Loading...
95-175 Resolution No. 95-175 RESOLUTION AUTHORIZING EXECUTION OF AN AGREEMENT WITH THE ILLINOIS STATE TOLL HIGHWAY AUTHORITY BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS, that Kevin Kelly, Mayor, and Dolonna Mecum, City Clerk, be and are hereby authorized and directed to execute an agreement on behalf of the City of Elgin with the Illinois State Toll Highway Authority for the design and construction of the Randall Road water main extension, a copy of which is attached hereto and made a part hereof by reference. s/ Kevin Kelly Kevin Kelly, Mayor Presented: August 9, 1995 Adopted: August 9, 1995 Omnibus Vote: Yeas 7 Nays 0 Attest: s/ Dolonna Mecum Dolonna Mecum, City Clerk APPLICATION FOR PERMIT TO USE TOLL HIGHWAY RIGHT OF WAY THE ILLINOIS STATE TOLL HIGHWAY AUTHORITY (Submit Three Copies) APPLICANT City of Elgin 150 Dexter Court Street City Elgin State Illinois (1) The applicant hereby applies to The Illinois State Toll Highway Authority (hereinafter called "Authority" to grant a concession consisting of a permit to: (Briefly describe proposed use of Toll Highway Right of Way). The installation, operation and maintenance of a 12 diameter inch ductile iron watermain under and across the Northwest Tollway and Ramps C and D. The watermain is to be encased in 36 inch diameter steel casing beneath the mainline pavement. • (2) Location of Toll Highway Right of Way to be used by Applicant: (a) Tollway Route. I-90 (NW) (e) County Kane (b) Tollway Mile 26 .7 (f) Nearest Cross Road Randall Road • (c) Tollway Station. _ 2207+98 . (d) Sec. 30 Twp. 42 N., R. 8 E. (g) (3) The Applicant attaches hereto and makes a part hereof plans and specifications of structure which use Toll Highway Right of Way. Applicant agrees to furnish such additional plans and specifications of structure as the Authority may request. In the event a permit is issued, applicant agrees to construct such work in accord with the plans and specifications submitted to and approved by the Authority. (4) The applicant further agrees and understands that the concession in the form of a permit herein requested, if issued, does not sell, lease, create an easement, or otherwise dispose of or encumber the Toll Highway Right of Way, or any part thereof, and does not create any charge or lien on the revenues of the Toll Highway. (5) The applicant further agrees that, in the event a permit is granted, applicant will, before commencing work under the permit, comply with all the Utility Policy & Regulations as adopted by the Authority on August 31, 1972 as amended and the acceptance, notice, bond and insurance requirements of the Authority, as set forth in the permit. —1- 10/79 (6) The Authority, in issuing the permit herein applied for, may rely upon the statements made herein as true. WITNESS the signatures and seal_ of the applicant_ this 3/Y1h- day of anstuRt , A.D. 19_95 Avr4 (SEAL) Mayor (SEAL) City Clerk: (SEAL) (See note below for signature instructions) STATE OF ILLINOIS SS COUNTY OF Kane I, Susllyn Losch • , a Notary Public in and for and residing in said County in the State aforesaid, do hereby certify that _ o . •• . o o . u - ,t • personally known to me to be the same persons whose name.s_ subscribed to the foregoing instrument, appeared before me this day in person and acknowledged that .the signed, sealed and deli, ered the same instrument as the i r free and voluntary act for the use and purposes set forth herein. Given under my hand and notarial seal this / XI/ day of August , A.D. 19 95. X fy Public OFFICIAL SEAL SUELLYN LOSCH NOTARY PUBLIC,STATE OF ILLINOIS MY COMMISSION EXPIRES:10/27/98 NOTE FOR SIGNATURES If the applicant is a corporation,have the President or other authorized officer sign the Corporate name by him as President;also have the Secretary attest his signature as Secretary and affix the seal of the corporation. If the applicant is a partnership,have each partner sign. If the applicant is a county,city,or other municipal corporation,have the application signed by the Chairman of the County Board,Mayor,or other officer and have the proper clerk attest the same and affix the corporate seal. Also,a certified copy of the resolution or ordinance authorizing the application must be attached. All inserts,attachments,documents or small plans which the applicant desires to have made a part of this application,or otherwise necessary,shall be securely attached. EMU-11 , ___. • 1+°�E�5 Agenda Item No. (:;;; %Rs. July 18, 1995 TO: Mayor and Members of the City Council