Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Browse
Search
Address Info: 1150 O Street, P.O. Box 758, Greeley, CO 80632 | Phone:
(970) 400-4225
| Fax: (970) 336-7233 | Email:
egesick@weld.gov
| Official: Esther Gesick -
Clerk to the Board
Privacy Statement and Disclaimer
|
Accessibility and ADA Information
|
Social Media Commenting Policy
Home
My WebLink
About
20100839.tiff
RESOLUTION RE: APPROVE RAILROAD CROSSING RENEWAL AGREEMENT AND AUTHORIZE CHAIR TO SIGN - GREAT WESTERN RAILWAY OF COLORADO, LLC WHEREAS, the Board of County Commissioners of Weld County, Colorado, pursuant to Colorado statute and the Weld County Home Rule Charter, is vested with the authority of administering the affairs of Weld County, Colorado, and WHEREAS, the Board has been presented with a Railroad Crossing Renewal Agreement between the County of Weld, State of Colorado, by and through the Board of County Commissioners of Weld County, on behalf of the Department of Public Works, and Great Western Railway of Colorado, LLC, commencing upon full execution,with further terms and conditions being as stated in said agreement, and WHEREAS, after review,the Board deems it advisable to approve said agreement, a copy of which is attached hereto and incorporated herein by reference. NOW, THEREFORE, BE IT RESOLVED by the Board of County Commissioners of Weld County, Colorado, that the Railroad Crossing Renewal Agreement between the County of Weld, State of Colorado, by and through the Board of County Commissioners of Weld County, on behalf of the Department of Public Works, and Great Western Railway of Colorado, LLC, be, and hereby is, approved. BE IT FURTHER RESOLVED by the Board that the Chair be, and hereby is, authorized to sign said agreement. The above and foregoing Resolution was, on motion duly made and seconded, adopted by the following vote on the 21st day of April, A.D., 2010. BOARD OF COUNTY COMMISSIONERS fi 'I. ELD COUNTY, COLORADO ATTEST: , v sn �(�.,� _Q� �r • las adema he`der,Chair Weld County Clerk to the Bo.�� bars Kirkmeyer, •ro-Tem BY. 2 Dep Clerk o he Board Sean P. Co w y 1 APP: s , aI AS T•- : Willi F. Garcia my Attorney EXCUSED David E. Long Date of signature: 51(0110 ?td(1 Urli . Seh-4 �orianeic V-,22/-/o)L 2010-0839 EG0062 ‘eftMEMORANDUM COLORADO TO: Clerk to the Board DATE: April 16, 2010 FROM: Mike Bedell, Public Works SUBJECT: Agenda Item Railroad Crossing Renewal Agreement with Great Western Railway for improvements to the WCR 13/WCR 54 and SH 34 Project in the amount of$54,156.00. Attached are two original,signed Agreements. Please send one signed original to Stephanie Arries, County Attorney's office. pc: Stephanie Arries, Assistant County Attorney M:\Francie\Agenda Item.doc 2010-0839 BOARD OF COUNTY COMMISSIONERS REVIEW/WORK SESSION REQUEST RE: WCR 13/WCR 54 to SH 34—GWR Crossing Renewal Agreement DEPARTMENT: WELT)COUNTY PUBLIC WORKS DATE: April 13,2010 PERSON REQUESTING: Wayne Howard,CIP County Engineer Brief description of the problem/issue: The Weld County Strategic Corridor (WCR 13/WCR 54 to SH 34) improvements project requires reconstruction of a railroad crossing owned by Great Western Railway (GWR). The existing railroad crossing is substandard, too narrow and in poor condition. The railroad crossing improvements are a necessary part of the overall roadway improvements project. The crossing improvements would result in safer and more comfortable driving conditions. The Colorado Public Utilities Commission (PUC) has approved our application to proceed with the improvements of the railroad crossing. GWR will perform the work at an estimated total cost not to exceed$54,156.00, which has been approved in the 2010 budget. If actual costs are less than the estimated amount, GWR shall invoice the County for only the actual costs. The crossing improvements are scheduled for May 2010, prior to Weld County crews proceeding with construction of the roadway improvements. What options exist for the Board? The Board may choose approve or not approve this proposed Crossing Renewal Agreement. Recommendation to the Board: The Department recommends the Board approve this Crossing