HomeMy WebLinkAboutRESOLUTIONS-1992-074-R-9209=15-92:
74-R-92
A RESOLUTION
Authorizing the City Manager to Enter
an Agreement with the Chicago Northwestern
Railroad Company and the Illinois Department
of Transportation to Remove the Abutment
on the East side of Green Bay Road
at Jackson and Payne
WHEREAS, the State of Illinois has contracted for the
removal of the existing abutment on the east side of Green Bay
Road at Jackson and Payne in the City of Evanston;
WHEREAS, the State of Illinois requires a tri-party
agreement for the removal of said abutment between the Illinois
Department of Transportation ("IDOT"), the Chicago Northwestern
Railroad Company ("CNW"), and the City of Evanston ("CITY"); and
WHEREAS, the City Council of the City of Evanston has
determined it is in the best interests of the City to enter said
Agreement, attached as Exhibit A,
NOW, THEREFORE, BE IT RESOLVED:
SECTION 1: That the City Manager of the City of Evanston
is hereby authorized and directed to enter
into an Agreement with IDOT and the CNW to remove the existing
abutment on the east side of Green Bay Road at Jackson and Payne.
C;
` 74�t-92 ;
w
SECTION 2: That the Agreement shall be in substantial
conformance with the proposed Agreement
attached hereto and incorporated herein by reference as Exhibit
A.
SECTION 3: That this Resolution shall be in full force
and effect from and after its passage, and
approval.
ATTEST:
J. City Clerk
Adopted : e( 2/ , 1992
. r
'mayorI r
L�
0
4
STATE OF ILLINOIS
DEPARTMENT OF TRANSPORTATION
AGREEIV MIff
FOR
RAILROAD BRIDGE ABUTWMff REMOVAL AND
EARTH SLOPE EMPROVEIVIENT
Federal Proiect STPM-6W3 (932)
THIS AGREEMENT dated this day of , 1992, is 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", and the Cityof Evanston, State of Illinois, acting by
and through its City Council, hereinafter referred to as the "CITY", and the Chicago and North
Western Transportation Company, hereinafter referred to as the "COMPANY".
WITNESSETH
THAT, WHEREAS, an existing railroad bridge abutment currently owned and maintained
by the COMPANY, extends along the easterly side of Green Bay Road at the intersection of
Payne and Jackson Streets, being located in the City of Evanston, Cook County, Illinois, shown
as "Project Location" on the map designated as "Exhibit A", attached hereto and made a part
hereof; and
WHEREAS, the STATE and CITY propose to (1) remove the existing railroad bridge•
abutment, (2) widen and reconstruct.600 feet (+J of Green Bay Road (FAU Route 2744) at the
Payne -Jackson Street intersection and (3) construct Earth Slopes on railroad right-of-way
including landscaping, said Project to be designated as CITY,Section 91-00192-01-WR, STATE
'Job No. C-91-289-91, Federal Project STPM-6003 (932) (all parts being sometimes referred to
, as the "Project".); and
WHEREAS, on July 24, 1991, the CITY and the COMPANY tentatively agreed to the
prepared design by correspondence relative to the proposed Project, a copy of which is attached
hereto and made a part hereof as "Exhibit B"; and
WHEREAS, the CITY and the STATE anticipate entering into a separate agreement
providing for construction, financing (including Federal reimbursement) and subsequent •
, maintenance of that portion of work on railroad rights -of -way by the railroad.
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 Project covered under this agreement shall be subject to all
appropriate Federal laws rules regulations, orders and approvals pertaining to all agreements,
specifications, award of contracts, acceptance of work and procedure in general. The STATE
shall cause the contractor (or contractors) referred to in Section 9 to be governed by the
-2-
•
• - Highway Pro Manual (hereafter referred to as the
applicable provisions of the Federal Aid g y gram
1�
"Program Manual"), Volume 1, Chapter 4, Section 3, and Volume 6, Chapter 6, Section 2,
Subsection 1, and any supplements or amendments as of the date of this agreement.
SECTION 2: The COMPANY, without cost to the CITY, hereby grants the CITY one '
(1) temporary easement, identified as Parcel No. 1 and shown in "Exhibit C" for road and utility
purposes.
SECTION 3: All the properties required for or incident to the construction of abutment
removal and retaining wall have been acquired or will be acquired as provided for in Section. 2
hereof.
