Loading...
HomeMy WebLinkAbout01-182 Resolution No. 01-182 RESOLUTION AUTHORIZING EXECUTION OF AN INTERGOVERNMENTAL AGREEMENT WITH THE COUNTY OF KANE FOR THE MCLEAN BOULEVARD WIDENING PROJECT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS, that Joyce A. Parker, City Manager, and Dolonna Mecum, City Clerk, be and are hereby authorized and directed to execute an Intergovernmental Agreement on behalf of the City of Elgin with the County of Kane for the McLean Boulevard widening project, a copy of which is attached hereto and made a part hereof by reference . s/ Ed Schock Ed Schock, Mayor Presented: June 27, 2001 Adopted: June 27, 2001 Omnibus Vote: Yeas : 7 Nays : 0 Recorded: Attest : s/ Dolonna Mecum Dolonna Mecum, City Clerk KANE COUNTY DIVISION of TRANSPORTATION Jeffrey S. Dailey, P.E. 41W011 Burlington Road ............... Director of Transportation . .. c................. St. Charles, IL 60175 County Engineer c;4. .....***..•••••••• c)4,\ Phone: (630) 584-1170 5 , i ORGANIZED .. s : Fax: (630) 584-5265 ,....) •...t%,...:4N.16,00," 4,1 -.et,,,ILINto: DATE: July 24, 2001 TO: Joe Evers City of Elgin 150 Dexter Court Elgin, IL 60120 FROM: % --. Paul Rogowski, eputy Director SUBJECT: McLean Boulevard 1 —Executed Intergovernmental Agreement for above-named subject 1 —Copy of Kane County Resolution No. 01-254 TRANSMITTED FOR: (X ) YOUR INFORMATION AND FILE ( ) YOUR APPROVAL AND/OR CORRECTION ( ) AS REQUESTED ( ) SEE BELOW REMARKS: Tpg2aT (D JUL 2 5 2001 CITY OF ELGIN ENGINEERING DEPT. STATE OF ILLINOIS COUNTY OF KANE RESOLUTION NO. 01 - G,25 APPROVING AN INTERGOVERNMENTAL AGREEMENT BETWEEN THE COUNTY OF KANE AND THE CITY OF ELGIN FOR MCLEAN BOULEVARD IMPROVEMENTS WHEREAS, the Illinois Constitution of 1970, Article VII, Section 10 and 5 ILCS 220/1 et seq. authorizes the County of Kane and the City of Elgin to cooperate in the performance of their respective duties and responsibilities by contract and other agreements; and WHEREAS, the City of Elgin and the County of Kane desire to improve McLean Boulevard between Spartan and Hopps Road (Spring Street) within their respective adjacent jurisdictions; and WHEREAS, the City and County have entered into an existing agreement to cooperate in the development and completion of a Phase I engineering study for the reconstruction of McLean Boulevard between Spartan and Hopps Road (Spring Street) under Kane County Resolution No. 98-205; and WHEREAS, the City and the County desire to continue to improve McLean Boulevard by developing responsibilities of each entity for the final design, right-of-way, and construction phases of the project; and WHEREAS, the County and the City desire to perform these responsibilities as contemplated in that it will be of immediate benefit to the citizens of the County of Kane in that it shall facilitate the safe and efficient movement of traffic and shall provide for the safety of the motoring public and shall be permanent in nature. NOW, THEREFORE, BE IT RESOLVED by the Kane County Board that the Chairman thereof is hereby authorized to execute an intergovernmental agreement with the City of Elgin for McLean Boulevard improvements. BE IT FURTHER RESOLVED that the Kane County Board authorize the Chairman thereof to appropriate an amount not to exceed Three Hundred Thousand Dollars ($300,000.00) to pay for said services from Local Option Tax Fund # 035, Line Item #50-13. Passed by the Kane County Board on July 10, 2001. C erk, County Board / Chairmen, County Boars Kane County, Illinois Kane County, Illinois Vote: STATE OF ILLINOIS . 1;j ?U _. Yes 5 COUNTY OF KANE DATE T w U No __ �__::f,,BeEnadine C.Murphy,Kane County Clerk and Keeper of the Records in Kane County,Illinois do 7 M C L N E LG.4 L H hereby'ceitify that'tpe attached is a true and correct copy of the original record on file. In witness thereof,I have hereunto set my hand and affixed the Seal of the County of Kane at my office in Genevvaa,o Illinois.• Bernadine C.Murphy,Kane County Clerk INTERGOVERNMENTAL AGREEMENT FOR THE MCLEAN BOULEVARD WIDENING PROJECT This Agreement entered into this /0 day of Ji4)ti 2001 by and between the County of Kane (hereinafter the "County"), a body corporate anti politic of the State of Illinois and the City of Elgin (hereinafter the "City"), a municipal corporation of the State of Illinois. WITNESSETH WHEREAS, the Illinois Constitution of 1970, Article VII, Section 10 and 5 ILCS 220/1 et seq. authorizes the County and the City to cooperate in the performance of their respective duties and responsibilities by contract and other agreements; and, WHEREAS, the City and County desire to improve McLean Boulevard between Spartan Drive and Hopps Road (Spring Street) within their respective adjacent jurisdictions; and, WHEREAS, the City and County have entered into an existing agreement to cooperate in the development and completion of a Phase I engineering study for the reconstruction of McLean Boulevard between Spartan