Loading...
HomeMy WebLinkAbout1996-062-05/21/1996-BURLINGTON NORTHERN RAILROAD COLORADO DEPT TRANSPORTATION CONTRACT RAILROAD CONSOLIDATION PROJECT UN RESOLUTION 96-62 OF THE COUNCIL OF THE CITY OF FORT COLLINS AUTHORIZING THE CITY MANAGER TO ENTER INTO A CONTRACT WITH THE COLORADO DEPARTMENT OF TRANSPORTATION,UNION PACIFIC RAILROAD COMPANY, AND THE BURLINGTON NORTHERN RAILROAD COMPANY FOR THE CONSTRUCTION OF A PORTION OF PHASE II OF THE RAILROAD CONSOLIDATION PROJECT WHEREAS, in 1995, the City of Fort Collins ("City"), the Colorado Department of Transportation ("CDOT"), the Burlington Northern Railroad Company (`BNRR"), and the Union Pacific Railroad Company("UPRR")entered into a contract whereby the parties agreed to cooperate in Phase I of the Downtown Railroad Track Consolidation Project ("the Project"); and WHEREAS, in Phase I of the Project, the parties agreed to the consolidation of the UPRR track and the BNRR track from Lemay Avenue to Mulberry Street into one railroad track; and WHEREAS, Phase I of the Project was completed in the summer of 1995; and WHEREAS, the parties now desire to enter into a contract regarding Phase II of the Project which will involve the construction of a new connecting track east of College Avenue between the BNRR main line and the UPRR branch line,construction of crossing signals with gates and concrete railroad crossing material at the new crossing on Willow Street, removal of the BNRR branch line across College Avenue and Cherry Street, and the upgrading of the UPRR crossing on College Avenue at Cherry Street; and WHEREAS, in order to implement and begin construction of Phase II of the Project, it is necessary for the City, CDOT, BNRR and UPRR to enter into a second contract concerning Phase II, which contract is attached hereto Exhibit "A" and incorporated herein by this reference ("the Contract"); and WHEREAS, Section 16 of Article II of the City Charter provides that Council may, by resolution, enter into contracts with other governmental bodies to furnish governmental services or to enter into cooperative or joint activities with other governmental bodies; and WHEREAS,by the City entering into the Contract,it will make it possible to construct Phase R of the Project,which improvements will benefit the public's health, safety and welfare by reducing the number of train crossings across College Avenue each day from approximately twenty-two (22) down to ten (10) or less. NOW,THEREFORE,BE IT RESOLVED BY THE COUNCIL OF THE CITY OF FORT COLLINS,that the City Council hereby approves the Contract and authorizes the City Manager to enter into the Contract on behalf of the City. Passed and adopted at a regular meeting of the City Council held this 21st day of May, A.D. 1996. Mayor ATTEST: City Clerk MAY-15 96 08:51 FROM:CDDT STAFF DESIGN 303-757-9868 T0:3032216378 PAGE:02 Exhibit A SRP M455-023 PHASE II,FORT COLUNS CONSOLIDATION CONTRACT FOR HIGHWAYMAILROAD GRADE CROSSING IMPROVEMENTS UNDER FEDERAL SECTION 130 PROGRAM THIS CONTRACT,made this day of I9 _by and between the STATE OF COLORADO for the use and benefit of the STATE DEPARTMENT OF TRANSPORTATION,DIVISION OF ENGINEERING,DESIGN AND CONSTRUCTION, hereinafter referred to as the State,and the CITY OF FORT COLLINS,COLORADO hereinafter referred to as the fora] Agency,the BURLINGTON NORTHERN RAILROAD COMPANY, hereinafter refemd to as the BNRR,and THE UNION PANIC RAILROAD COMPANY, hereinafter referred to as the UPRR, WHEREAS,the BNRR and the UPRR shall hereinafter be rcfcrnod to jointly as the Railroad Companies;and WHEREAS,authority exists in the Law and Funds have ban budgeted,appropriated and otherwise made available and a sufficient unencumbered balance thereof remains available for payment in Fund Number 400,Appropriation Code 010.Function 3987, Object 23111 P,Program 2000,Originating Unit 0920,Phase C.Contract Encumbrance Number 10988,Contract Encumbrance Amount$308.062;and - WHEREAS,required approval,clearance and coordination has been accomplished from and with appropriate agencies;and WHEREAS,this contract is executed by the State under authority of Section 43-1-110, C.R.S., as amended,by both the State and the Local Agency under authority of Sections 29-1-203 and 43-2-144,C.R.S.,as amended,and by the Local Agency pursuant to an appropriate ordinance or resolution duly passed and adopted by the Local Agency, a copy of which is attached hereto and hereby made a part hereof;and WHEREAS,pursuant to Tide I,Part A,Section 1007 of the Intermodal Surface Transportation Efficiency Act of 1991,specifically Section 130 of Title 23,and the regulations promulgated thereunder,certain federal funds have been and will in the future be made available for the elimination of hazards at certain highway/railroad grade crossings on the Federal-aid highway system.Federal-aid urban system,and on roads not on any Federal-aid highway system,by the installation of warning devices,such projects being hereinafter referred to as the Section 130 Program;and MAY-15 96 08:51 FROM:CDOT STAFF DESIGN 303-757-9868 TO:3032216378 PAGE:03 WHEREAS,projects selected under the Section 130 Program am eligible for funding at the rate of 100%Federal-aid funds,provided the project Costs are incurred in accordance with the Conditions set forth herein,that all non-participating costs shall be borne equally by the Local Agency and State at 100%;and WHEREAS.Federal regulations(23CFR,Pat 646,Subpart B)require the State to contract with rai(road companies and local agencies on Federal-aid projects involving use of railroad property or adjustment to railroad facilities;and WHEREAS,the State is responsible for the administration of the Section 130 program and will act in the relative position of the Federal Highway Administration(FHWA)in reviewing and approving highway/railroad projects and in authorizing expenditure of Federal-aid funds on said projects; and WHEREAS,the FHWA has detemtined that the use of a multi-patty contract is required in order for the State to fulfill its administrative responsibilities under the Section 130 Program, including the responsibility of assuring that work is not performed prior to authorization by the State;and WHEREAS,the Local Agency and the Railroad Companies understand that,pursuant to paragraph 646.220 of 23CFR,the State Is responsible for issuing written authorization for all phases of the work described herein, and that the costs for such work will be eligible for reimbursement only if the work is performed after written authorization by the State;and WHEREAS,the State will authorize the early purchasing of materials for the crossing improvements, in the form of an authorization letter(Exhibit F),upon receipt of the Railroad Companies'cost estimate for the Railroad work;and WHEREAS,the State and the Local Agency have initiated this Section 130 Program,project number SRP M455-023,by submittal of a completed CDOT Form No.463;and WHEREAS,this project is located at two sites in the City of Fort Collins,Colorado,one at the crossing of State Highway(SH)287(College Avenue)and the Railroad Companies'separate tracks,and the other at the crossing of Willow Street and the BNRR tracks,National Inventory Crossing ID No.094-505R;and WHEREAS,this contract provides for highway/railroad grade crossing improvements consisting of construction of a new concrete crossing surface at SH 287(UPRR), installation of crossing warning devices at the Willow Street crossing(BNRR),and at Willow Street(BNRR), -2- MAY-IS 96 08:52 FROM:CDOT STAFF DESIGN 303-757-9868 TO:3032216378 PAGE:04 removal of BNRR track through SH 287 and Cherry Street locations,and street repairs at the intersection of SH 287 and Cherry,and at Mason and Cherry,and at the Willow Street crossing,all as the second phase of the Fort Collins track consolidation project;and WHEREAS,SH 287 is a State Highway under the legal jurisdiction of the State,and Willow,Mason and Cherry Streets,which art:not located on the State highway system,are under the legal jurisdiction of the Local Agency;and WHEREAS,the State and the Local Agency will file a joint Public Utilities Commission (P.U.C.)Application for this project;and WHEREAS,the State agreed to provide 100% State funding,up to a maximum of$250,000. for the Fort Collins Consolidation work;and WHEREAS,the State has provided$98,062 for Phase I of the Fort Collins Consolidation work,which occurred in 1995,and in order to complete the State's funding commitment towards all of the work,the State will provide$161.938 to this Phase H project;and WHEREAS,the 161,938 in State funds will be distributed to this Phase A project by the State paying the local Agency an amount not to exceed$74,000 based on monthly billings from the Local Agency,as a State contribution for portions of Phase ll not covered under this agreement;and In addition,the State will also provide funding in an amount not to exceed$97,939 towards costs on this Phase II project as deserihed herein;and WHEREAS,the Railroad Companies are adequately staffed and suitably equipped to undertake and satisfactorily complete the proposed improvements,and can perform the railroad work more advantageously and more cost effectively than the State or the Local Agency;and WHEREAS,it is in the public interest that the railroad work be performed by the Railroad Companies forces,on a Force Account basis. NOW,THEREFORE, it is hereby agreed that: ARTICLE I GENERAL PROVISIONS SECTION A. DEMEMM 1. CDOT = Colorado Deparmient of Transportation -3. MAY-15 96 Oe:53 FROM:CDOT STAFF DESIGN 303-757-9968 TO:303221637e PRGE:05 2. FHWA = U.S.Department of Transportation Federal Highway Administration 3. 23CFR _ Title 23 of the Code of Federal Regulations 4. MUTCD = The Manual on Uniform Traffic Control Devices for Streets and Highways 5. P.U.C. Public Utilities Commission of Coloiado 6. The term"eligible charges"shall include only those actual incurred costs,as provided In 23CM Part 140.which ate directly attributable to Project No. SRP M455-o23 and which are incurred following written authorization by the State for the various work functions. 