Loading...
92-0722 IDOT Kimball Street at Metra -T Illinois Department of Transportation 2300 South Dirksen Parkway/ Springfield, Illinois/62764 July 27, 1992 City of Elgin Kane County Section 91-00148-00-GL Job No. C-91-049-92 RE: Kimball Street @ METRA AAR DOT # 372 242W RR MP 37.02 Mr. James W. Burcham Director - Office of Contract Management METRA - Metropolitan Rail 547 W. Jackson Boulevard Chicago, IL 60606 Dear Mr. Burcham: Your copy of the agreement executed by the department on July 22, 1992 is attached. The estimate of cost in the amount of $130,268 has been reviewed and is accepted. You are authorized to proceed with the work called for in the agreement. Please contact Melford Dahl , Director of Public Works, 150 Dexter Ct. , Elgin, IL 60120, Iphone 708/695-6500) for proper scheduling of activities. Please provide us written notice when the project has been placed in service. All bills submitted for payment must be identified with the section and job numbers. Very truly yours, William T. Sunley, P.E. Engineer of Local Roads and Streets —L1411414/1c By: Darrell W. McMurray Local Project Implementation Engineer cc- Dolonna Mecum, City Clerk Melford Dahl , Director of Public Works Leif Thorson, Soo Line Railroad Duane P. Carlson Attn: Local Roads Engineer Neil Ferrari Attn: Bill Lenski David G. Campbell Attn: Clarence Crowder • City of Elgin Kane County Section 91 -00148-00-GL Job No. C-91 -049-92 THIS AGREEMENT made and entered into by and between the STATE OF ILLINOIS, acting by and through its Department of Transportation, hereinafter referred to as the "STATE", the SOO LINE RAILROAD COMPANY, hereinafter referred to as the "SOO" and the COMMUTER RAIL DIVISION OF THE REGIONAL TRANSPORTATION AUTHORITY, a division of a municipal corporation, hereinafter referred to as "METRA"; WITNESSETH: THAT, WHEREAS, the crossing work herein proposed to be performed shall be completed with the highway closed to highway traffic. NOW, THEREFORE, in consideration of the premises and of the mutual covenants and agreements as hereinafter contained, the parties hereto agree as follows: SECTION 1 . The "Standard Provisions for State-Railroad Grade Crossing Agreements" marked Exhibit "A" (3 sheets) attached hereto are hereby made a part of this Agreement (treating SOO and METRA as the "COMPANY" under said attachment) , except that Provisions 5 shall not be applicable. The location and description of work is attached and marked as Exhibit "B". SECTION 2. SOO and/or METRA shall prepare detailed estimates of cost (including the surveys and other engineering services) , and any required specifications for the work as called for in "Exhibit B". The estimates and specifications shall be transmitted to the STATE for approval . No approved specifications shall be changed by the SOO and/or METRA without written consent by the STATE' S authorized representative. SECTION 3. SOO and METRA agrees to adhere to the rules, regulations and requirements of 92 Illinois Administrative Code 1535 as it relates to the construction, maintenance, marking and protection of railroad-highway grade crossings. SECTION 4. If at any time, subsequent to this improvement, the track in the area of the crossing is eliminated for any reason whatsoever, the crossing proper and the