Loading...
HomeMy WebLinkAbout991092.tiff RESOLUTION RE: APPROVE MODIFIED LUMP SUM CONTRACT FOR UPGRADING HIGHWAY/ RAILROAD GRADE CROSSING WARNING DEVICES ON WELD COUNTY ROAD 17 NORTH OF WELD COUNTY ROAD 50 UNDER FEDERAL SECTION 130 PROGRAM AND AUTHORIZE CHAIR TO SIGN 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 Modified Lump Sum Contract for Upgrading Highway/Railroad Grade Crossing Warning Devices on Weld County Road 17, north of Weld County Road 50 under the Federal Section 130 Program among the County of Weld, State of Colorado, by and through the Board of County Commissioners of Weld County, on behalf of the Public Works Department, the Colorado Department of Transportation, Division of Engineering of Maintenance, and the Great Western Railway Colorado, with terms and conditions being as stated in said contract, and WHEREAS, after review, the Board deems it advisable to approve said contract, 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 Modified Lump Sum Contract for Upgrading Highway/Railroad Grade Crossing Warning Devices on Weld County Road 17 north of Weld County Road 50 under the Federal Section 130 Program among the County of Weld, State of Colorado, by and through the Board of County Commissioners of Weld County, on behalf of the Public Works Department, the Colorado Department of Transportation, Division of Engineering of Maintenance, and the Great Western Railway Colorado be, and hereby is, approved. BE IT FURTHER RESOLVED by the Board that the Chair be, and hereby is, authorized to sign said contract. 991092 EO0038 RE: CONTRACT FOR UPGRADING HIGHWAY/RAILROAD GRADE CROSSING - WELD COUNTY ROAD 17 PAGE 2 The above and foregoing Resolution was, on motion duly made and seconded, adopted by the following vote on the 17th day of May, A.D., 1999. BOARD OF COUNTY COMMISSIONERS COUNTY, COL RADO ATTEST: Lv }re , , Dal K. Hall, Chair Weld County Clerk to th oa r / //[` ,1861 _ / k}k `I LhA I A--' Lt c c a- , arbara J. Kirkmeyer, ro-Tem ` / BY: i.(;4-C .. . f ohs r' r / Deputy Clerk to the Bo (j we\S L t- Georg E. ter AP S TO FORM: _ M. J. eile unty Attorney - YL )14 Glenn Vaad- 991092 EG0038 - R A y-O6cci y SRP C030-012, 11610 County Road 17, North of County Road 50 MODIFIED LUMP SUM CONTRACT FOR UPGRADING HIGHWAY/RAILROAD GRADE CROSSING WARNING DEVICES UNDER FEDERAL SECTION 130 PROGRAM THIS CONTRACT, made this 134L day of , 19 9 9 _, by and between the STATE OF COLORADO for the use and benefit of the STATE DEPARTMENT OF TRANSPORTATION, DIVISION OF ENGINEERING AND MAINTENANCE, hereinafter referred to as the Stale, and WELD COUNTY, COLORADO, hereinafter referred to as the Local Agency, and GREAT WESTERN RAILWAY COLORADO, hereinafter referred to as the Railroad Company, WHEREAS, authority exists in the Law and Funds have been 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 2311 1 P, Program 2000, Originating Unit 4280, Phase C, Contract Encumbrance Number 11610, Contract Encumbrance Amount $129,300; 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, CRS, as amended, by both the State and the Local Agency under authority of Sections 29-1-203 and 43-2-144, CRS, 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 Title 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 and on roads not on any Federal-aid System, by the installation of warning devices, such projects being hereinafter referred to as the Section 130 Program; and WHEREAS,projects selected under the Section 130 Program are 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, all without cost to the State and the railroad Company, it being understood that such ratio applies only to such costs as are eligible for Federal participation, it being further understood that all non-participating costs are borne by the Local Agency at 100%; and WHEREAS, Federal regulations (23CFR, Part 646, Subpart B) require the State to contract with railroad companies 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 determined that the use of a three-party contract is required in order for the State to fulfill its administrative responsibilities, including the responsibility of assuring that work is not performed prior to authorization by the State; and WHEREAS, the Local Agency has initiated this Section 130 Program project numbered SRP C030-012, 11610, by submittal to the State of a completed CDOT form no. 463; and WHEREAS, the project is not located on the State highway system, but is under the legal jurisdiction of the Local Agency; and WHEREAS, this contract provides for highway/railroad grade crossing improvements consisting of installing flashing light signals, gates,bell, and motion detection equipment, as more specifically described on the CDOT form no. 463; and WHEREAS, the proposed improvements provided for herein are located in Weld County, Colorado, at the crossing of Weld County Road 17, north of Weld County Road 50, and the Railroad Company's track,National Inventory Crossing ID No. 849-357N; and WHEREAS, the Railroad Company has agreed to be responsible for the installation and operation of the crossing warning devices installed hereunder; and WHEREAS, the Local Agency will make application to the Public Utilities Commission (PUC) for authorization of the installation of Railroad/Highway Crossing Protection Devices at the Railroad Company crossing with County Road 17, north of County Road 50, to provide a safer crossing; and WHEREAS, the Local Agency is responsible for complying with all terms and conditions of this contract for project SRP C030-012, 11610;,and 2 WHEREAS, Federal regulations (23CFR 646.200(d) and 23CFR 140.920) authorize lump sum contracts for Section 130 projects; and WHEREAS, the parties desire to agree herein that the "Railroad Force Account Work," hereinafter referred to as the "Work," will be performed on a lump sum basis, and that upon the submission by the Railroad Company of its estimate for the Work (to be attached hereto as Exhibit C) and the Local Agency's review and approval of that estimate amount for lump sum payment purposes, and upon the Local Agency's acceptance of the Work as described herein, the Local Agency will make and the Railroad Company will accept a lump sum payment of that estimate amount as full and complete compensation for the satisfactory performance of the Work, without that amount being subject to later determination of or adjustment for actual costs; and WHEREAS, the parties have determined that it is in the public interest that the Work for this Section 130 project be performed by Railroad Company forces on a Lump Sum contract basis, but that payment for materials acquisition may be performed on a cost reimbursement basis, thereby creating this "modified" lump sum contract; and WHEREAS, the Railroad Company is adequately staffed and suitably equipped to undertake and satisfactorily complete the proposed improvements, and can perform the Work more advantageously and more cost effectively than the State; and WHEREAS, it is in the public interest that the Work be performed by Railroad Company forces, on a Force Account basis; and NOW, THEREFORE, it is hereby agreed that: ARTICLE I GENERAL PROVISIONS SECTION A. DEFINITIONS 1. FHW A = U.S. Department of Transportation Federal Highway Administration 2. CFR = Code of Federal Regulations 3. MUTCD = The Manual on Uniform Traffic Control Devices for Streets and Highways 4. CRS = Colorado Revised Statutes, as amended 5. PUC = Public Utilities Commission of Colorado 3 6. The term "Work" shall consist of work done by Railroad Company forces and shall include the following: Furnish and install flashing light signals, gates, bell, and motion detection equipment 7. The term "Project Work" shall consist of work done by the Local Agency and/or the Railroad Company in completing all elements of the project. SECTION B. EXHIBITS The exhibits listed below are hereto attached and made a part of this basic contract: Exhibit A - Local Agency Ordinance or Resolution Exhibit B - Print showing Crossing Location Exhibit C - Railroad Company's general plan of the crossing and itemized lump sum railroad force account estimate to accomplish the Work Exhibit D - Civil Rights Exhibit Exhibit E - Contract Funding Letter Format SECTION C. REFERENCE DOCUMENTS 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 Part 140 Subpart I 23CFR Part 646 Subpart B MUTCD Dated 1988 SECTION D. DESIGN DATA The highway/railroad improvement project provided herein, identified as project no. SRP C030- 012, 11610, consists generally of designing and installing highway/railroad grade crossing improvements consisting of installation of flashing light signals, gates,bell, and motion detection equipment, located at the crossing of County Road 17, north of County Road 50, and the Railroad Company's track, National Inventory Crossing ID No. 849-357N, as more fully described in CDOT form no. 463 that the Local Agency has developed. Said CDOT form no. 463 shall be part of this contract by reference. Only those crossing warning device improvements provided in the final CDOT form no. 463 for this project are eligible for Federal-aid participation under this contract. 