Loading...
HomeMy WebLinkAboutPacket - 04/03/2017 - City CouncilAGENDA REGULAR CITY COUNCIL MEETING City Council Chambers, 333 S Green Street Monday, April 3, 2017, 7:00 PM Call to Order. 2. Roll Call. 3. Pledge of Allegiance led by Landmark School Student Matthew Zarawski 4. City of McHenry Mission Statement. 5. Public Comment: Any person wishing to address the City Council will be required to step forward to the podium and identify themselves for the record and will be asked but are not required to provide their address. Public Comment may be restricted to three - minutes for each individual speaker. Order and decorum shall be maintained at public meetings. 6. Motion to approve the following Consent Agenda items: A. Award of Bid for 2017 Sewer Lining Contract to Visu-Sewer, Inc. in the amount of $61,494.16; B. Pay Application #6 & Change Order #1 from Merryman Excavation for Sanitary Sewer System Force Main Extension project in the amount of $245,024.23; C. Pay Application #13 to Williams Brothers Construction in the amount of $1,062,001.87 for Wastewater Treatment Plant Improvements; D. Award of bid for Knox Park Softball Field Fencing Replacement to Patriot Fence & Construction, LLC for $28,140; E. Temporary Use Permit for the Pioneer Center Sleep Out for Shelter fundraiser on May 6 & 7, from 3:00 AM to 8:00 AM, to be held at The Church of Holy Apostles, 5211 W. Bull Valley Road and waiver of $60 permit fee; F. Ordinance amending Municipal Code reducing the number of Class A liquor licenses in effect from thirty (30) to twenty-nine (29); G. Special Event Liquor License for outdoor service of alcohol for Main Street Station Cinco de Mayor event, 4005 Main Street on Saturday May 61h from 11:00 AM to 8:00 PM & Sunday, May 7th from 11:00 AM to 6:00 PM; H. Parks Facilities Special Use/Picnic Permits; I. February 6, 2017 City Council meeting minutes; and J. Payment of Bills in the amount of $481,429.23. 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. l MCA McHenry City Council Agenda April 3, 2017 Page Two 7. Motion to approve an application for a Class H liquor license authorizing the sale of beer and wine at tables only submitted by Epic Deli Inc. d/b/a Epic Deli, 2616 Schaid Court and Ordinance amending Municipal Code Chapter 4, Sec. 4-6(7), increasing the number of Class H licenses in effect from five to six. Motion to approve the transfer of the Class A liquor license from B&A Corner Tap, Inc. d/b/a The Corner Tap to Fox Valley Group Ltd., d/b/a The Corner Tap located at 3901 W. Main Street. 9. Consideration of two proposals to produce the annual Jaycees Day Fireworks Display and Celebrations in Petersen Park on July 1st (rain date July 2" d) and Motion to approve the proposal from Melrose Pyrotechnics or Mad Bomber in the amount of $15,000 with a $5,000 financial contribution from the City of McHenry. 10. Motion to approve award of Professional Services Contract for Elm Street Lighting Improvements to HR Green, Inc. for an amount not to exceed $34,343. 11. Motion to approve a budget amendment increasing the Development Expense Account #100.04.6945, by $110,000 to cover a portion of the development costs of the city's sales tax incentive agreements. 12. Mayor's Statement and Reports 13. Committee Reports. 14. Staff Reports. 15. Future Agenda Items. 16. Adjournment. 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. Department of Public Works Jon M. Schmitt, Director 1415 Industrial Drive McHenry, Illinois 60050 Phone: (815) 363-2186 Fax: (815) 363-2214 www.ci.mchenry.il.us CONSENT AGENDA SUPPLEMENT DATE: April 3, 2017 TO: Mayor and City Council FROM: Jon M. Schmitt, Director of Public Works RE: 2017 Sanitary Sewer Lining Contract Award ATT: Bid Tabulation AGENDA ITEM SUMMARY: Staff requests City Council to consider awarding the 2017 Sanitary Sewer Lining Program contract to Visu-Sewer, Inc. BACKGROUND: A portion of the flow entering the City's Wastewater Treatment Plants is groundwater which enters the sanitary collection system through cracks in sanitary sewer mains, manhole structures, and at sanitary service connections. While existing sanitary collection pipes and structures are still functional, these cracks allow the infiltration of groundwater into the system especially during heavy rain events. Sanitary sewer and manhole lining is a proven structural repair which reduces infiltration and extends service life of sewer main and sanitary structures. Included in FY 2016/2017 Budget was $30,000 for sanitary sewer rehabilitation on Oakwood Drive; $110,000 for an annual sanitary sewer rehabilitation program; and $50,000 for an annual sanitary manhole rehabilitation program. $100,314 of these funds along with $100,000 allocated for water main replacement were utilized for the engineering and construction of the Sanitary Sewer Replacement Project on Millstream Drive. The remaining balance budgeted for sanitary sewer lining and sanitary manhole lining will be utilized for the 2017 sanitary sewer lining program. Sanitary sewer locations on Oakwood Drive, Front Street, and High Street have been identified to be rehabilitated as a part of this program. ANALYSIS: The City of McHenry partnered with the Village of Huntley and the Village of Cary to issue a joint bid request. The Village of Huntley facilitated the bid specifications and solicitation. The bid opened on March 24, 2017 includes a 2nd and 3rd year option for the extension of the contract should the City choose to participate in succeeding year programs. The following sealed bids for the 2017 Sanitary Sewer Lining Program (City of McHenry portion) were received on March 24, 2017: • Visu-Sewer, Inc. $61,494.16 • Hoerr Construction, Inc. $691340.50 • Michels Pipe Service $741718.00 • SAK Construction, LLC $71,071.50 • Insituform Technologies, LLC $73,762.70 RECOMMENDATION: Therefore, if Council concurs, it is recommended to approve the bid award to Visu-Sewer Inc. for the 2017 Sanitary Sewer Lining Program in an amount of $61,494.16 (actual amount may vary based on final measured quantities). Department of Public Works Jon M. Schmitt, Director 1415 Industrial Drive McHenry, Illinois 60050 Phone: (815) 363-2186 Fax: (815) 363-2214 www.ci.mchenry.il.us CONSENT AGENDA SUPPLEMENT DATE: April 3, 2017 T0: Mayor and City Council FROM: Jon M. Schmitt, Director of Public Works RE: McHenry Sanitary Sewer System Improvements Force Main Extension Pay Application and Change Order ATT: HR Green Pay Application Recommendation AGENDA ITEM SUMMARY: Staff requests City Council to consider pay application request #6 change order #1 to Merryman Excavation in the amount of $245,024.23. BACKGROUND: At the March 7, 2016 City Council Meeting, City Council awarded a bid to Merryman Excavation of Woodstock, Illinois for the construction of the McHenry Sanitary Sewer System Improvements Force Main Extension Project in an amount not to exceed $2,916,249.50. ANALYSIS: Merryman Excavation is requesting $245,024.23 for work performed as of March 13, 2017 on the McHenry Sanitary Sewer System Improvements Force Main Extension. HR Green has reviewed the pay application and found all documents to be in general conformance with the project requirements. Change order #1 in the amount of $142,769.25 accounts for the actual quantities of materials and labor used in the field. The change order reflects the additional pipe lengths which were necessary to address unforeseen site conditions during construction. Ground conditions and uncertain existing sanitary main locations due to issues with locating wires made it necessary to directional bore new force main piping at a lower elevation to assure that installation of the force main extension would not damage existing critical infrastructure. Directional boring at this depth required lengthening the longitudinal run of pipe to meet the necessary depth at the proper location. 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. RECOMMENDATION: Therefore, if Council concurs, it is recommended to approve pay application request #6 change order #1 to Merryman Excavation in the amount of $245,024.23. i >420 North Front Street I Suite 100 1 McHenry, IL 60050 HRGREEN.COM Main 815.385,1778 + Fax 815.385.1781 HRGreen March 17, 2017 Mr. Jon Schmitt Director of Public Works 1415 Industrial Drive McHenry, IL 60050 RE: McHenry Sanitary Sewer System Improvements Force Main Extensions Pay Application Request #6 HR Green Job No.: 86130341.03 Dear Mr. Schmitt: Attached is Pay Application #6 from Merryman Excavation, Inc. for the McHenry Sanitary Sewer System Improvements Force Main Extensions Project, Merryman Excavation, Inc. is requesting an amount of $245,024.23 for the work completed as of March 13, 2017. HR Green has reviewed the Pay Application submitted by Merryman Excavation, Inc. and found all documents submitted to be in general conformance with the project requirements. HR Green has also observed the work in the field and determined it to be in conformance with the approved plans and specifications. Certified Payroll for this project is up to date and on file. Trailing waivers of lien are in process from the contractor and it is recommended that they be received by the City prior to check release. Change order #1 for this project is attached, and reflected in the pay request. As previously discussed, this change order accounts for the actual quantities of materials and labor used in the field. The Change order actually reflects the additional pipe lengths that were needed to overcome the challenges discovered in the field during construction. This Change order, which is anticipated to be the only one on the project, is in the amount of $142,769.25. This is 4.9% of the contract amount. At this time, HR Green recommends the City approve this Pay Application in the amount of $245,024.23. This leaves amount to complete on the project, including retention, of $76,745.47. After approval, please sign on the application on the "Owner" line and return the documents to me for processing. If you have any questions, please call me at (815) 759-8346. Sincerely, Chad J. Pieper, P.E. Project Manager CJ P/ Attachments Cc: Mr. Russell Ruzicka - City of McHenry 0:186130341.031ConstructionlFORCE MAINIPay RequestslPay App #611tr-031717-Recommendation for Pay App #6.docz Contractor's Application For Payment No. 6 Application Period: 11/4I2016 - 3/132017 To (Owner): City of McHenry I From (Contractor): Merryman Excavation, Inc. Project Force Main Extensions Contract McHenry Sanitary Sewer System Improvements Ownefs Contrail No.; � Contreilors Project No_: 16-ME745 Application for Payment Change Order Summary Approved Change Orders Number Additions Deductions 1 $ 142,769.25MENEM TOTALS $ 142,769.25 $ - NET CHANGE BY $ 142,76925 CHANGE ORDERS Contractor's Certification 1. ORIGINAL CONTRACT PRICE 2. Net change by Change Orders 3. CU (C RRENT CONTRACT PRICE (Line 1 t 2) 4. TOTAL COMPLETED AND STORED TO DATE olumn F on Progress Estimate) 5. R ETAINAGE: a. 25% of Work Completed and Stored Materials c Total Retalnage.(Line Sa+Line Sb) 5. AMOUNT ELIGIBLE TO DATE (Line 4 -Line Sc) (Engineer): Project No.: 7. LESS PREVIOUS PAYMENTS (Line 6 from prior Application) Be AMOUNT DUE THIS APPLICATION 3. BALA NCE TO FlNISH, PLUS RETAINAGE (Column G on Progress Estimate+ Line 5 above) mdersigned contractor certnies mat (1) all previous progress payment of ienls received from Owner on account of Work done under the Contrail been applied on exeunt to dscharga Contractors legitimate alions incurred in connection with Work covered by prior Applications for ent (2) title of all Work, materials and equipment incorporated in said is recommended by, or otherwise risted in or covered by (his Application for Payment will to Owner at time of payment free and clear of all Liens, security Is and encumbrances (except such as are covered by a Bond nable to Owner indemnifying Owner against any such Liens, security Payment of st or encumbrances); and (3) all Work covered by this Application for ent is in accordance with the Contract Documents and is not defective. is approved by. by. March'13I 2017 HR Green, Inc 86130341.01 $ 2,916,249.50 $ 142,76925 $ 3,059,01 0.75 $ 3,059,018.75 $ 76,475.47 Contractor's Certification 1. ORIGINAL CONTRACT PRICE 2. Net change by Change Orders 3. CU (C RRENT CONTRACT PRICE (Line 1 t 2) 4. TOTAL COMPLETED AND STORED TO DATE olumn F on Progress Estimate) 5. R ETAINAGE: a. 25% of Work Completed and Stored Materials c Total Retalnage.(Line Sa+Line Sb) 5. AMOUNT ELIGIBLE TO DATE (Line 4 -Line Sc) (Engineer): Project No.: 7. LESS PREVIOUS PAYMENTS (Line 6 from prior Application) Be AMOUNT DUE THIS APPLICATION 3. BALA NCE TO FlNISH, PLUS RETAINAGE (Column G on Progress Estimate+ Line 5 above) mdersigned contractor certnies mat (1) all previous progress payment of ienls received from Owner on account of Work done under the Contrail been applied on exeunt to dscharga Contractors legitimate alions incurred in connection with Work covered by prior Applications for ent (2) title of all Work, materials and equipment incorporated in said is recommended by, or otherwise risted in or covered by (his Application for Payment will to Owner at time of payment free and clear of all Liens, security Is and encumbrances (except such as are covered by a Bond nable to Owner indemnifying Owner against any such Liens, security Payment of st or encumbrances); and (3) all Work covered by this Application for ent is in accordance with the Contract Documents and is not defective. is approved by. by. March'13I 2017 HR Green, Inc 86130341.01 $ 2,916,249.50 $ 142,76925 $ 3,059,01 0.75 $ 3,059,018.75 $ 76,475.47 $ 76,475.47 $ 2,982,543.28 00000010 $ 20737,519.05 $ 245,024,23 $ 76,475.47 $ 245,02423 (Line 8 or oth �ch e;tptan f other amount) J 3 zoo (Engineer) (ate) $ 245,024.23 (Una 6 or other -attach explanation of other amount) (Owner) Funding Agency (if applicable) (Date) (Date) progress Estimate Contractor's Application For(eont2eq: Chy or McHenry _ ApP�eapon Number. 5 APppea0on Period: 11/4/2016 - 3J13/2017 � A pppeatton Dale: March 13, 2017 A Work Completed E F G porn Revised 4uaMly Unit UMl Pflee Revlud Scheduled C From Previous From Previous D Ttds Pedod Ttds Period Malerhals Preserdly S0� Total Completed and Slortd to Date °J6 m eelaneelo Flnlsh Nan DesatptWn No. Value Quanlhies Appgeadon (C+� (not lnCorD) (C+D) 8 (8-F7 i PVC C-905(bep &spigot) San ForeemahrOpen Cut, 24" 288 FOOT 568.50 163,728.00 288.06 163,728.00 - - - 163,728.00 100°h - 2 San Forecemain Dhetdion Dn'ded 24' (nominal ID) 2,273 FOOT 680.00 1,545,640.00 2,273.00 1,545,640.00 - _ y y� y10 Op 1�y` _ 3 San Forcemain Direrion Drilled 20" (nominal ID) 1,153 FOOT 927.50 1,069,407.50 1,153:00 1,069,40750 - - - 1,069,407.50 100% - 4 E�dsLSanSevrerServiceLater'alReplacement 1 EACH 4,225.00 4,225.00 - - - - - - 0% 4,225.00 5 Trenctl Backfip . 396 CY 61.00 24,156.00 396.00 24,156.00 - - 24,156.00 100% - 6 2' Comb. A'v Valve & 60" VauIE 2 EACH g,877.00 19,754.00 1.OD 9,877.00 1 9,877.00 - 19,754.00 100% - 7 TreeRemovat 1 l.5 9,50a.00 9,501.00 1.00 9,50'1.00. - 9,501.00 100% - 8 Traffic Control & Plotedion 1 L.S 9,501.00 9,501.00 1.00 - 9,501.00 - - - 9,501.00 100% - 9 Class D Patdt . 47 SY 190.00 8,930.00 - - 47 8,930.00 - 8,930.00 100°b - i0 A99-Parl�fgLot&Agg.PatASur(aeeCourseMaterial(CA�,Typa8,12. 62 SY 103.50 6,417.00 62 6,417.00 - - 6,417.00 100% - 11 StabAlzedConstruCtionAtxess 1 F1+CH 12,020.00 12,020.00 1 12,020.00 - =- - 12,020.00 100% -� 12 ThennoplasOcPavementMaddng-Une4" 1 LS 1,900,00 1,900.00 - - - - - - 0% 1,900.00 13 Landscape Restoration 0.15 ACRE 144,280.00 21,64200 0.10 14,428.00 0,05 7,214.00 - 21,64200 10D% - 14 Fxploretory Fxca�ration 14 HR 443.50 6,209.00 14.00 6,209.00 - - - 6,209,00 100% - 15 Erosion Control Ferree 670 FOOT 6.85 4,589.50 450.00 3,08250 - - - 3,082,E 67% 1,507.00 16 O[ange Cottstnrdlon Fetlta3 750 FOOT 6.65 4,987.50 600.00 3,990,00 - - 3,990.00 60% 997.50 17 Construellan Site Vkieo Tape 1 LS 3,64200 3,64200 1.00 3,64200 - - - 3,64200 100% - Ctiange Ober 1 2 San Forecemain gireeflon Ddped 24" (nominal]D) 14 FOOT 680.00 9,520.00 - - 14 9,520.00 - 9,520.00 100% - 3 San Fotcemain Direction Orpled 20' (nominal I� 10Z FOOT 927.50 99,24250 - - 107 99,242.50 - 99,24250 100% - 4 EbsL'San Seurat Service Lateral Replacement -1 EACH 4,225,00 (4,225.00) - - - - 0% (4,225.00) 5 Trench Bac(dpl 355.25 CY 61.00 21,67025 - - 35525 21,67025 - 21,67025 100% 9 Class DPatch - 73 SY 190.00 13,870.00 - 73 13,870.00 - 13,870.00 100% 14 Expio2tory Exeavapon 16 HR 443.50 7,096.00 - - 16 7,096.00 - 7,096.00 100% - 15 Plosion Control Ferree 220 FOOT 6.85 (1,507.00) - - - - - � 0% (1,507.00) 16 Orange Constnrcpon Ferree -150 FOOT 6.65 (997,50) - - - - - - 0% {997.50) 12 TherrnopiastkPavementMar(dng-Line4" -1 LS 1,900.00 (1,900.00) - - - - - D% (1,900.00) Totals 3,059,018.75 2,881,599.00 177,419.75 - 3,059,018.75 100% - . _ _ __ __ _ Change Order No. J Date of Issuance: 3. P * W 1 7 Effective Date: 3' /7' 401 1 Project: Owner: C ` aT �G� Owners Contract No.: Contract:MtA&J9N S410RnM �al. Vm Date of Contract: 3/zq/r� Contractor: Merryman Excavation J �Engineer's Project No. 13o341. 