Drive and Hopps Road (Spring Street) under Kane County Resolution No. 98-205; and, WHEREAS, the City and the County desire to continue to improve McLean Boulevard by developing responsibilities of each entity for the final design, right of way, and construction phases of the project; and, WHEREAS, the County and the City desire to perform these responsibilities as contemplated in that it shall be of immediate benefit to the citizens of the County of Kane in that it shall facilitate the safe and efficient movement of traffic and shall provide for the safety of the motoring public and shall be permanent in nature. NOW, THEREFORE, in consideration of the above preambles and the mutual promises and covenants as contained herein and for other good and valuable consideration the sufficiency of which is agreed to by the parties hereto, both the County and the City covenant, agree and bind themselves as follows: A. The "Project" is all work required for the 4 lane widening of McLean Boulevard from approximately 400 feet north of the centerline of Spartan Drive to 350 feet south of Sunbury. There shall be two sections defined for the implementation of design, right of way, and construction. Section A is approximately 700 feet north of the centerline of Bowes Road to approximately 400 feet north of the centerline of Spartan Drive. Section B is from approximately 700 feet north of the centerline of Bowes Road to approximately 350 feet south of the centerline of Sunbury. See Attachment A. B. The City and County shall pay 50% of local share for Phase II design services for the entire Project above any Federal contribution. Federal money has been committed at the time of this agreement in the amount of $250,000. Therefore, the City and County shall divide equally the local share of any expense of design over $250,000. Final design costs are estimated to be $575,000. Local share is any expense above the federal participation of funds. Should the City decide to design using their own monies for Phase II and opt out of the federal process, the City would not be eligible for any federal contribution for the Phase II design services. C. The City is to be the"lead agency" for the design, land acquisition, construction and construction management of the "Project". The County shall be responsible for the selection of the consulting design engineer. The City shall execute an agreement with a mutually agreed consulting design engineering firm within 30 days of the selection. It is understood that the City may opt out of the Federal process and bid Section A of the improvements separately. In the event of such opting out, the City would still complete the management of the design services agreement including Section B. The City shall submit a letter in writing to the County, prior to the advertisement of bid, indicating to exercise their option to be removed from the Federal process. The City shall pay the consultant performing the design services for the County's portion of costs. The County shall reimburse the City within 30 days of the approved invoice for the consulted design services. A maximum of one invoice per month shall be submitted. All decisions pertaining to the design of Section A shall be by the City. All decisions of design relating to Section B shall be by the County. D. The City is to bid and manage the construction of the entire Project. However if the City opts out of the Federal process and decides to fund Section A entirely with local funds, the City shall only be responsible for bidding and managing the Construction of Section A. In that event, the County shall be responsible for bidding and managing Section B. If the Project is bid as one project, the City shall execute an agreement with a mutually agreed to consultant for full time construction management services within 30 days from the selection or prior to the award of the construction contract, whichever is later. The County shall be responsible for the selection of the consulting construction management engineer. The County has the right to review and approve any and all bids/proposals prior to its award of the construction contract if the entire Project is bid as one bid. E. The City shall be responsible to obtain and pay for all right of way necessary to construct Section A. The County shall be responsible to obtain and pay for all right of way for Section B except as stated in F below. F. The City shall pay for all costs to design and obtain right of way north of the centerline of Bowes Road. If the City chooses to construct the improvements outside of the Federal process, the City shall be responsible for all costs associated within Section A. If the Project is bid and awarded as one construction project (federal process with approximately 2.7 allocated to Section A), the city shall be responsible for the costs of items and quantities associated with the entire intersection improvement including the southern leg to the