Loading...
HomeMy WebLinkAbout19-63 Unsigned Resolution No. 19-63 RESOLUTION AUTHORIZING EXECUTION OF A STATE OF ILLINOIS DEPARTMENT OF TRANSPORTATION AGREEMENT WITH THE STATE OF ILLINOIS DEPARTMENT OF TRANSPORTATION AND THE NORTHEAST ILLINOIS REGIONAL COMMUTER RAILROAD CORPORATION AND THE COMMUTER RAIL DIVISION OF THE REGIONAL TRANSPORTATION AUTHORITY FOR CROSSING WARNING SIGNAL DEVICE IMPROVEMENTS AT MCLEAN BOULEVARD AND BIG TIMBER ROAD BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS,that David J. Kaptain, Mayor, and Kimberly A. Dewis, City Clerk, be and are hereby authorized and directed to execute a State of Illinois Department of Transportation Agreement with the State of Illinois Department of Transportation(Section 14-00185-00 TL,Project RRP-4003(352),Job No.C- 91-372-14,TIP#09-14-0024)and the Northeast Illinois Regional Commuter Railroad Corporation and the Commuter Rail Division of the Regional Transportation Authority on behalf of the City of Elgin for crossing warning signal device improvements at McLean Boulevard and Big Timber Road, a copy of which is attached hereto and made a part hereof by reference. s/ David J. Kaptain David J. Kaptain, Mayor Presented: April 24, 2019 Adopted: April 24, 2019 Omnibus Vote: Yeas: 8 Nays: 0 Attest: s/Kimberly Dewis Kimberly Dewis, City Clerk Route: McLean Boulevard Section: 14-00185-00-TL LPA: City of Elgin County: Kane Project No: RRP-4003(352) Job No: C-91-372-14 Agreement No: N/A DOT/AAR No. 372246Y STATE OF ILLINOIS DEPARTMENT OF TRANSPORTATION AGREEMENT for Railway-Highway Grade Crossing Improvements Local Public Agency This agreement, hereinafter referred to as the "Agreement", made and entered into by and between the STATE OF ILLINOIS, acting by and through its Department of Transportation, hereinafter referred to as the"STATE", and the Local Public Agency, City of Elgin(Kane County), State of Illinois, acting by and through its City Council, hereinafter referred to as the "LPA" , and the Northeast Illinois Regional Commuter Railroad Corporation and the Commuter Rail Division of the Regional Transportation Authority D/B/A Metra, hereinafter referred to as the "COMPANY"; collectively referred to as the "PARTIES" and individually referred to as "PARTY". WITNESSETH: WHEREAS, in the interest of public safety the STATE proposes to improve crossing warning signal devices, hereinafter referred to as the"Project", at the location listed on the attached Exhibit A, and as shown on the Exhibit A's location map; and WHEREAS, the parties mutually agree to accomplish the proposed improvements through the use of Federal funds which are provided under applicable Federal act, law or appropriation. NOW, THEREFORE, in consideration of the premises and of the mutual covenants and agreements as hereinafter contained the parties hereto agree as follows: SECTION 1. The Project covered under this Agreement shall be subject to all applicable Federal laws, rules, regulations, orders and approvals pertaining to all agreements, specifications, award of contracts, acceptance of work and procedure in general. The STATE and the COMPANY shall be governed by the applicable provisions of the Federal-Aid Policy Guide, Part 646, dated December 9, 1991, and any supplements or amendments thereto hereinafter referred to as the "Policy Guide". The COMPANY shall meet the Buy America requirements specified in 23 CFR 635.410. Upon completion of the COMPANY's work, the COMPANY shall sign and return with its Final Invoice, the Certification of Compliance with Buy America, attached hereto as Exhibit B. SECTION 2. The COMPANY shall prepare the detailed plans (including surveys and other engineering services), and detailed estimates of cost. The detailed plans shall be submitted to the Illinois Commerce Commission (ICC) in accordance with Section 5 of this Agreement and estimates shall be submitted to the STATE for their approval. SECTION 3. The completed crossing warning devices shall conform to Part VIII of the most current edition of the National Manual on Uniform Traffic Control Devices (MUTCD), including any amendments which may be contained in the Illinois Supplement to the MUTCD. Barrier systems, such as guardrail and impact attenuators should not be used at railroad grade crossings except in extraordinary circumstances. Approval for the erection of any roadside barrier by the COMPANY must be obtained in writing in advance from the LPA. LPA shall notify STATE in writing of such request prior to LPA's approval. SECTION 4. All required installation work at the grade crossing(s) shall be performed by the COMPANY with its own forces or in accordance with 23 CFR, part 646.216. In the event the COMPANY intends to use forces other than its own under a continuing contract or contracts, the COMPANY shall provide the Department with a list of the items of work to be accomplished under such contract or contracts and a