt ° i-
) 5 00% SY 200 2.40 $504
PERFORATED PIPE,underdrain 6"PVC ___.. f_--- -___-_— 5 00%_ LF 200 2.80 $588
90 degree Elbow for 6 PVC Perforated Pipe 5.00% EA 4 I 9.50
2 of 3
I
A18245
STATE OF IOWA
FEDERAL - Ali)
GRADE CROSSING SURFACE REPAIR
FORCE ACCOUNT AGREEMENT
for the construction of surface improvements
at the railroad crossing located
on Company's track and for reimbursement
under 23 USC Section 130
County: Black Hawk FRA No: 307-950-W
Road: Willow Street Project No.: RRP-SF00(74)-8A-07
DIRECT ALL COMMUNICATIONS REGARDING THIS PROJECT TO:
HIGHWAY AUTHORITY Contact Person: Jeff Bales,Assistant City Engineer
Address: 715 Mulberry, Waterloo, IA 50703
Office Telephone No.: 319-291-4323
Railroad COMPANY Contact Person: Harlan Arians, Engineer—TechnicaI Services
Address: Chicago, Central&Pacific Railroad Company, 1006 East Fourth Street, Waterloo, IA 50703
Office Telephone No.: (319)236-9205
State Contact Person: Mary Jo Key, Program Manager—Telephone No. 515-239-1108
Iowa Department of Transportation
Office of Rail Transportation
800 Lincoln Way
Ames, IA 50010
Travis Tinken—Project Inspector, Iowa DOT—Telephone No. 515-290-5055
AGREEMENT SUBMITTAL: Complete and return all three (3)fully executed Agreements to Modal
Division, Office of Rail Transportation, for each crossing project. Exhibit"A"-Work Statement is to be
attached. Prepare a cost estimate for each crossing and attach to the Agreement labeled as Exhibit B.
(Revised 04/03/07)
1
a r �
STATE OF IOWA
FEDERAL-AID
GRADE CROSSING SURFACE REPAIR
AGREEMENT
THIS AGREEMENT, is between City of Waterloo, Iowa, hereinafter referred to as the Highway
Authority, and Chicago, Central and Pacific Railroad Company, hereinafter referred to as the Company, and
Iowa Department of Transportation, hereinafter referred to as the Department.
The Highway Authority and the Company agree to repair the at-grade crossing located at Willow
Street, 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, except the Company may subcontract performance of the roadway approach work or other
required incidental work. In the absence of specific Company standards,BNSF/Union Pacific Railroad
common crossing standards shall be used as guidance.
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 requirements. In
the absence of specific Highway Authority standards that are acceptable to the railroad,the Department's
Standard Road Plan RB-6 shall be used. As per Standard Road Plan RB-6,the detectable warning is to be
installed 10' from the edge of the nearest rail. 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 not considered equivalent facilitation, and do not comply with
ADA requirements.
SECTION H. Cost Estimate. The estimated cost of the project work is itemized on Exhibit"B"
attached hereto, and made part of this Agreement.
SECTION III. Work Start and Completion. 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
2
reimbursed unless the Company has requested in writing, prior to expiration of the agreement, and
received from the Department a written extension of time for completion. The Department shall have
complete discretion, and be the sole authority to grant or deny extensions. Costs incurred for work following
the extension time will not be reimbursed.
SECTION IV. Traffic Control. The roadway will be closed during repair. Exhibit "A" describes
specific closure conditions. The Highway Authority is responsible for the establishment and payment for
traffic control (i.e.: barricades, signing, detours, detour damage, and runarounds).
The Company shall advise the Highway Authority Contact Person: 1) a minimum of 60 days in
advance of the approximate starting date to allow the Highway Authority to implement the detour; and 2) 14
days in advance of the actual starting date to allow the Highway Authority adequate time to provide and
install appropriate signs on the detour.
SECTION V_ Work Notification. The Company shall notify the Department and the Highway
Authority's Contact Person no later than 14 days prior to the start of its work at the crossing. The Highway
Authority_shall be given ample opportunity to document the materials, equipment, and labor required to
complete the project. The Department and Highway Authority shall have the right to inspect the project
work at any time. The Highway Authority shall 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. 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. 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.
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 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. The cost
of COMPANY equipment, equipment rental, accounting, accounting additives and bill reproduction are
reimbursable, but shall not be included directly in the force account billing. Those costs shall be billed as an
additive amount equal to nine(9) percent of the total force account billed less final audit exceptions. The
3
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.