SECTION 4: The CITY shall prepare or cause to be prepared the detailed plans,
specifications and special provisions for the subject work, and all such plans, specifications and
special provisions directly affecting the interests of the COMPANY shall be subject to approval
by the COMPANY'S Chief Engineer, or his authorized representative, which consent shall not
be unreasonably withheld. The complete plans and specifications are referred to in Section 9
hereof and are hereby approved.
SECTION 5: No changes shall be made on any approved plans, specifications, or special
provisions by any party hereto without the consent in writing of the other parties. All parties
shall have an authorized representative available at all reasonable times to approve minor
changes. 0 '
SECTION 6: The parties hereto shall construct or cause to be constructed, substantially
in accordance with the approved plans, specifications and special provisions, the following items
of work:
I. WORK BY THE STATE: The STATE shall furnish, or cause to be furnished, all the
labor, materials, work and equipment required to perform and complete:
A. The removal of the railroad bridge abutment along the easterly side of Green Bay
Road.
B. The construction of earth slopes on railroad rights -of -way. 0
C. The widening and reconstruction of the remaining segment of Green Bay Road
near the Payne -Jackson Streets intersection, to include pavement widening and
resurfacing, installation of drainage structures, landscaping, curb and gutter, and
any other utilities located within the area of construction; and
D. Incidental work necessary to complete the items herein above specified.
-4-
•
• The STATE's work shall be awarded to a competent and experienced contractor (or
Pe
contractors) who has (have) adequate equipment, organization and finances, and the
COMPANY shall be notified of the contractor (or contractors) receiving such award for
all work affecting the COMPANY's interest.
H. WORK BY THE COMPANY:, The COMPANY shall furnish, or cause to be furnished:
A. Flagmen and other personnel as required to protect railway traffic in connection
with the work to be performed by the STATE.
III. DIVISION OF EXPENSE: The expense as incurred by the CITY for the plans and
• specifications including special provisions as noted under Section 4, and the expense as
incurred by the STATE for work performed as outlined under subheading (I), and the
expense incurred by the COMPANY under subheading (II), shall be borne as follows:
CITY
0%
COMPANY 0 %
STATE (Federal (STPM)) 100 %
It is understood that the Project herein contemplated is to be financed from funds as 0-
appropriated by the Federal Government and expended under Federal regulations. All
agreements, plans, estimates, specifications, award of contracts, acceptance of work, and
procedure in general are subject to the Federal laws, rules, regulations, orders, and
approvals applying to it as if it were a Federal project, and subject to the approval of the
plans and specifications by the Illinois Department of Transportation of the State of
Illinois.
SECTION 7: The STATE shall reimburse the CITY for the CITY and COMPANY
shares of the construction cost of the Project under the terms of the aforementioned separate
agreement between the STATE and the CITY. The CITY shall reimburse the COMPANY for
the work done by the COMPANY as indicated in Section 6, Item II and payments will be made
within of receipt of an invoice therefore from the COMPANY, based u •
thirty 30 ( ) days Y P Pon
progress costs. All payments to the COMPANY are subject to audit. For those COMPANY
costs which are found to be ineligible, COMPANY shall pay one hundred percent (100%)
thereof.
SECTION S: Subsequent to the award of any contract (or contracts), and before any
work is started on the Project, a conference shall be held between the representatives of the
STATE, the CITY, and the COMPANY, and the interested contractor (or contractors), at a time
and place as designated by the CITY representative, for the purpose of coordinating the work
to be performed by the several parties, and at which time a schedule of operations will be
• adopted.
SECTION 9: The STATE and COMPANY shall require their contractor (or contractors)
and their respective forces to perform all work in accordance with the plans and specifications
prepared by the CITY and approved by the STATE and COMPANY as' of the date of this
Agreement, with such subsequent changes as shall be approved by all parties. Work not
included in' the Plans and Specifications shall be done in accordance with the "Standard
Specifications for Road and Bridge Construction", adopted July 1, 1988, (hereinafter referred
to as the "Standard Specifications"), and all final "Supplemental Specifications" through
December 2, 1991, and those Special Provisions dated 1992 and prepared by Teng & Associates,
Inc.
SECTION ' 10: The temporary minimum clearances, with reference to the CONTANY's
tracks, of any necessary falsework, bracing or forms , as required for the removal of abutment
and retaining wall construction shall be no less than:
Vertical 20 feet 0 inches above top of high rail; and
Lateral 8 feet 6 inches from centerline of track.