list of the name of each contractor whose services will be used to perform the work. Such contracts shall be in compliance with the Civil Rights Act of 1964 and implementing regulations applicable to Federal-Aid Projects as well as the Illinois Fair Employment Practices Act and implementing rules and regulations. SECTION 5. The COMPANY will not begin to work without written authorization from the STATE to proceed. The COMPANY shall file a form 1 or form 3 Petition of Illinois Administrative Code 1535 with the Illinois Commerce Commission (ICC)showing details of the automatic warning C-91-372-14 2 Revised November 5, 2018 devices herein required, and shall receive approval thereof by X-Resolution before commencing with the installation. Upon receipt of authorization from the STATE and the ICC, the COMPANY shall promptly schedule the work set forth in the Agreement and shall notify in writing the agencies listed on Exhibit A, a minimum of twenty-one (21) days before commencing work. Any work performed prior to this notification will be considered non-reimbursable. SECTION 6. The COMPANY shall keep an accurate and detailed account of the actual cost and expense as incurred by it, or for its account, in the performance of the work it herein agrees to perform. The COMPANY, for performance of its work as herein specified, shall bill the STATE immediately, for its share of Preliminary Engineering costs incurred to date upon receiving authorization to proceed with construction, and, may bill the STATE monthly for the STATE's share of the cost of materials purchased, delivered and stored on the COMPANY's property but not yet installed. The materials will become the property of the STATE and must be designated for exclusive use on the Project. In the event the COMPANY fails to install the stored material within one year of the fully executed agreement date, the State may provide a written notice to the COMPANY, requiring the COMPANY to promptly deliver the stored material to a location indicated in writing by the STATE. Upon delivery, the STATE shall then take possession of said material for the STATE's own use. The delivery of the material to the STATE shall in no way serve to terminate this Agreement or affect the other provisions of this Agreement and in addition shall not affect the COMPANY's right to claim payment for stockpiled material to replace that taken by the STATE. In the event of any loss of material after payment, the COMPANY will replace the material at no cost to the STATE. The storage area of such materials shall be available for STATE inspection upon 24-hour notice. SECTION 7. The COMPANY, for performance of its work as herein specified, may bill the STATE monthly for the STATE's share of its expense as incurred. These progressive invoices may be rendered on the basis of the estimated percentage of the work completed, plus allowable FHWA approved additives. Reimbursement of labor additives will be limited to only the most C-91-372-14 3 Revised November 5, 2018 current direct labor additives, small tools additives, equipment additive rate, if so developed, and public liability/property damage liability insurance rates as audited and approved by a cognizant State agency and FHWA. Indirect overhead or general and administrative expenses, or those expenses which may be classified as such under generally accepted accounting principles are not eligible for reimbursement on this Project. The STATE after verifying that the bills are reasonable and proper shall promptly reimburse the COMPANY in accordance with the State Prompt Payment Act (30 ILCS 540/1 et seq.), as currently enacted. Payment under this paragraph shall not be claimed for any progressive invoice totaling less than $500. The progressive invoices may be rendered on the basis of an estimated percentage of work completed. The COMPANY, upon the completion of the work, shall, within one hundred twenty (120) calendar days, render to the STATE a detailed final invoice of the actual cost and expense as incurred by it or for its account. After the STATE's representatives have checked the progressive invoices and the final invoice and they have agreed with the COMPANY's representatives that the costs are reasonable and proper, insofar as they are able to ascertain, the STATE shall promptly reimburse the COMPANY in accordance with the State Prompt Payment Act (30 ILCS 540/1 et seq.), as currently enacted, for the amount of the final invoice, except that for any portion of the final invoice in excess of the estimated cost of such excess costs as shown in Section 6, the STATE may withhold payment of such excess costs until the COMPANY has provided reasonable backup detail as requested by the STATE to justify the additional cost, and the STATE shall promptly review such backup detail as provided by the COMPANY and shall thereafter promptly pay the costs in excess of the estimated