HomeMy WebLinkAboutRR Agreement Conger St - 2.7.2022GIOWADOT
Form 291308 (04-16)
Rail Transportation Bureau
800 Lincoln Way, Ames, IA 50010
State of Iowa
State - Aid
Grade Crossing Surface Repair Fund
Force Account Agreement
Chicago, Central & Pacific Railroad
Railroad Crossing Location Information
County Blackhawk FRA No: 307869J
Location:
Conger Street Waterloo
Street Name
City Name
307869J45
Project Number
Contact Information
Highway Authority Contact: Jamie Knutson
Office Phone No: (319) 291-4312 Email Address: jamie.knutson@waterloo-ia.org
Railroad Company Contact: Nicholas Burwell
Office Phone 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: 307869J
THIS AGREEMENT, entered into pursuant to Iowa Code Ch. 327G and 761 Iowa
Administrative Code, Chapter 821, is between the city of Waterloo, Iowa, hereinafter referred to as
HIGHWAY AUTHORITY, and Chicago, Central & Pacific Railroad, 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%20road_xings%20Std.pdf
If the COMPANY chooses to utilize contract company forces to perform the work, the
COMPANY must obtain detailed itemized 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 effect and must be followed.
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 HIGHWAY AUTHORITY chooses to 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 and approval. The DEPARTMENT shall approve
Page 2 of 9
FRA No: 307869J
the bid prior to the contract company performing any repair work.
The HIGHWAY AUTHORITY will coordinate and have the approaches completed according to the
Exhibit "A" of this agreement.
The HIGHWAY AUTHORITY will pay the contractor 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 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, 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. If project costs exceed the engineered estimate
by more than 10%, the accrued costs must be provided to the DEPARTMENT and HIGHWAY
AUTHORITY for review. The DEPARTMENT shall not pay any portion of costs over 10% of the
estimate until both the DEPARTMENT and the HIGHWAY AUTHORITY have confirmed that the
costs are properly within the scope of the project and in compliance with the terms of this agreement.
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 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: 1) 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.
Page 3 of 9
FRA No: 307869J
SECTION V. Work Notification. The COMPANY shall notify the DEPARTMENT and
the HIGHWAY AUTHORITY'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 opportunity to document the
materials, equipment, and labor required to complete the project. The DEPARTMENT 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 each day.
SECTION VI. Project Completion. After the COMPANY has completed the required work,
the COMPANY shall so notify the DEPARTMENT and the HIGHWAY AUTHORITY in writing or
by email within 30 days of completion. The DEPARTMENT shall arrange an inspection with the
HIGHWAY AUTHORITY, and the COMPANY in order for all parties to determine whether the
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.
A copy of the Construction Sales Tax Exemption Certificate associated with this project, issued by the
Iowa Department of Revenue, is attached to the Agreement. The DEPARTMENT shall not be required
to reimburse state sales or use tax incurred in any state. However, the DEPARTMENT shall reimburse
state sales or use tax incurred in any state other than Iowa, if all of the following conditions are
satisfied:
1) COMPANY has submitted a written request for tax exemption to the state in which the
materials for the project were purchased. This written request shall include a copy of the
Construction Sales Tax Exemption Certificate attached to the Agreement;
2) The state in which the materials for the project were purchased by COMPANY has rejected
the COMPANY'S request for tax exemption in writing;
Page 4 of 9
FRA No: 307869J
2) COMPANY has provided to the DEPARTMENT a copy of all documentation and
correspondence relating to the COMPANY'S request for tax exemption and the other state's
rejection of such request; and
4) the DEPARTMENT deteiiiiines that the documentation and correspondence relating to the
COMPANY'S request for tax exemption and the other state's rejection of such request
demonstrates that reasonable efforts were made by the COMPANY to seek an exemption from
the applicable sales or use tax incurred in the other state.
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, itemized,
electronic billing. Final bill shall include a detailed summary of all incurred costs.
