Loading...
HomeMy WebLinkAbout12-90 r r 1 J r • , Resolution No. 12-90 RESOLUTION AUTHORIZING EXECUTION OF A REIMBURSEMENT AGREEMENT WITH THE COUNTY OF COOK FOR 2006 RECONSTRUCTION OF CONGDON AVENUE BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN,ILLINOIS,that David J. Kaptain, Mayor, and Kimberly A. Dewis, City Clerk, be and are hereby authorized and directed to execute a reimbursement agreement with the County of Cook on behalf of the City of Elgin for 2006 reconstruction of Congdon Avenue in connection with the Shoe Factory Road,Kane County Line to Prestbury Drive Project,a copy of which is attached hereto and made a part hereof by reference. s/David J. Kaptain David J. Kaptain, Mayor Presented: May 9, 2012 Adopted: May 9, 2012 Omnibus Vote: Yeas: 6 Nays: 0 Attest: s/Kimberly Dewis Kimberly Dewis, City Clerk 1 REIMBURSEMENT AGREEMENT THE COUNTY OF COOK SHOE FACTORY ROAD Kane County Line to Prestbury Drive CITY OF ELGIN Section: 03-A6201-01-FP This REIMBURSEMENT AGREEMENT, made and entered into by and between the COUNTY OF COOK, a body politic and corporate of the State of Illinois, hereinafter called "COUNTY", and the CITY OF ELGIN, a municipal corporation and corporate in the State of Illinois, hereinafter called "CITY'. WITNESSETH WHEREAS, the COUNTY is desirous of improving Shoe Factory Road, Kane County Line to Prestbury Drive and has undertaken design of an improvement of said road segment identified as County Section: 03-A6201-01-FP (hereinafter PROJECT); WHEREAS, the CITY has requested that the COUNTY include in its PROJECT the removal of existing sidewalk (not impacted by construction) and, in its place, construction of a bike path and street lights; WHEREAS, the CITY has requested that the COUNTY include in its PROJECT the installation of concrete driveways in lieu of asphalt driveways; and, WHEREAS, it is in the mutual best interest of the parties hereto to delineate the terms and responsibilities regarding the extent of CITY work and the sharing of costs associated with the PROJECT. NOW,THEREFORE, in consideration of the mutual covenants contained herein,the above recitals and other good and valuable considerations, the parties hereto agree as follows: 1. The CITY shall: a. supply the COUNTY with the alignment/location of a new 10 ft.wide bike path along the north side of Shoe Factory Road from Indian Drive east to the end of the PROJECT and connect to an existing bike path at the east CITY limits, to be constructed as part of the PROJECT; b. supply the COUNTY with street lighting plans and specifications for inclusion in COUNTY's plans; c. pay to COUNTY one hundred (100%) percent of the costs for approximately 3,950 feet of bituminous bike path (10 feet wide) included in the PROJECT (estimated CITY cost $131,448.93) and said cost shall include but is not limited to all items associated with the construction of said bike path as listed on the attached EXHIBIT A; d. pay to COUNTY one hundred (100%)percent of the construction costs for the new CITY street lighting system (estimated CITY cost$252,214.10)and said cost shall include but is not limited to all items associated with said street lighting as listed on the attached EXHIBIT B; 1 SHOE FACTORY ROAD -2- Kane County Line to Prestbury Drive Section: 03-A6201-01-FP e. pay to COUNTY one hundred (100%)percent of the costs for relocation of existing CITY infrastructure in conflict with PROJECT and any new CITY infrastructure included in the PROJECT(estimated CITY cost$56,720.00),said cost shall include but is not limited to the items listed on the attached EXHIBIT A; f. pay to COUNTY one hundred (100%) percent of the differential cost between the concrete driveways and asphalt driveways replaced as part of the PROJECT at locations requested by the CITY(estimated differential cost$33,696.28);and, pay to COUNTY fifty(50%)percent of the driveway force account cost for concrete versus asphalt(estimated CITY share $6,639.71), estimated total CITY cost$40,335.99; g. pay its obligations to the COUNTY(estimated$480,719.02)for CITY street lighting, bike path and driveways, as specified in 1.c., 1.d., 1.e. and 1.f., preceding, to be paid within ninety(90)days following receipt of invoice from the COUNTY following execution of this Agreement. Payment to the COUNTY shall be by check payable to the Treasurer of Cook County, for deposit into the COUNTY's Motor Fuel Tax Account 600-600 and identified as Section: 03-A6201-01-FP, mailed directly to the Superintendent of Highways; h. own, operate and maintain street lights, bike path, sanitary sewer and water main installed/improved as part of the PROJECT, including cost of electrical energy supply for the street lighting; i. allow the COUNTY access to its municipal storm sewer along Preston Avenue for construction of a storm sewer manhole and 16" storm sewer connection for the purpose of draining Shoe Factory Road right-of-way;and,further allow the COUNTY access to Shoe Factory Road right-of-way(west of the Kane/Cook County Line)to construct, own, operate and maintain a 16" dia. main drain storm sewer along the south parkway, as shown on the attached plan EXHIBIT C; j. own, operate and maintain the storm sewer manhole constructed on its municipal storm sewer along Preston Avenue and retain the right to construct additional storm drain connections to the 16" main drain storm sewer along Shoe Factory Road,for parkway drainage at a future date; and, k. coordinate and control public notification of the PROJECT scope, timing and duration. 2. The COUNTY shall: a. add to the PROJECT CITY/COUNTY approved street lighting construction plans, provisions for the bike path, including sidewalk removal; b. advertise, receive bids, award, construct the improvement in accordance with the approved plans, supervise construction and fund construction and construction engineering of the PROJECT (estimated $3,750,000.00); c. pay for one hundred (100%) percent of the costs to replace existing sidewalks which interfere with construction; SHOE FACTORY ROAD -3- Kane County Line to Prestbury Drive Section: 03-A6201-01-FP d. replace existing asphalt sidewalk extensions with concrete sidewalk at intersections and install new sidewalk at the southeast corner of the intersection at Blackhawk Drive, all at no expense to the CITY; e. replace existing asphalt driveways with concrete at locations specified by the CITY, and the differential cost for said driveways shall be at CITY expense as specified in 1.f. hereinbefore; f. permit the CITY to observe all CITY infrastructure construction, address