Renewal Agreement with the Great Western Railway. Approve Schedule Recommendation Work Session Comments Douglas Rademacher. Chair ! Barbara Kirkmeycr Sean P. Conway William F. Garcia David E. Long Attachments pc: GWR Crossing Renewal Agreement at WCR 13/WCR 54 to SH 34 Project M:\—Activc Projects\.Strategic Corridor\WCR 13.WCR 54 to Si 134\Iksign\C ontracls\(iWRR1Work Session Rcqucst.docz RAILROAD CROSSING RENEWAL AGREEMENT THIS RAILROAD CROSSING RENEWAL AGREEMENT ("Agreement") is made and entered into this mist day of / p , 2010, by and between the COUNTY of WELD, STATE of COLORADO, ACTING THROUGH ITS BOARD of COUNTY COMMISSIONERS ("County") and the GREAT WESTERN RAILWAY OF COLORADO, L.L.C., a Colorado limited liability company ("GWR"). RECITALS WHEREAS, GWR and the County have determined to improve the grade crossings over the track of GWR at Weld County Road 13, U.S. DOT Crossing number 849367U, located at Milepost 22.7 of GWR's Johnstown subdivsion, as depicted on the attached Exhibit A-1 which is incorporated into this Agreement by this reference (collectively, the "WCR-13 Highway Crossings"); and WHEREAS, the County has determined to fund 100% of the GWR's cost of improving the WCR-13 Highway Crossings; and WHEREAS, the County and GWR desire to enter into this Agreement to provide for terms and conditions under which the County will provide such funding; and For and in consideration of the mutual promises and covenants contained in this Agreement and other good and valuable consideration, the receipt and adequacy of which are hereby confessed and acknowledged, the parties agree as follows: AGREEMENT 1. Scope of Work. GWR agrees to perform the work ("Work") as outlined in the attached Exhibit A-2 which is incorporated into this Agreement by this reference. This Work generally consists of removing the existing rail, cross ties and other track materials (collectively the "Materials"), and the grading and replacement of the Materials. GWR agrees to begin the Work of improving the WCR-13 Highway Crossings within thirty (30) days after ordering and receiving the Materials specified on Exhibit A-2. Provided GWR receives payment from the County within the time frame specified in Section 2 of this Agreement, GWR agrees to complete the Work as soon as reasonably possible, but in no event later than August 31, 2010. 2. Payment. The County will make payments to GWR in accordance with the estimated costs as outlined in Exhibit A-2 and the following provisions: • GWR will submit invoices for the costs incurred. • The County will reimburse GWR no later than thirty (30) days after receiving properly prepared invoices. • GWR may use its own forces or enter into an agreement with a qualified contractor to perform the WCR-13 Highway Crossing renewal work. • GWR may use materials from inventory (rail, ties, plates, spikes, ballast) to expedite the track renewal work. 1 “,,,'"?)/0 -x139 • GWR agrees to order the concrete crossing panel materials within fifteen (15) days from the date that this Agreement is executed. 3. Maintenance Obligations. After re-construction of the WCR-13 Highway Crossings is completed, the County and GWR acknowledge that their respective maintenance responsibilities shall be as follows: A. Pursuant to 4 CCR 723-7-7211(c), the County acknowledges that it shall be obligated to maintain, repair, and replace, at no cost to GWR, the roadway approaches to the WCR-13 Highway Crossings, which shall include all grading, road surfaces and drainage facilities, curb and gutter, sidewalks, and bike paths. B. Pursuant to 4 CCR 723-7-7211(a), GWR acknowledges that it shall be obligated to maintain, repair, and replace, at no cost to the County, the WCR-13 Highway Crossings from the outside end of one tie to the outside end of the opposite tie of each, together with all appurtenances thereto including, but not limited to, operating facilities, warning devices, flashing light signals, gates, cross bucks, and signage if any such appurtenances are installed by GWR. 4. Funding for Maintenance Costs. Nothing in this Agreement shall prevent either party from seeking State and/or federal grant monies to pay for the costs of their respective maintenance responsibilities. 