Loading...
HomeMy WebLinkAbout79-0228 Railroad -°I. RESOLUTION AUTHORIZING AN AGREEMENT WITH THE CHICAGO, MILWAUKEE, ST. PAUL AND PACIFIC RAILROAD COMPANY WHEREAS, McLean Boulevard in the vicinity of Big Timber Road crosses at grade two mainline tracks of the Chicago, Milwaukee, St. Paul and Pacific Railroad Company; and WHEREAS, said crossing is constructed of bituminous material with timber flangeways approximately thirty-two feet long and protected by two automatic flashing light signals with gates; and WHEREAS, it is necessary and desirable to widen McLean Boulevard and install traffic signals at the intersection of McLean Boulevard and Big Timber Road; and WHEREAS, it is necessary and desirable to widen and reconstruct the grade crossing and to relocate and improve crossing warning devices and interconnect traffic signals. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS, that Leo I. Nelson, City Manager, and Marie Yearman, City Clerk, be and are hereby respectively authorized and directed to execute on behalf of the City of Elgin, an agreement with the Chicago, Milwaukee, St. Paul and Pacific Railroad Company for grade crossing and intersection improvements in the vicinity of McLean Boulevard and Big Timber Road, a copy of which is attached hereto and made a part hereof by reference. Richard L. Verbic, Mayor Presented: February 28, 1979 Adopted: Vote: Yeas Nays Recorded: Attest: Nancy L. Johnson, Acting City Clerk G(6) AGREEMENT • THIS AGREEMENT made and entered into by and between the CITY OF ELGIN, ILLINOIS, a municipal corporation, hereinafter referred to as the "ROAD AUTHORITY" and STANLEY E. G. HILLMAN, AS TRUSTEE OF THE PROPERTY OF THE CHICAGO, MILWAUKEE, ST. PAUL AND PACIFIC RAILROAD COMPANY, DEBTOR, hereinafter referred to as the "COMPANY. " W I T N E S S E T H THAT, WHEREAS, McLean Boulevard as presently located and constructed in the City of Elgin, Kane County, Illinois , there crosses at grade the two mainline tracks of the COMPANY and the crossing thus formed is constructed of bituminous material with timber flangeways about 32 feet long and provided with two automatic flashing light signals with roadway gates; and WHEREAS, the ROAD AUTHORITY proposes to widen the roadway across the tracks and install traffic signals at the adjacent intersection of Big Timber Road substantially as shown on the print of the general plan sheet marked Exhibit "A" attached hereto; and WHEREAS, the parties hereto desire to widen and reconstruct the grade crossings, relocate and improve the crossing warning devices to accommodate the widened roadway and interconnect the traffic signals proposed at the adjacent intersection. 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 Highway-- Railroad Agreements" attached hereto are hereby made a part of this Agreement. SECTION 2. The COMPANY hereby grants to the ROAD AUTHORITY a temporary construction easement as shown in green on attached Exhibit "A, " Sheet 1 of 2 Sheets, for grading and shaping the slope and ditch line of widened Big Timber Road. Said temporary construction easement shall terminate December 31, 1980 , unless extended by the COMPANY. The COMPANY hereby grants to the ROAD AUTHORITY a license right to install, construct and maintain on railroad right-of-way such drainage facilities as may be required to drain said right-of-way at the McLean Blvd. grade crossing, and those traffic signals and appurtenances with protective curbing which are interconnected with the crossing signals as part of the grade crossing warning device system as shown in yellow on attached Exhibit "A, " Sheet 2 of 2 