SECTION 11: All work herein provided to be done by the STATE or its contractor or
contractors or its own forces upon, over, under, and across the COMPANY'S tracks and right-
of-way shall be done in a manner reasonably satisfactory to the COMPANY, and shall be
performed at such time and in such a manner as not to interfere unnecessarily with the
movement of trains or traffic upon said tracks. The STATE shall require its contractor or
contractors to use all reasonable care and precaution necessary to avoid accident or damage to, • °
or interference with, COMPANY's tracks, or to the trains or traffic using its tracks, and to
notify the COMPANY in advance whenever said contractor is about to perform work adjacent
to the tracks to enable the COMPANY to arrange for, or furnish, flagging and such other
protective service as might be necessary to insure safety' of railroad operations. The
COMPANY shall have the right to furnish all such flagging or protective service as is
'reasonably necessary. Wherever safeguarding of trains or traffic of the COMPANY is'
mentioned in this AGREEMENT, it is intended to cover all users of the COMPANY's tracks
having permission for such use.
SECTION 12: COMPANY shall keep an accurate and detailed account of the actual cost
and expense as incurred by it, or for its account, in the performance of the work it herein agrees
to perform, such costs and expenses to be determined in accordance with HNG-14 dated April •
25, 1978, as supplemented and such other State and Federal rules and regulations as may be
applicable.
SECTION 13: Contractor's Public Liability and Contractor's Protective Public Liability
Insurance shall be provided by the STATE's Contractor at his own cost and expense in
accordance with Special Provisions included in his contract with the STATE. All such policies
or certificates in respect thereto (together with Contractual Liability Endorsements attached
thereto) shall show the following parties as additional, parties insured: Chicago and North
Western Transportation Company; Teng & Associates, Inc.; City of Evanston; and State of
-8- •
• Illinois. In addition a Railroad Protective LiabilityInsurance Policy shall be procured by said
y
Contractor in the AAR-AASHTO form, in the name of the Chicago and North Western
Transportation Company, with the CITY, STATE, and TENG & ASSOCIATES, INC., named
as additional insured; with minimum single combined limits of $2,000,000.00 per occurrence
and with aggregate limits of $6,000,000.00 per occurrence. The insurance will be submitted and
approved by CITY, STATE, and COMPANY prior to any construction work. Certificates of
insurance shall be provided to all parties and shall provide for a minimum of 15 days written
notice to such parties prior to cancellation or modification thereof.
SECTION 14: The COMPANY shall designate in writing an authorized representative
and an alternate who shall be responsible for receiving and responding to correspondence or
• questions that may arise concerning this AGREEMENT, the approved plans, specifications and
Special Provisions, or the performance of the work covering railroad facilities described in this
AGREEMENT.
SECTION 15: In addition to the indemnification provisions contained in the
aforementioned Special Provisions, the COMPANY agrees to indemnify the CITY and the
STATE against, and save them harmless from, any and all loss or damage to property, injury
to or death of any person or persons, and from court costs and attorney's fees, and expenses
incident thereto, arising out or in connection with the work to be performed hereunder by the
COMPANY, and caused by the negligence or willful misconduct of the COMPANY.
SECTION 16: The STATE shall obtain, before any contractor shall enter upon the right- •
of -way under the CITY'S and COMPANY'S jurisdiction for performance of any construction
work or work preparatory thereto, permission from the authorized representative of the CITY
and COMPANY for the occupancy and use of said right-of-way outside the limits of the subject
work, and shall require any such contractor to confer with the CITY and COMPANY relative
to the requirements for railroad clearances, operations, and general safety requirements.
SECTION 171 The STATE shall require its contractor (or contractors), upon the
completion of the work of such contractor (or contractors), to remove from within the limits of
the CITY'S and COMPANY'S right-of-way all machinery, equipment, surplus materials,
temporary bridges, falsework, rubbish or temporary buildings of such contractor (or contractors)
and to leave the right-of-way upon which the said contractors carried on operations, in a neat
condition, reasonably satisfactory to the authorized representatives of the CITY and COMPANY. •
SECTION 18: When the construction of this Project is completed, the COMPANY shall
maintain at its expense, or by agreement with others provide for the maintenance of, the railroad
slope embankment within the temporary easement. The CITY shall maintain at its expense the
highway, and drainage system, and all other appurtenances of the highway.