concerns expressed by the CITY regarding said construction and have the CITY participate in the final inspection of said CITY infrastructure; g. own,operate and maintain the storm sewers, curb and gutter, roadway pavements, regulatory signs, landscaping, right of way and street appurtenances identified in the plans along Shoe Factory Road (east of the Kane/Cook County Line) and constructed as part of the PROJECT; h. own, operate and maintain the 16"dia. main drain storm sewer along Shoe Factory Road installed as part of the PROJECT, excluding the manhole constructed on the CITY storm sewer for connection of same along Preston Avenue, as shown on the attached plan EXHIBIT C; i. bill the CITY for their share of the costs for new bike path, including removal of existing sidewalk not impacted by construction, new CITY street lighting system, driveways and new/relocation of CITY infrastructure, as specified in 1.c., 1.d., 1.e., 1.f. and 1.g., hereinbefore; and, j. provide the CITY with as-built drawings of the storm sewer and the street lighting conduit prior to final payment from the CITY. 3. This Agreement shall serve in lieu of a separate COUNTY Highway Permit for the sidewalk, bike path, street lighting and/or CITY utilities installed or improved as part of the PROJECT; and, by execution of this Agreement, the CITY shall be bound to the general terms for COUNTY Highway Permits as they exist the date of execution of this Agreement by the COUNTY. (Signature Page Follows) SHOE FACTORY ROAD -4- Kane County Line to Prestbury Drive Section: 03-A6201-01-FP This Agreement shall be binding upon and inure to the benefit of the parties hereto,their successors and assigns. IN WITNESS WHEREOF, the COUNTY and CITY have caused this Agreement to be executed by their respective officials on the dates as shown. EXECUTED BY COUNTY: EXECUTED BY CITY OF ELGIN: BY: 44%ALToni Preckwinkle David President, Its Board of Mayor County Commissioners This day of , 2012. This 9th day of May , 2012. ATTEST:4 U _,� '•..••` � ATTEST: .......... ......... � County Clerk V: OR85 FwMiHiS .: . :_ (SEAL) . . -A n RECOMMENDED BY: APPROVED AS TO FORM: Anita Alvarez, State's Attorney BY: Superintendent of Highways Assistant State's Attorney t EXHIBIT A Shoe Factory Road Kane County Line to Prestbury Drive Section: 03-A6201-01-FP City of Elgin Bike Path Quantities Pay Item Quantities Unit Sidewalk Removal 18,043 Sq. Ft. Earth Excavation 585 Cu. Yd. Aggregate Base Course, Type B (6 In.) 5,909 Sq. Yd. Bituminous Concrete Binder Course, 518 Ton Superpave, IL-19.0, N50 Bituminous Concrete Surface Course, Mix "D", Superpave, IL 12.5 or 6.5, N50 354 Ton Hydrant Relocate 1 Lump Sum City of Elgin Infrastructure Quantities Adjusting Sanitary Sewers, 8 In. Dia. Or Less 30 Foot Adjusting Water Service Line 26 Foot Valve Vaults, Type A, 4 Ft. Dia. With Frames and Grates 1 Each Valve Vaults, Type A, 5 Ft. Dia. With Frames and Grates 7 Each Water Main, 8 In. 39 Foot Water Main, 12 In. 15 Foot Exploration Trench (52 In. Depth) 100 Foot Water Main Adjustment, 8 In. DIP 95 Foot H:\Transportation&Planning\Planning\AGREEMENTS\4-INTGOVT-REIMB-LOA\A6201-01-FP Elgin reimb agrm.doc CITY OF ELGIN CONGDON AVE./SHOE FACTORY RD. LIGHTING CBBEL PROJECT NO. 05-269 Engineer's Opinion of Probable Construction Cost _ Code No. Description Unit Quantity 20101350 TREE PRUNNING(OVER 10 INCH DIAMETER) EACH 7 25200650 SODDING,SALT TOLERANT(SPECIAL) SO YD 90 80400100 ELECTRIC SERVICE INSTALLATION EACH 2 80700140 GROUND ROD,5/8"DIA.x 10FT. EACH 50 81000700 CONDUIT IN TRENCH,2 1/2'DIA.GALVANIZED STEEL FOOT 825 81018600 CONDUIT PUSHED,21/2'DIA.GALVANIZED STEEL FOOT 365 81400400 CONCRETE HANDHOLE EACH , 2 • 81500200 TRENCH AM)BACKFILL FOR ELECTRICAL WORK FOOT 6000 81601230 UNIT DUCT BORED AND PULLED,1 1/4",4/C 06 XLP3 1/C iS GND FOOT 1100 81601235 UNIT DUCT IN TRENCH.1 1/4",4/C 06 XLP6 1/C#6 GND FOOT 6500 82102250 LUMINAIRE,METAL HALIDE.HORIZONTAL MOUNT,250W EACH 44 82500530 LIGHTING CONTROLLER CB-RCS-100A-240V EACH 2 83001400 LIGHT POLE,ALUMINUM,35 FT.M.H.,10 FT.DAVIT ARM EACH 44 83600200 LIGHTPOLE FOUNDATION,24"DIAMETER FOOT 352 83600215 LI( HTPOLE FOUNDATION,24"DIAMETER,OFFSET FOOT 54 83800105 BREAKAWAY DEVICE,TRANSFORMER BASE,11.5"BOLT CIRCLE EACH 44 84200500 REMOVAL OF EXISTING LIGHTING UNIT,SALVAGE 4 EACH '2 84200700 LIGHTING FOUNDATION REMOVAL EACH 2 EXHIBIT B N:\ELG IN\05269\Mech\Spread she ets\Congdon-CostEstimate(07.25.05).xls DATE PRINTED:8/30/2005 i' iv 11-_ HIM 801.10 T/P T96.05(8"DIP)N,S MH VV RIM 804.48 INV 798.08(15"RCP1W I ill RIM 800.10 . ' INV 797.48(12"CLAM I r<y _ T/P 796.35(6"DIP)N,S - • INV 797.48(12"CLAY)S I I _I, _ VALVE BOX . T 802.01 RIM 79'3.93 I I RIM E799.43 • 796.46(6")IPN(,S T/P 796.03(8"OIP)E,W,S I l I I INV T9T.58(8"DIP)W A 802.48 DV/ 7gg99.77 � I Y' II I TELEPHONE MH / 798A8W'PVCN! I 792 47(2-10'CLA IPIS I i° LI I VV C8 FUNV RIM 800.12 10 -GAS VAULT R 804.46 T/P 795.77(12'T)IP)E,W INV 79T.21(8"DIP)E,SE ( VALVE BO TREE ROOT PRUNING TELEPHONE DUCT ,0 CAS VALVE VALVE BOX GAS VALVE j‘ G.Or VALVE TEL . • E CABLE + BOX I 1 B-80X TREE ROOT PRUNING 10 y _ ,__-�—� -_� iy��i1►id. ._.r a�� I f I .;� I I I i i I I 1 I J N - , 1 ,•--- ,W Will ■!;(eill■i — >l_ .■_ .L� .ems -r:_— '—� • V� o '. --47.......-....--7 � j i1 IT— I I I y`Iiggil 2=1"i! ;gm ;I: I - , i, I I I i , L:.,I r ; v INLET e 1 RIM 79977 8-BOX ' 200' RIM 798.39 I y 'II I /GIRT 796.27 © I$0'-16•DIP Q 0,33Y. © I< INV 795.79(8"CLAYME rr-II' mI■ (FULL OF DIRT) 51.0 c tbfi y RDA 799.54 y INV T95.54(8"CLAY)NW I I II I WATER SERVI INV T93.54(12"CLAY)N I y it INLET INV 793 544(5CCLAYSS I I I II I RDA 79826 (FOR 9 HOUSI [NV 796.48(B"CLAY*1W 175'-16'DIP Q 0.33% CONSTRUCT MH TYPE A (48') �I I I aI 1 52.0 cytbt 6'SANITARY OVER EXIST.STORM SEWER I I I 7'CURB AND GUTTER REPLACEMENT TO VERIFY Li PARKWAY RESTORATION (9 HOUSES)PI PAVEMENT REPLACEMENT '' I 20'- 8'DIP WITH 4'TOPSOIL AND SOD (TYP) CONSTRUCTIO 88 sq.yd. I II WATERMAIN ADJUSTMENT 536 sq.yd. ;TING/PROPOSED _�1 i To Ilo- -- I; Tic. II I VALVE BOX NOT A A / \ 1AR AR STA.15+14.50 (27'R) STA.16+90 ((j F&G 26'R) STA.18+70 (% F&G 26'R) A-48-1C % RIM 798.85 +/- A-48-1C 1C R �BR - rn INV.793.54 (15" N&S) RIM 799.8 RIM 799.8 (FLUSH W/SIDEWAUC TYP RI • O -i "I n IV r .. _ 1 r--r----------- I .1 I \� 3 ► Ro STORM SEW -I '■! - ___ v I I I Il , ADJ I 1 - --- -- -I1 I --- REMOVE 24'S �' a V ---- =eT •- 1riI --2.D cy#b1- ■ I- AmpI MH �• RIM0800.92 I I I I 1 ADJ 11 II 11 I .85 RNV 894.55(]0")N.E,W INVERT w, _ I INV 792.47(10"CLAYIW II II II /- MR RIM 804.93 INV 792.57(10"CLAYINE NOTES. I 11 I VV INV 801 43(15"RCP,,,, 1.ALL OFFSETS AND ELEVATIONS TO CURB LINE STRUCTURES I�I II I' "�I T PT98.71(12"DIP)N.s INV 801.23(24'ROD) ARE GIVEN TO THE EDGE OF PAVEMENT.ALL OTHER OFFSETS MN RIM 804. ARE GIVEN TO THE CENTER OF THE STRUCTURE. EXISTING INV BOO. INV 800. 