track material through the crossing shall be removed by the track owner at its expense, and the prefabricated crossing panels turned over to the STATE. SOO and METRA will not remove or replace any of the prefabricated crossing material without first having obtained concurrence from the STATE. Any removal or replacement of the prefabricated crossing material shall be completed by SOO or METRA, at its expense, and the prefabricated crossing panels turned over to the STATE. SECTION 5. Upon the completion of the work herein contemplated, the COMPANY shall maintain or provide for the maintenance of the grade crossing proper. SECTION 6. Under penalties of perjury, SOO certifies that its correct Federal Taxpayer Identification Number (TIN) is 41 -6009079 and SOO is doing business as a corporation. SECTION 7. This Agreement shall be binding upon the parties hereto, their successors or assigns. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed in triplicate counterparts, each of which shall be considered as an original by their duly authorized officials, as of the dates below indicated. Executed by the STATE this Z --"4-4-- - - STATE OF ILLINOIS, acting by and day of Jt4,17 , 1992. through its Department of Transportation l NBy: ,/,'..i,. ,Vi,Aft...wz Director o Hig ways Executed by the SOO, this ' '/ ' , � SOO LINE RAILROAD COMPANY, J r-,,�,( dayof .�� 1992. Attest: wBy /V - � ....„ ,„, .A. INS� HAW Ae/(-3. / k 2 CHIEF ENGINEER xecuted by EPA, this „/, .2.607COMMUTER RAIL DIVISION OF THE day of e_`/ ' , 1992. REGIONAL TRANSPORTATION AUTHORITY, / a division of a municipal corporation, Att esX • - By: tA11[i1 I H STANDARD PROVISIONS FOR STATE-RAILROAD GRADE CROSSING AGREEMENTS 1 . All of the COMPANY'S work shall be performed in accordance with the terms, stipulations , and conditions as contained in the Federal-Aid. Highway Program Manual , Volume 1 , Chapter 4, Section 3 , dated August 5, 1988, . and any supplements thereto. • 2. The COMPANY, for performance of its work, may bill the STATE monthly (in sets of. 4) for the STATE'S share of the actual costs and expenses incurred. These progressive invoices may be rendered on the basis of the estimated percentage of the work completed. The STATE, after verifying that the bill is reasonable and proper, shall promptly reimburse the COMPANY for 95 percent of the amount billed, but not to exceed the amount agreed upon. The COMPANY, upon the completion of its work, shall send the STATE * a detailed final statement (in sets of 4) of its actual expense as incurred, including allowable additives. After the STATE'S representatives have checked the final statement and have agreed that the ,costs are reasonable and proper, insofar as they are able to ascertain, the STATE shall reimburse the COMPANY in an amount, less previous payments, if any, equal to 95 percent of the amount agreed upon or the amount billed, whichever is less. After the Federal or. STATE representatives have audited the expenses as incurred by the COMPANY, and final inspection of the installation has been made, the STATE shall reimburse the COMPANY for the retained percentage and the suspended items of expense less the deductions of any item (or items) of • expense found by Federal or STATE representatives as not being eligible for reimbursement. • 3. The project herein contemplated shall be subject to all appropriate Federal laws , rules , regulations, orders and approvals pertaining ta all agreements,. plans , estimates, specifications, award of contracts,, acceptance of work and procedure in general . The STATE will reimburse the COMPANY as hereinbefore provided, for only such items of work and expense,, and in such amounts and forms as are proper and eligible for payment. 