HomeMy WebLinkAbout12-02-2002MINUTES OF THE BOARD OF PUBLIC WORKS AND SAFETY
OF THE CITY OF JEFFERSONVILLE, INDIANA
DECEMBER 2, 2002
Mayor Galligan called the meeting to order at 9:45 a.m. and on call of the roll those members present
Were: City Engineer Miller and Parks Director Elliott sitting in tbr Councilperson Frantz.
Also present were: City Attorney Galligan, Vehicle Maintenance Director Drury, Planning and Zoning
Director Padgett, Parks Director Rick Elliott, Street Commissioner Grant, Fire Chief Mike Smith,
Building Commissioner Gavin, Engineer Dixon, Animal Shelter Office Manager Gartelman, Animal
Shelter Director Wilder, Wastewater Treatment Director Crawford, Systems Coordinator Davis and
Clerk Lynne Mayfield
City Engineer Miller made the motion to approve the payroll as presented, seconded by Parks
Superintendent Elliott and carried unanimously Mayor Galligan asked if there is anyone on the payroll
that he or Personnel Director Ellis doesn't know about.
City Engineer Miller made the motion to approve the minutes of 10-28-02 and 11-18-02 seconded by
Councilperson Frantz and carried unanimously.
GLENN LEWIS CONDEMNATION
City Attorney Galligan asked the Board to confirm the condemnation of the property owned by Glenn
Lewis at Tenth and Spring Streets, which include the fireworks building and the Bar-B-Q building. This
particular condemnation is being done for the third time because of publishing errors by the newspaper.
No one appeared before the Board to remonstrate City Attorney Galligan told the Board that redoing
the condemnation this time is not an admission that the last condemnation was ineffective against Mr.
Lewis. However, Mr. Lewis has filed suit against the City, and going through the procedure again
insures that the issues presented by the suit will be moot after this third procedure is completed.
Engineer Miller made the motion to approve the Condemnation Resolution #35, seconded by Parks
Director Elliott and carried unanimously.
VETERANS PARKWAY
Engineer Miller made the motion to approve the contract with INDOT on the Veterans Parkway,
seconded by Parks Director Elliott and carried unanimously.
There being no further business to come before the Board the motion was made by Engineer Miller to
adjourn at 10:00 a.m. seconded by Parks Director Elliott and carried unanimously.
ATTEST:
CLEI K CT'I ASURER
FRANK 0 'BANNON, Governor
J. BRYAN NICOL, Commissioner
INDIANA DEPARTMENT OF TRANSPORTATION
pROGRAM DEVELOPMENT DIVISION-LOCAL TRANSPORTATION SECTION
I00 North Senate Avenue
IGCN, Roorn N601
Indianapolis, Indiana 46204-2228
(317) 232-5319 FAX: (317) 233-4929
Writer's Direct Line
July 6, 1999
The Honorable Thomas Galligan
Mayor City of Jeffersonville
501 East Court Ave.
Jeffersonville, IN 47130
RE: Project No: SIB-C730(009), STP-9910(022)
Veterans Parkway at CSX Railroad
Des#: 9880130, 0200590
FAX: (317) 233-4929
PHONE: (317)232-5317
s
MAYOR
THOMAS R. GAL. GAN
Dear Mayor Galligan: , CITY OF JEFFERSo~JV[LLE
Good news. This and the other railroad work with the bridge will be 100% federal participating.
Transmitted hereC:ith are three (3) Copies of an a~eement for the above referenced project.
Please have th~ Mayor sign, Board of Public Works sign, Chief Fiscal Officer attest, and Chief
Colmcil approve the agreement. A Notary must prepare and apply a seal to the blank
acknowledgment sheet.
The above must be completed on all enclosed copies and returned to this office for further
processing. One fully executed agreement will be returned to the City at a later date. The
agreement is only an estimate and will vary based on completion of the work.
At this time it must be brought to the attention of the City that upon Railroad Crossing
Construction the City is responsible for the supplying and installation of the Railroad Advance
Warning Signs and the Pavement Markings. If this work is not completed, future Railroad Safety
Funds may be withheld. Sincerely,
~. ~ Engineer
Local Transportation Section
Program Development Division
SMD
Attaclmaents
CC:
File
Printed on Recycled Paper
Equal Opportunity Employer
http://www.state.ia.us/dot/
AGREEMENT COVERING
CONSTRUCTION OF ROADWAY APPROACHES
CONSTRUCTION OF HIGHWAY-RAILWAY GRADE CROSSING
AND
INSTALLATION OF GRADE CROSSING WARNING SYSTEM
Draft of:
Project #:
AAR/DOT #:
DES #:
June 17, 2002
STP-C730 (009) - Road Contract
STP-9910 (022) - Railroad Force Account
New (unassigned)
9880130 - Road Contract
0200590 - Railroad Force Account
THIS AGREEMENT, made and entered into by and between the City of Jeffersonville, acting by
and through the Board of Public Works, hereinafter called the "CITY", and CSX Transportation
Inc., hereinafter called the "RAILROAD".
WITNESSETH
WHEREAS, in the interest of public safety and convenience, the CITY desires to construct a new
public roadway, at the location which is shown on Exhibit 1;
WHEREAS, said new public roadway, identified as Veterans Parkway, will cross the tracks and
operating right-of-way of the RAILROAD in Jeffersonville, Clark County, Indiana at the location
as shown on Exhibit 1;
WHEREAS, to accommodate the proposed construction of Veterans Parkway, it is necessary to
construct a highway-railwaY-at-grade crossing and to install a train activated grade crossing
warning system;
WHEREAS, the Indiana Department of Transportation will recommend this project to the Federal
Highway Administration for construction with the aid of federal funds apportioned to the State as
authorized by Title 23, of the United States Code, (Public Law 85-767, 85th Congress) or any other
Acts supplemental thereto or amendatory thereof; and
WHEREAS, the Indiana Department of Transportation will award the contract and act as liaison
agent for the CITY with the Federal Highway Administration (where the word "INDOT" appears
in this agreement, it will indicate that the Indiana Department of Transportation is performing an
act for the CITY as required by the Federal Highway Administration).
NOW, THEREFORE, in consideration of the premises and the mutual dependent covenants
herein contained, the parties hereto agree as follows:
Page 1 of 8
SECTION 1. The RAILROAD, insofar as its title enables it to do so and subject to the
fights Of the RAILROAD to operate and maintain its railroad and railroad appurtenances along, in
and over its fight-of-way, grants the CITY, its contractors and agents the fight to enter upon lands
owned and/or operated by the RAILROAD for the purpose of constructing and maintaining the
roadway facilities in accordance with the general plans and specifications for Project STP-C730
(009), which are incorporated and made a part hereof by reference. It is understood that the actual
conveyance of land or rights, if such are required by Indiana State Law, shall be by means of other
instruments to be negotiated between the CITY and the RAILROAD.
SECTION 2. Detailed plans and specifications for the roadway construction project shall
be prepared by the CITY and approved by INDOT and the Federal Highway Administration. All
plans and specifications affecting the interests of the RAILROAD shall be subject to approval by
the Chief Engineer of the RAILROAD, or authorized representative, before work is commenced.
No changes in the plans or specifications affecting the interests of either party hereto shall be made
without the written consent of said party.
SECTION 3. The parties hereto shall perform or cause to be performed the following
items of work to accommodate the plans and specifications for Project STP-C730 (009):
(a) Work by the CITY:
(1) The CITY shall be responsible for causing the construction of the roadway,
including ali necessary grading, paving, roadway drainage and other drainage made
necessary by the construction of the roadway facilities.
(2) The CITY shall place and maintain railroad advance warning signs and railroad
crossing pavement markings in accordance with the 1988 edition of the Indiana
Manual on Uniform Traffic Control Devices for Streets and Highways, and any
subsequent amendments, revisions, or supplements thereto.
(b) Work by the RAILROAD:
(1) The RAILROAD shall construct the grade crossing and install a rubber crossing
surface to conform to the proposed roadway profile and width. Such work shall be
in accordance with the manufacturer's specifications, which are subject to prior
approval by INDOT and the Federal Highway Administration, and shall be in
accordance with the Indiana Department of Transportation's Special Provisions for
Construction of Highway-Railway Grade Crossings, revised March 7, 1996, which
are incorporated and made a part hereof by reference.
(2) The RAILROAD shall install new train activated warning devices consisting of
cantilevered flashing light signals with gates and bell. The design and installation of
such warning devices shall conform with the State of Indiana Special Provisions
Installation of Active Warning Devices at Highway-Railway Grade Crossings
revised March 6, 1997, which are incorporated and made a part hereof by referenc,,
and applicable requirements of Part VIII of the 1988 edition of the Indiana Manual:,
Page 2 of 8
on Uniform Traffic Control Devices for Streets and Highways, and any subsequent
amendments, revisions, or supplements thereto.
SECTION 4. The RAILROAD shall furnish to the CITY in reproducible form an estimate
of costs to be incurred by the RAILROAD for the project. This estimate of costs, hereinafter
referred to as force account estimate, shall be subject to approval by INDOT, and is made a part of
this agreement and attached hereto as Exhibit 3.
SECTION 5. All materials shall be furnished by the RAILROAD and delivered to the
crossing site at project expense. The Railroad's specifications for such materials shall be subject to
approval by INDOT and the Federal Highway Administration. All materials to be installed shall be
new, except as otherwise specifically approved by INDOT and the Federal Highway
Administration prior to installation.
SECTION 6. The construction of the grade crossing and installation of the grade crossing
warning system shall be performed by the RAILROAD with its own forces on a force account
basis. If the RAILROAD is unable to perform any part of the work with its own forces, it may
request permission of INDOT to receive bids to do the work by contract. After receiving approval
from INDOT, the RAILROAD may proceed to solicit bids and, subject to concurrence by INDOT,
award a contract to the lowest qualified bidder. Subject to the prior approval of INDOT, existing
continuing contracts under which certain work is regularly performed for the RAILROAD and
under which the lowest available costs are developed will be held to comply with the above
requirements. The provisions of Appendix "A" of the 1964 Civil Rights Act, attached hereto, shall
apply to any portion of t~e work, including engineering services, which the RAILROAD may
perform by the contract method.
The RAILROAD shall keep complete records of the above work to be performed by it and shall
submit to INDOT on request such information as it may require concerning the cost and other
details of the work. The Railroad's accounts shall be kept in such manner that they may be readily
audited and actual costs readily determined, and such records shall be available for audit by
representatives of the CITY, IN-DOT and the Federal Highway Administration for a period of three
years from the date final payment has been received by the RAILROAD for the project. Except as
otherwise provided in this agreement, the CITY, through INDOT, shall reimburse the RAILROAD
for the actual cost of the project work, (herein referred to as the project expense) performed by the
RAILROAD, which is estimated to be Two Hundred Sixty Five Thousand One Hundred Twenty
Dollars and Eighty Five Cents ($265,120.85). In the event there are increases in the extent of the
work or changes in methods of performing the project work, the amount of the force account
estimate may be increased by mutual agreement. The eligibility for reimbursement of costs or
changes to the Railroad's facilities and the facilities jointly owned or used by the RAILROAD and
utility companies shall be determined in accordance with the provisions set forth in the Federal-Aid
P. olicY Guide 23 CFR, Subchapter B, part 140, Subpart I, and 23 CFR, Subchapter G, Part 646,
Subpart B issued December 9, 1991, and any subsequent amendments or supplements thereto,
which are incorporated herein by reference.
It is agreed that progress payments will be made by INDOT to the RAILROAD for the total
amount of work done as shown on monthly statements, or when the amount due the RAILROAD
equals $1,000.00 or more, said progress billing to be paid within thirty-five (35) days of receipt of
Page 3 of 8
the Railroad's progress billing. The RAILROAD shall notify IN-DOT's Seymour District Railroad
Engineer upon completion of said force account work and arrange for the final inspection thereof
by representatives of INDOT. Any deficiencies found by such final inspection shall be corrected
by the RAILROAD prior to submitting its final bill. Upon receipt of the final bill, the RAILROAD
shall be reimbursed for such items of project work and project expense, in such amounts as are
proper and eligible for payment and the project shall be submitted for final audit by INDOT. In the
event final audit discloses that the RAILROAD has been reimbursed more than the amount due
under the terms of this agreement, the RAILROAD shall promptly repay INDOT the amount
overpaid to the RAILROAD. Billings to INDOT shall clearly show whether they are partial or
final claims.
The RAILROAD shall not commence any of the work to be undertaken by it hereunder until
notified in writing by INDOT to proceed, and said work by the RAILROAD shall be commenced
within thirty days after such notification to proceed. Buying and assembling of materials shall be
construed as compliance with the foregoing thirty-day (30) provision.
SECTION 7. The RAILROAD shall coordinate all work described in Section 3(b) with the
CITY's roadway construction project.
