Loading...
HomeMy WebLinkAboutPacket - 04/01/2019 - City CouncilAGENDA REGULAR CITY COUNCIL MEETING City Council Chambers, 333 S Green Street Monday, April 1, 2019 1. Call to Order. 2. Roll Call. 3. Pledge of Allegiance. 4. Public Comments: Any member of the public wishing to address the Council is invited to do so by signing in at the meeting entrance and, when recognized stepping to the podium. Opportunities for Public Comment are also provided under each Individual Action Item, 5. Consent Agenda: Motion to Approve the Following Consent Agenda Items: A. Ordinance authorizing the Disposal of Surplus Property owned by the City of McHenry; B. Curran Road Highway Safety Improvement Program (HSIP) IDOT Agreements; C. Pearl Street Illinois Transportation Enhancement Program (ITEP) IDOT Agreements; D. 2019 Hot Mix Asphalt (FOB) Materials Contract Award to Peter Baker and Son Company in the amount of $41.00 per ton for HMA Surface Mixture and $34.00 per ton for HMA Binder Mixture; E. March 18, 2019 City Council Meeting Minutes; F. Issuance of Checks in the amount of $191,030.49. 6. Individual Action Item Agenda. A. Motion to approve a Sign Variance to D.R.. Horton to allow off -site advertising signage at the southeast corner of Veteran's Parkway and South Route 31 for a period not to exceed two years, or when the final certificate of occupancy is issued for the Oaks at Irish Prairie Subdivision. B. Motion to table consideration of an Incentive Agreement between the City of McHenry and Blue Stone Single Tenant Properties, LLC to the Apri115, 2019 City Council Meeting. 7. Discussion Only Items. A. Process for Filling the City Clerk Vacancy 8. Executive Session. 9. Staff Reports. 10. Mayor and City Council Comments. 11. Adjourn. Tde CIry� oJAlcHenq� is dedicnred to prav/ding /!s citizens, busleesses, mid a/sitars w/!h the h/ghesl gnnliry� oJprogrnms mid services iu n customer-orienlerl, eelenl, and fiscalry� respm�s/b/e �nmwer. The complete City Council packet is available for review online via the City ivebsite at wu7mcLmchemy.il.us. For frmther information, please contact the Office of the City Administrator at 815-363-2108. The proceedings of the City Council »reefing are being i oa•ecorded and every attempt is made to ensure that they are posted on the City of McHenry, IL "i ouTube" channel within twenty-four (24) hours of the meeting adjournment. NOTICE: In compliance with the Americans with Disabilities Act (ADA), this and all other City Council meetings are located in facilities that are physically accessible to those who have disabilities. If additional accommodations are needed, please call the Office of the City Administrator at 815-363- 2108 at least 72 hours prior to any meeting so that accommodations can be made. Derik Morefield, City Administrator McHenry Municipal Center 333 Green Street McHenry, Illinois 60050 Phone: (815) 363-2100 Fax: (815) 363-2119 dmorefield@ci,mchenry.il.us CONSENT AGENDA SUPPLEMENT DATE: April 1, 2019 TO: Mayor and City Council FROM: Derik Morefield, City Administrator Ed Larson, IT Administrator RE: Consideration of an Ordinance Authorizing the Disposal of Surplus Property Owned by the City of McHenry ATT: Ordinance AGENDA ITEM SUMMARY: The IT Division continuously evaluates and replaces computers and computer -related equipment as part of a citywide replacement program. As equipment is taken out of service and replaced, any data is cleared from machines and they are stored until there is sufficient quantity to dispose of through the requested process. RECOMMENDATION: Therefore, if Council concurs, it is recommended that a motion be made to approve the attached Ordinance, authorizing the disposal of surplus property owned by the City of McHenry, as identified on the attached itemized list. The City of McHenry is dedicated to providing the citizens, businesses and visitors of McHenry with the highest quality of programs and services in acustomer-oriented, efFcient and fiscally responsible manner. Ordinance No. ORD- CITY OF MCHENRY AN ORDINANCE AUTHORIZING THE DISPOSAL OF SURPLUS PROPERTY OWNED BY THE CITY OF MCHENRY WHEREAS, it is the opinion of the corporate authores of the City of McHenry that it is no longer necessary, useful, or in the best interest of the City to retain ownership of the property described in this Ordinance; and WHEREAS, the City of McHenry finds and determines that it will dispose of the property in a manner described in this Ordinance; THEREFORE, BE IT ORDAINED BY THE MAYOR AND CITY COUNCIL OF THE CITY OF MCHENRY, MCHENRY COUNTY, ILLINOIS, as follows: Sectionl: Recitals. The recitals set forth above are hereby incorporated into and made a part of this Ordinance as though set forth in this Section 1. Section 2: Disnosal of Sw•plus Property. The Mayor and City Council find that the property described in Exhibit A attached to this Ordinance ("Surplus Property") is no longer necessary or useful to the City. Therefore the Information Technology Department for the City of McHenry is hereby authorized to direct the sale or disposal of the Surplus Property in the manner most appropriate to the City. The Surplus Property shall be sold or disposed of in an "as is" condition. Section 3: Each section, paragraph, sentence, clause and provision of this Ordinance is separable and if any provision is held unconstitutional or invalid for any reason, such decision shall not affect the remainder of this Ordinance, other than the part affected by such decision. Section 4: Upon its passage and approval according to law, this Ordinance shall, by authority of the City Council, be published in pamphlet form. Publication date: Effective date: Section 5: This Ordinance shall take effect upon its passage and approval according to law. PASSED BY THE CITY COUNCIL this follows: Ayes Alderwoman Condon Alderman Curry Alderman Devine Alderman Glab Alderman Mihevc Alderman Santi Alderman Schaefer Mayor Jett Mayor (SEAL) ATTEST: Debra Meadows, Deputy City Clerk day of 2019 by roll can vote as Nays Absent Deputy Abstain Exhibit A — Items to be Disposal of: Surplus Equipment Device Manufacturer Model Serial Number Access Point Adtran NetVanta160 01602213040134 Access Point Adtran NetVanta160 01602213040140 Access Point Adtran NetVanta160 01602213040202 Access Point Adtran NetVanta160 01602213040218 Access Point Adtran NetVanta160 01602213040231 Access Point Adtran NetVanta160 01602213040240 Access Point Adtran NetVanta160 01602213040304 Access Point Adtran NetVanta160 01602213040793 Access Point Adtran NetVanta160 01604914040044 Access Point Adtran NetVanta160 01604914040055 Access Point Adtran NetVanta160 01604914040056 Access Point Adtran NetVanta160 01604914040104 Access Point Adtran NetVanta160 01604914040106 Access Point Adtran NetVanta160 01604914040336 Access Point Adtran NetVanta160 01604914040397 Access Point Adtran NetVanta160 01604914040470 Adding Machine Sharp EL-1197P 4D014415 Battery Motorola PMNN4424AAR 50000170635F Battery Motorola PMNN4424AAR 50000172F746 Battery Backup APC ES500 300627X10263 Battery Backup APC ES750 580741T30232 Battery Backup APC E5750 5B1102T04299 Camera Panasonic AG-CK10P A9TA00238 Camera Panasonic AG-CK10P A9TA00263 Camera Panasonic AG-CK10P BOTA00535 Camera Panasonic AG-CK10P BOTA00545 Camera Panasonic AG-CKIOP BOTA00756 Camera Panasonic AG-CK10P COTA00184 Camera Panasonic AG-CKSOP C9TA00054 Camera Panasonic AG-CKSOP GOTA00156 Camera Panasonic AG-CK10P LCA00435 Camera Panasonic AG-CKSOP LCA00452 Camera Panasonic AG-CK10P LDA00299 Desktop PC Dell OptiPlex 3010 4779SW1 Desktop PC Dell OPTIPLEX 380 SSTCHQI Desktop PC Dell OptiPlex 390 SSR58V3 Desktop PC Dell OptiPlex 390 SSRW7V1 Desktop PC Dell 0ptiPlex 390 1SRY7V1 Desktop PC Dell OptiPlex 390 27TSPS1 Desktop PC Dell 0ptiPlex 390 27V3PS1 Desktop PC Dell OptiPlex 390 27V41351 Desktop PC Dell 0ptiPlex 390 27V5P51 Desktop PC Dell OptiPlex 390 27V8PS1 Desktop PC Dell 0ptiPlex 390 27W3PS1 Desktop PC Dell 0ptiPlex 390 27W4PS1 Desktop PC Dell OPTIPLEX 390 345KLS1 Desktop PC Dell OPTIPLEX 390 346DLS1 Desktop PC Dell OPTIPLEX 390 346JLS1 Desktop PC Dell OptiPlex 390 6MCC4V1 Desktop PC Dell 0ptiPlex 390 6MD44V1 Desktop PC Dell OptiPlex 390 6MD54V3 Desktop PC Dell 0ptiPlex 390 6MD64V1 Desktop PC Dell 0ptiPlex 390 6MD84V1 Desktop PC Dell OptiPlex 390 6MD94V1 Desktop PC Dell OptiPlex 390 GFV2KS1 Desktop PC Dell OptiPlex 7010 91QRDX1 Desktop PC Dell OptiPlex 7010 91QSDX1 Desktop PC Dell 0ptlPlex 7010 93RPDX1 Desktop PC Dell 0ptiPlex 7010 91RQDX1 Desktop PC Dell OptiPlex 780 DJKMCPI Desktop PC Dell OptiPlex 960 JPT44J1 Desktop PC Dell OptiPlex7010 91SRDX1 Desktop PC Lenovo ThinkCentre 155041A2UMJRTRN8 DVD Duplicator Addonics DGC3 9665430142 Fax Machine Brother FAX4100 U60298GS1301307 Fax Machine Brother 4750e U6028316JS38512 Flatbed Scanner HP Scan1et4370 CN68KA20Q0 ID Card Printer Fargo Electronics PERSONA C30e B0411495 Laptop PC Datalux Tracer 525348 Laptop PC Datalux Tracer 527163 Laptop PC Datalux Tracer 527164 Laptop PC Dell Inpsiron 5520 871RFS1 Laptop PC Panasonic CF-19 1GKYAGS567 Laptop PC Panasonic CF-19 1GKYA65646 Laptop PC Panasonic CF-19 1GKYA65677 Laptop PC Panasonic CF-19 1GKYA65947 Laptop PC Panasonic CF-19 2EKYA49650 Laptop PC Panasonic CF-19 2EKYA49656 Laptop PC Panasonic CF-19 2EKYA50018 Laptop PC Panasonic CF-19 2EKYA50019 Laptop PC Panasonic CF-19 2EKYA50028 Laptop PC Panasonic CFI9RFRAX6M IGKYA65956 Laptop PC Panasonic CF-28PRPAADM 2FKSB01579 Mailer PitneyBowes DEBO 0057613 Mailer PitneyBowes DM500 4401754 Microwave Radio LlgoWave LigoPTP 5-N Pro 04101415000017D8 Monitor ACER V193L MML52AA002312143044213 Monitor Acer V193L MMLS2AA003246002224212 Monitor Acer V196L 53802402485 Monitor Dell 170FPVt CN-OJ6642-71618-550-AC8P Monitor Dell 1907FPc CN-OCC299-64180-63K-2VZS Monitor Dell 1908FPb CN-ODY840-46633-742-ODAU Monitor Dell 1908FPc CN-OG438H-64180-85U-OF2L Monitor Dell 1908FPt CN-OFP182-71618-754-GTuB Monitor Dell 1908FPt CN-DFP182-71618-754-GTUK Monitor Dell 1980FPc CN-06G438H-64180-85U-OF3L Monitor Dell 2001FP CN-04Y463-48220-3CH-0050 Monitor Dell 2001FP CN-000646-46633-49M-373L Monitor Dell E172FPb CN-OM1609-46633-3CN-2EFS Monitor Dell E173EPs CN-OF7170-47606-4C7-A9TV Monitor Dell E173Fpc CN-OF5035-64180-4BH-OVUS Monitor Dell E173FPf CN-0D5428-72201-496-7Y5S Monitor Dell E177FPb CN-OUH572-46633-681-SWAL Monitor Dell E177FPf CN-OWH318-72872-6A5-33GU Monitor Dell E190Sb CN-07GPK9-74261-254-07WL Monitor Dell E1931-Fp CN-OG6566-47804-4BP-L3PV Monitor NEC LCD2060NX-BK 47105030QA Monitor NEC LCD206ONX-BK 47105034QA Monitor NEC LCD2060NX-BK 47105247QA Monitor Phillips 170P5EB/27 BZ000503623030 Network Switch Black Box LB9508A 402000263 Network Switch Black Box LB8508A 403000564 Network Switch Black Box LB8508A 403000709 Network Switch Black Box LB8508A 403001139 Network Switch Black Box LB8508A 404000102 Network Switch Black Box LB8508A 405000175 Network Switch Black Box LB8508A 603000048 Network Switch Unksys SD205 EB1046 Printer Dell Laser 1125 32NQ7C1 Printer HP Color LaserJet 4730mfp JPJLH02353 Printer HP LaserJet 1200 CNBRC56104 Printer HP LaserJet 2100M USGM000709 Printer HP LaserJet Pro Color M451dn CNDF203276 Printer HP M2727nf CNGBBCQSOQ Printer Xerox Phaser4500N PMT294363 Router Cisco 1721 Series JMX0743SONE Server Dell PowerEdge R610 5NT8JQ3 Server Dell PowerEdge R610 5NT9JQ1 Server Dell PowerEdge R610 DQNBRW1 Shredder Fellowes C-480c 1725,123 Shredder Fellowes PS320 1711,13 Switch D-Link DES-1228P F38N178000435 Switch D-Link DGS-1016D DRBNCCA002012 Switch HP J9775A CN2BFP62CV Switch HP V1910-24G CN20BX20CM Tablet Apple iPad 16GB DYV17AP9DFHW Tablet Apple IPad 16GB DYV17155DFHW Tablet Dell T07G 3PCVR02 Tablet Microsoft Surface Pro 000335352553 Tablet Microsoft Surface Pro 018662542353 Typewriter IBM 6783 14300000211303.00 Typewriter Olympia MasterType3 2000,11 UPS APC BE725BB 4B0450P65547 UPS APC BE750BB 3B0633X55157 UPS APC BE750BB 3BO64SX53553 UPS APC BE750BB 581113T15535 UPS APC BE750G 380848X20101 UPS APC BE75OG 381016X23857 UPS APC BE750G 5B1102T04304 UPS APC SUA1000XL AS0421330147 UPS APC SUA1000XL AS0431331926 Various Keyboards Various Various N/A VPU Panasonic AG-CPD20P LCA00393 VPU Panasonic AG-CPD20P LCA00394 VPU Panasonic AG-CPD20P LCA00395 VPU Panasonic AG-CPD20P LCA00396 VPU Panasonic AG-CPD20P LCA00397 VPU Panasonic AG-CPD20P LCA00398 VPU Panasonic AG-CPD20P LCA00399 VPU Panasonic AG-CPD20P LCA00400 VPU Panasonic AG-CPD20P LCA00401 VPU Panasonic AG-CPD20P LCA00402 VPU Panasonic AG-CPD20P LCA00403 VPU Panasonic AG-CPD20P LCA00404 WIFI Access Point Adtran NetVanta 160 1604914040108 Wireless Controller Adtran 1531P LBADTN1522AE415 Wireless Controller Adtran 1531P LBADTN1528AA352 Wireless Controller Adtran 1534P LBADTN134AL974 Wireless Router Netgear WNR3500L 2P24457J00517 Department of Public Works Jon M. Schmitt, Director 1415 Industrial Drive McHenry, Illinois 60050 Phone: (815) 363-2186 Fax: (815) 363-2214 www.ci.mchenry.il.us CONSENT AGENDA SUPPLEMENT DATE: April 1, 2019 TO: Mayor and City Council FROM: Jon M. Schmitt, Director of Public Works RE: Curran Road HSIP Agreements ATT: 1. IDOT's Construction Engineering Services Agreement for Federal Participation 2. IDOT's Local Agency Agreement for Federal Participation 3. Resolution authorizing the use of MFT funds for a portion of local match funding of improvements (BLR 09110) AGENDA ITEM SUMMARY: Staff requests City Council to consider a Construction Engineering Services Agreement for Federal Participation, Local Public Agency Agreement for Federal Participation, and a Resolution authorizing the use of MFT funds for local match funding for the Curran Road Highway Safety Improvement Program (HSIP) Improvements. BACKGROUND: In 2015, the Illinois Department of Transportation (IDOT), through the Highway Safety Improvement Program (HSIP), awarded $450,000 to the City for safety improvements to the Curran Road S-Curve. The project to be constructed on Curran Road from approximately 400 feet south of Route 120 to Ojibwa Lane will include super -elevated pavement, a paved shoulder with rumble strips, ditch grading for recoverable slopes, pavement markings and additional signage. HSIP funds pay for 90% of Phase I & II engineering, construction and Phase III engineering. On November 2, 2015 City Council approved a Preliminary Engineering Services Agreement for Federal Participation with HR Green, Inc. in an amount not to exceed $29,990.27 for Phase I Engineering of Curran Road (formerly Draper Road) S-Curve Safety Improvements, Phase I approval was received in December, 2017, On May 7, 2018 City Council approved a Preliminary Engineering Services Agreement for Federal Participation with HR Green, Inc. in an amount not to exceed $34,889 for Phase II Design Engineering. Final Plans and Specifications have been submitted to IDOT for the June 14, 2019 State Letting. The City of McHenry is dedicated to providing the citizens, businesses and visitors of McHenry with the highest quality of programs and services in acustomer-oriented , efficient and fiscally responsible manner. Construction costs and Phase III Engineering costs are paid at 90% Federal participation with a 10% local match, but are capped at $391,500 Federal Participation. The total costs for construction and Phase III Engineering are currently estimated at $569,889. The required local portion of $178,389 for construction and Phase III Engineering will be paid utilizing Motor Fuel Tax (MFT) Funds. ANALYSIS: City Staff has selected Baxter & Woodman Inc. to provide Phase III Construction Engineering services through the required Quality Based Selection process required for Federal Aid work. Staff has negotiated a construction engineering services agreement with the selected firm using IDOT's standard form. The construction engineering scope of work includes project startup, full time construction observation, pre -construction and construction progress meetings, administration/coordination, material testing and project closeout in an amount not to exceed $49,829,74, The Engineers opinion of Probable Cost (EOPC) for construction is $520,059. The project is scheduled for June 14, 2019 letting by IDOT with an anticipated early -August construction start. RECOMMENDATION: Therefore, if Council concurs, it is recommended that a motion be made to approve the attached: Curran Road Highway Safety Improvement Program Construction Engineering Services Agreement for Federal Participation with Baxter & Woodman Inc. in an amount not to exceed $49,829,74, the Local Agency Agreement for Federal Participation, and the Resolution authorizing the use of MFT funds for construction of improvements. It is further recommended, if Council concurs, to authorize the Mayor to execute any revisions of the proposed documents upon recommended revisions based upon IDOT and Council of Mayors review. The City of McHenry is dedicated to providing the citizens, businesses and visitors of McHenry with the highest quality of programs and services in acustomer-oriented, efficient and fiscally responsible manner. Local Public Agency City of McHenry L Illjnois Department Consultant Baxter & Woodman, Inc p C of Transportation C p County Address McHenry A N 8678 Ridgefield Rd Section L S City 5-00082-00-SP U Crystal Lake Project No, A Construction Engineering State C' Services Agreement T Illinois Job No. For Zip Code C-91-204-16 E N Federal Participation A` 60012 Contact Name/Phone/E-mail Address N Contact Name/Phone/E-mall Address Troy Strange/815-363-2125 C T Craig Mitchell/815-444-3278 tstrange@ci.mchenry.il.us Y cmitchell@baxterwoodman.com THIS AGREEMENT is made and entered into this day of 2019 between the above Local Public Agency (LPA) and Consultant (ENGINEER) and covers certain professional engineering services in connection with the PROJECT described herein. Federal -aid funds allotted to the LPA by the state of Illinois under the general supervision of the Illinois Department of Transportation (STATE) will be used entirely or in part to finance engineering services as described under AGREEMENT PROVISIONS. WHEREVER IN THIS AGREEMENT or attached exhibits thefollowing terms are used, they shall be interpreted to mean: Regional Engineer Deputy Director Division of Highways, Regional Engineer, Department of Transportation Resident Construction Supervisor Authorized representative of the LPA in immediate charge of the engineering details of the PROJECT In Responsible Charge A full time LPA employee authorized to administer inherently governmental PROJECT activities Contractor Company or Companies to which the construction contract was awarded Project Description Name Curran Road Route FA00084 Length 0.81 mi Structure No. n/a Termini Ojibwa Lane to approximately 300' south of IL Rte 120 Description: Project consists of HMA surface removal, pavement patching, profile and crown adjusimenls, slope and ditch grading revisions, installation of shoulder rumble strips, sign Installations, culvert insertion lining, and pavement markings. Engineers Project Number 190081.60 Provisions I. THE ENGINEER AGREES, To perform or be responsible for the performance of the engineering services for the LPA, in connection with the PROJECT hereinbefore described and checked below: ® a. Proportion concrete according to applicable STATE Bureau of Materials and Physical Research (BMPR) Quality Control/Quality Assurance (QC/QA) training documents or contract requirements and obtain samples and perform testing as noted below. ® b. Proportion hot mix asphalt according to applicable STATE BMPR QC/QA training documents and obtain samples and perform testing as noted below. ® c. For soils, to obtain samples and perform testing as noted below. ® d. For aggregates, to obtain samples and perform testing as noted below. NOTE: For 1a. through 1d. the ENGINEER is to obtain samples for testing according to the STATE BMPR °Project Procedures Guide°, or as Indicated in the specifications, or as attached herein by the LPA; test according to the STATE BMPR'Manual of Test Procedures for Materials°, submit STATE BMPR inspection reports; and verity compliance with contract specifications. Page 1 of 9 BLR 05611 (Rev. 11/09/17) Printed on 2/21I2019 9:40:27 AM ® e. Inspection of all materials when inspection is not provided at the sources by the STATE BMPR, and submit inspection reports to the LPA and the STATE in accordance with the STATE BMPR 'Project Procedures Guide' and the policies of the STATE. ® f. For Quality Assurance services, provide personnel who have completed the appropriate STATE BMPR QC/QA trained technician classes. g. Inspect, document and inform the LPA employee In Responsible Charge of the adequacy of the establishment and maintenance of the traffic control. ❑ h. Geometric control including all construction staking and construction layouts. ® I. Quality control of the construction work in progress and the enforcement of the contract provisions in accordance with the STATE Construction Manual. ® j. Measurement and computation of pay items. ® k. Maintain a daily record of the contractors activities throughout construction including sufficient information to permit verification of the nature and cost of changes in plans and authorized extra work. ® I. Preparation and submission to the LPA by the required form and number of copies, all partial and final payment estimates, change orders, records, documentation and reports required by the LPA and the STATE. ® m. Revision of contract drawings to reflect as built conditions. ® n. Act as resident construction supervisor and coordinate with the LPA employee In Responsible Charge, 2. Engineering services shall include all equipment, instruments, supplies, transportation and personnel required to perform the duties of the ENGINEER in connection with the AGREEMENT. 3. To furnish the services as required herein within twenty-four hours of notification by the LPA employee In Responsible Charge. 4. To attend meetings and visit the site of the work at any reasonable time when requested to do so by representatives of the LPA or STATE. 5. That none of the services to be furnished by the ENGINEER shall be sublet, assigned or transferred to any other party or parties without the written consent of the LPA. The consent to sublet, assign or otherwise transfer any portion of the services to be furnished by the ENGINEER shall not be construed to relieve the ENGINEER of any responsibility for the fulfillment of this AGREEMENT. 6, The ENGINEER shall submit invoices, based on the ENGINEER's progress reports, to the LPA employee In Responsible Charge, no more than once a month for partial payment on account for the ENGINEER's work completed to date. Such invoices shall represent the value, to the LPA of the partially completed work, based on the sum of the actual costs incurred, plus a percentage 7. (equal to the percentage of the construction engineering completed) of the fixed fee for the fully completed work. That the ENGINEER is qualified technically and is entirely conversant with the design standards and policies applicable to improvement of the SECTION; and that the ENGINEER has sufficient properly trained, organized and experienced personnel to 8. perform the services enumerated herein. That the ENGINEER shall be responsible for the accuracy of the ENGINEER's work and correction of any errors, omissions or ambiguities due to the ENGINEER'S negligence which may occur either during prosecution or after acceptance by the LPA. Should any damage to persons or property result from the ENGINEER's error, omission or negligent act, the ENGINEER shall indemnify the LPA, the STATE and their employees from all accrued claims or liability and assume all restitution and repair costs arising from such negligence. The ENGINEER shall give immediate attention to any remedial changes so there will be minimal delay to the contractor and prepare such data as necessary to effectuate corrections, in consultation with and without further compensation from the LPA. 9. 10. That the ENGINEER will comply with applicable federal statutes, state of Illinois statutes, and local laws or ordinances of the LPA. The undersigned certifies neither the ENGINEER nor I have: a) employed or retained for commission, percentage, brokerage, contingent fee or other considerations, any firm or person (other than a bona fide employee working solely for me or the above ENGINEER) to solicit or secure this AGREEMENT; b) agreed, as an express or implied condition for obtaining this AGREEMENT, to employ or retain the services of any firm or person in connection with carrying out the AGREEMENT or Page 2 of 9 BLR 05611 (Rev. 11/09117) Printed on 2/21/2019 9:40:27 AM c) paid, or agreed to pay any firm, organization or person (other than a bona fide employee working solely for me or the above ENGINEER) any fee, contribution, donation or consideration of any kind for, or in connection with, procuring or carrying out the AGREEMENT. d) are not presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from covered transactions by any Federal department or agency; e) have not w thin a three-year period preceding the AGREEMENT been convicted of or had a civil judgment rendered against them for commission of fraud or criminal offense in connection with obtaining, attempting to obtain or performing a public (Federal, State or local) transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements or receiving stolen property; f) are not presently indicted for or otherwise criminally or civilly charged by a government entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (a) of this certification; and g) have not within athree-year period preceding this AGREEMENT had one or more public transactions (Federal, State or local) terminated for cause or default. 11. To pay its subconsultants for satisfactory performance no later than 30 days from receipt of each payment from the LPA. 12. To submit all invoices to the LPA within one year of the completion of the work called for in this AGREEMENT or any subsequent Amendment or Supplement. 13. To submit BLR 05613, Engineering Payment Report, to the STATE upon completion of the work called for in the AGREEMENT. 14. To be prequalified with the STATE in Construction Inspection when the ENGINEER or the ENGINEER's assigned staff is named as resident construction supervisor. The onsite resident construction supervisor shall have a valid Documentation of Contract Quantities certification. 15. Will provide, as required, project inspectors that have a valid Documentation of Contract Quantities certification. 11, THE LPA AGREES, 1. To furnish a full time LPA employee to be In Responsible Charge authorized to administer inherently governmental PROJECT activities. 2. To furnish the necessary plans and specifications. 3. To notify the ENGINEER at least 24 hours in advance of the need for personnel or services. 4. To pay the ENGINEER as compensation for all services rendered in accordance with this AGREEMENT, on the basis of the following compensation formulas: Cost Plus Fixed Fee Formulas ❑ FF=14.5%[(2.3+R)DL+IHDC] Where: DL =Direct Labor IHDC = In House Direct Costs OH = Consultant Firm's Actual Overhead Factor R = Complexity Factor FF=Fixed Fee SBO = Services by Others Total Compensation = DL +IHDC+OH+FF+SBO Specific Rate ❑ (Pay per element) Lump Sum ❑ 5. To pay the ENGINEER using one of the following methods as required by 49 CFR part 26 and 605 ILCS 5/5-409: Page 3 of 9 BLR 05611 (Rev. 11/09/17) Printed on 2/21/2019 9:40:27 AM ❑ With Retainage a) For the first 50 % of completed work, and upon receipt of monthly invoices from the ENGINEER and the approval thereof by the LPA, monthly payments for the work performed shall be due and payable to the ENGINEER, such payments to be equal to 90 % of the value of the partially completed work minus all previous partial payments made to the ENGINEER. b) After 50% of the work is completed, and upon receipt of monthly invoices from the ENGINEER and the approval thereof by the LPA, monthly payments covering work performed shall be due and payable to the ENGINEER, such payments to be equal to 95 % of the value of the partially completed work minus all previous partial payments made to the ENGINEER. c) Final Payment — Upon approval of the work by the LPA but not later than 60 days after the work is completed and reports have been made and accepted by the LPA and the STATE, a sum of money equal to the basic fee as determined in this AGREEMENT less the total of the amounts of partial payments previously paid to the ENGINEER shall be due and payable to the ENGINEER. ® Without Retainage a) For progressive payments — Upon receipt of monthly invoices from the ENGINEER and the approval thereof by the LPA, monthly payments for the work performed shall be due and payable to the ENGINEER, such payments to be equal to the value of the partially completed work minus all previous partial payments made to the ENGINEER. b) Final Payment — Upon approval of the work by the LPA but not later than 60 days after the work is completed and reports have been made and accepted by the LPA and STATE, a sum of money equal to the basic fee as determined in this AGREEMENT less the total of the amounts of partial payments previously paid to the ENGINEER shall be due and payable to the ENGINEER. 6. The recipient shall not discriminate on the basis on the basis of race, color, national origin or sex in the award and performance of any DOT -assisted contract or in the administration of Its DBE program or the requirements of 49 CFR part 26. The recipient shall take all necessary and reasonable steps under 49 CFR part 26 to ensure nondiscrimination in the award and administration of DOT - assisted contracts. The recipient's DBE program, as required by 49 CFR part 26 and as approved by DOT, is incorporated by reference in this agreement. Implementation of this program is a legal obligation and failure to carry out its terms shall be treated as violation of this agreement. Upon notification to the recipient of its failure to carry out its approved program, the Department may impose sanctions as provided for under part 26 and may, in appropriate cases, refer the matter for enforcement under 18 U.S.C. 1001 and/or the Program Fraud Civil Remedies Act of 1986 (31U.S.C. 3801 at seq.). 7. To submit approved form BC 775 (Exhibit C) and BC 776 (Exhibit D) with this AGREEMENT. 