4. In compliance with the Federal-Aid Highway Program Manual , Volume 6, Chapter 6, Section 2, Subsection 1 , dated April 24, 1984, and supplements, which determines the railroad benefit and liability, the proposed grade crossing improvement meets Classification (1 ) of Paragraph 6(b) , a category not considered as a benefit to the COMPANY, and no contribution by the COMPANY is required. • • 5. When the roadway is to be closed to vehicular traffic while the railroad work is being performed, the STATE at its expense shall furnish, erect, • maintain and remove the traffic control devices necessary to detour highway • • traffic after the COMPANY gives two weeks advance notice to the STATE'S District Engineer. 1568N • - • Standard Provisions for State-Railroad Grade Crossing Agreements (Cont' d) When the COMPANY is to perform its work while maintaining highway traffic, the STATE shall furnish or cause to be furnished, at its expense, the signs, barricades •and traffic control devices for erection by the COMPANY after two weeks advance notice is given the STATE'S District Engineer. The COMPANY, • at the expense of the STATE, shall erect, maintain, relocate, and remove the signs , barricades, and other traffic control devices , including the furnishing of flagmen, as required to maintain highway traffic throughout • the time the railroad work i s being performed. 6. The COMPANY may bill the STATE (in sets of 4) for the STATE'S share of the cost of materials purchased, delivered and stored on the COMPANY'S property but not yet installed. The materials- will become the property of the STATE and must be designated for exclusive use an the- project designated in• this Agreement. In the event -of any loss of material after payment, the COMPANY will replace the material at no cost to the STATE. The storage area of such materials shall be available for STATE inspection upon 24-hours notice. The bill shall be accompanied by a voucher from the material supplier indicting ' payment by the COMPANY. Payment under this paragraph shall not be claimed for any single pay item less than $500 . In the event the COMPANY fails to install the stored material during a • one-year period subsequent to payment to the COMPANY, the STATE may enter the property of the COMPANY and take possession of said material for the STATE'S own use. The taking possession of the material by the STATE shall in no way serve to terminate this 'Agreement or affect the other provisions of this Agreement. 