SECTION 8. The RAILROAD shall notify the Indiana Department of Transportation not
less than (14) fourteen calendar days prior to the time of starting the actual construction of the
project.
SECTION 9. The CITY's contractor(s) shall notify the RAILROAD, not less than fourteen
(14) calendar days prior t6 the time of entering upon the Railroad's property for the purpose of
constructing the roadway.
SECTION 10. The RAILROAD and the CITY, through their representatives, agree to
cooperate in every reasonable manner for the prompt and safe execution of the work in accordance
with the terms of this agreement. The RAILROAD shall be responsible for the maintenance of
railway traffic during the progress of the work performed under this agreement, and shall, unless
otherwise provided in this agreement, furnish at project expense the necessary railroad personnel to
protect its own operations as required by the regUlar operating rules of the RAILROAD. All work
herein provided to be done by the RAILROAD shall be performed in such mariner as not to
interfere unnecessarily with the movement of traffic upon the highway. Any watchmen or fiagmen
necessary to protect or safeguard highway traffic shall be provided by the CITY at its own cost.
Any necessary closure of the highway to traffic during the progress of the work shall be made only
with the approval of CITY.
SECTION 11. It is understood and agreed that the project herein contemplated is to be
financed with the aid of funds appropriated by the Federal Government and expended under
Federal regulations; that all special provisions, plans, estimates of cost, specifications, awards of
contracts, acceptance of project work and procedures in general are subject at all times to all
Federal laws, rules, regulations, orders and approvals applying to it, as a Federal project.
SECTION 12. In the event that delays or difficulties arise in securing necessary approval,
or in acquiring necessary right-of-way, or in settling damages or damage claims, or for other
reasons, which in the opinion of the CITY or INDOT render it impracticable to utilize Federals:
Page 4 of 8
funds from current appropriation for the construction of the project, then at any time before actual
project work is started by the RAILROAD pursuant to proper approval or authority, the CITY,
through INDOT, may serve formal notice thereof upon the RAILROAD and said project shall
thereupon be Cancelled and become null and void. The CITY, through IN-DOT, shall reimburse the
RAILROAD for all costs incurred by the RAILROAD at the written request of the CITY or
INDOT on account of the said project work prior to such cancellation.
SECTION 13. In accordance with Federal Aid Policy Guide 23 CFR, S~tbchapter G, Part
646, Subpart B, Section 646.210 (b)(1), issued December 9, 1991, the construction of the grade
crossing and the installation of grade crossing warning devices are found to be of no ascertainable
net benefit to the RAILROAD and the RAILROAD shall not be assigned liability in the projects
costs.
SECTION 14. The CITY shall require its contractor to take out, before work is commenced
and to keep in effect until work is completed and accepted, a Railroad Protective Public Liability
Policy of Insurance in the name of the Railroad, said policy to be in the form specified in the
Federal-Aid Policy Guide 23 CFR, Part 646, Subpart A issued December 9, t991, and any
subsequent amendments or supplements thereto, which are incorporated herein by reference. The
maximum dollar amounts of coverage with respect to bodily injury, death, and property damage, is
limited to a combined amount of two million dollars ($2,000,00.00) per occurrence with an
aggregate limit of six million dollars ($6,000,000.00) for the term of the policy. The policy of
insurance specified in this section shall be with a company authorized to do business in the State of
Indiana. Further, the City's contractor will certify that he has Contractor's Public Liability and
Property Damage Insuranc? in the amounts indicated in the contract Special Provisions.
SECTION 15. The CITY shall require its contractor(s), upon completion of the work of
such contractor(s), to remove from within the limits of the Railroad's operating right-of-way all
machinery, equipment, surplus materials, faisework, rubbish, or temporary buildings of such
contractor(s), and to leave the operating right-of-way in a neat condition, satisfactory to the Chief
Engineer of the RAILROAD or his authorized representative.
SECTION 16. Pursuant to Indiana Code 22-9-1~10, the RAILROAD shall not discriminate
against any employee or applicant for employment, to be employed in the performance of this
agreement, with respect to hire, tenure, terms, conditions, or privileges of employment or any
matter directly or indirectly related to employment, because of race, color, religion, sex, disability,
national origin, or ancestry. Breach of this covenant may be regarded as a material breach of the
agreement.
SECTION 17. Upon completion of the project, the RAILROAD shall at its own cost and
expense maintain the grade crossing and operate and maintain the grade crossing warning devices
in proper working condition including the renewals as may be necessary, except as may otherwise
b,e provided by law.
SECTION 18. Upon completion of the project, the CITY shall at its own cost and expense
maintain, or by agreement with others provide for the maintenance of the roadway facilities
including the drainage thereof.
Page 5 of 8
SECTION 19. If, at any future time, the parties hereto agree that the need for the grade
crossing warning devices herein contemplated has ceased to exist at the herein designated location,
the P,&ILROAD may with the approval of the CITY remove and/or relocate said devices to any
other crossing on its lines in the CITY. The proposed devices shall become the property of the
RAILROAD or its successor(s) or assign(s), except in the case of termination of the RAILROAD
or its successor(s) or assign(s), as an existing cartier by rail in the State of Indiana, in which case
title to the devices shall revert to the CITY.
SECTION 20. This agreement shall be construed in accordance with and governed by the
laws of the State of Indiana and suit, if any must be brought in the State of Indiana.
SECTION 21. This agreement shall be for the benefit of the parties hereto only, and no
person, firm or corporation shall acquire any rights whatsoever by virtue of this agreement, except
the CITY and the RAILROAD and their successors and assigns.
[Remainder of Page Intentionally Left Blank]
Page 6 of 8
THIS AGREEMENT shall be binding upon the parties hereto, their successors or assigns
IN WITNESS WHEREOF, the parties have caused these presents to be executed by their proper
officers' thereunto duly authorized.
CSX Transportation Inc.
ATTES~/:~
Dale V r. Op ardt
City of Jeffefsonville Board of Public Works
k / ' M'er~beZ~- ~/7 .
,e.moer
Member
Approved As To Form And Legality
Date approved
STATE OF INDIANA
Phelps H. Klika, P.E.
C-.hief, Division of Design
Indiana Department of Transportation
APPROVED
Date
Page 7 of 8
ACK2qOWLEDGMENT for CSX Transportation Inc.
Before me, the undersigned Notary Public in and for said county personally appeared
/
C~ilroad~Company o~ha~po~, and acknowledged the execution of the foregoing Agreement on
thi~<~J'~-'r/day of ~c/~a/~' , 2002, and acknowledged and stated that they are the parties
authorized by the CSX Transportation Inc. to execute the foregoing Agreement.
Witness my hand and seal the said last named date.
My Comm~ssiTn Expires
County of Residence
., Notary Public IIF~S~'"':~ U¥COMUtSSlON#¢¢OS4310 I!
Print or ~e name %¢~;~q5' ~nded ~m Pichard Insurance Aoency
ACKNOWLEDGMENT for City of Jeffersonville
STA'iTE OF ~ cOUNTY OF ~ ,SS:
Before me, the undersigned Notary Public in and for said county personally appeared
Vor s
of the City of Jeffersonville, and acknowledged the execution of the foregoing Agreement on this
j/k~ day of ~ 2002, and acknowledged and stated that they are the part/es
authorized by the City of Jeffersonville to execute the foregoing Agreement.
Witness my hand and seal the said last named date.
My Commission Expires
County of Residence
Print or type
Page 8 of 8
Veterans Parkway ~ CSXT
New Road
STP-9910 (022)
CSXT FILE # IN0200
INDOT # 0200590
E X_ttt-~m:T t
EXHIBIT t-
THIS PAGE INTENTIONALLY LEFT BLANK
EXHIBIT 2
APR.-12'O2(FRll 08:02 GSXT ENG. ~{ATERIALS TEL:904 245 1030 P. 002
CSX TRANSPORTATION, INC...
FORCE ACCOUNT ESTIMATE
AccT. CODE: 709 - 1N0200.
Pub EB - 3 GFP
Page 1 of 3
ESTIMATE VOiD AFTER: 1211212002
DOT NO.: oendln~
LOCATION: Jeffarsonville, Clark Co., IN
DESCRIPTION: Installation of New Road Crossing. Intercit¥ Road (Full Depth Rubber Crossing SuHace)
DIVISION: Louisville SuB-DIV: Hoosier - Nabb Branch MILE POST: _B~49.50
DRAWING NO.: --
DRAWING DATE:
PRELIMINARY ENGINEERING:
Labor (Non Contract)
Surcharge 54.34%
Outside Engineering Services
Expenses
Subtotal
I Oays(~ $ 250.00
! LS $ 500.00
~ Oays~ $ 250.00
! LS $ 500.00
~ Days ~ S
1_~.0 Days~ $ 220.00
g Weeks~ S 198.75
! LS $ 500.00
CONSTRUCTION ENGINEERiNG/iNSPECTION:
Labor (Non Contract)
Surcharge 54.34%
Outside Engineering Services
Expenses
Subtotal
FLAGGING sERVICE: {Contract Labor)
Labor (Conductor-Flagman) ~'
La~or (Foreman/inspector)
Insurance
Surcharge
Surcharge
Per Diem
Expenses
21.00%
93.80% (Transportation Depadmem)
63.97% (Engineering Departmen0
(Engineering Department)
Subtotal
SIGNAL WORK: TO BE FURNISHED BY THE SIGNAL DEPARTMENT IN JA×
Temporary (Details Attached)
P~l'man~,nt (Details Attache~)
/- ~ Subtota[
COMM~JN1CATIONS WORK:
Tempbrary (Details Attached)
Permanent (Details Attached)
Subtotal
,750.00
950.95
500,00
329.00
3.529.95
750.00
407.55
500.00
141.00
,795.55
2,200.00
462.00
'~ ,407.34
500.00
4.569.34
$
$ 136,226.72 .
~ 136,228.72
$
$
$
EXHIBIT. 3
P:AGE
~PR.-ig'O~(TU£) i2:22 TEL:9042451020 P 0[12
CSX TRANSPORTATION, It~C..-
FORCE ACCOUNT ESTIMATE
ACCT. CODE: 709 - ~N0200
Pub EB - 3 GFP
TRACK: LABO~
Traffic Control
Remove Track
Renew Cross Ties
Renew Rail
Install OTM
Instal[ Field We{ds
install Gee-Textile F~br;c
b~stalt Sub-Drains
install Ballast
Line and Sudace
Install Crossing Materials
Inslall Bituminous Pavement
C[eamUp
Insurance 2! .00%
Surchsrge 63,97%
Subsistence
Subtotal
TRACK: MATER~AL
Cross Ties, Main Line
Rail. 136RE, New
Misc. OTM
Geo-Texti~e Fabric
Sub-Drains
Ballast
Field Welds - 136¢
Field Welds- 115¢
Transition Rails 136#/115#
Concrete Full Width
Concrete/Rubber Xleg (csX)
Rubber Grossing, Furl Depth
Sot'id TirCber Crossing
Timber/Asphalt Crossing
Rubber/A~"p~alt Crossing (CSX Standard)
Bituminous Matedal
Material Handling 5.00%
Subtotal
Page 2 et 3
O_ MAN-MRS $ 19.50 $
8..~0 MAN-HRS $ 19.50 5 1,170.00
4.~8 MAN-F.tRS $ 19,50 $ 936,0c
4__~ MAN~HRS ¢ 19,50 $ 936.06
4._.~ MAN-HRS ¢ 19.50 S 936.00
168 MAN-HRS $ 19.50 S 3,276.09
8 MAN-HRS 5 19.50 $ 156.00
28 MAN-HBS $ 19.50 5 548.00
2_~4 MAN-HRS $ 19.50 S 465.0~
4~8 MAN-HP.S S 19.50 $ 936.00
2¢,0 MAN-HRS $ 19.50 $ 4,650.00
_8 MAN-HRS $ 19.50 $ 156.00
0_. MAN-HRS $ 1S 50, $
0_ MAN-HRS $ 15,,~
0 MAN-HRS $ 19.~0 $
48 MAN-HRS $ 19.50 $ 936.06
$ 3,177.72
$ 9,679,9~
9._Z MAN-DAY $ 5SO,Q $ 5,335.00
"$ '"35,324.66
CONTRACT:
Asphstt Paving - City's Responsibility
Disposal of V'4aste Materials
Maintenance of Traffic
Subtotal
~ ~ $ 25.25
31_.._~2 LF $ 9.4~
~ LO~ S 2.000.00
~ RL $ 250.00
280 LF $ 5_00
131 NT $ 15.00
10 EA S 55.25
& EA S 55,25
S EA $ 1,050.80
~ TF S 225.00
~ TF $ 135.00
120 TF $ 280.00
~ TF $ 60.00
~ TF S 35.00
~ TF $ 87.00
~ NT S 70.00
~ NT $ 110.00
19~6 TF S 10.00
~ OAY $ 300.00
3,307.75
2,932.80
2,000.00
500.00
1,680.00
1,965.00
552.50
221.00
4,200.00
33,600.00
2,547,95,
5i;5o7.oo
1,960.00'
- EX}I.tBIT 3
A?R.-16'O2{?UE) 12:22 TEL:90424SlO20 LOC5
CSX TRANSPORTATION, INC. _.