8. To certify by execution of this AGREEMENT that the selection of the ENGINEER was performed in accordance with the Local Government Professional Services Selection Act 50 ILCS 510, the Brooks Act 40USC 11, and Procurement, Management, and Administration of Engineering and Design related Services (23 CFR part 172). Exhibit C is required to be completed with this agreement. III. It is Mutually Agreed, 1. That the ENGINEER and the ENGINEER's subcontractors will maintain all books, documents, papers, accounting records and other evidence pertaining to cost incurred and to make such materials available at their respective offices at all reasonable times during the AGREEMENT period and for three years from the date of final payment under this AGREEMENT, for inspection by the STATE, Federal Highway Administration or any authorized representatives of the federal government and copies thereof shall be furnished if requested. 2. That all services are to be furnished as required by construction progress and as determined by the LPA employee In Responsible Charge. The ENGINEER shall complete all services specified herein within a time considered reasonable to the LPA, after the CONTRACTOR has completed the construction contract. 3. That all field notes, test records and reports shall be fumed over to and become the property of the LPA and that during the performance of the engineering services herein provided for, the ENGINEER shall be responsible for any toss or damage to the documents herein enumerated while they are in the ENGINEER's possession and any such loss or damage shall be restored at the ENGINEER's expense. 4. That this AGREEMENT maybe terminated by the LPA upon written notice to the ENGINEER, at the ENGINEER'S last known address, with the understanding that should the AGREEMENT be terminated by the LPA, the ENGINEER shall be paid for any services completed and any services partially completed. The percentage of the total services which have been rendered by the ENGINEER shall be mutually agreed by the parties hereto. The fixed fee stipulated in numbered paragraph 4d of Section II shall be multiplied by this percentage and added to the ENGINEER's actual costs to obtain the earned value of work performed. All field notes, test records and reports completed or partially completed at the time of termination shall become the property of, and be delivered to, the LPA. 5. That any differences between the ENGINEER and the LPA concerning the Interpretation of the provisions of this AGREEMENT shall be referred to a committee of disinterested parties consisting of one member appointed by the ENGINEER, one member appointed by the LPA, and a third member appointed by the two other members for disposition and that the committee's decision shall be final. Page 4 of 9 BLR 05611 (Rev. 11/09/17) Printed on 2/21/2019 9:40:27 AM 6. That in the event the engineering and inspection services to be furnished and performed by the LPA (including personnel furnished by the ENGINEER) shall, In the opinion of the STATE be incompetent or inadequate, the STATE shall have the right to supplement the engineering and inspection force or to replace the engineers or inspectors employed on such work at the expense of the LPA. That the ENGINEER has not been retained or compensated to provide design and construction review services relating to the contractor's safety precautions, except as provided in numbered paragraph 1f of Section I. 8. This ce t ficat on is required by the Drug Free Workplace Act (301LCS 580). The Drug Free Workplace Act requires that no grantee or contractor shall receive a grantor be considered for the purpose of being awarded a contract for the procurement of any property or service from the Slate unless that grantee or contractor will provide a drug free workplace. False certification or violation of the certification may result in sanctions including, but not limited to, suspension of contract or grant payments, termination of a contract or grant and debarment of contracting or grant opportunities with the State for at least one (1) year but no more than five (5) years. For the purpose of this certification,'grantee' or `contractor means a corporation, pa tnership or other entity w th twenty-five (25) or more employees at the time of issuing the grant, or a department, division or other unit thereof, directly responsible for the specific performance under a contract or grant of $5,000 or more from the State, as defined in the Act. The wntractor/grantee certifies and agrees that it will provide a drug free workplace by: (a) Publishing a statement: (1) Notifying employees that the unlawful manufacture, distribution, dispensing, possession or use of a controlled substance, including cannabis, is prohibited in the grantee's or contractor's workplace. (2) Specifying the actions that will betaken against employees for violations of such prohibition. (3) Notifying the employee that, as a condition of employment on such contract or grant, the employee will: (A) abide by the terms of the statement; and (B) notify the employer of any criminal drug statute conviction for a violation occurring in the workplace no later than five (5) days after such conviction. (b) Establishing a drug free awareness program to inform employees about: (1) the dangers of drug abuse in the workplace; (2) the grantee's or contractor's policy of maintaining a drug free workplace; (3) any available drug counseling, rehabilitation and employee assistance program; and (4) the penalties that maybe imposed upon an employee for drug violations. (c) Providing a copy of the statement required by subparagraph (a) to each employee engaged in the performance of the contract or grant and to post the statement in a prominent place in the workplace. (d) Notifying the contracting or granting agency within ten (10) days after receiving notice under part (B) of paragraph (3) of subsection (a) above from an employee or otherwise receiving actual notice of such conviction. (e) Imposing a sanction on, or requiring the satisfactory participation in a drug abuse assistance or rehabilitation program by, any employee who is convicted, as required by section S of the Drug Free Workplace Act. (f) Assisting employees in selecting a course of action in the event drug counseling, treatment and rehabilitation is required and indicating that a trained referral team is in place. (g) Making a good faith effort to continue to maintain a drug free workplace through implementation of the Drug Free Workplace Act. 9. The ENGINEER or subcensultant shall not discriminate on the basis of race, color, national origin or sex in the performance of this AGREEMENT. The ENGINEER shall carry out applicable requirements of 49 CFR part 26 in the administration of DOT -assisted contracts. Failure by the ENGINEER to carry out these requirements is a material breach of this AGREEMENT, which may result in the termination this AGREEMENT or such other remedy as the LPA deems appropriate. 10. When the ENGINEER is requested to complete work outside the scope of the original AGREEMENT, a supplemental AGREEMENT will be required. Supplements will also be required for the addition or removal of subconsultants, direct costs, the use of previously unspecified staff, and other material changes to the original AGREEMENT. Page 5 of 9 BLR 05611 (Rev. 11/09117) Punted on 2/21l2019 9:40:27 AM Agreement Summary Prime Consultant: TIN Number Agreement Amount Baxter& WCodman,lnc 36-2845242 $48,189.74 Sub -Consultants: TIN Number Agreement Amount Soil and Material Consultants 36-3094075 $1,640.00 Sub -Consultant Total: $1.640.00 Prime Consultant Total: $48,189.74 Total for all Work: 1 $49,829,74 Executed by the LPA ATTEST: By: (SEAL) Executed by the ENGINEER: ATTEST: By: Title: Deputy Secretary City of (M unicipality/Townshlp/County) By: Clerk Title: Barter &Woodman, Inc. By: Title: Vice President Page 6 of 9 BLR 05611 (Rev. 11/09/17) Pdnted on 2/21I2019 9:40:27 AM FIRM PSB PR11,10SUPPLEMENT Bazters Woodman, Inc. COST PLUS FIXED FEE COST ESTIMATE OF CONSULTANT SERVICES DATE O3H3119 OVERHEAD RATE 1.4471 COMPLEXITY FACTOR 0 DBE DROP BOX REM MANHOURS IA PAYROLL (B) OVERNFAD & FRIHGEBEHF (C) INiIOUSE DIRECT COSTS (0) FIXED FEE (E) ONaide Direct Coats (F) SERVICES BY OTHERS 40) DBE TOTAL 00 TOTAL 84) %OF GRAND TOTAL Pcojed initiation 6 367.78 532.21 136.08 1,036.07 2.08% ConsBucfion Admin 15 876.72 7,268.70 324.39 2,469.81 4.06% Field Obsemfion 253 13,477.31 19,503.02 147.97 4,986.60 38,114.00 76.490A Project Com letion 42 21261A2 3,272.50 34.31 836.73 6,404.96 12.65% Maledal Testing 1,640.00 1,640.00 3.29% Subconsullant DL 164.00 784.00 0.33% TOTALS 31fi 0198323 24,576.43 182.28 6,447.80 0.00 1,840.00 0.WI 49,829,74 100.00*Ali DBE 0.00% Page 1 of 1 Printed 3/13/zat9lms PM PREPARED BY THE CONSULTANT BDE 3(-0B Template (Rev.01/12/ll) AVERAGE HOURLY PROJECT RATES FIRM eaxterawooaman, Inc. PSB PMMMUPPLEMEMT DATE 0]llill8 SHEET t OF 1 ®� mmu© Mo�Mm Page I of I BDE 3609 Template Pancea a/ta/zols Im ant PRE PARED BY THE CONSULTANT (nev. of/tz/v) FIRM NAME PRIME/SUPPLEMENT PSB NO. Senior Engineer III Admin Support PAYROLL RATES Baxter & Woodman, Inc. DATE ESCALATION FACTOR $53.27 $31.00 0.00% $53.27 $31.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Pagel ofl PREPARED BY THE CONSULTANT BDE 3608 Template (Rev. 01/12/17) Subconsultants FIRM NAME SMC PRIME/SUPPLEMENT NAME Direct Labor Total Contribution to Prime Consultant 0.00 0.00 0.00 0.00 0.00 0.00 0.00 Total 1,640.00 164.00 I�rB7MVJAF] BDE 3608 Template Pagelofl PREPARED BY THE CONSULTANT (Rev.Ol/12/17) In House Direct Costs County McHenry Municipality City of McHenry Section 15-00082-00-SP Route FAU 0084 Curran Rd Contract No. Job No, C-91-204-16 Project HSIP-4003(675) Summary of In -House Costs: Mileage — 314 miles Resident Engineer Total = 314 miles @ $0.58/mile = $182.28 q14 SOIL AND MATERIAL CONSULTANTS, INC. V Mr. Craig Mitchell, P.E. Baxter & Woodman, Inc. 8678 Ridgefield Rd, Crystal Lake, IL 60012 Dear Mr. Mitchell: Office: 847-870-0544 Fax: 847-870-0661 us@soilandmaterialconsultants.com www.sollandmaterialconsultants.com February 14, 2019 Proposal No. 17,355 Re: Soil and Construction Material Testing FAU 0084 Curran Road Improvements McHenry, Illinois Submitted for your consideration is our proposal to provide soil and construction material testing on a will -call basis initiated by your office or representative. We understand the testing requirements of the IDOT QC/QA program are applicable. We propose to be the QA project manager, provide QA plant testing and provide QA jobsite testing. Attached is our Schedule of Fees for anticipated services. Note that hourly rates are inclusive of mileage and equipment charges. Based on available information and our experience on similar projects, we estimate a charge of $1,640.00 may be incurred for the anticipated services. Actual billing will be on a unit price basis and you will only be billed for those services actually provided. Final billing may be less than or greater than the estimated charge. Requests for services not included within the scope of this proposal will be provided at our established unit prices. Thank you for the opportunity of submitting this proposal, which includes the attached General Conditions. If acceptable, please sign and return one copy to our office. Further, please include applicable plans and specifications, if not already submitted. Proposal Accepted Bv: Client Street Town Phone ( ) Signature Printed Name Very truly yours, SOIL AND MATERIAL CONSULTANTS, INC. Reid T. Steinbach, P.E. Director of Engineering E-Mail Address State Zip Code Position Date 8 W. COLLEGE DR. � SUITE C � ARLINGTON HEIGHTS, IL 60004 SOIL BORINGS � SITE INVESTIGATIONS � PAVEMENT INVESTIGATIONS � GEOTECHNICAL ENGINEERING TESTING OF * SOIL * ASPHALT e CONCRETE e MORTAR e STEEL Proposal No, 17,355 Re: FAU 0084 Curran Road Improvements McHenry, Illinois Service Field Testing Technician with Nuclear Gauge Engineering Senior Engineer (P.E.) QA Project Manager, includes project administration, field/laboratory engineering, mix design review, consultation and report review Estimates: Item INC. Estimated Units Fee 16 hours $ 85.00 /hour 340.00 /day min. Page 2 Cost $ 1,360.00 2 hours $ 140.00 /hour $ 280.00 Estimated Cost: $ 1,640.00 Contractor Tons Working Days Est. Days - 20% QA HMA Surface, N50 1,336 2.0 0.5 HMA Binder, N50 11996 2.5 1.0 HMA Shoulders 287 1.0 0.5 Class D Patches (6") 45 1.0 Total: 3,664 6.5 2.0 Billing Notes: Hourly Charges: Portal To Portal Saturdays: Hourly Rate x 1.5 Weekdays over 8 hours/day: Hourly Rate x 1.5 Sundays: Hourly Rate x 2.0 Proposal No. 17,355 Re: FAU 0084 Curran Road Improvements McHenry, Illinois Page 3 Soil and Material Consultants, Inc. (SMC) scope of work defined in the proposal TERMS AN D CONDITIONS was based on information provided by the client. If incomplete, inaccurate or if unexpected site conditions are discovered, the scope of work may change. GEOTECHNICAL INVESTIGATIONS TESTING SERVICES Client will furnish SMC with right -of -access to the site. SMC will lake reasonable precautions to minimize site damage due to Its operations, but has not included in the fee the cost of restoration of any resulting damage. SMC shall not be liable for damage or Injury due to encountering subsurface structures (pipes, tanks, utilities or others) not called to SMC's attention in writing or are not correctly shown on the drawings furnished by client or client's representative. If the client desires, SMC will restore any damage to the site and add the cost of restoration to the fee. Field work, laboratory testing and engineering analysis will be performed in accordance vrith generally accepted soil and foundation engineering practices. Samples are retained in our laboratory for 30 days from date of report and then destroyed unless other disposition is requested. The data reported applies only to the soils sampled and the conditions encountered at each boring location. This does not imply or guarantee that soils between borings will be Identical in character. Isolated inclusions of better or poorer soils can be found on any site. SMC will not be liable for extra work or other consequences due to changed conditions encountered between borings. Any exploration, testing and analysis associated with the Investigation will be performed by SMC for the client's sole use to fulfill the purpose of this Agreement. SMC is not responsible for use or Interpretation of the information by others. The client recognizes that subsurface conditions may vary from those encountered in borings or explorations. Information and recommendations developed by SMC are based solely on available Information and for the currently proposed improvement. Client shall furnish SMC with at least one working days notice on any part-time (less than 8 hours/day) job when field personnel are requested. SMC shall make reasonable effort to provide field personnel in a timely manner but reserves the right to schedule field personnel as deemed appropriate. Minimum charges will be billed when work cancellations are received after field personnel have left for the project site. SMC personnel will provide a professional service based on observations and testing of the work of a contractor, subcontractor, or other service/material provider, as specifically requested. SMC field personnel will look for general conformance with project specifications, plans and/or soiI report but does not accept the responsibility to control or direct the work of others. Discrepancies noted by SMC office or field personnel will be referred to client or client's representative. Testing Services furntshetl by SMC are defined as the taking of soil and/or material tests al various locations and the making of visual observations relating to earthwork, foundations, and/or materials as specifically requested by the client and agreed to by SMC, and will be limited to those specifically agreed services. Such services will be performed by SMC using that degree of care and skill ordinarily exercised, under similar circumstances, by reputable members of the profession practicing in this or similar localities. Observations and testing of soils and/or materials by SMC in noway implies a guarantee or warranty of the vrork of the contractor, subcontractor, or other service/material provider. SMC's work or failure to perform same shall in no way excuse such contractor, subcontractor or other service/material provider from liability in the event of subsequently discovered defects, omissions, errors, deficiencies or failure to perform in accordance with the project plans and specifications. SMC field personnel shall not be responsible for superintendence of the construction process nor direction of the work of the contractor, subcontractor, or other se vioe/material provider. SMC's work shall not Include determining or (mplamenting the means, methods, techniques, sequences or procedures of construction. SMC shall not be responsible for evaluating, reporting or affecting job conditions concerning health, safety orwelfare. Documents including but not limited to technical reports, original boring logs, field data, field notes, laboratory test data, calculations, reports of inspection and testing, geotechnical reports, technical reports, submittals and estimates furnished to the client or its agents pursuant to this agreement are not intended or represented to be suitable for reuse by the client or others on extensions of this project or on any other project. Any reuse without SMC's written consent will be at user's sole risk and without liability or legal exposure to SMC. User shall Indemnify and hold harmless SMC from all claims, damages, losses and expenses including attorney's fees arising out of or resulting therefrom. To the maximum extent permitted by law, the Client agrees to limit SMC liability for clients' damages to $100,000 or the fee, whichever is lesser. This limitation shall apply regardless of the cause of action or legal theory pled or asserted. Soil and Material Consultants, Inc. is a Professional Engineering Corporation. Engineering services are often completed by extension through technical staff. The unit rates presented in this proposal do not reflect charges associated with organized labor. Future agreements, if any, with organized labor will invalidate some of the unit rates presented. Required rate adjustments will be presented to the client for acceptance prior to providing services at the adjusted rates. Services are invoiced monthly for the preceding period. Client agrees to pay each Invoice within thirty (30) days of receipt and further agrees to pay interest on all amounts not paid at the rate of 2.0%per month, an annual rate of 24%, from the due dale. Client agrees to pay all reasonable costs of collection including staff time, court costs, Attorneys' fees and related expenses, if this account becomes delinquent. Client agrees that reports furnished to the client but not paid for in full remain the sole property of SMC and will not be used for design, construction, permits, licensing, sales or other gain. Illinois Department of Transportation Prime Consultant Name Baxter &Woodman, Inc Address 8678 Ridgefield Rd Telephone 815-459-1260 TIN Number Project Information Local Agency City of McHenry Section Number 15-00082-00-SP Project Number HSIP-4003(675) Job Number C-91-204-16 Engineering Payment Report (Submit with Final Invoice) This form is to verify the amount paid to the Sub -consultant on the above captioned contract. Under penalty of law for perjury or falsification. the undersigned certifies that work was executed by the Sub -consultant for the amount listed below. Sub -Consultant Name TIN Number Actual Payment from Prime Soil and Material Consultants 36-3094075 Sub -Consultant Total: Prime Consultant Total: Total for all Work CO Ieted: Signature and Lille of Prime Consultant Note: The Department of Transportation is requesting disclosure of information that is necessary to accomplish the statutory purpose as outlined under state and federal law. Disclosure of this information is REQUIRED and shall be deemed as concurring with the payment amount specified above. For Information about IDOTs collection and use of confidential Information review the department's Identity Protection Policy. Page 8 of 9 BLR 05611 (Rev. 11/09117) Printed on 2121/2019 9:40:27 AM Local Public Agency Section Number Project Number Job Number Exhibit C Federal Qualification Based Selection (QBS) Checklist City of McHenry 15-00082-00-SP HSIP-4003(6751 C-91-204-16 The LPA must complete Exhibit C, if federal funds are used for this engineering agreement and the value will exceed $25,000. The LPA must follow federal small purchase procedures, if federal funds are used and the engineering agreement has a value less than $25,000. ❑ Form Not Applicable (engineering services less than $25,000) 1. Do the written QBS policies and procedures discuss the initial administration (procurement, management, and administration) concerning engineering and design related consultant services? ® Yes ❑ No 2. Do the written QBS policies and procedures follow the requirements as outlined in Section 5-5 and specifically Section 5-5.06(e) of the BLRS Manual? ® Yes ❑ No If no, IDOT's approval date: 3. Was the scope of services for this project clearly defined? ® Yes ❑ No 4. Was public notice given for this project? ® Yes ❑ No Due date of submittal: 02101 /2019 Method(s) used for advertisement and dates of advertisement: Newspaper (NW Herald 1/7/19), City Website 1/7/19 - 2/1/19 email blast 1/7/19 5. Do the written QBS policies and procedures cover conflicts of interest? ® Yes ❑ No 6. Do the written QBS policies and procedures use covered methods of verification for suspension and debarment? ® Yes ❑ No 7. Do the written QBS policies and procedures discuss the method of evaluation? ® Yes ❑ No Criteria for this project Weighting Criteria for this project Weighting Technical Approach 20 % Firm and Key personnel experience 20% Specialized expertise 10 % Staff capabilities io% Work load capacity -availability 10 % Past Performance on similar prom 30% 8. Do the written QBS policies and procedures discuss the method of selection? ® Yes ❑ No Selection committee (titles) for this project: PW_Prolect Engineer, PW Streets Supt. PW Utility Supt. Top three consultants selected for this project in order: 1) Baxter & Woodman. Inc 86/100 2) Thomas Eng Group 76/100 3) Andrews Engineering, Inc 59/100 If less than 3 responses were received, IDOT's approval date: 9. Was an estimated cost of engineering for this project developed in-house prior to contract negotiation? X❑ Yes ❑ No 10. Were negotiations for this project performed in accordance with federal requirements? X❑ Yes ❑ No 11. Were acceptable costs for this project verified? ❑ Yes ❑ No X❑ LPA will rely on ]DOT review and approval of costs. 12, Do the written QBS policies and procedures cover review and approving for payment, before forwarding the request for reimbursement to [DOT for further review and approval? X❑ Yes ❑ No 13, Do the written QBS policies and procedures cover ongoing and finalizing administration of the project (monitoring, evaluation, closing -out a contract, record retention, responsibility, remedies to violations or breaches to a contract, and resolution of disputes)? X❑ Yes ❑ No Page 9 of 9 nLR 05611 (Rev. 11/09117) Printed on 2/21/2019 9:40:27 AM IUinois Department of Transportation Local Public Agency Agreement for Federal Participation Local Public Agency City of McHenry State Contract X Day Labor Local Contract RR Force Account section 15-00082-00-SP Fund Type HSIP ITEP, SRTS, or HSIP Numbers) 201501007 Construction En in edniL Ri ht-of-Wa Job Number Project Number Job Number Project Number Job Number Project Number C-91-204-16 HSIP4003(675) This Agreement is made and entered into between the above local public agency, hereinafter referred to as the "LPA', and the State of Illinois, acting by and through its Department of Transportation, hereinafter referred to as "STATE'. The STATE and LPA jointly propose to improve the designated location as described below. The improvement shall be constructed in accordance with plans prepared by, or on behalf of the LPA, approved by the STATE and the STATE's policies and procedures approved and/or required by the Federal Highway Administration, hereinafter referred to as'FHWA'. Location Local Name Curran Road Route 09-0084 Lengih 0.81 Mi Termini .Ojibwa Lane to 0.06 Mile South of Elm Street (IL Route 120) Current Jurisdiction LPA TIP Number 11-16-0002 Existing Structure No NA Type of Work PartiGpating ConsWction Non -Participating Construction Preliminary Engineering Construction Engineering Right of Way Railroads Utilities Materials TOTAL Project Description Division of Cost HSIP % 346,653 ( ` i 44,847 LPA °/a Total 173,406 ( BAL ) 520,059 41983 ( BAL ) 4%830 $ 391,500 $ $ 178,389 $ 569,889 * Maximum FHWA (HSIP) participation Is 90% and not to exceed $391,500 NOTE: The costs shown in the Division of Cost table are approximate and subject to change. The final LPA share is dependent on the final Federal and State particpation. The actual costs will be used in the final division of cost for billing and relmbursment. If funding is not a percentage of the total, place an asterisk in the space provided for the percentage and explain above. Local Public Agency Appropriation By execution of this Agreement, the LPA attests that sufficient moneys have been appropriated or reserved by resolution or ordinance to fund the LPA share of project vests. A copy of the authorizing resolution or ordinance is attached as an addendum (required for State -let contracts only) Method of Financing (State Contract Work Only) METHOD A ---Lump Sum (80% of LPA Obligation) METHOD B--- Monthly Payments of ' METHOD C--- LPA s Share due by the of each successive month . divided by estimated total cost multiplied by actual progress payment. (See page two for details of the above methods and the financing of Day Labor and Local Contracts) Pdnted 3/21Y2019 Page 1 of 5 BLR 05310 (Rev. 01/29/18) Agreement Provisions THE LPA AGREES: (1) To acquire in its name, or in the name of the STATE if on line STATE highway system, all right-of-way necessary for this project in accordance with the requirements of Titles II and III of the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, and established State policies and procedures. Prior to advertising for bids, the LPA shall certify to the STATE that all requirements of Titles II and III of said Uniform Act have been satisfied. The disposition of encroachments, if any, will be cooperatively determined by representatives of the LPA, and the STATE and the FHWA, if required. (2) To provide for all utility adjustments, and to regulate the use of the right-of-way of this improvement by utilities, public and private, in accordance with the current Utility Accommodation Policy for Local Agency Highway and Street Systems. (3) To provide for surveys and the preparation of plans for the proposed improvement and engineering supervision during construction of the proposed improvement. (4) To retain jurisdiction of the completed improvement unless specified otherwise by addendum (addendum should be accompanied by a location map). If the improvement location is currently under road district jurisdiction, an addendum is required. (5) To maintain or cause to be maintained, in a manner satisfactory to the STATE and the FHWA, the completed improvement, or that portion of the completed improvement within its jurisdiction as established by addendum referred to in item 4 above. (5) To comply with all applicable Executive Orders and Federal Highway Acts pursuant to the Equal Employment Opportunity and Nondiscrimination Regulations required by the U.S. Department of Transportation. (7) To maintain, for a minimum of 3 years after final project close-out by the STATE, adequate books, records and supporting documents to verify the amounts, recipients and uses of all disbursements of funds passing in conjunction with the contract; the contract and all books, records and supporting documents related to the contract shall be available for review and audit by the Auditor General and the department; and the LPA agrees to cooperate fully with any audit conducted by the Auditor General and the STATE; and to provide full access to all relevant materials. Failure to maintain the books, records and supporting documents required by this section shall establish a presumption in favor of the STATE for the recovery of any funds paid by the STATE under the contract for which adequate books, records and supporting documentation are not available to support their purported disbursement. (8) To provide if required, for the improvement of any railroad -highway grade crossing and rail crossing protection within the limits of the proposed improvement. (9) To comply with Federal requirements or possibly lose (partial or total) Federal participation as determined by the FHWA. (10) (State Contracts Only) That the method of payment designated on page one will be as follows: Method A - Lump Sum Payment. Upon award of the contract for this improvement, the LPA will pay to the STATE within thirty (30) calendar days of billing, in lump sum, an amount equal to 80% of the LPA's estimated obligation incurred under this Agreement. The LPA will pay to the STATE the remainder of the LPA's obligation (including any nonparticipating costs) within thirty (30) calendar days of billing in a lump sum, upon completion of the project based on final costs. Method B - Monthly Payments. Upon award of the contract for this improvement, the LPA will pay to the STATE, a specified amount each month for an estimated period of months, or until 80% of the LPA's estimated obligation under the provisions of the Agreement has been paid, and will pay to the STATE the remainder of the LPA's obligation (including any nonparticipating costs) in a lump sum, upon completion of the project based upon final costs. Method C - Progress Payments. Upon receipt of the contractor's first and subsequent progressive bills for this improvement, the LPA will pay to the STATE within thirty (30) calendar days of receipt, an amount equal to the LPA's share of the construction cost divided by the estimated total cost, multiplied by the actual payment (appropriately adjusted for nonparticipating costs) made to the contractor until the entire obligation incurred under this Agreement has been paid. Failure to remit the payment(s) in a timely manner as required under Methods A, B, or C, shall allow the STATE to internally offset, reduce, or deduct the arrearage from any payment or reimbursement due or about to become due and payable from the STATE to LPA on this or any other contract. The STATE, at its sole option, upon notice to the LPA, may place the debt Into the Illinois Comptroller's Offset System (15 ILCS 405110.05) or take such other and further action as my be required to recover the debt. (11) (Local Contracts or Day Labor) To provide or cause to