HomeMy WebLinkAboutVeterans Memorial HighwayMr. Harrell
Mr. HohUfile''~'-''
Louisville & Indiana Railroad Co.
500 Willinger Lane
Jeffersonville, IN 47130
ATTENTION:
Mr. John K. Secor
President
November 7, 2002
i' , ECE VE
Nov I 3
L_
MAYOR
'IHOMAS R. GALLIGAN
CITY OF jEFFERSONVILLE
RAILROAD/HIGHWAY COORDINATION
Construction of new Veterans Memorial Highway
Bridge over US 31 and LIRC in Jeffersonville, Clark
County, Indiana
AAR/DOT #: To be assigned
Project No.: STP--C730(011 )
Contract: R-26431
Structure: 31-10-8275
Des. No.: 9880131
RR File: N/A
Dear Mr. Secor:
Enclosed is one copy of an agreement, draft of September 10, 2002, executed between
the City of JeffersonviIle and Louisville & Indiana Railroad Company. The agreement covers
Flagging and inspection for construction of new Veterans Memorial Highway Bridge over US 31
and LIRC.
Effective the date of this letter, your company is authorized to purchase the appropriate
materials and proceed with the necessary force account work as noted in the enclosed
agreement.
Your work is to be coordinated with our highway improvement project. Please have your
company's representative contact Mr. Jim Harrell, our Seymour District Railroad Engineer, to
arrange for a meeting to discuss the project schedule and coordinate work. his address is 185
Agrico Lane Seymour, IN 47274, telephone (812) 524-3745, fax (812) 522~7658. To insure
prompt payment of any of your bills to us for this work, please remind your billing department
that the following data must appear on each bill:
Mr. Secor
Page 2
AAR/DOT #
Project:
Design No.
To be assigned
STP--C730(011 )
9880131
For your information, this project currently under contract. Please acknowledge this
letter with the name, title, address and telephone number of the field person in charge of your
company's work associated with our project. Should you have any questions or be in need of
further assistance, please contact Fred Hohl at (317) 232-5301.
Fred Hohl, P.E.
Rail Projects Manager
FH:fh
Enclosure
AGREEMENT
COVERING CONSTRUCTION OF NEW OVERHEAD HIGHWAY BRIDGE
Structure:
Project:
Veterans Parkway
SIB-C730(011 )
Draft of September 10, 2002
THIS AGREEMENT made and entered into by and between the CITY OF
JEFFERSONVlLLE, State of Indiana, acting by and through its Board of Public Works,
hereinafter called the "CITY", and LOUISVILLE & INDIANA RAILROAD COMPANY, hereinafter
called the "RAILROAD".
WITNESSETH
WHEREAS, the CITY proposes to construct a new highway, designated Veterans Parkway,
connecting Clarksville and Jeffersonville in Clark County, Indiana;
WHEREAS, in the interest of public safety and convenience the CITY desires to construct
an overhead bridge and approaches to carry highway traffic over and across US 31 and the
RAILROAD's existing track and right-of-way;
WHEREAS, the Indiana Department of Transportation will recommend this project to the
Federal Highway Administration for construction with the aid of Federal funds apportioned to
the State as authorized by Title 23, United States Code, (Public Law 85-767, 85th Congress) or
any other Acts supplemental thereto or amendatory thereof, and
WHEREAS, the Indiana Department of Transportation will award the contract and supervise
the construction of the project and act as liaison agent for the CITY with the Federal Highway
Administration. (Where the word "INDOT" appears in this agreement it will indicate that the
Indiana Department of Transportation is performing an act for the CITY as required by the
Federal Highway Administration).
NOW, THEREFORE, in consideration of the premises and the mutual dependent covenants
herein contained, the parties hereto agree as follows:
1-8
Section 1. The RAILROAD, insofar as its title enables it to do so, and subject to the
rights of the RAILROAD to operate and maintain its RAILROAD and appurtenances along and
over its right-of-way, grants the CITY, the CITY's successors and assigns and the CITY's
contractor, without any compensation other than the performance of this agreement, the dght to
enter upon the RAILROAD's property to construct and maintain the overhead highway bddge,
including the approaches thereto, over and across its tracks and operating right-of-way
including in accordance with the general plans and specifications for Project SIBC-C730(011),
which are incorporated and made a part hereof by reference, at the location shown in Exhibit 1
attached hereto. It is understood that the actual conveyance of any lands or rights, if Indiana
State Law requires such, shall be by means of other instruments to be negotiated between the
CITY and the RAILROAD.