costs unless reasonable exception is taken thereto. If the parties cannot reach agreement on reimbursement of the COMPANY's costs above the estimated costs, each Party retains all legal and equitable remedies regarding the payment of same; such reimbursements, however, are subject to the provisions of Section 13 hereof. C-91-372-14 4 Revised November 5, 2018 All invoices shall be clearly marked as "progressive invoice" or"final invoice", as applicable, and should be sent to: Illinois Department of Transportation Attn: Fiscal Control Unit Bureau of Local Roads and Streets 2300 S. Dirksen Parkway Springfield, IL 62764 The COMPANY shall maintain, for a minimum of three(3)years after the date of the final bill, adequate books, records, and supporting documents to verify the amounts, recipients, and uses of all disbursements of funds passing in conjunction with the contract; the contract and all books, records, and supporting documents related to the contract, which may be stored on electronic files, shall be available for review and may be audited by the AUDITOR GENERAL. The COMPANY agrees to cooperate fully with any audit conducted by the AUDITOR GENERAL and to provide full access to all relevant materials. Failure to maintain the books, records, and supporting documents required by this section shall establish a presumption in favor of the STATE for the recovery of any funds paid by the STATE under the contract for which adequate books, records, and supporting documentation are not available to support their purported disbursement. After the federal or STATE representatives have audited the expenses as incurred by the COMPANY, including such amounts as may have been suspended from any previous payment, the STATE shall promptly reimburse the COMPANY for the suspended amounts, less the deduction of any item(s) of expense as may be found by the federal or STATE representatives as not being eligible for reimbursement. If the total of the item(s) of expense as may be found by the federal or STATE representatives as not being eligible for reimbursement exceeds the retained percentage plus any amounts which may have been suspended, then the COMPANY shall promptly reimburse the STATE for the overpayment. C-91-372-14 5 Revised November 5, 2018 SECTION 8. The crossing warning signal system should be placed in service immediately after the installation is completed. The COMPANY shall notify the STATE in writing of the date of the completed installation. The STATE will perform a final inspection upon receiving the written notification. SECTION 9. When construction of this Project is completed, and so long as State law shall so require, the COMPANY shall maintain at its expense or, by agreement with others, provide for maintenance of the crossing warning signal devices. SECTION 10. If at any time subsequent to the completion of this improvement, the tracks in the area of the crossing are eliminated for any reason whatsoever, then the said signal system may be removed, relocated and reinstalled at another grade crossing of the COMPANY mutually designated and agreed to by the Parties hereto and subject to the approval of the public authorities having any jurisdiction. The reinstalled signal system shall thereafter be subject to the terms of this Agreement. SECTION 11. In compliance with the Federal-Aid Policy Guide, dated December 9, 1991, Section 646.210, the railroad work as herein contemplated requires no contribution from the COMPANY, however the COMPANY agrees to contribute zero percent (0%) of the cost of this Project. Per the alternative Federal-State procedure in 23 C.F.R. §646.220, the STATE will have a representative present at the job site during construction to certify the work and to assure that all work and materials meet the requirements, is complete, acceptable and in accordance with the terms of this Agreement. SECTION 12. In the event that delays or difficulties arise in securing necessary federal or state approvals, or in acquiring rights-of way, or in settling damage claims, or for any other cause which in the opinion of the STATE render it impracticable to proceed with the construction of the Project, then at any time before construction is started, the STATE may serve formal notice of cancellation upon the COMPANY and this Agreement shall thereupon terminate. In the event of C-91-372-14 6 Revised November 5, 2018 cancellation, the STATE shall reimburse the COMPANY for all eligible cost and expense incurred by the COMPANY prior to receipt of notice of cancellation and payment by the STATE. SECTION 13. It is the policy of the U.S. Department of Transportation that disadvantaged business enterprises, as defined in 49 CFR Part 26, shall have maximum opportunity to participate in the performance of agreements financed in whole or in part with federal funds. Consequently, the disadvantaged business enterprise requirements of 49 