be provided all of the initial funding, equipment, labor, material and services necessary to construct the complete project. (12) (Preliminary Engineering) In the event that right-of-way acquisition for, or actual construction of, the project for which this preliminary engineering is undertaken with Federal participation is not started by the close of the tenth fiscal year following the fiscal year in which the project is federally authorized, the LPA will repay the STATE any Federal funds received under the terms of this Agreement. (13) (Right -of -Way Acquisition) In the event that the actual construction of the project on this right-of-way is not undertaken by the close of the twentieth fiscal year following the fiscal year in which the project is federally authorized, the LPA will repay the STATE any Federal Funds received under the terms of this Agreement. Printed 3/21/2019 Page 2 of 6 BLR 05310 (Rev. 01/29/18) (14) (Railroad Related Work Only) The estimates and general layout plans for at -grade crossing improvements should be forwarded to the Rail Safety and Project Engineer, Room 204, Illinois Department of Transportation, 2300 South Dirksen Parkway, Springfield, Illinois, 62764. Approval of the estimates and general layout plans should be obtained prior to the commencement of railroad related work. All railroad related work is also subject to approval be the Illinois Commerce Commission (ICC). Final inspection for railroad related work should be coordinated through appropriate IDOT District Bureau of Local Roads and Streets office. Plans and preemption limes for signal related work that will be interconnected with traffic signals shall be submitted to the ICC for review and approval prior to the commencement of work. Signal related work involving interconnects with stale maintained traffic signals should also be coordinated with the IDOT's District Bureau of Operations. The LPA is responsible for the payment of the railroad related expenses in accordance with the LPA/railroad agreement prior to requesting reimbursement from IDOT. Requests for reimbursement should be sent to the appropriate IDOT District Bureau of Local Roads and Streets office. Engineers Payment Estimates shall be in accordance with the Division of Cost on page one (15) And certifies to the best of its knowledge and belief its officials: (a) are not presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from covered transactions by any Federal department or agency; (b) have not within a three-year period preceding this Agreement been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements receiving stolen property; (c) are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State, local) with commission of any of the offenses enumerated in item (b) of this certification; and (d) have not within a three-year period preceding the Agreement had one or more public transactions (Federal, State, local) terminated for cause or default. (16) To include the certifications, listed in item 15 above, and all other certifications required by State statutes, in every contract, including procurement of materials and leases of equipment. (17) (State Contracts) That execution of this agreement constitutes the LPA's concurrence in the award of the construction contract to the responsible low bidder as determined by the STATE. (18) That for agreements exceeding $100,000 in federal funds, execution of this Agreement constitutes the LPA's certification that: (a) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress or any employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any cooperative agreement, and the extension, continuation, renewal, amendment or modification of any Federal contract, grant, loan or cooperative agreement; (b) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress or an employee of a Member of Congress, in connection with this Federal contract, grant, loan or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying°, in accordance with its instructions; (c) The LPA shall require that the language of this certification be included in the award documents for all subawards at all lies (including subcontracts, subgrants and contracts under grants, loans and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. (19) To regulate parking and traffic in accordance with the approved project report. (20) To regulate encroachments on public right-of-way in accordance with current Illinois Compiled Statutes. (21) To regulate the discharge of sanitary sewage into any storm water drainage system constructed with this improvement in accordance with current Illinois Compiled Statutes. (22) To complete this phase of the project within three (3) years from the date this agreement is approved by the STATE if this portion of the project described in the Project Description does not exceed $1,000,000 (five years if the project costs exceed $1,000,000). (23) To comply with the federal Financial Integrity Review and Evaluation (FIRE) program, which requires States and subrecipients to justify continued federal funding on inactive projects. 23 CFR 630.106(a)(5) defines an inactive project as a project which no expenditures have been charged against Federal funds for the past twelve (12) months. To keep projects active, invoicing must occur a minimum of onetime within any given twelve (12) month period. However, to ensure adequate processing time, the first invoice shall be submitted to the STATE within six (6) months of the federal authorization date. Subsequent invoices will be submitted in intervals not to exceed six (6) months. (24) The LPA will submit supporting documentation with each request for reimbursement from the STATE. Supporting documentation is defined as verification of payment, certified time sheets or summaries, vendor invoices, vendor receipts, cost plus fix fee invoice, progress report, and personnel and direct cost summaries.and other documentation supporting the requested reimbursement amount (Form BLRS 05621 should be used for consultant invoicing purposes). LPA invoice requests to the STATE will be submitted with sequential invoice numbers by project. Printed 3/21I2019 Page 3 of 5 BLR 05310 (Rev. 07/29l1 a) The LPA will submit to the STATE a complete and detailed final invoice with applicable supporting documentation of all incurred costs, less previous payments, no later than twelve (12) months from the date of completion of this phase of the improvement or from the date of the previous invoice, which ever occurs first. If a final invoice is not received within this time frame, the most recent invoice may be considered the final invoice and the obligation of the funds closed. (25) The LPA shall provide the final report to the appropriate STATE district within twelve months of the physical completion date of the project so that the report maybe audited and approved for payment. If the deadline cannot be met, a written explanation must be provided to the district prior to the end of the twelve months documenting the reason and the new anticipated date of completion. If the extended deadline is not met, this process must be repeated until the project is closed. Failure to follow this process may result in the immediate close-out of the project and loss of further funding. (26) (Single Audit Requirements) That if the LPA expends $750,000 or more a year in federal financial assistance they shall have an audit made in accordance with 2 CFR 200. LPAs expending less than $750,000 a year shall be exempt from compliance. A copy of the audit report must be submitted to the STATE (Office of Finance and Administration, Audit Coordination Section, 2300 South Dirksen Parkway, Springfield, Illinois, 62764), within 30 days after the completion of the audit, but no later than one year after the end of the LPA's fiscal year. The CFDA number for all highway planning and construction activities is 20.205. Federal funds utilized for constructon activities on projects let and awarded by the STATE (denoted by an ")(" in the State Contract field at the top of page 1) are not included in a LPA's calculation of federal funds expended by the LPA for Single Audit purposes. (27) That the LPA is required to register with the System for Award Management or SAM (formerly Central Contractor Registration (CCR)), which is a web -enabled government -wide application that collects, validates, stores, and disseminates business information about the federal government's trading partners in support of the contract award and the electronic payment processes. To register or renew, please use the following website: httos://www.sam.gov/oortal/oublicISAMI#l. The LPA is also required to obtain a Dun &Bradstreet (D&B) D-U-N-S Number. This Is a unique nine digit number required to dentify subrecipients of federal funding. A D-U-N-S number can be obtained at the following website: htto:Hfedaov.d nb. com/webform. THE STATE AGREES: (1) To provide such guidance, assistance and supervision and to monitor and perform audits to the ecent necessary to assure validity of the LPA's certification of compliance w th Titles II and III requirements. (2) (State Contracts) To receive bids for the construction of the proposed improvement when the plans have been approved by the STATE (and FHWA, if required) and to award a contract for construction of the proposed Improvement, after receipt of a satisfactory bid. (3) (Day Labor) To authorize the LPA to proceed with the construction of the Improvement when Agreed Unit Prices are approved, and to reimburse the LPA for that portion of the cost payable from Federal and/or State funds based on the Agreed Unit Prices and Engineers Payment Estimates in accordance with the Division of Cost on page one. (4) (Local Contracts) For agreements with Federal and/or State funds in engineering, right-of-way, utility work and/or construction work: (a) To reimburse the LPA for the Federal and/or State share on the basis of periodic billings, provided said billings contain sufficient cost information and show evidence of payment by the LPA; (b) To provide independent assurance sampling, to furnish off -site material inspection and testing at sources normally visited by STATE inspectors of steel, cement, aggregate, structural steel and other materials customarily tested by the STATE. IT IS MUTUALLY AGREED: (1] Construction of the project will utilize domestic steel as required by Section 106.01 of the current edition of the Standard Specifications for Road and Bridge Construction and federal Buy America provisions. (2) That this Agreement and the covenants contained herein shall become null and void in the event that the FHWA does not approve the proposed Improvement for Federal -aid participation within one (1) year of the date of execution of this Agreement. (3) This Agreement shall be binding upon the parties, their successors and assigns. (4) For contracts awarded by the LPA, the LPA shall not discriminate on the basis of race, color, national origin or sex in the award and performance of any USDOT —assisted contract or in the administration of its DBE program or the requirements of 49 CFR part 26. The LPA shall take all necessary and reasonable steps under 49 CFR part 26 to ensure nondiscrimination in the award and administration of USDOT — assisted contracts. The LPA's DBE program, as required by 49 CFR part 26 and as approved by USDOT, is incorporated by reference in this Agreement. Upon notification to the recipient of its failure to carry out its approved program, the STATE may impose sanctions as provided for under part 26 and may, in appropriate cases, refer the matter for Printed 3/21/2019 Page 4 of 5 BLR 05310 (Rev. 01/29/18) enforcement under 18 U.S.C. 1001 and/or the Program Fraud Civil Remedies Act of 1986 (31 U.S.C. 3801 at seq.). In the absence of a USDOT — approved LPA DBE Program or on State awarded contracts, this Agreement shall be administered under the provisions of the STATE's USDOT approved Disadvantaged Business Enterprise Program. (5) In cases where the STATE is reimbursing the LPA, obligations of the STATE shall cease immediately without penalty or further payment being required if, in any fiscal year, the Illinois General Assembly or applicable Federal Funding source fails to appropriate or otherwise make available funds for the work contemplated herein. (6) All projects for the construction of fixed works which are financed in whole or in part with funds provided by this Agreement and/or amendment shall be subject to the Prevailing Wage Act (820 ILCS 130/0.01 et sea.) unless the provisions of that Act exempt its application. •UrJ'1`Ir7 Additional Information and/or stipulations are hereby attached and identified below as being a part of this Agreement. Number 1- Location Mao Number 2— LPA Appropriation Resolution Number 3 - GATA Addendum (Insert Addendum numbers and titles as applicable) The LPA further agrees, as a condition of payment, that it accepts and will comply with the applicable provisions set forth in this Agreement and all Addenda indicated above. APPROVED Local Public Agency Wayne S. Jett Name of OffiGal (Print or Type Name) Mayor Title (County Board Chairperson/MayorNllage President/eta) (Signature) Date The above signature certifies the agency's TIN number is 36-6005993 conducting business as a Governmental Entity. DUNS Number 023996275 APPROVED State of Illinois Department of Transportation Randall S. Blankenhom, Secretary of Transportation Date Erin Aleman, Director of Planning &Programming Date Erin Aleman, Director of Planning & Programming Date Philip C. Kaufmann, Chief Counsel Dale Jeff Heck, Chief Fiscal Officer (CFO) Date NOTE: If the LPA signature is by an APPOINTED official, a resolution authorizing said appointed official to execute this agreement is required. Printed 3121/2019 Page 5 of 5 BLR 05310 (Rev. 01129/18) Addendum No, 3 Grant Accountability and Transparency Act (GATA) Required Uniform Repon na The Grant Accountability and Transparency Act (30 ILCS 708), requires a uniform reporting of expenditures. Uniform reports of expenditures shall be reported no less than quarterly using IDOT's BOBS 2832 form available on IDOT's web page under the "Resources" tab. Additional reporting frequency may be required based upon specific conditions, as listed in the accepted Notice of State Award (NOSA). Specific conditions are based upon the award recipient/grantee's responses to the Fiscal and Administrative Risk Assessment (ICQ) and the Programmatic Risk Assessment (PRA). PLEASE NOTE: Under the terms of the Grant Funds Recovery Act (30 ILCS 705/4.1), "Grantor agencies may withhold or suspend the distribution of grant funds for failure to file requirement reports" if the report is more than 30 calendar days delinquent, without any approved written explanation by the grantee, the entity will be placed on the Illinois Stop Payment List. (Refer to the Grantee Compliance Enforcement System for detail about the Illinois Stop Payment List: https://www.illinois.aov/sites/GATA/Pages/ResourceLibrarv.asi) ) Addendum 2 ®Illinois Department of Transportation Resolution for Improvement Under the Illinois Highway Code Resolution Number Resolution Tvoe Section Number Original 15-00082-00-SP BE IT RESOLVED, by the Council of the Clty Governing Body Type Local Public Agency Type of McHenry Illinois that the following described street(s)/road(s)/structure be Improved under Name of Local Public Agency the Illinois Highway Code. Work shall be done by Contractor Day Labor For Roadway/Street improvements: Name of Street(s)/Road(s) Length (miles) Route From ITo + Curran Road 0.81 09-0084 10jibwa Lane 10,06 Mi S of Elm Street For Structures: Name of Street(s)/Road(s) Existing Structure No. Route Location Feature Crossed BE IT FURTHER RESOLVED, 1. That the or000sed improvement shall consist of resurfacing, grading for recoverable slopes, guardrail Installation, and other necessary and incidental 2. That there Is hereby appropriated the sum of One Hundred Seventy -Eight Thousand Three Hundred Eighty Nine ------------------. ..... —............. --------------- Dollars( $178,389,00 )for the Improvement of said section from the Local Public Agencys allotment of Motor Fuel Tax funds. BE IT FURTHER RESOLVED, that the Clerk is hereby directed to transmit four (4) certified originals of this resolution to the district office of the Department of Transportation. I, City Clerk in and for said City Name of Clerk oval Public Agency Type Local Public Agency Type of McHenry In the Slate aforesaid, and keeper of the records and files thereof, as provided by Name of Local Public Agency statute, do hereby certify the foregoing to be a true, perfect and complete original of a resolution adopted by Council of McHenry at a meeting held on Governing Body Type Name o Loca Pubic Agency Dale IN TESTIMONY WHEREOF, I have hereunto set my hand and seal this day of Day Month, Year (SEAL) Clerk Sl nature Approved Regional Engineer Department of Trans ortallon Dale Printed 02Y28/19 RLR 09170 (Rev. 03/13/17) Instructions for BLR 09110 This form shall be used when a Local Public Agency (LPA) wants to construction an improvement using Motor Fuel Tax(MFT) funds. Refer to Chapter 9 of the Bureau of Local Roads and Streets Manual (BLRS Manual) for more detailed information. For signature requirements refer to Chapter 2, Section 3.05(b) of the BLRS Manual. When filing out this form electronically, once a field is initially completed, fields requiring the same information will be auto -populated. Resolution Number Enter the resolution number as assigned by the LPA, if applicable. Resolution Type From the drop down box choose the type of resolution: - Original would be used when passing a resolution for the first time for this project. - Supplemental would be used when passing a resolution Increasing appropriation above previously passed resolutions. - Amended would be used when a previously passed resolution is being amended. Section Number Insert the section number of the Improvement the resolution covers. Governing Body Type From the drop down box choose the type of administrative body. Choose Board for County; Council for a City or Town; President and Board of Trustees for a Village or Town. LPA Type From the drop down box choose the LPA body type. Types to choose from are: County, City, Town or Village. Name of LPA Insert the name of the LPA. Contract or Day Labor From the drop down choose either Contract or Day Labor, Roadway/Street Improvements: Name Street/Road Insert the name of the StreeURoad to be Improved. Use a separate line for each street/road. If there are more names to be Inserted than the table allows, type "See Attached" and place the additional information on a separate piece of paper. Length Insert the length of this segment of roadway being Improved In miles. Route Insert the Route number of the road/street to be improved if applicable. From Insert the beginning point of the improvement as it relates to the Street/Road listed to the left. To Insert the ending point of the Improvement as It relates to the Street/Road listed to the left. Structures: Name StreeURoad Insert the name of the Street/Road on which the structure is located. Use a separate line for structure. If there are more structures to be inserted than the table allows, type "See Attached" and place the additional Information on a separate piece of paper. Existing Structure No. Insert the existing structure number this resolution covers, if no current structure Insert n/a. Route Insert the Route number on which the structure is located. Location Insert the location of the structure. Feature Crossed Insert the feature the structure crosses. 1 Insert a description of the major Items of work of the proposed improvement. 2 Insert the dollar value of the resolution for the proposed improvement to be paid for with MFT funds in words followed by in the same amount In numerical format In the Q. Name of Clerk Insert the name of the LPA clerk. LPA Type Insert the type of clerk based on the LPA type. Types to choose from are:County,City, Town or Village. Name of LPA Insert the name of the LPA. Governing Body Type Insert the type of administrative body. Choose Board for County; Council for a City or Town; President and Board of Trustees for a Village or Town. Name of LPA Insert the name of the LPA. Date Insert the date of the meeting. Printed 02/28119 BLR 09110 (Rev. 03113/17) Day Insert the day Clerk is signing the document. Month, Year Insert the month and year of the clerk's signature. Seal The Clerk shall seal the document here. Clerk Signature Clerk shall sign here. Approved The Department of Transportation shall sign and date here once approved. A mum of tour Icecertified signed originals must be submitted to the Regional Engineer's District office. Following the Regional Engineer's approval, distribution will be as follows: Local Public Agency Clerk Engineer (Municipal, Consultant or County) District Compliance Review District File Printed 02/29A 9 8LR 09110 (Rev. 03/13117) Department of Public Works Jon M. Schmitt, Director 1415 Industrial Drive McHenry, Illinois 60050 Phone: (815) 363-2186 Fax: (815) 363-2214 www.ci.mchenry. i I. us CONSENT AGENDA SUPPLEMENT DATE: April 1, 2019 TO: Mayor and City Council FROM: Jon M. Schmitt, Director of Public Works RE: Pearl Street ITEP Agreements ATT: 1. IDOVs Construction Engineering Services Agreement for Federal Participation 2. IDOrs Local Agency Agreement for Federal Participation 3. Resolution authorizing the use of MFT funds for a portion of local match funding of improvements (BLR 09110) AGENDA ITEM SUMMARY: Staff requests City Council to consider a Construction Engineering Services Agreement for Federal Participation, Local Public Agency Agreement for Federal Participation, and a Resolution authorizing the use of MFT funds for local match funding for the Pearl Street Illinois Transportation Enhancement Program (ITEP) Improvements. BACKGROUND: In May of 2018, he Illinois Department of Transportation (IDOT), through the Illinois Transportation Enhancement Program (ITEP), awarded $616,300 to the City of McHenry for lighting and streetscape improvements to Pearl Street between Richmond Road and Riverside Drive. The City submitted applications for funding for these improvements during the design phase of the Pearl Street and Lincoln Road Surface Transportation Program (STP) improvements. However, due to the timeline for the call for proposals and the necessity to construct the multi- use path in 2018 these improvements are being completed as a separate project. The resurfacing and multi -use path project along Pearl Street was completed in fall of 2018 and was constructed such that the streetscape improvements will be able to be completed this year with minimal conflict to recently completed improvements. On July 23, 2018 City Council approved a Preliminary Engineering Services Agreement with HR Green, Inc. in an amount not to exceed $44,430 for Phase I & II Engineering of the Pearl Street The City of McHenry is dedicated to providing the citizens, businesses and visitors of McHenry with the highest quality of programs and services in acustomer-oriented, efficient and fiscally responsible manner. ITEP improvements. Phase I Engineering was approved by [DOT in October of 2018, Final Plans and Specifications have been submitted to IDOT for the June 14, 2019 State Letting. Construction costs and Phase III Engineering costs are paid at 80% Federal participation with a 20% local match and are capped at $616,300 in Federal participation. The total costs for construction and Phase III Engineering are currently estimated at $784,167. The required local portion of $167,687 for construction and Phase III Engineering will be paid utilizing Motor Fuel Fax (MFT) Funds. ANALYSIS: City Staff has selected HR Green, Inc. to provide Phase III Construction Engineering services through the required Quality Based Selection process required for Federal Aid work. Staff has negotiated a construction engineering services agreement with the selected firm usingthe IDOT's standard form. The construction engineering scope of work includes project startup, full time construction observation, pre -construction and construction progress meetings, administration/coordination, material testing and project closeout in an amount not to exceed $97,536.52. The Engineers opinion of Probable Cost (EOPC) for construction is $686,113, The project is scheduled for June 14th, 2019 letting by IDOT with an anticipated early -August construction start. RECOMMENDATION: Therefore, if Council concurs, it is recommended that a motion be made to approve the attached: Pearl Street Illinois Transportation Enhancement Program Construction Engineering Services Agreement for Federal Participation with HR Green, Inc. in an amount not to exceed $97,536.52, the Local Agency Agreement for Federal Participation, and the Resolution authorizing the use of MFT funds for construction of improvements. It is further recommended, if Council concurs, to authorize the Mayor to execute any revisions of the proposed documents upon recommended revisions based upon [DOT and Council of Mayors review. The City of McHenry is dedicated to providing the citizens, businesses and visitors of McHenry with the highest quality of programs and services in acustomer-oriented, efficient and fiscally responsible manner. ®Illinois Department of Transportation Addendum 2 Resolution for Improvement �".O Under the Illinois Highway Code tE°° Resolution Number Resolution Type Section Number Original 18-00084-00-SW BE IT RESOLVED, by the Council of the Clty Governing Body Type Local Public Agency Type of McHenry Illinois that the following described street(s)/road(s)lstructure be improved under Name of Local Public Agency the Illinois Highway Code. Work shall be done by Contract Contract or Day Labor r... o....d,.,o../Crrnnf Imnrnvnmen}e• Name of Street(s)/Road(s) 1 Length (miles) I Route From To 11 Pearl Street 10,33 09-0081 Richmond Road IRIverside Drive + For Structures Name of Street(s)/Road(s) Existing Structure No. Route Location Feature Crossed BE IT FURTHER RESOLVED, �strian lighting, sidewalk replacement, ADA ramps, pavement markings, landscaping, and other necessary incidental work. 2. That there is hereby appropriated the sum of One -Hundred Sixty -Seven Thousand and 00/100-------------------------------- ----...... ----...... -......... --..... ------.... ----.... -...... -.......... --...... Dollars ( $167,687.00 )for the improvement of said section from the Local Public Agencys allotment of Motor Fuel Tax funds. BE IT FURTHER RESOLVED, that the Clerk is hereby directed to transmit four (4) certified originals of this resolution to the district office of the Department of Transportation. 1 City Clerk In and for said City Name of Clerk Local Public Agency Type Local Public Agency Type of McHenry in the State aforesaid, and keeper of the records and files thereof, as provided by Name of Local Public Agency statute, do hereby certify the foregoing to be a true, perfect and complete original of a resolution adopted by Council of McHenry at a meeting held on Governing Body Type Name of Local Pubic Agency Date IN TESTIMONY WHEREOF, I have hereunto set my hand and seal this day of Day Month, Year (SEAL) Clerk Si nature Approved Regional Engineer Department of Trans ortalion Date Printed 03/04119 BLR 09110 (Rev. 03/13/17) Instructions for BLR 09110 This form shall be used when a Local Public Agency (LPA) wants to construction an improvement using Motor Fuel Tax(MFT) funds. Refer to Chapter 9 of the Bureau of Local Roads and Streets Manual (BLRS Manual) for more detailed information. For signature requirements refer to Chapter 2, Section 3.05(b) of the BLRS Manual. When filling out this form electronically, once a field Is initially completed, fields requiring the same information will be auto -populated, Resolution Number Enter the resolution number as assigned by the LPA, if applicable. Resolution Type From the drop down box choose the type of resolution: Original would be used when passing a resolution for the first time for this project. . Supplemental would be used when passing a resolution increasing appropriation above previously passed resolutions. - Amended would be used when a previously passed resolution Is being amended. Section Number Insert the section number of the improvement the resolution covers. Governing Body Type From the drop down box choose the type of administrative body. Choose Board for County; Council for a City or Town; President and Board of Trustees for a Village or Town. LPA Type From the drop down box choose the LPA body type. Types to choose from are: County, City, Town or Village. Name of LPA Insert the name of the LPA, Contract or Day Labor From the drop down choose either Contract or Day Labor. Roadway/Street Improvements: Name Street/Road Insert the name of the Street/Road to be Improved. Use a separate line for each streetiroad. If there are more names to be Inserted than the table allows, type "See Attached" and place the additional information on a separate piece of paper. Length Insert the length of this segment of roadway being Improved in miles. Route Insert the Route number of the road/street to be improved if applicable. From Insert the beginning point of the improvement as it relates to the Street/Road listed to the left. To Insert the ending point of the improvement as it relates to the Street/Road listed to the left. Structures: Name Street/Road Insert the name of the Street/Road on which the structure is located. Use a separate line for structure. If there are more structures to be Inserted than the table allows, type "See Attached" and place the additional Information on a separate piece of paper. Existing Structure No. Insert the existing structure number this resolution covers, if no current structure insert n/a. Route Insert the Route number on which the structure is located. Location Insert the location of the structure. Feature Crossed Insert the feature the structure crosses. 1 Insert a description of the major items of work of the proposed improvement. 