HomeMy WebLinkAboutIDOT - W. Donald Street-2/19/2018&IOWADOT
Form 291308 (04-16)
Office of Rail Transportation
800 Lincoln Way Ames, IA 50010
Please return this copy to:
City Clerk & Finance Dept.
715 Mulberry St.
Waterloo, IA 50703
State of Iowa
State - Aid
Grade Crossing Surface Repair Fund
Force Account Agreement
Chicago Central & Pacific Railway
Company
Railroad Crossing Location Information
County: Blackhawk FRA No: 307174Y
Location:
West Donald Street Waterloo
Street Name City Name
Contact Information
Highway Authority Contact:
307174Y45
Project Number
Jeff ales
Office Phone No: (319) 291-4312 Email Address: jeffbalkes@waterloo-ia.org
Railroad Company Contact: Nicholas Burwell
Office Phone No: (319) 236-9205 Email Address: Nicholasburwell@cn.ca
Iowa DOT Program Manager: Kristopher Klop
Office Phone No: 515-239-1108 Email Address: Kristopher.Klop@dot.iowa.gov
Iowa DOT Project Inspector: Travis Tinken
Office Phone No: 515-290-5055 Email Address: Travis.Tinken@dotiowa.gov
Page 1 of 9
FRA No: 307174Y
THIS AGREEMENT, entered into pursuant to Iowa Code Ch. 327G and 761 Iowa
Administrative Code, Chapter 821, is between Waterloo, Iowa, hereinafter referred to as HIGHWAY
AUTHORITY, and Chicago Central & Pacific Railway Company, hereinafter referred to as
COMPANY, and Iowa Department of Transportation, hereinafter referred to as DEPARTMENT,
The HIGHWAY AUTHORITY and the COMPANY agree to repair the at -grade crossing
Located at West Donald Street in Waterloo, Iowa, and further agree as follows.
SECTION I. Work Statement and Performance. The COMPANY and the HIGHWAY
AUTHORITY have determined the extent of the repair to be performed at this crossing, including
railway, roadway approach modifications, and replacement of existing sidewalks and/or recreational
trails. This repair shall conform to the COMPANY and HIGHWAY AUTHORITY Standards. The
agreed work, generally described in the Work Statement identified as Exhibit "A" attached hereto and
made part of this Agreement, is to be perforned by COMPANY forces. In the absence of specific
COMPANY standards that have been accepted by the DEPARTMENT, BNSF/Union Pacific Railroad
common crossing standards shall be used as guidance. Current standards are at the following website
and considered as part of this agreement: http://www,iowadot.gov/iowarail/pdfs/UP-
BNSF%20road xings%20Std.pdf
If the COMPANY chooses to utilize contract company forces to perform the work, the
COMPANY must obtain detailed ite nized bids for the work to be completed. The COMPANY must
provide the bids to the DEPARTMENT and HIGHWAY AUTHORITY for review and approval. The
DEPARTMENT and HIGHWAY AUTHORITY shall approve the bid prior to the contract company
performing any repair work. In the event that a contract company is utilized by the COMPANY,
Exhibit B of this document is in effec ` and must be followed.
Page 2 of 9
FRA No: 307174Y
The HIGHWAY AUTHORITY will be responsible to have existing sidewalk(s) and/or
recreational trail(s) replaced by a contractor or their own forces, in accordance with the Americans with
Disabilities Act (ADA) requirements. In the absence of specific HIGHWAY AUTHORITY standards
that are acceptable to the COMPANY, the DEPARTMENT's Standard Road Plan MI -220 shall be used.
As per Standard Road Plan MI -220, the detectable warning is to be installed 12' from the edge of the
nearest rail, and the sidewalk is a minimum width of 5'. The project will include the cost of an
additional two feet of sidewalk and/or recreational trail, or to the nearest sidewalk and/or recreational
trail joint, whichever is less, beyond the detectable warning. Any additional new sidewalk and/or
recreational trail beyond that point will be paid by the HIGHWAY AUTHORITY and is not part of this
project. Truncated domes are the only detectable warnings allowed by ADA Accessibility Guidelines.