Section 2. Detailed plans and specifications for the structure and approaches thereto,
shall be prepared by the CITY and approved by INDOT. All plans, specifications, and contract
awards affecting the interests of the RAILROAD shall be subject to approval by the Chief
Engineer of the RAILROAD before work is started. No changes in the plans affecting the
interests of either party hereto shall be made without the written consent of said party.
Section 3. The parties hereto shall construct or cause to be constructed in substantial
accordance with the plans and specifications, the following items of work:
(a) Work by the CITY:
The CiTY shall be responsible for causing construction of the overhead bridge structure,
approach fills, roadway surfacing, roadway drainage, including other drainage made
necessary by the construction of the roadway facilities.
(b) Work by the RAILROAD:
The RAILROAD shall perform, or cause to be performed, such temporary and permanent
alterations of communication lines, signal lines, signals, and other facilities on its operating
right-of-way, and do such other work and furnish such services, as are required by the
installation of the grade separation improvement, in accordance with the estimate of force
account work marked Exhibit 2, attached hereto and made a part hereof. This work shall be
2-8
performed by the RAILROAD with its own forces on a force account basis, if the
RAILROAD is not equipped to perform any part of the work with its own forces, it may
request the permission of the CITY and INDOT to do the work by contract. After receiving
written approval of the method of selection the RAILROAD may proceed, subject to written
concurrence by the CITY and INDOT, to award a contract for the work. The provisions of
Appendix "A" of the 1964 Civil Rights Act, attached hereto, shall apply to any portion of the
work, including engineering services, which the RAILROAD may perform by the contract
method. The RAILROAD shall keep complete records of the cost of the above work to be
performed by it and shall submit to the CITY and INDOT on request such information as it
may require concerning the cost and other details of the work. The RAILROAD's accounts
shall be kept in such manner that they may be readily audited and actual costs readily
determined, and such accounts shall be available for audit by representatives of the CITY,
INDOT, and Federal Highway Administration for a period of three years from the date final
payment has been received by the RAILROAD. Except as otherwise provided in this
agreement, the CITY, through INDOT, shall reimburse the RAILROAD for the actual cost of
the above work performed by it which is estimated to be Seventy One Thousand Three
Hundred Fourteen Dollars ($71,314.00). In the event there are increases in the extent of
the work or changes in methods of performing the work, this amount may be increased by
mutual agreement. The eligibility for reimbursement of costs of changes to the
RAILROAD's facilities and facilities jointly owned or used by the RAILROAD and utility
companies shall be determined in accordance with the regulations as set forth in the
Federal-Aid Policy Guide 23 CFR, Part 140, Subpart I, Subchapter B, and 23 CFR,
Part 646, Subpart B issued December 9, 1991, and subsequent amendments or
supplements thereto, which are incorporated herein by reference. It is agreed that progress
payments will be made by the CITY, through INDOT, to the RAILROAD for the total amount
of work done as shown on monthly statements or when the amount due the RAILROAD
equals $1,000.00 or more, said progress billing to be paid within thirty-five (35) days of
receipt of the RAILROAD's progress billing. Upon receipt of the final bill, the RAILROAD
shall be reimbursed for such items of project work and project expense, in such amounts as
are proper and eligible for payment, and the project shall be submitted for final audit by
INDOT. In the event final audit discloses that INDOT or CITY has reimbursed the
RAILROAD more than the amount due under the terms of this agreement, the RAILROAD
shall promptly repay INDOT or CITY the amount overpaid by INDOT or CITY. Billings from
3-8
the RAILROAD shall dearly show whether they are partial or final claims. The CITY,
through INDOT, will reimburse the RAILROAD for any items of work and expense
performed by it at the wdtten direction of INDOT or CITY, which are not eligible for
reimbursement from Federal funds. The RAILROAD shall not commence any of the work to
be undertaken by it hereunder until notified in writing by INDOT to proceed, and shall have
received assurance from INDOT that the project has been approved by all necessary
governmental authorities. Said work by the RAILROAD shall be commenced within thirty
(30) days after such notification to proceed. Buying and assembling of materials shall be
construed as compliance with the foregoing thirty-(30) day provision.