2 Insert the dollar value of the resolution for the proposed improvement to be paid for with MFT funds in words followed by in the same amount in numerical format in the Q. Name of Clerk Insert the name of the LPA dark. LPA Type Insert the type of clerk based on the LPA type. Types to choose from are:County,City, Town or Village. Name of LPA Insert the name of the LPA. Governing Body Type Insert the type of administrative body. Choose Board for County; Council for a City or Town; President and Board of Trustees for a Village or Town. Name of LPA Insert the name of the LPA. Date Insert the date of the meeting. Printed 03/04119 BLR 09110 (Rev. 03113117) Day Insert the day Clerk Is signing the document. Month, Year Insert the month and year of the clerk's signature. Seal The Clerk shall seal the document here. Clerk Signature Clerk shall sign here. Approved The Department of Transportation shall sign and date here once approved. A minimum of four (4) certified signed originals must be submitted to the Regional Engineer s District office. Following the Regional Engineer's approval, distribution will be as follows: Local Public Agency Clerk Engineer (Municipal, Consultant or County) District Compliance Review District File Pdnled 03104H9 BLR 09170 (Rev. 03/131t7) Local Public Agency City of McHenry L Illinois Department Consultant HR Green p C of Transportation C 0 County Address McHenry A N 420 N. Front Street Section L S City 18-00084-00-SW McHenry Project No. A Construction Engineering L State CRSH 033 G Services Agreement T IL Job No. For Zip Code C-91-291-19 E Federal Participation A 60050 Contact Name/Phone/E-mail Address N N Contact Name/Phone/E-mail Address Troy Strange, 815.363.2186 C T Todd Destree, 815,509.9307 tstrange@ci.mchenry.il.us Y tdestree@hrgreen.com THIS AGREEMENT is made and entered into this day of between the above Local Public Agency (LPA) and Consultant (ENGINEER) and covers certain professional engineering services in connection with the PROJECT described herein. Federal -aid funds allotted to the LPA by the state of Illinois under the general supervision of the Illinois Department of Transportation (STATE) will be used entirely or in part to finance engineering services as described under AGREEMENT PROVISIONS. WHEREVER IN THIS AGREEMENT or attached exhibits the following terms are used, they shall be interpreted to mean: Regional Engineer Deputy Director Division of Highways, Regional Engineer, Department of Transportation Resident Construction Supervisor Authorized representative of the LPA in immediate charge of the engineering details of the PROJECI In Responsible Charge A full time LPA employee authorized to administer inherently governmental PROJECT activities Contractor Company or Companies to which the construction contract was awarded Protect Description Name Pearl Street Sidewalk and Lighting Enhance Route 9-0081 Length 0.3 Structure No. N/A Termini At Pearl Street from Richmond Road at station 0.00 to Riverside Drive at station 0.33 Description: The work consists of sidewalk removal, decorative concrete sidewalk, street lighting and all incidental and collateral work necessary to complete the project in accordance with the approved Plans and Specifications. Agreement Provisions I. THE ENGINEER AGREES, 1. To perform or be responsible for the performance of the engineering services for the LPA, in connection with the PROJECT hereinbefore described and checked below: ® a. Proportion concrete according to applicable STATE Bureau of Materials and Physical Research (BMPR) Quality ControUQuality Assurance (QClQA) training documents or contract requirements and obtain samples and perform testing as noted below. ® b. Proportion hot mix asphalt according to applicable STATE BMPR QC/QA training documents and obtain samples and perform testing as noted below. ® c. For soils, to obtain samples and perform testing as noted below. ® U. For aggregates, to obtain samples and perform testing as noted below. NOTE: For la. through 1d. the ENGINEER is to obtain samples for testing according to the STATE BMPR 'Project Procedures Guide', or as indicated in the specifications, or as attached herein by the LPA; test according to the STATE BMPR 'Manual of Test Procedures for Materials", submit STATE BMPR inspection reports; and verify compliance with contract specifications. Page 1 of9 nLR 05671 (Rev. 11/09/i7) Pdnted on 3l19/2019 8:28:06 AM ® e. Inspection of all materials when inspection is not provided at the sources by the STATE BMPR, and submit inspection reports to the LPA and the STATE in accordance with the STATE BMPR "Project Procedures Guide° and the policies of the STATE. ® f. For Quality Assurance services, provide personnel who have completed the appropriate STATE BMPR QC/QA trained technician classes. ® g. Inspect, document and inform the LPA employee In Responsible Charge of the adequacy of the establishment and maintenance of the traffic control. ❑ h. Geometric control including all construction staking and construction layouts. ® L Quality control of the construction work in progress and the enforcement of the contract provisions in accordance with the STATE Construction Manual. ® j. Measurement and computation of pay items. ® k. Maintain a daily record of the contractors activities throughout construction including sufficient information to permit verification of the nature and cost of changes in plans and authorized extra work. ® I. Preparation and submission to the LPA by the required form and number of copies, all partial and final payment estimates, change orders, records, documentation and reports required by the LPA and the STATE. ® m. Revision of contract drawings to reflect as built conditions. ® n. Act as resident construction supervisor and coordinate with the LPA employee In Responsible Charge. 2. Engineering services shall include all equipment, instruments, supplies, transportation and personnel required to perform the duties of the ENGINEER in connection with the AGREEMENT. 3. To furnish the services as required herein within twenty-four hours of notification by the LPA employee In Responsible Charge. 4. To attend meetings and visit the site of the work at any reasonable time when requested to do so by representatives of the LPA or STATE. 5. That none of the services to be furnished by the ENGINEER shall be sublet, assigned or transferred to any other party or parties without the written consent of the LPA. The consent to sublet, assign or otherwise transfer any portion of the services to be furnished by the ENGINEER shall not be construed to relieve the ENGINEER of any responsibility for the fulfillment of this AGREEMENT. 6. The ENGINEER shall submit invoices, based on the ENGINEER's progress reports, to the LPA employee In Responsible Charge, no more than once a month for partial payment on account for the ENGINEER's work completed to date. Such invoices shall represent the value, to the LPA of the partially completed work, based on the sum of the actual costs incurred, plus a percentage 7. (equal to the percentage of the construction engineering completed) of the fixed fee for the fully completed work. That the ENGINEER is qualified technically and is entirely conversant with the design standards and policies applicable to improvement of the SECTION; and that the ENGINEER has sufficient properly trained, organized and experienced personnel to 8. perform the services enumerated herein. That the ENGINEER shall be responsible for the accuracy of the ENGINEER' work and correction of any errors, omissions or ambiguities due to the ENGINEER'S negligence which may occur either during prosecution or after acceptance by the LPA. Should any damage to persons or property result from the ENGINEER's error, omission or negligent act, the ENGINEER shall indemnify the LPA, the STATE and their employees from all accrued claims or liability and assume all restitution and repair costs arising from such negligence. The ENGINEER shall give immediate attention to any remedial changes so there will be minimal delay to the contractor and prepare such data as necessary to effectuate corrections, in consultation with and without further compensation from the LPA. 9. 0. That the ENGINEER will comply with applicable federal statutes, state of Illinois statutes, and local laws or ordinances of the LPA. 1 The undersigned certifies neither the ENGINEER nor 1 have: a) employed or retained for commission, percentage, brokerage, contingent fee or other considerations, any firm or person (other than a bona fide employee working solely for me or the above ENGINEER) to solicit or secure this AGREEMENT; b) agreed, as an express or implied condition for obtaining this AGREEMENT, to employ or retain the services of any firm or person in connection with carrying out the AGREEMENT or Page 2 of 9 BLR 05611 (Rev. 11/09/17) Printed on 3/19/2019 8:28:06 AM c) paid, or agreed to pay any firm, organization or person (other than a bona fide employee working solely for me or the above ENGINEER) any fee, contribution, donation or consideration of any kind for, or in connection with, procuring or carrying out the AGREEMENT, d) are not presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from covered transactions by any Federal department or agency; e) have not within athree-year period preceding the AGREEMENT been convicted of or had a civ l Judgment rendered against them for commission of fraud or criminal offense in connection with obtaining, attempting to obtain or performing a public (Federal, State or local) transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements or receiving stolen property; f) are not presently indicted for or otherwise criminally or civilly charged by a government entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (a) of this certification; and g) have not within athree-year period preceding this AGREEMENT had one or more public transactions (Federal, State or local) terminated for cause or default. 11. To pay its subcensullants for satisfactory performance no later than 30 days from receipt of each payment from the LPA. 12. To submit all invoices to the LPA within one year of the completion of the work called for in this AGREEMENT or any subsequent Amendment or Supplement. 13. To submit BLR 05613, Engineering Payment Report, to the STATE upon completion of the work called for in the AGREEMENT. 14. To be prequalified with the STATE in Construction Inspection when the ENGINEER or the ENGINEER's assigned staff is named as resident construction supervisor. The onsite resident construction supervisor shall have a valid Documentation of Contract Quantities certification. 15. Will provide, as required, project Inspectors that have a valid Documentation of Contract Quantities certification. II. THE LPA AGREES, 1. To furnish a full time LPA employee to be In Responsible Charge authorized to administer inherently governmental PROJECT activities. 2. To furnish the necessary plans and specifications. 3. To notify the ENGINEER at least 24 hours in advance of the need for personnel or services. 4. To pay the ENGINEER as compensation for all services rendered in accordance with this AGREEMENT, on the basis of the following compensation formulas: See attached Exhibit A. Cost Plus Fixed Fee Formulas Specific Rate Lump Sum ❑ FF = 14.5%[(2.3 + R)DL +IHDC] Where: DL =Direct Labor IHDC = In House Direct Costs OH = Consultant FirmActual Overhead Factor R = Complexity Factor FF=Fixed Fee SBO = Services by Others Total Compensation = DL+IHDC+OH+FF+SBO ❑ (Pay per element) 5. To pay the ENGINEER using one of the following methods as required by 49 CFR part 26 and 605 ILCS 5/5-009: Page 3 of 9 Pdnled on 3/19/2019 a:28:08 AM BLR 05611 (Rev. 11/09/17) ❑ With Retainage a) For the first 50% of completed work, and upon receipt of monthly invoices from the ENGINEER and the approval thereof by the LPA, monthly payments for the work performed shall be due and payable to the ENGINEER, such payments to be equal to 90% of the value of the partially completed work minus all previous partial payments made to the ENGINEER. b) After 50% of the work is completed, and upon receipt of monthly invoices from the ENGINEER and the approval thereof by the LPA, monthly payments covering work performed shall be due and payable to the ENGINEER, such payments to be equal to 95 % of the value of the partially completed work minus all previous partial payments made to the ENGINEER. c) Final Payment — Upon approval of the work by the LPA but not later than 60 days after the work is completed and reports have been made and accepted by the LPA and the STATE, a sum of money equal to the basic fee as determined in this AGREEMENT less the total of the amounts of partial payments previously paid to the ENGINEER shall be due and payable to the ENGINEER. ® Without Retainage a) For progressive payments — Upon receipt of monthly invoices from the ENGINEER and the approval thereof by the LPA, monthly payments for the work performed shall be due and payable to the ENGINEER, such payments to be equal to the value of the partially completed work minus all previous partial payments made to the ENGINEER. b) Final Payment — Upon approval of the work by the LPA but not later than 60 days after the work is completed and reports have been made and accepted by the LPA and STATE, a sum of money equal to the basic fee as determined in this AGREEMENT less the total of the amounts of partial payments previously paid to the ENGINEER shall be due and payable to the ENGINEER. 6. The recipient shall not discriminate on the basis on the basis of race, color, national origin or sex in the award and performance of any DOT -assisted contractor in the administration of its DBE program or the requirements of 49 CFR part 26. The recipient shall take all necessary and reasonable steps under 49 CFR part 26 to ensure nondiscrimination in the award and administration of DOT - assisted contracts. The recipient's DBE program, as required by 49 CFR part 26 and as approved by DOT, is incorporated by reference in this agreement. Implementation of this program is a legal obligation and failure to carry out its terms shall be treated as Violation of this agreement. Upon notification to the recipient of its failure to carry out its approved program, the Department may impose sanctions as provided for under part 26 and may, in appropriate cases, refer the matter for enforcement under 18 U.S.C. 1001 and/or the Program Fraud Civil Remedies Act of 1986 (31U.S.C. 3801 at seq). 7. To submit approved form BC 775 (Exhibit C) and BC 776 (Exhibit D) with this AGREEMENT. 8. To certify by execution of this AGREEMENT that the selection of the ENGINEER was performed in accordance with the Local Government Professional Services Selection Act 50 ILCS 510, the Brooks Act 40USC 11, and Procurement, Management, and Administration of Engineering and Design related Services (23 CFR part 172). Exhibit C is required to be completed with this agreement. III. It is Mutually Agreed, 1. That the ENGINEER and the ENGINEER's subcontractors will maintain all books, documents, papers, accounting records and other evidence pertaining to cost incurred and to make such materials available at their respective offices at all reasonable times during the AGREEMENT period and for three years from the date of final payment under this AGREEMENT, for inspection by the STATE, Federal Highway Administration or any authorized representatives of the federal government and copies thereof shall be furnished if requested. 2. That all services are to be furnished as required by construction progress and as determined by the LPA employee In Responsible Charge. The ENGINEER shall complete all services specified herein within a time considered reasonable to the LPA, after the CONTRACTOR has completed the construction contract. 3. That all field notes, test records and reports shall be turned over to and become the property of the LPA and that during the performance of the engineering services herein provided for, the ENGINEER shall be responsible for any loss or damage to the documents herein enumerated while they are in the ENGINEER's possession and any such loss or damage shall be restored at the ENGINEER's expense. 4. That this AGREEMENT may be terminated by the LPA upon written notice to the ENGINEER, at the ENGINEER'S last known address, with the understanding that should the AGREEMENT be terminated by the LPA, the ENGINEER shall be paid for any services completed and any services partially completed. The percentage of the total services which have been rendered by the ENGINEER shall be mutually agreed by the parties hereto. The fixed fee stipulated in numbered paragraph 4d of Section II shall be multiplied by this percentage and added to the ENGINEER's actual costs to obtain the earned value of work performed. All field notes, test records and reports completed or partially completed at the time of termination shall become the property of, and be delivered to, the LPA. 5. That any differences between the ENGINEER and the LPA concerning the interpretation of the provisions of this AGREEMENT shall be referred to a committee of disinterested parties consisting of one member appointed by the ENGINEER, one member appointed by the LPA, and a third member appointed by the two ocher members for disposition and that the committee's decision shall be final. Page 4 of 9 8LR 05611 (Rev. 11/09/17) Printed on 3l19/2019 8:28:06 AM 6. That in the event the engineering and inspection services to be furnished and performed by the LPA (including personnel furnished by the ENGINEER) shall, in the opinion of the STATE be incompetent or inadequate, the STATE shall have the right to supplement the engineering and inspection force or to replace the engineers or inspectors employed on such work at the expense of the LPA. That the ENGINEER has not been retained or compensated to provide design and construction review services relating to the contractor's safety precautions, except as provided in numbered paragraph If of Section I. 8. This certification is required by the Drug Free Workplace Act (301LCS 580). The Drug Free Wo kplace Act requires that no grantee or contractor shall receive a grant or be considered for the purpose of being awarded a contract for the procurement of any property or service from the State unless that grantee or contractor will provide a drug free workplace. False certification or violation of the certification may result in sanctions including, but not limited to, suspension of contract or grant payments, termination of a contract or grant and debarment of contracting or grant opportunities with the State for at least one (1) year but no more than five (5) years. For the purpose of this certification, 'grantee" or "contractor means a corporation, partnership or other entity with twenty-five (25) or more employees at the time of Issuing the grant, or a department, division or other unit thereof, directly responsible for the specific performance under a contract or grant of $5,000 or more from the State, as defined in the Act. The contractor/grantee certifies and agrees that it will provide a drug free workplace by: (a) Publishing a statement: (1) Notifying employees that the unlawful manufacture, distribution, dispensing, possession or use of a controlled substance, including cannabis, is prohibited in the grantee's or contractors workplace. (2) Specifying the actions that will be taken against employees for violations of such prohibition. (3) Notifying the employee that, as a condition of employment on such contract or grant, the employee will: (A) abide by the terms of the statement; and (B) notify the employer of any criminal drug statute conviction for a violation occurring in the workplace no later than five (5) days after such conviction. (b) Establishing a drug free awareness program to inform employees about: (1) the dangers of drug abuse in the workplace; (2) the grantee's or contractors policy of maintaining a drug free workplace; (3) any available drug counseling, rehabilitation and employee assistance program; and (4) the penalties that may be imposed upon an employee for drug violations. (c) Providing a copy of the statement required by subparagraph (a) to each employee engaged in the performance of the contract or grant and to post the statement in a prominent place in the workplace. (d) Notifying the contracting or granting agency within ten (10) days after receiving notice under part (B) of paragraph (3) of subsection (a) above from an employee or otherwise receiving actual notice of such conviction. (e) Imposing a sanction on, or requiring the satisfactory participation in a drug abuse assistance or rehabilitation program by, any employee who is convicted, as required by section S of the Drug Free Workplace Act. (f) Assisting employees in selecting a course of action in the event drug counseling, treatment and rehabilitation is required and Indicating that a trained referral team is in place. (g) Making a good faith effort to continue to maintain a drug free workplace through implementation of the Drug Free Workplace Act. 9. The ENGINEER or subcensultanl shall not discriminate on the basis of race, color, national origin or sex in the performance of this AGREEMENT. The ENGINEER shall carry out applicable requirements of 49 CFR part 26 in the administration of DOT -assisted contracts. Failure by the ENGINEER to carry out these requirements is a material breach of this AGREEMENT, which may result In the termination this AGREEMENT or such other remedy as the LPA deems appropriate. 10. When the ENGINEER Is requested to complete work outside the scope of the original AGREEMENT, a supplemental AGREEMENT will be required. Supplements will also be required for the addition or removal of subcensultants, direct costs, the use of previously unspecified staff, and other material changes to the original AGREEMENT. Page 5 of 9 BLR 05611 (Rev. 11/09l17) Printed on 3/19/2019 8:28:06 AM Agreement Summary Prime Consultant: TIN Number AcIreement Amount HR Green 42-0927176 $93,022,52 Sub -Consultants: TIN Number Agreement Amount Rubino Engineering 80-0450719 $ 43514,00 Sub -Consultant Total: $ 4,514.00 Prime Consultant Total: $933022.52 Total for all Work: 1 $97,536.52 Executed by the LPA: ATTEST: By: (SEAL) Executed by the ENGINEER: ATTEST: By: Clerk Title: Senior Construction Project Manager Page 6 of 9 Printed on 3I19/2019 8:28:06 AM City of McHenry (Municipality) By: Title: By: Tille: Vice President BLR 05611 (Rev. 11/09/17) Illinois Department of Transportation Prime Consultant Name HR Green Address 420 N. Front Street Telephone 816.385.1778 TIN Number 42-0927176 Project Information Local Agency City of McHenry Section Number 18-00084-00-SW Project Number CRSH(O33) Job Number C-91-291-19 Engineering Payment Report (Submit with Final Invoice) This form is to verify the amount paid to the Sub -consultant on the above captioned contract. Under penalty of law for perjury or falsification, the undersigned certifies that work was executed by the Sub -consultant for the amount listed below. Sub -Consultant Name TIN Number Actual Payment from Prime Rubino Engineering 80-0460719 Sub -Consultant Total: Prime Consultant Total: Total for all Work Completed: Signature and title of Prime Consultant Note: The Department of Transportation is requesting disclosure of information that is necessary to accomplish the statutory purpose as outlined under state and federal law. Disclosure of this information is REQUIRED and shall be deemed as concurring with the payment amount specified above. For information about IDOTs collection and use of confidential Information review the department's Identity Protection Policy. Page 8 of 9 BLR 05611 (Rev. 11/09117) Printed on 3/19/2019 8:28:06 AM Local Public Agency Section Number Project Number Job Number Exhibit C Federal Qualification Based Selection (QBS) Checklist City of McHenry 18-00084-00-SW CRSH(033) C-91-291-19 The LPA must complete Exhibit C, if federal funds are used for this engineering agreement and the value will exceed $25,000. The LPA must follow federal small purchase procedures, if federal funds are used and the engineering agreement has a value less than $25,000. ❑ Form Not Applicable (engineering services less than $25,000) 1. Do the written QBS policies and procedures discuss the initial administration (procurement, management, and administration) concerning engineering and design related consultant services? ® Yes ❑ No 2. Do the written QBS policies and procedures follow the requirements as outlined in Section 5-5 and specifically Section 5-5.06(e) of the BLRS Manual? ® Yes ❑ No If no, IDOT's approval date: 3. Was the scope of services for this project clearly defined? ® Yes ❑ No 4. Was public notice given for this project? ® Yes ❑ No Due date of submittal: January 17, 2019 Method(s) used for advertisement and dates of advertisement: Northwest Herald. 01/17/2019, Public Works Website. 01/17/2019 to 02/28/2019 and ablest (01/17/2019) 5. Do the written QBS policies and procedures cover conflicts of interest? ® Yes ❑ No 6. Do the written QBS policies and procedures use covered methods of verification for suspension and debarment? Yes ❑ No 7. Do the written QBS policies and procedures discuss the method of evaluation? ® Yes ❑ No Criteria for this project Weighting Criteria for this project Weighting Technical Approach 20 % Workload Capacity 10% Firm/Personnel Experience 20 % Past Performance on Similar 30% Specialized Experience 10 % Staff Capabilities 10 % % 8. Do the written QBS policies and procedures discuss the method of selection? ®Yes ❑ No Selection committee (titles) for this project: Project Engineer, Utility Superintendent, Street Superintendent Top three consultants selected for this project in order: 1) HR Green 2) B & W 3) Thomas Engineering If less than 3 responses were received, IDOT's approval date: 9. Was an estimated cost of engineering for this project developed in-house prior to contract negotiation? ® Yes ❑ No 10. Were negotiations for this project performed in accordance with federal requirements? ® Yes ❑ No 11, Were acceptable costs for this project verified? ®Yes ❑ No ❑ LPA will rely on IDOT review and approval of costs. 12, Do the written QBS policies and procedures cover review and approving for payment, before forwarding the request for reimbursement to IDOT for further review and approval? ® Yes ❑ No 13, Do the written QBS policies and procedures cover ongoing and finalizing administration of the project (monitoring, evaluation, closing -out a contract, record retention, responsibility, remedies to violations or breaches to a contract, and resolution of disputes)? ® Yes ❑ No Page 9 of 9 BLR 05611 (Rev. 11/09/17) Printed on 3/19/2019 8:28:06 AM ExhibitA 0 Construction Engineering Summary Route: Pearl Street Local Agency. City of McHenry (Municipality) Section No.: 18-008"OSW Project CRSH(033) Job No.: C-91-29149 ^F1rm's approved rates on file with IDOTa Bureau of Accounting & Auditing: Rate (OH) y Factor (R) n Date Cosf Plus Fixed Fee Methods of Compensation: Foxed Feel X 145/ DL+ R(DL) + OH(DL) + mq Foxed Feet 145/[(2.3+R)DL+IHDC] SpecificRate "' Lump Sum Cecf Fefima}n of Mnc..11o..a�� c Element of Work Proect Start Up PubUbl!Coordination Public Outreach Construction Observation Administration Meetings Project Close Out Employee Classification See Ea7iibitC Man- Hours 16 12 24 492 12 56 80 Payroll Rate $37,26 $37.26 $53.63 $36.05 $70.00 $63.55 $3726 Payroll Costs (DL) $596.16 $447.12 $1287.12 $18720.80 $840,00 $3558.80 $2980.80 Overhead (OH"DL) $1009.95 5757.47 $2180.51 $31714.57 $1423.04 $6,028.96 $5,049.77 Services by Others (SBO) $4,514.00 In -House Direct Costs (IHDC) $4,647.50 FixeFee $23289 $174.66 $502.81 $7986.99 5328.14 $1,390.23 $1164.43 Total $i 83900 $1379.25 $3970.44 $67,583.66 $2,591.19 $10977.99 $9195.01 Totals 692 $28 430.60 848.164.28 $4,514.00 34, 447,50 $11 780.15 $97 536.52 Route: Pearl Street Local Agency: City of McHenry County McHenry Job No.: C-91-291-19 PTS/Item Exhibit D -Construction Engineering Consultant HR Green, Inc. Average Hourly Project Rates Date 02/28/19 Sheet 1 OF 1 Payroll Classification Principal Senior Construction Pro' Man. Construction Engineer ll Construction En ineer 1 Construction En ineer III Construction Technician 1 Construction Technician II Administrative Assistant II Average Payroll Rates $70.00 $70.00 537.26 $31.41 $49.59 $31.47 $35.25 $24.88 Total Project Rates Project Start Up Utility Coordination Public Outreach Construction Observation Administration Hours 84 520 8 % Part 13.73% 84.97% 1.31 % Wgtd Avg 9.61 31.66 0.33 Hours 16 / Part 100.00% Wgtd Avg 37.26 Hours 12 % Part 100.00% Wgtd Avg 37.26 Hours 12 12 % Part. 50.00% 50.00% Wgtd Avg 35.00 18.63 Hours 12 480 % Part 2.44% 97.56% Wgtd Avg t71 36.35 Hours 12 % Part 100.00% Wgtd Avg 70.00 TOTALS 612 100% $41.59 16 100% $37,26 12 1000/o $37.26 24 100% F$53 492 100% $38.05 12 100% $70.00 Route: Pearl Street Loral Agency: City of McHenry County McHenry Job No.: G91-291-19 PTB/Item Exhibit D - Construction Engineering Consultant HR Green, Inc. Average Hourly Project Rates Date 02!28/19 Sheet 2 OF 2 Payroll Classification Principal Senior Construction Pro' Man. Construction Engineer II Construction Engineer 1 Construction Engineer III Construction Technician 1 Construction Technician II Administrative Assistant ll Avg Hourly Rates $70.00 $70.00 $3726 $31.41 S49.59 $31.47 $35.25 $24.86 Meetings Hours % Wgtd Pan. Av 48 85.71 % 60,00 8 14.29% 3.55 Project Close Out Hours % wgtd Pun, AvgPam 80 100.00% 3726 Hours % Wg[d Ay Hours % Wgtd Pon A q Hours % Wgtd PamA� Hours % Wgtd Pam Avg TOTALS 56 100% $63.55 FSO 100% $37.26 0 0% $0,00 0 0% $0.00 0 0% $0.00 Exhibit D - Construction Engineering Direct Costs Project Start Up In -House Direct Costs Mileage 5 days x 1 half day Utility Coordination In -House Direct Costs Vehicle Use 66 days x Services by Others - Geolechnical Subconsultant $65.000 per day= $325.00 $32.500 per day = $32.50 Sub -Total $357.50 $fi5.000 per day = $4 290.00 Sub -Total $4,290,00 Tofal Mileage Direct Cost $4,647.50 $4,51A.00 Sub -Total §4,514.00 Total Services by Othars §4 514.00 ino Exhibit E rub ENGINEERING INC. February 22, 2019 To: Todd Destree, PE, CPESC Re: Senior Construction Project Manager HR Green, Inc. 420 N. Front Street McHenry, IL 60050 Phone: 815.385,1778 Cell: 815,509.9307 Via email: tdesireeCa�hrgreen.com Dear Mr. Destree, PROPOSAL Quality Assurance Testing Services FAU 0081 (PEAflI STREET) ILLINOIS ROUTE 31 (FAP 0336) TO RIVERSIDE DRIVE (FAU 0156) SIDEWALK AND LIGHTING ENHANCEMENTS SECTION: 16-00089-00-SW PROJECT: CRSH (033) CITY OF MCHENRY MCHERRY COUNTY C-91-291-19 Proposal No. Q19.080 Rubino Engineering, Inc. Is pleased to submit the following proposal to provide QA construction materials testing and inspection services for the above referenced project. PROJECT UNDERSTANDING Rubino Engineering, Inc, received material quantities from you via small on February 19, 2019 and the following outlines our understanding of the requested scope of services: Protect Name and Description Lighting and Sidewalk project -Pearl Street, McHenry General Scope of Services BITUMINOUS PAVING AND EXTERIOR CONCRETE • CIA Field testing of uncured concrete —Slump, air, temperature, and casting of cylinders • QA Laboratory testing of cured concrete —Strength • CIA Field testing of hot mix asphalt (HMA) — Density by the nuclear method • QA Laboratory testing of HMA — Bulk SG, Max SG, and Loss on Ignition Extras • Re -inspection for failed tests • Work areas not ready for inspection at the time scheduled • Delays by the contractor • Cancellations • Overtime • Any services not described and listed above Rubino Engineering, Inc. proposes to provide experienced, technical personnel to pertorm the requested testing In general accordance with the client -provided project specifications. If any of the above fnforrnatlon Is Incorrect, please notify us or change it on the signed copy of the proposal. FEES The work will be accomplished on a unit price basis in accordance with the Rubino Engineering, Inc. Schedule of Services and Fees, and will be pertormed pursuant to the attached General Conditions. Copies of our Schedule of Services and Fees and General Conditions are enclosed herewith and Incorporated Into this proposal. Rubino Engineering, Inc. • 425 Shepard Orlve •Elgin, IL 00123 • (847) 931.1555 • (047) 931.1560 fax PearlSYrecf, Mellenry— QuaRtyArruranee Testing Exhibit E Pwporal No: Q19.080 Feb Lary22, 2019 Rubino Engineering, Inc.'s fees will be determined by the actual amount of technical time expended for this project and the amount of laboratory testing performed by the client's request. The fees charged under this agreement are subject to change 6 months from the date of the proposal. Rubino Engineering, Inc. will proceed with the planned work only after receiving a signed copy of this proposal. Please complete the attached Project Data Sheet before returning the proposal to enable your file to be properly established. v Pearl Street - Item Description S `$ ME PCC Sidewalk, 6 Inch � 781 PCC Sidewalk, 61nch, special I 8038 Concrete Curb, Type B 213 Light Pole Foundation, 24" Diameter I 280 GRAND TOTAL = �4,514.00 PROJECT SCHEDULING Unit 0 0 00 0 0 SO FT 4 1 0.5 10 1 SQ FT _I Feet 4 1 0.5 Foot 8 2 1 32 8 4 10I 1 w 0 Please book testing services prior to 4pm the day before testing is needed via our website: his://rubinoang.com/schedule-field-testing The office and field project manager will be notified, and you will receive a confirmation email and possibly a follow up phone call or email for additional project information. Changes to the schedule or cancellations: schedulinana rubinoeno.com CLOSING Rubino appreciates the opportunity to offer our services for this project and we look forward to working with your company. Please contact ma with questions pertaining to this proposal or requests for additional services. Rubino Engineering, !na Pnge 2 of 8 Pearl street, Mcl7enty— Qualhy Assurance Taping Exhibit E Proposal No: Q19.080 Respectfully submitted, RUBINO ENGINEERING, INC. Michel a A. Llpin E President michelle.lioinski gnrubinoeng.com Fehnmq 11, 1019 Rrbino L•'ngiueering, /nc• Page 8 af8 Exhibit E Pearl Street, McHenry —Quality elssurnuce Testing Febnmry22, 2019 Proposal No: Q79.080 AUTHORIZATION AND PROPOSAL ACCEPTANCE If this proposal is acceptable to you, Rubino Engineering, Inc. will perform the work in accordance with the attached General Conditions that are incorporated into and made a part of this proposal. Please sign below as notice to proceed and return one copy of this proposal intact to our office. We will proceed with the work upon receipt of signed authorization. AGREED TO, THIS DAY OF , 20_0 BY (please print): TITLE: COMPANY: SIGNATURE: PROJECT INFORMATION: 1. Project Name: 2. Project Location: 3. Your Job No: 4, Project Manager: 5. Site Contact: 6. Number and Distribution of Reports: ( ) Copies To: Attn: Email: ( )Copies T Lin: Email: 7. Invoicing Address: Purchase Order No.: Telephone No.: Telephone No.: ( )Copies To: Attn: Email: ( )Copies To: Attn: Email: Attn: Email: 8. Other Pertinent information Or Previous Subsurface Information Available: Rubino Engineering, Inc. Page 4 oj8 PearlStrmt,DfcHeary—QnalityAssurariee Testing Exhibit February 22, 2019 Proposal NO; Q19.080 _... - Rubino EngIneOrin gi Inc. Schedule_ of CoIF IF.nstruction Materials Testing Services & Fags through March 1, 2020 (Illinois Prevailing Wage) LABORATORY TESTING SERVICES .. _.. .