5. Appropriation. The parties agree and acknowledge that this Agreement does not constitute a multiple fiscal year debt or financial obligation of County based on the County's ability to terminate this Agreement pursuant to Section 6. If the County ceases to provide funds for its obligations contained in Section 3 A or terminates the Agreement pursuant to Section 6, then this Agreement shall be null and void. 6. Termination. This Agreement shall take effect as of April , 2010 and shall remain in effect until the completion of the Work. Notwithstanding the foregoing, this Agreement may be terminated by either party upon ten (10) days written notice so long as such notice is received by the other party prior to GWR ordering any Materials necessary for or commencing performance of the Work. If GWR has ordered any of the Materials and cannot return them and the County thereafter terminates this Agreement prior to the time GWR commences performance of the Work, then GWR shall be entitled to keep that portion of the funds advanced by the County that GWR has expended on the Materials, labor or other costs directly attributable to the Work. Within thirty (30) days after completion of the Work, GWR shall furnish the County with a written certification stating that the Work has been completed and verifying that it expended the funds provided by the County solely on the Work. 7. Independent Contractor. In performing the Work, GWR acts as an independent contractor and is not acting as an agent, servant or employee of the County. GWR is solely responsible for withholding and paying all applicable federal and state taxes associated with the Work. GWR and its employees are not entitled to unemployment insurance benefits unless unemployment compensation coverage is provided by GWR or an entity other than the County. 2 8. Applicable Law/Attorney's Fees. This Agreement shall be construed and enforced in accordance with the laws of the State of Colorado. Each party shall pay its own attorney's fees and legal costs in the event of litigation relating to or arising out of this Agreement. 9. Assignment/Binding Effect. This Agreement shall be binding upon and, except as otherwise provided in this Agreement, shall inure to the benefit of the successors in interest, assigns or the legal representatives of the parties hereto. 10. Notices. Any notice or communication required under this Agreement between the County and GWR must be in writing and may be given either personally, by registered or certified mail, return receipt requested, by Federal Express or other reliable courier service that guarantees next day delivery or by facsimile transmission (followed by an identical hard copy via registered or certified mail). If personally delivered, a notice shall be deemed to have been given when delivered to the party to whom it is addressed and the party has acknowledged receipt in writing. If given by any other method, a notice shall be deemed to have been given and received on the first to occur of: (a) actual receipt by any of the addressees designated below as the party to whom notices are to be sent; or (b) as applicable: (1) three (3) days after a registered or certified letter containing such notice, properly addressed, with postage prepaid, is deposited in the United States mail; (2) the following business day after being sent via Federal Express or other reliable courier service that guarantees next day delivery; or (3) the following business day after being sent by facsimile transmission (provided that such facsimile transmission is promptly followed by an identical hard copy sent via registered or certified mail, return receipt requested). Any party may at any time, by giving written notice to the other party hereto as provided in this Section 10, designate additional persons to whom notices or communications shall be given and designate any other address in substitution of the address to which such notice or communication shall be given. Such notices or communications shall be given to the parties at