Loading...
HomeMy WebLinkAbout990633.tiff RESOLUTION RE: APPROVE MODIFIED LUMP SUM CONTRACT FOR UPGRADING HIGHWAY/RAILROAD GRADE CROSSING WARNING DEVICES ON WELD COUNTY ROAD 37 UNDER FEDERAL SECTION 130 PROGRAM AND AUTHORIZE CHAIR TO SIGN WHEREAS, the Board of County Commissioners of Weld County, Colorado, pursuant tb 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 37 undelr 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 Union Pacific Railroad Company, 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 37 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 Union Pacific Railroad Company be, and hereby is, approved. BE IT FURTHER RESOLVED by the Board that the Chair be, and hereby is, authorized to sign said contract. G 990633 EG0038 MODIFIED LUMP SUM CONTRACT FOR UPGRADING HIGHWAY/RAILROAD GRADE CROSSING WARNING DEVICES ON WELD COUNTY ROAD 37 PAGE 2 The above and foregoing Resolution was, on motion duly made and seconded, adopted by the following vote on the 29th day of March, A.D., 1999. BOARD OF COUNTY COMMISSIONERS çADOcl COUNTY, O ATTEST: `�����C : �, _ ALu •y 'Up:. Hall, Chair /' Weld County Clerk to t i B 'i. _ _` cc , CZ_p •. ' Barbara J. Kirkmeyer, Pr& em 7 Deputy Clerk 10 the :•r U N` eq ,r - _ George Caxter 71 OV AS O FORM: &Le/ 2 belle c ty Attorney ---41-Lis'- 1 r Glenn Vaad <T 990633 EG00:'8 - 1-kA`k-- or) \OI SRP C030-016, 11832 Weld County Rd. 37, North of Eaton MODIFIED LUMP SUM CONTRACT FOR UPGRADING HIGHWAY/RAILROAD GRADE CROSSING WARNING DEVICES UNDER FEDERAL SECTION 130 PROGRAM THIS CONTRACT, made this t I5- day of IV If , 19 1�/ , 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 State, and WELD COUNTY, COLORADO, hereinafter referred to as the Local Agency, and UNION PACIFIC RAILROAD COMPANY, 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 11832, Contract Encumbrance Amount $119,000; 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 C030-016, 11832, 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, bells, and constant warning devices 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 37, North of Eaton, and the Railroad Company's track, National Inventory Crossing ID No. 804-857K, Railroad Company milepost 60.19; 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 Weld County Road 37, North of Eaton, 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 C030-016, 11832; and WHEREAS, Federal regulations (23CFR 646.200(d) and 23CFR 140.920) authorize lump sum contracts for Section 130 projects and 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; and 2 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 review and approval of that estimate amount for lump-sum payment purposes, tae Local Agency will make and the Railroad Company will accept lump surr payments of the estimated amounts for labor and materials as full and complete compensation for the satisfactory performance of the Work, without those amounts being subject to later determination of or adjustment for actual costs; provided, however, that payment for materials acquired may be billed and paid prior to performance of the labor portion of the Work, 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 1 GENERAL PROVISIONS SECTION A. DEFINITIONS 1. FHWA = 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 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, bells, and constant warning devices. 