Loading...
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