2019 track rehabilitation project south charleston … 1 bid document.pdf2019 track rehabilitation...

88
2019 Track Rehabilitation Project South Charleston Line West Central Ohio Port Authority Indiana & Ohio Railroad The following documents will constitute Addendum #1 to the West Central Ohio Port Authority Invitation for Bids: 2019 South Charleston Line Track Rehabilitation Project that was dated April 8, 2019. The papers, plans, and specifications that were included with the WESTCO Invitation for Bids are modified as follows: General Comments: The bid due date has been changed. We have pushed it back a couple of days to Tuesday, May 14 th , 2019 by 2:00 pm We are still working to gather information on the crossings. That will be released in addendum 2 soon. Track charts have been provided. The intial link to the GWRR Code of Ethics in the bid document didn’t work. The link is https://ir.gwrr.com/document-library/company-code-ethics . Responses to Bidder Questions: 1) Are prevailing wages required on the project? No. 2) We are assuming the work required at the public crossings will be per the G&W specification section for Concrete, Timber, and Composite Crossings and the BNSF drawing #225302 which is included in the documents. The drawing shows 8’6” crossties in the crossing. Are 10’ ties in the crossing required? 10 ft ties are required. 3) Is the ballast required for these new crossings going to be paid for in item #11, Ballast or is ballast incidental to the crossing work? Ballast is incidental to the crossing work. 4) What type of 6” under drain is required? CMP or equivalent. 5) What are the approach limits from the edge of the crossing timbers at each crossing? 2 feet. Include the asphalt pay item in the crossings (#5) bid item. 6) Is filter fabric required? No. 7) Is the ballast required to place in the Private crossings going to be paid for in item #11, Ballast or is this ballast incidental to the crossing work? Ballast is incidental to the crossing work.

Upload: others

Post on 17-Jul-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: 2019 Track Rehabilitation Project South Charleston … 1 Bid Document.pdf2019 Track Rehabilitation Project South Charleston Line West Central Ohio Port Authority Indiana & Ohio Railroad

2019 Track Rehabilitation Project South Charleston Line

West Central Ohio Port Authority Indiana & Ohio Railroad

The following documents will constitute Addendum #1 to the West Central Ohio Port Authority Invitation for Bids: 2019 South Charleston Line Track Rehabilitation Project that was dated April 8, 2019. The papers, plans, and specifications that were included with the WESTCO Invitation for Bids are modified as follows: General Comments:

• The bid due date has been changed. We have pushed it back a couple of days to Tuesday, May 14th, 2019 by 2:00 pm

• We are still working to gather information on the crossings. That will be released in addendum 2

soon.

• Track charts have been provided.

• The intial link to the GWRR Code of Ethics in the bid document didn’t work. The link is https://ir.gwrr.com/document-library/company-code-ethics.

Responses to Bidder Questions: 1) Are prevailing wages required on the project? No. 2) We are assuming the work required at the public crossings will be per the G&W specification section for Concrete, Timber, and Composite Crossings and the BNSF drawing #225302 which is included in the documents. The drawing shows 8’6” crossties in the crossing. Are 10’ ties in the crossing required? 10 ft ties are required. 3) Is the ballast required for these new crossings going to be paid for in item #11, Ballast or is ballast incidental to the crossing work? Ballast is incidental to the crossing work. 4) What type of 6” under drain is required? CMP or equivalent. 5) What are the approach limits from the edge of the crossing timbers at each crossing? 2 feet. Include the asphalt pay item in the crossings (#5) bid item. 6) Is filter fabric required? No. 7) Is the ballast required to place in the Private crossings going to be paid for in item #11, Ballast or is this ballast incidental to the crossing work? Ballast is incidental to the crossing work.

Page 2: 2019 Track Rehabilitation Project South Charleston … 1 Bid Document.pdf2019 Track Rehabilitation Project South Charleston Line West Central Ohio Port Authority Indiana & Ohio Railroad

8) In Section 500-1(a), paragraph 3. Materials, a, it says that all material installed under this contract shall be provided by the Railroad. Can we assume this is a mistake and the contractor will furnish all material? Yes. The contractor will furnish all materials. 9) Can you provide the name of a local approved ballast supplier? National Lime and Stone or Melvin Stone. 10) Reference the Bid Form with unit prices. On a few pages past the unit price bid form there is another sheet, Rehabilitation Work Summary. Should we assume that the cost for Mobilization and Demobilization, Performance Bond, Labor and Material Bond, Railroad Protective Insurance and the GWRR Right of Way Entry Permit will not be included in our unit prices on the Bid Form? Do not include these items in your unit price bid summary. They are to be specified on the rehabilitation work summary. 11) Bid items 6-11 are for material only. In which bid item should the costs to install the new anchors be included? Item #1, Ties. 12) Bid items 6-11 are for material only. In which bid item should the costs to install ballast be included? Item #2 surfacing. 13) The document says to expect at least 2 trains per day. Will there be any trains running on the weekends? There are operations on Saturday. The railroad will work with the contractor to establish work windows around operations. 14) There are 7 new public crossings that require Rail Seal. Please provide details for the Rubber Rail Seal crossings? Are 10’ ties required? Any supplier requirements for the rail seal? Spec ES6005.3 “Rubber Flangeway-Rail Seal Specification” has been added to the bid document. There are not any supplier requirements for the rail seal. 15) Will the contractor be required to have their workers attend ROW or safety training prior to starting work? Yes, any worker performing work on railroad property is required to have RWP training. 16) Will the rail in the crossings be replaced? If there are joints within the crossing the rail will need to be replaced. If after opening up the crossing it is determined that the rail is deteriorated, it will need to be replaced. Any rail replaced as a part of this job will be handled via a change order. 17) How many feet from the crossing are rail joints allowed to be present? 10 feet 18) Are all of the private crossings going to be dug out? Ballast is to be removed and crossing restored to the same condition (or better). 19) Are the replacement ties within the crossings coming out of the 3,300 quantity? Yes 20) Will flagging be required for the project? Yes. Flagging was intentionally left out of the bid document. The contractor is to pay for the flagging up front and then submit those costs to WESTCO for reimbursement via change order.

Page 3: 2019 Track Rehabilitation Project South Charleston … 1 Bid Document.pdf2019 Track Rehabilitation Project South Charleston Line West Central Ohio Port Authority Indiana & Ohio Railroad

21) Can we include the overhead for the bond for the project when we submit for the flagging change order? Yes 22) The bid sheet calls for AREMA #4 ballast spec, but the crossing spec states ODOT approved source. Can we use ODOT stone or does it have to be AREMA? AREMA 23) Is the railroad providing ballast cars? No 24) How much of a window is there between the two daily trains? Anywhere from 6-10 hours, but this is subject to change. 25) Will tie plates be replaced via change order or added to the bid form? We have added an OTM bid line item to account for replacing tie plates. 26) Is the rail CWR? No, this track is jointed.

Page 4: 2019 Track Rehabilitation Project South Charleston … 1 Bid Document.pdf2019 Track Rehabilitation Project South Charleston Line West Central Ohio Port Authority Indiana & Ohio Railroad
Page 5: 2019 Track Rehabilitation Project South Charleston … 1 Bid Document.pdf2019 Track Rehabilitation Project South Charleston Line West Central Ohio Port Authority Indiana & Ohio Railroad

WESTCO INVITATION FOR BIDS RAILROAD REHABILITATION PROJECT

(South Charleston Line)

1 of 5

WEST CENTRAL OHIO PORT AUTHORITY

INVITATION FOR BIDS

2019 TRACK REHABILIATION PROJECT April 8, 2019

Page 6: 2019 Track Rehabilitation Project South Charleston … 1 Bid Document.pdf2019 Track Rehabilitation Project South Charleston Line West Central Ohio Port Authority Indiana & Ohio Railroad

WESTCO INVITATION FOR BIDS RAILROAD REHABILITATION PROJECT

(South Charleston Line)

2 of 5

GENERAL Sealed bids will be received by the West Central Ohio Port Authority (WESTCO) in the offices of the Transportation Coordinating Committee, Springview Government Center, 3130 East Main Street, Suite 2A, Springfield, Ohio 45505 until Tuesday, May 14 2019 at 2:00 p.m. local time for railroad track rehabilitation on the South Charleston Line in Fayette and Madison County, Ohio.

The South Charleston Line is operated by the Indiana & Ohio Railway Company (IORY). All work by the contractor must be coordinated with the IORY.

SCOPE The scope of work is described in the Project Scope of Work and Project Specifications.

The IORY will make periodic inspections of the work to verify adherence to the plans and specifications as well as adherence to all Genesee and Wyoming safety requirements.

LINE ITEM BID All bids must be on the WESTCO Bid Proposal form provided. Prices must be submitted for all individual items of this Bidding Proposal in accordance with the project Scope of Work for WESTCO 2019 Track Rehabilitation Project.

PROJECT SCHEDULE The South Charleston line is used as-needed by the IORY. Typically, it is anticipated that clearing will be necessary for two to three trains per day. Weekend work is available if contractor would like more continuous work time. Specific work times can be coordinated with the IORY.

It is envisioned that the “Notice-to-Proceed” will be issued on or about May 16, 2019 upon execution of the contract. Actual track time must be arranged with the IORY. All work must be completed by September 23, 2019, unless interim progress is approved by WESTCO.

BID INFORMATION Bids will be received for this project until Tuesday, May 14, 2019 at 2:00 p.m. local time at the address listed below. Mailed bids must be delivered, by the time specified above, to the following address:

West Central Ohio Port Authority Springview Government Center 3130 E. Main Street, Suite2B Springfield, OH 45505

Each Bid must be submitted in a sealed envelope, and addressed to the West Central Ohio Port Authority, at above address. Each sealed envelope containing a Bid must be plainly marked on the outside as "Bid: WESTCO 2019 Track Rehabilitation Project", and the envelope should bear on the outside the name of the Bidder and address. All Bids must be made on the required Bid form. The Bid form must be fully completed and executed when submitted. Any Bid may be withdrawn before the above scheduled time for the opening of Bids or authorized postponement thereof. Any Bid received after the time and date specified above will not be considered.

Bids must be accompanied by a Bid Guaranty and Contract Bond in accordance with Section 153.54 of the Ohio Revised Code. Bid security furnished in Bond form shall be in the full

Page 7: 2019 Track Rehabilitation Project South Charleston … 1 Bid Document.pdf2019 Track Rehabilitation Project South Charleston Line West Central Ohio Port Authority Indiana & Ohio Railroad

WESTCO INVITATION FOR BIDS RAILROAD REHABILITATION PROJECT

(South Charleston Line)

3 of 5

amount of the bid. The bond must be issued by a Surety Company or Corporation licensed in the State of Ohio to provide said surety. Bid security furnished in the form of a certified check or cashier's check, shall be equal to 10% of the bid. Checks should be made payable to the West Central Ohio Port Authority. Failure to submit a proper Bid Guaranty automatically invalidates the bid.

Each bid shall include:

• Bid Proposal Form (signed) • Bid Guaranty • Bidder’s Non Collusion Bid Affidavit (signed and notarized) • Bidder’s Personal Property Tax Statement (signed and notarized) • GWI Code of Ethics and Conduct (signed) • GWI Contractor Safety Rules (signed)

Each Bid must be fully executed and complete with the above items to be considered by WESTCO.

BID OPENING Bids will be opened and read aloud on Tuesday, May 14, 2019 at 2:00 p.m. local time in the WESTCO Lobby, Springview Government Center, 3130 East Main Street, Springfield, Ohio 45505. The WESTCO lobby can be found within the WESTCO/TCC offices on the 2nd floor of the Springview Government Center.

No bidder may withdraw a bid within ninety (90) days after the actual date of the opening thereof.

WESTCO reserves the right to reject any Bid if WESTCO, after investigation, is not satisfied the Bidder is properly qualified to carry out the obligation of the Agreement and to complete the work contemplated. Bidders, subcontractors or suppliers that are debarred from participating on state-assisted contracts will be disqualified.

PRE-BID MEETING (Non-mandatory) To assist all potential Bidders on this project, WESTCO will hold a non-mandatory pre-bid conference on Wednesday, A p r i l 2 4 , 2019 at 10:00 am local time in the large 1st

floor Conference Room #151AB, Springview Government Center, 3130 East Main Street, Springfield, Ohio 45505.

CONTRACT AWARD The project will be awarded on Wednesday, May 15, 2019 at the WESTCO Board Meeting to the lowest responsive qualified Bidder as determined by WESTCO, unless extended by WESTCO.

PERFORMANCE and PAYMENT BONDS The successful Bidder will be required to furnish Performance and Payment Bonds in amounts equal to one hundred percent (100%) of the project price, said Bonds to be issued by a responsible surety approved by WESTCO, and shall guarantee the prompt payment for all materials and labor and protect and hold harmless WESTCO and the IORY and its affiliates and each of their officers, directors, employees and agents from claims and damages of any kind caused by the operation of the Contractor or his subcontractors.

Page 8: 2019 Track Rehabilitation Project South Charleston … 1 Bid Document.pdf2019 Track Rehabilitation Project South Charleston Line West Central Ohio Port Authority Indiana & Ohio Railroad

WESTCO INVITATION FOR BIDS RAILROAD REHABILITATION PROJECT

(South Charleston Line)

4 of 5

The successful bidder to whom the Project is awarded will be required to execute a contract and obtain the Performance Bonds and Payment Bonds within seven (7) calendar days from the date when the Notice of Award is delivered to the Bidder. The Notice of Award shall be accompanied by the necessary Contract. In case of failure of Bidder to execute the Contract, WESTCO may consider the Bidder in default.

WESTCO, within three (3) days of receipt of acceptable Performance Bond, Payment Bond and Contract signed by the party to whom the Project was awarded, shall sign the Contract and return to such party an executed duplicate of the Contract. Should WESTCO not execute the Contract within such period, the successful bidder may, by Written Notice withdraw his/her/its signed Contract. Such notice of withdrawal shall be effective upon receipt of the notice by WESTCO.

The Notice to Proceed is proposed to be issued on or about May 16, 2019. Should there be reasons why the Notice to Proceed cannot be issued; the time may be extended by mutual agreement between WESTCO and the Contractor.

TAXES WESTCO is exempt from all Federal, State and local sales and/or excise taxes.

PAYMENT to the CONTRACTOR Payment to Contractor will be made by WESTCO within thirty (30) days of receipt of proper invoice and acceptance of the work by the IORY.

INSURANCE The Contractor, at his/her/its own cost and expense, shall have procured prior to commencement of any work under this contract, and shall maintain in full force and effect until all work has been completed and accepted, and shall require all subcontractors likewise to procure and maintain, unless they shall be covered by Contractor’s policies, insurance of the following kinds and minimum amounts:

1. Workmen’s Compensation Insurance, which fully meets the requirements of any

Workmen’s Compensation Law in force at the place where the work is to be performed. The Certificate must contain a specific waiver of the Insurance Company’s Subordination rights against WESTCO and the IORY.

2. Commercial General Liability insurance covering liability, including but not limited to Public Liability, Personal Injury and Property Damage, with coverage of at least $2,000,000 per occurrence and $6,000,000 in the aggregate. Where explosion, collapse, or underground hazards are involved, the X, C and U exclusions must be removed from the policy.

3. Automobile Liability insurance, including bodily injury and property damage, with

coverage of at least $1,000,000 combined single limit or the equivalent.

4. Railroad protective liability insurance covering all of the liability assumed by the Contractor under the provisions of this Agreement with coverage of at least $5,000,000 per occurrence and $10,000,000 in the aggregate. Said railroad protective liability insurance policy shall also name WESTCO and the IORY additional named insureds.”

Page 9: 2019 Track Rehabilitation Project South Charleston … 1 Bid Document.pdf2019 Track Rehabilitation Project South Charleston Line West Central Ohio Port Authority Indiana & Ohio Railroad

WESTCO INVITATION FOR BIDS RAILROAD REHABILITATION PROJECT

(South Charleston Line)

5 of 5

All insurance shall be placed with insurance companies licensed to do business in the States in which the work is to be performed, and with a current Best’s insurance guide rating of A and Class X, or better.

If any work is to be performed within fifty (50) feet of a railroad track, then insurance must provide for coverage of incidents occurring within fifty (50) feet of a railroad track, and any provision to the contrary in the insurance policy must be specifically deleted.