4 ARTICLE II COMMITMENTS ON THE PART OF THE LOCAL AGENCY SECTION A. PRE-CONTRACT ADMINISTRATIVE TASKS Certain administrative tasks are necessary to be performed prior to execution of this contract and the Local Agency agrees 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, obtaining FHWA approvals and preparation of this contract. In the event Federal-aid funds are not made available, or are withdrawn from the project, the Local Agency shall reimburse the State for costs incurred by the State, subject to the limits provided in Article IV, Section B, in administering this contract. SECTION B. PUC APPLICATION The Local Agency will make application to the PUC for its approval of the crossing warning devices and for approval of the continuing maintenance provisions agreed to by the parties. The Local Agency shall participate in any hearing before the PUC in this matter. The State's issuance of authorization to proceed with the Work shall be contingent upon PUC approval. SECTION C. CLEARANCES 1. Utilities. The Local Agency shall be responsible for obtaining proper clearance or approval, in writing, or formal agreement if utility adjustments are required, from utility companies which may be involved in the project. The Local Agency shall furnish the State with documentation of such clearance or approval prior to installation of the proposed improvements. 2. Right of Way. The Local Agency shall also provide written certification to the State that the proposed project 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 D. ACCEPTANCE OF THE RAILROAD COMPANY'S COST ESTIMATE If the Local Agency accepts the estimate submitted by the Railroad Company of the anticipated cost of the performance of the Work (Exhibit C) as a suitable basis for reimbursing the railroad Company for that Work, the Local Agency shall so notify the State, in writing. The Local Agency will reimburse the Railroad Company the amount of that estimate as a lump sum payment for the satisfactory performance thereof upon the completion of that Work, as described below. The Local Agency shall also provide the State with the Local Agency's cost estimate for construction zone signing, including detouring of traffic if required, pavement marking, and any 5 other work that the Local Agency will be responsible for in connection with this crossing improvement. The State will assist in determining these costs if requested by the Local Agency. SECTION E. CROSSING IMPROVEMENT WORK The Local Agency shall coordinate the crossing improvement work and shall inspect the Work performed by Railroad Company forces. The Local Agency shall not initiate or authorize any crossing improvement work, including the Work until the State has issued the Article IV, Section A, Notice to Proceed to the Local Agency and the Railroad Company. In the event that such work is initiated by the Local Agency prior to issuance of the notice to proceed, the Local Agency shall be solely responsible for all costs incurred for work performed prior to such issuance. The Local Agency shall be responsible for providing construction zone traffic control in accordance with the traffic control plan shown in the plans for the project. The Local Agency shall also be responsible for construction zone signing and the application of pavement markings as provided in the project plans. SECTION F. PAYMENT TO RAILROAD COMPANY 1. Materials Billing. The Railroad Company shall bill for the cost of the railroad materials acquired for the Work. The cost of the materials in the Exhibit C estimate is a not to be exceeded amount of$74,865.90. This cost shall not be exceeded unless covered by a supplemental contract executed prior to incurring additional costs. 2. Work Billing. The Railroad Company agrees to accept a lump sum payment from the Local Agency in the amount of the Exhibit C estimate as approved by the Local Agency, in a not to be exceeded amount of$37,548.69 ($112,414.59 less the amount of the materials $74,865.90 as specified in Section E, paragraph 1 above) as full compensation for the performance and completion of the Work. 3. Billings Sent To. Billings shall reference the State's project no. SRP C030-012, 11610, and shall be sent to the Railroad Liaison at the Colorado Department of Transportation, 4201 E. Arkansas Ave., Rm. 404, Denver, CO 80222. The State shall immediately forward the Railroad Company's billing to the Local Agency's representative. 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 II, Section F. Subject to the Local Agency's acceptance of the Work, as provided in 23CFR, Part 646, the Local Agency agrees to pay the Railroad Company the Lump Sum amounts in accordance with the provisions of Section F, paragraphs 1 and 2 above, $112,414.59 consisting of $74,865.90 materials and $37,548.69 Work. The Local Agency shall reimburse the Railroad Company within 30 days of receipt of approved billings. The Railroad Company shall provide one final and complete billing for the Lump Sum amount for the Work, less the amount of the materials as provided herein, at the earliest practicable date, pursuant to 23CFR, Part 140.922(b). The Local Agency shall also reimburse the State for the State's charges, as provided in Article IV, Section B, 6 within 30 days following receipt of State's billings. The Railroad Company billings, and all cost records and accounts concerning the Work, shall be subject to audit by the State, as provided in 23CFR, Part 140, Subpart I. SECTION G. INSPECTION AND AUDIT 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 project 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 times during the construction of the project and for 3 years from the date of final payment. Copies of such records shall be furnished by the Local Agency if requested. ARTICLE III COMMITMENTS ON THE PART OF THE RAILROAD COMPANY SECTION A. PERFORMANCE OF WORK 1. Plans and Lump Sum Estimate for Work. The Railroad Company shall submit a general plan showing the crossing, the type(s) and location of crossing warning devices to be installed, and the approximate approach lengths and/or warning time for the devices, along with an itemized Lump Sum estimate (Exhibit C) to the State and the Local Agency for the proposed Work. The Railroad Company must receive Local Agency approval of such plans and of the Lump Sum estimate (Exhibit C), together with a written notice to proceed from the State, prior to beginning any Work or incurring any expense, unless otherwise authorized by the State. The itemized Lump Sum estimate(Exhibit C) shall take into account the value of all existing material that can be salvaged and/or scrapped. If there is no salvageable and/or scrapped material that has value, the estimate (Exhibit C) shall so state. The State and the Local Agency shall be afforded the opportunity to inspect salvaged and/or scrapped material. The plans and estimate (Exhibit C) when and as approved by the FHWA and the Local Agency, shall govern the installation of the grade crossing warning devices. The itemized Lump Sum estimate (Exhibit C) shall conform to the requirements of 23CFR, Part 140, Subpart I and of 23CFR, Part 646, Subpart B. That estimate shall include all labor charges for any Work performed by Railroad Company personnel, which labor charges are in accordance with the then current working agreements between the Railroad Company and its employees. 7 2. Work. The Railroad Company shall use its own forces to satisfactorily perform and complete all of the Work pursuant to the terms and conditions of this Contract, provided that the Railroad Company shall not start performance of the Work until it has received a written notice to proceed from the State.. The Railroad Company agrees to accept a lump sum payment in the amount of the Exhibit C estimate, as approved by the Local Agency, as full and complete compensation for the satisfactory performance of the Work. SECTION B. NOTICE After receipt of the Notice to Proceed from the State, the Railroad Company shall notify the Local Agency and the State at least ten working days in advance of beginning the Work so that the Local Agency can arrange for construction zone traffic control as required in the traffic control plan and the Local Agency can arrange for administration and inspection. The Railroad Company shall also furnish the Local Agency and the State a copy of the completion notice the Railroad Company furnishes to the PUC. SECTION C. CIVIL RIGHTS The parties hereto, in the prosecution of the work herein prescribed, will adhere to the requirements of the Civil Rights Exhibit, and will include the provisions of the said Civil Rights Exhibit in every subcontract; including procurement of materials and leases of equipment, unless exempt by the Regulations, orders or instructions issued pursuant thereto. ARTICLE IV COMMITMENTS ON THE PART OF THE STATE SECTION A. PROJECT ADMINISTRATION 1. Approvals by the State. The State, acting in the relative 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, right-of-way, utility adjustments, Work, and work by the Local Agency. 2. Notice to Proceed. The State shall 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 Company prior to the issuance of the notice to proceed shall not be eligible for reimbursement from Federal-aid funds. 