In the event of railway derailments, accidents or collisions arising out of or in connection
with the operations of the COMPANY, and resulting in damage to the subject work, such work
shall be repaired substantially to its former conditions by CITY. The COMPANY shall
-10-
• reimburse CITY for such repair costs or otherwise enter an agreement acceptable to CITY to
•
pay for the actual costs of such repairs. All payments by COMPANY shall be made within
thirty (30) days after billing by CITY.
The ' COMPANY agrees to protect, indemnify and save harmless the CITY, its elected
public officials, officers and employees, from and against any and all liability, loss, costs,
damage, expense and claims of every kind and character due to personal injury, wrongful death
and property damage, and from court costs and attorney's fees, and expenses incident thereto,
arising directly or indirectly out of or incident to the COMPANY'S operation of the Railroad
at the said overpass structures, unless such personal injury, wrongful death or property damage
is the result of the CITY'S sole negligence.
SECTION 19: The new retaining wall structure in its entirety shall be the property of
the COMPANY after completion, acceptance and after all payments by the parties have been
made. COMPANY agrees to cooperate with CITY in initiating and completing any hearing or
hearings before the Illinois Commerce Commission that CITY may file or cause to be filed on
account of the work contemplated by this Agreement.
SECTION 20: For a period of three (3) years after substantial completion of the subject
work, all parties shall make available, upon request, all books and records pertaining to this
Project for examination by the other party at reasonable times.
SECTION 21:, The COMPANY'S authorized representative certifies that to the best of
his knowledge the COMPANY and/or any subcontractor used by the COMPANY has not been
convicted of bribery or attempting to bribe an officer or employee of the STATE OF ILLINOIS
or CITY, nor has the COMPANY and/or subcontractor made an admission of guilt of such
conduct which is a matter of record.
SECTION 22: Where approval of the Illinois Commerce Commission is required, this
agreement is subject to such approval and COMPANY and STATE shall fully cooperate with
CITY including but not limited to providing documents and employees called as witnesses and
initiating such proceedings before the Illinois Commerce Commission as may be necessary or
appropriate.
SECTION 23: Notices given pursuant to this contract should be given in writing with •
copies to all parties and shall be addressed at the following or such other address as such party
may designate:
City of Evanston
2100 Ridge Avenue
Evanston, IL 60204
ATTN: City Clerk
with copy to: City of Evanston
2100 Ridge Avenue
Evanston, II, 60204
ATTN: Dir. of Public Works
-12-
•
•
•
Chicago and North Western
Transportation Company
One North Western Center
Chicago, IL 60606
ATTN: Mr. J.R. Wilkins
Engineer - Public Works
with copy to: Chicago & North Western
Transportation Company
325 Spencer Street
West Chicago, IL 60185
ATTN: Division Manager - Engineering
State of Illinois
Department of Transportation
District 1/Division of Highways
201 West Center Court
Schaumburg, IL 60196-1096
ATT N: District Engineer
SECTION 24: This Agreement shall be binding upon the parties hereto, their successors
and assigns.
SECTION 25: This Agreement is executed by the CITY pursuant to authority granted
by Resolution of the CITY COUNCIL adopted , 1992, and a certified copy of the
Resolution of said Resolution is attached hereto and made a part hereof.
• -13-
IN WUNESS WHEREOF, the parties have caused this Agreement to be executed in
quadruplicate copies, all of which shall be considered originals by their duly authorized officers
on the dates below indicated.
Executed by the COMPANY this
_ day of , 1992
ATTEST:
ASSISTANT SECRETARY
C13ICAGO AND NORTH WESTERN
TRANSPORTATION COMPANY
Be
VICE PRESIDENT -ENGINEERING
•
-14-
•
•
•
IN WITNESS WHEREOF, the parties have caused this Agreement to be executed in
quadruplicate copies, all of which shall be considered originals by their duly authorized officers
on the dates below indicated.
Executed b the CITY this
4 ,&day of , 1992
i
. -15-
CITY OF EVANSTON, acting by
and through its CITY COUNCIL.
By
YOR PRO
O
IN WITNESS WHEREOF, the parties have caused this Agreement to be executed in
quadruplicate copies, all of which shall be considered originals by their duly authorized officers
on the dates below indicated.