3 7. The '.erm "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 C030-016, 11832, consists generally of designing and installing highway/railroad. grade crossing improvements consisting of flashing light signals, gates, bells, and constant warning devices, located at the crossing of Weld County Road 37, North of Eaton, and the Railroad Company's track, National Inventory Crossing ID No. 804-857K, Railroad Company milepost 60.19, 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. ARTICLE I I COMMITMENTS ON THE PART OF THE LOCAL AGENCY 4 SECTION A. PRE-CONTRACT ADMINISTRATIVE TASKS Certain adm.nistrative 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 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. 5 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 zor,.e signing and the application of pavement markings as provided in the project plans. SECTION F. PAYMENT TO RAILROAD COMPANY The Local Agency agrees to pay, and the Railroad Company agrees to accept a lump sum payment for the Work in the amount of the Exhibit C estimate, as approved by the Local Agency ($111,667) as follows: 1. Materials Billing. The Railroad Company agrees to accept a lump sum payment from the Local Agency in the amount of the Exhibit C materials estimate of$76,033 for the materials porion of the Work. The Railroad Company may bill for the materials prior to installation, once acquired. 2. Work Billing. The Railroad Company agrees to accept a lump sum payment from the Local Agency in the amount of the Exhibit C labor estimate of$35,634 for the labor portion of the Work. Upon completion of the installation, and at the earliest practicable date, pursuant to 23CFR, Part 140.922(b), the Railroad Company shall provide a final and complete bill to the State's Railroad Liaison for the labor lump sum, and the materials lump sum if not already paid. Payment of the labor lump sum and the materials lump sum (totaling $111,667 on Exhibit C), shall constitute full compensation for the performance and completion of the Work, and shall not be exceeded unless covered by a supplemental contract executed prior to incurring additional costs. 3. Billings Sent To. Billings shall reference the State's project no. SRP C030-016, 11832, 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. The Local Agency shall reimburse the Railroad Company within 30 days of receipt of approved billings. The Local Agency shall also 6 reimburse the State for the State's charges, as provided in Article IV, Section B, 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 I[I COMMITMENTS ON THE PART OF 7'HE 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 the Local Agency's written 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 c f 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. The Railroad Company shall perform its duties hereunder as an independent contractor and not as an employee. Neither the Railroad Company nor any agent or employee of the Railroad Company shall be or shall be deemed to be an agent or employee of the State. Railroad Company shall pay when due all required employment taxes and income tax and local head tax on any moneys paid pursuant to this contract. Railroad Company acknowledges that the Railroad Company and its employees are not entitled to unemployment insurance benefits unless the Railroad Company or a third party provides such coverage and that the State does not pay for or otherwise provide such coverage. Railroad Company further acknowledges that its employees are not subject to, and are riot covered by, the State's workers compensation law but rather are covered by the Federal Employers Liability Act. 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 8 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. 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. STATES 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 9 $118,167. 