FROM: Richard B. Helwig, City Manager SUBJECT: Authorization for an Intergovernmental Agreement with the Illinois State Toll Highway Authority for Design and Construction of Randall Road Water Main Extension PURPOSE filik This memorandum will provide the Mayor and members of the City Council with information to consider in entering into an Intergovernmental Agreement with the Illinois State Toll Highway Authority for the design and construction of a 12- inch water main to be installed concurrently with the Randall Road interchange expansion. BACKGROUND The Water master plan calls for the extension of a 12-inch water main from the south side of the Illinois toll highway at Randall Road north eventually to Route 72 . The construc- tion of the full interchange at Randall Road and the toll highway presents an excellent opportunity to install this water main prior to construction of the on and off ramps. This Intergovernmental Agreement would allow the Illinois State Toll Highway Authority, through its engineers Chris- tian-Rogue & Associates, Inc. , to design and construct this water main to the northern edge of the construction zone. -Attached is a letter from Richard K. Milburn, project coordi- nator for the Toll Highway Authority, summarizing the engi- neering and construction fees as described in a letter dated April 24, 1995, from Edward J. Mills, P.E. , of Christian- Rogue & Associates. The Intergovernmental Agreement with the Toll Highway Authori- ty is also attached. Intergovernmental Agreement with IDOT July 18, 1995 Page 2 COMMUNITY GROUPS/INTERESTED PERSONS CONTACTED The Illinois State Toll Highway Authority. FINANCIAL IMPACT Total costs for this project are estimated to be $168,826 - engineering design fee of $8,926 and construction costs of $159,900. Funds for this project should be available from savings on the Slade Avenue reservoir repair/construction project, #409533, account #395-4000-795.93-36. This project has a budget of $2,055,000. All contracts have been awarded for this project, which total $1,725,000. Of the $330,000 surplus, $62,500 was transferred to project #409531, River- side plant expansion, leaving $267,500 available for this project. LEGAL IMPACT None. RECOMMENDATION It is recommended that the members of the City Council ap- prove this Intergovernmental Agreement with the Illinois State Toll Highway Authority, which would enable the Authori- ty to direct Christian-Rogue & Associates, Inc. , to begin the engineering for the water main extension at $8,926 and the estimated construction cost of $ 9,900. espectfully u mit ed, a° ' /74110r/r James L. Kristiansen Public Works Director 1 -.CaQ 1 . Richard B. Heiwig g City Manager RBH:JLK: jm 01140707.195 Attachments r The Shook sere Ifisinvey Authority h/u ids one ers rroot Delve Downers Gve.DliooL 80515-1703 �� Fax:2414•00 241 Fox:701/2414100 T.D.D. 708/24141111 April 27, 1995 '' I; 3 Mr Larry E.Delbert, Director of Water Operations City of Elgin 150 Dexter Court Elgin,IL 60120-5555 Ref: Proposed Watermain Crossing of I-90 at Randall Road ISTHA Contract No. CIP-93-682 Gentlemen: We have received cost information from our Design Section Engineer, Christian-Roge and Associates, which provides their fee to design the proposed extension of your 12-inch watermain, and an estimate of the cost of constructing this extension. We had requested these figures as the result of your having advised us of your desire to have this work be done as part of our interchange expansion. The proposed extension would be as shown on the concept drawings which you furnished to us earlier this month. I have attached a copy of Christian-Roge's letter for your information. The included exhibits indicate a design fee in the amount$8,926.00, and an estimated cost to construct of$159,900. If you wish for us to include this work with our interchange project,please let us know and we will arrange a meeting to discuss the terms of the necessary agreement between your City and the Authority. As we discussed previously,the City would be responsible for paying the added design fee and the added actual construction cost. If you have any questions,please call me at 708/241-6800 x-3935. Sing ely, Richard K.Milburn Project Coordinator cc: Kenneth L. Desmaretz Kesti Susinskas James Canham Dana Havranek Ed Mills,Christian-Roge file read TAP lllinnis Tbllwav paid for by toll revenue not Federal or State tax dollars. RPR 25 '95 12:33 CHRISTIRN—ROLE RND RIBRNDO P.2 . CR sA ENGINEERS • PLANNERS • SURVEYORS April 24, 1995 