03 The Contract Documents are modified as follows upon execution of this Change Order: Description: #44metiAL ganIT1 Es IVECOGa cz V t Two oflxmx GIttnrN0 CONII6111005 Nfr Fo*?* s OUC P1tJOA -Jp C0KSTALA(r %J. Attachments: (List documents supporting change): C69%ACW PAJ • A,4V CoL4MI AS a SIC atre" B491414 •41107 of C6A%Xe POOL Pg''1 CHANGE IN CONTRACT PRICE: CHANGE IN CONTRACT TIMES: Original Contract Price: Original Con%fina imes: ❑ Working days ❑ Calendar days Substantipletion (days or date): $ 21 41(o ) 2 4I • SQ Ready forayment (days or date): [Increase] [Decrease) from previously approved Change Orders No. to No. N� Contract Price prior to this Change Order: 2, q tcA, 2U90SG1 [Increase Decrease] of this Change Order. 114 2, 70 . ZS� Contract Price incorporating this Change Order. 3.059.0%5.�� RECOMMEN ED;� sy: It Engineer (A7,4017 razed Si ature) Date: %7 Approvetl by Funding Agency ("d applicable): ACCEPTED: sy: Date: [Increase) [Decrease from previously approved Change Orders No. to j1� Substantial compietio (days): Ready for final paymen days Contract Times prior to this Ch` Substantial completion (days Ready for final payment (days or Order: (Increase) [Decrease] of this Change C Substantial completion (days or date): Ready for final payment (days or date): Contract Times with all approved Change Substantial completion (days or date): _ Ready for final payment (days or date): Owner (Authorized Signature) ACCEPTED: ay: date: Date: ConVactor (Authorized Signature) CHANGE ORDER CO-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: April 3, 2017 TO: Mayor and City Council FROM: Jon M. Schmitt, Director of Public Works RE: McHenry Wastewater Treatment Plant Improvements Pay Application #13 ATT: HR Green Pay Application Recommendation AGENDA ITEM SUMMARY: Staff requests City Council to approve pay application #13 to Williams Brothers Construction in the amount of $1,062,001.87. BACKGROUND: Williams Brothers Construction is requesting $1,062,001.87 for work performed as of February 281 2017 on the McHenry Wastewater Treatment Plant Improvements. HR Green has reviewed the pay application, partial waiver of lien and certified payroll and found all documents to be in general conformance with the State Revolving Fund (SRF) loan requirements. HR Green and city staff recommend approval of pay application #13. SRF loan procedures require City Council to approve this pay application prior to Illinois Environmental Protection Agency (IEPA) disbursement of funds. Once the city receives the SRF loan disbursement, the city will pay Williams Brothers Construction's request for pay application #13. As of January 31, 2017, pay applications total $20,099,503.18. RECOMMENDATION: Therefore, if Council concurs, it is recommended to approve pay application request #13 to Williams Brothers Construction for the McHenry Wastewater Treatment Plant Improvements in an amount not to exceed $1,062,001.87 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. D420 North Front Street Suite 100 McHenry, IL 60050 HRGPEEN.C4M Main 815.385.1778 Fax 815.385.1781 HRGreen March 23, 2017 Mr. Jon M. Schmitt Director of Public Works City of McHenry 1415 Industrial Drive McHenry, Illinois 60050 RE: McHenry Wastewater Treatment Plant Improvements Pay Application Request #13 HR Green Job No.: 86130341.03 Dear Mr. Schmitt, Attached is Pay Application #13 from Williams Brothers Construction, Inc. for the McHenry Wastewater Treatment Plant Improvements Project. Williams Brothers Construction, Inc. is requesting an amount of $1,064,182.34 for the work performed as of February 28, 2017. After review of this pay application and based on comments from the IEPA SRF Loan officer, it has been determined that there was an item that was included in this total that was part of the Work Change Directives, and was not to be included for disbursement until a change order had been processed. HR Green has revised the pay request according making the total eligible for payment $1,062,001.87. HR Green has reviewed the remaining documents in this submittal(partial waiver of lien and certified payroll) and found them to be in general conformance with the SRF loan requirements. HR Green has also reviewed this application with City Staff which is in agreement with our findings. HR Green has also discussed this with the contractor who will make the formal adjustments on the next pay request. At this time, HR Green recommends the City approve this Pay Application in the amount of $1,062,001.87 which leaves a balance of $9,018,494.95 on the project. Upon approval, the pay application will be sent to the IEPA for approval and disbursement of funds from the City's SRF loan. After approval, please sign on the application on the "Owner" line and return the documents to me for processing at the IEPA. If you have any questions, please call me at (815) 759-8346. Sincerely, HR GREEN, INC. J. Chad J. Pieper, P.E. Project Manager SF/CJP/ Attachments cc: Mr. Russell Ruzicka —City of McHenry Mr, Steve Frank, HR Green, Inc. Mr. Ravi Jayaraman, HR Green, Inc. Hrgmhnas:110:186130341.031ConstructionlPay RequestlPay Request #1311tr-031317-Recommendation of approval PayAppl3_cjp.docx McHenry Wastewater Treatment Facility Consolidation Page 1 To (Owner): City of McHenry 1415 Industrial Drive McHenry, I[Gnois 60050 Project: � � 1 Application %r Paymetrt Application Period February 1, 2017 to From (Contractor): V1 s Change Order Sum mary Approved Change Orders i' Number Additions Dedufions ! F I F TOTALS r 0.00 r 0.00 NET CHANGE BY 1 0-00 j CHANGE ORDERS { Contracior's Certification The undersigned Contractor certifies that: (i) all previous progress payments received from Owner on account of Work done under the Contract have been applied on account to discharge Contractor's legitimate obligations incurred in connection with Work covered by prior Apprications for Payment; (2) title of 9 Work, materials and equipment incorporated in said Work or otherwise listed in or covered by this Application for Payment will pass to Owner at time of payment free and clear of all liens, security interests and encumbrances (except such as are covered by a Bond acceptable to Owner indemnifying Owner against any such Liens, security interest or encumbrances): and (3) all Work covered by this Application for Payment is in arrnrdannP with the Contract Documents and is not 2017 P.O. Box 1366 Peoria, IL 6165A No_: Contractor's Application For Pa ent No. 13 Application Date: February 28,_ 2017 Via (Engineer) HR Green, lnc 86130341 Nei change by Change order _._. ___. ».... .__ $ 0.00 CURRENT CONTRACT PRICE (Line 1 i 2) ___.. _ $ 3071802000.00 WOO TOTAL COMPLETED AND STORED TO DATE 4 ; 7 , Z75, 7s 3- sl (On Progress Estimate) .... _ » _ $ �7& RETAINAGE: 3A ZZ., Z=15;z s$- 4i a 5 % x s 2Z277,5133Ja Work Completed $ � AMOUNT ELIGIBLE TO DATE (Line 4 - Line Sc) LESS PREVIOUS PAYMENTS (Line 6 from priorApprication) $ (207099303.18) AMOUNT DUE THIS APPUCATION ... _ ___ ..._. $ 4,0$ ;+&2 ; oto2,cot.8� Payment of: is recommended by. Payment of -�rvagTo�-r r � (Line 8 or other- attach tanation of other amount) ?/0 rrsTr; (Line 8 or other -attach explanation of other amount) is approved by. (Owner) Payment of. (Line 8 or other - attach explanation of other amount) is approved by. Funding Agency (f applicable) 3 L zd�l (Date (Date) (Date) McHenry Wastewater Treatment Facility Consolidation Page 1 1 Application Number. 13 2 Application Period: February 1, 2017 to February 28, 2017 Application Date- February28, 2017 3 A B Work Completed 4 s 8 Item C D E F G :........:::::::::.:: •.::::: ::.::::::::.:::::-- ...e:;....... : •:::. ::: •::::.:...:: ialz J teQ. n4. t ......40.......... l�tt ........ 3Ai�#P..... n ceta R E . :: ::::::::::::•:::::::•;:.:•;:;•::.:;<:.;::.::•;:•:::::::;;> ::;•;:;: v� c�iQ44are........ori1.F .efitiovs........tk> 5 #eadoct...........1P............................................................................. e:::.::::.:.::............................Sa ..1er35urontea«ox..........:.. . 6dit � .. �tarzd• kyixl�...........Tx1..at..f�..�: � E .i.... . 4�b... •:.:.::.:.:.:. :::S�cifora,i#a:;::.:.;:.;:;•;::.:;,:::.:::.;:.:;;:.:::.;.;:<:.;•:;.:::::;::;:::::;:.;::_>_:;:>,�::::•::::.;:.::;.:;:<;;:;.;:.::.::.� :�.�.�.:�L.� - �.�_._.._,._,,..,� �_:__u.x.�.�•:.��., ....:. 0,00 7a% 9 Division 1-Generai Conditions 10 Bonds and Insurance Williams Brothers Const, Inc. 300,000.00 300,o00.00 300,000.00 100.00% 0,00 15,000,00 11 Mobilization Williams Brothers Const Inc. 6509000.00 650,000.00 650,000,00 100.00% 0,001 32,500.00 12 Demobilization Williams Brothers Const Inc. 75,000,00 0.00 0.00 0.000/61 75,000.00 O.00 13 Overhead and Profit Williams Brothers Const Inc. 21970,742,00 2,093,587,10 120,000.00 21213,587410 74,51%1 757,154,90 110,679.36 14 Temporary Wastewater Diversion System Williams Brothers Const. Inc. 85,000.00 0,00 0,00 0,00%1 85,000.00 0.00 15 Division 2- Existing Conditions 0.00 161 024100 Demolition Williams Brothers Const Inc. 64,930.00 580438,40 58,438,40 90,00% 61491,60 21921,92 17 Division 3- Concrete 0'00 18 032000 Conrete Reinforcing M CMCRebar 307,000.00 307,000,00 307,000400 100.00% 0,00 15,350.00 19 032000 Conrete Reinforcing L Gateway Construction Company 427,500.00 408,262,50 101680,00 4181942450 98.00% 81557,50 20,947.13 20 Ready Mix Concrete M Super Mix 495,135400 486,658.00 11000,00 487,658400 98,49% 7,477.00 24,382.90 21 033000 CR Pump Station 0,00 22 03 3000 Footings L Williams Brothers Cont. Inc. 8,910.00 89910,00 8,910.00 100.00 % 0,00 445.50 23 033000 Walls L Williams Brothers Const Inc. 305,475,00 305,475.00 305,475.OD 100.00% 0,00 15,273.75 24 03 3000 Base Slabs L Williams Brothers Const Inc. 15,500.00 15,500-00 15,500,00 100.00% 0,00 775,00 25 03 3000 Slab on Grade L Williams Brothers Const. Inc. 23,855,00 17,891.25 17,891,25 75.00% 50963.75 894,56 26 033000 Mechanical Pads L Williams Brothers Const. Inc. 3,000.00 11980,00 1,980.00 66.00% 11020,00 99.00 27 Suspended Slab L Williams Brothers Const. Inc. 21,850.00 21,850,00 21,850,00 100,00% 0,00 1,092.50 28 033000 40Secondary Treatmemt Y +.-P k 2 0,00 y 29 033000 Footings L Williams Brothers Const Inc. 6,fi00,00 6,600.00 6,600.00 100.00% 0.00 330,00 30 033000 Walls L Williams Brothers ConstInc, 840,000,00 821,520,00 18,480,00 840,000.00 100.00% 0,00 42,000.00 31 033000 Base Slabs L Williams Brothers Const, Inc, 88,740.00 880740.00 88,740.00 100,00% 0,00 4,437,00 32 033000 Slab on Grade L Williams Brothers Const Inc. 28,200.00 25,200.00 251200,00 89.36% 31000,00 19260.00 33 033000 Suspended Slab L Williams Brothers Const Inc. 880550,00 53,130,00 53,130,00 60.00% 35,420.00 2,656.50 34 033000 50 S Tertiary 0,00 35 033000 Footings L Williams Brothers Const Inc. 51080,00 53080400 51080,00 100,00% 0,00 254,00 36 033000 Pads L Williams Brothers Const, Inc. 21275,00 1,706.25 568.75 24275,00 100.00 % 0,00 113.75 371 1 033000 Walls L Williams Brothers Const, Inc. 445,198.00 445,198.00 445,198.00 100.00% 0,00 22,259.90 38 03 3000 Base Slabs L Williams Brothers Const, Inc. 62,310.00 62,310400 62,310.00 100,00% 0,00 33115.50 39 033000 Slab on Grade L Williams Brothers Const Inc. 62,760,00 62,760,001 621760,00 100,00% 0,00 30138,00 40 033000 Suspended Slab L Williams Brothers Const Inc. 33,770,00 33,770.00 330770,00 100,00% 0,00 1,688.50 41 033000 60 S Scilids O'GO 42 033000 Footings L Williams Brothers Const Inc. 4,757.00 41757400 4,757*00 100.00% 0,00 237.85 43 033000 Pads L Williams Brothers Const Inc. 31420,00 0,00 11368,00 11368,00 40.00%1 21052.OD 68,40 44 033000 Walls L Williams Brothers Const Inc. 32,970.00 32,970400 32,970.00 100.000/0 0.00 11648,50 45 033000 Slab on Grade L Williams Brothers Const. Inc. 21,270400 210270,00 219270.00 100.00 % 0,00 1,063.50 033000 70 Microsereen 0.00 033000 Footings L Williams Brothers Const Inc. 1,495.00 1,495.00 11495,00 100.00% 0.00 74.75 033000 Walls L Williams Brothers Constlnc. 69875,00 69875.00 SA75.00 100.00% 0.00 343,75 P48 033000 Slab on Grade L Williams Brothers Const.Inc. 11242,00 1,242.00 1,242.00 100,00% 0,00 62,10 033000 75 SBR Feed 0,00 033000 Walls L Williams Brothers Const. Inc. 57,550,00 570550,00 57,550.00 100.00% 0.00 23877,50 033000 Base Slab L Williams Brothers Const. Inc. 51200,00 5.200.00 5,200.00 100,00 % 0.00 260,00 53 033000 Suspended Slab L Williams Brothers Constlnc. 10,530.00 10,530,00 10,530.00 100.00% 0.00 526.50 54 1 1 Site 1 0.00 McHenry Wastewater Treatment Facility Consolidation Page 2 1 2 3 4 Application Period: February 1, 2017 to February 28, 2017 A 6 Work Completed C Application Number. Application Date: D 13 February 28, 2017 E F G Item ::::::::.;::.;:::•:>:•::• �•::;>:r•;;+::�::::.>:�:;•:�:::•;:•::•::::>:::::':4>Y::;;:{i'i:'f•:::::;�;::i�;i::::i:::i::.:MM ... . ,..............................................................:.. p:.p�::;:::.w:;:•::o:•::::•::•::•:::;:.:;:;.;:.;:;;:;:.:;<:.;�•;.::;.:;:.x;q::::�;.;:;;:::;;•::;•::.;:.;;:>�,::.;;:.;:•;:>'R:;::::z;:::?:;:::;:•:>:::• ......................:.�ti¢Si411�.:::...fir.Ex##...r.2�30US.......'rkir53�21�4.4........ t}G411Era.G............................................................................ ..::....3te?;...............1�..........!?N.n?.....................:............................................................ •::>;;:;::"":ti:,;:.:�.;::r.::;:•I:`,� tl '''''n" "'4-:4A. rit:3l.ri. .. tii etea..#.zot < ;;:iii:�:5:::::�:..13d2t14�.34..... R£iAI1GE.... . .. .. n.:. i?.... eCi€Casa:?sR ...............:..:.:::::::::.................................:.:.,:.::::::.::......-...........::.::::::::::::::::::::::::::..:..,..... ..................................... ........................lar flots........:.:::::..::.:.....................................:...................................:..::..:....:.......:................................:..:.:..:.................................................. ........................:.:.................................................................................:........................................................ .I.�S. It4dt+pft•E SEY}:.:.:.:::.:,:.::::::.::.>..::..:. ...................... ............. star ho............... ............ ........:. . :.:..:.....................::.:..:.::::::::.::::.:::.:...............:....:::::::::::::.:...........................::::. •::::�1�tuz:::::::..:. ....t..........t............... ........ . ..:::.:::::• 55 Sidewalks L Williams Brothers Const. Inc. 81575,00 4,287.50 41287.501 50.00% 4t287.501 214,38 Pavement L Williams Brothers Const Inc. 287,520,001 571504,00 57,504.00 20.00% 230,016,00 2,875.20 56 57 Electrical Duct Bank L Williams Brothers Const, Inc, 444750a00 42,512.50 42,512.50 95.00% 2,237.50 20125.63 58 034100 Precast Structural Concrete M Mid -States Concrete Industries 381000.00 1,870,00 24,730.00 26,600,00 70,00% 119400,00 1*330,00 59 03 4100 Precast Structural Concrete L Mid -States Concrete Industries 31,000,00 1,180.00 20,520.00 21,700.00 70.00 % 9,300.00 1,085.00 0,00 60 Division 4-Masonry 0.00 61 0,00 621 1 Masonry 1 Structure 20 M Diamond Masonry 39,510,00 91135.00 9,135.00 23.120/6 30,375.00 456.75 631 641 1 Structure 20 L Diamond Masonry 70,500,001 0.00 0,00 0,00% 70,500.00 0.00 1 Structure 40 M Diamond Masonry 33,890.00 11,575,44 1,983.00 13,558.44 40,01% 20*331.56 677.92 651 Structure40 L Diamond Masonry 99,511,00 26,602,56 25,677,00 52,279,56 52,54% 47,231,44 21613,98 66 Structure 50 M Diamond Masonry 3,920,00 3,920,00 3.920.00 100.00 % 0.00 196.00 67 68 Structure 50 L Diamond Masonry 209450,00 20,080400 20,060.00 98.19 % 370.00 1.004.00 69 Structure 60 M Diamond Masonry 1,830.00 0,00 0.00 0.00% 11830.00 0.00 70 Structure 60 L Diamond Masonry g,343.00 0,00 0.00 0.00% 91343.00 0.00 71 Structure 70 M Diamond Masonry 8,301.00 81301,00 81301,00 100.00% 0.00 415,05 Structure 70 L Diamond Masonry 21,745.00 21,745,00 21,745,00 100.00% 0,00 11087,25 72 0.00 73 Division 5-Metals Metals M Titan Industries 208,880.00 84,540,50 84,540,50 40.47% 124,339.50 4,227.03 74 75 Metals ir• L Jolietateel & Construction 117,120.00 0,00 ws k: 0,001 0.00% 117,120.00 0,00 76 Pre -Engineered Metal Building M Nucor Building Systems 221,754.00 213,631.00 975.00 214,606.00 96.78 % 7,148.00 10,730.30 77 Pre -Engineered Metal Building L Joliet Steel & Construction 188,000,00 182,000,00 1829000.00 96.81 % 6.000.00 91100.00 0,00 78 Division 6-Wood, Plastic and Composites 79 06 1000 Bolted Plates and Blocking M/L I Williams Brothers Const, Inc. 477300.00 4,730.00 4,730,00 10,00% 42,570,00 236,50 80 0674713 FRP Grating M Harrington Industrial Plastics 51745,00 0.00 0,00 0,00% 5,745,00 1 0,00 81 0674713 FRP Grating L Williams Brothers Const Inc. 10,000,00 0,00 0.00 0,00% 10,000,00 0,00 82 EIFS Cornice Work Kole Construction 11,700,00 0.00 0.00 0,00% 11,700,00 0.00 0.00 83 Division 7-Thermaf and Moisture Protection 84 075323 EPDM Roofing M Sterling Commerical Roofing 17,500,00 0.00 0,00 0,00% 171500,00 0400 85 075323 EPDM Roofing L Sterling Commerical Roofing 28,570,00 0,00 0.00 0,00% 28,570.00 0.00 86 07 6000 Flashing and Sheetmetal M Sterling Commerical Roofing 2,500.00 0.00 0.00 0.00% 21500,00 0.00 87 076000 Flashing and Sheetmetal L Sterling Commerical Roofing 7,430,00 0.00 0.00 0.00% 7,430.00 0.00 0,00 88 Division &Doors and Windows 89 081613 FRP Doors and Frames M Doors Inc 30*840.00 30,840,00 30,840.00 100,00 % 0,00 11542,00 90 081613 FRP Doors and Frames L Williams Brothers Const. Inc. 151000000 750.00 750.00 5400 % 14,250.00 37.50 91 083300 Overhead Coiling Service Doors M House of Doors Inc 67,900.00 0.00 0.00 OAO % 67,900.00 0,00 92 083300 Overhead Coiling Service Doors L House of Doors Inc 0,00 93 083113 Floor Hatches M Nystrom 203406.001 16,123.00 16,123.00 79,01% 41283.001 806,15 94 083113 Floor Hatches L Williams Brothers Const. Inc. 10,400400 7*800.00 7,800.00 75.00 % 21600.00 390.00 95 086200 Unit Skylights M Exarc Skylights 12,150,001 0.00 2,500.00 20500.00 20.58% 91650.00 125.00 96 086200 Unit Skylights L Williams Brothers Const.Inc. 81300,001 0.00 0,00 0,00% 81300,00 0,00 087100 Door Hardware M Doors Inc 14,060,00 14,060.00 140060.00 100,00% 0,00 703,00 087100 Door Hardware L Williams Brothers Const. Inc, Included in D oo and Frames0.00 41�01 088830 Glass Glazing East Moline Glass 11725.00 0,00 0,00 0,00% 1,72Division 9-Finishes 099000 Paints and Coatings McHenry Wastewater Treatment Facility Consolidation Page 3 1 2 3 q Application Period: February 1, 2017 to February 28, 2017 A B Work Completed C Application Number. Application Date: D 13 February 28, 2017 E F :.:: ":;>:;:•;:':dfi4:$i0T-..