7. . Paragraph 14:b. of Volume 1 , Chapter 4, Section 3 of the Federal. Aid Highway Program Manual requires that the STATE certify that the work at the job site is complete, -acceptable and in accordance with the terms of this Agreement. • ,A representative of the STATE shall be present at the job site during Construction to certify the work. The COMPANY shall , therefore, give the• STATE a 48-hour notice in advance of commencement of the work set forth in this Agreement_ This notice may be given by writing the STATE'S District Engineer, Mr. J. E. Slifer, 201 West Center Court, Schaumburg, IL 60196-1096 or oy teiepnoning Mr. Feroz Nathani (708/705-4200 ). the cost or any construction work performea oy the COMPANY at we joo site prior to the exoi rati on of the 48-hour notice shall be borne by. the COMPANY. The 48-nour notice shall begin upon recei of of the 48-hour notice by the State's District Engineer. 8. '•It is the policy of the U.S. Department of Transportation that minority business enterprises, as defined in 49 Cade of Federal Regulations (CFR) Part 23, shall have • the maximum opportunity to participate in the performance of agreements fi narrced in whale or in part with Federal funds. Consequerrtly, the minority business enterprises requirements of. 49 CFR Part 23 apply to this agreement. • -2- - -- 1568N . • Standard Provisions for State-Railroad Grade Crossing Agreements (Conti d) The COMPANY agrees to ensure that minority business enterprises, as defined in 49 'CFR Part 23 , have the maximum opportunity to participate in the performance of this agreement. In this regard, the COMPANY shall take all necessary and--reasonable steps , in accordance with 49 CFR Part 23 , to ensure that minority business enterprises have the maximum opportunity to compete for and perform portions of this agreement. The COMPANY shall not discriminate on the basis of race, color, national origin or sex in the selection and retention of contractors , including procurement of material s and leases .of equipment. The COMPANY shall include thi s provision in every subagreement, including procurement of material s. and leases of equipment. Failure to carry out the requirements set forth above shall constitute a breach of agreement and may result in termination of the agreement or such remedy as deemed appropriate. In the event any work is performed by other than COMPANY forces, the provi sions of "an act regulating wages of 1 aborers, mechanics and other workers employed in public works by the State, County, City or any public • body or any political subdivision or by any one under contract for public - works" ( Illinois Revised Statutes,• Chapter 48, paragraph 39s-1 et seq.) shall apply. • • • -3- • 1568N City of Elgin Kane County Job No. C-91 -049-92 Section No. 91 -00148-00-GL EXHIBIT B CROSSING IDENTIFICATION: Railroad: METRA RR M.P.: 37.02 AAR DOT # 372 242W Road Name: Kimball Street Location: Kimball Street in the City of Elgin EXISTING CONDITIONS: Two mainline tracks with rubber crossing surfaces protected by flashing light signals, cantilevers and gates. DESCRIPTION OF WORK TO BE DONE BY RAILROAD FORCE ACCOUNT: 1 . The removal of the two existing grade crossings and their subsequent renewal using prefabricated rubber material . 2. This work will also include the preparation of the roadbed and the installation of new rail , ballast, ties, filter fabric, and perforated pipe underdrains, as shown on Exhibit C. 3. The Company shall cause to be performed by railroad force account or by subcontract the adjustment of the roadway approaches using material equivalent to the existing approach roadway surface. 