Railroad Right of Entry Permit Any entry or construction activities on railroad right of way must be authorized by the railroad in writing. Written authorization is obtained through a Right of Entry Permit or Contractor Occupancy/Access Agreement. The application is accessible via the link provided on the Genesee & Wyoming Real Estate page found below:

http://www.gwrr.com/real_estate/accessing_property

Page 10: 2019 Track Rehabilitation Project South Charleston … 1 Bid Document.pdf2019 Track Rehabilitation Project South Charleston Line West Central Ohio Port Authority Indiana & Ohio Railroad

1

AFFIDAVIT (To be filled in and executed if the Contractor is a Corporation)

STATE OF

COUNTY OF :

, being duly sworn, deposes and says that he is Secretary of , a Corporation organized and existing under and by virtue of the laws of the State of , and having its principal office at

(Number and Street) (City)

(Name of County) (State)

Affiant further says that _ the corporation is duly

(Name of Officer) (Title) authorized to sign the Contract for the Construction of WESTCO 2019 Track Rehabilitation Project for said Corporation by virtue of

(State whether a provision of by-laws or a resolution of the Board of Directors.)

(If by resolution, give date of adoption.)

(Signature) Sworn to before me and subscribed in my presence this day of , 20 .

Notary Public in and for

Page 11: 2019 Track Rehabilitation Project South Charleston … 1 Bid Document.pdf2019 Track Rehabilitation Project South Charleston Line West Central Ohio Port Authority Indiana & Ohio Railroad

2

CERTIFIED CHECK DOCUMENT

Accompanying this proposal is a bond for ($ _) Dollars, and it is agreed that if this proposal is accepted and the undersigned fail to enter into a contract and give satisfactory bond within ten (10) days after such acceptance, the said bond or certified check shall be forfeited to WESTCO, as liquidated damages.

The signers of this proposal, if not a corporation, are citizens of the United States.

THE FULL name of all persons, parties, or corporations interested in the foregoing bid as principals are as follows:

Page 12: 2019 Track Rehabilitation Project South Charleston … 1 Bid Document.pdf2019 Track Rehabilitation Project South Charleston Line West Central Ohio Port Authority Indiana & Ohio Railroad

3

BID GUARANTY AND CONTRACT BOND (Not to be filled out if a certified check, cashier’s check or letter of credit is submitted)

KNOW ALL MEN BY THESE PRESENTS: that we, the undersigned,

(Name and Address) as Principal, and ,

(Name of Surety) as sureties, are held and firmly bound unto West Central Ohio Port Authority, hereinafter called the Obligee, in the penal sum of the dollar amount of the bid submitted by the Principal to the Obligee on , 2019, to undertake the project known as: WESTCO 2019 Track Rehabilitation Project.

The penal sum referred to herein shall be the dollar amount of the Principal’s bid to the Obligee, incorporating any additive or deductive alternate proposals made by the Principal on the date referred to above the Obligee, which are accepted by the Obligee. In no case shall the penal sum exceed the amount of dollars ($ _). (If the above line is left blank, the penal sum will be the full amount of the Principal’s bid, including alternates. Alternatively, if completed, the amount stated must not be less than the full amount of the bid, including alternates, in dollars and cents. A percentage amount is not acceptable.) For the payment of the penal sum well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors, and assigns.

THE CONDITION OF THE ABOVE OBLIGATION IS SUCH, that whereas the above

named Principal has submitted a bid on the above referred to project.

NOW, THEREFORE, if the Obligee accepts the bid of the Principal and the Principal fails to enter into a proper contract in accordance with the bid, plans, details, specifications, and bills of material; and in the event the Principal pays to the Obligee the difference not to exceed ten percent of the penalty hereof between the amount specified in the bid and such larger amount for which the Obligee may in good faith contract with the next lowest bidder to perform the work covered by the bid; or in the event the Obligee does not award the contract to the next lowest bidder and resubmits the project for bidding, the Principal will pay the Obligee the difference not to exceed ten percent of the penalty hereof between the amount specified in the bid, or the new costs, in connection with the resubmission, of printing new contract documents, required advertising and printing and mailing notices to prospective bidders, whichever is less, than this obligation shall be null and void, otherwise to remain in full force and effect. If the Obligee accepts the bid of the Principal and the Principal within ten days after the awarding of the contract enters into a proper contract in accordance with the bid, plans, details, specifications, and bills of material, which said contract is made a part of this bond the same as though set forth herein, and

IF THE SAID Principal shall well and faithfully perform each and every condition of such

contract; and indemnify the Obligee against all damage suffered by failure to perform such contract according to the provisions thereof and in accordance with the plans, details, specifications, and

Page 13: 2019 Track Rehabilitation Project South Charleston … 1 Bid Document.pdf2019 Track Rehabilitation Project South Charleston Line West Central Ohio Port Authority Indiana & Ohio Railroad

4

bills of material therefore; and shall pay all lawful claims of subcontractors, materialmen, and laborers for labor performed and materials furnished in the carrying forward, performing, or completing of said contract; we agree and assenting that this undertaking shall be for the benefit of any materialman or laborer having a just claim, as well as for the Obligee herein; then this obligation shall be void; otherwise the same shall remain in full force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall in no event exceed the penal amount of this obligation as herein stated.

THE SAID Surety hereby stipulates and agrees that no modifications, omissions, or

additions, in or to the terms of said contract or in or to the plans and specifications therefore shall in any wise affect the obligations of said Surety of this bond, and it does hereby waive notice of any such modifications, omissions, or additions to the terms of the contract or to the work or to the specifications.

SIGNED AND SEALED this day of , 20 . PRINCIPAL: SURETY COMPANY ADDRESS:

_

By: _

TITLE:

Street

City State SURETY AGENT’S ADDRESS:

Agency’s Name

SURETY:

Street

City/State/Zip

BY: _

(Attorney-in-fact)

Page 14: 2019 Track Rehabilitation Project South Charleston … 1 Bid Document.pdf2019 Track Rehabilitation Project South Charleston Line West Central Ohio Port Authority Indiana & Ohio Railroad

5

PERSONAL PROPERTY TAX STATEMENT

State of

County of

I, , having been duly sworn, state that I am competent to testify to the following:

(Complete Applicable Statement)

( ) On _, I submitted a proposal or bid to the West Central Ohio Port Authority to provide the authority with . On said date, my firm owed no personal property tax to Fayette County, Ohio taxing districts, and, after checking with said districts, I have personal knowledge that I have not been charged with having any delinquent property tax owed to said districts.

( ) On _, I submitted a proposal or bid to the West Central Ohio Port Authority to provide the authority with . My firm is presently delinquent in the payment of personal property tax to Fayette County, Ohio taxing districts, and after checking with said districts, I have personal knowledge that my firm’s name appears on the records on one or more of said districts as delinquent in the payment of personal property taxes as follows: owed as delinquent taxes, and owed as penalties assessed against said delinquency. As part of the consideration for a contract to perform work, I hereby agree that this form be incorporated into said contract to perform work and further agree that proceeds from said contract shall be paid to the appropriate taxing district(s) in the amount of said delinquent tax and said assessed penalty prior to any payments being made to the proposer, bidder or said person under the contract.

Signed: Proposer/Bidder

Sworn to and subscribed before me, a Notary Public, on this day of , 20 .

Signed:

(SEAL) Notary Public

My commission expires .

Page 15: 2019 Track Rehabilitation Project South Charleston … 1 Bid Document.pdf2019 Track Rehabilitation Project South Charleston Line West Central Ohio Port Authority Indiana & Ohio Railroad

7

NON_COLLUSION BID AFFIDAVIT State of

County of , being first duly sworn, deposes and says that he/she

(Name) is for ,

(Position) (Name of Company) the party making the foregoing proposal or bid; that such proposal or bid is genuine and not collusive or sham; that said bidder has not colluded, conspired, connived, or agreed, directly or indirectly, with any bidder or person, to put in a sham bid or to refrain from bidding, and has not in any manner, directly or indirectly, sought by agreement or collusion, or communication or conference, with any person, to fix the bid price of affiant or of any other bidder, or to secure any advantage against the West Central Ohio Port Authority or any person interested in the proposed contract; and that all statements in said proposal or bid are true.

Signed: (Affiant)

Sworn to and subscribed before me, a Notary Public, on this day of . 20 .

(SEAL) Signed: (Notary Public)

My commission expires .

Page 16: 2019 Track Rehabilitation Project South Charleston … 1 Bid Document.pdf2019 Track Rehabilitation Project South Charleston Line West Central Ohio Port Authority Indiana & Ohio Railroad

8

Contracting Policy

The following language shall be added to all WESTCO Invitations to Bid for construction projects where state prevailing wage regulations or federally assisted projects requiring Davis- Bacon wage rates apply:

The WESTCO Board of Directors (Owner) reserves the right to require the following actions:

1. As a condition precedent to contract award after bid, Owner may undertake with the apparent low bidder a "Constructability" and Scope review to verify that bidder included all required work.

2. Owner may require the apparent low bidder whose bid is more than fifteen (15%) below the next lowest bidder shall list three (3) projects that are each within seventy-five percent (75%) of the bid project estimate for similar projects and that were successfully completed by the bidder not more than five (5) years ago. This information shall be provided, if necessary, at the post-bid scope review.

Certifications:

Bidder certifies that Bidder will observe and comply with all provisions of federal and state constitutions, laws, regulations and judicial orders pertaining to nondiscrimination, equal opportunity and disability acts.

Bidder certifies that Bidder will comply with all federal, state and local environmental laws and regulations while in performance of the Contract, including the EEO Contract Compliance provisions.

Bidder certifies compliance with all applicable laws, ordinances and the rules and regulations of all authorities having jurisdiction over construction of the Project.

3. Bidder certifies that Bidder will employ supervisory personnel on this project that have three (3) or more years in specific, relevant trade and/or maintain the appropriate state license, if any.

4. Bidder certifies that Bidder has not been penalized or debarred from any public contracts for falsified certified payroll records or any other violation of the Fair Labor Standards Act in the last five (5) years.

5. Bidder certified that Bidder has not been debarred from public contracts or found by the state (after all appeals) to have violated prevailing wage laws more than three times in a two-year period in the last ten (10) years.

Page 17: 2019 Track Rehabilitation Project South Charleston … 1 Bid Document.pdf2019 Track Rehabilitation Project South Charleston Line West Central Ohio Port Authority Indiana & Ohio Railroad

9

6. Bidder certifies that Bidder has implemented an OSHA compliant Safety Program and will provide evidence of such upon request.

7. Bidder certifies that Bidder maintains a substance abuse policy that its personnel are subject to on this project. Bidder will provide this policy or evidence thereof upon request. WESTCO will declare a bid non-responsive and ineligible for award if the Contractor is not enrolled and in good standing in the Ohio Bureau of Workers' Compensation's Drug-Free Workplace (DFWP) Discount Program or a similar program approved by the Bureau of Workers' Compensation when its bid is submitted. Furthermore, WESTCO will deny all requests to sublet when the subcontractor does not comply with this provision. 8. For a skilled trade contract (skilled trade contract defined as plumbing, electrical and HVAC) or fire safety contract, Bidder shall be licensed by the State of Ohio or licensed by the State Fire Marshall. Bidder will evidence this by submitting a copy of its license with their bid.

9. Bidder certifies that Bidder's construction license has not been revoked in any state.

10. Bidder certifies that Bidder has no final, non-appealable judgments against it that have not been satisfied at the time of award in the total amount of fifty percent (50%) of the bid amount of this project.

11. Bidder certifies that Bidder will secure any required bonds from a surety licensed to do business in the State of Ohio with an A.M. Best Company rating of at least A.

12. Bidder certifies that Bidder has complied with unemployment and workers' compensation laws for at least the nine months preceding the date of bid submittal.

13. Bidder shall require every subcontractor for a skilled trade contract as defined in paragraph 8 hereof, be licensed by the State of Ohio or licensed by the State Fire Marshal. Bidder shall require each such subcontractor to evidence compliance with the foregoing by submitting a copy of its respective license with their subcontract.

14. Bidder certifies that Bidder does not have an Experience Modification Rating of greater than 1.5 (a penalty-rated employer) with respect to the Bureau of Workers' Compensation risk assessment rating.

The Contractor shall take out and maintain, during the life of this Contract, adequate Worker’s Compensation Insurance for all its employees employed at the site of the project and, in case any work is sublet, the Contractor shall require each subcontractor to provider Worker’s Compensation Insurance for the latter’s employees, unless such employees are covered by the protection afforded by the Contractor.

In order to comply with the above requirements, the Contractor shall furnish and attach to each executed copy of the Contract Documents a Worker’s Compensation Certificate, signed by the

Page 18: 2019 Track Rehabilitation Project South Charleston … 1 Bid Document.pdf2019 Track Rehabilitation Project South Charleston Line West Central Ohio Port Authority Indiana & Ohio Railroad

10

Ohio Industrial Commission, showing that the Contractor has paid his Industrial Insurance premium.

15. Bidder certifies that Bidder only uses skilled trade personnel trained or enrolled in a state or federally approved apprenticeship program or personnel with five (5) years of experience in the specific trade. Skilled trade is defined as those individuals in mechanical, electrical, plumbing, carpentry, and fire suppression trades.

16. The contractor must not have failed to file any required tax returns or failed to pay any required taxes to any governmental entity. The contractor must not be subject to an unresolved finding for recovery under ORC 9.24.

17. Neither the company, any of its corporate officers, nor any of its owners shall have been convicted of a criminal offense in connection with any public construction contract.

18. Neither the contracting company, corporate officers nor any owners of more than 15% of the company may have been convicted of felony embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statement, tax evasion or receiving stolen property within the previous ten years.

Page 19: 2019 Track Rehabilitation Project South Charleston … 1 Bid Document.pdf2019 Track Rehabilitation Project South Charleston Line West Central Ohio Port Authority Indiana & Ohio Railroad

11

SUB-CONTRACTORS

The attention of bidders is directed, particularly to Section 0.42 of the General Provisions relative, respectively, to the requirements of Sub-letting or assigning all or any portion of the work under this Contract.

The bidder is required to state, in detail, in the space provided below, the name, address,

experience and the work to be performed by sub-contractors in this Contract.

If no sub-contractors are to be used, so state.

Page 20: 2019 Track Rehabilitation Project South Charleston … 1 Bid Document.pdf2019 Track Rehabilitation Project South Charleston Line West Central Ohio Port Authority Indiana & Ohio Railroad

12

PERFORMANCE BOND

KNOW ALL MEN BY THESE PRESENTS: that we, the undersigned, (Name and Address)

as

Principal, and (Name of Surety) ,

as sureties, are hereby held and firmly bound unto the West Central Ohio Port Authority the penal sum of ($ ) Dollars, for the payment of which well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executioners, administrators, successors and assigns.

SIGNED: This day of , 20 .

THE CONDITION OF THE ABOVE OBLIGATION IS SUCH, that whereas the above named principal did on the day of , 20 , enter into a Contract with the West Central Ohio Port Authority (WESTCO), which said Contract is made a part of this bond the same as though set forth herein.

NOW, if the said shall well and faithfully do and perform the things agreed by to be done and performed according to the terms of said Contract, and shall pay all lawful claims of subcontractors, material men, and laborers for labor performed and materials furnished in the carrying forward, performing or completing of said Contract, we agreeing and assenting that this undertaking shall be for the benefit of any material men, or laborer having just claim, as well as the Obligee herein; then this obligation shall be void; otherwise, the same shall remain in full force and effect, it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall in no event exceed the penal amount of this obligation as herein stated.

As the Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the same shall in any way affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or additions to the terms of the Contract or to the work or to the Specifications.

Principal

The foregoing bond is hereby approved: , 20 I hereby approve the form of the foregoing contract and bond: , 20

By: Surety

By:

Address of Surety

Telephone Number

James F. Peifer WESTCO Attorney

Page 21: 2019 Track Rehabilitation Project South Charleston … 1 Bid Document.pdf2019 Track Rehabilitation Project South Charleston Line West Central Ohio Port Authority Indiana & Ohio Railroad

13

AFFIRMATION OF CONTRACT AND BONDING BY OWNER

(WESTCO) I hereby approve the form of the foregoing Contract and Bond(s), and execution of same.