2.PLUG ABANDONED INVERTS WITH CLASS SI CONCRETE OR INV 800. BRICK AND MORTAR TO THE SATISFACTION OF THE ENGINEER. (THIS WORK SHALL BE INCIDENTAL TO THE STORM SEWER REMOVAL) PROPOSED 8C 3.CONTRACTOR TO VERIFY THE LOCATIONS AND ELEVATIONS OF DIP WATERMA Z Z EXISTING WATER & SANITARY SEWER SERVICES PRIOR TO START OF CONSTRUCTION DID O;O HIAWATHA AVE U 1 1 11 1 40'-!2'DIP c 1.00% 3C Z YO I II if 1 1.0 cytbf p 83'-16'DIP c 1.00% +1 11 V © © A © I 1 Al A 12 I II 1/1 13 1.0 cytbf 60 o 33'-12'SST21 0 b00% 8'-12'DIP 0 1.00% 1 1 8'-12'DIP 0 1.00% 1 \ I Q y1 NI cytbf ' _ 1 1 I 1.0 cytbf \ 1 1.0 cytbf -- \.%-j\ 1` ---� = ==L�1--�1 � j 200'-16'DIP 1---- 40'-I2'SST2.c 1.00% < T s 15'-12'SSTIc I.( 10'-12'DIP C 1.00% 1.0 cytbf e0.33% . _ _ II.Ocytf 51.0 cytbf III { - - - - SHOE FACTORY-R9AB�f 6ANGBA L __- 6'-12'SST2 c 1.00% 2.0 cytbf)-37'-12'SST2 0 1.00% 6.0 cytbf N 25+00 !0' 12'SSTI@ 1.0% I. fir --A-_i=' 7ii C-C -- -C--C--C--C-C O -C-C--C--C-C-C O PAVEMENT V I ~- --- _ _ -- --.---. REPLACEMENT 1•'-f2'SST2 C 1.00% I 1 229'-18'SSTIc 0.26% 11.0 sq.yd. ; 1 A e & .e 133'-18'SST2 c 0.26% 11 i 10.E cytbf 11 1 11 II I I 14 19.0 cytbf II • 178.0 cytbf 160.-18'SST2 a 0.26% 11 11 11 11 �- L 77.0 cytbf 10'-12'SST2 Q 1.00% 10 la I I II rill 10'-24'SS1 1 15'-12'SST2 Q I.00% 6.0 cytbf I III 11I 3.0 cytbi STA.21+00 (30'R) 7.0 cytbf C-24-1P OOUTF/ RIM 800.5 PROPOSED OUTLET CONTROL STRUCTURE *I ALL #1 PROPO FL.797.00 RIM 800.90 INS INV 795.53 A A A A A 10 111 STA.20+70 (25'R) STA.20+72 (8'L) STA.22+39 (16'L) STA.22+39 (15'R) STA.23+75 (18'L) STA.23+75 (18'R) STA.25+04 (39'L) A-72-1C (RES MH) A2-48-1C A-24-24V A2-48-24V A-24-24V A2-48-24V C-24-23 EL.800.58 EL.801.11 EL 802.52 EL.802.52 EL.803.73 EL 803.73 EL.804.95 FL 795.53 (18"E,15"W, FL.795.88 INV.799.83 FL 797.02 INV.801.03 INV.798.23 FL.802.15 II m ,,mi C. Rim InX CD = N W n tV p . , REPORT TO MAYOR & MEMBERS OF CITY COUNCIL E LG I N 1 THE CITY IN THE SUBURBS" AGENDA ITEM: D MEETING DATE: April 25, 2012 ITEM: Intergovernmental Agreement with Cook County Department of Transportation for Bike Path, Street Lights and Amenities for Improvements on Congdon Avenue ($480,719) OBJECTIVE: Enhance the community's infrastructure and safety by providing of off street bike path and new street lighting along a Cook County Highway. RECOMMENDATION: Approve the Intergovernmental Agreement to provide $480,719 of city participation in the county's improvement project. BACKGROUND In 2002, the Cook County Highway Department contacted the city regarding a proposed project on Congdon Avenue (Shoe Factory Road) from the county line of Kane and Cook Counties to the eastern limits of the city (approximately 1,000 feet east of Toastmaster Drive). From 2002 through 2005 and as it finalized plans, the county corresponded often with the city to inquire about general issues such as existing underground utilities and specific issues such as participat- ing in new bike paths, traffic signals and street lighting. In 2005, the city provided Cook County with street lighting plans and special provisions the county wanted inserted into its contract. Cook County also included in its plans the bike path requested by the city. Warrants for traffic signals were not met at any of the Elgin intersections and traffic signals were consequently not included in the plans. In 2006, Cook County bid the project for the reconstruction of Congdon Avenue as an urban street (curb and gutter, storm sewers) from the county line to the city's eastern limits. The bid project also included Elgin's bike path and street lights. During construction, the city requested that Cook County use concrete drive approaches instead of their planned asphalt drive ap- proaches, and the county agreed to this request. The construction of this project started in April 2006 and was completed in November that same year. 1 1 OPERATIONAL ANALYSIS Cook County proceeded with the Congdon Avenue project, and attendant improvements re- quested by the city, presumably with the understanding the city and county would execute an intergovernmental agreement to memorialize the parties' respective obligations. However, the city's cost participation in the project and the proposed intergovernmental agreement were not timely generated by the county. Cook County did not forward final project information to the city until late 2011, presenting a proposed intergovernmental at that time. In January 2012, the city requested a copy of Cook County's contract with the contractor to verify actual unit prices and also requested as-built drawings for the project. The proposed intergovernmental agreement with Cook County includes the following costs for the city's requested project improvements: Bike path $131,448.93 Lighting $252,214.10 Utility relocations $ 56,720.00 Drive approaches $ 40,335.99 Total $480,719.02 The Congdon Avenue reconstruction project markedly improved the road's safety with the im- proved street lighting and created a new amenity with the bike path. The added maintenance of these items will be handled by the public works department's electrical division and street division. The city will be maintaining the lights and bike path. The electrical costs for the lighting are estimted at$1,800 per year. INTERESTED PERSONS CONTACTED None. FINANCIAL ANALYSIS The construction contract for the Congdon Avenue improvements document the project cost as $3,749,394. The city's proposed share is approximately$481,000 or 12.8%. BUDGET IMPACT FUND(S) ACCOUNT(S) PROJECT AMOUNT AMOUNT #(S) BUDGETED AVAILABLE Riverboat 275-0000-791.92-32 339854 $46,000 $46,000 Riverboat Lease 276-0000-791.92-32 339854 $435,000 $435,000 2 LEGAL IMPACT None. ALTERNATIVES None. NEXT STEPS 1. Execute the intergovernmental agreement with Cook County. 