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". It is
understood the Department will use Federal-Aid 23 USC 130 funds 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. Upon completion of the project the Company shall submit an accurate
final and complete itemized billing in three(3) counterparts. Final bill shall include a 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 Iowa Department of
Transportation's Office of Audits for final audit. Reimbursement to the Company shall be governed by the
DEPARTMENT's CERTIFICATE OF AUDIT for each project location. The Department shall notify the
Highway Authority of the reimbursable amount after final audit. The Department and Highway Authority
shall make payment to the Company equal to 60 percent and 20 percent, respectively, of the final
reimbursable amount, less previous payment. The Company shall promptly reimburse the Department and
Highway Authority the amount of any overpayments.
SECTION XII. Maintenance and Abandonment. Upon completion of the project,the Company shall
maintain the crossing surface to provide a safe and sufficient crossing for vehicular travel. If the track is
removed from both sides of the crossing, the Company shall remove the surface material, rail and cross ties
from the crossing and shall restore the roadway void to the satisfaction of the Highway Authority, all at
Company expense. If the existing traffic control devices at a multiple-track highway-rail grade crossing
become improperly placed or inaccurate because of removal of some of the tracks, the existing devices shall
be relocated and/or modified at COMPANY expense pursuant to the Manual on Uniform Traffic Control
Devices, Part 8.
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
[PPP Program— 761 Iowa Administrative Code, chapter 201), ordinances, regulations, and orders. The
4
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 XI'V. 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 For Convenience. In the event of nonappropriation of federal funds,
this Agreement may be terminated in whole, or in part, when the Department,Highway Authority, and the
Company agree that the continuation of the Project would not produce beneficial results commensurate with
the future disbursement of federal funds. The Department, Highway Authority, and Company shall agree
upon the termination conditions. The Company shall not incur new obligations after the effective date of the
termination and shall cancel as many outstanding obligations as reasonably possible. The Department will
allow full credit to the Company for the Department share of the noncancellable obligations allowable under
the Agreement and properly incurred by the Company prior to termination.
SECTION XVIII. Merged Documents. This agreement may be executed and delivered in three or
more counterparts, each of which so executed and delivered shall be deemed to be an original, and all shall
constitute but one and the same instrument.
If any section, provision, or part of this Agreement shall be found to be invalid or unconstitutional,
such judgment shall not affect the validity of any section, provision, or part thereof not found to be invalid or
unconstitutional.
5
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 this Chicago, Central and Pacific Railroad Company
day of / , 200? By 2a( e
Name and Title
Region Director of Contracts&Administration
Executed by the HIGHWAY AUTHORITY this City of Waterloo, Iowa
5 day of i94 5 u 6 r , 200. By �1.
Name and title nca_yo r
Executed by the DEPARTMENT this STATE OF IOWA
Iowa Department of Transportation
day of , 200_ By
Peggy Baer,Director
Office of Rail Transportation
6
Form 040016
S-07
ircoN Iowa Department of Transportation
EDIT"A" WORK STA CEMENT
Iowa Grade Crossing Surface Repair Fund and Federal-Aid Rail/Highway
Crossing Surface Repair
County: Black Hawk Meeting Date: 10/10/07
FRA No: 307950W Highway Authority: Waterloo
State Crossing No: 12368 RR Company: CCP
Location: Willow Street
1. Crossing(s)Reconstructed
A. COMPANY will reconstruct 2 crossings of 80 total feet that include 52 feet of concrete surface
material through the traveled roadway and 28 feet of concrete surface material through the
shoulder, sidewalk,and/or trail area. As a minimum, the crossing must extend beyond the edge
of the traveled roadway and through the shoulder if not curbed
2. Traffic Controls (mark with an X)
A highway runaround will be constructed to permit two-lane traffic during repair.
® The highway will be closed for 8 days during repair.
NOTE:The HIGHWAY AUTHORITY is responsible for placement and cost of barricades, signing,
detours,detour damage,and nuiarounds.
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 also advise the STATE PROJET INSPECTOR fourteen(14) days in
advance of the actual starting date.
3. Track Elevation Relative to Existing Road Pavements (mark with an X)
I Tracks will be constructed to meet existing road grade.
I Roadway will be reconstructed to meet a proposed new track grade(roadway work is not covered
by this Agreement.)
X Tracks will be elevated 2=3 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. Taper Length(estimated)
A 40 foot taper on the East side of the crossing and a 40 foot taper on the West side of the
crossing, requires 48 of HMA material (estimated). Taper length should not exceed 25 feet for
each inch of track raise. Approach shall comply with HIGHWAY AUTHORITY specifications.
This work will be completed by(mark with an X)
COMPANY forces ( I HIGHWAY AUTHORITY forces
El COMPANY'S contractor I I HIGHWAY AUTHORITY'S contractor
ic110'i 01,'-(1. I v40)
FRA No. 307950W
B. Track Opening in the Roadway(mark with an X)
1 1 Existing track opening will be maintained.
