Loading...
HomeMy WebLinkAboutCSX TransportationMr. HarreI1 Mr. Dilk Ms. Calabra Mr. HedgeEVlr. Hutton Mr. Scime Mr. Hohl Mr. Boehme/file Mr. Paul C. Carine~J350 Principal Engineer Public Projects CSX Transportation Inc. 4901 Belfort Road---Suite 130 Jacksonville, FL 32256 January 29, 2003 RAILROAD/HIGHWAY COORDINATION New signal installation and Surface Installation Location: Veteran's Parkway In Jeffersonville Clark County, Indiana ProjectNo.: STP-C730 (009) Road Contract) STP-9910 (022) Force Account Work OP#:IN0200 Pending 0200590 Railroad No. AAR No.: INDOT #: Dear Mr. Carine: We are transmitting herewith one original copy of the fully executed and approved Agreement, Draft of June 17, 2002, between the City of Jeffersonville and CSX Transportation Inc. covering construction and maintenance of a grade crossing project to install new cantilevered flashing light signals with gates, bell, and a new crossing surface with highway approaches at the grade crossing of the new Veterans Parkxvay, in Jeffersonville, Clark County, Indiana. Effective the date of this letter, your company is authorized to purchase the necessary materials and proceed with the force account work as noted in the enclosed agreement. The construction of this grade crossing project is under the jurisdiction of Mr. Jim Harrell, our Seymour District Railroad Coordinator. It is required that your construction representative notify Mr. Harrell a minimum of fourteen calendar days prior to start of construction. Upon notification, Mr. ti[arrell will meet with your construction representative at the project site to insure that the project is constructable as designed, the appropriate materials have been secured and to stake out the location of the foundations. Your company is responsible for having the utilities marked prior to this meeting: Mr. Harrell may be reached at: Mr. Carine Page 2 of 2 January 29, 2003 Our file #: 0200590 9880130 Indiana Department of Transportation Seymour District 185 Agrico Lane Seymour, Indiana 47274 Telephone: (812) 524-3745 Fax: (812) 522-7658 Please be advised that failure to abide by the notification requirement and/or failure to schedule a pre-construction meeting at the project site with Indiana Department of Transportation representative(s) may result in unsatisfactory project work. Costs incurred due to such Unsatisfactory project work that is determined to be attributable to the railroad's improper coordination will be denied. To insure prompt payment of any of your billings to us for this work, please remind your billing department to include the folloWing information on each bill: Location: Railroad No. AAR/DOT #: Project No.: INDOT file #: Veteran's Parkway In Jeffersonville Clark County, Indiana OP#: IN0200 Pending STP-C730 (009) Road Contract STP-9910 (022) Force Account Work 9880130 - Road Contract 0200590 - Force Account Work Please ackno~vledge receipt of this notification with the name, title, address, telephone number, pager number, and cellular phone number of the field person in charge of your company's work. Should you have any questions or be in need of further assistance, please contact Mr. Peter Boehme of this office at (317) 232-5307 or myself at (317) 233-3701. Sincerely, Fred Hohl PE Rail Projects Manager FH/pub Enclosure AGREEMENT COVERING CONSTRUCTION OF ROADWAY APPROACHES CONSTRUCTION OF HIGHWAY-RAILWAY GRADE CROSSING AND INSTALLATION OF GRADE CROSSING WARNING SYSTEM Draft of: Project #: AAIUDOT #: DES #: June 17, 2002 STP-C730 (009) - Road Contract STP-9910 (022) - Raitroad 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 Jeffersonvitle, 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 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 propose 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 all 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 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 I/qDOT, 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 the 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, 1NDOT and the l~ederal Highway Administration for a period of three years from the date final payment has been received by the RAILROAD fo[ the project; Except as othenvise 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 Policy 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 INDOT'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 to the time of entering upon the Raikoad'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 roles 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, roles, 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 1NDOT, 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 Insurance 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 fight-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 be 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 carrier 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. ATTEST: CSX Transportation Inc. Dale W. O(liarclt City of Jeffersonville Board of Public Works Member .... Member Approved As To Form And Legality Date approved STATE OF INDIANA Phelps H. Klika, P.E. Chief, Division of Design Indiana Department of Transportation Page 7 of 8 ACKNOWLEDGMENT for CSX Transportation Inc. STATE OF j~a./ COUNTY OF SS: Before me, the undersigned Notary Public in and for said county personally appeared ~ ff/~/ ¢/~a~o6~ and /~7~°~~J~~c'~ intheir official capaci~ as ~'~/~ ~'~ and ~,~z ~,enfral !~ ~;!re~d Cer~':y cf [nd:a~apoli~ and acknowledged the execution of the foregoing Agreement on thisY~ day of /~C~-/, 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 Co ~mrnifisio)a Expires County of Residence ,/_//~.~,6-,~No t ary..~b lic- Print or type name ACKNOWLEDGMENT for City of Jeffersonville STATEOF ~ COUNTYOF ~--2~ .,SS: Before me, the undl,ersigned Notary Public in and for said county personally appeared ~,~~/ inA` their official capacity as members of the Board of Public Works of the City of Jeffersonville, and acknowledged the execution of the foregoing Agreement on this O~//~ day of3~_~t~ , 2002, and acknowledged and stated that they are the parties authorized by the City of Jeffersonville to execute the foregoing Agreement. Witness my hand and seal the said last named date. My Commission E~xpires CbuntY of Residence Print or type Page 8 of 8 Veterans Parkway ~ CSXT New Road STP-9910 (022) CSXT FILE # IN0200 INDOT # 0200590 ~EXHtBIT 1 E~tBtT ~ THIS PAGE INTENTIONALLY LEFT BLANK EXHIBIT 2 APR.