FORCE ACCOUNT ESTIMATE
ACCT. coDE: 709 - IN0200
Pub EM - 3 GFP
Page 3 of 3
PM~ENTAL:
Gang Truck
Beom Truck
Dump Truck
Backhoe
Compressor
Air DdllNVre nch
Tie Tamper (CA'P~
Tie Tamper (Production)
Tie Tamper (Utility)
Ballast Regulator
Relier
Barricades
Subtot&l
2_~.5 DAY .~ 180.40
_8 DA'z $ 304.16
_7 DAv $ 283.04
1_~5 DAY $ 141.84
1~5 DAY $ 113.52
15 DAY $ 11.52
_0 DA',' $ 1,580.16
0 BAY $ 785.60
_2 DAY $ 785,60
_2 DAv $ 28.5,60
_0. DAY $ 39,12
_0 DAY
4,510.0Q
2,433,28
1,981,28
2,127.60
1,702,80
172.80
1,571.20
571.20
15,070.i6
TRANSPORTATION;
Subtotal
,W~RK TRAIN:
Subtotal
i LS
$ 41000100 '
_0 DAY $ 2,060,10
BALVAGE:
Rail
OTM
Subtotal
7,.,51 NT S 65.00
1,96 NT $ 75.00
CONTINGENCIES:
10.00% (Excludes Sig. & Comm.)
GRAND TOTAL ...... * ...........* ..... ****************************
(488
(147,oo)
(635
Ii,769.61
265,12D~$5
,DIVISION O,F COST:
Agency
"' '. Railroad
00.00%
0,00%
265,120.85
265.120.8-5
Of~ce of Distdct Project Engineer
Cincinnati District, Fort Wright, KY
Estimated By: D.J. Fc~e
Telephone: 85~-344~8! 37
DATE: 12/12¢2001 REVISED:
NOTE: This estimate is based on FULL CROSSING CLOSURE during work by Raitroad Forces.
File: (Na'~$urr,~ce FAB
APR.-16'02(IL'El t2:23 TEL:904.~Oc6 P. 0£4
ESTIMATE: 9902041-20620
CSX TRANSPOR-TATION
ESTIMATED COST TO
;NSTALL AUTOMATICALLY CONTROLLED CANTILEVERS AND GATES
JEFFERSONVILLE, IN
INTERCITY RD.
OP#: IN0200
AAR#: NEW PROJECT#: IN2000070
MATERIAL:
SUMMARY
862,14¢.7B
SALES TAX:
$0,00
LABOR
INSTALL)NC-:
CONSTRUCTION: 95 MAN DAYS $19,158.00
SHOP: 5 MAN DAYS $705 .~9
GL~,:S~5;FEHC~ ALIO~CVANCE: · $~,~60.00
RAILROAD .~NGINEERING/PREL M NARY: $2,980.19
RAILR?AD ENGINEERING, CONSTRUCTION: $2,875.,'0
ADDITIVES TO CONSTRUCT)ON L.%BOR: ..... $16,278.85
$5,02.5,57
ADOITIVEU i'(J ENGINEERING:
ADDITIVES TO SHOP LABOR:
$721.00,
EQUIPMENT EXPENSE:
$7,000.00
WASTE MANAGETMC:NT:
$240,00
INVOIC~;
- Q 0.~N?RACT ENGINEERING
(GAT !-$1 ,¢50.00 + CAT 2-$2,750.00 + OAT ~41
$6,033,97
FREIGHT: $2,400.00
220 VAC POWER SERVICE: $0,00
ESTIMATED SALVAGE: $1.00
MISCELLANEOUS CHARGES: ( POWER INSTALL~.TION ) $1,000.00
"~O~I Estl,,,m. at~l Oc~t " ._ _.
DA'TI~; Z/2~/2002
ESTIMATE BY: SAFtETRAN SYSTEMS CORP.
NO~: ~f8 E~TIMA~ 8HOU~ BE CON~IDE~D 'VOID ONE Y~ F~O~ ~E DA~ OF ESTI~
$~38,226.7i'
EXHIBIT :3
PAGE *41 8
02(~UE} 12:2~ TEL:90~24alOzO P. OC~
Catalog Nu~,_
020-0013475
02O-OO13906
020q301~000
020-0014605
020-0052475
02O,-O052920
020-005292~
020-0O53O65
020-0053245
020-0056424
020-0056463
020-0057275
020-0668633
020-1~-0302
020~10403q4
020-1040306
020-1040840
020-1040550
020-t150750
020-1153651
020-1360014
020-1360016
020-1360103
020-1fi0i090
020-2060060
020-3901895
020-3920200
020-3930010
0204200340
Page 2 of 4
Field Materlal I-Jet f~r CSX Project: IN2000070 (Effective: 02114¢2892)
INSTALL AUTOMATICALLY CONTROLLED CANTILEVERS AND GATES
Jeffersonville, IN - B 49.50
Cond Uni~ Price Qty C,.o_s[ Description
1 1.48 130 192.40 CONNECTOR TRACK DAW SSPT OF(
ERICO SSPAC3ACSX APPLY 3/16"
1 4.37 350 1529.60 CABLE UG 16 COND 6 NO 6 AWG
SOLID C 10 NO '14 AWG SOLID C
· 1 .3.03 '100 303.00 CABLE UG 10 OOND NO 9 AWG'
SOLID C CSX SPEC SS798 SHOW
I 2296.80 2 4593.60 FOUNDATION 5'-6-1/2" SECT
PRECAST CONCRETE ASSY BOLT
I 3.30 4 13,20 ARM 0CSX27193 SHORT EXTENSION
7-1/4" LG ALUMINUM ALSO
1 0.44 6 2.20 BAND C-204 BAND IT l/2" SS
BURCO ORDER BY THE FT
1 0,31 4 1,24 BUCKLE C-254 BAND IT 112 IN
SS BURCO
I 2.63 67 176.21 BOND 3/16" X 6-I/2" STYLE XS
RAIL HEAD W[WELD METAL &
1 1.10 150 165.O0 CABLE UG 3 COND NO 9 AWG
SOLID C CSX SPEC SS796 SHOW
1 60,42 4 241.68 BRACKET SiGN 10" MAST W/SPLIT
BOLTS FOR ALL SIGNS REQUIRING
1 4963.00 2 9926.00 SIGNAL 02286 HWY CROSSING
GATE ASSY CSX DWG SS222 INOL
! 0.68 350 238.00 WIRE UG TRK TWIST PAIR NO 6
AWG SOL C NEOPRENE JKT CSX
1 6107..50 2 12215.00 SIGNAL 023156 HWY XING 24
ALUM 1-MAST CANTLR FL LT ASS',"
· i 139.04 7 973.28 BATTERY GNB 50A07 ABSOLTE lie
160A.H EA MAINTENANCE FREE
I 167.48 6 1004,88 BATTERY GNB 50A11 A$SOLTE
265AH ~ MAINTENANCE FREE
'1 · 231.55 6. 1389.30 BATTERY GNB 50A,,!5 AB,SOLTE IfF
370AH EA MAI NTENANCE. FREE
1 27_18 2 54.36 TRAY PVC BATT FIBER CO
82687-1-P 12" WIDTH 24" LONG'
I 37.89 1 37,89 TRAY PVC BATT FIBER CO
82.687-3-P 12' WIDTH 38"
1 0.43 156 67.08 BONB STRAND 3/16" DIA 7
STRANDS OF 19 STR EACH 6 WITH
'~ 1.55- 8 12.40 CUP TRK WIRE RETAIN ERICO
' SB,A2.48B SPRING STEEL SAR 1075
1 693_11 1 693A 1 PACKAGE FOREMANS CARE FOR
ALUMINUM TYPICAL BOM FOR USE
I 15.39 1 15.39 PACKAGE SAFETY & SECURMENT
WiTH IEA OAUTION TAG 1 EA
I ,943.41 1 943.41 LAYOUT METER SERVICE WITH 25'
POLE CSX DWG SS351 SH 2 ITEMS
1 4,.20 175 735.00 CABLE UG 9 COND NO 6 AWG
SOLID C CSX SPEC SS796 SHOW
1 372.78 2 745.56 FOUNDATION ASSY 5'-7"' HT TYPE
S-2 SEO~ONAL PRECAST
1 ' 81.00 2 162.00 TiP FLEX HWY CROSStNG GATE 24
IN LONG RED & WHITE STRIPES
1 185.88 '~ 185.88 BELL GCWD ELECTRONtC 4"' OR 5"
MAST 8 TO 1;3 VOLTS DC GSI PN
1 3.60 2 7,20 KIT GATE ARM WARNING STICKER
KIT {NCLUDES 1-EA 5"X3"
1 1.04 47 48.88 LINK TEST OFFSET,LINK lIN
CENTERS INSULATED W/SPECIAL
EXHIBIT. 3
02__/25/2082
,~ , %EL.9042451020 P 0CS
02(TUE) 1~:2o
Catal0g Num
020-0003388
020-0017120
.,020-00172~ 1
020-.0017311
020-0021965
020-0022851
020-0022754
02O-O025595
02O-0053390
020-0056514
C20.-0660075
B20-3750090
029-O?70060
020-1940055
020-2552460
020-2901190
020-.3430110
020-3430115
020-343O135
020-3430t70
020-3430185
020-4200100
020-.4200340
020-4200360
020-80OO067
o2a-~100034
Cond
1
1
Shop Material List for CSX Project: IN2000070 (EffectiYa' 02/14/2002)
iNSTALL AUTOMATICALLY CONTRO LLE D CANTILEVERS AND GATES
JeffersonvHle, IN - B 48.50
Unit Pdce .... ~ty Cost Descdptior~
1 6553.00 HOUSE 6X6L ALUM INCLUDES 5
6553,00
13.41
277.29
22.89
9.05
48.76
75.0t
16,94
421.96
9.07
355.10
4,99
~0.76
~5.42
6957.19
9,q6
270,00
518.40
399.60
426.86
378.00
5.93
1.04
4.47
14.21
2421,90
3
1
12
1
5
1
3
1
1
3
~7
1
1
1
1
1
1
1
1
3
47
9
2
Cost: $
SHELFS, FARADAY CLOSET, 120V
40.23 BLOCK 'FERMINAL 12 WAY SINGLE
STRIP AAR DWG 10544 MP 14.1.6
277.29 TRANSFORMER 01 (T520.50X L~GHT
750VA MOD SLT 50 SAF~- I hLAN PRI
274,68 RESISTOR 029602-52X ADJ 0,035
TO '1.60 OHMS SAFETRAN PL K326
9,05 EXTRACTOR DWG 59688-4
TERMINAL GRS CAT P3-308 REF
243.80 PLUGBOARD KIT TYPE B1 OR ST1
RELAY ASSEMBLY WITH 22 EACH
75,01 RECTIFfER SAFETRAN 590000-X
SILICON USE WITH SAFETRAN
16.94 WRENCH DWG 55393-3 GR1 "E"
TERMINAL POST NUT GRS CAT
1265,88 CHARGER BAI ~ ~-RY NRS 12/20 SCR
SOLID STATE 20 AMP ROTARY
9.07 SOCKET 27E166 RELAY PO ~ ~ ~R
BRUM FOR PB TYPE KHAU 4FB NV
355.10 ARRESTER GE 9LIOKAA212 FOR
APPLICATION ON 120 VOLT
14,97 NUT INSULATED SAFETRAN
023408-1X %3/16" FOR 120V AC
505.72 ARRESTER US&S.N451552-0201
'r'RAC.K SERIES RED LABEL USGA
5,42 CONTAINER CIRCUIT PRINT 24''
SCHEDULE 20 4" PVC PIPE WITH
6957.19 DETECTOR HARMON 300608-200
PMO-3R SYSTEM W/SKHZ PSt AND
· 9.06 RELAY P&B KHAU17A12-120.
