Loading...
Iowa IDOT Railroad Grade Crossing Repair Agreement_E. 14th StreetMasterpiece on the Mississippi TO: The Honorable Mayor and City Council Members FROM: Michael C. Van Milligen, City Manager Dubuque kital All- America City II h/ 2012 SUBJECT: State of Iowa Federal -Aid Grade Crossing Surface Repair Agreement for the Construction of Surface Improvements at the Railroad Crossing Located at East 14th Street Iowa DOT Project No. RRP -SF13 (026) -8A -31 Iowa DOT Agreement No. 376125P DATE: March 14, 2013 City Engineer Gus Psihoyos recommends City Council approval of the State of Iowa Federal -Aid Grade Crossing Surface Repair Agreement for the construction of surface improvements at the East 14th Street railroad grade crossing. The total cost of the project is $84,316, and the City's 20% share is $16,863.20 I concur with the recommendation and respectfully request Mayor and City Council approval. brit44 Michael C. Van Milligen MCVM:jh Attachment cc: Barry Lindahl, City Attorney Cindy Steinhauser, Assistant City Manager Teri Goodmann, Assistant City Manager Gus Psihoyos, City Engineer Masterpiece on the Mississippi TO: Michael C. Van Milligen, City Manager FROM: Gus Psihoyos, City Engineer Dubuque katil All- americacmr 2012 SUBJECT: State of Iowa Federal -Aid Grade Crossing Surface Repair Agreement for the Construction of Surface Improvements at the Railroad Crossing Located at East 14th Street Iowa DOT Project No. RRP -SF13 (026)- -8A -31 Iowa DOT Agreement No. 376125P DATE: March 13, 2013 INTRODUCTION This memorandum is to seek authorization to approve the State of Iowa Federal -Aid Grade Crossing Surface Repair Agreement between the Canadian Pacific Railway (CP Railway) dba Dakota, Minnesota & Eastern Railroad Corporation, Iowa Department of Transportation (Iowa DOT), and the City of Dubuque (City) for the East 14th Street railroad grade crossing improvement project. BACKGROUND In March 2011, the City of Dubuque and the Canadian Pacific Railway submitted a grant application to the Iowa DOT to replace the grade crossing at East 14th Street. In April 2012, the City was notified of the award of grant funds to replace crossing location. DISCUSSION The East 14th Street railroad crossing repair involves the complete reconstruction of the crossing and the replacement of 54 feet of concrete through the traveled roadway, shoulder, and sidewalk areas. The key elements of these agreements include: 1. The construction will begin as soon as possible after the Agreement is executed by Canadian Pacific Railway, the Iowa DOT, and the City. 2. The crossing repair is anticipated to take approximately 5 working days to complete and shall be fully completed within 18 months upon execution of said agreement. 3. The City will be required to close the respective roadway during the repairs. 4. The project costs will be shared as follows: City and Canadian Pacific Railway will each be responsible for 20 percent of the reimbursable costs; and the Iowa DOT will utilize Federal -Aid 23 USC 130 funds for the remaining 60 percent. 5. Upon project completion, Canadian Pacific Railway shall maintain the crossing to ensure safe, sufficient crossing for vehicular travel. City staff will work closely with the Canadian Pacific Railway, property owners, businesses and on -going construction projects to setup alternate detour routes to minimize the impacts of the street/railroad grade crossing closure. City staff will also work with the Canadian Pacific Railway to ensure that the repair work will not impact community festivals or special events. Work on the project is projected to begin in the summer of 2014. RECOMMENDATION I recommend that the City Council authorizes the Mayor to execute the State of Iowa Federal- Aid Grade Crossing Surface Repair Agreement for the construction of surface improvements at the East 14th Street railroad grade crossing. BUDGET IMPACT The estimate of probable cost for East 14th railroad grade crossing