Loading...
HomeMy WebLinkAboutPacket - 02/19/2018 - City CouncilREVISED AGENDA REGULAR CITY COUNCIL MEETING City Council Chambers, 333 S Green Street Monday, February 19, 2018, 7:00 PM 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 adopting amendments to Municipal Code Chapter 24, Article 1. Sec. 24-17, Tree Topping; B. IDOT Resolution for Maintenance of Streets and Highways by Municipality Under the Illinois Highway Code for expenditures of Rock Salt paid by Motor Fuel Tax funds; C. Award of Bid to Acres Group of Wauconda, IL for 2018 Spring Tree Planting Program for an amount not to exceed $19,448; D. Award of Bid to Clearview Landscape Construction of Harvard, IL for 2018 Municipal Mowing Program for a three year contract with an option to renew for an additional two years in the amount of $3,545.00 per week; E. Execution of a Use Agreement with 3510 LLC for the Public Use of the Parking Lot at 3510 Pearl Street; F. Authorization to publically bid for the 2018 Hot Mix Asphalt Materials Contract; G. Authorization to publically bid for McHenry Recreation Center Parking Lot Expansion; H. Purchase of Public Works Facility floor scrubber from Cabay & Company, Inc. not to exceed $16,318.50; I. Contract with Crescent Electric Supply Company, McHenry, IL for Public Works Facility Lighting Improvements for an amount not to exceed $36,840; J. Special Event Liquor License for Montini Catholic School Toast to our Future Fundraiser on April 14, 2018; K. Annual Kiwanis Soap Box Derby, June 9, June 2 Practice Run; city support services, closure of certain portions of Waukegan Road and Green Street, and waiver of associated fees; L. Temporary Use of Petersen Park on October 12, 13, 19, & 20 for annual Wonder Lake Ski Show Team Haunted Hayride; M. December 4, 2017 Regular City Council meeting minutes; and N. December 18, 2017 Regular City Council meeting minutes; O. Issuance of Checks in the amount of $472,741.36; and P. Payment of Bills in the amount of $229,394.78. The City of McHenry is dedicated to providing its citizens, businesses, and visitors with the highest quality of programs and services in a customer -oriented, efficient, and fiscally responsible manner. McHenry City Council Regular Meeting February 19, 2018 Page Two 6. Individual Action Item Agenda: A. Motion to authorize the Mayor to sign a Real Estate Purchase Agreement and all necessary closing documents relating to the City's purchase of two (2) vacant parcels of land generally at the Southwest Corner of Route 120 and Curran Road with Pin Numbers: 09-28-400-010 (20.10 acres) and 09-28-300-011 (4.66 acres), for an amount not to exceed $170,000 7. Discussion Only Item: A. FY 18/19 — FY 22/23 Capital Improvement Program 8. Staff Reports. 9. Mayor and City Council Comments. 10. Adjourn. The complete City Council packet is available for review online via the City website at www.ci.mcheng.il.us. For further information, please contact the Office of the City Administrator at 815-363-2108. The proceedings of the City Council meeting are being video and audio -recorded and every attempt is made to ensure that they are posted on the City of McHenry, IL "YouTube" 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. The City of McHenry is dedicated to providing its citizens, businesses, and visitors with the highest quality ofprograms and services in a customer -oriented, efficient, and fiscally responsible manner. 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: February 19, 2018 TO: Mayor and City Council FROM: Jon M. Schmitt, Director of Public Works RE: Chapter 24, Article 1. Section 24-17 Tree Topping of the City of McHenry Municipal Code Revisions ATT: Proposed Ordinance AGENDA ITEM SUMMARY: Staff requests City Council to consider revisions to Section 24-17 Tree Topping of the City of McHenry Municipal Code as recommended by the Illinois Department of Natural Resources. BACKGROUND: After review of the City's Tree City USA Application, the Illinois Department of Natural Resources recommended revising Section 2447 Tree Topping of the City of McHenry Municipal Code as follows: Sec. 24-17. Tree topping. +"P ^;rPrAeF oPub f l; . ` Ricks All trees trimming shall comply with the International Society of Arboriculture or USDA Forest Service tree pruning standards and be in safety compliance with the associated ANSI standards. Topping is defined as the severe cutting back of limbs to stubs larger than 3 inches in diameter within the tree's crown to such a degree so as to remove the normal canopy and disfigure the tree. RECOMMENDATION: Therefore, if Council concurs, it is recommended a motion be considered approving the attached ordinance revising Section 24-17 Tree Topping of the City of McHenry Municipal Code. 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. ORDINANCE NO. MC-18-1163 AN ORDINANCE AMENDING CITY OF MCHENRY MUNICIPAL CODE CHAPTER 24, ARTICLE 1. SEC. 2447, TREE TOPPING WHEREAS, the City of MCHENRY, MCHENRY County, Illinois, is a home rule municipality as contemplated under Article VII, Section 6, of the Constitution of the State of Illinois, and the passage of this Ordinance constitutes an exercise of the City's home rule powers and functions as granted in the Constitution of the State of Illinois. WHEREAS, for 23 consecutive years, the City of McHenry has been recognized by the National Arbor Day Foundation as a "Tree City USA," and after review of the City's 2018 Tree City USA application, the Illinois Department of Natural Resources recommends, and it is the opinion of the corporate authorities of the City of MCHENRY, to amend the language regulating to Tree Topping in Chapter 24, Article 1. Sec. 24-17. NOW, THEREFORE, BE IT ORDAINED SY THE CITY COUNCIL OF THE CITY OF MCHENRY, MCHENRY COUNTY, ILLINOIS, Chapter 24, Article 1. Sec. 24-17 shall be as follows: SECTION 1: Sec. 2447. Tree Topping. All tree trimming shall comply with the International Society of Arboriculture or USDA Forest Service tree pruning standards and be in safety compliance with the associated ANSI standards. Topping is defined as the severe cutting back of limbs to stubs larger than 3 inches in diameter within the tree's crown to such a degree so as to remove the normal canopy and disfigure the tree. SECTION 2: This ordinance shall be published in pamphlet form by and under the authority oI the corporate authorities of the City of MCHENRY, Illinois. SECTION 3: All ordinances, or parts thereof, in conflict with the terms and provisions hereof, be and the same are hereby repealed to the extent of such conflict. SECTION 4: This ordinance shall be in full force and effect from and after its passage, approval and publication, as provided bylaw. APPROVED and ADOPTED this 19th day of FEBRUARY 2018. Voting Ave: Voting Nay: Absent: ATTEST: Mayor Wayne S. Jett Deputy Clerk Marci Geraghty DATE: TO: FROM: RE: ATTACHMENTS: Office of Finance & Accounting Carolyn Lynch, Director McHenry Municipal Center 333 Green Street McHenry, Illinois 60050 Phone: (815) 363-2100 Fax: (815) 363-2119 www.ci.mchenry.il.us CONSENT AGENDA SUPPLEMENT February 19, 2018 Mayor and City Council Carolyn Lynch, Finance Director MFT Resolution for Year 2018 State Purchase of Rock Salt IDOT Resolution Municipal Estimate of Maintenance Costs BACKGROUND: Annually the city purchases rock salt for ice control through the McHenry County Purchasing Department. A blanket order on an as needed basis is submitted and paid forthrough Illinois Motor Fuel Tax (MFT) funds. Each month the city is issued warrants pursuant to the MFT Fund Distribution statute. ANALYSIS: Expenditures for the purchase of rock salt requires the adoption of a resolution appropriating the funds. RECOMMENDATION: Staff recommends the Mayor's execution of the attached resolution allocating MFT funds for the purchase of rock salt in the year 2018. Illinois Department I Transportation Resolution for Maintenance of Streets and Highways by Municipality Under the Illinois Highway Code BE IT RESOLVED, by the Council of the (Council or President and Board of Trustees) City of McHenry Illinois, that there is hereby (City, Town or Village) (Name) appropriated the sum of $87,880.00 of Motor Fuel Tax funds for the purpose of maintaining streets and highways under the applicable provisions of the Illinois Highway Code from January 1, 2018 (Date) to December 31, 2018 (Date) BE IT FURTHER RESOLVED, that only those streets, highways, and operations as listed and described on the approved Municipal Estimate of Maintenance Costs, including supplemental or revised estimates approved in connection with this resolution, are eligible for maintenance with Motor Fuel Tax funds during the period as specified above. BE IT FURTHER RESOLVED, that the Clerk shall, as soon a practicable after the close of the period as given above, submit to the Department of Transportation, on forms furnished by said Department , a certified statement showing expenditures from and balances remaining in the account(s) for this period; and BE IT FURTHER RESOLVED, that the Clerk shall immediately transmit two certified copies of this resolution to the district office of the Department of Transportation, at Schaumburg , Illinois. I, Janice Jones of McHen County of Clerk in and for the City (City, Town or Village) McHenry hereby certify the foregoing to be a true, perfect and complete copy of a resolution adopted by the Council at a meeting on February 19, 2018 ER (Council or President and Board of Trustees) IN TESTIMONY WHEREOF, I have hereunto set my hand and seal this 19th (SEAL) Deputy City Approved day of February, 2018 (City, Town or Village) Date Department of Transportation Clerk Printed 2/6/2018 BLR 14230 (Rev. 11l06) Period from Illinois Department A Transportation 01/01/2018 to 12/31 /2018 Section Number Municipality Municipal Estimate of Maintenance Costs 18 - 00000 - 00 - GM McHen Estimated Cost of Maintenance Operations Maintenance Operation (No. — Description) Group (i,u,iii,iv) For Group I II or III Material E ui ment or Labor Operation Cost Item Unit Quantity Unit Price Cost Snow & Ice Removal State Joint Purchase II Bulk Road Salt Tons 11500 55.74 $831610.00 837610000 Snow & Ice Removal II Calcium Chloride Gals 7000 0.61 $4,270.00 4,270.00 Total Day Labor Costs $87,880.00 Total Estimated Maintenance Operation Cost $87,880000 Preliminary Engineering Engineering Inspection Material Testing Total Estimated Engineering Cost Total Estimated Maintenance Cost $87.880.00 Submitted: Municipal Official 02/19/2018 Date Citv Clerk Approved: 4) Copies Submit Four ( to Regional Engineer Date Regional Engineer Page 1 of 1 BLR 14231 (Rev. 2/23/06) Printed on 2/6/2018 10:54:44 AM 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: February 19, 2018 TO: Mayor and City Council FROM: Jon M. Schmitt, Director of Public Worl<s RE: 2018 Spring Tree Planting Program Bid Award ATT: Bid Tabulation AGENDA ITEM SUMMARY: Staff requests City Council to consider awarding the bid to Acres Group of Wauconda, Illinois for 2018 Spring Tree Planting Program. BACKGROUND: The 2017/18 Capital Improvement Program (CIP) includes $25,000 for planting trees in City parkways to replace those lost due to Emerald Ash Borer Disease. On January 29, 2018 six (6) bids were received for the 2018 Spring Tree Planting Program. The bids ranged from $19,448.00 to $44,746.68. The Engineer's Estimate of Cost for this project was $21,250.00. ANALYSIS: Staff has analyzed and checked the bids for accuracy and recommends awarding the contract to Acres Group of Wauconda, Illinois. RECOMMENDATION: Therefore, if Council concurs, it is recommended to award the bid to Acres Group of Wauconda, Illinois for 2018 Spring Tree Planting Program in an amount not to exceed $19,448.00. 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. Date: 1/29/2018 Time: 2:00 PM Tabulation of Bids Name of Bidder: Address of Bidder: Acres Group Americana Landscape Group, Inc. Brancato Landscaping, Inc. 610 W. Liberty Street 1350 Bluff City Blvd, 2130 Oxford Rd, Wauconda, IL 60084 Elgin, IL 60120 Des Plaines, IL 60018 Proposal Guarantee: Terms: 5% Bid Bond 5% Bid Bond 5% Bid Bond Approved Engineer's Estimate $ 21,250.00 Unit Price Total Unit Price Total Unit Price Total Unit Price Total 250.00 $ 57500,00 212.00 $ 41664,00 208.00 $ 41576,00 280.00 $ 61160,00 250.00 $ 51250,00 241.00 $ 5,061.00 252.00 $ 51292,00 280.00 $ 51880400 250.00 $ 5,250.00 210.00 $ 4,410.00 232.00 $ 4,872.00 280.00 $ 51880,00 250.00 $ 5,250.00 253.00 $ 51313,00 252.00 $ 51292,00 305.00 $ 6,405.00 As Read: Total Bid: As Calculated:1 19,448,00 20,032,00 24,325,00 LOW BIDDER Printed 2/2/2018 BLR 12315 (Rev. 07/16/13) Date: 2/15/2017 Time: 2:00 PM Tabulation of Bids Name of Bidder: Address of Bidder: Clearview Landscape Cornerstone Partners Horticultural Services Trees "R" Us, Inc. 304 Park Avenue PO Box 745 PO Box 6014 Harvard, IL 60033 St, Charles, IL 60174 Wauconda, IL 60084 Proposal Guarantee: Terms: 5% Security Check 5% Security Check 5% Bid Bond Approved Engineer's Estimate Unit Price Total Unit Price Total Unit Price Total Unit Price Total 250,00 $ 51500,00 510,00 $ 11,220,00 565,20 $ 12,434,40 465,00 $ 10,230,00 250,00 $ 5,250.00 460,00 $ 9,660.00 521,70 $ 107955,70 500,00 $ 102500,00 250,00 $ 5,250.00 450,00 $ 91450,00 504,61 $ 10,596.81 440,00 $ 91240,00 250,00 $ 57250400 480,00 $ 10,080000 512,37 $ 10,759,77 525,00 $ 11,025,00 As Read: Total Bid: As Calculated:1 40,410,001 44,746,68 1 407995,00 Printed 2/2/2018 BLR 12315 (Rev. 07/16/13) v � cHe r 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: February 19, 2018 TO: Mayor and City Council FROM: Jon M. Schmitt, Director of Public Works RE: Municipal Mowing Program Bid Award ATT: Bid Tabulation AGENDA ITEM SUMMARY: Staff requests City Council to consider awarding the Municipal Mowing Program three year contract with an option to renew for an additional two years to Clearview Landscape Construction of Harvard, Illinois. BACKGROUND: At the November 20, 2017 City Council Meeting, the City Council authorized staff to publicly bid the Municipal Mowing Program. The duration of the contract is for three years with an option to renew for an additional two years after the initial contract duration. On January 29, 2018 six (6) bids were received for the 2018 Municipal Mowing Program. The bids ranged from $3,545.00/week to $8,205.00/week for mowing services. ANALYSIS: Staff has analyzed and checked the bids for accuracy and recommends awarding the contract to Clearview Landscape Construction of Harvard, Illinois. RECOMMENDATION: Therefore, if Council concurs, it is recommended to award the Municipal Mowing Program three year contract with an option to renew for an additional two years to Clearview Landscape Construction of Harvard, Illinois for an amount of $3,545.00/week. 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. Tabulation of Bids Date: 1/29/2018 Time: 2:00 PM vp Name of Bidder: Address of Bidder: Acres Group Americana Landscape Group, Inc. Clearview Landscape 610 W. Liberty Street PO Box 63 304 Park Avenue Wauconda, IL 60084 Elgin, IL 60121 Harvard, IL 60033 City of McHenry Public Works Department 2018 Municipal Mowing Contract Proposal Guarantee: Terms: 5% Bid Bond 5% Bid Bond 5% Security Check Item No. Item Cost Cost Cost $4980.00/Week $6173.00/Week $3545.00/Week 1 Weekly Mowing Services $2.00/Foot $0.64/Foot - 2 Weed Spraying $150.00/Each $120.00/Each $40.00/Hour 3 On Demand Mowing LOW BIDDER Name of Bidder: Address of Bidder: KB Group, Inc. Pine Landscaping Uno Mas Landscaping PO Box 4524 31W524 Diehl Road PO Box 681 Oak Brook, IL 60522 Naperville, IL 60563 Streamwood, IL 60107 City of McHenry Public Works Department 2018 Municipal Mowing Contract Proposal Guarantee: Terms: 5% Bid Bond 5% Bid Bond 5% Security Check Item No. Item Cost Cost Cost $8205.00/Week $4661.00/Week $5011.00/1Neek 1 Weekly Mowing Services $1.00/Foot $250.00/Foot $0.05/Foot 2 Weed Spraying $45.00/Acre $65.00/Hour $54.00/Each 3 On Demand Mowing Derik Morefield, City Administrator McHenry Municipal Center 333 Green Street McHenry, Illinois 60050 Phone: (815) 363-2100 Fax: (815) 363-2119 www.ci.mchenry.il.us CONSENT AGENDA ITEM TO: City Council FROM: Derik Morefield, City Administrator RE: Authorization to Execute Use Agreement Between City of McHenry and 3510 LLC for the Public Use of the Parking Lot at 3510 Pearl Street ATT: Site Map AGENDA ITEM SUMMARY: The purpose of this agenda item is for Council to authorize the execution of a use agreement between the City of McHenry and 3510 LLC for the public use of the former First Midwest Bank parking lot on Pearl Street, between Route 31 and Green Street. BACKGROUND/ANALYSIS: As part of the downtown parking discussion LFI Real Estate, who controls the former First Midwest Bank property, agreed to permit the use of the parking lot accessible off of Pearl Street and located between Route 31 and Green Street at no lease charge to the City of McHenry as a public parking lot. This would allow public access to the 38 spaces available in this lot. The current terms of the lease are only through August of this year however, LFI has indicated that this can be extended. They do not want any long-term commitments on the property as it is currently being marketed. Staff will monitor this expiration date and bring an extension to the agreement back to Council as appropriate. RECOMMENDATION: Therefore, if Council concurs, it is recommended that a motion be made to authorize the execution of a use agreement for the parking lot located at 3510 Pearl Street for use as a public parking lot between the City of McHenry and 3510 LLC. The City of McHe�rry is dedicated to providing its citizens, businesses, and visitors with the highest quality of programs ai:d services in acustomer-oriented, efftcient, and fiscally responsible manner. Parking Lot Use Agreement Between McHenry 3510 LLC and the City of McHenry This Parking Lot Use Agreement ("Agreement") is entered into this day of 2018 by and between McHenry 3510 LLC ("Owner") and the City of McHenry Recitals A. Owner holds fee simple title to the real estate commonly known as 3510 W. Elm, McHenry -Northern parking lot, depicted on the map attached hereto ("Subject Property") B. The City desires to use the Subject Property for public purposes, for parking lot overflow during the months of February 1, 2018 to August 31, 2018 ("Term") and the Owner agrees to permit the City to use the Subject Property as a public parking lot overflow, at no cost. The Term is subject to early termination by either party with 14 calendar day written notice. NOW THEREFORE, in consideration of the promises and agreements made herein, the adequacy and sufficiency of which is acknowledged as being received by the parties hereto, it is agreed as follows: 1. Subject to the provisions of this Agreement, Owner hereby permits the City and thereby, members of the public, to use the Subject Property as a public parking lot during the Term, at no cost. 2. Should any damage to the Subject Property be done by members of the public during the Term, normal wear and tear excluded, the City hereby indemnifies the Owner for the repair costs and shall undertake the repair of the damage committed on the Subject Property, at its sole cost, upon a written agreement with the Owner as to the repair specifications. 3. The City shall, at its own expense, provide adequate signage that identifies the Subject Property as a public parking facility and any other relevant regulations that apply, including directional signs and permitted hours of parking — a maximum of 4 hours between 60 am and 6:OOpm, with no overnight parking permitted. Additionally, the City will ensure that access to the Subject Property is solely from Pearl Street and that no parking will be allowed on Owner's parking lot south of the Subject Property, adjacent to the vacated Bank building at 3510 W. Elm. 4. The City has represented that parking on the Subject Property is a public service and therefore, the City shall not charge a fee for parking. 5. The City shall keep the Subject Property insured against injury and property losses arising out of the use, possession or occupancy of the Subject Property by the general public, in accordance with the provisions of this Agreement, in an amount not less than $1,000,000 per occurrence. The Owner and Olympia Acquisitions III shall be added as an additional insured to the City's liability and property damage insurance policies. 6. The City shall be responsible to contract and pay for all snow removal, parking lot cleanliness and trash removal. 7. The City shall provide police and city staff support, as necessary, to protect persons and property from injury or damage, which might occur on the Subject Property during the Term. 8. The City further agrees and does hereby indemnify Owner, its agents, employees and officers, of and from any and all losses, costs, damages and actions arising by reason of personal injury or property damage, during the Term, whether covered by insurance or not, including the cost of defense of any claim not covered by insurance herein provided, arising from 2 the use or occupancy of the Subject Property by the general public or the City in accordance with the terms of this Agreement. 9. Written notice by either party hereto shall be sent by first class, prepaid regular mail or electronic mail as follows: To Owner: McHenry 3 510 LLC 9440 Enterprise Drive Mokena, IL 60448 Attention: Diane Menza (email: dmenza@lfirealestate.com) To City: City of McHenry City Administrator Derik Morefield (email:dmorefield@ci.mchenry.il.us) 333 S. Green Street McHenry, IL 60050 McHenry 3 510 LLC By Diane Menza Agent for Manager Z:\M\McHenryCityoflParkingLotUseAgreement. docx City of McHenry 3 ram .AU Page 1 of 1 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: February 19, 2018 T0: Mayor and City Council FROM: Jon M. Schmitt, Director of Public Works RE: 2018 Hot Mix Asphalt Materials Contract AGENDA ITEM SUMMARY: Staff requests City Council to authorize staff to publicly bid the 2018 Hot Mix Asphalt Materials Contract. BACKGROUND: The proposed 2018/19 Public Worl<s Street Division Materials and Supplies budget includes $240,000 project materials which include 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 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 2,000 tons of hot mix asphalt for which the Public Works Department is billed the public "drive up" price. The Public Works Department seeks to solicit competitive bids for asphalt materials in order to utilize an economy of scale to obtain low and competitive pricing and to secure consistent pricing throughout the construction season. The contract proposal shall be for a quantity of 1,250 total tons of hot -mix asphalt and the contract provisions will ensure that the pricing shall remain unchanged should quantities in excess of the original proposal quantity be required for Street Division projects. RECOMMENDATION: Therefore, if Council concurs, it is recommended to authorize staff to publicly bid the 2018 Hot Mix Asphalt Materials Contract. 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. RETURN WITH BID Illinois Department of Transportation STATE OF ILLINOIS COUNTY OF MCHENRY Local Public Agency Material Proposal or Deliver & Install Proposal PROPOSAL SUBMITTED BY Contractor's Name Street P.O. Box City State Zip Code CITY OF MCHENRY (Name of City, Village, Town or Road District) FOR THE IMPROVEMENT OF STREET NAME OR ROUTE NO. ® MATERIAL PROPOSAL ❑ SPECIFICATIONS (required) SECTION NO. 18-00000-01-GM TYPES OF FUNDS NON MFT ❑ DELIVER &INSTALL PROPOSAL ❑ PLANS (if applicable) For Municipal Projects Submitted/Approved/Passed ❑ Mayor ❑ President of Board of Trustees ❑ Municipal Official Date For County and Road District Projects Submitted/Approved Highway Commissioner Date Submitted/Approved County Engineer/Superintendent of Highways Date Department of Transportation ❑ Released for bid based on limited review Regional Engineer Note: All proposal documents, including Proposal Guaranty Checks or Proposal Bid Bonds, should be stapled together to prevent loss when bids ue processed. Page 1 of 2 BLR 12240 (Rev. 01/09/14) NOTICE TO BIDDERS RETURN WITH BID County McHe Local Public Agency Section Number Route City of McHenry 18-00000-01-GM Sealed proposals for the furnishing or delivering & installing materials required in the construction/maintenance of the above Section will be received and at that time publicly opened and read at the office of City of McHenry Public Works, 1415 Industrial Drive; McHenry, IL 60050 until 2:00 PM on March 9, 2018 Address Time Date 1. Plans and proposal forms will be available in the office of City of McHenry Public Works Department 1415 Industrial Drive; McHenry, IL 60050 Address 2. ❑ Prequalification. If checked, the 2 low bidders must file within 24 hours after the letting an "Affidavit of Availability" (Form BC 57), in duplicate, showing all uncompleted contracts awarded to them and all low bids pending award for Federal, State, County, Municipal and private work. 3. The Awarding Authority reserves the right to waive technicalities and to reject any or all proposals as provided in BLRS Special Provision for Bidding Requirements and Conditions for Material Proposals. 4. A proposal guaranty in the proper amount, as specified in BLRS Special Provision for Bidding Requirements and Conditions for Material Proposals, will be required. Bid Bonds will not be allowed as a proposal guaranty. 5. The successful bidder at the time of execution of the contract will not be required to deposit a contract bond for the full amount of the award. When a contract bond is not required, the proposal guaranty check will be held in lieu thereof. Failure on the part of the contractor to deliver the material within the time specified or to do the work specified herein will be considered just cause to forfeit his surety as provided in Article 108.10 of the Standard Specifications. 6. Proposals shall be submitted on forms furnished by the Awarding Authority and shall be enclosed in an envelope endorsed "Material Proposal, Section 18-00000-01-GM". By Order of The City of McHenry, Illinois (Awarding Authority) Date (County Engineer/Superintendent of Highways/Municipal Clerk) Material Proposal or Deliver & Install Proposal To The City of McHenry, Illinois (Awarding Authority) If this bid is accepted within 45 days from date of opening, the undersigned agrees to furnish or to deliver &install any or all of the materials, at the quoted unit prices, subject to the following: 1. It is understood and agreed that the "Standard Specifications for Road and Bridge Construction", adopted April 1, 2016, and the "Supplemental Specifications and Recurring Special Provisions", adopted April 1, 2016, prepared by the Department of Transportation, shall govern insofar as they may be applied and insofar as they do not conflict with the special provisions and supplemental specifications attached hereto. 2. It is understood that quantities listed are approximate only and that they may be increased or decreased as may be needed to properly complete the improvement within its present limits or extensions thereto, at the unit price stated and that bids will be compared on the basis of the total price bid for each group. 3. Delivery in total or partial shipments as ordered shall be made within the time specified in the special provisions or by the acceptance at the point and in the manner specified in the "Schedule of Prices". If delivery on the job site is specified, it shall mean any place or places on the road designated by the awarding authority or its authorized representative. 4. The contractor and/or local agency performing the actual material placement operations shall be responsible for providing work zone traffic control, unless otherwise specified in this proposal. Such devices shall meet the requirements of and be installed in accordance with applicable provisions of the "Illinois Manual on Uniform Traffic Control Devices" and any referenced Illinois Highway Standards. 5. Each pay item should have a unit price and a total price. If no total price is shown or if there is a discrepancy between the product of the unit price multiplied by the quantity, the unit price shall govern. If a unit price is omitted, the total price will be divided by the quantity in order to establish a unit price. A bid will be declared unacceptable if neither a unit price nor a total price is shown. Discounts will be allowed for payment as follows: % calendar days: % calendar days. Discounts will not be considered in determining the low bidder. Bidder BY (Signature) Address Title Page 2 of 2 BLR 12240 (Rev. 01/09/14) Illinois Department A Transportation Substance Abuse Prevention Program Certification Letting Date: 3/9/2018 Contract No.: Route: Section: 18-00000-01-GM Job No.: County: McHenry (City of McHenry) Item No.: The Substance Abuse Prevention on Public Works Act, Public Act 95-0635, prohibits the use of drugs and alcohol, as defined in the Act, by employees of the Contractor and by employees of all approved Subcontractors while performing work on a public works project. The Contractor/Subcontractor herewith certifies that it has a superseding collective bargaining agreement or makes the public filing of its written substance abuse prevention program for the prevention of substance abuse among its employees who are not covered by a collective bargaining agreement dealing with the subject as mandated by the Act. A. The undersigned representative of the Contractor/Subcontractor certifies that the contracting entity has signed collective bargaining agreements that are in effect for all of its employees, and that deal with the subject matter of Public Act 95-0635. Contractor/Subcontractor Name of Authorized Representative (type or print) Title of Authorized Representative (type or print) Signature of Authorized Representative Date B. The undersigned representative of the Contractor/Subcontractor certifies that the contracting entity has in place for all of its employees not covered by a collective bargaining agreement that deals with the subject of the Act, the attached substance abuse prevention program that meets or exceeds the requirements of Public Act 95-0635, Contractor/Subcontractor Name of Authorized Representative (type or print) Title of Authorized Representative (type or print) Signature of Authorized Representative Date BC 261 (01/11/08) 116ntnp.=V DepCheck Sheet For Recurring o 0 of Special Provisions The Following Recurring Special Provisions Indicated By An "X" Are Applicable To This Contract And Are Included By Reference: Recurring_Special Provisions Check Sheet # Page No. 1 ❑ Additional State Requirements for Federal -Aid Construction Contracts 2 ❑ Subletting of Contracts (Federal -Aid Contracts) 3 ❑ EEO 4 ❑ Specific EEO Responsibilities Non Federal -Aid Contracts 5 ❑ Required Provisions - State Contracts 6 ❑ Asbestos Bearing Pad Removal ale 7 ❑ Asbestos Waterproofing Membrane and Asbestos Hot -Mix Asphalt Surface Removal 8 ❑ Temporary Stream Crossings and In -Stream Work Pads 9 ❑ Construction Layout Stakes Except for Bridges 10 ❑ Construction Layout Stakes 11 ❑ Use of Geotextile Fabric for Railroad Crossing 12 ❑ Subsealing of Concrete Pavements 13 ❑ Hot -Mix Asphalt Surface Correction 14 ❑ Pavement and Shoulder Resurfacing 15 ❑ Patching with Hot -Mix Asphalt Overlay Removal 16 ❑ Polymer Concrete 17 ❑ PVC Pipeliner 18 ❑ Bicycle Racks 19 ❑ Temporary Portable Bridge Traffic Signals 20 ❑ Work Zone Public Information Signs 21 ❑ Nighttime Inspection of Roadway Lighting 22 ❑ English Substitution of Metric Bolts 23 ❑ Calcium Chloride Accelerator for Portland Cement Concrete 24 ❑ Quality Control of Concrete Mixtures at the Plant 25 ❑ Quality Control/Quality Assurance of Concrete Mixtures 26 ❑ Digital Terrain Modeling for Earthwork Calculations 27 ❑ Reserved 28 ❑ Preventive Maintenance - Bituminous Surface Treatment 29 ❑ Reserved 30 ❑ Reserved 31 ❑ Reserved 32 ElTemporary Raised Pavement Markers 33 ❑ Restoring Bridge Approach Pavements Using High -Density Foam 34 ElPortland Cement Concrete Inlay or Overlay 35 ❑ Portland Cement Concrete Partial Depth Hot -Mix Asphalt Patching 90 91 92 95 98 100 104 106 107 109 111 112 114 116 117 11S 119 120 128 144 146 147 153 154 155 156 157 160 164 Printed 02/05/18 Page 1 of 2 BLR 11300 (10/17/17) The Following Local Roads And Streets Recurring Special Provisions Indicated By An "A Are Applicable To This Contract And Are Included By Reference: Local Roads And Streets Recurring Special Provisions Check Sheet # Page No. LRS 1 Reserved 168 LRS 2 ❑ Furnished Excavation 169 LRS 3 ❑ Work Zone Traffic Control Surveillance 170 LRS 4 ❑ Flaggers in Work Zones 171 LRS 5 ® Contract Claims 172 LRS 6 ❑ Bidding Requirements and Conditions for Contract Proposals 173 LRS 7 ® Bidding Requirements and Conditions for Material Proposals 179 LRS 8 Reserved 185 LRS 9 ❑ Bituminous Surface Treatments 186 LRS 10 Reserved 187 LRS 11 ® Employment Practices 188 LRS 12 ® Wages of Employees on Public Works 190 LRS 13 ® Selection of Labor 192 LRS 14 ❑ Paving Brick and Concrete Paver Pavements and Sidewalks 193 LRS 15 ® Partial Payments 196 LRS 16 ❑ Protests on Local Lettings 197 LRS 17 ® Substance Abuse Prevention Program 198 LRS 18 ❑ Multigrade Cold Mix Asphalt 199 Printed 02/05/18 BLR 11300 (10/17/17) CHECK SHEET #LRS5 State of Illinois Department of Transportation Bureau of Local Roads and Streets SPECIAL PROVISION FOR CONTRACT CLAIMS Effective: January 1, 2002 Revised: January 1, 2007 Revise the second sentence of subparagraph (a) of Article 109.09 of the Standard Specifications to read: "All claims shall be submitted to the Engineer." Revise subparagraph (e) of Article 109.09 of the Standard Specifications to read: "(e) Procedure. All Claims shall be submitted to the Engineer. The Engineer will consider all information submitted with the claim. Claims not conforming to this Article will be returned without consideration. The Engineer may schedule a claim presentation meeting if, in the Engineer's judgment, such a meeting would aid in resolution of the claim, otherwise a decision will be based on the claim documentation submitted. A final decision will be rendered within 90 days of receipt of the claim. Full compliance by the Contractor with the provisions specified in this Article is a contractual condition precedent to the Contractor's right to seek relief in the Court of Claims. The Engineer's written decision shall be the final administrative action of the Department. Unless the Contractor files a claim for adjudication by the Court of Claims within 60 days after the date of the written decision, the failure to file shall constitute a release and waiver of the claim." 162 CHECK SHEET #LR07 State of Illinois Department of Transportation Bureau of Local Roads and Streets SPECIAL PROVISION FOR BIDDING REQUIREMENTS AND CONDITIONS FOR MATERIAL PROPOSALS Effective: January 1, 2002 Revised: January 1, 2013 Replace Article 102.01 of the Standard Specifications with the following: "Prequalification of Bidders. When prequalification is required and the awarding � authority for contract construction work is the County Board of a County, the Council, the City Council, or the President and Board of Trustees of a city, village, or town, each prospective bidder, in evidence of competence, shall furnish the awarding authority as a prerequisite to the release of proposal forms by the awarding authority, a certified or photostatic copy of a "Certificate of Eligibility" issued by the Department of Transportation, in accordance with the Department's "Prequalification Manual". The two low bidders must file, within 24 hours after the letting, a sworn affidavit in triplicate, showing all uncompleted contracts awarded to them and all low bids pending award for Federal, State, County, Municipal and private work, using the blank form made available for this affidavit. One copy shall be filed with the awarding authority and two copies with the District office. Issuance of Proposal Forms. The Awarding Authority reserves the right to refuse to issue a proposal form for bidding purposes for any of the following reasons: (a) Lack of competency and adequate machinery, plant, and other equipment, as revealed by the financial statement and experience questionnaires required in prequalification procedures. (b) Uncompleted work which, in the judgment of the Awarding Authority, might hinder or prevent the prompt completion of additional work awarded. (c) False information provided on a bidder's "Affidavit of Availability". (d) Failure to pay, or satisfactorily settle, all bills due for labor and material on former contracts in force at the time of issuance of proposal forms. (e) Failure to comply with any prequalification regulations of the Department. (f) Default under previous contracts. (g) Unsatisfactory performance record as shown by past work for the Awarding Authority, judged from the standpoint of workmanship and progress. (h) When the Contractor is suspended from eligibility to bid at a public letting where the contract is awarded by, or requires approval of, the Department. 169 CHECK SHEET #LRS7 (i) When any agent, servant, or employee of the prospective bidder currently serves as a member, employee, or agent of a governmental body that is financially involved in the proposal work. (j) When any agent, servant, or employee of the perspective bidder has participated in the preparation of plans or specifications for the proposed work. Interpretation of Quantities in the Bid Schedule. The quantities appearing in the bid schedule are approximate and are prepared for the comparison of bids. Payment to the Contractor will be made only for the actual quantities of work performed and accepted or materials furnished according to the contract. The scheduled quantities of work to be done and materials to be furnished may be increased, decreased or omitted as hereinafter provided. Examination of Material Proposal, Specifications, Special Provisions, and Site of Work. The bidder shall, before submitting a bid, carefully examine the provisions of the proposal. The bidder shall inspect in detail the site of the proposed work, investigate and become familiar with all the local conditions affecting the work and fully acquaint themselves with the detailed requirements of the work. Submission of a bid shall be a conclusive assurance and warranty the bidder has made these examinations and the bidder understands all requirements for the performance of the work. If his/her bid is accepted, the bidder will be responsible for all errors in the proposal resulting from his/her failure or neglect to comply with these instructions. The Awarding Authority will, in no case, be responsible for any costs, expenses, losses, or change in anticipated profits resulting from such failure or neglect of the bidder to make these examinations. The bidder shall take no advantage of any error or omission in the proposal. Any prospective bidder who desires an explanation or interpretation of the specification, or any of the documents, shall request such in writing from the Awarding Authority, in sufficient time to allow a written reply by the Awarding Authority that can reach all prospective bidders before the submission of their bids. Any reply given a prospective bidder concerning any of the documents and specifications will be furnished to all prospective bidders in the form determined by the Awarding Authority including, but not limited to, an addendum, if the information is deemed by the Awarding Authority to be necessary in submitting bids or if the Awarding Authority concludes the information would aid competition. Oral explanations, interpretations or instructions given before the submission of bids unless at a prebid conference will not be binding on the Awarding Authority. Preparation of the Proposal. Bidders shall submit their proposals on the form furnished by the Awarding Authority. The proposal shall be executed properly, and bids shall be made for all items indicated in the proposal form, except when alternate bids are asked, a bid on more than one alternate for each item is not required, unless otherwise provided. The bidder shall indicate in figures, a unit price for each of the separate items called for in the proposal form; the bidder shall show the products of the respective quantities and unit prices in the column provided for that purpose, and the gross sum shown in the place indicated in the proposal form shall be the summation of said products. All writing shall be with ink or typewriter, except the signature of the bidder which shall be written in ink. 170 s: CHECK SHEET #LRS7 When prequalification is required, the proposal form shall be submitted by an authorized bidder in the same name and style as shown on the "Contractor's Statement of Experience and Financial Condition" used for preq ual ifi cation and shall be submitted in like manner. Refection of Proposals. The Awarding Authority reserves the right to reject any proposal for any of the conditions in "Issuance of Proposal Forms" or for any of the following reasons: (a) More than one proposal for the same work from an individual, firm, partnership, or corporation under the same name or different names. (b) Evidence of collusion among bidders. (c) Unbalanced proposals in which the bid prices for some items are, in the judgment of the Awarding Authority, out of proportion to the bid prices for other items. (d) If the proposal does not contain a unit price for each pay item listed, except in the case of authorized alternate pay items or lump sum pay items. (e) If the proposal form is other than that furnished by the Awarding Authority; or if the form is altered or any part thereof is detached. (f) If there are omissions, erasures, alterations, unauthorized additions, conditional or alternate bids, or irregularities of any kind which may tend to make the proposal incomplete, indefinite or ambiguous as to its meaning. (g) If the bidder adds any provisions reserving the right to accept or reject an award, or to enter into a contract pursuant to an award. (i) If the proposal is not accompanied by the proper proposal guaranty. (i) If the proposal is prepared with other than ink or typewriter, or otherwise fails to meet the requirements of the above "Preparation of Proposal" section. Proposal Guaranty. Each proposal shall be accompanied by a bid bond on the Department form contained in the proposal, executed by a corporate surety company satisfactory to the Awarding Authority, by a bank cashier's check or a properly certified check for not less than five percent of the amount bid, or for the amount specified in the following schedule: 171 CHECK SHEET #LRS7 Amount Bid Up to $51000 >$5,000 $10,000 >$10,000 $501000 >$50,000 $100,000 >$1001000 $150,000 >$150, 000 $250, 000 >$250,000 $500,000 >$500,000 $1,000,000 >$110001000 $1,500,000 >$115001000 $2,000,000 >$2,000,000 $3,000,000 >$3,000,000 $5,000,000 >$5, 000, 000 $7, 500, 000 >$7,500,000 $10,000,000 >$1010002000 $15,000,000 >$1510001000 $20,000,000 >$20,000,000 $25,000,000 >$25,000,000 $30,000,000 >$30,000,000 $35,000,000 Over $35, 000, 000 Proposal Guaranty $150 $300 $1,000 $3,000 $5, 000 $7, 500 $12,500 $25, 000 $50, 000 $75, 000 $100,000 $150,000 $250, 000 $400, 000 $500,000 $600,000 $700,000 $800,000 $900, 000 $1, 000, 000 In the event that one proposal guaranty check is intended to cover two or more proposals, the amount must equal to the sum of the proposal guaranties which would be required for each individual proposal. Bank cashier's checks or properly certified checks accompanying proposals shall be made payable to the County Treasurer, when a County is the awarding authority; or the City, Village, or Town Treasurer, when a city, village, or town is the awarding authority. If this proposal contains various groups and the bidder has the option of bidding on one or several groups, the bidder may provide a separate proposal guaranty for each group or combination of groups in lieu of a single proposal guaranty to cover the amount bid for the entire proposal. Each proposal guaranty shall identify the groups covered by the individual proposal guaranty. In the event that one proposal guaranty check is intended to cover two or more groups, the amount must be equal to the sum of the proposal guaranties which would be required for each individual group. The proposal guaranty checks of all, except the two lowest responsible, will be returned promptly after the proposals have been checked, tabulated, and the relation of the proposals established. Proposal guaranty checks of the two lowest bidders will be returned as soon as the contract and contract bond of the successful bidder have been properly executed and approved. If a contract bond is not required, the proposal guaranty check will be held in lieu thereof. Bid bonds will not be returned. The awarding authority may deny the use of a bid bond as a proposal guaranty but may not further restrict the proposal guaranty. The Notice of Material Letting will state whether a bid bond is allowed. 172 CHECK SHEET #LRS7 Delivery of Proposals. If a special envelope is supplied by the Awarding Authority, each proposal should be submitted in that envelope furnished by the Awarding Authority and the blank spaces on the envelope shall be filled in correctly to clearly indicate its contents. When an envelope other than the special one furnished by the Awarding Authority is used, it shall be marked to clearly indicate its contents. When sent by mail, the sealed proposal shall be addressed to the Awarding Authority at the address and in care of the official in whose office the bids are to be received. All proposals shall be filed prior to the time and at the place specified in the Notice to Bidders. Proposals received after the time specified will be returned to the bidder unopened. Withdrawal of Proposals. Permission will be given a bidder to withdraw a proposal if the bidder makes the request in writing or in person before the time for opening proposals. Public Opening of Proposals. Proposals will be opened and read publicly at the time and place specified in the Notice to Bidders. Bidders, their authorized agents and other interested parties are invited to be present. Consideration of Proposals. After the proposals are opened and read, they will be compared on the basis of the summation of the products of the quantities shown in the bid schedule by the unit bid prices. In the event of a discrepancy between unit bid prices and extensions, the unit bid price shall govern. In awarding the supply of materials, the Awarding Authority will, in addition to considering the amounts stated in the proposals, take into consideration the responsibility of the various bidders as determined from a study of the data required under "Prequalification of Bidders", and from other investigations which it may elect to make. The right is reserved to reject any or all proposals, to waive technicalities or to advertise for new proposals, if in the judgment of the Awarding Authority, the best interests of the Awarding Authority will be promoted thereby. Acceptance of Proposal to Furnish Material. The award will be made within 45 calendar days after the opening of proposals to the lowest responsible and qualified bidder whose proposal complies with all the requirements prescribed. The successful bidder will be notified by letter of intent that his/her bid has been accepted, and subject to the following conditions, the bidder will be the Contractor or Supplier. An acceptance of proposal to furnish materials executed by the Awarding Authority is required before the Awarding Authority is bound. An award may be cancelled any time by the Awarding Authority prior to execution in order to protect the public interest and integrity of the bidding process or for any other reason if, in the judgment of the Awarding Authority, the best interests of the Awarding Authority will be promoted thereby. If a material proposal is not awarded within 45 days after the opening of proposals, bidders may file a written request with the Awarding Authority for the withdrawal of their bid, and the Awarding Authority will permit such withdrawal. Requirement of Contract Bond. If the Awarding Authority requires a Contract Bond, the Contractor or Supplier shall furnish the Awarding Authority a performance and payment bond with good and sufficient sureties in the full amount of the award as 173 CHECK SHEET #LRSi the penal sum. The surety shall be acceptable to the Awarding Authority, shall waive notice of any changes and extensions of time, and shall submit its bond on the form furnished by the Awarding Authority. The contract bond shall be returned within 15 days after the notice of award. Failure of the successful bidder to execute and file acceptable bonds within 15 days after the notice of award has been mailed to the bidder shall be just cause for the cancellation of the award and the forfeiture of the proposal guaranty which shall become the property of the Awarding Authority, not as penalty, but in liquidation of damages sustained. Award may then be made to the next lowest responsible bidder, or the work may be readvertised, or otherwise, as the Awarding Authority may decide. If the bidder to whom the award is made is a corporation organized under the laws of a State other than Illinois, the bidder shall furnish the Awarding Authority a copy of the corporation's Certificate of Authority to do business in the State of Illinois with the return of the contract bond. Failure to furnish such evidence of a Certificate of Authority within the time required will be considered as just cause for the annulment of the award and the forfeiture of the proposal guaranty to the Awarding Authority, not as a penalty, but in payment of liquidated damages sustained as a result of such failure. Failure to Execute the Acceptance of Proposal to Furnish Material. If the acceptance of proposal to furnish material is not executed by the Awarding Authority within 15 days following receipt from the bidder of the properly executed bonds, the bidder shall have the right to withdraw his/her bid without penalty." 174 CHECK SHEET #LRS11 State of Illinois Department of Transportation Bureau of Local Roads and Streets SPECIAL PROVISION FOR EMPLOYMENT PRACTICES Effective: January 1, 1999 In addition to all other labor requirements set forth in this proposal and in the Standard Specifications for Road and Bridge Construction, adopted by the Department of Transportation, during the performance of this contract, the Contractor for itself, its assignees, and successors in interest (hereinafter referred to as the "Contractor") agrees as follows. Selection of Labor. The Contractor shall comply with all Illinois statutes pertaining to the selection of labor. Equal Employment Opportunity. During the performance of this contract, the Contractor agrees as follows: (a) That it will not discriminate against any employee or applicant for employment because of race, color, religion, sex, national origin, ancestry, age, marital status, physical or mental handicap or unfavorable discharge from military service, and further that it will examine all job classifications to determine if minority persons or women are underutilized and will take appropriate affirmative action to rectify any such underutilization. (b) That, if it hires additional employees in order to perform this contract or any portion hereof, it will determine the availability of minorities and women in the area(s) from which it may reasonably recruit and it will hire for each job classification for which employees are hired in such a way that minorities and women are not underutilized. (c) That, in all solicitations or advertisements for employees placed by it or on its behalf, it will state that all applicants will be afforded equal opportunity without discrimination because of race, color, religion, sex, national origin, ancestry, age, marital status, physical or mental handicap or unfavorable discharge from military service. That it will send to each labor organization or representative of workers with which it has or is bound by collective bargaining or other agreement or understanding, a notice advising such labor organization or representative of the Contractor's obligations under the Illinois Human Rights Act and the Department's Rules and Regulations. If any such labor organization or representative fails or refuses to cooperate with the Contractor in its efforts to comply with so such Act and Rules and Regulations, the Contractor will promptly so notify the Illinois Department of Human Rights and the contracting agency and will recruit employees from other sources when necessary to fulfill its obligations thereunder. 