12 Track opening of 38 feet will be required involving the following described roadway
modifications. The width of the saw cut should allow for header removal and placement of a
well compacted HMA header, placed in 3 even lifts.Est. HMA tonnage 50
This work will be completed by(mark with an X).
n COMPANY forces HIGHWAY AUTHORITY forces
® COMPANY'S contractor HIGHWAY AUTHORITY'S contractor
5. Existing Sidewalk(s)and/or Recreational Trail replacement by HIGHWAY AUTHORITY.
Approximately feet of existing sidewalk will be replaced on the NE qua rant of the tracks,
feet along the NW quadrant of the tracks, feet along the SE quadrant of the tracks,
and feet along the SW quadrant of the tracks. Approximately feet of existing
recreational trail will be replaced along the side of the tracks. Footage includes addl. 2' of
sidewalk/trail or to the nearest sidewalk/trail joint beyond the detectable warning, whichever is
less.
This work will be completed by(mark with an X).
n COMPANY forces n HIGHWAY AUTHORITY forces
f COMPANY'S contractor HIGHWAY AUTHORITY'S contractor
6. Crossing(s)Permanently Retired and Removed
A. COMPANY will retire and remove N/A crossing(s)..
B. Voids in pavement will be filled with material requiring (units).
This work will be completed by(mark with an X).
COMPANY forces HIGHWAY AUTHORITY forces
COMPANY'S contractor HIGHWAY AUTHORITY'S contractor
7. Drainage(mark with an X)
A. El 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.
6" drain tile to ditches
8. Additional Construction and Traffic Control Conditions; i.e.,Road CIosure 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. Asphalt underlayment is being placed
with an estimated tonage amount of 40 tons.
9. Signature Block
Signatures indicate agreement on all items on Work Statement. If the Agreement is not reached at
the field meeting,Highway Authority should hold the form, and set target resolution date.
/ 47-ai/
Rai ad Representat• Highway Authority Representative •
Signature Signature
State Project Manager-Travis Tinken Additional Attendees:
Office No, 515-239-1876
Cell No. 515-290-5055
atet(ka
Cnnv of Exhibit"A"will he Given to the T-Twv Anthnrity RR enmnanv and the State at the rrnceino cites uo..: a nor-rnin�
r. _
°n
QX=1 ,I ,......z
o
44PIR ,9Z '
I.
D
3 t
u
O 1
I
t
. 1
1
aD
45151 '3S I'T1 NOVd1
,C-Z 31-11 01 3110 '0301111030 1
• 30 111M 83db1 N3V0NddV,Gtr V 1
1
1
1
. 1
1
1
i :
.y
t
U7 1
[O 1
m 1
(Si 3S 01) 301110NS- 1
I . . • 118H1 ,SZ / AVM ON Pall :ZS 1
� yN^ i ililllllil- - . 1 11l.111 - t i1- 111- li. 1 ! 1_1i ! - t10 ) 1. 11- 11t it Ili . ;
�`"x 3 II II I i i 11 -� i�I- - ,tirli rrf�� rr � � � rimr � r �rtr � � iiiir � �
m
t
AY 1
_U 1
- I
N I
® 3 1
U 1
1
q 2
ui
J O
• r
3SIy0 x3VNi o
,C-Z 3N1 d03 0381003J : : o
d3dVI V 1N ,Ot V rn
• cv
izr
•
rn
1----
. Q
• el
0
v
OS
. a
0
Operations Special Capital Project Estimate
New Grade Crossing Surface for Willow St. in Waterloo Southern Region
CN
h Ip T 1 1 Q�-? Technical Services
Homewood, IL
Estimate: New Grade Crossing Surface for Willow St. in Waterloo
Location: Waterloo, IA
Company Name: Chicago Central and Pacific
Subdivision Name: Waterloo Date created: January 30,2008
Mile Post: North Industrial Lead Date revised: April 5,200
State IA Status: x
Network#
Description UM QTY PRICE TOTAL I
LABOR I GANG SIZE Days MD
Unload/Distribute Material 5 1.5 7.5 $221 $1,658