improvement project is summarized as follows: Estimate Labor $ 33,440.00 Materials 26,555.00 Equipment 11,724.00 Salvage (568.00) Other 13,165.00 Total Project Cost $ 84,316.00 The project funding summary is as follows: CIP No. Amount Iowa DOT Railroad Grade Crossing Repair Grant (60 %) $ 50,589.60 Canadian Pacific Railway (20 %) 16,863.20 2502026 City - Railroad Crossing Improvements (20 %) 16.863.20 Total Project Funding $ 84,316.00 The City currently has sufficient funding remaining in the Railroad Crossing At -Grade Improvements (CIP No. 2502026) to cover the 20% local match cost. ACTION TO BE TAKEN The City Council is requested to authorize the Mayor to execute the State of Iowa Federal -Aid Grade Crossing Surface Repair Agreement (Iowa Agreement 376125P) for the construction of surface improvements at the East 14th Street railroad grade crossing improvement project. Prepared by Robert Schiesl, Assistant City Engineer cc: Jenny Larson, Budget Director Don Vogt, Public Works Director John Klostermann, Public Works F: \PROJECTS \RAILROAD CROSSING - SURFACE IMPROVEMENTS - 14TH STREET RESOLUTION NO. 85 -13 APPROVING STATE OF IOWA FEDERAL -AID GRADE CROSSING SURFACE REPAIR AGREEMENT FOR THE CONSTRUCTION OF SURFACE IMPROVEMENTS AT THE RAILROAD CROSSING LOCATED AT EAST 14TH STREET (AGREEMENT 376125P) Whereas, the Canadian Pacific Railroad dba Dakota, Minnesota & Eastern Railroad Corporation, Iowa Department of Transportation, and City of Dubuque have agreed to enter into a Federal -Aid Grade Crossing Surface Repair Agreement for the construction of surface improvements at the railroad crossing located at East 14th Street; and Whereas, the Iowa Department of Transportation has developed a Grade Crossing Surface Repair Agreement (376125P) dated February 14, 2013, outlining the terms and conditions between the Canadian Pacific Railroad and the City for the construction of surface improvements at the railroad crossing at East 14th Street is being granted; and NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF DUBUQUE, IOWA: Section 1. That the State of Iowa Federal -Aid Grade Crossing Surface Repair Agreement (376125P) between the Canadian Pacific Railroad, Iowa Department of Transportation, and the City of Dubuque is hereby approved for the construction of surface improvements at the railroad crossing located at East 14th Street. Section 2. That the Mayor be authorized and directed to execute three copies of said State of Iowa Federal -Aid Grade Crossing Surface Repair Agreement (376125P). Section 3. Whereas the City has Railroad Crossing At -Grade Improvement funding budgeted to cover the matching funds for said improvements. Section 4. That a certified copy of the resolution be submitted to Canadian Pacific Railroad and to Iowa Department of Transportation by the City Clerk of the City of Dubuque. Passed, adopted and approved this 18th day of March , 2013. Attest: Kevi S. Firnstah , CMC, ity Clerk D� 0 oy D. Buol, Mayor CANADIAN PACIFIC Engineering Works Suite 900 120 South 6th Street Minneapolis, MN 55402 February 15, 2013 RE: Grade Crossing Surface Repair Fund Force Account Agreement Dear Mayor Buol, Please find enclosed for your signature, an agreement to participate in the 60/20/20 cost sharing program to upgrade the surface of a Railroad grade crossing in your area. Also included you will find "Exhibit B" which is the cost estimate for the upgrades. Your department will be responsible for 20% of those costs. Please review the document, sign on page 7, and return to: Iowa Department of Transportation Office of Rail Transportation 800 Lincoln Way Ames, IA 50010 If you have any question regarding the enclosed budget, or general questions about the surface upgrade, please give me a call at 612 - 904 -6133. Sincerely, Canadian Pacific Jelhn benhain Manager Public Works STATE OF IOWA 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: Dubuque FRA No.: 376125P Road: East 14th Street, Dubuque, IA Project