Section 4. It is agreed that any necessary falsework, bracing, or forms may be erected
to provide the following temporary minimum clearances:
Vertical: Twenty-two feet (22'-0") from top of highest rail.
Lateral: Thirteen feet (13'-0") from canterline of tangent track or fourteen feet (14'-0")
from centefline of curved track.
Section 5. On all contract construction operations involving direct interference with the
RAILROAD's tracks or traffic, the fouling of RAILROAD operating clearances, or reasonable
probability of accidental hazard to RAILROAD traffic, the CITY and INDOT shall require the
Contractor to arrange for the necessary RAILROAD personnel to protect such operations as
required by the regular operating rules of the RAILROAD as determined by the Chief Engineer
of the RAILROAD or his authorized representative, except in connection with the RAILROAD
force account work as provided in Section 3b hereof. The RAILROAD will be reimbursed for
the actual cost of such protective services furnished by it, at project expense in accordance with
the estimate of force account work, as set forth in Exhibit 2, attached hereto and made a part
hereof. The CITY and INDOT shall make final settlement with said Contractor contingent on a
showing that the RAILROAD has been reimbursed for any expenses which are for the sole
benefit of the contractor, or that satisfactory arrangements have been made for such
reimbursement. The Contractor at his own cost shall provide any watchmen or flagmen
necessary to protect or safeguard roadway traffic.
Section 6. All work herein provided to be done by the CITY on the RAILROAD's
operating right-of-way shall be done in a manner satisfactory to the Chief Engineer of the
4-8
RAILROAD or his authorized representative, and shall be performed at such times and in such
manner as not to interfere unnecessarily with the movement of trains or traffic upon the track
and proposed future tracks of the RAILROAD. The CITY and INDOT agree to require the
Contractor to use all reasonable care and precaution in order to avoid accident, damage, or
unnecessary delay or interference with the RAILROAD's trains or other property.
Section 7. The CiTY and INDOT shall require the Contractor, upon completion of the
work of such Contractor, to remove from within the limits of the RAILROAD's operating
right-of-way all machinery, equipment, surplus materials, falsework, rubbish, or temporary
buildings of such Contractor, and to leave the operating right-of-way in a neat condition,
satisfactory to the Chief Engineer of the RAILROAD or his authorized representative.
Section 8. The CITY and INDOT shall require the Contractor to take out, before work is
commenced and to keep in effect until work is completed and accepted, a RAILROAD
Protective Public Liability Policy of Insurance in the name of the RAILROAD, said policy to be in
the form specified in Federal-Aid Policy Guide 23 CFR, Part 646A, Subchapter G, issued
December 9, 1991, and any subsequent amendments or supplements thereto. The maximum
dollar amounts of coverage with respect to bodily injury, death, and property damage, is limited
to a combined amount of $2,000,000.00 per occurrence with an aggregate limit of
$6,000,000.00 for the term of the policy. The policy of insurance specified in this section shall
be with a company authorized to do business in the State of Indiana.
Section 9. Upon completion of the project, the CITY shall at ils own cost and expense
maintain, or by agreement with others provide for the maintenance of the bddge structure,
approach grades and all other highway facilities including the drainage thereof, except that in
the event of RAILROAD derailments, accidents, or collisions resulting in damage to the bridge
structure the CITY shall make the repairs necessary to restore the structure substantially to it's
former condition, and the RAILROAD agrees to reimburse the CITY for the cost of such repairs,
if said derailments, accidents, or collisions are caused solely by the negligence of the
RAILROAD, its agents or servants. The RAILROAD shall at its own cost and expense maintain
its own roadway and tracks, the structure supporting the same and the drainage thereof.