CFR Part 26 apply to this Agreement. The COMPANY agrees to take all necessary and reasonable steps to ensure that disadvantaged business enterprises, as defined in 49 CFR Part 26, have the maximum opportunity to participate in the performance of this Agreement. The COMPANY, sub-recipient or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this Agreement. The COMPANY shall carry out applicable requirements of 49 CFR part 26 in the award and administration of STATE-assisted contracts. Failure by the COMPANY to carry out these requirements is a material breach of this Agreement, which may result in the termination of this contract or such other remedy as deemed appropriate. In the event any work is performed by other than COMPANY forces,the provisions of"an act regulating wages of laborers, mechanics and other workers employed in public works by the State, County, City or any public body or any political subdivision or by anyone under contract for public works" (Illinois Compiled Statutes, 820 ILCS 130/1 et seq.) shall apply. Pursuant to 820 ILCS 130/4, COMPANY is hereby notified "the prevailing rate of wages are revised by the Department of Labor and are available on the Department's official website". SECTION 14. This Agreement shall be binding upon the Parties hereto, their successors or assigns. SECTION 15. The COMPANY shall complete all work or shall be responsible that all work is completed by other forces within one year of the date of the fully executed agreement. In the event that all work cannot be completed within one year, the COMPANY shall notify the STATE in C-91-372-14 7 Revised November 5, 2018 writing the cause for the delay before the one-year deadline has expired. Otherwise, the STATE will consider petitioning the Illinois Commerce Commission to order the work to be completed. SECTION 16. At the time this Agreement was executed, there were funds available for the Project; however, obligations assumed by the STATE under this Agreement shall cease immediately, without penalty or payment beyond that which the COMPANY has already accumulated, should the Illinois General Assembly or the Federal Highway Administration fail to appropriate or otherwise make available funds for the Project. SECTION 17. The COMPANY was hereby requested and authorized to accrue costs by the STATE, to perform the necessary preliminary engineering to develop an estimate of cost for the proposed work described on Exhibit A, on June 24. 2014. The COMPANY hereby agrees to not invoice the STATE until such time this Agreement is fully executed. SECTION 18. The COMPANY certifies its correct Federal Taxpayer Identification Number, as indicated on the attached Exhibit C. SECTION 19. This Agreement shall be construed and interpreted according to the laws of the State of Illinois. IN WITNESS WHEREOF, the Parties hereto have caused this Agreement to be executed in duplicate counterparts, each of which shall be considered as an original, by their duly authorized officers as of the dates below indicated. C-91-372-14 8 Revised November 5, 2018 COMPANY: Northeast Illinois Regional Commuter Railroad Corporation and the Commuter Rail Division of the Regional Transportation Authority D/B/A Metra Accepted By: Typed Name: James M. Derwinski Typed Title: CEO/Executive Director Date: /V26/ /fr LPA: City of Elgin / I Accepted By: / Typed Name: David J. Kaptain Typed Title: Mayor Date: April 24, 2019 AT E T: City Clerk (/)'- '44:(<6 STATE OF ILLINOIS, DEPARTMENT OF TRANSPORTATION Randall S. Blankenhorn Date Secretary Matt Magalis, Chief Fiscal Officer Date Paul A. Loete, P.E. Date Director, Highways Project Implementation Philip C. Kaufmann Date Chief Counsel C-91-372-14 9 Revised November 5, 2018 EXHIBIT A CROSSING IDENTIFICATION: Railroad: Northeast Illinois Regional Commuter Railroad Corporation and the Commuter Rail Division of the Regional Transportation Authority D/B/A Metra DOT/AAR No: 372246Y RR M.P.: 39.15 Roadway: McLean Boulevard Location: EXISTING CONDITIONS: Two mainline tracks and protected by flashing light signals and gates. DESCRIPTION OF WORK TO BE DONE BY RAILROAD FORCE ACCOUNT: 1. Install new active warning devices, including cantilever-mounted flashing light signals for northbound and southbound McLean Boulevard, gates, audible bells, and control circuitry for said active warning devices. 2. Revise the railroad warning system to display railroad flashing light signals for five (5) seconds in advance of lowering of the railroad crossing gates. 3. Coordinate design, planning and construction of its above-referenced work with City. 4. Incidental work necessary to complete the items hereinabove specified. 5. CFDA Number: 20.205 (Information is available at http://www.cfda.aov/) DESCRIPTION OF WORK TO BE DONE BY THE LPA: 1. Install a battery back-up (Uninterruptable Power Supply) for the traffic control system that is interconnected to the highway-rail active warning devices. 