Executed by the STATE this
_ day , 1992
STATE OF ELLINOIS,
DEPARTMENT OF TRANSPORTATION
DIRECTOR OF HIGHWAYS
W
•
-16-
•
a
M
0
t4 i
14 V
d
z Its,
rQZ
� _ � SHEfl1011P1'� no. � •" O �'•. � � N �o
1.r1Fit
•I i n
y vs
iC Orrin grOn� SAY
F
• � ':' i �• GrII
' Eue1i 1
eanv 1,U � LJI W � ► 1 t� e °
_ . V uonutQ >R t .
as "= r .' Q MtPI� J6,
Q
E
i' � •. C �� >i < II00 � weir :� Q• s ' $ Fi Q I
It
(fir ♦ � ����7'�� a �.��_ �! 1a^� ::', .,• Q �( Z
// IS qI/ • AV FA
E_ cn
otlx,'�_JI W {L
=..�9. r — Q �"� qM ."V
v'� ut r' u ." py '�aJ I Q
Ul
t W 1 ql[ iS j �[ U.:APIC it
Ks
m It t1 t. q11 : A9W N V * 'MV t qpo /L --- oa "' 1S q11 $ Ot v �� ♦ n r•a• „ n S
tt 416
."V ufl Art. v�i
a d 74 4301 ,t, is �Ol �+} . •. VA\V AryUtA S .I,q =`aP M J uo l/TA"VJ 0 = L'i V Ij�c « L +� • �e I 'IS Q111 \ �/ 00 / J N11�O V Vr d Id ' , ' i 61 U_ ` ,
Q'o� �� 4 —. atllery ��\/\ �L I JJ� V wla J 'e�l�H, •� •.r_ „ ° O _�I tAtl .._
Its
X y�- D b _ 1 1 / N tl A $— ." t l—J ��.I tW� l+rtt •_ 1 ��' 7J��!tJ _ I
��eF b o Ia I I S t1 /�,%�%fU ( \� r N N tl I !y' �W a A
�Z� "I.. 11 -r t1 -1 e N 3 u l
�— - I< z z a- I
i Allw _ 3 3R..— - — 8 -
♦� I 9•`..q�t 7►1+\ .? yl lO O .. 1 T. a '."
�? ♦ Z °d DD!� �a I �,' 9$u tAq t 1- r. is ;; �L�' L _,Fo;
�`
-- Y — — 8 ro�� u(1-/opy� —r - i[tl E EuvAj
♦ �dY. 4D, D .G f4•. \' '�•'��. y W O"' JL �I rgIiIY _• ._Eu��i�• d'm U 1JiAt�1 .+_IL_ .; ll__ .�1..•.. 13
♦ aF/ ``. ��j L��--a Silt \ N I
—.� r�rt-• r �— �• F '�'r 19 M ii 1116 'Pa �MtINS C�
W ♦ �i ��/Q•D l •_-".�',jr r. p� H 'I M/INg10 { f4 I if
Fo\\d •,a' `t I �+ Is i glSl 1t .� ....� ` s ! dIs{ F• Z_� �LJ�= i� _ 'vtl
r1 �Y o a n ° �1lJL p..,�41 �...
1 00 OIOOU r
..Lt`' .- .' _ ., x % �, s- s•-z•Jr'• -: 4t.... _ �, :.• ., pin" 0 P Il z;�e 170 1
A d r-1 10 �.....— I m
utir IS vyt I I 1 4191 2 wg191 1 IA _ e 1 r'v
4 L'a�-- tlW q.l _ r,
I P� ♦ = d �.l _, _ Ind ltnut3 $A v3 wO (1 If W II ''V I q»d julw� � e 's: -a;•�I
%•' —�� '�� t,�t°cd SI -. WeviJIL='
^y �I_l�l_ �JJ r S J ee I 'Dth I - p �_ _ " 1 11 rte— i'eDUMrj�.;
.Nt, A1j i n 1 — �t j�t V�� .Rp Mt, n� �I -
IPoo •I•u bw r +r c� -� x 't4 �t\{� , P C••r1�- eu ---- --- pp! 1 III aI d 11 a•. " >"tl . Aiy
U, q, l I 'e _ , too b oy11n,4 I �1 I�� �tr% .r� r••rrtlr _ t"tlraJl—_J_%tl_
st, 1
_ a luljw-M
I
_o:�yh s _ _ ..
j oil I II _N�� . - III — Ir---_—
J
_yc arox u
W.