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 II, Section F. ARTICLE V ADDITIONAL PROVISIONS SECTION A. FINANCIAL PROVISIONS Project Budget. The total budget for this project number SRP C030-016, 11832, shall be funded as follows: a. Federal participating funds (100%) $118,167 b. Local Agency share: Local Agency non-participating funds, including indirect costs $ 833 TOTAL BUDGETED FUNDS $119,000 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 B. 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. 10 SECTION C. 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 o r substitute representatives. 1. If to State: Karla Harding Regional Transportation Director, Region 4 Colorado Dept. of Transportation 1420 2nd St. Greeley, CO 80631 Phone (970) 350-2101 Fax (970) 350-2177 2. If to Local Agency: Don Somer Weld County Engineering Dept. 933 N. 11th Ave. Greeley, CO 80632 Phone (970) 356-4000 Fax (970) 352-2868 3. If to Railroad Company: Susan Grabler Union Pacific Railroad 1400 W. 52nd Ave. Denver, CO S0221 Phone (303) 964-4099 Fax (303) 964-4097 4. Railroad Billings sent to: Railroad Liaison Colorado Department of Transportation 4201 E. Arkansas Ave., Rm. 404 Denver, CO 30222 11 SECTION D. CONTRACT MODIFICATIONS 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 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, and 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. 12 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 fonn substantially equivalent to that in Exhibit E, and bearing the approval of the State Controller or his designee, make more funds available on this contract if needed for an approved increase in the Exhibit C Lump Sum estimate as provided in Article V, Section D 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 E. 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 F. 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 Local Agency and the Railroad Company shall each be known as "the contractor." SECTION G. 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 13 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 H. 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. SECTION I. 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 J. 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 K. 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 a;; 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 Wort 14 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 L. 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: (i)by agreement on a fixed-price adjustment; (ii) in such other manner as the parties may mutually agree. SECTION M. 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 or 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 N. 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 15 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 O. 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. 16 Page 1 of 2 Signature Pages Project SRP C030-016, 11832 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: y1 /Di' By Alt Chief Clerk xecutive Dir ctor DEPARTMENT OF T NSPORTATION ATTEST: Lei E/4/)-\ WELD COUNTY, COLORADO 1067 ylQe BY ..r1 -2 Fz7 I;By Dale K. Hall ( 3/ 9/99) Title Deputy Cleric to the B �,.��:. Title Chair - Federal Employer Identification No. 84-6000813 P. O. Box 758, Greeley, CO 80632 APPROVED: ARTHUR L. BARNHART KEN SALAZAR Slate Controller Attorney General By ��y�, �x *> By BARRY B. RYAN Civil Litigation Section 4464 33 Page 2 of 2 Signature Pages ProjectSRP Cc3<, -CI(F, , I 'k8'52. IN WITNESS WHEREOF, the parties hereto have executed this Contract the day and year f.rst 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: r UNION PACIFIC RAILROAD By � Zw BY J Title �i t' / C ' Lt Title: CHIEF ENGINEER Federal Employer Identification No. 13-6400825 P. O. Box 3400, Omaha,NE 68103 