8 3. Plans Preparation. The State, upon execution of this contract and receipt of required project data, shall prepare general plans for the project. Detailed plans for the railroad work shall be the responsibility of the Railroad Company and shall conform to PUC requirements. SECTION B. STATE'S SUPPORT SERVICES AND CHARGES 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. At the request of the Local Agency, the State may also provide other assistance under this contract as agreed in writing. The State agrees that its participating charges shall not exceed two percent (2%) of the 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 Regional Transportation Director shall be responsible for monitoring project charges. 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. 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. REIMBURSEMENT OF THE LOCAL AGENCY Upon receipt from the Local Agency of the billings for the Work as provided by Article II, Section F of this contract, the State shall reimburse the Local Agency for the Federal-aid share of eligible project costs incurred subject to the limitation of Article V, Section A, and not to exceed $132,977. Such reimbursement shall be made within 30 calendar days of receipt of the Local Agency's bill. The State shall also submit a final recapitulation of costs to the Local Agency. The Local Agency shall be responsible for payment of such billings to the Railroad Company as provided in Article Il, Section F. ARTICLE V ADDITIONAL PROVISIONS SECTION A. FINANCIAL PROVISIONS Project Budget. The total budget for this project number SRP C030-012, 11610, shall be funded as follows: a. Federal participating funds (100%) $128,805 9 b. Local Agency share: Local Agency non-participating funds, including indirect costs $ 495 TOTAL BUDGETED FUNDS $129,300 If actual project costs exceed the total budget, such excess costs shall be borne exclusively by the Local Agency if additional Federal funds are not available except that the Local Agency shall not be liable for the cost of any unauthorized changes in the Work as provided in Article IV, Section A. If project costs underrun the estimated total budget, the Federal portion of such underrun shall be reallocated within the framework of the Statewide Section 130 Program as mutually agreed upon by the State and the FHWA. SECTION C. CANCELLATION In the event delays or difficulties arise in securing necessary approvals, or in acquiring necessary right of way or in settling damages or damage claims, or for any other reason, which, in the opinion of the State in its sole discretion render it impracticable to utilize funds from the current appropriation for the construction of the project, then at any time before actual construction is started pursuant to proper approval or authority, the State may serve formal notice of cancellation upon the Local Agency and the Railroad Company, and this contract shall thereupon become null and void. In the event of any such cancellation, the Local Agency shall reimburse the Railroad Company for authorized and allowable preliminary engineering and materials costs incurred by the Railroad Company prior to the effective cancellation date. SECTION D. REPRESENTATIVES 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: Karla Harding Regional Transportation Director, Region 4 Colorado Department of Transportation 1420 2vd St. Greeley, CO 80631 Phone (970) 350-2101 Fax (970) 350-2177 10 2. If to Local Agency: Don Somer Weld County Engineering Dept. 933 N. 11th Ave. P. O. Box 758 Greeley, CO 80632-0758 Phone (970) 356-4000, ext. 3750 Fax (970) 352-2868 3. If to Railroad Company: Dave Lafferty, President Great Western Railway of Colorado P. O. Box 537 Loveland, CO 80539 Phone (970) 667-6883 Fax (970) 667-1444 4. Railroad Billings sent to: Railroad Liaison Colorado Department of Transportation 4201 E. Arkansas Ave., Rm. 404 Denver, CO 80222 SECTION E. CONTRACT MODIFICATIONS 1. If Notice to Proceed Not Issued Timely - Funding Letter. a) By its nature, the itemized Lump Sum estimate (Exhibit C) will be provided to and received by the State and the Local Agency before this Contract has been executed. b) If a contract has not been executed by the parties for the Project Work within 12 months from the date of the State's and Local Agency's receipt of the Exhibit C Lump Sum estimate, then the Railroad Company may revise and resubmit the Exhibit C estimate to reflect any increase in the cost of that Work, if any. c) If a contract has been executed by the parties for the Project Work within twelve months from the date of the State's and Local Agency's receipt of the Exhibit C Lump Sum estimate, but the State does not issue to the Railroad Company the 11 written notice to proceed with the Lump Sum Work within that 12 month period, and if the cost of that Work (based on the Railroad Company's then current working agreements and standard equipment/materials payment practices) has increased in that 12 month period, the parties hereby agree that the Exhibit C Lump Sum estimate shall be automatically increased by the amount of any such increase in cost and that the Railroad Company shall proceed with the Project Work on that basis, subject to execution of the Funding Letter as described below. Provided, however, that the Railroad Company must timely submit to the State and the Local Agency adequate documentation demonstrating the fact and the extent of such increase, an.d any State or Local Agency payment of such increase shall be subject to the State's or Local Agency's review and approval of that documentation. (i) The Railroad Company has agreed to perform the Work at the estimated amount within the next 12 month period, and on the other terms as described herein, subject to the availability of funding, and funds are currently available and encumbered for the Work in the amount specified above. However, the date by which the State will issue the Notice To Proceed, and the costs for the Railroad Company to complete that Work in the next 12 months, and the resulting total funding amount(s) to be provided by the State and the Local Agency in exchange therefor, as described in this Contract or otherwise made known to the Railroad Company, are only estimated. (ii) Therefore, if the State does not issue the Notice To Proceed within that 12 month period, it has the right to unilaterally increase the amount of available funds under this Contract by executing and issuing a Funding Letter(in a form substantially equivalent to that in Exhibit E). Provided, however, that such Funding Letter shall not be deemed valid until it shall have been approved by the State Controller or such assistant as he may designate. 2. Written Supplemental Contract. Changes in the terms of this contact may be negotiated between the parties as described herein and, if acceptable, this contract shall be modified accordingly by a written supplemental contract authorizing the changes. Any such changes shall not become effective until the effective date of the written supplemental contract. Requests by the Railroad Company to change the terms of this contract or any supplemental contract shall be made in writing prior to performance of the work subject to any request, or to be covered in the anticipated supplemental contract. Any work on this project that is performed or a change made without such prior written supplemental contract, authorizing said work or change, shall not be reimbursed,but shall be deemed to be covered in the compensation and time provisions of this contract. 3. Contract Funding Letter. The State with concurrence by the Local Agency may from time to time in a form substantially equivalent to that in Exhibit E, and bearing the approval of the State Controller or h:.s designee, make more funds available on this contract if needed for an 12 approved increase in the Exhibit C Lump Sum estimate as provided in Section E(1) above. The funds availability letter shall not be deemed valid until it shall have been approved by the State Controller or such assistant as he may designate. SECTION F. FUTURE USE OF WARNING DEVICES If, hereafter, by agreement, negotiation, or order of competent public authority, the grade crossing warning devices are rendered 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 Company under a separate agreement for relocation among the State, the Local Agency, and the Railroad Company, as approved by the PUC. If the Local Agency widens the highway, or makes any changes therein which require relocation of said devices, the Local Agency will bear the entire cost of making such changes. Whenever by reason of railroad company changes said devices are removed, relocated, or replaced, the entire cost thereof shall be borne by the Railroad Company. SECTION G. SPECIAL PROVISIONS The Special Provisions attached hereto immediately following the signature page are hereby made a part of this basic contract. For the purpose of interpretation of said Special Provisions, the Railroad Company shall be known as "the contractor." SECTION H. TERM The term of this contract, except for the provisions regarding roadway maintenance and maintenance and future use of warning devices, shall continue through completion and final acceptance of this project by the State, the Local Agency, and the FHWA. Provided that 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 State, the Local Agency, or the Railroad Company is, by law or otherwise, relieved of such responsibility. SECTION I. FEDERAL AID PROJECTS 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, 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, regulations, orders and approvals applying to federal projects. The Railroad Company shall comply with all such federal laws, rules, regulations, orders and approvals applying to this project. 