4. The Company, at the expense of the State, shall furnish (by 'rental or otherwise) the signs and barricades necessary to close the roadway to vehicular traffic. 5. The Company shall give two weeks advance notice to Mr. Melford Dahl , Director of Public Works, before closing the roadway. 6. Incidental work necessary to complete the items hereinabove specified. ATTACHMENTS: Exhibit C (crossing installation detail ) Exhibit D (location map) ESTIMATED RAILROAD COST: $130,268 AGENCIES TO BE NOTIFIED BEFORE COMMENCING WORK: Mr. Melford Dahl , Director of Public Works, 150 Dexter Court, Elgin, Illinois 60120 (708/695-6500) SUBMIT ALL BILLS FOR THE STATE'S 100% SHARE TO: William T. Sunley, P.E. Engineer of Local Roads and Streets 2300 South Dirksen Parkway Springfield, Illinois 62764 t. PIPE UNDERDRAIN CONFIGURATION - FOR MULTIPLE TRACK CROSSINGS NOTE: CARE• SHOULD BE TAKEN NOT TO PUNCTURE FABRIC DURING COMPACTION OF BALLAST CROSSING SURFACE MATERIAL .'•1• SEE NOTE "A�� r • 1 I , . Pi1--i , �-1 I-4 1 FAY.- [ / \ I � \\\ PAVEMENT viik\\\\\\\\\\\ I \\'III/IIIId PAV. > r �� �� .- > 1 . 0 �� u r A i s b ;.. ,..:• i 7 X9 TIE 1t , rr � 7 X9 TIE ,� o ° n BALLAST11 P s o o BALLAST . } = 4 1 P. .p ` - -'"-Y loll MIN. SLOPE 1/4 �� / FT . • \p'•••• C.A. 13, 19, 15, OR 16 LIEN POSSIBLE .... ___i. . AGGREGATE IN TRENCH FILTER FABRIC EXTEND FILTER FABRIC (SEE ATTACHED PIPE WIDTH + 4" N -- ABOVE ZONE OF SOIL FINES SPECS.) PIPE UNDERDRAIN SHALL BE ( DO NOT WRAP PIPE ) . INSTALLED .WHEN OUTFALL PERMITS. ( PERFORATIONS DOWN) co ( SEE SEC. 607 OF I.D.O.T. Z'- 0" MIN. LEAVE SUFFICIENT ROOM TO SERVICE PIPE STANDARD SPECIFICATIONS) UNDERDRAIN , INSERT TIES,AND RESTORE APPROACH . tilPAVEMENT WITH MATERIAL EQUIVALENT TO TIIE „ „ Fri NOTE A IF ADDITIONAL TRACK IS ANTICIPATED -1 EXISTING APPROACH ROADWAY SURFACE. OR IF DISTANCE IS MORE THAN 100' ►-, o USE ADDITIONAL PIPE -h . WHEN PIPE OUTLET ELEVATION WILL PERMIT PIPE TRENCH • State of Illinois Department of Transportation SPECIAL PROVISION FOR USE OF GEOTECHNICAL FABRIC FOR RAILROAD CROSSINGS Effective May 1, 1988 Description. This work shall consist of furnishing all materials, equipment and labor, and of performing all required operations in the installation of Geotechnical Fabric for Railroad Crossings. Material. The geotechnical fabric shall consist of woven monofilaments and nonwoven filaments of polypropylene, polyester or polyethyline. Nonwoven fabric may be needle punched, heat bonded, resin—bounded or combinations thereof. The fabric shall be inert to commonly encountered chemicals, rot proof, dimensionally stable (i.e. , fibers must maintain their relative position with respect to each other), resistant to delamination and to ultraviolet light degradation, and conform to the following physical properties. Weight (oz/sq.yd.) 10.0 min ASTM D 3776 Grab tensile strength (lbs.)1 250.0 min ASTM D 4632 Grab elongation @ break (%) 20.0 min ASTM D 4632 Bursting Strength (psi)2 350.0 min ASTM D 3786 Trapezoidal tear strength (lbs)2 100.0 min ASTM D 4533 Puncture Strength (lbs)2 130.0 min ASTM D 751/D 3787 Equivalent opening size (EOS) sieve No. 2 50.0 min COE CW 02215 Open area, woven only (74)2 4.0 min COE 1 Test samples for grab tensile strength and elongation shall be tested wet. 2 