2. Make payment to Cook County for the city's requested improvements to the Congdon Avenue reconstruction project. Originators: Joseph Evers, P.E., City Engineer Final Review: Colleen Lavery, Chief Financial Officer William A. Cogley, Corporation Counsel/Chief Development Officer Richard G. Kozal, Assistant City Manager/Chief Operating Officer Sean R. Stegall, City Manager ATTACHMENTS A. Integovernmental Agreement B. Map of Project 3 Exhibit A Intergovernmental Agreement Congdon Avenue REIMBURSEMENT AGREEMENT THE COUNTY OF COOK SHOE FACTORY ROAD Kane County Line to Prestbury Drive CITY OF ELGIN Section: 03-A6201-01-FP This REIMBURSEMENT AGREEMENT, made and entered into by and between the COUNTY OF COOK, a body politic and corporate of the State of Illinois, hereinafter called "COUNTY", and the CITY OF ELGIN, a municipal corporation and corporate in the State of Illinois, hereinafter called "CITY". WITNESSETH WHEREAS, the COUNTY is desirous of improving Shoe Factory Road, Kane County Line to Prestbury Drive and has undertaken design of an improvement of said road segment identified as County Section: 03-A6201-01-FP (hereinafter PROJECT); WHEREAS, the CITY has requested that the COUNTY include in its PROJECT the removal of existing sidewalk (not impacted by construction)and, in its place, construction of a bike path and street lights; WHEREAS, the CITY has requested that the COUNTY include in its,PROJECT the installation of concrete driveways in lieu of asphalt driveways; and, WHEREAS, it is in the mutual best interest of the parties hereto to delineate the terms and responsibilities regarding the extent of CITY work and the sharing of costs associated with the PROJECT. NOW,THEREFORE, in consideration of the mutual covenants contained herein,the above recitals and other good and valuable considerations, the parties hereto agree as follows: 1. The CITY shall: a. supply the COUNTY with the alignment/location of a new 10 ft.wide bike path along the north side of Shoe Factory Road from Indian Drive east to the end of the PROJECT and connect to an existing bike path at the east CITY limits, to be constructed as part of the PROJECT; . b. supply the COUNTY with street lighting plans and specifications for inclusion in COUNTY's plans; c. pay to COUNTY one hundred(100%)percent of the costs for approximately 3,950 feet of bituminous bike path (10 feet wide) included in the PROJECT (estimated CITY cost $131,448.93) and said cost shall include but is not limited to all items associated with the construction of said bike path as listed on the attached EXHIBIT A; d. pay to COUNTY one hundred(100%)percent of the construction costs for the new CITY street lighting system (estimated CITY cost$252,214.10)and said cost shall include but is not limited to all items associated with said street lighting as listed on the attached EXHIBIT B; SHOE FACTORY ROAD -2- Kane County Line to Prestbury Drive Section: 03-A6201-01-FP e. pay to COUNTY one hundred(100%)percent of the costs for relocation of existing CITY infrastructure in conflict with PROJECT and any new CITY infrastructure included in the PROJECT(estimated C1TY cost$56,720.00),said cost shall include but is not limited to the items listed on the attached EXHIBIT A; f. pay to COUNTY one hundred (100%) percent of the differential cost between the concrete driveways and asphalt driveways replaced as part of the PROJECT at locations requested by the CITY(estimated differential cost$33,696.28);and,pay to COUNTY fifty(50%)percent of the driveway force account cost for concrete versus asphalt(estimated CITY share $6,639.71), estimated total CITY cost$40,335.99; g, pay its obligations to the COUNTY(estimated$480,719.02)for CITY street lighting, bike path and driveways, as specified in 1.c., 1_.d., 1.e. and 1.f., preceding, to be paid within ninety(90)days following receipt of invoice from the COUNTY following execution of this Agreement. Payment to the COUNTY shall be by check payable to the Treasurer of Cook County, for deposit into the COUNTY's Motor Fuel Tax Account 600-600 and identified as Section: 03-A6201-01-FP, mailed directly to the Superintendent of Highways; h. own, operate and maintain street lights, bike path, sanitary sewer and water main installed/improved as part of the PROJECT, including cost of electrical energy supply for the street lighting; i. allow the COUNTY access to its municipal storm sewer along Preston Avenue for construction of a storm sewer manhole and 16" storm sewer connection for the purpose of draining Shoe Factory Road right-of-way;and,further allow the COUNTY access to Shoe Factory Road right-of-way(west of the Kane/Cook County Line)to construct, own, operate and maintain a 16" dia. main drain storm sewer along the south parkway, as shown on the attached plan EXHIBIT C; j. own, operate and maintain the storm sewer manhole constructed on its municipal storm sewer along,Preston Avenue and retain the right to construct additional storm drain connections to the 16"main drain storm sewer along Shoe Factory Road,for parkway drainage at a future date; and, k. coordinate and control public notification of the PROJECT scope, timing and duration. 2. The COUNTY shall: a. add to the PROJECT CITY/COUNTY approved street lighting construction plans, .................................. provisions for the bike path, including sidewalk removal; • • SHOE FACTORY ROAD -3- Kane County Line to Prestbury Drive Section: 03-A6201-01-FP b. advertise, receive bids, award, construct the improvement in accordance with the approved plans, supervise construction and fund construction and construction engineering of the PROJECT (estimated $3,750,000.00); c. pay for one hundred (100%) percent of the costs to replace existing sidewalks which interfere with construction; d. replace existing asphalt sidewalk extensions with concrete sidewalk at intersections and install new sidewalk at the southeast corner of the intersection at Blackhawk Drive, all at no expense to the CITY; e. replace existing asphalt driveways with concrete at locations specified by the CITY, and the differential cost for said driveways shall be at CITY expense as specified in 1.f. hereinbefore; f. permit the CITY to observe all CITY infrastructure construction, address concerns expressed by the CITY regarding said construction and have the CITY participate in the final inspection of said CITY infrastructure; g. own, operate and maintain the storm sewers, curb and gutter, roadway pavements, regulatory signs, landscaping, right of way and street appurtenances identified in the plans along Shoe Factory Road (east of the Kane/Cook County Line) and constructed as part of the PROJECT; h. own, operate and maintain the 16" dia. main drain storm sewer along Shoe Factory Road installed as part of the PROJECT, excluding the manhole constructed on the CITY storm sewer for connection of same along Preston Avenue, as shown on the attached plan EXHIBIT C; i. bill the CITY for their share of the costs for new bike path, including removal of existing sidewalk not impacted by construction, new CITY street lighting system, driveways and new/relocation