-ll'O2iFRI} 08:02 OSXT ENG. MATERIALS TEL:S04 245 10S0 CSX TRANSPORTATION, INC. -. FORCE ACCOUNT ESTIMATE ACCT. CODE: 709 - IN020(~ Pub EB - 3 GFP P. 002 Page 1 of 3 ESTIMATE VOID AFTER: 12/12/2002 DOT NO.: enp.~9~q LOCATION: Jeffersonville, Clark Co., IN DESCRIPTION: InStallation of New Road Crossing. Intercity Road (Full Depth Rubber Cross[n9 Surface) DIVISION: Louisville SUB-DIV: Hoes er- Nabb Branch MILE POST: B-49 5(3 DRAWING NO.: -- DRAWING DATE: __ PREUMINARY ENGINEERING: Labor (Non Contract) Surcharge 54.34% Outside Engineering Services Expenses Subtotal Z Deys~ ~ 250.00 $ -1,750.00 $ 950.95 ! LS $ 500.00 $ 500.00 $ 329.00 $ 3,529.95 CONSTRUCTION ENGINEERING/iNSPECTION: Labor (Non Contract) Surcharge 54.34% Outside Engineering Services Expenses Subtotal ~ Days~ }_ 250.00 $ 750,00 $ 407.55 i LS $ 500.00 $ 500.00 $ 141.00 $ 1,798.55 }=lAGGING SERVICE: {Contract Labor) l~bor (Con(tuctor-Flagman) Lat3or (Foreman/~nSpecter) Surcharge Surcharge Per Diem Expenses 21.00% 93.80% (Transportation Department) 63.97% (Engineering Department) (~ngineedng Department) Subtotal ~ Days~ $ $ 1._~0 Days~ ~ 220.00 $ 2,200.00 $ 462.00 $ $ 1,407.34 ~Weeks~ $ 198.75 ! LS $ 500.00 $ 500.00 $ 4,569.34 SIGNAL WORK: TO BE FURN,!SHED BY THE SIGNAL DEPARTMENT IN JAX Temporary (Detai]s Attached) Pe~Tnan~.nt (Details Attached) '~- ' Sul3tota~ COMMUNICATIONS WORK: Tempbrary (Details Attached) Permanent (Details Attache(t) Subtotal 136,226.72 136.226.72 $ $ $ File: INO~OO-Sudace gAR EXHIBIT3 PA:GE ~PR.-i6'O2(TEE) !2:22 TEL:9042451020 ?.0t~2 CSX TRANSPORTATION, II~C..- FORCE ACCOUNT ESTIMATE ACCT. CoDE: 709 - INO20_O Pub EB - 3 GFP TRACt(; LABOI~ Traffic Control Remove Track Renew Cross Ties Renew Rail inStall OTM Inet. afl Field Welds install Geo-Texti.'e Fsbr',c h~stall Sub-Drains install Belfast Line end Surface Instalt Crossing Materials InStall Bituminous pavement Clean-Up Insurance 2! .00% ,,.Surcharge 63,97% Subsistence Subtotal MAN-HRS $ ,,, 19,50 MAN-HRS $ 19.60 MAN-HRS $ 19.50 MAN-HRS 5 ,, 19,50 MAN-HR$ 8. 19.50 MAN-HRS ~ 19.50 MAN-HRS S 19.5o MAN-HRS ~ 19.50 MAN-HRS ~ 1S.50 MAN-H~S ~ 19.5o ~N-NRS $ 1 g.,50 ~N-HRS S 19.50 MAN,HRS 6 19 50 MAN-HRS ~ 19.50 MAN-HRS S 19.50 MAN-HRS ~ 19.50 MAN-DAY ~ 55.00 TRACK: NIATER[AL Cross Ties, Main Line Ra~l, 136RE, New Misa. OTM Geo-Textiie Fabric Sub-Drains Ballast Field Welds - 136¢¢ Field Welds- 115# Transition Rails 136#/115~ Concrete Full Width Concre{efRubber XIng (CSX) Rubber Grossing, Full Depth Sm'icl '~rrber Crossing Timber/Asphalt Crossing Rubbet/As'~alt Crossing (CSX Standard) Bituminous Matedal Material Handling 5.00% Subtotat 1~ ~ $ 25.25 312 LF $ 9.40 ~ L©T $ 2,000.00, ~ RL $ 250.00 280 LF $ B.00 131 NT $ 15.00 1..~0 EA $ 55.25 ~ EA $ 55.25 ~ EA $ Lo~o.oo ~ TF S 225.00 ~ TF $ 135,00 12.__~0 TF $ 280.00 ~ TF $ 60.00 ~ TF $ 35.00 ~ TF $ 87.00 ~ NT $ 70.00 CO.NTRACT~ Asphalt Paving - City's RespOnsibility Disposal of V~e Materials Mai~tenan6e of Traffic Subtotal ~ NT $ 110.0~ 1~6 TF $ 10.00 ~ DAY $ 300.09 ~age 2 o; 3 1,170.00 936,0O 936.0~ 936.00 3,276.C0 156.00 546.00 468.06 936.00 4,680.QQ 156.00 936.9C 3,177.72 9,679.9~ 5,835.00 ' "~3,3~4.5~ ' 3,307.75 2,932.80 2,000.00 600.00 1,880.00 1,g65.00 552.50 221.00 4,200.00 33,600.00 2,547,95 53,507.00 $ $ i ,960,00 $ - EXHizBIT 3 ,gAGE ^PR.