Sheets. This license right may be terminated only upon mutual agree- ment between the parties hereto or upon need of said property for other rail-related purposes. • SECTION 3. The ROAD AUTHORITY shall secure or cause to be secured all rights-of-way or easements required for its project, in addition to that provided for in Section 2 hereof, and shall construct and complete its project all without cost or assessment to the COMPANY. SECTION 4 . The parties hereto shall construct or cause to be constructed, the following items of work: (1) . WORK BY THE COMPANY. The COMPANY shall furnish, at the expense of the ROAD AUTHORTIY, all of the labor, materials and work equipment required to perform and complete, (a) . The preparation of the detailed circuit drawings, cost estimates and any required specifications for the work contemplated to be performed by the COMPANY as provided herein. (b) . The relocation and improvement of the flashing light signal and gate units to accommodate construction of the widened roadway, and the modification of their operating circuits as required to accommodate this improvement and the interconnection of the traffic signals to be installed by the Road Authority. Reimburse- ment for the signal work shall be as covered in a separate agreement with the City and State of Illinois. (c) . The removal of the existing crossings , installation of subsurface pipe drains, rehabilitation of the track structure as necessary and installation of new grade crossings proper consisting of material as shown on attached Exhibit "B. " (d) . The relocation of communication poles as necessary to accommodate the roadway widening. (e) . Petition the Illinois Commerce Commission (in accordance with the Commission' s General Order No. 138) to take jurisdiction in this matter and to enter such orders as may be necessary. (f) Incidental work necessary to complete the items hereinabove specified. The estimated total cost of the work to be performed hereunder by the COMPANY at the expense of the ROAD AUTHORITY as outlined above is $86 ,007. 00, as indicated in the detailed estimate of cost attached hereto and marked Exhibit "B. " (2) . WORK BY THE ROAD AUTHORITY The ROAD AUTHORITY shall furnish or cause to be furnished, at its expense, all of the labor, materials and work equipment required to perform and complete , (a) . The design and installation of the traffic control signals including the cable between the traffic signal controller and the instrument case for crossing warning signals ready for its connection to the railroad signal circuits by the COMPANY, the reconstruction and widening of the pavement up to the ends of the track ties including the "Island" between the tracks, and the necessary storm sewer and utility work for the widened roadway. (b) . Incidental work necessary to complete the item hereinabove specified. SECTION 5. . In compliance with the Federal Highway Program Manual, Volume 6, Chapter 6 , Section 2 , Subsection 1 dated April 25 , 1975, 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. SECTION 6. Upon completion of the project herein provided, the ROAD AUTHORITY shall maintain, at its expense, the traffic control signals, the roadway and crossing approaches up to the ends of the track ties. The COMPANY shall operate and maintain its track, the crossing over its ties and the crossing warning devices as may be provided for herein, but this said obligation to maintain said crossing and said warning devices shall continue in accordance with Federal or State law as it shall be from time to time in the future. SECTION 7. This agreement is binding on Stanley E. G. Hillman, not as an individual, but solely in his capacity as Trustee. SECTION 8. 