Type of Bond(s) provided:

WESTCO

By:

James F. Peifer WESTCO Attorney

Page 22: 2019 Track Rehabilitation Project South Charleston … 1 Bid Document.pdf2019 Track Rehabilitation Project South Charleston Line West Central Ohio Port Authority Indiana & Ohio Railroad

14

Notice of Commencement of Public Improvement Section 1311.252, Ohio Revised Code

Notice is hereby given of the commencement of a public improvement as follows:

1. The public improvement is identified as:

Project Name: WESTCO 2019 Track Rehabilitation Project Project Number: Location:

2. The public authority responsible for the public improvement is:

West Central Ohio Port Authority (hereinafter WESTCO) Springview Government Center 3130 East Main Street, Suite 2B Springfield, Ohio 45505

3. The principal contractor and its surety on the public improvement are as follows:

Principal Contractor: Surety:

4. The date WESTCO first executed a contract with a principal contractor for this public improvement is:

Date 5. The name and address of the representative for WESTCO upon whom service

may be made for the purposes of serving an affidavit pursuant to Section 1311.26 of the Ohio Revised Code is:

Louis Agresta West Central Ohio Port Authority Springview Government Center 3130 East Main Street, Suite 2B Springfield, Ohio 45505

Sworn and subscribed before me this day of , 20 .

Louis Agresta

Notary Public

Page 23: 2019 Track Rehabilitation Project South Charleston … 1 Bid Document.pdf2019 Track Rehabilitation Project South Charleston Line West Central Ohio Port Authority Indiana & Ohio Railroad

15

NOTICE TO PROCEED PROJECT: WESTCO 2019 Track Rehabilitation Project

To:

You are hereby notified to commence work within 10 business days from the date of this Notice to Proceed. You are required to complete the work by: September 23, 2019

Return an acknowledged copy of this Notice to Proceed to:

Louis Agresta Secretary/Treasurer

West Central Ohio Port Authority Springview Government Center 3130 East Main Street, Suite 2B

Springfield, Ohio 45505

West Central Ohio Port Authority Date: By:

Authorized Representative

RECEIPT OF NOTICE TO PROCEED

Receipt of this Notice to Proceed is hereby acknowledged this day of , 20 .

Company Name:

Signature:

Print Name:

Page 24: 2019 Track Rehabilitation Project South Charleston … 1 Bid Document.pdf2019 Track Rehabilitation Project South Charleston Line West Central Ohio Port Authority Indiana & Ohio Railroad

WESTCO BID PROPOSAL RAILROAD REHABILITATION PROJECT

(SOUTH CHARLESTON LINE)

GENERAL CONDITIONS

1) Intent of the Project Documents, Plans and Specifications a. It is the intent of the Project Documents, Plans and Specifications to describe the

complete work to be performed under the contract. Except as otherwise provided, the Contractor will furnish all specified materials, supplies, tools, equipment, labor, and supervision necessary for the proper execution and completion of the work. Only the materials furnished by the Contractor will be reimbursed.

2) The Contractor will guarantee its workmanship and materials furnished for a period of one year from the date of final project acceptance (date of advertisement of the Notice of Completion).

3) Materials will be stacked as directed by the Railroad. Released crossties will be retained by the Contractor. Released timber will be removed from the right-of-way and disposed of in a proper and legal manner. The project will not be considered 100% complete until all Contractor-owned released materials have been removed from the right-of-way.

4) Upon completion of the project, and before acceptance and final payment is made, the Contractor will clean the right-of-way, and all ground occupied by the Contractor in connection with the work of all rubbish, debris, materials, and equipment. All work areas will be left in a neat and presentable condition. If areas of the right-of-way are disturbed by the Contractor, the Contractor will restore said areas to proper grade, including ditch lines, and will seed and mulch the areas to provide a permanent stand of grass. The project will not be considered 100% complete until final cleanup is performed.

5) The Contractor will furnish the following materials or perform the following work, quantity as per bid sheet.

6) No instream work is permitted under this project. No temporary fill may be placed below ordinary high water mark during construction of this project. No equipment may be placed below the ordinary high water mark. If debris enters the waterway during construction, the debris must be removed promptly, utilizing equipment staged above the ordinary high water mark.

7) Tree removals are not permitted under this project.

REHABILITATION WORK

The Contractor’s foreman shall be qualified to inspect and supervise track rehabilitation operations in accordance with FRA CFR Title 49 Part 213, 213.7 Track Safety Standards.

2019 Rehab Project The 2019 Rehab project includes tie distribution, installation, and disposal, surfacing, ballast, anchors, spikes, bolts, and other misc. track components.

Maintain track at Class 2 standards (25 MPH) from MP 214-229.

1. Remove and replace 3,300 ties and dispose of scrap ties 2. Distribute and place 1,100 tons of ballast 3. Surface 15 miles of track 4. Scope for turnouts and crossings 5. Install misc. items as needed (plates, spikes, anchors) 6. Various related items per Specifications

*ALL QUANTITIES ARE FOR ESTIMATING PURPOSES ONLY. WESTCO RESERVES THE RIGHT TO INCREASE OR DECREASE QUANTITIES TO FIT WITHIN THE PROJECT BUDGET AT THE UNIT PRICE BID WITHOUT ADDITIONAL COMPENSATION TO THE CONTRACTOR.

Page 25: 2019 Track Rehabilitation Project South Charleston … 1 Bid Document.pdf2019 Track Rehabilitation Project South Charleston Line West Central Ohio Port Authority Indiana & Ohio Railroad

WESTCO BID PROPOSAL RAILROAD REHABILITATION PROJECT

(SOUTH CHARLESTON LINE)

GENERAL:

MOBILIZATION AND DEMOBILIZATION Mobilization shall consist of preparatory work and operations, including but not limited to those necessary for the movement of personnel, tools, equipment, and materials to the worksite; for the establishment of temporary facilities at the worksite; and for all other work and operations which must be performed or costs which must be incurred prior to beginning work.

Demobilization shall consist of the removal of personnel, tools, equipment, materials, and temporary facilities from the worksite.

Mobilization and Demobilization will be paid for at the Contractor’s lump sum bid price, which shall be full compensation for furnishing all labor, equipment, and materials required to complete the project. The Contractor will receive 50 percent of this lump sum pay item with the initial progress payment, and shall receive the balance with the final payment. Payment will not be made for the temporary relocation of personnel, tools, equipment, and materials.

This item shall also include the cost of complying with all local and state requirements and regulations with regard to water quality, erosion control, construction permitting, etc. This work may include, but not necessarily limited to, is the use of silt fences, hay bales, mulches, slope ditches, sediment traps, etc., and will be applicable to the entire project, embankment fill, off-site borrow pits, waste disposal sites, etc.

TRAFFIC AND OPERATIONS Normal speed is 25 MPH for trains. The speed will be reduced as necessary during the project. Typically, it is anticipated that clearing will be necessary for at least two trains (and maybe more) on weekdays.

To coordinate with the Indiana and Ohio Railroad (IORY) please contact Derek Winchester, Director, Maintenance of Way & Technical Maintenance (513-682-4658).

WORK SCHEDULE Prior to mobilization, an anticipated work schedule shall be submitted to WESTCO for review and approval. Due to the nature of the proposed work, the Contractor is responsible to coordinate construction activities to avoid conflicts and delays between contractors and subcontractors performing track rehabilitation.

RAILROAD FLAGGING SERVICES Flagging is provided by NRSS based on the rates provided in the bullets below (8 hour per day minimum, 40 hours max per week).

• EIC (213.7 Qualified) Flagman - $79.00 per hour of regular service and $118.50 per hour of overtime

• Hi-rail vehicle - $12.00 per hour of service

The Contractor shall COORDINATE with the IORY and NRSS on any warrants/flagging service requests. Flagging has been intentionally left out of the bid document. At the conclusion of the project, the contractor shall submit flagging costs (with documentation) to WESTCO. The costs will be processed via change order and reimbursement will be made to the contractor.

Page 26: 2019 Track Rehabilitation Project South Charleston … 1 Bid Document.pdf2019 Track Rehabilitation Project South Charleston Line West Central Ohio Port Authority Indiana & Ohio Railroad

WESTCO BID PROPOSAL RAILROAD REHABILITATION PROJECT

(SOUTH CHARLESTON LINE)

TRACK REHABILITATION:

FURNISH, REMOVE AND DISPOSE, AND REPLACE CROSSTIES

This item shall include all material, labor, and equipment required to furnish, remove and dispose, and replace crossties. This item includes confirming the marked crossties per IORY marking, spreading or removing existing anchors, removing marked crossties, the proper disposal of scrap crossties (per G&W Environmental Policy), furnishing and installing new crossties, installing existing tie plates and furnishing necessary replacement tie plates, furnishing and installing new spikes, adjusting or reinstalling existing anchors, tamping the tie, dressing ballast and cleanup of old materials. A tie gang consist must be included as part of the bid along with a projected schedule. At minimum, tie gang shall have a pup tamper and ballast regulator and shall be capable of installing at least 500 ties/day.

REMOVE AND DISPOSE OF EXISTING CROSSTIES

1) Tie Markings – The IORY will mark all crossties to be replaced. Ties will be marked with orange, white or yellow paint either between the centerline of the tie or the right tie plate in the direction that the team is projected to work.

2) The CONTRACTOR is responsible for the proper disposal of all non-metal materials removed from the track during the timbering operation. Old ties and track material released from timbering will be stacked to facilitate removal. Walkways and ditches must be kept clear. Do not place material beneath overhead wire lines. Crossties shall not be stacked in such a manner to block sight lines at crossings.

3) Any contracted service involving the replacement or removal of Spent Cross Ties shall provide disposal tickets or an invoice indicating the number of Spent Cross Ties handled, method of disposal, and the address and contact information for the Certified Disposal Facility. Spent Cross Ties may only be disposed of in a “Certified Disposal Facility”, which means in either a certified construction or demolition debris landfills or via incineration at a state or locally certified facility.

4) Existing track surface and alignment shall be maintained. Humping of track during tie installation will not be permitted. It is absolutely critical that the track surface and alignment is maintained during tie installation

FURNISH AND INSTALL NEW CROSSTIES

1) Crossties and all other associated material will be supplied by, unloaded and distributed by the CONTRACTOR. Crossties shall be treated per A.W.P.A. Manual C-6 and will conform to AREMA Chapter 30. All ties shall be free from any defects that might impair their strength or durability as crossties, such as decay, large splits, large shakes, slanting grain or large or numerous holes or knots. Mainline crossties shall be 7 inch Industrial Grade ties (7”x8”/9”x8’-6” long, 7” minimum face).

2) CONTRACTOR is to return the track to a safe operating condition meeting or exceeding applicable FRA allowable specifications each night. The CONTRACTOR is responsible to ensure that the track meets the above specifications at the end of each work day.

3) Track ties will be installed square to the rails.

Page 27: 2019 Track Rehabilitation Project South Charleston … 1 Bid Document.pdf2019 Track Rehabilitation Project South Charleston Line West Central Ohio Port Authority Indiana & Ohio Railroad

4) Tie plates will be positioned so the field side shoulder bears evenly against the base of the rail and centered on the top of the tie.

5) Timber will be spiked to existing track gage if not greater than 56-3/4 inches. If track gage is greater than 56-3/4 inches, new tie and adjacent ties also will be gaged to 56-1/2” uniformly. Approved liquid tie plugging compound such as Spikefast shall be used to plug all existing holes

6) The tie spiking pattern GWI Standard Plan ES8050.1 (Latest Revision) is required for use in this project. Care must be taken to ensure that all new and existing ties are spiked to standard at the time of installation.

7) After tie installation, all new ties shall be thoroughly tamped with an on-track 16- tool vibratory squeeze tamping machine and ballast section restored with the ballast regulator at the end of each day prior to placing track back in service.

FURNISH AND INSTALL RAIL ANCHORS

This item shall include all material, labor, and equipment required to furnish and install rail anchors. Anchor application will be completed behind tie installation but ahead of track surfacing. Rail anchors shall be drive on, of approved design, conforming to AREMA recommendation found in Chapter 5, Part 7. New anchors shall be used. All track in the program limits must meet the anchor pattern shown in GWI Standard Plan ES8050.1 (Latest Revision).

FURNISH AND PLACE BALLAST

CONTRACTOR will be responsible for purchasing, coordinating delivery and placing ballast. The IORY shall be responsible for assisting with the delivery of the ballast only to the extent of providing a train crew and flagmen. CONTRACTOR shall coordinate purchasing and delivery of ballast with the IORY Contact. Ballast will be loaded in one cut of cars. Final placement of ballast will be determined by IORY and must be done prior to surfacing of track.

Ballast material shall be limestone, dolomite, or granite material free of loams, dust, or other foreign particles. Material shall be designated as AREMA #4A and approved by the IORY. All ballast shall be placed before surfacing operations commence.

SURFACING TRACK AND TURNOUTS

SURFACING OPERATION (G&W Standard Specification 500-2) 1) The Contractor working in conjunction with WESTCO’s representative will

determine the amount of track raise. The track raise will be based on the available ballast and the following criteria:

a. The minimum height necessary to maintain proper profile, superelevation and standard ballast section.

b. Sufficient space under the tie to allow ballast to be inserted and compacted.

2) Surfacing shall be done by methods that will prevent undue bending of the rail or straining of the joints. The track shall be initially raised so that a final raise of not less than one inch or more than three inches will be required to bring it to finished surface. All ties that are pulled loose shall be reset to proper position, shall have full bearing against the rail, and be properly secured to the rail. Ties in poor but serviceable condition that are not being replaced shall be secured to the rail to the greatest extent possible with tie plate shoulders and spikes not left under the rail. Reattachment of loose ties shall be incidental to the surfacing pay item. In areas of tie renewal track must be surfaced and

Page 28: 2019 Track Rehabilitation Project South Charleston … 1 Bid Document.pdf2019 Track Rehabilitation Project South Charleston Line West Central Ohio Port Authority Indiana & Ohio Railroad

roadbed restored within one week of tie renewal.

3) In the case of a broken rail or joint bar during the surfacing operation, salvaged, new, or approved relay rail shall replace the existing full section. Temporary joint bars may be necessary to provide train service during work operations and shall be incidental to this bid item.

4) Surfacing operations near overhead bridges or at other areas of restrictive clearance must be closely monitored so as to not create a substandard clearance condition.

5) Track centers will not be reduced below the minimum route clearance during lining.

6) Ballast will be pulled into shy areas as quickly as possible behind the tamping machine and before the end of the workday. Pulling fouled ballast into the ballast section is not permitted.

7) The CONTRACTOR will make periodic inspections during ballast regulation operations to ensure that care is being taken to prevent:

a. Damage to adjacent facilities.

b. Pulling fouled ballast or other undesirable material into road crossings. The regulator should work away from the crossings whenever possible.

c. Damaging the rail fastening systems.

8) Special care must be taken to ensure that rail anchors within the work area are properly seated against the ties.

9) All curves will be pulled to GWI 2 inch unbalanced superelevation chart for 40mph (see attached chart). Final copies of any machine generated curve graphs and field marking of curve data shall be provided to WESTCO’s representative upon request. Curve data with curve lengths and existing elevations attached.

10) Private crossings identified in track chart will be plowed through, lined, surfaced and new ballast will be added. Material that is removed from the existing crossing will be removed or dressed as not to create future drainage issues.

11) Bolt Tightening (G&W Standard Specification 500-6) will be completed behind surfacing work.

FINISHED TRACK GEOMETRY 1) An automatic tamper (Jackson 6700, Tamper Mark III or IV or approved

equivalent) with liner will be used when surfacing all tracks. 2) The curves will be surfaced with appropriate AREMA Specified

superelevation so as to provide or maintain a minimum of FRA Class 3 service levels.

3) The cross section of dressed ballast after compaction and expected settlement will conform to the IORY standard ballast section attached or will at a minimum have full cribs and shoulders that match the existing ballast section (per Engineer’s approval).

4) The final track geometry shall be improved to no less than FRA Class 3 track.

INSTALL MISCELLANEOUS TRACK COMPONENTS

REGAGE TRACK This item shall include all material, labor, and equipment required to adjust track gage. WESTCO’s representative in coordination with the CONTRACTOR may discover track gage that is deficient and require adjustment. Re-gaging locations

Page 29: 2019 Track Rehabilitation Project South Charleston … 1 Bid Document.pdf2019 Track Rehabilitation Project South Charleston Line West Central Ohio Port Authority Indiana & Ohio Railroad

will be field marked by WESTCO or their representative. Track gage will be adjusted in accordance with AREMA specifications and the standard track spiking patterns attached. Associated materials (tie plugs, spikes, anchors, etc.) required to make adjustments to track gage will be incidental to this bid item. Approved liquid tie plugging compound such as Spikefast shall be used to plug all existing holes.