SECTION XI. Final Payment. The DEPARTMENT, upon receipt of the final bill and
Certificate of Completion and Acceptance fowl, shall review, and forward the final bill to the
DEPARTMENT'S Office of Audits for final audit. Reimbursement to the COMPANY shall be
governed by the DEPARTMENT'S Certification of Audit. The DEPARTMENT shall make payment to
the COMPANY equal to 60 percent (60%) of the final reimbursable amount, less previous payment.
The COMPANY 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 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
Page 5 of 9
FRA No: 307869J
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
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 communications 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 to the limitations set forth below, the DEPARTMENT shall have
the right to terminate this Contract without penalty and without any advance notice as a result of any of
the following: 1. The federal government, legislature or governor 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 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
Page 6 of 9
FRA No: 307869J
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.
SECTION XIX. Agreement Execution. 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 COMPANY Chicago, Central & Pacific Railroad
By:
12/23/21
Name Date
Executed by the HIGHWAY AUTHORITY Waterloo, Iowa
By: cz„e,14
2/7/2022
Name Date
Executed by the DEPARTMENT this Iowa Department of Transportation
By:
Stuart Anderson, Director Date
Office of Rail Transportation
Page 7 of 9
( (_==\. DOT
Form 040016 (04-18)
EXHIBIT "A" - WORK STATEMENT
Iowa Grade Crossing Surface Repair Fund and
Federal -Aid Rail/Highway Crossing Surface Repair
Meeting Date: 02/10/2020 FRA No: 307869J
County: Black Hawk
Highway Authority:Waterloo RR Company: CN
Location: Conguer Street
Street City
1. Crossing(s) Reconstructed
A. COMPANY will reconstruct 1 crossing(s) of 87 total feet that include 60 feet of Rubber
surface material through the traveled roadway and 27 feet of Rubber surface material through
the shoulder or sidewalk area. As a minimum, the crossing must extend beyond the edge of the traveled roadway
and through the shoulder if not curbed.
B. Existing rail weight through crossing(s) 115
2. Traffic Controls (check below)
❑ A highway runaround will be constructed to permit two-lane traffic during repair.
® The highway will be closed for 5 days 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) days 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 (checic 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.)
® Tracks will be elevated 1 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.
A. Approach Length (estimated)
A 60 foot taper on the East side of the crossing and a 60 foot taper on the West side of the
crossing, requires 75 tons of HMA material (estimated). Taper length should not exceed
25 feet for each inch of track rise.
This work will be completed by (mark with an ,19:
❑ COMPANY forces
Ej COMPANY contractor
❑ HIGHWAY AUTHORITY forces
® HIGHWAY AUTHORITY'S contractor
FRA No: 307869J
B. Track Opening in the Roadway (mark with an X)
❑ Existing track opening will be maintained.
N Track opening of 21 feet will be required involving the following described roadway
modifications.
Est. HMA tonnage
This work will be completed by (mark with an .A):
N COMPANY forces
❑ COMPANY contractor
❑ HIGHWAY AUTHORITY forces
❑ 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) * Rec Trail (10' width)
N NE 16 (feet) ❑ SE (feet) ❑ NE Net) ❑ SE (feet)
N NW 16 (feet) ❑ SW (feet) ❑ NW (feet) ❑ SW (feet)
* Recreational trail footage will be doubled because we use the sidewalk 5' width cost for reimbursement.
This work will be completed by (mark with an X).
❑ COMPANY forces ❑ HIGHWAY AUTHORITY forces
❑ COMPANY'S contractor ❑ HIGHWAY AUTHORITY's contractor
6. 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 (mark with an AI).
El COMPANY forces ❑ HIGHWAY AUTHORITY forces
❑ COMPANY'S contractor El HIGHWAY AUTHORITY's contractor
7. Drainage (mark with an X)
A. ❑ Present drainage is adequate.
B. N Drainage work required. Specify work to include materials and outlet.
C. N 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.
The City has a 7 year program covering roadway rehab projects, this is on that list. The city will review if
its planned in the next few years. we would like to plan both the crossing work and roadway together,
trying to do roadway construction with rubber surfaces is risky and usually causes significant damage to
panels. We may pull and re -apply, the track is not failing at the rate initially expected.
