Loading...
HomeMy WebLinkAboutIowa Department of Transportation-Grade Crossing Surface Repair Force Account Agreement(Logan Ave.)-03.12.2007 (02/fi2G 3.-1 8136 STATE OF IOWA Q60110, a067 - /6 0 FEDERAL - 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: 307-124-V Road: Logan Ave. Project No.: RRP-SF00(54)--8A-07 DIRECT ALL COMMUNICATIONS REGARDING THIS PROJECT TO: HIGHWAY AUTHORITY Contact Person: Jeff Bales Address: 715 Mulberry Street, Waterloo, IA 50703-5783 Office Telephone No.: 319/291-4323 Railroad COMPANY Contact Person: Greg Bastian Address: Chicago, Central & Pacific Railroad, 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 12/12/06) 1 STATE OF IOWA FEDERAL-AID GRADE CROSSING SURFACE REPAIR AGREEMENT THIS AGREEMENT, is between Waterloo, Iowa, hereinafter referred to as the Highway Authority, and Chicago, Central &Pacific Railroad, 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 Logan Avenue, 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 and roadway approach modifications. 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. SECTION II. 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 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 2 • 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. 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 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. 3 • 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 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 4 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. 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 &Pacific Railroad 77 day of 1.5'G'4uy , 200 7 By a,e Name and Title Director of Contracts&Administration Executed by the HIGHWAY AUTHORITY this City of Waterloo, Iowa /? day of Aar c h , 200 7 By Name and ti e rrv\ l-u,c 1 y, Yti►ayo✓ Executed by the DEPARTMENT this STATE OF IOWA Iowa Department of Transportation day of , 200 By Ai:: +': Peggy Baer, Director Office of Rail Transportation Mkteri MAtt ;m^nt A punting _ 5 Form 040016 2-03 • fa_IN Iowa Department of Transportation EXHIBIT"A"—WORK STATEMENT Iowa Grade Crossing Surface Repair Fund and Federal-Aid Rail/Highway Crossing Surface Repair County: Black Hawk Meeting Date: 3-14-06 FRA No: 307-124 V Highway Authority: Waterloo State Crossing No: 12833 RR Company: CC Location: Logan Avenue 1. Crossing(s)Reconstructed A. COMPANY will reconstruct 2 crossings of 210 total feet that includes 136 feet of star track surface material through the traveled roadway and 74 feet of star track 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. 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 10 days during repair. NOTE: The HIGHWAY AUTHORITY is responsible for barricades, signing, detours, detour damage, and runarounds. 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 PROJET INSPECTOR fourteen(14)days in advance of the actual starting date. 3. Track Elevation Relative to Existing Road Pavements(mark with an X) (1 Tracks will be constructed to meet existing road grade. n Roadway will be reconstructed to meet a proposed new track grade (roadway work is not covered by this Agreement.) ® Tracks will be elevated 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 50 foot taper on the north side of the crossing and a 50 foot taper on the south side of the crossing, requires 65 tons of asphalt material (estimated). Taper length should not exceed 25 feet for each inch of track raise. This work will be completed by(mark with an X) COMPANY forces ® COMPANY's contractor (l HIGHWAY AUTHORITY forces ❑ HIGHWAY AUTHORITY's contractor FRA No. 307-124 V B. Track Crossing Opening in the Roadway(mark with an X) ❑ Existing track opening will be maintained. ® Track opening of 50 feet will be required involving the following described roadway modifications. saw cut so as to get a strat edge and remove headers back fill with asphalt in three lifts to get good density80 tons asphalt needed This work will be completed by(mark with an X). 0 COMPANY forces ® COMPANY's contractor C HIGHWAY AUTHORITY forces [ HIGHWAY AUTHORITY's contractor 5. Existing Sidewalk(s)Within Scope of Project A. Approximately 10 feet of existing sidewalk will be replaced along the west side of the tracks and 10 feet along the east side of the tracks. 