7. The term"railroad work"shall consist of the following work for the improvements by the Railroad Companies: a) Construct a new highway/railroad concrete crossing at SH 287(College Avenue). (Work by UPRR forces.) b) Install automatic flashing light signals with gates and motion detection equipment at the Willow Street crossing. (Work by BNRR forces). c) Construct new streaUrailroad concrete crossing at Willow Street(Work by BNRR forces). d) Remove BNRR track through SH 287(College Avenue)-and Chevy Street locations. (Work by BNRR forces.) 8. The term"Local Agency Work"shall consist of work performed by Local Agency forces and shall include the following. A) Replace traffic loop detectors at the College Avenue(SH 287) and Cherry Street intersections.provide traffic striping.and remove the engineer signals on the 13NRR track that Is being removed. b) Provide construction zone traffic control along College Avenue(SH 287)and Gerry Street and Willow Street -4- MAY-15 96 08:53 FROM:CDOT STAFF DESIGN 303-757-986e TO:3032216378 PAGE:06 e) Provide street repairs at SH 287(College Avenue)and Cherry Street (BNRR and UPRR),at Mason and Cherry Streets(BNRR),and at Willow Street(BNRR). d) Engineering services,including design,preparation of the P.U.C, application, plan preparation,surveying,and construction management 9. The term "State work"shall consist of work performed by State forces and shall include the following: a) Administration of the Section I30 program,of which this project is a part, including issuing written authorization for all phases of work_ b) Engineering services,including preparation of general plans and inspection during construction. c) Additional support services,as required by the project. SECTION B. FMMITS The Exhibits listed below are hereto attached and made a part of this contract: Exhibit A - Local Agency Ordinance or Resolution Exhibit B - Print showing Ming Locations Exhibit C-1 - UPRR cost estimate for construction of a new concrete crossing surface at College(SH 287)and modifying railroad signals Exhibit C-2 - BNRR cost estimate for Installation of crossing warning devices at the Willow Street crossing Exhibit C-3 - BNRR cost estimate for track removal through SH 287 and Cherry Street Exhibit C-4 - BNRR cost estimate for construction of a new concrete crossing surface at Willow Street Exhibit D-1 - Local Agency s cost estimate for traffic operations modifications at the SH 287/Cherry Street intersection Exhibit D-2- Local Agency's cost estimate for traffic control at College Avenue (SH287/Cherry Street Intersection(uPRR tracks),Mason/Cherry Street Intersection(BNRR tracks),and at Willow Street(BNRR track) -S- MAY-15 96 08:54 FROM:CDOT STAFF DESIGN 303-757-9868 TO:303221637e PAGE:07 Exhibit D-3 - Local Agency's cost estimate for street repairs at College(SH 287 and Cherry Street intersection(BNRR&UPRR)Mason/Cherry Intersection(BNRR),at Willow Street(BNRR) Exhibit D4 - 1 0 Agency's cost estimate for engineering services Exhibit E - Civil Rights Exhibit Exhibit F - Authorization Letters SECTION C. REEERENCEDOaampm The following are made a part of this contract by reference the same as If attached hereto Including any supplements or amendments thereto dated prior to date of this contract: 23CFR Pan 140 Subpart I 23CFR Part 172 23CFR Part 646 Subpart.B MUM Dated 1988 SECTION D. pESIGN DATA The highway/milmad improvement project provided herein,identified as Project No. SRP M455-023 consists of improvements in Fort Collins,Colorado, including installing new crossing surface material at UPRR's crossing of SH 287,and at BNRR's crossing of Willow Street, installing new concrete crossing surface material,and grade crossing warning devices consisting of flashing light signals,bells,gates,and motion detection equipment at the Willow Street crossing, and removing the BNRR's existing tracks through SH 287 and Cherry Street Such improvements are more fully described in MOT Form No.463(Design Data) that the State and Local Agency have developed. The Local Agency and Railroad Companies understand that only those improvements provided in the approved final CDOT Form No.463 for this project are eligible for Federal-ald participation under this contract ARTICLE U CORE IITMENTS ON THE PART OF THE LOCAL AGENCY SECTION A. PRE-CONTRACT ADhMUMATfVP JASKS Certain administrative tasks are necessary to be performed prior to execution of this contract and the parties hereto agree that the costs of those tasks,whether incurred by the Local Agency or the State,shall be eligible for reimbursement from project funds. Said tasks include,but are not limited to,preparation of CDOT Form No.463,attending pre-design meetings,design work, preparation of P.U.C. applications,obtaining FHWA approvals and preparation of this contract. -6- MAY-15 96 08:54 FROM:CDOT STAFF DESIGN 303-757-9868 T0:3032216378 PAGE:08 In the event Federal-aid funds are not made available,or are withdrawn from the project,the state and Local Agency shall share on a pro-rate basis In costs incurred by the State. SECTION B. P.U.C.AHaxA't QN The Local Agency shall prepare the P.U.C.applications. TU Local Agency and State shall be joint applicants for SH 287(College Ave.),and the Local Agency shall be sole applicant for Willow street. The P.U.C.applications shall request a p.U.C.order providing for the improvements described herein. The local Agency and the State shall each bear their respective responsibilities covering the joint application,i.e., the State for SH 287(College Avenue)and the Local Agency for Cherry and Mason Streets. The Local Agency shall participate In any hearing before the P.U.C.in Us matter and shall be responsible for presenting all evidence relative to those portions of the project under the Local Agency's jurisdiction at any such hearing. 7U State's issuance of authorization to proceed with the railroad work shall be contingent upon the P.U.C.'a approval. SECTION C. LrMl=, The Local Agency shall be responsible for obtaining proper clearance or approval in writing, or formal agreement if utility adjustments arc required,from utility companies which may be involved in the Willow.Cherry and Mason Streets portions of the project. 'Me Local Agency shall furnish the State with documentation of such clearance or approval prior to installation of the proposed improvements. SECTION D. RLGHT QF WAY The Local Agency shall provide written certification to the State that the Willow.Cherry and Mason Streets portions of proposed project number SRP M455-023 will be constructed on existing right of way,or that if right of way Is acquired for the completion of the project that such acquisition was made in accordance with FHWA and State regulations. SECTION E. COST PSTIMA__ Prior to execution of this contract,the Local Agency shall review that portion of the Railroad Companies'plan and estimate(Exhibits C-1 through C-3)for the railroad work defined in Article I, Section A(7),and shall notify the State,in writing,whether the estimate is acceptable as a basis for reimbursing the Railroad Companies,as provided in Article I,Section A(6),which defines eligible charges,and Article V,Section A(1),which describes actual project costs and cost overruns. The Local Agency has provided the State with the Local Agency's cost estimate for traffic operations modifications,constmetion zone traffic control,including detouring of traffic if required,pavement -7- MAY-15 96 08:55 FROM:CDOT STAFF DESIGN 303-757-9868 T0:3032216378 PAGE.,09 marking,street repairs,and any other work that the Local Agency will be responsible for performing,and for which the Local Agency will seek reimbursement,in connection with project number SAP M455.023. The estimates are attached hereto as Exhibits D-I through D-4. The State will assist in determining these costs If requested by the Local Agency. SECTION P. CROSSING 5ROVEMENT WMK The Local Agency shall coordinate the crossing improvement work and shall inspect the railroad work performed by Railroad Companies'forces. The Local Agency shall not initiate or authorize any crossing improvement work,including the railroad work until the State has issued the Article IV,Section A(2).Notice to Proceed to the Local Agency and the Railroad Companies. In the event that such work is initiated by the Local Agency prior to issuance of the notice to proceed. other than the early ordering of material for the crossing improvements as authorized,in writing,by the State(Exhibit F)the Local Agency shall be solely responsible for all casts incurred for work performed prior to such issuance. The Local Agency shalt be responsible for performing the Local Agency Work described in Article L Section A(g). SECTION G. The Local Agency shall review and verify both the BNRR and the UPRR billings for the railroad work performed hereunder to ensure that the billings are for eligible charges for work actually performed. After Local Agency verification,these billings along with all other project charges,shall be transmitted as a billing from the local Agency to the State's Region representative for approval and reimbursement,as provided In Article IV,Section C. The Local Agency shall also reimburse the State for the State's charges,as provided in Article IV,Section B,within 30[lays following receipt of the State's billings. SECTION H. LOCAL AGENCX B i.1N .,R The Local Agency shall present its final bill to the State for all of its work,including the cost of the Local Agency's engineering,inspection,street repairs,traffic control,traffic operations modifications,and coordination in a total amount not to exceed$122,000 as shown in the estimate (Exhibits D-1 through D-4). The final bill shall be presented within 30 calendar days after completion of the work. In addition,the Local Agency shall present its monthly billings to the State for other Phase 11 work not covered by this agreement,until the amount of$74,000,the state's contribution toward such other Phase 11 work,has been reached. A final bill shall be presented within 30 calendar days after completion of such work,If any of the$74,000 retnains to be paid. Reimbursement for work will not be made if the work is performed prior to the issuance of written notice to proceed. -g- MAY-15 96 08:56 FRDM:CDOT STAFF DESIGN 303-757-9868 TO:3032216378 PAGE:10 SECTION I. INSPECTION AND ALIDtT' The Local Agency shall obtain a written