178 CHECK SHEET #LRS11 (e) That it will submit reports as required by the Department of Human Rights Rules and Regulations, furnish all relevant information as may from time to time be requested by the Department or the contracting agency, and in all respects comply with the Illinois Human Rights Act and the Department's Rules and Regulations. (f) That it will permit access to all relevant books, records, accounts and work sites by personnel of the contracting agency Illinois Department of Human Rights for purposes of investigation to ascertain compliance with the Illinois Human Rights Act and the Department's Rules and Regulations. (g) That it will include verbatim or by reference the provisions of this clause in every subcontract so that such provisions will be binding upon every such subcontractor. In the same manner as with other provisions of this contract, the Contractor will be liable for compliance with applicable provisions of this clause by all its subcontractors; and further it will promptly notify the contracting agency and the Illinois Department of Human Rights in the event any subcontractor fails or refuses to comply therewith. In addition, the Contractor will not utilize any subcontractor declared by the subcontracts with the State of Illinois or any of its political subdivisions or municipal corporations. 179 CHECK SHEET #LRS12 State of Illinois Department of Transportation Bureau of Local Roads and Streets SPECIAL PROVISION FOR WAGES OF EMPLOYEES ON PUBLIC WORKS Effective: January 1, 1999 Revised: January 1, 2015 1. Prevailing Wages. All wages paid by the Contractor and each subcontractor shall be in compliance with The Prevailing Wage Act (820 ILCS 130), as amended, except where a prevailing wage violates a federal law, order, or ruling, the rate conforming to the federal law, order, or ruling shall govern. The Illinois Department of Labor publishes the prevailing wage rates on its website. If the Illinois Department of Labor revises the prevailing wage rates, the revised prevailing wage rates on the Illinois Department of Labor Is website shall apply to this contract and the Contractor will not be allowed additional compensation on account of said revisions. The Contractor shall review the wage rates applicable to the work of the contract at regular intervals in order to ensure the timely payment of current wage rates. The Contractor agrees that no additional notice is required. The Contractor shall be responsible to notify each subcontractor of the wage rates set forth in this contract and any revisions thereto. 2. Payroll Records. The Contractor and each subcontractor shall make and keep, for a period of not less than five years from the date of the last payment on a contract or subcontract, records of all laborers, mechanics, and other workers I employed by them on the project; the records shall include information required by 820 ILCS 130/5 for each worker. Upon seven business days' notice, the Contractor and each subcontractor shall make available for inspection and copying at a location within this State during reasonable hours, the payroll records to the public body in charge of the project, its officers and agents, the Director of Labor and his deputies and agents, and to federal, State, or local law enforcement agencies and prosecutors. 3. Submission of Payroll Records. The Contractor and each subcontractor shall, no later than the 15th day of each calendar month, file a certified payroll for the immediately preceding month with the public body in charge of the project, except that the full social security number and home address shall not be included on weekly transmittals. Instead the payrolls shall include an identification number for each employee (e.g., the last four digits of the employee's social security number). The certified payroll shall consist of a complete copy of the payroll records, except starting and ending times of work each day may be omitted. The certified payroll shall be accompanied by a statement signed by the Contractor or subcontractor or an officer, employee, or agent of the Contractor or subcontractor which avers that: (i) he or she has examined the certified payroll records required to be submitted by the Act and such records are true and accurate; (ii) the hourly rate paid to each worker is not less than the general CHECK SHEET #LRS12 prevailing rate of hourly wages required; and (iii) the Contractor or subcontractor is aware that filing a certified payroll that he or she knows to be false is a Class A misdemeanor. 4. Employee Interviews. The Contractor and each subcontractor shall permit his/her employees to be interviewed on the job, during working hours, by compliance investigators of the Department or the Department of Labor. 181 CHECK SHEET #LRS13 State of Illinois Department of Transportation Bureau of Local Roads and Streets SPECIAL PROVISION FOR SELECTION OF LABOR Effective: January 1, 1999 Revised: January 1, 2012 The Contractor shall comply with all Illinois statutes pertaining to the selection of labor. Employment of Illinois Workers During Periods of Excessive Unemployment. Whenever there is a period of excessive unemployment in Illinois, which is defined herein as any month immediately following two consecutive calendar months during which the level of unemployment in the State of Illinois has exceeded five percent as measured by the United States Bureau of Labor Statistics in its monthly publication of employment and unemployment figures, the Contractor shall employ at least 90 percent Illinois laborers. "Illinois laborer" means any person who has resided in Illinois for at least 30 days and intends to become or remain an Illinois resident. Other laborers may be used when Illinois laborers as defined herein are not available, or are incapable of performing the particular type of work involved, if so certified by the Contractor and approved by the Engineer. The Contractor may place no more than three of his regularly employed non-resident executive and technical experts, who do not qualify as Illinois laborers, to do work encompassed by this Contract during a period of excessive unemployment. This provision applies to all labor, whether skilled, semi -skilled or unskilled, whether manual or non -manual. CHECK SHEET #LRS15 State of Illinois Department of Transportation SPECIAL PROVISION FOR PARTIAL PAYMENTS Effective: January 1, 2007 Add the following after the first paragraph of Article 109.07(a) of the Standard Specifications: "The State will deduct from the amount so determined for the first 50 percent of the completed work a sum of ten percent to be retained until after the completion of the entire work to the satisfaction of the Engineer. After 50 percent or more of the work is completed, the Engineer may, at his/her discretion, certify the remaining partial payments without any further retention, provided that satisfactory progress is being made, and provided that the amount retained is not less than five percent of the total adjusted contract price. When the principal items of the work have been satisfactorily completed, a semi-final estimate may be made with the consent of the surety. Payment to the Contractor under such an estimate shall not exceed 90 percent of the amount retained after making partial payments, but in no event shall the amount retained after making the semi-final payment be less than one percent of the adjusted contract price, nor less than $500,00. When any payment is made directly to the State, payments for completed work shall have deducted the proportionate share of the cost to be borne by the State. The deduction will be the estimated cost to the State divided by the awarded contract value with this percentage applied to the value of work in place. Any adjustment to be made because of changed quantities will be made when the final payment is being processed. No retainage will be held from the value of such payments." CHECK SHEET #LRS17 State of Illinois Department of Transportation Bureau of Local Roads and Streets SPECIAL PROVISION FOR SUBSTANCE ABUSE PREVENTION PROGRAM Effective: January 1, 2008 Revised: January 1, 2014 In addition to all other labor requirements set forth in this proposal and in the Standard Specification for Road and Bridge Construction, adopted by the Department, during the performance of this contract, the Contractor for itself, its assignees, and successors in interest (hereinafter referred to as the "Contractor") agrees as follows: Substance Abuse Prevention Program. Before the Contractor and any subcontractor commences work, the Contractor and any subcontractor shall have in place a written Substance Abuse Prevention Program for the prevention of substance abuse among its employees which meets or exceeds the requirements in 820 ILCS 265 or shall have a collective bargaining agreement in effect dealing with the subject matter of 8201 LCS 265. The Contractor and any subcontractor shall file with the public body engaged in the construction of the public works: a copy of the Substance Abuse Prevention Program along with a cover letter certifying that their program meets the requirements of the Act, or a letter certifying that the Contractor or a subcontractor has a collective bargaining agreement in effect dealing with the subject matter of this Act. Prevailing Wage rates for McHenry County effective Sept. 1, 2017 Trade Title Region Type Class Base _ ..._. Fore M-F OSA OSH H/W Pension g yp n Vacation Training Wage man OT Wage ASBESTOS A_BT-GEN ALL ALL 4120 4220 1.5 L5 2 1177 1120 0.00 0.50 ASBESTOS ABT-MEC ALL BLD 37.88 40.38 1.5 1.5 2 12.12 11.70 0.00 0.72 ---_-___-_ ----. _---_.__ _ _.--___-_--:_._-- ---- __ . ...... ..--_ - ___----- .___ _ _-- ____-- BOILERMAKER ALL BLD 48.49 52.86 2 2 2 6.97 19.61 0.00 0.90 BRICK MASON _ ALL -- -BLD- -_-- ---- 45.38 -- 49.92 '- 1.5 -_ 1.5 2 10.45 16.68 0.00 0.90 __... -- - - -- -- - - - - - - - -- -- - - -- -- -- CARPENTER ALL ALL 46.35 48.35 1.5 L5 2 11.79 18.88 0.00 0.63 CEMENT MASON_ ALL ALL 44.84 46.84 2 1.5 2 10.00 21.01 0.00 0.50 CERAMIC TILE FLASHER ALL -- BLD .._' ' 1.5 1.5 2 __.-v v- _ 0.00 - --- --- -- - - ---- - - - - - -- --- - - -- --- -- ----------- COMMUNICATION TECH ALL BLD 3815 40.5S 1.5 1.S 2 12.18 12.77 0.00 0.67 - - ... - -- - - - _ . - _ _ ELECTRIC PWR EQMT OP ALL ALL 37.89 51.48 1.5 1.5 2 5.00 11.75 0.00 0.38 ELECTRIC PWR EQMT_ OP ALL HWY 41A5 56.38 1.5 1.5 2 5.50 12.87 0.00 0.73 _._..__._..-__ ___- .-.___ ._.____ ELECTRIC PWR GRNDMAN ALL ALL 29.30 51.48 1.5 1.5 2 5.00 9.09 0.00 0.29 - _... -- - - --- - - -- - ---- ._ _ _- _ - --- - ELECTRIC PWR GRNDMAN ALL HWY 32.00 56.38 1.5 L5 2 5.50 9.92 0.00 0.66 ..._.... ..-. - _ - - _ _ ELECTRIC PWR LINEMAN ALL ALL 45.36 51.48 L5 1.5 2 5.00 14.06 0.00 0.45 ELECTRIC PWR LINEMAN ALL HWY 49.67 56.38 1.5 1.5 2 5.50 15.40 0.00 0.88 __...----------...... _ -__--- _.. _ .... - -..--- ..... -- ...... -_.-------. _._..._.- _ _ .-.. - - __ . --- ELECTRIC PWR TRK DRV ALL ALL 30.34 51A8 1.5 1.5 2 5.00 9.40 0.00 0.30 ELECTRIC PWR TRK DRV ALL HWY 33.14 56.38 1.5 1.5 2 5.50 10.29 0.00 0.59 ELECTRICIAN ALL ALL 4729 51.69 1.5 1.5 2 14.58 15.87 0.00 0.95 --__-. -- ______ .... _..._.._... -_. __._..__..._._ _ . _ _-. _ . _._- _ ELEVATOR CONSTRUCTOR ALL BLD 51.94 58.43 2 2 2 14.43 14.96 4.16 0.90 FENCE ERECTOR E ALL 39.58 41.58 1.5 1.5 2 13.40 13.90 0.00 0A0 _ _.._..__._. __ __...............----.-_.---- --._ -.-- .--.._..-..-----__-_______._..__.._.. _ .._..__... _ _. _ _ _ _.-._-.____ .. ------ FENCE ERECTOR S ALL 45.56 49.20 2 2 2 11.02 21.51 0.00 0.70 --- -. ..------ ---- -- - -- -._. --- - - - - ---- ---- -- -- _-- - - -- - - GLAZIER ALL BLD q 42AS 43.95 1.5 1.5 ' 2 14.04 20.14 0.00 0.94 HT/FROST INSULATOR ALL BLD 50.50 53.00 1.5 1.5 2 12.12 12.96 0.00 0.72 IRON WORKER ; E ALL 47.33 49.33 2 2 2 14.15 ` 22.39 0.00 0.35 IRON WORKER --�I S ALL 45.61 49.25 2 2 2 11.52 22.65 0.00 0.81 ------------ IRON WORKER W ALL 38.33 44.08 2 2 2 12.27 24.57 0.00 0.60 LABORER ALL ALL 41.20 41.95 1.5 _... _..._._ _._...._ _ 1.5 --- . 2 13.77 - - 13.20 0.00 0.50 _.._ ---- LATHER - ALL ....... ALL 46.35 48.35 1.5 1.5 2 11.79 18.88 0.00 0.63 MACHINIST ALL BLD 45.35 47.85 1.5 1.5 2 7.26 8.95 1.85 0.00 - --- - - - MARBLE FINISHERS ------------ ALL ALL - -- - - - 33.95 33.95 - 1.5 1.5 - 2 - 10.45 15.52 0.00 0.47 MARBLE MASON ALL BLD 44.63 49.09 1.5 1.5 2 10.45 16.28 0.00 0.59 MATERIAL TESTER I ALL ALL 31.20 31.20 1.5 1.5 2 13.77 13.20 0.00 0.50 MATERIALS TESTER II ALL ALL 3620 36.20 1.5 1.5 2 13.77 13.20 0.00 0.50 __._.. _.._..._..__ . _... MILLWRIGHT ALL ----. ALL -......- - 46.35 48.35 _._- 1.5 1.5 2 11.79 -._....... 18.88 0.00 0.63 ------ - - .......... ---. OPERATING EN_GIN_EER . ALL - BLD - - - 1 - 50.10 54.10 --- 2 2 2 18.80 - -- -- -- 14.35 2.00 - - ._. 1.30 OPERATING ENGINEER ALL BLD _ 2 48.80 54.10 _ 2 _ 2 _ 2 18.80 14.35 2.00 1.30 _.-_ _ -_ _____-__.-----_ -__ OPERATING ENGINE_E_R_ _.____.._.--- ____,.____ ALL _. BLD __ 3 ___.._---______.___.._....._ 46.25 54.10 _. _.--- ... __ 2 ---_... . 2 _ __.__- 2 .- ---_-__ .....____ 18.80 .___-----__---_-_______-- 14.35 2.00 1930 OPERATING ENGINEER ALL 'BLD _ 4 44.50 ---54.10- 2 -`--------- 2 : 2 18.80 --- - --------------- 14.35 ----- 2.00 1.30 OPERATING ENGINEER ALL BLD 5 53.85 54.10 ...._..._ 2 _...-._. 2 2 18.80 14.35 2.00 1.30 _ OPERATING ENGINEER _ .._-. _ ALL __-. _ _ _. _.: BLD ------ ___ 6 _-- _ -- - -----_ 51.10 --._ ---- 54.10 ---_.__-. _ 2 _ __. _. _. _. _.. 2 _..._..... 2 _ .-__ _ _-.- 18.80 -- _ _-._- _ - _-__ _-__ 14.35 _ -.__.____ 2000 __ 1930 OPERATING ENGINEER ALL BLD 7 53.10 54.10 2 2 2 18.80 14.35 2.00 1.30 OPERATING ENGINEER ALL FLT 38.00 38.00 1.5 L5 2 18.05 13.60 1.90 1.30 OPERATING ENGINEER ALL HWY 1 48.30 52.30 1.5 1.5 2 18.80 14.35 2.00 1.30 OPERATING ENGINEER ALL HWY 2 47.75 52.30 1.5 1.5 2 18.80 14.35 2.00 11 1.30 -- _ OPERATING ENGINEER ALL _....-. HWY -_...__..-.__ 3 45.70 --- 52.30 1.5 1.5 _ 2 __. 18.80 14.35 2.00 1.30 OPERATING ENGINEER ALL HWY 4 44.30 52.30 1.5 1.5 2 18.80 14.35 2.00 1.30 __ ....-_...-_ OPERATING ENGINEER ALL 1- _ HWY ! _......_._ _..__ 5 ---- ......_ 43.10 _ .._ _ 52.30 1.5 -- -'�-- 1.5 -.___.._ 2 ----- ......._ _.........._...-.... 18.80 ------ -- __ .. _ 14.35 ---_--_----__------_-__ _.__._. . 2.00 -----------_ 1.30 OPERATING ENGINEER - ALL -- HWY _- 6 5L30 52.30 LS 1.5 2 18.80 14.35 2.00 1.30 OPERATING ENGINEER ALL HWY 7 _ 49.30 52.30 1.5 _ 1.5 _ 2 18.80 _ 14.35 2.00 L30 __..... _.. _...... ...I... _......__ .. --- --- ._._ _ ......._._ . _....__.._... .. -..- _. _.____...__.._ _._ .._,._._. .._...._ __._ ....__._._.__._._..- _... __-- --_._._._.. ORNAMNTL IRON E ALL 46.75 49.25 2 2 2 13.90 19.79 0.00 0.75 WORKER ORNAMNTL IRON S ALL 45.06 48.66 2 2 2 10.52 20.76 0.00 0.40 WORKER PAINTER ALL ALL 44.18 46.18 1.5 1.5 1.5 10.30 8.20 0.00 1935 PAINTER SIGNS ALL BLD 37.45 42.05 1.5 1.5 2 2.60 3.18 0.00 0.00 - - . _ ......_ PILEDRIVER --- .. - ALL -------- ALL --- --- - 46.35 - - -- 48.35 --- 1.5 ----. 1.5 2 - 11.79 _. _._.._- 18.88 0.00 0.63 PIPEFITTER ALL BLD 47.50 50.50 1.5 L5. 2 ® 17.85 0.00 2.12 PLASTERER ALL BLD 4235 45.31 1.5 1.5 2 14.00 15.71 0.00 0.89 PLUMBER ALL BLD 49.25 52.20 1.5 1.5 2 14.34 13.35 0.00 1.28 ROOFER ALL BLD 4230 45.30 1.5 1.5 2 9.08 12014 0.00 0.58 SHEETMETAL WORKER ALL BLD 45.77 47.77 1.5 1.5 2 10.65 14.10 0.00 0.82 SIGN HANGER ALL BLD 26.07 27.57 1.5 1.5 : 2 3.80 3.55 0.00 0.00 SPRINKLER FITTER ALL BLD 47.20 49.20 1.5 1.5 : 2 12.25 11.55 0.00 0.55 STEEL ERECTOR E ALL 46.20 48.20 2 2 2 13.65 21.52 0.00 0.35 - - - ---- - _ --- - -_ -- - - - --._ .. ..._.......- -- -- - - - STEEL ERECTOR S ALL 45.56 4910 2 2 2 11.02 21.51 0.00 : 0.70 STONE MASON ALL BLD 45.38 49.92 1.5 1.5 2 10.45 16.68 0.00 0.90 ----._ - - - ------ - ----- - - - _._ - - - --- - - -- ------- - TERRAZZO FINISHER ALL BLD 40.54 40.54 1.5 1.5 2 10.65 12.76 0.00 0.73 TERRAZZO MASON ALL BLD 44.38 47.88 _1.5 1.5 2 10.65 14.15 0.00 0.82 TILE MASON ALL_..____ BLD '5A9 I49.4 _ 1.5 1.5 2 0.6 - > 0.00 0 0486 TRAFFIC SAFETY WRKR ALL HWY 32.75 34.35 1.5 1.5 2 8.45 6.05 0.00 0.50 TRUCK DRIVER ALL ALL 1 37.05 37.60 1.5 1.5 2 9.00 7.50 0.00 0.15 TRUCK DRIVER ALL ALL 2 37.20 37.60 1.5 1.5 2 9.50 7.50 0.00 0.15 TRUCK DRIVER ALL ALL 3 37.40 37.60 1.5 1.5 2 9.50 7.50 0.00 0.15 TRUCK DRIVER ALL AL_..___:_._ L 4 37.60 37.60 1.5 1.5 2 9.50 7.50 0.00 0.15 TUCKPOINTER ALL BLD 45.42 46.42 1.5 1.5 2 8.32 15.42 0.00 0.80 Legend M-F OT Unless otherwise noted, OT pay is required for any hour greater than 8 worked each day, Mon through Fri. The number listed is the multiple of the base wage. )SA Overtime pay required for every hour worked on Saturdays OSH Overtime pay required for every hour worked on Sundays and Holidays H/W Health/Welfare benefit Explanations MCHENRY COUNTY FENCE ERECTOR (EAST) -That part of the county East and Northeast of a line following Route 31 North to Route 14, northwest to Route 47 north to the Wisconsin State Line. IRONWORKERS (EAST) -That part of the county East of Rts. 47 and 14. IRONWORKERS (SOUTH) -That part of the county South of Route 14 and East of Route 47. IRONWORKERS (WEST) -That part of the county West of Route 47. The following list is considered as those days for which holiday rates of wages for work performed apply: New Years Day, Memorial Day, Fourth of July, Labor Day, Thanksgiving Day, Christmas Day and Veterans Day in some classifications/counties. Generally, any of these holidays which fall on a Sunday is celebrated on the following Monday. This then makes work performed on that Monday payable at the appropriate overtime rate for holiday pay. Common practice in a given local may alter certain days of celebration. If in doubt, please check with IDOL. EXPLANATION OF CLASSES ASBESTOS -GENERAL - removal of asbestos material/mold and hazardous materials from any place in a building, including mechanical systems where those mechanical systems are to be removed.. This includes the removal of asbestos materials/mold and hazardous materials from ductwork or pipes in a building when the building is to be demolished at the time or at some close future date. ASBESTOS -MECHANICAL -removal of asbestos material from mechanical systems, such as pipes, ducts, and boilers, where the mechanical systems are to remain. CERAMIC TILE FINISHER The grouting, cleaning, and polishing of all classes of tile, whether for interior or exterior purposes, all burned, glazed or unglazed products; all composition materials, granite tiles, warning detectable tiles, cement tiles, epoxy composite materials, pavers, glass, mosaics, fiberglass, and all substitute materials, for the made in the -like units; all mixtures in the like form of cement, metals, and other materials that are for and intended for use as a finished floor surface, stair treads, promenade roofs, walks, walls, ceilings, swimming pools, and all other places where the is to form a finished interior or exterior. The mixing of all setting mortars including but not limited to thin -set mortars, epoxies, wall mud, and any other sand and cement mixtures or adhesives when used in the preparation, installation, repair, or maintenance of the and/or similar materials. The handling and unloading of all sand, cement, lime, tile, fixtures, equipment, adhesives, or any other materials to be used in the preparation, installation, repair, or maintenance of the and/or similar materials. Ceramic Tile Finishers shall fill all joints and voids regardless of method on all the work, particularly and especially after installation of said the work. Application of any and all protective coverings to all types of the installations including, but not be limited to, all soap compounds, paper products, tapes, and all polyethylene coverings, plywood, masonite, cardboard, and any new type of products that may be used to protect the installations, Blastrac equipment, and all floor scarifying equipment used in preparing floors to receive tile. The clean up and removal of all waste and materials. All demolition of existing the floors and walls to be re -tiled.. COMMUNICATIONS TECHNICIAN Construction, installation, maintenance and removal of telecommunication facilities (voice, sound, data and video), telephone, security systems, fire alarm systems that are a component of a multiplex system and share a common cable, and data inside wire, interconnect, terminal equipment, central offices, PABX and equipment, micro waves, V-SAT, bypass, CATV, WAN (wide area network), LAN (local area networks), and ISDN (integrated system digital network), pulling of wire in raceways, but not the installation of raceways. MARBLE FINISHER Loading and unloading trucks, distribution of all materials (all stone, sand, etc.), stocking of floors with material, performing all rigging for heavy work, the handling of all material that may be needed for the installation of such materials, building of scaffolding, polishing if needed, patching, waxing of material if damaged, pointing up, caulking, grouting and cleaning of marble, holding water on diamond or Carborundum blade or saw for setters cutting, use of tub saw or any other saw needed for preparation of material, drilling of holes for wires that anchor material set by setters, mixing up of molding plaster for installation of material, mixing up thin set for the installation of material, mixing up of sand to cement for the installation of material and such other work as may be required in helping a Marble Setter in the handling of all material in the erection or installation of interior marble, slate, travertine, art marble, serpentine, alberene stone, blue stone, granite and other stones (meaning as to stone any foreign or domestic materials as are specified anal used in building interiors and exteriors and customarily known as stone in the trade), Carrara, sanionyx, vitrolite and similar opaque glass and the laying of all marble tile, terrazzo tile, slate the and precast tile, steps, risers treads, base, or any other materials that may be used as substitutes for any of the aforementioned materials and which are used on interior and exterior which are installed in a similar manner. MATERIAL TESTER I: Hand coring and drilling for testing of materials; field inspection of uncured concrete and asphalt. MATERIAL TESTER II: Field inspection of welds, structural steel, fireproofing, masonry, soil, facade, reinforcing steel, formwork, cured concrete, and concrete and asphalt batch plants; adjusting proportions of bituminous mixtures. OPERATING ENGINEER -BUILDING Class 1. Asphalt Plant; Asphalt Spreader; Autograde; Backhoes with Caisson Attachment; Batch Plant; Benoto (requires Two Engineers); Boiler and Throttle Valve; Caisson Rigs; Central Redi-Mix Plant; Combination Back Hoe Front End -loader Machine; Compressor and Throttle Valve; Concrete Breaker (Truck Mounted); Concrete Conveyor; Concrete Conveyor (Truck Mounted); Concrete Paver Over 27E cu. ft; Concrete Paver 27E cu. ft. and Under: Concrete Placer; Concrete Placing Boom; Concrete Pump (Truck Mounted); Concrete Tower; Cranes, All; Cranes, Hammerhead; Cranes, (GCI and similar Type); Creter Crane; Spider Crane; Crusher, Stone, etc.; Derricks, All; Derricks, Traveling; Formless Curb and Gutter Machine; Grader, Elevating; Grouting Machines; Heavy Duty Self -Propelled Transporter or Prime Mover; Highlift Shovels or Front Endloader 2-1/4 yd. and over; Hoists, Elevators, outside type rack and pinion and similar machines; Hoists, One, Two and Three Drum; Hoists, Two Tugger One Floor; Hydraulic Backhoes; Hydraulic Boom Trucks; Hydro Vac (and similar equipment); Locomotives, All; Motor Patrol; Lubrication Technician; Manipulators; Pile Drivers and Skid Rig; Post Hole Digger; Pre -Stress Machine; Pump Cretes Dual Ram; Pump Cretes: Squeeze Cretes-Screw Type Pumps; Gypsum Bulker and Pump; Raised and Blind Hole Drill; Roto Mill Grinder; Scoops -Tractor Drawn; Slip -Form Paver; Straddle Buggies; Operation of Tie Back Machine; Tournapull; Tractor with Boom and Side Boom; Trenching Machines.. Class 2. Boilers; Broom, All Power Propelled; Bulldozers; Concrete Mixer (Two Bag and Over); Conveyor, Portable; Forklift Trucks; Highlift Shovels or Front Endloaders under 2-1/4 yd.; Hoists, Automatic; Hoists, Inside Elevators; Hoists, Sewer Dragging Machine; Hoists, Tugger Single Drum; Laser Screed; Rock Drill (Self -Propelled); Rock Drill (Truck Mounted); Rollers, AIJ; Steam Generators; Tractors, AI1; Tractor Drawn Vibratory Roller; Winch Trucks with "A" Frame. Class 3. Air Compressor; Combination Small Equipment Operator; Generators; Heaters, Mechanical; Hoists, Inside Elevators (remodeling or renovation work); Hydraulic Power Units (Pile Driving, Extracting, and Drilling); Pumps, over 3" (1 to 3 not to exceed a total of 300 ft.); Low Boys; Pumps, Well Points; Welding Machines (2 through 5); Winches, 4 Small Electric Drill Winches. Class 4. Bobcats and/or other Skid Steer Loaders; Oilers; and Brick Forklift. Class 5. Assistant Craft Foreman. Class 6. Gradall. Class 7. Mechanics; Welders. OPERATING ENGINEERS -HIGHWAY CONSTRUCTION Class 1. Asphalt Plant; Asphalt Heater and Planer Combination; Asphalt Heater Scarfire; Asphalt Spreader; Autograder/GOMACO or other similar type machines: ABG Paver; Backhoes with Caisson Attachment; Ballast Regulator; Belt Loader; Caisson Rigs; Car Dumper; Central Redi-Mix Plant; Combination Backhoe Front Endloader Machine, (1 cu. yd. Backhoe Bucket or over or with attachments); Concrete Breaker (Truck Mounted); Concrete Conveyor; Concrete Paver over 27E cu. ft.; Concrete Placer; Concrete Tube Float; Cranes, all attachments; Cranes, Tower Cranes of all types: Creter Crane: Spider Crane; Crusher, Stone, etc.; Derricks, All; Derrick Boats; Derricks, Traveling; Dredges; Elevators, Outside type Rack & Pinion and Similar Machines; Formless Curb and Gutter Machine; Grader, Elevating; Grader, Motor Grader, Motor Patrol, Auto Patrol, Form Grader, Pull Grader, Subgrader; Guard Rail Post Driver Truck Mounted; Hoists, One, Two and Three Drum; Heavy Duty Self -Propelled Transporter or Prime Mover, Hydraulic Backhoes; Backhoes with shear attachments up to 40' of boom reach; Lubrication Technician; Manipulators; Mucking Machine; Pile Drivers and Skid Rig; Pre -Stress Machine; Pump Cretes Dual Ram; Rock Drill - Crawler or Skid Rig; Rock Drill -Truck Mounted; Rock/Track Tamper; Roto Mill Grinder, Slip -Form Paver; Snow Melters; Soil Test Drill Rig (Truck Mounted); Straddle Buggies; Hydraulic Telescoping Form (Tunnel); Operation of Tieback Machine; Tractor Drawn Belt Loader; Tractor Drawn Belt Loader (with attached pusher -two engineers); Tractor with Boom; Tractaire with Attachments; Traffic Barrier Transfer Machine; Trenching; Truck Mounted Concrete Pump with Boom; Raised or Blind Hole Drills (Tunnel Shaft); Underground Boring and/or Mining Machines S ft. in diameter and over tunnel, etc; Underground Boring and/or Mining Machines under 5 ft. in diameter; Wheel Excavator; Widener (APSCO). Class 2. Batch Plant; Bituminous Mixer; Boiler and Throttle Valve; Bulldozers; Car Loader Trailing Conveyors; Combination Backhoe Front Endloader Machine (Less than 1 cu. yd. Backhoe Bucket or over or with attachments); Compressor and Throttle Valve; Compressor, Common Receiver (3); Concrete Breaker or Hydro Hammer; Concrete Grinding Machine; Concrete Mixer or Paver 7S Series to and including 27 cu. ft.; Concrete Spreader; Concrete Curing Machine, Burlap Machine, Belting Machine and Sealing Machine; Concrete Wheel Saw; Conveyor Muck Cars (Haglund or SimilarType); Drills, AI1; Finishing Machine - Concrete; Highlift Shovels or Front Endloader; Hoist -Sewer Dragging Machine; Hydraulic Boom Trucks (All Attachments); Hydro -Blaster; Hydro Excavating (excluding hose work); Laser Screed; All Locomotives, Dinky; Off -Road Hauling Units (including articulating) Non Self -Loading Ejection Dump; Pump Cretes: Squeeze Cretes -Screw Type Pumps, Gypsum Bulker anal Pump; Roller, Asphalt; Rotary Snow Plows; Rototiller, Seaman, etc., self-propelled; Self -Propelled Compactor; Spreader -Chip -Stone, etc.; Scraper - Single/Twin Engine/Push and Pull; Scraper -Prime Mover in Tandem (Regardless of Size); Tractors pulling attachments, Sheeps Foot, Disc, Compactor, etc.; Tug Boats. Class 3. Boilers; Brooms, All Power Propelled; Cement Supply Tender; Compressor, Common Receiver (2); Concrete Mixer (Two Bag and Over); Conveyor, Portable; Farm -Type Tractors Used for Mowing, Seeding, etc.; Forklift Trucks; Grouting Machine; Hoists, Automatic; Hoists, All Elevators; Hoists, Tugger Single Drum; Jeep Diggers; Low Boys; Pipe Jacking Machines; Post -Hole Digger; Power Saw, Concrete Power Driven; Pug Mills; Rollers, other than Asphalt; Seed and Straw Blower; Steam Generators; Stump Machine; Winch Trucks with "A" Frame; Work Boats; Tamper -Form -Motor Driven. Class 4. Air Compressor; Combination -Small Equipment Operator; Directional Boring Machine; Generators; Heaters, Mechanical; Hydraulic Power Unit (Pile Driving, Extracting, or Drilling); Light Plants, All (1 through S); Pumps, over 3" (1 to 3 not to exceed a total of 300 ft.); Pumps, Well Points; Vacuum Trucks (excluding hose work); Welding Machines (2 through 5); Winches, 4 Small Electric Drill Winches. Class 5. SkidSteer Loader (all); Brick Forklifts; Oilers. Class 6. Field Mechanics and Field Welders Class 7. Dowell Machine with Air Compressor; Gradall and machines of like nature. OPERATING ENGINEERS -FLOATING Diver. Diver Wet Tender, Diver Tender, ROV Pilot, ROV Tender TRAFFIC SAFETY -work associated with barricades, horses and drums used to reduce lane usage on highway work, the installation and removal of temporary lane markings, and the installation and removal oftemporary road signs. TRUCK DRIVER -BUILDING, HEAVY AND HIGHWAY CONSTRUCTION Class 1. Two or three Axle Trucks. A -frame Truck when used for transportation purposes; Air Compressors and Welding Machines, including those pulled by cars, pick-up trucks and tractors; Ambulances; Batch Gate Lockers; Batch Hopperman; Car and Truck Washers; Carry-alls; Fork Lifts and Roisters; Helpers; Mechanics Helpers and Greasers; Oil Distributors 2-man operation; Pavement Breakers; Pole Trailer, up to 40 feet; Power Mower Tractors; Self-propelled Chip Spreader; Skipman; Slurry Trucks, 2-man operation; Slurry Truck Conveyor Operation, 2 or 3 man; Teamsters; Unskilled Dumpman; and Truck Drivers hauling warning lights, barricades, and portable toilets on the job site. Class 2. Four axle trucks; Dump Crets and Adgetors under 7 yards; Dumpsters, Track Trucks, Euclids, Hug Bottom Dump Turnapulls or Turnatrailers when pulling other than self -loading equipment or similar equipment under 16 cubic yards; Mixer Trucks under 7 yeards; Ready - mix Plant Hopper Operator, and Winch Trucks, 2 Axles.. Class 3. Five axle trucks; Dump Crets and Adgetors 7 yards and over; Dumpsters, Track Trucks, Euclids, Hug Bottom Dump Turnatrailers or turnapulls when pulling other than self -loading equipment or similar equipment over 16 cubic yards; Explosives and/or Fission Material Trucks; Mixer Trucks 7 yards or over; Mobile Cranes while in transit; Oil Distributors, 1-man operation; Pole Trailer, over 40 feet; Pole and Expandable Trailers hauling material over 50 feet long; Slurry trucks, 1-man operation; Winch trucks, 3 axles or more; Mechanic --Truck Welder and Truck Painter. Class 4. Six axle trucks; Dual-purpose vehicles, such as mounted crane trucks with hoist and accessories; Foreman; Master Mechanic; Self - loading equipment Like P.B. and trucks with scoops on the front. TERRAZZO FINISHER The handling of sand, cement, marble chips, and all other materials that may be used by the Mosaic Terrazzo Mechanic, and the mixing, grinding, grouting, cleaning and sealing of all Marble, Mosaic, and Terrazzo work, floors, base, stairs, and wainscoting by hand or machine, and in addition, assisting and aiding Marble, Masonic, and Terrazzo Mechanics. Other Classifications of Work: For definitions of classifications not otherwise set out, the Department generally has on file such definitions which are available. If a task to be performed is not subject to one of the classifications of pay set out, the Department will upon being contacted state which neighboring county has such a classification and provide such rate, such rate being deemed to exist by reference in this document. If no neighboring county rate applies to the task, the Department shall undertake a special determination, such special determination being then deemed to have existed under this determination. If a project requires these, or any classification not listed, please contact IDOL at 217-7824710 for wage rates or clarifications. LANDSCAPING Landscaping work falls under the existing classifications for laborer, operating engineer and truck driver. The work performed by landscape plantsman and landscape laborer is covered by the existing classification of laborer. The work performed by landscape operators (regardless of equipment used or its size) is covered by the classifications of operating engineer. The work performed by landscape truck drivers (regardless of size of truck driven) is covered by the classifications of truck driver. MATERIAL TESTER &MATERIAL TESTER/INSPECTOR I AND II Notwithstanding the difference in the classification title, the classification entitled "Material Tester I" involves the same job duties as the classification entitled "Material Tester/Inspector I". Likewise, the classification entitled "Material Tester II" involves the same job duties as the classification entitled "Material Tester/Inspector 11". CITY OF MCHENRY HOT MIX ASPHALT FOB MATERIALS SECTION 18-00000-01-GM SPECIAL PROVISIONS The following Special Provisions supplement the "Standard Specifications for Road and Bridge Construction", adopted April 1, 2016, (herein after referred to as the Standard Specifications); the latest edition of the "Illinois Manual on Uniform Traffic Control Devices for Streets and Highways"; and the Manual of Test Procedures for Materials" in effect on the date of invitation for bids; and "Supplemental Specifications and Recurring Special Provisions" indicated on the Check Sheet included herein, which apply to and govern the above mentioned improvement, and in case of conflict with any part or parts of said specifications, the said Special Provisions shall take precedence and shall govern. HOT -MIX ASPHALT SURFACE COURSE, IL 9.5, N50 (F.O.B. PLANT) & HOT -MIX ASPHALT BINDER COURSE, IL 19.0, N50 (F.O.B. PLANT) This work shall be performed in accordance with the applicable parts of the Standard Specifications, especially Articles 406 and 1030. A haul differential of $0.50 per ton per mile between the City of McHenry Public Works Facility Located at 1415 Industrial Drive; McHenry, IL 60050 and the bidder's designated plant location will be used to determine the low bidder. The bid unit price for each item shall be effective for up to a twenty percent (20%) overage on each individual contract item. The successful bidder shall be capable of providing the specified material upon 48 hour notice from the Public Work Works Department. No material substitutions or price adjustments shall be permitted. Failure of the successful bidder to have the material specified available upon such notice at the plant location which the bidder so indicates on the Schedule of Prices" sheet shall be just cause for the cancellation of the award and the forfeiture of the proposal guaranty. The award will then be made to the next lowest responsible bidder. FINE AGGREGATE FOR HOT- MIX ASPHALT (HMA) (D-1) Effective: May 1, 2007 Revised: January 1, 2012 Revise Article 1003.03 (c) of the Standard Specifications to read: "(c) Gradation. The fine aggregate gradation for all HMA shall be FA1, FA 2, FA 20, FA 21 or FA 22. When Reclaimed Asphalt Pavement (RAP) is incorporated in the HMA design, the use of FA 21 Gradation will not be permitted. RECLAIMED ASPHALT PAVEMENT AND RECLAIMED ASPHALT SHINGLES (D-1) Effective: November 1, 2012 Revise: April 1, 2017 Revise Section 1031 of the Standard Specifications to read: "SECTION 1031. RECLAIMED ASPHALT PAVEMENT AND RECLAIMED ASPHALT SHINGLES 1031.01 Description. Reclaimed asphalt pavement and reclaimed asphalt shingles shall be according to the following. (a) Reclaimed Asphalt Pavement (RAP). RAP is the material resulting from cold milling or crushing an existing hot -mix asphalt (HMA) pavement. RAP will be considered processed FRAP after completion of both crushing and screening to size. The Contractor shall supply written documentation that the RAP originated from routes or airfields under federal, state, or local agency jurisdiction. (b) Reclaimed Asphalt Shingles (RAS). Reclaimed asphalt shingles (RAS). RAS is from the processing and grinding of preconsumer or post -consumer shingles. RAS shall be a clean and uniform material with a maximum of 0.5 percent unacceptable material, as defined in Bureau of Materials and Physical Research Policy Memorandum, "Reclaimed Asphalt Shingle (RAS) Sources", by weight of RAS. All RAS used shall come from a Bureau of Materials and Physical Research approved processing facility where it shall be ground and processed to 100 percent passing the 3/8 in. (9.5 mm) sieve and 90 percent passing the #4 (4.75 mm) sieve. RAS shall meet the testing requirements specified herein. In addition, RAS shall meet the following Type 1 or Type 2 requirements. (1) Type 1. Type 1 RAS shall be processed, preconsumer asphalt shingles salvaged from the manufacture of residential asphalt roofing shingles. (2) Type 2. Type 2 RAS shall be processed post -consumer shingles only, salvaged from residential, or four unit or less dwellings not subject to the National Emission Standards for Hazardous Air Pollutants (NESHAP). 1031.02 Stockpiles. RAP and RAS stockpiles shall be according to the following. (a) RAP Stockpiles. The Contractor shall construct individual, sealed RAP stockpiles meeting one of the following definitions. Additional processed RAP (FRAP) shall be stockpiled in a separate working pile, as designated in the QC Plan, and only added to the sealed stockpile when test results for the working pile are complete and are found to meet tolerances specified herein for the original sealed FRAP stockpile. Stockpiles shall be sufficiently separated to prevent intermingling at the base. All stockpiles (including 3 unprocessed RAP and FRAP) shall be identified by signs indicating the type as listed below (i.e. "Non -Quality, FRAP -#4 or Type 2 RAS", etc...). (1) Fractionated RAP (FRAP). FRAP shall consist of RAP from Class I, Superpave HMA (High and Low ESAL) or equivalent mixtures. The coarse aggregate in FRAP shall be crushed aggregate and may represent more than one aggregate type and/or quality, but shall be at least C quality. All FRAP shall be processed prior to testing and sized into fractions with the separation occurring on or between the #4 (4.75 mm) and 1/2 in. (12.5 mm) sieves. Agglomerations shall be minimized such that 100 percent of the RAP in the coarse fraction shall pass the maximum sieve size specified for the mix the FRAP will be used in. (2) Restricted FRAP (B quality) stockpiles shall consist of RAP from Class I, Superpave (High ESAL), or HMA (High ESAL). If approved by the Engineer, the aggregate from a maximum 3.0 in. (75 mm) single combined pass of surface/binder milling will be classified as B quality. All millings from this application will be processed into FRAP as described previously. (3) Conglomerate. Conglomerate RAP stockpiles shall consist of RAP from Class I, Superpave HMA (High and Low ESAL) or equivalent mixtures. The coarse aggregate in this RAP shall be crushed aggregate and may represent more than one aggregate type and/or quality, but shall be at least C quality. This RAP may have an inconsistent gradation and/or asphalt binder content prior to processing. All conglomerate RAP shall be processed (FRAP) prior to testing. Conglomerate RAP stockpiles shall not contain steel slag or other expansive material as determined by the Department. (4) Conglomerate "D" Quality (DQ). Conglomerate DQ RAP stockpiles shall consist of RAP from HMA shoulders, bituminous stabilized subbases or Superpave (Low ESAL)/HMA (Low ESAL) IL-19.OL binder mixture. The coarse aggregate in this RAP may be crushed or round but shall be at least D quality. This RAP may have an inconsistent gradation and/or asphalt binder content. Conglomerate DQ RAP stockpiles shall not contain steel slag or other expansive material as determined by the Department. (5) Non -Quality. RAP stockpiles that do not meet the requirements of the stockpile categories listed above shall be classified as "Non -Quality". RAP or FRAP containing contaminants, such as earth, brick, sand, concrete, sheet asphalt, bituminous surface treatment (i.e. chip seal), pavement fabric, joint sealants, plant cleanout etc., will be unacceptable unless the contaminants are removed to the satisfaction of the Engineer. Sheet asphalt shall be stockpiled separately. (b) AS Stockpiles, Type 1 and Type 2 RAS shall be stockpiled separately and shall be sufficiently separated to prevent intermingling at the base. Each stockpile shall be signed indicating what type of RAS is present. However, a RAS source may submit a written request to the Department for approval to blend mechanically a specified ratio of Type 1 RAS with Type 2 RAS. The source will not be permitted to change the ratio of the blend without the Department prior written approval. The Engineer's written approval will be required, to mechanically blend RAS with any fine aggregate produced under the AGCS, up to an equal weight of RAS, to improve workability. The fine aggregate shall be "B Quality" or better from an approved Aggregate Gradation Control System source. The fine aggregate shall be one that is approved for use in the HMA mixture and accounted for in the mix design and during HMA production. Records identifying the shingle processing facility supplying the RAS, RAS type, and lot number shall be maintained by project contract number and kept for a minimum of three years. 1031.03 Testing. FRAP and RAS testing shall be according to the following. (a) FRAP Testing. When used in HMA, the FRAP shall be sampled and tested either during processing or after stockpiling. It shall also be sampled during HMA production. (1) During Stockpiling. For testing during stockpiling, washed extraction samples shall be run at the minimum frequency of one sample per 500 tons (450 metric tons) for the first 2000 tons (1800 metric tons) and one sample per 2000 tons (1800 metric tons) thereafter. A minimum of five tests shall be required for stockpiles less than 4000 tons (3600 metric tons). (2) Incoming Material. For testing as incoming material, washed extraction samples shall be run at a minimum frequency of one sample per 2000 tons (1800 metric tons) or once per week, whichever comes first. (3) After Stockpiling. For testing after stockpiling, the Contractor shall submit a plan for approval to the District proposing a satisfactory method of sampling and testing the RAP/FRAP pile either in -situ or by restockpiling. The sampling plan shall meet the minimum frequency required above and detail the procedure used to obtain representative samples throughout the pile for testing. Before extraction, each field sample of FRAP, shall be split to obtain two samples of test sample size. One of the two test samples from the final split shall be labeled and stored for Department use. The Contractor shall extract the other test sample according to Department procedure. The Engineer reserves the right to test any sample (split or Department -taken) to verify Contractor test results. (b) RAS Testing. RAS shall be sampled and tested during stockpiling according to Bureau of Materials and Physical Research Policy Memorandum, "Reclaimed Asphalt Shingle (RAS) Sources". The Contractor shall also sample as incoming material at the HMA plant. (1) During Stockpiling. Washed extraction and testing for unacceptable materials shall be run at the minimum frequency of one sample per 200 tons (180 metric tons) for the first 1000 tons (900 metric tons) and one sample per 1000 tons (900 metric tons) thereafter. A minimum of five samples are required for stockpiles less than 1000 tons (900 metric tons). Once a <_ 1000 ton (900 metric ton), five-sample/test stockpile has been established it shall be sealed. Additional incoming RAS shall be in a separate working pile as designated in the Quality Control plan and only added to the sealed stockpile when the test results of the working pile are complete and are found to meet the tolerances specified herein for the original sealed RAS stockpile. (2) Incoming Material. For testing as incoming material at the HMA plant, washed extraction shall be run at the minimum frequency of one sample per 250 tons (227 metric tons). A minimum of five samples are required for stockpiles less than 1000 tons (900 metric tons). The incoming material test results shall meet the tolerances specified herein. The Contractor shall obtain and make available all test results from start of the initial stockpile sampled and tested at the shingle processing facility in accordance with the facility's QC Plan. Before extraction, each field sample shall be split to obtain two samples of test sample size. One of the two test samples from the final split shall be labeled and stored for Department use. The Contractor shall extract the other test sample according to Department procedures. The Engineer reserves the right to test any sample (split or Department -taken) to verify Contractor test results. 1031.04 Evaluation of Tests. Evaluation of test results shall be according to the following. (a) Evaluation of FRAP Test Results. All test results shall be compiled to include asphalt binder content, gradation and, when applicable (for slag), Gmm. A five test average of results from the original pile will be used in the mix designs. Individual extraction test results run thereafter, shall be compared to the average used for the mix design, and will be accepted if within the tolerances listed below. Parameter FRAP No. 4 (4.75 mm) ± 6 % No. 8 (2.36 mm) ± 5 % No. 30 600 m ± 5 % No. 200 (75 µm) ± 2.0 % Asphalt Binder ± 0.3 % Gmm ± 0.03 �� 1/ For stockpile with slag or steel slag present as determined in the current Manual of Test Procedures Appendix B 21, "Determination of Reclaimed Asphalt Pavement Aggregate Bulk Specific Gravity". If any individual sieve and/or asphalt binder content tests are out of the above tolerances when compared to the average used for the mix design, the FRAP stockpile shall not be used in Hot -Mix Asphalt unless the FRAP representing those tests is removed from the stockpile. All test data and acceptance ranges shall be sent to the District for evaluation. The Contractor shall maintain a representative moving average of five tests to be used for Hot -Mix Asphalt production. With the approval of the Engineer, the ignition oven may be substituted for extractions according to the ITP, "Calibration of the Ignition Oven for the Purpose of Characterizing Reclaimed Asphalt Pavement (RAP)" or Illinois Modified AASHTO T-164-11, Test Method A. (b) Evaluation of RAS Test Results. All of the test results, with the exception of percent unacceptable materials, shall be compiled and averaged for asphalt binder content and gradation. A five test average of results from the original pile will be used in the mix designs. Individual test results run thereafter, when compared to the average used for the mix design, will be accepted if within the tolerances listed below. Parameter RAS No. 8 2.36 mm) ± 5 No. 161.18mm ± 5 % No. 30 600 m) ± 4 % No. 200 75 m ± 2.5 % Asphalt Binder Content ± 2.0 % If any individual sieve and/or asphalt binder content tests are out of the above tolerances when compared to the average used for the mix design, the RAS shall not be used in Hot -Mix Asphalt unless the RAS representing those tests is removed from the stockpile. All test data and acceptance ranges shall be sent to the District for evaluation. (c) Quality Assurance by the Engineer. The Engineer may witness the sampling and splitting conduct assurance tests on split samples taken by the Contractor for quality control testing a minimum of once a month. The overall testing frequency will be performed over the entire range of Contractor samples for asphalt binder content and gradation. The Engineer may select any or all split samples for assurance testing. The test results will be made available to the Contractor as soon as they become available. The Engineer will notify the Contractor of observed deficiencies. a Differences between the Contractor's and the Engineer's split sample test results will be considered acceptable if within the following limits. Test Parameter Acceptable Limits of Precision % Passing:' FRAP RAS 1/2 in. 5.0% No. 4 5.0% No. 8 3.0% 4.0% No. 30 2.0% 4.0% No. 200 2.2% 4.0% Asphalt Binder Content 0.3% 3.0% Gmm 0.030 1 / Based on washed extraction. In the event comparisons are outside the above acceptable limits of precision, the Engineer will immediately investigate. (d) Acceptance by the Engineer. Acceptable of the material will be based on the validation of the Contractor's quality control by the assurance process. 1031.05 Quality Designation of Aggregate in RAP and FRAP. (a) RAP. The aggregate quality of the RAP for homogeneous, conglomerate, and conglomerate "D" quality stockpiles shall be set by the lowest quality of coarse aggregate in the RAP stockpile and are designated as follows. (1) RAP from Class I, Superpave/HMA (High ESAL), or (Low ESAL) IL-9.5L surface mixtures are designated as containing Class B quality coarse aggregate. (2) RAP from Superpave/HMA (Low ESAL) IL-19.OL binder mixture is designated as Class D quality coarse aggregate. (3) RAP from Class I, Superpave/HMA (High ESAL) binder mixtures, bituminous base course mixtures, and bituminous base course widening mixtures are designated as containing Class C quality coarse aggregate. (4) RAP from bituminous stabilized subbase and BAM shoulders are designated as containing Class D quality coarse aggregate. (b) FRAP. If the Engineer has documentation of the quality of the FRAP aggregate, the Contractor shall use the assigned quality provided by the Engineer. t If the quality is not known, the quality shall be determined as follows. Fractionated RAP stockpiles containing plus #4 (4.75 mm) sieve coarse aggregate shall have a maximum tonnage of 5,000 tons (4,500 metric tons). The Contractor shall obtain a representative sample witnessed by the Engineer. The sample shall be a minimum of 50 lb (25 kg). The sample shall be extracted according to Illinois Modified AASHTO T 164 by a consultant laboratory prequalified by the Department for the specified testing. The consultant laboratory shall submit the test results along with the recovered aggregate to the District Office. The cost for this testing shall be paid by the Contractor. The District will forward the sample to the Bureau of Materials and Physical Research Aggregate Lab for MicroDeval Testing, according to ITP 327. A maximum loss of 15.0 percent will be applied for all HMA applications. The fine aggregate portion of the fractionated RAP shall not be used in any HMA mixtures that require a minimum of "B" quality aggregate or better, until the coarse aggregate fraction has been determined to be acceptable thru a MicroDeval Testing. 1031.06 Use of FRAP and/or RAS in HMA. The use of FRAP and/or RAS shall be the Contractor's option when constructing HMA in all contracts. (a) FRAP. The use of FRAP in HMA shall be as follows. (1) Coarse Aggregate Size (after extraction). The coarse aggregate in all FRAP shall be equal to or less than the nominal maximum size requirement for the HMA mixture to be produced. (2) Steel Slag Stockpiles. FRAP stockpiles containing steel slag or other expansive material, as determined by the Department, shall be homogeneous and will be approved for use in HMA (High ESAL and Low ESAL) mixtures regardless of lift or mix type. (3) Use in HMA Surface Mixtures (High and Low ESAL). FRAP stockpiles for use in HMA surface mixtures (High and Low ESAL) shall have coarse aggregate that is Class B quality or better. FRAP shall be considered equivalent to limestone for frictional considerations unless produced/screened to minus 3/8 inch. (4) Use in HMA Binder Mixtures (High and Low ESAL), HMA Base Course, and HMA Base Course Widening. FRAP stockpiles for use in HMA binder mixtures (High and Low ESAL), HMA base course, and HMA base course widening shall be FRAP in which the coarse aggregate is Class C quality or better. (5) Use in Shoulders and Subbase. FRAP stockpiles for use in HMA shoulders and stabilized subbase (HMA) shall be FRAP, Restricted FRAP, conglomerate, or conglomerate DQ. (b) RAS. RAS meeting Type 1 or Type 2 requirements will be permitted in all HMA applications as specified herein. (c) FRAP and/or RAS usage Limits. Type 1 or Type 2 RAS may be used alone or in conjunction with FRAP in HMA mixtures up to a maximum of 5.0 percent by weight of the total mix. When FRAP is used alone or FRAP is used in conjunction with RAS, the percent of virgin asphalt binder replacement (ABR) shall not exceed the amounts indicated in the table below for a given N Design. Max Asphalt Binder Replacement for FRAP with RAS Combination HMA Mixtures 1214/ Maximum %ABR Ndesign Binder/Leveling Binder Surface Polymer Modified 3' 30L 50 40 30 50 40 35 30 70 40 30 30 90 40 30 30 4.75 mm W50 40 SMA W80 30 1/ For Low ESAL HMA shoulder and stabilized subbase, the percent asphalt binder replacement shall not exceed 50 % of the total asphalt binder in the mixture. 