13 SECTION J. SUCCESSORS AND ASSIGNS 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 K. SIGNATURE AUTHORITY The Railroad Company represents and warrants that it has taken all actions that are necessary or that are required by its procedures, bylaws, or applicable law, to legally authorize the undersigned signatory to execute this basic contract on behalf of the Railroad Company and to bind the Railroad Company to its terms. SECTION L. DIFFERING SITE CONDITIONS The Railroad Company shall inspect the Work site before providing the Exhibit C Lump Sum estimate to the State and the Local Agency. a) The Railroad Company shall promptly, and before such conditions are disturbed, notify the Local Agency's representative, in writing, of: (i) Subsurface or latent physical conditions at the site differing materially from those indicated in this contract; or (ii) Previously unknown physical conditions at the site, of an unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in this contract. b) The Local Agency's representative shall promptly investigate the conditions. If he/she finds that: 1) such conditions do materially so differ and cause an increase or decrease in the Railroad Company's cost of, or the time required for, performance of any part of the Work under this contract, whether or not changed as a result of such conditions; and 2) such conditions would not have been detected by a reasonable inspection of the Work site, then an equitable adjustment shall be made and the contract modified in writing accordingly. c)No claim by the Railroad Company for an equitable adjustment hereunder shall be allowed if both conditions described above are not fulfilled, or if asserted after final payment under this contract. SECTION M. PRICE ADJUSTMENTS Price Adjustment Method. Any adjustment in the contract Lump Sum amount pursuant to the application of a clause in this contract shall be made in one or more of the following ways: 14 (i)by agreement on a fixed-price adjustment; (ii) in such other manner as the parties may mutually agree; or SECTION N. FORCE MAJEURE Neither the Railroad Company nor the State nor the Local Agency shall be liable to the other for any delay in, or failure of performance of, any covenant or promise contained in this contract, nor shall any delay o:r failure constitute default or give rise to any liability for damages if, and only to the extent that such delay or failure is caused by "force majeure." As used in this contract"force majeure" means fire, explosion, action of the elements, strike, interruption of transportation, rationing, court action, illegality, unusually severe weather, or any other cause which is beyond the control of the party affected and which, by the exercise of reasonable diligence, could not have been prevented by the party affected. SECTION O. MAINTENANCE 1. Local Agency. The Local Agency shall be responsible for maintaining the roadway approaches to the crossing described in Article I, Section D. 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 shall also be responsible for maintaining advance warning signs and pavement markings. 2. Railroad Company. Upon completion of the Work required under this contract, the Railroad Company, at Railroad Company expense, shall thereafter operate, maintain, repair and keep its roadbed, track and appurtenances, including the railroad grade crossing warning devices installed hereunder, in a proper working condition. In the event any Federal, State, or other funds become available for use in the operation, maintenance, or repair of the crossing warning devices installed hereunder, the Railroad Company shall be free to apply for such funds. SECTION P. AUTHORIZATIONS 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. 15 Page 1 of 2 Signature Pages Project SRP C030-012, 11610 IN WITNESS WHEREOF, the parties hereto have executed this contract the day and year first above written. In order to expedite contract execution, the parties hereto will execute separate signature pages and said pages are considered as part of the same document. STATE OF COLORADO BILL OWENS, GOVERNOR ATTEST: CJ By Chief Clerk ecutive Director DEPARTMENT OF TRANSPORTATION ATTEST: gull WELD COUNTY, COLORADO Dale K. Ha Title Deputy Clerk to th ... . i\�`P,� Title Chair (05/17/99) �' Iiv Federal Employer Identification No. 84-6000813 P. O. Box 758, Greeley, CO 80632 APPROVED: ARTHUR L. BARNHART KEN SALAZAR State Controller Attorney Ge al 9 /- v `G By BARRY B. AN Civil Litigation Section Page 2 of 2 Signature Pages Project SRP C030-012, 11610 IN WITNESS WHEREOF, the parties hereto have executed this contract the day and year first above written. In order to expedite contract execution, the parties hereto will execute separate signature pages and said pages are considered as part of the same document. ATTEST: GREAT WESTERN RAILWAY OF COLORADO By > 4:44.,/,7 lJ By Title J ��� �. Title: Federal Employer Identification No. 84-1277004 252 Clayton St., 4'h Floor, Denver, CO 80206 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 contact 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 contract. Such bond shall be duly executed by a qualified corporate surety conditioned upon the faithful performance of the contract and in addition,shall provide that if the contractor or his subcontractors fail to duly pay for any 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 check 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 contract. DISCRIMINATION AND AFFIRMATIVE ACTION 5.The contractor agrees to comply with the letter and spirit of the Colorado Antidiscrimination Act of 1957,as amended,and other applicable law respecting discrimination and unfair employment practices(CRS 24-34-402),and as required by Executive Order,Equal Opportunity and Affirmative Action,dated April 16, 1975.Pursuant thereto, the following provisions shall be contained in all State contracts or sub-contracts. 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 status, religion,ancestry,mental or physical handicap,or age.The contractor will take affirmative action to insure that applicants are employed,and that employees are treated during employment,without regard to the above mentioned characteristics.Such action shall include,but not be limited to the following:employment upgrading,demotion,or transfer,recruitment or recruitment advertisings;lay-offs or terminations;rates of pay or other forms of compensation;and selection for training,including apprenticeship.The contractor agrees to post in conspicuous places,available to employees and applicants for employment,notices to be provided by the contracting officer setting forth provisions of this non-discrimination clause. (b)The contractor will,in all solicitations or advertisements for employees placed by or on behalf of the contractor,state that all qualified applicants will receive consideration for employment without regard to race,creed,color,national origin,sex,marital status,religion,ancestry,mental 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 contract or understanding,notice to be provided by the contracting officer,advising the labor union or workers'representative of the contractor'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 famish 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. (e)A labor organization will not exclude any individual otherwise qualified from full membership rights in such labor organization,or expel any such individual `.ram membership in such labor organization or discriminate against any of its members in the full enjoyment of work opportunity because of race,creed,color, ccx,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 indirectly,to commit any act defined in this contract to be discriminatory. (g) In the event of the contractor's non-compliance with the non-discrimination clauses of this contract or with any of such rules,regulations,or orders,this contract may be canceled,terminated or suspended in whole or in part and the contractor may be declared ineligible for further State contracts in accordance with procedures,authorized in Executive Order,Equal Opportunity and Affirmative Action of April 16, 1975 and the rules,regulations,or orders promulgated .wm 6-AC-02B(GEN06O I97) Revised 06/01,97 Page 1 of 2 pages in accordance therewith,and such other sanctions as may be imposed and remedies as may be invoked as provided in Executive Order,Equal Opportunity and Affirmative Action of April 16, 1975,or by rules,regulations,or orders