2. Modify traffic signal cabinet for a second (redundant) railroad preemption input. 3. Install remote connection capabilities and remote monitoring 4. Investigate, and if warranted, install a permanent southbound McLean Blvd. left-turn restriction to eastbound Timber Drive. 5. Coordinate design, planning and construction of its above-referenced work with METRA. 6. Incidental work necessary to complete the items hereinabove specified. 7. Local Public Agency (LPA) agrees to provide at its expense any necessary advance warning signs and pavement markings as required by the most current edition of the following documents: IDOT Standard Specifications for Road and Bridge Construction, Supplemental Specifications and Recurring Special Provisions, Highway Standards for Temporary Traffic Control, National Manual on Uniform Traffic Control Devices ("MUTCD") and the Illinois Supplement to the MUTCD. When a marked traffic detour is required, the LPA at its expense shall furnish, erect, maintain and remove the traffic control devices necessary to detour highway traffic. C-91-372-14 10 Revised November 5, 2018 ❑ No additional work to be performed by the LPA. Additional work will be performed by the LPA and funded by the Federal Railway- Highway Crossing Program (Section 130)will be under a separate agreement with the STATE. ATTACHMENTS: 1. Location Map (consisting of 1 page) 2. COMPANY's Estimate (consisting of 10 pages) 3. General Plan Layout (consisting of I pages) COMPANY COST ESTIMATE: Total (100.0%) $ 441,413.00 (To be filled in by the COMPANY) Federal Participation (100.00%) $ 441,413.00 (To be completed by the STATE) COMPANY Participation (0.0%) $ 0.00 (To be completed by the STATE) LPA Participation (0.0%) $ 0.00 (To be completed by the STATE) AGENCIES TO BE NOTIFIED BEFORE COMMENCING WORK: Northeast Illinois Regional Commuter Railroad Corporation and the Commuter Rail Division of the Regional Transportation Authority D/B/A Metra— Don Whistler, Right of Way Administrator 547 W. Jackson Boulevard - 15th Floor—Chicago, IL 60661 (312) 322-8016 / DWhistler@metrarr.com City of Elgin— Ronald L. Rudd, City Engineer 1900 Holmes Road— Elgin, IL 60123-1200 (847) 931-6081 /rudd_r@cityofelgin.org Hampton, Lenzini, & Renwick, Randal G. Newkirk, Design Engineering Manager 380 Shepard Drive— Elgin, IL 60123 (847) 697-6700 /rnewkirkccahlrena.com Illinois Department of Transportation — Bill Pearsall, Highway-Railway Safety Engineer Bureau of Safety Programs and Engineering 2300 S. Dirksen Parkway— Springfield, IL 62764 (217) 785-2986/ cCa�illinois.gov C-91-372-14 11 Revised November 5, 2018 SUBMIT ALL BILLS FOR THE STATE'S SHARE TO: Illinois Department of Transportation Attn: Fiscal Control Unit Bureau of Local Roads and Streets 2300 S. Dirksen Parkway Springfield, IL 62764 C-91-372-14 12 Revised November 5, 2018 9gi., ::: ,‘,;:_ ,:-.7 5., -,i a -'0 1.11.3q,?t, 63 A 9 !A y:1.,J1.14 4 ,,.... -; ''.. lil ,.. ,z 4. 2 y2olL4)Aintrituuwj 499 lateaJo VP p V. ..i'9 ".. 9 8 ',..,i 8 ili.oreu,t i.3,9 7N.,x1..ut i 5olg a iii --. i a ... ‘,7 , t 'I: 7-: IOUllt. 6 416.4n3.,y0 -C:i'',"- .3 6 c'E Estimate for File Modified: 6/27/2018 Printed: 6/27/2018 District/Subdistrict: Milwaukee District - West Line Number: Estimate: McLean Blvd. Forces Used: Metra Preparer: JNM Overall Work Limits 38.65-39.65 Description: New House New Cants New FLGS Comments: Program Entrance Gate Delay 5 sec. Estimate Total: $441,413 Page 1 of 10(Estimate Report) Estimate for File District: Milwaukee District-West Line Limits: 38.65-39.65 Created: 6/25/2018 Number: Name: McLean Blvd. Modified: 6/27/2018 Forces Used: Metra Printed: 6/27/2018 Estimate Generation Settings IDOT General Labor Additives Settings Year/Type Class Total: Preparer: JNM 2018 Union Work Equipment Mechanics 0.00% Material Default to: Inventory 2018 Corporate Management and Inspection 64.76% Rail Weight: 136 2018 Corporate Engineering and Design 64.76% Material Additive Rate: 5.00% 2018 Union Transportation 64.52% 2018 Union Maintenance of Way 64.76% Complex Items Used for this Estimate: ItemID Description: Quantity Unit Production Unit Production Rate S001 CREW 25 DY 1 N/A Additional Items Used for this Estimate: Item ID Description QI UI R1 Q2 U2 _R2 Q3 U3 R3 Total: 0 $0.00 0 V$0.00 0 $0.00 $0.00 134S OFFICE ENGINEER 0 EA $0.00 160 HR $37.00 0 HR $55.50 $5,920.00 237S 3/4 TN SIGNAL MAINT TRU 0 DY $0.00 10 DY $400.83 0 DY $0.00 $4,008.30 RC504 LATTICE BOOM CRANE 0 DY $0.00 25 DY $248.43 0 DY $0.00 $6,210.75 S 249 CREW CAB PICKUP(90782 0 DY $0.00 25 DY $77.80 0 DY $0.00 $1,945.00 S114 SIGNAL TESTMAN 0 EA $0.00 200 HR $34.44 100 HR $51.66 $12,054.00 S115 SIGNAL FOREMAN 0 EA $0.00 200 HR $34.60 100 HR $51.90 $12,110.00 S116 LEAD SIGNALMAN 0 EA $0.00 200 HR $34.27 100 HR $51.41 $11,995.00 SI 17 SIGNALMAN X4 0 EA $0.00 800 HR $33.90 400 HR $50.85 $47,460.00 S228 TRENCHER/BACKHOE(D 0 DY $0.00 25 DY $248.35 0 DY $0.00 $6,208.75 S312 06-58145-8 ARRESTER LIG 12 EA $24.00 0 EA $24.00 0 $0.00 $288.00 S317 06-94046-4 CABLE POWER 300 FT $5.97 0 FT $5.97 0 $0.00 $1,791.00 S318 06-94206-4 CABLE TRACK 2000 FT $2.80 0 FT $2.80 0 $0.00 $5,600.00 S321 06-94220-5 CABLE UG 5/C# 1500 FT $4.60 0 FT $4.60 0 $0.00 $6,900.00 S329 06-92450-0 FOUNDATION 2 EA $2,600.00 0 EA $2,600.00 0 $0.00 $5,200.00 S366 06-94020-9 WIRE CASE FL 1250 FT $15.25 0 FT $1.52 0 $0.00 $19,062.50 S367 06-94026-6 WIRE CASE FL 1500 FT $7.00 0 FT $0.70 0 $0.00 $10,500.00 S369 27'WALKOUT CANTILEVE 2 EA $25,000.00 0 EA $25,000.00 0 $0.00 $50,000.00 Page 2 of 10(Estimate Report) Estimate for File District: Milwaukee District-West Line Limits: 38.65-39.65 Created: 6/25/2018 Number: Name: McLean Blvd. Modified: 6/27/2018 Forces Used: Metra Printed: 6/27/2018 Item ID Description QI U1 RI Q2 U2 R2 Q3 U3 R3 Total: S373 RELAY HOUSE 10X8 ALUM 1 EA $30,000.00 0 EA $30,000.00 0 $0.00 $30,000.00 $427 06-55404-2 BATTERY MTC 7 EA $231.00 0 $0.00 0 $0.00 $1,617.00 S428 06-55406-7 BATTERY MTC 14 EA $280.50 0 $0.00 0 $0.00 $3,927.00 S429 06-13750-9 BELL LOUD 5" 1 EA $521.00 0 $0.00 0 $0.00 $521.00 S438 06-94216-3 CABLE UG 71C# 1200 FT $12.26 0 $0.00 0 $0.00 $14,712.00 S466 06-13060-3 CROSSARM 12 4 EA $1,325.61 0 $0.00 0 $0.00 $5,302.44 S468 06-13125-4 CROSSARM 12 2 EA $700.70 0 $0.00 0 $0.00 $1,401.40 S468 06-13125-4 CROSSARM 12 2 EA $700.70 0 $0.00 0' $0.00 $1,401.40 S475 06-58150-8 EQUALIZER,H 4 EA $22.97 0 $0.00 0 $0.00 $91.88 S477 06-92300-7 FOUNDATION 2 EA $495.00 0 $0.00 0 $0.00 $990.00 S484 06-12124-8 GATEARM FIB 2 EA $176.58 0 $0.00 0 $0.00 $353.16 S525 06-42685-2 MDSA-2 MD SU 2 EA $628.00 0 $0.00 0 $0.00 $1,256.00 S540 06-74910-5 PLUG BOARD 6 EA $40.92 0 $0.00 0 $0.00 $245.52 S548 06-56040-3 RECT.ELEC 12 3 EA $1,043.00 0 $0.00 0 $0.00 $3,129.00 S554 06-74121-9 RELAY 81 500 6 EA $344.30 0 $0.00 0 $0.00 $2,065.80 S589 06-41402-3 SHUNT NBS-1 4 EA $362.00 0 $0.00 0 $0.00 $1,448.00 S618 06-58826-3 SURGE PROT 4 EA $225.00 0 $0.00 0 $0.00 $900.00 S631 00-00000-0 TRACK CONNE 8 OT $24.20 0 $0.00 0 $0.00 $193.60 S633 42-29030-4 PIPE IRON 4"2 8 EA $132.00 0 $0.00 0 $0.00 $1,056.00 S639 Crossing Gate-S60-Compl 2 $15,000.00 0 $0.00 0 $0.00 $30,000.00 S639 CWTD-ElectroLoglXS-XP 1 $30,000.00 0 $0.00 0 $0.00 $30,000.00 S639 CWTD-ElectroLoglXS-XP 1 $22,000.00 0 $0.00 0 $0.00 $22,000.00 S639 Crossing Indicator Light 1 $800.00 0 $0.00 0 $0.00 $800.00 S639 Insulated Bondstrand 250 $1.74 0 $0.00 0 $0.00 $435.00 S639 TF-210HZ 4 $500.00 0 $0.00 0 $0.00 $2,000.00 S639 AC Meter Service 1 $3,500.00 0 $0.00 0 $0.00 $3,500.00 S999 SIGNAL MAINTAINER 0 EA $0.00 40 HR $33.76 20 HR $50.64 $2,363.20 Page 3 of 10(Estimate Report) Estimate for File District: Milwaukee District-West Line Limits: 38.65-39.65 Created: 6/25/2018 Number: Name: McLean Blvd. Modified: 6/27/2018 Forces Used: Metra Printed: 6/27/2018 Overall Project Estimate Union Labor Standard Overtime Description Hours Rate Hours Rate Total Labor SIGNAL TESTMAN 200 $34.44 100 $51.66 $12,054 SIGNAL FOREMAN 200 $34.60 100 $51.90 $12,110 LEAD SIGNALMAN 200 $34.27 100 $51.41 $11,995 SIGNALMAN X4 800 $33.90 400 $50.85 $47,460 SIGNAL MAINTAINER 40 $33.76 20 $50.64 $2,363 Total Labor w/o Additives: $85,982 Maintenance of Way: 64.76% $55,682 Transportation: 64.52% $0 Total Labor w/Additives: $141,664 Corporate Labor Standard Overtime Description Hours Rate Hours Rate Total Labor OFFICE ENGINEER 160 $37.00 0 $55.50 $5,920 Total Labor w/o Additives: _ $5,920 Management and Inspection: 64.76% $0 Engineering and Design: 64.76% $3,834 Total Labor w/Addltives: $9,754 Total Labor: $151,418 Equipment Force Account: $18,373 Equipment Leased: $0 Total Equipment: $18,373 Materials Force Account: $271,622 Materials to be Bid: $0 Total Materials: $271,622 Miscellaneous Expenses: $0 Total Miscellaneous Expenses: $0 Other: $0 Total Other: so Grand Total: $441,413 Page 4 of 10(Estimate Report) Estimate for File District: Milwaukee District-West Line Limits: 38.65-39.65 Created: 6/25/2018 Number: Name: McLean Blvd. Modified: 6/27/2018 Forces Used: Metra Printed: 6/27/2018 Force Account Estimate Union Labor Standard Overtime Description Hours Rate Hours Rate Total Labor SIGNAL TESTMAN 200 $34.44 100 51.66 $12,054 SIGNAL FOREMAN 200 $34.60 100 51.9 $12,110 LEAD SIGNALMAN 200 $34.27 100 51.41 $11,995 SIGNALMAN X4 800 $33.90 400 50.85 $47,460 SIGNAL MAINTAINER 40 $33.76 20 50.64 $2,363 Total Labor w/o Additives: $85,982 Maintenance of Way: 64.76% $55,682 Transportation: 64.52% $0 Total Labor w/Additives: $141,664 Corporate Labor Standard Overtime Description Hours Rate Hours Rate Total Labor OFFICE ENGINEER 160 $37.00 0 55.5 $5,920 Total Labor w/o Additives: $5,920 Management and Inspection: 64.76% $0 Engineering and Design: 64.76% $3,834 Total Labor w/Additives: $9,754 Equipment Force Account- $18,373 Total Labor: $151,418 Equipment Leased: $0 Total Equipment: $18,373 Materials Force