40
- Y }j > .•
�� Ik .: .l �.:1�}'~ r:l ,•. , ;%1 .'_ i/y'lL'.i I'.'�3: �i iI•!Y•i M! ':�`j••.:$ .y��.. ..:/'.�,�•�j�.. .: f'.'.i �.. nj.i .If:i. '•1. .:�•� (' r,iili.r'i �;1 ' t - . • • fI
v ;July 24, 1991.I
OD
STER
N
Na�rH
Suu Wc.t M241jWty %tticl
Chicago, 11 in*6 MkXi
ilz.o3:ti.�ain
Mr. James S. Tonkinson ass"=( aivisNHt N42n2ga
city Engineer tn&cctinx
City of Evanston
2100 Ridge Avenue
Evanston, IL 60204
SUBJECT: BRIDGE ABUTMENT AT PAYNE AND GREEN BAY ROAD
Dear Mr. Tonkinson:
I have reviewed your plans concerning removal of the bridge
abatement at Payne and Green Bay Roads., The utilization of
Alternate No. 3 will be acceptable to the Chicago & North Western
as long as the area is revegetated when the construction activity
is completed.
A flagman will be required during the time that the embankment
is being excavated and shaped. After excavation of the slope is
completed, there should. be no further need of a flagman unless you
anticipate continuing to use large equipment on the slopes. Please
contact our offices at 312-633-4450 when you are ready to start
excavation to make arrangements for a flagman.
As a. matter of
information,
North
West Telecom has fiber
optics cable on our
right-of-way
in this
area. I don't know if
they terminate south
of this area
or not.
r
If you have further questions, please advise.
Sincerely,
A: D. Miller
Manager of Structures
Suburban Division
cc: G. G. Larson
J. M. McQuitty
•
•
J-24 •
I EXHIBIT B
• "Exhibit C"
Authorization No.
TEMPORARY EASEMENT DEED NO.
THE GRANTOR, CHICAGO AND NORTH WESTERN TRANSPORTATION
COMPANY, a Delaware corporation, whose principal office is located at 165 North Canal
Street, Chicago, Illinois, for the consideration of ONE AND N0/100 ($1.00) DOLLAR and
other good and valuable consideration, grants a temporary easement for roadway construction
purposes, and for no other use or purpose whatsoever, to the CITY OF EVANSTON,
ILLINOIS, GRANTEE, over, upon and across the following described real estate situated in the
City of Evanston, County of Cook, and the State of Illinois, to wit:
PARCEL 1:
A 31-foot wide parcel of land located in Southeast Quarter of Section 12,
Township 41 North, Range 13 East of the Third Principal Meridian described as
0 follows: Beginning at the point of intersection of centerline of Payne Street right-
of-way extended easterly with northeasterly right-of-way line of Green Bay Road;
thence northwesterly along said northeasterly right-of-way line of Green Bay
Road a distance of 165.00 feet; thence northeasterly along a line perpendicular
to the last described course, a distance of 3 1. 00 feet; thence southeasterly along
a line parallel with said northeasterly right-of-way line of Green Bay Road, a
distance of 256.00 feet; thence southwesterly along a line perpendicular to the last
described course, a distance of 3 1. 00 feet to a point on said northeasterly right-of-
way line of Green Bay Road; thence northwesterly along said right-of-way line,
a distance of 9 1. 00 feet to the point of beginning, contained 0.1822 acres, more
or less, all in the City of Evanston, Cook County, Illinois.
C7
ROUTE; FAU 2744
SECTION: 91-00192-01-WR
PROJECT NO.: STPM-6003 (932)
JOB NO. C-91-289-91
Page 1 of 3 Pages
DEED NO.
Authorization No.
This temporary easement shall be in effect for a period of four (4) years from the date
of the award of the construction contract or completion of the above -stated construction
operations, whichever occurs first.
DATED this day of
Signed, Sealed and Delivered in
Presence of:
, 1992.