Manufacturer's certification of fabric to meet requirement. The vendor shall furnish certified test reports with each shipment of material attesting that the fabric meets the requirements of this specification. Handling and Storage. Fabric shall be delivered to the job site in such a manner as to facilitate handling and incorporation into the work without damage. In no case shall the fabric be stored or exposed to direct sunlight that might significantly diminish its strength or toughness. Installation. Geotechnical fabric shall be placed on existing subgrade cleared of debris and sharp objects to prevent damage to the fabric. Extra care shall be taken not to puncture the fabric during compaction of the ballast. Base of tie shall be at least 15 inches, over the fabric or as shown on the plans. 3836I EXHIBIT C SHEET 2 of 2 - lnnnirn717) - - Q i - - _JI Jr1 P i ;; hYA/t1 q ♦\\\r✓IM 1 . -•:...-'ilillNe I II u 0 nark �'{ Lw.u� `2 yr„ rrrr 1w40 ...... swn.r�q tmil galLCl' • \:, 1"7"N uo Alr9 ir. pt�` C;Z©.•r I \ •.✓..jo C l 8Cr !• I /.Wt y ) III ...,,,..` [7,7.7=1 ..•..Mr ,,,-,77„777„777,„,r N ` ruo x. t-C 1 '®I�A C[✓a�'� Lw a.ur Y IV[7( p -1 _ ^' AM(k I ❑❑❑I 11 Ilk II IC 1 RI t D / I lafC,1 !. ,.,,, n . n. `i ' I°Mr[I ❑I�1�J❑Ic � 1 ICJ' ,` 4 is ^ • R, I�-NI .rEI •. ❑ITLII ��I Ii 11�!` 4wtn� Z. �« �'trcw...r ..4,-.+I -Jtr-'� ' . R •,rrrr�� ,, ❑❑❑❑Ic lrn,,,n 14111111*�� .e = `‘....-- .i.4,- ^ ,, ��r"��''•''// WPM❑0^❑OIC \1 ®1 11r_ y C N .rw.)I! - ^ - _ R * \a o✓IE!IJ❑❑ ` q/ .r, J% - R . t q r' V.' I z EL- I _..y7...........,,,-. tr.r w . cat- 1E_ED Rs.mil I +, • I(`��ELIEllilp' . a /� t �®��g,y.� .w {lfY l I V-q�1®�v�KWr I , ®® - p ar ` art T 'DEE � ] tn, ', '?, ED_d_ L E1 II It 1 1- ,4"Q�I II R ) C-LJI I©f 1 M +usat }� tLJQ-tell�. I ) Z YI. 111DITglii--111Llerati; A ilh k _ , 9 A l .�171IJ•� 20 101 � =.-----,,,---:'''' i s �® Pvbill ��®DlseoUttar-AN,,©..e �.VOt� r� 6 , .L �cI .ae.©©❑I ii__E A ' Q i O 1 A r ' O� � � I _ n mtr Lr�\1 14.A • j 1„ir 1 IrA.r r-'I NP Iti 111%1116114 lWiellillejtz i i II I NO i% �� � © ® � �� �j"II11' i.iL#I.y.�Ei r+ 71F1®C]I� �I(� `� ka m c /, .I .�,� �� it .rr./ Q �sr(4rc li A 4: Ca iL' 6 1 Iii� lE®®I l iri II I Y 111 It A 1 i tote \\ 1 �t 00,7 KtilAt 's'ipr ��1I11 ©Q ❑.11;!o❑❑ . ,I \� 1 RoN . a ► r •Lar' , '1�+5 rr�I••d go • .:►-.04 12fi NI.b[vw.\ CT 4 . .o,) lisi -A. �* �'� d©I E �� JINN ` \� ____,.. . .\--.„,...."7:PE FT.0041 , i —rt,„„ imics ,� '�'�� . ill l I r.r {__ h �._.Lt• wN( I I I � —- ��-ted ® x' , I Q a ! (�II I®L,� c>, ii ,�� �4 .r l IVP/INDoc ' 1 h® 6, 11 )❑�1�� I�`��Y ^:.._ — - '� 1I 0 A tri©� ;® #�.,:G� �J[J� y a � E.l � "1i ` L L7 GAJ �_ �' r�* l . r EDriFisi 00 fir©©tel 11❑ ;�.:�,® Q �� : ©®®®© x AR. I' `a<, �I . . SOC •®B� i}l , ��!-; i r ©a�a❑�l�.YD000111111000011903481111X1.411-111up . 1 I 1„,,.,..„_,"it,t12/f ii. ,, F 4,,,,04 •y lias a X/ CDc. cn7Cm r m COOK COUNTY . + ) ww � g o' V V = . = • N C7 (JDV) H W o►v Iv iD `i- `+s a H -P F-r .C) CD --i N : O CD CDH c+ . 1 t.0 CD N CJ I GI r- 27-MAR-92 Page: 1 KIMBALL METRA SIGNAL ENGINEERING ESTIMATE DISTRICT: MILWAUKEE-WEST LINE PROJECT LOCATION: KIMBALL ST. , ELGIN PROJECT DESCRIPTION: CABLE RENEWAL OVERALL WORK LIMITS: M. P. 37 .02 PROJECT NUMBER: MATERIAL $ EACH $ EXTEND BOOTLEG 8 EA 2 . 10 17 CABLE 5C/6 UG 500 FT 3. 05 1525 CABLE 5C/9 UG 350 FT 1 . 