notice to proceed from the State before it performs or authorizes the performance of any work under this contract. The Local Agency shall,during all phases of the work,permit duly authorized agents and employees of the State and the FHWA to inspect the project and to inspect,review and audit the preject records. The Local Agency shall maintain all books,documents,papers,accounting records and other evidence pertaining to costs incurred and to make such materials available at all reasonable tittles during the construction of the project and for 3 years from the data of final payment. Copies of such records shall be fumished by the Local Agency if requested. ARTICLE III COMHIITM)~NTS ON THE PART OF THE RAILROAD COMPANIES SECTION A. GASSING AT GRADE 1• The Railroad Companies agree to accomplish by force account all the railroad work defined in Article I,Section A(7)as provided hereunder,provided that the Railroad Companies shall obtain written notice to proceed from the State before they start to perform or authorize the performance of such railroad work. 2. Plano and Eatimate, The Railroad Companies shall prepare a general plan showing the improvements,along with itemized estimates(Exhibits C-1 through C-3)for each Crossing(SH 287, Willow and Cherry Streets). The Railroad Companies must receive approval of such plans and estimates together with a written notice to proceed from the State prior to beginning any railroad work or incurring any expense,unless otherwise authorized by the State. The estimates shall also take into account the value of all existing material that can be salvaged and/or scrapped. If theirs Is no salvageable and/or scrapped material that has value,the estimates shall so state. The Local Agency and the State shall be afforded the opportunity to inspect salvaged and/or scrapped material regarding their respective crossings. The plans and estimates(Exhibits C-1 through C-4)when and as approved by the MMA and the parties hereto,shall govem the installation of the grade crossing warning devices. 3. Chan&Cq in the Railroad Work No change shall be made in the railroad work which will increase the cost shown on the estimates(Exhibits C-1 through C-4),or which will alter the character or scope of the railroad work,without prior written concurrence from the Local Agency and prior written authorization by the state. The Railroad Companies shall be responsible for cost increases resulting from unauthorized changes in the railroad work. . SECTION H. NOTICE -9- MAY-tS 96 08:57 FROM:CDOT STAFF DESIGN 3e3-757-9868 TO:30322i6378 PAGE:11 After receipt of the Notice to Proceed from the State,the Railroad Companies shall notify the Local Agency and the State at least ten working days in advance of beginning the railroad work so that the Local Agency can arrange for construction zone traffic control as required in the traffic control plan and the State can arrango for administration and inspection. The Railroad Companies shall also furnish the Local Agency and the State a copy of the completion notice they furnish the P.U.C. SECTION C. RAUOAn coMP NMS]DILLINGS Progress billings of incurred costs for the railroad work shall be acceptable in minimum amounts of$500 for each billing. The Railroad Companies shall each present their final bills to the Local Agency for all railroad work,including the cost of each Railroad Company's engineering,in a total amount not to exceed$96,410 for the BNRR and in a total amount mx to exceed$214,913 for the UPRR,as shown in the estimates Mxhiblta C-1 through C-4j,except as provided In Article 1 L Section A. Each final bill from the Railroad Companies shall be presented within 180 calendar days after completion of the railroad work. Reimbursement for railroad work will not be made if the work is performed prior to issuance of written notice to proceed by the State,unless the Railroad Companies obtain subsequent approval from FHWA for reimbursement from project funds. Each Railroad Company shall allow the Local Agency and the State to audit each Railroad Company's billings to verify compliance with 23CM Part 140,Subpart L Labor charges for any railroad work performed by Railroad Companies personnel shall be in accord with the then current working agreements between the Railroad Companies and their respective employees. ARTICLE IV CObIIMI1TMENTS ON THR PART OE THE STATE SECTION A. PR�"j'ADMINTSTRATION 1. &=yals by the State. The State,acting in the w1ativo position of the FHWA,shall be responsible for approving the various work functions relative to this project The work functions include,but are not limited to,preliminary engineering,tight-of-way,utility adjustments,railroad work, and work by the Local Agency, 2. XMice to Proceed. The State shalt issue written notices to proceed for the various work functions as may be required. Any work function performed by the Local Agency or the Railroad Companies prior to the issuance of the notice to proceed shall not be eligible for reimbursement from Federal-aid funds. 3. ElmiP Ym3kU II. The State, upon execution of this contract and receipt of required -to- MAY-15 96 10:43 FROM:CDOT STAFF DESIGN 303-757-9%8 TO:3032216378 PAGE:02 project data.shall prepare general plans for the project. Detailed plans for the railroad work shall be the responsibility of the Railroad Companies and shall conform to P.U.C.requirements. SECTION B. STATE-S SXM=T SERVICES AND ARQ S The State shall perform the support services necessary for the approval and administration of this contract. These services may be performed in preparation for any conditions or requirements of this contract,including prior FHWA approval of project work. The State will perform the support services at project expense. The costs of such support services and assistance shall be paid to the State from project funds at the applicable rate identified in Article V,Section A(1). The State agrees that its charges shall not exceed two percent(2%)of the estimated total project budget as detailed in Article V,Section A,or two thousand dollars($2,000),whichever Is the greater amount, unless the Local Agency authorizes,in writing,a higher amount. The State's Region Transportation Director shall be responsible for monitoring project charges.However,in the event that Federal funding is either not made available or Is withdrawn for this contract,or if the Local Agency terminates this contract prior to project approval or completion for any reason,then all actual incurred costs of such services and assistance provided by the State shall be at the sole expense of the Local Agency. At the request of the Local Agency,the State may provide other assistanm as agreed to in uniting. The Local Agency shall reimburse the State the actual costs incurred by the State in performing such assistance. SECTION C. RENOMMUMTO THE RAILROAD COMPANIES Upon receipt of billings for the railroad work for the crossing improvements from the BNRR and the UPRR and approval by the State and by the Local Agency as provided by Article III,Section C of this contract, the State shall reimburse the BNRR and the UPRR the amount of eligible charges,as defined in Article 1,Section A('). Such reimburacment shall be made within 30 calendar days of receipt of the BNRR and the UPRR hills. The State shall also submit a final recapitulation of costs to the Local Agency, SECTION D. BU1.INQ9 TO THR I.txpl.Ar, U= The State will bill the Local Agency for the Local Agency's share of support costs incurred by the State In project administration as provided in Article IV,Section B. SECTION E. The State has committed 100%State funding,up to a maximum of$250.000,for the Fort Collins Consolidation wont.The State provided$88,062 for Phase I in 1995,and in order to complete the State's funding commitment,the State will provide$161.939 to this Phase A project. -11- MAY-15 96 10:43 FROM:CDOT STAFF DESIGN 303-757-9868 TO:3032216378 PRG'E:03 The$161.938 in State funds will be distributed to this Phase A project by the State paying the Local Agency,an amount not to exceed$74,000 based on monthly billings from the Local Agency,and in addition,the State will also provide funding in so amount not to exceed$87,938 towards costs on this Phase It project as defined in Article V,Section A(1). ARTICLE V ADDITIONAL PROVISIONS SECMONA. EVANCTAT-PRQ SVL IOM 1. PrOWI Chat. The cost of this project number SRP M455-023 shall be allocated as follows: a. State's Estimated Sham State's construction engineering cost S51000 (College Crossing): Traffic Operation Modifications(by Local Agency)(Exhibit D-1) $5,000 Street repairs-College/Cberty (by Local Agency)(Exhibit D-3) $45,000 Remove BN crossing/tracks(RR forces)(Exhibit C-3) $9,938 Traffic control(by Local Agency)(Exhibit D-2) $16.000 Indirect costs attributable to state $7 000 Contribution to Local Agency(for other Phase II work not coveted by this agreement)as State's final funding commitment to Fort Collins Consolidation Project $74.00(► STATE'S TOTAL ESTIMATED COST $161,939 b. State's contribution to Local Agency ($74 000) c. Federal Participating Funds Local Agency preliminary eugineedng cost (Exhibit D-4) $20.000 (College Crossing): Reconstruct UP Crossing and signals(RR forces)(Exhibit C-2) $214.913 -12- MAY-15 96 10:43 FROM:CDOT STAFF DESIGN 303-7S7-9868 TO:3032216378 PRGE:04 Street repairs-Cherry/Mason(by Local Agency) (Exhibit D-3) $12,000 (Willow Crossing): Install new signals and gates(RR forces)(Exhibit C-1) $69,839 Install crossing material(RR form)(Exhibit C•4) 16.633 Street repairs(by Local Agency)(Exhibit D-3) 20,000 Traffic control(by Local Agency)(Exhibit D-2) 4,000 Contingency 25.p� TOTAL FEDERAL PARTICIPATING:}FUNDS S382-385 TOTAL ESTIMATED COSTS-SRP M455-023 $470,323 If actual project costs exceed the total budget,and if additional Federal funds are not available,then the State and the Local Agency shall bear the excess costs of the project subject to availability of funds,except that the State and the Local Agency shall not be liable for the cost of any unauthorized changes in the Railroad work as provided in Article III,Section A(3). If project costs underrun the cadmated total budget,the Federal portion of such underrun shall be reallocated within the framework of the Statewode Section 130 Program as mutually agreed upon by the State and the FHWA. SECTION B. FEDERAL Am PROJECTS It is understood that the project herein coptemplated shall be financed in part from funds made available by the Federal Government and expended under Federal regulations;that all plans, -13- MAY-15 96 09:59 FROM:CDOT STAFF DESIGN 303-757-9868 T0:3032216378 _ PAM:15 estimates of cost,specifications, authorizations,awards of contracts,acceptances of work and procedures in general are subject at all times to all Federal laws,rules.regulptiona,orders and approvals applying to Federal projects. SECTIONC. CAhMI.ATrON Any party to this contract shall have the right to cancel this contract by giving the other parties thirty(30)days notice by certified registered mall,return receipt requested,provided such cancellation is effective before the railroad work begins. 