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 duplicate counterparts, each of which shall be considered as an original by their duly authorized officers , as of the dates below indicated. Executed by the ROAD AUTHORITY this day of 19 ATTEST: By STANLEY E. G. HILLMAN, AS TRUSTEE OF THE PROPERTY OF THE Executed by the COMPANY, this CHICAGO, MILWAUKEE, ST. PAUL day of 19 AND PACIFIC RAILROAD COMPANY, DEBTOR ATTEST: By Assistant Secretary • APPROVE!) AS Form Genc;ral . • STANDARD PROVISIONS FOR HIGHWAY - RAILROAD AGREEMENTS rms, I . All of the COMPANY'S work shall be 'nethermed in FederalaAcdrHaghway with ProgramtManualStUolume ipula- tions and conditions as contained and supplements thereto. 1 , Chapter 4, Section 3, dated April 25, 1975 any pP 2. The COMPANY, for performance of its work, may bill the ROAD AUTHORITY monthly for the ROAD AUTHORITY'S share of the actual costs and expenses incurred. These pro- gressive invoices may be rendered on the basis of the estimated percentage of the work completed. The ROAD AUTHORITY theafter COMPANYverifying 95 percent the of' thell 'amounts obillede and proper, shall promptly reimburse but not to exceed the estimated amount. The COMPANY, upon the completion of its work, shall send the ROAD AUTHORITY a detailed final statement of its actual expense as incurred, including allowable additives. After the ROAD AUTHORITY'S representatives have checked iheofinal statement and have agreed that the costs are reasonable and proper, r as they are able to ascertain, the ROAD AUTHORITY shall reimburse the Cmse the OMPnNYbillan. in an amount, less previous payments, if any, equal to 95 P After the Federal , State or ROAD AUTHORITY representatives have audited the expenses as incurred, by the COMPANY, and final inspection of the installation has been made, the ROAD AUTHORITY shall reimburse the COMPANY for the retained percentage and the suspended items of expense less the deductions of any item (or items) or expense found by Federal , State or ROAD AUTHORITY representatives as not being eligible for reimbursement. 3. It is understood that the project herein contemplated shallb pertaining tot allo ppr - pro-e- priate Federal laws, rules, regulations, orders and approvals ments, in general . The use of said guidelines for reimbursement between the parties hereto shall not be deemed to require reimbursement of the ROAD AUTHORITY by the Federal Highway Administration as a condition precedent to the ROAD AUTHORITY'S obli- gation. 4. All work herein provided to be done by the ROAD AUTHORITY or its contractor or • contractors on the right-of-way or upon, over, under satisfactory nd totheoss the COMPANYrandrshallrbeks of the COMPANY shall be done in a manneratisfactory performed at such time and in such manner as not to interfere unnecessarily with the movement of trains or traffic upon the tracks of the COMPANY. The ROAD AUTHORITY shall require its contractor or contractors to use all care and precaution necessary to avoid accident, damage or interference to the COMPANY'S tracks or to the trains or traffic using its tracks, and to notify COMPANY ad'acent sufficient the tracksnto enable the advance whenever the contractor is about to perform work J COMPANY to arrange for, or furnish flagging and such other protective service as might be necessary to insure safety of railroad operations, and the COMPANY shall have the right to furnish all such flagging or protective service as in its judgement i • is necessary, and the ROAD AUTHORITY or its contractor or contractors shall reimburse 114 the COMPANY for the cost thereof. 