promulgated in accordance therewith,or as otherwise provided by law. (h) The contractor will include the provisions of paragraphs(a)through(h)in every sub-contract and subcontractor purchase order unless exempted by rules, regulations,or orders issued pursuant to Executive Order,Equal Opportunity and Affirmative Action of April 16, 1975,so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any sub-contracting or purchase order as the contracting agency may direct,as a means of enforcing such previsions,including sanctions for non-compliance;provided,however,that in the event the contractor becomes involved in,or is threatened with,litigation,with the subcontractor or vendor as a result of such direction by the contracting agency,the contractor may request the State of Colorado to enter into such litigation to protect the interest of the State of Colorado. COLORADO LABOR PREFERENCE b. When a construction contract for a public project is to be awarded to a bidder,a resident bidder shall be allowed a preference against a non-resident bidder from a state or foreign country equal to the preference given or required by the state or foreign country in which the non-resident bidder is a resident If it is determined by the officer responsible for awarding the bid that compliance with the subsection.06 may cause denial of federal funds which would otherwise be available or would otherwise be inconsistent with requirements of Federal law,this subsection shall be suspended,but only to the extent necessary to prevent denial of the moneys or to eliminate the inconsistency with Federal requirements(CRS 8-19-101 and 102). GENERAL 7. The laws of the State of Colorado and rules and regulations issued pursuant thereto shall be applied in the interpretation,execution,and enforcement of this contract Any provision of this contract whether or not incorporated herein by reference which provides for arbitration by any extra-judicial body or person or which is otherwise in conflict with said laws,rules,and regulations shall be considered null and void. Nothing contained in any provision incorporated herein by reference which purports to negate this or any other special provision in whole or in part shall be valid or enforceable or available in any action at law whether by way of complaint,defense,or otherwise. Any provision rendered null and void by tb.e operation of this provision will not invalidate the remainder of this contract to the extent that the contract is capable of execution. 8. At all times during the performance of this contract,the Contractor shall strictly adhere to all applicable federal and state laws,rules,and regulations that have been or may hereafter be established. 9. Pursuant to CRS 24-30-202.4(as amended),the state controller may withhold debt;owed to state agencies under the vendor offset intercept system for (a)unpaid child support debt or child support anearages;(b)unpaid balance of tax,accrued interest, or other charges specified in Article 22, Title 39, CRS; (c)unpaid loans due to the student loan division of the department of higher education;(d)owed amounts required to be paid to the unemployment compensation fund;and(e)other unpaid debts owing to the state or any agency thereof,the amount of which is found to be owing as a result of final agency determination or reduced to judgment as certified by the controller. 10. The signatories aver that they are familiar with CRS 18-8-301,et seq.,(Bribery and Corrupt Influences)and CRS 18-8-401,et seq.,(Abuse of Public Office), and that no violation of such provisions is present. II. The signatories aver that to their knowledge,no state employee has any personal or beneficial interest whatsoever in the service or property described herein. TNESS WHEREOF,the parties hereto have executed this Contract on the day first above written. Contractor: State of Colorado (Full Legal Nam ROY ROMER,GOVERNOR By Position(Title) BY. Social Security Number or Federal I.D.Number Der of PUBLIC HEALTH AND ENVIRONMENT If Corporation,Town/City/County,or Equivalent: ROGRAM APPROVAL: Attest(Affix Seal) By Corporate Secretary,or Equivalent,To ay/County Clerk APPROVALS ATTORNEY GENERA CONTROLLER \\ By By Tale A.Norton Clifford W. Hall Form 6-AC-02C(GEN060197) Revised 06/01/97 Page 2 which is the last of 2 pages • rieit RECEIVED L.-ske U JUN 0 2 1999 WELD COUNTY PUBLIC WORKS DEPT RESOLUTION RE: APPROVE MODIFIED LUMP SUM CONTRACT FOR UPGRADING HIGHWAY/ RAILROAD GRADE CROSSING WARNING DEVICES ON WELD COUNTY ROAD 17 NORTH OF WELD COUNTY ROAD 50 UNDER FEDERAL SECTION 130 PROGRAM AND AUTHORIZE CHAIR TO SIGN 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 Modified Lump Sum Contract for Upgrading Highway/Railroad Grade Crossing Warning Devices on Weld County Road 17, north of Weld County Road 50 under the Federal Section 130 Program among the County of Weld, State of Colorado, by and through the Board of County Commissioners of Weld County, on behalf of the Public Works Department, the Colorado Department of Transportation, Division of Engineering of Maintenance, and the Great Western Railway Colorado, with terms and conditions being as stated in said contract, and WHEREAS, after review, the Board deems it advisable to approve said contract, 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 Modified Lump Sum Contract for Upgrading Highway/Railroad Grade Crossing Warning Devices on Weld County Road 17 north of Weld County Road 50 under the Federal Section 130 Program among the County of Weld, State of Colorado, by and through the Board of County Commissioners of Weld County, on behalf of the Public Works Department, the Colorado Department of Transportation, Division of Engineering of Maintenance, and the Great Western Railway Colorado be, and hereby is, approved. BE IT FURTHER RESOLVED by the Board that the Chair be, and hereby is, authorized to sign said contract. �. Al 991092 tf' - EG0038 RE: CONTRACT FOR UPGRADING HIGHWAY/RAILROAD GRADE CROSSING - WELD COUNTY ROAD 17 PAGE 2 The above and foregoing Resolution was, on motion duly made and seconded, adopted by the following vote on the 17th day of May, A.D., 1999. BOARD OF COUNTY COMMISSIONERS ptEbLZCOUNTY, COL RADO ATTEST: , -� � a Dal K. Hall, Chair Weld County Clerk to th-ffoa c ,n�t �s %, / 11861 l 6till-1677CA-J `rjy , _ oril y1- - arbara J. Kirkmeyer, ro-Tem BY: KJ7i?y.. . :--,•- Deputy y Clerk to the Bo''t ( r Georg E. er AP S TO FORM: M. J. eile unty Attorney ------- ! Glenn Vaad— 991092 EG0038 r I I I I I nn i ri x 2nY a I I I i s I I I 1 I I I i i I III I I I \ \, ki h I. 1 \ ,\ I I i \ \ \\ I SZ \ \ k' \ \ I I \ \ e I I \ • io U \ • \ 6 \• \ I \'\ \,\It 2 y \ v- \ 14f.\ ' \ \ � .\ /i \ \ Mn I ON \.\\ \ \'`\ fi a \ ;II c-.zr \ zr \ \ f A I , e i J \ I ; \I -\ \\ .Sl II GPI \ \ \ \ ,\ \ % \ \ <\ \ \ \ `\ \s s I n \ \ \ ' --1`\- a \ \ .\t \ \ \ `\ I . I \ /\1 21; \ ,E . \ 0 I I 0 I\.‘ \ 0 I I \ U ^< \. L. I o \ 0 \ 3 & CY= .3 It o _ 8 8 ri W e a 3 6 6 8 8 b 6 '6 S 6 o in a a € I o g 2 a i i g g § a I I s s a a 5 g a R a § § D g od �� o " g c q q q c c c c c c c g q c c \ `^``0 V6 o� N �, ... a. e. .. W. � . ,, 6 '6 s 6 8 e 8 a s A s a a .,,3O� 3 •z�•U 4 vu'i 2 O .O I _i 00 k..10 0000—0 110 0— 110 0008 'C Ona W '-I Li4 U z e' .-,,o.-0.,--p rlo O---rio awn -c +rla ® r‘it' +z.0 8000-- 0—O no -no W. � -n0 o o m +ZIO O 33 +u0 alma�0 uO 0---u0 alma c! -iio .i' 1-rsow 8 .0 w it -c -0.40 za awd ° W za awe J 108004�p00 q . oma = -0100 _- �o--,�-�lin ::: ry+<0 — 'L° o :::: alma <0 10 alma °� c• +e0 Z13a y ' e+90 8008 + s0 !P 8090 $"G• +<O s r a s - 4 s #i i bE . gg & '°� Q +so al sal -CO dOad E C' _y0 $ r R Y d M 3 o✓ 'A` s o C' g� +10 SO.V CR «90 d��__¢„ -+O alma _fro W KOw `�+ 10 Ci +LO u 011.1 •F F.0 .LL Owd .0 w3 05011 . 0 . 00i +rO 0�---.0 f0 -r0 4100 o 10 4® @@@ Gf h +na0ziia8L�/< zo -z0 sma 2 . +r0 .� . o4 �yi^n. 110 za now rn✓ z 14 +10 alma ✓ 83 O�-- 10 8008 c• +a z.w owe W VS 0wd Eila 110.a vs., n Ra N.)«dax nal -, (z)-eax r a9 �,, _z0 1.04 a✓ ,nz• FY 110 u rsan Ina n non�o✓ _.z�v CH18. +1000.0_-l+ w 0---1r alma c +m J 'D W 1 1030&9 ' °•O.. 6.o`.$ ¢44 3 7RR₹' O cr D---n alma —C• +.0 zle ow.1 W VS and w.. i 1 1 G R "' +rr a00a� - o co n %310380 ✓OY` 5000❑ : FRARN W zr -zr alma 'c• +rr «zr aoJB ` ' - 10 Pa W v ,q Ir 8000 " -r� xa 1038 a _Y +.r a__a ova--)'�'--=3- W ₹ Ci +zr O «. r © P a Er . 1111111 II & III 10 CC z 9 g W & « Q ago y "0' • 4 s 9 9 9 9 0 Vi V, n k o I. I lI 3 3 glg =4',1g 1°+ 00 y u3aw =Pl§ ff ,, c It,. '0' —3 ii.. icyW so w¢o I� w« Q ®g < ® lreo�B r t . % 8 u n d �® �'I/—9+wfr�J -111 iti z ...1' C ' 1J3WO 3 gg I g ,.., + y1f I Y� - z p ., • z % & m r ' 1$1101I11,71 Heill.71 g -' T %03x101 g g g g oia a db., is M xJ 1330 0 J3aw3 103.4 a... t u o✓ �J, XJ 1030 3 —•'.po:. g g , %6 3%101 XJ 1030 3 J.PY4 Ei 0000 • M © cl _ i. , C 0✓ y�0 %&13343 O =.P w3 nJ0 01'�peq.S��� z-.131z- 1 g W/u3 ` R1 Z. �—Z-aZDI g cop 9'.i 'ibi•fp so w0 UP 003 '- 4' ° Ie_'A CO °m.a n�y3R' 1 z-a103a g� $� 8 F] k3 W -Hi,13 aw HI$<..•R.-1 mil"—z-azua • •• yg d L b b$•Q 00 wo.03100 • 0 • zf • lrert3 q 0� 038. 103003 t mq•iiii'll4. •uJ 0JJ sal _., tl 41 K rW w ✓ �.. 63 1030.0.3 d 133E. s a w mJ o✓ �5 �5 ° P.n,. W m 100 ^ ' F E iri l t i a a ? t a 5,1 II 5,is § g g a 1 a a a a I € t 3 ., . .. 