POWER-OFF FOR GENISYS SYS'TEM
270.00 RELAY SAFETRAN 400004
4FB-2F-1B NEUTRAL 500 OHMS
518,40 RELAY SAFETRAN 400005 4FB
HD-2FB NEUTRAL 500 OHMS CSX
399.60 RELAY SAFETRAN 400213 2FB
SLOW RELEASE 44i0 OHMS CSX REF
426.86 RELAY SAFETRAN 400800-CSX 6FB
HD POWER TRANSFER 100/100
378.00 RELAY SAFbl {-~N 400760-X 4FB
FLASHER 60 OHMS COMPLETE WITH
17.79 CONNECTOR BUS 1" CENTERS 1/2"
X36' 18 GAGE PUNCHED !/4" X
48,88 LINK TEST OFFSET LINK lIN
CENTERS INSULATED W/SPECIAL
40.23 LINK INSUL TEST 2-3/8"
CENTERs CENTER CONTROL TEST
28,42 LOCK AMERIC~uM HI OKA CSX
SIGNAL PADLOCK W/BK CHROME
2421,90 RECORDER EVENT HARMON HAWK
ASSEMBLY COMPLETE WiTH
21162.49
Total
EXHIBIT 3
0~25~002
Page 1 of 4 EStimate ID: IQ1579 ~
~6'02(TUE) 12:24 TEL:9)42451020 P. 008
Catalog Num
N/A
020-0017605
" "020'-0017607 '
'02O-0017625
020-001'7630
020-0017635
020-0028610
020-326197O
02O-4.200880
Consumable~ List for CSX Project: IN2000070,(Effewtive: 02/t4/2002)
INSTALL AUTOMATICALLY CONTROLLED CANTILEVERS AND GATES
Jeffecsonv[lle, IN - B 49,50
Ccnd Unit Pdce Qty Cost Description
10 2000,00 FILL MATERIAL, 10 CUBIC YARDS
1 800,00 WALKWAY ROCK, 10 CUBIC YARDS
350 70.00 WIRE CASE 10 AWG FLEX, CSX
SPEC SS796 OKONITE
' 250.00 WIRE CASE 'i-W 'PR NO'10. AWG"
1
020-.42OO892 1
020-425119O 1
O2O..4251290 1
020-4251295 1
020-S999992 1
200.00
800.00
0.50 5OO
0.33 150
0.11 2O0
0,75 130
0.49 100
8,91 2
0.51 2
O.42 27
0.56 120
0,62 30
,0.55 8
8o.oo 1
0,02 100
To~l Cost $
FLEX CSX SPEC SS796 TVVlST 2
49,50 WIRE CASE TW PR NO 14 AWG
FLEX CSX SPEC SS796 TWIST 2
22.00 WIRE CASE NO 16 AWG FLEX CSX
SPEC SS796 FURN 1000 FT SPOOL
97.50 WIRE SIGNAL DEL 018 NO 6
COPPER STRANDED SINGLE
49,00 TERMINAL RING AMP 35628
YELLOW PLASTI-BOND HVY DUTY
17.82 DECAL ASSY 2" BLACK PRESSURE
SENSITIVE VINYL PRE-MASKED
1.02 CONNECTOR TERMINAL 2-3/8"
CENTERS AAR 14.%I5-4 NICKEL
11,34 CONNECTOR TERMINAL 1" CENTERS
AAR 14,1.15-3 NICKEL PLATED
67.20 TERMINAL RING AMP 35627 BLACK
PLASTI-BOND WiRE SIZE 10-12
18,60 TERMINAL WIRE AMP 322051 SLUE
WIRE SIZE NO 6 AWG 1/4" STUD
3.3~ TERMINAL WIRE AMP 322007 BLUE
WiRE SIZE NO 6 AWG 3/8".STUD
50.00 ,~OUSE, SIGNAL HANDLING
CHARGE, BURCO DISTRIBUTION
2.00 SCREW lOX 1" SHT METAL PAN
HD TYPE A COARSE THREAD
3509.28
Page 4 of 4
EXHtBtT 3
07J25/2002
,.o02) . :,
;ATFS
&W SSPT OR
~PLY 3116"
,~O 6 AWG
sOLiD C
) g AWG'
T98 SHOW
sECT
~.SSY BOLT
{T EXTENSION
_SO
~2" SS
r 112 IN
'YLE XS
ETAL &
i 9 AWG
;796 SHOW
~.ST W/SPLIT
,~ REQU{RtNG
'~OSSING
, SS222 INOL
~AIR NO 6
4E JKT CSX
<tNG 24
R FL LT ASS¥
ABSOLTE I~P.
ICE FREE
ABSOLTE lIP
qcE FREE
~sOLTE lIP '.
qC~ FREE
R CO
24" LONG'
iR CO
OIA7
EACH 6 wITH
kin ERICO
EEL SAE 1075
~S CARE FOR
BOM FOR USE
~ SEcuRMENT
TAG 1 EA
{vICE WtTH 25'
~51 SH 2 ITEMS
40 6 AWG
SS¥96 SHOW
5'-7" HT TYPE
~cAST
SS~NG GATE 24
!TE sTRtPES
RONIC 4" OR 5"
-S OC G$1 PN
~,NING 8TICKER
· 5"X3"
'LINK lIN
'ED W/SPECiAL
02./25/2002
g'O2(TUE) 1~:24 TEL:9G42651020
Ca~[og Num
0204200900
020-999@991
250-0010780
360.O006100
360-0800145
! Field Materla! List fc;r CSX Project.' IN2000070 (Effsc-tJve: 02]14/200_2_)e
INSTALL AUTOMATICALLY COHTROLLED CANTILEVERS AND GATE~
JeffersbnvHle, IN - B 49.50
Oc~d Unit Pdce
1 0.20
1 100.00
'~ 1 6.05
I 33.44
~ 4.39
, ,Qty
10
1
· 110
1
1
Cost Description
2.00 CONNECTOR SHEATHING AMP
329860 FOR NO, 14 WIRE
100.00 BLOCKING AND BRACING FOR
PROJECTS BUR. CO DIST
· 665.50 CONDUI .'T'GALV RIGID 4"STL 10
LENGTH W/TAPERED 'Tt.4, READS ON
33,4z~ STOOL STEP WOOQ !4"X 20"
SIGNAL MAINTAINER.S CSXT
4.39 BROOM WAREHOUSE COR.N HVY DU"FY.
lb300
Total Cost: $ 37477.~;8
Page 3 of 4
EXHIBIT. 3
02/25/2002
'6'02(TUE) 12:24 TEL:9)42451020 P. O0~
Catalog Num
N/A
N/A
020-0017605 l
"02~0017607' ·
'020-001762~ 1
020-0017630 1
020-0017635 1
020-0028610 1
O20-3261970 1
020-4200880
O20-420O892 1
020-Z-251190 1
O20.4251290
020-4251295 1
020-~999992 1
~50-00~212
Consumables List for CSX Project: IN2000070 (Effective: 02.tt4/2002]
INSTALL AUTOMATICALLY CONTROLLED CANTILEVERS AND GATES
Jeffersonville, IN - lB 49.50
Cond Uni[ Pdce Qty Cost Description
200.00 10 2000,00
600.00 I 800.00
020 350 70.00
0.50 500 ' 250,00
0.33 150 49.50
0.11 200 22.00
0,75 130 97.50
0.49 100 49.00
8.91 2 17.82
0.5t 2 1.02
0.42 27 11.34
0,56 120 67.20
0.62 30 18.60
.0.55 6 3.30
50.00 1 50.0O
0.02 100 2,00
FILL MATERIAL. 10 CUBIC YARDS
WALKWAY ROCK, 10 CUBIC YARDS
WIRE CASE 10 AWG FLEX, CSX
SPEC SS796 OKONITE
WIRE CASE TW'PR NO'10 AWG"
FLEX CSX SPEC SS796 TWIST 2
WIRE CASE TW PR NO 14 AWG
FLEX CSX SPEC SS796 TWIST 2
WiRE CASE NO 16 AWG FLEX CSX
SPEC SS795 FURN 1000 FT SPOOL
WIRE SIGNAL DEL 018 NO 6
COPPER STRANDED SINGLE
TERMINAL RING AMP 35628
YELLOW PLASTI-BOND HVY BUTY
DECAL ASSY 2" BLACK PRESSURE
SENSITIVE VINYL PRE-MASKED
CONNECTOR TERMINAL 2-3i8"
CENTERS AAR 14.%15-4 NICKEL
CONNECTOR TERMINAL 1" CENTERS
AAR 14.1.15-3 NICKEL PLATED
TERMINAL RING AMP 35627 BLACK
PLASTI-BOND WIRE SIZE 1(~12
TERMINALW[RE AMP 322051 BLUE
WERE SIZE NO 6 AWG 1/4" STUD
TERMINA~ WIRE AMP 322007 SLUE
WIRE SiZE NO 6 AWG 3/8".STUD
.~OUSE, SIGNAL HANDLING
CHARGE, BURCO DISTRIBUTION
SCREW 10 X 1" SHT METAL PAN
HD 3'YPE A COARSE THREAD
TQtsl Cost: $ 3509.28
EXHtBtT 3
Page 4 of 4 02J25/2002
January 6, 1978
July 26, 1983, Revised
APPENDIX "A"
Dudng the performance of this contract, the contractor, (for itself, its assignees and successors in interest (hereinafter referred to as the
"Contractor") agrees as follows:
(1) Compliance with Requlafions: The contractor shall comply with the Regulations relative to nondiscrimination in federally assisted
programs of the Department of Transportation Title 49, Code of Federal Regulations, Part 21, as they may be amended from time
to time, (hereinafter referred to as the Regulafions), which are herein incorporated by reference and made a part of this contract.
(2) Nondisedmination: The contractor, with regard to the work performed by it dudng the contract, shall not discdmthata on the
grounds of race, color, sex or national odgin in the selection and retention of subcontractors, including procurements of matadaIs
and leases of equipment. The contractor shall not participate either directly or indirectly in the discrimination prohibited by Section
21.5 of' the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the
Regulations.
(3) Solicitations for Subcontracts: thciudinq Procurements of Materials and Equipment: In all solicitations either by competitive bidding
or negotiation made by the contractor for work to be performed under a sub-contract, including procurements of materials or leases
of equipment, each potential subcontractor or supplier shall be notified by the contractor of the contractor's obligations under this
contract and the Regulations relative to nondiscdmlnation on the grounds of race, color, sex or national origin.
(4) Information and Reports: The contractor shall provide alt information and reports required by the Regulations, or directives issued
pursuant thereto, and shall permit access to its books, records, accounts, other sources of information and its facilities as may be
determined by the Indiana Department of Transportation or the Federal Highway Administration to be pertinent to ascertain
comptianoe with such Regulations or directives. Where any information required of a contractor is in the exclusive possession of
another who fails or refuses to furnish this information the contractor shall so certify to the Indiana Department of Transportation, or
the Federal Highway Administration as appropriate, and shati set forth what effods it has made to obtain the information.
Notwithstanding any of the provisions or terms of Appendix "A" as contained within this agreement, it is agreed that the Company
does not waive any of its substantive or procedural dghts or any of its legal, procedural or factual defenses which it may have
under any present or subsequently enacted or modified Federal or State statute, regulation or order.
(5) Sanctions for Noncomf~tiance: In the event of the contractor's noncompliance with the nondiscdmthation provisions of Bis
contract, the Indiana Department of Transportation shall impose such contract sanctions as it or the Federal Highway
Administration may determine to be appropriate, including, but not limited to:
(a) withholding of payments to the contractor under the contract until the contractor complies, and/or
(b) cancellation, terminafion or suspension of the contract in whole or in part.
(6) Incorporation of Previsions: The contractor shall include the provision of paragraphs (1) through (7) in every subcontract, thduding
procurements of matsdals and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The
contractor shati take such action with respect to any subcontractor or procurement as the Indiana Depaflment of Transportation or
the Federal Highway Administration may direct as a means of enforcing such provisions including sanctions for noncompliance:
Provided, however, that, in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or
supplier as a result of such direction, the contractor may request the Indiana Department of Transportation to enter into such
litigation to protect the interests of the State, and, in addition, the coniractar may request the United States to enter such Ii!igation
to protect the interests of the United States.