of CITY infrastructure, as specified in 1.c., 1.d., 1.e., 1.f. and 1.g., hereinbefore; and, j. provide the CITY with as-built drawings of the storm sewer and the street lighting conduit prior to final payment from the CITY. 3. This Agreement shall serve in lieu of a separate COUNTY Highway Permit for the sidewalk, bike path, street lighting and/or CITY utilities installed or improved as part of the PROJECT; and, by execution of this Agreement, the CITY shall be bound to the general terms for COUNTY Highway Permits as they exist the date of execution of this Agreement by the COUNTY. (Signature Page Follows) • SHOE FACTORY ROAD -4- Kane County Line to Prestbury Drive Section: 03-A6201-01-FP This Agreement shall be binding upon and inure to the benefit of the parties hereto,their successors and assigns. IN WITNESS WHEREOF,the COUNTY and CITY have caused this Agreement to be executed by their respective officials on the dates as shown. EXECUTED BY COUNTY: EXECUTED BY CITY OF ELGIN: BY: Toni Preckwinkle David Kaptain President, Its Board of Mayor County Commissioners This day of , 2011. This day of , 2011. ATTEST: ATTEST: County Clerk City Clerk (SEAL) (SEAL) RECOMMENDED BY: APPROVED AS TO FORM: Anita Alvarez, State's Attorney BY: Superintendent of Highways Assistant State's Attorney EXHIBIT A Shoe Factory Road Kane County Line to Prestbury Drive Section: 03-A6201-01-FP City of Elgin Bike Path Quantities Pay Item Quantities Unit Sidewalk Removal 18,043 Sq. Ft. Earth Excavation 585 Cu. Yd. Aggregate Base Course, Type B (6 In.) 5,909 Sq. Yd. Bituminous Concrete Binder Course, 518 Ton Superpave, IL-19.0, N50 Bituminous Concrete Surface Course, Mix "D", Superpave, IL 12.5 or 6.5, N50 354 Ton Hydrant Relocate 1 Lump Sum City of Elgin Infrastructure Quantities Adjusting Sanitary Sewers, 8 In. Dia. Or Less 30 Foot Adjusting Water Service Line 26 Foot Valve Vaults, Type A, 4 Ft. Dia. With Frames and Grates 1 Each Valve Vaults, Type A, 5 Ft. Dia. With Frames and Grates 7 Each Water Main, 8 In. 39 Foot Water Main, 12 In. 15 Foot Exploration Trench (52 In. Depth) 100 Foot Water Main Adjustment, 8 In. DIP 95 Foot H:Transportation&PlanninglPlanning1AGREEMENTSWINTGOYT-REIMB-LOAW6201-01-FP Elgin reimb agrm.doc • • • CITY OF ELGIN CONGDON AVE./SHOE FACTORY RD. LIGHTING CBBEL PROJECT NO. 05-269 Engineer's Opinion of Probable Construction Cost Code No. Description Unit Quantity 20101350 TREE PRUNNING(OVER 10 INCH DIAMETER) EACH 7 25200650 SODDING,SALT TOLERANT(SPECIAL) SO YO 90 80400100- ELECTRIC SERVICE INSTALLATION EACH 2 80700140 GROUND ROD,5/8"DIA.x 1 OFT. EACH 50 81000700 • CONDUIT IN TRENCH,21/2'DIA.GALVANIZED STEEL FOOT 825 81018600 CONDUIT PUSHED,2 1/2'DIA.GALVANIZED STEEL FOOT 365. 81400400 CONCRETE HANDHOLE EACH 2 • • 81500200 TRENCH AND BACKFILL FOR ELECTRICAL WORK FOOT 6000 81601230 UNIT DUCT BORED AND PULLED,1 1/4",4/C#6 XLP&1/C#6 GND FOOT 1100 81601235 UNIT DUCT IN TRENCH,1 1/4',4/C#6 XLP&1/C#6 GND FOOT 6500 82102250 LUMINAIRE,METAL HALIDE,HORIZONTAL MOUNT,250W EACH 44 82500530 LIGHTING CONTROLLER CB-RCS-100A-240V EACH 2 83001.400 LIGHT POLE,ALUMINUM,35 FT.M.H.,10 FT.DAVIT ARM EACH 44 83600200 UGHTPOLE FOUNDATION,24"DIAMETER FOOT 352 83600215 LIGHTPOLE FOUNDATION,24"DIAMETER,OFFSET FOOT 54 83800105 BREAKAWAY DEVICE,TRANSFORMER BASE,11.5"BOLT CIRCLE EACH 44 84200500 REMOVAL OF'EXISTING LIGHTING UNIT,SALVAGE EACH '2 84200700 LIGHTING FOUNDATION REMOVAL EACH 2 • • • EXHIBIT B N:\ELGI N1052691Mech\Spreadsheets\Congdon-CostEstimate(07.25.05)xIs DATE PRINTED:8/30/2005 i HIM BU! )/H ,T w r-- TiP. 791 'IN,S 11 RIM 804.48 VV .INV 798.08(15"RCP)W ` Fb.:1 I R[M 806..,, " INV 797.48112"CLAY)N I f ' I_ T/P 796.35(6"DIP)N,$ INV 797.48(12"CLAY)S I 1 _ VALVE BOX 802.01 RIM 799.93V T 1 I I RIMT E 799.43 796.46(6'OIP)N.S MH/P T96.0316"DIPIE.ri,5 I I INV 797.5818"OIP)W ' A 802.<8 NY T89.7T(10"CLAY)E.W,S Iit• I ( TELEPHONE MH 7 798.48(6"PVC)N INV 792.47(2-10"CLAV*1 V 7 798.2B18"oim VV CB IRIM 800.12 —GAS VAULT RIM 804.48 l I T/P 795.T7(12'9IP)E,WINV 797.21(8'9IP)E,SE VALVE Bo TREE ROOT PRUNING' TELEPHONE DUCT ■10GAS VALVE VALVE BOX GAS VALVE � ■�YALVE 1 . TEL 'HGNE CABLE 'I"BOX I B-Box TREE ROOT PRUNINGI 1 p �'.G 1 f --{ g =Err ___....._-----,__ _ „.._,A ___ —r 'io I I I III II I I �� 1 II I I LN 94 c —m,_... y id.. t._ _ — 'ppL�c���y�iL?Ji+j,►,Fy,��,i'--MIallit ,,,A ''' — a4su ,,,i=1v T rL� A . ate:' _ 8.. �— I IW yY( ro 4 t i C� ��i�� 1i Wl —+ _ ,_G a � _ - i- - - "IG&-FACTO• ••R74 ia.P.f_, -Atk stir__=.._t-- �(u BAN lo„ Lu T-j— r T TY--- -- ''.,, \, N li 4 r 20 q - 1 .— .ice.--�� U 1�---- ly�< s i I I 1_ I �. I I I L I I �0 171 YV B-Box A Q 200'• INLET 1 ( I RIM 799.7779 © 180'-16'DIP 0 0.33X A 12 RIM 798.39 ' ". mll� I (FULL OF DIRT) INV 795.7918"CLAY)NE I51.0 cytbf MN RIM 799.54 I II INV 795.554(8"CLAY)NW I I INLET WATER SERVI INV 793.54(12"CLAY)N INV 79624(8"CLAY)SW I (�(I RIM 79828 (FOR 9 H0US1 INY 793.54(15"ClAY15 I INV 796.48(B"CLAY)NW 175'-16'DIP Q 0.33% I ; 52.0 cytbf 6'SANITARY CONSTRUCT MH TYPE A (48') I T I� OVER EXIST.STORM SEWER I I T I T'CURB AND GUTTER REPLACEMENT PARKWAY RESTORATION (9O HOUSES)P1 PAVEMENT REPLACEMENT II T �� 20'- 8'DIP • WITH 4'TOPSOIL AND SOD (TYP) CONSTRUCTIO SS sq.yd. I T z I� I WATERMAIN ADJUSTMENT 536 sq.yd. 3TING'PROPOSED ---,1 T p p� i fi Nail Y� 1 x_. VALVE 80X T— I NOT A A A 1.At 1 7 I AR STA.15+14.50 (27'R) STA.16+90 (CL F&G 26'R) STA.18+70 (% F&G 26'R) AR A-48-1C c SS 27'R SS 27'R 2.Pt RIM 798.85 +/- A-48-1C A-48-1C BR -U ni INV.793.54 (15' N&S) RIM 799.8 RIM 799.8 (FLUSH W/SIDEWALK TYPI STt x 1 cc� _ • 0 74 N r----r----------- --.. I J. .1 r s ►`Li--' a R. STORM SEW-4 :1 --- - _ I I f i I I' ADJ REMbVE 24 S 1--1-8-80X I ( I 1 I MN RIM INVERT �? I 1 I ADJ I II I INV 794.55(10'9N.E.8 INV 601.29( �- �- ,_., EI 9W 800.92 '.' II INV 192.47(10"CLAYIW II f1 II ' VV RIM 804.93 '..20 INV 192.5100"CLAYINE NOTES: INV 801.43(15'RCP.}I• RIM 804.21 INV 801.43(15'RCPL" I.1 II I I� T/P 198.11112"DIPIN,S INV 801.23(24"RCP 1.ALL OFFSETS AND ELEVATIONS TO CURB LINE STRUCTURES ARE GIVEN TO THE EDGE OF PAVEMENT.ALL OTHER OFFSETS MNRIM 804. ARE GIVEN TO THE CENTER OF THE STRUCTURE. INV 800. EXISTING INV 800. 2.PLUG ABANDONED INVERTS WITH CLASS SI CONCRETE OR INV ao0. BRICK AND MORTAR TO THE SATISFACTION OF THE ENGINEER. (THIS WORK SHALL BE INCIDENTAL TO THE STORM SEWER REMOVAL.) PROPOSED 8C 3.CONTRACTOR TO VERIFY THE LOCATIONS AND ELEVATIONS OF DIP WATERMA }1 EXISTING WATER & SANITARY SEWER SERVICES PRIOR TO START OF CONSTRUCTION Z i Z 1 O O HIAWATHA AVE i 3E o 10 I II j' 1 40'-12'DIP 0 1.00% 1 uattl /� I 11� II 1.0 cytbf O1 Y V A A Y I { Al A 12 I I �/ I 13 1,0 cytbf a 1.00% 61.q Yi +I } \ ) N6'0_12cytbf I a 1.00% 8'-12'DIP a 1.00% \ 1 1 8'-12'DIP a I.00% \IL -\ -- -L I i 1iI I I 1.0 cytbf I.0 cytbf --_ - -- - I 1 200'-16'DIP V) --- 10'-12'DIP a L00% LO cytbf 40' 12'SST2.a L00% 1 15' 12'SSTI4 Id a 0.33% _ ■• I _ _ _ 11.0 c�tlbf I- Si IOC FACTORY-R$�kB-- /-GGNGDO;<'.r V_NUE- 51.0 cytbf , Z L -_ 6'-12'SST2 a I.007. 