their addresses set forth below: If to County: Weld County Public Works Department ATTN: Public Works Director 1111 H Street,PO Box 758 Greeley, CO 80632 Fax: (970) 304-6497 If to GWR: Great Western Railway of Colorado, L.L.C. ATTN: Michael J. Ogborn, Manager 50 South Steele Street Denver, CO 80209 Fax: (303) 393-8636 With copies to: Great Western Railway of Colorado, L.L.C. ATTN: Ken Rose, Director of Environmental Compliance 50 South Steele Street Denver, CO 80209 Fax: (866) 418-7390 3 11. Remedies. In the event of a breach or default by either party, as determined by a court of competent jurisdiction, the non-breaching party shall be entitled to any and all remedies available at law or equity, including, without limitation, actions for damages and injunctive relief 12. Waiver. No waiver of one or more of the terms of this Agreement shall constitute a waiver of other terms. No waiver of any provision of this Agreement in any instance shall constitute a waiver of such provision in other instances. 13. Governmental Immunity. No term or condition of this Agreement shall be construed or interpreted as County's waiver, express or implied, of any of its immunities, rights, benefits, protections or other provisions, under the Colorado Governmental Immunity Act §§24- 10-101 et seq., as applicable now or hereafter amended. 14. Compliance with Law. GWR shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 15. Public Contracts for Services. C.R.S. §8-17.5-101: GWR certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this Agreement and will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E-Verify program of the Department program established pursuant to C.R.S. §8-17.5-102(5)(c). GWR shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with GWR that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. GWR (a) shall use E-Verify Program or Department program procedures to undertake pre-employment screening or job applicants while this Agreement is being performed, (b) shall notify the subcontractor and County within three (3) days that GWR has actual knowledge that a subcontractor is employing or contracting with an illegal alien and (c) shall terminate the subcontract if a subcontractor dues not stop employing or contracting with the illegal alien within three (3) days of receiving notice, and (d) shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If GWR participates in the Department program, GWR shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the Department program. If GWR fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, GWR shall be liable for damages, if any, that occur as a result of the termination. 16. Employee Financial Interest/Conflict of Interest. C.R.S. §§24-18-201 et seq. and §24-50-507: The signatories to this Agreement aver that to their knowledge, no employee of County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. GWR has no interest and shall not acquire any interest direct 4 or indirect, that would in any manner or degree with the performance of GWR's services and GWR shall not employ any person having such known interests. During the term of this Agreement, GWR shall not engage in any in any business or personal activities or practices or maintain any relationships which actually conflict with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by GWR to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. 17. No Third Party Beneficiary Enforcement. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first written above. COUNTY: BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO .a %Doug Rademach r, Chairman ATTEST: r` APR 2 12010 • leputy Clerk to �eBoard 5 07©/D - DcP32 GWR: GREAT WESTERN RAILWAY OF COLORADO, L.L.C., a Colorado limited liability company By: Larry Bu , Senior VP/Chief Financial Officer STATE OF COLORADO ) ) ss. COUNTY OF Ne.vvie r ) fix The forggoin$ Railroad Crossing Renewal Agreement was acknowledged before me this 14 day of p- ri I , 2010, by Larry Bush, Senior VP/Chief Financial Officer of Great Western Railwa'yof Colorado, L.L.C., a Colorado limited liability company. WITNESS my hand and official seal. 9,CAI:eta Notary Publ' My commission expires: /1/41/4 4/0). YJ. y/Z> rSo.Mk:\• II / • • a / 2 • x` F Op OO1,Oe MyConNssion Expires 11/01/2012 6 3 u 2 I. I 0 $ A ■ i _t_. Om ', _rte_ --A...