`::.:..::....::. •: G Item ,::::::.::.�.:..:.:::..:.x.::.::::-.:::.;:.::::-::::•:v:<.::•:•-:�-.;:;;::.::::;::�:�:::�:>:;S;i><?;;:::::: .. ... �:::::?::::r:.;:;•�;;;:>::.;;;;•::.>•;:.::;:o:;<•>:;;:;::'s::i:�:�:8::%:::::: tt Otk........................................ ........................... :::::::::.:........... nirakt93'..:....................udae411.....:..:....... ::%:':?-:::;:::-::;:;:::;:••:•:••:::.;::.:;::::;;;;:-;::;;:; te....romprello�s:•:::::. :::::::•::;::::;•:;p;;;.<•�'+:-;� rrs5•S�ed9Q................i?.........:........:..:::.:::::: •:::::::::.:::::::.:: •:: •::. •:::::::::.:::::::.:.. AI .. 5 .. a .OlftCa%D.Q..3�g9.. .:.......................:......:::::::::::::........................:..:::.::.::.:::...:.:...............................:.::::::::::::.::.:.:.............. . ............. ....... .................................... ..............................:...............:.:...::::.::::::::::::::::::.�....:..:..::.....................:..:::.::::::::::::::::.:::.�::::::::::::.::.....................:......:....:..:....;...::::::::................ ..... acaG�•>✓?£5...............................::.:::�tat�d.€trtr;ItZ.�....::..:...... f �... 5..... .:: .... 102 Building 20 M G.P. Maintenance Services 6,OOO.OD 0,00 600.00 600.00 10.00 % 5,400.00 30.00 103 Building 20 L G.P. Maintenance Services 24,000,00 0.00 21400.00 9 400,00 10,00% 21,600,00 120.00 104 Building 30 M G.P. Maintenance Services 900,00 0.001 100.00 100.00 11,11%1 800,001 5,00 105 Building 30 L G.P. Maintenance Services 9,000.00 0,00 900.00 900.00 10.00% 81100.001 45.00 106 Building 40 M G.P. Maintenance Services 6o200.00 0,00 620,00 620.00 10,00 % 5*580.00 31.00 Building 40 L G.P. Maintenance Services 57,OOO.DD 0,00 51700,00 51700,00 10.00 % 51,300.00 285.00 107 106 Building 50 M G.P. Maintenance Services 900.00 0.00 900,00 900,001 100.00% 0.00 45,00 Building50 L G.P. Maintenance Services 91000,00 0,00 97000.00 910004001 100.00% 0,00 450.00 109 110 Building 70 M G.P. Maintenance Services 500,00 0.00 500,00 500,001 100.009/. 0400 25,00 Building 70 L G,P, Maintenance Services 4,500.00 0.00 40500,00 47500,00 100,00% 0.001 225.00 111 112 Building 75 M G.P. Maintenance Services 800,001 0,001 600,00 600.001 75.00 % 200,00 30,00 8uilding75 L G.P. Maintenance Services 69200,00 0,001 41650.00 42650.00 75.00% 11550.00 232.50 113 114 095100 Acoustical Ceiling Work M Central Ceiling Systems 11272,00 0.00 0.00 0.00 % 1,272.00 0.00 115 096500 Resilient Floor Tile M Johnson Floor Company Inc 11464.00 0,00 0.00 0.00 % 11464.00 0.00 0,00 116 Division 10-speciafties 117 101400 Signage M Williams Brothers Const.lnc, 2,100.00 0,00 0,00 0.00% 21100.00 0,00 118 101400 Signage L Williams Brothers Const, Inc. 800.00 0,00 0,001 0,00% 800.00 0.00 1191 102813 Toilet Accessories M Williams Brothers Const, Inc. 755.00 0.00 0.00 0.00 % 735.00 0.00 1201 102813 Toilet Accessories L Williams Brothers ConsL Inc, 1 450.00 0.00 0.00 0.00% 450.00 0.00 0,00 121 Division 22•Pfumbing 1$2 Exterior Mechanical V r 0.00 Overhead and Profit G, AP Rich 349,565.00 342,573.70 3421573,70 98.00% 61991,30 17,128.69 123 Mobilization G. A. Rich 20,000,00 20oOOO,OO 20t000.00 100,00 % 0,00 1,000.00 124 Process Pipe M G. A. Rich 433,587.00 433,587.00 433,58T00 100,00 % 0,00 21 *679,35 125 L G. A. Rich 1,103,787.00 11092,749.13 11092,749,13 99,00 % 11,037.87 544637.46 126 Process Pipe Storm M G.A.Rich 127,160,00 127,160.00 1 127,160.00 100.00% 0.00 61356,00 127 Storm L G. A. Rich 281,061.00 281,061,00 281,061.00 100.00% 0,00 14,053,05 128 M G. A. Rich 88*338,00 88,338.00 88,338.00 100.00 % D.00 4,416.90 129 Water Water L G. A. Rich 174,188.00 170,704,24 17017D4.24 98.00% 30483,76 81535.21 130 Gas M G. A. Rich 21000.00 0,00 0.00 0.00 % 2,OOO.00 0.00 131 L G. A. Rich 7/258400 41354.80 4$54.80 60.00% 2,903.20 217.74 132 Gas GrinderPump M G. A. Rich 330,00 330.00 330,00 100A0% 0.00 16,50 43133 Grinder Pump L G.A.Rich 10,998.00 %998.00 10,998.00 100.00% 0.00 549.90 Valves M G. A. Rich 51,728.00 51,728,00 519726.00 100.00 % 0.00 21586.40 136 Valves L G. A. Rich 30,000.00 30,000400 30,000.00 100.00% 0.00 1.500.00 0.00 137 Interior Mechanical 138 Pre Construction Hayes Mechanical 30,000,00 30,000,00 30,000.00 100,00 % 0.00 1,500.00 139 Mobilization Hayes Mechanical 151000.00 15*000.00 15,000,00 100,00% 0.00 750.00 140 De Mobilization Hayes Mechanical 5,000.00 0.00 0,00 0,00 % 50000,00 0.00 1411 Valves M Hayes Mechanical 320,000.00 232,830.50 232,830.50 72,76% 87,169.50 11,641453 142 DI Piping M Hayes Mechanical 520,000,00 335,199.09 2,917,00 3384116.09 65.02% 1814883.91 16,905.80 143 Pipe Supports M Hayes Mechanical 50,000.00 224650,84 22,650,64 45.30% 27,349.16 10132,54 144 Misc Plumbing and Piping Material M Hayes Mechanical 657000.00 _ 47,751,18 47,751.18 73.46% 17,248.62 21387.56 145 Pipe Line Insulation M Hayes Mechanical 90,000.00 0.00 0,00 0.00% 90,000,00 0,00 146 Building 20 L Hayes Mechanical 37,500,00 11,500.00 18,000.00 29,5D0.00 78,67% 81000.00 11475,00 147 Building 30 L Hayes Mechanical 71200.00 41320.001 4,320.00 60.00% 21880.00 216.00 148 Building 40 L Hayes Mechanical 270,000.00 85,500.00 19,000.00 1049500,00 38.70 % 165,500.001 51225,00 1,- McHenry Wastewater Treatment Facility Consolidation Page 4 S+, 1 Application Number. 13 2 Application Period: February 1, 2017 to February 28, 2017 Application Date: February 28, 2017 3 A B Work Completed Item 4 C D E F G 5 :;;;::.::r:.;;;;::.:::•>:;:::,:.>:.;:s::;>s:?>cs:>:;:>;>:-:>:::z;s>:>::::::;:::#s::<:::s::::::%::>:'s:.:,;>;:;.::::.::<>:;:.:;:;;;.;;> .. .:,.. gCl€.Ca1y�R...i'�?:5.. ...................:.,::::..�::•:::::::::::...:..................... dOlt.......................... .........�.0 ::::::::::::::#:::.:,;::>o:::»::?:::;>:.::;<:::::,:;;<;>:#?:.";:.:.<;.;:::;::>>> ::.::::::::.:. .lerlu?I�PKlfrdctt9Y........................ 6 .i^r.OTsY.I?(Euiol35....::.. TEkS.F'g1pCt .....iJldtel<8T5... <''''„•'':;";''"pf.';.;:`."``:::;:_+:.;:o::r:;:t'?'t:?�a?:'t><>i?E:C3ti:tc:i:::::kTtkdFF�...... 9S2.Q 9t31�0�f3p.�t2.Q.�: d;S10K...::.:.:..:.:..:.:.. ................................ . .:. :;;;::::::i:::f:';;:::::::i:::::ti::%:Sr::;;;:;::::;:;:::;::::::::?::::;i::isiiii:;::;S;:isf::fiii::;:%:::::;>:::;:2;;:L:::;;,::'•::::;J'::i::i`rifS'SS::S:::;:::;%a:'t:::::;:;;:;::.:::.:::::iii"' .. .......... .........:.:::::..--...............................................::.:::....:. .................:...................:..............................::.........................:..:..........................:.::.::........ ........ .::::::::::::..:.:..:;::::c::;::•:>:::::::::::::::::::. ...........................:::.......a"tot�d •::: :. .; ..... ...: tmfit�........ ...:f�a.t5at�. G`?:Cr?�...........f.�2....:.:.�.....��i . ....... . . 149 Building 50 L Hayes Mechanical 80,000,001 68,000,001 7,000.00 75,000,00 93,75%1 5,000.00 31750,00 150 Building 60 L Hayes Mechanical 62,000.00 93790,00 91790,00 15,79% 52*210,00 489.50 151 Building 65 L Hayes Mechanical 39000.00 1,000,00 10000.00 33,33% 2,000,00 50.00 152 Building 70 L Hayes Mechanical 27,000,00 25,000,00 25,000.00 92,59 % 2,000.00 1,250.00 153 Building 75 L Hayes Mechanical 18,000,00 16,000,00 16,000.00 88.89% 2,000.00 800,00 154 Division 22-HVAC 0.00 155 Central Pump Station 20 0.00 156 Test and Balance Complete Mechanical Services Inc 1,500,00 0,00 0.00 0,00% 14500.00 0,00 157 Controls Complete Mechanical Services Inc 2,500.00 0.00 0,00 0.00% 21500,00 0.00 158 Ductwork Complete Mechanical Services Inc 4,000,00 41000,00 4,000.00 100,00% 0,00 200,00 159 Centrifugal Fans Complete Mechanical Services Inc 41400,00 4,400,00 41400,00 100,00 % 0,00 220,00 160 Ins and Outs Complete Mechanical Services Inc 71260,00 7,250,00 71250,00 100,00%1 0,00 362.50 161 Terminal Heat Transfer Complete Mechanical Services Inc 15,000,00 15,000.00 15,000,00 100,00% 0.00 750.00 162 AC Units Complete Mechanical Services Inc 15,800,00 15,800,00 15,800.00 100,00% 0,00 790,00 163 Material Complete Mechanical Services Inc 2,000.00 0.00 0,00 0,00% 21000,00 0,00 164 Labor Complete Mechanical Services Inc 97500.00 0.00 0,00 0.00% 94500.00 0.00 165 SP Secondary Treatment 40 0.00 156 Test and Balance Complete Mechanical Services Inc 10500,00 0,00 0,001 0.00% 1,500.00 0,00 167 Controls Complete Mechanical Services Inc 5,500.00 0,00 0,00 0.00% 5,500.00 0,00 168 Ductwork Complete Mechanical Services Inc 51000,00 0,00 0,00 0,00% 51000,001 0.00 169 it Centrifugal Fans ir: Complete Mechanical Services Inc 1,500.00 Vel.500.00 ir 1,500.0 100,00% 0.00 g5.00 170 Power Ventilators Complete Mechanical Services Inc 11500,00 1,500.00 11500,00 100,00% 0.00 75.00 171 Ins and Outs Complete Mechanical Services Inc 30000.00 3,000.00 3,000.00 100,00% 0,00 150.00 172 Fuel Fired Unit Heaters Complete Mechanical Services Inc 1,800.00 1,800.00 11800,00 100.00 % 0,00 90.00 173 Make Up Air Unit Complete Mechanical Services Inc 5,100,00 61100,00 6,100.00 100,00% 0.00 305.00 174 P AC Units Complete Mechanical Services Inc 15,800.00 15,800.00 15,800,00 100.00% 0,00 790,00 175 Material Complete Mechanical Services Inc 7,000.00 0.00 0,00 0,00% 7,000.00 0.00 176 Labor Complete Mechanical Services Inc 17,000.00 0.00 0.00 0.00% 17,000.00 0,00 177 SP Tertiary Building 50 0,00 178 Test and Balance Complete Mechanical Services Inc 1,500.00 0,00 0.00 0.00% 1,500.00 0.00 179 Controls Complete Mechanical Services Inc 16,500,00 0,00 7,500.00 79500,00 45,45% 91000,00 375,00 180 Ductwork Complete Mechanical Services Inc 61000,00 0,00 6,000.00 61000,00 100,00% 0,00 300,00 161 Centrifugal Fans Complete Mechanical Services Inc 7*500.00 71500,00 7,500.00 100,00%1 0,00 375.00 182 Ins and Outs Complete Mechanical Services Inc 3,480.00 31480,00 3,480.00 100,00% 0,00 174,00 183 Fuel Fired Unit Heaters Complete Mechanical Services Inc 9,000.00 9,000.00 9,000.00 100.00%1 0,00 450.00 184 AC Units Complete Mechanical Services Inc 8,400.00 8,400.00 8,400,00 100,00% 0.00 420,00 Material Complete Mechanical Services Inc 71000,00 0,00 51000,00 50000.00 71,43% 2,000.00 250,00 Labor Complete Mechanical Services Inc 15,000.00 0.00 12*000,00 12,000,00 80,00% 31000,00 600,00 P SP Drying Building 0,00 Test and Balance Complete Mechanical Services Inc 11500400 0,00 0.00 0.00% 1,500,00 0,00 Controls Complete Mechanical Services Inc 81000,00 0.00 71000,00 7,000.00 87,50% 19000,00 350.00 Ductwork Complete Mechanical Services Inc 35,000,00 33,500,00 11500,00 35,000,00 100,00% 0.00 10750,00 191 Centrifugal Fans Complete Mechanical Services Inc 11,500.00 11,500,00 114500.00 100,00% 0,00 575,00 192 Ins and Outs Complete Mechanical Services Inc 11,000.00 11,000.00 11,000,00 100.00 % 0,00 550.00 Heat Exchangers Complete Mechanical Services Inc %000.00 60,000.00 60400000 100,00% 0.00, 3,000.00 F195194 Make Up Air Units Complete Mechanical Services Inc 18,360,00 18,360,00 18,360,00 100.00% 0,00 918,00 Material Complete Mechanical Services Inc 20,000.00 18*500,00 1,500.00 20,000,00 100.00% 0,00 1,000.00 McHenry Wastewater Treatment Facility Consolidation Page 5 1 Application Number- 13 2 Application Period: February 1, 2017 to February 28, 2017 Application Date: February 28, 2017 3 A B Work Completed 4 Item C D E F G :.;:•:.;::.;-� ;::: �:.:::•>::::::-:2>:-;;:2�i::ii:::::�:;i::::6i:::::;;?:;�>:�::sz:�> �;.'•;i�:�i.'•: � S>s::,:::=;;;';5:: �;::;f<::.;;_.;;;:,;;;•::.>::::e..;:;;:-;:<-:�i:� �i i�:�i2:::i:::�:':<:'.;::'''%`�ii:�; r:.;:-;:.;:;:.::;•:; •:;:::: �;:;_, :::.:�:: �� •:>:•::::•:::;:;;:�;::;r:: �;�:;:.;:;r::.;:;�;:,;:::;•:::>;r : •x•:::::�;:-;;:�-;:- :.:::.:::. •:::::: ::::: : F :::::. T .. rBSQ6i1 ;: qCE Q.�....&fOY. .......40...........E att .t0......:..........:...... ..................................... ........................ ..: r....toatOUS.........b!S€.�:e<hiO.Q:«��»:�N1t�..... �..............................:................................... 5u IIM�5k3FOKRr2.Cf0Y.......................Sdi24f1J12.. i OYh tictlaMI. ItCdf+Gfz �t............f....k.................t ......... ..... :.......................:.:::::::::::.:........................................:..::::::::::::...................................................:....Kaluz:::::::..: .............................,.:.NOW ::................E ... 196 Labor Complete Mechanical Services Inc 35,000,00 33sO00,001 1,000.00 34,000,00 97,14%1 1,000.00 11700,00 SP Microscreen Building 70 0400 Test and Balance Complete Mechanical Services Inc 1,500.00 0.00 0,00 0.00% 1,600.00 0,00 Controls Complete Mechanical Services Inc 2,400.00 0,00 19200.00 19200,00 50.00 % 1,200.00 60.00 P200 Ductwork Complete Mechanical Services Inc 67310,00 6,310.00 6,310.00 100,00%0.00 315.50 Power Ventilators Complete Mechanical Services Inc 7,200.00 71200,00 79200.00 100.00%0.00 360.00 Ins and Outs Complete Mechanical Services Inc 7,800.00 71800,00 7,800.00 100,00% 0.00 390.00 203 Terminal Heat Transfers Complete Mechanical Services Inc 35,000.00 35,0004001 35,000.00 100,00% 0400 1,750.00 204 1 AC Units Complete Mechanical Services Inc 71400,001 7,400.00 7,400.00 100.00% 0.00 370,00 20511 Material Complete Mechanical Services Inc 50000,00 2,500.00 29500,00 50.00% 21500,00 125.00 206 Labor Complete Mechanical Services Inc 159000,00 114000,00 11,000,00 73,33 % 4,000.00 550.00 207 Division 25dnfegrated Automation 0.00 208 251316 Boxes, Panels and Control Centers Advanced Automation & Controls 165,000,00 41,250,00 41,250.00 25.00% 123,750-00 2,062.50 209 253100 Remote Instruments Advanced Automation & Controls 751000*00 0.00 0,001 0,00 % 75,000.00 0.00 210 255100 Instrumentation and Control Intefration Advanced Automation & Controls 2,135,300.00 859,267,62 44,920.00 904,187,62 42.34 % 1,231,112,38 45,209,38 211 259100 Wastewater Plant Control Advanced Automation & Controls 19,700.00 0,00 0.00 0,00% 19,700,00 0.00 212 252922 Variable Frequency Motor Controllers Advanced Automation & Controls 109,000.00 6,000.00 66000.00 5450% 103*000,00 300,00 213 Division 26-Electrical 0,00 214 263213 Packaged Engine Generator and Transfer Switches M Cummins N Power Inc 780,000,00 570,780064 61102,20 576,882.84 73,96% 2031117,16 28,844.14 0,00 215 216 4. Mobilization 4r HomesteaO•Elecdcal Constracting L 25,000.00. 