Section 10; In the event that delays or difficulties arise in securing necessary approvals,
5-8
or in acquiring necessary right-of-way, or in settling damages or damage claims, or for other
reasons, which in the opinion of the CITY render it impracticable to utilize funds from current
appropriation for the construction of the project, then at any time before actual construction is
started by INDOT or CITY or the Contractor pursuant to proper approval or authority, the CITY
through INDOT may serve formal notice of cancellation upon the RAILROAD and this
agreement shall thereupon become null and void. The CITY, through INDOT shall reimburse
the RAILROAD for all costs incurred by it at the written request of INDOT or CITY on account of
the project prior to cancellation.
Section 11. Pursuant to Indiana Code 22-9-1-10, the RAILROAD, its Contractor and
Contractor's subcontractors, if any, shall not discriminate against any employee or applicant for
employment, to be employed in the performance of this agreement, with respect to hire, tenure,
terms, conditions, or privileges of employment or any matter directly or indirectly related to
employment, because of race, color, r~ligion, sex, disability, national origin, or ancestry.
Breach of this covenant may be regarded as a material breach of the agreement.
Section 12. It is understood that the project herein contemplated is to be financed with
the aid of funds appropriated by the Federal Government and expended under Federal
regulations; that all plans, estimates of cost, specifications, awards of contracts, acceptance of
work, and procedures in general are subject at all times to all Federal laws, rules, regulations,
orders, and approvals apptying to it, as a Federal project.
This Agreement shall be binding upon the parties hereto, their successors or assigns.
6-8
IN WITNESS WHEREOF, the parties have caused these presents to be executed by their
proper officers thereunto duly authorized.
ATTEST:
LOUISVILLE & INDIANA RAILROAD COMPANY
ATTEST:
CITY OF JEFFERSONVILLE
Boar~/~lic Works
Member /
Member
APPROVED AS TO FORM AND LEGALITY
For the CITY OF JEFFERSONVILLE
Chief Counsel
Phelps H. Kli~a
Chief, Division of Design
Indiana Department of Transportation
APPROVED I0/l¢l~-~(}
Date
7-8
ACKNOWLEDGEMENT for RAILROAD
STATE OF INDIANA, COUNTY OF CLARK, SS:
Before me, the undersigned Notary Public, in and for said County, personally appeared
John K. Seeor and John H. Sharp, in their official capacity as President and General
Superintendent of LOUISVILLE & INDIANA RAILROAD COMPANY, and acknowledged the
execution of the foregoing Agreement on this 13th day of September, 2002, and acknowledged
and stated that they are the parties authorized by LOUISVILLE & INDIANA RAILROAD
COMPANY to execute the foregoing Agreement.
My Commission Expires: June 13, 2008
County of Residence: Scott
Witness my hand and seal the said last named date.
Notary Public
Sue Silakowski, Notary Public
ACKNOWLEDGEMENT for CITY
STATE OF INDIANA, COUNTY OF CLARK, SS:
Before me, the undersigned Notary Public, in and for said Cotmty, personally appeared:
respectively, of the Board of Public Works of the City of Jeffersonville, and acknowledged the
execution of the foregoing Agreemem on this ~0 day of ~ 20 Oeq.~.
Wimess my hand and seal the said last named date.
my Commission Expires: ._%- 7.- ,0 q
County of Residence
Notary Public
Print or type name
8-8
January 6, 1978
July 26, 1983, Revised
APPENDIX "A"
During the performance of this contract, the contractor, (for itself, its assignees and successors in interest (hereinafter referred to as the
"Contractor") agrees as follows:
(1)Compliance with Requlations: The contractor shall comply with the P, eguistions relative to nondiscrimination in
foderally-aseisted programs of the Depar~nent of Transportation T~tie 49, Code of Federal Regulations, Part 21, as they may be amended
from time to time, (hereinafter referred to as the Regulations), which are berein incorporated by reference and made a part of this contract.
(2}~ondiscdmieation: The contractor, with regard to the v~rk pen<on'ned by it duting the contract, shall not discriminate
on the grounds of race, coier, sex or national edgin in the seledien and retention of subcontractors, ~nduding procurements of materials and
leases of eduipmenL The contractor shall not partidpate either directly or indirectly in the discrimination prohibited by Section 21.5 of the
Regulations, including employment practices when the contract covers a program set fo[th in Appendix B of the Reguistions.
