Loading...
HomeMy WebLinkAboutIDOT - Conger Street-2/19/2018�IOWA DOT Form 291308 (04-16) Office of ReII 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: 307125C Location: Conger Street Waterloo Street Name City Name Contact Informati� Highway Author 307125C45 Projee 11 ty Contact: Jeff Bales Number Office P one No: (319) 291-4312 Email Address: jeffbalke Railroad Compa ty Contact: Nicholas Burwell @waterloo-ia.org Office P lone No: (319) 236-9205 Email Address: Nicholas.burwell@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@dot.iowa.gov Page 1 of 9 FRA No: 307125C 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 Conger 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 performed 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°o20road xin>s%20Std. df If the COMPANY chooses to utilize contract company forces to perform the work, the COMPY must obtain detailed itemized bids for the work to be completed. The COMPANY must providd the bids to the DEPARTMENT and HIGHWAY AUTFORITY for review and approval. The DEPA kITMENT and HIGHWAY AUTHORITY shall approve the bid prior to the contract company perfornLing any repair work. In the event that a contract con patty is utilized by the COMPANY, Exhibitl B of this document is in effect and must be followed. Page 2 of 9 FRA No: 307125C 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 domply with ADA requirements. Future maintenance of the sidewalk(s) and detectable warning device will be the responsibility of the HIGHWAY AUTHORITY. If the HIGHWAY AUTHORITY chooses t utilize contract company forces to perform the sidewalk or recreational trail work referenced in the above paragraph, the HIGHWAY AUTHORITY must obtain detailed itemized bids for the work to be completed. The HIGHWAY AUTHORITY must provide the bids to the DEPARTMENT for review nd approval. The DEPARTMENT shall approve the bid prior to the contract company performing any repair work. The HIGHWAY AUTHORITY will coordinate and lave the approaches completed according to the Exhibit "A" of this agreement. The HIGHWAY AUTHORITY will pay the ontractor and submit a detailed 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 I-IIGHWAY 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, sidewalk(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: 307125C 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 AUTHORITY's Contact Pers 11110 later than 14 days prior to the start of its work at ' he crossing. The HIGHWAY AUTHORITY hall be given ample opportunity to document the materi Is, equipment, and labor required to corn lete the project. The DEPARTMENT and HIGHW Y AUTHORITY shall have the right to i rspect the project work at any time. The HIGHW Y AUTHORITY shall perform on-site inspection of the project work each day. SECTION VI. Project Completion. After the COMPANY has completed the required work, the COMPANY shall so notify the DEPARTfMENT and the HIGHWAY AUTHORITY in writing or by email within 30 days of completion.) The DEPARTMENT shall arrange an inspection with .he HIGHWAY AUTHORITY, and the COMPANY in order for all parties to determine whether he project work has been completed in accordance with the terms of this 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 reimbursable, 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, construction 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: 307125C 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 f the project the COMPANY shall submit an accurat final and complete, itemized, electronic bil ing. Final bill shall include a detailed summary of all inc reed costs. SEC ION XI. Final Payment. The DEPARTMENT, upon rece pt of the final bill and Certificate of Completj,cin and Acceptance form, shall review, and forward the fi al bill to the DEPARTMENT'S Office of irdits for final audit. Reimbursement to the COMP Y shall be governed by the DEPARTM NT'S Certification of Audit. The DEPARTMENT shall n ake payment to the COMPANY equal to 60 ercent (60%) of the final reimbursable amount, less pre ious payment. The COMPANY shall prompt l reimburse the DEPARTMENT in the amount of any overpayments. The HIGHWAY AUTHORITY shall make payment equa 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 AUTHORIfY as determined by the DEPARTMENT audit of COMPANY records, the COMPANY shall pay the HIGHWAY AUTHORITY 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 unposed 