9 notice is so given,this contract shall terminate on expiration of the thirty days and the liability of the parties hereunder for further performance of the terms of this contract shall thereupon cease,but the parties shall not be released from the duty to perform their obligations and shall pay their shays of costs incurred up to the date of cancellation as provided in the contract. SECTION D. REPIt_ ESEMIA= For the purpose of this contract,the individuals named below are hereby designated representatives of the respective patties. Any party may, at any time,designate in writing new or substitute representatives. 1. If to State: Mr.Doug Raines Region Transportation Director,Region 4 1420 2nd Street P.O.Box 850 Greeley,CO 80632 Phone(970)350-2101 (970)350-2177 FAX 2. If Ig Local Agcoo: Mr.Mark Sears,Project Engineer Transportation Services City of Fort Collins 281 North College Avenue Fort Collins,CO 80522-0580 Phone(970)221-6583 (970)221-6378 FAX -14- MAY-SS 96 09:00 FROM:CDOT STAFF DESIGN 303-757-9868 TO:30322163M PAGE:16 3. If to$1�R Mr.Robert W.Carter Coordinator Public Programs Burlington Northern Railroad 373 Inverness lhive South Englewood,CO 80112 Phone(303)220-3554 (303)220-3749 FAX 3, If to UPRR Mr. R.H. (Dick)Rauschmaler Manager,Industry and Public Projects Union Pacific Railroad 406 West 1st South Salt take City,UT 84101 Phone(901)595-3560 (801)595-3554 FAX The State's Region Transportation Director Engineer shall be responsible for issuing all Notices to Proceed. SECTION E. CrVlr-RIGHTS The Railroad Companies agree to adhere to all applicable laws,regulations,and executive orders prohibiting discrimination,including,but not limited to the Colorado Antidiscrimination Act of 1957, the Immigration Reform and Control Act,the 1964 Civil Rights Act,and Executive Order 11246,as amended,and the rules,regulations,and orders of the Secretary of Labor. Further,the Railroad Companies will include provisions in their subcontracts,including contracts for materials and equipment leases,that will ensure that its subcontractors abide by applicable civil rights laws. The Railroad Companies will continue to maintain their existing affirmative action programs for all affected groups,including the utilization of minority business enterprises. Additionally,the Railroad Companies will continue to post appropriate notices,whether provided by OFCCP or otherwise,as required by federal law. SECTION F. TERM The tern'of this contract.except for the provisions regarding roadway maintenance and maintenance and future use of warning devices,shall continue through completion and final -IS- MAY-15 96 09:01 FROM:CDOT STAFF DESIGN 303-757-98M TO:3032216378 PAGE:17 acceptance of this project by the Local Agency,the State,and the FHWA. The covenants regarding roadway maintenance and maintenance and future use of warning devices constructed under this contract shall remain In effect in perpetuity or until such time as the Local Agency or each Railroad Company is,by law or otherwise,relieved of such responsibility. SEC'i`fON Q, MAM=g)YCE Upon completion of the work required under this contract,the Railroad Companies shall thereafter operate,maintain,repair and keep the roadbed,crossing sun#sees,track and appurtenances,including the railroad grade crossing warning devices installed hereunder,in a proper working condition. In the event any Federal,State,local or other funds become available for use in the operation,maintenazwe,or repair of the crossing warning devices installed hereunder,the Railroad Companies shall be free to apply for such funds. The Local Agency shall be responsible for maintaining the roadway approaches to the crossing at Willow,Cherry and Mason Streets and the State shall be responsible for maintaining the roadway approaches to the crossing at SH 287 (College Avenue). Roadway approaches shall be considered that section of roadway in the vicinity of the crossing beginning at the railroad crossing advance warning signs and extending to the ends of the railroad track cross ties,Including the portion of roadway lying between multiple tracks. The Local Agency and the State shall also be responsible for maintaining advance warning signs and pavement markings. Neither the Local Agency nor the State shall not be responsible for maintaining the Railroad companies'facilities. SECTION H. FI_tTr RP USE OF WAHXM DEVICES If,hereafter,by agreement,negotiation,or order of competent public authority,the grade crossing warning devices are tendered unnecessary,undesirable or improper by closing of said crossing,by relocation,by separation of grades,or by developments or improvcteents in crossing protection, or otherwise,such devices shall be removed,and if by mutual agreement the grade crossing warning devices are deemed suitable for reuse at another location, they shall be reinstalled at that location by the Railroad Companies under a separate agreement for relocation between the State,Local Agency,and Railroad Companies as approved by the Colorado P.U.C. If the Local Agency widens Willow,Cherry or Mason Streets or makes any changes therein which require relocation of said devices,the Local Agency will bear the entire cost of making such changes. If the State widens SH 287 or makes any changes therein which require relocation of said devices,the State will bear the entire cost of making such changes. Whenever by reason of Railroad Companies changes said devices am removed,relocated or replaced the entire cost thereof shall be borne by the Railroad.Companies. -16- MAY-15 96 09:02 FROM:CDOT STAFF DESIGN 303-757-98GS TO:3032216378 PAGE:18 SECTION L SUCCESSORS AND ASSrcNc All of the covenants and provisions hereof shall inure to the benefit of and be binding upon the parties homto,their successors and assigns. SECTION J. SIMCIAL PROVISMM The Special Provisions attached hereto immediately following the signature page are hereby made a part of this contract For the purpose Of uttorpretation of said Special Provisions,the Local Agency and the Railroad Companies shell each be known,separately,as"the contractor." SECTION K. SIGNA� Tarr[, F AUTHOlt_r_ry The Railroad Companies represent and warrant that they have taken all actions that are necessary or that are required by their procedures,bylaws,or applicable law, to legally authorize the undersigned signatories to execute this contract on behalf of the Railroad Companies and to bind the Railroad Companies to its terms. SECTION L AUTHORMAMONS Pursuant to 23C1$t,Part 646,Subpart B, the State will act in the relative position of the FHWA, including issuing all necessary written authorizations for all phases of the work described herein. The cost for such work will be eligible for reimbursement only if the work is performed after written authorization is issued by the State. -17- MAY-15 96 10:43 FROM:CDOT STAFF DESIGN 303-757-98W T0:3032216378 PAGE:02 project data,shall prepare general plans for the project. Detailed plans for the railroad work shall be the responsibility of the Railroad Companies and shall conform to P.U.C.requirements. SECTION B. STAIRS St M=T ra_RM= AND CHMOve The State shall perform the support services necessary for the approval and administration of this contract. These services may be performed in preparation for any conditions or requirements of this contract,including prior FHWA approval of project woric The State will perform the Support services at project expense. The costs of such support services and assistance shall be paid to the State from project funds At the applicable rate identified in Article V,Section A(1). The State agrees that its charges shall not exceed two percent(2%)of the estimated total project budget As detailed in Article V,Section A,or two thousand dollars($2,000),whichever is the greater amount, unless the Local Agency authorizes,in writing,a higher amount. The States Region Transportation Director shall be responsible for monitoring project charges.However,in the event that Federal funding is either not made available or is withdrawn for this contract,or if the Local Agency terminates this contract prior to project approval or completion for any reason,then all actual incurred costs of such services and assistance provided by the State shall be at the sole expense of the Local Agency. At the request of the Local Agency,the State may provide other assistance as agreed to in writing. The Local Agency shall reimburse the State the actual costs incurred by the State in performing such assistance. SECTION C. Upon receipt of billings for the railroad work for the crossing improvements from the BNRR and the UPRR and approval by the State and by the Local Agency as provided by Article M.Section C of this contract,the State shall reimburse the BNRR and the UPRR the amount of eligible charges,as defined in Article I,Section AM. Such reimbursement shall be made within 30 calendar days of receipt of the BNRR and the UPRR bills. The State shall also submit a final recapitulation of costs to the Local Agency. SECTION D. BT1 UNCIR TQ THE t MPI AGENCY The State will bill the Local Agency for the Local Agency's share of support costs incurred by the State in project administration as provided in Article IV,Section B. SECTION E. The State has committed IOD%State funding,up to a maximum of$250,000,for the Fort Collins Consolidation work.The State