(3}Solicitations for Subcontracts, Inciudinq Procurements of Materials and Equipment: In all selidtations either by
competitive bidding or negotiation made by the centiactor for work to be performed under a sub-centract, iedudieg procurements of reatebels
or lenses of equipment, ench potential subcontractor or supplier shall be notified by the contractor of the contractor's obligatiens under this
contract and the Regulations relative to nondiscrimination on the grounds of race, color, sex or national odgin.
(4)ieformation and Reports: The contractor shall provide all information and reports required by the Regulations, or
directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information and its fadlities as
may be determined by the Indiana Department of Transportation or the Federal Highway Administration to be pertinent to ascertain
compliance with such Regulations or directives. Where any iefoffnation required of a contractor is in the exclusive possession of another
who tails or refuses to fumish this information the contractor shall so certify to the indiana Department of Transportation, or the Federal
Highway Adreinistmfion as appropdete, and shall set forth what efforts it has made to obtain the information. Notwithstanding any of the
provisions or terms of Appendix 'A" as contained within this agreement, it is agreed that the Company does not waive any of its substantive
or procedural dghts or any of its legal, procedural or factual defenses which it may have under any present or subsequently enacted or
reod~ed Federal or State statute, regulatien or order.
(5)Sanctions for Noncompliance: In the event of the contractor's nonceompliance with the nondiscrimination previsions of
this contract, the Indiana Department of Transportation shall impose such contract sanctions as it or the Feders[ Highway Administration may
determine to be appropriate, including, but not limited to:
(a) withholding of payments to the centractor under the contract until the centractor complies, end/or
(b) cancellation, termination or suspension of the contract in whole or in parL
(6)Incorporation of Previsions: The contractor shall include the provision of paragraphs (1) through (7) in every
subcontract, thcludieg procurements of materials and leases of equipment, unless exempt by the Regu[atiens, or directives issued
pursuant thereto. The contractor shall take such action with respect to any subcontractor or procurement as the Indiana Department of
Transportation or the Federal Highway Admthtstration may direct as a means of enforcing such provisions iecluding sanctions for
noncemptiance: Provided, however, that, ie the event a contractor becomes involved in, or is threatened with, litigation with a
subcontractor or supplier as a result of such direction, the cent:actor may request the Indiana Department of Transportation to enter into
such litigation to protect the interests of the State, and, in addition, the contractor may request the United States to enter such litigation
to protect the interests of the United States.
(7)Nonseqreqated Fadlities: By submission of this bid, the execution ~f this esntmct or subcentmct, or the
consummation of this materials supply agreement, as appregdate, the bidder, Federal-aid cons~'uction contractor, subcontractor, o~ materials
supplier, as appropdafa, certifies that he does not maintain or provide for his employees any segregated fadlitias at any of his
establishments, and that he does not permit his employees to perform their sen/ices at any location, under his ccntml, where segregated
tac='lifies are maintained. He certifies further that he will not maintain or provide for his employees any segregated fact]it]es at any of his
establishments, and that he wit] not permit his ernp~oyeas to perform their sen/ices at any location, under his cerdrcl, where segregated
facilities are maintained. He agrees that a breach of this certfficaticn is a violation of the Equal Opportun'~ clause in this contract. As used
in this certification, the farm 'segregated tacilities" manes any waiting rooms, work areas, restreoms and washreores, restaurants and other
enting areas, timestocks, loci(er rooms and other storage or dreening arens, parking lots, ddnking fountains, recreation or entertainment
areas, transportation, and hens]ag facilities provided for employees which are segregated by explicit directive or are in tact segregated on the
bests of mca, creed, color, or national edgin, because of habit, k~cal custom, or otherwise. He agrees that (except where he has obtained
identical certifications from proposed subcontractors and matedal suppliers for specific time periods), he will obtain identical ce~ficatien from
proposed subcontractore or rnatedal suppliers pdor to the award of subcontracts or the consummation of matedal supply agreements,
exceeding $10,000 which are not exempt from the previsions of the Equal Opportunity clause, and that he will retain such ceertificeticoe in his
files.