2/ When the binder replacement exceeds 15 %for all mixes, except for SMA and IL-4.75, the high and low virgin asphalt binder grades shall each be reduced by one grade (i.e. 25 % binder replacement using a virgin asphalt binder grade of P(364-22 will be reduced to a PG58-28). When constructing full depth HMA and the ABR is less than 15 %, the required virgin asphalt binder grade shall be PG64-28. 3/ When the ABR for SMA or IL4.75 is 15 % or less, the required virgin asphalt binder shall be SBS PG76-22 and the elastic recovery shall be a minimum of 80. When the ABR for SMA or IL4.75 exceeds 15%, the virgin asphalt binder grade shall be SBS PG70-28 and the elastic recovery shall be a minimum of 80. 4/ When FRAP or RAS is used alone, the maximum percent asphalt binder replacement designated on the table shall be reduced by 10 %. 1031.07 HMA Mix Designs. At the Contractor's option, HMA mixtures may be constructed utilizing RAP/FRAP and/or RAS material meeting the detailed requirements specified herein. (a) FRAP and/or RAS. FRAP and /or RAS mix designs shall be submitted for verification. If additional FRAP or RAS stockpiles are tested and found to be within tolerance, as defined under "Evaluation of Tests" herein, and meet all requirements herein, the I additional FRAP or RAS stockpiles may be used in the original design at the percent previously verified. Type 1 and Type 2 RAS are not interchangeable in a mix design. A RAS stone bulk specific gravity (Gsb) of 2.300 shall be used for mix design purposes. 1031.08 HMA Production. HMA production utilizing FRAP and/or RAS shall be as follows. To remove or reduce agglomerated material, a scalping screen, gator, crushing unit, or comparable sizing device approved by the Engineer shall be used in the RAS and FRAP feed system to remove or reduce oversized material. If material passing the sizing device adversely affects the mix production or quality of the mix, the sizing device shall be set at a size specified by the Engineer. If during mix production, corrective actions fail to maintain FRAP, RAS or QC/QA test results within control tolerances or the requirements listed herein the Contractor shall cease production of the mixture containing FRAP or RAS and conduct an investigation that may require a new mix design. (a) RAS. RAS shall be incorporated into the HMA mixture either by a separate weight depletion system or by using the RAP weigh belt. Either feed system shall be interlocked with the aggregate feed or weigh system to maintain correct proportions for all rates of production and batch sizes. The portion of RAS shall be controlled accurately to within ± 0.5 percent of the amount of RAS utilized. When using the weight depletion system, flow indicators or sensing devices shall be provided and interlocked with the plant controls such that the mixture production is halted when RAS flow is interrupted. (b) HMA Plant Requirements. HMA plants utilizing FRAP and/or RAS shall be capable of automatically recording and printing the follovving information. (1) Dryer Drum Plants. a. Date, month, year, and time to the nearest minute for each print. b. HMA mix number assigned by the Department. c. Accumulated weight of dry aggregate (combined or individual) in tons (metric tons) to the nearest 0.1 ton (0.1 metric ton). d. Accumulated dry weight of RAS and FRAP in tons (metric tons) to the nearest 0.1 ton (0.1 metric ton). e. Accumulated mineral filler in revolutions, tons (metric tons), etc. to the nearest 0.1 unit. f. Accumulated asphalt binder in gallons (liters), tons (metric tons), etc. to the nearest 0.1 unit. g. Residual asphalt binder in the RAS and FRAP material as a percent of the total mix to the nearest 0.1 percent. h. Aggregate RAS and FRAP moisture compensators in percent as set on the control panel. (Required when accumulated or individual aggregate and RAS and FRAP are printed in wet condition.) i. When producing mixtures with FRAP and/or RAS, a positive dust control system shall be utilized. j. Accumulated mixture tonnage. k. Dust Removed (accumulated to the nearest 0.1 ton (0.1 metric ton)) (2) Batch Plants. a. Date, month, year, and time to the nearest minute for each print. b. HMA mix number assigned by the Department. c. , Individual virgin aggregate hot bin batch weights to the nearest pound (kilogram). d. Mineral filler weight to the nearest pound (kilogram). f. RAS and FRAP weight to the nearest pound (kilogram). g. Virgin asphalt binder weight to the nearest pound (kilogram). h. Residual asphalt binder in the RAS and FRAP material as a percent of the total mix to the nearest 0.1 percent. The printouts shall be maintained in a file at the plant for a minimum of one year or as directed by the Engineer and shall be made available upon request. The printing system will be inspected by the Engineer prior to production and verified at the beginning of each construction season thereafter. 1031.09 RAP in Aggregate Surface Course and Aggregate Wedge Shoulders, Type B. The use of RAP or FRAP in aggregate surface course and aggregate shoulders shall be as follows. (a) Stockpiles and Testing. RAP stockpiles may be any of those listed in Article 1031.02, except "Non -Quality" and "FRAP". The testing requirements of Article 1031.03 shall not apply. RAP used shall be according to the current Bureau of Materials and Physical Research Policy Memorandum, "Reclaimed Asphalt Pavement (RAP) for Aggregate Applications". (b) Gradation. The RAP material shall meet the gradation requirements for CA 6 according to Article 1004.01(c), except the requirements for the minus No. 200 (75 pm) sieve shall not apply. The sample for the RAP material shall be air dried to constant weight prior to being tested for gradation." Illinois Department I Transportation Material Proposal Schedule of Prices Group No, Items Delivery Unit Quantity Price Total 1 HMA SC, IL 9.51 N50 FOB Plant TON 1000,00 2 HMA BC, IL 19.01 N50 FOB Plant TON 250.00 PLANT LOCATION The undersigned firm certifies that it has not been convicted of bribery or attempting to bribe an officer or employee of the State of Illinois, nor has the firm made an admission of guilt of such conduct which is a matter of record, nor has an official, agent or employee of the firm committed bribery or attempted bribery on behalf of the firm and pursuant to the direction or authorization of a responsible official of the firm. The undersigned firm further certifies that it is not barred from contracting with any unit of State or local government as a result of a violation of State laws prohibiting bid -rigging or bid rotating. Signature of Bidder Address BLR 12241 (Rev. 7/05) necHenryj� Bill Hobson, Director of Parks and Recreation McHenry Recreation Center 3636 Municipal Drive McHenry, Illinois 60050 Phone: (815) 363-2160 www.ci.mchenry.il.us/park_recreation CONSENT AGENDA SUPPLEMENT DATE: February 19, 2018 TO: Mayor and City Council FROM: Bill Hobson, Director of Parks and Recreation RE: Request to Advertise for Bids for the McHenry Recreation Center Parking Lot ATT: Baxter and Woodman Expansion Plans and EEOC Agenda Item Summary: As a part of the 2017-18 Capital Improvement Project budget, $400,000 was included for the expansion of the parking lot at the McHenry Recreation Center. Engineering for the project has been completed and staff is seeking Council approval to competitively bid the project. Background: The McHenry Recreation Center was constructed with a fixed budget that defined the scope of the project but also placed limits on just how much to build initially. It was also designed with the intention to expand as membership grew. In just two years, membership has far exceeded expectations and the center's parking lot has proven to be one of the few challenges in managing that membership expansion. With the membership trend identified early, budgeting was included in the FY17/18 CIP projects. Planning for parking lot expansion began in earnest in late summer of 2017, with an Request For Proposals to identify an engineering firm for the parking lot. Baxter and Woodman was selected and design has commenced bringing those plans to completion this February. Plans are attached. Analysis: The expansion of the parking lot is essential to continue to meet the needs of the facility and the membership now and in the future. The EEOPC of $505,000 does indicate a potential overage in the budgeted amount by an estimated $105,000. A large portion of this overage allows for the extension and expansion of a city water main on the property. This portion of the project is expected to be covered through the Water remainder of the project being attributed to the Recreation Center Fund, $700,000 balance. Engineering services for the project will be handled which is estimated at 8% of the project cost or $40,000. Sewer Fund with the which currently has a under a separate RFP, Recommendation: If Council concurs, then it is recommended a motion is made authorizing staff to advertise for bids for the McHenry Recreation Center Parking Lot Expansion. FOR INDIX OF SHEETS, SEE SHEET N0.2 FOR INDEX OF HIGHWAY STANDARDS, SEE SHEET N0.2 -f lD pVIM FULLSIZE PLANS HAVE BEEN PREPARED USING STANDARD T xu ENGINEERING SCALES. REDUCED SIZED PLANSWTLLNOT CONFORM TO STANDARD SCALES, IN MAKING MEASUREMENTS ON REDUCED PLANS, THEABOVESCALES MAY BE USED. JX.L,LE.DESIGN STAGE REOIIEST DIG. NO, XH5017T Call Dejo,n You Dig CONTACT JULIE AT BIIOR 800-892-0123 .RN THE F01-1011M COUNTY NCIENRY CITY-TNNSNP. = YCNFNIY-NUNDA SEC.N V4 SEC, NO, NE 1/4 It N WS Ix vwkIhN E 81 BEFORE YOU DID CITY OF McHENRY, ILLINOIS RECREATIONAL FACILITY McHENRY, ILLINOIS PARKING LOT EXTENSION PROJECT LOCATION MAP NW ll4 OF SEC. 2-T.44N. R.BE 'NLFA f FI�FFx II-4p-x011' CfTY ENGINEER �wwinuurrw �e!BE-Nf3D ••£� _ pWt dG1EFR '„Ruinne 'IIC DiSE dPftt3 11-1a-EOIB' B6W PROTECT NO • ]]OB12 DATE: 11-2]-1] GENERALNOIES 1. ALL coxsmucnoN sxau BE BE IN ACCORDANCE wnH THE otTats Ix THE Purvs, TxE ov1s1Oxs iNauDEO IH n1E coxrnacr DocuMEN1T:, ANo n1E LATEST EDTnoN OF ROA N01s EfERREV TO A D SPECIMGTIO ") TO EP FUME BRIDGE SPECIFICATIONS CONSTRUCTION' (REFERRED TO AS THE ESTPNDAO SPED THE -MONUA THE -SUPPLPROCEL ON U TRAFFIC CONTROL DEVICES EO STANLEETS SPECIFIC HIGHWING 5PI;(LAI- AYS'. THE 'MANUALNDS TEST PROCEDURES FOR MATERIALS'INUUTO AND iTIE "STANDARD SPECIFICATIONS FOR WATER AND SEWER MAIN C0NSi0.UCilON IN ILUNOIS'. 2 SHOWN ON THE PLANS REPRESENTS ONLY THE PINION OF HILPCITY AND 15 ONLY INCLUDED FOR THE CONVENIENCE OF THE BIDDER AND ACCURACYTHE IS NOT GUARANTEED. THE CONTRACTOR SHALL BE RESPONSIBLE FOR UNDERGROUNDPROTECTION OF ALL OR SURFACE WILDFIRES, INCLUDING SPRINKLER SYSTEMS EVEN THOUGH THEY MAY NOT BE SHOWN ON THE PLANS, THE CONTRACTOR SHAM IT B IN ADVANCE OF BEGINNING WORK TTO OBTAIN CITY UTILITY HE CITY DIRECTOR OF P LOCATIONSORM . AT LEAST 6O HOURS 9 ENGINEER WILL FURNISH A RESIDENT PROJECT REPRESENTATIVE IRPRI To ASSIST THE THE IN PROVIDING JOB SITE OBSERVATION OF THE CONTRACTOR'S WORK, THE RPR WILL PROVIDE BASE BENCHMARKS AND RE POUNDS, A5515T THE CONTRACTOR WITH INIDIRAILAIION NO AND SPVCRICARONS, O GENERAL IF HTL CONTRACTORS WORK 15 IN CONFORMITY WITH THE CONTRACT DOCUMENTS. AND MONITOR THE rONTRArTnR'S PROGRFqq AS FOLIATED TO THE DATE OF RESPONSIBILITY O ER SHALL CALSO APPLY OMMON T70 IIIE HE (ENGINEERS CONSUATIONS ON LTANTS. RESIDENT PROJECT REPRESENTATIVE AND ASSISTANTS. 5 HE CONTRACTOR MAY OBTAIN MUIRCIPAL WATER IN BULK, AT NO CHARGE, AS LONG As THERE IS NOT A'WATENNG BAN' IN EFFECT. THE INDISCRIMINATE USE Of FIRE HYDPANTS IS STRICTLY PROHIBITED. VIAU:K FOR CONS DEUTERON SHALL BE MILIEkO OR OTHERWISE ACCOUNTED FOIL ANDA DAILY LOG MAINTAINED. THE CONTRACTOR SHALL PROVIDE THE WATER TRUCK AND DRIVER REQUIRED TO OBTAIN AND TRANSPORT THIS WATER. THE CITY RESERVES THE RIGHT TO RESTRICT OR REFUSE THE USE OF CITY \VALOR IF DEEMED NECESSARY. 6. ACCE55 10 DRIVEWAYS 5 E PROVIDE AI ALL IFMES EXCEPT DULLING ACTUAL CONSTRUCTION ADJACENT THERE TO. IN AREAS THE EXISTING DRIVEWAY. SIDEWALK. OR CURB AND GUTTER IS TO BE REMOVED AND vUCEO. THE REMOVAL AND DISPOSAL OF ANY AUDRIONAL MATERIAL REQUIRED TO ISTABUSH THE PROPOSED DRIVEWAY, SIDEWALK. Olt CURB AND GUTTER SUBORNER: ELEVATION SHALL BE INCLUDED IN THE APPROPRIATE REMOVAL PAY ITEMS. e HE CURB SHALL BE UTTER IN A FIVE (5) FOOT LENGTH WHEREVER THE CURB AND GUTTER TERMINATES, WITH AN EXPANSION JOINT PLACED AT THE START OF THE D LTRENCH BACKFILL FOR AVER. THIS PROJECT SHALL CONSIST OF CRUSHED CAA AND SHALL BE COMPACTED BY METHOD I ONLY. L0. PRIOR TO CONSTRUCTION OF ANY PROPOSED UTIUn 5. THE CONTRACTOR SHALL EXCAVATE AND LOCATE THE EXISTING DELO ES TO VERIFY THEIR LOCATION. SIZE, AND DEPTH TO INSURE FOR AS EXPLORATION CONFLI T WI N, NOT OCCUR, THE COST OF THIS EXPLORATION SHALL BE PAID 1 E COST OF MAKING ANY SEWER CONNECTIONS TO EXISTING DRAINAGE STRUCTURES OR PIPE 1 SHALL BE INCLUDED IN FILE COST OF THE NEW SEWER OR STRUCTURE. ANY ADDITIONAL STORM SEWER PIPE REQUIRED TO MAKE THE CONNECTION SHALL BE OF THE SAME SIZE AND MATERIAL TYPE AS THE EXISTING STORM SEVIER AND SHALL BE INCLUDED IN THE COST OF THE SEWER OR STRUCTURE. 13. O ANY STORM N THE S•THEY SHALL BE EWER LATERALS E CONNECTED TODURING LEECONSTRUCTION STOREAND ARE NOT S IDENTIFIED AEG INCLUDE IN THE COST OF THE STORM SEWER CONSTRUCTION. SEY/ER SYSTEM AND T3, FRAME ELEVATIONS G PUNS A ASSIST THE CONTRACTOR IN DETERMINING THE APPROXIMATE TURE. FRAMES ON ALL STRUCTURES SHALL BE ADJUSTED i0 THLE FINAL ELEVATION L HEIGHT OF THE SOFUT E AREA IN WHICH THEY IA ELOCATED AS PART OF C051 OF OHL 5IRUCFUIRE+ {AKTER&FYOO,DNAN cOxsrnurnon siaelNG Nonss ORE 1 DURING CONSTRUCnONUCTID NCONinACTOR \YILL BE PERMD-fEDETO UFIIT PARKINGFIN OKING SE REOUNLTHE CONSTRUCTION STING PARKING H THE OE CLOSED AT ANT TIM F 48 CONTRACTOR WILL REQUIRED TO COORDINATE RESPONSIBILITY OF THE CONTRALTO A MINIMUM OF ADVANCE RS INSIGNS TOVALERT WILL BE THE SIGNS TAKE ALERT RIVERS S I ILL CONSTRUCTIONIORDER WORK, T PLACEUTIHCSE SIGNS SMALL TPUB RACE 90 HOURS IN ADVANCE HKRIGA ERNS. i0 ALLOW SUFFICIENT TIME FOR THE GENERAL PUBLIC TO xkVlSk IHtIR YANKING PATTERNS. ACCESSIBLEABRADE SERVICE SHALL A L Z COORDINAE WHO THE CITY T0fASSURE GARBAGE TRUCK ACCESS DURING PICK UP TUBES. 3. THE CONTRACTOR SHALL SUBMIT A PRE PUNNED SEQUENCE OF Y THE PRECONSTRUCTION CONFERENCE FOR REVIEW AND APPROVAL WORK SHALL BE SCHEDULED 0 MINIMIZE DESTRUCTION INL OF EFFICIENCY.CT TO RESERVES TRESIDENTS HETRIGHT TOARESTRICIN A T WORK BON MYLE EAREA B IRAFHC CONTROL OFE 11ONS OLCRUNACCEPIABLL. AROUND ALL PARKED EUIPMINT STOCKPILESHAND STECPEEMBANKMENTS.OARRiCPDEs PUCE ALL STREETS SHALL BE OPEN TO 5 ACCESS FOR MAIL SERVICE. SCHOOL BUSES AND EMERGENCY VEHICLES MUST BE MAINTAINED AT ALL DOES. INDIX OFSHEETS I C0/ERSFIEET 3 SL9AMAFYOF OUANIIIES q iYPCAL SECTORS i EROSANCONIRQPUJ! a OMMCfAMD "PUN LANDSCAPEPOR 11 LIGHTNING DETAL 1J 15 HNSCE UNEOUJDETALS BENCHMARKS R OF RECREATION NIGHWAYSTANOARDS MARE ABU GRATE TYPE 11 M119C AND GRATE "PC 11V CGUCXETT CURB TYPE A AND CORDINAODN (MIDIETt CURB AND GUTTER TR4HTC CONTROL BIDDER CiTY OF MCHENRY, ILLINOIS � BENCHMARKSAND HIGHWAY STANDARDS SECTION B•B NORTH ACCESS ROAD PROPOSED LEGEND 8 1 HOT -MIX ASPHALT SURFACE COURSE, MI% "D', NBO - 2' HOT -MIX ASPHALT BINDER COU0.SE, IL-39.0, N50 - 2 1/2" B COMBINATION CONCRETE CURB AND GUTTER, TYPE 0-6,12 (GLITTER PITCHED OUT WHERE DETERMINED BY THE ENGINEER) 8 AGGREGATE BASE COURSE, TYPE B - A' S AGGREGATE BASE COURSE, TYPE B - 12' AGGREGATE BASE COURSE REMOVAL AND REPLACEMENT - 12" © IAS DETERMINED BY THE ENGINEER) 8 PARKWAY RESTORATION (SEE LANDSCAPING PLAN) B TOPSOIL, 6" (12% IN LANDSCAPED BEDS) (INCLUDED IN SITE GRADING) .,�. w,.E .,.-�....... oesw.en - pow A�seo - MCNENRY xECxEATIONAL FACIIIP/PAxKING LOT �AIliE 000nnx ox.wi +�a nmro - CNY OF McHENRY, ILLINOIS F%iEN510N-iYPICALSECTIBNS : „o, w,E �„E�.�o �,: .�,Eo - _ X X �• NOTES: K �/-' �. KWRIA 3' CONCRETE SIDEWALK. AMY UTILITY CONF.BoTli WILL BE ADJUSTED PER CRY OF MCHENRY POLICIES AND 2. o 0 VERIFY ALL EXISTING LOORTICES AND STRUCTURES WITH THE CITY ReroRe ANY R[navnt on amxsTxeNn. '2.1`,�gK'� O / x' LEGEND 'X) e^ CLEARING & GRUBBING V/-7� RP X. 1 F PROPOSED PARKINGUNITS LOT PAVEMEWNSI REMOVALOewaiKEXI P Rexovio iirri Re ninaH OEwAEKY TO IRNG H"A APRON ixREMA mope Q0I ro -EXIMNG WATERAND - VALVE en REMAINTO ,t .nc oIMEOPTICCABLE `EXISTING FIBER I '� sxcoua ..nED 4_ p � •:-ram l ;R�= . EXISIPNG STORM 3 ar.� HM INS AG[ *ton EXI r0 REMAIN �HAIN T xEaN�i�iDN , _ PANEL Zo 4 a MUNICIPAL DRIVE ys_ McHENRY RECREATIONAL FACILITY ata. wrNaN RDx,,. D. 3 Dvnwx Kea R�sED NA%TEP&YOODNAN MY OF MCHENRY, ILLINOIS EMSTING CONDITIONS AND REMOVAL PLAN ,s EXISTING IS' PCC -AENCLOSUREGGREGATE AGGREGA COURSE, TYPE 9, B INCH DEPRESSEDRe 'let B,N Bt -FUTURE NORTH ACCESS 2Ao ROAD ALIGNMENT K p O 815.77 O -.50 818.05 47_-_ am___-_-_--__1_-___-_-_-___�50 _ _-__J48 25 0.1 5 • - . 153, E 02 ^ 0 no 3 816.14 8 (D 39 017.87 00 1 22, lw3fi 821.53 el .1Ato 318.86 19.20 ;9. 819.03 90 z822 CONCRETE2111 ON- *20 FOR AS COMBINATION 820.56 \TYP +H TMaiD GUTTER 61CUReAND PE 8x �yx sFR e19.3] PI 821.35 E'IITYP) LR4(WHI [NIs PCC SIDEWALK, 5 INCH �` i 820.84 ex0.T9 R16.55 AGGREGATE BASE COUR5E, TYPE B, A INCH + ! $22 fttel Bx0.T6 e19.65 ICI�II - - \ax0.e3 820.89 ,to RBIpNO GOO CONCRETE 5\823.13 *` IE HYPI EXISTING SIDEWALK TO - 9.89 CONCRETE CURB, TYPE B --o T D 3E AGGREGATE BASE COURSE. TYPE S. 4 INCH 83 820.68 V 71.91 922.35 22.62 820.84 22.70 24f If , ell 26 o, _HEK N AP _ �9 MMAT MATCH LI! \39EK \ -CATCH BASIN BE ADJUSTED5 o°° R ELEVATIONS 012 loN OVERFLOW WEIR T I ELEVATION TOP VATION 012.50 - IA) __ _�_ (Top)I A ��r PCC SIDEWALK 51NCH - _ _ t.. ;. N -5m ,.IMANHOL ..'S. F II AACtiai]LE E%14'JINO RDA ACCESSIBLE SHOWN 0 „ InvICALL D 5 AS Big- IN THE DGLAU . 321 -. LLD PAID FOR AS: A THERMOPILASAC PAVEMENT MARKING LETTER AND S Como _ ii "`- ; Ir"c-I ® SIGN PANEL TYPE I all, BOUTARD, 6m DIAMETER ` MUNICIPALDRR7E srjuk DESIGNEDMCHENRYRECREATIONALFACWtt _-VVANIYE BAETERiYOODHAN CITY OF McHENRY, ILLINOIS GRADING PLAN DIFFRACT NO, R s�LL eET BE CONTROL MEASURES. .IF DEWATERING SERVICES ARE USED. ADJOINING PROPERTIES AND DISCHARGE LOCATIONS SHALL BE PROTECTED FROM EROSION. WEEIANDS. FIEID TIES aR STORM WATER ST DEWATERING P0.0H BRED. MINIMUMSOL MEASURES INDICATED ON WE PUNS ARE WE A RE0 IREEION M NTS. WE CONTRACTOR IS RESPONSIBLE FOR INSTALLATIONSTORMWATER MANAGEMENT ORDINANCE. OF ANY ADDITIONAL EROSION COHMOL MEASURES NECESSARY TO PREVENT EROSION AND SEDIMENTATION AS DETERMINED BY WE ENGINEER. OR LOCAL AGENCY, THE CONTRACTOR SHALL COMPLY Wrt1{ REQUIREMENTS FROM THE WHERRY COUNTY i PRIOR TO COMMENCING ACTIVITES IN AREAS OMER THAN INDICATED ON THESE xs (INCLUDING BUT NDT LIMBED TO, ADDITIONAL PHASES OF DEVELOPMENT BORROW OR WASTE A SUPPLEMENTARY EROSION CONTROL PLAN SHAM HALL BE SIEARM) IBMRTED FOR REVIEW BY THE CITY. ,THE DISTURBED AREA, SHAM BE STABIUZED PRO H EROSION CONTROL BUNKET IN COMBINATION WITH SEEDING, OR AN EQUIVALENT CONTROL MEASURE NO MORE THAN ABE INSTALLED. OPERATED AND MAINTAINED IN ACCORDANCE WRN WE IWNOIS URBAN MANUAL. .ALL ADJACENT ROADWAYS MUST BE KEPT CLEAR OF DEBRIS, INSPECTED DAILY ADD CLEANED WHEN NECESSARY. ,A COPY OF WE APPROVED EROSION AND SEDIMENT CONTROL PLAN SHALL BE MARITAINEF ON THE SITE AT ALL TIMES. THE ENGINEER. I.IT 15 WE RESPONSIBILITY OF THE GENERAL CONTRACTOR TO INFORM ANY CioRISI WHO MAY PERFORM WORK ON THIS PROJECT, OF THE REQUIREMENT! ASSURE COMPLIANCE WITH ALL APPUCABUz LOCAL, STATE AND FEDERAL REGULATIONS. IN IMPLEMENTING AND MAINTMN114G THESE EROSION CONT ROL PUNS, PERMIT S. AND �AI(TEP&MOOOMAN r,,, CRY OF McRENRY, ILlIN01S JSTALL SILT FENS UZED CONSTRUCTION ENTRANCE RANCE AREA AND EXISTING RXING SHE AREA NO TREES, VEGETAII011 AND WHERE NECESSARY IP WE TOPSOIL. STABIUZE DING, STABILIZE COMPLETED ERMANENT AS S (INCLUDING DON OR GRADED Tsl WRH TEMPORARY STARILIZATON WITH xo IxLBr vqM SEWER. CURB AND GUTTER,TO PARNING AREA. OTIDMO INSTALL PERMANENT s0O/ ONSTRUCDON ACTIVITY 15 COMPLETE AND DISNRBED AREAS. SEE SEEDING PWIAFa0. pETANIISNG TEMPORARY EROSION COURTMI. MEASURES ATION REACHES 70% COVERAGE. R SHALL ADHERE REQUIRE TO ALL PROVISIONS EONIS NOTED IN THESTORMWATERPOLLUTION PLAN FOR THIS PROJECT. y IEGENU: L7 rEMPogagr ERosIOx mxmoL sEEORIG ITER OR EROSION BARRIER PE A 5�R. PIPE SN PEA 0�W tsER,PIPE sizABOe121 t PEA <�OUMEiEft PIPE ttPMNEE O En B 0 STVB a E%�BTNG �AxrE 000xax STORM PIPES I i'II �I Pl s I P1 ( 5 I 0 O 1 � I � I aPt I WATER MAIN PIPES i � � PIPE P-'t# w II I I I I WATER MAIN FRTINGS n,E Cf1Y0FMcHENRY,ILLIN0IS � OMINAGEANDMLTIYPIAN LANDSCAPE MOM; 1. ME CONTRACTOR SHAM COORDINATE INSTALLATION OF ALL PUNT MATERIAL Wall TIRE INSTALLATION OF OTHER IMPROVEMENTS SUCH AS HANDICAPPED ELEMENTS AND AAREAS:URING MG WIREMOVa o GMAINTENANCE _ IN STRUCTURES. ANY DAMAGE TO EXISTING IMPROVEMENTS 15 THE RESPOHSIBILT OF ME COTRACTOA. INGTAND TURF IN�L 60DAYS SHAM BE THE RESPONSIBILITY OF THE DURINGNOT AND REMOVE CUT MORE 11EOAFGRASS DUDE AT ANY ONE NOWEIG, CONTRACTOR SHALL ALSO NEATLY TRIM EDGESNWHEREENECESSARRY 2, ME CONTRACTOR 15 RESPONSIBLE TO RESTORE ALL ARMS OF ME sT, OR ADJACENT AREAS, WHERE DISTURBED BY OPERATIONS OF OR RELATED TO THE MOWINGNo TNMMING. CONTRACTORS WORK.3. WARRANTY OF SEEDED ARMS SHALL BE lID Iof ED INCIIDEEAS ALL SURFACE DMINAGE SHALL BE DIVERTED AWAY FROM STRUCTURES AND NOTED SITE FEATURES IN ALL ARMS AT A MINIMUM OF 2% SLOPE AS SHOWN ON THEA fort T PEn t YEAR AFTER INITIAL ACCEPTANCE HAS BEEN DOCUMENTED CIVIL EITCINEEPING PUNS. ALL ARMS sNpLL POSITIVELY GRAIN ALL ISUNDs Sxpu BE CROWNED In IN NFIGNT PER 14 IN ISLAND WIDTH. C. REPLACEMENT DISOBEDIENCE AM OFNEGLECT ON ME PART OF PHYSICAL DAMAGE BY ANIMALS. VEHICLES, FIRE OR LOSSES DUE TO CUREAUUdENT OF A NEW, OR BY ACTS OF GREENOTHERS, 4. ME CONTRACTOR HAM THE EINSTALLATION TE FREE LOCAONS DOF FORSAPPROVALE FINAL LOCATION ANDnSHARINGALL AM PEROTMATERIALS SHALL BE ACCEPTED BY MEOWNER'S REPRESENTATIVE IN ADVANCE OF A. CONTRACTOR SHALL COORDINATE MAINTENANCE OPERATIONS AND ACIETWOES WHO ME OWNER DURING THE WARRANTY PERIOD. PLANTING.REPRESENTATIVE 0. MAINTENANCE OF SEED ARMS SHAM BE PREFORMED BY TRAINED PERSONNEL SKILLED IN IDENTIFYING DESIRED AND UNDESIRED PUNT MATERIAL C. CONTRACTOR WAl- HE RESPONSIBLE FOR MAINTENANCE OF SEEDED AREAS DURING ME I YEAR WAAAANTf PERIOD WITH THE EXCEPTION OF IF CONFLICTS ARISE BETWEEN THE SIZE OF ARMS AND PUNS. THE CONTRACTOR IS REQUIRED To CONTACT THE OWNER'S REPRESENTATIVE FOR RESOLUEON ROUTINE MOWING OF TUBE AREAS. ROUTINE MOWRIG OF WOE AREAS, DURING THE l YEAR WARRANTY PERIOD, WILL BE RESPONSIBILITY OF THE OUCH INGFURL ACCEPTANCE HAS BEEN DOCUMENTED. P5. RIOR To INSTALLATION. D, MAINTENANCE OF SEEDED ARM SHALL INCLUDE: - WAFERING TO PREVENT GRASS AND SOIL FROM DRYING OUT PUNTOWNER 6. WHERE PROVIDED, ARM QUANTITY ESTIMATES RI ME PUT UST ARE FOR INFORMATION ONLY. T RALL c WMES.ITH HPNVFACTURER'$ INSTRUCTIONS. REMEDY DAMAGE RESULTING -CONTROLLING OF WEEDS. APPLY ERBICIDES IN ACCORDANCE THEIR OWN QUANTITY TAKE -OFFS FOR PUNT MATERIALS AND SIZES SHOWN ON PUNS. IN CASE OF ANY DISCREPANCIES. PUNS TAKEe PRECEDENCE OVER Au- IMPROPER- FROM HERBICIDES, ARMS GUTS ANOIOR THE PUT LISTISH - gWHN GFNNSS DURING MAINTENANCEAS DEEEMMCT E N RES SARY, PERISHALOD ETE ANCOD. AND WARMUFTYTHE EDED IN ME SPRING EACH CONTRACTOR ED AS ORIGINALLY SPECIFIED.ANYDEFECTSREPRESENTATIVE. ASSOCIATION- 7. ALL PLANTS SHALL BE NURSERY GROWN (RHEA) STANDARDS SET FORTH IN THE •AMERICAN 5 P ER CT THE MIT' PERIOD. TIE CONTRACTOR SHALL REPLACE OR REPAIR To ORIGINAL CONDITION. ALL DAMAGES STANDARDS FOR NURSERY K• (ANSI Z60.11'Z00<)EPUN PUNTS ARE TONHEUTYPICAL IN SHAPE AND SIZE SPECIES. PLANES PUNTED IN ROWS OR GROUPS SHALL BE TO PROPERTY RESULTING FROM SEEOINGISODDING OPERATIONS OR FROM THE REMEDYING OF DEFECTS. AT CONTRACTOR'S EXPENSE. MATCHED IN FORM, PUNTS SHALL NOT BE ROOT BOUND OR LOOSE IN THEIR CONTAINERS. HANDLE ALL PLANTS MIT CARE IN TRANSPORTING, PUNTING xO MAINTENANCE UNTIL INSPECTED AND FINAL ACCEPTANCE FIELD COLLECTED MATERIAL SHALL NOT BE USED UNLESS APPROVED BY OWNERS REPRESENTATIVE. 0. SHREDDED HARDWOOD MULCH, FERTIUVNG, As SPECIES, STAKING, WATERING AND ONE Il) YEAR PUNT WARRANTY FOR INSTALLED PUNT MATERIAL SHALL BE CONSIDERED INCIDENTAL TO PUNT ITEMS. 9. MUSHROOM COMPORT SHALL BE FINELY SCREENED. EORGANIC SUITABLE RHGAIRCLATURTAL USE ASEF MIDWEST TRADING HORTICULTURAL SUPPLIES. INC. ST. CHARLES, IL 601TA (630)365 3950OR APPROVAL EQUAL MIX PUT BED BEFORE INSTALLING 10. WARRANTY: ONE (1) YEAR REPLACEMENT WARRANTY FOR ALL PUNT MATERIAL SHALL BE CONSIDERED INCIDENTAL TO THIS PROTECT. WARRANTY SHALL COVER PUNTS WHICH HAVE DIED OR PARTIALLY DIED (THEREBY RUNNING THEIR NATURAL APEI, BT SHALL NOT INCLUDE DAMAGE BY VANDALISM, BROWSING, HAIL ABNORMAL FREEZE, DROUGHT OR NEGLIGENCE BY OWNERS. ME 15 INTENDED TO COVER CONTRACTOR NEGLIGENCE, INFESTATIONS, E AND TOENSURE DAMAGE OR HOCK To PLANTS, ME CONTRACTOR SHALL BE RESPONSIBLE FOR MAINTAINING AND WATERING THE PUNT MATERIAL AS NECESSARY. TO DURINGGftOWW AND ESTABLISHMENT RE NOT IN A WE. HEALTHY. GROWING CONDITION AT THE END OF THE HYMR WARRANTY PERIOD SMALL BE REPLACED BY THE CONTRACTOR AT ME CONTRACTORS EXPENSE. PUNT REPLACED UNDER WARRANTY WILL BE WARRANTED FOR ONE (1) YEAR FOLLOWING REPLACEMENT, ORDINANCE LANDSCAPE REQUIREMENTS TREE PRESERVATION TREES REMOVED, WETTER OR NOT TO SUBDIVISION OF LAND, SHALL BE REPLACED ACCORDING TO THE FOLLOWERS ERE(IN INCHSN HHry11110 REPLACEMENT TREES. TREES REMOVED WITH A TREES REMOVED WHO ER (IINIINCH DBHI OF 6 -170 m I REPLACEMENT TREES. AM REPLACEMENT TREES SHOULD HAVE A MINIMUM CAUPER OF TWO INCHES MEASURED AT SIX INCHES ABOVE ME BASE OF THEE, ME CPU COUNCIL MAY REDUCE THE NUMBER OF NEW TREES REQUIRED IN RESPONSE TO PRESERVATION BY ME DEVELOPER OF ANY TREES ON ME SITE AS FOLLOWS 4-10 INCHES I TREE, 3 HW INCHES 2 TREES, OVER 20 INCH 4 TREES <'S 1 F McHENRY RECREARONAL FACILRYTOTLl ` 5AZTE*00DHAR CRY OF McHENRY, ILLINOIS LANDSCAPE PLANCONTRA - TYPICAL WIRING IN TNENCN DETAIL nWm� :7NE[F�;[Flq%iNiHf9:itNJ:IEA`. ::TJdfL�TGtl%ILLfJIL`,IiL'U]MS� 3 NA%TEA�iY000NAN �,., --I°NT NOTESI I. CURED NN PLACE BEFORE THEYCOHMPETE R PLACED, CENTERED AHD 2. THE IE DIAME ER THE THENFOOUNDATION. IF SOIL CONDITIONS REDUCEDED 0THETHE THE OF A LTE 2TO FORM HOLE. THE LINER SHALL BE W17MRAWN AS J TD. HE TORM OF THE BE USSEED TTO PRODUCEEACO�ORM TSMOOTH SIDE TON THE TOP OF THE FOUNDATION, FOUNDATION TOP SHALL BE CHAMFERED INCH, CABLE TRENCHES AND FOUNDATIONS SHALL BE BACKFLLEO AM 4. COMPACTED.AND CONCRETE CURED ACCORDING TO APPLICABLE STANDARDS SSTORE LIGHT POLES WY BE INSTALLED, 5. T E ANCHOR ROD SHALL BE A HOOK ROD TYPE, COLD TIMING OF THE AMHOR ROD WILL NOT BE ALLOWED, THE ANCHOR ROD SHALL BE THREADED A MNMUM OF 6 INCHES WITH A MINIMUM OF J'OF THREADED OD EMBEDDED IN THE FOUNDATION AND PROJECT A MOWN OF MJ%C'NABOVE THE TOP OF THE FOUNDATION. IF BREAKAWAY COUPLINGS ARCB SPECIFIED THE CONTRACTOR SHALL CAREFULLY COORDINATE THE HOR ROD PROJECTION WITH WE INSTALLATION REQUIREMENTS OF THE BREAKAWAY COUPLINGS, 6. THE CONTRACTOR MAY USE A 94 SPINAL AT 6'PITCH OR 44 TIES AT 2'O.C. T. RACEWAYS SHALL PR0XCT PABOVE THE TOP OF THE FOUMA7*N, 21' SECTION A-AJ BOLT OMCIF PER V.WUFACTURER 21' TOP VIEW J/4' REVEL�WJWNC •� KNISH GRADE, 1►111� 6 _ NO. J RNMJDi fl 3 � D 10'-0� 21- N0.• $PMAL PITH 6'RTCN GRWN� RCDHO I IGHTING NIT OMP T av°ixo eonoL,z <PaRT NG scALE FOUNDATION DETAIL CRY OF MGHENRY, ILLINOIS IIGNNNGUEfAiL FOUP GA �Mk DISK NAIIiE OODNAN 0 CITY OF McHENRY, ILLINOIS Qua o LIGHTING PU1N uOHmic r LIGHTING LIPS SHALL REMAID 114 OPERATION AAGF TO EXISTING aEHAw SHALL RE REPAIRED AHNOR REPLACED nr NO COST O SHETcm. TRACTOR SHALL BE RESPONSIBLE FOR THE ESTABLISHMENT OF GRADE. THE ENGINEER MAY ASSIST THE CONTRACTOR, AS APPEUCAURE, RESPONSIBILITY FOR COORDINATING THE FINISHED GRADE ELEVATION F TOP OF FOUNDATTON ADD THE TROUBLE UNIT SHALL REMAIN WITH IRBED AREAS SHALL BE RESTORED TO PIE SATISfACTIOn OF THE R AND INCLUDED N! PIE COST OF THE ASSOCULTED PAY TOM. UTI SHALL MAKE SPECIAL NOTE OF THE REQUIRE14EIUS FOR WARNING TAPE. SPECIFIED AS PART OF 'UNDERGROUND RACEWAYSI. ATTATION OF THE TAPE SHALL BE RISPECILED AND APPROVED BY THE R PRIOR TO BACKFILLING. UPLACTOR SHALL MAKE SPECIAL NOTE OF LINE REQUIREMENTS FOR RBERS AND SHAUL TAG ACT WRE ACCORDINGLY. MORETON SHALL MAKE SPECIAL NOTE OF me REQUIREMENTS FOR BIG. GROONDING CONNECTIONS AT THE FOUNDATION SHALL BE RMICAPY WELDED, AS SPECIFIED, AND SHALL D BY THE ENGINEER PRIOR TO BACKIFIMUNG. EQUIPMENT GROUP TONS SHALL BE SPLICED ANIVOR BONDED AT EACH LIGHT POLE OR MCE OF EQUIPMENT. T AMID UNIT UUCP MUST BE POSTPONED IN THE FIELD TO AVOID WITH TREES, BUSHES. DRUGS, OTHER COUPLES, AND LANDSCAPING. ERGROUND SPLICES OR SPLICES IN HANDHOLES WILL BE PuEwicED. ELECTRIC ONLY. TC HA 40HOLES SHALL RE USED FOR ,HE PURPOSE OFG UNIT SETBACK SHALL BE AS CAULIED OUT 014 DRAWINGS, CABL �Al(TER&1T00DNAX i x(u�pp ..w..e...�.yA.:l� rtxct INCHENRY. INLLIN015 INLET PRCTECTICIN —PAVED AREAS I SiABILIZEC CDNSiRUCTIDN ENTRANCC PlAlI CURH PROTECTION VIEW ..... ...a,. T, m-^. I .e.� 19 ,>... -PLOT m.. r=t?v � SIDE ELEVATION TM — NRG I-sb scrof fz y! 4 fi n, CURB & GUTTCR T)PC U-LP 12 ucir>. ^3-6.12 . weffAq R Of CNY OF McRENRY, ILLINOIS aowaar. —' AWLAIV .W� P PLANS_ �rsvtl•"M�iFOR Ruca SECTIONS NAIN N[NRY, ILLNI MISCEUNiEOUS DETAILS wv[R onYE INCHENRY. 111�NOi5 N-6 O C I1 �O To c STOFW MANHOLE CITY OF COVER GETNL MCHENRY, IWNOts XAXTEXS`WOODXAX caTttpE nsrN Iucxcunv �uNois CRY OF McHENRY, ILLINOIS MISCELLANEOUS DETAILS {AXTE OODMAN {{N,D.CAFFID PARAT.G STALL G 3 P Rr e zz Xza o X'z {zsn nNE _ s aX um anrm �Ra CITY OF McHENRY, ILLINOIS MISCELLANEOUS DETAILS I �,er",E eL� TRASH ENCLOSURE DETAIL CITY OF McHENRY REC CENTER PARKING LOT PRE FINAL COST ESTIMATE 170812,40 1 /12/2018 QUANTITY anAlki UNIT TOTAL TOTAL PARKING ACCESS DETENTION NO ITEM QUANTITY UNIT PRICE PRICE LOT ROAD POND 1 TREE ROOT PRUNING EACH 3 $100.00 $300.00 2 1 2 TRENCH BACKFILL CU YD 186 $45.00 $8,370.00 186 3 SITE GRADING LSUM 1 $50,000,00 $50,000,00 1 0 0 REINFORCEMENT MAT SQ YD 110 $9.00 $990,00 110 rTURF TEMPORARY EROSION CONTROL SEEDING POUND 61 $2,00 $122,00 18 27 16 PERIMETER EROSION BARRIER FOOT 1,480 $2.00 $2,960,00 170 450 860 INLET FILTERS EACH 9 $75,00 $675.00 2 3 4 8 TEMPORARY EROSION CONTROL SQ YD 4,750 $2.00 $9,500,00 1A00 2,100 1,250 BLANKET 9 AGGREGATE BASE COURSE REMOVAL CU YD 357 $30.00 $10,710.00 281 76 AND REPLACEMENT 12" 10 AGGREGATE BASE COURSE, TYPE B 4" SQ YD 486 $5,00 $2,430,00 271 76 139 11 AGGREGATE BASE COURSE, TYPE B 8" SQ YD 25 $9,00 $225.00 25 12 AGGREGATE BASE COURSE, TYPE B 12" SQ YD 4,280 $10,00 $42,800.00 3,370 910 13 BITUMINOUS MATERIALS (TACK COAT) POUND 2,890 $0.20 $578,00 2,275 615 14 HOT -MIX ASPHALT BINDER COURSE, IL- TON 616 $75.00 $46,200,00 485 131 19.0 N50 15 HOT -MIX ASPHALT SURFACE COURSE, MIX TON 493 $80,00 $3%440.00 388 105 "D" N50 16 PROTECTIVE COAT SQ YD 486 $1,00 $486,00 271 76 139 17 PORTLAND CEMENT CONCRETE SQ FT 1,725 $5.00 $8,625,00 475 11250 SIDEWALK 5 INCH 18 PORTLAND CEMENT CONCRETE SQ FT 225 $6,00 $1,350.00 225 SIDEWALK 6 INCH 19 PAVEMENT REMOVAL SQ YD 45 $8.00 $360,00 45 20 COMBINATION CURB AND GUTTER FOOT 20 $10.00 $200,00 20 REMOVAL 21 SIDEWALK REMOVAL SQ FT 1,950 $1,50 $2,925,00 475 225 1,250 22 STORM SEWERS, CLASS A, TYPE 1 12" FOOT 29 $65,00 $105.00 29 23 STORM SEWERS, CLASS A, TYPE 2 12" FOOT 115 $68.00 $7,820.00 115 24 STORM SEWERS, CLASS A, TYPE 2 15" FOOT 162 $72,00 $11,664,00 162 25 STORM SEWERS, CLASS A, TYPE 2 18" FOOT 84 $75,00 $6,300,00 84 26 WATER MAIN 8" FOOT 526 $90.00 $47,340,00 526 27 WATER VALVES 8" EACH 1 $5,000,00 $5,000,00 1 DUCTILE IRON WATER MAIN FITTINGS 8" 28 45,00 DEGREE BEND (RESTRAINED JOINT EACH 2 $600,00 $1200.00 2 TYPE 29 DUCTILE IRON 8" PLUG (RESTRAINED EACH 1 $500.00 $500.00 1 JOINT TYPE 30 TRENCH BACKFILL (WATER MAIN) FOOT 245 $25,00 $6,125.00 245 31 CATCH BASINS, TYPE A, 41-DIAMETER, EACH 1 $2,700.00 $2,700,00 1 TYPE 1 FRAME CLOSED LID CATCH BASINS, TYPE A. 41-DIAMETER, EACH 1 $3,500,00 $3,500.00 1 32 TYPE 11V FRAME AND GRATE CATCH BASINS, TYPE A, 51-DIAMETER, EACH 2 $3,000,00 $6,000,00 2 33 TYPE 11 FRAME AND GRATE CATCH BASINS, TYPE C, TYPE 11V FRAME EACH 1 $1,500.00 $1,500,00 1 34 AND GRATE 35 MANHOLES, TYPE A, 5'-DIAMETER, TYPE 1 EACH 1 $3,000,00 $3,000,00 1 FRAME, CLOSED LID VALVE VAULTS, TYPE A, 5'-DIAMETER, EACH 1 $3,000.00 $3,000.00 1 36 TYPE 1 FRAME, CLOSED LID Page 1 of 2 ;yY fi N7yJiC.7.L��1.111 REC CENTER PARKING LOT PRE FINAL COST ESTIMATE 170812,40 1/12/2018 QUANTITY RTZIRI NO ITEM UNIT I TOTAL QUANTITY UNIT PRICE TOTAL PRICE PARKING LOT ACCESS ROAD DETENTION POND 37 CATCH BASINS TO BE ADJUSTED EACH 1 $250.00 $250.00 1 38 MANHOLES TO BE ADJUSTED EACH 2 $350.00 $700,00 2 39 CONCRETE CURB, TYPE B FOOT 150 $15,00 $2,250,00 150 40 COMBINATION CONCRETE CURB AND GUTTER TYPE B-6.12 FOOT 1,190 $22,00 $26,180.00 940 250 41 MOBILIZATION LSUM 1 $15,000.00 $15,000.00 1 0 0 42 TRAFFIC CONTROL AND PROTECTION LSUM 1 $6,000,00 $6,000,00 1 0 0 43 SIGN PANEL -TYPE 1 SQ FT 2 $40,00 2 44 BOLLARD, 6" DIAMETER EACH 1 t$20,OO $250.00 1 45 THERMOPLASTIC PAVEMENT MARKING - LETTERS AND SYMBOLS SQ FT 3 $60.00 3 46 THERMOPLASTIC PAVEMENT MARKING- LINE 4" FOOT FOOT 1,800 $1 $2,250.00 1,800 47 UNDERGROUND CONDUIT, PVC, 1" DIA, FOOT 735 $12.00 $8,820.00 540 195 48 ELECTRIC CABLE IN CONDUIT, 600V (XLP- TYPE USE) 11C NO, 10 FOOT 29745 $2,00 $5,490.00 21100 645 49 LIGHT POLE, STEEL, 25 FT., 4" DIAMETER EACH 8 $6,000,00 $48,000.00 6 2 50 LIGHT POLE FOUNDATION, 24" DIAMETER FOOT 64 $250,00 $16,000,00 48 16 51 LUMINAIRE, LED, POLE MOUNTED EACH 11 $1,500.00 $16,500,00 9 2 52 TREE, CELTIS OCCIDENTALIS (COMMON HACKBERRY), 2" CALIPER, BALLED AND BURLAPPED EACH 3 $650,00 $1,950.00 3 53 TREE, ACER PLATANOIDES (NORWAY MAPLE), 2" CALIPER, BALLED AND BURLAPPED EACH 4 $650,00 $2,600.00 4 54 TREE, GLEDITSIA TRIACANTHOS INERMIS SKYLINE (SKYLINE THORNLESS COMMON HONEYLOCUST), 2" CALIPER, BALLED AND BURLAPPED EACH 4 $650,00 $200.00 4 55 SHRUB, EUONYMUS ALATUS RUDY HAAG (DWARF BURNING BUSH), BALLED AND BURLAPPED EACH 19 $50,00 $950,00 19 56 SHRUB, JUNIPERUS CHINENSIS KALLAY'S COMPACT& (KALLAY COMPACT JUNIPER) EACH 10 $50.00 $500.00 10 57 CONSTRUCTION LAYOUT LSUM 1 $5,000,00 $5,000,00 1 0 0 58 EXPLORATION TRENCH, SPECIAL FOOT 200 $10,00 $2,000,00 200 59 RELOCATE EXISTING TRASH ENCLOSURE EACH 1 $5,000.00 $5,000,00 1 SUBTOTAL $505,170.00 $406,563,50 $ 79,355,50 $ 19,251,00 CONSTRUCTION ENGINEERING (8%) $ 409414.00 TOTAL $545,584.00 Page 2 of 2 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: February 19, 2018 T0: Mayor and City Council FROM: Jon M. Schmitt, Director of Public Works RE: Public Works Facility Floor Scrubber Purchase AGENDA ITEM SUMMARY: Staff requests City Council to consider accepting the proposal from Cabay & Company Inc. for a floor scrubber to be used at the Public Works Facility. BACKGROUND: Staff received the following quotes for a floor scrubber to be used in the 100,000 square feet shop area of the Public Works Facility: • Cabay &Company Inc. $16,318.50 • Global Industrial $17,580604 • Cleaning Stuff $17,751.00 Funding for this purchase will be split between the Public Works Street, Water and Utility Divisions operating budgets. RECOMMENDATION: Therefore, if Council concurs, it is recommended to accept the proposal from Cabay & Company Inc. for a floor scrubber to be used at the Public Works Facility in an amount not to exceed of $16,318.50. 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. 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: February 19, 2018 TO: Mayor and City Council FROM: Jon M. Schmitt, Director of Public Worl<s RE: Public Worl<s Lighting Improvements AGENDA ITEM SUMMARY: Staff requests City Council to consider awarding a contract to Crescent Electric Supply Company of McHenry, Illinois for material supply for the Public Works Facility Lighting Improvements. BACKGROUND: The 2017/18 Capital Improvement Program includes $40,000 for Public Works Facilities Lighting Improvements. There are approximately 275 large wattage metal halide hi bay and fluorescent T12 fixtures which light the maintenance bays and mechanics workshop in the Public Works Facility. The existing lighting is low efficiency and due to the former use of the building has an irregular layout. Public Works Staff have researched suitable LED replacement fixtures and layouts to create a uniform lighting design which will require 250 LED fixtures. To reduce costs, installation will be completed by Public Works Maintenance Staff. Public Works Administration Staff have submitted requests for energy efficiency grants through ComEd to reimburse the City a large portion of its material expenses. Public Works has submitted for and anticipates a credit of $24,095 through the ComEd Energy Efficiency Program. Three (3) quotes were received for supplies for replacement of hi -bay lighting in the Public Works Facility. All of the quotes were provided by authorized suppliers of fixtures selected for replacement of existing hi -bay lighting. The quotes ranged from $36,840 to $40,000 for the supply of 250 LED hi -bay light fixtures. • Crescent Electric Supply Company $36,840 • Northwest Electric Supply $40,000 • Steiner Electric Company $37,500 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. ANALYSIS: Staff has analyzed and checked the quotes for accuracy and recommends awarding the contract to Crescent Electric Supply Company of McHenry, Illinois. RECOMMENDATION: Therefore, if Council concurs, it is recommended to award the supply contract to Crescent Electric Supply Company of McHenry, Illinois in the amount of $36,840. 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. Office of the City Administrator Derik Morefield McHenry Municipal Center 333 Green Street McHenry, Illinois 60050 Phone: (815) 363-2100 Fax: (815) 363-2119 www.ci.mchenry.il.us CONSENT AGENDA DATE: February 19, 2017 TO: Mayor and City Council FROM: Derik Morefield, City Administrator RE Special Event Liquor License ATT: Application and Event Flyer Agenda Item Summary: Montini Catholic School is requesting a special event liquor license in conjunction with the "Toast to Our Future" third annual fundraiser held at The Church of Holy Apostles, 5211 W. Bull Valley Road on Saturday, April 14, 2018, from 5*00 PM to 11:00 PM. Background: The event consists of wine and craft beer tasting, silent auctions, and dinner. Proceeds from the event will be used to support Montini Catholic School. The license applicant Ms. Julie Stark, is a teacher at Montini and represents the Fundraising Committee. The $25 license fee was paid. Analysis: If approved, this will be the first special event license issued to Montini Catholic School this calendar year. Recommendation: If Council concurs, it is recommended to approve the request as presented. The Ciry of McHenry is dedicated to providing its citizens, barsinesses, and visitors with the highest quality ofprograms and services in a ccrstomer-oriented, efficient, and ftscally responsible manner. a - SPECIAL EVENT LIQUOR LICENSE APPLICATION CITY OF MCMENRY (A special event liquor license may also be required by the State liquor Control Commission) www.stateJ1,U§/ICC FEE $25.00 2. CQNIP,4NY OR ORGAM�TIQN: TYPE OF BUSINESS OR ORGANIZATION: LICENSE APPLICANT: �`Q ADDRESS: �32� C ��t`�-h�-• �C�I cITY: TELEPHONE NO.: sojfl LOCATION WHERE SPECIAL EVENT HELD: EMAIL: DATE OF BIRTH: ntial premises only) 4. OWNER OF LOCATION WHERE SPECIAL`E`VEN�T"HELD: l OWNER'S ADDRESS:-�l�� V��`aM 11LC CITY: C TELEPHONE NUMBER: j 5. DATE(S) OF EVENT: `"� 1� — � HOURS: (not more than 3 days) 6. TYPE OF ALCOHOL TO BE SERVED: -LBEER YLWINE LLIQUOR 7, NO UNDER -AGED OR INTOXICATED PERSON(S) SHALL BE SERVED ANY ALCOHOLIC BEVERAGES. 8, DRAM SHOP INSURANCE TO THE MAXIMUM LIMIT MUST BE OBTAINED AND A CERTIFICATE OF INSURANCE NAMING THE CITY OF MCHENRY AS ADDITIONALLY INSURED SHALL BE ATTACHED TO THIS APPLICATION. AFFIDAVIT hereby states that the City of McHenry shall not be held liable for any occurrence, loss, damage, or injury as a result of this event. Person or persons to whom this license has been issued shall hold the City of McHenry harmless in connection with any and all claims arising as a result of the consumption of alcoholic liquor or as a result of the issuance of this license. The undersigned certifies that they will not violate any ofthe laws of the City of McHenry, of the State of Illinois, or of the United States of America, in the conduct of this Special Event Liquor License and that the statements contained in this application are true and correct to the best of his/her knowledge and belief. The undersigned is aware that state liquor licensing approval is required for this license. 0612412018 Notary Public�"'�"'7r 7 DATE ISSUED EFFECTIVE DATES) Signature of Applicant LICENSE NO. 2016 1,111'111TUMPM ralHill afflIHIHIMUIWILIU11L, Registration Begins Silent Auction Opens Wine Tasting Opens Dinner Service Begins 5:30 pm 5:45 pm 5:45 pm 6:30 pm Enter the Event Drawing with a Chance to Win: First Prize: $3,000 Second Prize: $1,000 Third Prize: $500 For Registration and Sponsorship Opportunities, please log onto taw.p�:/��car�t�r�isc�acal.c�r���t�ast-�n-Qur hut, urn: Bill Hobson, Director of Parks and Recreation McHenry Recreation Center 3636 Municipal Drive McHenry, Illinois 60050 Phone: (815) 363-2160 Fax: (815) 363-3119 www.ci.mchenry.il.us/park—recreation CONSENT AGENDA SUPPLEMENT DATE: February 19, 2018 TO: Mayor and City Council FROM: Bill Hobson, Director of Parks and Recreation RE: McHenry Kiwanis Soap Box Derby Agenda Item Summary: The Kiwanis Club of McHenry is requesting permission to hold the 15tn annual All American Soap Box Derby on Saturday, June 9, from 7:00 AM to 6:00 PM, and a practice run on Saturday, June 2 from 9:00 AM to 12*00 PM. Requested rain dates are June 3 for the practice run and June 10 for the derby. The club is also seeking the use of city support services; closure of certain portions of Waukegan Road and Green Street in conjunction with the event; and, waiver of all associated fees. Background: The proposed schedule of events is unchanged from past years. A 15-minute parade will be staged in the First Methodist Church parking lot and step off at 9:00 AM. The parade led by a squad car, will be comprised of race participants, Little Miss Peanut, Miss McHenry, a small marching band, and a MTFPD vehicle. The race will run from 9:30 AM to 4:30 PM with an awards ceremony at 4:45 PM. The Kiwanis Club of McHenry will notify residents in the area of the event. The following city services are requested for the event: 1. Street Closing. Closure of Waukegan Road from Third Street to East Campus from 7:00 AM to 6:00 PM on the day of the event, 9:00 AM to 12:00 PM on the practice day, and intermittent closure of Green Street at Waukegan Road while the race is underway. Through -traffic will be permitted between races except during the parade and final heats. 2. Police Support. Police Officers for traffic control during the event at Waukegan Road/Green Street intersection. 3. Signage and Barricades. Signage, barricades, and traffic cones to alert drivers in the area of road closures. 4. Bleachers and Trash Receptacles. Six sets of bleachers and additional trash receptacles setup along Waukegan Road. 5. Reviewing Stand and Public Address System. Setup of a reviewing stand and public address system near the finish line. The City of McHenry is dedicated to providing its citizens, businesses, and visitors with the highest quality of programs and services /n acustomer-oriented, efficient, and fiscally responsible manner. Analysis: This community event is held annually with no incidents reported. The McHenry Kiwanis Club is a not for profit organization. Soap Box Derby is not a fundraiser and is funded through donations the club receives throughout the year. Staff has no concerns with the request as presented. Recommendation: If council concurs, then it is recommended a motion is considered to grant the request from the McHenry Kiwanis Club to 1) host 15t" Annual All American Soap Box Derby as presented; 2) authorize city support services and closure of certain portions of Waukegan and Green Streets in conjunction with the event, and, 3) waiver of all associated fees. MCHerity� Bill Hobson, Director of Parks and Recreation McHenry Recreation Center 3636 Municipal Drive McHenry, Illinois 60050 Phone: (815) 363-2160 Fax: (815) 363-3119 www.ci.mchenry.il.us/park recreation CONSENT AGENDA SUPPLEMENT DATE: February 19, 2018 TO: Mayor and City Council FROM: Bill Hobson, Director of Parks and Recreation RE: Wonder Lake Ski Show Team Haunted Hayride ATT: Request Letter Agenda Item Summary: The Wonder Lake Water Ski Show Team is requesting use of Petersen Park for the 215t annual Haunted Hayride scheduled on October 12, 13, and October 19, 20, 2018, and waiver of park use and sign permit fees. Background: Hayrides will begin at 7:00 PM and close at 10:30 PM. Advertising signs would be posted throughout the month of October in approved locations pursuant to Municipal Code Chapter 7.50. As in the previous years, parking, loading, and unloading of the wagons will occur on the south side of MCCullom Lake Road. Additional traffic control will be utilized on MCCullom Road to alert drivers of wagons crossing from the hayfield to the main driveway of the farm. The Ski Team will be responsible for all additional costs incurred by the city for this service. Analysis: Two years ago, the hayride route was moved from the picnic side of Petersen Park to Petersen Farm to create a buffer from the surrounding neighborhood and to protect the grove of mature oak trees. As detailed in the attached letter of request, the Wonder Lake Ski Team is a not for profit organization supporting local initiatives. Organizers adhere to the strict guidelines put in place to hold the event creating a mutually beneficial situation for the ski team and the City. For these reasons staff has no concerns with the request as presented. Recommendation: If City Council concurs, then it is recommended to approve the use of Petersen Park, waiver of park use and sign permit fees, for the Wonder Lake Ski Show Team annual Haunted Hayride as presented. The City of McHenry is dedicated to providing its citizens, businesses, and visitors with the highest quality of programs and services in acustomer-oriented, efficient, and fiscally responsible manner. r February 4, 2018 Mayor Wayne Jett City of McHenry Aldermen City of McHenry 333 South Green Street McHenry, Illinois 60050 Dear Mayor Jett and Aldermen: g- L L iv L J FED - / UNO CITY CF McNE(�RY The Wonder Lake Water Ski Show Team Organization would like to graciously thank both yourself and the Aldermen for siinnortiii,v the Haunted Hayride community we. bare hosted Since 1997 at Petersen Park.. Ovevfh_Qv� years, this event has been well attended and received good reviews for Halloween entertainment within the community while at the same time is an instrumental fundraiser supporting the annual budget of our non-profit organization. Through the successes of this event, we have been able to not only fund a major portion of our annual budget needs to perform local ski shows and compete on both a regional and national platform, we have also been able to support additional initiatives and give back. A few examples include: fostering the talents of our youth Junior Ski Team for children ages 5 .13, providing Learn to Ski programs in partnership with NISRA (Northern Illinois Special Recreation Area), and supporting the local Food Pantry with our annual food and donation drive. At this time we are kindly requesting the use of Petersen Park in October 2018 for the next annual Haunted Hayride, and therefore would like to be put on the February or March agenda for the McHenry City Council Meeting to formally make this request. The proposed dates for our Haunted Hayride 2018 are the similar to those in past years, including: Friday, Oct. 12th &Saturday, Oct. 13th (7 —10:30 p.m.) Friday, Oct. 19(7 —10:30 p.m.) & Saturday, Oct. 20(7 —10:30 p.m.) Our event committee members have worked closely with Bill Hobson and the parks department in coordination of this event and appreciate their support and assistance. Following their direction, we have maintained the ride to the hard paved surfaces within the Petersen Farm, and it is our understanding there were no negative issues resulting from our use of the venue or any open items or concerns from the event overall. Our goal is to be good stewards of the park system and we appreciated this feedback. We also appreciate the support of the police department's ability to attend and escort our wagons as they were crossing the road into the venue. As in past years, we are asking that all fees for use of the park and sign permit fees be waived for our event, since we are a not -for -profit organization. Thank you in advance for this assistance. We are very happy to be part of the McHenry community Halloween season of events. The Haunted Hayride of 2017 was again very successful in terms of customer and neighborhood satisfaction. In total, this event entertained over 4,000 people from the community who attended the hayride. We hope to continue our successful partnership in the future, as it is only through the support of our local communities and its residents that our team can achieve the success we have enjoyed. If you have any questions, please do not hesitate to contact me at 815/276-6074, or our President, Brea Imse at 608/469-7230. Thank you again, G� Lisa Frasik Secretary - Wonder Lake Water Ski Show Team Organization REGULAR MEETING December 4, 2017 Mayor Wayne Jett called the regularly scheduled December 41 2017 meeting of the McHenry City Council to order at 7:00 pm in the McHenry City Council Chambers, 333 S. Green Street, McHenry, IL. In attendance were the following Councilmembers: Condon, Devine, Mihevc, Curry, Schaefer, Glab, and Santis Also in attendance: City Administrator Morefield, Director of Parks and Recreation Hobson, Director of Economic Development Martin, Chief of Police Birk, Director of Public Works Schmitt, Director of Community Development Polerecky, Director of Finance LynchCity Attorney McArdle, and City Clerk Nevitt ,. PUBLIC HEARING CONCERNING THE CITY OF MCHENRY 2017 PROPOSED TAX LEVY ORDINANCE IN THE AMOUNT OF $4,618,786, REPRESENTING A 0% INCREASE ABOVE THE 2016 TAX LEVY EXTENSION. The Public Hearing was called to order at 7:01 PM. Mayor Jett opened the floor for Public Input and there was none. Motion by Alderman Santi, second by Alderman Glab to close the Public Hearing for the 2017 proposed Tax Levy ordinance in the amount of $4,618,786, representing a O%A increase above the 2106 Tax Levy Extension. Voting Aye: Santi, Glab, Curry, Condon, Devine, Mihevc, Schaefer Voting Nay: None Absent: None Motion Carried. The Public Hearing was closed at 7:02 PM. MOTION TO ADOPT AN ORDINANCE FOR THE LEVY OF TAXES FOR THE YEAR 2017 IN THE AMOUNT OF $4,618,786. Motion by Alderman Curry, second by Alderman Mihevc to adopt an Ordinance for the Levy of Taxes for the Year 2017 in the amount of $4,618,786. Alderman Glab stated the portion of property taxes the city will collect for 2017 will remain the same. This is an appropriation and property taxes change based on EAV. Alderman Curry stated the levy remains the same as last year, which was reduced by 3%, and the city has had a flat or reduced levy for the past seven years. Voting Aye: Curry, Mihevc, Schaefer, Glab, Condon, Devine, Santi Voting Nay: None Absent: None Regular City Council Meeting Page 2 December 4, 2017 Motion Carried. PRESENTATION OF THE MCHENRY AREA CHAMBER OF COMMERCE QUARTERLY UPDATE Dennis Norton, Chairman of the Board of Directors for the McHenry Area Chamber of Commerce and Chamber President Kay Bates provided the Council with an update and review of 2017 Chamber activities. Mayor Jett thanked the Chamber for the good they do for our community. PUBLIC COMMENT Mr. Phil Hoffsetter, 1021 