SALVAGEABLE MATERIAL

1) OWNER or their representative shall determine which replaced track material is salvageable and which is not salvageable and will so mark the material in the field.

2) CONTRACTOR is responsible for all salvageable material which is damaged as a result of CONTRACTOR's operations. CONTRACTOR shall replace all such damaged material with new or used material which is in a condition equal to or better than the originally undamaged salvageable material.

3) The non-salvageable material shall become the property of CONTRACTOR and shall be hauled off the site and properly disposed of.

Planned Tie Count Per Mile **These are subject to change and will be verified prior to construction**

Location Ties/

MP From MP To Mile

214 215 535 215 216 686 216 217 346 217 218 127 218 219 234 219 220 0 220 221 142 221 222 96 222 223 0 223 224 253 224 225 96 225 226 244 226 227 264 227 228 130 228 229 136

3289

Page 30: 2019 Track Rehabilitation Project South Charleston … 1 Bid Document.pdf2019 Track Rehabilitation Project South Charleston Line West Central Ohio Port Authority Indiana & Ohio Railroad

WESTCO 2019 Track Rehab Project

Page 31: 2019 Track Rehabilitation Project South Charleston … 1 Bid Document.pdf2019 Track Rehabilitation Project South Charleston Line West Central Ohio Port Authority Indiana & Ohio Railroad

Bid Form

The awarded bidder, having examined the plans and specifications and the site of the proposed work, and being familiar with all of the conditions surrounding the construction of the proposed project, including the availability of materials and labor, hereby proposes to furnish all labor, equipment, tools, supplies, insurance, taxes, materials, and all other necessary incidentals to construct the project in accordance with the Agreement, within the time set forth herein, and at the following unit prices:

IORY Ties/ Surfacing/Crossings:

Bid Item #

Bid Item Description Bid Quantity

Bid Unit

Unit Price Total

Labor

1 Ties: Distribution, Installation and Disposal

3,300 EA

2 Surfacing 15 TM

3 Gauging 1,641 TF

4 Quality Control: Bolt Tightening and Anchor Application

15 TM

5 Crossings 540 TF

Material

6 Crossties: 7”x9”x8.5’, IG (50/50 mix) Select End Plate

3,300 EA

7 Anchors: 112RE, New Unit V 3,300 EA

8 Spikes: 5/8”x6” 18,000 EA

9 Bolts: 1”x5.5” 900 EA

10 Washer: 1” 900 EA

11 Ballast, AREMA #4 Limestone 1,100 TON

12 OTM (Tie Plates) 660 EA

Notes:

1. Ties o The limits of tie installation are MP216 to Washington Courthouse, OH (MP229) o Tie quantities outlined on track chart are plan counts not exact counts. Exact counts are

to be determined but will equate to 3,300 total ties for the project.

Page 32: 2019 Track Rehabilitation Project South Charleston … 1 Bid Document.pdf2019 Track Rehabilitation Project South Charleston Line West Central Ohio Port Authority Indiana & Ohio Railroad

o Expect to clear track for trains at least 2 times per day o Machine Tie Up Locations: MP210.1, MP222.75, MP229 o Machine in the Clear Locations: MP210.1, MP221.9, MP222.75, MP224.1, MP229

2. Surfacing o All 15 miles of tie program are to be surfaced. o Expect to clear track for trains 2 times per day o Machine Tie Up Locations: MP210.1, MP222.75, MP229 o Machine in the Clear Locations: MP210.1, MP221.9, MP222.75, MP224.1, MP229

3. Gauging: o Contractor to Supply Plugging Compound o Gauge track to 56.5’ (unless otherwise instructed by railroad manager) through marked

locations, adding ties as needed to facilitate process. 4. Quality Control

o The EIC will conduct walking inspections with the Contractor Project Foreman at least daily to inspect the work performed and insure the scope of the project is being met. This inspection will be used to correct deficiencies immediately before the team leaves the area of work.

o The Roadmaster and/or Regional representative and the Contractor Project Manager will perform walking inspections at least weekly and current with the progress to examine the work performed and insure the scope of the project is being met.

o Unacceptable or incomplete work must be corrected as soon as practical and preferably before the team moves away from the unacceptable or incomplete work area.

o A written plan for the corrections shall be made of the items to be corrected, the schedule for the corrections, and a follow-up plan. The follow-up plan shall include re-inspection by the Roadmaster or Regional representative who produced the list of rework items.

o Any rework or work not finished within sixty (60) days of the schedule published by the appropriate Director responsible for the team shall be referred to the Region Vice President of Engineering for resolution.

5. Crossings: o Contractor to supply ballast and asphalt o New ballast 8” below bottom of tie or hard pan (approved by railroad manager). o Contractor to perform welds as necessary. o Install underdrain per standards. o Contractor responsible for traffic control and paving the approaches unless otherwise

directed. o Contractor responsible for disposal of OTM, rail, ties, spoils, and old surface unless

otherwise directed. o Contractor responsible for locating any utilities. o Crossings listed on following page.

Page 33: 2019 Track Rehabilitation Project South Charleston … 1 Bid Document.pdf2019 Track Rehabilitation Project South Charleston Line West Central Ohio Port Authority Indiana & Ohio Railroad

Crossing Name MP Type Length (TF) Current New

SR 41 (258828T) 214.32 Public 56 Timber/ballast Timber Farm (258830U) 215.37 Private 24 Ballast Ballast Farm (258831B) 215.57 Private 24 Ballast Ballast E Main St (258832H) 216.08 Public 32 Asphalt Timber Farm (258833P) 216.47 Private 24 Timber/ballast Ballast Farm (258834W) 217.78 Private 16 Timber/ballast Ballast Farm (258835D) 218.11 Private 16 Timber/ballast Ballast Jamestown Rd (258836K) 218.6 Public 24 Timber/asphalt Rail Seal Farm (258838Y) 219.19 Private 20 Timber/ballast Ballast PRIVATE (258839F) 219.35 Private 20 Timber/ballast Ballast Hines Road (258840A) 219.45 Public 24 Asphalt Rail Seal Compton Road (258841G) 219.56 Public 24 Rail Seal Rail Seal PRIVATE (258843V) 220.03 Private 20 Timber/ballast Ballast PRIVATE (258844C) 220.63 Private 20 Timber/ballast Ballast BLESS CHAPEL (258845J) 221.08 Public 32 Timber/asphalt Rail Seal PRIVATE (258846R) 221.84 Private 20 Timber/ballast Ballast CREAMER RD (258852U) 224.66 Public 24 Timber/asphalt Rail Seal PRIVATE (258853B) 225.16 Private 16 Ballast Ballast Parrot Station (258854H) 225.72 Public 24 Timber/asphalt Rail Seal PRIVATE (258855P) 226.16 Private 16 Ballast Ballast PRIVATE (258856W) 226.6 Private 16 Ballast Ballast PRIVATE (258857D) 226.87 Private 16 Ballast Ballast Bush Road (258861T) 228.9 Public 32 Timber/asphalt Rail Seal

Page 34: 2019 Track Rehabilitation Project South Charleston … 1 Bid Document.pdf2019 Track Rehabilitation Project South Charleston Line West Central Ohio Port Authority Indiana & Ohio Railroad

REHABILITATION WORK SUMMARY:

Subtotal Rehabilitation (Ties/Surfacing/Crossings) $

Mobilization and Demobilization (Ties/Surfacing/Crossings) $

Railroad Flagging (Ties/Surfacing/Culverts) $ 0

PERFORMANCE BOND $

LABOR AND MATERIAL BOND $

RAILROAD PROTECTIVE INSURANCE $

GWRR RIGHT-OF-ENTRY PERMIT $

TOTAL FOR ALL REHABILITATION ITEMS LISTED ABOVE $

(In words)

BIDDER’S NAME:

SIGNATURE:

TITLE:

ADDENDUMS RECEIVED (SIGN WHEN APPLICABLE) 1) 2)

Page 35: 2019 Track Rehabilitation Project South Charleston … 1 Bid Document.pdf2019 Track Rehabilitation Project South Charleston Line West Central Ohio Port Authority Indiana & Ohio Railroad
Page 36: 2019 Track Rehabilitation Project South Charleston … 1 Bid Document.pdf2019 Track Rehabilitation Project South Charleston Line West Central Ohio Port Authority Indiana & Ohio Railroad
Page 37: 2019 Track Rehabilitation Project South Charleston … 1 Bid Document.pdf2019 Track Rehabilitation Project South Charleston Line West Central Ohio Port Authority Indiana & Ohio Railroad
Page 38: 2019 Track Rehabilitation Project South Charleston … 1 Bid Document.pdf2019 Track Rehabilitation Project South Charleston Line West Central Ohio Port Authority Indiana & Ohio Railroad
Page 39: 2019 Track Rehabilitation Project South Charleston … 1 Bid Document.pdf2019 Track Rehabilitation Project South Charleston Line West Central Ohio Port Authority Indiana & Ohio Railroad
Page 40: 2019 Track Rehabilitation Project South Charleston … 1 Bid Document.pdf2019 Track Rehabilitation Project South Charleston Line West Central Ohio Port Authority Indiana & Ohio Railroad
Page 41: 2019 Track Rehabilitation Project South Charleston … 1 Bid Document.pdf2019 Track Rehabilitation Project South Charleston Line West Central Ohio Port Authority Indiana & Ohio Railroad
Page 42: 2019 Track Rehabilitation Project South Charleston … 1 Bid Document.pdf2019 Track Rehabilitation Project South Charleston Line West Central Ohio Port Authority Indiana & Ohio Railroad

ES8050.1MISCELLANEOUSE

M

Page 43: 2019 Track Rehabilitation Project South Charleston … 1 Bid Document.pdf2019 Track Rehabilitation Project South Charleston Line West Central Ohio Port Authority Indiana & Ohio Railroad

Page 242 of 337

SECTION 05200 – JOINT TIGHTENING

1.0 EXECUTION

A. The Contractor shall furnish all supervision, labor, materials, equipment,

transportation and incidentals necessary to tighten track joints as per the

specifications outlined below.

B. The following referenced specifications are incorporated herein:

a) AREMA Manual for Railway Engineering (latest edition), Chapter 4, Rail

b) AREMA Manual for Railway Engineering (latest edition), Chapter 5, Track

c) Track Safety Standards, Federal Railroad Administration Office of Safety

(FRA), most current and addenda

d) G&W Procedures for the Installation, Adjustment, Maintenance and

Inspection of CWR (latest edition)

C. Materials damaged or broken due to the Contractor's negligence shall be

replaced by the Railroad, at the Contractor's sole expense. The Contractor will

have deducted from his invoice any costs for material replaced by the Railroad

due to the Contractor’s negligence, misuse or loss of materials provided earlier

by the Railroad. The Contractor will be billed for the actual costs plus additives

incurred by the Railroad for the replacement material.

D. All equipment necessary for the rehabilitation of the track, or any incidental work

related thereto, under this Section will be furnished by the Contractor, at no cost

to the Railroad. All fuels, lubricants and supplies necessary to operate such

equipment will be furnished by the contractor. Contractor must submit and have

approved a project equipment list prior to mobilizing to the project location. All

equipment must meet the requirements of CFR Title 49, Part 214 D – On-Track

Roadway Maintenance Machines and Hi-Rail Vehicles.

E. The contractor is solely responsible for the security of any equipment stored on

railroad property during the performance of this contract. Equipment must be

properly secured to prevent any interference to normal railroad operations.

F. Contractor shall be required to perform the work at all times under the

supervision of a qualified superintendent, or general foremen experienced in

railroad track construction and rehabilitation. All track rehabilitation shall be

performed by foremen and laborers experienced in railroad track rehabilitation.

Supervisors and laborers not qualified to rehabilitate the railroad track will be

removed and replaced by qualified personnel when requested by the Engineer,

at his sole discretion.

Page 44: 2019 Track Rehabilitation Project South Charleston … 1 Bid Document.pdf2019 Track Rehabilitation Project South Charleston Line West Central Ohio Port Authority Indiana & Ohio Railroad

Page 243 of 337

G. The Contractor shall exercise care in his progression of work under this Contract

to avoid and prevent damage to adjacent structures and facilities, including, but

not limited to, existing pavements, pavement bases, drainage structures, light

poles, fire hydrants, utilities and buildings.

H. The Contractor shall perform his work under this Section in accordance with

these Specifications and in a manner that is consistent with track rehabilitation as

is standard in the Railroad Industry among Class I Railroads in the continental

United States. If the Contractor should find any omissions or items for which he

desires clarification, it shall be his sole responsibility to address these items to

the Engineer

I. All bolts shall be loosened and joint bars inspected. Cracked, broken or worn

joint bars that allow vertical rail movement when all bolts are tight shall be

replaced with joint bars provided by Railroad. Stripped or frozen track bolts or

those with broken or missing lock washers shall be removed and replaced with

new track bolts and washers of the correct size and which meet the

specifications listed in AREMA Chapter 4, Part 3, Joining of Rail. The joint bars

shall be positioned on the rail, the bolts inserted and the lock washers and the

nuts applied by hand. The bars shall be in a vertical (un-cocked) position as one

(1) of the center bolts is tightened. All bolts shall be completely tightened in the

proper sequence to properly seat the rail joint, beginning at the center and

working in both directions toward the end. To assure that the joint bars maintain

their vertical position, the toes of the bars should be tapped with a maul as the

bolts are tightened. After the rail has been laid, all bolts shall be tightened again.

Joints shall allow no vertical movement of the rails being joined. Joints shall be

re-spiked as required.

Page 45: 2019 Track Rehabilitation Project South Charleston … 1 Bid Document.pdf2019 Track Rehabilitation Project South Charleston Line West Central Ohio Port Authority Indiana & Ohio Railroad

Page 244 of 337

2.0 MEASUREMENT AND PAYMENT

A. MEASUREMENT for payment shall be made for tightening each joint in place per

including all supervision, labor, equipment and material. Furnishing necessary

track bolts sets, spikes, transporting and unloading materials, respiking, providing

quality control, and the cost to run out, pick up, transport, install, unload and

dispose of all scrap materials shall be considered incidental to the Bid Item.

B. PAYMENT shall be made track joint tightened and accepted per the amount

shown on the Bid Form.

Page 46: 2019 Track Rehabilitation Project South Charleston … 1 Bid Document.pdf2019 Track Rehabilitation Project South Charleston Line West Central Ohio Port Authority Indiana & Ohio Railroad
Page 47: 2019 Track Rehabilitation Project South Charleston … 1 Bid Document.pdf2019 Track Rehabilitation Project South Charleston Line West Central Ohio Port Authority Indiana & Ohio Railroad

Page 1 of 3

MIDWEST REGION

SPECIFICATIONS FOR CONCRETE, TIMBER AND COMPOSITE

CROSSINGS

DATE: JANUARY 12, 2017

CROSSING SURFACE SHALL BE PRE-CAST CONCRETE, SOLID

COMPOSITE OR SOLID TREATED TIMBER. PRECAST CONCRETE SHALL

BE OMNI IMPROVED CONCRETE OR APPROVED EQUAL. COMPOSITE

SHALL BE ENDURANCE FROM LT RESOURCES OR APPROVED EQUAL.

TREATED TIMBER SHALL COMPLY WITH ATTACHED PLAN.

ALL NEW MATERIALS TO AREMA SPECIFICATIONS AS APPLICABLE.

EXCEPTION: TIE PLATES MAY BE GOOD QUALITY RELAY MEETING THE

SPECIFICATIONS.

NEW RAIL SHALL BE FULLY WELDED AND EXTEND A MINIMUM OF 20’

BEYOND EDGE OF CROSSING WHERE PRACTICAL. NEW RAIL SHALL BE

WELDED TO EXISTING RAIL (INCLUDING COMPROMISE WELDS IF

APPLICABLE) SO AS TO ELIMINATE ANY SHORT RAIL LENGTHS. ALL

WELDS SHALL BE ULTRASONICALLY TESTED.