No.: RRP- SF13(026) -8A -31 DIRECT ALL COMMUNICATIONS REGARDING THIS PROJECT TO: HIGHWAY AUTHORITY Contact Person: Robert Schiesl, Assistant City Engineer Address: City Hall, 50 W 13th Street, Dubuque, IA 52001 Office Telephone No.: 563 -589 -4270 Email: bschiesl @cityofdubuque.org Railroad COMPANY Contact Person: Dan Sabatka, Director Engineering Works Address: 502 Marquette Ave., S Suite 1510, Minneapolis, MN 55402 Office Telephone No.: 612 - 904 -5931 E -Mail: daniel sabatka @cpr.ca State Contact Person: Mary Jo Key, Program Manager – Telephone No. 515 -239 -1108 Mary.jo.key @dot.iowa.gov 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: Exhibit "A" - Work Statement is attached, and Exhibit `B" - Cost Estimate will be prepared and attached to the agreement by the Railroad. The Railroad will sign and forward the agreement to the highway authority. The complete and signed Agreement is to be sent to the Iowa Department of Transportation, Office of Rail Transportation, for each crossing project. 1 STATE OF IOWA FEDERAL -AID GRADE CROSSING SURFACE REPAIR FUND FORCE ACCOUNT AGREEMENT THIS AGREEMENT, is between City of Dubuque, Iowa, hereinafter referred to as the HIGHWAY AUTHORITY, and Dakota Minnesota and Eastern 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 East 14'" Street, Dubuque, 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 other required incidental work. BNSF/Union Pacific Railroad common crossing standards shall be used. Current Standards are at the following website and considered as part of this agreement: (http: / /www.uprr.com /aboutup /operations/ specs /attachinents /amended /road xings.pdf The HIGHWAY AUTHORITY will be responsible to have existing sidewalks) 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 railroad, 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. The HIGHWAY AUTHORITY will coordinate and have the approaches completed according to the Exhibit "A" of this agreement; They can choose to use their asphalt contractor or one used by the railroad, The HIGHWAY AUTHORITY will pay the contractor and submit an invoice billing the railroad for 100 % of the approach costs, along with costs for the sidewalk, and /or recreational trail. Copies of the contractors 2 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. 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 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 DEPARTMENT signing this 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 expiration date of 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 3 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. 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. All reimbursable costs and maintenance of records under this Agreement shall conform to Title 23 CFR Part 140, Subpart I and separated by location as shown on the Exhibit "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. The cost of COMPANY equipment will be paid according to the Blue Book of Railroad Equipment, which establishes hourly rates. These rates will include ownership costs (i.e. depreciation, major overhauls, etc.) as well as operational costs (i.e. fuel, light repairs, oil, grease, tires, etc.) of each specific piece of equipment. The rates are applicable to all "actual hours" that the equipment is running and being used for project work. Equipment shall not be billed based on the amount of time that is it assigned to that location and /or work group. Equipment rental actual costs will be reimbursed according to documentation furnished. If the COMPANY does not provide "actual hours" that the equipment is running and being used for project work, 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. 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 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. 4 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 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. hi 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 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. 