�— a iV . t 3 ' I -. W 11.3.�1;r' I [T 1 a 21 I V CI) ...,:i. -.---F-......j. , CL U. ..I.. ''' t i j [r 31 . • li OIII I I ITI. ,.I. 1, —11. ;,1"1.,..il.Z:1:7,i i ,Oil''IRANI,, 4'' Muriii",,Frilq 1 r I �16,--.Hp:,t.:- 1 Z Cl) u§ o 7 i V - coo ��r '-- z x D P3 M /( `, oa LO all7 lab II. ^°�w!S�l_ rd ` ._�x �-.o i /11 a38 �ti xIn=PI f _ i P 3 Z It J O • OE 2 e 0 p ` • 000 J .-Ni x` 2 lc i • 9 Yaafii 8a „ b • Ss lit .4 a ju 0 0 0 0 " S 0- CO N I m m co (X) Ti 1 V V V ,Y r ° L., v ci a IY Wei I a -S _g wo 3 c' I gg$ CrQPj 3`0 7 <?.) w I N u 4a _i I' __ z _.,�- CO J (T) C) 431 jp k- UU 11 111 U C(0 d o 6- 6 0 < ril C f v i >30 o j.. o 1 I _ 0 ° J¢ iii '^r, ._ av j o z mQ o p u N 6 :� 5 3 m iT u f a mow IC___I f� 4 ON I I � o m 1. 1 c I.. I -- m En \�F am r m I-- _____---- m 2 Z I S a m o 8 Erna x x v a x.888 ?Q iN° m 0 0 9 0 3 4im =o ow—, 0 0- co o' N �`=°afiE * w Q, a) co v a.;, src �'z V V o V I. . ? a =weir > x _ ow< - L w .H A za / 1 I/7 % as m uo ' T I 000 -- r — — + ) 2 q i / // / 54-2 k r Lc) /(9 CD CD I .e C t an? A Exhibit A-2 Railroad: Great Western Railway of Colorado Project: Weld County Road 13,U.S. DOT#849367U Subdivision: Longmont Subdivision,M Start Date: Detailed Cost Estimates LABOR Employee Quantity SIT Rate OIT Rate Total Reg Total O.T Cost Roadmaster 1 $ 51.38 $ 77.06 16 0 $ 822.00 Foreman 0 $ - $ - 0 0 $ - Laborer 0 $ - $ - 0 0 $ - Total Labor $ 822.00 OTHER COSTS/MATERIAL im* Contract Services I Unit Costs Quantity I I Cost Remove&Replace Crossing $ 5,000.00 5 day $ 25,000 O0 $ 0 $ $ 0 $ Total Contract Services $ 25,000.00 L Materials Unit Costs Quantity Rail,115#,Relay,#1 $ 20.00 200 lineal Feet $ 4,000.00 Tie Plates,115#,Relay $ 12.00 132 each $ 1,584.00 Weld Kit,Field,115#Rail $ 250.00 4 each $ 1,000.00 Cross Ties,New,7"x 9"x 10' $ 67.00 40 each $ 2,680.00 Cross Ties,New,7"x 9"x 8'6" $ 35.00 30 each $ 1,050.00 Spikes,5/8"x 6",Prime $ 75.00 3 keg.1001$ $ 225.00 Ballast,AREA#4 $ 18.00 75 ton $ 1,350.00 Sub-Ballast $ 12.00 36 ton $ 432.00 Concrete Crossing Panels $ 235.00 50 tract feet $ 11,750.00 Compromise Joint,115/90# $ 350.00 4 pair $ 1,400.00 Compromise Joint,90/75# $ 300.00 0 pair $ - Track Bolts,1"x 6" $ 3.50 16 each,inc nut 8 washer $ 56.00 Track Bolts.7/8"x 6" $ 3.25 16 each.inc nut 8 washer $ 52.00 Heavy Wall PVC Pipe,6"Diameter $ 3.00 60 lineal Feet $ 180.00 Cross Bucks,Hi Relectorazation $ 100.00 2 pair $ 200.00 Cross Buck Poles,6"x 12"x 16' $ 45.00 2 each $ 90.00 Asphalt $ 110.00 0 ton $ Total Materials $ 26,049.00 Equipment Expense I Unit Costs I Quantity Truck,Hi-rail $ 32.00 16 0 $ 512.00 o $ 0 0 $ - Total Equipment $ 512.00 Subtotal $ 52,383.00 GST $ • Sales Tax $ _ _ 1,773.00 TOTAL $ _ 54,156.00 Exhibit A-2 Great Western Railway of Colorado Weld County Road 13, U.S. DOT#849367U Longmont Subdivision, M.P. #22.7 Near Johnstown, Colorado Scope of Work Weld County Road Crossing Renewal A) Remove existing roadway, rail and ties, beginning at a point that is 30 feet North of the North side of the existing WRC 13 road crossing, continue South to a point 30'south of the crossing Excavate this entire distance to a width of 12'and a depth of 2 1/2 feet below existing grade. B) Install 60'of 6"diameter Heavy Wall PVC pipe at the bottom of the excavated area on the west headwall. (Future cable conduit for signal application) D) Install 8"of sub grade in 4"lifts, compacting each lift. E) Install 8" ballast in 4"lifts,compacting each lift F) Construct 100'of new track using: i. 155#rail,# 1 relay, 200 lineal feet. (2-100' ribbons if available, offset 19') ii. Ties, 7"x 9"x 10',86 centered on crossing. iii. Ties, 7"x 9"x 8'6",40(none) G) Install new Ties in each approach to the new crossing (56-7"x 9"x 8'6") H) Distribute ballast as need to raise the entire work zone. I) Surface entire work zone 100'. Raise this area 1"above existing crossing elevation. i. Runoff on each end will be at 1/2"per 39' J) Install concrete panels per manufactures specifications. K) Apply Asphalt to each road way to match existing street level. L) Remove and dispose of all debris and clean work area J S O uJ a N o Lu CAEl a co w LL Z a i wW re Wp ^ w z W IL J ; � - C mo Zp � � o a \vA\ - w 5 a (.y LW 0- 00 a r W K o U w v� �yyyA `�' p Z H Z \, , \\\\\\\ \ z co O N O LL p G W w O �` ,\\ w 0.wJ (I) O_ LL A i O al � no.