Loading...
18-64 Resolution No. 18-64 RESOLUTION AUTHORIZING EXECUTION OF AN INTERGOVERNMENTAL AGREEMENT WITH FOX RIVER WATER RECLAMATION DISTRICT REGARDING THE CONSTRUCTION OF GRAVITY SEWER AND FORCEMAIN PROJECT AT FRWRD PUMP STATION 31 BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS, that David A. Kaptain, Mayor, and Kimberly A. Dewis, City Clerk, be and are hereby authorized and directed to execute an Intergovernmental Agreement on behalf of the City of Elgin with Fox River Water Reclamation District regarding the construction of gravity sewer and forcemain project at FRWRD pump station 31, a copy of which is attached hereto and made a part hereof by reference. s/David J. Kaptain David J. Kaptain, Mayor Presented: June 13, 2018 Adopted: June 13, 2018 Omnibus Vote: Yeas: 9 Nays: 0 Attest: s/Kimberly Dewis Kimberly Dewis, City Clerk AN INTERGOVERNMENTAL AGREEMENT REGARDING THE CONSTRUCTION OF GRAVITY SEWER AND FORCEMAIN PROJECT BETWEEN THE CITY OF ELGIN AND THE FOX RIVER WATER RECLAMATION DISTRICT This AGREEMENT is made and entered into by and between the FOX RIVER WATER RECLAMATION DISTRICT, a municipal corporation of Kane and Cook Counties, Illinois, a sanitary district organized pursuant to the Sanitary District Act of 1917, (70 ILCS 2405/11 et seq.), having it principal office located at 1957 N. LaFox Street, South Elgin,Illinois,60177,(hereinafter referred to as "FRWRD"); and The CITY OF ELGIN, an Illinois municipal corporation, having it principal office at 150 Dexter Court, Elgin, Illinois 60120-5555, (hereinafter referred to as the "City"); and WHEREAS, Article VII, Section 10 of the Constitution of the State of Illinois, 1970, authorizes units of local government, including municipalities, to enter into contracts to exercise, combine or transfer any power or function not prohibited to them by law or ordinance; and WHEREAS, FRWRD and the City are units of local government within the meaning of Section 10 of Article VII of the Constitution of the State of Illinois; and WHEREAS, Illinois Compiled Statutes, Chapter 5, Section 220/1 et seq., known as the "Intergovernmental Cooperation Act," authorizes units of local government in Illinois to exercise jointly with any other public agency within the state, including other units of local government, any power, privilege, or authority which may be exercised by a unit of local government individually and to enter into contracts for the performance of governmental services, activities and undertakings; and WHEREAS, FRWRD and the City are public agencies within the meaning of the Intergovernmental Cooperation Act; WHEREAS,the City owns and operates certain sanitary sewers and related appurtenances, including an existing 15-inch sanitary sewer that is located near the Fox River from the old Elgin Box property running north to the FRWRD Pump Station 31 ("City Sanitary Sewer"); and WHEREAS, FRWRD owns and operates certain sanitary sewers, pumping stations, forcemains; and related appurtenances, including an existing 24-inch sanitary sewage forcemain located near the Fox River from the FRWRD Pump Station 31 running south to the Albin D. Pagorski Water Reclamation Facility (FRWRD Forcemain"); and WHEREAS, the City and FRWRD have agreed that it is in their mutual best interest to enter into a single construction contract for the construction of both a new City Sanitary Sewer and a new FRWRD Forcemain; and WHEREAS, FRWRD and the City are authorized to contract among themselves to obtain or share services, or exercise, combine, or transfer any power or function, in any manner not prohibited by law. NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, FRWRD and the City agree as follows: 1. Recitals. That the foregoing recitals are hereby incorporated into this Agreement in their entirety. 