-... ... . Compressionteslingofconcrete,inortare9dgroutspadinansbyASTMprocedures _ PerCytbider $ 17001 -FI-...._ Pickup oftestcytinders and transportation to lab (mm 2) or cancellation hours (min.4) F(D.,... mcl------ clecharge) ._-_-_ ...-....-... ....__.._.. Perhour $ 93,00 + IDensityrelationshipofsoils - --....._ .. . ASTMD698- AASHTOT99(Sta9dardProctor) Each 1 $215.00 ASTM D1657 AASHTO T180 (Modified Proctor) Each IF IF 'Asphalt ................. _. 111 IF III. IFFI I. tJraximumTheoretiiI caISpecificGravity _ _ _ _ .Each ;$120.00; Bulk S ecific Grav ._._P ._.ty _. , Each $105,00 I III Ignition---- tlRefluxEMraction+SieveAnalysis + Each $139,00i _. ... .. ... __ .._. IF- Core Densities Each i $ 45.00 ,SieveAnalysis (Washed) - Each ; $ 8500 IF .1Sample preparation for the above tests I F - IF I. $ 40.00 '__ ... _. ..FIF.. __ ..__ ...... -.. .. .....MATERIAL . i MATERIAL TES'jER 1 Hand conngand dnl/mg /or testing o/matenals field inspeetton of _ Per Hour .:,.._ :Per Hour Overtime (before Sam, afer5pm and Saturdays) _ ; $144 00 .. . _. . _.... PerHourOvertime Sundays and Holidays. _ ._ !$192.00; __... .. ._ - .. _. I I._.. _i F­F MATERIAL TESTER F, 2 =Field inspection of8rapro4ofing, masonry, soil facade, reinforcing steel, s ,PerHour - - ----- .._ _.. .. _IF $10000,j .... Per Hour Overtime (beIF,fore Barn, after5IF IFpm and Satur --ys)IF. _ _$_ 150 00 iPer Hour Overtime Sunda and Holidays ...._ ___. Sundays ....Ys..._ ...__._. ..._.... .. _. - $20000 .. EQUIPMENT CHARGES _ _._... _....... _. _--- -- --._- I - I I I IF 1. 1 .... I I I I ... _ ... .... ._ .' VehideCharge-_RoundTnp _ Per Day ;$ 65.00; Nuclear DensltyGage - Per Da $ 4000 . _ . -- CORINGSERVICES I IF PC._ConcreteorBituminousConcreteCoring qII Personnel&Equipment _ _ Per Hour_,-$248,00 Diamond BrtCharge per Inch diameter, perinch depth Per Inch_ $ 3.60 IF I IF +_ ,. ENGINEERINGSERVICES _IF I - Principal Engineer - _p. g.. ._.. _.. ._.—........,._-PerHocr..;$185.00 jProjectEngineermna er - _. ,9 _._.,..........--.-._- .._._..__., -Par Hour .-$12500I. IF Assistant Per Hour , $ 65.00 ReportRevtaw...... ._ .._ - ._ ..... ... ..... ........_— ___........... Each : $ 50.00 REMARKS ...... _.._.__ .... __. .___. . 1) All fees and services are provided in accordance with the attached Rubino Engineering, Inc. General Conditions. 2) Unit prioWrates are In effect for months from the date of this proposal and are subject to change without notice thereafter if not noted above. Overtime rates are applicable for services performed in excess of 8 hours per day Monday through Friday, before 7:00 AM or after 3:00 PM, 3) and for all hours worked on Saturdays, Sundays and holidays. The overtime rate is 1.5 times the applicable hourly rate. Sundays and holidays are double time. 4) All rates are billed on a portal-to-portal basis. 5) Standby time due to delays beyond our control will be charged at the applicable hourly rate. 6) Transportation and per diem are charged at the applicable rates per trip. 7) Rates involving mileage (including transportation, mobilization, vehicle and trip charges) are subject to change based upon increases in the national average gasoline price. 8) A minimum charge of 4 hours applies to field testing and observation services. 9) Scheduling or cancellation of field testing and observation services Is required no less than the working day prior to the dale the services are to be performed. Services cancelled without advance and/or inadequate notice will be assessed a minimum 4-11our charge. 10) For all Rubino Engineering, Inc. services, a project managementlengineering review charge will be billed for all reports issued for the schedultng/supervision of personnel and the evaluationtreview of data and reports. Rubino Pr+gineering, /nc. Pege S oj8 Pearl Streel,McHenry— Quality Assurance Testing Exhibit E Proparof No: Qf 9.080 FebnwDe 22, 2019 11) The minimum billing increment for time Is a half hour. 12) A project set-up charge of a minimum of two hours applies to all projects. 13) Professional Services rates are exclusive of expert deposition or testimony time. This proposal is based on Rubino Engineering, Inc. being scheduled on an on -call basis and letters of certification will not be provided 14) unless Rubino Engineering, Inc. Is notified in advance and Rubino Engineering, Inc. is scheduled forfull time Inspection and testing of the area or Item to be certified. 15) If special Inspections are required by the city where the construction is to take place, it must be brought to the attention of Rubino Engineering, Inc. prior to the start of construction as additional charges will apply. 16) Prevailing wage fees are subject to change based on the Illinois Department of Labor. 17) Services and fees not listed on this schedule may be quoted on request. Rubino Engfneering, Inc. Page 6 J8 Pearl Street, AleHenry— Qualiry'Assaranee Testing Exhibit E Proposal No: Q19.080 Client#: 1171577 RU BINENG Febniary 22, 2019 ACORDM CERTIFICATE OF LIABILITY INSURANCE OF 1°91141na/z2618 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S)3 AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER, ItdPORTAN7: Hfhe certificate holder is an ADDITIONAL INSURED, thepolicy(les)must have ADDITIONAL INSURED provisions or b eendorsed, If SUBROGATION IS WANED, subtext to the terms and conditions orthe policy, certain policies may require an endorsement. A Statement on this certificate does not confer any rights to the certificate holder In lieu of such endorsements), PRODUCER US] Ins Swes LLC Euclid -Prof 2021 Spring Road, Suite 100 Oak Brook, IL 60523 CT beta EX4 630625.5210 ,N,, 610537.4939 ADDRESS: laurie.cl oni nger@usl.com 312442-7290 IN9URER(sIAFFORONOCWEUCE UICI INSURERA: RN eww"tcamo1.r 13056 INSURED Rubino Engineering, Inc. INSURER a 425 Shepard Dr INSURER C: Elgin, IL 60123 INSURERO: INSURERE: INSURER F: THIS IS TO CERTIFY THAT THE POLICIES UI INSURANCE EEI I OR NDITI HAVEBEENI CONTRACT O INSURED LAMED WITH ONTOR ANT COMRACIES OTHER DO[l/h'EN VRU RESPECT TO THE T RMS, ESP THE O %%H H THIS LlDTIFICA I.MAY THSTA1JED ANY PERTAIN. THE TERM OR COIAFFOR AFFORDED IlEREIN IS SUBJECT TO ALL THE TFFh15, CERTIFICATE AND E>: ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED O'r THE POLICIES Y PAID sTtIXCLUSICAIS AND CL4�RIONS OF SUCH POLICIES. LIMITS WOWTJ 41AY HAVE EEEY RE[110E0 BY PP10 QF1M5. III TYPE OF INSURANCE ODI IICC POLIC E UMBER XTAD 1D UMT9 A TXCOMNIERCIAL GENERAL LNaiLITY GARISIJAOE OCYVR 7PSA(1001881 gt01r2018 OW01/201 OCCURRENCE $1,000000 ROEAA�CH PFEIAS'SES Ea et[urev! S1.600.0011 MEOE JAN ore Perm) $10000 OE!MAC PERSCeALa PLViIJARr $1,000,000 REGATE UNIT APPLIES PER: FOUCY0 JELT 0LOC OTHER CENEULAGCFEGATE ,2y000,000 PP.000CTS-CC,AP.OPAOG $Z000000 S A AUTONORLE LIABILITY ONYAUTo OARED LVAUTOS OS NLLY X NNJ-OWNEDWTOSOI YA 0910JI2018091011201CV6FIEDtSH aF UrATFa s1,000,000 X eO(%LY eUURY (Pe rersm S SONLYEHURY(Pa acMerll S XE A UM1£0.ELLA LUB EXCESS ran X OCCVR CLAWS-MROE NIA PSW0002789 9/01/2018 9lOir101809/011201 09101I201 EACH OCCUFAENLE 15 000 000 X MSC -REGALE 15 000 000 Pro Rfi6YIp:I, W0.91(ERS cWPENSATION AND ENFLOYERS' UADA." YIN FILERJIEh BF�R IX0.UDER%fCVriYe� IACDdaory In NH) RSiSdPnNJ OF OE£RATICeS Pegg X FER OTTH. $ ELEKHACCY NT $1000000 EL COaFAEE-EA BA-COYEE , S1 000,000 EL DISEASE .P000Y IIIl.IT 1 $1,000,000 A Professional Liability RDP0033808 91011/2018 091011201E $2,000,000 each claim/ $4,000,000 annual aggr. ESCRIPTIOIIOFOPEUnONSILOCATICNSIVEHICLES(AGOADIM,A"Uma RimssehimA mry be aYLe ad Nmere spice N rogrbed) Professional Liability Is written on a'claima made' policy form. THIS CERTIFICATE OF INSURANCE IS INTENDED AS A SPECIMEN COPY ONLY. Rubino Engineering, Inc. SHOULD ANY OF THEAEOVE DFSCRIaf3)POLICIES BE CA WELLED BEFORE THE EXPIRATION DATE THEREOF, tJOTCE WILL BE Dft.NERED IN ACCORDANCE WITH THE POLICY PRON6IONS. 0.UTHORlZEO REP0.ESENTATNE ®1988.2015 ACORD CORPORATION. All rights reserved ACORD 25(20161031 The ACORD name and logo are registered marks of ACORD PoJbino Engineering, bIc' Pnge 7 of 8 Pearl Street, AfcHel QuallfyAmuraice Testing Exhibit E Pebmaty22,2019 Proposal No., Q19.080 GENERAL CONDITIONS SCOPE OF fiERVICES: Rubino linrigg.. ro nearing, kw. aha'IkMude 5 company or prb Ile pain'ar dvisbn, subsidaryorercse'o rmiog gee se a. 'SeMceameans %e sped /tlal, testing or otherseMce to be performed by Rubino Engineering, Inc. asset forth In Rubino Enjnm g,Ins.'s Proposal,Cent'saecepkrwa greyed and These Earned! Coridtlans. Ordered by Cant thal also be settled to itwse General Condill 'Client' refers b the person or bus near easily ordering the cervices to be done by Rubino Engineering, Ina If sk;eO vim communicate M sssemu vob respogrus W each and every Bid artytt quantity end %a nu nets any rid of R �rdered b/via rAenl b sdeuviow. Rubino n grog CEeg. logo ndM purpose. duty Or abal eObligati o to my Mind d part Garland M �tlaw t eatlt and every gird party b whwn G:enl benumb any pod of Rudm Engineering, e, General Co seMres. Rudm ng of e r lice Imo, t Ru have ra auly or ngs,"hrenyceoArty greaterubinoENatselfontloRubino shol coEngineenstitute proposal,oftheaocapknoa thereof Rd theseoosad and General fservices foam Rubino the Woseof my or the reliance su any dftubino Englnoerirg, Ne.'a vorlr, aha7 censglule ecceplanca d the Wens of Rubino Eng'ncwirg, Ins.'s proposal end Vwse Oenarol Cai6sims, rogardess of the lerrma of aM'subsequen7Y (cued dacunanL 1. TESTS ANO INBPECHONS: Glom and muse el leafs end In d RuNn End ells, oangol r and mark pens. N d Rudoro loss, damage Ino or others lu be Emety end t RuU performer N accordance Cntor Ne planpap unless all end andVaddoamehaw be Rubino Engineering, lnles Rk6k Engine Notlarmf«bu, damns havebayshallby brought egelnsf Rudro EnglneMrg, Inc. byld Rudg anY UwdpM unless lei kslsereploeesanhavebana performed and undo RtW=,auks,ksieekg,,centWl re ndexpedagorehave beenfalumed. Cbnl agreestosaralreadefend and neyl Rubino "Rating, the Inc., Its tests employees end snot s n dream dram wry end gi doling, IWs towns, costs end a not sofig Including, but rut Melims�d Io, Mots such b are s the result e ul t OftMe neglees a vie evenlasen of audt feats and Inspe end are not so , Inc.,crnts or Rudre Engineering, Ina. a sucent to the ens ere not so redIn p ragrapb via a#ant That sun tali«e Is gw retull d the nogfgence, mllld Orxanlon ad domiubn of Rubino Engineering, Iits officers, eqenk or errgigreez, subject to %o yrt#eym twnkbned k paragraph S. 3. SCHEDULING OF SERVICES: The services set fMh In Rubino ErdweLg, Wage proposal and Client's mceptagrew %le be accomplished! In a Moody, markmanske and professional manner by RUBINO ENGINEERING, INC. persomal at the prices quoted. If Rubino Enfi reedrg, Inc. Is required b delayeonanencament of the services orih upon embark ing upon Its services, Rubino Engineering, logo. is required b stop wklerrupr the progress of Its services aria result of charges in vie scope of tie services requested by Cent, to had via requirements of third parties, Interruptions In Me progress of nnsIrucilon, Or other causes beyond Me fired reasonable emlyd of Rubino Engineering, kc, ethRiOrnal charges %gill be apptcabie and payable by teem s. ACCESS TO SITE: Gram mill arrange and provide such access to the site as Is necessary for Rubino Engineering, Ira, b perform vie services. RulMo Engineering, Inc. "I lake reasonable measures and prenvgone to minimize damage to the site and any Improvements located therem as the result of Its services «The use of Its egilpmenh ho%aver, Rubino Engineering, Inc. hoe net LaA,ded In its fee the cost of resloregm of damage mMdi nay Ducar. If Client desires Or requess RuNm Engineering, Inc, b restore vie ale to hs former orxeieon, upon molted request Rubino Engineering, Ind. Mi perbrm such addgonal seMcef as Is necessary W do so end Cfienf agrees to pay Rubino Engraeang, Nc for Sid cost. S. CLIENT'S DUTY TO NOTIFY ENGINEER: Glenn represents and warrants Nat It has advised Rubino Engneedrg,Inc. of any krlovu or suspected hazardous materials, utilty Imes and pollWnts at any site at %Nch Rubino Engineering, Inc. Is to Werra services hereunder, and unless Rubino Engineering, Inc has assumed In moiling Me respons@Sty of Welding subsurface oNpcts, ,budures, Eras Orr candum. Rubino via may use such Information M performing Its sevices ant Is m6led to rely upon Me accuracy and coneleteress thereof. Cent agrees b dot", Ireormty and es" Rubino Engineering, Inc harrness front a1 claim, sells, loses costs and oV eases, Ltdudng reasonable etaneyys fees m a raven of personal bbry, death Or property damage oavnkg OHM t"WAM Rubino EnilimeMg, Ins.'s perbnmmea of Ik mock and ri ingb«caused by conlad%IN subsurface of latent obects, structures, lines Or cal %tere Me auralorpekntial pesenca ere bagon gieed%ere notrewa!ed b Rutlno ErgNseNg, lac, by CaenlanNar 6y ary dCAent's svbmnLad«s «rub mislkrts 6. RESPONSIBILRY: Rubino Erglraedrg, Nc's seMns shal owl IrMWe datemiNrg, supMs'rg orirrplerrenting vie Weans, methods, ledndpues, 6equerice5 w procedures OIcenSWcyon. Rublro Er jnearirg,Inc.alleyawlraresponlob farterogr5ppiepsrgifornwaofcondigeunordance health, salary«%ouro Rudnw Er Bi irte g,4te.'s.ta3m«!lei«etyloid same ehc owl Nally xayexwse enyemLeaor, aubcontractorwseppEarbom prtwrrenoa OfNs%wk Natmrdanoe %iM gie tmVad dwarrents Rubino ErglneeMg,Ino. Yasnolghlordtly to slap Na mnVecfols aolz. 7, fiAMPLE 018POSAL: lkdeu olhenvise agreed In mdtirng, lest apetlmens «Earrples %!1 be disposed Imriadalaty upon oompialion of the lest Afl drWing senplas or spetlmens mtp be disposed si#y (f,0) days eftesudnasbn dftubtre FJgNeerirg, Nc's repM B.PAYMENT: Glenlshal belmdeedo«a Bath moan f«5eN speaormed during Me preceding period. Client egrnslo Pay each lmgke vAWn thirty (JO)days d145 recapL CSmlfwNen agrees Interest on a7 cabin I , vall end not net agrees to pa b b vo Engineering, cruse In I sow said ollMon day Paned el vie rate ofpald a err at percent per Innwni (or gee mwes an Interest able pool rneyshm.Ora« appabo' lame ding, pad. rnml agrees b Pay Ry prw lem OraeIned coal ri emeosm of all emaarla tha ice pupae art« sl#y (sal) days, t"of Me fg evert rears ere reasonable whegRublra RtbinoEnil,Wc. g,low.,ha7nolMbmaeblanyprogit+m«agrtsionc ragulMg«PrNmargf«eing,Inc.sVAert or ales« payment greemattont myprowm mhddnRubinoGenerlCIncwaigna ongswenydillsbemedadn•yen,bianyao#swimiagainUsadml tnenng,iota.•aagnitoraoa'.otdueamunrantesuponpy+pnilbungby ennly Wrd porn. Thew General Coridfons are rw&e, mhwe reqWed, That lure W make Engineering, mInc. shay De a Len Wamvarnen»aryb cNye a release amounts. Rekae r ng,Inc. ion alny be pa c ims vMon pynaml In fillhas banranked IorseM.cestheyrendered. FaTOrebmake"ynadsat M Wftinner WO)daysdlnMcavial Monsgbkarelease of RrMino Engineering, Lou. (soon erryandlog dams %Nth Celli gray have, vfieNer In bate omVeci «aUnar%ise and %heNer kranm «udawan al vie 6me. B. STANDARD OF CARE: RUBINO F1101NEEmNO, WC.'S SERVICES WILL BE PERFORMED, ITS FINDINGS OBTAINED AND ITS REPORTS PREPARED IN ACCORDANCE WITH ITS PROPOSAL, CLIENTS ACCEPTANCE THEREOF, THESE GENERAL CONDITIONS AND WITH GENERALLY ACCEPTED PRINCIPLES AND PRACTICES. IN PERFORMJNO ITS PROFESSIONAL SERVICES, RUBINO ENGINEERING, INC. W ILL USE THAT DEGREE OF CAREAND SKILL ORDINARRY EXERGSED UNDER SIMILARCIRCUMSTARCES BY MEMBERS OF ITS PROFESSION. RUBINO ENGINEERING, INC. MAKES NO WARRANTIES, EITHER EXPRESS OR IMPLIED, IN CONNECTION WITH ITS SERVICES PROVIDED AS SET FORTH IN ITS PROPOSAL, CLIENTS ACCEPTANCE THEREOF, AND THESE GENERAL CONDITIONS. STATEMENTS MADE IN RUBINO ENGINEERING, INC. REPORTS ARE OPINIONS BASED UPON ENGINEERING JUDGMENT AND ARE NOT TO BE CONSTRUED AS REPRESENTATIONS OF FACT. SHOULD RUBINO ENGINEERING, INC. OR ANY OF ITS PROFESSIONAL EMPLOYEES BE FOUND TO HAVE BEEN NEGLIGENT IN THE PERFORMANCE OF ITS WORK, OR TO HAVE MADE AND BREACHED ANY EXPRESSED OR IMPLIED WARRANTY, REPRESENTATION OR CONTRACT, CLIENT, ALL PARTIES CLAIMING THROUGH CLIENT AND ALL PARTIES CLAMING TO HAVE IN ANY WAY RELIED UPON RMINO ENGINEERING, INC.•S WORK, AGREE THAT THE MAXIMUM AGGREGATE AMOUNT OF THE LIABILITY OF RUBINO ENGINEERING, INC, ITS OFFICERS, EMPLOYEES AND AGENTS SHALL BE LIMITED TO $1040DO.00 OR THE TOTAL AMOUNT OF THE FEE PAID TO RUBINO ENGINEERING, INC. FOR ITS WORK PERFORMED WITH RESPECT TO THE PROJECT, WHICHEVER AMOUNT IS GREATER NO ACTION OR CLAIM, WHETHER IN TORT, CONTRACT OR OTHERWISE, MAY BE BROUGHT AGAINST RUBINO ENGINEERING, INC., ARISING FROM OR RELATED TO RUBINO ENGINEERING, INC.'S WORK, MORE THAN TWO (2) YEARS AFTER THE CESSATION OF RUBINO ENGINEERING, INC.'S WORK HEREUNDER 10. INDEMNfTY: To Ma Meet extent perralkd by Ian, Gail and Rubino ErtgineMrg, lm each wym b ir#enviy the other Arty and Use other"d/s officers, 6recl«s, pacers, employees, and repatertksmea hem and sgaLal losses, damages, site wagaanls BrisLg room dims by mks parties, Including reasonable albiaya loos and expenses rammerabie more applicable Ira, dAonly b Orrvie o#sat gay «e rwma lo I» atsed br a aegigent as eme, «omission a %a tnda a majtg party w ear d %a Le gmendsg psy+a ornate, dreaors, aamnors, partners, agents, amploydet, and dualbeHdallm,lossas,damages,one(�Iegmmtsareratndtot»ataaebymapint«nndarmlreg®gmaddalarit and Rubino Engineering, Inc.,no., moo sha7 Ie horror by each pan m propoRidi to its riegolgerwa. li.TERMINATIOH: This Agreement maybe terminated by either party upon saran (7) aays'prlor withal notke. In Me event afteminagon, Rubino Englmorig, Nc slag be compensated by Client Wall services performed up Wand Including the termination date, Including remMusable expenses ant for the completion of such serg end records as are necessary to dace Rubino Engineering. Inch ties In order andbr pried Its professional rep.AaYgn. Failure of tlknt b make payments %hen due shay be cause for suspass'on of services or, W6mately, termination, unless and unit Rubino Log neering %o. has been paid in M a) amounts due for senlns, expenses and other related changes, 12, DISPUTE RESOLUTION: In tine event of B dSPWe arising Out Of «relating to this Agreement or the services b be rendered hereunder, the Client and Rubino Engineering, Ino. agree to attempt to resolve such disputes In the folaMrg marry: 1) The panes agree to atempt to reecho dry and a'1 urssetged dams, counlerdame, disputes and she meters In question Mrough clued negoyagms bet%een Me appropriate represenlatrves of each parry, 2) If such nova/ones are not M!ty successful the pries agree to submit any and al remaining unsettled claims, counterclaim, dsWw and other matters In question to medallon in mcclidanca CAM tie Construction kdusby Atadapon Rules of Me American Arbitration Association, oRediva as tithe date of Iris Agreement. iO. WITNESS FEES: Rubino Engineering, We employees sha'I not be retained as expert %itemses mcept by separate vritlm agreement Client agrees b pay Rubino Engiriettiog, Ins.'s legal expenses, administm 11 costs and fees pursuant b Rub;% Engineering, Ine.'s Men oared 1n schedule for Rubino Englnaeri g, Inc. b respond to any subpoena. 14. NO HIRE: Client agrees net to fire Rubino Engineering, Inch emp'oyen except %rough Rubino Engkaeang, We. N the event Client Idles a Rubka E g'rwsdrg, Inc. empoy err Cienl shall pay Rubino Evg'neemg, lnc an amount equal 10 maaiarof Me employees aanayxed salary, wth Buena "reading, lra: vralvirg other remedies it may have. 16. HA2ARDOU5 MATERIALS: NaMkg conkindvAWnlitis agreenenl "be consiusadorinkrprefed as reqWrirg Rubino Engineering,Inc. to aswme Me akNs don ame, operator, geratalor, sorer, transporter, Vptar or dspo5a fadily as Base lama appear %iWn ftCHA, CERCLA, or vJMN my Federal or Slick skhaa or regulation governing tine genwelian, Vanaporlagon, Vealmenl dorageand deposaldpolWank. Called assumes lull respaaibeM fOrcwmp'knce min tiro proHsims dRCRA, CERCA, and any other Federal or State Haute OrregWagon BovemLg the handing, VeaNanl, alorep ere dspesal of potkAanis. 1y. PROVISIONS SEVERABLE: The parties have entered Into this agreement In good WO and it is the specific ldemof the parties that the terms of the General Con6gans be enforced as mriten. In the event any of We provisions of these Genera Conditions should be hire b be uenfwaada It ahsl be sirksm and the moulding provisions shall be edoraade. 17. ENTIRE AGREEMENT: TNs agreement constibri the entire undorskndvg of Ma parties, and More are no representational marradle s or underladrils made ogler Than as set With heron. This agreement may be amended, modfwd «terminated y %veritirg, signed by each of Me "dies hereto. Rubino Engineering, /nee Page 8 of8 LX ibit r Construction Engineering Scope of Work HR Green, Inc. anticipates this project to begin approximately August 2019 and will be substantial completed by December 15, 2019. The man-hours required for construction observation were based upon the time required to monitor the project and that the contractor will complete the project by the contract specified deadline. Any additional work due to an extended schedule dictated by the contractor's performance or unanticipated work due to site conditions shall warrant a contract addendum. The following is a breakdown of the various tasks assoc iafed with the construction observation which will be completed by HR Green, Inc.: A. Start Up HR Green will complete a preconstruction video of the proposed construction area to document the existing conditions prior to the start of construction. HR Green will also utilize this time to prepare its filing system to IDOT contract documentation standards and incorporate IDOT's ICORS construction management software project specific information into HR Green's computer system. The project startup also allows HR Green time to review the plans and specification prior to the start of the project, attend the preconstruction meeting with IDOT, the contractor and the City of McHenry. HR Green will coordinate with the City of McHenry to ensure that all governmental entities are aware of the project details and any impacts that the project may create. HR Green will mark, measure and document contract removal payment items prior to the contractor starting work. HR Green anticipates a Construction Engineer will be onsite for approximately sixteen (16) hours to complete the above noted coordination and construction preparation. B. Utility Coordination Upon approve of this contract, HR Green will reach out to the utilities who have facilities that are in conflict with the project and coordinate the relocation of the facilities with each of the utilities. HR Green will work with the utility contractor during the utility relocation process to ensure that the proposed relocated facilities will not be in conflict with the proposed roadway widening and reconstruction. HR Green will work with the Pearl Street Sidewalk and Lighting Enhancement Section No.: 18-00084•00-SW ProjectNo.: CRSH(033) Job No.: C-91-291-19 Scope of Work Page 2 of 4 utilities both prior to and during construction of the project to expedite the relocation of the utility facilities and avoid roadway conflicts and delays. HR Green has allotted twelve (12) hours to complete the above noted coordination. C. Public Outreach HR Green will also provide project information utilizing Twitter and Facebook as determined by City of McHenry. HR Green will utilize a combination of door to door communication, newsletter, flyers, door hangers and or other communication technics to coordinate and communicate with the businesses and residents within the construction limits. HR Green will meet with the businesses and residents within and near the construction zone prior to the start of the project. HR Green will continue coordination and communication with these entities during construction and until this project has been completed. HR Green anticipates a Construction Engineer and Senior Construction Project Manager will be completing door to door communication, coordinating and meeting with businesses, residents, the school district prior to and during construction to ensure all necessary stakeholder are receiving up to date project information. A total of a total of twenty-four (24) hours have been allotted to complete the public outreach. D. Gonstruction Inspection HR Green will be on -site to observe and verify that items being constructed and materials being utilized are in general conformance with the approved plans and specifications and the Illinois Department of Transportation Standard Specifications for Road and Bridge Construction, HR Green will complete Inspector's Daily Reports (IDRs) and a daily diary, measure and document contract quantities, completed erosion and sedimentation inspections, complete payment estimates, change orders, and weekly reports. Weekly reports will be submitted to the contractor, IDOT and City of McHenry. HR Green will verify that all materials incorporated into this project are IDOT approved and evidence of material inspection is in compliance with the Project Procedures Guide and Special Provisions of this contract. HR Green shall keep IDOT and the City of McHenry informed as to the progress of construction. Pearl Street Sidewalk and Lighting Enhancement Section No.: 18-00084-00SW ProjectNo.: CRSH(033) JobNo.: G91291-19 Scope of Work Page 3 of 4 HR Green anticipates a Construction Engineer will be onsite for approximately forty (40) hours per week for twelve (12) weeks to complete the above noted coordination and construction documentation.. Additionally, one (1) hour per week have been allotted for the Senior Construction Project Manager to provide construction management and assistance. A total of four hundred ninety-two (492) hours have been allotted for daily field construction observation for this project. E. AdministrationlCoordination This task will involve the oversight of the project by management, which will include the on -going review of the project execution, documentation, schedule and budget, contract file management, and general correspondence between HR Green, City of McHenry, the contractor, and subcontractors. HR Green has allotted one (1) hours per week for the management and oversight of the project by the Senior Construction Project Manager. A total of twelve (12) hours have been allotted for the administration of this project. F. Meetings HR Green will attend the preconstruction meeting at IDOT with City of McHenry, the contractor and subcontractors and an additional preconstruction meeting at City of McHenry Division