State Project Manager:
Travis Tinken
515-290-5055 (cell phone)
Name Date
Additional Attendees:
Nick Burwell CN
Wayne Castle City of Waterloo
Operations Special Capital Project Estimate
Southern Region
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:
NEW RUBBER @ CONGER ST 307869J
CONGER ST
Chicago, Central & Pacific Railroad Company
WATERLOO
0.37
IA
No
Iowa MOW DOT
Agency/CN Approved
Design and Construction
Homewood, IL
Labor
Material
Other
Total Capital Cost
PW Material
Donation
TOTAL PROJECT COST
$36,951
$57,412
$46,814
$141,177
$0
$0
$141,177
Created By:
Revised By:
Created Date:
Date Revised:
Status:
NW BURWELL
NW BURWELL
August 21, 2019
August 22, 2019
Preliminary
Description
GANG SIZE
DAYS MANDAYS PRICE
TOTAL
LABOR
Unload/Distribute Material
Construct Track
Surfacing
Welding
Install Crossings
S&C Labor
Remove Crossings
5
5
3
2
7
2
5
1
2
2
2
1
2
1
5
10
6
4
7
4
5
$330
$330
$330
$330
$330
$330
$330
$1,650
$3,300
$1,980
$1,320
$2,310
$1,320
$1,650
TOTAL DIRECT LABOR
MD: 41
$13,530
Description
MATERIAL
New Rail
Field Welding
Track Spikes
Rail Anchors
Track Ties
Ballast
Crossing Materials
Signal & Communications Material
Subtotal New / Capitalized Material
TOTAL
$6,594
$368
$324
$805
$19,455
$3,165
$ 22, 817
$1,150
$54,678
TOTAL DIRECT MATERIAL
$54,678
Description
OTHER
Engineering
Real Estate
Grading
Contractor Track Construction
Utilities
Signal and Communications
Bridge & Structures
Hauling/Disposal
UM
QTY
PRICE
TOTAL
Total Engineering
Total Real Estate
Install Pavement
Remove Pavement
Total Grading
Mobilization/R&R track panel
Total Contractor Track Construction
Total Utilities
Total Signal and Communications
Total Bridge & Structures
Offsite Disposal of Debris
Total Hauling/Disposal
TON
TON
LS
0 $258
0 $31
$o
$0
$o
$o
$o
1 $24,000.00 $24,000
$24,000
$0
$0
so
LS 1 $5,000 $5,000
$5,000
Page 1
Southern Region
Miscellaneous
Operations Special Capital Project Estimate
NEW RUBBER @ CONGER ST 307869J
Per Diem (BMWE Labor)
Per Diem (S&C Labor)
Contingency
Holland Flash Butt Welding
Total Miscellaneous
Design and Construction
Homewood, IL
MD 37 $87 $3,219
MD 4 $140 $560
SUM 10% $128,342 $12,835
EA 2 $600.00 $1,200
$17,814
TOTAL OTHER
$46,814
Description
ADDITIVES
UM
QTY
PRICE
TOTAL
Labor Capitalized Surcharges
Material Capitalized Surcharges
USD
USD
$13,530
$54,678
173.10%
5.00%
$23,421
$2,734
TOTAL ADDITIVES
$26,155
DONATION
TOTAL DONATION
Amount
TOTAL
$0
TOTAL CAPITAL COST
TOTAL NON -CAPITALIZED COST (PW MATERIALS)
TOTAL DONATION
TOTAL PROJECT COST
$141,177
MATERIAL FORECAST FOR:
Material Description I State Tax
I UM I QTY I Unit Price I Total
NEW RAIL