Contract CIP-93-682 Northwest Tollway • M.P. 22.5 to M.P. 27.5 Randall .Road Interchange Expansion _ ,a - is Mr. Kenneth L. Desmaretz, P.E. Chief Engineer Illinois State Toll Highway Authority One Authority Drive Downers Grove, Illinois 60515 Attention: Mr. Richard K. Milburn, P.E. Project Coordinator Gentlemen: As requested by Mr. Milburn we have enclosed herewith, Exhibit A, the additional design fee required to extend the City of Elgin's 12-inch watermain along the west side of Randall road. This extension will require encasements under the new Ramps C and D as well as jacking under the Northwest Tollway and will be approximately 1,800 feet in length. In addition we have enclosed herewith, Exhibit B. an estimated construction cost for performing the work as designed. If you should have any questions or need additional information, please contact our office. Very truly yours, CHRISTIAN-ROGE&ASSOCIATES,INC. AecArrA-f-ik"- -0-.1) Edward J. Mills, P.E. Project Manager EJM:jh (38-193SWE) Enclosures CHRISTIAN-ROGE&ASSOCIATES,INC. • 211 WEST WACKkR DRIVE • CHICAGO, ILLINOIS 60606 • 312/372-2023 FAX: 312/372-S274 APR 25 '95 12 33 CHRISTIAN-ROGE AND RIBANDO P.3 EXHIBIT ENGINEERING FEE FOR EXTENDING 1 =e I FEET 0 IT •F EL IN'S 12- NCH WA • 1 . N ESTIMATE OF ADDITIONAL MANHOURS REQUIRED ESTIMATED DRAWINGS REQUIRED NUMBER MANN_OURS BILLOF MATERIALS AND GENERAL NOTES 1 40 PROPOSED WATER MAIN PLANS AND PROFILEINCLUDING SPECIFICATIONS 2 80 WATER MAIN CONSTRUCTION DETAIL 1 20 SUBTOTAL 4 DRAWINGS 140 M.H. r !EPAPERMIT(Enginccriog Portion Only) 12 M.H. MEETINGS WITH CITY OF ELGIN(2 X 2 HRS. x 2 MEN) 8 M.H. TOTAL 160 M.R. • ESTIMATE OF ADDITIONAL FEE PROJECT MANAGER 10 M.H. •X $34.50 $ 345.00 PROJECT ENGINEER 42 M.H. X $23.50 — $ 987.00 ENGINEER 40 M.H. X $19.00 $ 760.00 TECHNICIAN 40 M.H. X $17.50 = $ 700.00 DRAFTSPERSON 28 M.H. X $14.00 $ 392.00 TOTALS 160 M.H. $3,184.00 MULTIPLIER X 2.8036 TOTAL COST $8,926.00 r (B8-193EXA) CHRISTIAN4 OGE&ASSOCIATES,INC. • 211 WEST' WACKER DRIVE • CHICAGO,ILLINOIS 60606 • 312/372.2023 FAX: 312/372-5274 • APR 25 '95 12:34 CHRISTIAN-RODE AND RIBANDO P.4 • • EXHIBIT B ESTIMATE OF CONSTRUCTION CU" FOR EXTENDING 1.800 FEET OF 12-INCH WATER MAIN ESTIMATE OF COST ITEM QUANTITY UNIT COST TOTAL CO 24" X 1/2' CASING PIPE IN TRENCH 360 L.F X $ 65.00 = $ 23.400 PIPE INSTALLED BY JACKING (24" X 1/2") 200 L.F. X 160.00 = 32.000 12" DUCTILE IRON WATER MAIN (TRENCH) 1.240 L.F. X 45.00 = 55,800 12" DUCTILE IRON WATER MAIN (CASING) 560 L.F. X 35.00 - 19.600 VALVE VAULT. TYPEA (5' DIA.) I EA. X 1,750.00 1,750 12" BUTTERFLY VALVE 1 EA. X 1,100-00 = 1.100 FIRE HYDRANT AND VALVE 1 EA. X 1,800.00 — 1,800 SCELLANEOUS ITEMS L.SUM X 10.000.00 = 10.000 SUBTOTAL $ 145-J,45 10% CONTINGENCY 14-515 TOTAL ESTIMATED COST 159 r.,-193EXB) CHRISTIAN-ROGf &ASSOCIATES,INC. a 211 WEST WACKER DRIVE • CHICAGO, ILLINOIS 60606 • 312/372-2023 FAX. 312/372-5274 The Illinois State 7b11 Highway Authority One Authority Drive 3.111.m. Downers Grove,Illinois 60515-1703 OlS 708/241-6800 liway Fax: 708/241-6100 ✓ T.D.D. 708/241-6898 September 22, 1995 1995 CITY OF ELGIN Mr. Larry E. Deibert VIA TER DEPARTMENT Director of Water Operations City of Elgin 150 Dexter Court Elgin, Illinois 60120-5555 Re: Northwest Tollway Interchange At Randall Road Agreement Between The Illinois State Toll Highway Authority and the County of Kane Contract No. CIP-92-682 Dear Mr. Deibert: Enclosed are two (2) fully executed originals of the Northwest Tollway Interchange At Randall Road Agreement Between The Illinois State Toll Highway Authority and the County of Kane Contract No. CIP-92-682. .L9. _ These agreements are transmitted to your attention for your records. ry truly yours, Michael J. Woodward Assistant Attorney General MJW:sda {c:l..randalyd.agr/21) Enclosure(s) The Illinois Tollway paid for by toll revenue not Federal or State tax dollars. NORTHWEST TOLLWAY INTERCHANGE AT RANDALL ROAD AGREEMENT BETWEEN THE ILLINOIS STATE TOLL HIGHWAY AUTHORITY AND THE CITY OF ELGIN This Agreement is entered into this day of , A.D., 1995, by and between THE ILLINOIS STATE TOLL HIGHWAY AUTHORITY, an instrumentality and administrative agency of the State of Illinois, hereinafter called the "AUTHORITY', and the CITY OF ELGIN, an Illinois Municipal Corporation, hereinafter called the CITY. WITNESSETH: WHEREAS, the AUTHORITY and the CITY, in order to facilitate the free flow of traffic for the safety and convenience of the motoring public, are desirous of completing the interchange at the intersection of Randall Road and