63 570 CABLE TRACK 2/C#6 500 FT 0 . 79 395 INCIDENTALS TAGS, TAPE, TERMINALS 1 LT 300.00 300 PIPE PVC CONDUIT 4 IN. X 10 FT 16 EA 39. 00 624 MATERIAL SUB-TOTAL 3431 TRANS & HAND ( 19 .47%) 668 MATERIAL TOTAL 4099 DIRECT LABOR ST HOURS ST RATE OT HOURS OT RATE FOREMAN 32 22.03 16 33. 04 LEAD SIGNALMAN 32 17 . 28 16 25 . 92 SIGNALMEN 128 17 . 20 64 25. 80 3459. 52 2594. 64 6054 WIRING COST 0 0 LABOR ADDITIVES ( 113 . 22%) 6855 ENGINEERING 8 25. 00 200 ENGINEERING ADDITIVES ( 64. 73%) 129 OTHER LABOR EXPENSES FOOD & LODGING 3000 LABOR TOTAL 16238 EQUIPMENT AND VEHICLES LEASED 600 METRA OWNED 0 TOTAL ABOVE ACCOUNTS 20938 CONTINGENCIES ( 10%) 2094 PROJECT TOTAL $ 23031 f `2 ! SOO LINE RAILROAD Page 1 of 2 XE2 File No. : MW9536PF State: Illinois Est. by WJB Region: Southern April 21 , 1992 Val. Sec. : P-6 Sta: Elgin 100% BILLABLE KIMBALL STREET AT ELGIN, ILLINOIS (MP37 . 02) Renew existing crossing with 2-60 ft. rubber crossings; Renew ties and ballast thru crossing area; Relay rail with 136# new welded rail ; Install sub-surface drain system. UNIT DESCRIPTION UNIT QUANT. PRICE LABOR MAT'L TOTAL MATERIAL Cross Ties,New EA 128 16. 40 2, 099 Rail 136# N. Welded LF 468 11 .31 5, 293 Rail 115# N. Welded LF 0 9 . 73 0 Rail 136# N. Jointed LF 312 10 .69 3 , 335 Rail 115# N. Jointed LF 0 9. 12 0 Tie Plates 7 3/4 x 14 New EA 492 5 .79 2,849 Tie Plates 7 3/4 x 13 New EA 0 3 . 43 0 Tie Pads EA 210 0.90 189 Trk. Spikes 5/8 x 6 LB 1160 0. 26 302 Trk. Spikes. 9/16 x 5 1/2 LB 460 0 . 30 138 Track Bolts EA 96 1. 25 120 Washers EA 96 0. 30 29' Rail Anchors EA 220 0.76 167 Compromise Bars PR 8 100. 00 800 Jnt. Bars 136# N. PR 8 44. 80 358 Jnt. Bars 115# N. PR 0 19 . 12 0 Field Welds EA 0 54.70 0 Ballast CY 200 8. 88 1, 776 Rubber Crossing LF 120 200 .00 24 ,000 F&G Timbers LF 0 3 . 28 0 Camrail Screws EA 0 2 .01 0 Bituminous Paving NT 120 80. 00 9, 600 Engineering Fabric LF 200 2 . 40 480 Drain Pipe LF 400 6 . 79 2, 716 Bands EA 30 6 . 10 183 Elbow 90 degree EA 1 52 . 00 52 Elbow 45 degree EA 1 44. 68 45 Tee Section EA 2 63. 00 126 Hemlock Plank LF 0 0. 86 0 Boat Spikes EA 0 0. 61 0 Use Tax $ 54, 657 5. 00%- 2, 733 Handling Expense $ 17, 182 5. 00% 859 Transportation NTM 40, 000 0. 022 880 Ballast Cars EA 3 28.00 84 59 , 213 April 21, 1992 SOO LINE RAILROAD Page 2 of 2 XE2 KIMBALL STREET AT ELGIN, ILLINOIS (MP37 . 02) UNIT DESCRIPTION UNIT QUANT. PRICE LABOR MAT'L TOTAL Salvage Rail , Scrap NT 17 . 16 60. 00 ( 1 , 030) OTM, Scrap NT 6. 75 48. 00 ( 324) ( 1 , 354) Engineering & Acct'g Labor 1 , 300 Labor Additives $ 1 , 300 62 . 70% 815 2 , 115 Labor Install Temp. Xings LF 0 16 .00 0 Remove Temp. Xings LF 0 11 .62 0 Remove Existing Xing LF 120 11 .62 1 , 394 Remove Track Thru Xing LF 234 7 . 21 1 , 687 Remove Fouled Ballast CY 200 9. 02 1,804 Apply Engineering Fabric LF 200 0.32 64 Place Drain Pipe LF 400 5 .50 2,200 Unload Ballast CY 200 3 . 87 774 Rebuild Trk Thru Xing LF 234 10. 26 2 ,401 Relay Batter Rails LF 312 2 .08 649 Surface Trk Thru Xing LF 234 3 .94 922 Install Rubber Xing LF 120 22. 71 2 ,725 Install F&G Type Xing LF 0 15. 18 0 Labor Additives $ 14, 620 62.70% 9 , 167 Insurance $ 14 ,620 4 .29% 627 24, 414 Equipment 11 , 000 Traffic Control 2 ,100 13 ,100 Sub-Total 97 , 488 Contingencies 9 , 749 TOTAL COST-TRACK 107 , 237 x,"-; 1 91 . 1992