CHICAGO AND NORTH WESTERN
TRANSPORTATION COMPANY
B1i
Attest
•
•
0
Page 2 of 3 Pages
STATE OF ILLINOIS )
• )
' COUNTY OF C O O K )
SS
I, , a Notary Public duly commissioned and qualified in and for the
County and State aforesaid, DO HEREBY CERTIFY that and to
me personally known and known to me to be, respectively, Vice President and
Secretary of CMCAGO AND NORTH WESTERN TRANSPORTATION
COMPANY, a Delaware corporation, and the identical persons whose names are subscribed to
the foregoing instrument, appeared before me this day in person, and being first duly sworn by
me, severally acknowledged to me that they are, respectively, Vice President
and Secretary of said corporation; that as such officers they signed, sealed, and
delivered said instrument in behalf of said corporation by authority and order of its Board of
Directors, as the free and voluntary act and deed of said corporation, and as their own free and
voluntary act; that the seal affixed to said instrument is the seal of said corporation; and that said
corporation executed said instrument for the uses and purposes therein set forth.
IN WITNESS W1=OF, I have hereunto set my hand and affixed my official seal as
such Notary Public, at Chicago, Illinois, this of , _ 1992.
Notary Public, in and for the County of Cook,
In the State of Illinois
My Commission Expires:
This instrument was prepared for the Chicago and North Western Transportation Company, 165
North Canal Street, Chicago, Illinois 60606.
Page 3 of 3 Pages
.� ♦'� "' 1 " ` ALL DWENSIONS SHOWN ARE EDGE-Td-EbGt ,
g; fir•• e A •y :� UF' VAVlYENT ult= OTNERTA NOtm.
7.
A �.
'+.: s "4 a - y*_ .. - '''�•tt-, .. .,a,Y.. :.-i? ,. - !R14
PIER FOOTINGS(TYP)
TO BE REMOVED IF FOOTING IS
RE 0 CRETE REMOvti
2 a 4- SCUD YELLOW
(I I- C/c - T'tP.) �\
% 24" WHITE STOP BAR
Sj
A
/
/
SAwINE A
A
w► 727
116*mo/ • o t► I3'o50
``•� fm Ar am ma affimm p!1t IS11�Q
r N VAL Br
SuRFACE /
\ QP SAWI14 `*SpHAL7 'V \ Lp•' W/ / •eS / yh /h�
\ 4S$
VACANT SURVEY BASELINE ` L/P W/ 3: ( s • / / A o i y
Is
BE / } C \ / ` \ -7 t EXISTING BUILDING
+ I�j CONS_
00 TO�� _TEO(TY'P - - ,8+00 _ _+nn �,.. 6 O ST�SOLIO-O O n' ^ / - - - SURV£r / ��-� I ,,...,,._..._..,,,.Jn�r........rc.......a.:..a:..u..a..r'dy ALLEY
EXIST. 7 SIDEWALK (TYP. 8 ya - .
��- O `
W---------'-- -^-- = . -)NC' S.w � i � 20R ---
.-Y1 R' .4q3' 178'34'04' py3' }-{ 3 �9 I 90
O 0 Z] I r-, r-1 r•� r�-, r-, t� r-r � 17.8R(EDGE OF PVU7. TYP.)y 21'R CONC. S/W �_ I r Ynr 1^��'. �5 `.. •� l'-
76.SOR (FACE OF - -
P.L - • - -- - - - -\ - - - -. _ STA. t8+7t.t2 % ._/ / t G 8-6,12 MOD. - %STA. 22+10A6 .. - -- coo
STA. 17+31.88 STA 17+91.18 t en
_ C t G 8-6.12 MOD. O/S 6.99'1tL O/S 6.99RL r O/S 6A9.RT. ^C 3 G �6.t2 N00. _A- V"TE (TYP.) QO / W O/S 6.��
DO'pp� N 1 x 1 10' 30' I 9i ��60 j8' ~ j @) X