-I6'O2(TCE) 12:22 TEL:9042451020 P. Oc:5 CSX TRANSPORTATION, INC. _ FORCE ACCOUNT ESTIMATE ACCT. cOOE: 70S - tNO200 Pub EM - $ GFP Page 3 of 3 ~ENTAL: Gang Truck BoOm Truck Dump Truck Backhoe Compressor Air DrtitNVrench Tie Tamper (CAT) Tie Tamper (Production) Tie Tamper (tJt~lity) Ballast Regulator Rnller Bardc~des Subtotal TRANSPORTATION; Subtotal 25 DAv $ 180.40 _8 DA'" S 304.16 7_ DA'-' $ 283.04 1~ DAY $ 141.84 15 ~)AY $ 113.52 j[~ DAY' $ 11.52 _0 DAY $ 1,580.16 O DAY $ 785.60 2 DAY $ 785.60 _2 DA¥ 8 288.60 0 DAY S 39.12 0_ DAY S S S $ $ $ $ $ $ $ $ $ 1 LS $ 4.00O.0O $ 4,510.00 2,433,28 1,981.28 2,127.60 1,702.80 172.50 1.571.2~ 571,20 15.070.16 4.000.00 4,000.00 WORK TRAIN: Subtotal __O DAY $ 2,060.10 SALVAGE[ Rail OTM Subtotal ~.,.51 NT $ 65,00 1 98 NT $ 75.00 CONTINGENCIES: 10,00% (Excludes Sig: & Comm.) GRAND TOTAL * ..... * ...... ************************************ $ (488.13) S ,,, (t47,00), $ (635.15) $ tt,76g.61 $ 265,120,g5 Agent7 '- '. Railroad ~' f t00.00% o.oo%. TOTAL .......... 265,120,85 265.12C.85 Office of Dfstdot Project Engineer Cincinnati District, Fort Wright, KY Estimated By: D.J. Fe~ Telephone: 85~.344-8137 DATE: !2112/2001. REVISED: NOTE: This estimate is based on FULL CROSSING CLOSURE during work by Railroad Forces. File: INO:~O0-$ urfa~e FAB EXHIBIT:::3 APR.-i¢O2(~U£1 12:23 TEL:9O4245t020 EST]MATE: 9902041-20620 CSX TRANSPOR-TATION ESTIMATED COST TO INSTALL AUTOMATICALLY CONTROLLED CANTILEVERS AND GATES JEFFERSONVILLE, IN INTERCITY RD. OP#: IN0200 AAR#: NEW PROJECT#: IN2000070 SUMMARY MATE RIAL: $62.,t 49.75 SALES Tg.X: $0.00 INSTALLING: CONSTRUCTION: SHOF: LABOR 93 MAN DAYS $19,158.00 5 MAN DAYS $705 · .,~;-:~,~T ..... ~. L/ ',NANC¢: RAILROAD ENGINEERING, PRELIMINARY: RAILErs'AD ENGiNEeRING, CONS ~ Rt',~ I ION. · ~u,o60.00 $2,980.19 AOOmySS TO CONST~UC~ON ADOITIVES i'Q ENGINEERING: $16,278.56 $5;025,57 ADDITiVES TO SHOP LABOR: EQUIPMENT EXPENSE: WASTE M.A.N,AGEMENT: CONTRACT ENGINEERIND INVOICe; (CAT !-$~ ,S~0.00 + CAT 2~$2,750,00 + CAT 3~J $721.00 $7,000.00 ,,.$240.00 $6.033.97 FREIGHT: $2,400.00 220 VAO POWER SERVICE: ESTIMATED SALVAGE: MISCELLANEOUS CHARGES: ( POWER INSTALLA.TION } $0,00 $1.00 $1,000.00 '~ota! Estimated C<:st ........... $t36,226.72._ DATE; 2J2~002 ESTIMATE BY: SAF~ i t-(AN SYSTEMS CORP. "NOT'~; TH[~ EE, TI~ATE ~HOULD EIE CONSIDER,ED V(31D ONE YEAR FRC~A~I T~E DATIE OF ES~ REV.g9-3 EXHIBIT :3 APR.-16' 02flUE) 12:23 Catalog Num 020-0003368 020-0017120 -020-0017211 020-0017311 020-0021965 020-002~65! 020-0022754 O2O0025595 020-0053390 020-O056514 020-0660075 020-075009O O20-077~X360 020-1940055 020-2582460 020-2901 t 90 020-3430110 02O-34301 t5 020-3430135 O20-3430170 O20-343O 185 020-4200100 020-4200340 020-4200360 020-800O067 O2O-8100034 TEL.904245t020 P 0C5 Shop Material List for CSX Project: IN200~070 (Effective: 02/14/2002) INSTALL AUTOMATICALLY CONTROLLED CANTILEVERS AND GATES Jeffersonville, IN - B 4.5,50 Cond Unit Price Qty Cost Descfiptior~ 1 6553.00 HOUSE 6X6L ALUM INCLUDES 5 6553,00 13.41 3 277.29 1 22.89 12 9.05 48.76 5 75,01 1 'f6.94 1 421.96 9.07 1 355.10 1 4.99 3 10.76 ~7 5.42 1 6957.19 1 ' 9.q6 I 270.00 1 ~16.40 1 399.60 1 42'6.86 I $T8.00 1 5.93 3 1.04 47 4.47 9 14.21 ' 2 2421.90 ' 1' Total Cost: $ SHELFS, FARADAY CLOSET. 