(7) Nonseqreqated Facilities: By submission of this bid, the execution of this contract or subcontract, or the consummation of this
materials supply agreement, as apprepdats, the bidder, Federal-aid construction contractor, subcontractor, or materials suppIier,
as appropriate, ce~fies that he does not maintain or provide for his empIoyoes any segregated facitifies at any of his
estabtishments, and that he does not permit his empl0yoes to perform their services at any location, under his control where
segregated facilities are maintained. He certifies fuCher that he will not maintain or provide for his employees any segregated
facilities at any of his establishments, and that he will not permit his emptsyees to perform their services at any location, under his
control, where segregated facilities are maintained. He agrees that a breach of this oertificetico is a viotatico of the Equal
Opportunity clause in this contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work
areas, restrboms and washrooms, restaurants and other eating areas, time-clocks, locker rooms and other storage or dressing
areas, parking lots, ddnking fountains, recreation or entertainment areas, transpodafion, and housing facilities provided for
employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, cotsr, or national odgin,
because of habit, local custom, or othen,¥ise. He agrees that (except where he has obtained identical oedJficetions from proposed
subcontractors and matedal suppliers for spedfic time periods), he will obtain identical certification from proposed subcontractors
or rnatadal suppliers pdor to the award of subcontracts or the consummation of matadaI supply agreements, exceeding $10,000
which are not exempt from the provisions of the Equal Opportunity clause, and that he wiIl retain such cedificaticos in his files.
iD GATES
K D&W sSPT OR
X APPLY
} 6 NO 6 AWG
.WG $OI, JD C
} NO 9 AWG'
SS796 SHOW
/2" sECT
TE ASSY BOLT
4CRT EXTENSION
,4 ALSO
,T l/2" SS
THE FT
' sTYLE XS
D METAL &
NO 9 AWG
; SS796 SNOW
' MAST W/SPLIT
GNS REQUIRING
( cROSSiNG
~WG SS222 INOL
ST PAIR NO 6
~,~¢ENE JKT CSX
XING 2,4
· ITLR FL LT ASS¥ ..
\07 ABSOLTE lip ·
NANCE FREE
~,I 1 AE;SOLTE lip
NANCE FREE
.NANCE FREE
:IBER CO
)TH 24" LONG'
:IBEA CO
)TH 38"
'16" DIA?
STR EACH 6 WiTH
',ETAI N ERICO
~ STEEL SAE 1075
,,1ANS CARE FOR
3AL BOM FOR USE
t'W & SECURMENT
iON TAG 1
SERVICE WITH 25'
SS351 SH 2 ITEMS
'4D NO 6 AWG
'EC SS796 SHOW
~SY 5'-7" HT TYPE
pR~C;AST
;ROSSING GATE 24
WNITE STRIPES
5CTRONtC 4" OR 5"
'OLTS DC GSI PN
~VARNING 8TICKER
t-EA 5"X3"
sET LINK
LATED WISPF. GtAL
02/25¢2-002
January 6, 1978
July 26, 1983, Rev[sed
APPENDIX "A"
Dudng the performance of this contract, the contractor, (for itself, its assignees and successors in interest (hereinafter referred to as the
"Contractor") agrees as follows:
(1) ~Complianoe with Requlations: The contractor shall comply with the Regulations relative to nondiscrimination in federally assisted
programs of the Department of Transportation Title 49, Code of Federal Regulations, Part 21, as they may be amended from time
to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a par[ of this contract.
(2} Nondiscdm nation: The contractor, with regard to the work performed by it during the contract, shall not discriminate on the
grounds of race, color, sex or national odgin in the selection and retention of subcontractors, including procurements of materials
and leases of equipment. The contractor shall not participate either directly or indiractiy in the discrimination prohibited by Section
21.5 of the Regulat~oos, including employment practices when the contract covers a program set forth in Appendix B of the
Regulations.
(3) Solicitations for Subcontracts: Includinq Procurements of Materials and Equipment: In all solicitations either by competitive bidding
or negotiation made by the contractor for work to be performed under a sub-con[~,~ct, including procurements of materials or leases
of equipment, each potential subcontractor or supplier shall be notified by the contractor of the contractor's obligations under this
contract and the Regulations relative to nondiscrimination on the grounds of race, color, sex or national odgin.
(4) Information and Report~: The contractor shall provide al~ information and reports required by the Regulations, or directives issued
pursuant thereto, and shall permit access to its books, records, accounts, other sources of information and its facilities as may be
determined by the indiana Department of Transportation or the Federal Highway Administration to be pertinent to ascertain
comptiance with such Regulations or directives. Where any information required of a contractor is in the exclusive possession of
another who fails or refuses to furnish this information the contractor shall so certify to the indiana Department of Transportation, or
the Federal Highway Administrafion as appropriate, and shall set forth what efforts it has made to obtain the information.
Notwithstanding any of the provisions or terms of Appendix "A" as contained within this agreement, it is agreed that the Company
does not waive any of its substantive or procedural dghts or any of its legal, procedural or factual defenses which it may have
under any present or subsequently enacted or modified Federal or State statute, regulation or order.
(5) Sanctions for Noncompliance: In the event of the contractor's noncompliance with the nondiscrimination provisions of this
contract, the indiana Department of Transportation shall impose such contract sanctions as it or the Federal Highway
Administration may determine to be appropriate, including, but not limited to:
(a) withholding of payments to the contractor under the contract until the contractor complies, and/or
(b) cancellation, termination or suspension of the contract in whole or in part.
(6) Incorporation of Provisions: The cenbactor shall include the provision of paragraphs (1) through (7) in every subcontract, including
procurements of materials and leases of equipment, unless exempt by the Regulafions, or directives issued pursuant thereto. The
contractor shall take such action with respect to any subcontractor or procurement as the Indiana Department of Transportation or
the Federal Highway Administration may direct as a means of enforcing such provisions including sanctions for noncompliance:
Provided, however, that, in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or
supplier as a result of such direction, the contractor may request the Indiana Department of Transportation to enter into such
litigation to protect the interests of the State, and, in addition, the contractor may request the United States to enter such litigation
to protect the interests of the United States.
(7) Nonseqreqated Facilities: By submission of this bid, the execution of this contract or subcontract, or the consummation of this
matadals supply agreement, as appropriate, the bidder, Federatraid construction contractor, subcontractor, or materials supplier,
as appropriate, certifies that he does not maintain or provide for his employees any segregated facilities at any of his
establishments, and that he does not permit his employees to perform their services at any location, under his control, where
segregated facilities are maintained. He certifies further that he will not maintain or provide for his employees any segregated
facilities at any of his establishments, and that he will not permit his employees to perform their services at any location, under his
control, where segregated facilities are maintained. He agrees that a breach of this certification is a violation of the Equal
Opportunity clause in this contract. As used in this cedificetlon, the term "segregated facilities" means any waiting rooms, work
areas, restroema and washrooms, restaurants and other eating areas, time-clocks, locker rooms and other storage or dressing
areas, parking lots, ddnking fountains, recreation or entertainment areas, transportation, and housing facilities provided for
employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color, or national origin,
because of habit, local custom, or otherwise. He agrees that (except where he has obtained identical certifications from proposed
subcontractors and matedal suppliers for specific time periods), he will obtain identice[ certiflcetion from proposed subcontractors
or material suppliers prior to the award of subcontracts or the consummation of material supply agreements, exceeding $10,000
which are not exempt from the provisions of the Equal Opportunity clause, and that he will retain such certi~cetions in his files.
~' 02(IUE) 12:24 TEL:9!~42451020 P. 0C? _
Ca. Icg Num
0204200900
020-9999991
'- 250-0010780
360~006100
360-0800145
1
1
Field Matedal'~st f~r CSX Prcject: IN2000070 (Effecti'~e: 02/1412~0~)
INSTALL AUTOMATICALLY CONTROLLED CANTILEVERS AND GATES
Jefferson¥ille, IN - B 49.50
Unit Pdce Qty Cost Description
0.20 10 2.00 CONNECTOR SHF-ATHING AMP
329860 FOR NO, 14- WIRE
100.00 I 100.00 BLOCKING AND BRACING FOR
PROJECTS BURCO DIST
' ' ' 6.05 ' 110 ' 66~.50 OONDUIT'GALV RIGID 4"STL I0
LENGTH W/TAPERED THRFJ:~S ON
33,44 1 33.4~ STOOL STEP WOOD 14"X 20"
SIGNAL MAINTAINERS CSXT
4.39 I 4.39 BROOM WAREHOUSE CORN HVY DU'I-Y
ID300
Total Cost: $ 37477.98
EXHIBIT::3
Page 3 of 4. 07J25/2082
AGREEMENT COVERING
CONSTRUCTION OF ROADWAY APPROACHES
CONSTRUCTION OF HIGHWAY-RAILWAY GRADE CROSSING
AND
INSTALLATION OF GRADE CROSSING WARNING SYSTEM
Draft of:
Project #:
AAR/DOT #:
DES #:
June 17, 2002
STP-C730 (009) - Road Contract
STP-9910 (022) - Railroad Force Account
New (unassigned)
9880130 - Road Contract
0200590 - Railroad Force Account
THIS AGREEMENT, made and entered into by and between the City of Jeffersonville, acting by
and through the Board of Public Works, hereinafter called the "CITY", and CSX Transportation
Inc., hereinafter called the "RAILROAD".
WITNESSETH
WHEREAS, in the interest of public safety and convenience, the CITY desires to construct a new
public roadway, at the location which is shown on Exhibit 1;
WHEREAS, said new public roadway, identified as Veterans Parkway, will cross the tracks and
operating fight-of-way of the RAILROAD in Jeffersonville, Clark County, Indiana at the location
as shown on Exhibit 1;
WHEREAS, to accommodate the proposed construction of Veterans Parkway, it is necessary to
construct a highway-railway-at-grade crossing and to install a train activated grade crossing
warning system;
WHEREAS, the Indiana Department of Transportation will recommend this project to the Federal
Highway Administration for construction with the aid of federal funds apportioned to the State as
authorized by Title 23, of the United States Code, (Public Law 85-767, 85th Congress) or any other
Acts supplemental thereto or amendatory thereof; and
WHEREAS, the Indiana Department of Transportation will award the contract and act as liaison
agent for the CITY with the Federal Highway Administration (where the word "INDOT" appears
in this agreement, it will indicat~ that the Indiana Department of Transportation is performing an
act for the CITY as required by the Federal Highway Administration).
NOW, THEREFORE, in consideration of the premises and the mutual dependent covenants
herein contained, the parties hereto agree as follows:
Page 1 of 8
SECTION 1. The RAILROAD, insofar as its title enables it to do so and subject to the
rights of the RAILROAD to operate and maintain its railroad and railroad appurtenances along, in
and over its right-of-way, grants the CITY, its contractors and agents the right to enter upon lands
owned and/or operated by the RAILROAD for the purpose of constructing and maintaining the
roadway facilities in accordance with the general plans and specifications for Project STP-C730
(009), which are incorporated and made a part hereof by reference. It is understood that the actual
conveyance of land or rights, if such are required by Indiana State Law, shall be by means of other
instruments to be negotiated between the CITY and the RAILROAD.
SECTION 2. Detailed plans and specifications for the roadway construction project shall
be prepared by the CITY and approved by 1NDOT and the Federal Highway Administration. All
plans and specifications affecting the interests of the RAILROAD shall be subject to approval by
the Chief Engineer of the RAILROAD, or authorized representative, before work is commenced.
No changes in the plans or specifications affecting the interests of either party hereto shall be made
without the written consent of said party.
SECTION 3. The parties hereto shall perform or cause to be performed the following
items of work to accommodate the plans and specifications for Project STP-C730 (009):
(a) Work by the CITY:
(1)
The CITY shall be responsible for causing the construction of the roadway,
including al~ necessary grading, paving, roadway drainage and other drainage made
necessary by the construction of the roadway facilities.
(2)
The CITY shall place and maintain railroad advance warning signs and railroad
crossing pavement markings in accordance with the 1988 edition of the Indiana
Manual on Uniform Traffic Control Devices for Streets and Highways, and any
subsequent amendments, revisions, or supplements thereto.
(b) Work by the RAILROAD:
(1)
The RAILROAD shall construct the grade crossing and install a rubber crossing
surface to conform to the proposed roadway profile and width. Such work shall be
in accordance with the manufacturer's specifications, which are subject to prior
approval by INDOT and the Federal Highway Administration, and shall be in
accordance with the Indiana Department of Transportation's Special Provisions for
Construction of Highway-Railway Grade Crossings, revised March 7, 1996, which
are incorporated and made a part hereof by reference.
(2)
The RAILROAD shall install new train activated warning devices consisting of
cantilevered flashing light signals with gates and bell. The design and installation of
such warning devices shall conform with the State of Indiana Special Provisions
Installation of Active Warning Devices at Highway-Railway Grade Crossings
revised March 6, 1997, which are incorporated and made a part hereof by reference
and applicable requirements of Part VIII of the 1988 edition of the Indiana Manual
Page 2 of 8
on Uniform Traffic Control Devices for Streets and Highways, and any subsequent
amendments, revisions, or supplements thereto.
SECTION 4. The RAILROAD shall furnish to the CITY in reproducible form an estimate
of costs to be incurred by the RAILROAD for the project. This estimate of costs, hereinafter
referred to as force account estimate, shall be subject to approval by INDOT, and is made a part of
this agreement and attached hereto as Exhibit 3.
SECTION 5. All materials shall be furnished by the RAILROAD and delivered to the
crossing site at project expense. The Railroad's specifications for such materials shall be subject to
approval by INDOT and the Federal Highway Administration. All materials to be installed shall be
new, except as otherwise specifically approved by rNDOT and the Federal Highway
Administration prior to installation.