RECEIVED APR 0 6 1999 WELL RI:L'B;y PUBLIC WORKS DFPn RESOLUTION RE: APPROVE MODIFIED LUMP SUM CONTRACT FOR UPGRADING HIGHWAY/RAILROAD GRADE CROSSING WARNING DEVICES ON WELD COUNTY ROAD 37 UNDER FEDERAL SECTION 130 PROGRAM AND AUTHORIZE CHAIR TO SIGN WHEREAS, the Board of County Commissioners of Weld County, Colorado, pursuant to Colorado statute anc 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 37 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 Union Pacific Railroad Company, 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 37 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 Union Pacific Railroad Company be, and hereby is, approved. BE IT FURTHER RESOLVED by the Board that the Chair be, and hereby is, authorized to sign said contract. 990633 EG0038 MODIFIED LUMP SLIM CONTRACT FOR UPGRADING HIGHWAY/RAILROAD GRADE CROSSING WARNING DEVICES ON WELD COUNTY ROAD 37 PAGE 2 The above and foregoing Resolution was, on motion duly made and seconded, adopted by the following vote on the 29th day of March, A.D., 1999. BOARD OF COUNTY COMMISSIONERS , LD COUNTY, O RADO ATTEST: bi ri/,hC j i afT(. Hall, Chair Weld County Clerk tc t 1''B, . ,• wn- V j - BY: LC ��,,,11 , Barbara J. Kirkmeyer, Pro:Tern ./ .P...e2 Deputy Clerk to thee UN It , `-l' %� 7 -);(,,, George I axter L. OV AS O FORM: . ile ty Attorney ' 141,4 / 4 / Glenn Vaad �__-_ ) 990633 EG0038 .. ' .. :L. . a. . .� .. y: Yo::. A.� .. .. ...I• ' •I' ':1t'a '-' I• : 9 5il• .77 ,Z • ' FI•, • ••.• I • l.' Lg� `I ' \\ /I .l,-,•x `• ne//s2.r;• .�I ...r.d r r • .. . Ire \ •I ItN` T •.frGo • • •', O' •a • ..:: .�•I� .x .x c .. •xx ••i. , • "r• • r ,®t T on. . e ;d -- j ° . •.•• s /�•\ ..A_ .••' ..•°. Th�... .. , '•1 • • ••1• •. 1 `'� I• 'C•• oe°'a rcP �,}r pI '• .•• • is 1 , • E '` ' I ; ,.,1 • • • • • I ., CC ••i CBxc ! .r „. ; ..` '• u • �'xl 'I .1" • , •c • Inv , ; N• • R\•� • •! \• ' .- -i 1i '® •x �•i ilI '�/ i N -et \ • u • Co It , .I. ; • ox •I 'I'-\':`.,•' xx I ��`l o. � •.� 'I •. fit • v I si °I. • ., ' o• . .I. \ 1 • I r I I i n • • i I" ;• i•1_ \ u , lo . uaa/iuj � _._ _--._-_; „am. ' i . o.r. i puo»g 'I • :c< ' j i4anv !I �° 't a I, ,x ' ® ., 1 Si •. •• •x .x •;I ,!. •x �-I •x 1 [t ;;�1 ---(110' It •x -\ 'I it ° 4 I:v ; % I F 4HHH • I a T i �.1 • 4 , , _ _ � 1N n� __ • - _ _J. I 1 i i �1 I fl u_V__ i=. __ ._ I II ' I' d I II :: i 'bi rte I , I; 1 - _ n n \ 4t:0 —O �u 6..! �oa I •• w In .x � :A:\ a •x • \--;: al ! �m r I u l °I u APR 9 ' 99 17 : 21 FROM UNION PACIFIC RR Y TO 93037579458 PAGE . 002/011 DATE: 1999-04-05 LUMP SUM COST FOR WORK BY THE UNION PACIFIC RAILROAD °, C.- DESCRIPTION OF WORK: INSTALL AUTOMATIC FLASHING LIGHT CROSSING SIGNALS WITH GATES AT: CO.RD. 37. , M.P. 60. 19. , EATON, CO. ON THE GREELEY SUBDIVISION PROJECT MANAGER: P.M. OCONNOR 8535-4262 WORK TO BE PERFORMED BY RAILROAD WITH EXPENSE AS BELOW: SIGNAL - FEDERAL/STATE - 100% LUMP SUM PID: 28161 AWO: 27527 MP,SUBDIV: 60.19, GREELEY SERVICE UNIT: 14 CITY: EATON STATE: CO DESCRIPTION QTY UNIT LABOR MATERIAL RECOLL UPRR TOTAL ENGINEERING WORK ENGINEERING 2096 2096 2096 LABOR ADDITIVE 1551 1551 1551 TOTAL ENGINEERING 3647 3647 3647 SIGNAL WORK BILL PREP 300 300 300 EQUIPMENT RENTAL 603 603 603 FILL MATERIAL 1000 1000 1000 FOREIGN LINE FREIGHT 1135 1135 1135 LABOR ADDITIVE 13476 13476 13476 MATL STORE EXPENSE 2837 2837 2837 PERSONAL EXPENSES 6708 6708 6708 SIGNAL 18211 56742 74953 74953 TRANSPORTATION CHARGES 3054 3054 3054 USAGE EQUIPMENT 3954 3954 3954 TOTAL SIGNAL 31987 76033 108020 108020 LABOR/MATERIAL EXPENSE 35634 76033 RECOLLECTIBLE/UPRR EXPENSE 111667 0 -------- ESTIMATED PROJECT COST 111667 EXISTING REUSEABLE MATERIAL CREDIT 0 SALVAGE NONUSEABLE MATERIAL CREDIT 0 RECOLLECTIBLE LESS CREDITS JPRR