120V 40~,3 BLOCK '~J~MINAL 12 WAY SINGLE STRIP AAR DWG 10544 MP 14.1.6 277.29 TRANSFORMER 010520-50X L~GHT - ' 750VA MOO SLT 50 SAF~-/t~,AN PRI 274.68 RESISTOR 029602-52)( ADJ 0.035 TO 1.80 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 RECTIF;ER SAFETRAN 590000-X SILICON ~JSE WITH $AFETRAN 16,94 WRENCH DWG 55393-3 GR1 "E" TERMINAL POST NUT GR$ CAT 1265,88 CHARGER BATT~-RY NRS 12/20 SCR SOLID STATE 20 AMP ROTARY 9.07 SOCKET 27E 166 RELAY PO ~ ~ ~-R BRUM FOR PB TYPE KHAU 4FB NV 355,10 ARRESTER GE 9L~0KA/~12 FOR APPLICATION ON I20 VOLT 14.97 NUT INSULATED 8AFETRAN 023408-1X I-3i16" FOR 120V AC 505.72 ARRESTER US&S.N451552-0201 TPJ~.CK SERIES RED 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 AN D · 9.06 RELAY P&B KHAU17A12-120. POWER-OFF FOR GENISYS SYSTEM 270.00 P~LAY SAFETRAN 400004 4FB-2F-1B NEUTRAL 500 OHMS · 518.40 RELAY SAFETRAN 400005 4FB HD-2FS NEUTRAL 800 OHMS CS;( 899.60 RELAY $AFETRAN 400213 2FB SLOW RELEASE 460 OHMS C~X REF 426_86 RELAY SAFETRAN 400500-CSX 6FB HD POWER TRANSFER 1001100 378.00 RELAY SAF~-J MN 400700-X 4FB FLASHER 60 OHMS COMPLETE WIT~ 17.79 CONNECTOR BUS I" CENTERS 1/2" X 36" 18 GAGE PUNCHED 114" X 48.88 LINK TEST OFFSET LiNK 1 IN CENTF_P,~ INSULATED W/SPECIAL 40.23 LINK INSUL TEST 2-3,/8" CENTERS CENTER CONTROL TEST 28.42 LOCK AMERICC, N H'~ OKA CSX SIGNAL PADLOCK W/BK CHROME 2421.90 RECORDER EVENT HARMON HAWK ASSEMBLY COMPLETE WiTH 21162.49 P~ge I of 4 EXHIBIT 3 ¢~mate ID: 02/25/2002 APR.-16'O2(~UE} 12:2~ TEL:9042451020 P. O06 Field Mater'ial List fer CSX Proje~t: IN20000?0 (E:ffecti~e: 02114/'2002) INSTALL AUTOMATICALLY CONTROl. LED CANTTLEVERs AND GATES Jeffersonville, IN - B Catalog Nurn Cond Unit Price Qty Cost Des~ption 020-0013475 1 1.48 020-0013906 I 4.37 02C~01~000 · '1 .3,03 020`0014605 1 2296.50 020-0052475 I 3.30 020-O052920 1 0.44 020-0052921 1 0.31 020-0053065 I 2.63 020-0053245 1 1.10 02O.-0056424 I 60.42 020-0056463 1 4963.00 020-0057275 1 0.68 020,-0068633 1 6107.50 020-1~34-0302 "i 139.04 020-1040304., 1 167.48 020--104030¢ '1 - 231.55 020-1040540 1 27.18 020-1040550 I 37.89 020-1150750 I 0,4~ 020-1153651 I %55 020-1360014 1 693.1t 020-1360016 I 15.39 020-1380103 1 943,41 020-1601690 1 4.20 020`2060060 1 372.78 020-3901895 1 81.00 020-3920200 1 185.88 020-3930010 I 3.60 020-4200340 I t 30 192.40 CONNECTOR TRACK D&W S8PT OR ERICO SBPAC3ACSX APPLY 3/t 350 152g.60 CABLE UG 16 COND 6 NO 6 AWG SOLID C 10 NO 14AWG SOLID C · 100 303.00 CABLE UG 10 COND NO 9 AWG' SOLID C CSX SPEC 88798 SHOW 2 4593.60 FOUNDATION 5'~5-I/2" SECT PRECAST CONCRETE ASSY BOLT 4 13.20 ARM CCSX2.719S SHORT EXTENSION 7-1/4" LG ALUMINUM ALSO 5 2.20 BANi2 C-204 BAND IT l/2" SS DUROC ORDER BY THE FT 4 1.24 BUCKLE ~254 BAND IT 112 IN SS BURCO 67 176.21 BOND 3/15" X 6-1/2" STYLE XS RAIL HEAD W/WELD METAL & 150 165,00 CABLE UG $ COND NO 9 AWG SOLID C CSX SPEC S$796 SHOW 4 241,68 BRACKET 81GN 10" MAST W/SPLIT BOLTS FOR ALL SIGNS REQUIRING 2 9926.00 SIGNAL 02286 HWY CROSSING GATE ASSY CSX DWG SS222 INCL 350 238.00 WIRE UG TRK TWIST PAIR NO 6 AWG SOL C NEOPRENE JKT CSX 2 1221.5.00 SIGNAL 023156 HWY XING 24 ALUM 1-MAST OANTLR FL LT ASS',"" 7 973.28 BATTERY GNB 50A07 ABSOLTE 160AH EA MAINTENANCE FREE 6 1004.88 BA'Ff'ERY GNB 50A11 ABSOLTE 265AH ~ MAINTENANCE FREE 6 · 1389.30 BATTERY GNB 50A,!5 AB~OLTE lIP · 370AH I.