TIE PLATES PER AREMA PLAN NO. 8 OR 12 AS APPLICABLE WITH 8 HOLE

PUNCH.

TRACK SPIKES SHALL BE 5/8” x 6”. SPIKING PATTERN AS SHOWN IN

STANDARD DRAWING ES8050.1.

10’ OAK AND MIXED HARDWOOD (MIN. 7# CREOSOTE RETENTION) OR

APPROVED COMPOSITE CROSSTIES. CROSSTIES SHALL BE SPACED

PER CROSSING MATERIAL SPECIFICATIONS BUT NOT MORE THAT 20”

CENTER-TO-CENTER. LONG CROSSTIES SHALL EXTEND FOR 5 TIES

BEYOND EDGE OF CROSSING EACH SIDE.

APPROVED TIE PLUGGING COMPOUND SHALL BE USED IN LIEU OF

TREATED WOOD TIE PLUGS.

6” UNDERDRAIN SHALL BE INSTALLED ON ONE SIDE OF CROSSING TO

DRAIN AS SHOWN PER THE TYPICAL SECTION.

Page 48: 2019 Track Rehabilitation Project South Charleston … 1 Bid Document.pdf2019 Track Rehabilitation Project South Charleston Line West Central Ohio Port Authority Indiana & Ohio Railroad

Page 2 of 3

EXISTING CROSSING SHALL BE EXCAVATED TO PROVIDE 8” MINIMUM

OF NEW BALLAST UNDER BOTTOM OF TIE. SUBGRADE SHALL BE

SLOPED 2% TOWARD UNDERDRAIN AND THOUROUGHLY COMPACTED

WITH A RIDE-ON SMOOTH DRUM ROLLER WITH A MINIMUM WEIGHT OR

CENTRIFIGUL FORCE OF 10-12 TONS. MIRAFI 1160N GEOTEXTILE OR

APPROVED EQUAL SHALL BE PLACED AT BOTTOM OF EXCAVATION FOR

THE ENTIRE WIDTH (MINIMUM OF 12’) AND SHALL EXTEND OUTWARD 10’

FROM EACH END OF THE CROSSING.

IF POOR SUBGRADE IS ENCOUNTERED, EXCAVATION SHALL EXTEND AN

ADDITIONAL 6” IN DEPTH. THE SUBGRADE SHALL BE SLOPED 2%

TOWARD UNDERDRAIN AND THOUROUGHLY COMPACTED WITH A RIDE-

ON SMOOTH DRUM ROLLER WITH A MINIMUM WEIGHT OR CENTRIFIGUL

FORCE OF 10-12 TONS. 6” COMPACTED SUBBALLAST PER AREMA

SPECIFICATIONS SHALL BE INSTALLED, SLOPING 2% TOWARD

UNDERDRAIN AND COMPACTED IN NO MORE THAT 4” LIFTS UTILIZING

THE SAME ROLLER.

BALLAST SHALL BE #4-SIZE GRANITE OR TRAPROCK, OR LIMESTONE OR

DOLOMITE FROM AN APPROVED STATE DEPARTMENT OF

TRANSPORTATION SOURCE.

TRACK MUST BE FULLY BOX-ANCHORED WITH NEW UNIT V DRIVE-ON

ANCHORS TO MATCH RAIL THROUGH CROSSING AND FOR 200’ FROM

EDGE OF CROSSING IN EACH DIRECTION.

IF THE CROSSING ELEVATION IS LOWER THAN THE ADJACENT

ROADWAY , THE TRACK SHALL BE RAISED TO MATCH THE ROADWAY

UNLESS IT CANNOT BE REASONABLY ACCOMPLISHED DUE TO OTHER

PHYSICAL CONSTRAINTS. THE TRACK SURFACE SHALL BE RUN OFF

CONSISTENT WITH MINIMUM FEDERAL RAILROAD ADMINISTRATION

(FRA) TRACK SAFETY STANDARDS FOR ONE CLASS OF TRACK HIGHER

THAN THE EXISTING TRACK CLASS.

EXISTING ASPHALT PAVEMENT SHALL BE REMOVED AND REPLACED A

MINIMUM OF 4’ FROM EDGE OF CROSSING PANEL OR WIDER IF

NECESSARY TO ACCOMMODATE THE VIBRATORY SMOOTH DRUM

ROLLER.

ASPHALT PAVEMENT CONSISTING OF A WEARING COURSE,

INTERMEDIATE COURSE AND BASE COURSE SHALL BE INSTALLED

CONSISTENT WITH STATE DEPARTMENT OF TRANSPORTATION

SPECIFICATIONS FOR THE STATE IN WHICH THE CROSSING IS LOCATED.

Page 49: 2019 Track Rehabilitation Project South Charleston … 1 Bid Document.pdf2019 Track Rehabilitation Project South Charleston Line West Central Ohio Port Authority Indiana & Ohio Railroad

Page 3 of 3

jhilborn
Snapshot
Page 50: 2019 Track Rehabilitation Project South Charleston … 1 Bid Document.pdf2019 Track Rehabilitation Project South Charleston Line West Central Ohio Port Authority Indiana & Ohio Railroad

1/2

" C

HA

MF

ER

1.

HA

RD

WO

OD

PA

NE

LS

TO

BE

TR

EA

TE

D (

BN

SF

SP

EC

IF

IC

AT

IO

NS

) M

IX

ED

HA

RD

WO

OD

,

6. P

UB

LIC

CR

OS

SIN

GS

SH

AL

L B

E O

F S

UC

H W

ID

TH

AS

PR

ES

CR

IB

ED

BY

LA

W, B

UT

IN

NO

CA

SE

SH

AL

L T

HE

WID

TH

BE

LE

SS

TH

AN

TH

AT

OF

TH

E A

DJA

CE

NT

TR

AV

EL

ED

RO

AD

WA

Y P

LU

S

2.

BR

AN

DIN

G:

EA

CH

CR

OS

SIN

G P

AN

EL

SH

AL

L B

E I

DE

NT

IF

IE

D O

N T

HE

EN

D W

IT

H

8. 3/8

" D

IA

. H

OL

ES

SH

OU

LD

BE

BO

RE

D I

N F

IE

LD

, T

O P

AT

TE

RN

SH

OW

N.

3/4

" S

TE

EL

DO

WE

L.

3 P

ER

8’ P

AN

EL

.

7.

TW

IN

LE

AD

TIM

BE

R S

PIK

ES

FU

RN

IS

HE

D S

EP

AR

AT

EL

Y.

12. P

AN

EL

S A

RE

FU

RN

IS

HE

D F

OR

AN

Y L

EN

GT

H C

RO

SS

IN

G I

N I

NC

RE

ME

NT

S O

F 8

AN

D 1

6 F

EE

T.

9.

GA

GE

SID

E A

ND

FIE

LD

SID

E P

AN

EL

S A

RE

IN

TE

RC

HA

NG

EA

BL

E.

10

. A

LL

CR

OS

SIN

G P

AN

EL

S H

AV

E C

LE

AR

AN

CE

FO

R P

AN

DR

OL

PL

AT

ES

AN

D C

LIP

S.

TY

PIC

AL

24

’ C

RO

SS

ING

AT

30

%%

94

SK

EW

TW

O P

IEC

E P

AN

EL

5. P

AN

EL

S S

HA

LL

BE

HA

ND

LE

D C

AR

EF

UL

LY

, S

LA

TT

ED

AN

D S

TA

CK

ED

ON

LE

VE

L G

RO

UN

D

WH

ER

EV

ER

PO

SS

IBL

E, W

EL

DE

D R

AIL

SH

OU

LD

BE

RE

LA

YE

D T

HR

OU

GH

CR

OS

SIN

G (

MIN

IMU

M

4.

TH

ER

MIT

E W

EL

DS

OR

RA

IL

JO

IN

TS

SH

OU

LD

BE

LO

CA

TE

D O

UT

SID

E T

HE

CR

OS

SIN

G.

3. E

ND

S O

F C

RO

SS

IN

G P

AN

EL

S S

HO

UL

D B

E C

EN

TE

RE

D O

N T

IE

.

TIE

S T

HR

OU

GH

CR

OS

SIN

G S

HA

LL

BE

NO

. 5 T

RE

AT

ED

HA

RD

WO

OD

19 3

/16" O

N C

EN

TE

RS

,

12

" B

EL

OW

BO

TT

OM

OF

TIE

S.

TO

P O

F B

AL

LA

ST

TO

BE

2" B

EL

OW

TO

P O

F T

IE

S.

1.

BA

LL

AS

T T

HR

OU

GH

CR

OS

SIN

G A

RE

A S

HA

LL

BE

CL

EA

N C

RU

SH

ED

RO

CK

BA

LL

AS

T,

INS

TA

LL

AT

ION

MA

TE

RIA

L &

FA

BR

ICA

TIO

N

2. IF

RE

QU

IR

ED

BY

GD

LM

, P

ER

FO

RA

TE

D D

RA

IN

AG

E P

IP

E R

EC

OM

ME

ND

ED

FO

R P

RO

PE

R

TH

AN

1 F

OO

T F

RO

M T

RA

VE

LE

D

RO

AD

WA

Y.

ED

GE

OF

CR

OS

SIN

G N

O C

LO

SE

R

8’ &

16’ P

AN

EL

S S

HO

WN

, T

YP

IC

AL

MA

NU

FA

CT

UR

ER

ID

, M

O/Y

R M

AN

UF

AC

TU

RE

D, W

EIG

HT

RA

IL.

IN

GO

OD

CO

ND

IT

IO

N.

DR

AIN

AG

E P

ER

BN

SF

DW

G.

22

59

.01

.

RA

IL

WE

IG

HT

, 1

12

LB

.) B

EF

OR

E N

EW

TIE

S A

ND

CR

OS

SIN

G P

AN

EL

S A

RE

IN

ST

AL

LE

D.

TO

PR

EV

EN

T W

OR

PA

GE

.

2 F

EE

T.

11. U

SE

OF

10’ T

IE

S I

S R

EQ

UIR

ED

IN

HE

AV

IL

Y R

AIL

TR

AF

FIC

CR

OS

SIN

GS

SE

E D

WG

. 2253.0

3.

18"

8’6

" C

RO

SS

TIE

H =

8" F

OR

13

6 L

B.

RA

IL

H =

7" F

OR

100 L

B R

AIL

FR

EE

OF

WA

NE

.

115 L

B0

04

93

89

40

8’

FU

LL

DE

PT

H P

AN

EL

(2

PC

S.

DO

WE

LE

D)

BIL

L O

F M

AT

ER

IA

L

ST

OC

K C

OD

E

00

49

38

93

2

00

49

38

86

6

00

49

38

95

7

WT

. R

AIL

DE

SC

RIP

TIO

N

115 L

B

136 L

B

136 L

B

16’

FU

LL

DE

PT

H P

AN

EL

(2 P

CS

. D

OW

EL

ED

)

8’

FU

LL

DE

PT

H P

AN

EL

(2

PC

S.

DO

WE

LE

D)

16’

FU

LL

DE

PT

H P

AN

EL

(2 P

CS

. D

OW

EL

ED

)

LO

CA

TIO

N T

IM

BE

R S

PIK

ES

AS

PH

AL

T

RA

MP

3/4

" X

12" T

WIN

LE

AD

TIM

BE

R S

PIK

E0

04

74

40

74

TH

E I

TE

M N

UM

BE

RS

LIS

TE

D B

EL

OW

CO

VE

RS

TH

E R

EQ

UIR

ED

PA

NE

LS

BY

TH

E T

RA

CK

FO

OT

.

3"

2 1/2"

16 3/4"

16 3/4"

==

H

6"

3 1/2"

15-17

H =

7 1

/2

" F

OR

11

5 L

B R

AIL

100 L

B8

’ F

UL

L D

EP

TH

PA

NE

L (

2 P

CS

. D

OW

EL

ED

)0

04

93

89

16

SM

RE

V.

NO

.:

07

SC

AL

E:

NO

NE

FIL

E O

WN

ER

BN

SF

ST

AN

DA

RD

PL

AN

TIM

BE

R C

RO

SS

ING

PA

NE

LS

FO

R L

OW

DE

NS

ITY

RA

IL T

RA

FF

IC

ON

8’6

" W

OO

D T

IES

DW

G N

O:

22

53

02

DA

TE

: M

AY

11, 2010

3/4

" X

13" T

WIN

LE

AD

TIM

BE

R S

PIK

E0

04

74

39

85

A-3

5

Page 51: 2019 Track Rehabilitation Project South Charleston … 1 Bid Document.pdf2019 Track Rehabilitation Project South Charleston Line West Central Ohio Port Authority Indiana & Ohio Railroad

Revised 11/01/13 Section 500-1(a) 1

Section 500-1(a)

Contract Specifications for

Production Cross Tie and Switch Tie Replacement

1. Work Included

Furnish all supervision, labor, materials not furnished by Railroad (see 3a), equipment, transportation and incidentals necessary to install new cross ties and switch ties. Such incidentals include distribution of all new ties and OTM (if required by the project bid documents), removal, stacking and disposal of the old ties, tamping of each installed tie and providing the required anchor pattern as specified herein.

2. Measurement and Payment

a. Measurement and payment for production cross tie and switch tie installation will be made at the bid unit price per tie installed as specified in Bid Form “A”, for which payment will be made and shall include all of the Contractor's work for tie and anchor work. The bid price shall include, but will not be limited to, transportation, labor, tools equipment, supervision and any other incidentals necessary to accomplish to work.

b. Payment for the bid price for cross tie installation will be based on the actual number of ties properly installed and field verified by the owner.

c. Payment for the bid price for switch tie installation will be based on the actual number of switch ties properly installed and field verified. All other work will be considered incidental to the switch tie installation and no additional payment will be made.

3. Materials

a. Materials to be installed under this contract shall be provided by the Railroad, at no cost to the Contractor.

b. The contractor is responsible for the distribution of all ties and OTM to be installed under

this contract. Materials damaged or broken due to the Contractor's negligence shall be replaced by the Railroad, at the Contractor's sole expense. The Contractor will have deducted from his invoice any costs for material replaced by the Railroad due to the Contractor’s negligence, misuse or loss of materials provided earlier by the Railroad. The Contractor will be billed for the actual costs plus additives incurred by the Railroad for the replacement material.

4. Equipment

a. All equipment necessary for the rehabilitation of the track, or any incidental work related thereto, under this Section will be furnished by the Contractor, at no cost to the Railroad. All fuels, lubricants and supplies necessary to operate such equipment will be furnished by the contractor. Contractor must submit and have approved a project equipment list prior to mobilizing to the project location.

b. The contractor is solely responsible for the security of any equipment or supplies stored

on railroad property during the performance of this contract. c. For production tie replacement the contractor is expected to provide a “fully

mechanized” team to accomplish this work. The equipment must include spike pullers, tie-handlers, whole tie removers/inserters, rail lifters, a minimum of 2 spiker-gaugers

Page 52: 2019 Track Rehabilitation Project South Charleston … 1 Bid Document.pdf2019 Track Rehabilitation Project South Charleston Line West Central Ohio Port Authority Indiana & Ohio Railroad

Revised 11/01/13 Section 500-1(a) 2

and for CWR territory an anchor spreader and an anchor tightener. The team must also include a ballast regulator and a 16 tool vibratory squeeze type tamper.

d. All equipment must meet the requirements of CFR Title 49, Part 214 D – On-Track Roadway Maintenance Machines and Hi-Rail Vehicles.

5. Execution

a. Contractor shall be required to perform the work at all times under the supervision of a qualified superintendent, or general foremen experienced in railroad track construction and rehabilitation. All track rehabilitation shall be performed by foremen and laborers experienced in railroad track rehabilitation. Supervisors and laborers not qualified to rehabilitate the railroad track will be removed and replaced by qualified personnel when requested by the Engineer, at their sole discretion.

b. The Contractor shall exercise care in his progression of work under this Contract to avoid

and prevent damage to adjacent structures and facilities, including, but not limited to, existing pavements, pavement bases, drainage structures, light poles, fire hydrants, utilities and buildings.

c. The Contractor shall perform his work under this Section in accordance with these

Specifications and in a manner that is consistent with track rehabilitation as is standard in the Railroad Industry among Class I Railroads in the continental United States. If the Contractor should find any omissions or items for which he desires clarification, it shall be his sole responsibility to address these items to the Engineer.