5 SECTION XIV. Successor and Assigns. This agreement shall be binding upon all successors or assigns. The COMPANY shall provide written notice to the HIGHWAY AUTHORITY and the DEPARTMENT of any assignment of this Agreement. SECTION XV. Project Contact Persons. All notices and communications essential to complete the work required by this Agreement shall be made to the Contact Persons and the DEPARTMENT specified on the cover page of this Agreement. SECTION XVI. Integration and Amendment. This Agreement and its exhibits constitute the entire Agreement between the DEPARTMENT, the COMPANY, and the HIGHWAY AUTHORITY concerning this project. If the DEPARTMENT determines a substantial change is to be made in the project work described in Exhibit "A ", the DEPARTMENT will furnish the written approval of the change. SECTION XVII. Termination Due to Lack of Funds. Notwithstanding anything in this Contract to the contrary, and subject to the limitations set forth below, the DEPARTMENT shall have the right to terminate this Contract without penalty and without any advance notice as a result of any of the following: 1. The federal government, legislature or governor fail in the sole opinion of the DEPARTMENT to appropriate funds sufficient to allow the DEPARTMENT to either meet its obligations under this Contract or to operate as required and to fulfill its obligations under this Contract; or 2. If funds are de- appropriated, reduced, not allocated, or receipt of funds is delayed, or if any funds or revenues needed by the DEPARTMENT to make any payment hereunder are insufficient or unavailable for any other reason as determined by the DEPARTMENT in its sole discretion; or 3. If the DEPARTMENT's authorization to conduct its business or engage in activities or operations related to the subject matter of this Contract is withdrawn or materially altered or modified. The DEPARTMENT shall provide the HIGHWAY AUTHORITY and COMPANY with written notice of termination pursuant to this section. The DEPARTMENT will pay the COMPANY for the DEPARTMENT share of the non - cancelable obligations allowable under the Agreement and properly incurred by the COMPANY prior to termination. 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. 6 IN WITNESS WHEREOF the COMPANY, the HIGHWAY AUTHORITY and the STATE hereto have caused this Agreement to be executed by their duly authorized officers as of the dates indicated below. Executed by the COMPANY this 1' day of Bt ti� , 201 3 Executed by the HIGHWAY AUTHORITY this Dakota Minnesota and Eastern Railroad By I Name and Title City of Dubuque, Iowa 18th day of March , 2013 By Executed by the DEPARTMENT this day of , 201_ 7 N. f e and title Dtveaba- STATE OF IOWA Iowa Department of Transportation By Tamara Nicholson, Director Office of Rail Transportation s c iowa Department of Transportation Form 040016 (10 -11) County Dubuque FRA No.: 376125P EXHIBIT "A" - WORK STATEMENT Iowa Grade Crossing Surface Repair Fund and Federal -Aid Rail/Highway Crossing Surface Repair RR Company: DME Meeting Date: 03/29/2012 Highway Authority Dubuque Location: East 14th Street Street Name Dubuque City Name 1. Crossing(s) Reconstructed A. COMPANY will reconstruct 1 crossings of 54 total feet that include 40 feet of Concrete surface material through the traveled roadway and 14 feet of Concrete 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 (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. HIGHWAY AUTHORITY will coordinate and have approaches completed. Invoices will be sent to the COMPANY to be included in project costs, unless other reimbursement procedure is noted in the agreement. A. Taper Length (estimated) A 25 foot taper on the North side of the crossing and a 25 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. This work will be completed by (mark with an .A9: ❑ HIGHWAY AUTHORITY forces • HIGHWAY AUTHORITY'S contractor FRA No.: 376125P B. Track Opening in the Roadway (mark with an X) ❑ Existing track opening will be maintained. ® Track opening of 20 feet will be required involving the following described roadway modifications. 