HomeMy WebLinkAboutResolution 31-R-25 Authorizing the City Manager to Execute an Intergovernmental Agreement with the Illinois Department of Transportation for the Central Street Roadway Imp (1)
31-R-25
A RESOLUTION AUTHORIZING THE CITY MANAGER TO
EXECUTE AN INTERGOVERNMENTAL AGREEMENT WITH THE
ILLINOIS DEPARTMENT OF TRANSPORTATION FOR THE CENTRAL
STREET ROADWAY IMPROVEMENT PROJECT
WHEREAS, the City of Evanston (the "City") and the Illinois Department of
Transportation ("IDOT") seek to enhance roadway infrastructure and ensure public safety;
and
WHEREAS, IDOT has planned roadway improvements on Central Street between
Ashland Avenue and Asbury Avenue (the "Improvement"); and
WHEREAS, the City has requested that IDOT delay issuing a Notice to Proceed for the
Improvement (Contract 62U80) to allow for the completion of a locally led stadium improvement
project; and
WHEREAS, IDOT has agreed to the City's request, provided that the City agrees to
reimburse IDOT for any additional construction costs resulting from the delay and assumes
responsibility for maintaining the affected roadway during the delay period; and
WHEREAS, the City acknowledges the benefits of the Improvement for the residents
of Evanston and recognizes the necessity of entering into an intergovernmental agreement to
formalize the terms of the delay and associated financial responsibilities; and
WHEREAS, the City Council of the City of Evanston finds it to be in the best interest of
the City to enter into this intergovernmental agreement with IDOT to facilitate the Improvement
and ensure compliance with applicable regulations;
Page 1 of 9
31-R-25
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY
OF EVANSTON, COOK COUNTY, ILLINOIS:
SECTION 1: That the foregoing recitals are hereby found as fact and
incorporated herein by reference.
SECTION 2: That the City Manager is hereby authorized and directed to execute
the intergovernmental agreement with IDOT regarding the Central Street Roadway Improvement
Project, substantially in the form of the agreement attached hereto as Exhibit A, and to take all
actions necessary to implement its terms.
SECTION 3: That the City agrees to reimburse IDOT for any increase in material
and labor costs associated with the delay beyond the executed contract amount of $591,675.11,
as set forth in Exhibit A.
SECTION 4: That the City shall maintain the area of the Improvement, including
but not limited to, roadway pavement, sidewalks, parking lanes, and pavement markings for the
duration of the delay until IDOT issues the Notice to Proceed.
SECTION 5: That upon completion of the Improvement, the City shall assume
ongoing maintenance responsibilities for designated portions of the roadway, including parking
lanes, sidewalks, parkways, and storm sewer infrastructure as outlined in the agreement.
SECTION 6: That the City Clerk is hereby authorized and directed to attest to the
Mayor’s signature and retain a copy of this Resolution for official records.
SECTION 7: That this Resolution 31-R-25 shall be in full force and effect from
and after its passage and approval in the manner provided by law.
Page 2 of 9
Introduced: April 28, 2025
Adopted: April 28, 2025
Attest:
_______________________________
Stephanie Mendoza, City Clerk
31-R-25
Approved:
_______________________________
_______________________________
Daniel Biss, Mayor
Approved as to form:
______________________________
Alexandra Ruggie, Corporation Counsel
Page 3 of 9
Central Street
Ashland Avenue to Asbury Avenue
Cook County
Section No.: FAU 1301 23 OVERLAY
Agreement No.: JN-125-029
INTERGOVERNMENTAL AGREEMENT
This agreement entered into this day of _________________, A.D., 2025, by and
between the STATE OF ILLINOIS, acting by and through its DEPARTMENT OF
TRANSPORTATION hereinafter called the STATE, and the CITY of EVANSTON, a City of the
State of Illinois, hereinafter called the CITY.
WITNESSETH:
WHEREAS, the STATE and the CITY, in order to facilitate the free flow of traffic and
ensure safety to the motoring public, are desirous of improving the roadway pavement of
Central Street between Ashland Avenue and Asbury Lane within the CITY including the on-
street parking lanes, hereinafter referred to as the IMPROVEMENT; and
WHEREAS, the CITY has requested that the STATE delay its notice to proceed for the
IMPROVEMENT, Contract 62U80, in order to complete construction of a locally let stadium
improvement project and
WHEREAS, the STATE has agreed to the CITY’s request, provided that the CITY first
agree to reimburse the STATE for additional construction costs associated with delaying the
construction of the IMPROVEMENT; and
WHEREAS, the STATE has agreed to the CITY’s request, provided that the CITY
additionally agrees to maintain the area of the IMPROVEMENT for the duration of the delay;
and
Page 4 of 9
WHEREAS the CITY and the STATE are desirous of the IMPROVEMENT in that same will be
of immediate benefit to the CITY residents and permanent in nature; and
WHEREAS this Agreement is authorized and permitted by the terms of the Illinois Constitution
and by the terms of the Intergovernmental Cooperation Act (insert citation).
NOW, THEREFORE, in consideration of the mutual covenants contained herein, the
parties hereto agree as follows:
1. The STATE agrees to delay giving notice to proceed to the STATE’S Contractor (A
LAMP CONCRETE CONTRACTORS, INC) until a time when the CITY gives the
STATE a written Notice to Proceed with the IMPROVEMENT.