WILL BILL THE RECOLLECTIBLE AMOUNT SHOWN ABOVE. IN THE EVENT OF UNFORSEEN ;OSTs oR CHANGES IN TEE PROJECT SCOPE, UPRR WILL REQUEST APPROVAL TO BILL THOSE STEMS AT ACTUAL COST. APR 9 ' 99 17 : 21 FROM UNION PACIFIC RR Y TO 93037579458 PAGE . aa03/011 FORM 30-1 PAGE 01 MORE WORK ORDER AUTHORIZATION-DETAIL OF ESTIMATED EXPENDITURES EST START: 01-01-99 PROJ NO: 28161 EST COMP: 12-31-99 A.N.O. NO: 27527 W-O- NO? RAILROAD: UPRR CO. R.I. NO: 98EN10 LOCATION: CTY RD 37 EATON CO. GREELEY SUB STATE: CO DEPARTMENT: ENGINEERING SERVICES SERVICE UNIT: 14 VAL SEC: 0503 INSTALL AUTOMATIC FLASHIIIG LIGHT CROSSING SIGNALS WITH GATES AT: CO.RD. 37., M.P. 60.19., EATON, CO. ON THE GREELEY SUBDIVISION PROJECT NANAGER1 P.M. OCOIINOR 8535-4262 WORK TO BE PERFORMED BY RAILROAD WITH EXPENSE AS BELOW; SIGNAL - FEDERAL/STATE • 100% LUMP SUM APR 9 ' 99 17 : 21 FROM UNION PACIFIC RR Y TO 93037579458 PAGE . 004/011 FORM 30-1 PACE 02 MORE WORK ORDER AUTHORIZATION-DETAIL OF ESTIMATED EXPENDITURES EST START: 01.01-99 PROJ NO: 28161 EST COMP: 12-31-99 A.W.O. NO: 27527 W.O. NO: RAILROAD: UPRR CO. B.I. NO: 98EN1O LOCATION: CIY RD 37 EATOM CO. GREELEY SUB STATE: CO DEPARTMENT: ENGINEERING £'.ERVICES VAL SEC: 0503 SCOPE OF WORK PROJECT VAL M.P. M.P. JOINT NUMBER SEC STATE FROM TO SEGMENT FACILITY 28161 0503 CO 60.19 60.19 4655 APR 9 ' 99 17 : 21 FROM UNION PACIFIC RR 1' TO 93037579458 PAGE . 005/011 FORM 30.1 PAGE 03 MORE WORK ORDER AUTHORIZATION-DETAIL OF ESTIMATED EXPENDITURES EST START: 01-01.99 PROJ NO: 28161 EST COMP: 12-31-99 A.W.O. NO; 27527 W _ NO, RAILROAD: UPRR CO. B.I. NO: 98EN10 LOCATION: CTY RD 37 EATON CO. GREELEY SUB STATE: CO DEPARTMENT: ENGINEERING SERVICES VAL SEC: 050:: LABOR PLAN GANG GANG TYPE GANG NUMYUR WORK WORK CODE GANG DAYS DIRECT TYPE DESCRIPTION NIIR IN GANG CODE DESCRIPTION ALLOWED LABOR $ 5100055 5 PERSON FOR S 0 5 30004 SIG GENERAL 21.50 16383.00 siGOOS 5 PERSON FOR S 11 5 30014 SIGNAL-GENE 2.40 1828.80 SUB-TOTAL 23.90 18211.80 TOTAL 18,211.80 APR 9 ' 99 17 : 21 FROM UNION PACIFIC RR Y TO 9303757945B PAGE . 09E/011 FORM 30.1 PAGE 04 NORE WORK OF:DER AUTHORIZATION-DETAIL OF ESTIMATED EXPENDITURES EST START: 01-01-99 PROJ NO: 28161 EST COMP: 12-31-99 A.N.O. NO: 27527 N.O. NO: RAILROAD: UPRR CO. B.I. NO: 98EN10 LOCATION: CTY RD 37 EATON CO. GREELEY SUB STATE: CO DEPARTMENT: ENGINEERING E;ERVICES VAL SEC: 0503 STOCK MATERIAL PLAN ITEM ITEM UNIT DIRECT NUMBER DESCRIPTION COST OTT UM MAIL S 02040420 BATTERY,GNO,75A9 OR SOA13 183.71 6 EA 1102 02040660 BATTERY,GNB, 75Ai3 OR 50A27 324.19 7 EA 2269 07810000 ASSEMBLY,JACK-4-4'IRE SUTTLE 1.15 1 EA 1 07880400 WIRE, STATION 0-03 20 LF 1 09011240 CABLE TIE, NYLON 1 1/8" MAX. DIA 0.06 200 EA 12 09011980 CABLE TIE, NYLON 3 1/2" MAX. DIA 0-23 20 EA S 09040700 HEAT SHRINKABLE TUBING, .75" DIA. 1.03 10 EA 10 09041120 HEAT SHRINKABLE TUBING, 1.1" DIA. 1.60 5 EA 8 09054360 RELAY, GEN.PURPOEE 120V. TAB 856 12.96 1 EA 13 09057650 ROCKET,P-O 27E122 TAO 836A & 856 2.92 1 EA 3 09065700 TAPE, ELECTRICAL PLASTIC 2.26 2 RL 5 09066900 TERMINAL,SPADE,1C-12 WIRE,#8 STUD 0.33 IC EA 3 09135650 2363 J,SLEEVE,4-E,REDUCING 0.85 10 EA 9 09136370 2367 J SLEEVE,SPLICING,4-4 0.85 10 EA 9 09137100 TERM-LUG 3/16 CABLE-1/4 POST 2412 0.83 50 EA 42 09215100 33466 TERMINAL, RING TONGUE AMP 0.23 24 EA 6 09261570 321527-1 TERMINALd-, TEST 1.12 10 EA 11 09401140 ADAPTER, 4 INCH CARLON PLASTIC 2.27 2 EA 5 09409820 BUSHING, 4" PLASTIC,INSULATING 0.77 2 EA 2 09424920 CONDUIT, 4", PVC., TYPE 40 1.07 60 Li 64 09433590 CONNECTOR, 3/8 INCH STRAIGHT 80 0.09 3 EA 0 09442650 CONNECTOR, 3/4 INCH STRAIGHT BO 1.23 1 EA 1 09446050 CONNECTOR, 1 1/4 INCH STRAIGHT 80 13.63 1 EA 14 09466420 LOCKNUT, 1 1/4 INCH CONDUIT 0.14 1 EA 0 09467930 LOCKNUT, 4 INCH, GALVANIZED 4.08 2 EA 8 09615550 LAMP,INCANDESCEN7,10V.25W. 4.88 7 EA 34 09844170 GROUND ROD, 5/8 INCH X 8 FEET 5.20 10 CA 52 09846750 GRND.ROD CONN. 4WAY ONESHOT. 