2.0 cytbf -37'-I2'SST2 0 1.00% 6.0 cytbf N 25+00 1 ? o 10'-12'SSTIa 1.0% I. -.1 �<• - ... i =i -: -c--c O -c-c-C--c-C--C PAVEMENT iii, - _ -� -- -�= _ -- '' i ' 12'SST2 a L00% 229'-18'SSTI a 0.26% REPLACEMENT ' 133'4'SST2 a 0,26% I0. 'SST2ytbf (I 19.0 cytbf 11.0 sq.yd. ' 1 e 178.0 cytbf I I II II I 1 14 e e 160'-18'SST2 a 0.26, 10' 12'SST2 e 1.00% 11 10 I I II II I I ,_ A 7i.0 cytbf 6.0 cytbf III II {�r 10'-24'SS1 I 15'-12'SST2 a 1.00% y I.I „ { (II 3.0 cytbi STA.21+00 (30'R) 7.0 cytbf OUTFD C-24-1P OUTFACE.#1 PROPO RIM 800.5 PROPOSED OUTLET CONTROL STRUCTURE "I INN FL.797.00 RIM 800.90 INV 795.53 /1\ A A e A 12 , STA.20+70 (25'R) STA.20+72 (8'L) STA.22+39 (16'L) STA.22+39 (15'R) STA.23+75 (18'L) STA.23+75 (18'R) STA.25+04 (39'L) A-72-1C (RES MH) A2-48-7C A-24-24V A2-48-24V A-24-24V A2-48-24V C-24-23 EL.800.58 EL.801.11 EL 802.52 EL.802.52 EL 803.73 EL.803.73 EL.804.95 FL 795.53 (18"E,15"W, FL.795.88 INV.799.83 FL 797.02 INV.801.03 INV.798.23 FL.802.15 ZI 111 99"111 2. MCI 1V X CC _ N W -N. N Exhibit B Location Map Cook County Congdon Avenue Project (2006) Shoe Factory Road/Congdon Avenue County Highway # A62 Kane-Cook Line to east of Prestbury Drive !rearrVntIMP RR t l cU 'L_.-i �•s` .t F.k Y . �: 1� EL1fA AVENUE BGS, 1:4roR6 we?.. .. .e o�,III RILL 1 krti. dia AVENUE • ac �,FAL ,^ iS FORC z( v �`` e s' NARTTfEL AY SENIkOLE DRIVE6 ,/'Pd �TIiZ'�; ^s HILL CT _ z 4� CST o UQU�UI 1 I (1• ,a( V t�ii PRESTOURY DR a r-�t SHOE P/;CTOF(Y ROAD 'z ,,;v'� � '-"��'^s. xl t- t..l GREEN f Y - ) • .. t.11. r tb WILLOB� r g 'f----)) 1 F a COOP R Y RIDGE m x �*4' C,Q c/' - L • CONSTRUCTION UMITS City of Elgin Cook County, Illinois Prepared by: Cook County Highway Department Transportation & Planning Bureau J , M ELGIN THE CITY IN THE SUBURBS DATE: May 17, 2012 TO: Joe Evers, City Engineer FROM: Jennifer Quinton, Deputy City Clerk SUBJECT: Resolution No. 12-90 Adopted at the May 9, 2012, Council Meeting Enclosed you will find the agreement listed below. Please distribute this agreement to the other party and keep a copy for your records if you wish. If you have any questions please feel free to contact our office 847-931-5660 and we will do our best to assist you. Thank you. • Reimbursement Agreement with the County of Cook for 2006 Reconstruction of Congdon Avenue I REIMBURSEMENT AGREEMENT THE COUNTY OF COOK SHOE FACTORY ROAD Kane County Line to Prestbury Drive CITY OF ELGIN Section: 03-A6201-01-FP This REIMBURSEMENT AGREEMENT, made and entered into by and between the COUNTY OF COOK, a body politic and corporate of the State of Illinois, hereinafter called "COUNTY, and the CITY OF ELGIN, a municipal corporation and corporate in the State of Illinois, hereinafter called "CITY'. WITNESSETH WHEREAS, the COUNTY is desirous of improving Shoe Factory Road, Kane County Line to Prestbury Drive and has undertaken design of an improvement of said road segment identified as County Section: 03-A6201-01-FP(hereinafter PROJECT); WHEREAS, the CITY has requested that the COUNTY include in its PROJECT the removal of existing sidewalk (not impacted by construction)and, in its place, construction of a bike path and street lights; WHEREAS, the CITY has requested that the COUNTY include in its PROJECT the installation of concrete driveways in lieu of asphalt driveways; and, WHEREAS, it is in the mutual best interest of the parties hereto to delineate the terms and responsibilities regarding the extent of CITY work and the sharing of costs associated with the PROJECT. NOW,THEREFORE,in consideration of the mutual covenants contained herein,the above recitals and other good and valuable considerations, the parties hereto agree as follows: 1. The CITY shall: a. supply the COUNTY with the alignment/location of a new 10 ft.wide bike path along the north side of Shoe Factory Road from Indian Drive east to the end of the PROJECT and connect to an existing bike path at the east CITY limits, to be constructed as part of the PROJECT; b. supply the COUNTY with street lighting plans and specifications for inclusion in COUNTY's plans; c. pay to COUNTY one hundred(100%)percent of the costs for approximately 3,950 feet of bituminous bike path (10 feet wide) included in the PROJECT (estimated CITY cost $131,448.93) and said cost shall include but is not limited to all items associated with the construction of said bike path as listed on the attached EXHIBIT A; d. pay to COUNTY one hundred(100%)percent of the construction costs for the new CITY street lighting system (estimated CITY cost$252,214.10)and said cost shall include but is not limited to all items associated with said street lighting as listed on the attached EXHIBIT B; SHOE FACTORY ROAD -2- Kane County Line to Prestbury Drive Section: 03-A6201-01-FP e. pay to COUNTY one hundred(100%)percent of the costs for relocation of existing CITY infrastructure in conflict with PROJECT and any new CITY infrastructure included in the PROJECT(estimated CITY cost$56,720.00),said cost shall include but is not limited to the items listed on the attached EXHIBIT A; f. pay to COUNTY one hundred (100%)percent of the differential cost between the concrete driveways and asphalt driveways replaced as part of the PROJECT at locations requested by the CITY(estimated differential cost$33,696.28);and,pay to COUNTY fifty(50%)percent of the driveway force account cost for concrete versus asphalt(estimated CITY share $6,639.71), estimated total CITY cost$40,335.99; g. pay its obligations to the COUNTY(estimated$480,719.02)for CITY street lighting, bike path and driveways, as specified in 1.c., 1.d., 1.e. and 1.f., preceding, to be paid within ninety(90)days following receipt of invoice from the COUNTY following execution of this Agreement.Payment to the COUNTY shall be by check payable to the Treasurer of Cook County, for deposit into the COUNTY's Motor Fuel Tax Account 600-600 and identified as Section:03-A6201-01-FP, mailed directly to the Superintendent of Highways; h. own, operate and maintain street lights, bike path, sanitary sewer and water main installed/improved as part of the PROJECT, including cost of electrical energy supply for the street lighting; i. allow the COUNTY access to its municipal storm sewer along Preston Avenue for construction of a storm sewer manhole and 16" storm sewer connection for the purpose of draining Shoe Factory Road right-of-way;and,further allow the COUNTY access to Shoe Factory Road right-of-way(west of the Kane/Cook County Line)to construct, own, operate and maintain a 16" dia. main drain storm sewer along the south parkway, as shown on the attached plan EXHIBIT C; j. own, operate and maintain the storm sewer manhole constructed on its municipal storm sewer along Preston Avenue and retain the right to construct additional storm drain connections to the 16"main drain storm sewer along Shoe Factory Road,for parkway drainage at a future date; and, k. coordinate and control public notification of the PROJECT scope, timing and duration. 