Construct Track 5 2 10 $221 $2,210
Install Turnouts 5 0 0 $221 $0
Destress Track 5 0 0 $221 $0
Surfacing 3 3 9
$226 $2,043 2 3 6
$226 $1,356
Flagging 1 0 0 $211 $0
Install Crossings 5 3 15 $221 $3,315
B&S Labor 0 0 0 $220 $0
S&C Labor 1 0 0 $277 $0
Open Line 0 0 0 $221 $0
Open Line 0 0 0 $221 $0
Open Line 0 0 0 $221 $0
Open Line 0 0 0 $221
Open Line 0 $0
0 0 $221 $0
'TOTAL DIRECT LABOR s. $10,582
Description UM QTY PRICE TOTAL I
MATERIAL I
Rail New $3,672
Rail PW $0
Field Welding $122
Spikes
$89
Anchors $218
Tie Plates $760
Minor OTM $903
Major OTM $0
Turnouts
$0
Track Ties
$1,995
Switch Ties $0
Ballast $2,231
Crossing Materials $28,905
Structures Material $0
S&C Material $0
Open Line
$0
Open Line
$0 Open Line
$0
Open Line
$0 Open Line
$0
(TOTAL DIRECT MATERIAL $38,895 I
1 of 3
Operations Special Capital Project Estimate
New Grade Crossing Surface for Willow St. in Waterloo Southern Region
Ci\J Technical Services
Homewood, IL
Description UM QTY PRICE TOTAL ,
OTHERS ": . �� . 'I
Per Diem (Mandays) SUM 48 $68.50 $3,254
Permitting SUM 0 $0 $0
Engineering Consulting/Design SUM 0 $0 $0
Grading
Flagging-Contractor(Mandays) SUM 0 $0 $0
SUM 0 $840 $0
Land Purchase/Real Estate Fees SUM 0 $0 $0
Utilities SUM 0 $0 $0
Welding-Contractor EA 2 $600 $1,200
Rental Equipment SUM 1 $6,000 $6,000
B&S Contracts Other SUM 0 $0 $0
Culverts
SUM 0 $0 $0
Sheet Piling SUM 0 $0 $0
S&C Contracts Other SUM 0 $0 $0
Directional Boring
Fiber Optic SUM 0 $0 $0
Open Line SUM 0 $0 $0
Open Line SUM 0 $0 $0
Open Line SUM 0 $0 $0
Open Line
SUM 0 $0 $0
Open Line SUM 0 $0 $0
Contingency SUM 0 $0 $0
SUM 1 $7,906 $7,906
TOTTRi e4i ' '` s.. . aa apt
UM QTY PRICE TOTAL I
Labor Surcharges $10,582 120.39% $12,739
Material Surcharges $38,895 5.00% $1,945
Accounting&Equipment Additive $49,349 9.00% $4,441
(DONATION Amount TOTAL I
Recoverable Donation to CN 0.00 0.00
!TOTAL DONATION 0.00 I
TOTAL PROJECT COST $86,961
MM A T E R I A L F O R E C A S T FOE New Grade Crossing Surface for Will Waterloo North Industrial Lead
:;Material Description
� State Tax UM QTY � Unit Price z Total
'hiW 115# ___
ITHERMITE KIT 115# 5.00% LF , 240 j 14.57 3,672 .r
5.00% EA l.._ 2 58.00 $122
SPIKE TRACK 5/8'X 6",50 lb Keg 5.00%.__
CN 4 21.28 _ $89
RAIL ANCHOR 115 ° _.. ..
5.00% EA ' 200 1.04 , $218
'TIE PLATE DS 7-3/4X14 BASE 6"N o
5.00/o EA 100 j 7.24 $760
COMP SPLICE BAR AB 115 100RA N 1 --- 5.00% JT `} 215.00 903
!TRACK 7"X 9"X 8 6 HWD#1 EA 50 1 38.00 1
'BALLAST ROAD i ._ 5.00% TON 250 8.50 --$2,231 -__.
CONCRETE CROSSING MATERIAL StarTrack
i
- 5 00% TON TF f BLACKTOP 65 250.00 $17,063
5.00% 60 j 17.0.00 $10,710
GEOTEXTILE MATERIAL(Square Yard) ( 5.00% I SY 200 l
PERFORATED PIPE,underdrain 6"PVC o '-
2.40 i_. $504
- 5 00% ! LF I 200 2.80 588 — 1
90 degree Elbow for 6"PVC Perforated Pipe ' 5.00% - + -
EA 4 9.50 1 $40 1
2 of 3
Operations Special Capital Project Estimate
New Grade Crossing Surface for Willow St. in Waterloo Southern Region
Ci\J Technical Services
Homewood, IL
STATE COST SUMMARY
Estimate: New Grade Crossing Surface for Willow St. in Waterloo
Location: Waterloo, IA
Company Name: Chicago Central and Pacific
Subdivision Name: Waterloo
Mile Post: North Industrial Lead
April 5, 200
LABOR $27,762
MATERIAL $40,840
OTHER $18,359
PROJECT TOTAL $86,961
60% STATE: $52,177
20% ROAD AUTHORITY: $17,392
20% CN: $17,392
l
3 of 3