44 c' c' c cc 'c' 8 W ' dS Q--t9 li c In: lc I I I I I I I I I I a i s .g a a 9661 5b4h:Gi SO uer uoW 6np'j-26Z0d1\ f o2^ Fi U U�� == Rii U p t a. K4 5 s 0 Q z c„.„,O Z.i U 1 3 ,aWW c ^W VUi U 2)J ® U g4 U 2 2 J7. �Ep- v Z a m ' i.Dr�3� O G C7 • _ __ al „4ry V o / 7 1] R R R R X4 `.g-994/ $ 8 fl $ a r—lay, _§ T^ ..—=4°.—' ,A....,---, . f—t--,,--„,-, - - d -P-y--' ..1. , I ��r { 1, 111 ,,,T , , 16 Y, I ..--,,,.. ,11,114 4,___ 440 g««aa _ ai it �m IT p.o-a Q r 6'¢ � �� 3-} c I_ ���' / Ytz z k R R 4 m p -lesa CC={l3a '�" tic 1IIII 4--I J -2' (LJI(- .1.. f Li11 ���. M� 1 1 1 11 !1 11 14. 866[ [E;zS:£[ SO uep uoW 6Mp'0-Z6Z0H1\:f / i ‘ X I I N 56 �,�r ' a ... '-'1 lm XHibil .� 1 ‘Z) 54 - \ �� 1 .y !c 1 2 �-r_I\-_. .. .- ..--.� IL-- 1 1 i 7 i ....i...: ', PROJECT LOCATION 1' a 1 �0 1 L ar...A.--. _ —._- 1 _._—_ I ! v1E Iy a �1 JOHNS WN 1 It RIVER F e x -u.- l A PA 1 HWY 60 r 7 1 �... 1 —1i I I - I I I — _+ ,—.— it + B}IIIL EN 1 . 1 8 Q 1 1 1 1 _ 1 _ r r.� \ r-- --ra— . / 4...16 rr1 rr r--r —..fir 1 'lVER I i �' TNoles�N �t I 4 ._ ,, c, E - j 3_r_.M." 1 ••ilk imein...sawnin 4 OM / • 1 r 1 . 7 1. y--..--4--7--- --- I�. 1 I I --- I 1 il IM �MYaaa----.. :.-a r -t.aa..aa.1-_.4. 1 t gI 11 1 ii 1 1 1 1 1 1 I 1 I 1 1 MEAD 1 j 1 r O --- ���� --- /� ��- c Tr7cuda / \N. IPLATTE 1 GREAT WESTERN RAILWAY OF COLORADO LOCATION: CR 171/2 Mile North of Johnstown, CO PROJECT#SRP C030-012, 11610 DOT#849357N RCL PROJECT#C97-170 ..d‘i 'ill."' i MATERIAL DETAIL 1 FUG Assy 16'Mast,28'w/GK,OW Side,WCH 9,000.00 0.00 2 FUG Assy 16'Mast,28'w/GK,2W Side w/arm,WCH 10,500.00 0.00 3 _ FUG Assy 16'Mast,28'w/GK,OW Side, ST S40 9,500.00 0.00 4 FUG Assy 16' Mast,28'w/GK,2W Side w/arm,ST S40 10,833.00 0.00 5 FUG Assy 16' Mast,28',no GK,no bell,no 91,2W LED, ST S40 7,726.00 0.00 6 2 FUG Assy 16'Mast,20',no GK,no bell,no •1,2W INC,ST S40 7,322.00 14,644.00 7 Gate Mechanism Heater for 3593B,WCH P/N 38-0045-287 50.00 0.00 8 2 Gate Mechanism Heater for Safetran Model 20 Gate Mechanism 80.00 160.00 9 Gate Torque Wrench with Socket,WCH P/N 3590-K-9 275.00 0.00 10 Gate Torque Wrench with Socket,ST P/N 070981-X 350.00 0.00 11 2 Gate Keeper, Right Side of Road,w/Hardware, GSI 1,640.00 3,280.00 12 1 Bell,Electronic,5"Mast Mounting,GSI 225.00 225.00 13 Flastaght,5"X 14'Mast, 12"F&B, No Side, LI/ST 2,533.00 0.00 14 Flash Light,5"X 16'Mast, 12"F&B, No Side, LI/ST 2,650.00 0.00 15 Flash Light,5"X 16'Mast, 12"F&B, 1W Side, LI/ST 3,200.00 0.00 16 Flash Light,5"X 16'Mast, 12"F&B,2W Side, LI/ST 3,540.00 0.00 17 Flas9ht,5"X 18'Mast, 12"F&B,2X 1W Side, LI/ST 4,200.00 0.00 18 Cantilever, 16',2W Main,2W Tip,2W Side,Harmon 6,950.00 0.00 19 Cantilever, 16',2W Main,2W Tip,2W Side, Harmon 6,950.00 0.00 20 Cantilever,20', 1W Main,2W Tip,2W Lane,OW Side, Harm 8,500.00 0.00 21 Cantilever,20',2W Main,2W Tip,OW Lane, 1W Side, LI/ST 9,554.00 0.00 22 _ Cantilever,24', 1W Main,2W Tip,2W Lane,OW Side, LI/HR 9,574.00 0.00 23 Cantilever,24', 1W Main, 1W Tip,OW Lane, 1W Side, LI/WC 9,260.00' 0.00 24 Cantilever,24', 1W Main,2W Tip,OW Lane,OW Side, LI/WC 9,349.00 0.00 25 Cantilever,24', 1W Main,2W Tip,2W Lane,OW Side, LI/WC 9,800.00 0.00 26 Cantilever,32', 1W Main, 1W Tip, 1W Lane,OW Side,LI/WC 11,075.00 0.00 27 Flashing Light Assembly, 12", 1W,Harmon 575.00 0.06 28 Flashing Light Assembly, 12", 1W,Harmon, LED 889.00 0.00 29 Flashing Light Assembly, 12",2W, Harmon 997.00 0.00 30 Flashing Light Assembly, 12",2W,Harmon,LED 1,752.06 0.00 31 Flashing Light, LED,Retro-fit,GRS 325.00 0.00 32 Flashing Light, LED,Aluminum Head, Harmon P/N 51791-0X 380.00 0.00 33 Flashing Light,LED, Retro-fit,Harmon,P/N 51-20079 290.00 0.00 34 _Flashing Light,LED,Aluminum Head,Safetran 350.00 0.00 35 Flashing Light,LED,Retro-fit,Safetran 294.00 0.00 36 Gat29ht, LED,Kit of 3,GRS P/N 59649-201-01 197.91 0.00 37 2 Foundation,Steel,Galv,48",wl Levelin. Nuts,WCH, P/N 1181-10 375.00 750.00 38 Foundation,Leave In Place,7',Sin.le Mast, P/N J54700-02 920.00 0.00 39 Foundation, Leave In Place,7',Double Mast, P/N J54730-02 1,350.00 0.00 40 Guard Fence, Full 84"Circle,Contech P/N 26-3153 685.34 0.00 41 Guard Fence, 1/2 84"Circle,Contech P/N 26-3153-A 526.93 0.00 42 Guard Fence,2/3 84"Circle,Contech P/N 26-3153-C 571.12 0.00 43 Guard Fence, 1/2 84"Circle+6'Strt,Contech P/N 26-3153-B 775.411 0.00 44 RR Xin Si n,Dia Grade, Harmon P/N 60-60253 195.00 0.00 45 RR Xing Sign,Dia Grade,4"Moun ing 275.00 0.00 46 RR Xing Sign, Dia Grade,5"Mounting 275.00 0.00 47 RR Xing Sign, Dia Grade,8"Mounting 275.00 0.00 48 RR Xing Sign,Dia Grade, 10"Mounting 275.00 0.00 49 RR Xing Sign,Dia Grade, 12"Mounting 275.0() 0.00 50 #Tracks Sign,Dia Grade,4"Mounting,Specify# 80.00 0.00 PAGE 1 OF 10 • PROJECT#SRP C030-012, 11610 DOT#849357N RCL PROJECT#C97-170 51 #Tracks Sign, Dia Grade,5"Mounting,Specify# 80.00 0.00 52 #Tracks Sign, Dia Grade,8"Mounting,Specify# 80.00 0.00 53 #Tracks Sign, Dia Grade, 10"Mounting,Specify# 80.00 0.00 54 #Tracks Sign, Dia Grade, 12"Mounting,Specify# 80.00 0.00 55 Roundel, 12",30/15,General Signal 14.75 0.00 _ 56 Roundel, 12", 70,General Signal 14.75 0.00 _ 57 Roundel, 12",20/32,General Signal 14.75 0.00 _ 58 _ Lamp, Signal, 10V,25W 4.15 0.00 59 _ Concrete,6 Sack per CY delivered 115.00 0.00 60 Stone,Crushed,White per 30 ton delivered 525.00 0.00 _ 61 Instrument House,Aluminum,6 X 6 PTMW 5,675.00 0.00 62 1 Instrument House,Aluminum,6 X 6 PTMW w/ 1500 W Heater 5,795.00 5,795.00 63 - Instrument House,Steel, Powder Coated,6 X 6 PTMW 5,425.00 0.00 64 - Inst.House,Steel,Powder Coated,6 X 6 PTMW, Heat+AC 5,925.00 0.00 _ 65 Instrument Case,Aluminum,4-11 PTMW 2,475.00 0.00 _ 66 Instrument Case,Aluminum,4 Way PTMW 2,950.00 0.00 _ 67 Foundation,Galvanized Steel,4-11 Instrument Case 230.00 0.00 _ 68 SBA248B Retainer Clip, Erico 1.50 0.00 _ 69 Track Wire Riser Kit 45.00 0.00 _ 70 Bond Wire,3/16"X 7.5"X 3/4"Tab, Erico, P/N SB20136 2.71 0.00 69 350 Bond Wire,5/16"X 7",X 1"Tab,Erico,P/N SB20175 3.64 1,274.00 70 Track Connector, Rail Plug, Erico,P/N SBPAC3A 1.32 0.00 _ 71 Wire,Bond,3/16",Bare Copper, Erico,P/N SBS8CBARE 0.80 0.00 _ 72 Wire,Bond,5/16",Bare Copper, Erico, P/N SBSI7CBARE 1.32 0.00 _ 73 Shunt Strip,SBRS 5.18 0.00 74 8 Sleeve,Bond,3/16"X 3/4"Tab, Erico, P/N SBS11C 0.24 1.92 75 - Sleeve,Bond,5/16"X 1"Tab, Erico, P/N SBS09C 0.24 0.00 76 8 Weld Metal,#25, Erico,for 3/16"bonds 0.95 7.60 77 - Weld Metal,#32, Erico,for 5/16"bonds 1.07 0.00 _ 78 Welder,3/16"X 3/4"Tab, Rail Head, SBTB-T7-F 145.10 0.00 _ 79 Replacement Mold for 3/16"X 3/4"Tab Rail Head,SBS-5838 34.59 0.00 _ 80 Welder,3/16"X 3/4"Tab,Rail Web,SBTB-T21-B 179.65 0.00 _ 81 Replacement Mold for 3/16"X 3/4"Tab Rail Web, SBB-200-B 54.36 0.00 _ 82 Welder,3/16"X 3/4"Tab,Base/Frog,SBTB-TB4-B 28.51 0.00 _ 83 Replacement Mold for 3/16"X 3/4"Base/Tab,Frog,SBB-343-B 14.83 0.00 _ 84 Welder,3/16"to 3/16",Splice,SB-02SS-3 47.56 0.00 85 Welder,5/16"X 1"Tab, Rail Head,SBTB-T7-B 154.60 0.00 86 Replacement Mold for 5/16"X 1"Tab, Rail Head,SBS-898 34.59 0.00 87 Welder,5/16"X 1"Tab, Rail Web,SBTB-T21-E 179.65 0.00 88 _ Replacement Mold for 5/16"X 1"Tab, Rail Web,SBB-200-E 54.36 0.00 89 Welder,5/16"X 1"Tab, Base/Frog, SBTB-TB4-E 28.51 0.00 _ 90 _ Replacement Mold for 5/16"X 1"Tab,Base/Frog,SBB-343-E 14.83 0.00 91 Welder,5/16"to 5/16",Splice,SB-02SS-5 47.56 0.00 _ 92 Welder,Shunt Strip,SBB-304 131.20 0.00 93 Replacement Mold for Shunt Strip Welder,SBB304M 104.95 0.00 _ 94 Hannmer Die,3/16",SBD-50 28.61 0.00 _ 95 Hannmer Die,5/16",SBD-51 28.61 0.00 96 2 Wheel,Grinder,Abrasive,Metal 12.66 25.32 97 3 Pull Box,Quazite, 13 x 24 x 18 w/cover 168.50 505.50 98 Pull Box,Quazite,24 x 36 x 18 w/cover 300.00 0.00 99 260 4"PVC Schedule 80 Conduit 2.65 689.00 100 3"PVC Schedule 80 Conduit 1.50 0.00 101 50 2"PVC Schedule 80 Conduit 0.89 44.50 102 17 4"PVC Schedule 80 Elbow 26.05 442.85 103 3"PVC Schedule 80 Elbow 14.27 0.00 104 2 2"PVC Schedule 80 Elbow 10.0O 20.00 PAGE 2 OF 10 PROJECT#SRP C030-012, 11610 DOT#849357N RCL PROJECT#C97-170 105 2"Rigid Metal Elbow 20.00 0.00 106 17 4"PVC coupling 1.54 26.18 107 3"PVC coupling 0.99 0.00 108 2 2"PVC coupling 0.45 0.90 109 2"Rigid Metal Coupling 3.00 0.00 110 3 Cement, PVC 5.15 15.45 111 2700 Wire,XHHW,#6AWG 0.24 648.00 112 1350 Wire,XHHW,#10AWG 0.18 243.00 113 200 Wire,Track,#6AWG, PVC Insul/Bondstrand, L&W#6625 0.58 116.00 114 Wire,Track,#6AWG, Rubber Insul/Bondstrand, L&W#6629 0.88 0.00 115 270 Wire,Trk,2C/#6,Twstd,Solid, L&W#6613,Oko 113-12-3933 1.12 302.40 116 Cable,5/C#6,Okonite,Armored,206-11-6245 3.58 0.00 117 Cable,7/C#6,Okonite,Armored,206-11-6247 4.83 0.00 118 Cable,9/C#6, Okonite,Armored,206-11-6249 5.60 0.00 119 Cable,7/C#9, Okonite,Armored,206-11-6927 2.83 0.00 120 5 Cable Plate,PTMW,P/N 20008 8.90 44.50 121 6 5/8"x 10'Copper Ground Rod, Erico P/N SB1058 10.55 63.30 122 2 Signal Mast Gnd Clamp,8"Max, Erico P/N SBB852A8C1 G96 55.79 111.58 123 Signal Mast Gnd Clamp, 12"Max,Erico P/N SBB852Al2C1 G96 60.69 0.00 124 60 Wire,Ground,#2AWG,Bare Copper 0.32 19.20 125 5/8"Ground Rod Weld, 1 #2 Erico P/N SBGR1161V 5.22 0.00 126 5/8"Ground Rod Weld,2#2 Erico P/N SBGT1161V 6.02 0.00 127 6 5/8"Ground Rod Weld,3#2 Erico P/N SBNT1161 V 6.86 41.16 128 5/8"Ground Rod Weld,4#2 Erico P/N SBNX1161 V 7.48 0.00 129 :30 Ductseal.per pound 1.16 34.80 130 _ Tape, Duct 1.95 0.00 131 Tape,88 2.70 0.00 132 60 10/3 