Grooves, exposed aggregate, and other designs intended for use as detectable warning are too similar to
pavement textures, cracks, and joints and are not considered equivalent facilitation, and do not comply
with ADA requirements. Future maintenance of the sidewalk(s) and detectable warning device will be
the responsibility of the HIGHWAY AUTHORITY.
If the HIGHWAXj AUTHORITY chooses to utilize contract company fo •ces to perform the
sidewalk or recreational trail work referenced in the above paragraph, the HIGHAY AUTHORITY
must obtain detailed item ed bids for the work to be completed. The HIGHWAY UTHORITY must
provide the bids to the DPARTMENT for review and approval. The DEPART ENT shall approve
the bid prior to the contract company performing any repair work.
The HIGHWAY AUTHORITY will coordinate and have the approaches complet d according to the
Exhibit "A" of this agreeftfeut.
The HIGHWAY AUTHORITY will pay the contractor and submit a detail @d invoice billing to
the COMPANY for 100% of the approach costs, along with costs for the sidewalk, and/or recreational
trail. Copies of the contractors invoice(s) should be included with the HIGHWAY AUTHORITY's
billing. The COMPANY will reimburse the HIGHWAY AUTHORITY at 100%. These costs will then
be included in the final billing to the DEPARTMENT and HIGHWAY AUTHORITY.
If the HIGHWAY AUTHORITY chooses to place the approaches, sidewallc(s) and/or
recreational trail(s) with their own forces, they will submit an itemized billing for 100% of their costs to
the COMPANY. The COMPANY will reimburse the HIGHWAY AUTHORITY at 100%. These costs
will then be included in the final billing to the DEPARTMENT and HIGHWAY AUTHORITY.
The COMPANY will have the asphalt contractor chosen by the HIGHWAY AUTHORITY
place the underlayment in the track opening as per the UP/BNF specifications. The billing for all
asphalt will be included in the invoice the contractor submits to the HIGHWAY AUTHORITY and
handled the same as stated above.
SECTION II. Cost Estimate. The estimated cost of the project work is itemized on Exhibit "B"
attached hereto, and made part of this Agreement, The DEPARTMENT shall not make total project
payment exceeding 10% of the cost estimate provided by the COMPANY in the engineered estimate.
Any accrued costs more than the 10% cap must be provided to the DEPARTMENT and HIGHWAY
AUTHORITY for review and approval.
SECTION III. Work Start and Completion. The date this agreement is signed by the
DEPARTMENT is the COMPANY's authorization to proceed with the work. The COMPANY
shall begin the construction of the project as soon as possible after the date the DEPARTMENT signs
this agreement and shall complete the project within 18 months. Costs incurred prior to the
Page 3 of 9
FRA No: 307174Y
DEPARTMENT signing the agreement are not reimbursable under this Agreement. Cost incurred more
than 18 months after the DEPARTMENT signs this agreement will not be reimbursed unless the
COMPANY has requested in writing, prior to expiration of the agreement, and received from the
DEPARTMENT a written extension of time for completion. The DEPARTMENT shall have complete
discretion, and be the sole authority to grant or deny extensions. Costs incurred for work following the
extension time will not be reimbursed.
SECTION IV. Traffic Control. The roadway will be closed during repair. Exhibit "A"
describes specific closure conditions. The HIGHWAY AUTHORITY is responsible for the
establishment and payment for traffic control (i.e.: barricades, signing, detours, detour damage, and
runarounds).
The COMPANY shall advise the HIGHWAY AUTHORITY Contact Person: I) a minimum of
60 days in advance of the approximate starting date to allow the HIGHWAY AUTHORITY to
implement the detour; and 2) 14 days in advance of the actual starting date to allow the HIGHWAY
AUTHORITY adequate time to provide and install appropriate signs on the detour.
SECTION V. Work Notification. The COMPANY shall notify the DEPARTMENT and the
HIGHWAY A JTHORITY's Contact Person no later than 14 days prior to the start of its work at the
crossing. The HIGHWAY AUTHORITY shall be given ample opportu ity to document the materials,
equipment, and labor required to complete the project. The DEP RTMENT and HIGHWAY
AUTHORITY shall have the right to inspect the project work at any time. The HIGHWAY
AUTHORITY shall perform on-site inspection of the project work et ch day.