provided$88,062 for Phase I in 1995.and in order to complete the State's funding commitment,the State will provide$161.939 to this Phase II project. -11- MAY-15 S6 10:43 FROM:CDOT STAFF DESIGN 303-7S7-9868 TO:3032216378 PAGE:03 The$161,938 in State funds will be distributed to this Phase 11 project by the State paying the Local Agency,an amount not to exceed$74,000 based on monthly billings from the Local Agency,and in addition,the State will also provide funding in an amount not to exceed$87,939 towards costs on this Phase H project as defined in Article V,Section A(l). ARTICLE V ADDITIONAL PROVISIONS SECTION A. FI ANOAL PRAM_ MM 1. Pmiect Cost- The cost of this project number SRP M4455-023 shall be allocated as follows: a. State's Estimated Sham State's constitution engineering cost 55,000 (College Crossing): Traffic Operation Modifications(by Local Agency)(Exhibit D-1) $5,000 Street repairs-College/Cherry (by Local Agency)(Exhibit D-3) $45,000 Remove BN crossing/tracks(RR forces)(Exhibit C-3) $9,939 Traffic control(by Local Agency)(exhibit D-2) $16,000 Indirect costs attributable to State $7,000 Contribution to Local Agency(for other Phase II work not covered by this agreement)as State's final funding commitment to Fort Collins Consolidation Project S7d_00t1 STATE'S TOTAL ESTIMATEDCOST • $161,938 b. State's contribution to Low Agency ($74 000) c. Federal Participating Funds Local Agency preliminary engineering cost(Exhibit D-4) $20.000 (College Crossing): Reconstruct UP Crossing and signals(RR forces)(Exhibit C-2) $214,913 -12- MAY-15 96 10:43 FROM:CDOT STAFF DESIGN 303-757-98G9 TO:303221&TM PAGE:04 Street repairs-Cherry/Mason(by Local Agency)(Exhibit D-3) $12,000 (Willow Crossing): Install new signals and gates(RR forces)(Exhibit C-1) $69.934 Install crossing material(RR forces)(Exhibit C-4) 16.633 Street repairs(by I am'Agency)(Exhibit D-3) 20.000 Tragic comrol(by Local Agency) (Exbibit D-2) 4.000 Contingency ,ppp TOTAL FEDERAL PARTICIPATING FUNDS S382.385 TOTAL ESTIMATED COSTS-SRP M453-023 $470,323 If actual project costs exceed the total budget,and if additional Federal funds am not available, then the State and the Local Agency shall bear the excess costs of the project subject to availability of funds,except that the State and the Local Agency shall not be liable for the cost of any unauthorized changes in the Railroad work as provided in Article III,Section A(3). if project costs underrun the cstimmed total budget,the Federal portion of such undemm shall be reallocated within the framework of the Statewode Section 130 Program as mutually agreed upon by the State and the FHWA. SECTION B. FME At.Am P QI>+_cTC It Is understood that the project herein contemplated shall be financed in part from funds made available by the Federal Government and expended under Federal regulations;that all plans, -13- MAY-15 96 08:59 FROM:CDOT STAFF DESIGN 303-757-990 T0:3032216378 PAGE:SS estimates of cost,specifications,authorizations,awards of contracts,acceptances of work and procedures in general are subject at all times to all Federal laws,rules.regulgona,orders and approvals applying to Federal projects. SECTION C. )AKM 7.AMN Any party to this contract shall have the right to cancel this contract by giving the other parties thirty(30)days notice by certified registered mall,return receipt requested,provided such cancellation is effective before the railroad work begins. If notice is so given,this Contract shall terminate on expiration of the thirty days and the liability of the parties hereunder for further performance of the terms of this contract shall thereupon cease,but the parties shall not be released from the duty to perform their obligations and shall pay their share of costs incurred up to the date of cancellation as provided in the contract. SECTION D. REPRES MrAMM For the purpose of this contract,the individuals named below are hereby designated representatives of the respective parties. Any party may, at any time,designate in writing new or substitute representatives. 1. If to State: Mr.Doug Ramos Region Transportation Director,Region 4 1420 2nd Street P.O.Box 850 Greeley,CO 90632 Phone(970)350-2101 (970)350-2177 FAX 2. tf a L.+cal Awn,vim: Mr.Mark Sears,Project Engineer Transportation Services City of Fort Collins 281 North College Avenue Fort Collins,CO 80522-0 90 Phone(970)221-6583 (970)221-6378 FAX -14- MAY-15 96 09:00 FROM:CDOT STAFF DESIGN 303-757-98M TO:3032216378 PAGE:16 3. If to BNn W.Robert W.Carter Coordinaw Public Programs Burlington Northern Railroad 373 Inverness Ddvo South Englewood,CO 80112 Phone(303)220-3554 (303)220-3749 FAX 3. If to UPRR Mr. R.H. (Dick)Rauschmcler Manager,Industry and Public Projects Union Pacific Railroad 406 West 1st South Salt Lake City,UT 84101 Phone(801)595-3560 (801)595-3554 FAX The State's Region Transportation Director Engineer shall be responsible for issuing aU Notices to Proceed. SECTION E. CrVll-R1Q1TrS The Railroad Companies agree to adhere to all applicable laws,regulations,and executive orders prohibiting discrimination,including,but not limited to the Colorado Antidiscrimination Act of 1957, the Immigration Reform and Control Act,the 1964 Civil Rights Act,and Executive Order 11246,as amended,and the rules,regulations,and orders of the Secretary of Labor. Further,the Railroad Companies will include provisions in their subcontracts,including contracts for materials and equipment leases,that will ensure that its subcontractors abide by applicable civil rights laws. The Railroad Companies will continue to maintain their existing affirmative action programs for all affected groups, including the utilization of minority business enterprises. Additionally,the Railroad Companies will continue to post appropriate notices,whether provided by OFCCP or otherwise,as required by federal law. SECTION P. TERM The term of this contract,except for the provisions regarding roadway maintenance and maintenance and fature use of warning devices,shall continue through completion and final -15- . MAY-15 96 09:01 FROM:CDOT STAFF DESIGN 303-757-9968 TO:3032216378 PAGE:17 acceptance of this project by the Local Agency,the State,and the FHWA. The covenants regarding roadway maintenance and maintenance and future use of warning devices constructed under this contract shall remain in effect in perpetuity or until such time as the Local Agency or each Railroad Company is,by law or otherwise,relieved of such responsibility. SECTION O. MAMMANCE Upon completion of the work requited under this contract,the Railroad Companies shall thereafter operate,maintain,repair and keep the roadbed,crossing surfaces,track and appurtenances,including the railroad grade crossing warning devices installed hereunder,in a proper working condition. In the event any Federal.State,local or other funds become available for use in the operation,maintenance,or repair of the crossing warning devices installed hereunder,the Railroad Companies shall be free to apply for such funds. The Local Agency shall be responsible for maintaining the roadway approaches to the crossing at Willow,Cherry and Mason Streets and the State shall be responsible for maintaining the roadway approaches to the crossing at SH 287 (Col lcgc Avenue). Roadway approaches shall be considered that section of roadway in the vicinity of the crossing beginning at the railroad crossing advance warning signs and extending to the ends of the railroad track cross ties,including the portion of roadway lying between multiple tracks. The Local Agency and the State shall also be responsible for maintaining advance warning signs and pavement markings. Neither the Local Agency nor the State shall not be responsible for maintaining the Railroad companies'facilities. SECTION H. Ff rl' =USE OF WARtytN(}DEVIM If,hereafter,by agroement,negotiation,or order of competent public authority,the grade crossing warning devices arc tendered unnecessary,undesirable or improper by closing of said crossing,by relocation,by separation of grades,or by developments or improvements In crossing protection,or otherwise,such devices shall be removed,and if by mutual agreement the grade crossing warning devices are deemed suitable for reuse at another location,they shall be reinstalled at that location by the Railroad Companies under a separate agreement for relocation between the State,Local Agency,and Railroad Companies as approved by the Colorado P.U.C. If the Local Agency widens Willow,Cherry of Mason Streets or makes any changes therein which require relocation of said devices, the Local Agency will bear the entire cost of making such changes. If the State widens SH 297 or makes any changes therein which require relocation of said devices,the State will bear the entire cost of making such changes. Whenever by reason of Railroad Companies changes said devices arc removed,relocated or replaced the entire cost thereof shall be borne by the Railroad.Companies. -lfr MAY-15 96 09:02 FROM:CDOT STAFF DESIGN 303-757-9868 T0:3032216378 PAGE:18 SECTION I. SUCCESSORS AND ASSMM All of the covenants and provisions hereof shall inure to the benefit of and be binding upon the parties hereto,their successors and assigns. SECTION J. SEECLAL PROVISJ= The Special Provisions attached hereto immediately following the signature page am hereby made a part of this contract. For the purpose of interpretation of said Special Provisions,the Local Agency and the Railroad Companies shall each be known,separately,as"the contractor.