Plymouth Lane told the Council he owns a building on Green Street and expressed his opposition to 1014 N. River Road being used as a manufacturing, industrial, and outside storage facility. He also expressed his disappointment that the alleyway behind the sports center and the theater is now closed. Director Martin stated the area is private property. Ms. Cheryl Ann Wildenham representing the Polish Legion of American Veterans addressed the Council regarding her concerns about parking limitations on Park Street. Ms. Wildenham noted that Park Street is limited to 2-hour parking and all other streets in the downtown area are 4- hour parking between 8am-6pm except on Sunday, and asked the Council if this could be adjusted to coincide with the other downtown streets as two hours is not enough time especially when the Legion is hosting events. CONSENT AGENDA A. Resolution establishing the 2018 City Council Meeting Schedule; Be Resolution designating December 4, 2017, to begin the State of Illinois Bicentennial Celebration in the City of McHenry; C. Ordinance amending Municipal Code Chapter 11, Article III, Sec. 11-89 relating to the Outside Storage of Single -Family Refuse Containers; D. Ordinance authorizing the Mayor's execution of an Intergovernmental Agreement for the Provisions of MCRide Dial -A -Ride Transit Services in Year 2018; and E. Payment of Bills in the amount of $723,325.24. At Alderman Glab's request, Mayor Jett announced Item C is pulled from the Consent Agenda and will be voted on as a separate item. At Alderwoman Condon's request, Mayor Jett announced Item A is pulled from the Consent Agenda and will be voted on as a separate item. Motion by Alderman Santi, second by Alderman Curry, approving Consent Agenda Items B, D, and E. Regarding Item D, Alderman Curry said he noticed that regarding the cost associated with the Regular City Council Meeting Page 3 December 4, 2017 service, many are charge $1.20 per capita but Township residents pay $015/capita and asked why there was a huge difference in price. Director Martin answered the formula for Dial -a -Ride per capita rates are consistent for all municipalities as determined by the Chicago Metropolitan Agency for Planning. He is not aware of the source for the formula used by Townships. Alderman Glab noted the rate difference between municipality and township may be because municipal residents are removed from the township population before the per capita formula is calculated. Voting Aye: Santi, Curry, Schaefer, Condon, Glab, Devine, Mihevc Voting Nay: None Absent: None Motion Carried. Consent Item A: Resolution establishing the 2018 City Council Meeting Schedule Motion by Alderman Curry, second by Alderman Santi to adopt a Resolution establishing the 2018 City Council Meeting Schedule as presented. Alderwoman Condon noted there are three regular meeting proposed for June and August versus only one in July and September. Alderwoman Condon suggested scheduling regular Council meetings in July on the 9th and 23rd and in September on the 10th and 24th. She also requested revising the proposed November 19 meeting to November 12 or 26, to accommodate the Thanksgiving holiday and suggested staff review the changes and bring the schedule back to Council for consideration at the next meeting. Alderman Glab agreed with Alderwoman Condon's recommendation. Alderman Santi said he agreed with Alderwoman Condon's comments and asked why Committee of the Whole meetings were scheduled in January and April. City Administrator Morefield stated the January 29 meeting was scheduled to discuss the capital improvement program and the meeting in April would be held if needed for additional budget discussions. The motion and second were withdrawn and action on the Resolution will be continued to the December 18 meeting. Attorney McArdle added the annual meeting in April may be removed from the schedule if it is determined the city is not required to hold an annual meeting. Consent Item C• Ordinance amending Municipal Code Chapter 11, Article III, Sec. 11-89 relating to the Outside Storage of Single -Family Refuse Containers. Motion by Alderman Glab to deny Consent Agenda Item C and direct staff to bring this matter back to the Community Development Committee. Regular City Council Meeting Page 4 December 4, 2017 Motion failed for lack of a second. Motion by Alderwoman Condon, second by Alderman Santi to adopt an Ordinance amending Municipal Code Chapter 11, Article III, Sec. 11-89 relating to the Outside Storage of Single - Family Refuse Containers. Alderman Glab expressed his concerns about permitting the storage of refuse containers between the street and the principal structure as proposed in the ordinance. He stated that the number one complaint he receives about code enforcement is that garbage cans are allowed to sit in front of a house. No one wants to see them or smell them. He would agree to allowing cans to be stored on the side of the house with an approved enclosure so that they are not visible adding approval of this ordinance is a step backwards. Alderwoman Condon stated the Community Development Committee addressed this topic and she also has received complaints about the outside storage of refuse containers. The concern was for the phrase "out of plain site" as this is challenging language to enforce. The amended language is meant to be more enforceable and proactive. Alderman Glab said this amendment allows cans to be stored where they cannot be now and restated his concern that the city is moving backwards adding the intent of the ordinance as it stands is to keep the community looking clean and added in his opinion, the ordinance should not be amended because we do not have enough staff for code enforcement. Alderman Santi said he supports the new language and he is aware the amendment is not perfect and understands there may be concerns. Alderman Curry asked about code issues regarding the outside storage of containers. Director Polerecky stated most violations are usually about containers left in the driveway close to the street, on a porch, or in the front yard. This month the department received 73 complaints and many were for containers stored behind the front of the building. Alderman Schaefer said this amendment will accommodate many homeowners and alleviate thIC burden of complying with city code and he supports the amendment. Alderman Glab stated changing the language will not change the complaints and will cause other problems with raccoons and other animals. Voting Ave: Condon, Santi, Devine, Mihevc, Schaefer, Curry Voting Nay: Glab Absent: None Motion Carried. INDIVIDUAL ACTION ITEM AGENDA Mayor Jett announced Action Items G and H are projects that involve his personal business Regular City Council Meeting Page 5 December 4, 2017 operations within the City of McHenry. To avoid the appearance of wrongdoing, Attorney McArdle will discuss the process when these items are addressed. A. Motion to adopt an Ordinance granting a Conditional Use Permit to allow Outdoor Storage of Boats and Recreational Vehicles in conjunction with a Contractor's Office for the property located at 4664 Bull Valley Road. Alderman Glab stated his concerns about the condition of the property and as it does not affect the surrounding properties, he supports the request. Alderman Schaefer noted that at times, this use might lead to vehicle sales in front of the storage areas, which he does not support. Director Martin said the applicant is aware he may not sell vehicles at this business — just storage of boats and recreation vehicles. Alderman Santi asked about the driveway and Director Martin stated it is a private access d rive. Alderman Curry asked about fencing and Director Martin said not at this time however, there is a requirement to have minimum -security lighting and cameras. Motion by Alderwoman Condon, second by Alderman Devine to adopt an Ordinance granting a Conditional Use Permit to allow Outdoor Storage of Boats and Recreational Vehicles in conjunction with a Contractor's Office for the property located at 4664 Bull Valley Road. Voting Aye: Condon, Devine, Santi, Curry, Mihevc, Schaefer, Glab Voting Nay: None Absent: None Motion Carried. B. Motion to grant Sign Variances to Boone Creek Crossing LLC for a projecting sign not to exceed 16 sq. ft. for 1204 N. Green Street, and allow two (2) additional wall signs, offsite advertising on three (3) proposed digital signs, and 125.25 sq. ft. of additional wall signage for 1208 N. Green Street. Director Polerecky stated staff has reviewed the request and is of the opinion the sign package proposal falls within the Municipal Code sign variance guidelines. Alderman Glab said he had discussions previously about the proposal and thinks it makes sense. Alderman Curry asked if this is just a proposal to name the theater rooms and Director Polerecky said yes along with advertising the local business sponsor. Alderman Santi asked how far the awnings would extend from the facade. Mayor Jett Regular City Council Meeting Page 6 December 4, 2017 asked applicant Mr. Don Tonyan to step up to the podium to address the Council and answer Alderman Santi's question. Mr. Tonyan answered the awning would extend about 10 feet from the building on an angle. Alderman Schaefer asked if the signs proposed on the wing wall would face south and Mr. Tonyan answered yes. Alderman Schaefer asked if it will be similar to what all theaters have and Mr. Tonyan answered yes, they are box windows and the theater sponsors' names would be placed above. Alderwoman Condon stated she supports the project and is pleased the business community also supports bringing the theater back to McHenry. Alderman Schaefer asked if the hanging sign would be under an awning. Mr. Tonyan said those signs were for DC Cobbs and would be located on the private walkway portion along the entryway. Motion by Alderman Santi, second by Alderwoman Condon to grant Sign Variances to Boone Creek Crossing LLC for a projecting sign not to exceed 16 sq. ft. for 1204 N. Green Street, and allow two (2) additional wall signs, offsite advertising on three (3) proposed digital signs, and 125.25 sq. ft, of additional wall signage for 1208 N. Green Street. Voting Aye: Santi, Condon, Curry, Glab, Devine, Mihevc, Schaefer. Voting Nay: None. Absent: None. Motion Carried. C. Motion to adopt Ordinances for the abatement of real estate taxes levied for the 2017 Tax Levy Year for the following bond issues. General Obligation Bonds (Recovery Zone & Building America) Series 2010B, $418,105.00; General Obligation Bonds (Alternate) Series 2010C, $446,920.00; General Obligation Bonds (Alternate) Series 2012, $210,432.50; General Obligation Bonds (Refunding) Series 2013, $593,910.00; and General Obligation Bonds (Refunding) Series 2015, $576,978.76. Director Lynch stated the city has issued a variety of bonds backed by the full faith and credit of the municipality, which requires that property tax be levied by the County Clerk. The city's intentions are to abate these taxes through the County Clerk annually through the attached abatement ordinances. Alderman Glab stated over the years the Council has not wanted to burden homeowners and that is why they have been abated and he is pleased the city continues this practice. Motion by Alderman Curry, second by Alderwoman Condon to adopt Ordinances for the abatement of real estate taxes levied for the 2017 Tax Levy Year for the following bond issues: General Obligation Bonds (Recovery Zone & Building America) Series 2010B, $418,105.00; General Obligation Bonds (Alternate) Series 2010C, $446,920.00; General Regular City Council Meeting Page 7 December 4, 2017 Obligation Bonds (Alternate) Series 2012, $210,432.50; General Obligation Bonds (Refunding) Series 2013, $593,910.00; and General Obligation Bonds (Refunding) Series 2015, $576,978.76. Voting Aye: Curry, Condon, Schaefer, Devine, Mihevc, Glab, Santi Voting Nay: None Absent: None Motion Carried. D. Motion to approve the Annual Financial Report for the City of McHenry Police Pension Fund for the Fiscal Year ending April 30, 2017, in accordance with the requirements set forth in Illinois Pension Code 40 ILCS 5/3=143. Director Lynch stated the Illinois Department of Insurance requires the City Council approve an annual report for the Police Pension Fund. This report lists important information that can also be found in the actuary report. Alderman Curry said it was good to see that the fund is nearly 52%funded. Motion by Alderman Schaefer, second by Alderman Mihevc to approve the Annual Financial Report for the City of McHenry Police Pension Fund for the Fiscal Year ending April 30, 2017, in accordance with the requirements set forth in Illinois Pension Code 40 ILCS 5/3-143. Voting Aye: Schaefer, Mihevc, Glab, Santi, Condon, Devine, Curry, Santi. Voting Nay: None. Absent: None. Motion Carried. E. Motion to authorize a budget amendment in the Recreation Center Fund in the amount of $19,500, and approve a Professional Services Agreement with Heller and Heller Consulting LLC, to perform an Aquatics Feasibility Study for the McHenry Recreation Center in the amount of $191S00. Director Hobson reported the request to conduct an Aquatics Feasibility Study is a result of past discussions with the Parks and Recreation Committee and City Council regarding the Community Needs Assessment. The results of the Community Needs Assessment noted a strong desire to expand indoor and outdoor offerings such as an indoor pool, warm water therapy pool and zero depth spray pad, two -court gymnasium with walking track and an outdoor aquatics center. In 2014, as part of the initial development of the Recreation Center Master Plan, a similar analysis of outdoor aquatics offerings was completed. Results from the proposed feasibility study will be examined and the final report will be updated. Alderman Curry said he realized that Heller and Heller performed the prior study Regular City Council Meeting Page 8 December 4, 2017 however the city should go out for competitive bidding. The other issue he has with the results of the survey is that it went out to approximately 6,500 homes and only 400 were returned, which is approximately 6%. Of that, many questions were answered by approximately half of those respondents, which equals to about only 3% who answered the questions. Alderman Curry further stated that he does know how we can reach the conclusion that there is a strong desire to expand the recreation center. Director Hobson acknowledged that staff did not seek competitive bids due to the existing relationship with Heller and Heller and based on their work on the previous pro forma and knowledge of our community demographics. Director Hobson added in 2014, the analysis of the pro forma for the outdoor aquatics facility was $24,500. The contract proposed is fair. Alderman Curry said because a firm is familiar with the city does not mean we are getting the best price. Alderman Glab said he agreed with Alderman Curry. As we did not seek proposals, we do not know if we are getting the best price. Alderman Santi asked if there is a time element involved with this project. Director Hobson said time wise the city is fine, we do not have the luxury of continuing to put off the process if there is going to be any consideration of expansion. Alderman Santi asked if we had to go out for a request for proposals, would it add another 6M0 days to the project. Director Hobson said time was not the deciding factor to select Heller and Heller. Alderman Glab asked if the timeline is important because staff wants to pose a referendum question in the spring. Director Hobson said if there was going to be a question placed on a ballot it would have to be ready in the spring for placement on the November ballot and the decision time to decide to go out for a referendum is early August. Alderman Glab said August is still nine months away and he does not see why we do not have time to go out for proposals. Alderwoman Condon said she agrees that the city should typically seek bids for most projects however this is a unique situation. There are current users of the recreation center who have asked for other services such as an indoor pool and gymnasium. Doing due diligence, Director Hobson has moved forward. In her opinion, if the city is going to consider a referendum question, the Council needs to know if it is justified and the timeline is an important factor. Alderwoman Condon added that a 6% return for the Community Needs Assessment survey was all that was expected. Alderman Curry stated that based on the number of respondents who returned the survey and the number of questions that were actually answered, the presenter of the Community Needs Assessment thought 6% was a good number. Alderman Curry added that he did some research and normal returns are 10- M At approximately 400 people returning the survey, the city paid over $100 a survey and of that, only half answered most of the questions and of that, the percentage who wanted an indoor pool was 45%. Regular City Council Meeting Page 9 December 4, 2017 So now, we are going to base our strong community interested on the opinion of 150 people. Alderman Curry said he is not convinced there is a strong community desire to expand the recreation center. Director Hobson said that over 2,000 members in the recreation center are asking for additional amenities. If the survey had been mailed to recreation center members, the survey results would have been slanted and the referendum process would provide the city with a direct answer. Alderwoman Condon stated that during the presentation of the Community Needs Assessment, the presenter was asked if the city received a normal rate of return for the survey and the answer was 6% was expected. Alderwoman Condon stated she was in favor of posing a question on a ballot to find out if the community would support the expansion. Alderman Schaefer said he also recalled that the presenter did say the response received from the survey was typical for this type of analysis. He agrees that it would have been nice to have more people respond and that this is more of a timing issue than we think. August is the date we have to decide if we are going to place a question on the ballot. Motion by Alderman Schaefer, second by Alderman Devine to authorize a budget amendment in the Recreation Center Fund in the amount of $19,500, and approve a Professional Services Agreement with Heller and Heller Consulting LLC, to perform an Aquatics Feasibility Study for the McHenry Recreation Center in the amount of $19,500. Voting Aye: Schaefer, Devine, Mihevc, Condon. Voting Nay: Curry, Glab, Sand. Absent: None. Motion carried. F. Motion to authorize a budget amendment of $64,440 from the General Fund Balance and approve a Professional Services Contract Change Order to include the Downtown Parking Access Capacity Improvements Project to the Professional Services Agreement for the McHenry Recreation Center Parking Lot Expansion Project with Baxter & Woodman, Inc. for an amount not to exceed $64,440. Alderman Santi said although he would prefer competitive bids for all projects, this is something that needs to be done. He expressed his concerns about the city's lack of adequate lighting, signage, and parking. Alderman Santi further stated if this item were approved tonight, he would like these projects to come back to the Council with the actual costs for each individual project. City Administrator Morefield said the projects involved would be brought individually to the Council for approval. Staff is creating a separate project category in the Capital Improvement Program for downtown parking improvements, capacity, and access that will include all Tier 2 projects. Council will have the ability to decide if these are the projects to include in the FY 18/19 budget and Regular City Council Meeting Page 10 December 4, 2017 beyond, prioritize them, and direct staff to try to include those projects in the budget. City Administrator Morefield further stated that not only will the Council have an opportunity to discuss the category and the issue of downtown parking, but review and approve or not approve specific projects from Tier 2 and beyond. Alderman Curry asked of the $64,440 requested, how much is for the addition of 55 spaces in capacity improvements. Director Schmitt asked Mr. Dan Schug from Baxter & Woodman to answer the question posted by Alderman Curry, Mr. Schug stated they did not include a breakdown in the actual amendment however, the numbers they received from city staff indicated approximately $15,000 per parking lot and another $35,000 for overall lighting improvements. Alderman Curry said in his opinion, we do not know if and where we need additional parking so he is confused about the rush to authorize engineering for spaces we may not need. Alderman Curry noted this is an add -on to the expansion of the recreation center parking lot and asked what the original contract amount was for that project. Director Schmitt answered $29,000. Alderman Curry said he is concerned that staff is proposing a budget amendment for more than twice the cost of the original contract without going out for competitive bids. He then reviewed the reasons the pool of qualified firms was created and added he is in favor of lighting and signage improvements but does not feel capacity improvements are needed at this time. City Administrator reported that he and Mayor Jett, Director Schmitt, and Chief Birk met to discuss capacity improvements. Other communities were pooled who recently conducted capacity improvements and staff reviewed the methodology use to determine peak demand and usage, car counts, and percentages of use. City staff broke the downtown into different zones to study different times of days and weekends to get an idea of parking usages for lot and on -street parking within each of those zones. Police Chief Birk developed a method to analyze parking over a two -week period to get an idea on a capacity standpoint. Regarding the question as to why competitive bids were not sought for this amendment, City Administrator Morefield noted that staff was aware there was an interest from the Council to make improvements in the downtown specifically about parking with a desire to move quickly to make something happen. Staff was attempting to provide the Council with the fasted route to present design engineering numbers to use in the upcoming capital improvement and budget discussions. Alderman Curry noted that with the impending agreements to lease various parking lots in the city, increased capacity might not be needed. Regarding the competitive bidding, Alderman Curry said if the city told firms they only had two weeks to provide a quote, they would. Alderman Glab said in his opinion, Tier 1 was the most responsible selection however that does not mean that it should be done right away and the underutilization of city parking is the question. The city needs to make sure existing parking is accommodating Regular City Council Meeting Page 11 December 4, 2017 to downtown visitors before we make a decision on major projects. It concerns him that engineering costs are high and he would have liked to see competitive bids. He also noted that the McHenry Savings Bank parking lot lease is not permanent and that the city needs to make sure the parking we do have is controlled. Alderwoman Condon stated although she was not present for the parking lot discussion she did have a discussion with Mayor Jett and concurred lighting improvements are necessary. Alderwoman Condon added that signage is needed to inform visitors of parking areas. She believes that there is more available parking than the community realizes. She also agrees that some areas may be too dark and lighting is essential. Signage identifying these areas would be beneficial as we move forward. Alderman Santi said he agreed with Alderman Curry's points however, he thinks the city should move forward with the project. Alderman Santi asked if the parking study would be conducted 24-7. Police Chief Birk stated the study would begin Sunday, December 10 through Saturday, December 23. Staff will identify the three downtown areas that have already been defined through the Tiers presented to the Council on November 20. Staff will select three times each day that the Police Department will conduct a count on the utilized spaces in each zone and separate between street parking and parking lot parking. The times each count will occur are between 9-10 AM, 1-2 PM, and &7 PM on every single day for those 14 days identified. This will enable staff to prepare a report for the Council to show used and open space numbers, percentage of usage for lots and on -street parking for specific times and days, identify specific days of the week for percentage uses, specific times of day for percentage uses, and average weekend percentage usage. This is expected to show the low and peak times for parking issues that may be occurring. Alderman Glab said the survey is a good idea but this is not the busiest time of year for the downtown areas. City Administrator suggested conducting another survey in the summer months. Police Chief Birk stated realistically, police see a higher parking volume in the evening hours during winter months versus summer months. Alderman Curry suggested the Council wait for the survey results before approving the proposal as presented and then if the Council wants to proceed, staff should seek competitive bids. Mayor Jett called for public comment Mr. Phil Hoffsetter 1303 Green Street expressed his concern about the lack of parking specifically in the winter months on Green Street and Riverside Drive. Alderman Santi made a motion, seconded by Alderman Devine to authorize a budget amendment of $64,440 from the General Fund Balance and approve a Professional Services Contract Change Order to include the Downtown Parking Access Capacity Regular City Council Meeting Page 12 December 4, 2017 Improvements Project to the Professional Services Agreement for the McHenry Recreation Center Parking Lot Expansion Project with Baxter & Woodman, Inc. for an amount not to exceed $64,440. Voting Aye: Santl, Devine, Glab, Schaefer, Condon. Voting Nay: Curry, Mihevc. Absent: None. Motion carried. Mayor Jett asked City Attorney McArdle to present the next two items. City Attorney McArdle addressed the Council stating the next two items involve the Mayor's own project. It was the Mayor's decision to remove himself from the proceedings of Agenda Item G and H. The Mayor's personal attorney Tom Zanck was present to answer the Council questions. From a procedural standpoint, it was the Council's decision to make a motion that the Mayor remain in the room during deliberation of Agenda Items G and H and to appoint Alderman Glab as temporary chairman of the meeting for deliberation of Agenda Items G and H. Motion by Alderman Curry, second by Alderman Santi to appoint Alderman Glab as temporary chairman of the meeting for proceedings relating to Agenda Item G and H. Voting Aye: Curry, Santi, Schaefer, Mihevc, Devine, Condon. Voting Nay: None. Abstain: Glab. Motion carried: G. Motion to adopt an Ordinance amending the City of McHenry's Redevelopment Project and Plan for the City of McHenry Tax Increment Redevelopment Project Area by Removing the Property Commonly Known As 1306 N. Green Street. City Attorney McArdle explained Mayor Wayne Jett is proposing to redevelop the property located at 1306 N. Green Street. Tax Increment Financing law states that no local elected official may acquire property after the boundary is established. As such, staff is proposing to remove the property from the TIF area, by adopting an Ordinance and notify the taxing districts, which eliminates the problem and allows the Council to consider Agenda Item H. Although not required, pre -written notice was mailed to all taxing districts informing them of this proposal and inviting them to speak at this meeting and none were present. Alderwoman Condon stated her support of the proposed action and was pleased that Mayor Jett's business is moving his business to the City of McHenry and will be occupying a vacant building. Alderman Santi asked how this action would affect the other taxing districts. City Regular City Council Meeting Page 13 December 4, 2017 Administrator Morefield answered the city established the TIF and this action will simply remove the site from the boundary. Motion by Alderwoman Condon, second by Alderman Curry to adopt an Ordinance amending the City of McHenry's Redevelopment Project and Plan for the City of McHenry Tax Increment Redevelopment Project Area by Removing the Property Commonly Known As 1306 N. Green Street. Voting Aye: Condon, Curry, Schaefer, Devine, Mihevc, Santi, Glab, Voting Nay. None. Absent: None. Motion carried. H. Motion to adopt an Ordinance granting a Conditional Use Permit for an Expanded Site Plan Review in accordance with the Downtown Overlay District to allow a Contractor's Office with Onsite Storage and two (2) principal uses on one (1) zoning lot and any other Variances to allow the property to be developed in substantial conformance with the Planning and Zoning Commission Public Hearing Application for the property located at 1306 N. Green Street. Director Martin reported that Agenda Item G and H are exclusive from each other. Alderman Curry asked how many vehicles would be parked continually at the site. Mayor Wayne Jett answered two vehicles will be sitting on the lot. A concrete ramp into the building will be constructed to facilitate the parking of autos and vans into the building. There will also be two trailers — one enclosed and one open — that will be parked at the site. Alderman Curry asked if Sideline Sports located in the building will be just an office and storage and Mayor Jett answered yes. Alderman Santi asked how many trucks are on the road daily. Mayor Jett answered 10 and he is purchasing two additional vehicles. Chairman Glab opened the floor for public comment. Mr. Phil Hoffsetter, 1303 N. Green Street expressed his opposition to the proposed outside storage at 1306 N. Green Street. Motion by Alderman Schaefer, second by Alderman Santi to adopt an Ordinance granting a Conditional Use Permit for an Expanded Site Plan Review in accordance with the Downtown Overlay District to Allow a Contractor's Office with Onsite Storage and two (2) principal uses on one (1) zoning lot and any other Variances to allow the property to be developed in substantial conformance with the Planning and Zoning Commission Public Hearing Application for the property located at 1306 N. Green Street. Regular City Council Meeting Page 14 December 4, 2017 Voting Aye: Schaefer, Santi, Glab, Condon, Devine, Curry, Mihevc. Voting Nay: None. Absent: None. Motion carried. STAFF REPORTS 1►f7T� MAYOR AND CITY COUNCIL COMMENTS Mayor Jett announced his appreciation for the support he has received from the Council and staff for the relocation of his business to 1306 N. Green Street. The business will be a retail for heating and air conditioning, which is unusual. He stated that he will improve the building and it will conform to the downtown area. Alderwoman Condon expressed her appreciation of the McHenry Area Chamber of Commerce and urged the Council to attend Chamber events. Alderman Glab noted the two-hour parking limit on Park Street and asked staff to determine when and why the limit was established. ADJOURNMENT Motion by Alderman Curry, second by Alderman Santi to adjourn the meeting. Voting Aye: Curry, Santi, Condon, Glab, Devine, Schaefer, Mihevc. Voting Nay: None Absent: None. Motion Carried. The meeting adjourned at 9:48 PM. Mayor Deputy City Clerk REGULAR MEETING December 18, 2017 Mayor Wayne Jett called the regularly scheduled December 181 2017 meeting of the McHenry City Council to order at 7:00 pm in the McHenry City Council Chambers, 333 S. Green Street, McHenry, IL. In attendance were the following Councilmembers: Mihevc, Glab, Schaefer, Condon, Devine, Curry, and Santi. Also in attendance: City Administrator Morefield, Director of Parks and Recreation Hobson, Director of Economic Development Martin, Chief of Police Birk, Director of Public Works Schmitt, Director of Community Development Polerecky, Director of Finance Lynch, City Attorney McArdle, and City Clerk Nevitt. PRESENTATION: GARDEN QUARTER NEIGHBORHOOD RESOURCE CENTER PRESENTED BY EXECUTIVE DIRECTOR GUADALUPE ORTIZ. Board of Directors member Gina Swinney provided the Council with a brief history of the Garden Quarter Resource Center and introduced Executive Director Guadalupe Ortiz. Executive Director Guadalupe Ortiz reported she has been with Garden Quarter for three years and began as a Youth Program Manager. She informed the Council about the benefits children receive through their participation with the center. She announced that seven students who are graduating from high school this year have participated in the center since first grade. The Youth Program is open for all McHenry County kids in first grade through 12. This school year, 136 students are participating in the center. Executive Director Ortiz provided a summary of the various services, adult and youth programs provided by the center. She also announced that the center will be relocating to a larger space and will change its name to Youth and Family Center. Executive Director Ortiz concluded her presentation by reporting that the City of McHenry is the only community that supports a successful Resource Center and she thanked Alderwoman Condon stated she was on the Council when the center was formed and she expressed her appreciation for what the center does for the community. Mayor Jett thanked Executive Director Ortiz and Ms. Swinney for addressing the Council. PUBLIC COMMENT None. CONSENT AGENDA A. Resolution establishing the 2018 City Council Meeting Schedule; B. Resolution adopting an Anti -Harassment Policy; C. Parking Lot Lease Agreement with McHenry Savings Bank for the Parking Lot associated with 1209 N. Green Street; D. Ordinance amending certain sections of the Traffic & Motor Vehicle Code to Regular City Council Meeting Page 2 December 18, 2017 standardize four-hour parking within the Downtown Business District; E. Ordinance authorizing the execution of an Intergovernmental Agreement for Mutual Aid with Village of Prairie Grove; F. Authorization to publicly bid for the Municipal Mowing Contract, G. Pay Application #21 to Williams Brothers Construction in the amount of $380,114.71 for Wastewater Treatment Plant Improvements; H. Parks Facilities/Special Use Permits; I. Issuance of Checks in the amount of $1,042,882.02; and J. Payment of Bills in the amount of $251,805.85. At Alderman Curry's request, Mayor Jett announced Item F was pulled from the Consent Agenda. Motion by Alderwoman Condon, second by Alderman Santi approving Consent Agenda Items A, BIC,D,E,G,H,I,and J. Alderman Glab said that five parking spaces behind the Riverwalk Center were omitted from Item D. Director Martin stated the city has an agreement in place for those spaces whereby the person who purchases a license to park in one of those spots pays the city for parking privileges. Alderman Glab requested a copy of the agreement. Alderman Curry asked if staff had determined why two-hour parking was establishment on certain areas of Park Street. Police Chief reported in 2014, at the request of the downtown business district, the Council approved an amendment to create four-hour parking in the downtown business district. Previously to that, the entire downtown district was two-hour parking. A small section of Park Street and Court Street were not addressed at that time. Voting Aye: Condon, Santi, Mihevc, Glab, Schaefer, Curry, Devine. Voting Nay: None. Absent: None. Motion carried. Consent Item F• Authorization to publicly bid for the Municipal Mowing Contract Motion by Alderman Santi, second by Alderman Mihevc to authorize the public bid for the Municipal Mowing Contract. Alderman Curry asked what other critical projects and priorities will be pursued by Parks Maintenance Staff that will justify the increased cost of this contract. Mayor Jett addressed Alderman Curry's question and stated he is a proponent of this contract. He reported that he met with City Administrator Morefield, Director Schmitt and Director Hobson to discuss cost saving options, and how the city can better utilize its skilled labor than sitting on a lawnmower. There are many projects that should be done however, there just is Regular City Council Meeting Page 3 December 18, 2017 not enough time or staff such as replacing the brick pavers in the downtown areas, new roofs on all the building in Knox Park, and maintenance of Petersen Ballfields, drain tiles in the Lakeland park ballfield. All light poles on Riverside Drive need to be tightened and cleaned, major landscape renovations in the Riverwalk planning areas, painting bathrooms and the gazebo in Veterans Memorial Park and much more. These projects need to be done in the months when staff is mowing grass. We have five parks maintenance workers who are skilled and can complete these projects if they have the time. Superintendent Gorniak and Assistant Superintendent Friedle are also performing this work. This contract would enable staff to get the projects mentioned and more completed. Alderman Curry asked if cost comparisons were done to justify the increased cost of this contract. Mayor Jett said it is difficult to put a price tag on these projects. There are so many things that maintenance staff observes throughout the day that need their attention. Mayor Jett asked the Council to trust staffs judgment that much progress will be made to improving parks if this contract increase is approved. Alderman Glab asked if we have a dry summer, can we cancel mowing. Director Schmitt answered yes; it has been done in the past. Alderwoman Condon said this discussion has taken place several time in the past few year. While it would be nice if we had the cost comparison, it is fairly easy to assume that there will be cost savings because our staff with expertise in a variety of skills are not just mowing grass and stated she supports outsourcing the mowing and utilizing staff to complete needed maintenance and projects. Alderman Glab proposed the Finance and Personnel Committee review the possible cost savings prior to approving a bid for mowing services. Director Schmitt said he could produce some raw numbers at this time noting when looking at the current contract, conservatively he believes the city's savings will increase with the new proposed plan. The city's cost to contract mowing overall is $19.80/acre. Staff figured labor only for mowing Petersen Park, which takes two fulltime employees and a summer helper at a cost of $26/acre and does not include equipment cost and fuel. The additional 100 acres proposed in the bid would conservatively equal approximately $620/week of savings for the additional 100 acres proposed. The city mows approximately 21 times per year, which equals a little over $13,000 that would be saved contracting out the additional 100 acres and again this is a conservative number. Voting Aye: Santi, Mihevc, Schaefer, Devine, Curry, Glab, Condon. Voting Nay: None. Absent: None. Motion carried. INDIVIDUAL ACTION ITEM AGENDA Regular City Council Meeting Page 4 December 18, 2017 A. Motion to approve an application for a Class A Liquor License from Anthem Real Estate LLC d/b/a Smith's Central Garage located at 3315 Pearl Street and adoption of an Ordinance amending Municipal Code Chapter 4 increasing the number of Class A liquor licenses in effect from thirty (30) to thirty-one (31). Mayor Jett announced he and City Administrator Morefield met with the applicant John Smith. Alderman Curry asked if the business is rented for a private party, there could be no public sales of alcohol. Mayor Jett stated that was correct. Alderman Curry asked Mr. Smith if he intended to pursue video gaming. Mr. Smith answered no, not at this time. The business is only open on weekends and for special events so it does not make sense at this time to offer gaming. Alderwoman Condon asked if this license was just for beer and wine. Mr. Smith answered it is for all alcohol. Alderman Santi asked prior to this request, were temporary permits issues for the facility and the answer was yes. Motion by Alderman Schaefer, second by Alderman Santi to approve an application for a Class A Liquor License from Anthem Real Estate LLC d/b/a Smith's Central Garage located at 3315 Pearl Street and adoption of an Ordinance amending Municipal Code Chapter 4 increasing the number of Class A liquor licenses in effect from thirty (30) to thirty-one (31). Alderman Schaefer stated this request is not unusual for this type of business and makes sense to approve the request. Voting Aye: Schaefer, Santi, Devine, Condon, Glab, Mihevc, Curry. Voting Nay: None. Absent: None. Motion carried. B. Motion to approve the application submitted by Barkin Bath Haus, LLC located at 1126 N. Green Street for a Revolving Loan in the amount of $20,000 as recommended by the Finance and Personnel Committee. Director Martin announced the applicant Kimberly A. Kolodzik was present to address any question the Council may have about the application. Alderman Santi asked the applicant to confirm that no dog training will be Regular City Council Meeting Page 5 December 18, 2017 conducted as part of the business and asked what type of items would be sold. Ms. Kolodzik confirmed no dog training would be conducted —the business is mainly self - serve and only frozen natural -type dog treats will be sold. Alderman Schaefer asked the applicant to clarify the dollar amount shown in the application. Ms. Kolodzik stated the $100,000-$120,000 is mainly what she has invested. When the application was submitted, the final cost of the machines was not available. Today she received the final cost of $52,000-55,000 for what she needs at the store and the rest will pay for kitchen equipment and labor for the buildout. Alderman Schaefer asked the applicant if her goal is still to have three machines at the location. Ms. Kolodzik said if she were to expand to another location, this application would not have any part of that. She added the terms of the lease have been finalized and other than permits for the buildout, she is ready to begin. Alderman Schaefer asked if this would be a self -serve service and the applicant answered yes, with set hours. The applicant did mention that in the future, she might consider keycard access to the store. Alderman Santi asked the applicant what attracted her to this location. She stated her business would be a good fit with the surrounding businesses in the area. Alderman Glab expressed his support for the business. Motion by Alderman Santi, second by Alderman Curry to approve the application submitted by Barkin Bath Haus, LLC located at 1126 N. Green Street for a Revolving Loan in the amount of $20,000 as recommended by the Finance and Personnel Committee. Voting Aye: Santi, Curry, Glab, Schaefer, Mihevc, Devine, Condon. Voting Nay: None. Absent: None. Motion carried. C. Motion to approve a partnership in the Pace Suburban Bus Dial -a -Ride Voucher Program with McHenry Township for the term of one (1) year for $4,800. Director Martin stated he would like to clarify the recommendation from the Finance and Personnel Committee indicated in the agenda supplement. The committee chose to partner with McHenry Township for one year and purchase the $1.00 per ride vouchers for $0.50 per ride assuming 20 riders and 40 rides per month, the cost to the city would be $4,800 for 2018. If approved, the Finance and Personnel Committee recommended that staff mail a letter in Regular City Council Meeting Page 6 December 18, 2017 January to current voucher users stating the city would provide up to 40 vouchers or rides per months to qualified seniors, which would be provided through McHenry Township until December 3, 2018. The free vouchers may only be picked up at the McHenry Municipal Center. City Administrator Morefield stated the clarification from the Committee is to review the agreement after the first year to determine how the city should move forward. Motion by Alderman Mihevc, second by Alderman Santi to approve a partnership in the Pace Suburban Bus Diaka-Ride Voucher Program with McHenry Township for the term of one (1) year for $4,800. Voting Aye: Mihevc, Santi, Condon, Devine, Curry, Schaefer, Glab. Voting Nay: None. Absent: None. Motion carried. STAFF REPORTS None. MAYOR AND CITY COUNCIL COMMENTS Mayor Jett wished everyone Happy Holidays, commended the Council and Staff for their 2017 accomplishments, and stated he was looking forward to 2018. Alderman Schaefer thanked Director Hobson for providing the Council with a copy of the 2017 National Parks and Recreation Association survey and recommended the Council review the summary page of the document, as it is pertinent to recent discussions. Alderman Devine noted the recent passing of McHenry resident Curt Bremer stating everyone involved in McHenry youth baseball over the past 40 years was aware of Curt's service to the community. EXECUTIVE SESSION Motion by Alderman Schaefer, seconded by Alderman Curry to enter into Executive Session for the purpose of 5 ILCS 120/2(c)(5) to discuss the purchase or lease of real property for use of the public body. Voting Aye: Schaefer, Curry, Glab, Santi, Condon, Devine, Mihevc. Voting Nay: None. Absent: None. Regular City Council Meeting Page 7 December 18, 2017 Motion carried. Mayor Jett called Executive Session to order at 7:54 pm. Motion by $antl, seconded by Condon to return to Open Session. Voting Aye: Santi, Condon, Devine, Mihevc, Curry, Schaefer, Glab. Voting Nay: None. Absent: None. Motion carried. Council returned to Open Session at 8:10 pm. ADJOURNMENT Motion by Alderman Curry, second by Alderman Santi to adjourn the meeting. Voting Aye: Curry, Santi, Condon, Glab, Devine, Schaefer, Mihevc. Voting Nay: None Absent: None. Motion Carried. The meeting adjourned at 8:10 PM. Mayor Deputy City Clerk I - - AS NEEDED CHECKS COUNCIL MEETING 2/19/18 100 100-01-6110 ACE HARDWARE, MCHENRY 126,56 01/03/2018 100 1 00-03-61 10 ACE HARDWARE, MCHENRY 25,27 01/03/2018 100 100-33-5370 ACE HARDWARE, MCHENRY 218,14 01/03/2018 100 1 00-33-61 10 ACE HARDWARE, MCHENRY 118,32 01/03/2018 100 1 00-45-61 10 ACE HARDWARE, MCHENRY 240A l 01/03/2018 510 510-31-6110 ACE HARDWARE, MCHENRY 73.80 01/04/2018 510 510-32-6110 ACE HARDWARE, MCHENRY 507,06 01/04/2018 510 510-35-6110 ACE HARDWARE, MCHENRY 16,19 01/04/2018 510 510-31-5320 AT&T 93,48 01/03/2018 510 510-32-5320 AT&T 62,32 01/03/2018 100 100-22-5320 AT&T 131,70 01/03/2018 100 100-43-5320 AT&T 58,52 01/03/2018 100 10045-5320 AT&T 29,70 01/03/2018 100 10046-5320 AT&T 29,69 01/03/2018 100 100-01-5320 AT&T 219,18 01/03/2018 100 100-02-5320 AT&T 62,32 01/03/2018 100 100-03-5320 AT&T 202,54 01/03/2018 100 100-04-5320 AT&T 140,22 01/03/2018 100 100-22-5320 AT&T 405,08 01/03/2018 100 100-23-5320 AT&T 850.42 01/03/2018 100 100-30-5320 AT&T 62,32 01/03/2018 100 100-33-5320 AT&T 155,80 01/03/2018 100 10041-5320 AT&T 109,06 01/03/2018 100 10042-5320 AT&T 15.58 01/03/2018 100 10043-5320 AT&T 15,58 01/03/2018 100 10045-5320 AT&T 46,74 01/03/2018 100 10046-5320 AT&T 15.58 01/03/2018 100 100-23-5320 AT&T 850,42 01/03/2018 620 620-00-5110 AT&T 2287,87 01/03/2018 100 10047-5110 BARRINGTON SWIM CLUB 1330,00 01/03/2018 100 100-33-5370 BONNELL INDUSTRIES INC 6621,45 01/03/2018 100 100-33-5370 BONNELL INDUSTRIES INC 29,72 01/03/2018 100 100-33-5520 COMED 3636,01 01/03/2018 510 510-32-5510 COMED 223,21 01/03/2018 510 510-32-5510 COMED 193447 01/03/2018 620 620-00-5110 COMMUNICATIONS REVOLVING FUND 10,00 01/03/2018 510 510-31-6110 HOME DEPOT CREDIT SERVICES 22.56 01/03/2018 510 510-32-6110 HOME DEPOT CREDIT SERVICES 298,43 01/03/2018 510 510-35-6110 HOME DEPOT CREDIT SERVICES 299.84 01/03/2018 100 1 00-22-621 0 HOME DEPOT CREDIT SERVICES 16.93 01/03/2018 100 1 00-33-61 10 HOME DEPOT CREDIT SERVICES 199.99 01/03/2018 100 100-33-6115 HOME DEPOT CREDIT SERVICES 109,91 01/03/2018 100 10045-6110 HOME DEPOT CREDIT SERVICES 630,70 01/03/2018 510 510-32-8500 HRGREEN 42184,28 01/03/2018 290 290-00-8900 HRGREEN 2244,00 01/03/2018 510 510-35-8500 HRGREEN 3178,50 01/03/2018 100 100-01-5110 IMPACT NETWORKING LLC 580450 01/03/2018 100 100-01-5110 IMPACT NETWORKING LLC 50t50 01/03/2018 100 100-01-5110 JOE CSECH PAINTING 970.00 01/03/2018 100 10047-5110 LAKE FOREST SWIM CLUB 1818400 01/03/2018 100 100-01-5110 MCHENRY COUNTY DIV OF TRANSPORTATION 2946*08 01/03/2018 100 10045-6110 MENARDS - CRYSTAL LAKE 248064 01/03/2018 100 1 00-45-61 10 MENARDS - CRYSTAL LAKE 509,70 01/03/2018 100 1 00-45-61 10 MENARDS - WOODSTOCK 496,55 01/03/2018 100 10045-6110 MENARDS-FOX LAKE 536055 01/03/2018 100 100-22-8300 MI DCO 562,50 01/03/2018 100 100-03-5430 NWBOCA 30,00 01/03/2018 100 100-01-5110 GLAND, JEFF 126,00 01/03/2018 100 100-04-5310 PITNEY BOWES INC 261,00 01/03/2018 AS NEEDED CHECKS COUNCIL MEETING 2/19/18 100 100-01-5110 SHERMAN MECHANICAL INC 239.00 01/03/2018 100 10045-6110 SHERWIWWILLIAMS CO, THE 206.40 01/03/2018 270 270-00-6110 SICALCO LTD 2919,23 01/03/2018 100 100-33-5370 TEXAS REFINERY CORP 406.00 01/03/2018 100 100-01-6940 TOMMY'S CATERING 1637.23 01/03/2018 100 1 00-22-51 10 U.S. BANK 231.00 01/03/2018 100 1 00-33-51 10 US BANK 73.00 01/03/2018 510 510-31-5110 US BANK 71.00 01/03/2018 510 510-32-5110 US BANK 71.00 01/03/2018 510 510-35-5110 US BANK 71.00 01/03/2018 100 100-01-5110 US BANK EQUIPMENT FINANCE 622.00 01/03/2018 100 100-01-5320 VERIZON WIRELESS 139.39 01/03/2018 100 100-03-5320 VERIZON WIRELESS 99.73 01/03/2018 100 100-22-5320 VERIZON WIRELESS 1020043 01/03/2018 100 100-30-5320 VERIZON WIRELESS 76.02 01/03/2018 100 100-33-5320 VERIZON WIRELESS 29.35 01/03/2018 510 510-31-5320 VERIZON WIRELESS 126.63 01/03/2018 510 510-32-5320 VERIZON WIRELESS 163.67 01/03/2018 510 510-32-5580 WINNEBAGO LANDFILL CO 6953,76 01/03/2018 510 510-32-5580 WINNEBAGO LANDFILL CO 5962,68 01/03/2018 100 10046-6110 WITT, CINDY 1313465 01/03/2018 100 100-01-6110 ACE HARDWARE, MCHENRY 292.23 01/12/2018 100 10045-6110 ACE HARDWARE, MCHENRY 31.48 01/12/2018 100 100-01-5410 BANKCARD PROCESSING CENTER 942.56 01/12/2018 100 100-01-6110 BANKCARD PROCESSING CENTER 335.25 01/12/2018 100 100-01-6210 BANKCARD PROCESSING CENTER 32.23 01/12/2018 100 100-01-6940 BANKCARD PROCESSING CENTER 549.06 01/12/2018 100 1 00-33-61 10 BANKCARD PROCESSING CENTER 410.30 01/12/2018 100 10041-5330 BANKCARD PROCESSING CENTER 25.90 01/12/2018 100 10041-5410 BANKCARD PROCESSING CENTER 468.00 01/12/2018 100 10041-5430 BANKCARD PROCESSING CENTER 101.95 01/12/2018 100 10041-6110 BANKCARD PROCESSING CENTER 224.71 01/12/2018 100 10042-5110 BANKCARD PROCESSING CENTER 300.00 01/12/2018 100 10046-5110 BANKCARD PROCESSING CENTER 677.30 01/12/2018 100 1004&6110 BANKCARD PROCESSING CENTER 139.75 01/12/2018 100 10046-6920 BANKCARD PROCESSING CENTER 148.03 01/12/2018 100 100-47-5110 BANKCARD PROCESSING CENTER 2031.00 01/12/2018 100 100-47-5330 BANKCARD PROCESSING CENTER 25.00 01/12/2018 100 1 00-47-61 10 BANKCARD PROCESSING CENTER 245.53 01/12/2018 400 400-00-5110 BANKCARD PROCESSING CENTER 198.00 01/12/2018 400 400-00-5210 BANKCARD PROCESSING CENTER 55.00 01/12/2018 400 400-00-6120 BANKCARD PROCESSING CENTER 40.00 01/12/2018 400 40040-5110 BANKCARD PROCESSING CENTER 52.47 01/12/2018 100 100-22-5430 CACI 378.00 01/12/2018 100 1 00-22-61 10 GALLS LLC 52.87 01/12/2018 100 1 00-22-61 10 GALLS LLC 149.97 01/12/2018 100 100-224510 GALLS LLC 154.99 01/12/2018 100 1 00-22-61 10 GALLS LLC 306.98 01/12/2018 100 1 00-22-61 10 GALLS LLC 229.97 01/12/2018 100 100-22-5430 ILEAS 200.00 01/12/2018 400 400404170 JAEGER, ASHLEE 75.00 01/12/2018 100 100-01-6940 MCHENRY COUNTY CLERK 10.00 01/12/2018 100 100-01-5110 MCHENRY COUNTY DIV OF TRANSPORTATION 2946008 01/12/2018 100 100-01-5110 MCHENRY COUNTY DIV OF TRANSPORTATION 2946408 01/12/2018 400 400404170 MOORE, REBECCA 75.00 01/12/2018 100 1 00-22-51 10 NAVSURFWARCENDIV CRANE 900.00 01/12/2018 510 510-32-5380 PUMPING SOLUTIONS INC 682.62 01/12/2018 100 10046-6110 REDINA BRANDON 84.00 01/12/2018 510 510-32-5380 REVERE ELECTRIC 851.95 01/12/2018 AS NEEDED CHECKS COUNCIL MEETING 2/19/18 510 510-32-5380 REVERE ELECTRIC 449.69 01/12/2018 510 510-32-5380 REVERE ELECTRIC 151.58 01/12/2018 400 400404170 SCHNEIDER, JOEY 75.00 01/12/2018 100 100-01-5330 SHAW MEDIA 636,20 01/12/2018 400 400-00-5210 SHAW MEDIA 596,00 01/12/2018 100 100-22-6210 SIRCHIE FINGER PRINT LABORATORIES 528,21 01/12/2018 400 400-404170 WERDERITCH, AMBER 75.00 01/12/2018 100 100-01-5320 