25,000.00 V 25,000.00 100.00% ON 1,250,00 2171 PM Time -Submittals Homestead Elecrical Constracting Lil 30,000.00 30,000400 30,000.00 100.00% 0.00 1,500.00 Site M Homestead Elecrical Constracting L 145,000,00 140,150,00 140,150400 96.66% 49850,00 7,007.50 Site L Homestead Elecrical Constracting L 75,000,00 64,550,00 64,550.00 $6,07% 10,450.00 39227,50 Building 20 M Homestead Elecrical Constracting L 50,000,00 14,650.00 14,650.00 29,30 % 35,350.00 732.50 V222 Building 20 L Homestead Elecrical Constracting L 68,000,00 11 v300.00 11,300.00 16.62% 56,700,00 565-00 Building 30 M Homestead Elecrical Constracting L 27,000,00 2,500.00 2,500.00 9.26% 24,500.00 125.00 Building 30 L Homestead Elecrical Constracting L 25,000.00 51500,00 5,500100 22.00% 193500,00 275,00 2241 Building 40 M Homestead Elecrical Constracting L 85,000400 253150,00 25,150.00 29,59 % 59,850.00 19257,50 22511 Building 40 L Homestead Elecrical Constracting LI1 109,000400 50,500.00 500500.00 46,33% 58,500,00 2,525.00 226 Building 50 M Homestead Elecdcal Constracting Ll 77,000.00 27,200.00 21,980,00 49,180.00 63,87% 27,S20.00 2,459.00 227 Building 50 L Homestead Elecrical Constracting LI 92,000.00 41,000.00 111850,00 52,860.00 57,46% 39*140400 23643,00 228 Building 60 M Homestead Elecrical Constracting LI 70,000,00 33*025,00 11250,00 349275,00 48.96%1 35,725.00 1,713.75 �,g Building 60 L Homestead Elecrical Constracting L 94,500.00 54,910.00 2,100.00 57,010.00 60.33% 37,490.00 2,850.50 230 Building 70 M Homestead Elecrical Constracting L 55,000.00 55,000.00 55,000,00 100.00% 0.00 29750,00 231 Building 70 L Homestead Elecrical Constracting L 105*000.00 105,000.00 1051000,00 100*00% 0.00 5,250.00 232 Building 75 M Homestead Elecrical Constracting L 29,000,00 8,000.00 8,000.00 27.59% 21,000.00 400,00 233 Building 75 _ L Homestead Elecrical Constracting L 48,000.00 49500.00 40500*00 9.38 % 43,500.00 225,00 234 Gear Homestead Elecrical Constracting L 162,000400 41,504,00 25,328.00 66,832.00 41,25% 954168.00 31341,60 235 Lighting Homestead Elecrical Constracting L 108,500,00 66,679.00 43.00 66,72200 61.49 % 41,778.00 3,336.10 236 Division 31-Earthwork _ 0.00 237 _ 0.00 238 311000 Strip Topsoil Williams Brothers Const, Inc. 15,000,00 15,000,00 15,000.00 100,00% 0,00 750,00 239 311000 Respread Topsoil Williams Brothers Const. Inc. 15,000,00 2,250.00 24250.00 15,00% 12.150.00 112,50 240 311000 Remove Asphalt Paving Williams Brothers Const. Inc. 32,245.00 61449,001 61449400 20.00% 25t796.001 322,45 241 311000 Tree Removal Homer Tree Service 14,000.00 14.000,00 14,000.00 100.00% 0.00 700.00 242 312200 Grading Williams Brothers Const. Inc. 419000000 6,150.00 6,150.00 15.00% 34,850.001 307,50 McHenry Wastewater Treatment Facility Consolidation Page 6 1 2 Application Number. 13 Application Period: February 1, 2017 to February 28, 2017 Application Date: February 28, 2017 3 4 A B Work Completed C D E F G Item n.. :::• ..........::::•::::.•.:•::•.:............................................vu :::::::::................:...:.....................:::::::::.::::::::::::::.::::::. I ;::;<:.;;;;:;::•:; .12ruWAkItt2Ct9r......................:......2<bl..........................................................................................Y...........P..............................................................:.................... �:::::::::::::::::::::.�::::::::.:::::::::::::::::.::.:.:.::::::Ysii�"#:$I::>: :::;: m...rettious»:.......t�s3*eraoQ..........--...PAateYsaxs....ese.A :::::;fiJf%`":s3k'iz%??iiEi%';i%r?:i?:i6t`'d"'"'i�iti�•`Eii<>E�Ei7i`d# �."rAexxGssa...3:5................::........... � kro .......... ..E :z:'{•i?'i":.::: A �: Cr..R? ........E jij <i i;?.. :.:•:. F t5h. :.•'ii`i;>t'E?:E?ii ..li ) 243 312316 Cut and Fill Williams Brothers Const Inc. 180,135,00 135,101.25 135,101.25 75400% 45,033.75 6,755.06 2441 312316 Mass Excavation Williams Brothers Const Inc. 664,600,00 664,600,00 664,600.00 100,00% 0.00 33,230.00 2451 31 2316.13 Trenching Williams Brothers Const Inc. 133,500.00 126,825,00 126,825.00 95.00% 6,675.00 60341,25 2461 312319 Dewatering Kelley Dewatering and Construction 188,300,00 188,300,00 188,300.00 100.00 % 0,00 9,415.00 2471 312500 Silt Fence Williams Brothers Const Inc. 151000,00 120000.00 12,000.00 80.00% 39000,00 600.00 31500 Excavation Support and Protection Williams Brothers Const Inc. 475,350400 475,350.00 475,350,00 100.00% 0,00 23*767,50 Division 32- Exterior Improvements 0,00 321216 Asphalt Paving M TrochWcNeil Paving Cc 78,725.00 60000,00 61000,00 7,62% 72,725,00 300,00 r 321216 Asphalt Paving L Troch-McNeil Paving Cc 91,775.00 6,900.00 61900,00 7,52% 84,875.00 345.00 323113 Chain Link Fences and Gates M Northern Illinois Fence 14,866,00 0.00 0.00 0.00% 14,866.00 0.00 323113 Chain Link Fences and Gates L Northern Illinois Fence 10,765.00 0.00 0.00 0,00 % 10,765400 0,00 2541 1 329219 Seeding Williams Brothers Const, ino. 8,000,00 0,00 0,00 0.00 % 8,000.00 0.00 Division 33- Utilfies 0.00 333216.13 Packaged Grinder Pump Station M Gasvoda and Associates 23,000,00 23,000.00 23,000,00 100,00% 0,00 1,150,00 333216.13 Packaged Grinder Pump Station Start Up Gasvoda and Associates 1 *053.50 0.00 0.00 0.00% 11053,50 000 r2,55 33321613 Packaged Grinder Pump Station L Hayes Mechanical 5,000.00 5,000.00 5,000.00 100,00% 0.00 250,00 Division 35- Waterway and Marine Construction 0,00 35 2016,29 Fabricated Metal Slide Gates M R. W Gate Company 280,030400 280,030,00 280,030.00 100,00%1 0,00 14,001,50 261 35 2016429 Fabricated Metal Slide Gates L Williams Brothers Const Inc. 142,000,00 17,750.00 17,750.00 35,500.00 25,00% 106,500400 1,775.00 262 Division 41-Materiai Processing and Handling Equipmeni 0.00 263 41 222119 Cranes and Hoisti: Y.•Sievert Crane and Hoist t; 17,300,00 17,300,00 tS 17,300.00 100.00% ;r 0,00 865,00 264 Division 43- Process Gas and Liquid Handling, Purfficadc n, and Storage Equipment 0,00 265 431123 Rotary Positive Displacement Aeration Blower M LAI Ltd 49,000.00 49,000,00 49,000.00 100,00% 0,00 21450,00 266 431123 Rotary Positive Displacement Aeration Blower L Hayes Mechanical Stow 00 59000400 51000,00 83,33% 1,000.00 250.00 26711 432114 Rotary Lobe Pump Equipment M Peterson and Matz, Inc 60,000,00 0,00 0,00 0400 % 60,000.00 0.00 432114 Rotary Lobe Pump Equipment -Start Up Peterson and Matz, Inc 51000,00 0,00 0,00 0.00% 51000,00 0.00 432114 Rotary Lobe Pump Equipment L Hayes Mechanical 60000,00 0,00 0,00 0,00% 64000,00 0,00 432139 Submersible Solids Handling Pump Equipment M LAI Ltd 799,000.00 1990750,00 199,750.00 25.00 % 599,250,00 9,987.50 r270 432139 Submersible Solids Handling Pump Equipment L Hayes Mechanical 42,000400 6,451.53 15,000,00 21,461.53 51.10% 20*538447 1,073.08 432143.01 Sump Pump System L Hayes Mechanical 4,000.00 0.00 0,00 0,00% 4,000.00 0,00 433259 Odor Control System M LAI Ltd 470000.00 47,000,00 474000,00 100,00% 0,00 2,350.00 27411 433259 Odor Control System L Hayes Mechanical I0,000.00 0100 0400 0,00% 10,000,00 0.00 275 433263 Ultraviolet Disinfection Equipment M Xylem Water Solutions USA 275,000,00 275,000,00 275,000.00 100,00% 0.00 13,750.00 276 433263 Ultraviolet Disinfection Equipment L Williams Brothers Const, Inc. 6,000,00 0,00 300,00 300,00 5,00% 5,700,00 15,00 277 434113,01 HydropneumaticTank M LAI Ltd 29,000,00 29,000,00 29,000.00 100.00% 0.00 11450400 278 434113,01 HydropneumaticTank L Hayes Mechanical 1,000.00 1,000.00 10000,00 100.00% 0,00 50,00 279 434116 Bulk Chemical Storage Tanks M Peterson and Matz, Inc 120*000,00 1203000,00 120,000.00 100,00% 0.00 69000,00 280 434116 Bulk Chemical Storage TanksStart Up Peterson and Matz, Inc 59000.00 0,00 0,00 0,00% 51000400 0,00 281 434116 Bulk Chemical Storage Tanks L Hayes Mechanical 59000,00 0,00 50000,00 5,000.00 100.00% 0.00 250.00 Division 44- Pollfution Control Equipment 0,00 444000 Composite Samplers M Gasvoda and Associates Inc 10,000.00- 0,00 10,000.00 10,000,00 100400% 0,00 500.00 444000 Composite Samplers Start Up Gasvoda and Associates Inc 1,053.50 0.00 0,00 0,00% 11053,50 0,00 0284.� 444000 Composite Samplers L Williams Brothers ConstInc. 1,000.00 0.00 0,00 0,00% 1,000,00 0.00 444100 Sequencing Batch Reactor Treatment System M Xylem Water Solutions USA 745,000.00 745,000,00 745,000.00 100,00% 0.00 37,250.00 444100 Sequencing Batch Reactor Treatment System L Williams Brothers Const. Inc. 20,000.00 0.00 0.00 0.00% 20,000.00 0.00 444100 SBRT Pump, Blowers and Mixer L Hayes Mechanical 69,300.00 0.00 0.00 0.00 % 69,300.00 0.00 289 444256.01 Vertical Turbine Pumps M LAI Ltd 64,000.001 64,000,00 64,000.00 100.00% 0,00 3t200.00 McHenry Wastewater Treatment Facility Consolidation Page 7 1 2 Application Number. 13 Application Period: February 19 2017 to February 28, 2017 Application Date: February 28, 2017 3 4 A B Work Completed C D E F G Item 5 ttcn:.: ca..:..:......c�?a ::::::::::.::.::.:::::::::::::::::::•::•::::::::::::::...............................................:..:::::::•:::::::::::::::::::::::::•::.:::::::u :>::>::»s>»»»>::>::;>:<:::�::»:<;:>:x::»>::>::>;>::>::>:;<:,:;:»»>:;•:<:::>::r:�u t��s. do>t.......................................................................... .................................................................................t?.... '1er35 t•>::::::::::<::>:::::>:::::sdteauTa:::::.:.::#rout....eu�ous........anus..enod .1 .: t?con raaor.::::........................................................................................................................y..........omt?.................................................................................. :...:.....: . f ¢> :;;>:: ;<;<.e f •" :> . ACAfaft ..................................... :...............�tatefxn.s....ese.a iE»: %> >«< r:'?«%<Y0w' :..�tal... `y ;:> ....6.. . nbC? lts...........Txl. .ete4:a.�.st r. ,.:;,i . ;zE lz > is at . ?Ck?� .......... ..................aaanr,�.to..... :> 3iE'. "' .........i t5t7 .......................... t?�3'A(NAC-�:.;::: 290 44 4256.01 Vertical Turbine Pumps L Hayes Mechanical 8,000.00 0.00 6,000.00 61000,00 75.00% 2,000,00 300,00 291 44 4256.09 Submersible Pumps M LAI Ltd 259000.00 0,00 0.00 0.00% 25,000,00 0,00 292 44 4256,09 Submersible Pumps L Hayes Mechanical 3,000,00 0,00 0,00 0,00%1 3,000.00 0.00 293 Division 46- Water and Wastewater Equipment 0,00 294 L 462151 Mechanial Screening Equipment M Hydro -Dyne Engineering 373,850,00 O.Oo 0,00 0.00% 373,850,00 0,00 295 462151 Mechanial Screening Equipment L Williams Brothers Const, Inc. 26,000,00 0,001 0,00 0,00% 26,000,00 0,00 296 462200 Mechanical Screening Equipment (REFS) M Hydro International 901,892,00 901,892,00 901,892400 100,00% 0,00 45,094,60 297 462200 Mechanical Screening Equipment(RBFS) L Williams Brothers Const.Inc. 22,000.00 22,000.00 22,000.00 100,00% 0.00 1,100.00 293 464123 Submersible Mixing Equipment Xylem Water Solutions USA 90,000,00 90,000,00 90,000.00 100,00% 0.00 4,500.00 299 464123 Submersible Mixing Equipment 0.00 300 464123 Submersible Mixing Equipment L Hayes Mechanical 6,000.00 0,00 0.00 0,00% 61000,00 0,00 30111 464324 Digester Cover M RPS Engineering Inc 143,000,00 0.00 0.00 0.00% 143,000,00 0.00 302 464324 Digester Cover L Williams Brothers Const. Inc. 60,000,00 0.00 0,00 0,00% 60,000,00 0,00 30S 465133 Flexible Membrane Diffused Aeration Xylem Water Solutions USA 65,000,00 651000,00 65,000.00 100,00% 0,00 3,250.00 304 465133 Flexible Membrane Diffused Aeration 0.00 305 465133 Flexible Membrane Diffused Aeration L Hayes Mechanical 15,000.00 0.00 0.00 0.00 % 150000,00 0.00 306 465200 Biological High Rate Treatment System M 307 Mixers 1. Kruger Inc 257,651,00 257,651,00 257,651600 100,00% 0.00 12,882.55 30811 Micro Sant Pumps and Submersible Coagulant Pur ip I, Kruger Inc 328,055.00 131,222.00 131,222.00 40,00 % 196,833,00 6,561.10 309 Sludge/Sand Gear Drive and Scraper Assembly I. Kruger Inc 230,367,00 230,367.00 230,367,00 100.00% 0,00 11,518,35 it 310 Hydrocydones fr I. Kruger Inc 126,815.00 126,81500 i 126,815,00 100:00% 0.00 61340,75 311 Lamella Settling Equipment I, Kruger Inc 30,329.00 0.00 0,00 0,00% 30,329,00 0.00 312 Fabricated Equipment 1. Kruger Inc 133,536.00 133,536,00 133,536.00 100.00%1 0,00 67676.80 313 Valves I. Kruger Inc 45,242,00 0,00 0,00 0.00%1 45,242.00 0.00 314 PLC Control Panels I. Kruger Inc 113,379.00 1131379,00 113,379.00 100.00% 0,00 5,668.95 315 Process Instrumentation I. Kruger Inc 97,503,00 97,503,00 97,503.00 100,00% 0,00 44875,15 316 Liquid Polymer Processing System 1. Kruger Inc 96,086,00 0,00 0,00 0.00% 96,066,00 0.00 317 Coagulant Metering Pumps 1. Kruger Inc 649057,00 0.00 0,00 0.00 % 649057.00 0,00 318 Microsand & Polymer I. Kruger Inc 18,101,00 0.00 0,00 0,00% 18,101.00 0400 319 Spare Parts I. Kruger Inc 15,879.00 0,00 0,00 0,00% 15,879,00 0,00 320 465200 Biological High Rate Treatment System L Williams Brothers Const, Inc. 10,000,00 0,00 0.00 0.00%1 10,000.00 0,00 321 466130 Disk Filtration System M 322 Disc Filters I. Kruger Inc 580,985,00 580,985.00 580,985.00 100.00% 0.00 29,049,25 323 PLC Control Panels I. Kruger Inc 72,315,00 72,315.00 72,315,00 100,00% 0.00 3,615.75 324 Drum VFDs 1.Kruger Inc 14,500,00 14,500,00 147500.00 100,00% 0,00 725,00 325 326 3271 1 466130 Disk Filtration System L Williams Brothers Const, Inc. 14,000,00 81400,00 2,800,00 11,200,00 80,00%1 2,800.00 560,00 328 467653 Sludge Drying System M Komline Sanderson 0.00 329 Dryer M Komline Sanderson 11156,130,00 1,1567130.00 11156,130,00 100,00% 0.00 57,806,50 330 Live Bottom Hopper M Komline Sanderson 169,240,00 0.00 169,240.00 169,240,00 100,00% 0.00 8,462,00 331 Sludge Pump M Komline Sanderson 263260,00 0,00 26,260.00 26,260.00 100,00% 0,00 1,313,00 332 Screener M Komline Sanderson 21,620.00 0,00 21,620400 21,620.00 100.00% 0.00 19081.00 333 Dried Product Conveyors M Komline Sanderson 96,420.00 0,00 960420.00 96,420.00 100.00 % 0,00 41821,00 334 Thermal Oil System M Komline Sanderson 1789250,00 178,250.00 178,250.00 100.00°! 0.00 B,912.50 33 Thermal Oil M Komline Sanderson 8,360.00 0,00 0.00 0.00% 8,360.00 0,00 336 _ Off Gas Compressor M _ _ Komline Sanderson 4%740400 0,00 0,00 0.00 % 49,740.00 0.00 McHenry Wastewater Treatment Facility Consolidation 1 2 3 4 5 s I Application Number. 13 Application Period: February 1, 2017 to February28, 2017 - Application Date: February 28, 2017 A 8 Work Completed I Item C D E I F I G ;.y:.n;;.;•:.:.':::.iii'..}..'ii:•°'••ii•'i.•:+i:.•::.+.,::.::::..:vL:.:..!:v.�:...::: v.i:.::.:: i::::Y.::i1IX.,V: :.,:'.:::.y^:>+iv::: i ... ... .ii i i:i:;:;Jai}::;'.;: +:n...... ::;:.; :.:; :^';: Li: iiYvi°; :}vi}y.' �iiiii:-Liiiii+': is i iiii'::i'•::O:i[ iY.! ':':: :.::.: :: .: ::::.::if d. Yo-:•;:a :>:;:y;:r;;:r:;:;::x•:;•.••: od::::;:;:s<:;:;::• >::8aaaae. r Schedule'.::.:: Srom:Bteulot�s.:'.:;:> .4xsPe>7 ..........,......MaelsatsPt send ..Q.an.. .. ... iss z::.:::::.:::>::.;:::.;:.,..;;•>;:;::•:::;:.;..;..,.:•:::..::...:::::..:.:.$u .IedS?xazluactor... .. ..................... ..S .cfCi.CkiFCft.. �i. .. tt LS .. ... ................................................ .... ........... .:.... ...........,., c......................... ... .:. ...::::.:..;.::.::::.::�::::.�:::::::::::::::::::rr.�::::.::,...:..::...:::..;�,..:::::::..:<".�::;:;�::a:;:<�:>;:>:::;;>;>:::.:.. x::::::::o-:i,'-;,::�; :;:�:. �;. ;�:::a � - rib .C+:�-. ... .:. .. 'ktiQE�(t4:.' "<i�:''i`f#�aLEi Glit�:E ;:.;5t:ctrorl:risr:::«:::,::.;•::::::::::::::::::::<:::::;.�,:::::::::.�::::::.::::::.;::�.�.::.;...:...:,..........................................................�alue........?�aGd. fs...D�.......:.....,.:.,:,,,:..... ., ('. i T i�-F3......................... 337 I Unity Air Compressor/AirO M Komline Sanderson 10,350.00 0.00 0.00( 0.00% 10,350.00 0.00 338 Coarse Bubble Dafusers M Komline Sanderson 146990,00 0.00 14,990.00 ! 14,990.00 100.00% I 0,00 749.50 339 Cff Gas Duct/Fabricated Items M Komline Sanderson 404450,00 0000 40,450,00 400450.00 100,00%1 0,00 2,02250 340 I Local Instrumentation M I Komline Sanderson 4OX0.00 0.00 0.00 0.00% 40,210.001 0.00 341 Automatic ValvestRotary Valves M Komrrne Sanderson 27&830.001 0,001 0001.1 27.830.00 0,00 342 I 1 Anchor Bolts M Komline Sanderson 120470.00 0,00 0,001 0.00% 12,470.00 0.00 343I ( Dryer Control Panel M Komtine Sanderson 90,980.00 0.001 0.00 0.00%! 90,980.00 0.00 3441 345 467653 Start UpfCommissianmg Sludge Drying System L ( Komline Sanderson Williams Brothers Const. Inc. 56,700.00 112,400.00 0.00 28,100.00 110240400' 0,00 39,340,00 0.00% 35,00 % 56,700,00I 73.060.00 0,00 16967,00 346 46 7653 Sludge Pump and Compressor L i Hayes Mechanical 5,000.00 0.001 0001 5,000.00 0.00 3,471 3481 349 1 1 1 4676SS 46 7655 1 Sludge Conveying System M 1 Sludge Conveying System L Unit Cost I LAILtd Williams Brothers Cont. Inc, 229. M= 5.000.00 0,00 0.00 229,0DO.00 22940DOPOO OAO I 1DO.00%! 0.00% 1 0,00 5.000.00 0.001 11,450400 0.00 350 1 Water Main 2" ! 25 LF at S30 LF 750.OD 0.00 0,001 0.00%1 750,00 0,00 351 2 Water Main 4' I 25 LF at S32 LF 800.001 0,00 j 0.00 0,00%1 800,00 0,00 352 3 Sanitary Sewer6' 25 LF at LF 1,125,00 0.00 0.00 0,00% 1,125.001 0.00 3531 3541 1 5 7 Storm Sewer 12' Trench Backfll 25 LF at S20 LF 100CY at $9 CY I! 5W,00 1 900,001 0,00 0,001 0,00 0,001 0,00% 0.00% 500.00 900.001 O.CO 0,00 355 8 Plowable Fill 100CY at S35 CY 3.500.00 0,00 0.00 0.00 % . 3,500.00 0.00 356 I 9 Pipe Casing for Water Main and Sewer Crossing 1 25 LF at S14 LF 350,00 0.00 ; 0,00 I 0.00 % I 350.00 0.00 367; 70 we Telecommunication Cable and Conduit- 25 LF at S7 LF r• 175,00 to 0,00 _ 01A.00 0.006/0' 175,001 Y 0.00 3581 1 11 ,I ElectncaJ Cable and Conduit 25 LF at $10 LF 250.00 0.00 0,00 0,00% 250,001 0,00 3591 12 Gas Lines 2" 25 LF at S75 LF 375.00 ().001 0,00 0.00 % 375000 0,00 3601 1 13 Hot Mix Asphalt 50 tons at $100 ton 54000.00 0,001 0,00 t 0,00% 1 5,000.00 0,00 361 14 Removal and Disposal of Unsuitable Materials 1 100CY at 570 CY 7,000.00 0.00 0.00 0.00 % 7,000.00 0.00 0.00 364 1 � I 365 'Total 1 � I t 366 ( 30,180,000.00 21,147,046.521 1,128,221.951 0.00 22,275,268.47 740161 7,904rMaS31 1,113,763.42 367 Work Change Directives I 1 _ 368 i 369 , RFP 01 Work Change Directive No.1 (31498.30)r 0,00 (3,498,30) (3,498,30j 100,00%10.001 (174,92 3701 Work Change Directive No.2 (800A0 (800,00 (800.0% 100.00% 0.001 (40,00 371 1 I Work Change Directive No, 3 I 525.00 525.001 S 525.DO 1 100.00 % 1 0,00 2625 WorkC2 eDirectiveNo,4 i (10044,00� 0,001 (1,044,OOk (I%044,00; 100.00%1 0,00 (5220 Work Change Directive No. 5 1 I ! High Flow Pump Revisions I (117,972.00 O.Do 1 0.00 -0.00%I (117,97Z00 0.00 South WWTF Switchgear Revisions i P375 1 Homestead I 288231.7 242,601.001 I 2424601,00 84,17%1 45,630,75; 12.3005 i Cummins I (274,736.00(274.736.00 (274,736.0%, 100.00%: 0,001 (13,736,80: 1 Titan 350.00 0.00I 0,001 0.00% 350.001 0,00 WBC) 1 1162525 DMI 0,00 D.00% 14625.251 0.00 I Work Change Directive No. 6 (4,850.00 0.00 (4,850.00)' (d.850.00 100-00000 j 0,001 (242.50 3811 Work Change Directive No. 7 130301,00 13,301,DO ; 13,301.001 100.00%1 0.001 655.05 382 ' -Change "" (6231.00) 100.00% 0.001 (311.55$ 383 I VJolit Change Directive No. 9 9,996.00 9.496.00 ! 