SECTION 6. The construction of the grade crossing and installation of the grade crossing
warning system shall be performed by the RAILROAD with its own forces on a force account
basis. If the RAILROAD is unable to perform any part of the work with its own fomes, it may
request permission oflNDOT to receive bids to do the work by contract. After receiving approval
from INDOT, the RAILROAD may proceed to solicit bids and, subject to concurrence by INDOT,
award a contract to the lowest qualified bidder. Subject to the prior approval of 1NDOT, existing
continuing contracts under which certain work is regularly performed for the RAILROAD and
under which the lowest available costs are developed will be held to comply with the above
requirements. The provisions of Appendix "A" of the 1964 Civil Rights Act, attached hereto, shall
apply to any portion of the work, including engineering services, which the RAILROAD may
perfoFn by the contract method.
The RAILROAD shall keep complete records of the above work to be performed by it and shall
submit to INDOT on request such information as it may require concerning the cost and other
details of the work. The Railroad's accounts shall be kept in such manner that they may be readily
audited and actual costs readily determined, and such records shall be available for audit by
representatives of the CITY, INDOT and the Federal Highway Administration for a period of three
years from the date final payment has been received by the RAILROAD for the project. Except as
other~vise provided in this agreement, the CITY, through INDOT, shall reimburse the RAILROAD
for the actual cost of the project work, (herein referred to as the project expense) performed by the
RAILROAD, which is estimated to be Two Hundred Sixty Five Thousand One Hundred T~venty
Dollars and Eighty Five Cents ($265,120.85). In the event there are increases in the extent of the
work or changes in methods of performing the project work, the amount of the fome account
estimate may be increased by mutual agreement. The eligibility for reimbursement of costs or
changes to the Railroad's facilities and the facilities jointly owned or used by the RAILROAD and
utility companies shall be determined in accordance with the provisions set forth in the Federal-Aid
P~.olicy Guide 23 CFR, Subchapter B, Part 140, Subpart I, and 23 CFR, Subchapter G, Part 646,
Subpart B issued December 9, 1991, and any subsequent amendments or supplements thereto,
which are incorporated herein by reference.
It is agreed that progress payments will be made by INDOT to the RAILROAD for the total
amount of work done as shown on monthly statements, or when the amount due the RAILROAD
equals $1,000.00 or more, said progress billing to be paid within thirty-five (35) days of receipt of
Page 3 of 8
the Railroad's progress billing. The RAILROAD shall notify IN-DOT's Seymour District Railroad
Engineer upon completion of said force account work and arrange for the final inspection thereof
by representatives of INDOT. Any deficiencies found by such final inspection shall be corrected
by the RAILROAD prior to submitting its final bill. Upon receipt of the final bill, the RAILROAD
shall be reimbursed for such items of project work and project expense, in such amounts as are
proper and eligible for payment and the project shall be submitted for final audit by INDOT. In the
event final audit discloses that the RAILROAD has been reimbursed more than the amount due
under the terms of this agreement, the RAILROAD shall promptly repay INDOT the amount
overpaid to the RAILROAD. Billings to INDOT shall clearly show whether they are partial or
final claims.
The RAILROAD shall not commence any of the work to be undertaken by it hereunder until
notified in writing by INDOT to proceed, and said work by the RAILROAD shall be commenced
within thirty days after such notification to proceed. Buying and assembling of materials shall be
construed as compliance with the foregoing thirty-day (30) provision.
SECTION 7. The RAILROAD shall coordinate ali work described in Section 3(b) with the
CITY's roadway construction project.
SECTION 8. The RAILROAD shall notify the Indiana Department of Transportation not
less than (14) fourteen calendar days prior to the time of starting the actual construction of the
project.
SECTION 9. The CITY's contractor(s) shall notify the RAILROAD, not less than fourteen
(14) calendar days prior td the time of entering upon the Railroad's property for the purpose of
constructing the roadway.
SECTION 10. The RAILROAD and the CITY, through their representatives, agree to
cooperate in every reasonable manner for the prompt and safe execution of the work in accordance
with the terms of this agreement. The RAILROAD shall be responsible for the maintenance of
railway traffic during the progress of the work performed under this agreement, and shall, unless
otherwise provided in this agreement, furnish at project expense the necessary railroad personnel to
protect its own operations as required by the regular operating rules of the RAILROAD. All work
herein provided to be done by the RAILROAD shall be performed in such manner as not to
interfere unnecessarily with the movement of traffic upon the highway. Any watchmen or flagmen
necessary to protect or safeguard highway traffic shall be provided by the CITY at its own cost.
Any necessary closure of the highway to traffic during the progress of the work shall be made only
with the approval of CITY.
SECTION 11. It is understood and agreed that the project herein contemplated is to be
financed with the aid of funds appropriated by the Federal Government and expended under
Federal regulations; that all special provisions, plans, estimates of cost, specifications, awards of
contracts, acceptance of project work and procedures in general are subject at all times to all
Federal laws, rules, regulations, orders and approvals applying to it, as a Federal project.
SECTION 12. In the event that delays or difficulties arise in securing necessary approval,
or in acquiring necessary right-of-way, or in settling damages or damage claims, or for other
reasons, which in the opinion of the CITY or INDOT render it impracticable to utilize Federal
Page 4 of 8
funds from current appropriation for the construction of the project, then at any time before actual
project work is started by the RAILROAD pursuant to proper approval or authority, the CITY,
through INDOT, may serve formal notice thereof upon the RAILROAD and said project shall
thereupon be cancelled and become null and void. The CITY, through INDOT, shall reimburse the
RAILROAD for all costs incurred by the RAILROAD at the written request of the CITY or
INDOT on account of the said project work prior to such cancellation.
SECTION 13. In accordance with Federal Aid Policy Guide 23 CFR, Subchapter G, Part
646, Subpart B, Section 646.210 (b)(1), issued December 9, 1991, the construction of the grade
crossing and the installation of grade crossing warning devices are found to be of no ascertainable
net benefit to the RAILROAD and the RAILROAD shall not be assigned liability in the projects
costs.
SECTION 14. The CITY shall require its contractor to take out, before work is commenced
and to keep in effect until work is completed and accepted, a Railroad Protective Public Liability
Policy of Insurance in the name of the Railroad, said policy to be in the form specified in the
Federal-Aid Policy Guide 23 CFR, Part 646, Subpart A issued December 9, 1991, and any
subsequent amendments or supplements thereto, which are incorporated herein by reference. The
maximum dollar amounts of coverage with respect to bodily injury, death, and property damage, is
limited to a combined amount of two million dollars ($2,000,00.00) per occurrence with an
aggregate limit of six million dollars ($6,000,000.00) for the term of the policy. The policy of
insurance specified in this section shall be with a company authorized to do business in the State of
Indiana. Further, the City's contractor will certify that he has Contractor's Public Liability and
Property Damage Insuranc? in the amounts indicated in the contract Special Provisions.
SECTION 15. The CITY shall require its contractor(s), upon completion of the work of
such 'contractor(s), to remove from within the limits of the Railroad's operating right-of-way all
machinery, equipment, surplus materials, falsework, rubbish, or temporary buildings of such
contractor(s), and to leave the operating right-of-way in a neat condition, satisfactory to the Chief
Engineer of the RAILROAD or his authorized representative.
SECTION 16. Pursuant to Indiana Code 22-9-1-10, the RAILROAD shall not discriminate
against any employee or applicant for employment, to be employed in the performance of this
agreement, with respect to hire, tenure, terms, conditions, or privileges of employment or any
matter directly or indirectly related to employment, because of race, color, religion, sex, disability,
national origin, or ancestry. Breach of this covenant may be regarded as a material breach of the
agreement.
SECTION 17. Upon completion of the project, the RAILROAD shall at its own cost and
expense maintain the grade crossing and operate and maintain the grade crossing warning devices
in proper working condition including the renewals as may be necessary, except as may otherwise
b,e provided by law.
SECTION 18. Upon completion of the project, the CITY shall at its own cost and expense
maintain, or by agreement with others provide for the maintenance of the roadway facilities
including the drainage thereof.
Page 5 of 8
SECTION 19. If, at any future time, the parties hereto agree that the need for the grade
crossing warning devices herein contemplated has ceased to exist at the herein designated location,
the RAILROAD may with the approval of the CITY remove and/or relocate said devices to any
other crossing on its lines in the CITY. The proposed devices shall become the property of the
RAILROAD or its successor(s) or assign(s), except in the case of termination of the RAILROAD
or its successor(s) or assign(s), as an existing carder by rail in the State of Indiana, in which case
title to the devices shall revert to the CITY.
SECTION 20. This agreement shall be construed in accordance with and governed by the
laws of the State of Indiana and suit, if any must t~e brought in the State of Indiana.
SECTION 21. This agreement shall be for the benefit of the parties hereto only, and no
person, firm or corporation shall acquire any rights whatsoever by virtue of this agreement, except
the CITY and the RAILROAD and their successors and assi~y~s.
[Remainder of Page Intentionally Left Blank[
Page 6 of 8
THIS AGREEMENT shall be binding upon the parties hereto, their successors or assigns
IN WITNESS WHEREOF, the parties have caused these presents to be executed by their proper
officers' thereunto duly authorized.
ATTEST:
CSX Transportation Inc.
I~CHEL E. GEIERSBACH Dale W. Ot hardt '
City of Jeffersonville Board of Public Works
~__~,~Me~nber
Member
Approved As To Form And Legality
Date approved
*******************************************************************************
STATE OF INDIANA
Phelps H. Klika, P.E.
C. hief, Division of Design
Indiana Department of Transportation
APPROVED Date
Page 7 of 8
ACKNOWLEDGMENT for CSX Transportation Inc.
., SS:
Before me, the undersigned Notary Public in and for said county personally appeared
~f,~ /'Gl ~/5~z~ and /~5~ 6(' ~5~ac~ intheir
°~2~paei~as ~ ~~ and~f?~C~'t~
~~panymf-hdianapohs, and ac~owledged the execution of ~e foregoing A~eement on
this~J(~ day of ~, 2002, and ac~owledged and stated that they are the parties
authorized by the CSX Transportation Inc. to execute the foregoing Agreement.
Wimess my hand and seal the said last named date.
Cou~ of Residence PriBt oT ~e ~me ~l~ EXPIRES: August 2, 2003
AC~OWLEDG~ENT for Ci~ of Jeffersonvilte
Before me, the undersized Notau Public in and for said coun~ personally appeared
~~ in their official capaciW as members of~e Board of Public
Works
of the Ci~ of Jeffersonville, and ac~owledged the execution of the foregoing Ageement on this
~ day of/~ , 2002, and ac~owledged and stated that they are the parties
authorized by the Ci~ of Jeffersonville to execute the foregoing A~eement.
Witness my hand and seal the said last named date.
My Commission Ex]~ires
,5-9-0 q
County of Residence
// , Nota~ Public ,,'] ..
/q~h, ,~ .k(' t/ Iqa
Print or type
Page 8 of 8
Veterans Parkway ~ CSXT
New Road
STP-9910 (022)
CSXT FILE # IN0200
INDOT # 0200590
EXHIBI~T !
EXHIBIT t-
THIS PAGE INTENTIONALLY LEFT BLANK
EXHIBIT 2
^PR.-12'02(FRll 08:02 GSXT ENG. M^TERIALS TEb:904 245 1050 P. 002
CSX TRANSPORTATION, INC. ..
FORCE ACCOUNT ESTIMATE
ACCT, CODE: 709 - IN020q
Pub EB - 3 GFP
Page 1 of 3
ESTIMATE VOID AFTER: 12/12/2002
DOT NO.: pendin_q
LOCATION: Jeffersonville, Clark Co,, IN
DESCRIPTION: installation of New Road Crossing, Intercit¥ Road (Full Depth Rubber Crossing Surface')
DIVISION: Louisville SUB-DIV: Hoosier - Nabb Branch. MILE POST: B-49.50
DR~W]NG NO.: __
DRAWING DATE:
PRELIMINARY ENGINEERING:
LabOr (Non Contract)
Surcharge 54.34%
Outside Engineering Services
Expenses
Subtotal
Z Days~ 5 250.00
! LS $
CONSTRUCTION ENGINEERINGllNSPECTtON:
Labor (Non Contract)
Surcharge 54.34%
Outside Engineering Services
Expenses
Subtotal
~ Oays(~ S 250,00
! LS ~ 500.00
FLAGGING SERVICE: {Contr?t Labor)
Labor (Conductor-Flagman)
Lal~o¢ (Foreman/inspector)
Insurance 21.00%
Surcharge 93.80% (Transportation Department)
Surcharge 63,97% (Engineering Department)
Per Diem (Sngineedng Department) g Weeks ~ S 198.75
Expenses ! bS $ 500.00
_0 Days ~ S
1_~0 Days ~ $ 220.00
Subtotat
SIGNAL WORK: TO BE FURNISHED BY THE SIGNAL DEPARTMENT IN JAX
Temporal' ODeta[Is AtLached)
pe'?man%.nl. (Details Attached')
/- ~' Subtota[
COMM~JNICATIONS WORK:
Tempbrary (Details Attached)
Permanent (Details Attached)
SubtOtal
-1,750.00
950,95
500.00
329.00
3.529.95'
$ 750.00
$ 407.55
$ 500.00
$ 141.00
$ 1.798.55
2,200.00
462.00
1,407.34
5O0.0O
4,569.34
136,226.72 .