2. Project. This agreement involves the construction of two separate pipelines, one a sewer and one a forcemain, designed and to be constructed as part of one project, for the purpose of realizing significant cost savings for the parties' respective tax and rate payers and to reduce the disruption that would be caused if the two projects were constructed at different times as separate projects. The City portion of the project involves the construction of a new gravity sanitary sewer and associated manholes to replace an existing sanitary sewer from south of Route 20 north along the Fox River up to 680 Lower Wellington Avenue, Elgin, IL (the "City project". The FRWRD portion of the project involves the construction of a new forcemain and associated structures to replace an existing forcemain from 680 Lower Wellington south along the Fox River to the Albin D. Pagorski Water Reclamation Facility (the "FRWRD project"). The parties' respective portions of the project together are collectively referred to herein as the "Project." 3. Design. Design drawings and specifications for the Project have been completed by Strand Associates, LLC with FRWRD and the City paying Strand Associates, LLC separately for their portions of the design work. Payments for the design work are not part of this agreement. 4. Bidding. FRWRD will competitively bid the construction work for the Project pursuant to FRWRD's usual and customary practices and its enabling statute. FRWRD and the City will review all bids and both parties will be represented at the bid opening. FRWRD and the City that each party's respective share of the total costs of the bid and the individual bid items will be apportioned in accordance with paragraph 8, herein. The FRWRD Executive Director and the City's City Manager, or their respective designees, will agree in writing as to who the lowest responsible, responsive bidder is that the Project should be awarded to, or whether the job shall be rebid or otherwise rejected. The FRWRD Board of Trustees shall make the appropriate contract award for the Project based upon the mutually agreed,written recommendation of the parties. In no event shall the FRWRD Board of Trustees be authorized to award a contract for the Project without the express written approval of the City. If the FRWRD Board of Trustees fails to award the Project as recommended, the City shall not be obligated for any cost sharing thereafter. 5. Construction Contracts. FRWRD shall enter into contracts for the Project with the contracting parties pursuant to the bid so awarded (Construction Contracts) and shall administer the Construction Contracts in its usual and customary manner, and in a reasonable and prudent manner, at all times. 2 6. Construction Engineering and Inspection. FRWRD and the City will share the construction engineering and inspection services based upon each party's respective proportion of the costs of construction engineering and inspection of the Construction Contracts. FRWRD will enter into the agreement with the consulting firm. An initial estimate of time and effort for each proportion of the work shall be provided in the agreement. The firm shall track time and expenses related to which party's portion of the project is worked on and submit invoices with total costs per party. When efforts are for both portions of the project at the same time, the firm shall apportion time involved proportionally in accordance with paragraph 8, herein. 7. Project Manager. FRWRD shall nominate in writing a person to act as its project manager (which may be the District's Senior Project Engineer) for purposes of decision making and communication during the construction phase of the Project (FRWRD Project Manager). The City shall nominate in writing a person to act as its project manager(which may be the City Water Director)for purposes of decision making and communication during the construction phase of the Project (City Project Manager). The City Project Manager shall communicate any issues to the FRWRD Project Manager who shall report to the appropriate FRWRD staff, Strand Associates, LLC representative, or contractor or subcontractor, according to the proper protocol under the construction and engineering contracts and usual practice. FRWRD Project Manager will forward any issues raised by Strand Associates, LLC representatives or contractor or subcontractor for the City portion of work to the City Project Manager for review by the City. FRWRD and the City agree to cooperate with each other and work together in good faith to complete the Project in the mutual best interest of the parties. Any change order that involves the City portion of work shall require the written approval of the City prior to obligating the City for payment on such change order. The City may at its own expense have its own designated inspector on the construction site as it may determine necessary. The City shall provide written notification to FRWRD of such inspector. 