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