SECTION VI. Project Completion. After the COMPANY has co repleted the required work, the
COMPANY s tall so notify the DEPARTMENT and the HIGHWAY AUTHORITY in writing or
by email within 30 days of completion. The DEPARTMENT shall mange an inspection with the
HIGHWAY AUTHORITY, and the COMPANY in order for all paries to determine whether the
project work has been completed in accordance with the terms of ill's Agreement or Amendments
thereto. Pavement markings and stop lines shall be placed by the HIGHWAY AUTHORITY as
required by Part 8 of the Manual on Uniform Traffic Control Devices for Streets and Highways. If the
existing traffic control devices at a multiple -track highway -rail grade crossing become improperly
placed or inaccurate because of removal of some of the tracks, the existing devices shall be relocated
and/or modified at COMPANY expense pursuant to the Manual on Uniform Traffic Control Devices,
Part 8. If the roadway is widened or relocated, the existing devices shall be relocated and/or modified at
HIGHWAY AUTHORITY expense pursuant to the Manual On Uniform Traffic Control Devices, Part
8. Relocation of the traffic control devices will be completed prior to removal of the detour. When the
work has been completed in accordance with the Agreement, the COMPANY, DEPARTMENT, and
the HIGHWAY AUTHORITY shall sign a Certificate of Completion and Acceptance form at the
project site following final inspection.
SECTION VII. Reimbursable Costs, The COMPANY will keep an accurate and detailed
account of actual and necessary reimbursable costs incurred under this Agreement. Replacement of
existing sidewalk(s) and/or recreational trail(s), and subcontracted work costs shall be included in detail
with the COMPANY billing. The cost of labor, material, all associated additives and subcontracted
work costs are rehnbursable, and shall be billed on a force account basis in accord with Title 23 Code of
Federal Regulations, Part 140, Subpart I. Labor additives reimbursed are to be exclusive of indirect
and overhead costs as elected by the DEPARTMENT and provided for by 23 CFR 140.907(a). The
cost of preliminary project engineering, constriction inspection, track inspection, relocation of existing
signals, signal wires, and switches, or the construction of runarounds will not be eligible project
reimbursable costs.
Page 4 of 9
FRA No: 307174Y
SECTION VIII. Cost Sharing. The HIGHWAY AUTHORITY and COMPANY each shall pay
twenty percent (20%) of the reimbursable costs defined in SECTION VII for work described in Exhibit
"A". The DEPARTMENT will use the Grade Crossing Surface Repair Fund to reimburse the
COMPANY for sixty percent (60%) of the total eligible costs for this project. The DEPARTMENT's
CERTIFICATE OF AUDIT shall establish eligible reimbursable project costs.
SECTION IX. Progressive Payments. The COMPANY may submit accurate progressive bills
to the DEPARTMENT for sixty percent (60%) of its material, labor and any subcontracted costs
included in Exhibit "B", for each crossing location. The billing for material shall be for those materials
that have been delivered to the project location or specifically purchased and delivered to the
COMPANY for use on the project. The DEPARTMENT and HIGHWAY AUTHORITY may make
progressive payments to the COMPANY for one -hundred percent (100%) of each party's billed
participation, or the HIGHWAY AUTHORITY may elect to retain a percentage of their billed
participation.
SECTION X. Final Billing. If applicable, the HIGHWAY AUTHORITY will submit a detailed
billing to the COMPANY for the actual sidewalk and/or recreational trail replacement costs. Upon
completion of the project the COMPANY shall submit an accurate final and complete, itemiz d,
electronic billing. Final bill shall include a detailed summary of all incurred costs.
SECTION XI. Final Payment. The EPARTMENT, upon receipt of the final bill and Certific to
of Completion and Acceptance form, shal review, and forward the final bill to the DEPARTMEN 'S
Office of Audits for final audit. Reim ursement to the COMPANY shall be governed by he
DEPARTMENTS Certification of Audit. he DEPARTMENT shall make payment to the COMPANY
equal to 60 percent (60%) of the final rei nbursable amount, less previous payment. The COMP
shall promptly reimburse the DEPARTMENT in the amount of any overpayments.