6. Cross ties and Switch ties

In this section where the reference is made to “ties” it applies to both switch and cross ties. Where it references switch ties or cross ties only, it is specific to that portion of the work.

a. Ties shall be handled with care and not damaged by puncturing with pick, shovel or other

tool. Ties shall be handled to avoid breaking or bruising. Ties shall not be thrown from cars or trucks onto rails or rocks. Tie tongs or other suitable devices shall be used for handling ties. The use of bars, chisels, forks, mauls, picks, shovels or sledges for the placement of the ties beneath the rails will not be permitted.

b. The Contractor will unload and distribute all replacement ties. The Contractor shall place new ties so that the heartwood is face down. Handle all ties in a manner that avoids breaking and bruising. Do not throw ties from rail cars to trucks onto rocks or structures. Place tie tier normal to the centerline of the track adjacent to the installation point. Plan the work to limit the handling of the ties. Ties damaged due to the contractor’s improper handling will be rejected by the Railroad and replaced at the contractor’s expense.

c. Do not unload or stockpile new or scrap ties within 300 track feet of grade crossings and/or turnouts. Do not stack ties higher than five (5) feet. Do not place ties in areas that would obscure the vision of the train operator.

DO NOT PLACE CROSSTIE/SWITCH TIES ON ROADWAYS NEXT TO

TRACK WITHIN 15’ OF CENTERLINE OF TRACK.

d. Ties, paint-marked by the Railroad for replacement, shall be removed in one piece without severe disruption of the existing line and surface, or without damaging or disturbing adjacent ties. If the Contractor disturbs or damages the track to such an extent as to put it

Page 53: 2019 Track Rehabilitation Project South Charleston … 1 Bid Document.pdf2019 Track Rehabilitation Project South Charleston Line West Central Ohio Port Authority Indiana & Ohio Railroad

Revised 11/01/13 Section 500-1(a) 3

in violation of the existing Federal Railroad Administration Standards or Genesee & Wyoming Standards, then the Contractor, at his own expense, shall restore the track to the original class as directed by the Railroad.

e. The Contractor shall not pile new or scrap ties or scrap OTM in the ditch flow lines, within 200 feet of a bridge, in a location likely to be contacted by high water, under signal or communication lines or in the ballast section. The ties removed by the contractor shall be piled in stacks in a manner that will allow efficient pick up. The contractor shall conduct the tie stacking and OTM piling so as not to cause interference with the surfacing gang operation, or to cause interference to normal Railway operations, or be in conflict with any Railway safety practices, and shall comply with all state, local or municipal regulations.

f. Scrap tie pick-up is to be performed concurrent with the tie installation process. Should the scrap tie pick-up process fall behind the tie installation process such that an addition flagman is required, the cost for the flagman shall be borne by the contractor. Scrap ties staged for disposal must not be piled in a manner that will restrict the sight distance at road crossings or in a manner that may pose a safety hazard to the railroad, its employees or the public.

g. Contractor shall pickup removed ties from the yard tracks the day they are removed from the track structure. Do not place ties in areas that will obstruct the natural drainage of water in and around the track.

h. Scrap tie disposal must be performed in accordance with the G&W Scrap Crosstie Disposal Policy.

i. The contractor shall cleanup all scrap ties, spike kegs, banding, trash and any other project related refuse and dispose of offsite. The removal of this material must be accomplished within forty-five (45) days from the completion of the tie installation. During the interim period between the start of tie installation and cleanup functions, the work area must be kept in a condition satisfactory to the Railroad. Starting on the 46th day from the completion of tie installation, the contractor will be assessed a penalty of $1,000 per calendar day for each day that the work area has not been left in a condition unsatisfactory to the railroad.

j. The contractor will pick up all scrap OTM concurrent with the tie installation process and stage at locations designated by the railroad. This material must be staged in a manner so as not to cause interference with the surfacing gang operation, or to cause interference to normal Railway operations, or be in conflict with any Railway safety practices, and shall comply with all state, local or municipal regulations. All scrap OTM is the property of the railroad unless otherwise specified in the bid documents.

k. The Contractor is responsible for the overall operation of the tie installation and to insure the work is performed in a safe manner and according to these Specifications.

The ties shall be placed square to the line of rails and shall be evenly spaced; however, it is not intended for all ties to be re-spaced within the Project Limits. Install replacement ties so that the ends are uniform with one side of the track and approximately 18 inches from the base of the rail. The railroad representative shall designate the side of the track to be used as the as the line side.

l. The contractor will have in its lineup a tamper that will tamp each installed tie and one tie each side of the installed tie the same day it is placed into the track structure. The tamper shall be a 16 tool vibratory squeeze type tamper as approved by the Railroad. The

Page 54: 2019 Track Rehabilitation Project South Charleston … 1 Bid Document.pdf2019 Track Rehabilitation Project South Charleston Line West Central Ohio Port Authority Indiana & Ohio Railroad

Revised 11/01/13 Section 500-1(a) 4

contractor shall install ties so as to maintain the existing line and grade of the track. Track surface and alignment irregularities caused by the tie installation process shall be corrected immediately at no additional cost to the Railroad.

m. The spiking pattern for tie installation shall conform to the following:

NOTE: Refer to Genesee & Wyoming Standard Plan ES8050.1 for full details on Spiking and Anchor patterns.

n. All spikes utilized for tie installation will be new spikes, handled and installed by the Contractor. When 2 spikes per rail per tie are used, they must, where possible, be staggered so that the field side spikes are on the same side of the same tie and the gauge side spikes are on the other side of the same tie, as shown below.

o. When spiking, care must be taken to see that shoulder of the tie plate has full bearing against the base of the rail on the field side (tie must be nipped if necessary). When spiking, care must be taken not to strike the rail, fastenings, or signal appliances with the spiking tool. All new ties must be gauged by the spiker-gauger to 56-1/2” gauge.

1) The track spikes shall be started and driven vertically and square with the rail leaving 1/8” (inch) clearance between the underside of the spike head and the base of the rail and must not be bent against the rail. Install rail holding and anchor spikes with the rails at standard gauge of 4’ 8 ½” per the spiking pattern shown in G&W Standard Plan ES8050.1. Do not drive spikes into slots of full toed bars or against ends of joint bars.

Page 55: 2019 Track Rehabilitation Project South Charleston … 1 Bid Document.pdf2019 Track Rehabilitation Project South Charleston Line West Central Ohio Port Authority Indiana & Ohio Railroad

Revised 11/01/13 Section 500-1(a) 5

2) Spikes shall not be overdriven, driven against the end of a joint bar, or in the slots of slotted joint bars. Any spike driven within 2 inches of the end of a joint bar shall be considered to be "against the end of a joint bar".

3) The removal of spikes, once driven, shall be avoided whenever possible. If spikes are pulled, the holes shall be plugged with new tie plugs or approved alternative.

p. All expenses and corrective action deemed necessary by the Engineer to correct changes in gauge caused by the contractor will be at the contractor’s sole expense.

q. Any adjustment in gauge directed by the Engineer, not related to item (n) of this section, will be paid at the bid unit price per track foot. All tie replacement in CWR shall be performed in compliance with the G&W Procedures for the Installation, Adjustment, Maintenance and Inspection of CWR (latest revision). The Contractor will be responsible for completing and signing daily, a “Track Disturbance Report.” These reports will be filed with the Railroad on a daily basis.

r. Contractor must use care in determining the number of ties to remove in any single pass (no more than 3 in a row with 3 of 4 adjacent ties remaining on each side of the ties to be renewed must be fully spiked and anchored). In determining the amount of ties to remove in a row or rail length, consideration should be given to rail temperature, type of rail (CWR or jointed), ballast condition, etc. Any track buckles, other track conditions, damage to the track structure, etc., that occurred as result of the tie gang activity will be repaired at the sole cost of the contractor.

s. If, in the opinion of the Engineer or Track Supervisor, the quantity of ties removed in a single pass is exposing the Railroad to undue risk due of track buckling, derailment of equipment, excessive loss of ballast, etc., he has the right to demand that the contractor’s installation practices conform to the following requirements shown in 1-3 below.

1) For tie installation in CWR territory, not more than six (6) ties in a 39-foot section of track, nor more than three (3) ties in a row at any one location are to be renewed during a single tie renewal operation.

2) The Contractor shall restore the ballast shoulders and cribs (by brooming the track) disturbed by the tie installation process at the end of each day . Care must be taken to avoid pulling dirt or fines into the track. This work will be accomplished using a Railroad approved, ballast regulator and will leave the track structure shaped and dressed per the typical track section as illustrated in G&W Standard Plan ES8051.1.

3) For tie installation in jointed track territory, no more than three (3) ties in a row will be removed in a single pass. In cases where more than three (3) ties are to be replaced in a row, gauge or intermediate ties will be installed and spiked or the Contractor may elect to make a second pass on installation.

t. Rail anchors shall be applied immediately following the tie installation replacing the existing anchors and fully restoring the existing anchor pattern. Additional anchors will be supplied and installed as determined by the Railroad. If the existing anchor pattern is to be changed as part of the project it will be so stated in the project bid documents.

u. In applying rail anchors, they shall be set with the full bearing surface against the side of the tie. Care must be taken to avoid overdriving, as this may fracture or spread the metal,

Page 56: 2019 Track Rehabilitation Project South Charleston … 1 Bid Document.pdf2019 Track Rehabilitation Project South Charleston Line West Central Ohio Port Authority Indiana & Ohio Railroad

Revised 11/01/13 Section 500-1(a) 6

resulting in loss of holding power. Any rail anchor that is fractured or with metal spread will be rejected and replaced with another anchor. Anchors shall not be applied within one (1) inch of a weld or over a weld.

v. All ties installed shall be fully spiked and anchored and ready for safe passage of trains at the end of each work window.

w. Tie plates must be placed under each rail at every tie. Plates must be positioned so that the batter of plate will cant rail to gauge side and shall be centered on tie and so applied as to obtain proper bearing of rail.

x. All broken, excessively worn or single shoulder tie plates are to be replaced by Contractor with plates provided by the Railroad on an as needed basis.

y. The bottom of the rail, fastener assemblies, and all bearing surfaces of rail, ties and tie plates shall be clean and free of all foreign material before spiking the rail.

z. Crooked and bent spikes shall be removed, the hole shall be plugged with a new tie plug and a new spike shall be driven.

aa. Contractor to reset switch stand to optimize throw each way when installing headblock ties. Care must be taken to ensure the proper tension on the switch points when the switch is thrown in either direction. Head-block ties may require hand tamping instead of mechanical tamping. The area around the switch stand must be left with a uniform walking surface.

bb. Contractor “tie-up” and staging locations must be kept clean and orderly during the project. They must be fully cleaned up at the completion of the project with all trash properly disposed of and the ground clean and level with all scrap materials, trash, etc. removed from railroad property. The ground at all tie-up/staging locations must be protected against any fluid leakage from the machines or from spillage during fueling and servicing operations. Any spills must be immediately reported to the railroad project representative and must be cleaned up by the contractor in compliance with G&W policies and all applicable government laws and regulations.

7. Applicable G&W Standards: Standard Plans: ES8050.1, ES8051.1, G&W Track

Geometry Design & Maintenance Standards, G&W Procedures for the Installation,

Adjustment, Maintenance and Inspection of CWR, G&W Policy–Disposal of Used

Crossties.

END OF SECTION

Page 57: 2019 Track Rehabilitation Project South Charleston … 1 Bid Document.pdf2019 Track Rehabilitation Project South Charleston Line West Central Ohio Port Authority Indiana & Ohio Railroad

Page 242 of 337

SECTION 05200 – JOINT TIGHTENING

1.0 EXECUTION

A. The Contractor shall furnish all supervision, labor, materials, equipment,

transportation and incidentals necessary to tighten track joints as per the

specifications outlined below.

B. The following referenced specifications are incorporated herein:

a) AREMA Manual for Railway Engineering (latest edition), Chapter 4, Rail

b) AREMA Manual for Railway Engineering (latest edition), Chapter 5, Track

c) Track Safety Standards, Federal Railroad Administration Office of Safety

(FRA), most current and addenda

d) G&W Procedures for the Installation, Adjustment, Maintenance and

Inspection of CWR (latest edition)

C. Materials damaged or broken due to the Contractor's negligence shall be

replaced by the Railroad, at the Contractor's sole expense. The Contractor will

have deducted from his invoice any costs for material replaced by the Railroad

due to the Contractor’s negligence, misuse or loss of materials provided earlier

by the Railroad. The Contractor will be billed for the actual costs plus additives

incurred by the Railroad for the replacement material.

D. All equipment necessary for the rehabilitation of the track, or any incidental work

related thereto, under this Section will be furnished by the Contractor, at no cost

to the Railroad. All fuels, lubricants and supplies necessary to operate such

equipment will be furnished by the contractor. Contractor must submit and have

approved a project equipment list prior to mobilizing to the project location. All

equipment must meet the requirements of CFR Title 49, Part 214 D – On-Track

Roadway Maintenance Machines and Hi-Rail Vehicles.

E. The contractor is solely responsible for the security of any equipment stored on

railroad property during the performance of this contract. Equipment must be

properly secured to prevent any interference to normal railroad operations.

F. Contractor shall be required to perform the work at all times under the

supervision of a qualified superintendent, or general foremen experienced in

railroad track construction and rehabilitation. All track rehabilitation shall be

performed by foremen and laborers experienced in railroad track rehabilitation.

Supervisors and laborers not qualified to rehabilitate the railroad track will be

removed and replaced by qualified personnel when requested by the Engineer,

at his sole discretion.

Page 58: 2019 Track Rehabilitation Project South Charleston … 1 Bid Document.pdf2019 Track Rehabilitation Project South Charleston Line West Central Ohio Port Authority Indiana & Ohio Railroad

Page 243 of 337

G. The Contractor shall exercise care in his progression of work under this Contract

to avoid and prevent damage to adjacent structures and facilities, including, but

not limited to, existing pavements, pavement bases, drainage structures, light

poles, fire hydrants, utilities and buildings.

H. The Contractor shall perform his work under this Section in accordance with

these Specifications and in a manner that is consistent with track rehabilitation as

is standard in the Railroad Industry among Class I Railroads in the continental

United States. If the Contractor should find any omissions or items for which he

desires clarification, it shall be his sole responsibility to address these items to

the Engineer

I. All bolts shall be loosened and joint bars inspected. Cracked, broken or worn

joint bars that allow vertical rail movement when all bolts are tight shall be

replaced with joint bars provided by Railroad. Stripped or frozen track bolts or

those with broken or missing lock washers shall be removed and replaced with

new track bolts and washers of the correct size and which meet the

specifications listed in AREMA Chapter 4, Part 3, Joining of Rail. The joint bars

shall be positioned on the rail, the bolts inserted and the lock washers and the

nuts applied by hand. The bars shall be in a vertical (un-cocked) position as one

(1) of the center bolts is tightened. All bolts shall be completely tightened in the

proper sequence to properly seat the rail joint, beginning at the center and

working in both directions toward the end. To assure that the joint bars maintain

their vertical position, the toes of the bars should be tapped with a maul as the

bolts are tightened. After the rail has been laid, all bolts shall be tightened again.

Joints shall allow no vertical movement of the rails being joined. Joints shall be

re-spiked as required.

Page 59: 2019 Track Rehabilitation Project South Charleston … 1 Bid Document.pdf2019 Track Rehabilitation Project South Charleston Line West Central Ohio Port Authority Indiana & Ohio Railroad

Page 244 of 337

2.0 MEASUREMENT AND PAYMENT

A. MEASUREMENT for payment shall be made for tightening each joint in place per

including all supervision, labor, equipment and material. Furnishing necessary

track bolts sets, spikes, transporting and unloading materials, respiking, providing

quality control, and the cost to run out, pick up, transport, install, unload and

dispose of all scrap materials shall be considered incidental to the Bid Item.

B. PAYMENT shall be made track joint tightened and accepted per the amount

shown on the Bid Form.

Page 60: 2019 Track Rehabilitation Project South Charleston … 1 Bid Document.pdf2019 Track Rehabilitation Project South Charleston Line West Central Ohio Port Authority Indiana & Ohio Railroad

SPECIFICATION FOR BAR AND BOLT REHAB PROJECT

All work shall be done in accordance with GWI Standard for ‘Rail Fasteners” attached.

All bolts shall be loosened. (not removed)

Bars shall be inspected and replaced as per Fastener standard for Class 3 Track and above.