9,996.00 100.00 % 0,00 ; 499.80 3841 1 Work Charge Directive No. 10 50257,00 5,257.00 1 5*257.001 100.00%1 0,00 I 262.85 3851 ----' x1C-6�`�anaeDirecfiveBR .23'.^��-1 6231,001 100.00%1 0.001 311,55 3861 1 Work Change Directive I1 10995. 0.001 1.995.00' 1*995.00 100.00%, O.00I 99,75 387 i Work Change Directive 12 30703,00 0,001 I O.OD I 0.00 % • 3,703.001 0,00 3881 VVor'R Change Directive 13 I (11,754.00 7 (11,754.00) i 1 (11,754.00)1 100,00%, O,DD ( (587,70 McHenry Wastewater Treatment Facifrty Consolidation Page 9 1 2 3 q App6catlon Number. 13 Application Period: February 1, 2017 to February 28, 2017 Application Dale: February 28, 2017 A B Work Completed 1 Item C D E F G 6 .. .......... ...�.................... R` .,. $eLt1013:iAp:.,:{{;:.}:.}::•}:.:.:}:<.:<4:.};:{;•:;:•}:{;-:;:•::.::{•.v4::.}:'•::-::<-:::::::::.:.:..{:. ... :....... ry •. .vn:•:::::: •: •: •:: v:::,•-:. •::•,..•:::••;::•.:;::::::::::;:-::::.::::.:::::..}'.::.-.i::::'::::i4}'Y•Y-'f.::^:':.:{{4:i:.i>:'4:4�:.::'v:i..::.i'.:}•:::}':t{::.}.;...};.;.:.::{v•.;{:{:.}-.;:�:iL:ti ... ... •....... .. .., ... ,:.,.,.: s. ......: ..r:..:, :..r..:.. .,::rr.�::..-:.-::: }: n...:{.-.-.r.,.,{.: ..; ..».. ....,. :..>..•: •,:::. ......:.:..:::::::::::::::::.�::::.::;::. ,.,. ....... ... .. ...::::Su.IklStiKOKfir.2?%x:..;:..,..y::,, •}: .........., .......... .s:,. :.. •.��Cd7eJ�U te:� .. ........ ..... ......'.'t>alde:..•.... }•.: •v: FEo}ft.PRY1CS15:. :. PN 6 . Cs AppGea prtt..E~k,...:................{�............ .• .. ,•.:••:1-fr `r•. •. 7lx5.Pedoti,. r .... .T , M�1?d�iPFleSer3A : � .'�:... nat . �S•:::::.::.. �'..?:LS::{.i}S-:.moo}i'•: n .1�� . .a.?i. .. �A-. Via. (.. ,fit .� }i ::.Yv�: .:•::�:.:4 •{.}};.. ..Salarii�sto:>�' .E..... `E?�Tktf+ti�i�i 3891 1 I Work Change Directive 16 90227,00 9227.001 9227.00 100.00% 0,001 461,35 390 I Work Change Directive 17 19.862,00 - 0,001 0,00 0,00 % l9oS62,001 0,00 391 1 Work Change Directive 18 17.OW W 17,086.00' I 170086,00 100.00% 0,00 854,30 392 j Work Change Directive 19 I (8.610.75 (8.610.75 ; (8,610,75 100.00% 0,00 430.5a 393 Work Change Directive 20 (2250.00 � (2250.00 (2250.00 100,00% 0.00 (112M 394 Work Change Directive 21 i 100483.00 104483.00 10.4M.00 100.00% O.00 524.15 395 Work Change Directive 22 10,58200 0.001 0.001 0.000R. 10.582W 0,00 396 Work Change Directive 24 ! (2,632.751i (2.63272Z 100.00 % i (0.03 (131.64 397 Work Change Directive 25 2.000.00 2,000.00 2.000.00 100.00 % 0,001 100.00 398 Work Change Directive 27 2.875.00 ✓ I 0,00 0.00% 1 21876,001 0,00 399 Work Change Directive 26 1 954,00 I I 0600 04000/4 I 954sO01 0,00 400 77 - =-IS.oc i 401 402 4031 1 i 1 Balance 30*094,801 4041 4051 I i 4061 1I I 401 I t qp3 j ( Total i ftaorisaAmolo 211157*371Z71 1,120,191.93 i 0.00 I 22,277,563.70 74•/. 1 7,90ZQrL301 1,113,878.19 3�j I`'�1 �� 2p McHenry Wastewater Treatment Facility Consolidation Page 10 1 2 3 q Application Number, 13 Application Period: February 1, 2017 to February 28, 2017 Application Date: February 28, 2017 A B Work Completed Item C D E F G 409 :.. .. ............... :....:.......................:.. ........................................•......:.::::::.::.:::::....�:.:. $Q............................................... ...:.......................................................................................................... Summary by SubcontractorlSupplier :.::>.:..:: •:::::.::::. 112r15?tSAKlfroctfK.......................SCIi2dllu.......tN?Yk....E:Y20..::..:.::.:......................................................1...........f?ICfA................................................................................... f ..:::. • .. .Pr• U5:•::::: > .. ff14 s3�efIOQ...:::..........�1i21t8t5....t .... .. .. 5�..1 . :..:::.:::...:.:.:. ::.::::::. :::::t}`L5.%i''lti''`'��:?!:"•:::fDi[ia��:`4i?iE7:?iEd'>•dii#i�...:. .#t21 .2t2d.dp4.ra29Y ..:::::::::::::::::..::::.:::::.:::.:::::::::::::.::.::::::::::::::::.::::::::::.::::.:::::::: ...... 90..........#dC4.t0.....:tiTAr£:::: #i�ill�zSii .'. 410 Advanced Automation & Controls 2,5041000400 906,517,62 44,920.00 0.00 961,437,62 38.00% 1,552,562,38 47,571,88 411 Central Ceiling 11272,00 0,00 0,00 0,00 0.00 0,00% 11272,00 0,00 412 CMC Rebar 307,000,00 307,000.00 0,00 0,00 3079000*00 100,00% 0.00 15,350,00 Complete Mechanical Services 490,000.00 367,600.00 42,700,00 0,00 410,300,00 83,73% 79,700,00 20,515.00 CumminsN Power 780,000.00 570,730.64 6*102,20 0.00 576,882,84 73.96% 203,117.16 28,844,14 P GP Maintenance Services 125,000,00 0.00 309470,00 0.00 300470,00 24.38% 94,530.00 11523,50 Diamond Masonry 309,000400 101,359,00 27,660A0 0,00 129,019,00 41,75% 179,981,00 61450,95 Doors Inc 44,900.00 44,900,00 0,00 0,00 44,900.00 100,00 % 0,00 2,245.00 418 East Moline Glass 11725,00 0,00 0.00 0,00 0.00 0,00% 11725,00 0.00 419 Exarc Skylights Inc 12,150,00 0,00 2,500,00 0,00 21500,00 20.58 % 91650,00 125,00 420 Gasvoda and Associates 351107,00 234000,00 10,000,00 0,00 33,000,00 94,00 % 2,107.00 10650,00 421 Gateway Construction 427,500,00 408*262,50 10,680,00 0,00 418,942.50 98.00% 81557,50 20,947,13 422 423 Harrington Industrial Hayes Mechanical 5/745400 1,785,000.00 0,00 922,003,14 0,00 72,917.00 0,00 0.00 0,00 994,920,14 0.00% 55.74% 5/745400 790,079.86 0.00 49*746,01 424 Homestead Electric 1,4801000,00 806,118,00 62,561,00 0,00 868,679,00 58.69% 611,321,00 43,433,95 425 House of Doors 67,900,00 0.00 0,00 0.00 0.00 0.00%1 67,900.00 0,00 426 Hydro Dyne Engineering 373,850,00 0,00 0,00 0,00 0,00 0,00% 373,850.00 0.00 427• Johnson Flooring tt 11464,00 0,00 ;. 0,00 0.00 0,00 0,000/a,' 1,464.00 0,00 423 Joliet Steel and Construction 305,120.00 182,000,00 0,00 0.00 182,000,00 59,65% 123,120.00 99100,00 429 Kelley Dewatering 188,300,00 188,300,00 0,00 0.00 188,300.00 100,00 % 0,00 91415,00 430 Kole Construction 11,700.00 0,00 0,00 0,00 0,C0 0.00% 11,700.00 0,00 431 Komline Sanderson 2,000,000.00 1,334,380.00 368,980,00 0.00 1,7037360.00 85,17%1 296,640,00 85,168,00 432 Kruger 2,224,800,00 11758,273,00 0,00 0.00 1,758,273.00 79,03% 466,527,00 87,913455 433 LAI Ltd 11242,000,00 388,750.00 2291000,00 0,00 617,750.00 49,74% 624,250,00 30,887,50 434 Hydro International 901,892,00 901,892.00 0.00 0.00 9010892,00 100,00% 0.00 45*094,60 4351 1 Mid States Concrete Industries 69,000,00 31050*00 45,250,00 0,00 48,300.00 70,00% 20,700.00 2,415.00 Northern Illinois Fence 25,631.00 0,00 0,00 0,00 0.00 0.00% 25,631.00 0,00 Nucor Building Systems ' 221,754.00 2137631.00 975.00 0.00 2147606,00 96.78% 7,148.00 10,730.30 P Nystrom 20V406,00 16t123,00 0,00 0.00 167123.00 79.01% 4,283.00 806,16 Peterson and Matz 190,000,00 120,000.00 0.00 0.00 120,000.00 63,16% 70,000.00 64000.00 G.A. Rich 24680,000.00 2,653,583.87 0.00 0,00 2,653,583.87 99.01% 26,416.13 132,679.19 441 1 1 RPS Engineering 1430000.00 0,00 0,00 0,00 0,00 0.00 % 143,000,00 0.00 442 RW Gate Company 280,030.00 2809030,00 0.00 0.00 280,030400 100.00 % 0,00 14,001.50 443 Sievert Crane and Hoist 17,300.00 179300,00 0,00 0,00 17,300,00 100.00 % 0,00 865,00 444 Sterling Commercial Roofing 56,000,00 0.00 0.00 0.00 0.00 0.00 % 56,000,00 0.00 445 Super Mix 495,136,00 4860658.00 1,000.00 0,00 487,658.00 98.49% 7*477,00 24,382.90 446 Titan Industries 208,880,00 84,540.50 0.00 0.00 84,540,50 40,47% 124,339.50 4,227.03 447 Troch-NcNeil Paving 170,500.00 12,900.00 0,00 0.00 120900,00 7,57% 157,600,00 645,00 448 Xylem Water Solutions 1,175,000,00 1,175,000.00 0,00 0.00 11176,000400 100.00 % 0,00 58,750,00 449 Williams Brothers Construction 8,80i,939.00 6,873,09425 172,506,75 0.00 7,045,601.00 80.05 % 117562338.00 352,280.05 450 Total 1 30,180,000,00 21,1479046,52 1,128,221.95 0,001 227275,268.47 73.81 % 7,904,731.53 1,113,763.42 1" McHenry Wastewater Treatment Facility Consolidation Page 1 Partial Waiver Of Lien STATE OF ILLINOIS} } SS. PEORIA COUNTY } TO ALL WHOM IT MAY CONCERN: 02/07/2017 WHEREAS, we the undersigned, WILLIAMS BROTHERS CONSTRUCTION INC. have been employed by The City of McHenry to furnish labor and/or material for the building known as: McHenry Wastewater Treatment Facility Consolidation Situated on Lot: 3306 Waukegan Road and 222 South McHenry Ave McHenry, Illinos in the City of McHenry, County of McHenry and State of Illinois. NOW, THEREFORE, KNOW YE, That the undersigned, for and in consideration of One Million Sixty Four Thousand One Hundred Eighty Two and 34/100 $1,064,182434 Dollars, the receipt where of is hereby acknowledged, do hereby waive and release any an all lien, or claim, or right of lien on said above described building and premises under the "An Act to Revise the Law in Relation to Mechanic's Liens," approved May 18, 1903 in force July 1, 1903 together with all amendments thereto and all the lien laws of the State of Illinois, on account of labor and materials, or both, furnished or which may be furnished by the undersigned to or on account of the said City of McHenry for said building and premises through February 28, 2017 GIVEN under our hands and sealed this 3rd day of March , 2017 WILLIAMS BROTHERS CONSTRUCTION INC. (SEAL) EAL) ne Smith, Treasurer Office of the Deputy City Administrator Bill Hobson McHenry Municipal Center 333 Green Street McHenry, Illinois 60050 Phone: (815) 363-2159 Fax: (815) 363-2119 www.ci.mchenry.il.us CONSENT AGENDA DATE: Apri13, 2017 TO: McHenry City Council FROM: Bill Hobson, Deputy City Administrator RE Bid Award for Knox Park Softball Field Fencing Replacement ATT: Bid Results Agenda Item Summary. Award of Bid for replacement of Knox Park Softball Field #1 and #2 Fencing. Background. On March 6, 2017, the City Council approve staff s request to advertise for bids for the replacement of outfield fencing on fields #1 and #2 in Knox Park. The project was published in the Northwest Herald on March 9, 2017. Bid opening occurred on March 28, 2017. Analysis. Four bids were submitted ranging from $36,600 to $28,140. The lowest bid was submitted by Kleen Maintenance d/b/a Patriot Fence & Construction, LLC, for $28,140. The company is insured and satisfactory recommendations from past clients were received. The bid including a bid bond was submitted as instructed. Recommendation. If Council concurs, then it is recommended a motion is considered to award the contract for replacement of Knox Park Softball Field #1 and #2 fencing to the lowest bidder Patriot Fence & Construction, LLC for $28,140. The City of McHenry is dedicated to provid/ng its citizens, businesses, and visitors wit/: tl:e highest quality of programs and services in acustomer-oriented, efficient, and frscally responsible manner. In attendance: BID OPENING Tuesday, March 28, 2017 McHenry Municipal Center Knox Park Fencing COMPANY NAME SID COMMENTS ,-� :� g � ,� ,' /mod Q � � � _ � ' ��� �--�—Q � r--- � / � h � ci7 � ,. � � � / , � Department of Community & Economic Development McHenry Municipal Center 333 Green Street McHenry, Illinois 60050 Phone: (815) 363-2170 Fax: (815) 363-2173 www.ci.mchenry.il.us CONSENT AGENDA SUPPLEMENT DATE: April 03, 2017 TO: Mayor and City Council FROM: Ross Polerecky, Director of Community Development RE: Temporary Use Permit to allow The Church of Holy Apostles to conduct "Sleep out for Shelter" Fundraiser on May 06 and May 07, 2017 from 3@00 p.m. on May 06, 2017 to 8:00 a.m. on May 07, 2017 at 5211 W Bull Valley Road and waiver of $60 ($30 fee and $30 deposit) temporary use permit fee ATT: 1. Temporary use permit application 2. Aerial photograph depicting location of various events being held on May 06 and May 07, 2017 for proposed Sleep out for Shelter fundraising event AGENDA ITEM SUMMARY: The Pioneer Center for Human Services has submitted a temporary use application to hold their annual Sleep -Out -For -Shelter event at the Church of Holy Apostles, 5211 Bull Valley Road. This event takes place every year in May and staff has had no issues in the past with the event. BACKGROUND: In cooperation with Pioneer Center for Human Services, which merged with McHenry County PADS (Public Action to Deliver Shelter), several McHenry County organizations in multiple municipalities have hosted an event called "Sleep out for Shelter" to raise money and awareness of homeless individuals, which has become an increasing concern for many years. A few years ago the event was held at Petersen Park and this year is proposed to be held at the Church of Holy Apostles, located at the southeast corner of Bull Valley Road and Crystal Lake Road. The purpose of the event is to raise money for PADS Shelters throughout McHenry County including the PADS headquarters on Kishwaukee Valley Road in Woodstock. Below is a statement from the Pioneer Center for Human Services Website: 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 Community & Economic Development McHenry Municipal Center 333 Green Street McHenry, Illinois 60050 Phone: (815) 363-2170 Fax: (815) 363-2173 www.ci.mchenry.il.us "McHenry County PADS offers emergency and transitional housing coupled with support services in order to help homeless individuals work toward becoming self-sufficient. These support services enables individual to receive case management, job training, counseling and psychiatric services, as well as day-to-day services including access to showers, laundry facilities, transportation, computers and an address at which to receive mail. The program is specifically designed to address the root causes of homelessness and not just treat the symptoms." In accordance with the City's zoning ordinance if any of the criteria for minor temporary uses are not met or if any one of the criteria below is applicable to the requested use, the temporary use shall be classified as major and requires consideration, review and approval by the City Council: • Any use proposed which also involves any type of sign variance request; • Any use proposed which cannot comply with the outdoor lighting regulations or performance standards for noise as outline in the zoning ordinance; • Use is proposed for more than one time per calendar year -either on the same application or multiple applications submitted within the same calendar year; • Use proposed is not compliant with all other applicable City ordinances, rules and regulations. Major temporary use permits are forwarded to the City Council for consideration at a regularly scheduled City Council meeting. The City Council shall approve, approve with conditions or deny the application. Upon approval by the City Council, the Community and Economic Development Department shall issue a temporary use permit. Following are the two criteria which the proposed temporary use does not meet; thereby classifying the proposed temporary use as major: • Use is permitted by right in the zoning district in which it is proposed; • Use is consistent with activities typically associated with the existing principal land use on the property being proposed; The Church of Holy Apostles is zoned E, Estate Residential and BP, Business Park. The proposed use is not a use permitted by right and also not consistent with activities typically associated 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 Community & Economic Development McHenry Municipal Center 333 Green Street McHenry, Illinois 60050 Phone: (815) 363-2170 Fax: (815) 363-2173 www.ci.mchenry.il.us with the existing principal land use (assembly use) on the subject property, 5211 W Bull Valley Road (The Church of Holy Apostles). ANALYSIS: The Sleep out for Shelter event is proposed at the Church of Holy Apostles on May 06 and May 077 2017. Approximately 300 people have attended the event in the past however some do not stay overnight. People will arrive at 3:00 p.m. on May 06; the Church of Holy Apostles has a 5:00 p.m. mass each Saturday and an 8:00 a.m. mass on May 07. A rally, which is led by Star 105.5 is planned from 3p.m. until 7p.m. on May 06 immediately north of the Habitat for Humanity building, and a bonfire is planned immediately north of the cemetery (both depicted on aerial photograph). Attendees staying overnight are required to leave by 8:00 a.m. on May 07. Attached is the temporary use permit application submitted by the Pioneer Center along with an aerial photograph of the Church property. Included on the aerial are the locations of the proposed rally (north side of Habitat for Humanity Building is 271 feet from the north property line adjacent to Bull Valley Road and total area adjacent thereto is about 1.33 acres); the locations of the two temporary signs, which are permitted by ordinance for not -for -profit organizations (with time posting restrictions); the sleeping area is proposed immediately north of the maintenance building (sleeping area consists of 1.09 acres and is 701 feet to the closest residential dwelling units on Betsy Lane) which is also where food will be provided by a Rotary Club. The area which will be utilized for the bonfire consists of approximately 3,600 square feet (depicted on aerial photograph). The City issues a separate over-the-counter permit for bonfires which by ordinance cannot exceed 25 square feet and must be located in close proximity to a water source, which is the case in this instance (water source adjacent to cemetery). Also depicted on the aerial photograph are the areas which will be roped -off for attendee parking (approximately 160-180 spaces are provided), as well as for a trailer which delivers cardboard boxes utilized for attendees for sleeping. The Church of Holy Apostles has a perpetual adoration chapel and an area has been marked on the aerial photograph reserving parking spaces for those who utilize the chapel during this time period. Participants will be permitted to utilize bathrooms inside the church, and the entrance is immediately north of the sleeping area also depicted on aerial. 