• SECTION K. SIGNA11M AUTHOR Y The Railroad Companies represent and warrant that they have taken all actions that are necessary or that are required by their procedures,bylaws,or applicable law, to legally authorize the undersigned signatories to execute this contract on behalf of the Railroad Companies and to bind the Railroad Companies to its terms. SECTION L.. AUTHOR .ATIONS Pursuant to 23CFR,Part 646.Subpart B.the State will act in the relative position of the FHWA, including issuing all necessary written authorizations for all phases of the work described herein. The cost for such work will be eligible for reimbursement only if the work is performed after written authorization is issued by the State. -17- SPECIAL PROVISIONS CONTROLLER'S APPROVAL 1.This contract shall not be deemed valid until it shall have been approved by the Controller of the State of Colorado or such assistant as he may designate.This provision is applicable to any contract involving the payment of money by the State. FUND AVAILABILITY 2.Financial obligations of the State of Colorado payable after the current fiscal year are contingent upon funds for that purpose being appropriated.budgeted, and otherwise made available. BOND REQUIREMENT - 3.if this contract involves the payment of more than fifty thousand dollars for the construction,erection,repair,maintenance,or improvement of any building. road,bridge,viaduct,tunnel,excavation or other public work for this State,the contractor shall,before entering upon the performance of any such work included in this contract,duly execute and deliver to the State official who will sign the contract,a good and sufficient bond or other acceptable surety to be approved by said official in a penal sum not less than one-half of the total amount payable by the terms of this eontreeL Such bond shall be duly executed by a qualified corpomte dition,shall provide that(f the contractor or his subcontractors fail to duly pay for any surety conditioned upon the faithful performance of the contract and in ad labor,materials.team hire,sustenance,provisions,provendor or other supplies used or consumed by such contractor or his subcontractor in performance of the work contracted to be done or fails to pay any person who supplies rental machinery.tools,or equipment in the prosecution of the work the surety will pay the same in an amount not exceeding the sum specified in the bond,together with interest at the rate of eight per Cent per annum.Unless such bond is executed,delivered and filed,no claim in favor of the contractor arising under such contract shall be audited.allowed or paid.A certified or cashier's chock or a bank money order payable to the Treasurer of the State of Colorado may be accepted in lieu of a bond.This provision is in compliance with CRS 38-26-106. INDEMNIFICATION 4.To the extent authorized by law,the contractor shall indemnify.save,and hold harmless the State,its employees and agents,against any and all claims. damages,liability and court awards including costs,expenses,and attorney fees incurred as a result of any act or omission by the contractor,or its employees, agents,subcontractors,or assignees pursuant to the terms of this coutraet DISCRIMINATION AND AFFIRMATIVE ACTION 5.The connector agrees ro comply with the letter and spirit of the Colorado Antidiscrimination Act of 1957.as ameaded.and other applicable law respecting discrimination and unfair employment practices(CRS 24-34-402).and m required by Exeeotiva Order.Equal Opportunity and Affum stive Action.dated April 16. 1975.Pursuant thereto,theyollowfng provision,shall be contained in all Sratt contracts or sub-conraeas. During the performance of this contract.the contractor agrees as follows: (a)The contractor will not discriminate against any employee or applicant for employment because of race.creed,color,national origin,sex, marital stems,religiao,ancestry. mental or physical bap,or age The com acmr will take affumalive action to imam that appliesnu are employed.and that employees are treated during employment without regard to the above me boned charac=nUm So eh aetiaa SIuB include.but eat be Bruited to the following: employment upgrading.demotion,or t amfer.pxruitmant or rerndtment advenisings:layoffs or ceminadoos;rues of pay or other trams of compensation:and selection for training,including apprenticeship.The contractor agrees to post in conspicuous places.available to employees and applicants for employment. erotica to be provided by the contracting officer setting forth provisions of this non-discrimination Blame. (b)The contractor will,in all solicitations or advertisements for employees placed by or on behalf of the contucmr.state that all qualified applicants will receive consideration for employment without regard to race,creed,color,national origin,sex,marital status,religion,ancestry,menu)or physical handicap, or age. (c)The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contra or understanding,notice to be provided by the contracting officer,advising the labor union or workers'representative of the COnlractm's commitment under the Executive Order,Equal Opportunity and Affirmative Action.dated April 16. 1975.and of the rules,regulations,and relevant Orders of the Governor. (d)The contractor and labor unions will furnish all information and reports required by Executive Order.Equal Opportunity and Affirmative Action of April 16. 1975. and by the rules,regulations and Orders of the Governor,or pursuant thereto,and will permit access to his books,records,and accounts by the contracting agency and the office of the Governor or his designee for purposes of investigation to ascertain compliance with such rules,regulations and Orders- (c)A labor organization will not exclude any individual otherwise qualified from full membership rights in such labor organization,or expel any such individual from membership in such labor organization or discriminate against any of its members in the full enjoyment of work opportunity because of rue,creed,color. sex,national origin.or ancestry. (f)A labor organization.or the employees or members thereof will not aid,abet.incite.compel or coerce the doing of any act defined in this contract to be discriminatory or obstruct or prevent any person from complying with the provisions of this contract or any order issued thereunder,or attempt.either directly or indiroctly,to commit any act defined in this contract to be discriminatory. Form 6-AC-02B Revised 1/93 395-53-01-1022 page 1 of 1 pages EXHIBIT A LOCAL AGENCY RESOLUTION OR ORDINANCE TO BE ATTACHED TO EXECUTORY COPIES OF CONTRACT RESOLUTION OR ORDINANCE MUST CONTAIN THE FOLLOWING: 1. AUTHORITY FOR THOSE SIGNING ON THE LOCAL AGENCY'S BEHALF TO CONTRACTUALLY BIND THE LOCAL AGENCY. 2. LOCAL AGENCY'S APPROVAL OF THE CONTRACT. ■ \ \ � /� % ( ) z^ _ ..�. �. — ^�]� � �.�^ � /■ a! �`! z - §§| � > \ ° � - 4- 1� § m � it) / od » § / \ } n Nt ` � G k T'§ E.E • d71 w�\ REQUEST FOR / AUTHORITY FOR EXPENDITURE PAGE : 1 OF 3 RFA NUMBER 40-000-95 SUBSIDIARY CO: BURLINGTON NORTHERN BUDGET CLASS: 10 DEPARTMENT OPERATING LINE SEG 0476 ESTIMATE NO : 392 BUSINESS UNIT SIGNAL DEPT BEGIN MP 0074 .500 NO. OF PARTS: 1 ORG NUMBER 40550 END MP 0074.500 MAT. CODE JUN1994 GEO SEGMENT 59 START DATE 950101 BUDGET YEAR 1995 BUDGET ITEM 950CER CMPLTN DATE : 951231 DISCRETION CATEGORY N OBJECTIVE CATEGORY R REFUND DEP 0 AGREEMENT REFERENCE N/A LVR ($) : 0 SHORT DESCRIPTION INST FG/PMD2 LOCATION (CITY,STATE) : FT. COLLINS CO. TO FT. COLLINS CO. DESCRIPTION, REASON AND NECESSITY OF ACTION: INSTALL FLASHING LIGHTS WITH GATES AND MOTION SENSING DEVICE FOR PROPOSED NEW CROSSING AT WILLOW STREET,APPROXIMATE MP 74 . 50. LS-476, DOT# NOT ASSIGNED, IN FT.COLLINS, LARIMER COUNTY, COLORADO. 'CONTINUING CONTRACTS HAVE BEEN ESTABLISHED FOR PORTIONS OF SIGNAL WORK ON BURLINGTON NORTHERN RAILROAD" . DESCRIBE ECONOMIC RISKS AND POSSIBLE ALTERNATIVE COURSES OF ACTION : STATEMENT OF BENEFITS AND ANALYSIS IRR(%) 000.000 NPV($) 0 SUPPORT ATTACHED(F/NF/NA) : N PAYBACK YRS 00.0 PI 000.000 APPROVALS (SIGNATURE AND TITLE) DATE ESTIMATED COSTS ($) CASH CAPITAL 0 OPERATING EXPENSE 0 REIMBURSABLE 69839 DEPOSIT 0 NON-CASH CAPITAL 0 LEASE 0 REMOVAL COST 0 SALVAGE/SCRAP CRED: 0 ACCT DISTRIBUTION PROJECT GROSS COST: 69839 CHAIRMAN AND CEO AFE NUMBER 95-0000 ESTIMATE NO. 392 ENGINEERING ESTIMATING SYSTEM PAGE 2 OF 3 RFA NO 40-000-95 DETAILS FOR PART # I USERID: 8439313 AFE NUMBER 95-0000 TIME 17:18 PLAN ITEM NO. : NOT FOUND DATE 03/16/95 PART DESCRIPTION : WILLOW ST, DOT# UNKNOWN STATION FROM FT.COLLINS, CO BEGIN MILEPOST 0074 .500 STATION TO FT.COLLINS, CO END MILEPOST 0074 .500 CASH NON-CASH REMOVAL GROSS DESCRIPTION TOTAL TOTAL TOTAL TOTAL . . .ACCT 709-ACCRUED ACCOUNTS RECEIVABLE/CONSTRUCTION EXPENDITURES-REIMBURSABLE SIGNALS & INTERLOCK 1 PK2. 6XG BUNGALOW, BASE MATERIAL 12325 0 0 1 PK9. PMD-II, SINGLE TRACK 8638 0 0 1 PK14, 2 GATE SIGNALS (W/ FL LIGH 13347 0 0 1 PK28, ELECTRICAL PKG FOR FHPM PRO 1500 0 0 1 SIGNAL MATERIAL 800 0 0 ELECTRICAL LABOR 1000 0 0 FIELD LABOR PK2 ( 16.0 DAYS) 2000 0 0 FIELD LABOR PK9 ( 1 .8 DAYS) 225 0 0 INSTALL FILL DIRT ( 3 .0 DAYS) 375 0 0 INSTALL GATES (2) ( 30.6 DAYS) 3825 0 0 SHOP LABOR PK2 ( 7 .4 DAYS) 925 0 0 SHOP LABOR PK9 ( 1 .8 DAYS) 225 0 0 CONTRACT COMM. POWER/FLAGGING 6000 0 0 SIGNALS & INTERLOCK TOTAL 51186 0 0 51186 PROJECT OVERHEADS/SURCHARGES ENGINEERING 1372 PREPARATION OF BILLS 257 FREIGHT ON MATERIAL 633 MATERIAL HANDLING 2855 ENGINEERING OVERHEAD 914 ACCOUNTING OVERHEAD 139 SIGNAL LABOR OVERHEAD 4741 EQUIPMENT RENTAL 2058 LIABILITY INSURANCE PREMIUM 1157 BUSINESS EXPENSE 2572 CONTINGENCIES 857 PROJ OVERHEAD/SURCHARGE TOTAL 17555 0 0 17555 ESTIMATE NO. : 392 ENGINEERING ESTIMATING SYSTEM PAGE 3 OF 3 DETAILS FOR PART # 1 CASH NON-CASH REMOVAL GROSS DESCRIPTION TOTAL TOTAL TOTAL TOTAL . . .ACCT 709-ACCRUED ACCOUNTS RECEIVABLE/CONSTRUCTION EXPENDITURES-REIMBURSABLE STATE & LOCAL TAXES (ACCT.761) 1098 PROJECT TOTAL GROSS COST 69839 LESS COST OF STATE MONIES (100.0%) 69839 TOTAL COST OF BURLINGTON NORTHERN ( 0.0%) 0 01 _I3 v- u, •' g�E Y t S IV LJ U_¢s YR- b•z :sa _ x bs dz On �i O¢ OI �i x1 ICI F J1 �� i I F u t m z . -------------------- 5 0 I � rII I - 1 II � LAHl' G a _MITE 'T HATERI.AL JIL ICF:E Ei -- UKICIi FACiFIC F_TILi:.W i2 LM - ;LT LAKE 7.PHEC F:AC FORK SJ ESTIME JIC hr..ERIAI F 6:E ::Cf.T JTTKEVil i i_.... .. AF iN THC �` 1_ ISFH.JS ROAD IIIIG iiM :hlil F5FiEi_i_II.REiE :•...dais .::..i.�..ViJid F�ECC ; tiFS 5I Fti.L;ai __.2;3 _-j' U171: . _.TT: FCFT CCL.LN.i _:M: .ESCF.;F ;T'i F11T L.tiCF. N�.I EF.h; ^.LL .......... --- ---- ----- -------- _.... .-- ---- :SEE'r2i7 ZFE r.L :..-. _.. -;zC .. . .. .. ....... ....... ....... ....... ........ :'JEP-CC ::kF. iiLi; 1.CC C. ::.hPANT c?:1C: _ ':NTP.AC`; -;ul"Hnll CENT E ;Sl: zi •S.1 IF 7ills :i;S :SLC _______ _______ _______ _______ ______"_ 'C A rACF. : ZUP.FACE II2:9S : SS9 SGCD :SiSSI :a S! -------- ------- E;iCR.HATEnIAi, EIFINSE i2S129 4..9i21 ------- ------- EECCLLEMMErUFFS.. EIPENSE SI'M ES5l: -------- ESTIMATED FF.UJECT COST a91J EXISTING REUSEABLE MATERIAL CREDIT ALIAGE 113USEABLE HATERIAL CREDIT EECCLLECTIPLE LESS CREDITS HE ABDhE FIGURES ARE ESTIMATES ONLY AND SUBJECT TC TLUCTUATICII. a THE EVENT CT V INCREASE CF. CECRE.ASE IN THE COST OF. QU.ANTIT•Y :T HATERI.AL CR L.ABUR REQUIRED, 9FF.R TILL FILL i0l tCTU..kL CGNSTRUCTICN COSTS AT THE :URREPT EFFECTIVE RATE. ry -=�i REQUEST FOR ! AUTHORITY FOR EXPENDITURE LA ` PAGE : 1 OF 6 RFA NUMBER 62-044- 95 SUBSIDIARY CO : BURLINGTON NORTHERN BUDGET CLASS : 6 DEFARTME14T OPERATING LINE SEG : 0481 ESTIMATE NO : 5 BUSINESS UNIT DENVER BEGIN MP : 0074 . 340 1.10 . OF PARTS : 1 ORG 14UMBER 44400 END MP : 0074 . 600 MAT . CODE JUN1994 GEO SEGME14T 63 START DATE : 950101 BUDGET YEAR 1995 BUDGET ITEM 950625 CMPLTN DATE : 951231 DISCRETION CATEGORY N OBJECTIVE CATEGORY R REFUND DEP i0093 AGREEMENT REFERENCE N/A LVR SHORT DESCRIPTION REMOVE TRK LS 481 LOCATION ( CITY ,STATE) : FT COLLINS CO . DESCRIPTION , REASON AND NECESSITY OF ACTION: REMOVE 1 , 350 TF OF GREELEY BRANCH MAINLINE TRACK , LS 481 , FT . COLLINS , COLORA.DO . THIS IS PART OF PROJECT TO ELIMI14ATE ROAD CROSSINGS AND RR DIAMOND CROSSINGS IN THE CITY OF FT . COLLINS . NEW MAINLINE TRANSFER TRACK CONNECTION TO UPRR PROVIDED FOR I14 RFA 62- 043- 95 . DESCRIBE ECONOMIC RISKS AND POSSIBLE ALTERNATIVE COURSES OF ACTION : STATEME14T OF BENEFITS AND ANALYSIS IRR (% o 000 . 000 NPVC $ i 0 SUPPORT ATTACHED ( F-11F. NA : 1.1 PAYBACK YRS 00 . 0 PI 000 . 000 APPROVALS ( SIGNATURE AND TITLE ( DATE ESTIMATED COSTS i $ CASH CAPITAL 0 OPERATING EXPENSE 0 REIMBURSABLE 99-' DEPOSIT 3 NON—CASH CAPITAL 0 LEASE 0 REMOVAL COST 0 SALVAGE/SCRAP CRED : 0 ACCT DISTRIBUTION PROJECT GROSS COST : 9938 CHAIRMAN AND CEO AFE NUMBER 95-0000 PAGE Z OF 6 ENGINEERING ESTIMATING SYSTEM AUTHOR : TSX981 PART HEADER ESTIMATE NO . : 5 RFA NO 62- 044- 95 AFE NO 95- 0000 PART NUMBER : 1 BUDGT CLASS 6 PLAN ITEM NO . : NOT FOUND PART DESCRIPTION TRACK REMOVAL REPORTING RESBU NUMBER 44485 SUPERVISOR NAME i PHONE NUMBER RENNER R M 303- 48Z- 586 LINE SEGMENT 0481 TRACK TYPE S STATION FROM FT COLLINS , CO STATION TO BEGIN MILEPOST 0074 . 340 END MILEPOST 0074 . 600 PART START DATE 00101 PART COMPLETE DATE : 951 31 ACCT . ?EZ tYiN ) N rOINT FACILIT'i id AGREEMENT REFERENCE COMMENTS ASSETS TRANSFER INFORMATION : PAGE 3 OF 6 ESTIMATE NO . : 5 USERID : TSX981 RFA NUMBER : 62-044- 95 TIME 09 : 30 AFE NUMBER. : 95-0000 DATE 03/17/95 ENGINEERING ESTIMATING SYSTEM AUTHOR : TSX981 DETAILS FOR PART # 1 NON-CASH DESCRIPTION CAPITAL CAPITAL OPERATING TOTAL i * *ACCT 709-ACCRUED ACCOUNTS RECEIVABLEICONSTRUCTION E''APENDITURES -REIMBURSABLE REMOVAL COSTS REMOVE/ LOAD TRK 6400 REMOVAL COSTS TOTAL 0 0 6400 PROJECT OVERHEADS/SURCHARGES M . O . W . OVERHEAD 3538 PROD OVERHEAD /SURCHARGE TOTAL 3538 C, 3538 PROJECT TOTAL GROSS COST 993 LESS COST OF CITY OF FT COLLIh;c 3c TOTAL COST OF BURLINGTON 1115RTHERN 0 . 0'6 PAGE 4 OF 6 ESTIMATE NO . : 5 USEP.ID : TSX981 RFA 14UMBER : 62- 044- 95 TIME : 09 : 30 AFE NUMBER : 95-0000 DATE : 03/17/95 E14GI14EERING ESTIMATING SYSTEM AUTHOR : TSX981 REMOVAL AND LVR INFORMATION SALVAGE%'SCRAP MATERIALS LIST FOR PART # 1 DESCRIPTION SALV WGT RTY UNIT VALUE TOTAL SALVAGE/SCRAP `•VALUE FOR PART # 1 0 TOTAL ACCUMULATED SALVAGE/SCRAP VALUE FOR ESIMATE # 5 0 PACE 5 OF 6 ESTIMATE NO . : 5 USERID : TSX981 RFA NUMBER . GZ- 044- 95 TIME : 09 : 30 AFE NUMBER : 95- 0000 DATE : 03/17/95 ENGINEERING ESTIMATING SYSTEM AUTHOR : TSX981 REMOVAL AND LVR INFORMATION LEDGER VALUE RETIREMENT - RATABLE ! INCLUDES LABOR AND ENGR COST CREDIT TO DESCRIPTION ES' IMATED VALUE TOTAL 0 CHARGE ACCOUNT 735 ACCUMULATED DEPRECIATION 0 PAGE 6 OF 6 ESTIMATE NO . : 5 USERID : TSX981 RFA NUMBER : 62-044- 95 TIME : 09 : 30 AFE NUMBER . 95- 0000 DATE . 03i17; 95 ENGINEERING ESTIMATING SYSTEM AUTHOR : TSX981 ACCOUNTING SUMMARY ACCOUNTING SUMMARY FOR ESTIMATING PART 4 1 PLAN ITEM NBR NOT FOUND CAPITAL OPERATING ACCT 709 ACCT 763 TOTALS GROSS LABOR 0 0 6400 0 6400 GROSS LABOR ADDITIVES 0 O 3538 0 3538 GROSS MATERIAL 0 0 0 0 0 GROSS MATL ADDITIVES 0 0 0 0 0 GROSS OTHER COSTS 0 0 n 0 0 GROSS NON-CASH CAPITAL 0 _ 0 0 0 GROSS REMOVAL LABOR 0 0 0 0 GROSS RMV ADDITIVES 0 C. 0 GROSS REMOVAL OTHER 0 ^ 0 0 0 GROSS SALV, SCRAP CR 0 0 0 0 TOTAL 0 0 9938 °3E ACCOUNTING SUMMARY F )R P.FA PART i = Lc• D48 ': , N . F . 74 . 340 4 . ._ 0 ? ,W.i,� - - L ACCT 709 .T CAPITAL .. ...:_ T ... . .. __ . . .. .. .-. GROSS LABOR 6400 rY00 GROSS LABOR ADDITIVES 0 3538 GROSS MATERIAL 0 0 0 J GROSS MATL ADDITIVES 0 11 - 0 GROSS OTHER COSTS 0 0 0 0 GROSS NON- CASH CAPITAL 0 0 0 0 GROSS REMOVAL LABOR 0 0 C 0 0 GROSS RMV ADDITIVES 0 0 0 O 0 GROSS REMOVAL OTHER 0 0 0 0 GROSS SALV;'Sr_P.AP CR 0 0 0 0 TOTAL 0 9938 0 0938 REQUEST FOR / AUTHORITY FOR EXPENDITURE PAGE: 1 OF 4 RFA NUMBER 62-079- 95 SUBSIDIARY CO : BURLINGTON NORTHERN BUDGET CLASS : 6 DEPARTMENT OPERATING LINE SEG 0476 ESTIMATE NO : 52 BUSINESS UNIT DENVER BEGIN MP 0074. 400 NO . OF PARTS: 1 ORG NUMBER 44400 END MP 0074.400 MAT . CODE : JUN1995 CEO SEGMENT 0 START DATE 950101 BUDGET YEAR : 1995 BUDGET ITEM CMPLTN DATE: 951231 DISCRETION CATEGORY N OBJECTIVE CATEGORY R REFUND DEP : 0 AGREEMENT REFERENCE N/A LVR (S) : 0 SHORT ❑ESCRIPTION 72 ' CONCRETE CROSSING LOCATION (CITY ,STATE) : FT. COLLINS CO. DESCRIPTION , REASON AND NECESSITY OF ACTION: INSTALL 72 ' OMNI IMPROVED CONCRETE CROSSING ON PROPOSED TRANSFER TRACK TO UPRR , MP 74 . 40 , LINE SEGMENT 476 , FT. COLLINS , COLORADO . ALL WORK BY BN FORCES AT 100% STATE OF COLORADO AND CITY OF FT . COLLINS EXPENSE , BASED ON FHPM ADDITIVES . DESCRIBE ECONOMIC RISKS AND POSSIBLE ALTERNATIVE COURSES OF ACTION: STATEMENT OF BENEFITS AND ANALYSIS IRR(X) 000 . 000 NPV(S ) : 0 SUPPORT ATTACHED ( F/NF/NA) : N PAYBACK YRS 00 . 0 PI : 000 . 000 APPROVALS (SIGNATURE AND TITLE) DATE ESTIMATED COSTS (S ) CASH CAPITAL 0 OPERATING EXPENSE 0 REIMBURSABLE 16633 DEPOSIT 0 NON-CASH CAPITAL 0 LEASE 0 REMOVAL COST 0 SALVAGE/SCRAP CRED: 0 ACCT DISTRIBUTION PROJECT CROSS COST: 16633 CHAIRMAN AND CEO AFE NUMBER 95-0000 PACE 2 OF 4 ENGINEERING ESTIMATING SYSTEM AUTHOR: B801830 PART HEADER ESTIMATE NO . : 52 RFA NO 62-079- 95 AFE NO 95-0000 PART NUMBER : 1 BUDGT CLASS 6 PLAN ITEM NO. : NOT FOUND PART DESCRIPTION 72 ' CONCRETE CROSSING REPORTING RESBU NUMBER 44485 SUPERVISOR NAME / PHONE NUMBER MUNIZ EUGENE / 970-482-5867 LINE SEGMENT : 0476 TRACK TYPE S STATION FROM : FT COLLINS , CO STATION TO BEGIN MILEPOST : 0074. 400 END MILEPOST : 0074 . 400 PART START DATE : 950101 PART COMPLETE DATE: 951231 ACCT . 782 (YIN) N JOINT FACILITY N AGREEMENT REFERENCE COMMENTS / ASSETS TRANSFER INFORMATION: INSTALL 72 ' OMNI IMPROVED CONCRETE CROSSING . PAGE 3 OF 4 ESTIMATE NO. : 52 USERID: B801830 RFA NUMBER 62-079- 95 TIME 16 : 05 AFE NUMBER 95-0000 DATE 12/07/95 ENGINEERING ESTIMATING SYSTEM AUTHOR: B801830 DETAILS FOR PART x 1 NON-CASH DESCRIPTION CAPITAL CAPITAL OPERATING TOTAL •• •ACCT 709-ACCRUED ACCOUNTS RECEIVABLE/CONSTRUCTION EXPENDITURES-REIMBURSABLE PUBLIC IMPROVEMENTS 1 72 LF OMNI IMPROVED CONCRETE 10800 0 0 CROSSING W/END RESTRAINTS & END DEFLECTORS LABOR PLACE CROSSING 1950 0 0 PUBLIC IMPROVEMENTS TOTAL 12750 0 0 12750 PROJECT OVERHEADS/SURCHARGES ENGINEERING 78 CONSTRUCTION ENGINEERING 97 PREPARATION OF BILLS 58 MATERIAL HANDLING 842 TRANSPORTATION RATE 540 ENGINEERING OVERHEAD 116 ACCOUNTING OVERHEAD 31 M .O. W. OVERHEAD 1078 EQUIPMENT RENTAL 585 LIABILITY INSURANCE PREMIUM 263 CONTINGENCIES 195 PROJ OVERHEAD/SURCHARGE TOTAL 3883 0 0 3883 PROJECT TOTAL GROSS COST 16633 LESS COST OF STATE/COLO CITY/FT . COLLIN ( 100 . 0%) 16633 TOTAL COST OF BURLINGTON NORTHERN ( 0 . 0%) 0 PAGE 4 OF 4 ESTIMATE NO. : 52 USERID: B801830 RFA NUMBER 6 2-0 7 9- 9 5 TIME 16 : 05 AFE NUMBER 95-0000 DATE 12/07/95 ENGINEERING ESTIMATING SYSTEM AUTHOR: B801830 ACCOUNTING SUMMARY ACCOUNTING SUMMARY FOR ESTIMATING PART s 1 PLAN ITEM NBR NOT FOUND CAPITAL OPERATING ACCT 709 ACCT 763 TOTALS GROSS LABOR 0 0 2183 0 2183 GROSS LABOR ADDITIVES 0 0 1225 0 1225 GROSS MATERIAL 0 0 10800 0 10800 GROSS MATL ADDITIVES 0 0 1382 0 1382 GROSS OTHER COSTS 0 0 1043 0 1043 GROSS NON-CASH CAPITAL 0 0 0 0 0 GROSS REMOVAL LABOR 0 0 0 0 0 GROSS RMV ADDITIVES 0 0 0 0 0 GROSS REMOVAL OTHER 0 0 0 0 0 GROSS SALV/SCRAP CR 0 0 0 0 0 TOTAL 0 0 16633 0 16633 ACCOUNTING SUMMARY FOR RFA PART 1 = LS O476 . M . P. 74 . 400 - 74 . 400 CAPITAL OPERATING ACCT 709 ACCT 763 TOTALS GROSS LABOR 0 0 2183 0 218.3 GROSS LABOR ADDITIVES 0 0 1225 0 1225 GROSS MATERIAL 0 0 10800 0 10800 GROSS MATL ADDITIVES 0 0 1382 0 1382 GROSS OTHER COSTS 0 0 1043 0 1043 GROSS NON-CASH CAPITAL 0 0 0 0 0 GROSS REMOVAL LABOR 0 0 0 0 0 GROSS RMV ADDITIVES 0 0 0 0 0 GROSS REMOVAL OTHER 0 0 0 0 0 GROSS SALV/SCRAP CR 0 0 0 0 0 TOTAL 0 0 16633 0 16633 EXHIBIT D-1 CITY OF FORT COLLINS COST ESTIMATE for TRAFFIC OPERATION MODIFICATIONS Phase II-Railroad Consolidation Project College & Cherry Intersection -BNRR& UPRR ITEM ___ QUANTITY UNIT COST TOTAL Remove Engineer Signals 2 EA. 500 1,000 Replace Loop Detector 1 L.S. 3,000 3,000 Traffic Striping 1 L.S. 1,000 1,000 TOTAL $5,000 EXHIBIT D-2 CITY OF FORT COLLINS COST ESTIMATE for TRAFFIC CONTROL Phase II - Railroad Consolidation Project College/Cherry_Intersection - BNRR & UP.RR To replace the UPRR crossing in the College/Cherry Intersection will take three weeks. The first week the east side of College Avenue will be closed for five days (M-F) and the traffic rerouted on the west side with one lane in each direction. North bound trucks will be detoured around the site on Lemay Avenue and Vine Drive. The second week the west side of College Avenue will be closed for 5 days (M-F) and the traffic rerouted to the east side with one lane in each direction. North bound trucks will again be detoured around the site on Lemay Avenue and Vine Drive. The third week Cherry Street will be closed completely to allow the entire crossing to be replaced at one time. College Avenue - Traffic Control Signs 10 Days @ $1,000/day $10,000 Delivery, Setup, Pickup, Special Signs, etc. 2,000 Cherry Street - Traffic Control Signs 5 Days @ $500/day 2,500 Delivery, Setup, Pickup, Special Signs, etc. 1,55l0 $16,000 Willow Street - BNRR To install the crossing signals and the crossing material Willow Street will be closed for two weeks. Willow Street - Traffic Control Signs 5 Days @ $300/day 3,000 Delivery, Setup, Pickup, Special Signs, etc. 1.000 $4,000 EXHIBIT D-3 CITY OF FORT COLLINS COST ESTIMATE for STREET REPAIRS Phase II - Railroad Consolidation Project College & Cherry Intersection - BNRR& UPRR LTEM—_ -- QUANTITY 1NIt.