of Transportation. HR Green anticipates that there will be twelve (12) construction meetings. A total of fifty-six (48) hours have been allotted for the Senior Construction Project Manager to attend the preconstruction meeting, attend, to attend twelve (12) construction progress meetings, to complete construction meeting agendas and construction meeting minutes. Additionally, HR Green has allotted eight (8) hours for an Administrative Assistant to assist with preparation of meeting minutes and meeting agendas. A total of three hundred fifteen (56) hours have been allotted for meeting related tasks. G. Project Close Out HR Green anticipates approximately eighty (80) hours for completing the project closeout and final documentation for this project. This task includes the preparation of final job records in accordance with IDOT policy. All quantity measurements and calculations will be checked and cross referenced, evidence of material inspection will be finalized, ICORS forms Pearl Street Sidewalk and Lighting Enhancement Section No.: 18-00084-00-5 W Project No.: CRSH(033) JobNo.: C-91-29M9 Scope of Work Page 4 of 4 will be printed and bound, and field books and records will be indexed and boxed for final submittal. H. Material Testing Rubino Engineering will provide the Quality Assurance Material Testing Service for this project. Quality Assurance testing for asphalt and concrete shall be completed in accordance with [DOT QC/QA requirements. Geotechnical Services shall be provided on an as needed basis. See Exhibit E for a breakdown of Rubino's anticipated costs. Disclaimer HR Green shall not supervise, direct or have any control over the contractor's work. HR Green shall not have any responsibility for the construction means, methods, techniques, sequences or procedures selected by the contractor. Also, HR Green is not responsible for the contractor's safety precautions or programs in connection with this work. These rights and responsibilities are solely those of the contractor. HR Green shall not be responsible for any acts or omissions of the contractor, subcontractor or any entity performing any portion or the work, or any agents or employees of any of them. HR Green does not guarantee the performance of the contractor and shall not be responsible for the contractor's failure to perform its work in accordance with the contract drawings and documents. HRGreen Exhibit G PROJECT SCHEDULE FOR CONSTRUCTION ENGINEERING SERVICES Pearl Street Sidewalk and Lighting Enhancement City of McHenry Section No.: 18-00084-00-SW Project No.: CRSH(033) Job No.: C-91-291-19 Anticipated Construction Engineering Start Date: August 2019 Anticipated Construction Engineering Completion Date: December 15, 2019 HRGreen.com Piwne 815,385.1778 Fax 815.385.1781 Tog Free 800,728,7805 420 Norh Front Street, Stine 100, McHenry, Illinols 60050 (i) Illinois Department Local Public Agency Resident of Transportation Construction Supervisor/ In Responsible Charge Anthony Quigley County McHenry Regional Engineer Municipality City of McHenry Department of Transportation Section City18�of McHenry 201 West Center Court SW Schaumburg, Illinois 60196-1096 Route Contract No. 61F78 Job No. 0-91-291-19 Project CRSH(033) ❑ I recommend the following individual as a local public agency employee qualified to be resident construction supervisor and to be In responsible charge of this construction project. ® I certify that I am in responsible charge as defined by the department of this construction project. Since the local public agency does not have a local public agency employee qualified to be the resident construction supervisor, I am recommending a consulting engineer to serve as resident construction supervisor. Pale Signature and 71t1e (for the Local Pubile Agencyj Michael Hastings Applicants Name (Type or Print) The following describes my educational background, experience and other qualiftcallons to be resident construction supervisor of this construction project for the Local Public Agency. For Consultants; I certify that my firm is prequalifled in Construction Inspection and my Documentation of Contract Quantities certificate number Is 1 &13472, Education: B.S. Civil Engineering, Valparaiso University 2007 Professional Engineer, Illinois, 2013, 4062065163 IDOT Documentation of Contract Quantities, PCC and HMA Levels I and II Experience: 2018 -Ringwood Road, 61 E36 2017 - Church Street, 61 D31 2016 - Bull Valley/Curran, 61c46 and McHenry Bike Path, 61D02 2015-2016 - McCullom Lake Road , 61a29 2014 - Johnsburg Road, 63870 2013 - Johnsburg Road, 63616 2012 - Reed Ave. Bridge Reconstruction, 86662 2012 - Pierce Ave. Bridge Reconstruction, 85563 2012 - Newport Blvd, 63504 2012 - Village of Streamwood MFT 2011 -Quaker Oats Flood Wall 1/10/2019 Date Sinnature of Aoolicant Based on the above Information and my knowledge of the applicant's experience and training, it is my applicant Is qualified to serve as the resident construction supervisor on this construction protect. Approved Regional Engineer cc: Engineer of Local Roads and Slreats, Central Bureau of Local Roads and Streets Engineer of Construction, Central Buroau of Construction Resident Construction Supervisor Local Public Agency Printed 2/28/2016 Page t of 2 aC 775 (Rev, O6A6/16) �j Illinois Department of Transportation Local Public Agency Agreement for Federal Participation Local Public Agency City of McHenry State Contract X Day Labor Local Contract RR Force Account Section 18-00084-00-SW Fund Type ITEP ITEP, SRTS, or HSIP Numbef(s) 142031 Construction Ervin erin Right -of -Way Job Number Project Number Job Number Project Number Job Number Project Number C-91-291-19 CRSH(033) This Agreement is made and entered into between the above local public agency, hereinafter referred to as the "LPA', and the State of Illinois, acting by and through its Department of Transportation, hereinafter referred to as'STATE'. The STATE and LPA jointly propose to improve the designated location as described below. The improvement shall be constructed in accordance with plans prepared by, or on behalf of the LPA, approved by the STATE and the STATE's policies and procedures approved and/or required by the Federal Highway Administration, hereinafter referred to as'FHWA'. Location Local Name Pearl Street Route 09-0081 Length 0.33 Mi Termini Richmond Road (IL Route 31) to Riverside Drive Current Jurisdiction LPA TIP Number 11-19-0004 Existing Structure No NA Project Description The work consists of sidewalk removal, decorative concrete sidewalk, street lighting and all incidental and collateral work necessary to Division of Cost Type of Work HSIP o/ o/ LPA % Total Participating Construction 543,374 ( ) ( ) 1425739 ( SAL ) 686,113 Non -Participating Construction ( ) ( ) ( ) Preliminary Engineering ( ) ( ) ( ) Construction Engineering 72,926 ( ) ( ) 25,128 ( SAL ) 98,054 Right of Way ( ) ( ) ( ) Railroads ( ) ( ) ( ) Utilities ( ) ( ) ( ) Materials TOTAL $ 616,300 $ $ 167,867 $ 784,167 ` Maximum FHWA (STP) participation is 80% and not to exceed $616,300 NOTE: The costs shown in the nivision of Cost table are approximate and subject to change. The final LPA share is dependent on the final Federal and State participation. The actual costs will be usetl in the final division of cost (or billing and reimbursment. If funding Is not a percentage of the total, place an asterisk in the space provided for the percentage and explain above. Local Public Agency Appropriation By execution of this Agreement, the LPA attests that sufficient moneys have been appropriated or reserved by resolution or ordinance to fund the LPA share of project costs. A copy of the authorizing resolution or ordinance is attached as an addendum (required for State -let contracts only) Method of Financing (State Contract Work Only) METHOD A ---Lump Sum (80% of LPA Obligation) METHOD B--- ' Monthly Payments of due by the of each successive month (See page two for details of the above methods and the financing of Day Labor and Local Contracts) Printed 3121/2019 Page 1 of 5 BLR 05310 (Rev. 01l29/16) Agreement Provisions THE LPA AGREES: (1) To acquire in Its name, or in the name of the STATE if on the STATE highway system, all right-of-way necessary for this project in accordance with the requirements of Titles II and III of the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, and established State policies and procedures. Prior to advertising forbids, the LPA shall certify to the STATE that all requirements of Titles II and III of said Uniform Act have been satisfied. The disposition of encroachments, if any, will be cooperatively determined by representatives of the LPA, and the STATE and the FHWA, if required. (2) To provide for all utility adjustments, and to regulate the use of the right-of-way of this improvement by utilities, public and private, in accordance with the current Utility Accommodation Policy for Local Agency Highway and Street Systems. (3) To provide for surveys and the preparation of plans for the proposed improvement and engineering supervision during construction of the proposed improvement. (4) To retain jurisdiction of the completed improvement unless specified otherwise by addendum (addendum should be accompanied by a location map). If the improvement location is currently under road district jurisdiction, an addendum is required. (5) To maintain or cause to be maintained, in a manner satisfactory to the STATE and the FHWA, the completed improvement, or that portion of the completed improvement within its jurisdiction as established by addendum referred to in item 4 above. (6) To comply with all applicable Executive Orders and Federal Highway Acts pursuant to the Equal Employment Opportunity and Nondiscrimination Regulations required by the U.S. Department of Transportation. (7) To maintain, for a minimum of 3 years after final project close-out by the STATE, adequate books, records and supporting documents to verify the amounts, recipients and uses of all disbursements of funds passing in conjunction with the contract; the contract and all books, records and supporting documents related to the contract shall be available for review and audit by the Auditor General and the department; and the LPA agrees to cooperate fully with any audit conducted by the Auditor General and the STATE; and to provide full access to all relevant materials. Failure to maintain the books, records and supporting documents required by this section shall establish a presumption in favor of the STATE for the recovery of any funds paid by the STATE under the contract for which adequate books, records and supporting documentation are not available to support their purported disbursement. (8) To provide if required, for the improvement of any railroad -highway grade crossing and rail crossing protection within the limits of the proposed improvement. (9) To comply with Federal requirements or possibly lose (partial or total) Federal participation as determined by the FHWA. (10) (State Contracts Only) That the method of payment designated on page one will be as follows: Method A - Lump Sum Payment. Upon award of the contract for this improvement, the LPA will pay to the STATE within thirty (30) calendar days of billing, in lump sum, an amount equal to 80% of the LPA's estimated obligation incurred under this Agreement. The LPA will pay to the STATE the remainder of the LPA's obligation (including any nonparticipating costs) within thirty (30) calendar days of billing in a lump sum, upon completion of the project based on final costs. Method B - Monthly Payments. Upon award of the contract for this improvement, the LPA will pay to the STATE, a specified amount each month for an estimated period of months, or until 80% of the LPA's estimated obligation under the provisions of the Agreement has been paid, and will pay to the STATE the remainder of the LPA's obligation (including any nonparticipating costs) in a lump sum, upon completion of the project based upon final costs. Method C - Progress Payments. Upon receipt of the contractor's first and subsequent progressive bills for this improvement, the LPA will pay to the STATE within thirty (30) calendar days of receipt, an amount equal to the LPA's share of the construction cost divided by the estimated total cost, multiplied by the actual payment (appropriately adjusted for nonparticipating costs) made to the contractor until the entire obligation incurred under this Agreement has been paid. Failure to remit the payment(s) in a timely manner as required under Methods A, B, or C, shall allow the STATE to internally offset, reduce, or deduct the arrearage from any payment or reimbursement due or about to become due and payable from the STATE to LPA on this or any other contract. The STATE, at its sole option, upon notice to the LPA, may place the debt into the Illinois Comptrollers Offset System (15 ILCS 405/10.05) or take such other and further action as my be required to recover the debt. (11) (Local Contracts or Day Labor) To provide or cause to be provided all of the initial funding, equipment, labor, material and services necessary to construct the complete project. (12) (Preliminary Engineering) In the event that right-of-way acquisition for, or actual construction of, the project for which this preliminary engineering is undertaken with Federal participation is not started by the close of the tenth fiscal year following the fiscal year in which the project is federally authorized, the LPA will repay the STATE any Federal funds received under the terms of this Agreement. (13) (Right -of -Way Acquisition) In the event that the actual construction of the project on this right-of-way is not undertaken by the close of the twentieth fiscal year following the fiscal year in which the project is federally authorized, the LPA will repay the STATE any Federal Funds received under the terms of this Agreement. Printed 3/21/2019 Page 2 of 5 BLR 05310 (Rev. 01129/18) (14) (Railroad Related Work Only) The estimates and general layout plans for at -grade crossing improvements should be forwarded to the Rail Safety and Project Engineer, Room 204, Illinois Department of Transportation, 2300 South Dirksen Parkway, Springfield, Illinois, 62764. Approval of the estimates and general layout plans should be obtained prior to the commencement of railroad related work. All railroad related work is also subject to approval be the Illinois Commerce Commission (ICC). Final inspection for railroad related work should be coordinated through appropriate IDOT District Bureau of Local Roads and Streets office. Plans and preemption times for signal related work that will be interconnected with traffic signals shall be submitted to the ICC for review and approval prior to the commencement of work. Signal related work involving interconnects with state maintained traffic signals should also be coordinated with the [DOT's District Bureau of Operations. The LPA is responsible for the payment of the railroad related expenses in accordance with the LPA/railroad agreement prior to requesting reimbursement from IDOT. Requests for reimbursement should be sent to the appropriate ]DOT District Bureau of Local Roads and Streets office. Engineers Payment Estimates shall be in accordance with the Division of Cost on page one (15) And certifies to the best of its knowledge and belief its officials: (a) are not presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from covered transactions by any Federal department or agency; (b) have not within a three-year period preceding this Agreement been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements receiving stolen property; (c) are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State, local) with commission of any of the offenses enumerated in item (b) of this certification; and (d) have not within a three-year period preceding the Agreement had one or more public transactions (Federal, State, local) terminated for cause or default. (16) To include the certifications, listed in item 15 above, and all other certifications required by State statutes, in every contract, including procurement of materials and leases of equipment. (17) (State Contracts) That execution of this agreement constitutes the LPA's concurrence in the award of the construction contract to the responsible low bidder as determined by the STATE. (18) That for agreements exceeding $100,000 in federal funds, execution of this Agreement constitutes the LPA's certification that: (a) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress or any employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any cooperative agreement, and the extension, continuation, renewal, amendment or modification of any Federal contract, grant, loan or cooperative agreement; (b) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress or an employee of a Member of Congress, in connection with this Federal contract, grant, loan or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, 'Disclosure Form to Report Lobbying , in accordance with its instructions; (c) The LPA shall require that the language of this certification be included in the award documents for all subawards at all ties (including subcontracts, subgrants and contracts under grants, loans and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. (19) To regulate parking and traffic in accordance with the approved project report. (20) To regulate encroachments on public right-of-way in accordance with current Illinois Compiled Statutes. (21) To regulate the discharge of sanitary sewage into any storm water drainage system constructed with this improvement in accordance with current Illinois Compiled Statutes. (22) To complete this phase of the project within three (3) years from the date this agreement is approved by the STATE if this portion of the project described in the Project Description does not exceed $1,000,000 (five years if the project costs exceed $110002000). (23) To comply with the federal Financial Integrity Review and Evaluation (FIRE) program, which requires States and subrecipients to justify continued federal funding on inactive projects. 23 CFR 630.106(a)(5) defines an inactive project as a project which no expenditures have been charged against Federal funds for the past twelve (12) months. To keep projects active, invoicing must occur a minimum of onetime within any given twelve (12) month period. However, to ensure adequate processing time, the first invoice shall be submitted to the STATE within six (6) months of the federal authorization dateI Subsequent invoices will be submitted in tote vats not to exceed six (6) months. (24) The LPA will submit supporting documentation with each request for reimbursement from the STATE. Supporting documentation is defined as verification of payment, certified time sheets or summaries, vendor invoices, vendor receipts, cost plus fix fee invoice, progress report, and personnel and direct cost summaries.and other documentation supporting the requested reimbursement amount (Form BLRS 05621 should be used for consultant invoicing purposes). LPA invoice requests to the STATE will be submitted with sequential invoice numbers by project. Printed 3/21/2019 Page 3 of 5 BLR 05310 (Rev. 01/29/18) The LPA will submit to the STATE a complete and detailed final Invoice with applicable supporting documentation of all incurred costs, less previous payments, no later than twelve (12) months from the date of completion of this phase of the improvement or from the date of the previous invoice, which ever occurs first. If a final invoice is not received within this time frame, the most recent invoice may be considered the final invoice and the obligation of the funds closed. (25) The LPA shall provide the final report to the appropriate STATE district within twelve months of the physical completion date of the project so that the report may be audited and approved for payment. if the deadline cannot be met, a written explanation must be provided to the district prior to the end of the twelve months documenting the reason and the new anticipated date of completion. If the extended deadline is not met, this process must be repeated until the project is closed. Failure to follow this process may result in the immediate close-out of the project and loss of further funding. (26) (Single Audit Requirements) That it the LPA expends $750,000 or more a year in federal financial assistance they shall have an audit made in accordance with 2 CFR 200. LPAs expending less than $750,000 a year shall be exempt from compliance. A copy of the audit report must be submitted to the STATE (Office of Finance and Administration, Audit Coordination Section, 2300 South Dirksen Parkway, Springfield, Illinois, 62764), within 30 days after the completion of the audit, but no later than one year after the end of the LPA's fiscal year. The CFDA number for all highway planning and construction activities Is 20.205, Federal funds utilized for censtructon activities on projects let and awarded by the STATE (denoted by an'X° in the State Contract field at the top of page 1) are not included in a LPA's calculation of federal funds expended by the LPA for Single Audit purposes. (27) That the LPA is required to register with the System for Award Management or SAM (formerly Central Contractor Registration (CCR)), which is a web -enabled government -wide application that collects, validates, stores, and disseminates business information about the federal government's trading partners in support of the contract award and the electronic payment processes. To register or renew, please use the following website: httos://www.sam.gov/portal/oublicISAM/#l, The LPA is also required to obtain a Dun &Bradstreet (D&B) D-U-N-S Number. This is a unique nine digit number required to identify subrecipients of federal funding. A D-U-N-S number can be obtained at the following website: httD7//fedqov,dnb.com/webforfn. THE STATE AGREES: (1) To provide such guidance, assistance and supervision and to monitor and perform audits to the extent necessary to assure validity of the LPA's certification of compliance with Titles II and III requirements. (2) (State Contracts) To receive bids for the construction of the proposed improvement when the plans have been approved by the STATE (and FHWA, if required) and to award a contract for construction of the proposed improvement, after receipt of a satisfactory bid. (3) (Day Labor) To authorize the LPA to proceed with the construction of the improvement when Agreed Unit Prices are approved, and to reimburse the LPA for that portion of the cost payable from Federal and/or State funds based on the Agreed Unit Prices and Engineers Payment Estimates in accordance with the Division of Cost on page one. (4) (Local Contracts) For agreements with Federal and/or State funds in engineering, right-of-way, utility work and/or construction work: (a) To reimburse the LPA for the Federal and/or State share on the basis of periodic billings, provided said billings contain sufficient cost information and show evidence of payment by the LPA; (b) To provide independent assurance sampling, to furnish off -site material inspection and testing at sources normally visited by STATE inspectors of steel, cement, aggregate, structural steel and other materials customarily tested by the STATE. IT IS MUTUALLY AGREED: (1) Construction of the project will utilize domestic steel as required by Section 106.01 of the current edition of the Standard Specifications for Road and Bridge Construction and federal Buy America provisions. (2) That this Agreement and the covenants contained herein shall become null and void in the event that the FHWA does not approve the proposed improvement for Federal -aid participation within one (1) year of the date of execution of this Agreement. (3) This Agreement shall be binding upon the parties, their successors and assigns. (4) For contracts awarded by the LPA, the LPA shall not discriminate on the basis of race, color, national origin or sex in the award and performance of any USDOT —assisted contract or in the administration of its DBE program or the requirements of 49 CFR part 26. The LPA shall take all necessary and reasonable steps under 49 CFR part 26 to ensure nondiscrimination in the award and administration of USDOT — assisted contracts. The LPA's DBE program, as required by 49 CFR part 26 and as approved by USDOT, is incorporated by reference in this Agreement. Upon notification to the recipient of its failure to carry out its approved program, the STATE may impose sanctions as provided for under part 26 and may, in appropriate cases, refer the matter for Pdnted 3721/2019 Page 4 of 5 BLR 05310 (Rev. 01129/18) enforcement under 18 U.S.C. 1001 and/or the Program Fraud Civil Remedies Act of 1986 (31 U.S.C. 3801 at seq.). In the absence of a USDOT — approved LPA DBE Program or on State awarded contracts, this Agreement shall be administered under the provisions of the STATE's USDOT approved Disadvantaged Business Enterprise Program. (5) In cases where the STATE is reimbursing the LPA, obligations of the STATE shall cease immediately without penalty or further payment being required if, in any fiscal year, the Illinois General Assembly or applicable Federal Funding source fails to appropriate or otherwise make available funds for the work contemplated herein. (6) All projects for the construction of fixed works which are financed in whole or in part with funds provided by this Agreement and/or amendment shall be subject to the Prevailing Wage Act (820 ILCS 130/0,01 et sea.) unless the provisions of that Act exempt its application. ADDENDA Additional information and/or stipulations are hereby attached and identified below as being a part of this Agreement. Number 1- Location Mao, Number 2— LPA Appropriation Resolution Number 3 - GATA Addendum (Insert Addendum numbers and titles as applicable) The LPA further agrees, as a condition of payment, that it accepts and will comply with the applicable provisions set forth in this Agreement and all Addenda indicated above. APPROVED Local Public Agency Wayne S. Jett Name of Oluds, (Print or Type Name) Title (County Board Chairperson/MayorN0lage PresidenVetc.) (Signature) Date The above signature certifies the agency's TIN number is 36-6005993 conducting business as a Governmental Emily. DUNS Number 023996275 APPROVED Slate of Illinois Department of Transportation Randall S. Blankenhorn, Secretary of Transportation Date Erin Aleman, Director of Planning &Programming Date Edn Aleman, Director of Planning R Programming Date Philip C. Kaufmann, Chief Counsel Date Jeff Heck, Chief Fiscal OFFcer (CFO) Date NOTE: If the LPA signature is by an APPOINTED official, a resolution autltoriziny said appointed official to execute this ayreernent is required. Pdnled 3/21/2019 Page 5 of 5 BLR 05310 (Rev. Ot129l18) Addendum No. 3 Grant Accountability and Transparency Act (GATA) Required Uniform Reoortin The Grant Accountability and Transparency Act (30 ILCS 708), requires a uniform reporting of expenditures. Uniform reports of expenditures shall be reported no less than quarterly using IDOT's BoBS 2832 form available on IDOT's web page under the "Resources" tab. Additional reporting frequency may be required based upon specific conditions, as listed in the accepted Notice of State Award (NOSA). Specific conditions are based upon the award recipient/grantee's responses to the Fiscal and Administrative Risk Assessment (ICQ) and the Programmatic Risk Assessment (PRA). PLEASE NOTE: Under the terms of the Grant Funds Recovery Act (30 ILCS 705/4.1), "Grantor agencies may withhold or suspend the distribution of grant funds for failure to file requirement reports" if the report is more than 30 calendar days delinquent, without any approved written explanation by the grantee, the entity will be placed on the Illinois Stop Payment List. (Refer to the Grantee Compliance Enforcement System for detail about the Illinois Stop Payment List: httt)s://www,illinois.gov/sites/GATA/Pages/ResourceLibrary.aspx ) Department of Public Works Jon M. Schmitt, Director 1415 Industrial Drive McHenry, Illinois 60050 Phone: (815) 363-2186 Fax: (815) 363-2214 www.ci.mchenry.il.us CONSENT AGENDA SUPPLEMENT DATE: April 1, 2019 TO: Mayor and City Council FROM: Jon M. Schmitt, Director of Public Works RE: Z019 Hot Mix Asphalt (FOB) Materials Contract Award ATT: Bid Tabulation AGENDA ITEM SUMMARY: Staff requests City Council to consider awarding the bid to Peter Baker and Son Company of Lake Bluff, Illinois for the 2019 Hot Mix Asphalt FOB Materials Contract. BACKGROUND: On an annual basis, the Public Works Street Division Materials and Supplies budget includes project materials such as hot mix asphalt, portland cement concrete, and aggregates necessary for street repair projects. These materials are procured through local material suppliers and are hauled by City Public Works staff to individual jobsites where they are utilized to complete repair projects such as patching. On an annual basis Street Division crews use up to 2000 tons of hot mix asphalt for which the Public Works Department is billed the public "drive up" price. On March 8, 2019, four (4) bids were received for the 2019 Hot Mix Asphalt (FOB) Materials Contract. All of the bids were provided by contractors meeting prequalificat ion requirements established bythe Illinois Department of Transportation ([DOT). The bids ranged from $41.00/ton to $65.50/ton for HMA Surface Mixture and from $34.00/ton to $60.00/ton for HMA Binder Mixture, a haul differential factor of $0.50/ton/mile was added to each per ton unit price to account for fuel and trucking costs for hauling materials from each plant location. ANALYSIS: Staff has analyzed and checked the bids for accuracy and recommends awarding the contract to Peter Baker and Son Company of Lake Bluff, Illinois. This is a unit price contract and the final contract cost will be based on actual final quantities. The City of McHenry is dedicated to providing the citizens, businesses and visitors of McHenry with the highest quality of programs and services in a customer -oriented, efficient and fiscally responsible manner. RECOMMENDATION: Therefore, if Council concurs, it is recommended to award the bid to Peter Baker and Son Company of Lake Bluff, Illinois for the 2019 Hot Mix Asphalt (FOB) Materials Contract in the amount of $41.00/ton for HMA Surface Mixture and $34.00/ton for HMA Binder Mixture. The City of McHenry is dedicated to providing the citizens, businesses and visitors of McHenry with the highest quality of programs and services in acustomer-oriented, efficient and fiscally responsible