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 Community & Economic Development McHenry Municipal Center 333 Green Street McHenry, Illinois 60050 Phone: (815) 363-2170 Fax: (815) 363-2173 www.ci.mchenry.il.us The proposed event will be advertised on The Church of Holy Apostles electronic sign adjacent to Bull Valley Road, the internet, in the newspaper, as well as on up to two temporary banners (approximately locations depicted on aerial -one permitted per street frontage) and ten signs will be posted in City right-of-way in accordance with the requirements in the sign ordinance (separate permit required). The Church is requesting waiver of the $60 temporary use permit fee ($30 of which is refunded following the completion of the event). Staff does not have any concerns with the request as -proposed and would recommend approval. RECOMMENDATION: If the City Council concurs with staff's analysis it is recommended that a temporary use permit be granted to the Church of Holy Apostles to hold the "Sleep out for Shelter" event on May 06, 2017 and May 07, 2017 from 3:00 p.m. on May 06, 2017 through 8:00 a.m. on May 07, 2017, a separate bonfire permit is obtained, as well as a permit for the ten signs to be located in City right-of-way advertising the event in accordance with the sign ordinance and the $60 temporary use permit fee be waived. The City of McHenry is dedicated to providing the citizens, businesses and visitors of McHenry with the highest quality of programs and services in ocustomer-oriented, efficient and fiscally responsible manner. �Crff OF MCHENRY TEMPORARY USE PERMIT APPLICATION PERMIT NO._ // 'oA' 0) j 21 PHONE: ( 'j�J• ei j ]/JCI f MOBILE; FAX: US{t p 1 ( ) - — E-MAIL:d5 /'I,9M/10 Th ' tirr EVENT DATE(S)/HOURS: � -• �U� 1�7 2417 EVENT EXISTING LAND �/U"�SE:d u f(j / j) SETUP:(Date)�'(y J 7 TAKEDOWN:(Date) 6 � /��C..f OPE TO PUBLIC: YES: NO 0 (Invitation only) ATTENDANCE (Projected)2&e) ADMISSION FE�YES: Ds NONE �OQ OFFICE USE ONLY ZONING DIST: Community and Economic Development MAR 10 zon City of McHenry PERMIT FEES FEE: DEPOSIT: COPIES: TOTAL: EXPIRATION DATE: COUNCIL ACTION: �� DATE: PARKING: NO.OF VEHICLES: —j_ f� SELF F AL T Q REMOTE JSHUT L MUSIC: NONE � YES �T t� APPROVED 0 DENIED ❑ (Ifyes) ACOUSTIC Q AMPLIFIEDO WJ CONDITIONS: YES ❑ Jl`nR/JJ5'•S A46j �li;u)) cclJ T7 ptii Y ' NO: TEMPORARY STRUCTURES: NO 0 YES (Ifyes, indicate number, size; and type) n�j rI 1 M l Uccll� WILL EVENT BE ADVERTISED?: NO: 0 YES: Ip I (If yes, indicate where and how ) PYROTECHNICS. NO: Q YES: Q (If yes describe) Completed temporary use permit application. (including property owner signature). Two copies of site plan showing event layout, location of all structures (existing and/or temporary), property lines, abutting streets, ingress/egress. Two copies of a parking plan including on site and/or remote parking/shuttle. t,VP Completed sign permit application if applicable. /0 C I HEREBY CERTIFY THAT ALL INFORMATION CONTAINED HEREIN IS ACCURATE AND TRUE AND THAT I WILL ABIDE BY ALL CITY OF MCHENRY ORDINANCES AND //CODES RELATING TO THE ISSUANCE OF THIS TEMPORARY USE PERMIT. / SIGNED: � IAZ- S Ioen.,Pd i DATE: / /� 7 (OWNER AUTHORIZE AGENT) (PROPERTY OWNER) TH[S PERMIT IS GRANTED AND ACCEPTED WITH THE EXPRESS UNDERSTANDING AND AGREEMENT THAT SAID TEMPORARY USE SHALL CONFORM IN ALL RESPECTS WITH THE ORDINANCES OF THE CITY OF MCHENRY AS NOW IN FORCE. (DIRECTOR„ CONSTRUCTION AND NEIGHBORHOOD SERVICES 333 S. GREEN STREET MCHENRY ILLINOIS 68858 (R751363_277n City afMcHenly Bonfire Permit Application Organization/Business Name: Contact Persom, WZJ, t Y hDeji h0Yi Evening Telephone No. Street Address gy ll i . bg Y %D%/ o5/)�L�/ Location of Bonfue:(,'.J-(G//.'GH �?�lfiUL�%/�P/7.5%/�S'���1 /�ILLLII/�LGL M�i/�Nl Date of Bonfire: Hours of Bonfire (may not exceed 3 hours):pm As attested by my signature below, I hereby understand that the following rules and regulations concerning bonfires must be followed: 1. Unless otherwise authorized by the City of McHenry, recreational fires shall occur on private property and at no time shall a person start or maintain any fire in any street, sidewalk, park or public right-of-way. 2. A recreational fire shall be attended at all times by an adult. 3. A garden hose connected to a water supply or other fire extinguishing equipment shall be readily available for use. 4. Only seasoned dry firewood shall be used for a recreational fire, provided, however, a small amount of paper and/or brush may be used to start the fire as kindling. 5. The fire shall be extinguished when unattended. 6. Any smoke from a recreational fire shall not flow into an adjacent or nearby building. 7. The bonfire shall conform to the following requirements: a. Shall not exceed five feet by five feet in size; b. Shall not burn longer than three hours; c. Shall not be located closer than fifty feet to any structure; d. Provision shall be made to assure prevention of spread to within fifty feel of any structure. S. If at any time, the fire is found to be a nuisance to persons on neighboring properties, the fire shall be immediately extinguished. Signed: �zL (�G���l"LGl-ex�/j-/� Date: Office Use Only*********** Permit No. BF1�A- issued this day of City Clerk (seal) Copies provided to: ❑ McHenry Police Dept. ❑ McHenry Fue Dept. via fax 20 L� 1e0v.5D i Department of Community & Economic Development McHenry Municipal Center 333 Green Street McHenry, Illinois 60050 Phone: (815) 363-2170 Fax: (815) 363-2173 www.ci.mchenry.il.us Sleep out for Shelter May 06-07, 2017 -v ;a`jty;= Bathrooms k 91� Sleeping Area t- Attendee Parking �, � Bonfire Location ) lip ( T VS r 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 TO: Mayor and City Council FROM: Derik Morefield, City Administrator FOR: April 3, 2017 Regular City Council meeting RE: Ordinance amending Municipal Code Chapter 4, Section 4-6(1) decreasing the number of Class A liquor licenses in effect from 30 to 29. ATT: Ordinance Agenda Item Summary: The City was recently notified that the business known as Sports Page Bar & Grill located at 2314 W. Route 120 has closed and the Class A liquor license issued to the owner was surrendered. Analysis: As a result, attached is an Ordinance reducing the number of Class A liquor licenses in effect from 30 to 29. Recommendation: If Council concurs, it is recommended a motion is made to approve the attached Ordinance as presented. The City of McHenry is dedicated to providing its citizens, businesses, and visitors with the highest quality ofprograms and services in acustomer-oriented, e, f,�icient, and fiscally responsible manner. ORDINANCE NO. MC474144 AN ORDINANCE Decreasing number of Class A Liquor Licenses (Sports Page Bar & Grill) 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. BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF McHENRY, McHENRY COUNTY, ILLINOIS, as follows: SECTION 1: Section 4-6(1) of the Municipal Code relating to liquor license classifications is hereby amended by decreasing the number of Class "A" Liquor Licenses from thirty (30) to twenty-nine (29). 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 published in pamphlet form by and under the authority of the corporate authorities of the City of McHenry, Illinois. SECTION 5.: This ordinance shall be in full force and effect from and after its passage, approval and publication, as provided by law. PASSED and APPROVED this 3rd day of Apri12017. Voting Aye: Voting Nay: Absent: Not Voting: Abstaining: ATTEST: City Clerk Mayor i1 MEART Oi TIto FOX RNHH✓ CONSENT AGENDA DATE: Apri13, 2017 TO: Mayor and City Council FROM: Derik Morefield, City Administrator RE Special Event Liquor License ATT: Application and Site Plan 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 Agenda Item Summary: Trey &Tom Corp. d/b/a Main Street Station located at 4005 Main Street is requesting a special event liquor license for outdoor service of alcohol for a Cmco de Mayor event on May 6t' and 7t'. Background: The owner of the business holds a Class A license, which does not permit the outdoor service of alcohol. The proposed event will be held on Saturday, May 6� PM, and Sunday, May 7from 11:00 AM to 6:00 PM. Municipal Code permits the issuance of special event liquor licenses for no more than three -days per single event. A temporary use permit has been filed with the Community Development Department for a tent/canopy, picnic tables, portables toilets and small stage for live music. The applicant intends to hold the event in the parking lot of the business. The business shares a portion of parking lot with Metra, however commuters not be impacted as trains do not run when the event is scheduled. Customer parking is available in the municipal parking lot located on the west side of the railroad tracks. The owner of the business sublets this properly from the city, who leases it from Union Pacific. This event will not violate the terms of the city's lease with Union Pacific. Analysis: The owner of the business Trey Covalt, has operated at this location for over 27 years and is a good tenant. Staff has no concerns with this request. All required paperwork has been submitted and all fees have been paid. Recommendation: If Council concurs, it is recommended to approve this request 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. 03/15/17 This year Main Street Station is celebrating 30 years in McHenry! To commemorate this milestone we are planning a Cinco de Mayo Anniversary celebration; our event plan and application are attached, in addition an overview of our plans for the event is below. Saturday 05/06/2017 Outdoor: 11:00am - Dusk Indoor: Regular business hours Sunday 05/08/2017 Outdoor: 11:00am - 6:00pm Indoor: Regular business hours We will set up the outdoor event in our parking lot with a large tent/canopy, picnic tables, portable toilets and a small stage for live music. We plan to offer beer and margaritas; there will be someone checking IDs and applying wristbands. Our lot will be closed off and cars will be directed to park in the city parking lot located on the west side of the Station and the tracks. Normal train business and commuters will not be impacted because the trains do not run over the weekend. Please contact me with any questions, concerns or for additional information. Thank you, Kelly A. Covalt Main Street Station 815-347-3025 JA SPECIAL EVENT LIQUOR LICENSE APPLICATION C ASH - 3/1 S_. CITY OF MCHENRY (A special event liquor license may also be required by the State Liquor Control Commission) www.state. iL usAcc FEE $25.00 3. COMPANY OR ORGANIZATION: APPLICATION DATE , I, ADDRESS: !I UL t UJ pQ 1 Y1 g 11 . CITY: PHONE NUMBER: $ �J t1 ! I V EMAIL: K 00'u C% I P) �_SYIQI •n TYPE OF BUSINESS OR ORGANIZATION: LICENSE APPLICANT: ADDRESS: LOCATION WHERE SPECIAL EVENT HELD: EMAIL: CITY: DATE OF BIRTH: C premises only) 4. OWNER OF LOCATION WHERE SPECIAL EVENT HELD: OWNER'S ADDRESS: :Vey 0C)LICA live CITY: 4 e y) r"y TELEPHONE NUMBER: 5, DATE(S) OF EVENT: eJ! ,6 4 5/7 aO / I HOURS: J C ; L0 n.M � 16,toO om / r 1 ' oo " 6 ,' bQ not more than 3 days) 6. TYPE OF ALCOHOL TO BE SERVED: BEER WINE LIQUOR %� 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 occurren , 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 of the 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 co atned in this application are true and correct to the best of his/her knowledge and belief. The undersigned is aware that state liquor licensaroval is required for Vs )tense. SUBSCRIBED and SWO e hty , PubhC State ol minolb ssion Expires 06/2412018 Notary DATEISSUEb EFFECTIVE DATES) zoos Signature of Applicant LICENSE NO. `*� r ,> y,n J �.wwIF IF IFF, .. Ikom i `;FFF—ww.:-.ram.—.—`--..._..W.�.._....... .y �• f /�.'J^4 `,L . , ... .. _ .f ;*FlowNO I . -t s -No Ilk IF IF Ilk Flo, ftt FkkPi �...1 s. -- c I No IN jF F. --IN IN.fy.. •. r ,r�.....f_...:f:. 7 _ - .WN.F 'TM' _.,,,, r.,; -i #.......�... .•+.. ..T .. ,IF i FilpfF a».. ,y., -r..0 - _ :. .� !;. r"-.�- .I ..i _� .�. .,G- .r. S. ..,., .• _.. NO Jul low vllo�. IN cft ` :41 d N a . • IF 1 Bill Hobson, Deputy 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 TO: Mayor and City Council FROM: Bill Hobson, Deputy City Administrator FOR: April 3, 2017 - Regular City Council Meeting RE: McHenry Park Facilities Special Use and Beer/Wine permit requests ATT: Permit List and Applications All fees and documentation have been satisfactorily submitted for the attached McHenry Park Facilities Special Use and/or Beer/Wine permit requests. If Council concurs with the requests as presented, then it is recommended a motion is considered to approve the attached McHenry Park Facilities Special Use and Beer/Wine permit requests. Tfte Cite of McHenry is dedieated to �rovidirrg its citizens, brrsirresses�, arrd i�isita-s ivitlr. ttae )righest grcality a f �rogr•mns arrd serrices in a crestonrer-oriented, efficient, arrd fiscally resiransihde ra.an.ner. FOR COUNCIL MEETING ON April 3, 20I7: Beer/Wine Permits These are beer and wine permit requests associated with picnic permits. Date of Picnic 06/03/17 Rick Behor Surprise 2804 Rose Ave, McH Special Use Applications There are special use application requests associated with picnic permits. Date of Picnic Applicant Address Special Use 05/07/17 Pediatric Interactions 665 Ridgeway Dr, McH bounce house 06/03/17 Rick Behor Surprise 50th 2804 Rose Ave, McH grill, music, tables, chairs Community Room Liquor Permits These requests are associated with McHenry Recreation Center rentals and/or programs. Date of RentaU Program Applicant Address 04/29/17 Taylor Hamm Bday 4805 Taffy Ct, Spring Grove TConaway\pic perm list rec ctr.doc N1MENRY PARK FACILI1IE6 L iUSE_AIVD/OR BEER/WINE Al Contact Person: Company/Organ.ization: Address: City/State/Lip; Nome Phone:_ TKO Date of Picnic:_,__ Work/Ccll Phone:— 7 i,ji N Park: ❑Knox Park (A only) Petersen Park ❑ VeteIJJ Memorial Park Area: ❑ Shelter A ❑ Shelter B ckShelter C ca Ot.her: Arrival Time, :t�e 6 A-� _ Departure Time: D Total Number Attending: _ _ q .0 xq, Fats fyln�r altenclanee numbers will result. lrz loss of (Xeposlt. Groups over 500 must obtain additional: ❑ dumpsters ❑ Portable toilets Water, electricity alzd restt-ooms are avttilable at' all sites. Knox Park A has a portable restroom, Brief description of event (company picnic, car s w craft show, wedding, etc.): List all activities to be held: items brougiWntop rsite: Tables ,lj#thairs ❑ Benches ❑ Carnival Rides KMusic ❑ Animals ❑ Other FOR ❑ Tent: Location In Park: ELECTRICAL TENTS ❑ APPL[CAN`I' TU CALL Jr1LIE (1-800-892-0123) TO BE LOCATED ❑ NO ELECTRIC, Sl�arnroc;k �eilt Stoked; ❑yes G7 110 xx4�Yk�cYx��x***-kxY**��Fx**irx*�xdr��r',Fh��ft�,t;l'c���9*x�:�;F�kY,�,';y'*,�'hK+�x•*xx�xCx*#x�C�,Nkx*1k�xYxtkxVrx4e5ri5xxNfY��srs;r,RksrxS: Will beer/wine be present: ❑Yes ❑ No XF Y()U C�I�C'i�l✓�1 YES, li'UEASE ANSWEn QU)JSTI()NS I31J�OVV: Indicate the number of beer/wine permits denied 0 indicate amount of beer/wine t9 be bro elght into the City Park under this permit on above date (number of wine bottles, beer cases, beer kegs, etc•)` I agree that all the beer/wine containers will be removed by applicant or placed in proper coil Fi Hers oil site oils the permit•d.ate and that no underage or intoxicated person will be allowed to consume, any of the beer/wine brought into the City of McHenry park under this permit. I agree that none of the beer/wine allowed in the City of McHenry park, pursuant to this application will be sold, it being understood that the sale of beer/wine under this permit issued pursuant to this application is expressly prohibited, I have read and will comply with the City of McHenry Park Permit rules, I have read and understand the rules and regulations that have been set forth by the City of McHenry regarding the. Special Use and/or Beer/Wine Appiication(s) and will assume responsibility for any loss, damage or liability arising, front the use of the park property. I also understand that not complying with the Park Permit rules will result in loss of deposit, Signature:0�4 Date, Health permits are required by law l' r concessions and catering. please make arrangements to obtain ermits, NOTE: Approval will be based on the items listed above. Any other requests are subject to further approval. Restrictions: "" �s•�'*,r,eFOR OrFtCF USE ONLY****** ****A,* **h•x***v:��,r��x,xK,r,���xn��x,r,���,�,�,eK� • �; �•,r,� Reservation Fee: $ `''•�—.