5.20 10 EA 52 09908640 WIRE,#6 AWG.1 COHD.COPPER,SOLID 0.12 250 LE 30 09912120 WIRE,#6 AUG. 2 COND.(S00' ROLL) 0.80 750 LF 600 09913120 WIRE,#6 AWG.5 COND. (500' ROLL) 1.47 250 LF 368 09915610 WIRE #6 AUG 1 COND COPPER, STRAN 0.38 150 LF 57 09930550 WIRE #10 AWG 1 COND COPPER, STRAW 0.14 1000 LF 140 09932310 WIRE #10 AWG 1 COND COPPER, TWIST 0.32 170 LF 54 09946050 WIRE 014 AWG 7 CCSD CC,(500' ROLL 0.67 250 LF 168 09960090 UIRE #16 AWG 1 CCND COPPER, STRAN 0.07 250 L/ 18 13060230 TOGGLE,SPRING WINS 3/8 0.52 4 EA 2 HPR 9 ' 99 17 : 22 FROM UNION PACIFIC RR 7 TO 93[137579458 PAGE . 007/011 FORM 30-1 PAGE 05 MORE WORK ORDER AUTHORIZATION-DETAIL OF ESTIMATED EXPENDITURES EST START: 01-01-99 PROD N0: 28161 EST COMP: 12.31-99 A.W.D. NO: 27527 W.D. No: RAILROAD: UPRR CO. 8.1. NO: 96CN10 LOCATION: CTY RD 37 EATON CO. GREELEY SUB STATE: CO DEPARTMENT: ENGINEERING SERVICES VAL SEC: 0503 13552450 SHEET METAL SCREW,#12 X 3/4" 2-20 2 BX 4 13553150 SHEET METAL SC1:EW #12 X 1" 2.96 1 BX 3 17061400 PADLOCK,SIONAL,WITHOUT KET,AMERIC 11.98 7 EA 84 19009970 HOSE,1 1/2 INCH,SIGWAL BOOTLEG 1.17 100 LF 117 28033210 CARTON, 39 1/8tL x 23 1/4"w x 17 3.35 1 EA 3 28033230 CARTON, 47 3/8"L X 39 1/2"w X 18" 7.49 1 EA 7 28041640 PALLET, 46 X 40 INCH 2/WAY 7.87 2 EA 16 35040010 PLASTER OF PARIS, DENTAL GRADE 0.83 25 LS 21 50401560 LUMBER. 2"X4"X 8 FEET 2.04 4 EA 12 52001370 SURGE PROTECTOR SP20-2A TA8 585 70.12 1 EA 70 52005690 MONO WIRE, 7 STRANDS 0.42 125 LF 53 52007040 WER WELD BOND MIRE TK-CIRC.CONNEC 2.41 20 EA 48 52009780 BOOTLEG WIRE CLAMP. 5/8 INCH INSU 1.23 20 EA 25 52016830 WIRE DUCT, 2X3 9.25 16 EA 148 52017510 WIRE DUCT COVER ?" 2.13 16 EA 34 52017620 WIRE DUCT COVER 5"xo, 5.06 1 EA 3 52019530 ENCLOSURE.SNUNT,POLE MOUNTED-24x2 245.03 3 EA 735 52019560 EQUALIZER, H.D. TAB 583 9.22 6 EA 55 52021550 FOUNDATION,4',SIEEL,FOR FLSHR/GAT 204.39 2 EA 409 52025240 HOUSE, 6x6, SIGNAL XING 4061.48 1 EA 4061 52027350 CLIP BOARD - FOR SIGNAL PRINTS 6.54 T EA 7 52027430 STEP BOX 12.89 I EA 13 52027660 INTERFACE,DATA TI:ANSCEIVER #DTI-3 1248.32 1 EA 1248 52028420 LIGHTNING ARRESTOR,CLR-COMM TAB 3 7.02 10 EA 70 52029780 LIGHTNING ARR,HC TAD 582 W/O BASE 9.91 4 EA 40 52030010 LIGHTNING ARRESTOR CONN.STRIP 4.15 2 EA 8 52039210 RECTIFIER,20EC,12V.TA8575 382.74 1 EA 383 52039390 RECTIFIER, 40EC, 12V. TAB577 560.68 1 EA 561 52040400 RESISTOR, ADJUSTABLE, 0.63 OHM 24.86 E EA 199 52040460 RESISTER, ADJ. 5 OHM, TAB 00 12.84 1 EA 13 52042650 POST, MOUNTING, FOR SHUNT HOUSING 8.91 6 EA 53 52045700 SURGE SUPPRESSOR, PRIMARY,#2377.4 10.02 1 EA 10 52070010 TERNINAL,N12-I0 HIRE,RING TONGUE 0.10 300 EA 30 52071600 TERMINAL,#20.16 9IRE,RING TONGUE 0.08 150 EA 12 52072280 TERMINAL BLOCK, SIGNAL 2 POST BAK 2.25 30 EA 68 52072510 TERMINAL BLOCK,SIGNAL 3 POST TEST 6.29 2 EA 13 52072740 TERMINAL BLOCK, SIGNAL 12 POST 6 8.60 6 EA 52 52074550 TEST LINK, INSULATED ASSEMBLY TAB 0.67 24 EA 16 52079550 WIRE TAG, PLASTIC - WHITE 0-08 100 EA 8 52079560 MARKING PENCFOR UNITE TAG) 1.93 1 EA 2 52108120 LED FL/GATE ASSY..? WAY LIGHTS 7215.69 1 EA 7216 52108220 LED-FL/GATE ASSY.LwMM1N45FL&FR 9145.00 1 EA 9145 52109370 GATE ARM. ADJ.16-32' 235.38 2 EA 471 HRH 9 ' d 17 : 22 FROM UNION PACIFIC RR Y TO 93037579458 RHGE . 