Januat7 6, 1978
July 26, 1983, Revised
APPENDIX "A"
Dudng the performance of this contract, the contractor, (for itself, its assignees and successors in interest (hereinafter referred to as the
"Contractor") agrees as follows:
(1) Compliance with Requlations: The contractor shall comply with the Regulations reislive to nondiscrimination in federally assisted
programs of the Department of Transportation Title 49, Code of Federal Regutaflens, Part 21, as they may be amended from time
to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract.
(2) Nondiscrimination: The contractor, with regard to the work performed by it dudng the contract, shall not discriminate on the
grounds of race, color, sex or national origin in the selection and retention of subcontractors, including procurements of materials
and leases of equipment. The contractor shall not participate either directly or indirectly in the disc~minatien prohibited by Section
21.5 of the Regutations, inctedieg empfayment practices when the contract covets a program set forth in Appendix B of the
Regulations.
(3) Solidtalions for Subcontracts: Indudinq Procurements of Materials and Equipment: in all solidtstious either by competitive bidding
or negotiation made by the contractor for work to be performed under a sub-contract, including procurements of matsdals or leases
of equipment, each potential subcontractor or supplier shall be notitied by the contractor of the contractor's obligations under this
contract and the Regulations retative to nondischminatice on the grounds of race, color, sex or natienal odgin.
(4) Information and Reports: 'The contractor shall provide all information and reports required by the Regulations, or directives issued
pumuant thereto, and shatl permit access to its books, records, accounts, other sources of information and its fadlities as may be
determined by the Indiana Department of Transportation or the Federal Highway Administration to be pertinent to ascertain
compliance with such Regulations or directives. Where any information required of a contractor is in the exclusive possession of
another who fails or refuses to fomish this information the contractor shall se ca,fy to the Indiana Department of Transpertalien, or
the Federal Highway Administration as apprepdats, and shall set forth what efforts it has made to obtain the information.
Notwithstanding any of the previsions or terms of Appendix "A" es contained within this agreement, it is agreed that the Company
does not waive any of its substantive or procedural fights or any of its legal, procedural or factual defenses which it may have
under any present or subsequently enacted or modified Federal or State statute, regulation or order.
(5) Sanctions for Noncompliance: in the event of the centractoCs noncompliance with the nondiscrimination provisions of this
contract, the thdiana Depertm..ent of Transportation shall impose such conffact sanctiens as it or the Federal Highway
Administration may determine to be apprepdata, including, but not limited to:
(a) withholding of payments to the contractor under the contract un§l the contractor complies, and/or
(b) cancellation, termination or suspension of the contract in wbete or in part.
(6) Incorporation of Provisions: The contractor shall include the provision of paragraphs (1) through (7) in every subcontract, including
procuremenfa of mafadats and leases of equipment, unless exempt by the Rogulatiens, or directives issued pursuant thereto. The
contractor shall take such action with respect to any subcontractor or procurement as the Indiana Department of Transportation or
the Federal Highway Administration may direct as a means of enforcing such provisions including sanctions for nonccempliance:
Provided, however, that, in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or
supplier as a result of such direction, the centractor may request the Indiana Department of Transportation to enter into such
litigation to protect the interests of the State, and, in addition, the contractor may request the United States to enter such tiligation
to protect the interests of the United States.