The HIGHWAY AUTHORITY shall make payment equal to 20 percent (20%) of the
COMPANY final billing or the estimated cost noted on Exhibit "B" of the agreement, less previous
payment, within 30 days of its receipt of the COMPANY final billing. In the event of overpayment by
the HIGHWAY AUTHORITY as determined by the DEPARTMENT audit of COMPANY records, the
COMPANY shall pay the HIGHWAY AUTI-IORITY the amount of overpayment within 30 days of its
receipt of the DEPARTMENT final audit.
SECTION XII. Maintenance and Abandonment. Upon completion of the project, the
COMPANY shall maintain the crossing surface to provide a safe and sufficient crossing for vehicular
travel. If the track is removed from both sides of the crossing, the COMPANY shall remove the surface
material, rail and cross ties from the crossing and shall restore the roadway void to the satisfaction of
the HIGHWAY AUTHORITY, all at COMPANY expense. If the existing traffic control devices at a
multiple -track highway rail grade crossing become improperly placed or inaccurate because of removal
of some of the tracks, the existing devices shall be relocated and/or modified at COMPANY expense
pursuant to the Manual on Uniform Traffic Control Devices, Part 8. Future maintenance of the
sidewalk(s) and detectable warning device will not be the responsibility of the COMPANY.
SECTION XIII. Standard Title VI Assurances. The COMPANY shall comply with all applicable
DEPARTMENT and Federal laws, rules (including the administrative rules adopted by the
DEPARTMENT for the IPPP Program - 761 Iowa Administrative Code, chapter 201), ordinances,
regulations, and orders. The COMPANY, and all agents of the COMPANY that participate in the
project, shall also comply with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C.
2000d-42 U.S.C. 2000d-4, and all requirements imposed by or pursuant to Title 49, Code of Federal
Regulation, Department of Transportation, Subtitle A, Office of the Secretary, Part 21 - to the end that
Page 5 of 9
FRA No: 307174Y
no person in the United States shall, on the grounds of race, color, or national origin, be excluded from
participation in, be denied the benefits of, or be otherwise subjected to discrimination under any
program or activity receiving financial assistance from the DEPARTMENT.
SECTION XIV, Successor and Assigns. This agreement shall be binding upon all successors or
assigns. The COMPANY shall provide written notice to the HIGHWAY AUTHORITY and the
DEPARTMENT of any assignment of this Agreement.
SECTION XV. Project Contact Persons. All notices and cormnunicafions essential to complete
the work required by this Agreement shall be made to the Contact Persons and the DEPARTMENT
specified on the cover page of this Agreement.
SECTION XVI. Integration and Amendment. This Agreement and its exhibits constitute the
entire Agreement between the DEPARTMENT, the COMPANY, and the HIGHWAY AUTHORITY
concerning this project. If the DEPARTMENT determines a substantial change is to be made in
the project work described in Exhibit "A", the DEPARTMENT will furnish the written approval
of the change.
SECTION XVII. Termination Due to Lack of Funds. Notwithstanding anything in this Contract
to the contrary, and subject tote (imitations set forth below, the DEPARTMENT shall ave the right
to terminate this Contract withraut penalty and without any advance notice as a result f any of the
following: 1. The federal gmermnent, legislature or governor fail in the sole o inion of the
DEPARTMENT to appropriat funds sufficient to allow the DEPARTMENT to ei her meet its
obligations under this Contract r to operate as required and to fidfill its obligations under his Contract;
or 2. If funds are de -appropriate , reduced, not allocated, or receipt of funds is delayed, o • if any funds
or revenues needed by the DbPARTMENT to make any payment hereunder are insufficient or
unavailable for any other reason as determined by the DEPARTMENT in its sole discretion; or 3. If the
DEPARTMENT's authorization to conduct its business or engage in activities or operations related to
the subject matter of this Contract is withdrawn or materially altered or modified. The DEPARTMENT
shall provide the HIGHWAY AUTHORITY and COMPANY with written notice of termination
pursuant to this section. The DEPARTMENT will pay the COMPANY for the DEPARTMENT share
of the non -cancelable obligations allowable under the Agreement and properly incurred by the
COMPANY prior to termination.