SO Cord 0.56 33.60 133 6/3 SO Cord 1.53 0.00 134 1 Electrical Service Assembly 1,000.00 1,000.00 135 HXP-3R w/IDK,RSI&RMM,P/N 250811-2201 14,351.00 0.00 136 HXP-3R w/IDK, RSI, HCA-3,RIM-2&RS232 P/N 250811-220B 15,732.00 0.00 137 HXP-3R w/IDK,RSI, RMM&AXD, P/N 250811-2221 16,092.00 0.00 138 HXP-3R w/IDK,RSI,AXC,HCA-3, RIM-2&RS232/250811-2201 17,795.00 0.00 139 HXP-3 w/IDK,RSI&RMM, P/N 250582-1101 8,773.00 0.00 140 HXP-3 w/IDK, RSI,RMM&AXD, P/N 250582-1111 9,805.00 0.00 141 1 PMD-3R,w/RSI&RMM in HXP Chassis P/N TBD 11,600.00 11,600.00 142 PMD-3R,w/RSI,HCA-3, RIM-2&RS232,P/N 250826-20B 12,186.00 0.00 143 _ PMD-3 w/RSI&RMM P/N250827-101 5,895.00 0.00 144 PMD-3 w/RSI,HCA-3, RIM-2&RS232, P/N 250827-10B 7,276.00 0.00 145 HCA-3 Module for HXP-3/PMD-3,P/N 251059-000 2,965.00 0.00 146 1 Recorder Interface Module, RIM-1, P/N 250845-000 698.00 698.00 147 _ Recorder Interface Module, RIM-2, P/N 250845-001 698.0O 0.00 148 RS-232 Comm Module for HCA-3, P/N 227135-000 189.0O 0.00 149 Modem Comm Module for HCA-3, P/N 227116-000 368.00 0.00 150 HXP-3/PMD-3 Recorder Module Reader 3,000.0O 0.00 151 HXP-3/PMD-3 Communications Hub 3,000.0O 0.00 152 Epic Ill Track Circuit, P/N 750.00 0.00 153 GCP3000D2 w/KB&ISL, P/N 80100-101 14,441.00 0.00 154 GCP3000D2 w/KB, ISL&DAX, P/N 80100-105 18,706.0O 0.00 155 GCP3000 w/KB&ISL(No B/U), P/N 80000-101 7,630.00 0.00 156 GCP3000 w/KB, ISL&DAX(No B/U), P/N 80000-105 9,758.00 0.00 157 GCP3000D2 w/KB, ISL&RCDR, P/N 80100-111 17,823.00 0.00 158 GCP3000D2 w/KB,ISL,DAX&RCDR, P/N 80100-115 22,085.00 0.00 159 GCP3000D2L w/KB, ISL, DAX&RCDR,P/N 80100L-115 22,085.00 0.00 160 GCP3000 w/KB, ISL&RCDR(No B/U), P/N 80000-111 9,315.00 0.00 PAGE 3 OF 10 PROJECT#SRP C030-012, 11610 DOT#849357N RCL PROJECT#C97-170 161 GCP3000 w/KB,ISL, DAX&RCDR(No B/U), P/N 80000-115 11,450.00 0.00 162 MS2000 w/KB&ISL, P/N 12,000.00 0.00 163 MS2000 w/KB&ISL(No B/U),P/N 8,000.0(1 0.00 164 Recorder module,GCP&MS 2000, P/N 80015 3,000.0(1 0.00 165 Recorder interface,GCP&MS 2000,P/N 80025 1,000.00 0.00 166 585 Motion Sensor,Redundant, P/N 62585-MF-IF 10,251.0(1 0.00 167 590 Motion Sensor,Non-Redundant, P/N 62590-MF-IF 4,954.00 0.00 168 PSO II Transmitter, P/N 7A400-FRE 2,000.0(1 0.00 169 PSO II Receiver,P/N 7A405-FRE 1,800.00 0.00 170 _ System Event Recorder, PDU,P/N 80251 1,300.00 0.00 171 _ System Event Recorder, I/O, P/N 80258 1,110.0(1 0.00 172 _ System Event Recorder,LOD,P/N 80257 195.00 0.00 173 HD Link Module,P/N 53201 2,500.0(1 0.00 174 HD Link Module Connector w/EEPROM,P/N 53013 150.00 0.00 175 S3 Link Spread Spectrum Radio w/Echelon Port, P/N 53301 1,570.00 0.00 176 _ Yatgi Antenna,Single Direction, P/N 160.0(1 0.00 177 _ Ya(li Antenna,Dual Direction,P/N 579.00 0.00 178 Antenna Surge Protector, Polyphaser 67.00 0.00 179 Antenna Flex Cable,Safetran 54.00 0.00 180 Antenna Grounding Kit,Safetran 30.00 0.00 181 Heliax, 1/2",Andrew,per foot 4.00 0.00 182 N Connector,Male, 1/2"Heliax,Andrew 24.00 0.00 183 HDIS3 Surge Protector,Safetran,P/N SP19 93.0(1 0.00 184 GRS Cybertrax Data Radio, P/N 90001-000-01 850.00 0.00 185 GRS 12 dB Yagi Antenna, P/N 90050-004-00 197.00 0.00 186 GRS 3 dB Omni Antenna, P/N 90050-006-00 98.00 0.00 187 Tower,22',Folding for SSR,Western Tower 900.0(1 0.00 188 Foundation,Tower,Galv Steel,72" 450.00 0.00 189 SC:K-1 Crossing Controller Config A(no recorder) 4,002.00 0.00 190 SCX-1 Crossing Controller Config B(w/recorder) 4,759.00 0.00 191 SCK-1 Crossing Controller Config C(exp I/O) 4,634.0(1 0.00 192 CCU2,Flasher Only,40 Amp, 1 Input, P/N 250632-035 2,110.00 0.00 193 CCU2,Flasher Only,40 Amp,2 Input,P/N 250632-037 2,142.0(1 0.00 194 1 CCU2,Flasher+Gate,40 Amp, 1 Input, P/N 250632-018 2,444.0(1 2,444.00 195 CCU2,Flasher+Gate,40 Amp,2 Input, P/N 250632-021 2,476.0(1 0.00 196 1 Vital Relay Driver,P/N 250651-000 599.00 599.00 197 XLC Solid State"81"Flasher,p/n 250991-000 735.0(1 0.00 198 2 Ground Fault Detector, EPC,P/N GFD-5 244.00 488.00 199 1 MO SA-1 A w/TTA3 Arresters P/N250204-001C 228.00 228.00 200 TSA-1 w/TTA Arrester P/N 250787-000 103.00 0.00 201 2 385-A Terminal Housing P/N 225238-003 138.00 276.00 202 Terminal Box,Track Wire,Less Pedestal, HPN 11500-3 150.00 0.00 203 Terminal Box,Track Wire,With Pedestal,HPN 11500-03 160.00 0.00 204 4 CGB for track wire#6625,Hubbell SHC1018 5.00 20.00 205 CGB for track wire#6629,Hubbell SHC1024 5.00 0.00 206 Dual Wide Band Shunt,P/N 250121-004 214.00 0.00 207 Narrow Band Shunt(NBS-1-10-FREQ)P/N 250250-FRE 259.00 0.00 208 Narrow Band Shunt(FSS-1A-86-267)P/N 250849-000 631.00 0.00 209 Narrow Band Shunt(FSS-1B-267-560)P/N 250849-001 507.00 0.00 210 Narrow Band Shunt(FSS-1C/2C-630-979)P/N 250849-002 455.00 0.00 211 Narrow Band Shunt,Safetran, P/N'62775-8621 574.00 0.00 212 Narrow Band Shunt, Safetran, P/N 62775-1543 460.00 0.00 213 Narrow Band Shunt,Safetran, P/N 62775-3497 379.00 0.00 214 _ Bi-Directional Simulator,Safetran, P/N 62664-FRE 703.00 0.00 215 Inductor,Adjustable,Simulated Track,Safetran, P/N 8A398-6 330.00 0.00 216 Inductor, Fixed,Simulated Track,Safetran, P/N 8V617-LEN 43.00 0.00 PAGE 4 OF 10 PROJECT#SRP C030-012, 11610 DOT#849357N RCL PROJECT#C97-170 217 PVC,8"X 3', FSS Housing 40.00 0.00 218 PVC Cap,8",FSS Housing Top 18.0O 0.00 219 Shunt Lightning Arrester Kit 42.00 0.00 220 Dummy Track Load,250'P/N 227032-000 58.0O 0.00 221 Dummy Track Load,500'P/N 227032-001 58.00 0.00 222 _ Reactor,Track Battery, P/N 250141-001 135.0O 0.00 223 2TC-DC Converter,P/N 800-003510-000 381.0O 0.00 224 3TC-DC Converter,P/N 800-003502-000 474.0O 0.00 225 ACG-2T AC Generator, P/N 800-003564-000 145.00 0.00 226 TD•1A Track Driver, P/N 800-003565-001 239.00 0.00 227 TCIv1-1A Track Current Monitor,P/N 800-003601-000 170.00 0.00 228 Ring 10 Track Rectifier, P/N 800-004080-000 87.00 0.00 229 Ring 10-5 Track Rectifier for TCM-1A, P/N 800-004080-001 87.00 0.00 230 Resistor,Adjustable,5 Ohm,Safetran P/N 029603-2X 40.00 0.00 231 24 Arrester,Clearview,Safetran P/N 022485-28X 12.00 288.00 232 Arrester,Heavy Duty Clearview,Safetran P/N 022615-1X 24.00 0.00 233 2 Arrester,Equalizer,Safetran P/N 022700-1X 17.25 34.50 234 Arrester,US&S,32VDC, Blue, N451552-0101 (Equalizer) 7.65 0.00 235 Arrester,US&S,250VDC,Red,N451552-0201 (Clearview) 7.65 0.00 236 Arrester,US&S, 120VAC,Yellow,N451552-0401 (AC Pwr) 7.65 0.00 237 Arrester, Harmon,AGA-1,P/N 202216-001 (Clearview) 13.15 0.00 238 Arrester,Harmon,AGE-1,P/N 202217-000(Equalizer) 13.65 0.00 239 Arrester,Harmon,AGE-2,P/N 202217-001 (HD Equalizer) 37.00 0.00 240 Arrester,Harmon,TTA-1, P/N 202068-001 for CTU2B 37.00' 0.00 241 Arrester,Harmon,TTA-2, P/N 202068-002 for MDSA-1 37.00 0.00 242 Arrester,Harmon,TTA-3,P/N 202068-003 37.00 0.00 243 1 Lightning Arrester-SHP-120-20 86.00 86.00 244 Relay,B1,Power Transfer,GRS A62-406 w/A53-541 rect. 481.00 0.00 245 Relay,81,500 Ohm,6FB HD, P/N A62-580 455.87 0.00 246 Relay,B1,4 Ohm,6FB,P/N A62-261 439.78 0.00 247 Relay, B2,Vital Timer,2FB-3F-2B, P/N A62-627 1,450.00 0.00 248 GRS B1 Relay Plug Board,Solder, P/N 59686-005-01 42.70 0.00 249 GRS B1 Relay Plug Board, 10-14 Crimp, P/N 59686-005-04 63.45 0.00 250 GRS B1 Relay Plug Board, 16-20 Crimp, P/N 59686-005-05 80.00 0.00 251 GRS B2 Relay Plug Board,Solder, P/N 59686-007-01 59.99 0.00 252 GRS B1/B2 Contact Extractor, P/N 59688-000-00 18.12; 0.00 253 GRS B1/B2 Test Terminal Wrench, P/N 55393-003-01 17.03 0.00 254 GRS B1/B2 Contact, 10-14,Crimp,P/N 55871-098-00 1.02 0.00 255 GRS B1/B2 Contact, 16-20,Crimp, P/N 55871-074-00 1.02 0.00 256 GRS B1/B2 Contact,Solder,P/N 55871-019-00 0.45 0.00 257 GRS B1/B2 Contact Insulator,P/N 55862-024-00 0.28 0.00 258 Relay,Shelf Mount,Vital, Power Off,US&S DN11P w/rect. 610.00 0.00 259 Shock Absorber,Relay, For US&S DN11P P/N N223715 48.50 0.00 260 Relay,Shelf Mount,Vital,Power Off, US&S DN11P, RECON 465.00 0.00 261 Relay,Shelf Mount,Vital, EOR,US&S,FN16A, RECON 480.00 0.00 262 Relay,Shelf Mount,Vital,XR,500, US&S DN11,RECON 360.00 0.00 263 Thermostat,Adj, For Gate Heater 55.00 0.00 264 Lamp Resistor, .63 Ohm,4.88 Amp,Safetran P/N 029602-1X 35.69 0.00 265 Lamp Resistor, 1 Ohm,3.87 Amp, Safetran P/N 029602-3X 26.10 0.00 266 8 Lamp Resistor,2 Ohm,2.74 Amp,Safetran P/N 029602-6X 26.10 208.80 267 Lamp Resistor,5 Ohm, 1.73 Amp,Safetran P/N 029603-2X 26.10 0.00 268 1 POI,L&W P/N ZD1019C-XB w/10v25w lamp,Clear Lens 13.00 13.00 269 1 XR I,L&W P/N ZD1019Y-XB w/10v25w lamp,Yellow Lens 13.00 13.00 270 1 OSI,L&W P/N ZD1019R-X8 w/10v25w lamp, Red Lens 13.00 13.00 271 3 Resistor,5 Ohm,50 Watt, POI/KR', P/N D50K5RO 11.42 34.26 272 1 XFMR for POI,Stancor P/N P8656 37.70 37.70 PAGE 5OF10 PROJECT# SRP C030-012, 11610 DOT#849357N RCL PROJECT#C97-170 273 10 Terminal Block, Double Row w/Llp Straps,P/N250094-100 9.55 95.50 274 Terminal Block,Double Row wriest Nuts,P/N250094-200 38.00 0.00 275 6 Terminal Block,Single Row, P/N250084-12 7.65 45.90 276 6 Terminal Block,2 Pos,2 3/8", P/N250183-003 4.15 24.90 277 Terminal Block,3 Pos for arrester, P/N 200089-001 8.94 0.00 278 1 Test Switch,No Spring,WCH P/N 0250-101 6.00 6.00 279 6 Fuse Block, Bakelite,Single,Safetran P/N 027614-1X 10.00 60.00 280 2 Fuse Disconnect,Single,Safetran P/N 025618-1X 20.00 40.00 281 2 Fuse Disconnect, Double,Safetran P/N 025618-22X 35.00 70.00 282 300 Binding Nut, P/N 13073-000 0.1:? 