~ MAINTENANCE FREE 2 54,36 TRAY PVC BATT FIBER CO 82587-1-P 12" WIDTH 24" LONG' 1 37,89 TRAY PVC BATT FIBER CO 82687-3-P 12" WIDTH 38" 166 67,08 BOND STRAND 3t16" DIA 7 STRANDS OF 19 STR EACH 8 WITH 8 t2.40 CUP TRK WIRE RETAIN ERJCO SBA2,48B SPRING STEEL SAE 1075 I 693.11 PACKC, GE FOREMANS CARE FOR ALUMINUM TYPICAL BOM FOR USE 1 15.39 PACKAGE SAFETY & SECURMENT WITH 1 EA CAUTION TAG 1 EA 1 943.41 LAYOUT METER SERVICE WITH 25' POLE CSX DWG S8351 SH 2 iTEMS 175 735.00 CABLE UG 9 COND NO 6 AWG SOLID C CSX SPEC SS796 SHOW 2 745,56 FOUNDATION ASSY 5'-7" HT TYPE S-2 SECTIONAL PRECAST 2 162.00 TIP FLEX HWY CROSSING GATE 24 IN LONG RED & WHITE STRIPES 'f I85.88 BELL GCWD ELECTRONIC 4" OR 5" MAST 8 TO 13 VOLTS DC SSI PN 2 7.20 KIT GATE ARM WARNING 8TICKER KIT INCLUDES 1-EA 5"X3" 47 48.88 LINK T~$T OFFSET·LiNK 1IN CENTERS INSULATED W/SPEC[AL EXHIBIT 3 : 1 Page 2. ~f 4 02/25/2002 APR.-16'02(TU£) 12:24 TEL:gG42451020 Cat~[og Num 020-4200900 Field Mateda! LJst fcr CSX Project: N2000070 (E~fecti~e: INSTALL AUTOMATICALLY CONTROLLED CANTILEVERS AND GATES Jefferson¥ille, IN - B C~nd Unit Prfco ,Qty ,C~st Description I 0,20 10 2.00 CONNECTOR SHE~.THING AMP 32gS60 FOR NO. 14 WIRE 100.00 I 100.00 BLOCKING AND ~P, ACING FOR PROJECTS BURCO DIST 6,05 ' 110 ' 665.50 CONDUtT'GALV RIGID 4"STL 10 LENGTH W/TAPERED THREADS ON 33.44 1 33.4~ STOOL STEP WOOD !4"X 20" SIGNAL. MAINTAINERS CS×T 020-9999991 '250-0010780 360~006100 360...0800145 4.39 1 4.39 BROOM WAREHOUSE CORN HVY DUTY ID300 Cost: $ 37477.98 EXHIBIT: 3 Page 3 of 4 02~5/2002 APR.-16'O2(TUE) 12:24 TEL:9~42451020 Catalog Num N/A N/A 020-0017605 ..~ .... 020_0017607 ~20-0017625 020-0017630 020-0O17635 020-0028610 02~3261970 020-420C880 020-4200892 020-~251190 ~20-42~1290 020-4251295 020-gg999S2 450-0o~2~2 l 1 1 1 1 1 1 1 1 1 1 1 Consumables List for CSX Project: IN2000070 (EffectiVe: 02Jt4/2002) INSTALL AUTOMATICALLY CONTROLLED CANTILEVERS AND GATES Jeffersonville, IN - B 49.$0 Ccnd Unit Price Qty C.4~t De~u-'ripfion 10 2000.00 FILL MATERIAL, ! 0 CU BIG YARDS 1 $00.00 WALk'WAY ROCK, 10 CUBIC YARDS 350 70.00 WIRE CASE 10 AWG FLEX CSX 2O0.00 800.00 020 0.50 500 0.33 150 0,11 200 0.75 130 0.49 100 8,91 2 0.5 2 0.42 27 0.56 120 0;82 30 · 0.55 8 50.00 1 0,02 100 Torsi Cost $ P. O08 SPEC SS796 OKONITE 250.00 WIRE CASE 'i¥¢'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 SS795 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 DL~Y 17.82 DECAL ASSY 2" BLACK PRESSURE SENSITIVE VINYL PRE-MASKED 1.02 CONNECTOR TERMINAL CENTERS AAR t47,.~5-4 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 BLUE WIRE SIZE NO 6 AWG 1/4" STUD 3.3~ TERMINA~ WiRE AMP 322007 BLUE WIRE SIZE NO 6 AWG 3/8".STUD 50.00 .