RAIL 115 LB ALL MANUF/METAL/PROCESS
0.00%
Fi
320 $20.60
$6,594
TOTAL NEW RAIL
$6,594
FIELD WELDING
THERMITE KIT 115 #
0.00%
EA
4 $91.82
$368
TOTAL FIELD WELDING
$368
TRACK SPIKES
SPIKE TRACK 5/81N X 61N AREMA 60 PER CAN
0.00%
CAN
7 $46.20
$324
TOTAL TRACK SPIKES
$324
RAIL ANCHORS
ANCHOR RAIL 115# HD OVR DRV STOP TS1313
0.00%
EA
450 $1.79
$805
TOTAL RAIL ANCHORS
$805
TRACK TIES
Tie, Pre-pltd, 11ft w/6in base cast tp 0.00%
EA 104 $187.06 $19,455
TOTAL TRACK TIES $19,455
BALLAST
BALLASTAREA5 0.00%
TN 160 $19.78 $3,165
TOTAL BALLAST $3,165
CROSSING MATERIALS
CROSSING RECYCLED RUBBER 115# 10' TIES
0.00%
EA
84
$244.13
$20,508
Clip, Pandrol, E2055, Galvn,
0.00%
EA
440
$4.07
$1,791
DEFLECTOR PLATE SET
0.00%
EA
1
$517.23
$518
TOTAL CROSSING MATERIALS $22,817
Signals & Communications Materials
S&C MATERIALS (Per S&C Dept Estimate) 0.00%
LS 1 $1,150.00 $1,150
TOTAL SIGNAL & COMMUNICATIONS $1,150
V.4.5
TOTAL MATERIAL
I $54,678
Page 2
7 z Ctl [xs1 fA
7�xc1
yz,
Ell 0 z
oa '4
co; <n
3P.c
one
C ro H 0
tzr
• 4
< m 8
• a
�Doa N
4 O Z N y
s-3-3ro�
HHa
41o4m
Day^3x
y h<yHCz
z yt
>`'�co
3 ▪ m k < O
74
> t` Apo
7
H �>
ozNx
o�nx
Y D q
O D
7 [nxy<
Graz
ro z
?,;ni
nt7
%xgc>
-z4P-
O
r<G°m
3 0 -
4z��w
▪ oay
z U
x
4 C]
8 V
m 171
rn V.
A
w
N
r 8
o 00
J O,
to A
0.) N
iCC
A.0
TEMPORARY TRAFFIC CONTROL
HYDRAULIC SEEDING, SEEDING, FERTILIZING AND MULCHING
CONCRETE WASHOUT
PAINTED PAVEMENT MARKINGS, SOLVENT/WATERBOURNE
PAVEMENT, HMA, 3", STANDARD TRAFFIC(ST) BASE, 3/4" MIX, PG 58-28S, 60%
CR.
CURB AND GUTTER, 24 IN WIDE, 7.5 IN THICK, C-SUD
PAVEMENT, HMA, 3", STANDARD TRAFFIC(ST) INTERMEDIATE, 1/2" MIX, PG
58-28S, 60% CR.
PAVEMENT, HMA, 2", STANDARD TRAFFIC(ST) INTERMEDIATE, 1/2" MIX, PG
58-28S, 60% CR.
PAVEMENT, HMA 1.5", STANDARD TRAFFIC(ST) SURFACE, 1/2" MIX, PG 58-
28S, 75% CR., NO FRICTION REQD.
PAVEMENT SCARIFICATION
SAW CUT
PAVEMENT REMOVAL, CONCRETE
REMOVE CURB AND GUTTER
SIDEWALK, PCC C-4, 6 INCH PEDESTRIAN RAMP, C-4
DETECTABLE WARNING
STORM MANHOLE ADJUSTMENT, MINOR
REMOVAL OF SIDEWALK AND DRIVEWAY
SANITARY MANHOLE ADJUSTMENT, MINOR
INTAKE, E-1-C, REMOVE AND REPLACE BOXOUT
DESCRIPTION
ROADSTONE, 3/4"
ryrr
km
Dv,�
c.
e
m
t
t
CA
t�
rm
C�
rm
C�k
n9
r�xxx
v '
z
05
££'O
0
O W
laO
70
80
o
~
N
O
O O
70
40
36
40
0
36
O O
NEWTON
10
.., O
o Q.,
A 0
,w
0 o
O
o
00o
N. N
O o
ii 0IA
O
O r
to
o z
o
0 .p
_ O
00 A
o
OH
0
0
0wo
O
000,,,
.-.-
o
o tq
O
0 0
0 IA
0
O O
0 0
O
0
O
0
O
0
In Oln)
0 0
O O
0 0
W
0 0
O, N
0 0
N
0 0
0
O D
o r
EA 0
V) O
0 0
NO
�O
0 0
N 641 9
O O
0 0
N
0
00
0
o
0
CA
00 00
0 0
O 0,
0 0
U
U A
0 0
69 o
0 0
U In
o
0 0
(ENGINEER EST
$30.00
O O
0 0
0 0
$1,200.00
$756.25
o o
0, o
69
O
O
0
EA
O
O
S.