2 vd B. This work will be completed by(mark with an X). ❑ COMPANY forces ® COMPANY's contractor (1 HIGHWAY AUTHORITY forces ❑ 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 f COMPANY's contractor HIGHWAY AUTHORITY forces ❑ HIGHWAY AUTHORITY's contractor 7. Drainage(mark with an X) A. Eg Present drainage is adequate. B. [ Drainage work required. Specify work to include materials and outlet. C. ❑ Clean all four(4)quadrants to get 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 place one (1)foot from the railroad surface material. Possibiy need to extend man hole lids possible install trunacated dones,Asphalt under layment will take 125tons asphalt 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. Greg Bastian Jeff Bales Railroad Representative Highway Authority Representative Signature Signature State Project Inspector—Ernest R Corbin Additional Attendees: Office No. 515-239-1055 Cell No. 515-290-2784 Signature Copy of Exhibit"A"will be given to the Hwy Authority,RR company and the State at the crossing site. Revised 03/02/05 I. • I N Z tS Ug CD 0 o TY a o �, N t CD N L 0 f � 4 a, in ® cu v 6, -, m o 0 co E ci, t rn J C t0 i 'i a 7 O 0>0 N cc C0nv 3L0� 0*' u Y 3 0 d y V >` 1 yZetf I.' �D 3�L. y co I -< CO c XIii cii C.0o p r L 07aJ . ~ J i 0)-CP. (b to J 0 L0 L d Lo U tir C Lo ci v N O O 0 o N 0) . N ' M C a�i 13 > ti cu _ U— A r �I _N ti 0 CO NI N r Q c in 03 0) 0 r 0 3 ID I CIS 73 rn 3' RI C I Y o N CO operations *peciai capitai rroject Estimate Install two 105 ft.Startrack II Concrete Crossing Surfaces Southern Region • . cN Technical Services Homewood, IL Estimate: Install two 105 ft.Startrack II Concrete Crossing Surfaces Location: Logan Ave.,Waterloo,IA,FRA#307-124V Company Name: Chicago Central&Pacific R.R. Subdivision Name: Waterloo Date created: December 8.2006 Mile Post: W-276.30 Date revised: January 16,2007 State IA Status: x Network#Description UM QTY PRICE TOTAL GANG SIZE Days MD I Unload/Distribute Material 5 2 10 $221 $2,210 Construct Track 5 2 10 $221 $2,210 Install Turnouts 5 0 0 $221 $0 Destress Track 5 0 0 $221 $0 Surfacing 3 2 6 $227 $1,362 Welding 2 4 8 $226 $1,808 Flagging 1 2 2 $211 $422 Install Crossings 5 4 20 $221 $4,420 B&S Labor 0 0 0 $220 $0 S&C Labor 1 6 6 $277 $1,662 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 $0 Open Line 0 0 0 $221 $0 POTAL DIRECT LABOR. : � '�' � & - �.� �� �.•t- y 2 ,: ...c9"•,,.,� -� �.�.s'f , ",�.€K s ,c4 1v� t-s:� �, c::,>.��."�.'`r� :�`a $14,094 Description UM QTY PRICE TOTAL I MATERIAL I Rail New $9,607 Rail PW $0 Field Welding $487 Spikes Anchors $45 $83 Tie Plates $1,448 Minor OTM $698 Major OTM $0 Turnouts $0 Track Ties $0 Switch Ties $2,772 Ballast $1,785 Crossing Materials $117,404 Structures Material $0 S&C Material Open Line $0 Open Line $0 $0 Open Line $0 Open Line $0 Open Line $0 ITOTAL DIRECT MATERIAL $134,329 , 1 of 3 operations Special Capital Project Estimate I Install two '105 ft.Startrack II Concrete Crossing Surfaces Southern Region • . 0\11 Technical Services Homewood, IL Description UM QTY PRICE TOTAL 1 Per Diem (Mandays) SUM 62 $68.50 $4,247 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 0 $350 $0 Rental Equipment SUM 1 $12,000 $12,000 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 SUM 0 $0 $0 Fiber Optic SUM 0 $0 Open Line $0 SUM 0 $0 $0 Open Line Open Line SUM 0 $0 $0 Open Line SUM 0 $0 $0 Open Line SUM 0 $0 $0 SUM 0 $0 $0 Contingency SUM $20,191 $20,191 UM QTY PRICE TOTAL I Labor Surcharges $14,094 120.39% $16,968 Material Surcharges $134,329 5.00% $6,716 Accounting&Equipment Additive $150,576 9.00% $13,552 DONATION Amount TOTAL Recoverable Donation to CN 0.00 0.00 'TOTAL DONATION 0.00 TOTAL PROJECT COST $222,097 'MATERIAL FORECAST FOF Install two 105 ft.Startrack II Concret Waterloo W-276.S0 -- _.�.w Material Description State Tax UM 1 QTY I Unit Price I Total NEW 115# 5.00% LF 628 14.57 _-__. .9 'THERMITE KIT 115# ' ' i $9,607 5.00°k EA 8 58.00 $487 SPIKE TRACK 5/8'X 6",50 lb Keg 5.00% CN ! 2 21.28 j $45 RAIL ANCHOR 115 1 5.00% EA 76 1.04 $83 PLATE TIE PANDROL 7-3/4X 15"-5-1/2 115# 5.00% EA 192 9.07 i $914 Galvanized a-dip for Pandrol Tie Plate I $534 Ss5 SCREW TIE HEAT TREATED,38 per can 5.00% CN ' 11 47.45 $548 TRACK BOLT w/locknut 115# 5.00% EA 32 1.85 $62 TRACK WASHER 100/115# 5.00% EA 32 0.37 $12 ANGLE BARS 5.00% . EA 16 4.50 SWITCH TIE-9'HW $76 5.00% EA 16 55.00 $924 SWITCH TIE-10'HW 1 5.00% EA ! 16 55.00 $924 SWITCH TIE-11'HW 5.00% EA 16 55.00 $924 BALLAST YARD 5.00% TON 200 8.50 $1,785 CONCRETE CROSSING MATERIAL(Per Quote) 5.00% TF 210 260.00 $57,330 BLACKTOP 5.00% TON 250 170.00 $44,625 RUBBER FLANGEWAY FILLER 5.00% EA 210 70.00 $15,435 2 of 3 '.F Iaaivna �Nes��a� �.aplidl rrOjeGi Csiimate Install two 105 ft.Startrack II Concrete Crossing Surfaces Southern Region Technical Services Eir\ Homewood, IL STATE COST SUMMARY Estimate: Install two 105 ft.Startrack II Concrete Crossing Surfaces Location: Logan Ave.,Waterloo, IA, FRA#307-124V Company Name: Chicago Central&Pacific R. R. Subdivision Name: Waterloo Mile Post: W-276.30 January 16,2007' LABOR $31,062 MATERIAL $141,045 OTHER $36,438 PROJECT TOTAL $208,545 STATE SHARE(60%): $166,836 ROAD AUTHORITY SHARE(20%): $41,709 CCP SHARE(20%): $41,709 3 of 3