~OUSE, SIGNAL HANDLING CHARGE, 8URCO DISTRIBUTION 2.00 SCREW 10 X 1" SHT METAL PAN MD TYPE A COARSE THREAD 3509.28 EXHtBtT 3 P~ge 4 of 4 (Y2J25/2002 Janua~ 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 cemply with the Regulations relative to nondiscrimination in federally assisted programs of the DepeCa'nent 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 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 naficoal odgin in the selection and retention of subcontractors, including procurements of materials and leases of equipreent. The contractor shall not padiclpata either directly or thdirecfly 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) Solicltafiees for Subcontracts: [ncludinq Procurements of Materials and Equipment: In all solicitations either by competitive bidding or negotiafion 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 ccotractor of the contractoCs obligations under this contract and the Regulations relative to nondiscrimination on the grounds of race, color, sex or national origin. (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 Traospedation or the Federel Highway Administration to be pertinent to ascertain compliance 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 certity to the Indiana Department of Transportation, or the Federal Highway Adrnthisfrafion as apprepdate, and shall set todh 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 dces 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 apprepdate, including, but not limited to: (a) withholding of payments to the contractor under the contract unfit the contractor complies, and/or (b) cance[lafion, termination or suspension of the contract in whole or in part. (6) Incorporation of Provisions; The contractor shall include thee provision of paragraphs (1) through (7) in every subcontract, including procurements of materials and teases 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 Depar'mnent of Transportation or the Federal Highway Administration may direct as a means of enforcing such provisions including sanctions for nonosmplianse: Provided, however, that, in the event a contractor becomes involved in, or is threatened with, lifigation with a subcontractor or supplier as a result of such direcfion, the contractor may request the Indiana Department of Transpedation 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) Nonsedreqated Facilities: By submission of this bid, the execution of this contract or subcontract, or the consummafion of this materials supply agreement, as appropdata, the bidder, Federal-aid construction contractor, subcontractor, or materials supplier, as apprepdate, 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 contrei, where segregated facilities are maintained. He certifies fudher that he will not maintain or provide for his empioyeos 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 victafion of the Equal Opportunity clause in this contract. AS used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, fime-clocks, locker rooms and other storage or dressing areas, parking Iota, ddnking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in tact segregated on the basis of rase, creed, color, or national odgin, because of habit, local custom, or otherwise. He agrees that (except where he has obtained identical certifications from proposed subcontractors and marshal suppliers for specific time pededs), he will obtain identical certification from proposed subcontractors or matedal suppliers pdor to the award of subcontracts or the consummation of matedal 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.