(TYP.) - MID.) + _/ + � - .-, 18DW
Y ROAD ��Q PROPOSED ROADWAY 2o+ao �2 4- soLro rE1Low 'y 21+00 22+00 23+00 STA_ 23+48,92
�` STA 76+e5.o ' W N - - _r _ _ _ - - - - _ (tt _c/c _ T'P-) _ _ = 6v _ -@ y ��Iz-
C.I�OoCrC, BAY ROAD n O/S 3a99Ri
O/S 30.9WRT. e. - - - - - - - - - - - y -- - - - - - - - - - / I LL T `/11������ i7 %� ��%��d L %`j s� _I�FB.Y_Rm W. LSE OF till BAY ROAD po
1 ,- C t G 8-912• MOD. -
- - - - - t4'
STA. 76+85.01 -----------O/S 54.99RT. BILLBOARD MIN-
+ LIMIT OF 70PSOIL PLACEMENTELEC. UCHTS .TRAFFIC BARRIER NEw CONCREh CAPc STA. 22+85.Ot
- �� 54.99RT. _nAND SODDING TERMINAL TYPE IA SEE DETAIL BELOW] nk . AI 'CO WA_ DI � AIL I -(TO BE REMOVED) (O.t82 - - p�. Sit_T •ANSTRUCnON DETNLS' F- - - - - - - - - - - - - - - CONTRACT)
SECTION
RETAINING OF
`c Iy \\\, „R��nIn7q f,InR
LEF•+ TURN BAY TAPER 2-
BENCHMARK: � / 256.a ;: `
n SW BOLT OF THE FIRE HYDRANT AT THE -/ °+°{ POST NOUNTEDMUND L 90x MANHOLE N0.14 J i
a SW CORNER OF JACKSON AVE. AND SPUR TRACK 'I CRETE rOUNOATIO COMMUNICA710N POLE A �\
+ PAYNE ST. ELEV. 19.905 COMMUNICATION POLE OVERHEAD ONES
REMOVE EXISTING R.R. ABUTMENT AND RETAINING WALL EXISTING RETAINING WALL (TO REMAIN
N
WU�N EAST SIOF. GREEN BAY ROAD (STA_ 17+59.2 TO 22+85.01)
- - _ -
80' VC
¢ STA..- 2T+63
I {
i
L... ..I. i .� fi0. �� vt ELL
- 19.34
i { i A.D. 0.716 i
+U.U6 i t
c PVI STA r 19+00
��•- - ! i + W PM-E'LEVI- 20141 j
0.791 I a S r I t i : I > + ! R j
,� W ! I J I . PROP! TOP;OF P%UT. i <>
u I i 6 P.+m i AT i i w W
S15 I i i i I >1>1F
_.'�_- -0.465 ' a a
Q GBR REMISED % SPUR TRACK F �I�
EXISTING
i RETAINING WALL EXISTING GROUND l.R•IE EXISTING TRACK Nib 28.15'H j j EXIST. TOP OF PVMT-�
FACE OF AT'CL
.i \(TO BE REMOVED' \ I 2' 19.9' 6.25' NEW CdG 89.12 Y_ 14,25' t9.9' 2' i 1
60' R.O. W.I' _ 30.5'S I - - : I
y �r GAR I _ _ - 1 i _ .? r..
EXISTING \ - - - CONC CAP n /j �- {
PROPOSE! CCTT 1 1 / 5 < t+1ADE BREAK
!�
s ! tos I ,z' ,z i I 12' .u'' I �1.5 , w-5 is N m) _ a i I I e.ii TOP OF NEW ix r` j._•� i 1 i I I
j.9t ; I I -t i� 89.12 i IVP,Y CONCia€TE�CAP i 1
a I 1 I NEW GROUND LINE
1 I I SLOPE- ts 70 1(MAX_I a c 6 STATE OF UMOIS
r r I EXtST.RET.wALL tolaalRr-• pEPARTYENT OF TRANSPORTATION
9.5' ( 9.5- I 9.5 I 9.5' % NEW CtG 89.12 FACE aF EIOSTINc WALL �) �� / -- �•'I (TO REMAIN) c�N BAY ROAD
evl , RET. OF EXISTING _H VISIONS OffFM �� v EXISTING WIDENED O PAVE. (VARIES) ELEV./BOTTOM7 15 EXIST. RETAINING WALL RET. WALL REMOVAL - 1 I I None Date EA f
t0 CONCRETE BASE ELEV. tits3%_� NA. 116i�6p7�?.11�
BITUMINOUS COURSE) 4 SPUR TRACK u�+
LIMIT OF COW- REMOVAL FACING WALL LOOKING I
x = 9CC110N A T� BAR (TYP.) FROMf ELEYA OF WALL PLAN VEYV RETAN�10 WALL T G oscam o }ti °L92 Doc 9V
N.T.S. coma` .roSttcisR TEM t ASSOO,NC
AIM
N.T.S no s mI[ a. e'+SCJI� a Sao. chkooft oft"