< i , \\ \\\\\\� �j 0m w Z \ \\� \\;\ \\� ' oazp ¢ z.-41- U io AP•,�` r: w zialco m c cp in o LL O Q Si (, Q Q J COm COm w L ( a r r z LL -� I co A 1 II , 1 A o 2 Z in W r' F J co x A0 !--T— I I PIPirl t I cn Co Ui W Jo J K `Lv OI w w Lec,I Ix 0. m co r. EO Q7 �J ;it CD Q QQ I FL 70 —_.. n z r W w 2 I I Ci N� _ y 1 �. v J r el O V? O N 200100 Exhibit A-2 0 rn MATERIAL SPECIFICATIONS: TOLERANCES: 0 1) STRUCTURAL STEEL SHALL CONFORM TO ASTM A-36 1) OUT OF SQUARE 3/18"(MEASURED ALONG THE DIAGONAL) (may SPECIFICATIONS. WELDING TO BE PER AWS CODE. 2) LENGTH,WIDTH,AND THICKNESS:+/-1/8" 2) ALL EXPOSED STEEL TO RECEIVE ONE COAT PRIMER. 3) THE BOTTOM SURFACE,WHICH WILL BE IN CONTACT WITH 3) END ANGLES FOR GAGE PANEL SHOULD HAVE 3 GAP THE TIES,SHALL NOT UNDULATE IN ANY DIRECTION MORE MINIMUM TO IMPROVE SHUNT RESISTANCE. REINFORCING THAN 3/32". SEE SPECIAL TESTING NOTE 3 BELOW. MATERIAL AND CLADDING TO BE CONSTRUCTED TO MEET SHUNTING REQUIREMENT. A NON-CONDUCTIVE SPACER TO 4) REINFORCEMENT PLACEMENT SHALL BE+/.3/4"HORIZONTAL, BE ATTACHED TO GAGE FRAME. +/-1/8"VERTICAL. 4) CLADDING ON ENDS OF PANELS SHOULD EXTEND BEYOND FINISH: PANELS.CONCRETES, 1)TO IMPROVE MATCH WITH ADJACENT ALL RECESSES AND MINOR CONCRETE SPALLS ARE TO BE FILLED AND FINISHED TO THE PANEL DIMENTIONS USING 5) REINFORCING STEEL SHALL CONFORM TO CURRENT ASTM THE PROPER BONDING AGENT AND REPAIR MATERIAL A615 SPECIFICATION,GRADE 80. IF ANY WELDING OF SURFACE OF THE REPAIRED AREA IS TO MATCH THE REINFORCEMENT STEEL IS REQUIRED,MATERIAL SHALL COLOR AND TEXTURE OF THE SURROUNDING AREAS. CONFORM TO ASTM A706 SPECIFICATION,GRADE 60. 2) THE DRIVING SURFACE IS TO HAVE A LIGHT BROOM 6) CONCRETE MATERIAL MIXING,PLACING AND CURING TO FINISH OR AS APPROVED BY RAILROADS. THE ADDITION BE IN ACCORDANCE WITH PCI"MANUAL FOR QUALITY OF WATER TO THE CONCRETE SURFACE FINISH DURING CONTROL:PRECAST AND PRESTRESSED CONCRETE." CASTING IS NOT PERMITTED. MANUAL 115,EDITION 4. CEMENT SHALL HAVE NO MORE THAN 0.6%TOTAL ALKALI CONTENT. MAXIMUM SPECIAL TESTING: WATER/CEMENT RATIO=0.44 CONCRETEGHT). AIR. SLUMP T MAXIMUM.=B%+/-1%IN PLASTIC 1) TWICE ANNUALY,VENDORS SHALL SUBMIT(VIA AN INDEPENDENT TESTING LABORATORY TO THE RAILROADS) THE FOLLOWING TEST ON THE APPROVED MIXED DESIGN 7) COPIES OF THE CONCRETE DESIGN MIX TO BE SUBMITTED •ASTM C666 FREEZE/THAW TO RAILROADS FOR APPROVAL PRIOR TO THE START OF •ASTM C227 MORTAR BAR METHOD THE CASTING OPERATION. •ASTM C1260 AT TOTAL ALKALI BURDEN=0.08% 8) TOP SURFACE SHALL BE NON-CRACK DESIGN AND IS TO 2) GAGE PANELS SHALL BE DESIGNED WITH SHUNT BE SEALED TO PREVENT ION MIGRATION DUE TO SALTING. RESISTANT FEATURES IN ORDER TO PROVIDE A MINIMUM ELECTRICAL RESISTANCE IN ACCORDANCE WITH THE 9) CURING SHALL FOLLOW THE RECOMMENDATIONS AND STANDARD ELECTRICAL TEST(DWG 500930). PROCEDURES OF PCI IN 4TH EDITION DIVISION 4. 3) A REPRESENTATIVE SAMPLE OF PANELS SHALL BE 10) 3/16"WEEP/INSPECTION HOLES SHALL BE PLACED EVERY CHECKED PERIODICALLY FOR BOTTOM FLATNESS BY USING 2-FT.MIN.ALONG THE TOP OF THE STEEL FRAME ALONG A STRAIGHT EDGE CALIBRATED TO WITHIN+/-1/32"AND A LINE 3/4"FROM OUTSIDE EDGE. A TAPER GAGE AS FOLLOWS: B POSITIONS OF FLATBAR(-)CHECK FLATNESS AT 11) FLANGEWAY FILLER TO BE PERMANENTLY PREATTACHED EACH POSITION USING TAPER GAGE. AND HAVE THE FOLLOWING PROPERTIES: t I 2"TYP. •TENSILE STRENGTH(ASTM D412)850PSI MIN. - - _ I y •ULTIMATE ELONGATION(ASTM D412)400%MIN. 1- *TEAR STRENGTH(ASTM D624)AT 25 DEGREES CELSIUS, 150-PLI MIN. GENERAL: *HARDNESS(ASTM D2240)75+/-5%SHORE A. 1) THE MANUFACTURER SHALL BE ISO 9000 OR MR M-1003 :COMPRESSION SET(ASTM 395 METHOD B)100 DEGREES CERTIFIED. ALL TESTING PERSONNEL SHALL BE A MINIMUM OF ACI LEVEL I CERTIFIED. CELSIUS FOR 70 HOURS 45%MAX. 2) THE FABRICATOR SHALL BE RESPONSIBLE FOR LOADING +ACCELERATED AGING TEST (ASTM D573)70 HOURS AT 100 AND PROPERLY SECURING ALL PRECASTCONCRETE MEMBERS DEGREES CELSIUS MUST NOT EXHIBIT A REDUCTION FOR SHIPMENT. IN PROPERTIES BY GREATER THAN 20%. •OZONE RESISTANCE TEST(ASTM D518)MUST HAVE NO 3) THE MANUFACTURER SHALL WARRANTY PRODUCT FOR A MINIMUM OF TEN YEARS AGAINST DEFECTS IN MATERIALS CRACKING AFTER EXPOSURE TO 50-PPHM OZONE FOR 96 AND WORKMANSHIP. HOURS AT 40 DEGREES CELSIUS. 