SECTION XVIII. Merged Documents. This agreement may be executed and delivered in three
or more counterparts, each of which so executed and delivered shall be deemed to be an original, and all
shall constitute but one and the same instrment.
If any section, provision, or part of this Agreement shall be found to be invalid or
unconstitutional, such judgment shall not affect the validity of any section, provision, or part thereof not
found to be invalid or unconstitutional.
Page 6 of 9
.FRA No: 307174Y
IN WITNESS WHEREOF the COMPANY, the HIGHWAY AUTHORITY and the
DEPARTMENT hereto have caused this Agreement to be executed by their duly authorized officers as
of the dates indicated below.
Executed by the COMP
By:
Chicago Central & Pacific Railway Company
Executed by the HIGHWAY AUTHORITY Waterloo, Iowa
By: `� y
Name
7- Zc/8
Date
-1-11c1 It
Date
Executed by the DEPARTMENT this Iowa Department of Transportation
By:
Stuart Anderson, Director
Office of Rall Transpor~ation
Page 7of9
Date
Iowa Department of Transportation
Form 040016 (04-11)
EXHIBIT "A" - WORK STATEMENT
Iowa Grade Crossing Surface Repair Fund and
Federal -Aid Rail/Highway Crossing Surface Repair
County Black Hawk Meeting Date: 06/28/2017
FRA No.: 307174Y Highway Authority City of Waterloo
RR Company: CN
Location: West Donald Street
Street Name
Waterloo
City Name
1, Crossing(s) Reconstructed
A. COMPANY will reconstruct 1 crossings of 57 total feet that include 35 feet of Rubber surface material
through the traveled roadway and 22 feet of Rubber surface material th rough the shoulder or sidewalk area. As
a mit imum, the crossing must extend beyond the edge of the traveled r adway and through the shoulder if not
curbe
B. Existi g rail weight through crossing(s) 115
2. Traffic C ntrols (check below)
❑ A hig ay runaround will be constructed to permit two-lane traffic durin repair.
® The hi hway will be closed for 5 days during repair.
NOTE: The H GHWAY AUTHORITY is responsible for placement and cost ofarricades, signing, detours, detour
damage, and runarounds.
A. The COMPANY shall advise the HIGHWAY AUTHORITY Contact Pelson:
1). A minimum of sixty (60) days in advance of the approximate starting date to allow the HIGHWAY
AUTHORITY to implement the detour.
2). Fourteen (14) days in advance of the actual starting date to allow the FIIGHWAY AUTHORITY adequate
time to provide and install appropriate signs on the detour.
The COMPANY shall advise the STATE PROJECT INSPECTOR fourteen (14) days in advance of the actual
starting date.
3. Track Elevation Relative to Existing Road Pavements (check below.)
❑ Tracks will be constructed to meet existing road grade.
O Roadway will be reconstructed to meet a proposed new track grade (roadway work is not covered by this
Agreement.)
® Tracks will be elevated 2 inches above the adjacent roadway requiring a taper (complete item 4A and 4B.)
In any event, the parties agree to provide a smooth crossing.
4, Roadway Work -- Must he sufficient to provide a smooth crossing. HIGHWAY AUTHORITY will coordinate and
have approaches completed. Invoices will be sent to the COMPANY to be included in project costs.
A. Taper Length (estimated)
A 30 foot taper on the North side of the crossing and a 30 foot taper on the South side of the crossing,
requires 35 of HMA material (estimated). Taper length should not exceed 25 feet for each inch of track raise.
This work will be completed by (that* with an A):
O HIGHWAY AUTHORITY forces
O HIGHWAY AUTHORITY'S contractor
FRA No.: 307174Y
B. Track Opening in the Roadway (mark with an X)
❑ Existing track opening will be maintained.
• Track opening of 20 feet will be required involving the following described roadway modifications. Est.
