Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
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.'. .. ...