008i011 FORM 30-1 PAGE 06 MORE WORK ORDER AUTHORIZATION-DETAIL OF ESTIMATED EXPENDITURES EST START: 01-01-99 PROJ N0: 28161 EST COMP: 12-31.99 A.W.O. NO: 27527 W.o. NO: RAILROAD: UPRR CO. R.I. NO: 98EN10 LOCATION: CTY RD 37 EATON CO. GREELEY SUB STATE: CO DEPARTMENT: ENGINEERING SERVICES val SEC: 0503 52122140 HIGH WINO BRACKEt 5" 63.99 2 EA 128 52136470 SHEAR PIN, SK-1000-1 5.50 2 EA 11 52138310 GUARD LINER PLATE; 84 INCH DIA 252.74 2 ST 505 52139160 GUARD POST, W6 N 8.5 X 6 FEET 35.83 8 EA 287 52203400 DETECTOR, LIGHT OUT, Loo-1 499.19 2 EA 998 52205800 GCP111 NO ISLAND 081KB-80110.OB00 14799.24 1 EA 14799 52240000 IPI MODULE-GCP500002 #80211 1078.00 2 EA 2156 52246000 RESISTOR,47,000 :47K1 OHM .5 WATT 0.22 4 EA 1 52258980 NBS, TAB 640, 62775-8621 491.01 2 EA 982 52262670 DUAL WIDEBAND SHUNT.84077A-TAB711 260.00 2 EA 520 52263600 SURGE ARRESTOR,IIIETER LOOP, 23.88 1 EA 24 52264040 SURCE PANEL-TAB 618 203.99 I EA 204 52276050 CROSSING ANALYZER, HCA-1 1691.96 I EA 1692 52276550 CROSSING MODEM, IXM-1 272A8 I EA 272 52726820 RELAY, FLASHER 1AB 887 318.79 1 EA 319 52728800 RELAY, 81L0. TAD 911 A62-310 275.25 I EA 273 52745830 RELAY,NEUTRAL, E',' TAB 884 & 884A 238-80 2 FA 478 52752390 RELAY,81SR. 3 SEE, TAB 893 425.99 1 EA 426 52773760 RELAY BRACKET, HCILDS 14 B1 RELAYS 300-00 1 EA 300 52776370 RELAY PLUGBOARD,GRS 81,TAB 900 35.20 5 EA 166 52777970 FLAG TERMINAL, FOR CRS, 14.10 0.96 10C EA 96 52778110 FLAG TERMINAL, FCIR GRS, 20-16 1,09 10C EA 109 52779280 RELAY TEST TERM,E:RS 81 TAB770&864 6.90 5 EA 35 52959000 POWER TAP MATERIPL 1000.00 1 EA 1000 53311400 EXTRACTOR FOR "SiTERMINALS P3-308 9-89 1 EA 10 53311510 TEST NUT WRENCH. GRS #P3-320 15.31 1 EA 15 53623340 BATTERY CHOKE-TAB 706 167.99 1 ER 168 53648010 INSULATING CAP & SHIELD ASSY, 2.07 10 EA 21 53918230 BOND WIRE CLIP, SBA-248 1.42 20 EA 28 TOTAL 56,747 HN 1 db 11 : LL FROM UNION PACIFIC RR Y TO 93037579458 PAGE . 009/011 FORM 30-1 PAGE 07 MORE WORK ORDER AUTHORIZATION-DETAIL OF ESTIMATED EXPENDITURES EST START: 01-01.99 PROD N0: 28161 EST COMP: 12.31.99 A.Y.O. NO: 27527 W.O. NO: RAILROAD: UPRR CO. 8.1. NO: 9HEN70 LOCATION: CTY RD 37 EATOM. CO. GREELEY SUB STATE: CO DEPARTMENT: ENGINEERING S.ERVICE5 VAL SEC: 0503 JOB ACCT UNIT TOTAL CHRGABLE TO NO. NO. DESCRIPTION OTY UM COST LABOR MATERIAL P.I. O.E. OTHER ! !VAL SEC: 0503 ! I ! I ! I ! ! ! I** NON JOINT FACILITY **! ! I ! ! ! ! ! ! I I ! ! ! I I ! I I ** MAIN LINE " I ! ! I ! I f 1 1 1709 ! ENGINEERING ! I I I 2096! ! ! f ! ! LABOR ADDITIVE 74% ! ! ! ! 15511 ! ! ! ! ! ! ! I I ! I JOB TOTAL r ! I I !709-0010-0000D ! ! ! ! 3647! ! I3647 I ! I I 6 I OZ7 ! SIGNAL ! I ! ! 1 I SIC-NWY XNC W/C 34004! I! 56742 I ! 107!MD! ! 10383! I 1 I ! SIG.-HWY.CRO W/C 34014! 121MD! I 1828! I ! ! I EQUIPMENT RENTAL I ! I ! ! 603! ! ! ! PERSONAL EXPENSES I ! I ! I 6708! ! 1 I I FILL MATERIAL ! 1 ! I ! 1000! I ! ! I FOREIGN LINE FREIGHT I I I I I 1135! I ! ! ! TRANSPORTATI011 CHARGES ! I I ! ! 3054! I ! USAGE EQUIPMENT I ! I ! ! 3954! ! ! ! ! BILL PROP ! ! ! ! 300! I ! 1 ! I NATL STORE iXPENss ! ! ! I I 2837! I I I I LABOR ADDITIVE 74 I I ! ! 1!4761 I 1 ! I ! I ! I I I I I I I I I I I I I I I 1 I JOR TOTAL I 1709-0010.02000 ! 31987! 1 ! I I I I 760331 ! ! 108020 ! 1 I ! I I I ! 1 r 1 I I ! I ! I 1 I ! ! f I ! r ! ! ! I 1 ! I ! I I ! II ! I I I ! 1 I ! I I I I 1 1 I I ! I r 1 1 ! I I ! ! I ! ! i ! 1 I !PROJECT TOTALS 28161 I I 35634! 76033! ! •-- ••-• ! 111667 APR S ' 95 17 : 22 FROM UNION PACIFIC RR TO 93037579458 PAGE . D10,O11 FORM 30-1 PAGE 08 MORE WORK ORDER AUTHORIZATION-DETAII. OF ESTIMATED EXPENDITURES EST START: 01.01-99 PROJ NO: 28161 EST COMP: 12-31-99 A.W.O. NO: 27527 M.O. NO: RAILROAD; UPRR CO. B.I. ND: 98EN10 LOCATION: CTY RD 37 EATON CO. GREELEY SUB STATE: CO DEPARTMENT: ENGINEERING S!RYICES VAL SEC: 0503 JOB ACCT UNIT TOTAL CHRGABLE TO NO. NO. DESCRIPTION UTY UM COST LABOR MATERIAL P.I. O.E. OTHER ! ! 1 ! ! I ! I I ! ! ! ! ! ! I ! I 1 ! I I ! ! ! I ! ! I 1 I ! I ! ! 1 ! I I 1 I I I I I I I ! 1 1 ! I 1 ! 1 1 ! I 1 I I ! I I I 1 ! I ! ! I ! ! 1 1 I I I I I I I 1 ! ! ! 1 I ! I I 1 ! 