end of the taper and east and west legs of Bowes Road. The City shall reimburse the County within 30 days from the notice of the payment request. G. The total "Project" estimate of cost is $12,458,783 (estimate of cost as determined by Pavia-Marting January 2, 2001, Attachment B), which includes Phase II Design, Land Acquisition, Construction, and Construction Management. Federal funds available for construction are anticipated to be approximately $3 million. The County, City, and State shall be responsible for all costs within their own jurisdiction (see Attachment A). H. The County also may opt out of the Federal process. The County shall be responsible for any Phase II costs up to the date of the"Notice of Cancellation"written to the City for cancellation of Section B design services. I. The County may phase their construction to construct less than the area of construction as depicted by Attachment A of the total Section B. J. The County and the City acknowledge that the provisions of this Agreement do not in any way modify, amend, or relieve the City of any of its duties, responsibilities, or obligations to the County pursuant to the terms of any other traffic signal maintenance agreement(s). K. This agreement shall be effective upon approval by the respective legislative bodies of the County and the City. L. The failure of either party hereto, at any time, to insist upon performance or observation of any term, covenant, agreement, or condition contained herein shall not in any manner be construed as waiver of any right to enforce any term, covenant, agreement, or condition herein contained. M. This agreement shall inure to the benefit of the parties hereto successors and assigns. Dated at Geneva, Illinois this le' day ofJU/y , 2001 . ATTEST: COUNTY OF KANE i By im`- B z: � � G : ounty Clerk, Kane County 1 Chai an, Kane Cou tyand • CITY OF ELGIN ATTEST: By: By: aP44-4__NexA.4.4--- ity anager, City of Elgin City Clerk ElginMcLean060701 ElginsFinal r ATTACHMENT A Scope of Work 4-i rg me NT o A cc . '-• a_ is) CC SPARTAN DRa- G 0 CENTERLINEQ Z N z cn H (.3 /-- ❑ Q Z J W W COLLEGE GREEN DR, W Z 1.1._ 0OO 0 UI— O TORREY PINES DR. 0 0 > W a- U) 0 H 1--I O U) = p' I--- 4:::E CRISPIN DR. H = -Jz � m � 0_ e0 >---- - _ - __-_ E ____ BOWES RD. _CENTERLINE _ a ^ z / CENTERLINE U S U U ---) Q LW . O I— DR, n Q >- I'-- 'DR. . z D U] 0 -15.1[ F- U r--, 00 Z 2 W W W Z Z Z O ❑ Q O U Y SANDHURST LN. O U ❑ ST. W Cl- U) ❑ CO HDPPS RD. CENTERLINE -•-•-•-•-•-•—•-•-•-•-•-•-•-•-• SPRING ST, 1 o W J I— J Q H I--- x V-' CENTERLINE 0 = 1 0 SUNBURY RD. •-•-•-•- NTERLI E I I� Q C QC1U 1 V a IKaI"IHDVZZV .&��Lc��J� �� ' �� »" �x ` k�°~~�� / B. | " 3. RECONSTRUCTION without BIKE PATH and SIDEWALK ON ONE SIDE ONLY (Option 3) ` ~ � PROJECT COST � TOTAL State ofUUnois South Elgin PROJECT U Item � Section Section • Elgin Section CO8T CONSTRUCTION COST (Incl. Contingency) $1.019.422.45 $4.898.361.08 $4.830.683.33 $10.749.346.86 � — R.[).yV. Cost $35,250.00 $91,502.50 $184.925.00 $311.677.50 Phase II (Design P.S.E.) $52.233.62 $244.8G8�O5 $241,528.16 $538.728�83 , Phase III (Construction Inspection) $52.233.62 $244868.05 $241.528.16 5538.729.83 � �� . � � TOTALS $1.159.139.69 $5,480,799.68 ''��Q�S8 S498.S44.G5 $12.138.484.02^` NOTE..: Under this option, if the existing roadway materials are removed and used |nthe embankment, � the cost would be reduced by approximately $135,100, thereby, reducing the cost for Option 4 from $9.688.935.50 to $9.653.835.50. The cost can be divided proportionately across each section. ~ 4. RECONSTRUCTION with BIKE PATH and SIDEWALK ON ONE SIDE ONLY (Option 4) PROJECT COST � • TOTAL State ofSouth Elgin . PROJECT Item Section 'Section BQinGeotipn COST � - � CONSTRUCTION COST (Incl. Contingency) $1.039.371.12 $5,025,787.93 $4.800.581.83 $10.865.720.88 � R.O.NiCost $99,960.75 $162,370.00 $258,093.00 s620.423.75 � Phase II (Desin P.S.E.) $56,966.60 $259.407.90 $257.932.74 $574,307.24 � Phase III (Construction � Inspection) $56.966.60 $259.407.90 $257.932.74 $574.307.24 � TOTALS ��°51�263^�G5l)7. �if$5.706,973.73 _ $5.G7452O�31 &12j534.759]1 � . � NOTE..: Under this ootion, if the existing roadway materials are removed and used in the embankment, the cost would be reduced by approximately $1 351 00, thereby, reducing the cost for Option 3 from $10.038.126.45to59.901.026.45. The cost can be divided proportionately across each section . Page 3 of 15 OF `. AAgenda Item No. City of Elgin Pn 'W�l_ AarEOFeR E t!k L up! �1 �up! ! �. I �/ O: June 8 , 2001 G I ' low ��� � l:V.l111 N flit► 1IA � FINANCIALLY STABLE CITYGOVERNMENT EFFKIENT SERVKES, TO: Mayor and Members of the City Council AND QUALITY INFRASTRUCTURE FROM: Joyce A. Parker, City Manager SUBJECT: Final Engineering (Phase II) for South McLean Boulevard Reconstruction PURPOSE The purpose of this memorandum is to provide the Mayor and members of the City Council with information to consider the acceptance of an intergovernmental