Loading...
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