Stripped or frozen bolts shall be removed taking care not to damage the joint bar.

Lock washers will in all cases be used.

Lubrication shall be applied behind the joint bars and on each bolt.

Bolts shall be tightened in sequence as per the GWI Rail Fastener spec.

Bolts shall be tightened to the proper torque as per the bolt torque chart

All released OTM shall be removed from the ROW and stockpiled as directed by Railroad staff.

Joints will be re-spiked as required.

Page 61: 2019 Track Rehabilitation Project South Charleston … 1 Bid Document.pdf2019 Track Rehabilitation Project South Charleston Line West Central Ohio Port Authority Indiana & Ohio Railroad

ES8050.1MISCELLANEOUSE

M

Page 62: 2019 Track Rehabilitation Project South Charleston … 1 Bid Document.pdf2019 Track Rehabilitation Project South Charleston Line West Central Ohio Port Authority Indiana & Ohio Railroad
Page 63: 2019 Track Rehabilitation Project South Charleston … 1 Bid Document.pdf2019 Track Rehabilitation Project South Charleston Line West Central Ohio Port Authority Indiana & Ohio Railroad

Revised 10/28/13 Section 500-2 1

Section 500-2

Contract Specifications for

Surface, Alignment & Ballast Restoration

1. Work Included

Furnish all supervision, labor, materials not furnished by Railroad (see 3a), equipment, transportation and incidentals necessary to surface, line and restore ballast as per the specifications outlined in (Item 6) below.

2. Measurement and Payment

a. Measurement and payment for surfacing, lining and restoring ballast will be made at the bid unit price per track mile as specified in Bid Form “A”, for which payment will be made. The bid price shall include, but will not be limited to, transportation, labor, tools, equipment, supervision and any other incidentals necessary to accomplish to work.

b. Payment for the bid price for surfacing will be based on the actual (e.g. track mile) surfaced and field verified.

3. Materials

a. Unless otherwise specified in project bid documents, materials to be installed under this contract shall be provided by the Railroad, at no cost to the Contractor.

b. Materials damaged or broken due to the Contractor's negligence shall be replaced by the

Railroad, at the Contractor's sole expense. The Contractor will have deducted from his invoice any costs for material replaced by the Railroad due to the Contractor’s negligence, misuse or loss of materials provided earlier by the Railroad. The Contractor will be billed for the actual costs plus additives incurred by the Railroad for the replacement material.

4. Equipment

a. All equipment necessary for the rehabilitation of the track, or any incidental work related thereto, under this Section will be furnished by the Contractor, at no cost to the Railroad. All fuels, lubricants and supplies necessary to operate such equipment will be furnished by the contractor. Contractor must submit and have approved a project equipment list prior to mobilizing to the project location.

b. All equipment must meet the requirements of CFR Title 49, Part 214 D – On-Track Roadway Maintenance Machines and Hi-Rail Vehicles.

c. Tamper provided by the contractor shall be a Jackson 6700, Harsco Mark IV or equivalent (as approved by the Engineer (Regional V.P.-Engineering or designee)+. Tamper must be equipped with a computer lining system and a laser liner.

d. Tamper must be properly maintained to fully operate an average of 90% of each working day. This will be measured on a project basis. For any project equipment downtime in excess of the allowed 10% per project the contractor will be assessed a penalty of $200 per hour that the tamper is unable to fully operate.

Page 64: 2019 Track Rehabilitation Project South Charleston … 1 Bid Document.pdf2019 Track Rehabilitation Project South Charleston Line West Central Ohio Port Authority Indiana & Ohio Railroad

Revised 10/28/13 Section 500-2 2

e. Tamping tools should be replaced when the tamping tool pad wears to a dimension of less than 1-3/4” high x 4” wide as measured on the smallest side. Tamping tools must be adjusted to the proper depth for the type of ties being surfaced.

f. Ballast regulator must be properly maintained to fully operate an average of 90% of each working day. Close attention must be paid to keeping the broom brushes in good condition. For any project equipment downtime in excess of the allowed 10% per project the contractor will be assessed a penalty of $200 per hour that the ballast regulator is unable to fully operate.

g. The contractor is solely responsible for the security of any equipment stored on railroad property during the performance of this contract. Equipment must be properly secured to prevent any interference to normal railroad operations.

5. Execution

a. Contractor shall be required to perform the work at all times under the supervision of a qualified superintendent, or general foremen experienced in railroad track construction and rehabilitation. All track rehabilitation shall be performed by foremen and laborers experienced in railroad track rehabilitation. Supervisors and laborers not qualified to rehabilitate the railroad track will be removed and replaced by qualified personnel when requested by the Engineer, at his sole discretion.

b. The Contractor shall exercise care in his progression of work under this Contract to avoid

and prevent damage to adjacent structures and facilities, including, but not limited to, existing pavements, pavement bases, drainage structures, light poles, fire hydrants, utilities and buildings.

c. The Contractor shall perform his work under this Section in accordance with these

Specifications and in a manner that is consistent with track rehabilitation as is standard in the Railroad Industry among Class I Railroads in the continental United States. If the Contractor should find any omissions or items for which he desires clarification, it shall be his sole responsibility to address these items to the Engineer.

6. Surfacing, Lining and Restoring Ballast

a. The Contractor shall perform all surfacing within the stated project limit milepost areas as specified to bring the line and surface into compliance within the tolerances prescribed. Track will be raised as specified in the bid documents or as directed by the railroad representative.

b. The Contractor shall surface the track to zero crosslevel (±1/8”) on tangent track and to the proper crosslevel elevation as designated by the Engineer for curves (attached curve

list). If no curve list is provided, curves will be plotted using the tamper and the superelevation set to the proper elevation as designated in the G&W Track Geometry Design & Maintenance Standards, Appendix A – Superelevation Table. All main line curves shall have a minimum of three quarters inch (3/4”) superelevation installed regardless of train speed or curvature. Line swings and hanging/down ties are not acceptable. Ballast will be regulated such that all cribs are full (to within 1” of the top of tie) and shoulders are uniform and 12” wide in CWR track (min. 6” in jointed track, 80’

Page 65: 2019 Track Rehabilitation Project South Charleston … 1 Bid Document.pdf2019 Track Rehabilitation Project South Charleston Line West Central Ohio Port Authority Indiana & Ohio Railroad

Revised 10/28/13 Section 500-2 3

jointed rail will be treated as CWR). Ballast slopes shall be regulated at a 2:1 slope. Ballast will be completely broomed off the ties and plates for the surfacing to be considered complete.

c. All surfacing in CWR shall be performed in compliance with the G&W Procedures for the Installation, Adjustment, Maintenance and Inspection of CWR (latest revision). The Contractor will be responsible for completing and signing daily, a “Track Disturbance Report.” These reports will be filed with the Railroad on a daily basis.

d. Curve alignment shall be uniform, based on the average alignment in the body of the curve. The curve alignments must be set using the computer lining system. Alignment on “Entering” and “Leaving” curve spirals shall be increased or decreased respectively at a uniform rate, leaving no “swings”. Tangents must be lined using the laser liner. Care must be taken to place the laser at fixed objects such as bridges and road crossings that are not to be surfaced so that they are properly tied into. The laser should also be placed at the Tangent to Spiral point (TS) so that curves are properly tied into.

e. Ballast shall be spread and the track raised in a series of lifts to the required height as specified in the bid documents. No single lift shall be higher than four inches. In raising the track, jacks or equipment shall be so regulated as to avoid bending of angle bars or straining of joints. Jacks shall be simultaneously used and properly spaced at not more than 10 foot spacing to avoid breaks or bends in the rail when the track is raised. Both rails shall be raised simultaneously and to proper crosslevel by utilizing automatic tampers or standard track level boards with each set of track raising jacks. Each tie shall be tamped from 12 inches inside the rail to the end of the tie. Tamping will not be permitted at the middle of a tie where ballast is to be left to settle of its own accord. Both ends of a tie shall be tamped simultaneously and tamping inside and outside the rail shall be done at the same time. A minimum of two insertions will be made on each tie.

f. All ties that are pulled loose in the track raising process shall be placed in their proper position, properly tie-plated, plugged and spiked and re-tamped. During each track raise, the track is to be tamped in such a manner that it will be uniform.

g. Ballast will be pulled into shy areas as quickly as possible behind the tamping machine and before the end of the work day. Pulling fouled ballast into the ballast section is not permitted.

h. After ballasting is completed and the track is surfaced and lined according to the tolerances, the ballast shall be trimmed neatly and surplus material shall be spread evenly along the ballast shoulder. Dressing of the ballast by placing earth higher than the ballast toe and thus preventing proper drainage is not permitted.

i. The Contractor shall perform the necessary operations to assure that all ties are at right angles to the track as practical with standard railroad procedures.

j. The Contractor shall check ahead of the gangs to ensure that there will be a uniform flow of work advising the Engineer of any material shortages or developing problems that require corrective action.

k. The operation of surfacing equipment can cause the activation of the active warning devices at road crossings. This false activation (activation when no train is present) can

Page 66: 2019 Track Rehabilitation Project South Charleston … 1 Bid Document.pdf2019 Track Rehabilitation Project South Charleston Line West Central Ohio Port Authority Indiana & Ohio Railroad

Revised 10/28/13 Section 500-2 4

diminish the effectiveness of the warning devices to the motoring public. The contractor foreman or supervisor shall check ahead of the gang to identify crossings with active warning devices within the project limits and shall coordinate with the Railroad’s Signal Maintainer to ensure his availability to de-activate the warning devices while the surfacing equipment is working in the area. This coordination must also include communication as to when the work will be complete or when a train may have to be passed so that the Signal Maintainer may perform the required operational checks and place the devices back in service.

l. Tampers frequently cause signal failures by the breakage of bond wires. Surfacing equipment may also come in contact with wayside appliances, which include, but are not limited to dragging equipment, defective equipment or hi-wide detectors, slide fences, or AEI readers. The Railway's Signal Maintainer should be notified immediately if the Contractor's forces become aware of any damage to signal bonds, wires or wayside appliances. The contractor must exercise care to avoid damage to signal appliances or wires. The cost to repair damage to wayside appliances will be borne solely by the contractor.

m. The use of too many insertions with a squeezing tamper may cause center-bound track condition. Generally, two squeezes per tie up to 1-1/2" of raise with one additional insertion and squeeze for each additional one-inch of raise is preferred. Joint ties should be given one additional squeeze than other ties.

n. In locations where squeeze tampers cannot fill and compact ballast, such as at frogs, guard rails, switch portions of turnouts and head-blocks, etc., provisions must be made to mechanically tamp with air tools or other power tamping tools.

o. On curves, the high rail should be used as the line rail and the low rail should be used as the grade rail.

p. When surfacing turnouts, the straight side of the turnout should be used as the line rail. Areas of turnouts that cannot be tamped with the production tamper (frog, switch rod area, head- block ties, etc.) must be tamped with a hand held mechanical tamping device (gas or hydraulic powered hand tamper). After turnouts are surfaced and dressed, clean, lubricate (with graphite) and adjust turnout to insure that switch is working properly.

q. After ballast regulating in turnouts, cribs for switch points, switch rods, and guard rails must be pocketed and clear of ballast.

r. Track shall not be raised in, or under structures where the overhead clearance may be compromised without advance approval of the Engineer, so that the Contractor can be made aware of the maximum allowed raise. Track shall not be raised on ballast deck bridges without advance approval of the Engineer. The Engineer shall be notified when the raise of a track would necessitate the installation of or overtop existing wayside ballast retaining structures.

s. The finished track alignment shall be free of surface or line irregularities from the surfacing process.

Page 67: 2019 Track Rehabilitation Project South Charleston … 1 Bid Document.pdf2019 Track Rehabilitation Project South Charleston Line West Central Ohio Port Authority Indiana & Ohio Railroad

Revised 10/28/13 Section 500-2 5

t. Contractor “tie-up” and staging locations must be kept clean and orderly during the project. They must be fully cleaned up at the completion of the project with all trash properly disposed of and the ground clean and level with all scrap materials, trash, etc. removed from railroad property. The ground at all tie-up/staging locations must be protected against any fluid leakage from the machines or from spillage during fueling and servicing operations. Any spills must be immediately reported to the railroad project representative and must be cleaned up by the contractor in compliance with G&W policies and all applicable government laws and regulations.

7. Applicable G&W Standards: Standard Plans: ES8051.1, Track Geometry Design &

Maintenance Standards, Procedures for the Installation, Adjustment, Maintenance and

Inspection of CWR.

END OF SECTION

Page 68: 2019 Track Rehabilitation Project South Charleston … 1 Bid Document.pdf2019 Track Rehabilitation Project South Charleston Line West Central Ohio Port Authority Indiana & Ohio Railroad

GENERAL CONDITIONS 180 – PROTECTION OF THE ENVIRONMENT

GRSI Engineering Page 1 of 5 Pages Issued: 17 July 2015

1 GENERAL

1.1 These General Conditions are adopted by Railroad and are supplemental and complimentary to the

requirements of the Contract issued by Railroad to Contractor for the purpose of performing

construction and maintenance of Railroad’s infrastructure as specified in the Contract Documents.

1.2 They apply to Contractor, its employees, agents, invitees and subcontractors.

1.3 These specifications shall govern Contractor work practices with respect to protecting the

environment and natural resources in and around the project site and include the installation and

maintenance of protective measures.

1.4 Contractor is responsible for performing all environmental protection compliance with current local,

state, and federal regulations and any requirements contained in the permits governing the work.

1.5 When shown on the Plans, or when directed by Engineer, contractor shall install erosion and

sedimentation control measures appropriate to the work and to the satisfaction of the permitting

authority. Such protective measures shall be maintained for the duration of the Work.

2 MATERIALS

2.1.1 This section not used.

3 SUBMITTALS (2015)

3.1 Prior to commencing operations, Contractor shall submit an environmental protection plan with at

least the following elements:

3.1.1 A list of Federal, State, and local laws, regulations, and permits concerning environmental

protection, pollution control and abatement that are applicable to Contractor's proposed

operations and the requirements imposed by those laws, regulations, and permits.

3.1.2 Methods for protecting features to be preserved within authorized work areas such as

vegetation, landscape features, air and water quality, fish and wildlife, soil, historical,

archaeological, and cultural resources.

3.1.3 Methods to provide the required environmental protection, to comply with the applicable

laws and regulations, and to correct pollution due to accident, natural causes, or failure to

follow the procedures of the environmental protection plan.

3.1.4 Location of the solid waste disposal area.

3.1.5 Drawings showing locations of any proposed temporary excavations or embankments for

haul roads, stream crossings, material storage areas, structures, sanitary facilities, and

stockpiles of excess or spoil materials.

3.1.6 Environmental monitoring plans for the job site, including land, water, air, and noise.

3.1.7 Traffic control plan including measures to reduce erosion of temporary roadbeds by

construction traffic, especially during wet weather, and the amount of mud transported

onto paved public roads by vehicles or runoff.

3.1.8 Methods and locations of systems for protecting surface and ground water during

construction activities.

3.1.9 A contingency plan for cleanup of accidental spillage of hazardous materials and for

restoration of contaminated soils to near-natural conditions

3.2 Approval of Contractor's plans will not relieve Contractor of responsibility for adequate and

continuing control of pollutants and other environmental protection measures.

Page 69: 2019 Track Rehabilitation Project South Charleston … 1 Bid Document.pdf2019 Track Rehabilitation Project South Charleston Line West Central Ohio Port Authority Indiana & Ohio Railroad

180 – PROTECTION OF THE ENVIRONMENT

GRSI Engineering Page 2 of 5 Pages Issued: 17 July 2015

3.3 Upon completion of the work, Contractor shall submit to railroad documentation showing the proper

disposal of all hazardous and special waste from the project.

4 EXECUTION

4.1 Contractor shall perform the Work minimizing environmental pollution and damage to natural

resources resulting from construction operations.

4.2 Contractor shall be responsible for ensuring compliance with this section by all subcontractors.

4.3 Contractor's personnel shall be trained as required by applicable rules and regulations governing

environmental and natural resource protection.

4.4 Unless directed by the Engineer, Contractor shall investigate and shall obtain all required permits,

such as national pollutant discharge elimination system (NPDES). Contractor shall be responsible

for implementing the terms and requirements of the appropriate permits and for payment of all fees.