60 Est. HMA tonnage This amount includes the HMA underlayment and header This work will be completed by (mark with an X): ❑ COMPANY forces ❑ HIGHWAY AUTHORITY forces El COMPANY contractor ►J 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) El NE (feet) ❑ SE (feet) ❑ NE (feet) ❑ SE (feet) El NW (feet) ❑ SW (feet) ❑ NW Net) ❑ SE (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). ❑ HIGHWAY AUTHORITY forces ❑ 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 X). ❑ COMPANY forces El HIGHWAY AUTHORITY forces ❑ COMPANY'S contractor ❑ HIGHWAY AUTHORITY's contractor 7. Drainage (mark with an X) 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. HMA underlayment is needed due too mud conditions and poor sub grade thru this area. 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. 9. Attendees The following attendees agree on all items of this work statement. This work statement will be included as part of the executed agreement. Railroad Representative: Highway Authority Representative: Tom Goffinet Bill Schlickman Name Name State Project Manager: Additional Attendees: Travis Tinken 515- 239 -1876 (office phone) 515- 290 -5055 (cell phone) Robert Schiesel $26,555 1 CANADIAN PACIFIC RAILWAY COST ESTIMATE TO UPGRADE THE EXISTING CROSSING SURFACE Location: East 14th Street; MP 44.15 Marquette Sub; Clay County, IA DOT #: 376125P Project Description: Complete crossing renewal. Rail Size: 115 Crossing Length: 54 Number of Tracks: 1 Type of surface: Concrete 12- Feb -13 B ENGINEERING CREW MOBILIZATION DISTRIBUTE MATERIALS REMOVE CROSSING PREPARE ROADBED BUILD TRACK PANELS INSTALL TRACK PANELS WELD RAIL INSTALL CROSSING ! CLEANUP SIGNAL MAINTAINER SURFACE TRACK LABOR OVERHEADS TOTAL MAN DAYS MAT.RIAt : Mainline BALLAST GRADE #24 SWITCH TIE 10'0" X 10" X 8" CROSS TIE,8' -6 ",NB RAIL,115 *8R,INT,80',BLNK PLATE,TIE,115 *, PAN DROL,1 /40 PLATE ,TIE,115 *, DS,14 ", STD SPIKE,EVERGRIP,6 1/2 ", 35 /CAN SPIKE,TRACK,5 /8 "X 6"",50* CAN E2055 PANDROL CLIP JOINT BAR,115 *,36 ",1- 1/8 ",SOO TRACK BOLT,1 "X6" WASHER,1 " NUT,ELASTIC STOP,ESNA/GREER,1 ",TRACK WELD KIT,THERMITE,CJ,115* TIE DISPOSAL CROSSING,CONCRETE,115 *,OMNI,9FT END DEFLECTORS FREIGHT ON CONCRETE PANELS MATERIAL OVERHEADS PART NUMBER 007090050 084201772 084200030 082405100 002702613 002702803 002840273 002840231 002111013 002001520 002104810 001083800 701276105 772630200 001115005 EQUlPMEtFf BOOM TRUCK LOADER HYRAIL TRUCK WELDER TRUCK DUMP TRUCK REGULATOR TAMPER EQUIPMENT OVERHEADS CONTRACTOR ................. SAIi/AGE:::: RAIL ............ OT.HER:::::: TAX ON CONCRETE PANELS CONTINGENCY EXPENSES UNITS TONS EA EA LF EA EA CAN CAN EA EA EA EA EA EA EA 1' PANEL SET LOT MAN -DAYS 2 8 2 4 2 8 6 4 6 3 50.5 QUANTITY 150 40 14 160 80 28 10 3 160 8 24 24 24 4 52 45 1 LOT 5 2 8 4 2 2 2 QUANTITY 160 RATE 6.0% 10.0% RATE $650 $600 $600 $600 $600 $600 $600 $600 $600 $600 $600 10.00% $!UNITS $11.50 $52.25 $50.42 $17.77 $15.90 $5.11 $62.95 $31.29 $1.80 $48.34 $2.86 $0.61 $4.67 $68.43 $5.50 $211.33 $600.00 10.45% $ /UNITS $400 $155 $200 $270 $350 $640 $1,400 20.00% 0 $ /UNITS ($3.55) $/U N ITS TOTAL $1,300.00 $4,800.00 $1,200.00 $2,400.00 $1,200.00 $4,500.00 $3,600.00 $2,400.00 $3,600.00 $1,800.00 $3,600.00 $3,040.00 LABOR SUBTOTAL TOTAL $2,000.00 $1,725.00 $2,090.00 $705.88 $2,843.20 $1,272.00 $143.08 $629.50 $93.87 $288.00 $386.72 $68.64 $14.64 $112.08 $273.72 $286.00 $9,509.85 $600.00 $3,000.00 $2,512.41 MATERIAL SUBTOTAL TOTAL $2,000.00 $310.00 $1,600.00 $1,080.00 $700.00 $1,280.00 $2,800.00 $1,954.00 $0.00 EQUIPMENT SUBTOTAL TOTAL ($568.00) TOTAL $570.59 $5,748 $6,846.54 OTHER SUBTOTAL GRAND TOTAL NOTE: THIS ESTIMATE DOES NOT INCLUDE ANY COSTS FOR DRAINAGE, ROADWAY APPROACH WORK, SIGNAGE OR DETOURING. $33,440.00 $11,724.00 ($568.00) $13,165 $84,316