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 track having permission for such use. 5. The ROAD AUTHORITY shall require its contractor or contractors, upon completion of the work, to remove all machinery, equipment, temporary buildings, falsework, debris, and rubbish from the COMPANY' S right-of-way, to provide proper drainage away from the COMPANY' S tracks, and to leave the tracks and right-of-way in a neat condition, satis- factory to the COMPANY' S Chief Engineer or his authorized representatives 6. Any contract between the ROAD AUTHORITY and its contractor or subcontractor to perform the work herein provided to be done by the ROAD AUTHORITY shall require the said con- tractor or subcontractor to protect the Chicago, Milwaukee, St. Paul and Pacific Railroad Company and any other railroad occupying or using the COMPANY' S right-of-way or lines of railroad with the permission of the COMPANY party to this agreement, against all loss and damage arising from the activities of the contractor, his forces, or any of his sub- contractors or agents, and shall further provide that the contractor shall furnish to the COMPANY a Railroad Protective Liability Insurance Policy providing for protection to the COMPANY, in accordance with the Federal Highway Administration Federal-Aid Highway Program Manual Vo. 6, Ch. 6, Sec. 2, Subsec. 2, dated April 25, 1975. The limits of such policy shall be not less than $2,000,000 combined single limit for all damages arising out of bodily injuries to or death, and for all damages arising out of injury to or destruction of property. Said insurance shall be delivered to and approved by the COMPANY prior to the entry upon or use of its property as to commencement of work upon, over, under and across or adjacent to the tracks of the COMPANY by any contractor. 7. Subsequent to the award of any contract, and before any work is started on this project, a conference shall be held between the representatives of the ROAD AUTHORITY, the COMPANY, and the interested contractor at a time and place as designated by the ROAD AUTHORITY, for the purpose of coordinating the work to be performed by the several parties and at such time a schedule of operations will be adopted. 8. The COMPANY will credit the ROAD AUTHORITY for the salvage value of all track, communi- cation and signal line materials used on a temporary basis during the construction of the project, and accepted by the COMPANY for return to its stock. Such salvage value is to be computed in accordance with the regulations set forth in said Federal-Aid High- way Program Manual. The ROAD AUTHORITY shall be afforded a reasonable opportunity to inspect materials recovered by the COMPANY prior to disposal by sale or scrap. THe COMPANY will give written notice, or oral notice with prompt written confirmation, to the ROAD AUTHORITY of the time and place where such materials will be available for inspection. 9. The COMPANY'S estimates provide for reimbursement to the COMPANY for the premium cost of purchase by the COMPANY of Comprehensive Risk Insurance to protect said COMPANY and the ROAD AUTHORITY from claims to which they may become legally liable as a result of the force account work to be performed by the COMPANY' S forces as required by this agreement. Such Comprehensive Risk Insurance shall be in lieu of self-insurance for Workmen's Compensation and Public Liability and Property Damage as provided in said Federal Highway Administration Federal-Aid Highway Program Manual . Coverage of Railroad Comprehensive Risk Insurance shall be $1 ,000,000.00 combined single limit of liability for Bodily Injury/Property Damage. - 2 - • • 10 len the roadway is to be closed to vehicular traffic while the Railroad work is being !rformed, the ROAD AUTHORITY 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 ROAD AUTHORITY'S Engineer. When the COMPANY is to perform its work while maintaining highway traffic, the ROAD AUTHORITY 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 ROAD AUTHORITY'S Engineer. The COMPANY, at the expense of the ROAD AUTHORITY 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 is being performed. - 3 - - - � i ► _ �► 4 I \ \ ___--- ----- -.------------ 60" \ ___------- •v: i‘ 1,04,,,1 \ , . , ' 40......-_ Pc co `--\ ! ceRri..th'''''co- we 17ul\ ..... ,..1- �h���.� �Gps AND E�EGTR/G z ., .:4‘,' , t \ --.. t • \ - ,,,.... 11. o��� � . g.07. 1g.3Z 4J..._ \ :2 . - • • Y . \ _ ,:i . lb D. •- _ ; 1` i it., • W ~ • y -- �� I o p1 •I • �•592 E N $1 / �- •• e.9 • - ti ro rr� _� . RoF � I 1.I ♦ y K.K. t • � • Y` ".r s r si ! :- • ;+ 1 , ` coW A' d I} # (•3 ,. ••� GC 1 h S s f • O _ OI ill a;.z 1� - NG� �_ �.Oar..�Re FEN F- 1 re -4 1 la► Iva. c1 ` c BOP`Ro" '��' 7W a� I > I N _ O - _ �1 %�� ...��� ENGE r E ` r r f 6 BOARb FENCE 1 � - :r_;rdu'� — .. y7WIRE F `•�.�•�•.••••�•n�..Win•• - - ,,- v i •- : • ., 4• .. .... . - .. _ �•'-� 1 1, r-� 1 • . 1 i1 r!+• • 1 1 -C.3,N W.RN', -' _ _ - • • w, j In -, r X ' ► ar, 1 *:* CI NNm N �•4 EXHIBLT ..A • .E a N.E a- v SHEET, / OF 2 SH 8 -H (yNGINEERING DEPARTMENT 1 PLAT SHOWING._P_R2. .115: 0, c. \ I!---- •.c M. SI. P. e. P. R. tL CI, �a_5'W. --- fel 28:_0. •___ . fl d 7E4 I AKAEClf rftiva - • _v....J.. � TOWN • • j. IEF E,�LE- - `'s t_ F'tl t' H 741 ��. _ _ \ OFFICE of ASSi.CN 'INEE- -Si6UC1U�iE� - • - Q! ' 7 ��'r r . '-I !V r; , 3 �� TOP S -,N �-) k L rZ�D W. / i - - PT►-1ER5 / W I ZEE- i'iM ! ° tip, C � I ,L/�5'/lE .ST,P/DES s� 'I- I -Rtk. 4:;:::::;. r k�, `�y .‘ ti,, Ii\x>.` \ 1 9 /-?c E/q N SZ VD.. - zo 1,. A, •: .. •�x. Zo' Z imi. ' ..r...._ U--<-j-\F4 I ./'. K:'';', -> •' tvi j1 \ I- i \ c. , -0' I ,_46, / i"'s_soL/ ' A,' 4 ay eLi3E I p \ , . -1." , L NI v . RJAA • 1 ,,,, ::,;11,,.:( ,,, .i . . #1111.111.1" tJ fir: , . [ c r 0.11 ' --,,,,/ *;:t tg:ve f 7 5 ' 1/z" CP C O D O I T . �`': L�f ./G { F r n• CoN_DVIr 15� Z , _6 — /-/ ' eZ i Z. , go, — — _____ _____ _ ______ gt \ -- -- --- S ro P s l!ti1 ® � , "BY OTHERS"" I I 1 . .sue, FXHl1T ..A„ o /io • _¢' SHEET; Z. vF z SHEETS .( �EtiT /�� n . ENGINEERING DEPARTMENT C. M. ST. P. & P. R. P.. C. '/-�%,6.�T6.'.Z' ' --R.o. w. PLAT SHOWING-_.PRaPc? ' �_.ti'?P�QY�E�9 �t/T' R.0.w 51% __X__ GZ4-4A/-__8,CXQ,_"_,I1G__.z1_eVgFef_ £ 5-.5T,f / So' �o _ _J,ers'T�4Il roc LSE_' /6Ne9�L.S' so /}P♦_°CIRT_4�''ir4/4'E-S__,&NO-_-_l1.e iel_41 -____AFT_______. feelNe TOWN C .l' ST.'•.TZ SCALE-__ZO__E LE t REF; INCH • OFFICE 9f ASST.CHIEF E,.CINEE(;-STicLICTL':,53 -201 — ,w.,..,,,� �� CMlf,AGO, ILUtvGIS • --- — _ --___! I S133HS Z'1 40 / 133HS. .2SO7 0.-ZZb04',' 7 i17W1Q1 iI I 1{_ �,�,� 1[SI� Il. /.8);L.! % p/— s,�►/pr.�'�r/1tio� { 1 it_ , ` 468 '9Z i I I- 7 P.L.O GYM a �� I I --�I - ) . II ?i . I lyG✓ -l !OS/ - I- ---1 fro/sN3'd 7e1 -Aosiv 7Jo+#f5 11.. �g� / ' e, ; c I ; 1 ;oozy . .._st'dn�E- -;%Yeufr ri'nr- fu l'b rn 'I 1 bid'/ { - - I 1H�� i P s/ I , o 1 A'- Gee/ ovwf t7•/1�9d0bbe f 41/71 VW O/Y8'nd 68 1 Wo,1' _ . _ I __. . _ . � ;Vs i 9, Sig' 1 l - oor/ S 1;1,7/VP}Y d/dd I °49 wsr z II :otioor/ I - - 1--- .2OrdrPoYrb+ -7+�.r1 d,vo II - od?