AT&T 156,86 01/19/2018 100 100-03-5320 AT&T 52,29 01/19/2018 100 100-22-5320 AT&T 209,15 01/19/2018 100 100-23-5320 AT&T 52,29 01/19/2018 620 620-00-5320 AT&T 52,28 01/19/2018 100 100-22-5320 AT&T 151,69 01/19/2018 100 100-33-5515 AT&T 61,15 01/19/2018 100 10043-5320 AT&T 58,61 01/19/2018 100 10045-5320 AT&T 90123 01/19/2018 100 10046-5320 AT&T 30,05 01/19/2018 100 100-01-5320 AT&T 157,78 01/19/2018 100 100-22-5320 AT&T 1333,72 01/19/2018 100 100-33-5320 AT&T 38,86 01/19/2018 100 100-44-5320 AT&T 38,86 01/19/2018 100 100-45-5320 AT&T 119,19 01/19/2018 510 510-31-5320 AT&T 64,95 01/19/2018 100 100-01-5320 AT&T 81,44 01/19/2018 100 100-02-5320 AT&T 30,54 01/19/2018 100 100-03-5320 AT&T 66,17 01/19/2018 100 100-04-5320 AT&T 35,63 01/19/2018 100 100-22-5320 AT&T 153,46 01/19/2018 100 100-30-5320 AT&T 30,54 01/19/2018 100 100-33-5320 AT&T 10,18 01/19/2018 100 100-41-5320 AT&T 30.54 01/19/2018 100 10044-5320 AT&T 5009 01/19/2018 100 10046-5320 AT&T 5,09 01/19/2018 100 10047-5320 AT&T 5409 01/19/2018 620 620-00-5110 AT&T 15,27 01/19/2018 100 1 00-33-51 10 BAXTER & WOODMAN 511,75 01/19/2018 400 400-00-8200 BAXTER & WOODMAN-511.75 01/19/2018 400 400-00-8200 BAXTER & WOODMAN 8842,50 01/19/2018 100 100-22-5420 BIRK, JOHN 1361,19 01/19/2018 100 100-33-5370 BUSS FORD SALES 5740,44 01/19/2018 100 10047-5110 CATS AQUATIC TEAM 1486,00 01/19/2018 510 510-32-6110 CENTURY SPRINGS 34,00 01/19/2018 100 100-334510 CINTAS CORPORATION LOC 355 253,37 01/19/2018 100 1 00-33-61 10 CINTAS CORPORATION LOC 355 164,35 01/19/2018 510 510-324510 CINTAS CORPORATION LOC 355 390,88 01/19/2018 100 100-2200 CITY OF HARVARD 48686,26 01/19/2018 100 100-2200 CITY OF WOODSTOCK 139002,81 01/19/2018 620 620-00-5110 COMCAST CABLE 329,70 01/19/2018 510 510-32-5380 HAYES MECHANICAL 6500,00 01/19/2018 280 28041-8100 RE HUMMEL CONSTRUCTION CO 98895082 01/19/2018 100 1 00-33-61 10 CURRAN CONTRACTING COMPANY 413,25 01/19/2018 100 1 00-33-61 10 CURRAN CONTRACTING COMPANY 1631,91 01/19/2018 100 1 00-33-61 10 CURRAN CONTRACTING COMPANY 616,13 01/19/2018 100 1 00-33-61 10 CURRAN CONTRACTING COMPANY 1003,03 01/19/2018 100 1 00-33-61 10 CURRAN CONTRACTING COMPANY 770,45 01/19/2018 100 1 00-33-61 10 CURRAN CONTRACTING COMPANY 1990,97 01/19/2018 510 510-35-6110 CURRAN CONTRACTING COMPANY 59,48 01/19/2018 510 510-35-6110 CURRAN CONTRACTING COMPANY 355,05 01/19/2018 100 1 00-33-61 10 CURRAN CONTRACTING COMPANY 1179,68 01/19/2018 AS NEEDED CHECKS COUNCIL MEETING 2/19/18 100 100-33-6110 LAFARGE NORTH AMERICA 219.15 01/19/2018 400 40040-5110 LES MILLS UNITED STATES TRADING INC 410.00 01/19/2018 100 100-01-5410 MCHENRY COUNTY COUNCIL OF GOVERNMENTS 40.00 01/19/2018 100 100-01-5410 MCHENRY COUNTY COUNCIL OF GOVERNMENTS 540.00 01/19/2018 100 100-02-5430 MCHENRY COUNTY COUNCIL OF GOVERNMENTS 90.00 01/19/2018 100 100-01-6210 MINUTEMAN PRESS OF MCH 23.00 01/19/2018 400 400-00-6120 SAM'S CLUB 73.24 01/19/2018 510 510-31-6110 SHERWIWWILLIAMS CO, THE 251.16 01/19/2018 510 510-35-6110 SHERWIWWILLIAMS CO, THE 171.40 01/19/2018 620 620-00-6210 STANS LPS MIDWEST 308.00 01/19/2018 620 620-00-6210 STANS LPS MIDWEST 251.26 01/19/2018 620 620-00-5110 STANS LPS MIDWEST 1672,00 01/19/2018 620 620-00-6210 STANS LPS MIDWEST 118.04 01/19/2018 100 1 00-33-51 10 U.S. BANK 73.00 01/19/2018 510 510-31-5110 U.S. BANK 73.00 01/19/2018 510 510-32-5110 U.S. BANK 73.00 01/19/2018 510 510-35-5110 U.S. BANK 73.00 01/19/2018 100 1 00-22-51 10 US BANK 247.50 01/19/2018 100 100-01-5110 US BANK EQUIPMENT FINANCE 311.00 01/19/2018 510 510-35-5370 ARIES INDUSTRIES INC 699.20 01/26/2018 100 100-22-5320 AT&T 29.78 01/26/2018 100 100-2192 DILLON, JOHN 4.00 01/26/2018 100 100-33-5370 EJ EQUIPMENT 2688,98 01/26/2018 510 510-35-6110 LAFARGE NORTH AMERICA 213.99 01/26/2018 100 1 00-33-61 10 LAFARGE NORTH AMERICA 123.90 01/26/2018 510 510-35-6110 LAFARGE NORTH AMERICA 111.90 01/26/2018 510 510-35-6110 LAFARGE NORTH AMERICA 72.60 01/26/2018 100 100-02-6940 MCHENRY DOWNTOWN BUSINESS ASSOCIATION 1200,00 01/26/2018 100 100-03-5370 NAPA AUTO PARTS MPEC 106.62 01/26/2018 100 100-22-5370 NAPA AUTO PARTS MPEC 258.92 01/26/2018 100 100-33-5370 NAPA AUTO PARTS MPEC 2385,95 01/26/2018 100 1 00-45-61 10 NAPA AUTO PARTS MPEC 8.97 01/26/2018 510 510-31-5370 NAPA AUTO PARTS MPEC 19.98 01/26/2018 510 510-32-5370 NAPA AUTO PARTS MPEC 184.15 01/26/2018 510 510-35-5370 NAPA AUTO PARTS MPEC 600.81 01/26/2018 100 100-01-6110 SYNCB/AMAZON 23.30 01/26/2018 100 1 00-03-61 10 SYNCB/AMAZON 36.40 01/26/2018 100 10045-6110 SYNCB/AMAZON 42.83 01/26/2018 100 10047-6110 SYNCB/AMAZON 128.62 01/26/2018 400 400-00-6110 SYNCB/AMAZON 427.39 01/26/2018 400 400-00-6120 SYNCB/AMAZON 41.80 01/26/2018 100 100-01-5110 TRANE US INC 3356,00 01/26/2018 100 100-01-5320 VERIZON WIRELESS 108.93 01/26/2018 100 100-03-5320 VERIZON WIRELESS 109.86 01/26/2018 100 100-22-5320 VERIZON WIRELESS 1203063 01/26/2018 100 100-30-5320 VERIZON WIRELESS 60.48 01/26/2018 100 100-33-5320 VERIZON WIRELESS 131.39 01/26/2018 100 10041-5320 VERIZON WIRELESS 3.13 01/26/2018 100 10045-5320 VERIZON WIRELESS 36.21 01/26/2018 100 100-46-5320 VERIZON WIRELESS 2.32 01/26/2018 620 620-00-5320 VERIZON WIRELESS 79.56 01/26/2018 510 510-31-5320 VERIZON WIRELESS 185.12 01/26/2018 510 510-32-5320 VERIZON WIRELESS 45.55 01/26/2018 510 510-35-5320 VERIZON WIRELESS 76.02 01/26/2018 100 10046-6920 GALVICIUS, DEREK 200.00 01/30/2018 100 100-22-5320 MOTOROLA 2476,00 01/30/2018 100 1 00-22-621 0 MOTOROLA SOLUTIONS - STARCOM21 NETWORK 427.05 01/30/2018 510 510-32-6110 NICOR GAS 1157,66 01/30/2018 100 1 00-33-61 10 OBENAUF AUCTION SERVICE 2915,00 01/30/2018 AS NEEDED CHECKS COUNCIL MEETING 2/19/18 100 100-47-5110 VILLAGE OF PLEASANT PRAIRIE - RECPLEX 215 215-00-6110 VISIBLE OUTDOOR ADS 510 510-32-5580 WINNEBAGO LANDFILL CO TOTAL FUND 100 FUND 215 FUND 270 FUND 280 FUND 400 FUND 510 FUND 620 FUND TOTAL 1380.00 01 /30/2018 300.00 01 /30/2018 1367,64 01/30/2018 741,36 289060.64 300.00 2919,23 98895,82 952.43 75489.26 5123.98 741,36 McHenry, IL Expense Approval Register List of Bills Council Meeting 2-19-18 Vendor Name Payable Number Post Date Description (Item) Account Number Vendor: ALPHA BUILDING MAINTENANCE SERVICE INC ALPHA BUILDING 18562CM 02/19/2018 FEBJANITSVS 400-00-5200 Vendor ALPHA BUILDING MAINTENANCE SERVICE INC Total: Vendor: AMERICAN RED CROSS AMERICAN RED CROSS 22071989 02/19/2018 CONWAY RECERT 100-47-5430 Vendor AMERICAN RED CROSS Total: Vendor: BANK OF NEW YORK MELLON, THE BANK OF NEW YORK MELLON, 252-2084416 02/19/2018 BOND 300-00-7300 Vendor BANK OF NEW YORK MELLON, THE Total: Vendor: BARROWS, DEXTER BARROWS, DEXTER INV0005310 02/19/2018 TRAINING REIMB 100-23-5420 Vendor BARROWS, DEXTER Total: Vendor: BIRK, ADRIANA BIRK, ADRIANA INV0005311 02/19/2018 UNIFORM REIMB 100-22-4510 Vendor BIRK, ADRIANA Total: Vendor: BREMER, MARIA BREMER, MARIA 184643 02/19/2018 REF 100-41-3636 Vendor BREMER, MARIA Total: Vendor: CARDIAC SCIENCE CORPORATION CARDIAC SCIENCE 7310660 02/19/2018 SUPP 100-41-6270 Vendor CARDIAC SCIENCE CORPORATION Total: Vendor: CENTEGRA OCCUPATIONAL HEALTH CENTEGRA OCCUPATIONAL 204603/204626 02/13/2018 CUMMINGS/MOTEJZIK 100-01-5110 CENTEGRA OCCUPATIONAL 204603/204626 02/13/2018 CUMMINGS/MOTEJZIK 100-01-5110 CENTEGRA OCCUPATIONAL 204488 02/19/2018 FOLEY 100-01-5110 Vendor CENTEGRA OCCUPATIONAL HEALTH Total: Vendor: CENTURY SPRINGS CENTURY SPRINGS 34419 1/31/18 02/19/2018 WATER DEL 510-32-6110 Vendor CENTURY SPRINGS Total: Vendor: CERTIFIED SERVICES INC CERTIFIED SERVICES INC 23231/31/18 02/19/2018 COLL 510-31-5110 CERTIFIED SERVICES INC 2323 1/31/18 02/19/2018 COLL 510-32-5110 Vendor CERTIFIED SERVICES INC Total: Vendor: FITZGERALD, KATHERINE FITZGERALD, KATHERINE INV0005312 02/13/2018 MEAL REIMB 100-23-5420 Vendor FITZGERALD, KATHERINE Total: Vendor: FOX VALLEY FIRE & SAFETY FOX VALLEY FIRE & SAFETY IN00141161 02/19/2018 RADIO MAINT 225-00-5110 FOX VALLEY FIRE & SAFETY IN00146813 02/19/2018 RADIO INST 225-00-5110 FOX VALLEY FIRE & SAFETY IN00146814 02/19/2018 RAID INST 225-00-5110 FOX VALLEY FIRE & SAFETY IN00146818 02/19/2018 ANT MAINT 225-00-5110 FOX VALLEY FIRE & SAFETY IN00147821 02/19/2018 RAID MAINT 12/16-1/15 225-00-5110 Vendor FOX VALLEY FIRE & SAFETY Total: Vendor: GALLAGHER, KATHLEEN GALLAGHER, KATHLEEN INV0005313 02/19/2018 MEAL REIMB 100-23-5420 Vendor GALLAGHER, KATHLEEN Total: Vendor: GOLUBSKI,LYDIA GOLUBSKI,LYDIA 188169 02/19/2018 REF 100-41-3634 Vendor GOLUBSKI,LYDIA Total: Amount 2,080.00 2,080.00 27.00 �49 428.00 428.00 30.82 30.82 52.05 52.05 80.00 80.00 514.00 514.00 180.00 35.00 238.00 453.00 43.00 43.00 8.77 8.77 17.54 40.97 40.97 1,287.00 195.00 195.00 196.00 1,306.50 3,179.50 20.79 20.79 90.00 2/16/2018 8:39:18 AM Expense Approval Register Packet: APPKTO1070 - 24948 AP CKS Vendor Name Payable Number Post Date Description (Item) Account Number Amount Vendor: HALF MOON EDUCATION HALF MOON EDUCATION INV0005326 02/19/2018 TRAIN 100-03-5430 279.00 HALF MOON EDUCATION INV0005326 02/19/2018 TRAIN 100-03-5430 279.00 Vendor HALF MOON EDUCATION Total: 558.00 Vendor: HOFFMAN, THOMAS HOFFMAN, THOMAS 188476 02/19/2018 REF 100-41-3636 76,00 Vendor HOFFMAN, THOMAS Total: 76.00 Vendor: HRGREEN HRGREEN 116532 02/19/2018 CONSULT 740-00-5220 11022,00 HRGREEN 116534 02/19/2018 LT IMPR 290-00-8900 1/121614 HRGREEN 116537 02/19/2018 W MAIN REPL 510-35-8500 11892.00 HRGREEN 116538 02/19/2018 THE CHAPEL 740-00-5220 770.00 HRGREEN 116539 02/19/2018 RET PERS 740-00-5220 516.00 HRGREEN 116571 02/19/2018 PEARL/UNC RDS 270-00-8600 61063.16 HRGREEN 116799 02/19/2018 W WTP 510-32-8500 29,956,95 Vendor HRGREEN Total: 41,341.25 Vendor: ILLINOIS AUDIO PRODUCTIONS ILLINOIS AUDIO PRODUCTIONS 108094 02/19/2018 QTRLYSVS 620-00-5110 135.00 Vendor ILLINOIS AUDIO PRODUCTIONS Total: 135.00 Vendor: ILLINOIS STATE POLICE ILLINOIS STATE POLICE JAN ST 02/19/2018 LIQ COMM 100-01-5110 200,00 Vendor ILLINOIS STATE POLICE Total: 200.00 Vendor: JOSEPH, MARIA JOSEPH, MARIA INV0005314 02/19/2018 MEALREIMB 100-23-5420 29.40 Vendor JOSEPH, MARIA Total: 29.40 Vendor: LAMZ, JASON LAMZ, JASON INV0005315 02/19/2018 TOOLALLOW 100-33-4510 111.45 Vendor LAMZ, JASON Total: 111.45 Vendor: LES MILLS UNITED STATES TRADING INC LES MILLS UNITED STATES SIV540019 02/19/2018 FEB LIC FEE 400-40-5110 410.00 Vendor LES MILLS UNITED STATES TRADING INC Total: 410.00 Vendor: LEXISNEXIS LEXISNEXIS 1236684-20180131 02/19/2018 SVS 100-22-5110 116.50 Vendor LEXISNEXIS Total: 116.50 Vendor: MCHENRY COUNTY DIV OF TRANSPORTATION MCHENRY COUNTY DIV OF 2-35 02/19/2018 MCRIDE 100-01-5110 21699.17 Vendor MCHENRY COUNTY DIV OF TRANSPORTATION Total: 2,699.17 Vendor: MCHENRY COUNTY RECORDER OF DEEDS MCHENRY COUNTY RECORDER 8079 JAN ST 02/19/2018 REC FEES 100-01-6940 240.00 MCHENRY COUNTY RECORDER JAN ST 8079 02/19/2018 REC FEES 510-31-6940 180.00 MCHENRY COUNTY RECORDER JAN ST 8079 02/19/2018 REC FEES 510-32-6940 420.00 Vendor MCHENRY COUNTY RECORDER OF DEEDS Total: 840.00 Vendor: MCHENRY MARLINS AQUATIC CLUB MCHENRY MARLINS AQUATIC 208 02/19/2018 SW TEAM PYMT 100-47-5110 690.00 Vendor MCHENRY MARLINS AQUATIC CLUB Total: 690.00 Vendor: McNAMARA, TRACY McNAMARA, TRACY 188438 02/19/2018 REF 400-40-3646 14.59 Vendor McNAMARA, TRACY Total: 14.59 Vendor: MENDYK, LAURA MENDYK, LAURA 188405 02/19/2018 REF 100-41-3636 76.00 Vendor MENDYK, LAURA Total: 76.00 Vendor: MILWAUKEE BREWERS TICKET OFFICE MILWAUKEE BREWERS TICKET INV0005324 02/19/2018 TICKETS 100-47-5110 3,291.00 Vendor MILWAUKEE BREWERS TICKET OFFICE Total: 31291.00 2/16/2018 8;39:18 AM Expense Approval Register Packet: APPKT01070 - 2-1948 AP CKS Vendor Name Payable Number Vendor: MUNICIPAL COLLECTION SERVICES INC MUNICIPAL COLLECTION 011545 Vendor: NATIONAL RECREATION AND PARK ASSN NATIONAL RECREATION AND 29548 2018 Vendor: NICOR GAS NICOR GAS INV0005316 NICOR GAS INV0005316 NICOR GAS INV0005316 NICOR GAS INV0005316 NICOR GAS INV0005317 NICOR GAS INV0005317 Vendor: NORLAB NORLAB 79187 Vendor: OTTOSEN BRITZ KELLY COOPER & GILBERT LTD OTTOSEN BRITZ KELLY COOPER 104270 Vendor: PESOLA, KELLI PESOLA, KELLI 1813104693 Vendor: PETERSON, CHAD PETERSON, CHAD INV0005318 Vendor: ROCK'N' KIDS INC ROCK W KIDS INC MCHW118 Vendor: ROSENBERG, ELIZABETH ROSENBERG,ELIZABETH 18P104520 Vendor: SAFARI LAND LLC SAFARI LAND LLC INV0005319 Vendor: SEMROW JR, HARRY H SEMROW JR, HARRY H JAN ST SEMROW JR, HARRY H JAN ST Vendor: STRANGE, TROY STRANGE, TROY I INV0005320 Vendor: TEMPLE DISPLAY LTD TEMPLE DISPLAY LTD 17864 Vendor: TONYAN, LUCY TONYAN, LUCY INV0005321 TONYAN, LUCY INV0005325 Vendor: TYLER TECHNOLOGIES TYLER TECHNOLOGIES 025-213543 Vendor: UPS UPS 60X485048 UPS 60X485058 Post Date Description (Item) Account Number Amount 02/19/2018 COLL SVS 400-00-5110 106.53 Vendor MUNICIPAL COLLECTION SERVICES INC Total: 106.53 02/19/2018 MSHIP 100-41-5410 650,00 Vendor NATIONAL RECREATION AND PARK ASSN Total: 650.00 02/19/2018 UTI LITI ES 100-42-5510 778.71 02/19/2018 UTILITIES 100-43-5510 152.58 02/19/2018 UTILITIES 100-45-5510 11002,93 02/19/2018 UTILITIES 100-46-5510 95.71 02/19/2018 UTIL 510-31-5510 21227A6 02/19/2018 UTIL 510-32-5510 3187151 Vendor NICOR GAS Total: 8,129.60 02/19/2018 SUPP 100-04-6210 269.50 Vendor NORLAB Total: 269.50 02/19/2018 LEGAL SVS 100-01-5230 21358,50 Vendor OTTOSEN BRITZ KELLY COOPER & GILBERT LTD Total: 2,358.50 02/19/2018 TKT OVERPYMT 100-2200 10400 Vendor PESOLA, KELLI Total: 10.00 02/19/2018 OVERPY COBRA JAN&FEB 100-2200 12.94 Vendor PETERSON, CHAD Total• 12.94 02/19/2018 PGM 100-46-5110 392.00 Vendor ROCK'N' KIDS INC Total: 392,00 02/19/2018 TKT OVERPY 100-2200 25,00 Vendor ROSENBERG, ELIZABETH Total: 25.00 02/19/2018 DAY CAMP 100-46-5110 50,00 Vendor SAFARI LAND LLC Total: 50.00 02/19/2018 SVS 100-03-5110 37.50 02/19/2018 SVS 100-23-5110 337,50 Vendor SEMROW JR, HARRY H Total: 375.00 02/19/2018 UNIFORM REIMB 100-33-6210 106.25 Vendor STRANGE, TROY Total: 106.25 02/19/2018 TREE LT, INST/ST 100-02-6940 19,360.00 Vendor TEMPLE DISPLAY LTD Total: 19,360.00 02/19/2018 FALL PGM 100-46-6110 11283,40 02/19/2018 WINTER PGM 100-46-5110 550.80 Vendor TONYAN, LUCY Total: 1,834.20 02/19/2018 A/R TRAIN 100-01-5110 500,00 Vendor TYLER TECHNOLOGIES Total: 500.00 02/19/2018 SHP 100-03-5310 16.93 02/19/2018 SHP 100-01-5310 6.22 2/16/2018 8:39:18 AM Expense Approval Register Vendor Name Payable Number Post Date UPS 60X485058 02/19/2018 Vendor: WATKINS, DAVID WATKINS, DAVID INV0005322 02/19/2018 WATKINS, DAVID INV0005323 02/19/2018 Vendor: WORKPLACE SOLUTIONS WORKPLACE SOLUTIONS INV13952 02/19/2018 Vendor: ZOLL MEDICAL CORPORATION ZOLL MEDICAL CORPORATION 2636258 02/19/2018 Vendor: ZUKOWSKI ROGERS FLOOD & MCARDLE ZUKOWSKI ROGERS FLOOD & 129884 02/19/2018 ZUKOWSKI ROGERS FLOOD & 129885 02/19/2018 ZUKOWSKI ROGERS FLOOD & 129608 02/20/2018 Packet: APPKT01070 - 24948 AP CKS Description (Item) Account Number Amount SHP 100-22-5310 5.67 Vendor UPS Total: 28.82 PERMIT REIMB 100-03-5430 50.00 TALLOW 100-03-4510 129,99 Vendor WATKINS, DAVID Total: 179.99 EAP SVS 100-01-5110 450A2 Vendor WORKPLACE SOLUTIONS Total: 450.42 SUPP 400-00-6130 202.01 Vendor ZOLL MEDICAL CORPORATION Total: 202.01 SVS 740-00-5230 41495,00 LGL SVS 100-01-5230 81652,43 SVS 100-01-5230 71931,03 Vendor ZUKOWSKI ROGERS FLOOD & MCARDLE Total: 21,078.46 Grand Total: 113,764.25 2/16/2018 8:39:18 AM Expense Approval Register Packet: APPKT01070 - 2-1948 AP CKS Fund Summary Fund 100 - GENERAL FUND 225 - ALARM BOARD FUND 270- MOTOR FUEL TAX FUND 290-TIFFUND 300 - DEBT SERVICE-1997A FUND 400-RECREATION CENTER FUND 510- WATER/SEWER FUND 620- INFORMATION TECHNOLOGY FUND 740 - RETAINED PERSONNEL ESCROW Grand Total: Expense Amount 54,612.16 3,179.50 6,063.16 1,121.14 428.00 2,813.13 38,609.16 135.00 6,803.00 113,764.25 2/16/2018 8:39:18 AM i�l Expense Approval Register McHenry, IL #2 List of Bills Council Meeting 2-19-18 tV Vendor Name Payable Number Post Date Description (Item) Account Number Amount Vendor: ADAMS ENTERPRISES INC, R A ADAMS ENTERPRISES INC, RA 816594 02/19/2018 407 100-33-5370 199.87 ADAMS ENTERPRISES INC, RA 816650 02/19/2018 plow part 623 510-32-5370 138.32 Vendor ADAMS ENTERPRISES INC, R A Total: 338.19 Vendor: ADAMS STEEL SERVICE INC ADAMS STEEL SERVICE INC 346479 02/19/2018 cart shop 100-33-5370 179.00 Vendor ADAMS STEEL SERVICE INC Total: 179.00 Vendor: AMB ROOFING AMB ROOFING WWRA81 02/19/2018 Snow Bar- Maintenance Bldg. 510-32-6110 41625,00 Vendor AMB ROOFING Total: 4,625.00 Vendor: BONNELL INDUSTRIES INC BONNELL INDUSTRIES INC 0179218-IN 02/19/2018 414 100-33-5370 763.90 Vendor BONNELL INDUSTRIES INC Total: 763.90 Vendor: BUSS FORD SALES BUSS FORD SALES 5029016 02/19/2018 430 100-33-5370 163.54 BUSS FORD SALES 5029085 02/19/2018 def fluid parks 100-45-5370 10.11 Vendor BUSS FORD SALES Total: 173.65 Vendor: CRESCENT ELECTRIC SUPPLY CO CRESCENT ELECTRIC SUPPLY CO S504615958.001/.002 02/19/2018 GE lamp multivapor. vendor 100-33-6110 293.96 Vendor CRESCENT ELECTRIC SUPPLY CO Total: 293.96 Vendor: CUMMINS INC CUMMINS INC 711-41204 02/19/2018 W. Dartmoor-TransferSwitch 510-32-5375 3,080.60 Vendor CUMMINS INCTotal: 3,080.60 Vendor: CURRAN CONTRACTING COMPANY CURRAN CONTRACTING 13825 02/19/2018 UPM (cold patch). vendor 100-33-6110 627.60 CURRAN CONTRACTING 13837 02/19/2018 cappingagg. vendorticket# 100-33-6110 40.17 CURRAN CONTRACTING 13837A 02/19/2018 cappingagg. vendorticket# 100-33-6110 39.65 Vendor CURRAN CONTRACTING COMPANY Total: 707.42 Vendor: DECKER SUPPLY CO INC DECKER SUPPLY CO INC 899628 02/19/2018 sign post/rivets 100-33-6110 1,275.50 Vendor DECKER SUPPLY CO INCTotal: 1,275.50 Vendor: DEPT NAVY COMMAND OFFIC NAVAL SURF WARFARE CENTER DEPT NAVY COMMAND OFFIC 718-234 02/19/2018 NIGHT VISION GOGGLE 100-22-5110 900.00 Vendor DEPT NAVY COMMAND OFFIC NAVAL SURF WARFARE CENTER Total: 900.00 Vendor: DOCUMENT IMAGING DIMENSIONS INC DOCUMENT IMAGING 330515 02/19/2018 Order 330515 Toner 620-00-6210 437.00 DOCUMENT IMAGING 330612 02/19/2018 Order330612 620-00-6210 387.00 DOCUMENT IMAGING 330617 02/19/2018 Order330617 620-00-6210 129.00 DOCUMENT IMAGING 330633 02/19/2018 Order330633 620-00-6210 109.00 DOCUMENT IMAGING 330636 02/19/2018 Order330636 620-00-6210 89.00 DOCUMENT IMAGING 330640 02/19/2018 Order330640 620-00-6210 109.00 Vendor DOCUMENT IMAGING DIMENSIONS INC Total: 1?260.00 Vendor: DREISILKER ELECTRIC MOTORS INC DREISILKER ELECTRIC MOTORS 1076229 02/19/2018 SWWTP-Clarifer Motor wash 510-32-5380 526.00 Vendor DREISILKER ELECTRIC MOTORS INC Total: 526.00 Vendor: ED'S RENTAL &SALES INC ED'S RENTAL &SALES INC 222342-1 02/19/2018 forklift propane 100-33-5370 Vendor ED'S RENTAL &SALES INCTotal: 27.91 27.91 2/16/2018 8:45:11 AM Expense Approval Register Vendor Name Payable Number Vendor: FAST EDDIES CAR WASH FAST EDDIES CAR WASH DEC/JAN Vendor: GAVERS AUTOMOTIVE GAVERS AUTOMOTIVE 1-18-18 Vendor: GRAHAM ENTERPRISE INC GRAHAM ENTERPRISE INC 2018-003 Vendor: HANSEN'S ALIGNMENT, DON HANSEN'S ALIGNMENT, DON 2-1-18433 Vendor: HYDRA -STOP LLC HYDRA -STOP LLC 33305 Packet: APPKTO1071- 2/19/18 RE CT INVOICE Post Date Description (Item) Account Number Amount 02/19/2018 SQUAD CAR WASH 100-22-5370 72.35 Vendor FAST EDDIES CAR WASH Total: 72.35 02/15/2018 405 100-33-5370 375.00 Vendor GAVERS AUTOMOTIVE Total: 375.00 02/19/2018 CAR WASH TICKETS 100-22-5370 550.00 Vendor GRAHAM ENTERPRISE INC Total: 550.00 02/19/2018 align 433 100-33-5370 80.00 Vendor HANSEN'S ALIGNMENT, DON Total: 80.00 02/19/2018 6" side tap cutting bit 510-35-6110 989.93 Vendor HYDRA -STOP LLC Total: 989.93 Vendor: INTERNATIONALACADEMICS OF EMERGENCY DISPATCH I NTERNATIONAL ACADEM ICS INV0005327 02/19/2018 EMDTRAINING- 100-23-5430 95.00 Vendor INTERNATIONAL ACADEMICS OF EMERGENCY DISPATCH Total: 95.00 Vendor: INTERSTATE BILLING SERVICE INC INTERSTATE BILLING SERVICE 3009275061/3009351472 02/19/2018 408 100-33-5370 798.73 INTERSTATE BILLING SERVICE 3009276285 02/19/2018 405 100-33-5370 303.24 INTERSTATE BILLING SERVICE 3009294405 02/19/2018 405 100-33-5370 339.80 INTERSTATE BILLING SERVICE 3009351488 02/19/2018 404 100-33-5370 282.34 Vendor INTERSTATE BILLING SERVICE INC Total: 1,724.11 Vendor: JG UNIFORMS INC JG UNIFORMS INC 31869 02/19/2018 BODYARMOR-SPOHN 100-22-6270 785.00 Vendor JIG UNIFORMS INC Total: 785.00 Vendor: KIESLER'S POLICE SUPPLY INC KIESLER'S POLICE SUPPLY INC 0847168 02/19/2018 AMMUNITION 100-22-6110 223.33 KIESLER'S POLICE SUPPLY INC 847389 02/19/2018 GLOCK PISTOL 100-22-6110 174.00 Vendor KIESLER'S POLICE SUPPLY INC Total: 397.33 Vendor: KIMBALL MIDWEST KIMBALL MIDWEST 6120920 02/19/2018 stock 100-33-5370 307.19 KIMBALL MIDWEST P008292 02/19/2018 stock 100-33-5370 467.33 Vendor KIMBALL MIDWEST Total: 774.52 Vendor: KIRCHNER FIRE KIRCHNER FIRE 43559 02/19/2018 Extinguisher service 100-45-5110 208.55 Vendor KIRCHNER FIRE Total: 208.55 Vendor: LAFARGE NORTH AMERICA LAFARGE NORTH AMERICA 708303473 02/19/2018 FM-2 sand 510-35-6110 94,80 LAFARGE NORTH AMERICA 708303473A 02/19/2018 FM2 sand 101780419 510-35-6110 110.00 LAFARGE NORTH AMERICA 708303473A 02/19/2018 FM2 sand 101780418 510-35-6110 101.52 LAFARGE NORTH AMERICA 708313294 02/19/2018 FM2 sand 1017805SO 510-35-6110 97.44 LAFARGE NORTH AMERICA 708313294 02/19/2018 wash stone 101780551 510-35-6110 192.80 LAFARGE NORTH AMERICA 708313294 02/19/2018 grade 9 101780557 510-35-6110 163.76 Vendor LAFARGE NORTH AMERICA Total: 760.32 Vendor: LANDMARK FORD LANDMARK FORD 130016 02/19/2018 44 Regular cab w/snowplow 450-00-8400 35,229,00 Vendor LANDMARK FORD Total: 35,229.00 Vendor: LANDMARK SERVICES COOPERATIVE LANDMARK SERVICES IVC0402912 02/19/2018 bunker covers salt 100-33-6110 1,248.00 Vendor LANDMARK SERVICES COOPERATIVE Total: 11248.00 Vendor: MCCANN INDUSTRIES INC MCCANN INDUSTRIES INC 11045562 02/19/2018 screw 100-33-5370 1.40 MCCANN INDUSTRIES INC 11045755 02/19/2018 443 100-33-5370 30.50 MCCANN INDUSTRIES INC 11045865 02/19/2018 443 100-33-5370 149.72 2/16/2018 8:45:11 AM Expense Approval Register Packet: APPKT01071- 2/19/18 RE CT INVOICE Vendor Name Payable Number Post Date Description (Item) Account Number Amount MCCANN INDUSTRIES INC 11045974 02/19/2018 443 100-33-5370 28,75 MCCANN INDUSTRIES INC 11046396/11046358 02/20/2018 metal abrasive blades. vendor 100-33-6110 324,23 Vendor MCCANN INDUSTRIES INC Total: 534.60 Vendor: MCHENRY POWER EQUIPMENT INC MCHENRY POWER EQUIPMENT 248865 02/19/2018 Snowblower belt 510-35-6110 19435 Vendor MCHENRY POWER EQUIPMENT INC Total: 1935 Vendor: MID AMERICAN WATER OF WAUCONDA INC MID AMERICAN WATER OF 194394W 02/19/2018 Clamps 510-35-6110 519,00 Vendor MID AMERICAN WATER OF WAUCONDA INC Total: 519000 Vendor: MIDWEST ENVIRONMENTAL MIDWEST ENVIRONMENTAL 18-118 02/19/2018 Asbestos/lead surveys 100-33-5110 31100,00 Vendor MIDWEST ENVIRONMENTAL Total: 3jffla00 Vendor: MIDWEST WATER GROUP INC MIDWEST WATER GROUP INC 9521 02/19/2018 Swan Reagents for CL Analyzers 510-31-5110 651.00 Vendor MIDWEST WATER GROUP INC Total: 651.00 Vendor: MOTOROLA SOLUTIONS - STARCOM21 NETWORK MOTOROLA SOLUTIONS - 8280391778 02/19/2018 EMERGENCY BUTTON 100-22-6210 85.92 MOTOROLA SOLUTIONS - 8280400500 02/19/2018 HORIZONTAL PLUG 100-23-6210 120,45 Vendor MOTOROLA SOLUTIONS - STARCOM21 NETWORK Total: 206.37 Vendor: NCL OF WISCONSIN INC NCL OF WISCONSIN INC 396031 02/19/2018 Dissolved oxygen probe 510-32-6110 612,00 Vendor NCL OF WISCONSIN INC Total: 61200 Vendor: NETWORKFLEET INC NETWORKFLEET INC OSV000001317670 02/19/2018 gps 100-33-5320 29130 Vendor NETWORKFLEET INC Total: 291.30 Vendor: NORTH EAST MULTI -REGIONAL TRAINING INC NORTH EASTMULTI-REGIONAL 230489 02/19/2018 EHARDTTRAINING 100-22-5430 400,00 NORTHEAST MULTI -REGIONAL 231158 02/19/2018 ADVANCED INTERVIEW 100-22-5430 125.00 Vendor NORTH EAST MULTI -REGIONAL TRAINING INC Total: 525.00 Vendor: NORTHWEST ELECTRICAL SUPPLY CO INC NORTHWEST ELECTRICAL 17362406 02/19/2018 Hi Bay Demo Lighting 510-35-6110 210,00 NORTHWEST ELECTRICAL 17363832 02/19/2018 Hi Bay Demo Lighting 510-35-6110 336,00 Vendor NORTHWEST ELECTRICAL SUPPLY CO INC Total: 546.00 Vendor: PDC LABORATORIES INC PDC LABORATORIES INC 888844 02/19/2018 Total Nitrogen Test 510-32-6110 60.00 PDC LABORATORIES INC 888845 02/19/2018 Total N2 test 510-32-6110 60.00 PDC LABORATORIES INC 888912 02/19/2018 January Samples- Inv#888912 510-31-5110 260.00 Vendor PDC LABORATORIES INC Total: 380900 Vendor: PETROCHOICE LLC PETROCHOICE LLC 10030668 02/19/2018 Fuel 10030668 510-32-6250 528,49 PETROCHOICE LLC 10056972 02/19/2018 Fuel Bill 100-03-6250 834 PETROCHOICE LLC 10056976 02/19/2018 Fuel 10056976 100-33-6250 424,79 PETROCHOICE LLC 10111662 02/19/2018 Fuel 10111662 100-33-6250 721,49 PETROCHOICE LLC 10179275 02/19/2018 Fuel Bill 100-03-6250 42.45 PETROCHOICE LLC 10181845 02/19/2018 antifreeze 510-32-5370 70032 PETROCHOICE LLC 10202555 02/19/2018 fuel 510-32-5370 21290,41 PETROCHOICE LLC 10249356 02/19/2018 Fuel 10249356 100-33-6250 495,63 PETROCHOICE LLC 10308836 02/19/2018 hydrolic oil 100-33-5370 648.45 PETROCHOICE LLC 10309487 02/19/2018 fuel 510-32-5370 31268,17 PETROCHOICE LLC 10309491 02/19/2018 fuel 100-33-5370 1,921.01 PETROCHOICE LLC 10399562/10249353 02/19/2018 Fuel 10399562 510-32-6250 40738 PETROCHOICE LLC 10399562/10249353 02/19/2018 Fue110249353 510-32-6250 284,79 PETROCHOICE LLC 10413006 02/19/2018 fuel 10413006 100-33-6250 4162435 PETROCHOICE LLC 10413007 02/19/2018 SQUAD CAR FUEL 100-22-6250 4,405.96 PETROCHOICE LLC 10421834 02/19/2018 Fuel Bill 100-03-6250 48,95 PETROCHOICE LLC 10421835 02/19/2018 fuel10421835 510-32-6250 650,81 PETROCHOICE LLC 10421836 02/19/2018 fuel10421836 510-31-6250 113,83 2/16J2018 8:45:11 AM Expense Approval Register Vendor Name Payable Number PETROCHOICE LLC 10421839 PETROCHOICE LLC 10429913 PETROCHOICE LLC 10429933 PETROCHOICE LLC 10429937 PETROCHOICE LLC 10429938 PETROCHOICE LLC 10432 PETROCHOICE LLC 10432427 PETROCHOICE LLC 10432446 PETROCHOICE LLC 10432447 PETROCHOICE LLC 10432448 PETROCHOICE LLC 10432449 PETROCHOICE LLC 10432871 PETROCHOICE LLC PO08182 PETROCHOICE LLC 10429934 Vendor: PITEL SEPTIC INC PITEL SEPTIC INC 13695 PITEL SEPTIC INC 13853 PITEL SEPTIC INC 15111 Vendor: PORTER LEE CORPORATION PORTER LEE CORPORATION 20057 Vendor: PROSHRED SECURITY Post Date 02/19/2018 02/19/2018 02/19/2018 02/19/2018 02/19/2018 02/19/2018 02/19/2018 02/19/2018 02/19/2018 02/19/2018 02/19/2018 02/19/2018 02/19/2018 02/20/2018 02/19/2018 02/19/2018 02/19/2018 02/19/2018 Description (Item) SQUAD CAR FUEL fuel 10429913 Fuel Bill fuel 10429937 SQUAD CAR FUEL SQUAD CAR FUEL fue110432427 fue110432446 fuel fue110432448 SQUAD CAR FUEL hydrolic oil fue110429935 fue110429934 portable toilet rentals portable toilet rental Toilet rental Packet: APPKT01071- 2/19/18 RECT INVOICE Account Number Amount 100-22-6250 510 35-6250 100 03-6250 100-33-6250 100-22-6250 100-22-6250 510-35-6250 510-32-6250 100-45-6250 100 33-6250 100-22-6250 100-33-5370 510 31-6250 510-32-6250 Vendor PETROCHOICE LLC Total: 100-45-5110 100-45-5110 100 45-5110 Vendor PITEL SEPTIC INC Total Invoice 20057 Annual Support 620-00-5110 Vendor PORTER LEE CORPORATION Total: PROSHREDSECURITY 990027563 02/19/2018 MONTHLY SHRED 100-22-5110 Vendor PROSHRED SECURITY Total: Vendor: RADICOM INC RADICOM INC 177433 02/19/2018 antenna 441 100-33-5370 Vendor RADICOM INC Total: Vendor: RIVERSIDE BAKE SHOP RIVERSIDE BAKE SHOP 166987 02/20/2018 cake-matts retirement 100-33-6110 Vendor RIVERSIDE BAKE SHOP Total: Vendor: RUSSO POWER EQUIPMENT RUSSO POWER EQUIPMENT 4681886 02/19/2018 saw parts 100-33-5370 Vendor RUSSO POWER EQUIPMENT Total: Vendor: SHAW MEDIA SHAW MEDIA 10105871 JAN ST 02/19/2018 Public Notice tree program 100-33-6110 SHAW MEDIA 10105871 JAN ST 02/19/2018 Public Notice mowing 1495347 100-33-6110 Vendor SHAW MEDIA Total: Vendor: SHERWIN-WILLIAMS CO, THE SHERWIN-WILLIAMS CO, THE 5163-7 02/19/2018 paint 510-35-6110 SHERWIN-WILLIAMS CO, THE 8757-7 02/19/2018 Paint 510-35-6110 SHERWIN-WILLIAMS CO, THE 9052-4 02/19/2018 paint 510-35-6110 SHERWIN-WILLIAMS CO, THE 9053-2 02/19/2018 20 volt battery 510-35-6110 SHERWIN-WILLIAMS CO, THE 9135-7 02/19/2018 paint 510-35-6110 SHERWIN-WILLIAMS CO, THE 9410-4 02/19/2018 paint 100-33-6115 SHERWIN-WILLIAMS CO, THE 9462-5 02/19/2018 Paint 100-33-6115 Vendor SHERWIN-WILLIAMS CO, THE Total: Vendor: SIRCHIE FINGER PRINT LABORATORIES SIRCHIE FINGER PRINT 0332731-IN 02/19/2018 EVIDENCE SUPPLIES 100-22-6210 Vendor SIRCHIE FINGER PRINT LABORATORIES Total: Vendor: TONYAN & SONS INC, WILLIAM TONYAN & SONS INC, WILLIAM 7807 02/20/2018 concrete forms -rental 100-33-6110 Vendor TONYAN &SONS INC, WILLIAM Total: 1,742.10 146.24 85.37 1,830.41 1,765.07 10.43 129.93 162.25 63.12 218.80 474.61 669.13 142.84 764.63 29,791.01 75.00 1,031.25 150.00 1,256.25 1,267.00 1,267.00 53.00 53.00 36.69 36.69 94.98 94.98 232.66 232.66 93.00 90.40 308.95 201.87 329.34 106.00 188.37 376.74 330.84 1,842.11 178.14 178.14 225.00 225.00 2/16/2018 8:45:11 AM Expense Approval Register Vendor Name Payable Number Vendor: TRAFFIC CONTROL & PROTECTION INC TRAFFIC CONTROL & 91476 Vendor: TREDROC TIRE/ANTIOCH 002 TREDROC TIRE/ANTIOCH 002 7020008301 TREDROC TIRE/ANTIOCH 002 7020009239 Vendor: ULINE ULINE 92753135 Vendor: ULTRA STROBE COMMUNICATIONS INC ULTRA STROBE 073549 Vendor: VIKING CHEMICAL COMPANY VIKING CHEMICAL COMPANY 58087 Vendor: WINTER EQUIPMENT WINTER EQUIPMENT IV35655 Packet: APPKT01071- 2/19/18 RE CT INVOICE Post Date Description (Item) Account Number Amount 02/19/2018 Parking Signage 100-45-6110 902.10 Vendor TRAFFIC CONTROL & PROTECTION INC Total: 902.10 02/19/2018 tires trucks 100-33-5370 3,656.56 02/19/2018 tires800 510-35-5370 807.84 Vendor TREDROC TIRE/ANTIOCH 002 Total: 40464.40 02/19/2018 EVIDENCE SUPPLIES 100-22-6210 47.94 Vendor ULINE Total: 47.94 02/19/2018 labor rear seat camera 100-22-5370 75.00 Vendor ULTRA STROBE COMMUNICATIONS INC Total: 75.00 02/19/2018 Ferric Chloride 510-32-6110 8,94&83 Vendor VIKING CHEMICAL COMPANYTotal: %946.83 02/19/2018 415 100-33-5370 1,209.16 Vendor WINTER EQUIPMENT Total: 1,209.16 Grand Total: 115,630.53 2/16/2018 8;45:11 AM Expense Approval Register Packet: APPKT01071- 2/19/18 RE CT INVOICE Fund Summary Fund 100-GENERAL FUND 450 - CAPITAL EQUIPMENT FUND 510 - WATER/SEWER FUND 620- INFORMATION TECHNOLOGY FUND Grand Total: Expense Amount 44,547.72 35,229,00 33,326,81 21527*00 115,630.53 Derik Morefield, City Administrator McHenry Municipal Center 333 Green Street McHenry, Illinois 60050 Phone: (815) 363-2100 Fax: (815) 363-2119 www.ci.mchenry.il.us AGENDA SUPPLEMENT TO: City Council FROM: David McArdle, City Attorney Derik Morefield, City Administrator RE: The purpose of this agenda item is for Council to authorize the Mayor to sign all necessary closing documents relating to the City's purchase of two (2) vacant parcels of land generally at the southwest corner of Route 120 with PINs 09-28400-010 (20.10 acres) and 09-28-300-011 (4.66 acres), for an amount not to exceed $170,000. AGENDA ITEM SUMMARY: The purpose of this agenda item is for Council to authorize the Mayor to sign all necessary closing documents relating to the City's purchase of two (2) vacant parcels of land generally at the southwest corner of Route 120 and Curran Road for the Lakeland Park Drainage Project. BACKGROUND/ANALYSIS: As you may recall, the City received appraisals totaling approximately $212,000 for the Curran Road/Rt.120 property, which consists of approximately 25 acres of land. The purpose of this acquisition, as you know, is to construct a regional storm retention area benefitting the surrounding area and homeowners. The north 9.5 acres of the property is also under contract with a farmer. We have settled on a purchase price with the owner, subject to Council approval, totaling 80% of the appraisal or $169,600, plus costs of closing, including title, survey, etc. Taxes for 2017 and 2018 will be prorated, so the exact closing cost is not yet determined. It is anticipated that closing will take place after May 1, 2018 and this project is being included with the FY18/19 Budget request, so a budget amendment is not being proposed at this time. With regard to the farm contract, it is likely the City will honor the 2018 farming agreement. To move this matter along, we have placed on the agenda, a proposed motion to authorize the Mayor to sign the real estate contract (which is still being finalized) and all necessary closing documents to purchase the property for a price not to exceed $170,000. The City ojMcHenry is dedicated to providing its citizens, businesses, and visitors with the highest quality ofprograms and services in acustomer-oriented, e,/ficient, and fiscally responsible manner. RECOMMENDATION: Therefore, if Council concurs, it is recommended that a motion be made to authorize the Mayor to sign all necessary closing documents relating to the City's purchase of two (2) vacant parcels of land generally at the southwest corner of Route 120 with PINS 0948 400- 010 (20.10 acres) and 09-28-300=011 (4.66 acres), for an amount not to exceed $170,000. Derik Morefield, City Administrator McHenry Municipal Center 333 Green Street McHenry, Illinois 60050 Phone: (815) 363-2100 Fax: (815) 363-2119 www.ci.mchenry.il.us DISCUSSION ITEM DATE: February 19, 1208 TO: City Council FROM: Derik Morefield, City Administrator Department Directors RE: Transmittal for Discussion — Final Draft FY18/19 — FY22/23 Capital Improvement Program (CIP) AGENDA ITEM SUMMARY: The purpose of this agenda item is for Council to discuss the FY18/19 — FY22/23 Capital Improvement Program prior to consideration of its adoption at the March 5, 2018 City Council Meeting. BACKGROUND/ANALYSIS: On Monday, January 29, 2018 Council held a Committee of the Whole Meeting to review and discuss the FY18/19 — FY22/23 General Fund CIP project recommendations with City Staff. Consensus was reached at that meeting on the following items and these changes are reflected in the attached document: • Public Facilities Projects o Decrease Municipal Center Building Maintenance/Improvements to $100,000 for the purpose of replacing the boilers. • Police Safety Projects o Decrease Police Facility Improvements to $248,500 with the understanding that the Police Department will be applying for a grant in the amount of $182,000. These amounts would be used for improvements as identified in the project narrative. o Police Vehicles and Police Vehicle Equipment decreased to account for the purchase of three vehicles and related equipment. • Parks Projects o Defer the Veterans Memorial Park Shelter Replacement/Expansion to future CIP year. The City of McHenry is dedicated to providing its citizens, businesses, and visitors with the highest quality of programs and services in a customer -oriented, efficient, and fiscally responsible manner. • Motor Pool Projects o Decrease Streets — Vehicle Replacement to $415,000 for the replacement of two dump trucks and one pickup truck. • Streets/Sidewalks/Signals Projects o Request bids for a $500,000 Street Program and report to Council what this amount is able to accomplish. Discussion was the potential of not undertaking a program in FY18/19 at this amount in order to be able to undertake a larger project in future years. $500,000 was added to the Street Program at this time. o Downtown Parking/Access Improvements was decreased to $280,000 to implement parking lot lighting improvements only. o Tree Replacement Program funding eliminated and transferred to Sidewalk Program at $50,000. The consensus regarding funding was that $2,743,200 would come from the Capital Improvement Fund (assigned for capital), leaving a remaining balance of $3,521; and that $1,406,500 would come from the General Fund Balance, leaving a remaining balance of $5,897,280. At the upcoming February 19, 2018 meeting, Council will have the opportunity to discuss the remaining proposed capital improvement and capital equipment projects as identified in the Information Technology Fund CIP, Developer Donations Fund CIP, Recreation Center Fund CIP, Tourism Fund CIP, Water and Sewer Fund CIP and Tax Increment Finance Fund CIP. These are found beginning on page 55 of the attached document. Similar to the General Fund CIP discussion, an introduction of the fund and summary spreadsheet of funding is provided, following by detailed project narratives for each fund. Department Directors will be in attendance to answer specific questions regarding any of the identified projects. Following the February 19t" meeting the document will be finalized and brought back before Council at the March 5, 2018 City Council Meeting for adoption. Projects and funding identified for year 1 (FY18/19) of the plan will be included in FY18/19 Budget and, as such, Council will have an additional opportunity to discuss and consider projects. CAPITAL IMPROVEMENT PROGRAM FY18/19 - FY22/23 Draft - February, 2018 CITY OF MCHENRY ANNUAL 5-YEAR CAPITAL IMPROVEMENT PROGRAM (CIP) FY18/19 THROUGH FY22/23 Victor A. Santi, Ward 1 Jeffrey A. Schaefer, Ward 3 Chad Mihevc, Ward 5 Submitted to: Wayne S. Jett, Mayor City Council Geri Condon, Ward 7 Prepared By: Derik Morefield, City Administrator Carolyn Lynch, Finance Director Andrew Glab, Ward 2 Scott Curry, Ward 4 Patrick Devine, Ward 6 John Birk, Chief of Police Bill Hobson, Parks & Recreation Director Doug Martin, Economic Development Director Ross Polerecky, Community Development Director Jon Schmitt, Public Works Director Ann Campanella, Human Resources Manager Marci Geraghty, Executive Assistant/Deputy City Clerk TABLE OF CONTENTS INTRODUCTION AND OVERVIEW OF CAPITAL IMPROVEMENT PLANNING Introduction Overview of Capital Improvement Planning What Are Capital Improvements? What Are the General Characteristics of Capital Improvement Projects? What Is Capital Improvement Planning? Why Use A Five -Year Programming Period? Why Update the Program Annually? What Are the Benefits of Capital Improvements Programming? PROJECT NARRATIVES BY FUND General Fund CIP Projects FY18/19 — FY22/23 General Fund CIP Spreadsheet Public Facilities Projects Public Safety Projects Parks Projects Motor Pool Projects Streets/Sidewalks/Signals Projects Stormwater/Drainage Projects Information Technology Fund FY18/19 — FY22/23 Information Technology Fund CIP Spreadsheet Project Narratives Developer Donations Fund CIP Projects FY18/19 — FY22/23 Developer Donations Fund CIP Spreadsheet Project Narratives Recreation Center Fund CIP Projects FY18/19 — FY22/23 Recreation Center Fund CIP Spreadsheet Tourism Fund CIP Projects FY18/19 — FY22/23 Tourism Fund CIP Spreadsheet Project Narratives Water and Sewer Fund CIP Projects FY18/19 — FY22/23 Water and Sewer Fund CIP Spreadsheet Water Project Narratives 2 4 4 4 4 5 5 5 13 15 28 31 36 50 55 56 57 62 63 64 69 70 71 72 73 74 75 77 Sewer Project Narratives 85 Utility Projects Narratives 91 Tax Increment Finance Fund CIP Projects 98 FY18/19 — FY22/23 Tax Increment Finance Fund CIP Spreadsheet 100 FY18/19 - FY22/23 Capital Improvement Program INTRODUCTION AND OVERVIEW OF CAPITAL IMPROVEMENT PLANNING INTRODUCTION Among the primary responsibilities of municipal officials is to preserve, maintain and improve the City's inventory of buildings, streets, parks, and water and sewer facilities. Unfortunately, like most communities, the Capital Improvement (streets, water and sewer utility, public facility improvements, stormwater improvements) and Capital Equipment (technology upgrades, vehicle and equipment replacement) needs of the City of McHenry exceed the funding resources available to keep pace with making improvements to rapidly aging infrastructure while meeting the needs of the community for new facilities and infrastructure. The City of McHenry utilizes a Capital Improvement Program (CIP) to identify projects, establish project priorities, and identify the amount and source of funds available to undertake these capital improvement and capital equipment projects. A Capital Improvement Program is the process best suited to assist the City Council in meeting the challenges of maintaining and improving the City's infrastructure and facilities as it presents a multi -year snapshot of the capital improvement and capital equipment needs of the community along with estimated costs for budgetary planning purposes. Capital Improvement Planning is recognized as a prudent financial management tool and a necessary planning practice. Maintenance and upkeep of facilities today may prevent crises and major replacement costs tomorrow. Equally important, communities that are seeking to attract business investment to guarantee a balanced and stable economic base recognize that a carefully planned infrastructure program is critical to this effort. Coupled with the Comprehensive Plan and other planning documents, the CIP promotes new investment in locations that can accommodate development with quality systems and services. The primary source of funding for capital improvement and capital equipment projects, other than water and sewer projects, is the General Fund. The General Fund is also the primary funding source for all of the operational costs associated with the following municipal budgetary units — Administration, Elected Officials, Community Development, Economic Development, Finance, Police, Police Commission, Public Works - Administration, Public Works -Streets, and Parks and Recreation. As such, these operational costs must be funded prior to identifying amounts available for capital improvement and capital equipment projects. McHenry has faced a number of challenges over the last decade that resulted in reductions in personnel and operational costs and, notably, restrictions in the municipality's financial ability to implement capital improvement and capital equipment projects. In addition, the continued financial instability of the State of Illinois poses a continuous threat to reductions in state -shared revenues. Fortunately, a recovering economy has resulted in increases in revenues derived from sales tax and income tax receipts and in the City's ability to rebuild its General Fund fund balance to a level that: N 1) establishes a healthy operational reserve; 2) accounts for sudden reductions in state - shared revenues; and, 3) creates an emergency capital improvement/capital equipment funding source to address any unforeseen major capital improvement/capital equipment needs. With foresight, the McHenry City Council has reintroduced, and gradually increased, spending for capital improvement and capital equipment projects and will continue these efforts moving forward ensuring that public funds are spent wisely and efficiently. Also, notably, in FY15/16 the City Council adopted an updated Fund Balance and Reserve Policythat establishes minimum fund balance requirements for various funds and ensures that any annual revenues that exceed budgeted revenues are committed to future Capital Improvement and Capital Equipment projects through a transfer from the General Fund to the Capital Improvement Fund (assigned for capital). In other words, annually, after the close of the fiscal year (April 30th), receipt of outstanding revenues and account adjustments (May, June, July), and confirmation of financial information by the annual audit (September, October) any revenues that have been derived in excess of revenues budgeted will be identified and, after ensuring that minimum fund balance requirements are being met as established by the aforementioned policy, any remaining balance will be transferred from the General Fund fund balance to the Capital Improvement Fund fund balance for use in planning capital improvement and capital equipment needs for the next budget year. Because final revenue and expenditure adjustments and audit information are not completed until 5-6 months into a fiscal year, any identified general fund revenues for use for capital improvement and capital equipment projects cannot be planned for use in that fiscal year but, rather, applied to the next successive fiscal year. In addition to the Capital Improvement Fund, capital projects are funded through a number of other sources based on the type of project being proposed. These include the Information Technology Fund, Developer Donations Fund, Recreation Center Fund, Tourism Fund, Water and Sewer Fund, and Tax Increment Finance Fund. In order to more clearly present and define projects within each of these funds, the FY18/19 — FY22/23 Capital Improvement Program format has been revised in order to present proposed projects by fund. Prior to introducing the projects that have been identified for inclusion in the FY18/19 — FY22/23 Capital Improvement Program, the following is a summary overview of capital improvements and capital improvements planning. 3 OVERVIEW OF CAPITAL IMPROVEMENT PLANNING What are capital improvements? Capital Improvements are, simply, public improvements that meet a set of pre- determined criteria. They represent projects involving the expenditure of public funds, over and above annual operating expenses, for the purchase, construction, or replacement of the long-term physical assets of a City. Examples include: • Streets/Roads/Sidewalks • Storm Sewers • Parks • Public Buildings • Water and Sanitary Sewer Systems Including Treatment Plants • Vehicles and Equipment What are the general characteristics of capital projects? Capital projects, as defined in the City of McHenry's Capital Improvement Program: • Are typically larger in size and/or scope; • Have a cost of more than $10,000; • Have a long-term usefulness and permanence (i.e., greater than 10 years); • Involve expenditures of a non -recurring nature (i.e., non -operating costs); and, • Add substantially to the value of the City's fixed assets. What is capital improvement planning? Simply stated, capital improvement planning is the multi -year preparation, scheduling, and updating of a list of projects and related equipment proposed to be acquired, built or improved by the City within a fixed period. It covers the entire range of public facility and service requirements. The program lists all future projects, the amount requested for appropriation in each year, and the proposed source/method of financing. On the basis of this information, summaries of capital activities and financial requirements can be determined for each year. As both a short- and long-range plan for physical development, the CIP links the City's Comprehensive Plan and other planning documents with the annual budget. It provides a mechanism for: • Estimating capital requirements; • Proposing revenue sources for existing and future projects; • Planning, scheduling and, most importantly, implementing projects; • Budgeting high priority projects; • Coordinating the activities of various departments' project schedules; and • Monitoring and evaluating the program of capital projects. 4 Importantly, the CIP does not, in and of itself, appropriate funds for capital projects. Instead, the CIP simply identifies the project needs as defined by the various municipal departments for consideration, based on available funding, as part of the subsequent budget development process. Why use a five-year programming period? A five-year period is considered to be most suitable for municipal capital improvement planning. Two or three years is too little time for effective programming because planning and financing of major projects usually takes longer. On the other hand, a period of more than five years dilutes the accuracy of the projections to the point of becoming less than meaningful. Of note, for Water, Sewer and Utility projects a 10-year period is presented since these projects typically take longer to plan and fund. Why update the program annually? The Capital Improvement Program is proposed to be updated annually in order to fine- tune capital needs to reflect changing economic conditions and shifting priorities. The City must have the most accurate project cost estimates for including capital projects in the annual budget for the upcoming fiscal year. The program is also designed to be adjusted to reflect the need for additional projects and to respond to different priorities as established by City Council in response to identified needs. Like McHenry itself, the CIP is not static. Instead, it can and should be reviewed and updated every year to reflect changing priorities, unexpected events, unique opportunities, cost changes, and/or alternate financing strategies. What are some of the benefits of capital improvement planning? 1. Focusing attention on community goals, needs and capabilities. The CIP process ensures that projects reflect community -wide goals and do not exceed available resources. It requires that projects be looked at collectively as distinct from individually to determine their value to the community. It forces projects to compete and justify expenditures when compared to other needs and wants. 2. Achieving optimum use of taxpayer's dollars. Advance programming can help avoid costly mistakes and duplication. It aids in making sound annual budget decisions and can result in significant savings on interest for projects financed through bonds due to a higher bond rating attributable to the existence of a formal CIP. 3. Guiding future community growth and development. The location and capacity of capital improvements help shape how, when, and where a community develops. 5 4. Serving wider community interests. Projects within the CIP are prioritized, in part, on the basis of greatest benefit to the greatest number of City residents as opposed to department objectives which are usually narrower. 5. Encouraging more efficient government. Coordination of capital improvements can reduce scheduling problems and conflicting or overlapping projects. An obvious example is that utilizing a CIP can prevent paving a street one year only to have it torn up the next year to install a sewer. 6. Improving intergovernmental and regional cooperation. The CIP promotes the opportunity to plan the location, timing, and financing of improvements in the interest of the community as a whole and facilitates the identification of possibilities for shared facilities. 7. Maintaining a sound and stable financial program. The CIP reduces the frequency of large, unplanned expenditures that can endanger the financial well being of the City. With ample time for planning, the most economical means of financing a project can be studied and selected in advance. A balanced CIP can help prevent making commitments and debts that may prevent the initiation of more important projects in the future. Finally, it has a positive impact on the City's credit rating and makes the community more attractive to business and industry. 8. Repairing or replacing existing facilities and equipment. As a whole, the country's infrastructure is in serious disrepair and the CIP process helps focus attention on the need to maintain existing assets. 9. Enhancing opportunities for participation in federal and/or state grant programs. Preparing a CIP improves the chances of obtaining grant funds through documentation of the project as an officially identified community need. 10. Transparency of local government. The Capital Improvement Program process enhances transparency by providing the public with insight regardingthose capital projects being considered by the public body for funding in both the upcoming fiscal year and subsequent capital improvement program planning period. FY18/19 - FY22/23 Capital Improvement Program PROJECT NARRATIVES BY FUND GENERAL FUND CIP PROJECTS Projects identified in the General Fund Capital Improvement Program are related to improvement, maintenance, replacement or acquisition projects of the municipality in excess of $10,000 and funded primarily through General Fund Revenues assigned through the Capital Improvement Fund or the General Fund Balance. Proposed projects are identified within six (6) categories — Public Facilities, Public Safety, Parks, Motor Pool, Streets/Sidewalks/Signals, Stormwater/Drainage. Each of these categories, and related projects, are summarized and presented separately in the following narrative. The FY18/19 — FY22/23 General Fund Capital Improvement Program includes a total of thirty-five (35) separate projects, or project categories, proposed for the 5-year planning period at a total estimated cost of $55,233,747. Simply, identified needs far outweigh the City's ability to fund projects within the 5-year planning period. As such, Staff and the City Council discuss and prioritize projects on an annual basis in order to maximize the impact of projects with the funding that is available. Twenty-seven (27) projects are proposed for funding in FY18/19 at a total estimated cost of $6,514,700. Of this amount, $2,743,200 is proposed from the Capital Improvement Fund (assigned for capital), $1,406,500 from the General Fund Balance, with the remaining $2,364,998 coming from non -municipal funding sources (Surface Transportation Program, Highway Safety Improvement Program, McHenry Township, Illinois Environmental Protection Agency 319 Fund, and others). Alternate funding sources are identified in the project narratives and summary spreadsheets that follow the project narratives. If implemented as proposed the Capital Improvement Fund (assigned for capital) will be reduced from $2,746,721 to $3,521 and the General Fund Balance will be reduced from $7,303,780 to $5,897,280. As the proposed projects significantly reduce the amount of funding available in the Capital Improvement Fund (assigned for capital), projects included in the FY19/20 — FY23/24 General Fund Capital Improvement Program may be limited based on the amount of surplus General Fund Revenues available at the close of FY17/18. This amount will not be known until approximately September or October of 2018. Additionally, while the reduction in the General Fund Balance drops the balance below the fund balance minimum of 120 days, as identified in the Fund Balance and Reserve Policy, the balance remains above the 90 day fund balance level. As referenced, project narratives by category are provided below and summary spreadsheets that provide a 5-year snapshot of proposed projects, along with estimated costs and Capital Improvement Fund and General Fund balance impact based on projects proposed is provided prior to the project narratives. E? 0. U 0 0- 0 ~ V00 ~ dam• lM0 � N m f0 0J 0) Ln N 0 l0 O w Q1 00 O N ll: M M Ln M O W N N LL LPL O l0 lD 0 O -* m 00 O m 00 lz N N 0' 00' r-P 0 - Ql M l0 Ln W a\I '- } } LL LL O LA M 0 O M m 00 O a I N V '•I O 01 l0 O w O G Ln ei > Y LL LL ci N 00 0 0 i O 0 Ln V � N N - N O M LD M M 1� No M O N Ln a --I l00 U � •-I Im L~L DO 14 Q lf1 LL [L tri- O r.