136,226.72
EXHIBIT.:3
APR.-i6'O~(TUE) !2:22
TEL:9042451020
CSX TRANSPORTATION, If~C..-
FORCE ACCOUNT ESTIMATE
ACCT. COOE: 709 ~
Pub EB - 3
~TRACK: LABO~
Traffic Control
Remove Track
Renew Cross Ties
Renew Rail
inStal[ OTM
tn~..aB Field Welds
install Geo-Texti:e F~-br:c
install Sub-Brains
lnstali BaRast
Line and Sudace
Instal~ Crossing Materials
install Bituminous Pavement
Clean-Up
Insurance 2! .00%
,..Surcharge
Subsistence
Subtotal
TRACK: MATERIAL ;'
CeDes Ties, Main Line
Rail, 138P,~, New
Misc. OTM
Geo-Texti~e Fabdo
Sub-Drains
Ballast
Field Welds - 136#
Field Welds - 115#
Transition Rafts 136#/115¢
Concrete Full Wkith -
Concrete/Rubber Xlng (csX)
Rubber Crossing, Full Depth
Sc, fid 'PrOber Crossing
TiraDe r/.A.s._.phalt Crossing
Rubber/Asphalt Creasir~g (CSX Standard)
Bituminous Material
Material Handling 5,00%
Subtotal
0_ MAN-HRS ,$ 19.50
8..~0 MAN-HRS S 19.50
4.~8 MAN-HRS $ 19 50
4__~8 MAN-HRS .$ 19,50
4.~8 MAN-HRS ~ 19,50,
168 MAN-HRS $ 19.50
~ MAN-HRS $ 19.50
~ MAN-HRS ~ 19.5~
2.~4 MAN-FiRS $ 19.50
4_-8 MAN-BPS $ 19.50
24~0 MAN-HRS S 19.50
.8 MAN-HRS $ 19.50
_O MAN-HRS $ lg.50
0 MAN-HRS $ 18,~0
0 MAN-HRS $ lg50
48 MAN-HRS .~ 19 50,
97' MAN-DAY ~ 55.00.,
!37 ~ s 25.25
312 LF $ 9.40
Z LOT $ 2,000.00
~ RL $ 250.00
28.__~0 LF $ 6.00
13.__~1 NT $ 15,00
1.~0 EA S 55,25
& EA $ 55.25
~ EA $ 1,0,50.00
~ TF S 225.00
~ TF $ 135.00
120 TF $ 280.00
~ TF S 60.00
~ TF $ 35.00
~ TF $ 87.00
~ NT $ 70.00
CO.NTRACT,;,
Aspt~slt Paving - City's Responsibility
Disposal of Waste Materiels
Maintenance of Traffic
Subtot~
0 NT $ 110.00
198 TF $ 10.00
0_ DAY $ 300.00
?.
Page 20t 3
1,170.00
936,00
936.06
936.00
3,276.C0
156.00
546.00
458.00
936.90
4,680.00
150.00
936.96
3,177.72
9,67g,94
5,335.00
33,324.8~'-
3,307.75
2,932.80
2,000.00
500.00
1,680.C0
1,g55,00
552.50
221.00
4,200.00
33,800.00
2~547.@5...
53,507.00
S i ,960.00
$
$ ~',960.00"
' EXH. t4tIT 3
APR.-16'02iIUE) 12:22 TEb:9042451020 P, OC3
CSX TRANSPORTATION, INC. _.
FORCE ACCOUNT ESTIMATE
ACCT. COOE: 709 - IN0200
Pub EB - 3 GFP
Page 3 of 3
EQUIPMENT RENTAL:
Gang Truck
Boom Truck
Dump Truck
Backhoe
Compressor
Air DrillANre nch
Tie Tamper (CAR
Tie Tamper (Production)
Tie Tamper (Utility)
Ballast Re~uletor
Railer
Bardcades
Subtotal
25 DAY $ 180.40
_8 DA'" $ 304.16
_7 DA'~ $ 283.04
15 DA?' $ 141.84
15 DAY $ 113,52
~_~ DAY $ 11.52
_0 DA',' $ 1,580.16
o DAY $ 785.60
_2 DAY $ 785,60
2_ DAx' $ 285,60
0 DAY S 39.12
0_ DAY $
4,510.00
2,433.28
1,981,28
2,127.60
1,702,80
172.80
1,57%20
571.20
I5,070.18
TRANSPORTATION;
Subtotal
W~RK TRAIN:
Subtotal
1 LS $ 4,000.00 $ 4,000.00
$ 4,000.00
0 dAY 8 2,060.10
SALVAGE:
Rail
OTM
Subtotal
7 51 NT S 65.00
1,95 NT $ 75.00
(488.15)
(147 o0t
(635.15)
CONTINGENCIES:
10.00% (Excludes Sig. & Comm.)
GRAND TOTAL ......
268,120,85
DIV, ISION OF COST:
Agent3!
"' --: Railroad
J
t00.00%
0,00%
TOTAL
265,120,B5
265,120.85
Or'ce of District Project Engineer
Cincinnati District, Fort Wright, KY
Estimated By: O.d. Fett~
Telephone: 85~,344-8137
DATE: 12/12t2001 Re-VISED:
NOTE: This estimate is based on FULL CROSSING CLOSURE dudng work by Railroad Forces.
File: iN0:~O-$ucr~ee FAE
APR.-16'02(1UE) 12:~3 TEL:9~I4245102G P. 0C4
ESTIMATE: 9902041-20620
CSX TRANSPORTATION
ESTIMATED COST TO
INSTALL AUTOMATICALLY CONTROLLED CANTtLE~JERS AND GATES
JEFFERSONVlLLE, IN
INTERCITY RD.
OP#: IN0200
AAR#: NEW PROJECT#: IN2000070
SUMMARY
MATE RIAL: $62,149.78
SALES TAX: $0,00
INSTALLING:
CONSTRUCTION:
SHOP:
LABOR
93MAN DAYS
$19,158,00
5 MAN DAYS $705
SL;5:sIsTENc2 &L! OWANCE:
. Is,c60.00
$240.00
RAILROAD ENGiNE ERINGCP RE!.IMI NARY: $2,980.19
RAtLR.~.,AD ENGINEERING, CONSYRbCTION: $~,8; ;., 0
ADDITIVES TO_.__CONSTRUCT~ON I.&BOR: $~6,278.B6
ADOITIVE~ i'(J ENGINEERING: $5,d25.57
ADDITIVES TO SHOP LABOR: $721.00
EQUIPMENT EXPENSE: $7,000.00
WASTE MANAGEMENT:
- CONTRACT ENGIN. EERIN~
INVQIOE: (CAT !-51,950.00 + CAT 2-$2,750,00 + CAT 3~1.3a3.97) $6.033,97
FREIGHT: 82,400.80
220 VAC POWER SERVICE: $0,00
ESTIMATED SALVAGE: S1.00
MISCELLANEOUS CHAREiES: ( POWER INSTALLATION } $1,000.00
'~otal Esot[mated Cast ...... $138.?.2~.72
DATE; Zt2ff/2002
ESTIMATE BY: SAFETRAN SYSTEMS CORP.
' NOT~: THISE,~,TIMATESHOULDBF. CON$1DEREDVQIDONEYEARFRO~T~EDATEQFEST[~
REV.99-3
EXHIBIT 3
APR,-16 02(TUE) 1.:2o TEL.9042451020 POC~
Catalog Num
020-0003388
O20-001712O 1
-020-0017211 t
020-0017311 1
020-0021965 1
020-002265! 1
020,-0022754, 1
O2O-0025595 1
020-O05339O 1
02o-0056514
C20-0660075 1
'020,-0750090 1
O20-O770060 1
020-1940055 I
020-2552460
020-2901190
020-3430110 1
020-3430115 1
020-3430135 1
020-3430170 1
020-3430185 1
020-42O0100 1
020-4200340 1
020-4200360 1
02O-8O00067 1
02O-8,160034 - 1
Shop Material List for CSX Project: IN2006070 (Effective: 02/1412002)
INSTALL AUTOMATICALLY CONTROLLED CANTILEVERS AND GATES
Jeffersonville, IN - B 48,50
Cond Unit Pdce Qty Cost Description'
1 6553.00 HOUSE 6XCL ALUM INCLUDES 5
6553.00
13.41 3
277.29 1
22.89 12
9.05 1
48.76 5
75.01 1
16.94 1
421.96 3
9,07 1
355.10 1
4,99 3
10.76 47
;- 5,42 1
6957.19 1
9.q6 1
270.00 1
518.40 1
399.60 1
426.86 1
378.00 1
5.93 3
1 ,O4 47
4.47 9
14.21 ' 2
2421.90 · 1'
Total Cost:
SHELFS, FARADAY CLOSET, 120V
40.23 BLOCK TERMINAL 12 WAY SINGLE
STRIP AAR DWG 10544 MP 14.1.6
277.29 TRANSFORMER 010520-50X LIGHT
750VA MOD SLT 50 SAFE i ~¢,N PRI
274.68 RESISTOR 029602-52X ADJ 0,035
TO 1.50 OHMS SAFETRAN PL K326
9.05 EXTRACTOR DWG 59688-4
TERMINAL GRS CAT P3-308 REF
243.80 PLUGBOARD KIT TYPE B1 OR ST1
REL.AY ASSEMBLY WITH 22 EACH
75.01 RECTiFiER SAFETP, AN 590006-X
SILICON USE WITH SAFETRAN
16.94 WRENCH DWG 55393-3 GR1 "E"
TERMINAL POST NUT GRS OAT
1265,88 CHARGER BATTERY NRS 12/20 SCR
SOLID STATE 20 AMP ROTARY
9.07 SOCKET 27E 166 RELAY PO I ~ ~.'R
BRUM FOR PI3 TYPE KHAU 4FB NV
355.10 ARRESTER GE 9L10KA,~12 FOR
APPLICATION ON 120 VOLT
14.97 NUT INSULATED SAFETRAN
023408-1X 1';3/16" FO R 120V AC
505.72 ARRESTER US&S.N451552-0201
T'I~.,C~ SERIES RE'D LABEL USGA
5,42 CONTAINER CIRCUIT PRINT 24-"
SCHEDULE 20 4" PVC PiPE WITH
6957.19 DETECTOR HARMON 300608-200
PMD-3R SYSTEM W/SKHZ RSI AND
· 9,06 RELAY P&B KHAU17A12-120.