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: 307125C 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 cormnunications 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 Fundsi Notwithstanding anything in this Contract to the contrary, and subject to the limitations set forth below, the DEPARTMENT shall have the right to terminate this Contract without penalty and without an k advance notice as a result of any of the following: 1. The federal government, legislature or g vernor fail in the sole opinion of the DEPARTMENT to appropriate funds sufficient to allow the DEPARTMENT to either meet its obligations under this Contract or to operate as required and to fulfill its obligations under this Contract; or 2. If funds are de -appropriated, reduced, not allocated, or receipt of funds is delayed, or if any funds or revenues needed by the DEPARTMENT to make any payment hereunder are insufficient or unavailable for any other reason as determined by the DEPJ RTMENT 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 instrument, 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: 307125C 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 By: Chicago Central & Pacific Railway Company Executed by the HIGHWAY AUTHORITY Waterloo, Iowa By: Name Executed by the DEPARTMENT this By: Stuart Anderson, Director Office of Rail Transportation Page 7 of 9 /- F-70/8 Date --)~alta Date Iowa Department of Transportation Date riAlowa Department of Transportation `M7 Form 040016 (0441) County FRA No.: RR Company: Location: EXHIBIT "A" - WORK STATEMENT Iowa Grade Crossing Surface Repair Fund and Federal -Aid Rail/Highway Crossing Surface Repair Black Hawk Meeting Date: 06/28/2017 307125C Highway Authority City of Waterloo CN Conger Street City of Waterloo Street Name City Name I. Crossing(s) Reconstructed A. COMPANY will reconstruct 2 crossings of 132 total feet that include 94 feet of Rubber surface material through the traveled roadway and 38 feet of Rubberr surface material through the shoulder or sidewalk area. As a minimum, the crossing must exten beyond the edge of the traveled roadway and through the shoulde • if not curbed. B. Existing rail weight through crossing s) 115 2. Traffic Controls (cheel(belo;v) 0 A highway runaround will be construe ed to permit two-lane traffic dtiring repair. ® The highway will be closed for 7 day, during repair. NOTE: The HIGHWAY AUTHORITY is responsible for placement and cost of barricades, signing, detours, detour damage, and runarounds. A. The COMPANY shall advise the HIGHWAY AUTHORITY Contact Person: 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) clays in advance of the actual starting date to allow the HIGHWAY 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. ❑ Roadway will be reconstructed to meet a proposed new track grade (roadway work is not covered by this Agreement) El 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 be 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 16 of HMA material (estimated). Taper length should not exceed 25 feet for each inch of track raise. This work will be completed by (mark with an X): 0 HIGHWAY AUTHORITY forces ® HIGHWAY AUTHORITY'S contractor PRA No.: 307125C B. Track Opening in the Roadway (nark with an XJ ❑ Existing track opening will be maintained. ® Track opening of 32 feet will be required involving the following described roadway modifications. HMA UL requried due to settlement issues and roadway DT / tonnage, 85 ton with an estimated UL depth for each track Est. HMA tonnage This work will be completed by (mark with an X): ❑ COMPANY forces 0 HIGHWAY AUTHORITY forces o COMPANY contractor ® HIGHWAY AUTHORITY'S contractor 5. Existing Sidewalk(s) and/or Recreational Trail replacement by HIGHWAY AUTHORITY The quadrants requiring upgrades to meet ADA requirements (mark with an X): Sidewalk (5' width required) ® NE (feet) ® SE (feet) ® NW (feet) ® SW (feet) * Rec Trail (I0' width) ❑ NE (feet) ❑ SE (feet) ❑ NW (feet) ❑ SE (feet) * Recreational trail footage vJill be doubled because we use the sidewalk 5' width cost for reimbursement. This work will be compl ted by (ma,* with an X). ❑ HIGHWAY AUTH RITY forces ® HIGHWAY AUTH RITY's contractor 6. Crossing(s) Permanently R tired and Removed A. COMPANY will retire a d remove crossing(s). 