agreement with Kane County and an engineering services agreement with URS, Inc . for the final engineering (Phase II) of South McLean Boulevard. BACKGROUND The City and the County have been cooperating in an effort to reconstruct South McLean Boulevard from Spartan Drive to Hopps Road. The City has jurisdiction over the Spartan Drive to Bowes Road portion. For several years this project has been included within the Surface Transportation Program (STP) for funding participation from the Federal government . Unfortunately, this project is currently estimated much higher than originally figured and, because of the City' s golf course project, needs an accelerated construction schedule . Both the City' s and the County' s portions of the project are now estimated at nearly twice the cost anticipated when the respective agencies applied to the STP. The current construction schedule for the project, per the STP, has work starting in 2003 , which coincides with the opening of the golf course . Staff is attempting to move the construction start up to 2002 such that the project may be substantially complete by the opening of the golf course . The loss in golf course revenues is projected to be severe if this is not accomplished. F South McLean Boulevard Reconstruction June 8 , 2001 Page 2 The attached intergovernmental agreement and the engineering services agreement are set up to satisfy the Illinois Department of Transportation and the Federal regulators and to accelerate the final engineering so as to be ready to bid in early 2002 . The agreements have been structured to allow the flexibility to utilize City and County funds only because to include the Federal process would delay the start of the engineering until December. The flexibility is there to allow for the possibility that the respective staffs can convince the Federal regulators to reimburse the City and County after the fact, or to convince the Federal regulators to allow their funds budgeted for engineering to be applied to the construction. Because of the Federal rules and regulations, it may prove impossible to start construction in 2002 AND use Federal funding. If the entire project is designed and Federal funding proves impossible, staff will utilize the plans and bid documents completed by URS, Inc . with modifications to suit the City' s timing but at entirely the City' s cost . The use of the County' s selected engineer not only shortens the time frame for initiating final engineering but the selected engineer is an Illinois Department of Transportation approved firm using an IDOT approved format for an engineering services agreement . The County had selected an engineer for the Phase II engineering but, due to workloads, cannot focus their efforts on the subject project as well as the City. It is in the best interest of the City to take over the engineering and see that the entire project is completed, thereby offering an alternative access to the new golf course . A greater value to the City may be seen if the County completes their proposed Sterns Road/River bridge . Right-of-way acquisition has not been considered as of yet, but if it, too, should prove too cumbersome under the Federal process, staff feels a modified reconstruction can be completed with little or no acquisitions . Staff desires to continue the engineering under the STP, thereby leaving open the option of using Federal funding. Staff will continue to work diligently to have the project ready to bid in early 2002 as well as continue efforts to secure the Federal funding. COMMUNITY GROUPS/INTERESTED PERSONS CONTACTED rft. None . .. . South McLean Boulevard Reconstruction June 8 , 2001 Page 3 FINANCIAL IMPACT The engineering services agreement with URS, Inc . is in a not-to - exceed amount of $527, 991 for both the City' s and the County' s portions of South McLean Boulevard. In accordance with the intergovernmental agreement with Kane County, the City' s portion of this is $263 , 995 . 50 , with the other half to be reimbursed to the City from Kane County. If this engineering can be considered under the Federal process, the City' s portion will be further reduced by 50% ($131 , 997 . 75) . The current funding for this project is as follows : Account #275-0000-791 . 93-80, Project #339574 , 1998 $137, 000 Account #275-0000-791 . 93-80, Project #339574 , 1999 $ 87 , 443 Total $224 , 443 The shortfall of $39, 552 may be made up with excess funds from the PI k Hopps Road Reconstruction project (account number 275-0000-791 . 93- 80, project number 339613) . V\A1917i - L GAL IMPACT The agreements are still under review by the Legal Department . ALTERNATIVES None . RECOMMENDATION It is recommended that the City Council authorize the City Manager to execute the intergovernmental agreement with Kane County and the Engineering Services Agreement with URS, Inc . in the amount of $520, 000 . (;) R ectfully submitted, J ct7trker City Manager ?Pk JE:do Attachments