I -IMA tonnage
This work will be completed by (marc with an X):
❑ COMPANY forces ❑ HIGHWAY AUTHORITY forces
o COMPANY contractor ® HIGHWAY AUTHORITY'S contractor
5. Existing Sidewalk(s) mrd/or Recreational Trail replacement by HIGHWAY AUTHORITY
The quadrants requiring upgrades to meet ADA requirements (mark with an X):
Sidewalk (5' width required) * Rec Trail (10' width)
❑ NE (feet) ❑ SE (feet) ❑ NE (feel) o SE (feet)
❑ NW NO ❑ SW Or ❑ NW (feet) ❑ SE (feet)
* Recreational trail footage will be doubled because we use the sidewalk 5' width cost for reimbursement.
This work will be completed by (markwith an X).
❑ HIGHWAY AUTHORITY forces
❑ HIGHWAY AUTHORITY'S contractor
Crossing(s) Permanently Retired and Removed
A. COMPANY will retire and remove crossing(s).
B. Voids in pavement will be filled with material requiring (units).
This work will be completed by (marc with an X).
❑ COMPANY forces ❑ I�GHWAY AUTHORITY forces
o COMPANY'S contractor ❑ HIGHWAY AUTHORITY'S contractor
7 Drainage (mar•lc with an X)
A. ❑ Present drainage is adequate.
B. 0 Drainage work required. Specify work to include materials and outlet.
C. ® Clean all four (4) quadrants for good surface drainage.
8. Additional Construction and Traffic Control Conditions; i.e., Road Closure Limitations - Construction at this
crossing included with this project, and not described above. Only ACC or PCC will be placed one (1) foot from the
railroad surface material,
Siding has already had STAR TRAC removed and new timber tic crossing placed with MSR plates and new robber
surface panels. The Existing STAR TRAC in main will be removed and matched to siding. The RR will remove
rubber in siding to tam thin to ensure stability.
9. Attendees
The following attendees agree on all items of this work statement. This work statement will be included as part of
the executed agreement.
Railroad Representative: Highway Authority Representative:
Nick Burwell /Ed Boswell Jeff Bales
None Name
State Project Manager: Additional Attendees:
Travis Tinkcn
515-239-1876 (office phone)
515-290-5055 (cell phone)
Operations Special Capital Project Estimate
Southern Region
Design Construction
Homewood, IL
RENEW RUBBER @ W DONALD ST CROSSING DOT# 307174Y (1 track)
Location: WATERLOO
Company Name: Chicago, Central & Pacific Railroad Company
Subdivision Name: WATERLOO
Mlle Post: 277.98
State: IA
Survey Network Number:
Track Network Number:
Signal Network Number:
Buy American Certification Required? Yes
Agency: Iowa MOW DOT
Labor Additive Type: Agency/CN Approved
Labor
Material
Other
Total Capital Cost
PW Material
Donation
TOTAL PROJECT COST
548,667
539,759
523,091
$111,517
50
$0
5111,517
Created By:
Revised By:
Created Date:
Date Revised: January 23 2018
Status: Final
NW Burwell
Description
GANG SIZE
DAYS MANDAYS PRICE
TOTAL
LABOR
Unload/Distribute Material
Construct Track
Surfacing
Welding
Install Crossings
S&C Labor
Remove xings
5
5
3
2
5
2
5
2
2
2
2
2
2
2
10
10
6
4
10
4
10
$330
$330
$330
$330
5330
$330
$330
$3,300
$3,300
$1,980
$1,320
$3,300
$1,320
$3,300
TOTAL DIRECT LABOR
MD: 54
$17,820
Description
TOTAL
MATERIAL
New Rail
Field Welding
Track Spikes
Rall Anchors
Tie Plates
Minor OTM
Track Ties
Ballast
Crossing Materials
Signal & Communications Material
Subtotal New/ Capitalized Material
55,440
$448
$129
$851
54,040
51,857
$7,077
51,904
514,900
$1,219
$37,865
TOTAL DIRECT MATERIAL
$37,865
Description
UM QTY PRICE
OTHER
Engineering
Real Estate
Grading
Contractor Track Construction
Utilities
Signal and Communications
Bridge & Structures
Total Engineering
Total Real Estate
Total Grading
Holland Flash Butt Welds
Total Contractor Track Construction
Total Utilities
Total Signal and Communications
Total Bridge & Structures
1 of 3
EA
2 $395
TOTAL I
$0
$0
$0
$790
$790
50
$0
$0
Hauling/Disposal
Miscellaneous
Operations Special Capital Project Estimate
Southern Region
Design Construction
Homewood, IL
RENEW RUBBER @ W DONALD ST CROSSING DOT# 307174Y (1 track)
Offsite Disposal of Debris
Total Hauling/Disposal
Per Diem (BMWE Labor)
Contingency
Rental Equipment
Total Miscellaneous
15
$2,000 $2,000
$2,000
MD 50 $87 $4,350
SUM 5% $67,807 $3,391
SUM 1 $12,000 $12,000
$20,301
TOTAL OTHER'.