/ 00 o0Y/ ,1 G.9.t.2- J Iilivno.Df/:, 9N/3Sfy/voN.7.l --- - - - - --- l ' i I,Vs�z 2r t/ r. ; irw II ro/s .7d 7yi/.7i?7ddns 1 1i ?h / °GSV ii -, ZiZ/`h/ I II .7�N6Z7w.rNj•--*s/y ., , 104 2(0.ts' � 1 6:1( 'h! sl/i7N�8 , 9rts>r.7e1--; ffl yb/.7N r , ---/69E' � II -- - Of/%IS, - II I l bii ' h6ti s. II -I tz/'h/ ;i �s 'rdib/4d o I -- - I-- IJONl'r7,76/- o/1y'do : p96 E'. Do.os it _.../7 2'C/ S 9/W• SS ��� OY'7 ''37g9, # 'i77br1 s//r 9/g 8s'/ ji ',' 1O6s a'l • g toe.y s�Ya,s_,d�ao/2s:, cm, 'S/ ,i ./O 1. osg i 15 6/A` .4rddN, , aaorrv/7 270,cur - 96Y . ; �,r---1 - i tip` I ii —7rb'b�zE, �27P--;�dysy', z,� i 6%4/ , 95'L i1 -i 1/.£t II ›.71,9'1 ,rrd'2.[ y..zs,vo•7 OoE OOP` j- 477zr-' I s/y/Sdg',,1b7 of.d/d '77t'.1 ,v1 'S' 1 �7 - • - I4zz - --II ---1 . '.'tr2r1 ,44.r snow?y C/h z6i II_ -- -- i ' ' 9s'.S, _ zL,B li _ -1 h% S9riSSON, ,,c� ,tr-e, 0ncw_gb'. iI j 3v vs t/Y 11 - -.I I _ .._ I , o S, Ii _ _I s e- - - . ._ S"NOIdXg (Oa/raN6'/r) .3a'0_4S, 0 I - . Qy'0 2' .io 80/I ,-$4 0.£ II.. _ _ -,_ I ry,s, i JS S.g1leYS �/-4 OL 17 °J/i/ 1 I� _ I. • 'S• `'s�'Jcr1/!nN ssa'/dsi S1YOg .re vor OE"F 1M7- ; I c/ '1 - •° '. 2,v/o/' 'S/vl Ar£/ ',Ye g GS o�'�' i; - 11M� -�, 08.9-- S1 M • ' z'Fi /E'/ 'cV ft _I_._• _ zS •./J' - , C.E"Z' it 1M� � 091'6 i o�li Sd!yg' 1N/O/`- -�Z'F/ '�o, a� es-at a.,"; oo'sv/ i . . 1/v -- %,,t/ 0,v/TdNb/9 aN.z //s 7ida'- 'tsi/zs/ -, 08t • I' . ;-.-- ----- daV.P0c;-3ey Yfid'-7.1b2✓ Yv� 1/7 5 1 i! DA9S it l 2-i1_— -i , 1ir,?wpri/7v.F, Yo, 1 C Cp S OO QS i I I Nv/1 f//o.�'b�d�0!. �/b'v/3,y ' - --- II 'ry1N9a' --. ji '1 1 i 2'F/ SgH��so,YT '3'339n� /r8 •� u or '9 1N (Sin,/ frt/wa1 w:: .'a # ,�'/tid (s/r/ ,YC�9Nyg',) sjiz-SSO�J I ,iv r7/1 .. I G }- - SNsd (9N�YO1' ) =7JYo. S Ink/7 EGI7r 2'L6hh - s xJad-p9/•/sne'0 oo•SZ'/ f19 z 1 S,7tHar9 :7*'J OW „/,Z �ChS/ 1. id a'� • rG .Z./ of i ,7d/d '�'°, „hY i ,Z f, or' ' ff9' iI fi . '' - S(y/,m.s - wtvoO „8 �'rYJd ,YYo,> „8 i 02's 1d 06 I d £ ! _.. _ Jb79 „,y � � 1� �i I pg li .7d/v�_a' 0 0 Esc -!e� _ I; h Sa'dg ',,w°, z'E / 1 logre 1,6r - o,/ _ zE/ srY0H.7Nb' ,7'/yA' a'/6/_e 0,1 '%F/ Z // ! - '!i.. OL/ �II- , sw/1 �SOa' %/1'° „, {9/� / 10 ° - c1'e ; - 11--- s1V0 a'.,e9a.. _ 4sSx/-%6 �., / S ?'/ l rz G�/ 'Jsc - I - sJ'b'D -c o/'yt 2::/ ''Yd9r y Sze oo it r .:LC7o VS' SY @ i 039 /ter co.oes r d 7 2 et vN/3SocY.7 Y7,9An gl/d. d' ' 7,Y0' ,2f0/ it 8hS' .ems.,sue (+ ;i co',./ .sS.Y/dS �'sy3.1 „9 k ens s'3'.Y �z e/ ^S'v'8/ :tract II /o/ s.7ldYrd .�'/. ...ev-.s.x 4'cL -014. 11.9bC7 '86r ct4' ; I i yidly 'ret-,r/E. z /�'///i ;dal h ;7/6/d01 a7C07.7/'1 la?r/-,h// t f,9�' 1 I 77777,E 1 :.(I- YOJ'1/vt,.7 /.e�'f/d0l ,9-../�i /fGY1O/7d1SN0., -ON/rrnp' 00,7_107.0 -94,45, XbMar-oy No O7S E7 31d6v/1S3 "..?10/V; 7(i/01 )7/,'(Y7tl/(A/ ao0.9f/y ////, 1/W. /1/1N6one7 G.v1I �O .✓✓O/1o'/;YSS.70' It ('w .f y:.1 Yam)) •S/0/viY71' '/V197-7 N/ '67/17$' /I/H97•'GT/ 1H S /YIS-Sc,? 7 '79-Y9 , 9'9 O. ,?£ C4/OcY1 // '(7'/(27 C-7,v// 1:.,i7e/1S(✓O.7,7 01 Ls0.7 >/0 „7/tYG,//Z . , Project : North McLean Blvd. improvements Location: Elgin, IL Communication expenses to alter pole line, all conforming to the recommended practices of Federal-Aid Highways Program Manual , at the crossing of North McLean Blvd. and the CMStP&P Railroad Company track, replacing existing crossing. FORCE ACCOUNT ESTIMATE Item Amount Engineering $ 50 Material Poles , Wire, etc. 84 Other Material 40 Total Material 124 Transportation of Material 5 Store expense 6 Equipment 150 Labor 500 Direct Labor Holidays , vacation pension and 73 Payroll taxes 1�7 Insurance 78 Meals and lodging 178 To:Ei Labor 1 ,003 Contingencizs 132 Total cost $ 1 ,420 Office o : r �c�i, Asst. Chief Engineer - Signals 6. Communications �hi--j!pr CMStP&P RR Co. SHEET 2 OF 2 SHEETS Chicago, sip 411