2. The CITY agrees to reimburse the STATE for One Hundred Percent (100%) of all
construction costs associated with the Construction of the IMPROVEMENT in excess of
the executed contract amount of $591,675.11 attached hereto as Exhibit C, which
excess costs are caused by material and labor increases due to the delay in the
STATE’s giving its Notice to Proceed with the IMPROVEMENT.
3. Upon execution of this Agreement, the CITY agrees to maintain or cause to be
maintained the entire area of the IMPROVEMENT including, without limitation, the
through lanes, parking lanes, sidewalk, and pavement markings for the entire duration
of the delay in STATE’s delivery of its Notice to Proceed and until such time as its
Notice to Proceed is actually given by the STATE to the STATE’s Contractor (A LAMP
CONCRETE CONTRACTORS, INC) to commence with construction of the
IMPROVEMENT.
-2-
Page 5 of 9
4. Upon completion of the IMPROVEMENT via Contract 62U80, and receipt of a final
invoice based on the contract bid price from the STATE, the CITY agrees to reimburse
the STATE 100% of its share of the actual construction cost of the IMPROVEMENT. It
is agreed that the CITY’S share of the IMPROVEMENT is any actual increases in the
materials and labor construction costs of the IMPROVEMENT which results in such
costs exceeding $591,675.11 as shown in Exhibit C.
5. Upon final field inspection of the IMPROVEMENT, the CITY agrees to maintain or cause
to be maintained those portions of the IMPROVEMENT which are not maintained by the
STATE, including parking lanes and their adjacent curb and gutter, new and existing
sidewalks, parkways, crosswalk and stop line markings, CITY owned utilities including
appurtenances thereto and shall maintain the storm sewers and appurtenances by
performing those functions necessary to keep the sewer in a serviceable condition
including cleaning sewer lines, inlets, manholes, and catch basins along with the repair
or replacement of inlet, manhole and catch basins’ frames, grates or lids. The
maintenance, repair and/or reconstruction of storm sewers constructed as part of this
improvement beyond the aforedescribed responsibilities shall be that of the STATE.
The CITY agrees to inspect stop line markings, symbols, special pavement treatments,
crosswalks and replace them as necessary to insure proper motorist and pedestrian
guidance.
6. The CITY further agrees to continue its existing maintenance responsibilities on all side
road approaches under its jurisdiction within the limits of the IMPROVEMENT, including
all left and right turn lanes on said side road approaches, up to the through edge of
pavement of Central Street. Drainage facilities, if any, at the aforementioned side roads
-3-
Page 6 of 9
located within the STATE right-of-way shall be the joint maintenance responsibility of
the STATE and the CITY unless there is an agreement hereafter entered into specifying
different responsibilities.
7. The CITY agrees to comply with all applicable Executive Orders and Federal Highway
laws and regulations as required by the Equal Employment Opportunity and non-
discrimination regulations of the Illinois Department of Transportation.
REMAINDER OF PAGE INTENTIONALLY LEFT BLANK
SEE NEXT PAGE FOR SIGNATURES
-4-
Page 7 of 9
Obligations of the STATE and the CITY will cease immediately without penalty or further
payment being required if, in any fiscal year, the Illinois General Assembly or Federal
funding source fails to appropriate or otherwise make available funds for this Agreement, or
the construction contract attached hereto.
This Agreement shall be binding upon and to the benefit of the parties hereto, their
successors and assigns and hereby incorporates all other prior or contemporaneous
agreements, letters, or communications between the parties regarding the subject matter of
this Agreement.
CITY OF EVANSTON
By: ___________________________
(Signature)
Attest:
By: ___________________________
(Print or Type)
___________________________
Title: __________________________Clerk
Date: _________________________
(SEAL)
STATE OF ILLINOIS
DEPARTMENT OF TRANSPORTATION
By: ____________________________
Jose Rios, P.E.
Region One Engineer
Date: _________________________
-5-
Page 8 of 9
TIN CERTIFICATION
The CITY certifies that:
1. The number shown on this form is the CITY’s correct taxpayer identification number (or
the CITY) is waiting for a number to be issued to them), and
2. The CITY is not subject to backup withholding because: (a)the CITY is exempt from
backup withholding, or (b) the CITY has not been notified by the Internal Revenue
Service (IRS) that the CITY is subject to backup withholding as a result of a failure to
report all interest or dividends, or (c) the IRS has notified me that the CITY no longer
subject to back-up withholding , and
3. The CITY’s person with signatory authority for this AGREEMENT is a U. S. person
(including a U.S. resident alien)
Taxpayer Identification Number ______________________________:
Legal Status
___ Individual _X_ Government
___ Sole Proprietor ___ Nonresident Alien
___ Estate or Trust___Partnership/Legal Corporation
___ Tax-exempt ___ Pharmacy (Non Corp.)
___ Corporation providing or billing
medical and/or health care services
___ Pharmacy/Funeral home /Cemetery
___ Corporation NOT providing or billing
medical and/or health care services
Limited Liability Company (select___
applicable tax classification)
___ □ D= Disregarded entityOther ________________
□ C= Corporation
□ P= Partnership
-6-
Page 9 of 9