8. Cost Sharing. FRWRD, as Owner under the Construction Contracts, shall enter into the contract(s) and directly budget and disburse payments as they become due and payable. The City will provide in each of its annual budgets, approved after the effective date of this Agreement, an amount reasonably anticipated to be required to meet its obligations for payments to FRWRD under this Agreement. An itemization of each party's respective share of the individual bid items is attached hereto as Exhibit A. The City agrees to reimburse FRWRD for one hundred percent (100%) of costs relating to the construction of the new City Sanitary Sewer and appurtenances, which will become City property. FRWRD agrees to pay one hundred percent (100%) of costs relating to the construction of the new FRWRD Forcemain and appurtenances, which will become FRWRD property. To the extent reasonably practicable, the construction costs for any shared pay items will be apportioned based upon the actual work performed on each 3 party's respective project. For construction costs that cannot be separately attributed to either the City project or the FRWRD project, such costs will be apportioned to each party on a pro rata basis based upon the party's respective proportion of the costs set forth in Exhibit A. 9. Good Faith. The parties shall at all times act in good faith under this Agreement to further the objectives of the parties as evidenced by the terms of this Agreement. 10. Assignment. Neither FRWRD nor the City shall assign or transfer any rights under or interest in this Agreement without the written consent of the other and except to the extent that the effect of this limitation may be restricted by law. Unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under this Agreement. 11. Agreement/Amendment. This Agreement represents the entire understanding and agreement between FRWRD and the City pertaining to the Project as described above and supersedes all prior negotiations, representations or agreements, either written or oral. This Agreement may be amended only by written instrument signed by both FRWRD and the City. This agreement is and shall be deemed to construe to be a joint and collective work product of FRWRD and the City and, as such,this Agreement shall not be construed against the other party,as the otherwise purported drafter of same, by any court of competent jurisdiction in order to resolve any inconsistency, ambiguity, vagueness or conflict,if any, of the terms and provisions contained herein. 12. No Waiver. Failure of FRWRD or the City to insist upon strict and punctual performance of any terms or conditions of this Agreement shall not be construed to constitute a waiver of, or estoppel against, asserting the rights to require such performance. Neither shall a waiver nor an estoppel in one instance constitute a waiver or an estoppel with respect to a later default, whether similar or dissimilar in nature. 13. Severability. If any part of this Agreement is determined by a court to be in conflict with statute or constitution or to be unlawful for any reason, the parties intend that the remaining provisions of this Agreement shall remain in full force and effect and be enforced to the greatest extent provided by law. 14. Law. This Agreement shall be governed by the laws of the State of Illinois and FRWRD and the City will at all times comply with all applicable laws, rules, and regulations that may affect the subject matter of this Agreement or the parties hereto. Venue for resolution of any disputes or the enforcement of any rights pursuant to this agreement shall be in the Circuit Court of Kane County, Illinois. 