__T COST -TOTAL Remove and Replace Curb and Gutter 150 L.F. $20.00 $1,717 Remove and Replace Sidewalk 100 S.F. 5.00 400 Remove and Replace Asphalt Pavement 950 S.Y. 24.00 18,250 Asphalt Overlay 1,010 S.Y. 4.00 4,040 Saw Cut Pavement 1,000 L.F. 3.00 3,000 Replace Inlet 1 L.S. 3,000.00 3,000 TOTAL $42,040 SAY 545,000 Mason & Cherry Intersection - BNRR ITEM _ ___ _ QUANTITY UNIT-COST TOTAL Remove and Replace Curb and Gutter 90 L.F. $20.00 $1,530 Remove and Replace Sidewalk 225 S.F. 5.00 900 Remove and Replace Asphalt Pavement 233 S.Y. 30.00 5,592 Saw Cut Pavement 280 L.F. 3.00 840 TOTAL $10,755 SAY 512,000 Willow Street - BNRR ITEM_____ Ql JAANTiTY UNIT COST _TOTAL Remove Asphalt Pavement 1 L.S. $2,000.00 $2,000 Remove and Replace Sidewalk 1,200 S.F. 3.50 4,200 Asphalt Pavement- 6" 530 S.Y. 15.00 7,950 Curb and Gutter 300 L.F. 18.00 5,400 TOTAL $19,550 SAY $20,000 EXHIBIT D-4 CITY OF FORT COLLINS COST ESTIMATE for ENGINEERING SERVICES Phase II - Railroad Consolidation Project ITEM__— QUAhlTiTY UNIT COST TOTAL Design & PUC Applications 120 HRS. $40.00 $4,800 Plan Preparation 120 HRS. 40.00 $4,800 Surveying Crew 16 HRS. 75.00 1,200 Construction Management 240 HRS. 40.00 9,600 TOTAL $20,400 SAY $20,000 EXHIBIT E In compliance with Title VI of the Civil Rights Act of 1964 and with Section 162(a)of the Federal Aid Highway Act of 1973, the Contractor,for itself, its assignees and successors in interest, agree as follows: A. Compliance with Regulations.ations. The Contractor will comply with the Regulations of the Department of Transportation relative to nondiscrimination in Federally-assisted programs of the Department of Transportation (Title 49, Code of Federal Regulations, Part 21, hereinafter referred to as the "Regulations"), which are herein incorporated by reference and made a part of this contract. B. Nondiscrimination. The Contractor, with regard to the work performed by it after award and prior to completion of the contract work, will not discriminate on the ground of race, color, sex, mental or physical handicap or national origin in the selection and retention of Subcontractors, including procurement of materials and leases of equipment. The Contractor will 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 C of the Regulations. C. Solicitations for Subcontracts. Including Procurement of Materials and Equipment. In all solicitations either by competitive bidding or negotiation made by the Contractor for work to be performed under a subcontract, including procurement of materials or equipment,each potential Subcontractor or supplier shall be notified by the Contractor of the Contractors' obligations under this contract and the Regulations relative to nondiscrimination on the ground of race, color, sex, mental or physical handicap or national origin. D. Information and Reports. The Contractor will provide all information and reports required by the Regulations,or orders and instructions issued pursuant thereto,and will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the State or the FHWA to be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any information required of the Contractor is in the exclusive possession of another who fails or refuses to furnish this information,the Contractor shall so certify to the State, or the FHWA as appropriate, and shall set forth what efforts have been made to obtain the information. E. Sanctions for Noncompliance. In the event of the Contractor's noncompliance with the nondiscrimination provisions of this contract, the State shall impose such contract sanctions as it or the FHWA may determine to be appropriate, including, but not limited to: (1) Withholding of payments to the Contractor under the contract until the Contractor complies, and/or; (2) Cancellation,termination or suspension of the contract, in whole or in part. F. Incorporation of Provisions. The Contractor will include the provisions of Paragraphs A through F in every subcontract, including procurement of materials and leases of equipment, unless exempt by the Regulations, orders, or instructions issued pursuant thereto. The Contractor will take such action with respect to any subcontract or procurement as the State or the FHWA may direct as a means of enforcing such provisions including sanctions for noncompliance;provided, however,that, in the event the 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 State to enter into such litigation to protect the interests of the State and, in addition, the Contractor may request the FHWA to enter into such litigation to protect the interests of the United States. STATE OF COLORADO DEPARTMENT OF TRANSPORTATION Center for Pnmrement&Contract Services OlT 4201 East Arkansas Ave.,West Annex �E Denver,Colorado 80222.3400 (303)757-9354 September 6, 1995 Mr. R. H. (Dick) Rauschmeier Manager Industry and Public Projects Union Pacific Railroad 406 W. 1st So. Salt Lake City, UT 84101 Dear Mr. Rauschmeier: This letter authorizes the Union Pacific Railroad to order the materials required for CDOT Project No. SRP M455-023, 10988. Willo%% Street in Fort Collins, Colorado, Phase II Fort Collins Consolidation, National Inventory Crossing ID No.244-856F, as will be specifically described in an Exhibit of the upcoming contract, subject to the following conditions: a) the authorization is for the maximum amount of$89,784, crossing at College Avenue(S.H. 287), and only for material ordered after the date of this notice; and b) the maximum amount shall not be exceeded without first obtaining further authorization. in writing, from the State; and c) reimbursement by the State to the Railroad Company for the actual cost of the materials is contingent upon the execution of a contract providing for such payment. Under section 7-101.06 of the State's Procurement Code, 1CCR 101.9 (4/87), the ordering of materials that are essential "pre-contract costs" can be authorized prior to the execution of the contract for the project, subject to the above conditions. The State considers the ordering of the above materials to be an essential pre-contract cost under §7-101.06, since the cost is incurred directly pursuant to and in anticipation of the award of the proposed contract, and because of the time required between the ordering and the delivery of such materials. If the materials are ordered now they will be available by the time the contract is executed. September 5, 1995 SRP M455-023 Page 2 This authorization is pursuant to 23 C.F.R.,Part 646, Subpart B. Further,eligible costs include only those actual incurred costs, as provided in 23 C.F.R., Part 140, Subpart I. This authorization is for the ordering of materials only and is not for the actual performance of the project installation work. The date of this authorization is shown above. Any materials ordered before that date, or in excess of the amount authorized, will not be eligible for reimbursement by the State. If you have any questions, please contact Dana Johnson at (303) 757-9353. Sincerely, V Aames E. Siebelsef Engineer Director of Engineering,Design&Construction Colorado Department of Transportation cc: Loose/Frederick, R-4 George Osborne, FHWA Bob Marusin, P&CS Pam Thompson, OFMB Hal Johnson, St. Design Shirley Johnson, Projects & Grants Central Files File ire & Sia�J� STATE OF COLORADO DEPARTMENT OF TRANSPORTATION T Center for Procurement&Contract Services r Ol 4201 East Arkansas Ave.,West Annex Denver,Colorado 80222-3400 (303)757-9354 September 5, 1995 Mr. Walter J. DeWaele Coordinator Public Programs Burlington Northern Railroad Company 373 Inverness Drive South Englewood, CO 80112-5816 Dear Mr. DeWaele: This letter authorizes the Burlington Northern Railroad to order the materials required for CDOT Project No. SRP M455-023, 10988, Willow Street in Fort Collins, Colorado, Phase II Fort Collins Consolidation,National Inventory Crossing ID No.244-856F,as will be specifically described in an Exhibit of the upcoming contract, subject to the following conditions: a) the authorization is for the maximum amount of$40,098, Willow Street safety improvement devices, and only for material ordered after the date of this notice; and b) the maximum amount shall not be exceeded without first obtaining further authorization, in writing, from the State; and c) reimbursement by the State to the Railroad Company for the actual cost of the materials is contingent upon the execution of a contract providing for such payment. Under section 7-101.06 of the State's Procurement Code, 1CCR 101.9 (4/87), the ordering of materials that are essential "pre-contract costs" can be authorized prior to the execution of the contract for the project, subject to the above conditions. The State considers the ordering of the above materials to be an essential pre-contract cost under §7-101.06, since the cost is incurred directly pursuant to and in anticipation of the award of the proposed contract, and because of the time required between the ordering and the delivery of such materials. If the materials are ordered now they will be available by the time the contract is executed. This authorization is pursuant to 23 C.F.R., Part 646,Subpart B. Further,eligible costs include only those actual incurred costs, as provided in 23 C.F.R., Part 140, Subpart 1. September 5, 1995 SRP M455-023 Page 2 This authorization is for the ordering of materials only and is not for the actual performance of the project installation work. The date of this authorization is shown above. Any materials ordered before that date, or in excess of the amount authorized, will not be eligible for reimbursement by the State. If you have any questions, please contact Dana Johnson at(303) 757-9353. Sincerely, ,11 James E. Siebels Chief Engineer Director of Engineering,Design&Construction Colorado Department of Transportation cc: Loose/Frederick, R-4 George Osborne, FHWA Bob Marusin, P&CS Pam Thompson, OFMB Hal Johnson, St. Design Shirley Johnson, Projects & Grants Central Files File