Account: $271,622 Materials to be Bid: $0 Total Materials: $271,622 Miscellaneous Expenses: $0 Total Miscellaneous Expenses: $0 Other: $0 Total Other: $0 Grand Total: $441,413 Funding MI Purchasing ED Construction Equipment Breakdown 003 004 005 006 017 $0 $271,622 $9,754 $141,664 $18,373 Page 5 of 10(Estimate Report) Estimate for File District: Milwaukee District-West Line Limits: 38.65-39.65 Created: 6/25/2018 Number: Name: McLean Blvd. Modified: 6/27/2018 Forces Used: Metra Printed: 6/27/2018 Force Account Equipment Corporate Description Days Rate Total 3/4 TN SIGNAL MAINT TRUCK(9090 10 $400.83 $4,008.30 LATTICE BOOM CRANE 25 $248.43 $6,210.75 CREW CAB PICKUP(90782) 25 $77.80 $1,945.00 TRENCHER/BACKHOE(DW 317 95) 25 $248.35 $6,208.75 Total Equipment 85 $18,373 Page 6 of 10(Estimate Report) Estimate for File District: Milwaukee District-West Line Limits: 38.65-39.65 Created: 6/25/2018 Number: Name: McLean Blvd. Modified: 6/27/2018 Forces Used: Metra Printed: 6/27/2018 Labor Breakdown by Complex Item _ Standard/Overtime Additive Grand ComplexlD/Description Function Hours Rate Total Amount Total Total Additional SIGNAL MAINTAINER 40 33.76 1,350 64.76% $1,530 $3,894 20 50.64 1,013 OFFICE ENGINEER 160 37.00 5,920 64.76% $3,834 $9,754 0 55.50 0 LEAD SIGNALMAN 200 34.27 6,854 64.76% $7,768 $19,763 100 51.41 5,141 SIGNAL FOREMAN 200 34.60 6,920 64.76% $7,842 $19,952 100 51.90 5,190 SIGNAL TESTMAN 200 34.44 6,888 64.76% $7,806 $19,860 100 51.66 5,166 SIGNALMAN X4 800 33.90 27,120 64.76% $30,735 $78,195 400 50.85 20,340 Function Subtotal 1,600 $55,052 $59,516 $151,418 720 $36,850 Complex Item SubTotal 1,800 $55,052 $59,516 $151,418 720 $36,850 Total 1,600 $55,052 $59,516 $151,418 720 $36,850 Page 7 of 10(Estimate Report) Estimate for File District: Milwaukee District-West Line Limits: 38.65-39.65 Created: 6/25/2018 Number: Name: McLean Blvd. Modified: 6/27/2018 Forces Used: Metra Printed: 6/27/2018 Equipment by Complex Items Leased Corporate Complex ID/Description Function Days Rate Total Days Rate Total ConiplextD: Additional 3/4 TN SIGNAL MAINT TRUCK 0.00 $0.00 $0.00 10.00 $400.83 $4,008 CREW CAB PICKUP(90782) 0.00 $0.00 $0.00 25.00 $77.80 $1,945 LATTICE BOOM CRANE 0.00 $0.00 $0.00 25.00 $248.43 $6,211 TRENCHER/BACKHOE(DW 3 0.00 $0.00 $0.00 25.00 $248.35 $6,209 Total by Complex Item 0.00 $0.00 85.00 $18,373 Total Equipment 0.00 $0.00 85.00 $18,373 Page 8 of 10(Estimate Report) Estimate for File District: Milwaukee District-West Line Limits: 38.65-39.65 Created: 6/25/2018 Number: Name: McLean Blvd. Modified: 6/27/2018 Forces Used: Metra Printed: 6/27/2018 Force Account Materials Corporate Description Quantity Rate Total 06-55404-2 BATTERY MTC 7 $231.00 $1,617 06-94206-4 CABLE TRACK 2 2,000 $2.80 $5,600 06-74121-9 RELAY B1 500 0 6 $344.30 $2,066 Crossing Gate-S60-Compl 2 $15,000.00 $30,000 06-94220-5 CABLE UG 51C# 1,500 $4.60 $6,900 06-94216-3 CABLE UG 7/C# 1,200 $12.26 $14,712 RELAY HOUSE 10X8 ALUM 1 $30,000.00 $30,000 06-74910-5 PLUG BOARD KI 6 $40.92 $246 CWTD-ElectroLoglXS-XP4 1 $22,000.00 $22,000 06-56040-3 RECT.ELEC 12 3 $1,043.00 $3,129 06-55406-7 BATTERY MTC 14 $280.50 $3,927 06-13060-3 CROSSARM 12" 4 $1,325.61 $5,302 06-13125-4 CROSSARM 12" 2 $700.70 $1,401 06-92450-0 FOUNDATION C 2 $2,600.00 $5,200 06-41402-3 SHUNT NBS-1 2 4 $362.00 $1,448 06-13125-4 CROSSARM 12" 2 $700.70 $1,401 CWTD-ElectroLoglXS-XP4 1 $30,000.00 $30,000 06-58826-3 SURGE PROT T 4 $225.00 $900 06-58145-8 ARRESTER LIG 12 $24.00 $288 06-94026-6 WIRE CASE FLE 1,500 $7.00 $10,500 06-94020-9 WIRE CASE FLE 1,250 $15.25 $19,063 AC Meter Service 1 $3,500.00 $3,500 TF-210HZ 4 $500.00 $2,000 Insulated Bondstrand 250 $1.74 $435 06-42685-2 MDSA-2 MD SU 2 $628.00 $1,256 00-00000-0 TRACK CONNE 8 $24.20 $194 06-58150-8 EQUALIZER,HE 4 $22.97 $92 42-29030-4 PIPE IRON 4"21 8 $132.00 $1,056 06-92300-7 FOUNDATION C 2 $495.00 $990 06-13750-9 BELL LOUD 5"1 1 $521.00 $521 06-12124-8 GATEARM FIBG 2 $176.58 $353 06-94046-4 CABLE POWER 300 $5.97 $1,791 27'WALKOUT CANTILEVER 2 $25,000.00 $50,000 Crossing Indicator Light 1 $800.00 $800 Total Materials 8,106 $258,688 Material Additives: $12,934 Materials with Additives: $271,622 Page 9 of 10(Estimate Report) Estimate for File District: Milwaukee District-West Line Limits: 38.65-39.65 Created: 6/25/2018 Number: Name: McLean Blvd. Modified: 6/27/2018 Forces Used: Metra Printed: 6/27/2018 Materials by Complex Item Corporate Bid Complex Item/Description Function Quantity Rate Total Quantity Rate Total Additional 06-55404-2 BATTERY MTC 7.00 $231.00 $1,617.00 0.00 $0.00 $0.00 06-94206-4 CABLE TRACK 2 2,000.00 $2.80 $5,600.00 0.00 $2.80 $0.00 06-74121-9 RELAY B1 500 0 6.00 $344.30 $2,065.80 0.00 $0.00 $0.00 Crossing Gate-S60-Compl 2.00 $15,000.00 $30,000.00 0.00 $0.00 $0.00 06-94220-5 CABLE UG 5/C# 1,500.00 $4.60 $6,900.00 0.00 $4.60 $0.00 06-94216-3 CABLE UG 7/C# 1,200.00 $12.26 $14,712.00 0.00 $0.00 $0.00 RELAY HOUSE 10X8 ALUM 1.00 $30,000.00 $30,000.00 0.00 $30,000.00 $0.00 06-74910-5 PLUG BOARD KI 6.00 $40.92 $245.52 0.00 $0.00 $0.00 CWTD-ElectroLoglXS-XP4 1.00 $22,000.00 $22,000.00 0.00 $0.00 $0.00 06-56040-3 RECT.ELEC 12 3.00 $1,043.00 $3,129.00 0.00 $0.00 $0.00 06-55406-7 BATTERY MTC 14.00 $280.50 $3,927.00 0.00 $0.00 $0.00 06-13060-3 CROSSARM 12" 4.00 $1,325.61 $5,302.44 0.00 $0.00 $0.00 06-13125-4 CROSSARM 12" 2.00 $700.70 $1,401.40 0.00 $0.00 $0.00 06-92450-0 FOUNDATION C 2.00 $2,600.00 $5,200.00 0.00 $2,600.00 $0.00 06-41402-3 SHUNT NBS-1 2 4.00 $362.00 $1,448.00 0.00 $0.00 $0.00 06-13125-4 CROSSARM 12" 2.00 $700.70 $1,401.40 0.00 $0.00 $0.00 CWTD-ElectroLoglXS-XP4 1.00 $30,000.00 $30,000.00 0.00 $0.00 $0.00 06-58826-3 SURGE PROT T 4.00 $225.00 $900.00 0.00 $0.00 $0.00 06-58145-8 ARRESTER LIG 12.00 $24.00 $288.00 0.00 $24.00 $0.00 06-94026-6 WIRE CASE FLE 1,500.00 $7.00 $10,500.00 0.00 $0.70 $0.00 06-94020-9 WIRE CASE FLE 1,250.00 $15.25 $19,062.50 0.00 $1.52 $0.00 AC Meter Service 1.00 $3,500.00 $3,500.00 0.00 $0.00 $0.00 TF-210HZ 4.00 $500.00 $2,000.00 0.00 $0.00 $0.00 Insulated Bondstrand 250.00 $1.74 $435.00 0.00 $0.00 $0.00 06-42685-2 MDSA-2 MD SU 2.00 $628.00 $1,256.00 0.00 $0.00 $0.00 00-00000-0 TRACK CONNE 8.00 $24.20 $193.80 0.00 $0.00 $0.00 06-58150-8 EQUALIZER,HE 4.00 $22.97 $91.88 0.00 $0.00 $0.00 42-29030-4 PIPE IRON 4"21 8.00 $132.00 $1,056.00 0.00 $0.00 $0.00 06-92300-7 FOUNDATION C 2.00 $495.00 $990.00 0.00 $0.00 $0.00 06-13750-9 BELL LOUD 5"1 1.00 $521.00 $521.00 0.00 $0.00 $0.00 06-12124-8 GATEARM FIBG 2.00 $176.58 $353.16 0.00 $0.00 $0.00 06-94046-4 CABLE POWER 300.00 $5.97 $1,791.00 0.00 $5.97 $0.00 27'WALKOUT CANTILEVER 2.00 $25,000.00 $50,000.00 0.00 $25,000.00 $0.00 Crossing Indicator Light 1.00 $800.00 $800.00 0.00 $0.00 $0.00 Materials by Complex Item 8,106 $258,688 0 $0 Total Materials 8,106 $258,688 0 $0 Page 10 of 10(Estimate Report) EXHIBIT B ILLINOIS DEPARTMENT OF TRANSPORTATION BUY AMERICA CERTIFICATE OF COMPLIANCE Agreement No. N/A Job No. C-91-372-14 WE, Northeast Illinois Regional Commuter Railroad Corporation and the Commuter Rail Division of the Regional Transportation Authority D/B/A Metra (UTILITY/RAILROAD OWNER) 547 West Jackson, Chicago Illinois 60661 Address: Hereby certify that we are in compliance with the "Buy America" requirements of this project. As required, we will maintain all records and documents pertinent to the Buy America requirement, at the address given above, for not less than 3 years from the date of project completion and acceptance. These files will be available for inspection and verification by the Department and/or FHWA. We further certify that the total value of foreign steel as described in the Buy America requirements for this project does not exceed one-tenth of one percent(0.1%) of the total contract price or$2,500.00, whichever is greater. Signed by Title d hies ete�G/�c¢�e t" 7 Printed Name e l soe#63t x,G4a / 2 018 lle day of , C-91-372-14 13 Revised November 5, 2018 { EXHIBIT C TIN CERTIFICATION The COMPANY certifies that: 1. The number shown on this form is the COMPANY's correct taxpayer identification number(or the COMPANY is waiting for a number to be issued to them), and 2. The COMPANY is not subject to backup withholding because: (a) the COMPANY is exempt from backup withholding, or (b) the COMPANY has not been notified by the Internal Revenue Service (IRS) that the COMPANY is subject to backup withholding as a result of a failure to report all interest or dividends, or(c) the IRS has notified the COMPANY, that the COMPANY is no longer subject to back-up withholding, and 3. The COMPANY's person with signatory authority for this Agreement is a U. S. person (including a U.S. resident alien). Taxpayer Identification Number: 3 -3 I Z Liy7 Legal Status Individual x Government Sole Proprietor _ Nonresident Alien Partnership/Legal Corporation _ Estate or Trust Tax-exempt _ Pharmacy ( Non Corp.) Corporation providing or billing _ Pharmacy/Funeral home medical and/or health care services /Cemetery Corporation NOT providing or billing _ Limited Liability Company (select medical and/or health care services applicable tax classification) Other 0 D= Disregarded entity ❑ C= Corporation ❑ P= Partnership C-91-372-14 14 Revised November 5, 2018 2067+46 MCLEAN BLVD. 6" CURB —6" CURB N a 1 BIG TIMBER ROAD a 1 STANDARD CANTILEVER FOUNDATION TO AL MORA ., STANDARD SIGNAL TO ELGIN EAST FOUNDATION 4'3" 17' .. 1 B9' 1 12' z 0 2 I 12' I —REVISIONS'. , an 2 0 1 17' a 4'3" STANDARD SIGNAL O- FOUNDATION 1 N; ENLARGED VIEW OF CROSSING SHOWING LOCATION OF SIGNAL FOUNDATIONS ....--62'--` STANDARD CANTILEVER FOUNDATION u- - NOT TO SCALE - 1 _ THIS SHEET TIMBER DRIVE ALL NEW 1 i CHECK DOTS+ 372-246Y 08/10/18 ¢ etra SIGNAL ENGINEERING CHICAGO. ILLINOIS i ICHICAGO TO ELGIN MCLEAN BOULEVARD. ELGIN ENLARGED VIEW o ���39rot. .14 SH.1 THRU 17 08/10/18 ' ttwro QOM onto° ,/NOOK CO _ moon , MYwiei�.___._. MW/W 39.14 SH. 16