1 1 1 ! I ! I 1 I I I ! ! I ! 1 I ! I 1 ! 1 I 1 I I _ ! ! ! ! ! I I ! I I I 1 ! ! ! I ! I ! ! ! I I ! ! ! I ! I ! ! ! I I I 1 I ! I 1 I I I I I I I I I ! ! I ! I I ! ! ! ! ! I 1 ! ! ! ! ! I ! I I I I ! ! I I I ! I 1 ! r I 1 I ! ! ! ! ! ! I ! ! r ! ! ! ! I ! I I I I I I I I ACCT 709 SUBTOTAL ! ! I ! I ! 1 I 177667 I I I ! ! I I 1 I I I I I I ! 1 I ! I ! ! I I ! ! I I I ! I ! 1 I I I _ ! 1 I !ESTIMATE TOTALS ! I I ! 35634! 76033! I ! 111667 ESTIMATED BY: ESGN005 CI)#; 76794 00 TOTAL ESTIMATED EXPENITURES: $111,667 44 DATE! 04.05-1009 AGE ROVES BY, APPROVED BY: APR 9 ' 99 17 : 23 FROM UNION PACIFIC RR TO 93037579455 PRGE . 011 /011 FORK 30-1 PAGE 09 LAST WORK ORDER AUTNORIZATION-DETAIL OF ESTIMATED EXPENDITURES EST START: 01-01-99 PROJ NO: 28161 EST COMP: 12-31-99 A.W.O. NO: 27527 W-0. NO: RAILROAD: UPRR Co. B.I. NO: 98EN10 LOCATION: CTY RD 37 EATON CO_ GREELEY SUP STATE: CO DEPARTMENT: ENGINEERING SERVICES VAL SEC: 0503 ESTIMATED CREDIT TO 'RESERVE FOR ROAD PROPERTY TO BE RETIRED AND REPLACED' $ ESTIMATED CREDIT TO 'RESERVE PROPERTY RETIRED AND NOT TO BE REPLACED* $ ESTIMATED CREDIT TO 'EQUIPMENT RETIRED' S --'---"- ESTIMATED CREDIT TO S ------ ... z= ---'-- ESTIMATED SY: ESGN005 CI11N: 76794 000 DATE! 04-05.1009 APPROVED ay: APPROVED BY: ** TUIRL" PRUE . d11 ** . . �4. ONIM • ± — ® _ 0 ; ; / } | B ! O, ! § l �:� i� _ o !{� y . . - cri\CI§ / O\\ § ! / . ( ® g . r j „hl • • § ) ;, li ; _cc | w . i® / � . . ^ ~ | \ . �� .: . . :y m• � _ as : 0 co ) : \ / ! } 4) : — ! _ . : | \ / ) ; 1; ; • z ` ,±—if " % YE ! # I ! t '' } " , L / . y [& / 4 , /; 2 _ /c _§ \° 9 ' N » > EL; i !§ /§ § . / : ! N \ 888 \0 w - \ ; \ \/ \z §; ; \ 2 ; p - J; {! ! : ; } 2. a | ; = \a »/ §- l = : . , ! - t )6 && !4 :jig _z \ \ � 2 , f� ` ` II „ - K Z ri , 3 ONIMVHO ® o e 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. COOT 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 a _CDOT construction, sum of CMO's LA construction, underestimated cost is O t& 66 $ CDOT construction, underestimated total cost _CDOT consultant, underestimated cost SECTION 1 (Region use) Date: Project code ' To: CDOT Controller(FAX #(303) 757-9573 or e-mail CONTROLLER) Project # From: Office: Phone # FAX # Region it i i COOT has executed a contract with: Address: FEIN # Contract routing # COFRS encumbrance it(indicate PO,SC or PG it) Fund Orgn. Appro. Pigrm. Func. ObJect/Sub-obJ N/P GBL Reporting Catg. Pro3/Sub/Phase Original contract amount Has a Budget Request been processed to cover the contract amount increase? $ _yes no I Previous Funding Letter(s) total Preparer's name (Funding latter rt mru♦,i PHONE NO: This Funding Letter total Contract Administrator'sBusiness Manager's 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 State Controller or Delegee Date CDOT Form 11186a 7/n7 • COLORADO DEPARTMENT OF TRANSPORTATION AUTHORITY: ,ONTRACT 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 -5 ) ., _CDOT construction, sum of CMO's LA construction, underestimated cost It� E f _CDOT construction, underestimated total cost _ CDOT consultant, underestimated cost SECTION 1 (Region use) Date: Project code To: CDOT Controller(FAX #(303) 757-9573 or e-mail CONTROLLER) Project# From: Office: Phone # FAX # Region # CDOT has executed a contract with: Address: FEIN # Contract routing# COFRS encumbrance•(Indicate PO,SC or PG it) Fund Orgn. Appro. Prgrm. Func. Object/Sub-cbj 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 I i Previous Funding Letter(s) total Preparer's name (Funding beer er mN e_J PHONE NO: This Funding Letter total Contract Administrator's/Business Manager's Approval (x_) 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 State Controller or Delegee [Date COOT Form 91186a 7/97 Hello