{ O 0 0- O ' O O O'- O ' 0'' O N O O O O O O O Lr N W 01 O Ln - Ln Ln t011 Ol O0' O O O 00 00 l0 fM � O 00 0000 � N 01 m N M O \ •Ni M O m N r� } N LL LL -0 •o a-1 °�° •pCL m C. V1 LL L li 0 U iN 4-0 w O L N > 'O w }� m a a 0. fC Q a C LL E 0 N a V v %n o " .V v° c tA m `° -0 Q c c E o E m o v :3 CO a, v V E LL LL U E ai LL v N CO +_ v c o m v c >0 'u E 3 E v -o E m L LL �' U- > a0 LL - of W = > m in _ _ _ T OJ a 7 CL C r0 O O- E 7 tL. U t t U E 7 j 7 (0 L W Q 3: _ AL W LL > a) > LL `1 V) '~ U U cu U1 7 O +' a /�� U _ U _ U _ U _ CL C N 01 C f6 CU�^ /rCO / 0 N M 'd• Lf1 l0 I� 00 IF� O N M 'cl' Ln l0 � 00 cn O N M 'CF Ln I'D If-, Ico 01 O N M d' lf1 C0 i� CO Ol c- .- N N N N N N N N N N M M M M M M M M M M d' "• 00 0 z LL J Q W z W 0 M N N N i LL Ol c-I 00 r-I LL O O O O O O O O O jp O O O O O - O jp 0 O 0 O 0 O 0 O 0 n 0 m Q) 000 LD O m LM 0 N m w ` ` m m N } } N O LM O O O O O _ O _ O O _ N 000 :N N l00 L.L. N N; N U. CD O O O O O O O O _ N O' N Ln O O Ln l0 l0 W a N N N U i U. LL O O O O O O O O O O O O O O ,I U) U1 00 c) U) O 00 O N N OV N M N N Q O N N L}L O L}L O O O O O ' O O O _ O CD CD O O O O _ O O O O O N Ln N M LnN U Ln -i y } U. O LL O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O) O' LA Ui LR O Lr O O Lri 00 00 00 M N U) 0 -1 m n .-I N Lr) Ln CO 0\0 00 > } LL LL CA '1 4 N \ Vco \ 00 14 O LL O W -0 +A w a u Qi +� W Gl = = N •O +� O a+ O v u CL o u a u O o a E U 0. @ U a o E CL 0 L O- -00 a -00 a)' a O= E OL hD Q o = +� U m °0 d a 01 �n = N f0 I: a E O) O) > C f6 a_ +� v a o v ,� _ -- o v N N-0 H I6 _ 01 ++ _ L_ H U -0 i Li v Q E LL 7 CP d - 4- LL C O C U O. M W Q U CL .L (O C w �-' O E 2 Y O E LL > m LL U 0) > 00 'O i d N 0-0 O_ :E is 01 •S tT U L CL y O O- 7 L E O LL L > W? W •� E LL = N GJ o a) ai Y a> U (7 N i a a u 0 N M Ll•I l0 t� 00 al O M I� W Ol O N M 'd• LI) l0 I� a0 Ol O NM Ln I� 00 al O 1�; N JM� 't It �' 'd' d' Ln Ln 1,,j Ln Lf) I L.n I-To Ln Ln Ln l0 l0 l4 l0 l0 l0 l0 l0 l0 l0 I� (� Jd' JO r— 00 00 00 10 a- u W ii a) 00 c-� LL LL am 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O o '* 0 0 0 0 0 O O N 0 0 0 0 0 0 O O O jp m 0 m Ln O Ln Ln O m O O O O O O N Ln O D O O r` V Ln rl .-i Lr O1 Ln O O O O O Lri .-c rl 0 Ln m LO l0 m m m d' m N Ln O to r, O N .-1 N Ln m m N v V LO r, m m .-c -1 m m r N rl rl w m } of .-i O i i i N O O i i o i m 0 r` 0 0 O Ln 0 00 C 0 C m -i Ln 00 Ln Ln o N r` -4 r` N O LL_ } LL m O i i i i i i O O CD i i i i 00 O O O O LO O O O O N r` u 00 Ln Ln N CD ^ 1-1 N N - z O v-4 LJJ N � } LL V O i i i i i i Ln O O i o N O d cc 0 Ln O N 0 0 0 rl -�e Ln 14 Lf Ln O - \ M ^ ry ^ N aLn-I. a1-I LL Ln O ' ' CD' ' CD O O O O 0 ' ' O CDO O CD O O O O o 0 o _ O O l0 O O O tO C C 0 C C O N O w Ln O In d� O Ln Ln O O O 1--4 r` LO O Ln r` N Ln N - U ^ M N m LL. LL U GJ o 0 0 0 0 0 0 0 0 0" •O 0 0 0 O O O O O O 0 O O In Ln O Ln O N O 0 N Ln O Ln Ln Ln N L O1 O O r` [F Ln r` O r` Ln O Ln LD r` I-z .--I -z cv a m lO l0 m m 00 m N In - N m O m -4 m 0 \ Lnm N N r` r` N r, Ln LL c� � �o Vi O1 14 4 } m LL 3 ` w a LU °a aui o E a N OFL N m I N O 'O ++ W U U b4 2 +' + v a) EE c 2 v f6 Vl a > Z Y A• C a1 m E o_ ,�. ai v C� `� �"' L -p aj d Cj Y c m 7 ° yN > t > N a a1 tY0 O U C }, OA N >. to 7 to h0 Ltl E OD O E c 2 bn Y °A '� Q a s o�^ c uu m Eo a° M M oa p c -0 c U t y J 3 c LL w C a LL v a1 > m X:> � W QL U _ o 00 f0 Li al C O C > O C GC LO OL Q *' 00 N +, li C2 N YccLo E V 0,, O O ,° C +'' m Entt m LLE C C "O Y YE m >co N O O , >mi O O to am o ocL -°e+- w a o K a o o -1 3 aU° E ~ vYE aa, oY CL o LL CUin �o0)> cu O t o roc0D a u co a l 0m U ai 7 o u -2cn O 0 Ln 1p r` 00 ` d> O �'- N d- Ln It Ln tp 1- 00 Ol O N M Ln t o r` 00 cn 0 11", 0 lln 0 0 0 0 0 0 0 0 IM � I'D P P r 10-01" Ico N N N P N N " 11 `-' W, PI m co U- LL O O O O O O O O O O jp 0 0 0 0 0 G Lx O O O O m Ln n O O Ln m N m O m I O1 �I } Lh ' O O O O O' O rn O O O� LL N LO LL O O O O O O N O' O 0 LLJ e\-I -4 m } LL O O _ O O _ � O N LL O O O O O O O O O Ln Ln U m � m L1Oo ' O O O O O {A O'. O O O 0 0 }L O 0 0 0 N Ln u rn ui o'. o Lri Ln m Lo co 00 LO Tr L LL a a, as - vi- IA Q u _ w L LL u 0 � � i 0 O v ++ * ° LLI • Z m u u N n m a 0 LL - u a in o o c ' o m a 3 o 0 a O t', u Y 'o c E u Q 41 N c _ m E ¢ Z w, t � 3 "j m a a c -a �°- J ¢ F U o Ln a, oc LL w 'a C C E N t LL +' Z m +O+ O j a) u c LU C7 L Y O cc E C y a a c [2 m a m E 7 LL l7 �— — m m O Y E= Y Y a a a C7 m° J = °' U m J m m m U- W .o N M r I jr- N r Imp— M Im� M M M ILn M M JD I,*- M lc* M M Im 'IT IcDJ—p CP It 12 PUBLIC FACILITIES PROJECTS Projects identified in the Public Facilities category are related to maintenance or other improvements to public facilities other than those accounted for under the Public Safety or Parks categories of the General Fund CIP or the Developer Donations, Recreation Center Fund, or Water/Sewer Fund CIPs. The FY18/19 — FY22/23 Public Facilities category includes a total of two (2) project categories proposed for the 5-year planning period at a total estimated cost of $610,000. This represents just 1% of the total 5-year General Fund Capital Improvement Program funding request. Two (2) projects are proposed for funding in FY18/19 at a total estimated cost of $185,000. This represents 2.8% of the total funding proposed for FY18/19. Based on Council direction, the Carpeting Replacement project within the Municipal Center Building Maintenance/Improvements category has been deferred. Project: Municipal Center Building Maintenance/Improvements (Row 8 of spreadsheet) Funding Request: FY18/19 FY19/20 I FY20/21 I FY21/22 I FY22/23 Total $100,000 $325,000 1 $75,000 1 -0- -0- 1 $500,000 Submitted By: Ross Polerecky, Director of Community Development The McHenry Municipal Center is now 25 years old faces a number of maintenance challenges that must be continuously addressed. In recent years, facility infrastructure repair costs have been increasing and unforeseen repairs, such as the replacement of one of the rooftop HVAC units in FY17/18, result in the need for emergency expenditures. Major building repairs/improvements that have been identified for inclusion in the 5-year CIP included the following: FY18/19 Replacement of boilers — The Municipal Center boilers have already been retubed once and are growing increasingly inefficient. During times of extreme cold it is difficult for the boilers to be able to heat all areas of the facility. Estimated cost - $100,000. FY19 20 Roofing and Flashing Replacement — The facility's original roof membrane is failing and the entire roof, and flashing, needs replacement. Estimated cost - $125,000. 13 Replacement of Rooftoop Units (RTUs) —The municipal center has four (4) RTUs that provide HVAC for the facility. One unit required emergency replacement in FY17/18 and the other three are nearing end -of -life. Estimated cost - $200,000. FY20 21 Carpeting replacement (all areas except Police and 2"d floor hallway) — This project was proposed for funding in FY18/19 but deferred. The carpeting in the Police Administration portion of the building was replaced with the FY17/18 renovation/expansion. The carpeting in the remainder of the building is original to its construction in 1993. In many places the carpet is wearing through and/or simply cannot be cleaned. The new carpet would complement what was installed in Police Administration as closely as possible. Estimated cost - $75,000. Project: Public Works Facility Improvements (Row 9 of spreadsheet) Funding Request: FY18/19 FY19/20 I FY20/21 I FY21/22 I FY22/23 Total $85,000 1 $100,000 -0- -0- -0- 1 $185,000 Submitted By: Jon Schmitt, Director of Public Works FY18/19 Fuel Station - Currently all City of McHenry equipment and vehicles get fuel from Petro Choice in McHenry. Petro Choice has had some recent issues with their tanks and pumps forcing us to use a temporary fueling system at Public Works. During the most recent repair, Petro Choice identified that in the near future it will not be worth it for them to continue to maintain their fueling system. Staff recommends constructing our own fueling system at the Public Works Facility. The school districts and McHenry Township Fire Department also utilize Petro for fuel. City Staff has initiated conversations with these bodies to share the costs of a new fueling station at the Public Works Facility. While there has been interest, no formal agreements have yet been developed. The FY18/19 identified amount is the full fueling station costs. Estimated cost - $85,000. FY19 20 Covered Salt Storage Bin - Currently the Public Works Department has a 500 ton salt storage facility located at the South Wastewater Treatment Plant. During the snow season salt is also stored inside the Public Works Facility; this is not a long term solution due to the potential damage the salt moisture causes to the interior of the building. Staff recommends constructing a second salt storage facility at the Public Works Facility location where salt will be stored in a separate building year round. Estimated cost - $100,000. 14 PUBLIC SAFETY PROJECTS Project identified in the Public Safety category are related to meeting the capital improvement and capital equipment needs of the McHenry Police Department. While this category includes a combination of public facility, vehicle and equipment projects, it is proposed and tracked separately from related projects in order to provide for a specific accounting of expenditures related to public safety improvements as projects may be funded with law -enforcement specific grant or seizure funds. The FY18/19 — FY22/23 Public Safety category includes a total of four (4) project categories proposed for the 5-year planning period at a total estimated cost of $2,518,478. This represents 4.6% of the total 5-year General Fund Capital Improvement Program funding request. Three (3) projects are proposed for funding in FY18/19 at a total estimated cost of $368,500. This represents 5.7% of the total funding proposed for FY18/19. Project: Police Facility Improvements (Row 19 of spreadsheet) Funding Request: FY18/19 FY19/20 FY20/21 FY21/22 FY22/23 I Total $248,500 $200,000 $500,000 $500,000 -0- 1 $1,550,000 Submitted By: John Birk, Chief of Police The purpose of this project is to assure that the McHenry Police Department creates a facility that allows for the highest level of effective and efficient operation in line with the agency mission. This project will outline the steps needed to assess, develop a plan and determine if, and when, action should be taken over the next five fiscal budgets. The McHenry Police Department currently utilizes a facility that was allocated in 1991, over 27 years ago. Over the last twenty seven years the city has almost doubled in size allowing for growth within the police department to meet the needs of the public. This department growth combined with technology changes has produced multiple issues in the use of departmental workspace inside the facility. As the facility has aged it no longer meets the needs of the department. In 1991 the police department employed 28 officers and 7 civilian positions. In present day, at full staffing as allocated the department staffs 47 sworn officers, 28 full-time civilian positions and five part time civilian positions. This is over a 214% increase in staffing by the agency. Facility deficiencies can be identified throughout the department, altering planned operations. These conditions affect efficiency, effectiveness, morale, occupant safety, and public perception of the department. A formal review and renovation plan was conducted by FGM Architects in 2014. 15 In the fall of 2016 the police department successfully implemented the first phase of the department renovation. This first phase included the relocation of police administrative services to the second floor of the municipal center building, expansion of the dispatch center, and construction of a new IT office and server room. Phase one was completed in April of 2017. Issues Identified: After completing phase one of the police department renovation the facility was re-evaluated to update identified facility deficiencies. The following deficiencies are still present within the police station. These deficiencies prevent officers from performing their tasks at the highest level of output with the fewest amount of input. Individual Workspace (1) Patrol Sergeants, (2) Commanders, Deputy Chief, & Chief Six patrol sergeants currently share community office space in an area that is approximately 10x21 feet (210 Sq Feet). This area is too small to house the six supervisory staff members. With the increased demands placed on first -line supervisors as they relate to personnel (paperwork and information technology), sergeants are in need of increased work space. It is recommended that the Patrol Sergeants move into the area that is currently occupied by detectives. This square footage will allow for the construction of individual sergeant offices and possibly a central meeting room. This new space would allow for privacy when dealing with personnel issues and holding training/meeting/counseling sessions. Divisional and Operational Workspace Squad Room / Follow-up In -Station Work Area With the increase of the work force as previously stated and the advancements in technology we have determined that the department squad room has limited space for all that our officers must do. In this area our officers are expected to participate in uninterrupted training, information gathering and information dissemination during their roll call times. Due to a lack of additional space the officer's voicemail system, computer report writing stations, evidence packaging station, mailboxes, equipment storage locations and paperwork are also stored inside of the roll call room. These additions add to the distractions of the room, affecting the efficient patrol operation. It is recommended that we develop a separate work space area that allows for computer work, paperwork, telecommunication, evidence packaging, and follow-up to be conducted free of the distraction of the roll call room. In realizing that a large part of an officer's work is the documentation of events handled by them every day, we recognize the importance of this workspace. This change will result in a more professional atmosphere for roll call and training. By creating a separate workspace area for follow-up and in station work, officer's work on evidence, sworn reports and follow-ups will become more accurate, increasing productivity. 16 No structural changes in this area would be required. By moving the phones, computers, mailboxes and small equipment into the now sergeant's office, two distinct workspaces (Roll Call Room & Follow-up In -Station Work Area) would be developed. In order for this to occur the patrol sergeants would need to move to the current investigations area and investigations would need to move to the second floor of the building next to police administration. Investigations The investigation section is currently at its maximum capacity with the workspace provided, allowing for no further growth. The current workspace layout does not allow for the most efficient work environment. Just as previously stated regarding the patrol sergeant's workspace individual offices for the Detective Sergeant and Detectives are requested in this plan. It is recommended that the Investigation Section be moved to the second floor of the City Hall building to accompany the Administrative Section. This move would include offices, meeting room and interview/interrogation rooms. Locker Rooms With the expansion of our work force from 1991 to its current level we have reached the point that our forefathers may not have anticipated. We now have more police employees than we have lockers to assign to them. It is imperative that our officers have access to lockers and adequate facilities to allow them storage of their police equipment and areas to change into their duty uniforms. An expansion of our current locker/bathroom/shower facilities is needed. Training Room The training room is due for a remodel/update. This area of the building has the potential to become a room that is available for use to the public and should be offered in such a manner. It is recommended that this room undergo a facelift to accommodate outside public meetings/trainings in our effort to provide use of the facility to the public. Workout Room With the new recreation center located across the parking lot of the municipal building, the old workout room space can be repurposed. Due to its location this area would should be sufficient in sizing to accommodate a new women's locker room which would free up the existing space for an expansion of the men's locker room. Processing / Cells / Interview Rooms The processing area of the department is in need of an update. Calls for service involving arrestees have grown well over 300% since the processing area was built. The area is too small and creates officer safety and liability issues for the City. It is our recommendation to move the processing area of our holding facility to what is now the salleyport area. This new area would allow for a processing area that is triple the size of our current area, allowing for the processing of more than one prisoner at a time safely. This would also allow us to add an additional holding area in the old processing area if growth justifies it. 17 Salleyport The salleyport for the McHenry Police Department has been insufficient in size since it was built. Currently only one car at a time can enter the salleyport with a prisoner. All other prisoners must be walked in, which is not secure and increases the risks of incidents. It is our recommendation to add a new salleyport, by placing an addition on the northeast corner of the Municipal Center Building, which would allow for up to three vehicles at a time. Conclusion / Implementation Timeline In conclusion, we have identified many of the obvious facility deficiencies that we have seen. In summary we are requesting that an expansion/renovation of our department workspace be approved in the following phases: FY 2018/19: $248,500 Seizure Fund Allocation and $182,000 estimated grant funding allocation. The Police Department currently has approximately $248,500 in Seizure Funds that must be used for non -recurring police expenditures. Additionally, the department is seeking up to $182,000 in grants as part of the last round of renovations related to Police Administration and Dispatch. These funds, combined, will be used for Phase 2 renovations as defined below. Phase 2: Renovation of the northeast portion of the second floor to accommodate the Investigation Division. Renovation of the current detective office for the new placement of all patrol sergeants. Renovation of the current Sergeant office to become the new follow-up in station work area. Renovation of Roll Call Room and first floor hallways. FY 2019/20: $200,000.00 General Fund Allocation (Any available Seizure Funds available at the time of implementation will be used to assist in this Phase) Phase 3: Renovation of the police department training room. FY 2020/21: $500,000 General Fund Allocation Phase 4: Renovation of the police department locker room facilities. FY 2021/22: $500,000.00 General Fund Allocation Phase 5: Renovation of the police department processing area and salleyport. The space needs analysis conducted in 2014 by FGM shows that the police department is currently operating with 8,413 square feet of workspace when based on our agency size and needs,17,878 square of the building should be allocated for the police department. This newly defined square footage accounts for roughly 43% of the Municipal Center. Phase one renovations which was completed in the first quarter of 2017 added approximately 3,500 square feet or workspace. By moving the Investigation Section upstairs during Phase 2 we will 18 free up the additional space needed on the first floor to meet the remainder of our expansion needs. Funding: In an effort to keep this renovation process moving forward the police department has chosen to earmark their current police seizure fund balance for the second phase of this project and will commit future seizure funds to the additional phases in order to conduct as much of the facility renovation as possible without using general funds. Renovation Benefits: By moving forward with the renovation of the police department we are confident that that following benefits will occur. • Increase efficiency and effective of agency • Reduce liability • Address current deficiencies • Address future growth projections • Accommodate consolidation mandate • Reduce health and risk factors • Address security concerns • Improve community service operations • Provide facility space for community events • Improved public perception Project: Police Vehicles (Row 20 of spreadsheet) Funding Request: FY18/19 FY19/20 FY20/21 FY21/22 FY22/23 Total $90,000 $154,500 $159,135 98,346 $135,060 $637,041 Submitted By: John Birk, Chief of Police The purpose of this program is to assure that the McHenry Police Department maintains the proper level of dependable police vehicles needed to service the community in all law enforcement efforts. Vehicles are a primary piece of law enforcement equipment that must be replaced in order to ensure fleet dependability and service to the community. This project will outline the vehicle replacement plan proposed over the course of the next five fiscal budgets. 19 The police department has continued to seek out the most cost effective and efficient way to purchase and use vehicles. Factors considered in the replacement of police vehicles include upfront costs, maintenance cost during the life of the vehicle, projected longevity of the vehicle, community expectations, vehicle work performance needs and projected resale value. The McHenry Police Department currently maintains a vehicle fleet that includes the following vehicles as part of the program: 1. 18 Marked Police Patrol Squad Vehicles 2. 4 Specialty Vehicles (2 SRO Vehicles, 1 CSO Vehicle and 1 Evidence Vehicle) 3. 9 Unmarked Squad Cars In previous years, we have reduced the size of the fleet to reflect the needs of the agency and staffing levels of today. The remaining fleet identified above is predicted to be of sufficient size for the next five fiscal years. It is the goal of the replacement program to continue to replace marked patrol squads once they have exceeded 80,000 miles and unmarked squads that have exceeded 100,000 miles (depending on condition). An evaluation of our current fleet has been conducted and the following replacements over the course of the next five fiscal years are requested. FY18/19: 4 marked police patrol vehicles FY19/20: 3 marked police patrol vehicles and 2 unmarked police vehicles FY20/21: 4 marked police patrol vehicles and 1 unmarked police vehicle FY21/22: 3 marked police patrol vehicles FY22/23: 4 marked police patrol vehicles The above rotating replacement program allows for 67% of the fleet to be rotated out over the course of the next five fiscal years. Below is the breakdown of estimated individual vehicle costs for marked patrol vehicles and unmarked vehicles. A 3% increase has been added for each year due to the increased cost of vehicles. Projected Pricing of Police Vehicles based on 2017/18 pricing with a 3% Cost Increase annually: Marked Police Patrol Squad Cars, Unmarked Vehicles, CSO Vehicle Pricing Total 3% rate increase (2018/2019 fiscal year pricing) 30,000.00 Total 3% rate increase (2019/2020 fiscal year pricing) 30,900.00 Total 3% rate increase (2020/2021 fiscal year pricing) 31,827.00 Total 3% rate increase (2021/2022 fiscal year pricing) 32,782.00 Total 3% rate increase (2022/2023 fiscal year pricing) 33,765.00 20 The above projected replacements would be needed to maintain the current level of police services to the community. Police vehicles are the key piece of equipment used by all officers to perform their job tasks and are a necessity to perform both routine jobs and those of an emergency nature. A review of vehicle maintenance records has shown that marked police vehicles (driven 24 hours a day by numerous people) begin to experience an increase in minor and major mechanical problems after they have exceeded 80,000 miles. The cost to repair and maintain a marked police patrol over 80,000 miles will exceed the benefit of keeping it in service. Unmarked police vehicles are often driven by only one officer and subsequently last longer and are maintained in better condition. Based on maintenance records, unmarked police vehicles can often exceed 100,000 miles before experiencing an increase in both minor and major mechanical issues. In recent years, the police department has reduced its marked fleet to a size that is manageable and meets the needs of police demands. This reduction saves the city in annual repairs and maintenance cost to the fleet. By adopting and following the above replacement schedule the remaining vehicles are replaced at times that allow for minimal repair costs during the life of each vehicle and maximum revenue for vehicles sold at auction. Maintaining a dependable and functional police fleet is crucial to the mission of the agency. Because of the nature of police work, police vehicles are used in a rigorous manner unlike other vehicles. Assuring that vehicles are replaced at the opportune time allows for a financial benefit to the City, safe vehicles for our officers and vehicles that can meet the demands of the community. Based on Council direction, three (3) marked patrol vehicles will be included in the FY18/19 Capital Improvement Program Budget. 21 Project: Police Vehicle Equipment (Row 21 of spreadsheet) Funding Request: FY18/19 FY19/20 FY20/21 FY21/22 FY22/23 Total $30,000 $39,652 $46,233 $31,836 $43,296 $191,017 Submitted By: John Birk, Chief of Police The purpose of this program is to assure that the McHenry Police Department maintains the proper level of equipment needed in all police vehicles. This program will outline the vehicle equipment replacement plan proposed over the course of the next five fiscal budgets. The McHenry Police Department currently maintains a vehicle fleet that includes the following vehicles as part of the vehicle replacement program: 1. 18 Marked Police Patrol Squad Vehicles 2. 4 Specialty Vehicles (2 SRO Vehicles, 1 CSO Vehicle and 1 Evidence Vehicle) 3. 9 Unmarked Squad Cars In previous years we have reduced the size of the fleet to reflect the needs of the agency and staffing levels of today. The remaining fleet identified above is predicted to be of sufficient size for the next five fiscal years. It is the goal of the replacement program to continue to replace marked patrol squads once they have exceeded 80,000 miles and unmarked squads that have exceeded 100,000 miles (depending on condition). An evaluation of our current fleet has been conducted and the following replacements over the course of the next five fiscal years are requested. As current vehicles are replaced (highlighted in "FY1819 Project Request — Police Vehicles Program" new equipment will be needed for each vehicle. The need for this new equipment is due to the following factors: 1. Age of current equipment: Equipment is transferred from one car to another when feasible but replacement must occur when factors of (1) excessive use /wear, (2) expiration of warranty, and (3) equipment failure are present. The maximum life on all vehicle equipment is 5 to 8 years. 2. Compatibility of old equipment: With the purchase of new model police vehicles existing equipment parts (cages, consoles, computer mounts, prisoner seats, etc.) are not compatible. The following vehicle replacements will require vehicle equipment purchases annually overthe next five years: 22 FY18/19: 4 marked police patrol vehicles FY19/20: 3 marked police patrol vehicles and 2 unmarked police vehicles FY20/21: 4 marked police patrol vehicles and 1 unmarked police vehicle FY21/22: 3 marked police patrol vehicles FY22/23: 4 marked police patrol vehicles Below is the breakdown of estimated equipment costs for each type of vehicle purchased. Pricing is based on fiscal year 2017/18 pricing and will have a 2% increase added for each year due to the increased cost of equipment and labor. It should be noted that (1) in -squad computers have been submitted in a separate I.T. Department CIP submission titled "Police Vehicle Computer Replacement Program"; (2) in squad video camera systems have been submitted in a separate Police Department CIP submission titled "Police In -Car and Body Cameras"; and, (3) radar units and roof top LED light bars are only replaced during specific years, based on operating condition and warranty status. Marked Squad Equipment Cost Analysis: Description Pricing Radar Unit with Install 2,100.00 Vehicle Striping 600.00 Emergency Lights, Electronics & Mounting Hardware 3,600.00 Prisoner Cage & Window Bars 1,400.00 Installation Labor 2,300.00 Total cost per marked vehicle 10,000.00 Total (2018/2019 fiscal year pricing) 40,000.00 Total 2% rate increase (2019/2020 fiscal year pricing) 30,600.00 Total 2% rate increase (2020/2021 fiscal year pricing) 41,616.00 Total 2% rate increase (2021/2022 fiscal year pricing) 31,836.00 Total 2% rate increase (2022/2023 fiscal year pricing) 43,296.00 Unmarked Squad Equipment Cost Analysis: Description Pricing Emergency Lights, Siren & Hardware 2,500.00 Gun Rack 650.00 Installation Labor 1,200.00 Total Cost per unmarked vehicle 4350.00 Total (2018/2019 fiscal year pricing) 0.00 Total 2% rate increase (2019/2020 fiscal year pricing) 9,052.00 Total 2% rate increase (2020/2021 fiscal year pricing) 4,617.00 Total 2% rate increase (2021/2022 fiscal year pricing) 0.00 Total 2% rate increase (2022/2023 fiscal year pricing) 0.00 23 The above equipment replacement program would be needed to maintain the current level of police services to the community. Police vehicle equipment is required for all officers to perform their job tasks and is a necessity to perform both routine jobs and those of an emergency nature. Equipment placed in vehicles is directly related to the effective and efficient operations of the department. Dependable emergency vehicle equipment is critical to the performance and mission of the agency. Emergency lighting and equipment reduces risk of vehicle accidents /city liability and allows officers to respond to emergency calls in a fast and safe manner. Prisoner transport equipment (cages and seats) allow for a reduced risk of officer injury and arrestee injury. In order to ensure safe roadways throughout the community, traffic enforcement is expected to be conducted by all sworn officers. Modern, reliable radar units will assist officers in completing this task. Based on Council direction, equipment for three (3) marked patrol vehicles will be included in the FY18/19 Capital Improvement Program Budget. Project: Police In -Car and Body -Worn Cameras (Row 22 of spreadsheet) Funding Request: FY18/19 FY19/20 FY20/21 FY21/22 FY22/23 Total -0- $60,480 $60,480 $60,480 $60,480 $241,920 Submitted By: John Birk, Chief of Police The purpose of this program is to replace the police department's current in -car video camera systems as they reach end of life and incorporate the use of body -worn cameras into the agency's video camera program. Specifically this program is a two part program. Part one is the replacement of all existing in -car video camera systems and part two is implementing (for the first time) body -worn cameras that are compatible with the agency in -car system. In -Car System: The McHenry Police Department has had an established in -car video camera program since 2001. Since this time the agency has migrated from it original platform of VHS tapes to digital recorders that download video to an in-house server. The current in -car video camera systems in use today are near end of life as they have been in service since 2008. Existing Illinois law dictates the manner and use that in -car video cameras can be use in law enforcement and the McHenry Police Department has an establish policy. 24 Body -Worn System: Illinois Governor Bruce Rauner signed into law the Law Enforcement Officer -Worn Body Camera Act that took effect on January 1, 2016. The Act, in summary, states that any agency deploying body worn cameras must abide by the provisions of the Act. Some of the provisions are: • Cameras must be turned on at all times when the officer is in uniform and is responding to calls for service or engaged in any "law enforcement -related encounter" or activity that occurs while the officer is on -duty. • Recordings must be retained for a minimum of 90 days. o Recordings may not be altered, erased or destroyed prior to the expiration of the 90- day storage period. o Following 90-day storage period recordings must be destroyed unless flagged. An encounter is flagged when: ■ A formal or informal complaint has been filed; ■ The officer discharged his firearm; ■ Death or great bodily injury occurred; ■ The encounter resulted in a detention or an arrest, excluding traffic stops which resulted in only a minor traffic offense or business offense; ■ The officer is the subject of an internal investigation or otherwise being investigated for possible misconduct; ■ The supervisor of the officer, prosecutor, defendant, or court determines that the encounter has evidentiary value in a criminal prosecution; or ■ The recording officer requests that the video be flagged for official purposes related to his/her official duties. o Under no circumstances shall any recording made with an officer -worn body camera relating to a flagged encounter be altered or destroyed prior to 2 years after the recording was flagged. If the flagged recording was used in a criminal, civil, or administrative proceeding, the recording shall not be destroyed except upon a final disposition and order from the court. The possibility exists of a law being passed in Illinois that makes the use of body worn cameras mandatory for all police agencies. The McHenry Police Department is incorporating the body - worn part of this program with this situation in mind. Expense: The acquisition of new in -car video camera systems and body -worn systems can occur in one of two ways; purchase or lease. The data storage can all also be done in one of two ways; local in-house servers or cloud based storage. 25 Staff has researched the different acquisition methods and found that at the time of this CIP proposal, the use of leased equipment and cloud based storage would be the best choice. The benefits to leased equipment and cloud storage are: • Lower upfront costs or first year implementation cost. • Automatic hardware upgrade/replacement every three years. • No hardware or maintenance costs associated with purchasing servers or managing them. • Maintenance, repairs and replacements are done as part of the lease with no additional costs to the department. Leased In -Car and Body Worn Camera Equipment Analysis: In conducting research Staff identified Body Worn Inc. as a leading contender in the lease of both in -car cameras and body -worn cameras. Body Worn Inc. offers a 5 year lease agreement (as of January 2017) that includes all needed in -car cameras and body worn cameras based upon the agencies sworn level and officers who would be using the body -worn cameras. The average price of $120.00 is estimated as the cost per month per body -worn camera. Eighteen in -car cameras are build into the monthly price. With the lease of 42 body -worn cameras and 18 in -car cameras the estimated annual cost of the lease program would be 60,480.00. Benefit: There have been many studies on the use of in -car cameras and body -worn cameras that show the benefits of this equipment. In -car video cameras are used for the following reasons: As method of documenting offender actions. As method of documenting officer actions. As a method of document evidence and crime scenes. As method to reduce agency liability and protect officers against false accusations. As method for holding officers accountable for their inappropriate actions. As a method for justifying officer's action in the line of duty. Body -worn cameras for police agencies has seen significant grow in the last two years. The benefits to the use of body -worn cameras are significant. Some of which are: • The necessity to record every interaction with residents is bound to minimize complaints about police officer behavior and the unnecessary use of force, because interactions are captured for everyone to see. • Use of the cameras while on -duty provides hard video evidence of decisions made by officers in high intensity situations. • Video recorded by body cams protect any false accusations, misconduct, or abuse against officers. • Increases transparency and accountability of officers. • May help prevent and de-escalate confrontational situations between officers and civilians. 26 • May help provide valuable evidence in obtaining accurate witness and victim statements. • Video footage captured may help speed up court proceedings by providing indisputable proof of situations. This may lead to a reduction in court expenses due to an increase in pre-trial plea bargains or possibly an increased rate of convictions. 27 Parks Projects Projects identified in the Parks category are related to the maintenance of existing parks facilities/amenities. Where possible, park improvements are included for consideration in the Developer Donation Fund CIP. The FY18/19 — FY22/23 Parks category includes a total of three (3) project categories proposed for the 5-year planning period at a total estimated cost of $1,090,000. This represents just 2% of the total 5-year General Fund Capital Improvement Program funding request. Two (2) projects are proposed for funding in FY18/19 at a total estimated cost of $55,000. This represents .8% of the total funding proposed for FY18/19. Based on Council direction, the Veteran's Memorial Park Shelter Replacement/Expansion has been deferred to FY22/23. Project: Knox Park/Merkel Aquatic Center Improvements (Row 44 of spreadsheet) Funding Request: FY18/19 FY19/20 FY20/21 FY21/22 FY22/23 I Total $30,000 $200,000 $500,000 $500,000 -0- 1 $1,230,000 Submitted By: Bill Hobson, Director of Parks and Recreation Project Purpose, Description and Benefit An analysis was completed of the Merkel Aquatic Center in 2014. The facility is largely in relatively good shape with an estimated remaining life of approximately 12 years. The immediate concern for the pool itself will be the replacement of the liner in two years at the latest. Other considerations however should be made regarding the potential additions for the facility such as a potential waterslide utilizing the hillside, deck amenities or even a party deck/ cabana area to increase revenues. All of these improvements are also contingent upon the potential construction of a new aquatic facility. The park itself will also need some improvements in the near future. These include the projects that are listed below: Project Fiscal Year Amount Knox East Parking Lot Lighting FY18/19 $30,000 Pool Liner & Gutters FY19/20 $80,000 28 Pool Heater FY19/20 $30,000 Pool Amenities and Features FY19/20 $40,000 Spray Pad Are Installation FY20/21 $200,000 Pavilion Adjacent to Pool FY20/21 $25,000 Renovation and Replacement of Concrete Pool Deck FY20/21 $30,000 Barn Renovation FY21/22 $250,000 Project: Petersen Park Improvements (Row 45 of spreadsheet) Funding Request: FY18/19 FY19/20 FY20/21 FY21/22 FY22/23 Total $25,000 $154,500 $159,135 $98,346 $135,060 $572,041 Submitted By: Bill Hobson, Director of Parks and Recreation There are a number of improvements at Petersen Park that are proposed over the next five years to maintain and improve this amenity as a premiere athletic complex, as well as the grounds for our larger festivals such Fiesta Days and Blues, Brews and BBQ's. Additionally, the beach area is an attraction for many of our residents and a highlight of our parks system. Maintenance -related projects are identified here in the General Fund CIP, while new amenities are included in the Developer Donation CIP. Below is a list of the potential projects for implementation from the General Fund CIP. Project Fiscal Year Amount Beach Shade Structure FY18/19 $25,000 Replacement of Right Field netting FY19/20 $25,000 Fencing replacement field #5 FY20/21 $25,000 29 Project: Veteran's Memorial Park Shelter Replacement/Expansion (Row 46 of spreadsheet) Funding Request: FY18/19 FY19/20 FY20/21 FY21/22 FY22/23 Total -0- -0- 1 -0- -0- $80,000 $80,000 Submitted By: Bill Hobson, Director of Parks and Recreation Project Purpose, Description and Benefit The Veteran's Memorial Park Washroom facility is in the proposed Developer Donations CIP for renovation this year. The park is one of the most popular for event and for rentals. It used virtually year round. The replacement of the smaller 20' x 30' picnic shelter at the same time as the washroom renovation would provide cost savings. More importantly, it would provide a facelift to this key park in the center or the city. The last benefit of the replacement speaks to the ability to program the park throughout the year. By adding a larger 40' x 60' shelter with a new concrete pad, the venue will allow an ideal location for an additional ice rink in the winter time. This could be a synthetic ice surface to extend the skating season. A representative picture of the type of shelter being envisioned is provided below: 30 Motor Pool Projects Project identified in the Motor Pool category include all departmental vehicle and equipment requests except for the Police Department and Water/Sewer/Utility Divisions of the Department of Public Works. As has been identified previously, all departments/divisions have a vehicle replacement program schedule that is based on a number of factors including vehicle mileage, service hours, and maintenance records. Also, as a reminder, vehicle and equipment replacements were "frozen" during and just after the economic downtown which resulted in replacement programs being delayed and, as a result, the need to extend usage on vehicles and equipment for an additional 2-3 years. NOTE: All vehicle requests are for the replacement of vehicles currently in service and not for the purchase of new vehicles. Vehicles being replaced will be auctioned. The FY18/19 — FY22/23 Motor Pool category includes a total of five (5) project categories proposed for the 5-year planning period at a total estimated cost of $2,964,000. This represents 5.4% of the total 5-year General Fund Capital Improvement Program funding request. Five (5) projects are proposed for funding in FY18/19 at a total estimated cost of $658,000. This represents 10.1% of the total funding proposed for FY18/19. Based on Council direction, the FY18/19 Street — Vehicle Replacement program has been reduced to $415,000 through a reduction of two (2) dump trucks and one (1) pickup truck in the Streets — Vehicle Replacement project. Project: Streets —Vehicle Replacement (Row 56 of spreadsheet) Funding Request: FY18/19 FY19/20 FY20/21 FY21/22 FY22/23 Total $415,000 $595,000 $408,000 $415,000 $227,000 1 $2,060,000 Submitted By: Jon Schmitt, Director of Public Works Project Purpose, Description and Benefit The following is the proposed replacement schedule for Streets Division vehicles: Vehicle Fiscal Year Amount Replacement of two (2) 2001 International dump trucks (67,548 and 58,683 miles, respectively) FY18/19 $360,000 31 Pickup truck to replace a 2003 1-ton with FY18/19 $55,000 79,395 miles Future Needs Include: • FY19/20 — Replacement of a 2003 International dump truck, replacement of a 2004 International dump truck with an under belly plow and replacement of a 2005 international truck. Replacement of a 2006 ford 1-ton dump truck. • FY20/21 — Replacement of two (2) 2006 International dump truck. Replacement of a 2008 Ford pickup truck. • FY21/22 — Replacement of two (2) 2008 International dump trucks, one with an underbelly plow. Replacement of a 2012 Ford F250 pickup truck. • FY22/23- Replacement of a 2011 International dump truck with an underbelly plow. Replacement of a 2006 1 1/2-ton mechanics truck. Project: Streets — Equipment Replacement (Row 57 of spreadsheet) Funding Request: FY18/19 FY19/20 FY20/21 FY21/22 FY22/23 Total $130,000 $160,000 $120,000 $60,000 $60,000 $530,000 Submitted By: Jon Schmitt, Director of Public Works The following is the proposed replacement schedule for Streets Division equipment: Equipment Fiscal Year Amount Replacement of a Case loader/backhoe that is more than 20 years old FY18/19 $130,000 Future Needs Include: • FY19/20 — Replacement of a 2005 Case loader/backhoe and a 2003 Dyna-pac roller. • FY20/21— Replacement of a 2005 Case uni loader, 2005 Morbark chipper. 32 • FY21/22 — Replacement of a 2007 Morbark chipper. • FY22/23 - Replacement of a 2003 New Holland mowing tractor. Project: Parks —Vehicle Replacement (Row 58 of spreadsheet) Funding Request: FY18/19 FY19/20 FY20/21 FY21/22 FY22/23 Total $70,000 $35,000 $35,000 $60,000 -0- $200,000 Submitted By: Bill Hobson, Director of Parks and Recreation The following is the proposed replacement schedule for Parks and Recreation Vehicles: Equipment Fiscal Year Amount Pickup truck with plow replaces a 2005 FY18/19 $35,000 pickup with currently 96,000 miles Pickup truck with plow replaces a 2001 FY18/19 $35,000 pickup with currently 113,000 miles Future Needs Include: • FY19/20 — Replacement of a 2002 pickup • FY20/21— Replacement of a 2003 pickup truck with plow • FY21/22 — Replacement of a 2005 1-ton dump truck 33 Project: Parks — Equipment Replacement (Row 59 of spreadsheet) Funding Request: FY18/19 FY19/20 FY20/21 FY21/22 FY22/23 Total $15,000 $55,000 $20,000 -0- -0- $90,000 Submitted By: Bill Hobson, Director of Parks and Recreation The following is the proposed replacement schedule for Parks and Recreation Equipment: Equipment Fiscal Year Amount Ballfield Machine FY18/19 $15,000 Future Needs Include: • FY19/20 — Attachments for utility vehicle • FY20/21— Aerator Project: Community Development —Vehicle Replacement (Row 60 of spreadsheet) Funding Request: FY18/19 FY19/20 FY20/21 FY21/22 FY22/23 Total $28,000 $28,000 $28,000 -0- -0- $84,000 Submitted By: Ross Polerecky, Director of Community Development The following is the proposed replacement schedule for Community Development vehicles: Equipment Fiscal Year Amount Replacement of 2003 Ford pickup truck FY18/19 $28,000 Future Needs Include: 34 • FY19/20 - Replacement of a 2005 Ford pick-up truck • FY20/21- Replacement of a 2005 ford pick-up truck 35 Streets/Sidewalks/Signals Projects Projects identified in the Streets/Sidewalks/Signals category include all streets -related projects, street lighting projects, municipal parking lot maintenance, annual sidewalk program, and the tree replacement program. For FY18/19, the project Downtown Parking/Access Improvements has been added to this category. When considering projects for potential funding it is important to note that the projects highlighted in YELLOW on the spreadsheet (Rows 88 through 91) are projects for which the City has committed General Fund dollars in order to leverage other, non - municipal funding. For this reason, the General Fund commitment for these projects, totaling $723,000, cannot be changed without forfeiting the leveraged funds. Projects identified in are recommended for funding from the General Fund Balance. The FY18/19 — FY22/23 Streets/Sidewalks/Signals category includes a total of sixteen (16) project categories proposed for the 5-year planning period at a total estimated cost of $44,396,269. This represents 80.4% of the total 5-year General Fund Capital Improvement Program funding request. Twelve (12) projects are proposed for funding in FY18/19 at a total estimated cost of $4,503,200. This represents 69.1% of the total funding proposed for FY18/19. Based on Council direction, $500,000 has been identified for bid request for a Street Program; Downtown Parking/Access Improvements has been reduced to $280,000 for Downtown Lighting Projects only; the Tree Replacement Program funding has been removed for FY18/19; and, funding for the Sidewalk Program funding has been identified at $50,000. Project: Street Program (Row 86 of spreadsheet) Funding Request: FY18/19 FY19/20 FY20/21 FY21/22 FY22/23 I Total $500,000 $11,726,605 $14,354,524 $9,007,689 $1,961,5311 $37,550,349 Submitted By: Jon Schmitt, Director of Public Works Project Purpose, Description and Benefit The city has approximately 125 centerline miles of roadway under their jurisdictional responsibility. To establish the priority list of street improvements, staff and the city engineer visit each street to verify and inspect the current condition of the pavement in order to rank streets for improvement. Street ranking is based on a 10-point system, with the ranking of #1 being equivalent to a gravel road and a ranking of #10 being equivalent to a newly paved road. Based on the most recent rankings, verified in 2017, funding was requested in FY18/19 in the amount of $8,493,314 for streets with a ranking of #3; FY19/20 in the amount of $11,726,605 for streets with a ranking of #4; FY20/21 in the amount of $14,354,524 for streets with a 36 ranking of #5; FY21/22 in the amount of $9,007,689 for streets with a ranking of #6; and FY22/23 in the amount of $1,961,531 for streets with a ranking of #7. Unfortunately, the amount of improvements far outweighs the dollars available in Motor Fuel Tax (MFT) revenues and/or General Fund revenues to be able to undertake these projects. In fact, in recent years, MFT dollars have been dedicated to a combination of purchasing road salt and as the local match for multi-jurisdictional/multi-funding source projects. The needs of the Streets Program are only increasing, not diminishing and, as such, beginning in FY14/15 the City Administration made a concerted effort to dedicate a portion of General Fund Revenues to fund the Street Program. While it is not possible that all of the annual needs of the Street Program can be met, it is step towards addressing the highest priority/lowest ranked streets. Project: Pavement Maintenance (Cracksealing and Reclamite) (Row 87 of spreadsheet) Funding Request: FY18/19 FY19/20 FY20/21 FY21/22 FY22/23 Total $50,000 $75,000 $75,000 $75,000 $75,000 $350,000 Submitted By: Jon Schmitt, Director of Public Works Reclamite is an asphalt rejuvenator that is applied on the newly paved roads within the first year to extend the life of the road. This will be applied on the roads that were resurfaced in 2017. All the roads that can be crack sealed are complete at this time. At some time in the future, with the roads that have been paved in the last seven to ten years, crack sealing will start again. 