15. No official, director, officer, agent or employee of FRWRD or the City shall be charged personally or held contractually liable under any term or provision of this 4 Agreement or because of their execution, approval or attempted execution of this Agreement. 16. Insurance. FRWRD shall require that the contractors working on all portions of the Project shall maintain reasonable levels of liability insurance and shall name FRWRD and the City as additionally insured parties and supply certificates thereof to FRWRD prior to commencement of work on the Project. FRWRD shall provide copies of the certificates to the City prior to commencement of the work and annually thereafter until completion of the Project. 17. Audit and Access to Plans and Records. FRWRD shall maintain all books and records required of it by law relating to the subject matter of this Agreement. FRWRD shall maintain books, records, documents and other evidence directly pertinent to performance of subject matter of this Agreement consistent with generally accepted accounting standards The City or any of its duly authorized representatives shall have access to such books, records, documents and other evidence for the purpose of inspection,audit and copying. Facilities for such access and inspection shall be provided by FRWRD at its principal office and will be available access and inspection during normal FRWRD business hours. Audits conducted pursuant to this provision shall be in accordance with generally accepted auditing standards. All records shall be maintained and made available during performance of the Agreement and not less than three years after final completion of the Project. In addition, those records which relate to any dispute or litigation, or the settlement of claims arising out of such performance, or costs or items to which an audit exception has been taken, shall be maintained and made available for not less than three years after the date of resolution of such appeal, litigation, claim or exception. 18. Notices. Any notices required hereunder or by law shall be in writing and directed to the parties at the following addresses: To FRWRD: Robert Trueblood, Executive Director Fox River Water Reclamation District 1957 N. LaFox (Rte. 31) South Elgin, IL 60177 With Copy to: Douglas J. Scheflow, District Attorney Scheflow & Rydell 60 Douglas Avenue, Suite 200 Elgin, Illinois 60120 To City: Eric Weiss, Water Director City of Elgin 150 Dexter Court Elgin, Illinois 60120 5 With Copy to: William Cogley, Corporation Counsel City of Elgin 150 Dexter Court Elgin, Illinois 60120 19. Authority. Both parties represent to each other that they are duly organized and validly existing and have full power and due authority to execute, deliver, and perform this Agreement in accordance with their terms. Such execution, delivery, and performance have been fully authorized by all necessary action and approved by each governmental authority or other party, and the obligations are the legal, valid, and binding obligations of each, enforceable in accordance with their terms. FRWRD and the City of executed this Agreement as of the 13 day of June , 2018. SIGNATURE PAGES FOLLOW 6 FOX RIVER WATER RECLAMATION DISTRICT, an Illinois municipal corporation B y 4..„...,....., ,/e6-7 President Board of Tis "ees ATTEST: / -7z.-- Clerk Boar Trust s State of Illinois ) ) SS County of Kane ) I, the undersigned, a Notary Public, in and for the County and State aforesaid, DO HEREBY CERTIFY, that \}U_. COc(\ , personally known to me to be the President of the Board of Trustees of the FOX RIVER WATER RECLAMATION DISTRICT, an Illinois municipal corporation, and C�Ick,C'y \Nyman , personally know to me to be the Clerk of the Board of Trustees of said corporation, and personally known to me to be the same persons whose names are subscribed to the foregoing instrument, appeared before me this day in person and severally acknowledged that as such President and Clerk, they signed and delivered