36.00 283 300 Clamp Nut, P/N 13079-000 0.12 36.00 284 Insulating Shield and Cap, 1 7/16",2 slot,Safetran P/N 023408-7X 1.00 0.00 285 Insulating Shield and Cap, 1 7/16", 1 slot,Safetran P/N 023408-5X 1.00 0.00 286 Insulated Nut, 1 1/16",Safetran P/N 023408-23X 2.66 0.00 287 32 Insulated Nut, 1 3/16",Safetran P/N 023408-1X 2.66 85.12 288 300 Welsher, P/N 013074-000 0.05 15.00 289 150 1"Connector, Flat, P/N 32029-007 0.34 51.00 290 6 12"Connector,Flat, P/N 32248-002 7.06 42.36 291 200 Gold Test Nut, P/N 13296-001 0.88 176.00 292 180 1"Test Link, Flat, P/N 32257-002 1.05 189.00 293 20 1"Test Link, Offset, P/N 32257-005 2.10 42.00 294 300 Wire,Case,#14AWG, Hypalon,Black 0.20 60.00 295 300 Wire, Case,#14AWG, Hypalon,Gray 0.20 60.00 296 300 Wire, Case,#10AWG, Hypalon, Black 0.213 84.00 297 300 Wire,Case,#10AWG, Hypalon,Gray 0.213 84.00 298 100 Wire, Case,#6AWG, Hypalon, Black 0.74 74.00 299 100 Wire,Case,#6AWG, Hypalon,Gray 0.74 74.00 300 200 Terminal, Ring, 1/4", 16-14 0.18 36.00 301 200 Terminal, Ring, 1/4", 12-10 0.25 50.00 302 Terminal, Ring, 1/4",8 0.28 0.00 303 200 Terminal, Ring, 1/4", 6 0.32 64.00 304 Terminal, Ring, 1/4", 16-14,Test 2.00 0.00 305 Terminal,Ring, 1/4", 12-10,Test 3.00 0.00 306 300 Tie-Wrap, 10",Black 0.05 15.00 307 Transformer, Lighting,20 Amp, Harmon,P/N 226498-000 215.00 0.00 308 Transformer, Lighting,50 Amp, Harmon,P/N 226498-001 272.01) 0.00 309 Rectifier,Cragg, 12/20 EC 440.01) 0.00 310 Rectifier,Cragg, 12/40 EC 550.01) 0.00 311 Rectifier,Cragg, 12/10 EC 390.00 0.00 312 Rectifier,Gregg,24/30 EC 675.00 0.00 313 Rectifier,Cragg, 15MV-12 299.00 0.00 314 Rectifier,Cragg, 10MV-12 280.00 0.00 315 Rectifier,Cragg,5LA 205.00 0.00 316 Rectifier,NRS, ERBC 12/20 with 10'Temp Probe 499.00 0.00 317 Rectifier, NRS, ERBC 12/20 with 30'Temp Probe 504.00 0.00 317 Rectifier, NRS, ERBC 12/40 with 10'Temp Probe 662.00 0.00 318 2 Rectifier, NRS, ERBC 12/40 with 30'Temp Probe 667.00 1,334.00 318 Rectifier,NRS,ERBC 24/30 with 10'Temp Probe 714.00 0.00 319 Rectifier,NRS,ERBC 24/30 with 30'Temp Probe 719.00 0.00 320 Rectifier,NRS, ERBC 5/5 with 10'Temp Probe 255.00 0.00 321 Rectifier, NRS, ERBC 5/5 with 30"Temp Probe 260.00 0.00 321 Battery, Ni-Cd,80 AH 113.00 0.00 322 Battery, Ni-Cd, 120 AK 152.00 0.00 323 Battery, Ni-Cd, 160 AH 170.00 0.00 324 Battery,NI-Cd,240 AH 238.00 0.00 325 Battery,NI-Cd,340 AH 342.00 0.00 PAGE 6 OF 10 PROJECT#SRP C030-012, 11610 DOT#849357N RCL PROJECT#C97-170 326 Battery, Ni-Cd,400 AH 398.00 0.00 327 Batl:ery, Exide, DMP-9,80AH 142.00 0.00 328 Battery, Exide, EMP-7,60AH 171.00 0.00 329 Battery, Exide, EMP-9,80AH 200.00 0.00 330 _ Battery, Exide, EMP-11, 160AH 228.00 0.00 331 _ Battery, Exide, EMP-13,240AH 245.00 0.00 332 Batl:ery, Exide, EMF-80R 126.0(1 0.00 333 _ Batl:ery, Exide, EMF-120R 141.0(1 0.00 334 _ Battery, Exide, EMF-160R 172.0(1 0.00 335 Battery, Exide, EMF-200R 192.0(1 0.00 _ 336 _ Batl:ery, Exide,EMF-240R 202.00 0.00 337 Batl:ery, Exide, EMF-340R 226.00 0.00 _ 338 Batl:ery, Exide,EMF-425R 243.00 0.00 339 12 Battery, Exide,EMF-500R 263.00 3,156.00 340 Batl:ery, Exide,EMF-620R 348.00 0.00 341 Battery, Exide,EMF-710R 375.00 0.00 342 Batl:ery,Celair,AA3600 142.00 0.00 343 400 HLTM1CL438 Packaged in Reels of 1000 0.40 160.00 344 Special Ink Printer Ribbon For Tags 30.00 0.00 345 Insulated Joint,4 Hole, Poly 275.00 0.00 346 Insulated Joint,6 Hole, Poly 287.50 0.00 347 #1 Switch Gauge Plate Insulation Kit 150.00 0.00 348 #2 Switch Gauge Plate Insulation Kit 150.00 0.00 _ 349 #1 Switch Rod Insulation Kit 125.00 0.00 _ 350 #2 Switch Rod Insulation Kit 125.00 0.00 351 4 Best Padlock, P/N 41872, Keyed as Specified w/1 Key 26.00 104.00 352 American Padlock, P/N 10L, Keyed as Specified w/1 Key 15.00 0.00 353 Lock, Bolt,Zamak w/Hex Head Bolt 7.16 0.00 _ 354 _ Miscellaneous Case Wiring Materials 200.00 0.00 355 SUBTOTAL MATERIAL: 54,015.80 PAGE 7 OF 10 PROJECT#SRP C030-012, 11610 ' DOT#849357N RCL PROJECT#C97-170 LABOR AND EQUIPMENT DETAIL iT;ls Ti-`--.�=.s„eI r <„``._1 ;:i-1ra..a Tf-?`17Z'_. .a;t 1 LA13OR 2 90 Signal Gang,Foreman 23.00 2,070.00 3 180 Signal Gang,Signalman 14.50 2,610.00 4 50 Signal Gang,Wireman 14.50 725.00 5 Signal Maintainer 19.95 0.00 6 24 Signal Engineer 57.70 1,384.80 7 24 Signal Designer 17.00 408.00 8 24 Project Manager 24.00 576.00 9 24 Administrative&Accounting 30.60 734.40 10 SUBTOTAL DIRECT LABOR: 8,508.20 11 12 TRAVEL 13 2 Airfare 400.00 800.00, 14 27 Employee Meals(Per Diem) 25.00 675.0O 15 27 Employee Travel&Lodging(Per Diem) 50.00 1,350.00 16 SUBTOTAL TRAVEL: 2,825.00 17 18 EQUIPMENT 19 Truck,Pickup, 1 Ton,Crew Cab 20 Houma 11.05 0.00 21 1 Daily 74.40 74.40 22 2 Weems 322.00 644.00 23 90 Operating Rate per hour 3.05 274.50 24 25 Truck,Boom,Articulated,Telescoping, Hy-Rail 26 Houma 38.18 0.00 27 Daily 252.28 0.00 28 Wee y 1,011.31 0.00 29 _ Operating Rate per hour 3.05 0.00 29 30 Truck, Boom,Articulated,Telescoping 31 . Houy 38.18 0.00 32 1 Daily 252.28 252.28 33 2 Weems 1,011.31 2,022.62 34 90 Operating Rate per hour 3.05 274.50 30 31 Truck, Bucket 32 Houy 46.37 0.00 33 Daily 329.02 0.00 34 Weekly 1,421.67 0.00 35 _ Operating Rate per hour 3.15 0.00 36 37 _ Backhoe,2WD,95 HP 38 Houy 40.40 0.00 39 4 Daily 282.20 1,128.80 40 . 1 Weems 1,191.00 1,191.00 41 70 Operating Rate per hour 2.35 164.50 42 43 Trencher 44 Hain' 30.00 0.00 45 Daily 210.00 0.00 46 Weems 750.0(1 0.00 47 Operating Rate per hour 1.90 0.00 PAGE 8 OF 10 PROJECT# SRP C030-012, 11610 ' DOT#849357N RCL PROJECT#C97-170 48 49 Trailer, Utility, Non-Tilt,4 Tire 50 Hourly 20.00 0.00 51 1 Daily 75.00 75.00 52 2 Weekly 225.00 450.00 53 90 Operating Rate per hour 0.80 72.00 54 55 Air Compressor with 3/4"Hose 56 Hourly 58.21 0.00 57 Daily 135.00 0.00 58 Weekly 490.00 0.00 59 Operating Rate per hour 1.60 0.00 60 61 Generator, 1800 Watt, 3 HP 62 Hourly 1.20 0.00 63 _ Daily 8.80 0.00 64 Weekly 41.00 0.00 65 Operating Rate per hour 0.60 0.00 66 67 Generator, 2400 Watt,5 HP 68 Hourly 1.65 0.00 69 Daily 12.00 0.00 70 Weekly 52.00 0.00 71 Operating Rate per hour 0.75 0.00 72 73 Grinder, Rail, Portable,On-Track 74 Hourly 3.50 0.00 75 1 Daily 24.00 24.00 76 2 Weekly 108.00 216.00 77 40 Operating Rate per hour 1.50 60.00 78 79 1 Equipment Delivery/Pickup per item 35.00 35.00 80 SUBTOTAL EQUIPMENT: 6,958.60 81 82 OUTSIDE SERVICES EXPENSES 83 44 Boring,4"Schedule 80 PVC,per foot 20.00 880.00 64 1 Electrical Service Hookup plus permits 500.00 500.00 85 Telephone Service Hookup 250.00 0.00 86 Concrete Curbs, Islands&Sidewalks 0.00 0.00 87 Pavement Marking&Signing 0.00 0.00 88 Barricades&Traffic Control 0.00 0.00 87 SUBTOTAL OUTSIDE SERVICES: 1,380.00 88 89 SUBTOTAL LABOR,TRAVEL, EQUIPMENT&OUTSIDE SERVICES: 19,671.80 PAGE 9 OF 10 PROJECT#SRP C030-012, 11610 ' DOT#849357N RCL PROJECT#C97-170 SUMMARY OF ESTIMATED PROJECT COST Ip cmi , 71"7-"Z Zit 71r n 1 1 SUBTOTAL MATERIAL: 54,015.80 $54,015.80 2 1 FREIGHT: 5.0% $2,700.79 3 0 MATERIAL HANDLING AND STORAGE: 1.5% $0.00 4 1 MATERIAL G&A AUDITED RATE: 32.0° $18,149.31 5 0 SYSTEM DESIGN&DOCUMENTATION: $0.00 $0.00 6 1 SUBTOTAL DIRECT LABOR: $8,508.20 $8,508.20 7 1 DIRECT LABOR G&A AUDITED RATE: 32.0%, $2,722.62 8 1 DIRECT LABOR BENEFIT AUDITED RATE: 44.094, $3,743.61 9 1 GENERAL LIABILITY INSURANCE AUDITED RATE: 14.0%, $1,191.15 10 1 SUBTOTAL TRAVEL, EQUIPMENT&OUTSIDE SERVICES: $11,163.60 $11,163.60 0i0 11 1 FIXED FEE: $10,219.51 12 0 SALVAGE CREDIT: $0.00 $0.00 13 PROJECT TOTAL: $112,414.59 PAGE 10 OF 10 EXHIBIT D 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. 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. • COLORADO DEPARTMENT OF TRANSPORTATION AUTHORITY: CONTRACT FUNDING INCREASE/DECREASE AND APPROVAL LETTER State Controller Policy letter on June 12, 1996 Region: Complete section 1 and submit to CDOT Controller's office. CDOT Controller letter on May 23, 1996. This form to be used for the following contracts/situations only (check the appropriate situation): indefinite quantity, order more/add more _utility/railroad, underestimated total cost r _CDOT construction, sum of CMO's _LA construction, underestimated cost _CDOT construction, underestimated total cost _CDOT consultant, underestimated cost ( `� SECTION 1 (Region use) Date: Project code To: CDOT Controller (FAX #(3D3) 757-9573 or e-mail CONTROLLER) Project# From: Office: Phone # FAX # Region # COOT has executed a contract with: Address: FEIN # Contract routing # COFRS encumbrance#(Indicate PO,SC or PG#) Fund Orgn. Appro. Prgrm. Func. Object/Subobj N/P GBL Reporting Catg. Proj/Sub/Phase Original contract amount Has a Budget Request been processed to cover the contract amount increase? $ _yes_no Previous Funding Letter(s) total Preparers name (Funding letter•t mru r_3 PHONE NO: This Funding Letter total Contract Administrators/Business Managers Approval (#_) PHONE NO: Adjusted contract amount CDOT Designee Approval Local Agency approval SECTION 2 (Controller's Office use) Total allotment amount Commission budget $ $ If construction: CE charges Indirect chgs Adjusted contract amount plus total CE&Indirect CE pool elig. $ $ charges calculation$ I have reviewed the financial status of the project, organization, grant and have determined that sufficient funds are available to cover this increase, effective as of 1 State Controller or Delegee Date CDOT Form#1166a 7/97 Hello