��..� a ' Date laid:- initial°• Payment: ❑ Cash ❑ Check harae `Total Confirmation S$ ConSubmitted to City Council; r firmaent: __ �lnitials:, City Council Approval; parkslformslpicnie forniAspecial use and beer and or wine appliestion N.I.cHENR� PARK P, ECIAL USE AMID/OR BEE Contact Person: Co�llpany/OrganizatiVitt .`Address: City/State/Zip:' Home Phone: L� hate of Picn WorkJCcll QN Park: ❑Knox Park (A only) ❑ Peteesen P<trk �etera.n's Memorial Park Area: �r Shelter A c..c�he(ter B ❑ Shelter' C r.r Other: _ _ Arrival Time: %��� _ Departure Tirne:��/t/I Total Number Attending:��-�� Fc�lslfyirzg atten�lcrnee nr�r�rGers will result lrz loss of rlepo.slt. Groups over SQO must obtain additional; ❑dumpsters ❑portable toilets Water, electricity and restraoms are av�tila.ble at' all sites. I{nox ('ark A has a portable restroorn. Brief description of event (company picnic, ca.r show, craft s11ow, wedding, etc.): �! �`�%'y �1 �%��.Gi_�.fC ��1 .List all activities to be held: --- Items brought into park site: ❑Tables ❑ Cha.irs ❑ Benches ❑Carnival lZides ❑Music ❑ Animals ❑Catered Pig Roast ❑ Oth.er h A-iA�l�l� �,��i � A s (� ❑ Tent: Location In ELECTRICAL FOR TENTS TO BE LOCATED Park: S ❑ APPLICANT TO CALL J[IL(E (1-800-892-0123) ❑ NQ ELECTRIC: S1larnrock �l'ellt Staked: ❑ ye5L7 nn iC'ie 7ti lr li•'k 9f i'iC ie 1Y%iti�.*i%7t�:ti'%,i ii 71'ri'*'if Sfkli'JCf{`*T'f1�"Y'hii'iH'f.'7f)H,rT'1S:C'k�'h'*Y.A'i•r.�]�Y'hY'A''k 7��'>iti>CYY%74�5f1CX•h%X'�'�'.1H9';N'J.'%''k X7k Yf ti Yf R1'CY•.'ifkWk N'it'i(*'X"itY YA'Se 1t'it Yt Will beer/wine be present: ❑Yes ❑ No ZF Y()C1 CH'BCi��� '�,� S, T�)<,EAS>B ANSWEn QUEST)<QNS T3I✓)(.QVV: Indicate the ntunber of beet/wine permifs denied , lndica.te amount of beer/wine to be brought alto the City Park under this per•r11it on above date (rlur k,�t• f 'ne bottl ,beer cases, r kegs, etc.) I agt•ee that all the beer ine ntairler will r move a it ar pla.ced in proper containers on site nn the perinit-d.ate and that nn underage r i 1l xicate perso wr allowed to consume• any of the beer/wine brought into the City of Mcl-Ienry pat•k under t11is p mit [ a c that gone of the beer/w(t1e a1(nwed in the City of McHenry park, pursuant to this application will be sold, it b irlg Lu erstnod that the sale of beer/wine under this permit issued pursuant to tl'tis application is expressly prohibited. I have read and will comply with the City of Mcl-leery Park Permit t'ulea. ( have read and understand the rules and regulations that have been set forth by t11e City of McHenry regarding the Special Use and/or deer/'UVine App((cat(o►1(s) and will assume responsibility for any loss, damage or liability ar(sing, from the use oi'the park property. (also understand that not complying wit11 the Park Permit rules will result in Ic1ss of deposit, Health permifs are required by law for concessions and catering.l'lease make arrangements to obtatn permits. NOTE: Approva! will be based on the hems listed above. Any other requests are subject to fut•ther approval. Restrictions: v 'k,47F*749t �+Y �tk�,•���r*•k�ik$ ��y,y* ir,kx,Y,t**xfr�Prk*****�,Yx9t it ,Y �; ,F +; �9t Reservation Fee: $ S� Dais Paid:- 3 -•.. Payment: q Cash ❑Check �Cliar�;r `Total Fee: $ •`•��-- Submitted to City Council: � Confirmation Sent: �Initials:� City Council Approval: ��-�� parkslfarmslpicnic Pilrmslspecial use and beer and or wine application r Rental Names Group f Or`/ga+�nization (if applicab��ley Address:_I.O 5..._la_ - ' Home Personal Event McHenry Recreation Center Alcohol & Special Use Permit Application ALCOHOL F'EE $zg.00 (at least q. weeks // noticeneeded} Type of Alcohol to be Served: W//ine &Beer Wine Bottles # ! � Beer Cases # � I �� Beer Kegs # Application Date: Time• f Birth: Amount of Alcohol: ......_...'..1 SPECIAL USE NO FEE (at least 4 weeks notice needed) ❑ Tent ❑Bounce House Locati Applicant to tali JULIE (1-800-892-o�23) for staking of Tents and Bounce Houses ❑ Tables # ❑ Chairs # ❑ Performer ❑ Helium Tank (waiver required) ❑Wedding Arch ❑ Music: ❑ DJ ❑ Band ❑ Dance Floor ❑ Cotton Candy/Popcorn Machine ❑ Ice Sculpture ❑ Chocolate Fountain ❑ Photo Booth ❑ Portable Electronics o Other Approval will be based on the items listed above. Any other requests are subject to further approval. if applicable, health permits are required by law for concessions and catering. Please make arrangements to obtain permits. McHenry County Department of Health: 815334-4585 I agree that all the alcohol containers will be removed by applicant or placed in proper containers on site on the rental date and that no underage or intoxicated person will be aI[owed to consume any alcohol brought into the McHenry Recreation Center under this permit. I agree that none of the alcohol allowed in the McHenry Recreation Center, pursuant to this application will be sold, it being understood that the sale of alcohol under this permit issued pursuant to this application Is expressly prohibited. I have read and will comply with the Recreation Center Rental Guidelines. 1 have read and understand the rules and regulations that have been set forth by the City of McHenry regarding the McHenry Recreation Center Alcohol &Special Use Permit Application and will assume responsibility for any loss, damage or liability arising from t T o city prop .1 also understand that not complying with the rules will result in loss of deposit.FIR J LJ f REGULAR MEETING February 6, 2017 Mayor Low called the regularly scheduled February 6, 2017 meeting of the McHenry City Council to order at 7:00 p.m. In attendance were the following Aldermen: Santi, Glab, Schaefer, Curry, Wimmer, Peterson and Condon. Absent: None. Also in attendance: City Administrator Morefield, Deputy City Administrator Hobson, Director of Economic Development Martin, Chief of Police Jones, Director of Community Development Polerecky, Director of Public Works Schmitt, Director of Finance Lynch, City Attorney McArdle, City Engineer Pieper and City Clerk Jones. CITY OF MCHENRY MISSION STATEMENT Mayor Low read aloud the Mission Statement of the City of McHenry. PUBLIC INPUT SESSION No one spoke at Public Input Session, Mayor Low noted two persons signed in to speak regarding Item 8 on the Agenda. CONSENT AGENDA A. Ordinance amending Municipal Code Chapter 9, Section 9-10 (C) Video Gaming Terminals, increasing per terminal fee to $500 for each video gaming terminal or device, and $1,000 for each terminal operator per location; Be Renewal of tenant farm lease agreements with: 1. James Finch, approximately 24.5 acres located off Curran Road (PIN: 09-33-1000-033) for an annual payment of $3,014; 2. Charles Schaefer, for approximately 12 acres on Riverside Hollow Outlot A (PIN: 09-24-351-004) for an annual payment of $1,620; 3. Kevin and Georgia Bauer, for approximately a 64 acre section of the Petersen Farm property, for an annual payment of $11,008; and, 4. Charles Schaefer, for approximately 20 acres, known as the Peterson Ball Field Annex, located south of McCullom Lake Road (PIN: 09-27-228-007), for an annual payment of $3,680; C. Award of bid to Woodward Printing Services, in the amount of $17,478 for the 2017 Park & Recreation Program Brochure and City Newsletter printing services; D. Acceptance of a proposal from MG Mechanical for Boiler Replacements at South Wastewater Treatment Plan, in the amount not to exceed $37,000; E. Award of bid for Millstream Drive Sanitary Sewer Rehabilitation Project to Copenhaver Construction, in an amount not to exceed $178,214; F. Illinois Department of Transportation Resolution allocating Motor Fuel Tax funds for the purchase of rock salt in the Year 2017; G. Pay Application No. 11 to Williams Brothers Construction, in the amount of $1,644,166.81, for Wastewater Treatment Plant Improvements; H. Requests for Park Facilities Special Use and Beer/Wine Permits; I. November 1, 2016 City Council meeting minutes; and 1. Approval of Payment of Bills, in the amount of $653,119.99. Mayor Low stated that Item A would be pulled from the Consent Agenda and voted on as a separate item. City Administrator Morefield noted that in Item A the Ordinance requires a revision to address the fee charged to Veterans organizations per terminal, as $100. Regular Meeting Page 2 February 6, 2017 Motion by Wimmer, second by Condon, approving Item A regarding the Ordinance amending Municipal Code Chapter 9, Section 9-10 (C) Video Gaming Terminals, increasing per terminal fee to $500 for each video gaming terminal or device and $1,000 for each terminal operator per location. Fee charged to Veterans organizations will remain at $100 for each video gaming terminal or device, Voting Aye: Santi, Glab, Curry, Schaefer, Wimmer, Peterson, Condon. Voting Nay: None. Absent: None. Motion carried. Motion by Curry, second by Schaefer, approving the Consent Agenda, Items B through J, as presented: Voting Aye: Santi, Glab, Curry, Schaefer, Wimmer, Peterson, Condon. Voting Nay: None. Absent: None. Motion carried. MOTION TO CONSIDER (1) A REQUEST FOR A CLASS A LIQUOR LICENSE FROM C.L. QUICK STOP OF BELVIDERE, INC D/B/A LUCKY POKER, LOCATED AT 2214 W. ROUTE 120 AND (2) AN ORDINANCE INCREASING THE NUMBER OF CLASS A LIQUOR LICENSES IN EFFECT; AND, CONDITIONED UPON APPROVAL AN ORDINANCE GRANTING A CONDITIONAL USE TO ALLOW A TAVERN AT 2214 W ILLINOIS ROUTE 120, WITH CONDITIONS AS IDENTIFIED, INCLUDING THE REMOVAL OF THE EXISTING BILLBOARD NO LATER THAN JULY 30, 2026, AND RECORDED AGAINST THE PROPERTY City Administrator Morefield informed Council that a request has been submitted by Ms. Cindy Le, the registered agent and president of C.L. Quick Stop, Inc. City Administrator Morefield noted that Ms. Le has successfully owned and operated two similar business in Belvidere in addition to the McHenry location at 4005 Kane Avenue in the ReMax Plaza. He stated that the proposed location at 2214 W. Route 120 would be identical in operation to the tavern at the Kane Avenue location. The applicant received a Conditional Use Permit to open their first establishment, Lucky Poker, at 4005 Kane Avenue in Unit L, which has been operational for nearly one year. This item was tabled from the November 7, 2016 and January 16, 2017, City Council meetings at the request of the petitioner to provide Council with the opportunity to discuss amending the video gaming regulations in the City of McHenry. The Planning and Zoning Commission unanimously recommended approval of an application for a Conditional Use Permit to allow a tavern at 2214 W. Illinois Route 120, subject to the following conditions: • Conditional Use Permit shall expire unless it is amended or expiration is waived by the City Council if the tavern ceases operation for six consecutive months; Regular Meeting Page 3 February 6, 2017 • The fence must be repaired; weeds and property cleaned up, particularly to the north of the building, within 30-days of receiving a Conditional Use Permit approved by City Council; • A hedge row shall be planted along the south property line between the sidewalk and the parking lot to block headlights from vehicles traversing along Illinois Route 120 from patron vehicles parking along the south property line within six months of City Council approval; • A copy of the Billboard Lease shall be provided to Staff prior to City Council's consideration of the Conditional Use Permit; and Staff shall work with property owner so the lease is not renewed and no further options are exercised by the property owner; following a timeframe would be established to have the billboard structure completely removed and area on the Subject Property restored within a mutually agreed upon timeframe; and • Existing wall signage on the building and signage on freestanding sign, which is visible and refers to businesses not being operated on the Subject Property shall be removed within 30-days of City Councils approval of a Conditional Use Permit at 2214 W. Illinois Route 120. Mr. Kevin Olson addressed Council on behalf of Lucky Poker. Mr. Olson provided Council with a printed narrative of Lucky Poker's goals and objectives. Mr. Olson noted that it is Lucky Poker's intent to continue to be a friendly atmosphere for all guests, providing a full bar, excellent menu and comfortable seating. Mr. Olson informed the Council that the only condition proposed that he would be unable to comply with is the removal of the existing billboard by July 30, 2026. Motion by Wimmer, second by Condon, approving (1) a request for a Class A Liquor License from C. L. Quick Stop of Belvidere, Inc. d/b/a Lucky Poker, located at 2214 W. Route 120 and an Ordinance increasing the number of Class A Liquor Licenses in effect; and, conditioned upon approval for a Class A Liquor License; an Ordinance granting a Conditional Use to allow a tavern at 2214 W. Illinois Route 120, with the conditions identified, including the removal of the existing billboard no later than July 30, 2026, and recorded against the property Voting Aye: Wimmer, Peterson. Voting Nay: Santi, Glab, Schaefer, Curry, Condon. Absent: None. Motion denied. Mayor Low announced that with denial of the motion regarding the Class A Liquor License it is unnecessary to entertain a motion regarding the Conditional Use. MOTION TO CONSIDER APPROVAL OF AN ORDINANCE GRANTING A CONDITIONAL USE PERMIT FOR AN EXPANDED SITE PLAN REVIEW IN ACCORDANCE WITH THE DOWNTOWN OVERLAY DISTRICT TO ALLOW A THEATER RESTAURANT SERVING ALCOHOL OUTDOOR Regular Meeting Page 4 February 6, 2017 SEATING AND ENTERTAINMENT, AN ANY OTHER VARIANCES REQUIRED TO DEVELOP THE PROPERTY LOCATED AT 1202 AND 1204=1208 NORTH GREEN STREET, IN SUBSTANTIAL CONFORMANCE WITH THE SITE PLAN Mayor Low invited those persons signed in to speak at the Public Input Session to step forward and address the Council Mr. Steven Murgatroyd, a resident of the City of McHenry, informed Council that he was an Alderman sitting on the Council when the TIF was established. He stated he believes the proposed use of the property is a viable business that would enhance and expand the downtown business area. Mr. Murgatroyd supports the project and believes the project is a good use of the property, which benefits the taxpayers and citizens of the City of McHenry. Mr. John Smith, a resident of the City of McHenry, addressed Council stating that he supports the project and requested Council consider the project carefully and votes in favor. Mr. Don Tonyan, a resident of the City of McHenry, stated that Boone Creek Crossing LLC is excited about the renovation project. He provided a summary explaining how Boone Creek Crossing LLC intends to take the existing 3-unit building and reconfigure it for a theater and restaurant venue, moving the theater entrance to the North and the restaurant to the South and opening up public access to the Riverwalk. Mr. Tonyan opined that the project is pivotal to the revitalization of the downtown area. Director of Community Development Martin stated the redevelopment of the McHenry Theater site and building has been a priority for the City since its closing. Director Martin stated the theater serves as an anchor for the downtown because it draws people to the downtown and would assist in revitalizing not only Green Street, but also Main Street and Riverside Drive. Director Martin informed Council on January 18, 2017, the Planning and Zoning Commission unanimously recommended approval of a Conditional Use Permit for an expanded site plan review in accordance with the Downtown Overlay District to allow a theater, restaurant serving alcohol, outdoor seating and entertainment and any other variances required to develop the subject property in substantial conformance with the Site Plan submitted subject to certain conditions. Alderman Santi said he attended the Planning and Zoning Commission meeting and after the meeting had a discussion with Mr. Tonyan regarding some concerns, which have since been resolved. Alderman Santi wished Boone Creek Crossing LLC good luck with the project. Alderman Glab expressed concerns regarding the close