(7) Nenseqreqsted Facilities: By submission of this bid, the execution of this contact or subcontract, or the consummation of this
materials supply agreement, as appropriate, the bidder, Federal-aid construction contractor, subcontractor, or materials supplier,
as apprapdate, certifies that he does not maintain or provide for his employees any segregated facilities at any of his
establishments, and that he does not permit his employees to peffoffn their se~cas at any location, under his contrel, where
segregated facilities ara maintained. He ce~fies farther that he w'll not maintain or provide for his employees any segmgateq
fadlitles at any of his esfablishmenfa, and that he will not permit his employees to pedorm their ser~,ices at any location, under his
control, where segregated facilities ara maintained. He agrees that a breach of this certification is a violation of the Equal
Opportunity clause in this contract. As used in this cedificetion, the term "segmcjated facilities" means any waiting rooms, work
areas, rest~ooms and washrooms, resfauranfa and other eating areas, time-docks, locker mon~ and other storage or dressing
areas, parking fats, drinking fountains, recreation or entortainment areas, transportation, and housing fadlilies provided for
employees which ara segregated by explicit directive or are in fact segregated on the basis of race, c, med, color, or national origin,
because of habit, local custom, or otherwise. He agrees that (except where he has obfained identical ce~ticatiens from proposed
subcontractom and matedal suppliers for spec{ftc time periods), he will obtain identical sertiticelion from proposed subcontractors
or material suppliers prior to the award of subcontracts or the consummation of material supply agreements, exceeding $10,000
which are not exempt from the previsions of the Equal Opportunity clause, and that he will retain such ceer~ticetices in his tiles.
TRANSPORTATION
ROAD PLANS
)IN SIB-PROJECT No. C750(009)
INTERCITY ROAD PROJECT
CLARKSVILLE & JEFFERSONVILLE, INDIANA
SIB-PROJECT No. C730 (009) P.E.
- ( ) R/W
SIB-PROJECT No. C730 ( ) CONST.
SCALE: 1" =
END SIB-PRO.
STA, 91 +80.0
STRUCTURE No. 1
PROJECT No. SID-C730(009)
5RIDGE PILE No.
OVER 1--05
PAVING EXCEPTION:
STA. 27+27.95 to STA. 29+11.47 "tLR"
To be built under separa~ bridge contra~
BEOIN CONSTRUCTION
STA. 10+20.00 "S-US51-1CR"
JEFFERSONVILLE TOWNSHIP
CLARK COUNTY
EQUATION:
P.O.T. 87+60.
STA. 12+97.0'
STA. 75+50.0
BEGIN CONS
STA. 10+96.0
PROJECT No. SI5-0730(009)
OVER U.S.3.1 aed L & I RAILROAD
PAVING EXCEPTION:
FEDERAL HIGHWAY ADMINISTRATION
U.S. DEPT. OF TRANSPORTATION
APPROVED;
E HIBIT
' '/ '
LiRC
FORCE ACCOUNT ESTIMATE
Psge 1
ESTIMATE SUBJECT TO REVISION AFTER: 2/28/2003 MILEPOST:
CITY: C!arks~; lle/Jeffemonv[ ~e COUN ~'~f: Ctark STATE: IN
DESCRIPTION: --Construction of new Intemity Road (Veteran's Parlc~my) over US 31 & LIRC PJW.
AGEI',ICY PROJECT NL1Ni~ER: S!B-C;730
104.08
~RELIMINARY EN®INEER~NGj.
Labor (Non Com~.ract)
Sarcherge 0.00%
Contm~ & Admini~tive S u bto~l
$
$
$
$
$
CONSTRUCTION ENGINEERINGZINSPECTfON:
Labor ~,lon Comra~)
.%inhale 15.00%
Expenses
Contracted & Administrative E~,g~neering 9ervic~.s
Subtotal
2,5(;0
375
470
49,860
53.205
FLAGG~G~g~:r'ac~ L,abo r~
L.abo~ (Conductor-FlaGman)
Labor (ForemaA~lnspe~o0
Sumh~e 90.95% ~mnspodgtion ~pa~ment)
Su~ha~e 90.95% (E~gineedng De~ment)
Per Diem (Engineering DepaAme~t)
Expenses
Subto~
2,200
2,200
2.001
2,001
720
900
10,022'
.'.~IGNAL & COMMUNICATIONS W_OR~: (DetaiLs A~ched)
':'RACK WORK: {Detail,~ Att~checl)
ACCOUNTIHG & t]ILLING:
Labor
Surd~,arge 85.49%
Expenses
800
684
120
.604
PROJECT SUBTOTAL
CONTINGENCIES:
10.00% (~xciudes Signsi)
GI~AND TOTAL '""*** ....... : ..........~' .....................
$ 64,831
$ 6,483
71,314
REVISED;