37 Project: Pearl Street/Lincoln Road Improvements (Row 88 of spreadsheet) Funding Request: FY18/19 FY19/20 FY20/21 FY21/22 FY22/23 I otal $2,367,500 -0- -0- -0- -0- 1 $2,367,500 Submitted By: Jon Schmitt, Director of Public Works This project is proposed for funding from multiple sources. The City's total commitment is $836,000 with $207,000 coming from the Motor Fuel Tax (MFT) Fund and the remaining $629,000 from the General Fund. The McHenry County Council of Mayors placed the Pearl Street/Lincoln Road Improvements project on their FFY 2019 program for $1,500,000 of Surface Transportation Program (STP) funding. Due to recent updates to the STP funding schedule local projects are being allowed to move to construction as soon as project readiness allows. The McHenry Township Road District has committed to allocating funds towards Phase III Engineering and construction of improvements which fall under their jurisdiction which is approximately 1,100 linear feet of Lincoln Road. The project will include intersection capacity improvements, on -street bicycle lanes between Illinois Route 31 and the Fox River, an off-street bicycle path between the Fox River and Chapel Hill Road, sidewalk improvements to conform to the latest accessibility guidelines, curb and gutter replacement, bridge deck rehabilitation and resurfacing. STP funding will pay for up to 80% of the total cost of construction and Phase III engineering with a local match requirement of 20%. The City is responsible for 100% of Phase I and II Engineering costs. In fall of 2016 an inspection of the concrete deck on the Pearl Street Bridge was performed. As a result of the inspection concrete bridge deck repairs were identified with an estimated construction cost of $250,000. The City will be responsible for 100% of the deck repair costs because the structural sufficiency rating for the bridge is above threshold levels for federal participation. General Fund revenues will be utilized for the City's cost of the project. On September 14, 2015 City Council approved a Preliminary Engineering Services Agreement for Motor Fuel Tax Funds with HR Green, Inc. in a lump sum amount of $169,200.00 for Phase I & II Engineering of the Pearl Street/Lincoln Road Improvement. Also included in the contract bid plans is the extension of approximately thirty-five sanitary sewer stubs from the sanitary sewer main under the Lincoln Road pavement to the homeowner's property line. City staff and the City Attorney are investigating option to recapture the cost of the sanitary sewer stub installations through future annexation agreements, adoption of requiring payment upon connection or creation of a special service area assessment (SSA). The contract documents are being prepared to meet an April 2018 IDOT letting date. 38 Project: Ringwood Road Improvements (Row 89 of spreadsheet) Funding Request: FY18/19 FY19/20 FY20/21 FY21/22 FY22/23 Total $264,500 1 -0- -0- -0- -0- $264,500 Submitted By: Jon Schmitt, Director of Public Works The McHenry County Council of Mayors awarded $1.5 million dollars though the Surface Transportation Program (STP) for this project. The Village of Ringwood is the lead agency on the Ringwood Road Improvement Project (Route 120 to Spring Grove Road). The Village of Johnsburg, McHenry Township Road District and the City of McHenry are participating on their respective jurisdictional responsibility. The Village of Ringwood completed the Phase I on the proposed project. The Village of Johnsburg and the McHenry Township Road District have also committed to allocating funds towards Phase II Engineering and construction of the road improvements. The City of McHenry's portion of the project is approximately 3,200 feet of Ringwood Road, north of Route 120. The proposed improvements consist of hot -mix asphalt surface removal, hot -mix asphalt resurfacing with binder course and surface course, patching and pavement striping. STP funding will pay for up to 80% of the total cost of construction and Phase III Engineering with a local match requirement of 20%. General Fund revenues will be utilized for the City's cost of the project. On June 5, 2017 the City Council approved an inter- governmental agreement for the City's portion of local participation for construction and phase III Engineering. The approved City portion for construction and Phase III engineering is $52,800. This project will be let to bid on the January 19, 2018 IDOT State Letting. Project: Curran Road S-Curve Improvements (Row 90 of spreadsheet) Funding Request: FY18/19 FY19/20 FY20/21 FY21/22 FY22/23 Total $35,000 $460,000 -0- -0- -0- $495,000 Submitted By: Jon Schmitt, Director of Public Works Project Purpose, Description and Benefit The Illinois Department of Transportation though the Highway Safety Improvement Program (HSIP) awarded $450,000 for this project. The improvements on Curran Road from 39 approximately 400 feet south of Route 120 to Ojibwa Lane includes super -elevated pavement, 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. General Fund revenues will be utilized for the City's cost of the project. 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 Engineering is anticipated to be completed in fall of 2017 and Phase II Engineering will begin upon IDOT approval of the Phase I Project Development Report. Construction is currently anticipated to be completed in 2019. Project: Bull Valley Bike Path Extension (Row 91 of spreadsheet) Funding Request: FY18/19 FY19/20 FY20/21 FY21/22 FY22/23 Total $37,500 -0- -0- -0- -0- $37,500 Submitted By: Jon Schmitt, Director of Public Works This request is for funding for Phase I Engineering Services for the Bull Valley Road Bike Path Extension Project. As part of the Bull Valley Road/Charles J. Miller Road project from Illinois Route 31 to River Road, the McHenry County Division of Transportation (MCDOT) installed a 10-foot wide shared -use path along Charles J. Miller Road from the intersection of Illinois Route 31 to the entrance of Moraine Hills State Park. While the path's construction along the County Highway provides mobility for pedestrians and cyclists, it does not provide a connection to the McHenry County Conservation District Prairie Trail located 4,300 feet west of Illinois Route 31. This project has been identified by regional planning agencies as a high priority project which may be eligible for federal grant funding such as TAP or ITEP. Projects which are funded through these programs are not typically eligible for federal funding for Phase I Engineering. Phase I Engineering Services will need to be completed in order for federal grant funding to be awarded for Phase II Engineering along with Construction and Phase III Engineering Services. The City and the McHenry County Division of Transportation have been seeking to partner with an intergovernmental agreement to share engineering and construction costs, pursue grant funding, coordinate land acquisition, and negotiate with the Union Pacific Railroad to install a pedestrian crossing. The Division of Transportation has carried this project in its five year Transportation Program and has included funding for Phase I Engineering for this project in its ►e FY 2018 budget. The results of the Phase I Engineering Study will allow the City to identify an Engineer's Opinion of Probable Cost to the project and pursue federal grant funding for this project. When completed this project will enhance mobility for pedestrian cyclists between two major regional trail systems and allow City residents better access to such trail systems. Project: Timothy Lane/Clover Avenue Water Main Replacement (Row 92 of spreadsheet) Funding Request: FY18/19 FY19/20 FY20/21 FY21/22 FY22/23 Total $345,000 -0- -0- -0- -0- $345,000 Submitted By: Jon Schmitt, Director of Public Works This is a multi -funded project related to the replacement of a water main on Timothy Lane and Clover Avenue. The water main costs ($830,000) will be accounted for in the Water/Sewer Fund and the roadway repair costs ($345,000) will come from the General Fund Balance. The existing 4" ductile iron and transite water main on Timothy Lane and Clover Avenue is in need of replacement. Both locations have a long history of water main breaks due to the water main deteriorating as a result of corrosion, age, settlement, etc. Additionally the 4" diameter main is no longer compliant with current standards for size and capacity. Approximately 2,450 lineal feet of water main will be replaced and increased to an 8" diameter water main. Fire hydrants, valve vaults, new service lines and b-boxes will be installed per current standards. Other improvements will include roadway resurfacing and minor drainage improvements such as concrete gutter and driveway culvert replacements. The approximate location of the proposed improvements is on Timothy Lane and Clover Avenue with project limits between Dale Avenue and Green Street. City Council approved a Professional Service Agreement on July 17, 2017 with HR Green for design and bidding services for $32,311.40. 41 Project: Green Street Bridge Rehabilitation (Row 93 of spreadsheet) Funding Request: FY18/19 FY19/20 FY20/21 FY21/22 FY22/23 Total $451,500 -0- -0- -0- -0- $451,500 Submitted By: Jon Schmitt, Director of Public Works The Green Street Bridge, which was constructed in 1949, is in serviceable condition and will not be in need of replacement for some time. Currently the sufficiency rating of the bridge does not make it eligible for federal participation for replacement or major rehabilitation. However, the bridge has shown sufficient deterioration that minor rehabilitation will be required to maintain the bridge until a point in time at which it would become federally eligible for replacement. Recent inspections have shown that the concrete sidewalks are in need of replacement as well as needed repairs and reconnections for the bridge railing. The concrete fascias which support an above -ground stream crossing for a city water main are also showing heavy deterioration and may be in need of minor structural repairs. Other minor work would include rehabilitation of the approach pavement which has settled behind the abutments and a replacement of the asphalt wearing surface. City Council approved a Professional Services Contract with Bollinger Lach and Associates, Inc. on July 17, 2017 in the amount of $17,650 for professional engineering design services for the rehabilitation of the Green Street Bridge. The Funding Request includes $455,000 to construction funding and $45,000 for Phase III Construction Engineering Services. $451,500 of this is being requested from the General Fund Balance, with the remaining $48,500 from the Water/Sewer Fund. This project will enable the City to maintain the structure until it can be eligible for federal funding for replacement. 42 Project: Downtown Parking Access Improvements (Row 94 of spreadsheet) Funding Request: FY18/19 FY19/20 FY20/21 FY21/22 FY22/23 Total $280,000 $365,000 -0- -0- -0- $645,000 Submitted By: Jon Schmitt, Director of Public Works With a desire to improve downtown parking opportunities the City recently undertook a comprehensive analysis to identify lighting and parking lot expansion projects. On December 4, 2017 City Council approved a professional engineering services contract with Baxter & Woodman, Inc. in the amount of $64,400 to complete design services for the project contained in this project. While it has been expressed that the potential focus for FY18/19 should be on lighting improvements with expansion improvements delayed to future years, for the purpose of the CIP, all projects are included in year 1. These can be prioritized and spread over the 5- year planning period at the discretion of Council for inclusion in the FY18/19 Budget. In summary, lighting improvements total $280,000 and parking expansion totals $365,000. Lighting Improvements: Veterans Park Lighting Improvements - $150,000 This project includes upgrades to the existing lighting inside of Veterans Park and the addition of new lighting surrounding the perimeter of the park in order to provide better lighting for public parking spaces which surround the park. Court Street Parking Lot Lighting Improvements - $55,000 This project includes modifying the existing lighting configuration in both the existing upper and lower Court Street parking lots. The project will include the addition of new poles, foundations, necessary wiring and conduit, as well as the upgrade of poles and fixtures on existing foundations which match the overall lighting concept. Riverside Drive Alley Lighting Improvements - $75,000 This project includes upgrading lighting for the public parking alley located to the west of Riverside Drive between Elm Street and Pearl Street. Improvements will include the installation of new poles, foundations, as well as necessary wiring and conduit. Parking Expansion Improvements: Riverside Drive Parking Lot Expansion - $200,000 This project includes all site work, paving, drainage, lighting/electrical associated with the site development of a City owned parcel adjacent to the existing parking lot at the south end of Riverside Drive and expanding the parking lot. 43 Court Street Parking Lot Construction - $165,000 This project includes all demolition, site work, paving, drainage, lighting/electrical associated with demolishing the former Water Division offices located on Court Street and utilizing this City owned parcel to create new City owned parking spaces. Project: Municipal Parking Lot Maintenance (other than Downtown Lots) (Row 95 of spreadsheet) Funding Request: FY18/19 FY19/20 FY20/21 FY21/22 FY22/23 Total $97,200 $104,600 $231,245 $118,000 $188,875 $739,920 Submitted By: Jon Schmitt, Director of Public Works The City is responsible for a total of 21 parking lots other than those located in the downtown area. To establish the priority list of parking lot improvements, staff and the city engineer visit each parking lot to verify and inspect the current condition of the pavement in order to rank the lots for improvement. Like street rankings, parking lot rankings are based on a 10-point system, with the ranking of #1 being equivalent to a gravel parking lot and a ranking of #10 being equivalent to a newly paved lot. The chart on the following page reflects this prioritization: 44 City of McHenry Parks and Facilities McMParking Lot Inventory Facility Area (So YD) Condition Rating Resurfacing Cost Year Resurfaced Knox Park Barn (Lot B) 4,444 1 $ 111,100.00 Knox Park Barn (Lot C) 5,777 1 $ 144,425.00 Miller River Front Park 6,666 1 $ 166,650.00 Fox Ridge Park 5.833 1 $ 145.825.00 Lakeland Park Boat Launch 460 1 $ 11,600.00 Petersen Park, Picnic Area Parking 3,888 1 $ 97,200.00 West Beach Park 1,239 2 $ 30,975.00 Parks Department Maintenance Building 3,888 2 $ 97,200.00 East Beach Park 723 3 $ 18,075.00 Knox Park (Lot A) 6,607 3 $ 231,245.00 Hickory Farm 2,222 4 $ 56.560.00 Petersen Park (Lot A) 4,720 5 $ 118,000.00 Public Works Facility Lot 7,565 6 $ 188,875.00 Althoff Park 5,785 6 $ 144,625.00 Petersen Park Back Lot (Lot B) 1,777 6 $ 44,425.00 Petersen Park Beach 7,000 7 $ 176,000.00 Shamrock Park 4,111 7 $ 102,775.00 Municipal Center 8,888 7 $ 222,200.00 Freund Field 1,833 7 $ 45,825,00 Petersen Park Oak Lot (Lot C) 2,333 9 $ 58,325.00 2014 Lakeland Park Community Center Lot 1,166 10 $ 29,150.00 2016 Recreation Center 3,333 10 1 $ 83,325.001 2015 Facilities condition rated at "1" are currently maintained as gravel lots and/or access roads. Resurfacing Cost Estimated at $25/SQ YD Knox Park costs are estimated at $35(SQ YD Due to necessary site drainage improvements From this list the following projects are identified for improvement within the 5-year planning period. 3 City of McHenry - 5 Year Parking Lot Resurfacing Program (2018-2022) \k lk�n 2018 Program Lecatlon Improvements Aro Relinpn Coct Parks Maintenance DarnsI Resurfecin . Pavement Markings. Misc Repair; 3,888 2. $ 97,200 2018 Parking Total S 97,200 2019 Program L... llon Improvements Are. n R.ting cost West Basch Park East Beech Peck Resudeong. Pavement Markings. kWc Repairs Res.,.c ng, Pavement Markings. Misc Repairs 129 723 S 30.975 $ 18,075 Hick Geek Farm Resudecing. Pavement Markings. Misc Repairs 2222 S 65.550 2019 Parking Total 8 t04.600 2020 Pro ram on on Location Improvement. Ara. ROng Cost $ 231..7 2020 Parking Total I S 231,245 2021 Program n ton Locetlon Improv.m.nte Are. R.nnp Cost Petersen Park ILot A) Resurtadng, Pavement ktarkin s, Misc Repair 4,720 5 s 118.000 2021 Parking Total I S 118,000 2022 Program e Locetlon Improve enle Are. RetinaCael Publk Works Fedlity Lot I Resursion , Pavem m Markings, Misc Rispalm 7.5551 8 $ 188.875 2022 Issirking Totd 5 788,875 45 Project: Elm Street (Route 120) Lighting Upgrades (Row 96 of spreadsheet) Funding Request: FY18/19 FY19/20 FY20/21 FY21/22 FY22/23 Total $25,000 $500,000 -0- -0- -0- $525,000 Submitted By: Jon Schmitt, Director of Public Works The existing street lighting along Elm Street (IL 120) between Green Street and River Road is aging and in poor condition. Additionally the equipment and spacing for the existing lighting are no longer in accordance with current standards. The goals of the project would be to install street lighting equipment at proper spacing intervals which matches the lighting on Richmond Road (IL 31) installed during the recently completed IL Route 31 and 120 intersection improvements. The City has been successful in securing federal participation funding for similar improvements though the Illinois Transportation Enhancements Program (ITEP) and it is the intention of the City to request ITEP funding for construction of the proposed improvements. On April 3, 2017 City Council approved a professional services contract in an amount not to exceed $34,343 to HR Green, Inc. for the completion of Phase I and Phase II Professional Engineering Services and assistance with an ITEP Grant Application for this project. HR Green has pursued the completion of the Phase I Scope of Services prior to the grant application deadline. The results of the grant application will be released in Spring of 2018 and should ITEP funding be secured the City will proceed with the Phase II Scope of Services in FY18/19 with construction anticipated in FY19/20. Project: Sidewalk Program (Row 97 of spreadsheet) Funding Request: FY18/19 FY19/20 FY20/21 FY21/22 FY22/23 Total $50,000 $75,000 $75,000 $75,000 $75,000 $350,000 Submitted By: Jon Schmitt, Director of Public Works Project Purpose, Description and Benefit Sidewalks are removed and replaced by Public Works Staff on an as -needed basis. Sidewalk repairs are also included in the annual road resurfacing program. Sidewalks with major cracks 46 and significant spalling are replaced. In addition, sidewalk crossings that require ramp retrofits to meet the requirements of the Americans with Disabilities Act (ADA) are constructed. Staff recognizes the need for a sidewalk program due to the large amount of sidewalks throughout town that are deteriorated, do not meet ADA requirements, and gaps that exist between the sidewalk networks. Sidewalks improve pedestrian safety, by separating vehicle and pedestrian traffic. Project: Tree Replacement Program (Row 98 of spreadsheet) Funding Request: FY18/19 FY19/20 FY20/21 FY21/22 FY22/23 Total -0- $25,000 $25,000 $25,000 $25,000 $125,000 Submitted By: Jon Schmitt, Director of Public Works Due to the large number of trees lost within the City due to the Emerald Ash Borer the City has been planting replacement trees though various funding sources. This request would establish an annual program for the planting of trees within City Parkways and would be managed within house public works staff. The program will allow for annual planting of trees to enhance the character of the City streets and replace trees lost due to the Emerald Ash Project: Medical Center Street Lighting (Row 99 of spreadsheet) Funding Request: FY18/19 FY19/20 FY20/21 FY21/22 FY22/23 Total -0- $50,000 -0- -0- -0- $50,000 Submitted By: Jon Schmitt, Director of Public Works Project Purpose, Description and Benefit The existing street lights on the City Streets surrounding the hospital are approximately 30 years old and are beginning to experience structural failure in their attachments to their 47 concrete foundations. A number of existing locations in the area have experienced fallen poles. The existing wiring, conduits, control cabinets, and concrete foundations all appear to be serviceable. City staff has inquired to local lighting and electrical contractors soliciting quotes for the replacement of the existing poles while reusing the remainder of the existing installation. However, the project is of such cost that a competitive bidding process will be required in order to secure a contractor. This project will replace the existing street lighting and reinstall new light poles thereby reducing the risk to the City and the motoring public of damage caused by fallen street lighting poles. Project: Dartmoor Road Bridge Wearing Surface (Row 100 of spreadsheet) Funding Request: FY18/19 FY19/20 FY20/21 FY21/22 FY22/23 Total -0- $20,000 $150,000 -0- -0- $170,000 Submitted By: Jon Schmitt, Director of Public Works The Dartmoor Road Bridge, which was constructed in 1998, is in relatively good condition. It will be sometime before any major rehabilitation or replacement would be necessary for this structure. This structure is a precast box beam design which includes a waterproof membrane and asphalt wearing surface. At this particular point in the service life of the structure the membrane and wearing surface are in need of replacement as is indicated in the most recent inspection report. The most critical element of bridges of this design to preserve are the precast beams and the best way to preserve them is to maintain the wearing surface in order to prevent leakage of water and deicing chemicals through the keyway joints between the precast beams. As the beams have begun to show keyway leakage, this point in the structure's life is the appropriate time to replace the wearing surface. This will prevent deterioration of the precast beams and extend the life of the overall structure. M. Project: Illinois Route 31/Veterans Parkway Traffic Signal (Row 101 of spreadsheet) Funding Request: FY18/19 FY19/20 FY20/21 FY21/22 FY22/23 Total -0- -0- -0- -0- $300,000 $300,000 Submitted By: Jon Schmitt, Director of Public Works The annexation agreement for the Morgan Hills/Prairie Pointe Subdivisions states the developer shall be responsible for and pay the cost of the construction and installation of a traffic control signal at the intersection of Illinois Route 31 and Veterans Parkway. Traffic warrant studies have been performed by the Illinois Department of Transportation and at this time the current traffic conditions do not meet warrant requirements for the installation of a traffic control signal as outlined in the Manual on Uniform Traffic Control Devices. The developer currently has a letter of credit on file with the City to cover the cost of the traffic control signal once traffic warrants are met. 49 Stormwater/Drainage Projects Projects included in the Stormwater/Drainage category include improvements related to drainage in the Lakeland Park area of the community. The City has applied for an IEPA 319 Grant in the amount of $800,000 and is awaiting word of this award. Based on Council discussions regarding this project, funding is proposed from the General Fund Balance. For FY18/19, this would result in a reduction to the General Fund Balance of $610,000 (spreadsheet cell B137) and for FY19/20 a further reduction of $945,000 (C137) — a total of $1,555,000 or 21.3% of the current General Fund Balance of $7,303,780. The FY18/19 — FY22/23 Stormwater/Drainage category includes a total of five (5) project categories proposed for the 5-year planning period at a total estimated cost of $3,655,000. This represents 6.6% of the total 5-year General Fund Capital Improvement Program funding request. Three (3) projects are proposed for funding in FY18/19 at a total estimated cost of $745,000. This represents 11.5% of the total funding proposed for FY18/19. Project: Lakeland Park Detention and Sediment Control Facility (Row 128 of spreadsheet) Funding Request: FY18/19 FY19/20 FY20/21 FY21/22 FY22/23 I Total $425,000 $1,110,000 -0- -0- -0- 1 $1,535,000 Submitted By: Jon Schmitt, Director of Public Works The Lakeland Park Drainage Ditch is located north of Elm Street (Illinois Route 120) between Ringwood Road and Maple Avenue. The ditch generally flows in an easterly direction to a point where it joins Boone Creek just upstream from the Fox River. Over the past several years the City has been addressing drainage problems within the Lakeland Park Subdivision. In 2016 HR Green Completed a Drainage Study for the entirety of the watershed which contributes flow to the drainage ditch. The findings of the study indicate that in order to reduce sediment pollution as well as catastrophic and nuisance flooding, an upstream wetland detention facility will be necessary to reduce the amount of storm flow and sediment entering the drainage ditch. The drainage areas within the watershed at the western limits contribute a significant amount of runoff, stream flow, and sediment to the drainage ditch. An upstream wetland detention facility would allow for a large portion of the runoff from these drainage areas which contribute much of the flow and sediment to the drainage ditch to be reduced. The wetland basin would detain flow and allow for sediment to be collected in locations which the City can maintain at regular intervals. The drainage ditch and associated network of culverts have limited capacity to pass flows during large storm events and the reduced flows would enhance the ability of the existing system to perform as it currently exists. This particular potential 50 location for a wetland detention facility has been identified in the Boone -Dutch Creek Watershed plan recently completed by CMAP. Because it has been identified as a potential improvement in this plan, this particular project is a strong candidate for Illinois Environmental Protection Agency Section 319 Grant Funding for non -point source sediment reduction. A grant application for this project was submitted in August of 2017, the selection process will be ongoing through the early part of 2018. Should this project be selected, up to 60% of engineering and construction costs would be eligible for grant funding with the remaining 40% being the responsibility of the local agency through the utilization of General Fund revenues. Property acquisition costs are based on a property appraisal that has been completed. This cost is not eligible for 319 funding. FY 18/19 Complete Phase 1/II Engineering - $225,000 Property Acquisition - $200,000 FY 19/20 Complete Construction & Provide Phase III Engineering Services - $1,110,000 Project: Home/Ramble Detention (Row 129 of spreadsheet) Funding Request: FY18/19 FY19/20 FY20/21 FY21/22 FY22/23 Total $50,000 $500,000 -0- -0- -0- $550,000 Submitted By: Jon Schmitt, Director of Public Works This project includes engineering and construction of storm sewer improvements in the area of Ramble Road and Home Avenue. Specific drainage improvements which will be determined in the project design phase are to include storm sewer piping, sheet flow modifications, and detention to reduce the risk of localized flooding. In order to construct a localized detention basin for this area property acquisition will need to be completed prior to any detention being constructed. $50,000 in FY18/19 is requested for property acquisition in order to complete design and construction in FY19/20. This area is currently served by open ditch drainage and driveway culverts with limited underground storm sewer pipe. Drainage improvements projects such as this repair and/or improve existing drainage structures in order to provide better protection for property and life from storm sewer runoff. 51 Project: Central Avenue Storm Sewer (Row 130 of spreadsheet) Funding Request: FY18/19 FY19/20 FY20/21 FY21/22 FY22/23 Total $270,000 -0- -0- -0- -0- $270,000 Submitted By: Jon Schmitt, Director of Public Works This project includes engineering and construction of storm sewer improvements in the area of Central Avenue, Clearview Drive, and Parkway Drive. Currently there are isolated areas along the rear lot lines on sections of Parkway Drive and Clearview Drive which do not have a drainage outlet. These areas tend to collect water which cannot drain out of the properties through an overland route but rather through infiltration even in small rain events. Improvements would include drainage collection structures installed along the rear property lines which are connected to a mainline storm sewer along Central Avenue which would outfall into the Lakeland Park Drainage Ditch. This improvement will provide drainage relief to a location within Lakeland Park for which overall improvements to the drainage ditch such as upstream detention will not provide complete relief. Project: Lakeland Park Drainage Ditch Stabilization (Row 131 of spreadsheet) Funding Request: FY18/19 FY19/20 FY20/21 FY21/22 FY22/23 Total -0- -0- $100,000 $100,000 $100,000 $300,000 Submitted By: Jon Schmitt, Director of Public Works The Lakeland Park Drainage Ditch is located north of Elm Street (Illinois Route 120) between Ringwood Road and Maple Avenue. The ditch generally flows in an easterly direction to a point where it joins Boone Creek just upstream from the Fox River. Over the past several years the City has been addressing drainage problems within the Lakeland Park Subdivision. In 2016 HR Green Completed a Drainage Study for the entirety of the watershed which contributes flow to the drainage ditch. The findings of the study indicate that in order to prevent both catastrophic and nuisance flooding, an upstream detention facility will be necessary to reduce the amount of storm flow entering the drainage ditch and ultimately into Lakeland Park. 52 Another maintenance concern for the ditch is the amount of bank erosion at locations along the channel. This erosion leads to sediment deposition in the channel and the potential destruction of property for homeowners along the channel. The recommended bank stabilizations may include rip rap armored stream banks, dredging of sediment, and construction of spurs to redirect flow. These improvements will reduce erosion and sediment deposition at further downstream locations as well as protect homes adjacent to the drainage ditch from property damage. The City wishes to pursue federal EPA grant funding if available in order to offset direct costs to the city. Project: Lakeland Park Culvert Replacements (Row 132 of spreadsheet) Funding Request: FY18/19 FY19/20 FY20/21 FY21/22 FY22/23 I Total -0- -0- -0- $390,000 $610,000 1 $1,000,000 Submitted By: Jon Schmitt, Director of Public Works The Lakeland Park Drainage Ditch is located north of Elm Street (Illinois Route 120) between Ringwood Road and Maple Avenue. The ditch generally flows in an easterly direction to a point where it joins Boone Creek just upstream from the Fox River. Over the past several years the City has been addressing drainage problems within the Lakeland Park Subdivision. In 2016 HR Green Completed a Drainage Study for the entirety of the watershed which contributes flow to the drainage ditch. The findings of the study indicate that in order to prevent both catastrophic and nuisance flooding, an upstream detention facility will be necessary to reduce the amount of storm flow entering the drainage ditch and ultimately into Lakeland Park. Additionally, there are several culverts and structures along the drainage ditch which need to be increased in size in order to promote conveyance of water. The proposed culvert improvements will provide protection specifically for the blocks adjacent to the drainage ditch in catastrophic flooding events. It is recommended that the improvements begin at the furthest downstream locations and in latter program years the improvements will continue to progress upstream. The order of The following culvert crossings of the Lakeland Park Drainage Ditch are identified for replacement: FY 21/22 (subject to change due to staging/access) Maple Avenue - $390,000 FY 22/23 (subject to change due to staging/access) Orleans Street - $610,000 53 FY 23/24 (subject to change due to staging/access) Drainage Ditch Railroad Crossing - $270,000 FY 24/25 (subject to change due to staging/access) Oak Drive - $540,000 54 INFORMATION TECHNOLOGY FUND CIP PROJECTS Projects identified in the Information Technology Fund Capital Improvement Program are related to the replacement of equipment and software for all municipal departments except those funded through the Water/Sewer Fund. The Information Technology Fund is an Internal Service Fund whereby revenues are derived from transfers from the City's operating departments which are assigned during the annual budget development process as a percentage of their budgets. The FY18/19 — FY22/23 Information Technology Fund Capital Improvement Program includes a total of six (6) projects proposed for the 5-year planning period at a total estimated cost of $188,933. Four (4) projects are proposed for funding in FY18/19 at a total estimated cost of $99,800. The projects proposed for funding in FY18/19 either replace existing technology (Police Vehicle Computers, In -House Video Server, Wireless Access Points), enhance security (Additional Security Cameras), or enhance operational efficiency (Laserfiche Document Management System). The current Information Technology Fund Balance is $192,970, which would be reduced to $93,170 with projects implemented as proposed. A summary spreadsheet that provides a 5-year snapshot of proposed projects, along with estimated costs, and project narratives follows. 55 a- u 0 Z LL } O J O Z U LU H Z O F- cQ G cr O LL Z CO N N N } LL ri 00 } LL 00 0 C) o m O dt -jim o o O 0 o o w m O o C l0 l0 N 00 N �f l0 N a -I M M ci :7 m } Lh O i l0 m M r, LL N Y LL N i i i i i m v N � LU -4 LL C) 0 _ -4 ^ N N LL N ' Ln O 00 00 O 00 m O N_4 m rr-I U � LL O O O O ' O O � W O O D W 000 N M N N eNI m 0) M m cn M } LL N M •� O L L a • � 0 LL L 0 m Q V o f a is io LL o °0 a` coW m 0_ Y� u y �, i O) o d (U C 3 7 t EQ a c 0 o2S E Q LL LL 0 U 'p > o�p a` n v c m a+ M O O s E a r LL 0 0 0 a% a in O U. C m C m N Q) ++ m o O) O u _ O U a) 7 K Q u O O /� O1 7 �O O •V U N C C E E L > aIi u U 0_ m v v O O yam „ u C c c i C o 0 0 c N m � Ln�oroorn��NmctLn�o 56 Project: Police Vehicle Computer Replacement Program (Row 6 of spreadsheet) Funding Request: FY18/19 FY19/20 /21 FY21/22 FY22/23 Total $23,800 $13,882 F77,074 $14,432 $7,360 $66,548 Submitted By: John Birk, Chief of Police The purpose of this project is to implement a vehicle computer replacement program that replaces in -squad computers after they have reach five years in age. These computers are a critical component that is required forthe patrol officers and sergeants to perform their duties. Overview The McHenry Police Department has had in -squad computers since 2001. The use of these computers is mandated and regulated by the Criminal Justice Information Service (CJIS), which receives its authority through the FBI. These computers are used in the field to; issue electronic traffic tickets/warning tickets, operate the call dispatch software, write reports, run criminal histories, run vehicle and person checks, access the in-house server, complete vehicle crash reports, review policies and procedures, complete training modules, communicate via email, manage in squad video recording, receive GPS call mapping and more. The wear on these electronic devices is excessive because of 24/7 use and exposure to the changing elements. The police department purchases these computers with a five year warranty so that we can extend the life of the computer from the industry standard of three years up to five years, saving the city additional capital expenses. The police department must maintain a minimum of 19 in -squad computers in order to keep the patrol fleet fully functional. In past years insufficient funding has prolonged the replacement of computers that have pasted the five year warranty and caused the department to spend higher amounts to repair computers. This also affects the police vehicle off-line time because they have no working computers. The current squad computers in use are Panasonic Tough Tablets. Tablets are used because they cost only 2/3 the amount of a Panasonic Toughbook Laptop. The below chart highlights the computer replacement plan for the next five years based on the five year life span and a 2% cost increase each year from 2017 pricing. The individual computer cost includes the computer, warranty, vehicle docking mount and keyboard. 57 FY 2018/19 $3,400.00 7 $23,800.00 FY 2019/20 $3,468.00 4 $13,872.00 FY 2020/21 $3,537.00 2 $7,074.00 FY 2021/22 $3,608.00 4 $14,432.00 FY 2022/23 $3,680.00 2 $7,360.00 By purchasingthe extended warranty and replacing these in -squad computers every five years, rather three years, the department saves a significant amount of capital expenses. The individual cost of the extra warranty is estimated at $300.00 and is clearly the better option when weighing against a new purchase of a computer at over $3,000.00. Project: Replacement of In -House Video Server & Additional Security Cameras (Row 7 of spreadsheet) Funding Request: FY18/19 FY19/20 FY20/21 FY21/22 FY22/23 Total $26,000 -0- -0- -0- -0- $26,000 Submitted By: Ed Larson, Information Technology Manager The city's current computer server for in-house video/security cameras went into production on March 4th, 2013 which makes this server almost five years old —the average life of a server. Currently, we are unable to complete a software upgrade to the existing camera system due to latency that we are experiencing while attempting to export videos for court purposes. Further, the server is experiencing performance issues resulting in an extended period of time (e.g., hours instead of minutes) for exporting videos. It is imperative that this server be replaced in order that the latest, compatible software be able to be used. Related, there is also a need to add two additional wireless cameras on the south side of the skate park and the east side of the barn parking lot. There have been numerous complaints of mischievous activity in those areas and with the addition of these two cameras Dispatch will be able to monitor these areas and dispatch Police when necessary. 58 Project: Replacement of Wireless Access Points (Row 8 of spreadsheet) Funding Request: FY18/19 FY19/20 FY20/21 FY21/22 FY22/23 Total $12,000 -0- -0- -0- -0- $12,000 Submitted By: Ed Larson, Information Technology Manager The city's current wireless network - which allows access to both the work network and guest internet access at City Hall, Public Works, and the Recreation Center - has reached its end of life. One of the access points at the Recreation Center has failed and replacing it with another piece of hardware that is no longer supported is not recommended. This project will result in the replacement of all municipal wireless access points. Project: Laserfiche Document Management System (Row 9 of spreadsheet) Funding Request: FY18/19 FY19/20 FY20/21 FY21/22 FY22/23 Total $38,000 -0- -0- -0- -0- $38,000 Submitted By: Ed Larson, Information Technology Manager The city's current Document Management System, PaperVision, is aged and does not offer many additional benefits that the Laserfiche System does out of the box. Laserfiche has powerful capabilities - capture, electronic forms, e-signatures, workflow, records management and security. Laserfiche Enterprise Content Management allows organizations to securely manage and share documents, videos, photos and other content using state-of-the-art enterprise document management and cutting -edge business process management tools. This is a tool that can be utilized by every department while maintaining security by allowing whom to make the documents available to view. The new system will allow staff to archive and record documents more efficiently and provide greater access to City documents. This new Document Management System will be the beginning to archiving all paper documents that each department has. This will free up physical space in our buildings as well as be a more efficient way of retrieving documents. 59 This cost includes migrating the existing documents that are currently in PaperVision. It also includes on -site training. Annual support is estimated at $2,500 and will be included in the Information Technology Fund annual budget. Project: Online Citizen Request and Work Orders Program (Row 10 of spreadsheet) Funding Request: FY18/19 FY19/20 FY20/21 FY21/22 FY22/23 Total -0- $32,385 -0- -0- -0- $32,385 Submitted By: Ed Larson, Information Technology Manager The purpose of this project request is for the implementation of an online customer service porthole for the submittal of service requests and generation of related work orders. There are two parts within this project, Citizen Request and Work Orders. Citizen Request allows our citizens the ability to submit a request, whether it be for a pot hole, street light outages, tall grass, etc. online. Once the request has been submitted, it can be integrated into the second module, Work Orders that can then assign the request, track the progress, and allow us to run reports. The Annual Service Fee for Citizen Request is $2,030 and for Work Orders is $2,470. This would be included in the Information Technology annual budget. Project: Online Permit Applications for BS&A Program (Row 11 of spreadsheet) Funding Request: FY18/19 FY19/20 FY20/21 FY21/22 FY22/23 Total -0- $14,000 -0- -0- -0- $14,000 Submitted By: Ed Larson, Information Technology Manager The Online Permit Applications program of the BS&A software is designed to increase efficiency and resources when processing permits with the Community Development Department. The program can be used by homeowners and contractors 24/7 and would reduce unnecessary visits to the Municipal Center. In addition, and importantly, it will also allow permittees to access their account 24/7 to be able to check the status of their permit and to make any updates. The annual service fee of $2,300 would be included in the Community Development annual budget. 61 DEVELOPER DONATIONS FUND CIP PROJECTS Projects identified in the Developer Donations Fund Capital Improvement Program are related to the development of new public parks or park amenities. Where possible, parks maintenance projects are included in the Parks category of the General Fund CIP. The FY18/19 — FY22/23 Developer Donations Fund Capital Improvement Program includes a total of seven (7) projects proposed for the 5-year planning period at a total estimated cost of $1,755,000. Four (4) projects are proposed for funding in FY18/19 at a total estimated cost of $495,000. The current Developer Donations Fund Balance is $1,141,064, which would be reduced to $646,064 with the implementation of the proposed projects. A summary spreadsheet that provides a 5-year snapshot of proposed projects, along with estimated costs, and project narratives follows. 62 a- u 0 z LL Ln z O a z O 0 w a 0 w w 0 M N N N LL LL 01 r-I 00 -I LL O O o O 00 0 -Fa 0 0 0 0 0 = 0 0 O N N v o ci 1 M m 00. N N m al } N O O ' O O O - O O O O O - O O O O O - M O O Ln O O N W N O LL- N LL O ' O O O O O O O O _ N O O O 114 N Ln Ln w N } LL O O ' O O O O O O O O O O _ O O O O N LnN O Q Q N } LL O O O ' O ' O O O O " O O O O _ ON _ \ U -i-I N rl } LL O O o - d d O _ 0 0 0 0000 C r'I lC ON Ln O N a) M m d 00 d v a r-I tD .1 rl LL 01 � rl U 0 •Q LL L L L a � 0 � a cu m Q u o O N a C C M f6 e0 3 p c f0 f0 co co6L J c E Q c c C" E a c a 0 a, 11 li 4 a c m o IA C E > ° w v � ~ O O C +' aai o O' Q a E 4) o m m— > E O ,i c f�0 C f�6 C 0 n LL c CL E a 0 a) L D O ° CL i O in E LL Y a c O L. M L. c. O a L T 3 ° ai o O O Y C LL V J a) CL 0 > > Q a) Y a) Y a) a) Q CU a L a .IT+ y a V pp 0 0 U 2- O N M d Lr1 l0 f� co m O N M �7 Lf 1 1,0 r 1- 63 Project: ADA Park Improvements (Row 6 of spreadsheet) Funding Request: FY18/19 FY19/20 FY20/21 FY21/22 FY22/23 Total $20,000 $20,000 $20,000 $20,000 $20,000 $100,000 Submitted By: Bill Hobson, Parks & Recreation Director The purpose of this project request is for the continuing implementation of various projects throughout the City's parks system in order to achieve compliance with the 2010 ADA standards for outdoor recreation facilities. Projects, along with estimated costs, are included in the Access Audit and Transition Plan report. Project: Petersen Park Improvements (Row 7 of spreadsheet) Funding Request: FY18/19 FY19/20 FY20/21 FY21/22 FY22/23 Total $50,000 $135,000 $50,000 $50,000 $80,000 1 $365,000 Submitted By: Bill Hobson, Parks & Recreation Director Project Purpose, Description and Benefit There are a number of improvements at Petersen Park that are proposed over the next five years to maintain and improve this amenity as a premiere athletic complex, as well as the grounds for our larger festivals such Fiesta Days and Blues, Brews and BB(Xs. Additionally, the beach area is an attraction for many of our residents and a highlight of our parks system. Maintenance -related projects are identified here in the General Fund CIP, while new amenities are included in the Developer Donation CIP. Below is a list of the potential projects for implementation from the General Fund CIP. Project Fiscal Year Amount Shade Structures for Ballfields FY18/19 $30,000 Inflatable Course Add -On FY18/19 $10,000 64 Paddleboards, Kayaks, Paddleboats FY18/19 $10,000 Walking Paths throughout Park FY19/20 $100,000 Concrete Installation between Fields 3&4 FY19/20 $35,000 Parking Lot Lighting FY20/21 $50,000 Extend Water Line to Bathrooms FY21/22 $25,000 Electrical Panel Upgrade FY21/22 $25,000 Stage Upgrades FY22/23 $80,000 Project: Parks Washroom Facilities (Row 8 of spreadsheet) Funding Request: FY18/19 FY19/20 FY20/21 FY21/22 FY22/23 Total $400,000 $275,000 $200,000 -0- -0- $875,000 Submitted By: Bill Hobson, Parks & Recreation Director Project Purpose, Description and Benefit Fox Ridge Park is the most heavily utilized athletic complex aside from Petersen Park. Many travel and tournament games are played at this facility in addition to the numerous in-house games and practices. A washroom facility was a concession stand is a needed addition at the park and would generate an estimated $10,000 per year in revenue. The Veteran's Memorial Park Washroom facility is short on capacity for the number of events that are held there annually. Improving these facilities would alleviate that as well as add storage to the park. The proposed project for FY19/20 and FY20/21 is for the construction of two washroom facilities in the Shamrock Farms Park and Knox Park West with attached concession areas. The parks are currently served by portable toilets but both are high use parks and the permanent facilities rated high in a survey of what users would like to see in our parks. Project Fiscal Year Amount Fox Ridge West FY18/19 $225,000 65 Veteran's Memorial Park Renovation/Expansion FY18/19 $125,000 Shamrock Farms Park FY19/20 $275,000 Knox Park West FY20/21 $200,000 Project: City Gateway Signage (Row 9 of spreadsheet) Funding Request: FY18/19 FY19/20 FY20/21 FY21/22 FY22/23 Total $25,000 -0- -0- -0- -0- $25,000 Submitted By: Derik Morefield, City Administrator The City's existing decorative entryway signs are more than 15 years old are showing significant signs of wear and, in fact in some cases, additional maintenance on these are not possible. The purpose of this project request is to replace these signs — currently located on east and west Route 120 and north and south Route 31 — with newer, larger and more decorative signs. Additionally, a new sign is proposed for the Municipal Center, possiblyto mirror the digital sign at Whispering Oaks Park to include a digital message board During FY16/17 the City was able to obtain funding for the installation of the first of these signs for east Route 120through a Developer Contribution as part of the new Ricky Rockets projects. This is the amount identified for FY18/19. In addition to this sign, the replacement of the remaining signs, as well as the development of a new community information sign at the Municipal Center, will be programmed in within the Tourism Fund CIP. Project: Petersen Farm Improvements (Row 10 of spreadsheet) Funding Request: FY18/19 FY19/20 FY20/21 FY21/22 FY22/23 Total -0- $100,000 $100,000 $50,000 $25,000 $200,000 Submitted By: Bill Hobson, Parks & Recreation Director Project Purpose, Description and Benefit As a significant historical asset to both our community and the region, maintenance and restoration of the Petersen Farm must remain a constant focus of the city's resources. The proposed amounts include work to weatherproof the barn and silos's interior from the elements as well as painting/sealing. Substantial renovations to the horse barn and the farmhouse and the repair or removal of other structures on the site. Recently a Petersen Farm Foundation was established to help facilitate uses of the farm and to assist in fundraising for any improvements to the farm. Project Fiscal Year Amount Main House Restoration — Exterior FY19/20 $100,000 Main House Restoration — Interior FY20/21 $100,000 Walking Paths FY21/22 $50,000 Archery Range FY22/23 $25,000 67 Project: Hickory Creek Farm Improvements (Row 11 of spreadsheet) Funding Request: FY18/19 FY19/20 FY20/21 FY21/22 FY22/23 Total -0- -0- -0- -0- $200,000 $200,000 Submitted By: Bill Hobson, Parks & Recreation Director The Hickory Creek Farm buildings will need attention in the upcoming years. The most pressing need will be to replace the wood shingle roof on this large structure. The facility received a $500,000 grant from the state of Illinois in 1995 for historic preservation purposes. The roof, siding, windows, electric and utilities were replaced or upgraded to the building. Maintenance of the building is the responsibility of the City of McHenry. Future grant funding from the state of Illinois or other sources for this building are highly unlikely. Other areas of need in the near future are exterior painting of the building and fencing, fencing replacement, repairs to the awnings, replacement of the heating units and other minor work. Project: Legend Lakes Park Improvements (Row 12 of spreadsheet) Funding Request: FY18/19 FY19/20 FY20/21 FY21/22 FY22/23 Total -0- -0- -0- -0- $40,000 $40,000 Submitted By: Bill Hobson, Parks & Recreation Director Galway Tot Lot is a park in Legend Lakes subdivision that is undeveloped at this point. There are other parks in close proximity and the home building in the subdivision has stopped. The $40,000 is for the grading, seeding and installation of park equipment in this 1.3 acre site. The developer committed to building 2 tot lots in the subdivision. Credit was given in the parks developer donation fund to complete these sites. Only the tot lot on Homestead was completed. M RECREATION CENTER FUND CIP PROJECTS Projects identified in the Recreation Center Fund Capital Improvement Program are for capital improvement and equipment projects related to the McHenry Recreation Center. With the completion of the facility construction in 2016, this account will be used for any capital maintenance or capital equipment acquisitions in excess of $10,000 for the existing facility, as well as to account for any future projects undertaken to expand the facility. The FY18/19 — FY22/23 Recreation Center Fund Capital Improvement Program currently does not include any recommended projects. As identified in Chapter 2 of this document, the Recreation Center Parking Lot Expansion project was approved as part of the FY17/18 Budget and is scheduled to be bid prior to the end of FY17/18 and constructed in FY18/19. The Water and Sewer Fund Capital Improvement Program includes $70,000 for the extension of a water main as part of this project. This was identified and included as part of the planning process so that the parking lot would not have to be torn up to install this in the future. The current Recreation Center Fund Balance is $715,592. 69 d V 0 z Z) LL W z W V z O Q W V W M N N N } LL 00 r•I } W 0 d M LL N N N LU .4 LL rl rq � N Y LL O V rn' r, LL N N C1 G1 L' to G1 LM LA 0000 } LL 01 rl N W "O 0 O .O g a L L L d N to O ° a) d V c a m m m ; 0 aj � N 0 Q Q co co LL O Lfl hD C i Y H LL LL LL L r L D u v d Y u v p v C _ v O O +' .m + r_ m v �. Z K N M ILn Iko CO 10) r 70 TOURISM FUND CIP PROJECTS Projects identified in the Tourism Fund Capital Improvement Program are for capital improvement projects in excess of $10,000 related to attracting visitors to the community. Revenue in the fund is derived from a 5% occupancy tax on hotel/motel stays in McHenry. The FY18/19 — FY22/23 Tourism Fund Capital Improvement Program includes a single recommended project category, City Gateway Signage Replacement, at this time with a total estimated cost of $125,000 over the 5-year planning period. The Tourism Fund Balance is currently $405,000 and no expenditures are planned to reduce this amount in FY18/19. A summary spreadsheet that provides a 5-year snapshot of proposed projects, along with estimated costs, and project narratives follows. 