manner. Tabulation of Bids Dale: 3/8Y2019 Time: 2:00 PM City AMcHenry Public : I 4 Deparirnent H0 Mix Asphalt FOB Materials 19-00000-01-GM Item Item Delivery Unit Quantity 1 HMA SC IL 9.5, N50 FOB TON 1000 Haul Differential $0.60/LONrt Mile x Plant Haul Distance (Miles) 2 HMA BC IL 19,01 N50 FOB TON 750 Haul Differential $0.507tONMile x Plant Haul Distance (Miles) Name of Bitlder. Plant Lomfion: Proposal Guarantee: Amow Road Consirudion Com an Cuman Contrading Company Geske antl Sons, Inu 33WM08alz Road 6005Meyer Drive 4020 Northwest Hwy. Algonquin, IL50102 Security Check hllenry, IL 60050 Security Check Crystal Lake, IL 6914 Security Check En inmes Estimate Unit Pace Total Unit Price Total Unit Price Total Unit Price Total 47.00 $ 47,ow oll 51.00 S 51,000.00 44.50 $ 44,500.00 56.00 $ sull0.00 7,95 $ 7,950.00 1.05 $ 1,050.00 4.70 $ 4,700.00 16.9 2.1 9.4 42.00 $ 31,500.00 46.00 $ 34,500,00 40.40 $ 30,300.00 53.00 $ 39,750.00 7,95 $ 5,962.50 1,05 $ 787.50 4,70 S 3,525.00 15.9 2A 9.4 Total Bid: As Read: As Calculated: 99,412.so 76,637.50 103,975.00 Tabulation of Bids Dale: 3/8f2019 Time: 2:00 PM City of McHenry Public Works Department Hot Mix Asphalt FOB Materials 19-00000-01-GM Item Item Delivery Unit Ouantity 1 HMA SC IL 9.5, N50 FOB TON 1000 Haul Differential $0.50TON/Mlle x Plant Haul Distance (Miles) 2 HMA BC IL 19.0, N50 FOB TON 750 Haul Differential $0.50rrON/Mile x Plant Haul Distance (Miles) Name of Bidder. Plant Location: PayneB Dolan, Ina Peter BakerB Son Com an 28435 W. Route 173 32245 N. Fox Lake Road Antioch, IL 60002 Lakemoor, IL 60050 Proposal Guarantee: Security Check Se my Check Engineers Estimate Unit Price Total Unit Price Total Unit Price Total Unit Price Total 47.00 $ 47,000.00 65.50 $ 65,SOO.00 41.00 $ 41,000.00 6.25 $ 6,250.00 3.25 $ 3,250.00 12.5 6.5 42.00 $ 31,500.00 60.00 $ 45,000.00 34.00 $ 25,500.00 6.25 $ 4,687.50 3.26 $ 2,437.50 12.5 6.5 TO Bid; AS —Read AS Calalaletl: 121,437.50 72,187.50 LOW BIDDER MINUTES McHenry CITY COUNCIL City Council Chambers March 18, 2019 Call to Order: Mayor Wayne Jett called the regular meeting scheduled for March 18, 2019 of the McHenry City Council to order at 7:00 pm in the McHenry City Council Chambers, 333 S. Green Street, McHenry, IL. Roll Call: City of Woodstock's Chief Deputy City Clerk Howie called the roll. Roll Call: Members present: Alderwoman Condon, Alderman Devine, Alderman Mihevc, Alderman Curry, Alderman Schaefer, Alderman Glab, Alderman Santi, and Mayor Jett. Others present: City Administrator Derik Morefield, Attorney McArdle, Director of Public Works Jon Schmitt, Director of Community Development Ross Polerecky, Finance Director Carolyn Lynch, Director of Parks and Recreation Bill Hobson, Director of Economic Development Doug Martin and Chief of Police John Birk. Pledge of Allegiance: Mayor Jett led those present in the Pledge of Allegiance. Public Comment: Mayor Jett asked if anyone in the audience wished to address the Council Members. Mr. Ben Keefe, Bayview Beach. Mr. Keefe stated, in regard to the VFW's raffle, they would like to amend the proposed ordinance, specifically to the date when the jackpot drops back down again, due to the parking lots being repaired, which may not be ready until June. It was noted that this item is included on this evening's agenda. Mr. Tony Esposito, 3336 Waukegan Road, McHenry, representing Chicago Pedal Boats. Mr. Esposito is licensed to operate vessels, including pedal boats, which are currently operated on the Chicago River. He is very interested in bringing pedal boats to Miller's Point on the river walk as an attraction and to market the company. He said the pedal boats are similar to pontoon boats; however, the participants pedal. He continued on to say that, perhaps, the boats could be available several weekends throughout the summer, as a starting point to raise interest. He mentioned that they have a lot of interest on their Facebook page; 600,000 hits recently. He added that the vessels are inspected by the U.S. Coast Guard, and each boat must have a crew and first mate. For further information, go to www.chicagopedalboats.com Mayor Jett thanked Mr. Esposito for this information and said that he is interested in this concept. He suggested that Mr. Esposito contact him to schedule a meeting for further discussion. Consent Agenda: Motion to approve the following Consent Agenda items: 5A. Appointment of Beth Nall Staley to the Landmark Commission to fill the vacant term expiring on April 30, 2020; McHenry city council 03/18/19 B. Appointment of James C. Schultz to the Landmark Commission to fill the vacant term expiring on April 30, 2010; C. Ordinance amending Chapter 12, Licenses and Permits Generally, Section 12-64, Prizes, of McHenry's Municipal Code: D. Ordinance approving a Moratorium on Vape Shops wn the City of McHenry tluough December 31, 2019; E. Ordinance authorizing the Mayor and Deputy Clerk to sign and execute a School Resource Officer Intergovernmental Agreement between the City of McHenry and McHenry High School District 156 for the period June 1, 2019 through May 31, 2024; F. Ordinance amending the FY18/19 Budget, account 440.00.8200, in the amount of $69,650; and, the award of bid to Mg Mechanical for the replacement of Rooftop Unit (RTU) #4 for the amount of $69,650; G. Resolution authorizing the City Engineer to update the Zoning Map and the City Clerk to publish Notice of the Zoning Map Update; H. Special Event Liquor License and Waiver of Park Usage Fee for the McHenry Sunrise Rotary Club's Community Oktoberfest to be held on Saturday, September 21, 2019; I. Parks &Recreation Facilities Alcohol and Special Use Permit Requests: J. March 4, 2019 Council meeting minutes; K. Issuance of Checks in the amount of $1,038,218.79; L. As needed Checks in the amount of $81,892.82. Mayor Jett asked ifthere were any items listed on the consent agenda the Council Members wished to remove for separate consideration. Item SC was pulled by Alderman Schaefer; Alderman Curry requested to pull Items 5E and 5D. SC. Ordinance amending Chapter 12, Licenses and Permits Generally, Section 12-64, Prizes, of McHenry's Municipal Code: Alderman Schaefer requested to amend dates to the end of July. Alderman Glab mentioned the dates could be amended due to the parking lot repairs needed and the job being dependent on the weather. The request was to extend by 30 days or so. Alder•woman Condon said she sees no problem with the extension, noting they should take time off during Fiesta Days. Alderman Santi stated those specific dates should be noted. In addition, there was a request for no ticket sales between July H-21, 2019, during the Fiesta Days event, including week days. Motion by Alderwoman Condon to amend this Ordinance for the reduction from $3M to $1M raffle and a 20-day extension to July 31, 2019 with no sales or drawings from July 11 — July 21, 2019; second by Alderman Santi. McHenry city council 03/18/19 Roll Call Vote: Ayes: Alderwoman Condon, Alderman Devine, Alderman Mihevc, Alderman Curry, Alderman Schaefer, Alderman Glab, Alderman Santi. Nays: None; Absent: None; Abstentions: None. Motion carried. SD. Ordinance approving a Moratorium on Vape Shops within the City of McHemy tluOngh December 31, 2019; Alderman Curry pulled this item as he believes a moratorium should be voted on separately by Council. He questioned the date of December 31. Mr. Morefield said he wasn't at the previous meeting; however the date may be changed if needed as they don't believe it will take that long. Motion by Alderman Curry for an Ordinance approving a Moratorium on Vape Shops within the City of McHenry through December 31, 2019, second by Alderman Santi. Mayor Jett asked if there was any public comment; hearing none, a Roll Call Vote was taken. Ayes: Alderwoman Condon, Alderman Devine, Alderman Mihevc, Alderman Curry, Alderman Schaefer, Alderman Glab, Alderman Santi. Nays: None; Absent: None; Abstentions: None. Motion carried. SE. Ordinance authorizing the Mayor• and Deputy Cle1•k to sign and execute a School Resource Officer Intergovernmental Agreement between the City of McHenry and McHenry High School District 156 for the period June 1, 2019 through May 31, 2024; Alderman Curry mentioned the costs going forward, 70/30 split with school district picking up 70%, which is only good for right now, using a 3% increase per year which isn't quite correct. Further comments were made. There was a mention that the numbers are not conservative enough, as there will be more cost to the City in the future. While it is very important to have a School Resource Officer, resources are very limited. Alderman Glab reminded Council that the City's district is very big; taxpayers of McHenry pay for the benefit to all the students. Some additional issues were discussed including a referendum and traffic changes. Alderman Schaefer asked if this is an estimated table. Chief Birk said the term of agreement is 5 years; however, this can be changed at any time with notice. He added that this was negotiated similar to other agreements; a 70/30 split, plus 3% increase every year. Chief Birk reiterated that there's a value to the City and school district in having the SRO. Alderman Curry asked about the payment structure cap. In response, Chief Birk said the City pays the remainder. He suggested optional ways of figuring the fee structure. Alderwoman Condon pointed out the value, she sees that this is so important to have the SRO there; it makes one feel safer just to have this person on site. She appreciated Alderman Curry pointing out the differences, and she'd like to know what the City is absorbing going forward. Chief Birk explained the 70/30 split as a reasonable number to work with. He stated that last year the district changed because their summer school attendance was very high. They are anticipating those numbers to continue to rise. The City wants to make sure that the schools were covered. Alderman Schaefer agreed with Alderwoman Condon to conduct an annual review so that these numbers can be looked at. Alderman Santi reiterated that either side can cancel this agreement; Chief Birk said this is correct. Alderman Glab asked Chief how many years of experience these Officers have. In response, Chief Birk said approximately 2 '/2-3 years. The younger Officers seem to acclimate easier in the schools. Alderman Glab said the SRO's provide so much value above and beyond the school safety factor along with other unrelated issues. He added that the City of McHenry wants to remain fiscally responsible; we agree with having the SRO's, this is an excellent program. Motion by Alderman Schaefer to approve this Ordinance authorizing the Mayor and Deputy Clerk to sign and execute a School Resource Officer McHenry city council 03/18/19 Intergovernmental Agreement between the City of McHenry and McHenry High School District 156 for the period June 1, 2019 through May 31, 2024, second by Alderwoman Condon, Roll Call Vote: Ayes: Alderwoman Condon, Alderman Devine, Alderman Mihevc, Alderman Curry, Alderman Schaefer, Alderman Glab, Alderman Santi. Nays: None; Absent: None; Abstentions: None. Motion carried. Individual Action Item Agenda: 6A. Ordinance authorizing the Mayor's execution of a Property Tax Abatement Agreement between the City of McHenry and BPI Inc. Director Martin said they are looking for Council's consideration. Alderman Glab mentioned a company that's been in the City of McHenry for 40-45 years and has supported the City all these years. Alderwoman Condon agreed with Alderman Glab; they've been a great member of this community and she's glad they're moving everything here and expanding here in McHenry. Alderman Schaefer agreed, stating they have a strong history here, and they will be hiring 25-30 additional employees, some of which will be in higher paying positions. He added that this should be considered when looking at the incentives; job creations. Alderman Curry agreed that this is pretty economical for the City, even with the incentives. He believes this is very good all around, from a City standpoint. Attorney McArdle mentioned the first few lines in Paragraph 3; this will be cleaned up this week, if this Ordinance passes. Mayor Jett asked if there were any public comment. Hearing none, Motion by Alderman Curry to approve an Ordinance authorizing the Mayor's execution of a Property Tax Abatement Agreement between the City of McHenry and BPI Inc, second by Alderman Schaefer, Roll Call Vote: Ayes: Alderwoman Condon, Alderman Devine, Alderman Mihevc, Alderman any, Alderman Schaefer, Alderman Glab, Alderman Santi. Nays: None; Absent: None; Abstentions: None. Motion carried. 6B. Ordinance authorizing the Mayor's execution of an Incentive Agreement between the City of McHenry and Ricky Rockets. Director Martin state the Agreement from October 2016 has expired. Bluestone Properties, fiom Ricky Rockets to Thornton's, is asking to enter into a new agreement. He noted there are four changes in the site plan; 1) the number of pumps fi•om 7 to 10; 2) the convenience store size has decreased in size; 3) 1800 square feet of retail is no longer being proposed; and 4) a bypass lane will be near the diesel. Mr. Mike McKinnon with Bluestone Properties is in the audience. Alderman Curry had some concerns about the site plan, including the reduction of retail space, and timeline of construction. Council also had concern with the request for tluee liquor licenses and three video gaming areas. Mr. McKinnon said that Thornton's will be leasing the fuel center, and they'll be working with restaurants for the gaming licenses. Alderwoman Condon was also concerned with the liquor and video gaming licenses, especially the request for a video gaming license in a retail store. She added that she doesn't believe that have enough information at this time to approve all these licenses. Alderman Schaefer wished to confirm that if Council approves liquor• license, then by state statute, each site can receive a video gaming license. Mr. Morefreld confirmed that this is correct. McHenry City council 03/18/19 Alderman Schaefer asked if any of their other locations have video gaming. Mr. McKinnon affirmed that their other locations do have video gaming. J. Schaefer asked if this footprint is similar to tot their other sites. Mr. McKinnon said that is correct. Director Martin said the proposed agreement includes three liquor licenses; one for packaged good plus two pour/ consumption licenses. He added that the fueling side will be used by Thornton's; everything else is still with Ricky Rocket's. Alderwoman Condon believes further information and discussion is necessary prior to voting on this request. Alderman Sand stated that since this was first passed in October 2016, the Council has had multiple gaming discussions; Council doesn't want to just approve anything. He added that this sounds like a gaming parlor, which has a negative connotation. He was very open to two legitimate restaurants. He continued on to say that liquor licensing is renewed on an annual basis, and renewal can be denied. Mr. McKinnon said he will continue to work with staff to update language that will be more agreeable with both sides. Alderwoman Condon asked if Council should approve just part of this. Attorney McArdle asked Mr. McKinnon he can come back to a future meeting; Mr. McKinnon confirmed that he would be available. Alderwoman Condon said she'd like to discuss this further at a meeting in April. Part of Council's concern is that the area is being reduced by 30% yet the owner still wants three gaming licenses. He went on to say that he was hesitant about voting on this in October 2016; now he's more educated on the subject and he's even more hesitant. He does not want a video gaming parlor and he's not interested in adding any more video gaming in McHenry. Alderman Schaefer asked about the two other sites, which will both be eligible for video gaming if Council approves liquor licenses. He asked what type of restaurants would be considered. Mr•. McKinnon wasn't sure about that. Motion by Alderman Santi, to table this Item until the April 1, 2019 Council Meeting, second by Alderman Glab. Roll Call Vote: Ayes: Alderwoman Condon, Alderman Devine, Alderman Mihevc, Alderman Curry, Alderman Schaefer, Alderman Glab, Alderman Santi. Nays: None; Absent: None; Abstentions: None. Motion carried. 6C. Consideration of a recommendation by the Finance &Personnel Committee to eliminate the McHenry Municipal Vehicle Sticker Progranr. Director Lynch presented the information to Council. Alderman Curry talked about eliminating this program; he believes it's a fairness issue and that a sizeable percentage of people do not comply. In addition, without reasonable grounds for a traffic stop, this program does not bring in much revenue. He recommends that the City move forward with this elimination of this program. Alderwoman Condon said this has been a topic of discussion for well over a decade. Alderman Schaefer said this is difficult to pass up on revenue streams, and he'd like to recapture funds through other methods. Alderman Glab mentioned some of the issues with the city sticker money; he feels this money should have gone to the street program, not the general find. Resident Conrad Greener doesn't have a problem with paying for the sticker. He asked how the City dump will be monitored without having a City sticker. Chief Birk said Prairieland Disposal is not concerned about this, as they have plenty of space and they don't get a lot of traffic. Alderman Glab doesn't agree with this. He stated that when the City goes out for proposals for McHenry City Council 03/18/19 waste pickup, they take everything into consideration; more yard waste will be most cost, so there All be a higher cost for pickup if more people use the dump site. Mayor Jett said they've had this conversation many times, and the City is well under what they've picked up for waste. Alderman Glab suggested having a City sticker at no cost to show McHenry residency. Chief Birk reminded Council of the removal of chapter 13-101 through 13-110 via Ordinance. Motion made by Alderman Curry for approval to eliminate the McHeruy Municipal Vehicle Sticker Program, second by Alderwoman Condon, Roll Call Vote: Ayes: Alderwoman Condon, Alderman Devine, Alderman Mihevc, Alderman Curry, Alderman Schaefer, Alderman Glab, Alderman Santi. Nays: None; Absent: None; Abstentions: None. Motion carried. Discussion Only Items: 7A. Inclusion of Boone Creek dredging west of Green Street Bridge as part of the FYI 9/20 Budget. Parks & Recreation Director Hobson said there will be an additional cost of $200,000 to dredge and remove the material; a cost of $160,000 to dredge only. Mr. Morefield mentioned that this was discussed at a staff meeting last night. He shared suggestions to Council on how best to move forward with this project. Alderman Glab asked if this would last for ten years or will it fill in quickly. He mentioned other areas that have been dug out along with other ways of holding the silt back. The problem is some of these areas are privately owned. It is believed the dredging would last three years or more. Director Hobson said, at this section, vacant land has been on the market for a very long time. The land includes prime development sites but not in the shape it's in. Mr. Morefield said if the City pays $200,000 the company would be hauling it away. Director Hobson added that the coordination of the two projects together, dredging and hauling it away, will need to work hand in hand. He continued on to say that the boat launch area was dredged before it was moved over near the wastewater treatment plant. There was some discussion about the current condition of the seawalls. In response to a question from Alderman Curry, Director Hobson said the dredging would occur around May 1. Alderman Schaefer suggested designating where the dredging ends; not just west of Green Street. Alderman Santi asked if there is time to bid this out. B. Hobson said they will give it a try; the contractor works directly with the Fox Waterway. Alderman Curry asked if the City has information on dredging from previous watershed studies. D. Morefield said staff can contact HR Green about dredging and how fast areas typically fill up again. Alderwoman Condon asked if they're looking for a consensus; B. Hobson said that is correct. Alderwoman Condon stated she is supportive of having this dredging / hauling project included in the budget, Council agreed. Director Hobson said the project would take place from approximately May I" through September 1". and they'd be working their way back to Green Street; maybe the west side of the bridge, as well. Executive Session: Motion to enter into Executive Session for discussion pursuant to 5 ILCS 120/2©(I 1}—probably litigation to acquire real estate. McHenry city council 03/18/19 Mayor Jett stated at this time he would entertain a motion to enter into executive session to discuss probable litigation to acquire real estate. A Motion was made by Alderman Santi, second by Alderman Glab to enter into executive session for discussion pursuant to 5 ILCS 120/2©(11)—probably litigation to acquire real estate. Roll Call Vote: Ayes: Alderwoman Condon, Alderman Devine, Alderman Mihevc, Alderman Curry, Alderman Schaefer, Alderman Glab, Alderman Santi. Nays: None; Absent: None; Abstentions: None. Motion carried. The Council Members along with Attorney McArdle, City Administrator Morefield, Chief Birk and City of Woodstock's Chief Deputy City Clerk Howie entered into executive session at 8:40 PM, Reconvene/Roll Call: The Council Members along with Attorney McArdle, City Administrator Morefield, Chief Birk and City of Woodstock's Chief Deputy City Clerk Howie returned to the public meeting at 9:00 PM, A Motion was made by Alderman Curry, second by Alderman Santi to reopen the public meeting. Ayes: Alderwoman Condon, Alderman Devine, Alderman Mihevc, Alderman Curry, Alderman Schaefer, Alderman Glab, Alderman Santi. Nays: None; Absent: None; Abstentions: None. Motion carried. Request by Chief Birk to return to item 6C: Consideration of a recommendation by the Finance & Personnel Committee to eliminate the McHenry Municipal Vehicle Sticker Program, Ordinance No. MC-19- Chief Birk stated the repealing out of the Traffic Code: with a need for a motion to implement item 6C, and further to Adopt a proposed Ordinance Appealing Section 13-101 through 13-110. Discussion ensued. Chief Birk will review each section that is related to the city sticker. Motion by Alderwoman Condon to remove Section 13-101 through 13-110, second by Alderman Mihevc. Ayes: Alderwoman Condon, Alderman Devine, Alderman Mihevc, Alderman Curry, Alderman Schaefer, Alderman Glab, Alderman Santi. Nays: None; Absent: None; Abstentions: None. Motion carried. Mr. Morefield said they're still looking at numbers for this past weekend's St. Patrick's Day event. Staff Reports Mayor and City Council Comments: Mayor Jett commended Director Bill Hobson and volunteers for a fabulous job on this weekend's event. Thanks to City staff that assisted. Alderman Schaefer• added that the fireworks were great, too! Adjournment: McHenry city council 03/18/19 There being no further public business to discuss, a Motion was made by Alderman Curry, second by Alderman Santi to adjourn from the public meeting at 9:15 PM, Roll Call Vote: Ayes: Alderwoman Condon, Alderman Devine, Alderman Mihevc, Alderman Curry, Alderman Schaefer, Alderman Glab, Alderman Santi. Nays: None; Absent: None; Abstentions: None. Meeting adjourned until the April 1, 2019 Council meeting at 7:00 PM. Respectfully submitted, Jane Howie Chief Deputy City Clerk City of Woodstock Expense Approval Register McHenry, IL List of Bills Council Meeting 4-149 MCI -Len ry Vendor Name Payable Number Post Date Description (item) Account Number Amount Vendor: BIRK, ADRIANA BIRK,ADRIANA INV0007771 04/O1/2019 UNIFORM REIMB 300-22-4510 42.49 Vendor BIRK, ADRIANA Total: 42.49 Vendor: BORGERDING, CHRISTINE BORGERDING, CHRISTINE INV0007772 04/01/2019 SUPP REIMB 4DO-00-6111 27,91 Vendor BORGERDING, CHRISTINE Total: 27,91 Vendor: CARRIER CORPORATION CARRIER CORPORATION B002675466 04/O1/2019 SVS CALL 400-00-5110 1,835.00 Vendor CARRIER CORPORATION Total: 1,835.00 Vendor: CENTEGRA OCCUPATIONAL HEALTH CENTEGRA OCCUPATIONAL 222828 04/01/2019 R PREVES, B WEGNER 100-05-5110 35,00 CENTEGRA OCCUPATIONAL 222828 04/O1/2019 R PREVES, B WEGNER 610-006940 65.00 CENTEGRA OCCUPATIONAL 223141 04/O1/2019 JR ADAMS, S GORMAN 100-05-5110 35,00 CENTEGRA OCCUPATIONAL 223141 G4/01/2019 1RADAMS,SGORMAN 61000-6940 65,00 CENTEGRA OCCUPATIONAL 223164 04/01/2019 T BASSUENER,B LESPERACE, M 10005-5110 330,00 Vendor CENTEGRA OCCUPATIONAL HEALTH Total: 530.00 Vendor: CITY OF HARVARD CITY OF HARVARD INV0007764 04/O1/2019 FY 17/18 DISPATCH REFUND 100-22-5110 985,99 Vendor CITY OF HARVARD Total: 985.99 Vendor. CITY OF WOODSTOCK CITY OF WOODSTOCK INV0007765 G4/O1/2019 FY 17-18 DISPATCH REFUND 100-22-5110 20815.08 Vendor CITY OF WOODSTOCK Total: 20815,08 Vendor: COMED COMED INV0007748 04/O1/2019 UTIL 510-31-5510 1,472.83 COMED INV0007749 04/01/2019 UTIL 51031-5510 2,243.80 COMED INVG007748 04/01/2019 UTIL 510-32-5510 21451,03 COMED INV0007748 04/01/2019 UTIL 510-32-5510 7,948,10 COMED INV0007757 G4/01/2019 UTIL 500-45-5530 31.56 Vendor COMED Total: 14,147.32 Vendor: CONAWAY, TINA CONAWAY, TINA INV0007749 04/01/2019 REFUND IMRF LIFE OVER 100-2041 64.00 Vendor CONAWAY, TINA Total: 64,00 Vendor: CROWDER, TRACY CROWDER, TRACY INVG007750 04/O1/2019 CDLREIMB 100-45-5430 60.00 Vendor CROWDER, TRACY Total: 60.06 Vendor: DIETZ,AMY DIETZ, AMY 231397 04/01/2019 REF 100-41-3636 24,20 Vendor DIETZ, AMY Total: 24.20 Vendor: FREUND & SON INC, S H FREUND &SON INC, SH CLAIM 19849F888547 04/O1/2019 WINDOW REPL@MAIN ST 610-00-5980 11611,00 Vendor FREUND & SON INC, S H Total: 1,611.00 Vendor: GENDE, DREW C GENDE, DREW C 3/9-3/17 04/O1/2019 RBALLGAMES 1GO-47-5110 125,00 Vendor GENDE, DREW CTotal: 125.00 Vendor: GENDE, KELLY GENDE, KELLY 3/9-3/17 04/O1/2019 B BALL 10047-5110 75.00 Vendor GENDE, KELLY Total: 75.00 Vendor: GENDE, ROBERT GENDE, ROBERT 3/9-3/17/19 04/O1/2019 BBALLGAMES 100-47-5110 125.00 Vendor GENDE, ROBERT Total: 125,00 3/27/2019 11:57:40 AM Expense Approval Register Packet: APPKT01436 -4-1-19 AP CKS Vendor Name Payable Number Post Date Description (item) Account Number Amount Vendor: GLASCOTT, ROBERT GLASCOTT, ROBERT INV0007752 04/01/2019 CDLREIMB 100-33-5430 51,18 Vendor GLASCOTT, ROBERTTatal: 51.18 Vendor: GOETTSCHE, NICHOLAS GOETTSCHE, NICHOLAS 1WO007753 04/O1/2019 CDLRIEMB 100-33-5430 61,41 Vendor GOETTSCHE, NICHOLAS Total: 61,41 Vendor: HLR HLR 20190374 04/01/2019 BV PHASE 1 BIKE PATH 440-00-8900 1,763.75 Vendor HLR Total: 1,763.75 Vendor: HRGREEN HRGREEN 6-125034 04/01/2019 IL ROUTE 120TO OJIBWA LN 440-00-8600 2,988.45 Vendor HRGREENTatal: 2,988.45 Vendor: ILCMA ILCMA 1622 04/01/2019 JOB POSTING DEPUTY CLERK 100-01-5110 50.00 Vendor ILCMA Total: 50.00 Vendor:KURTH,TY KURTH,TY INV0007754 04/01/2019 MAILBOXREIMB 100-33-6110 50.00 Vendor KURTH, TY Total: 50,06 Vendor: LAMZ, JASON LAMZ, JASON INV0007766 03/26/2019 UNIFORM REIMBURSEMENT 100-33-4510 52,74 Vendor LAMZ, JASON Total: 52.74 Vendor: LOBERMEIER, HENRY LOBERMEIER, HENRY INV0007755 04/01/2019 UNIFORM REIMB 100.33-0510 143.47 Vendor LOBERMEIER, HENRYTotal: 143.47 Vendor: MCANDREWS PC, THE LAW OFFICE OF PATRICK MCANDREWS PC, THE LAW 03/2019 04/01/2019 MARCHTRAFFIC 100-01-5230 410D0.00 Vendor MCANDREWS PC, THE LAW OFFICE OF PATRICKTotal: 40000,00 Vendor: MERTZ, GARY MERTZ,GARY 1WO007756 04/01/2019 REIMB LIFE INS W/HELD IN 100-2241 18,19 Vendor MERTZ, GARYTotal: 18.19 Vendor: MINUTEMAN PRESS OF MCH MINUTEMAN PRESS OF MCH 92053 04/01/2019 D WOLF BUS CARDS 1DO-06-5330 61.00 Vendor MINUTEMAN PRESS OF MCH Total: 61.00 Vendor: MUNICIPAL COLLECTION SERVICES INC MUNICIPAL COLLECTION 013904 04/01/2019 CSPEARS COLL 40G-00-5110 31,41 Vendor MUNICIPAL COLLECTION SERVICES INC Total: 31.41 Vendor: NICOR GAS NICORGAS INV0007758 04/01/2019 LFHL 100-43-5510 301,51 NICOR GAS INV0007758 04/01/2019 UTIL 100-45-5510 900.03 NICORGAS INV0007758 04/O1/2019 UTIL 100-46-5510 83,38 NICORGAS INVOD07758 04/O1/2019 LJTIL 400-OG-5510 1,584.69 NICORGAS INV0007759 04/O1/2019 UTIL 510-31-5510 11256,22 NICORGAS INVD007759 04/01/2019 UTIL 510-32-5510 5,454.52 Vendor NICOR GAS Total: 9,580.35 Vendor: NORTHWEST ELECTRICALSUPPLY CO INC NORTHWEST ELECTRICAL 17415749 04/01/2019 CLAIM 19849F888547 610-00.5980 %123.60 Vendor NORTHWEST ELECTRICAL SUPPLY CO INCTotal: %123.60 Vendor: PADRO, PEDRO PADRO, PEDRO INV0007767 04/01/2019 UNIFORM REIMB 100-33-4510 136,57 Vendor PADRO, PEDRO Total: 136.57 Vendor: PROSHRED SECURITY PROSHRED SECURITY 990038973 04/01/2019 CITYHALLSHRED 100-01-5110 80.00 Vendor PROSHRED SECURITY Total: 80,00 3/27/2019 11;57:40 AM ExpenseApproval Register Padcet: APPKTO1436-4-1-19 AP [KS Vendor Name Payable Number Post Date Description (item) Account Number Amount Vendor: Q &A REPORTING, INC Q& A REPORTING, INC 12-30-18-b G4/01/2019 TRANSCRIPTGIAB OBJECTION 100-01-5110 206,30 Vendor Q & A REPORTING, INCTotal: 206,36 Vendor: RESERVEACCOUNT RESERVEACCOUNT 107370394/1/19 PYMT 04/01/2019 RESERVE 100.01-5310 176.92 RESERVEACCOUNT 107370394/1/19 PYMT 04/01/2019 RESERVE 100-03-5310 81,09 RESERVEACCOUNT 107370394/1/19 PYMT 04/01/2019 RESERVE 100.04-5310 1,253.09 RESERVEACCOUNT 107370394/1/19 PYMT 04/01/2019 RESERVE 3OG-22-5310 50D30 RESERVEACCOUNT 107370394/1/19 PYMT 04/01/2019 RESERVE 100-30-S310 8.7S RESERVEACCOUNT 107370394/1/19 PYMT G4/01/2019 RESERVE 100-41-5310 169,17 RESERVEACCOUNT INV0007760 04/01/2019 RESERVE 510-31-5310 3,68 RESERVE ACCOUNT INV0007760 04/01/2019 RESERVE 510-32-5310 13434 Vendor RESERVEACCOUNT Total: 2,206,34 Vendor: SANDOZ, CHRISTOPHER SANDOZ, CHRISTOPHER INVOD07761 - 04/01/2019 UNIFORM REIMB 51G-31-4510 214,90 VendorSANDOZ, CHRISTOPHERTotal: 214,90 Vendor: STRANGE, TROY STRANGE, TROY INVW07762 04/01/2019 1300TREIMB 100-33-4510 138A3 Vendor STRANGE, TROY Total: 139,13 Vendor: SYNCB/AMAZON SYNCB/AMAZON 12313/10/19 STMT 04/01/2019 PD MTHLYSTMT 100-22-6210 189,99 SYNCB/AMAZON 12313/10/19 STMT 04/01/2019 PD MTHLY STMT 100-23-6210 54,77 SYNCB/AMAZON 78803/10/19 STMT 04/01/2019 MTHLYSTMT SOO.01-6110 254,53 SYNCB/AMAZON 78803/10/195TMT 04/01/2019 MTHLYSTMT 100-06-6210 44,81 SYNCB/AMAZON 78803/10/19 STMT 04/01/2019 MTHLYSTMT 100-45-6110 575426 SYNCB/AMAZON 78M 3110119 STMT 04/01/2019 MTHLYSTMT 100-4&6110 79480 Vendor SYNCB/AMAZON Total: 1,199.16 Vendor: TECHNOLOGY MANAGEMENTREV FUND TECHNOLOGY MANAGEMENT T1924684 G4/01/2019 TECH MAN REV FUND 62D-OO-5110 10,00 VendorTECHNOLOGY MANAGEMENT REV FUND Total: 10.00 Vendor: TEMPLE DISPLAY LTD TEMPLE DISPLAY LTD 19207 04/01/2019 tNSTALL(TAKEDDWN VET PK 10G02-6940 19,360,00 Vendor TEMPLE DISPLAY LTD Total: 19,360,00 Vendor: THOMPSON, NICOLE THOMPSON, NICOLE INVW07763 04/01/2019 ISI CHMP MEET 100-41-5420 185,87 Vendor THOMPSON, NICOLE Total: 185.87 Vendor: TYLER TECHNOLOGIES TYLER TECHNOLOGIES 025-253865 04/01/2019 METER READING INTERFACE 510-31-5110 250,00 Vendor TYLER TECH NOLOGIES Total: 250.00 Vendor:UPS UPS 6OX485119 04/01/2019 SHIP 100-04-5310 10,54 UPS 6OX485119 04/01/2019 SHIP 100-06-5310 6,89 Vendor UPS Total: 17,43 Vendor: VOGT, STELLA VOGT, STELLA 1W0007769 04/01/2019 MAILBOX REPLACEMENT 1OD-33-6110 50100 Vendor VOGT, STELLA Total: 500D Vendor: WINNEBAGO LANDFILL CO WIN NEBAGO LANDFILL CO 3771 04/01/2019 SLDG 510-32-5580 2,504.16 Vendor WINNEBAGO LANDFILL CO Total: 2,504.16 Vendor: ZUKOWSKI ROGERS FLOOD & MCARDLE ZUKOWSKI ROGERS FLOOD& 136308 G4/01/2019 CUNAT/PATRIOT EST 740-00-5230 11595,00 ZUKOWSKI ROGERS FLOOD& 136309 04/01/2019 CORP 100-01-5230 19,932.50 ZUKOWSKI ROGERS FLOOD& 136310 04/01/2019 TRAFFIC 100-01-5230 71759,30 Vendor ZUKOWSKI ROGERS FLOOD &MCARDLETotal: 28,685.80 Grand Total: 99,68810 3/27/2019 11:57:40 AM Expense Approval Register Packet: APPKT01435-4-1-29 AP CKS Fund Summary Fund Expense Amount 100-GENERAL FUND 61,174.81 400- RECREATION CENTER FUND %479.01 440- CAPITAL IMPROVEMENTS FUND 4,752.20 510- WATER/SEWER FUND 23,812.58 610- RISK MANAGEMENT FUND 4,864.60 620- INFORMATION TECHNOLOGY FUND 10.00 740- RETAINED PERSONNEL ESCROW 1,595.00 Grand Total: 99,688.20 Expense Approval Register McHenry, IL #2 List of Bills Council Meeting 4 1-19 Lmct.enr Vendor Name Payable Number Post Dale Description (Item) AmountNumber Amount Vendor: ADVANCED AUTOMATION AND CONTROLS INC ADVANCED AUTOMATION AND 19-3038 04/01/2019 Reptamment VFD-Sludge 510.32-5375 21329A6 VendorADVANCED AUTOMATION AND CONTROLS INCTotal: 2,329.46 Vendor: ALTHOFF INDUSTRIES INC ALT14OFF INDUSTRIES INC S431978 04/01/2019 Building automation 400-00-5110 615.00 VendorALTHOFF INDUSTRIES INCTotal: 615.0D Vendor: AMERICAN WATER WORKS ASSN AMERICAN WATERWORKS PWANM514 04/01/2019 AWWA membership dues- 510-31-5410 83.00 AMERICAN WATER WORKS PWANM515 04/O1/2019 AWWA membership dues- 510.31-5410 83.00 Vendor AMERICAN WATER WORKS ASSNTotal: 166,00 Vendor:AT&T AT&T 6201819373 04/01/2019 AT&T8157591360 620-00-5320 59,41 AT&T 6201819377 04/01/2019 8153632662 620-WS320 778.22 AT&T 6201819378 04/01/2019 8153632129 620-00-5320 11136,96 AT&T 6201819382 04/01/2019 Z250014 620-00-5320 646.89 AT&T 6201819383 04/01/2019 Z991586 620 00-5320 646.83 AT&T 6201819394 04/01/2019 8155781029 620-00-5320 124.14 VendorAT&TTotal; 3,392.39 Vendor: AT&T AT&T 6201819395 04/01/2019 Network on Demand 6200D-5110 27.72 VendorAT&T Total: 27.72 Vendor: BERKHEIMER CO INC, G W BERKHEIMER CO INC, G W 409933 04/O112019 QTY-2 Water Heaters 510-32-6110 1,036.24 Vendor BERKHEIMER CO INC, G W Total: 1,036.24 Vendor: BHFX DIGITAL IMAGING BHFX DIGITAL IMAGING 331433 04/01/2019 BONDROLLPAPER 10G-03-6210 185.00 Vendor BHFX DIGITAL IMAGING Total: 185.00 Vendor: BUSS FORD SALES BUSS FORD SALES 5033320 04/01/2019 fan 320 100-22-5370 204.58 ! BUSSFORDSALES 5033396 04/01/2019 afternatar320 100-22-5370 700.03 Vendor BUSS FORD SALES Total: 904.61 Vendor: CURRAN CONTRACTING COMPANY CURRAN CONTRACTING 16052 04/01/2019 47950- UPM, vendor ticket# 100-33-6110 819.60 Vendor CURRAN CONTRACTING COMPANY Total: 819.60 Vendor: CUTTING EDGE COMMUNICATIONS INC CUTTING EDGE 5400 04/01/2019 Inv 5400-Front Admin Door 620- S110 107.00 Vendor CUTTING EDGE COMMUNICATIONS INC Total: 107.00 Vendor: DIRECTV DIRECTV 36009047603 G4/01/2019 March Direct TV 400-00-5321 307.97 Vendor DIRECTV Total: 307.97 Vendor. DP5 EQUIPMENT SERVICES INC DPS EQUIPMENTSERVICES INC 18156 04/01/2019 Rebuild clarifier#1 gearbox 510-32-5375 9,300.00 Vendor UPS EQUIPMENTSERVICES INCTotal: 903G0.00 Vendor: DREISILKER ELECTRIC MOTORS INC DREISILKER ELECTRIC MOTORS 1115666 04/01/2019 Sludge Building Blower 510-32-5375 278.00 DREISILKER ELECTRIC MOTORS 1115865 04/O112019 Bearings. 