4.5 In the event Contractor is found to be out of compliance with applicable laws or regulations, permits,

and other elements of the environmental protection plan, Contractor shall take the appropriate

corrective action. If Contractor fails to return to compliance within 48 hours, Engineer may issue an

order stopping all or part of the work until satisfactory corrective action has been taken. No time

extensions shall be granted or costs or damages allowed to Contractor for any such suspensions.

4.6 If work is suspended, delayed, or interrupted due to a court order of competent jurisdiction, Engineer

will determine whether the order is due in any part to the acts or omissions of Contractor. If it is

determined that the order is not due to Contractor's failing, such suspension, delay, or interruption

shall be considered as ordered by Engineer.

4.7 Contractor shall thoroughly clean all construction equipment previously used at other sites before it

is brought into the work areas, ensuring that soil residuals are removed and no noxious weeds or

pests brought onto the project.

4.8 Except for daily preventative maintenance checks and services, and routine minor running repair, no

other vehicle or equipment servicing or repairing shall be conducted on Railroad property.

4.9 In the event of equipment failure, all work shall cease until the area is determined to be free from a

hazardous materials spill.

4.10 Contractor shall take sufficient measures to prevent spillage of hazardous and toxic materials during

dispensing and shall collect waste in suitable containers observing compatibility. Contractor shall

transport hazardous waste off Railroad property and dispose of it in compliance with Federal and

local laws and regulations.

4.10.1 Spills of hazardous or toxic materials shall be immediately reported to Engineer.

4.10.2 Contractor shall provide and have on location the required spill kits, drip pans, and other

necessary equipment to prevent and mitigate accidental spillage.

4.11 When working over or near water, Contractor shall frequently inspect tools and equipment for

leaking fluids. Any such leaks discovered shall be immediately remedied in order to prevent

contamination of the water.

4.12 Contractor shall indemnify, hold harmless and defend Railroad from and against any claims arising

from or alleged to arise from a violation of any environmental law, rule, or regulation where such

violation shall have been caused by the fault of Contractor.

4.13 Contractor shall maintain the construction site to minimize dust conditions that would adversely

affect construction or railroad operations, including equipment operation and worker safety.

4.13.1 Dust or dirt from the construction site, which accumulates on adjacent public or private

streets, highways, or roads, shall be promptly swept or washed off the roadway surface.

Page 70: 2019 Track Rehabilitation Project South Charleston … 1 Bid Document.pdf2019 Track Rehabilitation Project South Charleston Line West Central Ohio Port Authority Indiana & Ohio Railroad

180 – PROTECTION OF THE ENVIRONMENT

GRSI Engineering Page 3 of 5 Pages Issued: 17 July 2015

4.13.2 Contractor shall control dust conditions through the use of water spray applied at an

appropriate rate and interval to settle the dust without creating muddy or sloppy

conditions. Water and any dust control additives shall be environmentally safe.

4.14 Contractor is solely responsible for compliance with federal, state and local stormwater runoff

requirements as they relate to the Work.

4.15 Contractor is solely responsible for providing all temporary erosion and sedimentation control

measures in accordance with the requirements given in the DOT Standard Specifications for Road

and Bridge Construction for state where the Work is performed.

4.16 Where Contractor’s operations will disturb the soil above the normal high water line of any adjacent

body of water, Contractor shall furnish, install, maintain and remove silt fencing designed to collect

sediment/debris from work areas at locations determined by Contractor, or directed by Engineer,

based on anticipated construction operations and stormwater runoff in order to preserve the

surrounding water quality.

4.16.1 Silt fence shall be installed according to the manufacturer’s specifications, and in a

manner approved by the Engineer prior to the start of construction

4.16.2 Silt fence should be placed on the contour. On slopes greater than 7%, the silt fence

should be located 5 feet beyond the base of the slope.

4.16.3 The ends of the silt fence shall be turned upslope a sufficient distance to ensure the flow

from a 10 year storm event is retained by the fence.

4.16.4 The bottom edge of the silt fence must be entrenched to a depth of 4 inches with a 2” hook

at the bottom. The backfill should be compacted to provide the effective filtration.

4.16.5 Contractor shall have a program of regular maintenance to ensure the silt fence is

functioning as intended.

4.17 Where Contractor’s operations will disturb the soil below normal high water, Contractor shall

furnish, install, maintain and remove a flotation silt curtain assembly, designed to collect

sediment/debris from in-stream work areas at locations determined by Contractor, or directed by

Engineer, in order to preserve the surrounding water quality.

4.17.1 Prior to installing silt curtain, contractor shall develop a stream bed bottom profile.

4.17.2 Silt curtains shall be installed according to the manufacturer’s specifications and in a

manner approved by the Engineer prior to the start of construction where work may affect

water quality in the stream.

4.17.3 The silt curtain assembly shall be installed in the stream in a configuration that prevents

silt from traveling beyond the work area, but does not cause flooding upstream of the

work area. The Silt curtain shall be sufficient to withstand ten-year flood event.

4.17.4 Contractor shall have a program of regular maintenance to ensure the silt curtain is

functioning as intended.

4.17.4.1 Routine maintenance includes regular removal and disposal of excess

sediment in contact with either side of the curtain, as directed by Engineer.

4.17.4.2 Excess sediment is a sediment depth of four inches or greater.

4.17.4.3 Contractor shall remove excess sediment between 48 and 72 hours prior to

the removal of the silt curtain.

4.17.5 Pumping of water contained within the silt curtain or any other structure shall be done in a

manner approved by Engineer.

4.17.6 The silt curtain assembly shall remain in place as required by the work.

Page 71: 2019 Track Rehabilitation Project South Charleston … 1 Bid Document.pdf2019 Track Rehabilitation Project South Charleston Line West Central Ohio Port Authority Indiana & Ohio Railroad

180 – PROTECTION OF THE ENVIRONMENT

GRSI Engineering Page 4 of 5 Pages Issued: 17 July 2015

4.17.6.1 When allowed, Contractor shall remove the silt curtain in a manner that will

prevent turbidity within the waterway.

4.17.6.2 The silt curtain assembly shall remain the property of the Contractor.

4.18 To the extent possible, contractor shall not perform activities that generate dust and debris over

water.

4.19 Where Contractor’s operations will generate light construction debris, such as wood chips, etc., over

still or moving water, Contractor shall furnish, install, maintain and remove a floating boom

designed to collect floating debris from work areas at locations determined by Contractor, or directed

by Engineer, based on anticipated construction operations in order to preserve the surrounding water

quality.

4.19.1 Floating booms shall be installed according to the manufacturer’s specifications, and in a

manner approved by the Engineer prior to the start of construction over the water or that

may affect water quality. Additional anchorage may be required based on the flow

characteristics and manufacturer’s specifications.

4.19.2 The boom assembly shall be installed in the water in a configuration that prevents floating

debris from traveling beyond the work area. The boom shall be installed in a manner

sufficient to withstand ten-year flood water level frequency.

4.19.3 Contractor shall have a program of regular maintenance to ensure the boom is functioning

as intended and is free of accumulated debris.

4.19.4 The flotation boom assembly shall remain in place as long as required by the Work.

4.19.4.1 When directed by Engineer, Contractor shall remove the flotation boom in a

manner that will prevent release of the floating debris.

4.19.4.2 The floating boom assembly shall remain the property of the Contractor.

4.20 Where Contractor’s operations will generate heavy construction debris, such as rust and scale

cleaned from steel members, or contaminated debris such as lead based paint and primer scrapings,

Contractor shall furnish, install, maintain and remove a sturdy collection system beneath the work

that is strong enough to catch and retain all falling debris.

4.20.1 Such collection systems shall be installed according to the manufacturer’s specifications

and in a manner approved by the Engineer prior to the start of construction over the water

or that may affect water quality.

4.20.2 Such collection systems shall be cleaned daily to prevent accidental release of collected

materials between work shifts.

4.20.3 Contractor shall have a program of regular maintenance to ensure the collection system is

functioning as intended and is free of accumulated debris.

4.20.4 The collection system shall remain in place as long as required by the Work.

4.20.4.1 When directed by Engineer, Contractor shall clean the collection system and

remove it in a manner that will prevent release of the collected debris.

4.20.4.2 The collection system shall remain the property of the Contractor.

4.21 Contractor shall confine all activities to areas defined by the Contract Documents. Prior to the

beginning of any construction, Engineer shall identify the land resources to be preserved within the

work area. Except in areas indicated on the drawings or specified to be cleared, Contractor shall not

disturb land resources without permission.

Page 72: 2019 Track Rehabilitation Project South Charleston … 1 Bid Document.pdf2019 Track Rehabilitation Project South Charleston Line West Central Ohio Port Authority Indiana & Ohio Railroad

180 – PROTECTION OF THE ENVIRONMENT

GRSI Engineering Page 5 of 5 Pages Issued: 17 July 2015

4.21.1 Isolated areas within the general work area which are to be saved and protected shall also

be marked or fenced. Monuments and markers shall be protected before construction

operations commence.

4.21.2 Contractor shall keep construction activities under surveillance, management, and control

to avoid pollution of surface and ground waters. Monitoring of water areas affected by

construction shall be Contractor's responsibility.

4.21.3 Contractor shall conduct all earthwork to minimize the duration of unprotected soils.

4.21.4 Contractor shall effectively prevent erosion and control sedimentation by managing

stormwater runoff from the site through approved methods.

4.21.5 Contractor shall institute effluent quality monitoring programs as required by Federal,

State and local environmental agencies.

4.21.6 Waste waters shall be collected into retention ponds where suspended material can be

settled out or the water evaporated to separate pollutants from the water. Analysis shall be

performed and results reviewed and approved before water in retention ponds is

discharged. All construction of, and all water discharged from Contractor’s retention

ponds shall meet all applicable local, State and Federal rules and regulations.

4.21.7 Contractor shall perform all activities in accordance with all local and state rules and all

Federal emission and performance laws and standards. Ambient Air Quality Standards set

by the Environmental Protection Agency shall be maintained. Monitoring of air quality

shall be Contractor's responsibility. Monitoring results will be periodically reviewed by

Engineer to ensure compliance.

4.21.8 Dust particles; aerosols and gaseous by-products from construction activities shall be

controlled at all times. Contractor shall maintain all facilities and other work areas free

from particulates which would cause the air pollution standards to be exceeded or which

would cause a hazard or a nuisance.

4.21.9 Known, existing historical, archaeological, and cultural resources within Contractor's

work area will designated by Engineer. Contractor shall protect these and be responsible

for their preservation during the life of the contract.

4.21.10 If during excavation or other construction activities any previously unidentified or

unanticipated cultural or historic resources are discovered, all activities that may damage

or alter such resources shall be temporarily suspended. Upon such discovery or find,

Contractor shall immediately notify Engineer. It is understood that discovery of finds

after beginning of construction may be reason for extending the project deadline.

5 MEASUREMENT AND PAYMENT

5.1 Installation, maintenance and removal of measures for the protection of the environment are

incidental to the Work and shall not be measured for payment.

END OF SECTION

REVISION HISTORY

The following is the revision history for this standard:

7/17/2015 – Reaffirmation

4/29/2013 – Initial Issue

Page 73: 2019 Track Rehabilitation Project South Charleston … 1 Bid Document.pdf2019 Track Rehabilitation Project South Charleston Line West Central Ohio Port Authority Indiana & Ohio Railroad

ATTACHMENT 1 - GWI CODE OF ETHICS AND CONDUCT

GWI Code of Ethics and Conduct: This document is located online at http://www.gwrr.com/Investors/Company Code of Ethics. I certify that I have reviewed and understand the GWI Code of Ethics and Conduct, and agree to abide by this Code for the duration on this Agreement while performing services for WESTCO and the IORY.

Printed Name, Title

Signature

Date

Page 74: 2019 Track Rehabilitation Project South Charleston … 1 Bid Document.pdf2019 Track Rehabilitation Project South Charleston Line West Central Ohio Port Authority Indiana & Ohio Railroad

ATTACHMENT 2 - ROADWAY WORKER PROTECTION TRAINING POLICY

Railroad and Contractor have a mutual interest in providing a safe workplace for the employees of both parties and in maintaining the integrity and security of Railroad’s facilities and property (the “Property”). To help ensure this goal, Railroad has instituted a training program for all employees of Contractor or its subcontractor(s) seeking admission to the Property (the “Program”). These employees must successfully complete the Program. Contractor shall cause its employees, and shall cause its subcontractor to require its employees, to successfully complete the Program on an annual basis, at their sole cost and expense, prior to their admission onto the Property. The Program will be available on-line and administered by a third party on behalf of GWI. The cost per employee certification attempt is $50.00 USD, payable via credit or purchasing card.

To access the G&W Roadway Worker Protection Training for Railroad Contractors Course on the RWT On-Line University please follow these instructions:

• Start at website www.rrtrainers.com • Click on the “Online Classes” button • Select the G&W course by clicking on the course name • Enter names or emails of those who will be taking the class. • Fill out all of the fields on the payment page and submit • You will receive a username and password via email • After receiving the username and password go back to the On-Line University page and select the

G&W course again • Complete the registration process and training

All employees of the Contractor or its subcontractor(s) will be required to submit a copy of their training certification to the railroad personnel managing the applicable project.

Page 75: 2019 Track Rehabilitation Project South Charleston … 1 Bid Document.pdf2019 Track Rehabilitation Project South Charleston Line West Central Ohio Port Authority Indiana & Ohio Railroad

ATTACHMENT 3 - CONTRACTOR SAFETY RULES

Page 76: 2019 Track Rehabilitation Project South Charleston … 1 Bid Document.pdf2019 Track Rehabilitation Project South Charleston Line West Central Ohio Port Authority Indiana & Ohio Railroad
Page 77: 2019 Track Rehabilitation Project South Charleston … 1 Bid Document.pdf2019 Track Rehabilitation Project South Charleston Line West Central Ohio Port Authority Indiana & Ohio Railroad
Page 78: 2019 Track Rehabilitation Project South Charleston … 1 Bid Document.pdf2019 Track Rehabilitation Project South Charleston Line West Central Ohio Port Authority Indiana & Ohio Railroad
Page 79: 2019 Track Rehabilitation Project South Charleston … 1 Bid Document.pdf2019 Track Rehabilitation Project South Charleston Line West Central Ohio Port Authority Indiana & Ohio Railroad
Page 80: 2019 Track Rehabilitation Project South Charleston … 1 Bid Document.pdf2019 Track Rehabilitation Project South Charleston Line West Central Ohio Port Authority Indiana & Ohio Railroad
Page 81: 2019 Track Rehabilitation Project South Charleston … 1 Bid Document.pdf2019 Track Rehabilitation Project South Charleston Line West Central Ohio Port Authority Indiana & Ohio Railroad
Page 82: 2019 Track Rehabilitation Project South Charleston … 1 Bid Document.pdf2019 Track Rehabilitation Project South Charleston Line West Central Ohio Port Authority Indiana & Ohio Railroad
Page 83: 2019 Track Rehabilitation Project South Charleston … 1 Bid Document.pdf2019 Track Rehabilitation Project South Charleston Line West Central Ohio Port Authority Indiana & Ohio Railroad
Page 84: 2019 Track Rehabilitation Project South Charleston … 1 Bid Document.pdf2019 Track Rehabilitation Project South Charleston Line West Central Ohio Port Authority Indiana & Ohio Railroad
Page 85: 2019 Track Rehabilitation Project South Charleston … 1 Bid Document.pdf2019 Track Rehabilitation Project South Charleston Line West Central Ohio Port Authority Indiana & Ohio Railroad
Page 86: 2019 Track Rehabilitation Project South Charleston … 1 Bid Document.pdf2019 Track Rehabilitation Project South Charleston Line West Central Ohio Port Authority Indiana & Ohio Railroad
Page 87: 2019 Track Rehabilitation Project South Charleston … 1 Bid Document.pdf2019 Track Rehabilitation Project South Charleston Line West Central Ohio Port Authority Indiana & Ohio Railroad
Page 88: 2019 Track Rehabilitation Project South Charleston … 1 Bid Document.pdf2019 Track Rehabilitation Project South Charleston Line West Central Ohio Port Authority Indiana & Ohio Railroad

The undersigned has read and understands these Genesee & Wyoming “Safety Guidelines for Contractors and Non-GWRR Personnel”:

Printed Name, Title

Signature

Date