$23,091
Description
UM QTY PRICE TOTAL
ADDITIVES
Labor Capitalized Surcharges
Material Capitalized Surcharges
USD $17,820
USD $37,865
173.10%
5.00%
$30,847
$1,894
TOTAI. ADDITIVES
$32,741
DONATION
TOTAL
TOTAL DONATION
0
TOTAL CAPITAL COST
TOTAL NON -CAPITALIZED COST (PW MATERIALS)
TOTAL DONATION
TOTAL PROJECT COST
$111,517
$0
$0
$111,517
2 of 3
Operations Special Capital Project Estimate
Southern Region
Design Construction
Homewood, IL
RENEW RUBBER @ W DONALD ST CROSSING DOT# 307174Y (1 track)
!MATERIAL FORECAST
Material Description
NEW RAIL
FOR:
1
State Tax
J UM I QTY I Unit Price ( Total
RAIL 115 LB ALL MANUF/METAL/PROCESS
6.00%
FT
240 $18.59
$5,440
^ _ , _,.,_
PLATE TIE CAST 161N -51/21N BASE CLEATED
6.00%
TOTAL NEW RAIL
$5,440
THERMITE KIT 115 II
6.00%
EA
4 $105.59
$448
$384
PLATE TIE CAST 161N -51/21N BASE CLEATED
6.00%
TOTAL FIELD WELDING
$448
SPIKE TRACK 5/81N X 61N AREMA 60 PER CAN
6.00%
CAN
4 $26.35
$129
$384
PLATE TIE CAST 161N -51/21N BASE CLEATED
6.00%
TOTAL TRACK SPIKES
$129
ANCHOR RAIL 11511 RE HD PLAN T51313
6.00%
EA
500 $1.39
$851
$384
PLATE TIE CAST 161N -51/21N BASE CLEATED
6.00%
TOTAL RAIL ANCHORS
$851
PLATE TIE 7-1/21NX141N 5-1/2 BASE TS501
6.00%
EA
34
$9.26
$384
PLATE TIE CAST 161N -51/21N BASE CLEATED
6.00%
EA
108
$27.76
$3,656
DEFLECTOR PLATE SET
6.00%
EA
TOTAL TIE PLATES
$4,040
SCREW SPIKE CMN STD 15/161N X 61/21N
6.00%
EA
432
$1.83
$963
Clip, Pandrol, E2055, Galvn,
6.00%
EA
216
$3.39
$894
DEFLECTOR PLATE SET
6.00%
EA
TOTAL MINOR OTM
$1,857
TIE TRACK 7"X9"X8'6" 111 HWD TREATED
6.00%
EA
17
$66.36
$1,376
Switch Tie 10 ft
6.00%
EA
54
$86.59
$5,701
BALLAST
TOTAL TRACK TIES
$7,077
BALLAST- MAINLINE
6.00%
TN
190
$9.45
$1,904
CROSSING MATERIALS
TOTAL BALLAST $1,904
Screw, Lag, 5/8"x12", Camcar, Torx,
6,00%
EA
76
2.47
$230
CROSSING RECYCLED RUBBER 115/110' TIES
6.00%
EA
57
$203.55
$14,144
DEFLECTOR PLATE SET
6.00%
EA
1
$431.25
$526
Signals & Communications Materials
TOTAL CROSSING MATERIALS $14,900
S&C MATERIALS (Per S&C Dept Estimate)
6.00%
LS
$1,150.00
$1,219
3 of3
TOTAL SIGNAL & COMMUNICATIONS $1,219
TOTAL MATERIAL 1 $37,865