13. Voids in pavement will b • tilled with material requiring (units). This work will be completed by (ma;* with an X). ❑ COMPANY forces ❑ HIGHWAY AUTHORITY forces ❑ COMPANY'S contractor 0 HIGHWAY AUTHORITY's cont actor 7, Drainage (made with an XJ A. ❑ Present drainage is adequate. B. ❑ 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. Tracks need to be matched to the North approach as it is slightly higher than the south approach section. 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: Nick Burwell / Ed Baswell Highway Authority Representative: Jeff Bales Name Name State Project Manager: Additional Attendees: Travis Tinken 515-239-1876 (office phone) 515-290-5055 (cell phone) Operations Special Capital Project Estimate Southern Region Design Construction Homewood, IL RENEW RUBBER @ W CONGER ST CROSSING DOT# 30712SC (2 tracks) Location: Company Name: Subdivision Name: Mile Post: State: Survey Network Number: Track Network Number: Signal Network Number: Buy American Certification Required? Agency: Labor Additive Type: WATERLOO Chicago Central & Pacific Railroad Company WATERLOO 276.45 IA Yes Iowa MOW DOT Agency/CN Approved Labor Material Other Total Capital Cost PW Material Donation TOTAL PROJECT COST $70,296 $84,986 $41,846 5197,128 50 50 $197,128 Created 8y: Revised By: Created Date: Date Revised: January 23, 2018 Status: Final NW Burwell Description LABOR Unload/Distribute Material Construct Track Surfacing Welding Install Crossings S&C Labor Remove xings GANG SIZE 5 5 3 2 5 1 5 DAYS MANDAYS PRICE TOTAL 2 10 $330 4 20 $330 3 9 $330 3 6 $330 4 20 $330 3 3 5330 2 10 5330 $3,300 $6,600 $2,970 $1,980 $6,600 $990 $3,300 TOTAL DIRECT LABOR MD: 78 $25,790 Description MATERIAL TOTAL New Rail Field Welding Track Spikes Rail Anchors Tie Plates Minor OTM Track Ties Ballast Crossing Materials Signal & Communications Material Subtotal New / Capitalized Material 'TOTAL DIRECT MATERIAL $10,880 $896 $290 $1,106 $8,350 53,713 515,123 $3,807 $34,336 $2,438 580,939 580,939 I Description OTHER aI Engineering Real Estate Grading Contractor Track Construction Utilities Signal and Communications Bridge & Structures UM QTY PRICE TOTAL 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 of3 $0 $o 50 EA 4 $395 $1,sao $1,580 $0 $o $0 Hauling/Disposal Miscellaneous Operations Special Capital Project Estimate Southern Region Design Construction Homewood, IL RENEW RUBBER @ W CONGER ST CROSSING DOT# 307125C (2 tracks) Offsite Disposal of Debris Total Hauling/Disposal Per Diem (OMWE Labor) Contingency Rental Equipment Total Miscellaneous LS $4,000 $4,000 $4,000 MD 75 $87 $6,525 SUM 5% 5106,401 55,321 SUM 2 $12,000 $24,000 $36,266 (TOTAL OTHER }: $41,896 Description UM QTY PRICE TOTAL ) ADDITIVES Labor Capitalized Surcharges Material Capitalized Surcharges USD $25,740 173.10% 544,556 USD $80,939 5.00% (TOTAL ADDITIVES $4,047 $96,603 4I DONATION ) TOTAL TOTAL DONATION TOTAL CAPITAL COST TOTAL NON -CAPITALIZED COST (PW MATERIALS) TOTAL DONATION TOTAL PROJECT COST $197,128 $0 $0 $197,128 2 of 3 Operations Special Capital Project Estimate Southern Region Design Construction Homewood, IL RENEW RUBBER @ W CONGER ST CROSSING DOT# 307125C (2 tracks) 'MATERIAL FORECAST Material Description NEW RAIL FOR: State Tax UM I QTY ( Unit Price 1 Total RAIL 115 LB ALL MANUF/METAL/PROCESS 6.00% FT 480 I 518.59 TOTAL NEW RAIL $10,880 510,880 FIELD WELDING THERMITE KIT 115 11 TRACT( SPIKES SPIKE TRACK 5/8IN X 61N AREMA 60 PER CAN RAIL ANCHORS ANCHOR RAIL 1158 RE HD PLAN T51313 TIE PLATES PLATE TIE 7-1/21NX14IN 5-1/2 BASE TS501 PLATE TIE CAST 16111-51/2IN BASE CLEATED MINOR OTM SCREW SPIKE CMN STD 15/161N X 61/2 IN Clip, Pandrol, 12055, Gaivn, TRACK TIES TIE TRACK 7"X9"X8'61181 HWD TREATED Switch Tie 10 ft BALLAST (BALLAST- MAINLINE CROSSING MATERIALS 6.00% 6.00% 6.00% 6.00% 6.00% 6.00% 6.00% 6.00% 6.00% CAN EA EA EA EA EA EA EA $105.59 TOTAL FIELD WELDING 9 I $26.35 TOTAL TRACI( SPIKES 650 I $1.39 TOTAL RAIL ANCHORS 92 59.26 216 $27.76 TOTAL TIE PLATES 864 $1.83 432 53.39 TOTAL MINOR OTM 46 $66.36 108 $86.59 TOTAL TRACK TIES $290 $290 $1,106 $1,106 51,039 57,311 58,350 $1,926 $1,787 $3,713 $3,722 511,401 $15,123 TN 1 380 1 59.45 I $3,807 TOTAL BALLAST $3,807 Screw, Lag, 5/8"x12", Camcar,Torx, 6.00% EA 176 $2.47 $531 CROSSING RECYCLED RUBBER 1151110' TIES 6.00% EA 132 5203.55 532,753 DEFLECTOR PLATE SET 6.00% EA 2 5431.25 51,052 TOTAL CROSSING MATERIALS $39,336 Signals & Communications Materials S&C MATERIALS (Per S&C Dept Estimate) 6.00% LS 2 $1,150.00 $2,438 TOTAL SIGNAL & COMMUNICATIONS 52,438 TOTAL MATERIAL 3 of 3 580,939