POWER-OFF FOR GENISYS SYS'TEM
270.00 P,E_LAY SAFETRAN 400004
4FB-2F-1B NEUTRAL 500 OHMS
516,40 RELAY SAFETRAN 400005 4FB
HD-2FB NEUTRAL 500 OHMS CSX
399.60 RELAY SAFETRAN 400213 2FE
SLOW RELEASE 460 OHMS CSX REF
426.86 REL.AY SAFETRAN 40080~CSX 6FB
HD POWER TRANSFER 100/100
378.00 RELAY SAFbt i'~AN 400700--X 4FB
FLASHER 60 OHMS COMPLETE WITH
17.79 CONNECTOR BUS 1" CENTERS 1/2'
X 36" 18 GAGE PUNCHED 114" X
48.88 LINK TES'F OFFSET LINK lIN
CENTERS INSULATED W/SPECIAL
40.23 LiNK INSUL TEST 2-3/8"
CENTERS CENTER CONTROL TEST
28,42 LOOK AMERICAN H'~ OKA CSX
SIGNAL PADLOCK W/BK CHROME
2421.9[3 REOORDER EVENT HARMON HAWK
ASSEMBLY COMPLETE WiTH
21162.49
Page 1 of 4
EXHIBIT 3
Estimate ID: 1015~9 ~
PAGE 5 C}l 8
O2]25/2OO2
APR,-16'O2(~UE) 12:25 TEL:9042451020
Catalog Hum
020-0013475
020-0013906
020:001~000
O20-0O146O5
020-0052475
020-O052920
020-0052921
020-0053065
020-0053245
020-0056424
02O-0056463
0~0-0057275
020-0~66633
020-1~:)40302
020-10403,04
020~1040306
020-1040840
020-1040550
020-1t50750
020-1153551
020-1360014
020-1360016
020-1380103
O20-1501690
020-2060060
020-390~895
020-3920200
020-3930010
0204200340
~_e. ld .Ma*?.ri_a,~ List for CSX Proje~: IN2000070 (Effecti~'e: 02/1~002)
TALL AUTOMAT CALLY CONTROLLED CAN~LEVERS AND GATES
Jeffersonvflle, IN - B 49.50
C<~nd Unit Price Qty Cost Desc,-tptJon
1 1.48 130 192.40 CONNECTOR TRACK DAW S8PT OR
ERICO BBPAC3ACBX APPLY 3/t 6'
1 4.37 356 1529.50 CABLE UG 16 COND 6 NO 6 AWG
SOLID C 10 NO 'f4 AWG SOLID C
· 1 .3.03 100 303.00 CABLE UG 10 COND NO 9 AWG'
SOLID C CSX SPEC 88796 SHOW
1 2296.80 2 4593.60 FOUNDATION 5'-8-1/2" SECT
PRECAST CONCRETE ASSY BOLT
I 3.30 4 13.20 ARM 0C$X2719S SHORT EXTENSION
7-!/4" LG ALUMINUM ALSO
1 0,44 5 2.20 BAND C-204 BAND IT I/2" SS
BURCO ORDER BY THE FT
I 0.31 4 1.24 BUCKLE C-254 BAND IT 112 tN
SS BURCO
I 2.63 67 176.21 BOND 3/16" X 6-1/2" STYLE XS
RAIL HEAD W,NVELD METAL &
1 1.10 150 165.00 CABLE UG 3 COND NO 9 AWG
SOLID C CSX SPEC SS796 SHOW
I 60,42 4 241.68 BRACKET SIGN 10" MAST W/SPLIT
BOLTS FOR ALL SIGNS REQUIRING
1 4963,00 2 9926,00 SIGNAL 02286 HWY CROSSING
GATE ASSY CSX DWG SS222 JNCL
! 0.68 350 238,00 WIRE UG TRK TWIST PAIR NO 6
AWG SOL C NEOPRENE JKT CSX
1 6107,..50 2 1221500 SIGNAL 023156 H~ XING 24
ALUM 1-MAST CANTLR PL LT ASSY
"; 1:39,04 7 973.28 BATTERY GNB 50A07 ABSOLTE fie
160AH EA MAINTENANCE FREE
I 167.48 6 1004.88 BATTERY GNB 5(3A11 ASSOLTE lip
265AH ~A MAI NTENANCE FREE
'1 - 231.55 6. 1289.30 BATTERY GNB 50~!5 AB.SOLTB IP
370AH LA MAI NTENANCF- FREE
I 27.18 2 54.36 TRAY PVC BATT FIBER CO
82687-1-P 12" WIDTH 24" LONG'
I 37.89 1 37.89 TRAY PVC BATT FIBER CO
82687-3-P 12" WIDTH 38"
1 0.43 156 67.08 BOND STRAND 3/16" DIA 7
STRA~4DS OF 19 STR EACH 6 WlT}-
I 1.55 8 t2.40 CUP TRK WIRE RETAIN ERICO
SBA248B SPRING STEEL SAR 1075
I 693.11 1 693.11 PACKAGE FOREMANS CARE FOR
ALUMINUM TYPICAL BOM FOR USE
I 15,39 1 15.39 PACKAGE SAFETY & SECURMENT
WITH 1 EA CAUTION TAG 1 EA
1 943,4l 1 943.41 LAYOUT METER SERVICE WITH 26'
POLE CSX DWG 8S351 SH 2 ITEMS
1 4~20 175 735.00 CABLE UG 9 COND NO 6 AWG
SOLID C CSX SPEC SS796 SHOW
1 372.78 2 745.56 FOUNDATION A$SY 5'-7" HT TYPE
S-2 SEC33ONAL PRECAST
1 81.00 2 162.00 TiP FLEX BWY CROSSING GATE 24
IN LONG RED & WHITE STRIPES
1 185.88 ~' 185.88 BELL GCWD ELECTRONIC 4" OR 5"
MAST 8 TO 13 VOLTS DC GSI PN
1 3.60 2 7.20 KIT GATE ARM WARNING STICKER
KIT INCLUDES %EA 5"X3"
1 %04 47 48.88 LINK TEST OFFSET LiNK lIN
CENTERS INSULATED W/SPECIAL
EXHIBIT...3
Page 2 of 4 02./25/2002
APR.-I6'02(/UE) 12:24 TEL 9, q,~1020 P, 0C7
Field Material List for CSX Project: IN2000070 (E~fecti~e: 02114~]02)
IN~TALL ALITOMATtCALLY CONTROLLED CANTILEVERS AND GATES
Jeffersonville, IN - B 49.50
Catarog Num
020-42009OO 1
G20-9999991
- 2.50-0010780 '-' 1
360-0006100
$60-080~145
Cend Unit Prfce Qty C~st Des~ptien
0.20 10
100.00 1
8,05 ' 110
33.44 1
4.39 1
2.00 CONNEC:rOR SHEATHING AMP
329860 FOR NO, I4 WIRE
100.00 BLOCKING AND BRACING POR
PROJECTS BURCO DIST
· 665.50 CONDUIT'GALV RIGID 4"STL 10
LENGTH W/TAPERED TH, RBADS ON
33.4z STOOL STEP WOOD 14"X 20"
SIGNAL MAIN"TAINERS CSXT
4.39 BROOM WAREHOUSE CORN HVY
~D300
Total Cost: $ 37477.98
EXHIBIT:::3
Page 3 of 4. 02J25/2002
^PR.-16' O21TUE)
12:24
TEL:9)42451020
ConsumabJe= List for CSX Project: IN2000070,(Effective: 02.t14/2002)
iNSTALL AUTOMATICALLY CONTROLLED CANTILEVERS AND GATES
P. O08
Ca~Iog Num Cend Unit Pdce Q~
N/A 200.00 10
NtA 800.00 1
020-0017605 1 0~0 350
"""020-0017607' ' 1 0.50 500
'020-0017625 I 0.33 150
020-0017630 1 0.11 200
020-0017835 1 0,75 130
020-0028610 I 0.49 100
020-3261970 1 8.91 2
020-4200880 I 0.51 2
020-4200892 1 0.42 27
020-4251190 1 0.56 120
020-4251290 1 0,62 30
020-4251295 1 . 0.55 6
020-9999992' 1 ~0.00 1
450-0019212 1 0.02 100
Torsi Cos~ $
Jeffers,onville, IN - It 49.80
Cost Deso'dption
2000.00 FILL MATERIAL, I0 CUBIC YARDS
800.00 WALKWAY ROCK, 10 CUBIC YARDS
70.00 WIRE CASE 10 AWG FLEX, CSX
SPEC SS796 OKONITE
250,00 WIRE CASE 3¥¢ 'PR NO'10'AWG"
FLEX CSX SPEC SS796 TWIST 2
49,50 WIRE CASE TW PR NO 14 AWG
FLEX CSX SPEC SS796 TWIST 2
22.00 WIRE CASE NO 16 AWG FLEX CSX
SPEC SS796 FURN 1000 FT SPOOL
97.50 WIRE SIGNAL DEL 018 NO 6
COPPER STRANDED SINGLE
49,00 TERMINAL RING AMP 35628
YELLOW PLASTI-BOND HVY DUTY
17.82 DECAL ASSY 2" BLACK PRESSURE
SENSITIVE VINYL PRE-MASKED
1.02 CONNECTOR TERMINAL 2-$/8"
CENTERS AAR 14.!.~6-4 NICKEL
11.34 CONNECTOR TERMINAL 1" CENTERS
AAR 14.1.15-3 NICKEL PLATED
67.20 TERMINAL RING AMP 35627 BLACK
PLASTi-BOND WIRE SIZE 10-12
18.60 TERMINAL WIR-~ AMP 322051 BLUE
WIRE SIZE NO 6 AWG 1/4" STUD
3.3¢~ TERMINAL WIRE AMP 322007 BLUE
WIRE SiZE NO 6 AWG 3/8".STUD
50.00 .~OUSE, SIGNAL HANDLING
CHARGE, BURCO DISTRIBUTION
2.00 SCREW 10 X 1" SHT METAL PAN
RD TYPE A COARSE THREA0
3509.28
EXHIBIT 3
Page4of4 02/25/2002
January 6, '1978
July 26, 1983, Revised
APPENDIX "A"
Dudng the performance of this contract, the contractor, (for itself, its assignees and successors in interest (hereinafter referred to as the
"Contractor") agrees as follows:
(1) Compliance with Regulations: The contractor shall comply with the Regulations relative to nondiscrimination in federally assisted
programs of the Department of Transportation Title 49, Code of Federal Regulations, Part 21, as they may be amended from time
to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and mede a part of this contract.
(2) Nondiscrimination: The contractor, with regard to the work performed by it dudng the contract, shall not discriminate on the
grounds of race, color, sex or national origin in the selection and retention of subcontractors, including procurements of materials
and leases of equipment. The contractor Shall not participate either directly or indirectly in the discrimination prohibited by Section
21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the
Regulations.
(3) Solicitations for Subcontracts: thc ud nfl Procurements of Materials and Equipment: in all solicitations either by competitive bidding
or negotiation made by the contractor for work to be perfore~ed under a sub-centrect, indudthg procurements of materials or leases
of equipment, each potential subcontractor or supplier shall be notitied by the contractor of the contractor's obligations under this
contract and the Regutstions relative to nondiscrimination on the grounds of race, cotor, sex or national odgin.
(4) Information and Reports: The contractor shall provide all information and reports required by the Regulations, or directives issued
pursuant thereto, and shall permit access to its books, records, accounts, other sources of information and its facilities as may be
determined by the Indiana Department of Transportation or the Federal Highway Administration to be pedJnent to ascertain
compliance with such Regulations or directives. Where any information required of a contractor [s in the exclusive possession of
another who fails or refuses to fumish this information the contractor shall so cedJty to the Indiana Department of Trenspodation, or
the Federal Highway Administration as appropriate, and shall set forth what efforts it has made to obtain the information.
Notwithstanding any of the provisions or terms of Appendix "A" as contained within this agreement, it is agreed that the Company
does not waive any of its substantive or procedural dghta or any of its legal, procedural or factual defenses which it may have
under any present or subsequently enacted or modified Federal or State statute, regulation or order.
(5) Sanctions for Noncomplisnce: in the event of the contractor's noncompliance with the nondiscrimination provisions of this
contract, the Indiana Deparfl'nent of Transportation shall impose such contract sanctions as it or the Federal Highway
Administration may determine to be appropriate, including, but not limited to:
(a) withhctding of payments to the contractor under the contract until the contractor complies, and/or
(b) cancellation, termination or suspension of the contract in whole or in part.
(6) Incorporation of Provisions: The contractor shall include the provision of paragraphs (1) through (7) in every subcontract, including
procurements of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The
contractor shall take such action with respect to any subcontractor or procurement as the Indiana DeparLment of Transportation or
the Federal Highway Administration may direct as a means of enforcing such provisions including sanctions for noncompliance:
Provided, however, that, in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or
supplier as a result of such direction, the contractor may request the Indiana Department of Transportation to enter into such
litigation to protect the interests of the State, and, in addition, the contractor may request th~ United States to enter such litigation
to protect the interests of the United States.
(7) Honseqraqated Facilities: By submission of this bid, the execution of this contract or subcontract, or the consummation of this
reatedals supply agreement, as appropriate, the bidder, Federal-aid construction contractor, subcontractor, or reatedats supplier,
as appropriate, certifies that he does not reaintain or provide for his employees any segregated facilities at any of his
estab[ishreents, and that he does not permit his employees to perform their services at any ~ocetion, under his control, where
segregated facilities are reaintained. He certifies further that he will not reainta[n or provide for his employees any segregated
facilities at any of his estab[tshreents, and that he will not permit his employees to perform their services at any location, under his
control, where segregated facilities are maintained. He agrees that a breach of this certification is a violation of the Equal
..... '" "means any v~iting roores, work
Opportunity clause in this contract. As used ~n Ihs certification, the term segregated facilities
areas, restrooms and washrooms, restaurants and other eating areas, time-clocks, locker rooms and other storage or dressing
areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for
employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color, or national origin,
because of habit, local custom, or otherwise. He agrees that (except where he has obtained identical certifications fi.ore proposed
subcontractore and roatadal suppliers for specific time periods), he will obtain identical certitication fi.ore proposed subcontractors
or material suppliere prior to the award of subcontracts or the consummation of mateda[ supply agreements, exceeding $10,000
which are not exempt from the provisions of the Equal Opportunity clause, and that he will retain such certifications in his files.