the said instrument and caused the corporate seal of said corporation to be affixed thereto, pursuant to authority given by the Board of Trustees of said corporation, as their free and voluntary act, and as the free and voluntary act and deed of said corporation, for the uses and purposes therein set forth. Given under my hand this official seal, this 611" day of ----S1= c\t_. , 2018. (-YA'La\9e--Q-9t--(' Notary Public KIMBERLY NARVAIZ Official Seal Notary Public-$tate of Illinois My Commission Expires Nov 1,2020 7 THE CITY OF ELGIN, an Illinois municipal corporation Mayo/ ATTEST: Clerk State of Illinois ) ) SS County of Kane ) I, the undersigned, a Notary Public, in and for the County and State aforesaid, DO HEREBY CERTIFY, that David J. Kaptain , personally known to me to be the Mayor of THE CITY OF ELGIN, an Illinois municipal corporation, and Kimberly Dewis personally know to me to be the City Clerk of said corporation, and personally known to me to be the same persons whose names are subscribed to the foregoing instrument, appeared before me this day in person and severally acknowledged that as such Mayor and Clerk, they signed and delivered the said instrument and caused the corporate seal of said corporation to be affixed thereto, pursuant to authority given by the Elgin City Council of said corporation, as their free and voluntary act, and as the free and voluntary act and deed of said corporation, for the uses and purposes therein set forth. Given under my hand this official seal, this 13 day of June , 2018. / JENNIFER J QUINTON ` OFFICIAL SEAL d r =. NOTARY PUBLIC STATE OF ILLINOIS 1 otary ' • .lic `'�/ 1 MY COMMISSION EXPIRES JANUARY 10,2020 8 Exhibit A Project: PUMP STATION 31 FORCE MAIN REPLACEMENT FOR ADP WRF Owner: FOX RIVER WATER RECLAMATION DISTRICT and CITY OF ELGIN Contractor: TBD Cost Distribution Item For Shared Pay Items No. Description FRWRD Elgin 1. CONSTRUCTION LAYOUT AND STAKING _ 83% 17% 2. MOBILIZATION 83% 17% 3. EARTH EXCAVATION 80% 20% 4. EXPLORATORY EXCAVATION 100% 0% 5. PERIMETER EROSION BARRIER _ 100% 0% 6. INLET AND PIPE PROTECTION 100% 0% 7. TREE REMOVAL(6 to 15 UNITS DIAMETER) 60% - 40% 8. TREE REMOVAL(OVER 15 UNITS DIAMETER) - - 67% 33% 9. TREE ROOT PRUNING 50% 50% 10. TREE PRUNING(1 TO 10 IN.DIAMETER) 50% 50% 11. TREE PRUNING(OVER 10 IN.DIAMETER) 50% 50% 12. REMOVAL AND DISPOSAL OF NON-CCDD MATERIAL 50% 50% 13. FOUNDATION MATERIAL 83% 17% 14. SELECTED GRANULAR BACKFILL 68% 32% 15. DEMOLITION OF RETAINING WALL-STA.114+60 TO 115+50 50% 50% 16. REMOVAL AND DISPOSAL OF PERMANENT TYPE PAVEMENTS AND DRIVEWAYS 81% 19% 17. TEMPORARY SURFACE OVER TRENCH 74% 26% 18. CURB OR CURB&GUTTER REMOVAL AND REPLACMENT 100% 0% 19. HOT-MIX ASPHALT SURFACE COURSE,2-IN 100% 0% 20. BITUMINOUS MATERIALS(PRIME COAT) 100% 0% 21. HOT-MIX ASPHALT BINDER COURSE,2-IN 100% 0% 22. AGGREGATE BASE COURSE,Type B,4-in 100% 0% _ 23. AGGREGATE BASE COURSE,TYPE B, 12-IN 67% 33% 24. RESTORATION-SEED,IDOT CLASS 2 - 67% 33% 25. REMOVE AND REPLACE LIGHT POLE AND FOUNDATION 100% 0% 26. DEWATERING 67% 33% 27. TRAFFIC CONTROL AND PROTECTION 75% 25% 28. FORCE MAIN,24-IN,DI 100% 0% 29. TRENCHLESS CONSTRUCTION-UPRR CROSSING,CASING PIPE-36-IN STEEL 100% 0% 30. IDOT CROSSING,CASING PIPE-36-IN STEEL 100% 0% 31. FORCE MAIN IN CASING PIPE,24-IN,DI,RJ 100% 0% 32. AIR-VACUUM RELEASE AND OFFLOAD STRUCTURE-COMPLETE 100% 0% 33. 24-IN PLUG VALVE _ 100% 0% 34. VALVE VAULT,9-FT 100% 0% 35. TEMPORARY BYPASS PIPING SYSTEM TO PRIMARY EFFLUENT DIVISION BOX 100% 0% 36. TEMPORARY BYPASS PUMPING SYSTEM AT PS-31 100% 0% _ 37. CONNECT TO EXISTING 24-IN FORCE MAIN AT GRIT TANK 100% 0% 38. ABANDON EXISTING 24-IN FORCE MAIN-C LSM 100% 0% 39. MANHOLE TO BE ABANDONED 33% 67% 40. FIBER OPTIC CONDUIT,2-IN _ 100% 0% 41. _ FIBER OPTIC CONDUIT,2-IN-IN CASING PIPE 100% 0% 42. ELECTRICAL HAND HOLE 100% 0% 43. SANITARY SEWER, 15-IN,PVC SDR-26 0% 100% 44. SANITARY SEWER, 12-IN,PVC SDR-26 0% 100% 45. IDOT CROSSING,CASING PIPE-24-IN STEEL 0% 100% 46. SANITARY SEWER IN CASING PIPE, 15-IN, PVC SDR-26 0% 100% 47. MANHOLE,4-FT DIA. 0% 100% 48. TEMPORARY BYPASS PUMPING FOR SANITARY SEWER 0% 100%