the Northwest Tollway (1-90) in Kane County; and WHEREAS, the improvements to be covered by this Agreement shall consist of the installation of a watermain across the tollway as part of the crossroad realignment with two through traffic lanes and appropriate turn lanes) to accommodate the movement of traffic through the modified interchange, the construction of acceleration and deceleration lanes to accommodate ramp movements, the realignment of the eastbound entrance ramp to 1-90 and the westbound exit ramp from 1-90, the construction of a new eastbound exit ramp to 1-90 and a new westbound exit ramp from 1-90, the realignment of Mason Road, and communication systems if applicable, among other things, as generally shown on Exhibit (ElginH2O.Agr:July 31,1995) — 1 - I t • "A", and included in AUTHORITY said improvements to be hereinafter called the "PROJECT"; and WHEREAS, the AUTHORITY and the CITY are desirous of cooperating in the construction of the PROJECT, providing for a division of cost thereof, and of dividing the maintenance responsibilities thereof following completion of the PROJECT; and WHEREAS, a cooperative intergovernmental agreement is appropriate and such an agreement is authorized and encouraged by Article VII, Section 10 of the Constitution and the Intergovernmental Cooperation Act, 5 ILCS 220/1, et seq.; and WHEREAS, it is in the best interests of the AUTHORITY and the CITY to enter into this Agreement. NOW, THEREFORE, in consideration of the mutual covenants contained herein and the above recitals, the parties hereto agree as follows: {ElginH2O.Agr.July 31,1995} —2 - • • I - PERMIT 1. The CITY agrees to make every reasonable effort to timely obtain an approved Utility Permit from the AUTHORITY. Such approval shall not be unreasonably delayed or withheld. The AUTHORITY shall not be obliged to proceed with the construction of the PROJECT until all such permits has been obtained. II - PRELIMINARY ENGINEERING 1. The AUTHORITY agrees to prepare or cause to be prepared the contract plans, special provisions and estimate, receive bids and award the construction contract for the PROJECT and provide engineering inspection thereof during construction. 2. Prior to advertising for letting, the AUTHORITY shall submit to the CITY, for review and comment, the plans and special provisions for the PROJECT. The AUTHORITY shall further submit to the CITY, for review and approval said portion of the plans and special provisions relating to the planned improvements and the estimate for the PROJECT. After review thereof, within ten (10) working days of receipt of said portion of the plans and special provisions, the CITY will send to the AUTHORITY a letter either approving the documents or stating any objections thereto, including reasons therefor. Approval thereof shall not be unreasonably withheld. No major changes in the approved plans and special provisions relating to the PROJECT shall be made by the AUTHORITY without prior notice to the CITY. Such proposed changes, if any, in the approved plans and special provisions shall be promptly reviewed by the CITY and comments forwarded to the AUTHORITY in writing within five (5) working days. (ElginH2O.Agr.July 31,1995} — 3 - • 3. The AUTHORITY shall pay all design engineering cost related to the PROJECT, subject to reimbursement as hereinafter stipulated. III - RIGHT-OF-WAY ACQUISITION 1. The CITY agrees to make every reasonable effort to timely acquire, in the name of the AUTHORITY and at the CITY's sole cost, and at no cost to the project, any easements required for or incidental to the watermain construction portion of the PROJECT. The AUTHORITY shall not be obligated to proceed with the construction of the PROJECT until all such right-of-way has been acquired. 2. For all right-of-way not acquired by the AUTHORITY and instead acquired by the CITY or others, the CITY agrees to furnish the AUTHORITY with title insurance policies and the original conveyance instruments or court orders for each parcel of right-of-way for the PROJECT. 3. It is understood and agreed that the cost of the right-of-way acquisition shall include the acquisition price thereof (including damages, if any) as well as the preparation costs of plats of survey and legal descriptions, the costs and expenses of appraisal, negotiation, title evidence, relocation assistance and payments, property management, reasonable attorneys fees, expert witness fees and the cost of other such legal services as may be required or incurred. (ElginH2O.Agr.July 31,1995) — 4 - .f , 4 IV - CONSTRUCTION AND CONSTRUCTION ENGINEERING 1. The AUTHORITY agrees to furnish all inspection engineering during construction, and to cause the PROJECT to be built substantially in accordance with the approved plans and special provisions. Subject to reimbursement as hereinafter stipulated. 