4) MAUNFACTURER TO PERMANENTLY MARK EACH PANEL WITH •VOLUME RESISTIVITY=1X10"(OHM-CM)OR GREATER LAVATER SOLUTION IN A CONCRETE IMPRINT FOR SIZE OF RAIL,WEIGHT OF (ASTM D257),BUT USING 18%NAC PLACE PANEL,MANUFACTURER'S I.D.,MONTH/DAY/YEAR OF OF DISTILLED WATER FOR 188 HOURS AT 25 DEGREES CELSIUS AND TESTED AT 500 VDC. MANUFACTURE.TO AND STENCILED CROSSING NT TYPE. SIZE Z OF EACH WEIGHT H TO BENLNDPAINTED WITH RAIL, •ELECTRICAL RESISTANCE:MINIMUM RESISTANCE 10 MEGA OF PANEL AND CROSSING TYPE. OMS MEASURED AT 500 VDC. •LOW TEMPERATURE BRITTLENESS(ASTM D2137)AT-40 DEGREES CELSIUS. UN ON COMMON STANDARDS •B I SECTION LYOF THE FLANGEWAY MATERIAL AL SHALL '\ I 111111 BE PHYSICALLY TESTED BY APPLYING A LATERAL FORCE OF 10 LBAN AT 50 DEGREES CELSIUS. THE MAXIMUM LATERAL DISPLACEMENT OF THE TESTIS NOT TO EXCEED 1/4" BE SUBMITTED OR RAILROAD ROAD ATYPE 10C PPROVAL.TEST RESULTS MUST GENERAL SPECIFICATIONS FOR *MANUFACTURER TO DESIGN THE PREATTACHED FLANGEWAY ROAD CROSSINGS WITH FILLER TO ALLOW FOR REMOVAL OF PANELS FOR MAINTENANCE WITHOUT DAMAGING THE FLANGEWAY FILLER CONCRETE PANELS OR ANY OTHER COMPONENTS DESIGNED TO HOLD IT TOGETHER.. FILE OWNER:UPRR I DATE:APRIL 24,2001 REV.NO.: 0 DWG NO:200901 N O in t0�1 p in m aD W W W O ,,nn a Q k � 0o eo o0 0 O - ¢ J a 17? O ck — OVo = Z \" a eozO1 W Q 1 J _ F 0 il— O N a < O O O �.�... ��IV i � /V♦/ G K �i b n ^� -J00 ?�K V J p Nz~LL N 2Q• ao LLI X�az a �x2 C re Z rW O{.�. uLL a E W≤ Z¢ t,, EL C C V V 'o woY�o z _k._ o in n a u� m m rn a w wcai0$=w N \\'lr I I I I I I O W OOc.z LL Flom K O 4o Z z0¢©©© U of -- oL__1 • o o=m Nom m moor- a ° o o _� V o 651b- �— o v L- as ev �• o al i as m rF $ ao r iorw moo N O=Q woo >> m or-JzOty ¢waw o¢� u. OA 12'•200QO¢.� 220 J -Caul w 2z co c212.- NaW Z W oo" as �. x � a NCC CC r-1.- . • inx0 W `W OD U) Oo Q o ..-- as a J �0o f. — — O W mzz i w OP s Q boo 02 w< Z 4a au_ mzz O a 0 L_ =c`ni U Ww u. OZw re00 0 C J . • • Za W W ZNO W N _ Win .-r h O 1 O z O 7W co co Oa N2� K O Z . LOG t le- , ; q O 0 x¢ J O *--M X dno Zm 4Wfn m O XWtq ' ¢OLL OJN —000Q0_ er�nn K U d_iro� fi - O00 U ;Dec; NW(D it g W oar ¢N r_ g z i CC s z a U i •� Z z .-0 r-C.) No i r CO .-O O 200102 Exhibit A-2 on 0 0) 0 0 N SIDE A , & I:DI -- SIDE B LS TING METER SURFACE TO BARE METAL L � 6 VOLT BATTERY j � LEAD"B" NEGATIVE TERMINAL WITH BUILT-IN VOLTMETER TO SIDE A OF SLAB STANDARD ELECTRICAL TEST ELECTRICAL TEST STEPS: 1. BATTERY SHALL BE 5.0(FIVE)AMPS OR GREATER. 2. SLABS ARE READY FOR TESTING WHEN 72 HOURS HAVE ELAPSED FROM CASTINGOF CONCRETE. 3. MUST BE LESS THAN 2.0(TWO)AMPS TO PASS THE TEST. RE-TEST AFTER TWO(2)DAYS IF GREATER THAN 2.0(TWO) AMPS. REJECT IF AMPERAGE REMAINS ABOVE 2.0(TWO) AMPS. 4. 0.3-0.4 AMPS IS A NORMAL READING. 2.0(TWO)AMPS OR LESS PASS THE TEST. COMMON STANDARDS mill I SHUNT RESISTANCE TEST FOR CONCRETE PANELS FILE OWNER:UPRR I DATE:APRIL 24,2001 REV.NO.: 0 DWG NO:200903 MEMORANDUM 2 10 WUDc TO: Clerk to the Board DATE: Jul 6, 0 COLORADO July FROM: Mike Bedell, Public Works SUBJECT: Consent Agenda Item Change Order No. 1 on the Great Western Railroad Crossing Renewal Agreement for WCR 13/WCR 54 to SH 34 Improvement Project in the amount of$4,166.50. Attached are two original Change Order No. 1, please return one signed original to Public Works. Enclosures lit _10 ; t I M VFrancieAAgendaMikeBedell.doc /y� � /1- � � Ira5eC/C. - C c°,'/ w CHANGE ORDER NO.1 GREAT WESTERN RAILROAD CROSSING RENEWAL AGREEMENT Date: June 23,2010 Project: WCR 13/WCR 54 to SH 34 Improvements Project Owner: Weld County, Colorado Company: Great Western Railway of Colorado, L.L.C. CHANGE ORDER DESCRIPTION: After the Agreement dated 4/21/10 for railroad crossing improvements was completed, Public Works identified an adjacent irrigation/drainage culvert underneath the tracks