2. The COUNTY shall: a. add to the PROJECT CITY/COUNTY approved street lighting construction plans, provisions for the bike path, including sidewalk removal; b. advertise, receive bids, award, construct the improvement in accordance with the approved plans, supervise construction and fund construction and construction engineering of the PROJECT(estimated $3,750,000.00); c. pay for one hundred (100%) percent of the costs to replace existing sidewalks which interfere with construction; SHOE FACTORY ROAD -3- Kane County Line to Prestbury Drive Section: 03-A6201-01-FP d. replace existing asphalt sidewalk extensions with concrete sidewalk at intersections and install new sidewalk at the southeast corner of the intersection at Blackhawk Drive, all at no expense to the CITY; e. replace existing asphalt driveways with concrete at locations specified by the CITY, and the differential cost for said driveways shall be at CITY expense as specified in 1.f. hereinbefore; f. permit the CITY to observe all CITY infrastructure construction, address concerns expressed by the CITY regarding said construction and have the CITY participate in the final inspection of said CITY infrastructure; g. own,operate and maintain the storm sewers,curb and gutter,roadway pavements, regulatory signs, landscaping, right of way and street appurtenances identified in the plans along Shoe Factory Road (east of the Kane/Cook County Line) and constructed as part of the PROJECT; h. own,operate and maintain the 16"dia. main drain storm sewer along Shoe Factory Road installed as part of the PROJECT,excluding the manhole constructed on the CITY storm sewer for connection of same along Preston Avenue,as shown on the attached plan EXHIBIT C; i. bill the CITY for their share of the costs for new bike path, including removal of existing sidewalk not impacted by construction, new CITY street lighting system, driveways and new/relocation of CITY infrastructure,as specified in 1.c., 1.d., 1.e., 1.f. and 1.g., hereinbefore; and, j. provide the CITY with as-built drawings of the storm sewer and the street lighting conduit prior to final payment from the CITY. 3. This Agreement shall serve in lieu of a separate COUNTY Highway Permit for the sidewalk, bike path,street lighting and/or CITY utilities installed or improved as part of the PROJECT; and, by execution of this Agreement, the CITY shall be bound to the general terms for COUNTY Highway Permits as they exist the date of execution of this Agreement by the COUNTY. (Signature Page Follows) 1 1 1 SHOE FACTORY ROAD -4- Kane County Line to Prestbury Drive Section: 03-A6201-01-FP This Agreement shall be binding upon and inure to the benefit of the parties hereto,their successors and assigns. IN WITNESS WHEREOF,the COUNTY and CITY have caused this Agreement to be executed by their respective officials on the dates as shown. EXECUTED BY COUNTY: EXECUTED BY CITY OF ELGIN: BY: L 79:1-79-7?-7 Toni Preckwinkle David Kaptain,:/ President, Its Board of Mayor County Commissioners This 1 0 day of , 2012. This 9 th day of May , 2012. 4 .. ATTEST: i r ATTEST: I- b-a-1-11k6446‘ County Clerk y F G Gi I r- > (SEAL) - w11 RECOMMENDED BY: APPROVED AS '0 Anita Alvarez,,State's A or{ ey C A BY:- CL. t4 % S erinten ent f Highways Assistant State's Attorney APPROVED BY BOARD OF LOOK rOJ,Y Y°i O E{rl iS 3t ME S JUL 102012 Cc • I, DAVID D. ORR, County Clerk of Cook County, in the State of Illinois, aforesaid and keeper of the records and files of said Cook County, do hereby certify that The Board of Commissioners of the County of Cook, at their regular meeting held on July 10, 2012, passed the following Resolution: 12-R- RESOLUTION Sponsored by THE HONORABLE TONI PRECKWINKLE PRESIDENT OF THE COOK COUNTY BOARD OF COMMISSIONERS RESOLVED by the members of The Board of Commissioners of Cook County, Illinois, on behalf of the County of Cook, to authorize and direct its President to execute, by original signature or his authorized signature stamp, two (2) copies of a Reimbursement Agreement with the City of Elgin, said agreement attached, wherein the County will include the construction of bike path, street lighting, concrete driveways, sanitary sewer and water main adjustments for the City as part of the County's roadway construction project along Shoe Factory Road from Kane County Line to Prestbury Drive, Section: 03-A6201-01-FP; that the City of Elgin shall reimburse the County of Cook for its share of construction costs for said improvements, estimated total City cost $480,719.02; and, the Department of Highways is authorized and directed to return an executed copy of this Resolution with Agreement to the City of Elgin and implement the terms of the Agreement. All of which appears from the records and files of my office. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the SEAL of said County at my office in the City of Chicago, in said County, this .. Oth day o July A.D. 2012. (SEAL) • COUNTY CLERK H:\T-ansportat'on -3 Planning\Planning\AGREEMENTS\4-INTGOVT-REIMB-LOA\Resolutions\Res A6201-01-FP Elgin Reimb Agrm.doc APPROVED BY BOARD OF COOK COUNTY COMM;sswNERS JUL, 1 0 2012 COM •1 • , Resolution No. 12-90 RESOLUTION AUTHORIZING EXECUTION OF A REIMBURSEMENT AGREEMENT WITH THE COUNTY OF COOK FOR 2006 RECONSTRUCTION OF CONGDON AVENUE BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN,ILLINOIS,that David J. Kaptain, Mayor, and Kimberly A. Dewis, City Clerk, be and are hereby authorized and directed to execute a reimbursement agreement with the County of Cook on behalf of the City of Elgin for 2006 reconstruction of Congdon Avenue in connection with the Shoe Factory Road,Kane County Line to Prestbury Drive Project,a copy of which is attached hereto and made a part hereof by reference. s/David J. Kaptain David J. Kaptain, Mayor