2. Any proposed changes in plans or special provisions during construction (i) related to the watermain construction improvements or (ii) which would cause the PROJECT not to be built in substantial accordance with the approved plans and special provisions, shall be submitted to the CITY for prior written approval. The CITY shall respond within five (5) business days to such submittal. Said approval(s) shall not be unreasonably delayed or withheld. 3. The AUTHORITY shall give ten (10) calendar days notice of the CITY prior to commencement of construction work on the PROJECT. 4. The AUTHORITY shall require its contractor to have full responsibility for the installation, maintenance and removal of temporary traffic control devices along Randall Road and the Northwest Tollway within the construction limits detailed in the approved plans and special provisions. Said contractor shall be required to meet regularly with CITY and AUTHORITY representatives in order to keep them abreast of maintenance of traffic changes or deficiencies, and to give them 24-hour minimum notice of proposed phase changes. (ElginH2O.Agr.July31,1995) — 5 - • 5. The CITY and the contractor shall meet with the AUTHORITY at a pre-construction meeting, at which time the contractor shall present for the approval of the CITY and the AUTHORITY the traffic control devices and procedures he intends to use on the PROJECT. 6. If any of the proposed watermain construction on the PROJECT requires the AUTHORITY to adjust or relocate existing toliway facilities or utilities not included on the approved plans and special provisions, the AUTHORITY shall have the right to add such work to the contract during construction of the PROJECT, and all costs incurred therefor shall become a part of the cost of construction of the PROJECT to be reimbursed or paid for as provided hereinafter in Article IV. 7. The AUTHORITY shall require the contractor to indemnify and hold harmless the CITY in accordance with the indemnification provided the AUTHORITY in Article 107.14 of the AUTHORITY's Standard Specifications. This requirement shall be included in the special provisions of the construction contract. 8. The AUTHORITY shall require that the contractor execute full and complete releases of the CITY for any and all claims of the contractor, except claims related to the CITY's intentional or malicious conduct, prior to making final payment to the contractor. 9. The AUTHORITY shall require that the CITY, and its employees, be included as additional insured parties in all insurance required of the contractor, and that the CITY be added as an additional protected party on all payment and performance {ElginH2O.Agr.July 31,1995} — 6 - • , bonds required of the contractor. Copies of said insurance policies and bonds shall be delivered to the CITY prior to commencement of construction. This requirement shall be included in the special provisions for the construction contract. 10. The CITY shall have all reasonable rights of inspection during the progress of the work on the watermain portion of the PROJECT, however any inspection by the CITY shall be pursuant to prior reasonable notice to the Chief Engineer of the AUTHORITY or his authorized representative. The CITY representative shall promptly notify the Chief Engineer of the AUTHORITY or his authorized representative where such construction deviates from approved plans and special provisions and the AUTHORITY shall thereafter cause said work to be performed in accordance with said approved plans and special provisions. When the work is complete, the AUTHORITY shall give notice to the CITY of the date for final inspection of the work. The CITY shall have five (5) working days from the receipt of said notice to inspect the Randall Road work. In the event the CITY identifies work that does not conform to the contract plans and special provisions, it shall notify the Chief Engineer of the AUTHORITY of such nonconformity and shall promptly detail in writing each item of work that requires correction. Should the CITY fail to conduct its inspection within the five (5) day time period, it shall be deemed to have approved said work. 11. The AUTHORITY shall not issue final payment to the contractor for the work on the PROJECT until all work is completed in substantial compliance with the approved {ElginH2O.Agr.July31,1995} — 7 - ' , • •• plans and special provisions and the CITY has had an opportunity for inspection of the watermain work as called for in this Agreement. 