71 d V M z Z) cLL G cr- O M N N N } LL o - o - o - o Lr N m a) } Lh O - O - O - M O' - N of LL N } LL O - O - O - � N W N LL O - O - O - 'i Lr N � N } LL O - O - O - O Lr) � N V � } LL O O O O O O rn Co Lr 0 Lr 0 N } LL m i 00 LL O 4- al ul a 0 Ln a u w c +' u 7 � N •1 O v H O E ama a) CL. E to a a, a c c Lei C u C — a u a> > LL m m li m -cc m on C C Oa LL in 3 LL 3 U. >, E ca 'O C: E E a) N a)LL �L 7 LA LA @ E 0 7 H H U H F-lnl u) 1,0 c0 1 dl 1 -C) 72 Project: City Gateway Signage (Row 6 of spreadsheet) Funding Request: FY18/19 FY19/20 FY20/21 FY21/22 FY22/23 Total -0- $25,000 $25,000 $25,000 $50,000 $125,000 Submitted By: Derik Morefield, City Administrator The City's existing decorative entryway signs are more than 15 years old are showing significant signs of wear and, in fact in some cases, additional maintenance on these are not possible. The purpose of this project request is to replace these signs — currently located on east and west Route 120 and north and south Route 31 — with newer, larger and more decorative signs. Additionally, a new sign is proposed for the Municipal Center, possibly to mirror the digital sign at Whispering Oaks Park to include a digital message board During FY16/17 the City was able to obtain funding for the installation of the first of these signs for east Route 120 through a Developer Contribution as part of the new Ricky Rockets projects. An amount of $25,000 is identified for FY18/19 in the Developer Donations Fund CIP. In addition to this sign, the replacement of the remaining signs, as well as the development of a new community information sign at the Municipal Center is proposed for FY19/20 through FY22/23 of the Tourism Fund CIP. 73 WATER & SEWER FUND CIP PROJECTS The Water & Sewer Fund is an enterprise fund —that is, a business -type fund utilized to account for operations and activities that are financed and operated in a manner similar to a private business enterprise, and where the cost of providing goods and services to the general public on a continuing basis is expected to be recovered through user charges and fees. This includes both operating and capital improvement costs related to the maintenance and operation of the water and sewer utility systems. Operating costs of the water and sewer system are evaluated annually as part of the budget process and the City has committed to adjusting water and sewer rates according to operational needs. In regards to funding water and sewer capital projects, the City currently has adopted a flat $2 water and $4 sewer base fee per user, per billing period (every 2 months). Revenues derived from these base fees are used to fund water and sewer capital projects to the existing utility systems as identified in the capital improvement program. Projects identified in the Water & Sewer Fund CIP are related to water and sewer utility replacement or maintenance capital projects. The FY18/19 — FY22/23 Water & Sewer Fund Capital Improvement Program includes a total of twenty-one (21) projects proposed for the 5-year planning period at a total estimated cost of $10,676,500. Of these totals there are twelve (12) Water CIP projects totaling $1,705,000 (16.0% of total); six (6) Sewer CIP projects totaling $4,830,000 (45.2% of total); and, nine (9) Utility CIP projects totaling $4,141,500 (38.8% of total). Importantly, $2,250,000 has been identified in the Sewer CIP for the demolition of the Central Wastewater Treatment Plant. It is hoped that these costs could be included in the private redevelopment of this site and not have to be funded by the City. For FY18/19, ten (10) projects totaling $1,733,500 are being proposed. This includes three (3) Water projects totaling $300,000; two (2) Sewer projects totaling $105,000; and, four (4) Utility projects totaling $1,328,500. Importantly, the four Utility CIP projects are related to projects that have either been previously approved, or are proposed in other capital improvement categories — Pearl Street/Lincoln Road Improvements (General Fund CIP), Recreation Center Parking Lot Expansion (previously approved), Green Street Bridge Rehabilitation (General Fund CIP), and Water Main Replacement Program for Timothy/Clover (General Fund CIP). The current Water & Sewer Fund Balance is $2,611,102, which would be reduced to $877,602 with the implementation of the proposed projects. A summary spreadsheet that provides a 5-year snapshot of proposed projects, along with estimated costs, and project narratives follows. Where possible, projects have been identified out to a 10-year planning period. 74 a V CA N \ N N LL L.L o 0 p 0 C) 0 C) 0 p 0 p 0 p 0 p 0 " "_ p 0 o 0 p 0 p 0 p 0 p 0 " p 000 p p p V) 10 0 •' ,r 0 O 0 V1 0 O 0 O 0 O 0 V) 0 O = f0 0 O 0 V1 0 O 0 V1 0 O 0 O - f0 0 D O 0 O 00 M VI N V N M m N N ~ M ` a�-I -4 ` 00) N m V1 u1 N . V? V1• V} V4 V). 4A• V)• ,^ V! V1• i/? V1• V1• VF V)• V} in VT V1• V} V). VT VF V1• O O -_ C) - O O O - 'M;O O - N ', V1 \} m N Ln LL N, N N N N LL- LL iy 14 V} V)• V1• V)• V1• V)• VT 4^ V} V1• V? t/1• VI• V? t/► t/? V} i/T V► O - N Ln M M N N Ln N N N LU a\-1 LL L}L Y LL VT V) <^ V? in V-• Vt• VF V1• in V} V} Vt• An V1• V} VF in V} Vt• � l/1 Vf Vf• O O O ' CD i ; p i C, C) 0 0 O - O O - M N m m N N Ln N oNl Q Y U. U. U. V! V1• V)• V1• VT V) in IV". V? V? i", y/1, j V} V} V1• V► V1• i/A V? V? th V? V? O O O O O O O ' ' ' ' - ' O O O O O O O O O O O O - 0 0 0 - 0 O � 6 O O O V) O O O O O 6 O V1 O V) - - O: O V) O O C Ln - N: N m m V) N d' N m i C)) m - j a�A cr LLLI LLj i/� V} V1• V1• V1• VF V? V} V) </A V? V} - V? in V1• V1• V} in V1• V)• V)• A4 Vf O O O i ; ; ; i ; - O O i i i ; - O O O O O CD O O 0 0 C - O O - VV N 0000 M tD 00 ei N N LL L6 LL V► i/1 V} i? V} i/1 t/1• t/? V} L? </1 i/1 V} V? V7• i/T L? V► V7: i/1 V} V)• V? V? V1• C1 I cCL • C O Sj M • p}}) Jq w 0 0 L U 0 aci w � aci 0CL .� 0) a) i �G O v m } O L L. c 3 a- c LD a u s m a` 4, 4-10 d m Q n u ° m .Q aci I,. c W o°'c 3 0 m o E U Cm GJ GJ ri m 4) a°°i = n. t E a> c E u> w c Q C i O °Z OJ _O 0C a' p m p oiS C O_ 0 m M M O N (q co m > w > ai L a� a) To V1 Q a a 0 m c m Li CL Jao Y mm }/ C d V C U m O L N 2 U 0 0 z c J �' H 01 �% w L O m L (7 C c O0 (7 O_ m O �• N O d' �t C lD N Xk m X# Qi Q O O O C O XO r Y O E O1 0 m n OJ c O1 C C C C C '' •^ C cY0 X Y L �° nz 01 LU C L ° J m m (O m m O'. d C O N O ° f0 f0 '' C a OJ LL U. L O N h0 CL c CL d CL a ! C W 0� CO aj, r L L \ C m Q c C c c > v1 $ �rD O .� a) 'a o0L3 L . o a 0 m v , m 3 3 OJ OJ E EEC ;�,oOv�L V V) L J c Q i Ucu NN > m m OJ v 3 N N 0) m L � }' m ° C 2 N Q\ m V L L c W G CL 0 Cm G w V) ~ O t M a+ v— C vo OO L L L L 3 � 0 C m % Y m U� V) I— — m M to v va v v �, O a, = N m= °� 4 Qom ' 3 3 3 3 m= 5 3� 3 3 3 3 3 N a M u� w w a cc O N M V1 00 °l O N M d ul l0 I- 00 cn O �- N M V1 l0 r- loo lo),od r N M d Hno f� 00 Ol -- — � N N N N N N N N N NMM m M M m M m M1 M d 75 d V M N N N U- U- M NH 07 r-I LL O o 0 0 0 0- 0 0 0 0 0 0- _ 0 0 0 0 0 0 O O to 0 00 O 00 -�t N W O O rn a m m m .L4 V)> V). 1.4 1.4 tn. O O- 0 0 0- 0 0 0 0 0- _ 0 C 0 C C- _ 0 0 Ln 00 0 Ln 0 00 0 0 - LL N -i m m t/r t/). tn. V)� V). 0 O o O O o C 0 0 Lri Ln 0 -4 L U N r-I V), 4/1. th O O ' O O O 0 O O O O O 0 - - O w Ln 0 0 0 0 0 0 00 C C C C 0 CDLn 0 Ln 0 m .-I _ Um 1-i r-i t/? V). ih 44 VII t/A C N` N M' M cn 00 M 00 N ri ri: t/? Ln V/ 14 t/)- in i?. N, 01 01'i • N 0) cS 4 � 4- O N d, U N � T f0 CL 0. bn 0 o c cu 0. a E �" N I- C 0 s t C 0 • i 0 a) O 0 E m c Z E 0 E a 0 -gym, tko 0 a t W c ' U1 O c 41 c m r 0 m a) 12 E O D 2 X i=i U " Lu 0) U Q m ccc0 Q (cc6 G c0 C G 7 GJ C - a) 0 7 U v a - cu N LA 00 W ? N M d' Ln LO 00 O — N M � - l0 Ir- Im Ln Ln Ln LA LA Ln LA 76 WATER PROJECTS Project: Water Meter Replacement Program (Row 6 of spreadsheet) Funding Request: FY18/19 FY19/20 I FY20/21 I FY21/22 I FY22/23 I Total $225,000 $220,000 1 $50,0001 $50,000 1 $50,000 1 $595,000 Submitted By: Jon Schmitt, Public Works Director Mike Palmer, Water Superintendent In December 2001, the City began installing Badger Meter "Trace" transponders which had a 10 year battery life expectancy, and allowed the meters to be read via radio technology (drive - by). In 2006, Badger Meter discontinued "Trace" and produced "Orion" which is still a "drive - by" technology, but with a greater battery life expectancy of 20 years. Trace units have reached and are surpassing their battery life expectancy. There are approximately 1,350 "Trace" units remaining in circulation. To date in the past year (2017) approximately 700 units will have been changed out. The cost per unit (3/4") meter is between $160-$225. Of the 1,350 meters to be changed 233 are large meters and account for approximately $148,000 of the $410,000 requested. In January 2014 the USEPA amended the Safe Drinking Water Act (No Lead Law) as it relates to lead in manufactured brass products. It has in effect made the rebuilding of the meter bases not feasible until the old bases containing higher amounts of lead are changed out. Along with transponder change outs, it will be necessary to replace the meter bases when required. It is Staffs recommendation to increase funding in FY18/19 through FY19/20. It is anticipated with funding that the "Trace" transponders will be changed out by FY19/20. Meters currently in the system that are "Orion" will need to be tested and replaced as necessary following years FY20/21-FY22/23. 77 Project: Well Inspection/Maintenance & Repair (Row 7 of spreadsheet) Funding Request: FY18/19 FY19/20 FY20/21 FY21/22 FY22/23 Total $30,000 $30,000 $30,000 $30,000 $30,000 $150,000 Submitted By: Jon Schmitt, Public Works Director Mike Palmer, Water Superintendent In 2005 the City began a yearly testing and inspection program of each City well. The program was started to aid in indentifying wells that were in need of pumping equipment or well repair. The tests performed outline the original specific capacity (well production) to current specific capacities, which aid in determining what wells should be targeted for rehabilitation. Other electrical tests are performed in an effort to anticipate motor failures, and enable "scheduled" shut downs for these wells. Water Well Solutions used the high rate injection process (Hy -RIP) to rehabilitate the wells 2, 3, 5, 6, 8, 9. This process injects high rates of National Sanitation Foundation (NSF) approved chemicals into the well, removing any mineral and biological buildup which enables additional water production capacity in the well. The "Hy -Rip" process has been successful. Well #7 has the oldest pumping equipment and has not been rehabbed using the "Hy -Rip" process. Barring unforeseen circumstances well #7 should be considered in the next couple of years for rehabilitation. Performance testing should continue to best determine which wells need attention. Project: Water Division Motor Pool - Replacement (Row 8 of spreadsheet) Funding Request: FY18/19 FY19/20 FY20/21 I FY21/22 I FY22/23 Total $45,000 1 $35,000 f $35,000 1 $30,000 1 -0- 1 $145,000 Submitted By: Jon Schmitt, Public Works Director Mike Palmer, Water Superintendent The purpose of this project request is for the replacement of Water Division motor pool vehicles. Vehicles proposed for replacement throughout the 5-year CIP planning period are as follows: 78 FY18/19 — 2002 Chevy C2500 Duramax w/Utility Box and Lift Gate FY19/20 — 2003 Chevy Express Van (Meter Van) FY20/21— 2009 Dodge Durango FY21/22 — 2010 Chrysler/Dodge Caravan (Operator Vehicle) Project: Utility Master Plan Update (Row 9 of spreadsheet) Funding Request: FY18/19 FY19/20 FY20/21 FY21/22 FY22/23 Total -0- $50,000 1 -0- -0- -0- $50,000 Submitted By: Jon Schmitt, Public Works Director Mike Palmer, Water Superintendent A comprehensive Master Utility Plan for Water, Wastewater, and Storm Water was completed in 1966, 1989 and updated in 1994. In 2007 a Water/Sewer Model Report was completed which considered existing distribution and collection system needs coupled with future development, within the Facility Planning Area (FPA) boundary. The need to bring all the information together in one updated Master Utility Plan would serve to prioritize future projects and objectives in current and future time tables. Project: Well #8 Raw Water Line Rehabilitation (Row 10 of spreadsheet) Funding Request: FY18/19 FY19/20 FY20/21 FY21/22 FY22/23 Total -0- $220,000 -0- -0- -0- $220,000 Submitted By: Jon Schmitt, Public Works Director Mike Palmer, Water Superintendent Project Purpose, Description and Benefit Well #8 is one of two wells that supply raw water to Water Treatment Plant #3. WTP#3 is located at Crystal Lake Road and Malibu Court. The well, however is located approximately 2 79 blocks away in the Malibu "Tot Lot". The well was drilled and raw water piping installed to WTP#3 in 1985. During the past decade the raw water line has experienced several leaks. A galvanized nipple and a galvanized plug have been replaced on the pitless adaptor at the well. The raw water line has experienced pinhole leaks on most of the cast iron fittings connecting the sections. In an effort to understand why this was continuing to happen, an electrician was brought in as well as a representative from the Ductile Iron Pipe Research Association, or DIPRA. No conclusive cause could be given for the unusual amount of leaks. A new technology to rehabilitate a watermain is pipe lining. The process involves a fibrous liner to be pulled through the pipe and with hot water expand to conform to the "host" pipe. The material must be a National Sanitation Foundation (NSF) approved and become structural in order to withstand system pressures. Estimates for pipe lining are $220,000 and $300,000 for traditional open cut method. This is very similar to sanitary sewer "slip lining" which has been used in City projects previously with great success. Project: SCADA Server Upgrade (Row 11 of spreadsheet) Funding Request: FY18/19 FY19/20 FY20/21 FY21/22 FY22/23 Total -0- $40,000 -0- -0- -0- $40,000 Submitted By: Jon Schmitt, Public Works Director Mike Palmer, Water Superintendent In 2003, the City upgraded the Water Systems Supervisory controls. The new technology, Supervisory Control And Data Acquisition (SCADA) system is responsible for monitoring the current state of operation; it allows viewing of security status, water tower levels, and pumping flow rates, alarm status and acknowledgement of alarm call -outs, turning water treatment plants on and off, etc. It is also responsible for storing the daily and statistical data. The server is 8 years old and in the ever changing technology industry a planned upgrade is needed. A major emphasis on cyber security should be considered as part of the upgrade. There is new technology that is available to ensure the security of the City's water system and prevent a "breach" or "hack". Discussions with the control engineers and possible upgrades estimates are 30K-40K. The different design possibilities and security levels included are reflected in the estimated costs. EMI Project: Water Treatment Plant #4 Maintenance (Row 12 of spreadsheet) Funding Request: FY18/19 FY19/20 FY20/21 FY21/22 FY22/23 Total -0- $25,000 -0- -0- -0- $25,000 Submitted By: Jon Schmitt, Public Works Director Mike Palmer, Water Superintendent FY17/18-WTP #4 Control Panel — After discussions with our control support engineers, it was determined that a partial upgrade to the Control Panel is the most cost efficient path to fully upgrading the panel. This will allow for the newest Programmable Logic Controller (PLC) to be included while utilizing the majority of other components within the panel. As needed those components can be retrofitted in the future. By upgrading the control panel sooner than later the City can avoid a major control failure before the current PI -Cs are antiquated and not available for replacement. 2016 estimates are $25,000. Project: Water Tower Maintenance and Repair (Tower #4) (Row 13 of spreadsheet) Funding Request: FY18/19 FY19/20 FY20/21 FY21/22 FY22/23 Total -0- $55,000 $425,000 -0- -0- $480,000 Submitted By: Jon Schmitt, Public Works Director Mike Palmer, Water Superintendent Tower #4 was built in 2006 and in 2013 the exterior need to be "touched up" due to areas of delaminating top coat. This will continue in future years leading until the repainting process. The inspection report from August 2014 concluded the following; the overall exterior condition was good, with continued delaminating of the top coat. The dry interior above the first floor deck was in fair condition, with signs of rusting and the wet interior was in good condition. Staff recommends in FY18/19 to request RFP's (from our list of qualified engineers) and pursue a PSA to include a scope of services, design criteria, bidding services, through construction and 81 observation. Due to the premature coating failures that are currently visible staff is recommending repainting of Tower #4 in FY19/20. In addition to these projects, the following projects have been projected within the 10-year capital improvement planning period. Project: Water Treatment Plant #6 Development (Adams Industrial Park) (Row 14 of spreadsheet) Funding Request: FY23/24 FY24/25 FY25/26 FY26/27 FY27/28 I Total -0- -0- -0- $25,000 $2,700,000 1 $2,725,000 Submitted By: Jon Schmitt, Public Works Director Mike Palmer, Water Superintendent On February 18, 2002 the City Council approved an Engineering Services Agreement with Baxter & Woodman to design Water Treatment Plant #6. This treatment facility would treat a total of 1000 gpm, supplied from two 500 gpm shallow wells, Well #11 located at the Water Tower #3 site, and a future well. The need forthe expansion was documented in a 1994 Update to the Utility Master plan. Subsequently in a letter from the City to Baxter & Woodman dated May 4, 2005, the City terminated the agreement with Baxter & Woodman. The reason for terminating the agreement was that the water system demonstrated a greater demand on the west side of the City, as that was the area of greatest development. WTP #6 was never "completely" finished with the design phase. For this reason, funds outlined in FY20/21 ($25,000) are to be used to complete the design. Some questions remain and will need to be addressed for the design to be completed. Construction costs outlined in FY21/22 are old and will need to be adjusted once the design has been fully completed. 82 Project: Water Treatment Plant #5 Development (Legend Lakes) (Row 15 of spreadsheet) Funding Request: FY23/24 FY24/25 FY25/26 FY26/27 FY27/28 I Total -0- 1 -0- 1 -0- -0- $4,100,000 1 $4,100,000 Submitted By: Jon Schmitt, Public Works Director Mike Palmer, Water Superintendent On September 6, 2006 the City Council approved an engineering services agreement with Smith Engineering Consultants. SEC's agreement was to provide construction documents consisting of plans and specifications for the construction of a new water treatment facility for Well #12 and Well #13, approximately 1,400 lineal feet of new finished water piping from the new facility to Farmstead Drive, and selection of submersible -type well pump and controls for Well #13. The new facility will be designed to remove barium and radium from the raw water of Well #13 and iron from the raw water of Well #12. The new treatment facility will utilize ion exchange to treat/remove the barium and radium from the 1,200 gpm from Well #13 and aeration/filtration to treat/remove iron from the 500gpm from Well #12. The new treatment facility will be housed in a new building that will architecturally resemble the fire house that was constructed to the east and include backwash retention, brine storage, chemical treatment systems, clear well, high service pumps, 1/2 bathroom, basic laboratory, dehumidifier, generator, transfer switch, instrumentation, controls and necessary apparatus. Due to the economic downturn, the Capital Development Fund cannot support the construction of WTP #5 at the present time. Expansion of the City's water system, as in the past, will be driven by current and future development. New construction cost estimates should be obtained at least two years prior to actual construction. 83 Project: Water Treatment Plant #3 Rehabilitation (Row 16 of spreadsheet) Funding Request: FY23/24 FY24/25 FY25/26 I FY26/27 FY27/28 I Total -0- 1 -0- $50,000 1 $2,500,000 -0- 1 $2,550,000 Submitted By: Jon Schmitt, Public Works Director Mike Palmer, Water Superintendent Water Treatment Plant #3 was constructed in 1986. It treats raw water from Well #7& Well #8. The filter media was replaced in 2000. A major overhaul of the filter is anticipated within the next 10 years. The treatment facility should be evaluated to aid in the decision to overhaul or replace the filter. The City has rehabilitated two treatment facilities; Plant #1 in 2005 and Plant #2 in 2012. Both plants currently utilize "gravity" filtration. This form of filtration has proven to increase filter runs times and water quality. Looking forward, an in depth assessment will be need to determine the course of action. Staff suggests assessment and design of "WTP#3 Rehab" in FY25/26. Project: Well #14 and Raw Water Line to Plant #6 (Row 17 of spreadsheet) Funding Request: FY23/24 FY24/25 FY25/26 FY26/27 FY27/28 Total -0- 1 -0- -0- -0- $950,000 $950,000 Submitted By: Jon Schmitt, Public Works Director Mike Palmer, Water Superintendent Water Treatment Plant #3 was constructed in 1986. It treats raw water from Well #7& Well #8. The filter media was replaced in 2000. A major overhaul of the filter is anticipated within the next 10 years. The treatment facility should be evaluated to aid in the decision to overhaul or replace the filter. The City has rehabilitated two treatment facilities; Plant #1 in 2005 and Plant #2 in 2012. Both plants currently utilize "gravity" filtration. This form of filtration has proven to increase filter runs times and water quality. Looking forward, an in depth assessment will be need to determine the course of action. Staff suggests assessment and design of "WTP#3 Rehab" in FY25/26. 84 SEWER PROJECTS Project: Willow Lift Station Pump Replacement (Row 24 of spreadsheet) Funding Request: FY18/19 FY19/20 FY20/21 FY21/22 FY22/23 Total $40,000 1 -0- -0- -0- -0- $40,000 Submitted By: Jon Schmitt, Public Works Director Russell Ruzicka, Wastewater Superintendent The purpose of this project is to replace the raw sewage pumps at the Willow Ave Lift Station. The Willow Avenue lift station was put into service in 1973 and services the Lakeland Park subdivision. The original Aurora brand pumps are still in use today. Preventive maintenance has been done regularly and necessary repairs have been made to keep the pumps running for the past 44 years. The pumps have reached the end of their serviceable life and are in need of a complete rebuild or replacement. To rebuild the current Aurora pumps would cost $51,313. Several of the parts are no longer in stock and would have to be custom made. The cost to replace the pumps with brand new Flygt pumps is $40,000. Project: Wastewater Division Motor Pool - Replacement (Row 25 of spreadsheet) Funding Request: FY18/19 FY19/20 FY20/21 FY21/22 FY22/23 Total F77$65,000 $115,000 $150,000 $25,000 -0- $355,000 Submitted By: Jon Schmitt, Public Works Director Russell Ruzicka, Wastewater Superintendent The purpose of this project request is for the replacement of Sewer Division motor pool vehicles. Proposed for FY 18/19 is the replacement of pickup truck #626, a 2002 Chevy Silverado, with a snowplow and trailer hitch mounted salt spreader. Toolbox and strobe lights 85 to be included with the purchase of the vehicle. Vehicles proposed for replacement throughout the remainder of the 5-year CIP planning period are as follows: FY 19/20 — Pickup Truck #623 & Pickup Truck #625 FY 20/21-Replace dump truck #633 with a 10 wheel dump truck FY 21/22-Replace #622 John Deere Gator FY 22/23-Replace #650 safety trailer Project: Millstream Lift Station Rehabilitation & Sewer Main Relocation (Row 26 of spreadsheet) Funding Request: FY18/19 FY19/20 FY20/21 FY21/22 FY22/23 I Total -0- $1,900,000 -0- -0- -0- 1 $1,900,000 Submitted By: Jon Schmitt, Public Works Director Russell Ruzicka, Wastewater Superintendent The project purpose is to eliminate one lift station and relocate a sewer main. This will be accomplished by relocating and increasing the size of the Millstream Ave Lift station. Once this is done the Freund Ave Lift stations' flow will be diverted to the new lift station. This will eliminate one lift station, two pumps and all of the controls necessary to operate it. Another component of this project is to relocate the existing sewer main, which runs under 3705 W. Elm St and then along Boone Creek. The existing main is in poor condition and will need to be replaced/relocated prior to development occurring along Boone Creek. This project was conceived and originally engineered in 2008. Several engineering/design items will need to be updated. Also, some additional testing needs to be done due to new requirements. The cost for this additional work and construction observation has been included in the total. Project: Automation of Lift Station Generators (Row 27 of spreadsheet) Funding Request: FY18/19 FY19/20 FY20/21 FY21/22 FY22/23 Total -0- $35,000 -0- -0- -0- $35,000 Submitted By: Jon Schmitt, Public Works Director Russell Ruzicka, Wastewater Superintendent Fifteen (15) of the City's nineteen (19) lift stations have emergency power generators. Central Wastewater Treatment Plant (CWWTP) and South Wastewater Treatment Plant (SWWTP) also have emergency power generators. These generators are run, or exercised, once a month. Currently a wastewater division employee spends approximately 2.5 days a month starting, transferring power and then shutting down the generators. By adding components to the generator and lift station control panels would allow the generators to start and run on an automatic program. Automating the generators will enable a wastewater employee to spend 2.5 days a month on other important projects. Project: Lift Station Generators (Row 28 of spreadsheet) Funding Request: FY18/19 FY19/20 FY20/21 FY21/22 FY22/23 Total -0- -0- $250,000 -0- -0- $250,000 Submitted By: Jon Schmitt, Public Works Director Russell Ruzicka, Wastewater Superintendent The purpose of this project is to install a permanent emergency back-up power generator at the Broadway Ave Lift Station and the South Riverside Dr. Lift Station so they can continue to operate seamlessly in a power outage. The generators would be natural gas powered units with sound attenuation and sized to sufficiently handle the electrical load. Currently the only source of electricity for these lift stations during a power outage are portable generators. When a power outage occurs an operator must be called in to access the situation and tow a generator to the lift station and hook it up. Often during a power outage there are multiple lift stations and possibly treatment plants that are without power. It could potentially take the 87 operator an extended amount of time to get the power resupplied to these two lift stations. By installing permanent generators at these two lift stations the City can be assured that the residents are much less likely to experience a sanitary sewer back-up in their home. Project: Central Wastewater Treatment Plant Demolition (Row 29 of spreadsheet) Funding Request: FY18/19 FY19/20 FY20/21 FY21/22 FY22/23 I Total -0- -0- -0- -0- $2,250,000 1 $2,250,000 Submitted By: Jon Schmitt, Public Works Director Russell Ruzicka, Wastewater Superintendent The purpose of this project is the demolition of the Central Wastewater Treatment Plant (CWWTP). Per the Illinois Environmental Protection Agency (IEPA) regulations the CWWTP cannot be demolished until 1 year after the new South Wastewater Treatment Plant is finished and running in compliance. However, please note, there is no required timeline by which the facility must be demolished and it is hoped that this would coincide with private redevelopment of the site. Once demolition begins, all buildings will have to be removed. All in -ground and above ground concrete tanks will need to be removed and filled in. In addition, all old piping, air lines and electrical lines will need to be removed as well. The Engineer's Opinion of Probable Cost of this project is $1.75 to $2.25 million. On March 3rd, 2014 City Council approved a professional services agreement with H.R. Green in an amount of $1,325,188. Of that $20,000 has been earmarked for CWWTP demolition engineering. In addition to these projects, the following projects have been projected within the 10-year capital improvement planning period. Project: Update Aeration & Mixing on Oxidation Ditches at SWWTP (Row 30 of spreadsheet) Funding Request: FY23/24 FY24/25 FY25/26 FY26/27 FY27/28 Total $750,000 -0- -0- -0- -0- $750,000 Submitted By: Jon Schmitt, Public Works Director Russell Ruzicka, Wastewater Superintendent This project will update the aeration and mixing systems on the oxidation ditches at the SWWTP. Currently the method of aerating and mixing the oxidation ditches is with large inefficient mechanical mixers. There is little or no control on this set up. The project would consist of installing blowers and fine bubble diffusers, similar to what is currently used in the digesters, and submersible mixers. These two components will allow for more accurate control over the treatment process. This in turn will help the plant to run efficiently and in a cost effective manner. Project: Replace/Upgrade Back-up Gravity Belt Thickener (Row 31 of spreadsheet) Funding Request: FY23/24 FY24/25 FY25/26 FY26/27 I FY27/28 ETotal $285,000 -0- -0- -0- 1 -0- 1 $285,000 Submitted By: Jon Schmitt, Public Works Director Russell Ruzicka, Wastewater Superintendent The purpose of this project is to replace and upgrade the smaller back-up gravity belt thickener (GBT). This piece of equipment was purchased new in 1998. The GBT begins the sludge de - watering process. It is used to thicken up the sludge before it is finally pressed and dried. The project would consist of replacing the current GBT with a larger model. Upgrading this piece of equipment would mean the plant could continue to de -water sludge at an acceptable rate even if the main GBT was down for maintenance or repair. Currently we would need to work in shifts or work overtime to keep up with the normal production. Project: Rebuild Clarifier Gearbox and Manifold Seals at SWWTP (Row 32 of spreadsheet) Funding Request: FY23/24 FY24/25 FY25/26 FY26/27 FY27/28 Total -0- 1 -0- -0- $25,000 -0- $25,000 Submitted By: Jon Schmitt, Public Works Director Russell Ruzicka, Wastewater Superintendent The scope of this project includes rebuilding the intermediate drive gearboxes and replacing the manifold seals on clarifiers # 3 & #4. This requires draining each clarifier and keeping it empty for the week the work is being done. Each clarifier should take 3 — 5 days. These are normal wear items and this work needs to be done periodically. The benefit to doing this in a planned manner instead of waiting until they break is that we are able to schedule the work when it is most convenient for us. This in turn aids in the operation of the treatment plant as well. Ell UTILITY PROJECTS Project: Pearl Street/Lincoln Road Improvements (Row 39 of spreadsheet) Funding Request: FY18/19 FY19/20 FY20/21 FY21/22 FY22/23 Total $380,000 -0- -0- -0- -0- $380,000 Submitted By: Jon Schmitt, Public Works Director Steve Wirch, Utility Maintenance Superintendent Included in the bid plans for the Pearl Street/Lincoln Road Improvements is the extension of approximately thirty-five sanitary sewer stubs from the sanitary sewer main under the Lincoln Road pavement to the homeowner's property line. City staff and the City Attorney are investigating options to recapture the cost of the sanitary sewer stub installations through future annexation agreements, adoption of requiring payment upon connection or creation of a Special Service Area Assessment (SSA). The contract documents will be prepared to meet a 2018 letting. Project: Recreation Center Parking Lot Expansion (Row 40 of spreadsheet) Funding Request: FY18/19 FY19/20 FY20/21 FY21/22 FY22/23 Total $70,000 -0- -0- -0- -0- $70,000 Submitted By: Jon Schmitt, Public Works Director Steve Wirch, Utility Maintenance Superintendent Expansion of the Recreation Center parking lot was approved as part of the FY17/18 Budget. During the planning and design phase it was identified that the existing water main be extended in order to get the main beyond the limits of the new pavement and to ultimately construct a loop of the water main between the Recreation Center and City Hall for better circulation and quality. 91 On August 7, 2017 City Council approved a contract for Professional Engineering Services to Baxter and Woodman, Inc. for engineering services for the expansion of the Recreation Center Parking Lot. Engineering Services began in September of 2017 and are anticipated to be completed in early Spring of 2018 in order for a construction contract for the improvements to be bid and awarded by the beginning of the 2018 construction season. Pre -Final plans were delivered to the City of McHenry on December V 2017 per the approved schedule in the engineering services contract. The current FY18/19 Estimate of Cost for the project is $525,000, which includes $485,000 for construction costs and $40,000 for Phase III Construction Engineering. Approximately $70,000 in Water and Sewer Funds will be utilized to complete water main installation associated with the project. Project: Green Street Bridge Rehabilitation (Row 41 of spreadsheet) Funding Request: FY18/19 FY19/20 FY20/21 FY21/22 FY22/23 Total $48,500 1 -0- -0- -0- -0- $48,500 Submitted By: Jon Schmitt, Public Works Director Steve Wirch, Utility Maintenance Superintendent The Green Street Bridge, which was constructed in 1949, is in serviceable condition and will not be in need of replacement for some time. Currently the sufficiency rating of the bridge does not make it eligible for federal participation for replacement or major rehabilitation. However, the bridge has shown sufficient deterioration that minor rehabilitation will be required to maintain the bridge until a point in time at which it would become federally eligible for replacement. Recent inspections have shown that the concrete sidewalks are in need of replacement as well as needed repairs and reconnections for the bridge railing. The concrete fascias which support an above ground stream crossing for a city water main are also showing heavy deterioration and may be in need of minor structural repairs. Other minor work would include rehabilitation of the approach pavement which has settled behind the abutments and a replacement of the asphalt wearing surface. City Council approved a Professional Services Contract with Bollinger Lach and Associates, Inc. on July 17, 2017 in the amount of $17,650 professional engineering design services for the rehabilitation of the Green Street Bridge. The Funding Request includes $455,000 to construction funding and $45,000 for Phase III Construction Engineering Services. This project will enable the City to maintain the structure 92 until it can be eligible for federal funding for replacement. $48,500 will come from the Water and Sewer Fund with the remaining amount being accounted for in the General Fund CIP. Project: Water Main Replacement Program (Timothy/Clover Improvements) (Row 42 of spreadsheet) Funding Request: FY18/19 FY19/20 FY20/21 FY21/22 FY22/23 Total $830,000 $350,000 $300,000 $250,000 $250,000 1 $1,980,000 Submitted By: Jon Schmitt, Public Works Director Steve Wirch, Utility Maintenance Superintendent The most recent revision of the Capital Improvement Program created a budget line item for water main replacement. In 2007 the City Council approved an engineering service agreement with Smith Engineering Consulting (SEC Group) to create a water system model evaluating the overall performance of the system. In this report, areas of town were identified with "undersized" water mains, creating "bottle necks" where water hydraulically reaches maximum flow rates. This can pose issues for future development, fire protection, water quality, etc. Staff has been developing a water main replacement program for aging infrastructure, proactive replacement for future needs, and to address water quality issues. FY18/19 The existing 4" ductile iron and transite water main on Timothy Lane and Clover Lane is in need of replacement. Both locations have a long history of water main breaks due to the water main deteriorating due to corrosion, age, settlement, etc. Additionally the 4" diameter main is no longer compliant with current standards for size and capacity. Approximately 2,450 lineal feet of water main will be replaced and increased to a 8" diameter water main. Fire hydrants, valve vaults, new service lines and b-boxes will be installed per current standards. Other improvements may include incidental roadway resurfacing and minor drainage improvements such as concrete gutter and driveway culvert replacements. The approximate location of the proposed improvements is on Timothy Lane and Clover Avenue with project limits between Dale Avenue and Green Street. City Council approved a Professional Service Agreement on July 17, 2017 with HR Green for design and bidding services for $32,311.40. FY19/20 The existing 4" transite water main on Oak Diver. is in need of replacement. The location between Shore Drive. and Prairie Ave has had several longitudinal water main breaks requiring partial sections to have to replace. Approximately 1,150 lineal feet of 4" diameter transite water main is to be replaced with an 8" diameter water main. Fire hydrants, valve vaults, new service lines, and b-boxes are to be installed per current standards. Required 93 professional engineering services will include design services, bidding services, and resident engineering services. FY20/21 The water main on Green St. between Waukegan Road and Kane Avenue is undersized and are in need of replacement. The approximately 1,900 lineal feet of 4" and 6" water main between Waukegan Road and Kane Avenue is undersized and creates a bottleneck, upsizing to a 12" water main will eliminate the bottleneck and provide better water quality and fire flow to the Green Street business district and surrounding area. Fire hydrants, valve vaults, new service lines, and b-boxes will be installed per current standards. Required professional engineering services will include design services, bidding services, and resident engineering services. FY20/21 The water main on Richmond Road. (between Washington Street and Broad Street) and Broad Street. (between Richmond Road and Green Street) are undersized and in need of replacement. The approximately 400 lineal feet of 6" water main on Richmond Road and 1,300 lineal feet of 4" water main on Broad Street are undersized and replacement with 12" water main would improve fire flow and water quality to the surrounding area. Fire hydrants, valve vaults, new service lines, and b-boxes will be installed per current standards. Required professional engineering services will include design services, bidding services, and resident engineering services. Project: Sanitary Sewer Manhole Rehabilitation Program (Row 43 of spreadsheet) Funding Request: FY18/19 FY19/20 FY20/21 FY21/22 FY22/23 Total -0- $160,000 $160,000 $160,000 $160,000 $640,000 Submitted By: Jon Schmitt, Public Works Director Steve Wirch, Utility Maintenance Superintendent Over half of the water flow entering the treatment plants approximately 1,000,000 gallons per day, is groundwater and does not need to be treated. This groundwater enters the sanitary sewer system through cracks, breaks and loose joints in the sewer mains. During a severe rain event, over 2,000,000 gallons of ground water could potentially enter the sanitary sewer system per day. This amount of groundwater entering the treatment plants on a daily basis severely restricts the capacity and performance of the treatment plants. By eliminating as much of this infiltration as possible the City can greatly increase the capacity and effectiveness of the treatment plants. 94 The infiltration and inflow is reduced or stopped by inserting a new lining in the existing sewer main thereby stopping the flow of groundwater into the sewer main. With this improvement the treatment plant would perform better and have reduced operating costs. The CIPP (cured in place pipe) lining also extends the life of the sanitary main without excavation. Through the joint bid process the City Of McHenry will have lined approximately 1,400 linear feet in FY16/17 and approximately 7,800 linear feet FY 17/18 CIP. This is a multiyear contract extending through FY 19/20 done through the joint bid process with the cities of Cary and Huntley. During rain events and areas where the water table is high, rain and groundwater can enter the sanitary collection system through deficiencies in aging structures. This inflow and infiltration will increase the volume of sewage that will need to be treated. Eliminating open manhole covers with new sealed frames and covers will reduce inflow from rainwater runoff. There are different types of spray liners that can seal and improve the integrity of the structure. By reducing or stopping inflow and infiltration this improves the operation of pumps at lift stations and the wastewater treatment plants. Project: Sewer Camera Replacement (Row 44 of spreadsheet) Funding Request: FY18/19 FY19/20 FY20/21 FY21/22 FY22/23 Total -0- $55,000 -0- -0- -0- $55,000 Submitted By: Jon Schmitt, Public Works Director Steve Wirch, Utility Maintenance Superintendent In 2011 The City Of McHenry purchased an Aries PathfinderTR3300 tractor and camera system. This camera is capable of televising a 6" to 12" sanitary sewer main. Over the last two years the camera has needed repairs to components that have worn out due to routine televising of the collection system. The purchase of the Aries Pathfinder TR3310 will let personnel televise up to 24" sanitary sewer main. This new tractor and camera will televise the large pipes in the 95 collection system without having the cost of changing the entire system. Aries is the sole provider due to system software. Project: Utility Division Motor Pool (Row 45 of spreadsheet) Funding Request: FY18/19 FY19/20 FY20/21 FY21/22 FY22/23 Total -0- $110,000 $150,000 $15,000 $85,000 $360,000 Submitted By: Jon Schmitt, Public Works Director Steve Wirch, Utility Maintenance Superintendent The purpose of this project request is for the replacement of Utility Division motor pool vehicles. Vehicles proposed for replacement throughout the 5-year CIP planning period are as follows: FY18/19 — None FY19/20 —2008 Ford F350 2wd Utility Truck (1 ton with lift gate),2006 Ford F250 4X4 w/ Plow,Easement sewer jetting machine FY20/21— 2005 Case 590 Super M tractor, 1994 Air Compressor FY21/22 — 2006 Wells Cargo Trailer (Water Main Break Trailer) FY22/23 — 2007 Mini Excavator, 2007 Mac -Lander Flatbed Trailer Project: Barreville Road Water Main Extension (Row 46 of spreadsheet) Funding Request: FY18/19 FY19/20 FY20/21 FY21/22 FY22/23 Total -0- -0- -0- -0- $308,000 $308,000 Submitted By: Jon Schmitt, Public Works Director Steve Wirch, Utility Maintenance Superintendent Project Purpose, Description and Benefit In June 2008 the IEPA issued a permit for construction of approximately 1300 feet of water 96 main along the west side of Barreville Road extending from Charles Miller Road to the Pebble Creek Subdivision. This project would "loop" the respective area described above, providing improved water quality, fire protection, and added system redundancy. The installation of sidewalks along Barreville Road is included in this project. The down turn in the housing market has impacted the Capital Development Fees collected, and as a result, the project has been delayed until funding becomes available. Project: Eastside Water Main Extension (north leg) (Row 47 of spreadsheet) Funding Request: FY18/19 FY19/20 FY20/21 FY21/22 FY22/23 Total -0- -0- -0- -0- $300,000 $300,000 Submitted By: Jon Schmitt, Public Works Director Steve Wirch, Utility Maintenance Superintendent In January 2007 the IEPA released a "Fact Sheet" which detailed sampling of the monitoring wells located at 3004 W. Route 120. The results indicated significant levels of chemical solvents in the ground water. There are multiple regulatory agencies involved, such as; IEPA, USEPA, Illinois Department of Health, and McHenry County Department of Health. Further testing concluded that private wells in a defined area were affected by this contamination. The IEPA asked the City to prepare to extend the public water supply to affected areas. Some of the affected areas - primarily north of Rt. 120- are in unincorporated McHenry County. Due to the public health risk, installation of a public water supply is necessary to provide safe and clean water to the affected properties. There are two designed and permitted phases for construction, i.e. "North and South legs." As of November 2013, the owner of the property on the southeast corner of Route 120 and River Road also installed approximately 300 ft of the "North Leg". This section includes the boring under Rt. 120. This is a "shovel ready" project once funding has been secured. Consequently, the projected cost has been reduced, bringing the estimated cost of construction to complete the North leg to $300,000. 97 TAX INCREMENT FINANCE FUND CIP PROJECTS Projects identified in the Tax Increment Finance Fund Capital Improvement Program are for capital improvement projects related to the improvements within McHenry's established Tax Increment Finance (TIF) district. By action of the City Council, the City of McHenry Downtown Tax Increment Finance (TIF) District was established in 2002. Tax Increment Financing (TIF) is an economic development tool that was provided by state lawmakers more than 25 years ago to assist local governments in attracting private development and new businesses to their respective communities. TIF helps public and private investors overcome extraordinary costs that often prevent development and private investment from occurring on environmentally sensitive and other properties that are at risk of remaining underutilized/underdeveloped for an extended period of time. As a result of this investment, the TIF area is improved and property values increase. Without TIF benefits, a deteriorating area is less likely to improve. Investors do not invest capital into decaying areas and most local governments cannot afford the needed costly improvements without raising taxes. When considering an area for TIF designation, municipal officials must ask the question "Will the same kind of private investment occur here without an incentive?" In other words, "but for" the establishment of a TIF as a mechanism for providing financial incentives for private investment, would redevelopment occur that is desired by the community? Once a TIF is established, private investors and local governments are able to undertake redevelopment projects by utilizing the increase in property tax revenues, or tax increment, as a funding source for TIF improvements over a period not to exceed 23 years. The tax increment is the difference between the amount of property tax revenue generated before TIF district designation and the amount of property tax revenue generated after TIF designation. Establishment of a TIF does not reduce property tax revenues available to the overlapping taxing bodies because property tax revenues collected on properties included in the TIF at the time of its designation continue to be distributed to taxing districts in the same manner as if the TIF did not exist. Only property taxes generated by the incremental increase in the value of these properties after that time are available for use by the TIF. On April 15, 2002 the City Council established the City of McHenry TIF District. The TIF District encompasses the area between John Street on the south and the Fox River on the east, Third Street on the west and Pearl and Broad Street on the north. The primary intent of creating the TIF District was to revitalize the downtown with a primary focus of generating funds to construct the proposed Riverwalk. Much work has been completed to date in the TIF District and as a result the City is now positioned to encourage downtown revitalization. The first development within the TIF District, Riverwalk Place Townhomes was formally approved by the City Council on April 14, 2003. The project consists of twenty (20) luxury townhome units with two bedrooms (third bedroom option), 2.5 bathrooms and two -car garages with an exterior of brick and siding. The 1.69-acre site is located on the north side of Waukegan Road, south of W. Boone Lagoon and east of Green Street. Construction of the development has transformed a vacant parking lot into a quality development that serves as an example for future developments in the TIF District. TIF assistance has also made it possible for the city to fund boat piers and public utility improvements at the site. Another project that came to fruition through the assistance of the TIF District has been the redevelopment of the former Eby Brown Building. The building has been completely renovated and is the new home of Verlo Mattress as well as various other inline store frontage. In 2007/08, the second major project within the TIF District began to take form on a parcel on the site of the former medical arts property at 1110 N. Green Street. The site was purchased and prepared by the city of McHenry eventually including the site as a TIF incentive through an RFQ/RFP process. A redevelopment agreement was approved by city council on March 5, 2007 and work on the building commenced. This four story mixed use building contains 62,000 total square feet including 17,000 square feet of first floor retail space. The 45,000 square feet of residential space occupy floors two through four of the building with 27 total units. In all just over $2,000,000 in incentives were provided to the Riverwalk Place development with the first certificate of Occupancy issued in January of 2010. Finally in the fall of 2012, the City of McHenry entered into a contract to purchase the former site of the Dobyn's House, commonly referred to as Miller Point in the Riverwalk Plans. The 2.6 acres of land will potentially be the base for the next redevelopment project as well as the continuation of the Riverwalk project and its extension to the Fox River. In 2014 the City worked with the Riverwalk Foundation to coordinate the construction of the Riverwalk from Miller Point north to and under the Elm Street/120 bridge. This included work on behalf of the Riverwalk Foundation to secure private easements and collaboration with design and construction and included financing of the project. Also, the City funded the implementation of a new pier system so that boats could dock at Miller Point throughout the day to access business in the downtown areas. The hard work of many has come to fruition with construction of the Riverwalk beginning and the base of redevelopment projects set. It is the intent of the City of McHenry to continue to encourage additional development and redevelopment according to the adopted Downtown Plan and to complete the construction additional phases of the Riverwalk. The FY18/19 — FY22/23 Tax Increment Finance Fund Capital Improvement Program currently does not generate sufficient revenues to undertake new projects within the TIF district and, as such, no projects are identified for implementation within the 5-year planning period. In fact, the TIF Fund Balance currently has a deficit of $338,695. Of note, any projects undertaken utilizing non-TIF funding within the TIF district are eligible for TIF reimbursement should sufficient revenues become available in the future. a- u 0 z Z) W W V z a Z W z LU G W V z X a m N N N LL \ 00 H lA O `m w M N } LL N rl N LL N O } LL ' p 01 ei LL Ln L � o c M c M pip v v y LL m • O j- O L O m Q v a bn d d C C c f0 f6 m au � M W MM W 4d @ W a) in C 3 C 3 M v c LL LL a o C C V- O O -W ° LL C C � a al �' 0 E QO aci _0 L N L O U a) a _O O _O O o X ai w cC o 100