510-32-5375 172.00 DREISILKER ELECTRIC MOTORS 1116429 04/01/2019 SWWTP-Aerator#B Motor 510-32-5375 100.00 Vendor DREISILKER ELECTRIC MOTORS INCTotah 550.00 Vendor: ED'S AUTOMOTNE/JIM'S MUFFLER SHOP ED'SAUTOMOTIVE/J1M'S 21862/8/19 04/01/2019 Inspection 804 510-35-5370 30.00 3/27/2019 12:48:44 PM Expense Approval Register Packet: APPKTO1441 - 4-1-19 RECT INV Vendor Name Payable Number Post Date Description (Item) Account Number Amount ED'SAUTOM0TIVF/11M'S 21863/1/19 04/01/2019 Inspection 408 100.33-5370 30.00 ED'SAUTOMOTrVE/11M'S INV0007794 04/01/2019 Inspection 476 100.33-5370 30,00 ED'SAUT0MOTrVE/J1WS INV0007786 04/01/2019 Inspection 404 100-33-5370 30,00 ED'SAUTOMOTIVE/JIM'S INV0007785 D4/02/2019 inspection 416 100-33-5370 44,50 Vendor ED'S AUTOMOTIVE/11M'S MUFFLER SHOP Total: 164.56 Vendor: FAST EDDIES CAR WASH FAST EDDIES CAR WASH 50379597181 04/01/2019 CAR DETAILING 100-22-5370 109.95 Vendor FAST EDDIES CAR WASH Total: 109.95 Vendor: FUN EXPRESS LLC FUN EXPRESS LLC 695151697-01 G4/01/2019 MMAC, MIB, & Breakfast w/ 100-47-6110 615,53 Vendor FUN EXPRESS LLCTotal: 615,53 Vendor: GALLS LLC GALLS LLC 12129822 04/01/2019 UNIFORM ORDER-J, DUCAK 100-22-4510 139,99 GALLSLLC 12130419 04/01/2019 UNIFORMORDER-M. 100-22-4510 116,30 GALLSLLC 12137559 04/01/2019 UNIFORM ORDER -MCKENDRY 1OD-23-4510 163.84 GALLS LLC 12137664 G4/01/2019 UNIFORM ORDER -SEXTON 1OD-22-4510 326,23 GALLS LLC 12160597 G4/01/2019 UNIFORM ORDER-ADAMS 100-22-4510 77.98 GALLS LLC 12164776 04/01/2019 UNIFORM ORDER -LUMBER 100-22-0510 112,99 GALLS LLC 12176718 04/01/2019 UNIFORM ORDER -MORALES IM22-4510 39,70 GALLS LLC 12179036 D4/01/2019 UNIFORM ORDER-PARDUE 100-22-4510 89,72 GALLS LLC 12191481 04/01/2019 UNIFORM ORDER-ZUMWALT 100.22-4510 32,25 GALLS LLC 122086Z3 04/01/2019 UNIFORM ORDER- NOYES 100-22-4510 43,04 GALLS LLC 12211WB 04/01/2019 UNIFORM ORDER-LORENZ 30D-22-4510 60.00 GALLS LLC 12219955 04/01/2019 UNIFORM ORDER-MCKENDRY 100-23-4510 33,86 Vendor GALLS LLCTotal: 10235496 Vendor: GLOBAL COMPLIANCE NETWORK GLOBALCOMPLIANCE 8853 04/01/2019 Camp- Training Supplies 10D-46-6110 250,00 Vendor GLOBAL COMPLIANCE NETWORK Total: 250,00 Vendor: GRAINGER GRAINGER 9108022550 04/01/2019 Chemical Feed Pump Hose S10-32-5375 290,68 GRAINGER 9119833392 04/01/2019 PVC Pipe 510-32-6110 115,88 Vendor GRAINGER Total: 406,56 Vendor: HASTY AWARDS HASTY AWARDS 03190430 04/01/2019 MIB Medals & Awards Final 10047.6110 850.53 Vendor HASTYAWARDS Total: 850,53 Vendor: HAWKINS INC HAWKINS INC 2854440 04/01/2019 Chemical Delivery 510.32-6110 61937,80 HAWKINSINC 4456956 04/01/2019 3-15gal drum hypo chlorite- 510-31-6110 193,05 HAWKINSINC 4458975 04/01/2019 Chemical Delivery 510-32-6110 4,395.60 Vendor HAWKINS INC Total: 11,526,45 Vendor: HEARTLAND SERVICES INC HEARTLAND SERVICES INC 307058-H 04/01/2019 Configuration and Deployment 620-00-5110 9*761,25 Vendor HEARTLAND SERVICES INC Total: %761.25 Vendor: HYDRO INTERNATIONAL (WASTEWATER) HYDRO INTERNATIONAL SIN-001219 04/01/2019 Auger Bearing and Motor 51032-6110 1,134.00 Vendor HYDRO INTERNATIONAL (WASTEWATER) Total: 1,134.00 Vendor: IN-PIPETECHNOLOGY COMPANY INC IN -PIPE TECHNOLOGY 1484 04/01/2019 Monthlyservicefeeinvk1445 510.32-5110 7,750.00 Vendor IN -PIPE TECHNOLOGY COMPANY INC Total: 7,750.00 Vendor: INTERNATIONAL ASSOCIATION OF ELECTRICAL INSPECTORS INTERNATIONAL ASSOCIATION 101762019 04/01/2019 ELECTRICAL MEMBERSHIP 100-03-5410 120,00 Vendor INTERNATIONALASSOCIATION OF ELECTRICAL INSPECTORS Total: 120,00 Vendor: INTERSTATEALL BATTERY CENTER INTERSTATE ALL BATTERY 1903701034121 04/01/2019 Trace PI Batteries 510-31-6110 84.00 Vendor INTERSTATE ALL BATTERY CENTER Total: 84,00 3/27/2019 12:48:44 PN Expense Approval Register Packet: APPKT01441-4-1-19 RECT INV Vendor Name Payable Number Post Date Description (item) Account Number Amount Vendor: JENSEN SALES CO INC, LEE JENSEN SALES CO INC, LEE 187220 04/O1/2019 Repairon a balloon light 510-35-6110 549,00 JENSEN SALES CO INC, LEE 187221 04/01/2019 LKtingstrap 510-35-6110 137,00 JENSEN SALES CO INC, LEE 187370 04/O1/2019 Lifting Straps 510-32-5380 219,95 Vendor JENSEN SALES CO INC, LEE Total: 905.95 Vendor: JENSEN, TED JENSEN,TED 07452 04/01/2019 Key Way Removal 510-32-6110 20,00 Vendor JENSEN, TED Total: 20.06 Vendor: JG UNIFORMS INC 1G UNIFORMS INC 51903 04/01/2019 UNIFORM ORDER-CLESEN 100-22-4510 178,65 VendorJG UNIFORMS INC Total: 178.65 Vendor: KIMBALL MIDWEST KIMBALLMIDWEST 69&5382 D4101/2019 stock 510.35-6110 641.17 KIMBALLMIDWEST 7001166 04/01/2019 stock 100-33-6110 345,15 Vendor KIMBALL MIDW ESTTotal: 986.32 Vendor: LAFARGE NORTH AMERICA LAFARGE NORTH AMERICA 710220771 04/O112019 CM-11vrash stone 167539888 510-35-6110 116.80 LAFARGE NORTH AMERICA 710220771A 04/01/2019 CM-11 wash stone 167539945 510-35-6110 208,16 LAFARGE NORTH AMERICA 710220771E 04/O1/2019 FM-2 sand 167539973 510-35-6110 107,44 Vendor LAFARGE NORTH AMERICA Total: 432,40 Vendor: LANG AUTO GROUP, GARY LANG AUTO GROUP, GARY 5034681 04/02/2019 hose311 100-22-5370 67,51 Vendor LANG AUTO GROUP, GARYTotal: 67.51 Vendor: MAGIC OF GARY KANTOR MAGIC OF GARY KANTOR 1219-148 04/01/2019 Cont-Magic Gass 100-46-5110 126.0D Vendor MAGIC OF GARY KANTOR Total: 126,00 Vendor: MCCANN INDUSTRIES INC MCCANN INDUSTRIES INC P00233 04/01/2019 bolts bucket 446 100-33-5370 42,50 MCCANN INDUSTRIES INC P00234 04/01/2019 811 510-35-5370 98.D0 Vendor MCCANN INDUSTRIES INCTotal: 140.56 Vendor: MCMASTER-CARR SUPPLY CO MCMASTER-CARR SUPPLY CO 88190461 04/01/2019 Pipe Insulation and Heat Tape 510-32-5375 21952 MCMASTER-CARR SUPPLY CO 88601926 04/01/2019 Sludge Building -Faucet 510-32-5375 149,73 Vendor MCMASTER-CARR SUPPLY CO Total: 368.75 Vendor: MEADE INC MEADE INC 687515 04/01/2019 TL repair McCUllom Lake& 100-33-5110 339,19 Vendor MEADE INCTotal: 339,19 Vendor: MIDAMERICAN WATER OF WAUCONDA INC MID AMERICAN WATER OF 199952W 04/01/2019 &Box invoice 199952W 510-35-6110 249,00 MID AMERICAN WATER OF 206967W D4/01/2019 Tapping Sleeve Invoice 510-35-6110 11199,20 Vendor MID AMERICAN WATER OF WAUCONDA INC Total: 1,448.20 Vendor: MINUTEMAN PRESS OF MCH MINUTEMAN PRESS OF MCH 92053 04/01/2019 NO PARKING SIGNS 100.22-6210 20.00 Vendor MINUTEMAN PRESS OF MCH Total: 20.00 Vendor: MONROETRUCK EQUIPMENT INC MONROE TRUCK EQUIPMENT 5399787 04/O1/2019 410 100-33-5370 3,865.38 MONROE TRUCK EQUIPMENT 5400494 04/01/2019 410 100-33-5370 137.28 Vendor MONROE TRUCK EQUIPMENT INCTotal: 41002,66 Vendor: MOTOROLA SOLUTIONS -STARCOM21 NETWORK MOTOROLA SOLUTIONS- 410841312019 04/01/2019 MONTHLY STARCOM21 100-22-5320 2,453.00 Vendor MOTOR01A SOLUTIONS-STARCOM21 NETWORK Total: 2A53.00 Vendor: NORTHWEST ELECTRICAL SUPPLY CO INC NORTHWEST ELECTRICAL 17416579 04/01/2019 Electrical Supplies 10045.6110 232,48 Vendor NORTHWEST ELECTRICALSUPPLY CO INC Total: 232.48 3(27/2019 12:48:44 PM Expense Approval Register Packet: APPKT01441-4-1-19 RECT INV Vendor Name Payable Number Post Date Description (Item) Account Number Amount Vendor: OTTOSEN BRITZ KELLY COOPER & GILBERT LTD OTTOSEN BRITZ KELLY COOPER 719-551 04/01/2019 EVALUATION- KULCSAR 100-22-5110 3,506,25 Vendor OTFOSEN BRITZ KELLY COOPER & GILBERT LTD Total: 3,506.25 Vendor: PETROCHOICE LLC PETROCHOICE LLC 10882579 03/27/2019 PETRO - 10882579 510.31-6250 153.09 PETROCHOICE LLC 10863988 04/O112019 fuel 10863988 51031-6250 20.20 PETROCHOICE LLC 10864280 G4/0112019 PETRO-10864280 510.35-6250 177.17 PETROCHOICE LLC 10864293 04/01/2019 PETRO-10864293 51032-6250 218A1 PETROCHOICE LLC 10864294 04/01/2019 PETRO-10864294 510-31-6250 98.43 PETROCHOICE LLC 10864295 04/01/2019 Fuel 100-45-6250 68.55 PETROCHOICE LLC 10864296 04/01/2019 PETRO-10864296 100-33-6250 1,263.16 PETROCHOICE LLC 10866321 04/01/2019 FUEL10866321 100.22-6250 622,12 PETROCHOICE LLC 10874889 04/01/2019 PETRO-10874889 510-35-6250 328.75 PETROCHOICE LLC 10874906 04/01/2019 FUELBILL 10003-6250 105.56 PETROCHOICE LLC 10874907 04/01/2019 PETRO - 10874907 SSD-32-6250 452.72 PETROCHOICE LLC 10874908 04/O1/2019 PETROCHOICE-10874908 510-31-6250 162.65 PETROCHOICE LLC 10874909 D4/01/2019 Fue1810874909 10045-6250 301.01 PETROCHOICE LLC 10874910 04/O1/2019 PETROCHOICE - 10974910 100-33-6250 702.27 PETROCHOICE LLC 10874911 04/01/2019 FUEL10874911 100-22-6250 14412,97 PETROCHOICE LLC 10876029 04/01/2019 oil 510-35-6250 3,652.35 PETROCHOICE LLC 10882560 04/01/2019 FUEL-10882560 510.35-6250 352.62 PETROCHOICE LLC 10887576 G4/O112019 FUEL-10882576 510-32-6250 179.69 PETROCHOICE LLC 10882578 04/01/2019 Fuel 100-45-6250 135,61 PETROCHOICE LLC 10887709 04/01/2019 fuel 10887709 510-35-6250 817.80 PETROCHOICE LLC 10887712 04/01/2019 fuel 10887712 510-31-6250 272.60 Vendor PETROCHOICE LLCTotal: 11,497.73 Vendor: PETTIBONE & CO, P F PETTIBONE & CO, P F 176025 04/01/2019 VISITATION CITATIONS 100-22-6210 45,90 Vendor PETTIBONE & CO, P F Total: 45.90 Vendor: PITEL SEPTIC INC PITELSEPIC INC 16657 D4/0112019 Portable Toilet Rentals 100-45-5110 75.00 PITEL SEPTIC INC 16699 04/O1/2019 Portable Toilet Rentals 10045-5110 760.00 Vendor PITEL SEPTIC INC Total: 835,00 Vendor: POMPSTIRE SERVICE INC POMPS TIRE SERVICE INC 290145897 G4/0112019 817 510-35-5370 1,551.64 Vendor POMPS TIRE SERVICE INC Totah 1,561.64 Vendor: POSITIVE PROMOTIONS INC POSITIVE PROMOTIONS INC 06224938 04/01/2019 Program -Safety Town 10046-6110 69,70 Vendor POSITIVE PROMOTIONS INCTotal: 69,70 Vendor: PROSHRED SECURITY PROSHRED SECURITY 99DO38974 04/O1/2019 MONTHLYSHRED 100-22-5110 53,00 Vendor PROSHRED SECURITYTotah 53,00 Vendor: RNOW INC KNOW INC 2019-55383 D4/01/2019 3way valve for aquatech 510-35-6110 1,366.06 Vendor RNOW INC Total: 1,366.06 Vendor: SAFE SITTER, INC SAFE SITTER, INC 61079 G4/01/2019 Program -Safe Sitter 10046-6110 177.25 Vendor SAFE SITTER, INC Total: 177.25 Vendor: SCHOPEN PEST SOLUTIONS INC SCHOPEN PEST SOLUTIONS INC 148294 04/O1/2019 Pest Control 100-45-5110 107.00 Vendor SCHOPEN PEST SOLUTIONS INCTotal: 107.06 Vendor: SENCOMMUNICATIONS INC SENCOMMUNICATIONS INC IN0940139 04/01/2019 HEADSETREPAIR 100-23-6110 141.20 VendorSENCOMMUNICATIONS INC Total: 141,20 3/27/2019 12:48:M1M1 PM Expense Approval Register Vendor Name Payable Number Vendor: STANS LPS MIDWEST STANS LPS MIDWEST 343664 Vendor: SUNNYSIDE COMPANY SUNNYSIDE COMPANY 103053 Vendor: TOPS IN DOG TRAINING CORP TOPS IN DOG TRAINING CORP 20535 Vendor: ULINE ULINE 106833465 Vendor: ULTRA STROBE COMMUNICATIONS INC ULTRA STROBE 075410 Vendor: VELODYNE VELOCITY DYNAMICS INC VELODYNE VELOCITY 21880 Vendor: VEOLIA WATER TECHNOLOGIES, INC VEOLIA WATER 19D00197RI05700 Vendor: VERIZON WIRELESS VERIZONWIRELESS 6201819381 Vendor: WATERSYSTEMS ENGINEERING, INC WATERSYSTEMS 27422 Vendor: WHOLESALE DIRECT INC WHOLESALE DIRECT INC 238257 WHOLESALE DIRECT" INC 238295 Packet: APPKT01441-4-1-19 RECT INV Post Date Description (Item) Account Number Amount 04/01/2019 QuarterlyCopybill-stans400 OD-6210 632,21 Vendor STANS LPS MIDWEST Total: 632.21 04/(01/2019 jeep repalr490 100-33-5370 405,66 Vendor SUNNYSIDE COMPANY Total: 40SAIS 04/01/2019 CANINETRAINING 100-22-6310 350,97 Vendor TOPS IN DOG TRAINING CORP Total: 350,97 09/01/2019 SafetySupplies 510.32-6110 923,77 Vendor ULINE Total: 923.77 04/01/2019 Iight313 10022-5370 11,95 Vendor ULTRA STROBE COMMUNICATIONS INC Total: 11.95 04/02/2019 Polymer unit flow sensor 510-32-5390 733.42 Vendor VELODYNE VELOCITY DYNAMICS INCTotal: 733,42 09/01/2019 Actiflow Sand 53032-6110 851,99 Vendor VEOLIA WATER TECHNOLOGIES, INC Tote l: 851,99 09/01/2019 Cell Phones 620-00-5320 1,622.32 Vendor VERIZON WIRELESS Total: 1,622.3E 09/01/2019 Well N2 Sample Analysis 510-31-5110 490,00 Vendor WATER SYSTEMS ENGINEERING, INC Total: 490.00 04/01/2019 light bar 422 100-33-5370 244,15 09(01/2019 light bar 431 100-33-5370 243,85 Vendor WHOLESALE DIRECT INCTotal: 48IL 0 Grand Total: 91,342.29 3/27/2019 12:48:44 PM Expense Approval Register Fund Summary Fund 100-GENERAL FUND 4)0-RECREATION CENTER FUND 510- WATERISEWER FUND 620- INFORMATION TECHNOLOGY FUND Grand Total: ExpenseAmount 23,835,89 11555,18 51,040,54 14,910.68 91,342,29 Packet: APPKT01441- 4-1-19 RECF INV Department of Community & Economic Development McHenry Municipal Center 333 Green Street McHenry, Illinois 60050 Phone: (815) 363-2170 Fax: (815) 363-2173 www.ci.mchenry.il.us REGULAR AGENDA SUPPLEMENT TO: Mayor and City Council FROM: Ross Polerecky, Community Development Director FOR: March 18�h, 2019 Regular City Council Meeting RE: Sign Variance for an off site development sign for the Oaks at Irish Prairie ATT: Sign application, Site Plan, signed lease, letter from D.R. Horton AGENDA ITEM SUMMARY: The Community Development Department received a sign variance request to allow an offsite development sign for the Oaks at Irish Prairie Subdivision. The developer, D.R. Horton, and the property owner, Prairie Pointe Land Development Corporation, have an agreement in place pending the City Council variance approval. BACKGROUND: Homebuilder D.R. Horton purchased 86 lots in the Oaks at Irish Prairie Subdivision this past fall. Under the active annexation agreement D.R. Horton is allowed to display development signs on the property in which they are building. D.R. Horton is requesting one additional sign to be placed on the southeast corner of Veterans Parkway and South Route 31. This sign is to capture and direct traffic from Route 31 to the Oaks at Irish Prairie Subdivision located at Barreville and Veterans Parkway. A variance was granted to the original developer of this property in 2006, which allowed a sales trailer on this property as well as a similar sign. The sales trailer was moved from this location once the models were erected at the Oaks at Irish Prairie. City staff required the sign to be removed when the Oaks at Irish Prairie development became dormant. The size of the proposed sign is in compliance with the guidelines established in the sign code ANALYSIS: The Sign Code does not allow for offsite advertising and therefore a variance to this code section is required. If the Council agrees to the variance request Staff recommends placing an expiration date of either two -years or when the last certificate of occupancy is issued, whichever comes first, for the original 86 lots. Department of Community & Economic Development McHenry Municipal Center 333 Green Street McHenry, Illinois 60050 Phone: (815) 363-2170 Fax: (815) 363-2173 www.ci.mchenry.il. us RECOMMENDATION: If the City Council concurs, it is recommended that a motion be made fora sign variance to D.R. Horton to allow an offsite advertising sign at the southeast corner of Veterans Parkway and South Route 31 for a period not to exceed two years or when the final certificate of occupancy is issued in the subdivision, whichever comes first. "'y°r`"`°ry (�� Minor tPeTi'I(nit Community & Economic Development Community and . 333. S. Green Street, McHenry, IL 60050 EconomicDevelopment �pplll�°��Ron &inail:CED@cianchenry.il,us ANa s im*$I (815) 363-2170 PROPERTY ornceuseostr ADDRESS: SE Corner of Route 31 and Veterans Parkway ESTIMATED COST OF CONSTRUCTION: Existing Use: W Cortunercial ❑ hrdust/Offrce ❑ H/C ❑ Air Conditioning ❑ Fire Suppression ❑ Accessory Bldg ❑ Lawn Irrigation ❑ Driveway/Lot Pay. ❑ Masonry ❑ Demolition ❑ Retaining Wall (over [I Electric [IRemodel/Alteration ❑ Fence [I Sea] Coating/Stripe ❑ Furnace ❑ Sidewalk/Stairs ❑ Fire Alarm ❑Siding ❑ Other: Owner•: DRH Midwest (C!O Derrick Hoffman) Address: 750 E. Bunker Court E-mail: DJHoffman@drhorton.com Contractor: ❑ Freestanding Zoning Dist: To wnship/Pin:1*16" 403- Oil Flood Zone: Temporary ❑ wall i MAR - 7 71119 ® to Over• the Comrter ❑ Re -roof ❑ Water Heater ❑ Water/Sewer Repair Platr Review: aa�;;� Building: Plumbing: Bond: Misc.Deposit: Phone: Unit #: 500 City; Vernon Hills Parvin-Clauss (C/O Jacalyn Barton) Phone: 6( 30 ) 510-2020 E-,na;l; Jbarton@parvinclauss.eom Electrical Contractor: Phone: ( ) 443-6707 Slate: IL Submit a copy of an electrical license with this application. Zip; 60061 Plumbing Conh•actor: Phone: �) Submit the followhrg: Lefter of intent on plumbing contractm•s letterhead (with corporate seal, m• notmy seal) stating that they are doing this job; copy of State plumbing license; copy of certificate of State registration. Roofing Contractor: Phone: C... ) Note! Submit it copy of a Stole of Illinois roofing contractor license with this application. All Infomtation provided herein is Inre end eonect and all ordinanecs end codes of the City of McHenry shell M complied wllh. I hereby represent end agree that, In considcm- lion of this pemdt being issued, Doty the work herein applied for will be done ud that the premises being worked on will only be used for the purposes scl forth herein. l under- alond end hereby ecknowdedge frs the property owner's responsibility Io ascerlein if Ihere arc atty existing private covenants, mndilions and/or deed rtnrlGions, which may. further regulate and/or prohibit pork for NAich this building penult from she City has been obtained. I further acknowledge it's the property owners responsibility to obtain required written or other permission or follow any other private approval process from any such home, property owner's or other association, if applicable, prior to commencing work on my property even if a building pennit is issued by she City. I hereby Indemnify the City, its officials and employees from any and all liability for damages, lawsuits, auomegs fees snit Injuries, includin$Aisth suss jncd by onyom or damage to any property, Including surveying mom and encroachment liability which eccme against the City, roe axrce use llrcv 91151 DAMMON jmer��;�; sww February 27,2019 City of McHenry Attn: Ross Polerecky 333 S. Green Street McHenry, IL 60050 RE: Oaks at Irish Prairie Signage Dear Mr. Polerecky: Piease accept this application and Its exhibits as a formal request by D.R. Horton to erect signage on the SE corner of Route 31 and Veterans Parkway. As you are aware, D.R. Horton is constructing homes at The Oaks at Irish Prairie and our sales team is gearing up to showcase the community and the greater McHenry area to our potential buyers. We look forward to the grand opening of our model home in the next 45-60 days. Much of our success will be predicated upon ensuring as many potential buyers as possible visit our model home. Our model home is approximately'/ mile from the nearest major Intersection (Veterans Parkway and Route 31), Approximately 22,200 cars travel on Route 31 per day. Directing traffic from this intersection to our model is imperative to our success. These factors make signage at the SE corner of Route 31 and Veterans Parkway vital to our success and our Inability to advertise there will be a major hindrance to our traffic and potential sales. We respectfully request that the City of McHenry allow marketing signage to be Installed at this location. Sincerely, D,R. Horton Matthew R. Morlan Land Acquisition Coordinator 750 East bunker Court Sui[e 500 Vernon Hilis, Illinois 60061 (Sq7) 362-9100 annv.drhorton.com «I ` S U•H•HUHTUN` f�inarrcas �jui(dcr !t 18'x e• de�blehee mdo plywood elan m, wood ere�t3 Topxctimr. PM5281 BluewhYnlufopy. Wavy. PM5455 Red. D.R. Horror logo: PM5 28t Blue &PM5485 Red on Pantone ProeeesYelbw. Equal Hooeinglogm PMS281 Blue. 4'x 6'waad posh: painted Bridgewater Grey InegAaWmat Rt 3t &Vete2rw Parkway gndc V� epm�wwo�mn�enr.. �enn�<mnM� �.,nM.�i�neun�Ma�m.aawti�r�ani fimYa.+nnw. s�mc�on.np �n....f �nci.+e�� iurow��v�nmunan.arc... n�e+mrN.e P.m. ®C^fr^kM ID1aMFmrvClan�3kn Cu ■ Parvin-Claus 5 1 6 N C O M P ANY PROJECT• D R-HORTON VetennePkwy- OakoxlrhhPralrlc, MCHENRY, IL CUSTOMER APPROVAL: eveesuru Mat; Sopchyk/KZ o uwrvm JP onn 12.11.18 spur No. 2 oF2 �oE80827 NI.E �E DRH80827-0IP raINrlNw PRO III, MGVP HS REVISIONS: � t0.3t.te-ropy t 2t t.t B - 5Lz & xopc of work t t2.t2tB-rorlder t29.t9-quan;lty Y Pr phie P®nn'ue Land IDevelopme. At Corporation 28955 W.1L RT. 17.3 Antioch, IL 60002 March 7, 201 City.of McHenry 333 S. Grei io Street iVloHenry, IL RE: Sign:for DR Horton :1'o Whom It May Concern: Prairie Pointe Land D6%;&lopmeni Corporation is the lawful owner of the parcel with PIN 14-10- 403-001. Under the terms of the attached sign lease, we grant permission io i)R Horton to construoband maintain a sign with the restriction that all necessary application's; zoning and any other requireinents by the. City :ofMclienry would be satisfied. If you have any ijuPstions:plea'se feel free to contact me at (708):408 3802s Sincerely, . Daniel L. Shepard ' , .' .. . ; • SIGN EAS + 111 ��' :•, T1risLeasoAg<remeat("pease")isekteredhitaasoftltys _day oAabruary,•2019batweenII "Praiile Point"Laird-;i)evelopmeaft Cotporatton ("OVvner") Amid'DItIi'Mtdwest' Lto: :('Lessee"), i IMCI'1`A.LS' Owiier•QwagIn•feesimple.thatceitaiq.pt•opeltyloo6ted-atIlia'southwestcorner0f - 1111tigis:Route 31•:ond Veterans Parkway in Uo'llemy, Wand hribbr descrlbed as Property IF A we go I A If . Tax Identifieatfoiflo et• 1'9-10403000.1(ihe "Propeity"): • • , •. • .. ' Lesseo'desires•io:fosse apQrtlon 11f the Propsity for•a:d11 AM ouble:sided s4iorAnot Me A .. :' ... " . - ..exceeding ten febt•by. teli feet.per side and rais6d on posts (t)te "l e§see's,Siga" )., • ..: . , _ I . 1:.0wrier•tequesfs as oompensatloh that._Les'sco-pay.for thb •Lease • IMF. OF Term (hereinafter defined) in oons)daration for allowing: Lesaea reutilize a portion of to 0 Pn'opetty fdfLesseb's Sfgnas'aforesald 0. ON so . TMEFOR11 E; the parties agree a11 s oA.11owst • ' So I.: 1. Xerled Prexrtses, Opfacr• herdbjt.leases' and gronts';nonexclu's,Ivoly tb..Lessea a,. so 0 Me., portfott.of the' 3?ropefty aloltg'1111nols Route 311.ds deplored on BxhIblt A (theOFF :' '!`Rented Tr'emises'q, No use :of the Property by:Owner oz a thitxl•psrty shall• be 4 :1 11 .. utilized for -shy use Wliibli Will:bb's0w•e I:e§see'8 Sign' on thelUnted Pretnises 6r • . other wiseuiueasonabfyinterfereviitltiessee',suseoftileRenfedRxemisbi Leases""• ..'shall have the rightto modify the lopObn of tbo.Rented Ptentises, es required by l ' • • • approvals from, City of Mdllenry, and ady.otlter agenoy(ies): -,.,. -...: • • " " - '2,; Yeasa "Gansfdol°alioni'Tlia l ease oottsjdel'atio�.ponslstsrof Lessee's pulahase and No '' instailatitin of one (1) sign; hs Indicated by attached rendering, to'be located on Illlttois Roiitb'31 a s'per'attooh'W'sign ptbbf and Wthe approx11 INimate location as mdloated.by the site•arroNy jndfcaling Iodation. Lessee, shall9..bbtain,all.ne"gry :.ponnita.frbm Cfty of McHenry and any.othor agenoy(ias).: A •• •' to I .. MI 0 A:: " • 3. ftsns¢: AlCcosts to obtain approvals, design, installstion audxelnoval of Lessee's, • No •4 OF ` •• ' "•: 'Sign -shall'`beNot Ussee's "expense: 'Following installattoh, Lessee shall, be we ' - . '' `'respon§Ible,FAA to maintain1. LcY'see's sigh; ': - • - • We* 1... �. • "_g,.. r';JbeLooseshalldommeawonthe Ht%.oflesse'e'siweip>ofapprovalsfiom City of McHemy: sad any bfheit agenby(ies) for gssee's Sign or th6:dete this cease . '` Is •executed, by.eiwner end Lessee end shall expiro:two (2) years.ftorirtlto deto of AM ;000mmenoement ("Lease:Term"); Lessee siial{-havethe7oplio yr��xteud�lialtoase AN • ' Tema fvi�ert adNltibirai tviel9e (tea tt t w1}t$1AetXeo#od{G O Awiis01 1 PC AN ve to / :: . YX{ jMAP : AN •t. . , ()7700:1e1001061894XOCXA 1 0 AN • . '6 1 Me AN ',. ' i 5. einnll ::Lesseeshall indomnfandhold Ownei harmlesa fironi ariy'wid all causes.ofactron.pr.damagatupeisSnsorpropertyresuhtngfinmhesseeor esIF see'sIF employees, agents or contractors use_or.occupaitay of theUited Pieniises and/or the exercise oflessee's rights granted herein:' Lessee.essiimes.thc entlle.rlsk of loss,alieft der demageao Lessee's Sign, and no such loss, theft or damage shall ieliovo Lessee of Its obligations underahis Lease regarding Owner's. Sign, Lessee shall enter upon tlie-Ptroper{y `at Lessee's sole riskIF 6. edoi :. Notwithstanding anythingto tine contraryherein, Within thirty (30) days IF I IF I after tiieexpiiation of the Lease Terni,.as it may.tie extended orterniiiiated putsuant to Aitlole 3.And: Article.9'hereot; hessee.•shall ieniove'Lessee's'Sign.firolu the I IF Rented Premises. Upon torminetion Lesseepshall return the Rented Preulises to its . cond{iioii ex{stiiig on fire date of installation of Lessee's Sign; normal woar afidteai• ,. . :• excepted: _ ..... : ' . 7.. olives: Consideration Is considered paidIF 11 IF IF to the. Owner. upon performance of this Lease and Lessee's notice :of performance af;ttie address following Owner's signature, -All no: Raw shall be sent,to the party•at the' address following their F.signature and; ropy to'Prairio Point Land Devolopment at 28955 W IL' RT 173,' A3n{661i; IL 60002, All uotioes altallbe in writhrgand shallbe deFerm by certified or, fogistered inail or -by a nationally recognized overnight c4rler, 8. Pe d I!; Irrtlie eventtiiat eit)lei patty is in default under. the terms of this Lease; the non -defaulting party sliall.deliver.written notice at the respective address of the defaulting party: ' Such defBult'notiee shall sot forththa cause of such default: The dgfaultn g party shell.lrave five,'(5) busiues4:days fivini the date of receipt of such IF Notice to, oure such default, In the event lhaf a non-monelary default cannot be IF reasonably.oured within said 5 dayporlod,and provided the.do. iting,party hasIF IF commenced such cure. and is atfively pursuing such ciao to completion', thou the defoulth19pa(ymaycontinuesuclicurelierlodpast5business'days,butinnoevent later than dully (30) days. dn.the evelit of a Lesse.o defaulf that has riot been curedIF i§ afoiessid',• Owner shall havothe right to terminate this Lea'se.. ' IF I IF 9, Burh,Teriatnalloir;.' Owner'shall haveIF IF IF the right.fo telmttia4e this L ease with ninety IF IF (90).dayhotice to Lessee if tha.Owner'sells orilevelops the Property, In the event p� of Raid terininat[on, essee shellHave the right to,relocate the.Lesseb's.Si n to. ynK?; I a Owner's proporly located north`of Veterans Parkway, sea s ra.. eve theright J�ra6t�� to terminate this Lease Willi si3tty QW days notice to Owner. 1 I+ IF IF I IFnln.....`N ': ltict�Dii . i. IF IF IF IFE10., Saceesso, r.a,tdAssinnsi .. Thls.Lease,shall'be binding upon th6 heirs, executors, I representatives, sppcessors oKITassignsW the patties hereto.,.IF WIF [Signalure pagem imediately follows) IF IF I IF IF IF (33700;261401061e91DOF I - I IF ... F .: .: IF I I IF • pIN WITNESS WHEREOF, ftpailleslieieto liaYeb8 •ecuted tlils.I.oase-and 4pl%oto bo ' Is 0 I A:btiuhdB�!SlfesAlnq. ' 11 Ift . SS . •'• ' ...I A ao, 6 a .OM , If1tHCAinbi4ijgp'HoniesyTno:` Piab9aToiiit•LaudDBv to utent:,:VIIII - I A Cbtpo 'tioi fix,-='' /" ::•' :ay; -�y.•• ItsIV / ]ta' • A of ;... . :7511$unkkt Court A. Vettton•II411s10661 to a. 40 BiCeotiled . • � Bxea .�at E• . uted'r . Atv i,• ; ph go of ad so A to i .... + ' `' ,. • i i IF Doi, 31 _ .. . . 1 •• •( 1 •to to I is t•• ' ' •• • . •, 133�1Mo%1"t 01D0 BADOg9C 4) • 1 ' .'1. 1.'. .. ...