which is in very poor condition. The best opportunity to replace the culvert is during the crossing improvements construction. The new culvert has been designed by Public Works. Northwestern Railroad Construction Inc. has agreed to complete the construction of the new culvert, but has requested additional compensation because the new culvert was not part of their original scope of work. Adequate funding is available in the project budget for this change order. CHANGE TO CONTRACT PRICE: Original Contract Price: $54,156.00 Current Contract Price adjusted by previous Change Order(s): $54,156.00 The Contract Price due to this Change Order will be increased by: $4,166.50 The new Contract Price, including this Change Order, will be: $58,322.50 CHANGE TO CONTRACT TIME: The Contract Time will be increased by 0 calendar days. The date for completion of all Work will be: August I, 2010. RECOMMENDED: Owner Representati tze; cXP 1 ls-AO' Date: 07/12/2010 � Doug s Rademacher(Chair) Engineer/Owner: PASO Y•eG • Date: (4 73 % 0 APPROVALS: Company: Date: X129 / IC original Message From: Ken Rose [mailto:krose@omnitrax.com] sent: Thursday, June 17, 2010 3:58 PM To: Mike Bedell Cc: Ken Koff; Steve Ward subject: Northwestern estimate for WCR 13 storm sewer line installation $6,675 Mike, I received the attached estimate for $6,675 for the storm sewer line installation at WCR-13. Based on my tracking of actual material & labor costs for the WCR-13 crossing project, I estimate that by adding the sewer line installation the current agreement amount of $54,156.00 will be exceeded by $4,166. 50. This will bring the new total cost of construction to $58,322.50. Please review and I will call you soon to discuss. Sincerely, Ken Ken Rose, PE, PG Director of Engineering & Environmental Services OmniTRAX, Inc. 50 South Steele St. , #250 Denver, Co 80209 (303) 398-4549 office (303) 437-2715 cell (866) 418-7390 fax krose@omnitrax.com <mailto:krose@omnitrax.com> CONFIDENTIALITY NOTICE: Privileged and Confidential . The information Page 1 9,/ • RAILROAD CONSTRUCTION,INC. ,.. . .. 74$J(-�aotxtson prise • �n� ': .::.... ...q..• -_.... �.. _. _ .. _ � Fax 303-485=4706- = Email nwrrOrrksncom' BID PROPOSAL • Submitted. _ Ken Rose.-.Directorr of Eang neering 0 mi;Titcc 50 South Steele Street#2'5Q Denver, Co 80209 r • 3131398-4549;,ccl1303/437-271- - Fauc Letter no:. WRR-1 ing'WCR 13 pipe. R£: pipe installation Bid Mite: 6-17-10 Location: :'1 CR 13-•ioltnstawn,CO Work to Be Performed:Provide labor and-equipment to: Excavate and remove'existing culvert Install and compact fill material,and install concrete pipes Install road ham and compact to six.inches below ballast. Labor S2;570.0U Equipment $.4.105.00 Price: $6.675.0{ Time for Acceptance: This,bid proposal vrill remain in effecifOt 30 day4 from the bid date. :; purchase-order is required before start of work: Payment Terms: Payment is due 30 days after invoice date. Customer agrees to pay a 2% . months)finance charge pins collection_costs for_payments not received Within this timetr rne. Cc Luis Garcia • Submitted by: Gabino Lara • Ii O o v rz _ 0. JW z `� !W b _ W a 14 Z 11.1.:a W f �� Om 0F2 2 rvx / / x//// / C7 1 / I UW ¢ n Zm�ryprc 4 mp F \ [{ CD NF /-pOL0�mN; 1 y i I Jm /{(J////W OhIyNI� Z 17/ to pv^m�� — — zQ �. f V //,l f� �'dzwWo } ,AFv3 I Za'�mnc efF,j' ! / NYC tN 11 N *; V—11714g /J f / tx S�f ?ZWWNO / , / / i- Y r J Wit, •,-_ _ v 1H�\���054 i1di9Y������N-IMP 1 1 _ Li OW4,1 SIMI . Wt � _, � �. I 4,074 f / .. 4 ff' ��. 000 / //'/ / II �� / / / t i$ f - km` .1 / / /Uf sfr, OD it C1 C1 8 f' M e dill% 2 _ N 1 E a I W Ep z`-N'N°.K ❑J WOVI"Nr 0 IrS wN F$NI-rym+m QZ UN 'JNN(1IIIO0N OO aY Jm11 at �~ OZWWNO -O UZ a S ZN 3' O CD CO O W� ���i"iZL�� LLa O) CO 00 CO w d_ f-a O ccm I — o l3- I UQ 1 ILJ N I. I NO -I O �O W ~ — _-- O NI w z WI C4 OZ N J 0z O = $ F O la NU in In 0 I Utq _..- in w __ _ — a®�g ncc z a� I= O i . 1 i O U q 54 ^'+ a I i 6 g�� -- O p J W —1-- O ME i I 1 O 1J l q I I a I I I O ' Ias I �� mmw�- I in coNr S a^ wm2m4-^ I I O 8 a, W0NjI�INI - � m LaJ >>0 IF — 000 U¢ it f H�o O O O O Y O O (XD I� I I LL a CS) 00 CO 00 Y ]! .c.1- ii dealt
Hello