Presented: May 9, 2012 Adopted: May 9,2012 Omnibus Vote: Yeas: 6 Nays: 0 Attest: s/Kimberly Dewis Kimberly Dewis, City Clerk EXHIBIT A Shoe Factory Road Kane County Line to Prestbury Drive Section: 03-A6201-01-FP City of Elgin Bike Path Quantities Pay Item Quantities Unit Sidewalk Removal 18,043 Sq. Ft. Earth Excavation 585 Cu. Yd. Aggregate Base Course, Type B (6 In.) 5,909 Sq. Yd. Bituminous Concrete Binder Course, 518 Ton Superpave, IL-19.0, N50 Bituminous Concrete Surface Course, Mix "D", Superpave, IL 12.5 or 6.5, N50 354 Ton Hydrant Relocate 1 Lump Sum City of Elgin Infrastructure Quantities Adjusting Sanitary Sewers, 8 In. Dia. Or Less 30 Foot Adjusting Water Service Line 26 Foot Valve Vaults, Type A, 4 Ft. Dia. With Frames and Grates 1 Each Valve Vaults, Type A, 5 Ft. Dia. With Frames and Grates 7 Each Water Main, 8 In. 39 Foot Water Main, 12 In. 15 Foot Exploration Trench (52 In. Depth) 100 Foot Water Main Adjustment, 8 In. DIP 95 Foot H:\Transportation&Planning1PlanningAGREEMENTS14-INTGOVT-REIMB-LQA'A6201-01-FP Elgin reimb agrm.doc - ti ) lir , • • • CITY OF ELGIN CONGDON AVE./SHOE FACTORY RD. LIGHTING CBBEL PROJECT NO. 05-269 Engineer's Opinion of Probable Construction Cost Code No. Description Unl Quantity 20101350 TREE PRUNNING(OVER 10 INCH DIAMETER) EACH 7 25200650 SODDING,SALT TOLERANT(SPECIAL) SD YD 90 80400100 ELECTRIC SERVICE INSTALLATION EACH 2 80700140 GROUND ROD,5/8"DIA.x 10FT. EACH 50 81000700 •CONDUIT IN TRENCH,21/2"DIA.GALVANIZED STEEL FOOT 825 • 81018800. CONDUIT PUSHED,2 1/2"DIA.GALVANIZED STEEL FOOT 385. 81400400 CONCRETE HANDHOLE EACH 2 81500200 TRENCH AND BACKFILL FOR ELECTRICAL WORK .FOOT 6000 81601230 UNIT DUCT BORED AND PULLED.11/4",4/C 06 XLP&1/C 86 GND FOOT 1100 81601235 UNIT DUCT IN TRENCH,1114",4/C 06 XLP141/C 66 GND FOOT 6500 82102250 LUMINAIRE,•METAL HALIDE.HORIZONTAL MOUNT.250W EACH 44 62500530 LIGHTING CONTROLLER CB-RCS-100A-240V EACH 2 83001400 LIGHT POLE,ALUMINUM.35 FT.M.H.,10 FT.DAVIT ARM EACH 44 83600200 LIGHTPOLE FOUNDATION.24"DIAMETER FOOT 352 83600215 LIGFRPOLE FOUNDATION,24"DIAMETER,OFFSET FOOT 54 83800105 BREAKAWAY DEVICE,TRANSFORMER BASE,11.5"BOLT CIRCLE EACH 44 84200500 REMOVAL OF EXISTING LIGHTING UNIT,SALVAGE EACH '2 84200700 UGHTING FOUNDATION REMOVAL EACH 2 • • • EXHIBIT B • N:IELGIM052691M.ech SpreadsheetslCongdon-CostEstimate(07.25.05).xls DATE PRINTED:8/30/2005 MH 1 I I V ���F-- RIM 10 TIP 796 796.05(8'T)IP)N,S RIM 804.48 I T', I 1 VV INV 798.08(15"RCP)W RIM 800.10 INV 791.1q8(12"ELAYxi I T _ 7/P 796.35(6"01P)N.S INV T97.48f12"CLAY)S VALVE BOX _ 802.01 RIM 799.93 1 T I RIM 799,43 INLETy 'r 796.46(6"0IP)N,S T/P 796.0318"OIPIE,W.S I II- INV 797.5818"DIPIW A 802.48 RIM 799.77 I T � I TELEPHONE MN/ 798.48(6"PVCMI INV 2.47f�i�CLAY W�S I i "J1 03 RIM 800.12 -GAS VAULT RIM 804.48 I T/P 795.T1(12"DIPIE,N INV 747.2II8"OIP)E.S£ I 'O CAS VALVE I y VALVE RO TREE ROOT PRUNING TELEPHONE DUCT ,+ VALVE VALVE BOX CAS VALVE I TE .•HONE CABLE y BOX �� c I I 8-Box TREE ROOT PRUNING ip r {r r-- -- n'S► ' il, . 7 ��� --- I I I -I III I I ! I I I 1 i I I-11 ;lV cur �.: -J IT7 I ,w,----'- - Imo:'- - i__,_. •_.r +► ---- -�c �e-� Ia- • 1�. .(� - - wF = 1y ---=t- - • y t i►�F+rt> '7- 1:_' ,w` w 1u .-1�-_ \ / U \ 1.---- A �_;• , -a ~:;1- ..�� 0 40 2 a--c -.c °3 o_ 1, _ - .4 (l i i I I T r. i I I 1 I I i t 1 31 t= / 1 I I INLET 1 I RIM 799.7T I 8 80X ,}� 200' RIM 798.39 y •1I T/01RT 795.27 III INV 795.7918"CLAYINE I m • ( (FULL OF OIR7) 2 Ib0'-16'DIP Q D.33'/. 3 I 51.0 cytbf RRIIM 799y,,5�4q 1� II INV 795.5418"CLAY)NN INV 793.54(12"CLAY)N II T Il I INLET WATER SERVI INv 796.24(B"CLAYIS11 y INV 793.54U5"CLAY15 I 1 I RIM 798.28 IFOR 9 HOUSI II INV 796.48(8"CLAYNIN 175'-16'DIP I8 0.33% CONSTRUCT MH TYPE A (481 t 1 I ill 52.0 cytbf 6'SANITARY OVER EXIST.STORM SEWER I T I 7'CURB AND GUTTER REPLACEMENT TO VERIFY Li PARKWAY RESTORATION 03 HOUSES)PI PAVEMENT REPLACEMENT i Y z I ( 20'-WA 8'DIPN ADJUSTMENT WITH 4'TOPSOIL AND SOD (TYP) CONSTRUCTIO II 3TING/PROPOSED 88 sq.yd. ^U•1I T O 16 1 in __ ! 7d II 1 VALVE BOX NOT A / � \ A 1.AL AR STA.15+14.50 (27'R) STA.16+90 (CL F&G 26'R) STA.18+70 (% F&G 26'R) AR A-48-1C ( gS 27'R (� SS 27'R 2.Pt RIM 798.85 +/- q8._1C BR - X INV.793.54 (15" N&S) RIM 99,8 RIM 799.8 (FLUSH IN/SIDEWALK TYP1 !7f = to C ""I -" n N E 4 '.r- 1 _ 1 .I I ' \ 1 3 ► RO STORM SE .• t - / ( II ADJ REMOVE 24'S I-I-8-80X _ CTV ~ ~' f��"'` 1r ■ ICI MN TCC MH I ADJ41111111".. RIM 805.85 INVEB01.2' RIM 600.92 I ` I I I1 I I INV 794.5500"1N.E.W 1 INV 792.47110"CLAYIW II II II / MH INV 792.57110^CLAYINE I RIM 804.93 '' e• NOTES' 1 II I VV INV 801.43115"R II{ 11 I II RIM 804.2E INV 80I.23 20 MCP', 1,ALL OFFSETS AND ELEVATIONS TO CURB LINE STRUCTURES TIP 798.71112'OTPIN.s ARE GIVEN TO THE EDGE OF PAVEMENT.ALL OTHER OFFSETS MN ARE GIVEN TO THE CENTER OF THE STRUCTURE. RIM 804, EXISTING INV BOO. INV B00. 2.PLUG ABANDONED INVERTS WITH CLASS Si CONCRETE OR INV BOO. BRICK AND MORTAR TO THE SATISFACTION OF THE ENGINEER. (THIS WORK SHALL BE INCIDENTAL TO THE STORM SEWER REMOVAL) PROPOSED 8C 3.CONTRACTOR TO VERIFY THE LOCATIONS AND ELEVATIONS OF DIP WATERMA Z1 EXISTING WATER & SANITARY SEWER SERVICES PRIOR TO START i OF CONSTRUCTION 0 i 0 HIAWATHA AVE 00 of Z:O I II.' �I I io cytblf & L00% LC + c�> © © e Al 1 eI 12 i �1 �� I 13 so'�y DIP a 1.00% 60'-I2' ho l 1III,in-12'60 ytbf'A 1.00% I 1 11.012cy Ibf l.00'l. 1 1 8012c'DIP fa L00'/. \ �k--�- I 14 cy I • 200.33'/.GIP y 1.--- /10' i2'DIP a L00% 1.0 cytbf - \ �'-12'SST2.o I.00% �` * 15' 12'SST 'r ► _ _ _ ILO cat f _ --SHO -FAGT95R -R9A9-�f 6AN6BA�-rcVz`-FJ{irr- 51.0 cytbf : Z I� _-_ .'-12'SST2 Q L0o% 2.0 cytbf .37'-12'SST2 R 00% 6.0 cytbf ;, 25+00 �, �-> k I0'-12'SST!O 1.0% L lii '-±7r.S_ :Its: -C--i--C-C-4--C 0A•S‘ ►r. � ter- 4xlr I • Y-> Y-71--�Y->~-)-Y-) PAVEMENT V, =_ - - + ii.o REPLACEMENT yMOENT• , s .© 133'-18'S5T2 E! 0.26% 1 10. 12cytbf o L00% I I (I -229' 18'SS71 a 0.26% . 1 ' e 178.0 cytbf II II {9.0 cytbf 160'-18'SST2 & 0.26% 11 II II ll I I /- L • 77.0 cytbf 10'-12'SST2 Ea 1.00% 10 I� I�j I 10' 24'SS1 15' 12'SST2 a l.00% 6.0 cytbf f STA.21+00 (30'R) 7.0 cytbf II! �' 1 111 3.0 Cytbt C-24 1P OUTFAL. #1. OUTFI RIM 800.5 PROPOSED OUTLET CONTROL STRUCTURE NI PROP() FL.797.00 RIM 800.90 INS INV 795.53 • An . © Iz A nA n ' STA.20+70 (25'R) STA.20+72 (8'L) STA.22+39 (16'L) STA.22+39 115'R) STA.23+75 (18'L) STA.23+75 (1874) STA.25+04 (39'L) A-72-1C (RES MH) A2-48-1C A-24-24V A2-48-2AV A-24-24V A2-48-24V C--24--23 EL.800.58 EL 801.11 EL 802.52 EL 802.52 EL.803.73 EL 803.73 EL.804.95 ,� m FLL1795.53t. 11(8"E,15"W, FL.795.88 INV.799.83 FL 797.02 INV.801.03 INV.798.23 FL.802.15 m La ei eo N W 9 /V