12. The AUTHORITY shall cause utilities, located in the existing AUTHORITY right-of-way, to be relocated at the expense of the CITY. Any costs associated therewith shall be a part of the cost of the PROJECT and be subject to reimbursement or payment as hereinafter stipulated. Right-of-way acquisition for utility relocation shall be the sole responsibility of the CITY and shall be obtained and paid for by the CITY in accordance with Article II, Para. 1 hereof. 13. The AUTHORITY shall pay all engineering and construction costs, subject to reimbursement thereof by the CITY, as hereinafter stipulated. V - CONSTRUCTION FINANCING 1. It is further agreed that the CITY shall reimburse to the AUTHORITY all engineering and construction costs associated with the watermain construction. The CITY shall pay fifty percent (50%) of their cost within thirty (30) days of the issuance of a notice to proceed with construction and an additional twenty five percent (25%) at completion of fifty percent (50%) of the watermain construction, and the remaining balance due at completion of the watermain construction. The AUTHORITY shall be responsible for all other costs, excluding, however, any and all right-of-way costs. (ElginH2O.Agr.July 31,1995} — 8 - a 2. Either the AUTHORITY or the CITY may, after the construction contracts are let by the AUTHORITY, request that supplemental work, not necessary to the completion of the PROJECT, that increases the total cost of the PROJECT or more costly substitute work be added to the construction contract and the AUTHORITY will cause said supplemental work or such substitute work to be added to the construction contract(s), provided that said work will not delay construction of the improvements. However, the party requesting or causing said non-essential supplemental work or more costly substitute work shall pay for the cost increases of said work, in addition to the costs otherwise provided in this Agreement to be paid by the party. VI - GENERAL THIS AGREEMENT and the covenants contained herein shall become null and void in the event the contract covering the construction work contemplated herein is not awarded by June. 1996. Wherever in this Agreement the approval or review of either the CITY or the AUTHORITY is provided for, said approval or review shall not be unreasonably delayed or withheld. Any dispute concerning the final plans and specifications or in carrying out the terms of this Agreement shall be resolved by a meeting of the CITY Engineer and the Chief Engineer of the AUTHORITY. Any dispute not resolved as provided above shall be {ElginH2O.Agr.July 31,1995} — 9 - resolved by decision of the Mayor of the CITY and the Executive Director of the AUTHORITY, and their decision shall be final. Not later than fourteen (14) days after the execution of this Agreement, each party shall designated representative in writing to the other party who shall serve as the full time representative of the said party during the carrying out of the construction of the improvements. Each representative shall have the authority on behalf of such party, to receive notices and make inspections and give approvals relating to the work covered by this Agreement. Representatives may be changed, from time to time, by subsequent written notice. Each representative shall be readily available to the other party and shall devote full time to this work. THIS AGREEMENT shall be executed in six counterparts each of which shall be deemed as original. {ElginH2O.Agr.July 31,1985} — 1 0 THIS AGREEMENT shall be binding upon and inure to the benefit of the parties hereto, their successors and assigns. THE ILLINOIS STATE TOLL HIGHWAY AUTHORITY By: -•C`Flairm / f Chief Enginee A : Ardid„ggria / i • stantecarY CITY OF ELGIN Mayor of Elgin Attest: p.fteli,,,,‘.k ' A-Q..et.4-y,--- City Clerk A.'roved as to Form and Constitutionali al '•ttorney General, tate of Illinois ' (ElginH2O,AgrJuly31,1995) — 11 — , Access Road 1 \ \ \Existing Ramp A d Rarr'p G Proposed Ram \N Propose p A Northwest Toll way /o 0 d Romp g� s0o, _ \ propose a s ood �,;oc;eO�'—� �Rp Mo �aso/2 ;5���g oao, k , E� 0 a. a) 4' Qi o o_ x one oX EXHIBIT "A" CIP - 92 - 682 RA\ DALL ROAD I \TERCHA\ GE