E41
O
0
$10,400.001
$3,320.00
O N
0 0
$8,694.00
$5,760,00
00'950`I$
00'000`£$
W 0,
VI 0
0 0
(ENGINEER EST
$900.00
J yo
O
O O
W
'6'8
O O
v,.
N
O O
O O
A
O
O
N
8
O
w
O
$1,200.00
$240.00
{/�.
A A
O O
0 0
„n
,
Oo
O A AA
0 0
toO
N
0 0
O O
0 0
NEWTON COST
$300.00
Vn
N 0
0 o
iR t/�
"'' tO
t'A o
o 0
0 0
0
v+
tp
0
v.
00
0
0
v.rn
o A
0 0
0 0
-8
0 0
an 1»
W Y.ar,
o p'0
0 0
0 o
0 0
N
0 N
0 0
C
H
Z
,w Z
0 O
0~
00'OSL$
00'OZO'1$
opOO
N
O
O
D
.
g
,1
OW
o
.FesAO
O8O
O88O000000
O
V W
N OOO
6 •UW
N NONOOO
o O
CONGER COST
$0.00
LROAD CROSSING IMPROVEMENTS
https://www.idniowa.gov/taxexemption/certificate.asp?id=226837
IOWA
Department of Revenue
www.iowa.gov/tax
Designated Exempt Entity
Iowa Construction Sales Tax Exemption
Certificate and Authorization Letter
This document may be completed by a designated exempt entity and given to their contractor and/or
subcontractor. Seller.: Keep this certificate in your files. Contractor/Exempt Entity: Keep a copy of this certificate
for your records. Do not send this to the Department of Revenue
Designated Exempt Entity
Iowa Department of Transportation
Address 1
800 Lincoln Way
Address 2
City
Ames
State
to
Zip Code
50010 0000
Construction Project Name
Surface Crossing Repair 307869J
Construction Project Number (if used)
307869J45.
Description of contract/subcontract
Highway -Rail Crossing Surface Repair
General Contractor or Subcontractor Name
Chicago, Central & Pacific Railway Company
Address 1
17641 S Ashland Ave.
Address 2
City
Homewood, IL
State
IL
Zip Code
60430
Type of Work
General Contractor
The named contractor/subcontractor may purchase building materials used in the contract, exempt from sales
tax. This exemption does NOT apply to materials, equipment and supplies consumed by the contractor or
subcontractor that are not incorporated into the re .1 • operty being d
constructe
Designated Exempt Entity Authorized Agent: /�`Date: _to f i o i'
Authorization Letter From Iowa Department of Transportation
CONTRACTORS/SUBCONTRACTORS: A copy of this document must be presented to your supplier(s)
prior to purchasing your building materials.
Pursuant to Iowa Code Section 423.3(80), you are authorized to purchase building materials tax free for the
contract specified above.
The exemption certificate (or a copy of the certificate) may be provided to the suppliers of your building
materials and will authorize them to sell you the materials exempt from Iowa sales tax and any applicable local
option sales tax. Complete information on qualifying materials can be found at www.iowa.gov/tax, the Iowa
Department of Revenue (1DR) Web site.
It is your responsibility to have records identifying the materials purchased and verifying they were used on this
project. Any materials purchased tax-free and not used on this construction project are subject to sales and
applicable local option tax. Should this occur, the tax must be paid directly by you to IDR in the same calendar
quarter the project is completed. E-mail the department at: idr@lowa.gov if you have questions on this
requirement.
Contractors should be aware that use of the certificate to claim exemption from tax for items not used on this
project or that do not qualify for exemption could result in civil or criminal penalties.
31-013 (12/10/02)
1 of 1 10/10/2019, 12:03 PM