proximity of the lagoon to the outdoor patio and whether the patio would be removed should the business close. Alderman Glab suggested that the distance should be specified in the agreement between the City and Boone Creek Crossing LLC., and that a surety bond be in place regarding removal of the patio. Alderman Glab expressed concerns regarding outdoor entertainment. Regular Meeting Page 6 February 6, 2017 Responding to an inquiry from Alderman Schaefer, Mr. Tonyan stated seating in the theater would be approximately 320 persons between the two theaters; the restaurant/bar would accommodate approximately 100 persons. Mr. Tonyan responded affirmatively regarding Alderman Schaefer's inquiry about rehabilitation of the parking area in the rear of the building. Alderman Schaefer concurred with Alderman Glab regarding his concerns about outside entertainment. Alderman Curry inquired about the time frame for the project. Mr. Tonyan stated that Boone Creek Crossing LLC is hoping to close on the property in one month and complete the project and open for business within a six month period. Alderman Curry opined that he has concerns regarding parking and concurred with Alderman Glab and Alderman Schaefer regarding outside entertainment. Alderman Wimmer opined that he supports the project. Alderman Peterson stated that he looks forward to the revitalization of the downtown area. Alderman Condon opined she is excited about the project. The residents of McHenry want a movie theater back in the City of McHenry. Ms. Kim Lowe, of Kiera's Confections and President of the Downtown Business Association addressed Council and stated the project would benefit the downtown area. Mayor Low concurred with Alderman Condon, stating that it is the most exciting downtown project that has been presented in a while. The patio would be an amenity to property that is already owned by the City and sees no reason to have unnecessary verbiage added to the agreement. Mayor Low opined that at some point there needs to be an element of trust between the City and the developer to make the project work. Motion by Santi, second by Condon, approving the Ordinance granting a Conditional Use Permit for an expanded site plan review in accordance with the Downtown Overlay District to allow a theater, restaurant serving alcohol, outdoor seating and entertainment and any other variances required to develop the subject property in substantial conformance with the Site Plan submitted, as presented, subject to the following conditions: 1. Applicant must comply with all regulations of the McHenry County Health Department; 2. Applicant must enter into a Redevelopment Agreement with the City to address the use of Walsh Park; 3. A topographical survey of Walsh Park must be completed to delineate the floodplain and Applicant shall work with Staff to obtain any required approvals, if necessary, from the Federal Emergency Management Agency prior to any site work within Walsh Park; Regular Meeting Page 6 February 6, 2017 4. The alley to the North of the building shall remain a non -vehicular access for pedestrians only, after construction is completed; 5. No outside entertainment is permitted after 10:00 pm Monday through Thursday nights, or after 11:00 pm Friday through Sunday nights; 6. A decorative style fencing shall be utilized to enclose the proposed outdoor patio, which is transparent, less than 50% opacity and may include: PVC; Vinyl; or Wrought Iron, but not include chain link, solid wood or other fencing, which is more that 50% opacity (similar to Buddyz on the South side of Boone Lagoon); 7. The Applicant shall comply with the Downtown Design Guidelines utilizing and enhancing original building elements; and 8. In accordance with the Downtown Design Guidelines, the use of box signs, exposed neon, flashing and moving signs is prohibited. Voting Aye: Glab, Santi, Curry, Schaefer, Wimmer, Peterson, Condon. Voting Nay: None. Absent: None. Motion carried. MOTION TO CONSIDER APPROVAL OF AN ORDINANCE GRANTING VARIANCES FROM MUNICIPAL CODE SECTION 16=24 PICNICKING AND SECTION 16-28 INTOXICATING BEVERAGES AND THE MAYOR'S EXECUTION OF A REDEVELOPMENT AND LICENSE AGREEMENT BETWEEN THE CITY OF MCHENRY AND BOONE CREEK CROSSING LLC Director of Economic Development Martin informed Council that the Redevelopment and License Agreement with Boone Creek Crossing LLC addresses the proposed use of Walsh Park, as well as consideration of a Liquor License, Fagade Improvement Grant and Tax Increment Financing incentive for public improvements, up to a maximum of $25,000. The Agreement also contemplates the City's installation of directional signage and reservation of two time -restricted on -street parking spaces as part of the proposed McHenry Theater redevelopment. Director Martin stated that an extremely critical component of the City's downtown revitalization efforts is the reopening of the former McHenry Theater. The theater has been closed for two years. The re -opening would attract people to the downtown and provide a boost to other downtown businesses. Staff is recommending a maximum tax increment financing incentive of $25,000 through the life of the TIF District, which is not extended, will expire in April 2025. The proposed TIF incentives are exclusively for public improvements dictated by state statute and from TIF increment generated solely from the theater site. Motion by Curry, second by Santi, approving an Ordinance granting Variances from Municipal Code Section 16-24 Picnicking and Section 16-28 Intoxicating Beverages of the City of McHenry Municipal Code and consideration of a Redevelopment and License Agreement Regular Meeting Page 7 February 6, 2017 between the City of McHenry and Boone Creek Crossing LLC, for the properties located at 1202 N. Green Street (Walsh Park) and 1204-1208 N. Green Street (the former McHenry Theater site), as presented. Voting Aye: Glab, Santl, Curry, Schaefer, Wlmmer, Peterson, Condon. Voting Nay: None. Absent: None. Motion carried. TRANSMITTAL AND DISCUSSION OF THE DRAFT FISCAL YEAR 2017/1018 THROUGH FISCAL YEAR 2021/2022 CAPITAL IMPROVEMENTS PLAN City Administrator Morefield summarized to Council Fiscal Year 2017/2018 — 2021/2022 Capital Improvement Plan (CIP). He reiterated that the CIP is a 5-year document and not a budget. City Administrator Morefield stated that ultimately, funding for capital projects on an annual basis relies on a combination of available revenues generated over and above operating expenditures and the City's ability and willingness to commit cash reserves and/or fund balances. City Administration Morefield informed Council that City of McHenry did not received advanced funding for the Pearl Street/Lincoln Road Project through the McHenry County Council of Mayors. City Administrator Morefield provided Council with an updated table of recommended project based on the Project not being funded in 2017/2018 and the estimated available funding remaining in the Capital Improvement Fund balance. Following City Administrator Morefield's summary, Mayor Low reiterated that it is a presentation and not a meeting for the discussion of each detail of the CIP. A brief discussion ensued. Alderman Glab stated that he supports the additional funding that is being directed for street repairs and he believes the city's infrastructure is important. MAYOR'S STATEMENT AND REPORT Mayor Low announced she has accepted the resignation of Alderman Peterson of the 6tn Ward. The meeting on February 20, 2017, will be Alderman Peterson's last evening sitting on the Council. Mayor Low stated that it has been a pleasure serving on the Council with Alderman Peterson and wished him well. A small farewell reception would take place in the atrium of the Municipal Center following the Council meeting. Alderman Peterson thanked everyone on the Council. He stated he has enjoyed professionally and personally serving on the Council as Alderman of Ward 6. Alderman Peterson stated that he has submitted his resignation because he is marrying and moving out of Ward 6, therefore he is no longer eligible to serve. Regular Meeting Page 8 February 6, 2017 City Attorney McArdle informed when a vacancy occurs on the Council due to a resignation, the Mayor will appoint an Alderman to fill the vacancy, with Council's consent. The appointee will serve on the Council until the next election for Ward 6 in 2019. Alderman Glab, Santi, Schaefer, Curry, Wimmer and Condon all extended gratitude for Alderman Peterson's service to the community and wished him well. COMMITTEE REPORTS There were no Committee Reports. STAFF REPORTS There were no Staff Reports. FUTURE AGENDA ITEMS Alderman Condon informed Council that in the past she has attended the "People in Need Forum" at McHenry County College. Alderman Condon stated that a resource guide is available on line, which provides valuable information regarding the various assistance available to people in the community. ADJOURNMENT Motion by Wimmer, second by Curry, to adjourn the meeting at 8:30 pm. Voting Aye: Santi, Glab, Schaefer, Curry, Wimmer, Peterson, Condon. Voting Nay: None. Absent: None. Motion carried. The meeting was adjourned at 8:30 pm. Mayor City Clerk Vendor Name Vendor: ADAMS,IOHN x erase �° al i r McHenry, 1� LIST OF BILLS COUNCIL MEETING 4/3/17 Account Number Description (Item) Payable Number Post Date Amount ADAMS, JOHN 100-22-4510 REIMB UNIFORM ALLOW INV0003609 04/03/2017 405.86 Vendor ADAMS, JOHN Total: 405,86 Vendor: AMERICAN DAWN INC AMERICAN DAWN INC 40040-6110 REC CENTER SUPPLIES 1026724 04/03/2017 705.00 Vendor AMERICAN DAWN INCTotal: 705.00 Vendor: AMERICAN SOLUTIONS FOR BUSINESS AMERICAN SOLUTIONS FOR 100-42-6110 POOL PASSES INV0003610 04/03/2017 221.00 Vendor AMERICAN SOLUTIONS FOR BUSINESS Total: 221.00 Vendor: AQUA AMERICA AQUA AMERICA 510-32-5110 READS FROM 1/26/17-3/25/17 MS-1806232 04/03/2017 264.50 Vendor AQUA AMERICA Total: 264.50 Vendor: ARAMARK ARAMARK 100-454510 EMPLOYEE CLOTHING ALLOW 20044154 04/03/2017 110.03 Vendor ARAMARIC Total: 110.03 Vendor: AT&T AT&T 100-43-5320 ALARM CIRCUITS 3/16/17-4/15/17 04/03/2017 353.81 AT&T 100-45-5320 ALARM CIRCUITS 3/16/17-4/15/17 04/03/2017 353.81 AT&T 100-01-5320 PRI LINES 3/19/17-4/18/17 04/03/2017 79,85 AT&T 100-02-5320 PRI LINES 3/19/17-4/18/17 04/03/2017 29,95 AT&T 100-03-5320 PRI LINES 3/19/17-4/18/17 04/03/2017 64.88 AT&T 100-04-5320 PRI LINES 3/19/17-4/18/17 04/03/2017 34.94 AT&T 100-22-5320 PRI LINES 3/19/17-4/18/17 04/03/2017 194.64 AT&T 100-30-5320 PRI LINES 3/19/17-4/18/17 04/03/2017 29,95 AT&T 100-33-5320 PRI LINES 3/19/17-4/18/17 04/03/2017 9.98 AT&T 100-41-5320 PRI LINES 3/19/174/18/17 04/03/2017 29,95 AT&T 100-44-5320 PRI LINES 3/19/174/18/17 04/03/2017 4.99 AT&T 100-46-5320 PRI LINES 3/19/17-4/18/17 04/03/2017 9.98 AT&T 100-47-5320 PRI LINES 3/19/17-4/18/17 04/03/2017 4.99 AT&T 620-00-5110 PRI LINES 3/19/17-4/18/17 04/03/2017 19.96 Vendor AT&T Total: 11221.68 Vendor: AT&T AT&T - 620-00-5110 NETWORK ON DEMAND 3/19/17-4/18/17 04/03/2017 11079.70 Vendor AT&T Total: 11079.70 Vendor: BARTA, RON 3ARTA, RON 100-33-4510 REIMB EMPLOYEE CLOTHING INV0003611 04/03/2017 428.51 Vendor BARTA, RON Total: 428.51 Vendor: BIRK, ADRIANA 31RK, ADRIANA 100-22-4510 REIMB UNIFORM ALLOW INV0003612 04/03/2017 46.21 Vendor BIRK, ADRIANA Total: 46.21 Vendor: BLUE LINE, THE 3LUELINE, THE 100-23-5110 CONTRACTUAL SERVICES- 35191 04/03/2017 298,00 Vendor BLUE LINE, THE Total: 298.00 ✓endor: COW GOVERNMENT INC �DW GOVERNMENT INC 620-00-6110 SUPPLIES HDX1324 04/03/2017 924,66 Vendor CDW GOVERNMENT INC Total: 924.66 ✓endor: CENTEGRA OCCUPATIONAL HEALTH �ENTEGRAOCCUPATIONAL 610-00-6940 MEDICALSERVICES 173404 04/03/2017 G5.00 XNTEGRA OCCUPATIONAL 610-00-6940 MEDICALSERVICES 173761 04/03/2017 60.00 :ENTEGRA000UPATIONAL 610-00-6940 MEDICALSERVICES 184402 04/03/2017 60.00 "ENTEGRAOCCUPATIONAL 100-01-5110 MEDICALSERVICES 186454 04/03/2017 30.00 3/29/2017 12:27:51 PM Expense Approval Register Packet: APPKT00771- 4/3/17 AP Vendor Name Account Number Description (Item) Payable Number Post Date Amount CENTEGRA OCCUPATIONAL 610-00-6940 MEDICALSERVICES 186486 04/03/2017 125.00 CENTEGRA OCCUPATIONAL 100-01-5110 MEDICALSERVICES 186603 04/03/2017 30.00 CENTEGRA OCCUPATIONAL 100-01-5110 MEDICALSERVICES 186716 04/03/2017 75.00 CENTEGRA OCCUPATIONAL 100-01-5110 MEDICALSERVICES 186754 04/03/2017 60.00 CENTEGRA OCCUPATIONAL 610-00-6940 MEDICALSERVICES 186837 04/03/2017 60.00 CENTEGRA OCCUPATIONAL 100-01-5110 MEDICALSERVICES 186946 04/03/2017 30.00 CENTEGRA OCCUPATIONAL 100-01-5110 MEDICALSERVICES 186984 04/03/2017 120.00 CENTEGRA OCCUPATIONAL 100-01-5110 MEDICALSERVICES 187193 04/03/2017 30.00 CENTEGRA OCCUPATIONAL 100-01-5110 MEDICALSERVICES 187410 04/03/2017 75,00 Vendor CENTEGRA OCCUPATIONAL HEALTH Total: 820.00 Vendor: CHENEY, RYAN CHENEY, RYAN 510-35-5430 CDLREIMB INV0003645 04/03/2017 80.00 Vendor CHENEY, RYAN Total: 80.00 Vendor: COMED COMED 100-33-5520 UTILITIES 2/23/17-3/24/17 04/03/2017 31.85 COMED 510-32-5510 UTILITIES 2/23/17-3/24/17A 04/03/2017 199.94 Vendor COMED Total: 231.79 Vendor: COMMUNICATIONS REVOLVING FUND COMMUNICATIONS 620-00-5110 COMMUNCATION CHARGES T1728408 04/03/2017 10.00 Vendor COMMUNICATIONS REVOLVING FUND Total: 10.00 Vendor: CONSTELLATION NEWENERGY INC CONSTELLATION NEWENERGY 510-31-5510 UTILITIES 1/26/17-2/23/17 04/03/2017 10,375,76 CONSTELLATION NEWENERGY 510-32-5510 UTILITIES 1/26/17-2/23/17 04/03/2017 26,935.83 CONSTELLATION NEWENERGY 510-31-5510 UTILITIES 1/30/17-2/28/17 04/03/2017 10,426.50 CONSTELLATION NEWENERGY 510-32-5510 UTILITIES 1/30/17-2/28/17 04/03/2017 24,882.07 Vendor CONSTELLATION NEWENERGY INCTotai: 72,620.16 Vendor: CRESCENT ELECTRIC SUPPLY CO CRESCENT ELECTRIC SUPPLY CO 620-00-6110 SUPPLIES S503309648.001 04/03/2017 261.97 Vendor CRESCENT ELECTRIC SUPPLY CO Total: 261.97 Vendor: DOCUMENT IMAGING DIMENSIONS INC DOCUMENT IMAGING 620-00-6210 TONER SUPPLIES 323862 04/03/2017 227.00 DOCUMENT IMAGING 620-00-6210 TONER SUPPLIES 324272 04/03/2017 495.00 Vendor DOCUMENT IMAGING DIMENSIONS INC Total; 722.00 Vendor; EDESIGN CHICAGO EDES[GN CHICAGO 100-02-5330 CITY NEWSLETTER 2-1594- 04/03/2017 1,275.00 Vendor EDESIGN CHICAGO Total: 1,275.00 Vendor: ETHOS TACTICAL &FINGERPRINTING LLC ETHOS TACTICAL & 100-22-4510 381 107101 04/03/2017 381,00 Vendor ETHOS TACTICAL &FINGERPRINTING LLC Total: 381.00 Vendor: ETS ETS 400-00-6210 PIN PAD RETURN OSOA98FB 04/03/2017 28.57 Vendor ETS Total: 28.57 Vendor: FEDEX FEDEX 100-41-5310 MAILING CHARGES 5-745-40907 04/03/2017 27.27 Vendor FEDEX Total: 27.27 Vendor: FREEMAN, PAUL FREEMAN, PAUL 100-2200 OVERPAYMENTPRKTICI<ET INV0003613 04/03/2017 25.00 Vendor FREEMAN, PAULTotal: 25.00 Vendor; GOETTSCHE, NICHOLAS GOETTSCHE, NICHOLAS 100-33-4510 REIMB EMPLOYEE CLOTHING INV0003615 04/03/2017 128.39 Vendor GOETTSCHE, NICHOLAS Total: 128.39 Vendor: GREEN DOOR PROMOTIONS LLC GREEN DOOR PROMOTIONS 100-44-6110 TSHIRTS 17-1682 04/03/2017 320.50 GREEN DOOR PROMOTIONS 100-46-6110 TSHIRTS 17-1682 04/03/2017 457.20 Vendor GREEN DOOR PROMOTIONS LLC Total: 777.70 3/29/2017 12:27:51 PM Expense Approval Register Vendor Name Account Number Vendor: HOME DEPOT CREDIT SERVICES HOME DEPOT CREDIT SERVICES 100-22-6110 HOME DEPOT CREDIT SERVICES 100-33-6110 HOME DEPOT CREDIT SERVICES 100-33-6115 HOME DEPOT CREDIT SERVICES 100-33-6290 HOME DEPOT CREDIT SERVICES 100-45-6110 HOME DEPOT CREDIT SERVICES 400-00-6111 HOME DEPOT CREDIT SERVICES 510-31-6110 HOME DEPOT CREDITSERVICES 510-32-5375 HOME DEPOT CREDITSERVICES 510-32-6110 HOME DEPOT CREDIT SERVICES 510-35-6110 Description (Item) SUPPLIES SUPPLIES SUPPLIES SUPPLIES SUPPLIES SUPPLIES SUPPLIES SUPPLIES SUPPLIES SUPPLIES Payable Number 2/21/17-3/19/17 2/21/17-3/19/17 2/21/17-3/19/17 2/21/17-3/19/17 2/21/17-3/19/17 2/21/17-3/19/17 2/21-3/19/17 2/22-3/19/17 2/22-3/19/17 2/22-3/19/17 Packet: APPKT00771- 4/3/17 AP Post Date 04/03/2017 04/03/2017 04/03/2017 04/03/2017 04/03/2017 04/03/2017 04/03/2017 04/03/2017 04/03/2017 04/03/2017 Vendor HOME DEPOT CREDIT SERVICES Total: s u/PL.I1R'iii 51.44 478.00 146.61 400.27 1,442.11 118.58 351.25 523.43 183.48 67.20 3,762.37 Vendor: HRGREEN HRGREEN 580-32-8500 SEWER CONS 110028 04/03/2017 34,873.73 HRGREEN 270-00-8600 PEARL-LINCOLN 110206 04/03/2017 271970.53 HRGREEN 510-35-8500 MILLSTREAM 110344 04/03/2017 31569,55 HRGREEN 740-00-5220 RETAINED PERSONNEL- 110347 04/03/2017 1,032,00 HRGREEN 740-00-5220 RETAINED PERSONNEL-MCH 110348 04/03/2017 491.50 HRGREEN 440-00-8200 STANDBY GENERATOR 110407 04/03/2017 61334,50 HRGREEN 510-35-8500 MILLSTREAM 1 04/03/2017 114,048.00 Vendor HRGREEN Total: 188,319.81 Vendor; ILL GOVERNMENT FINANCE OFFICERS ASSOC ILL GOVERNMENT FINANCE 100-04-5410 2017MEMBERSHIPRENEWAL INV0003616 04/03/2017 300.00 Vendor ILL GOVERNMENT FINANCE OFFICERS ASSOC Total: 300.00 Vendor: ILLINOIS FBI NA ILLINOIS FBI NA 100-22-5430 RETRAINER MONTHLY INV0003617 04/03/2017 50.00 Vendor ILLINOIS FBI NA Total: 50.00 Vendor: INNOVATIVE MAINTENANCE SYSTEMS INNOVATIVE MAINTENANCE 620-00-5110 FLEET MAINT PRO ANNUAL 40057 04/03/2017 399.00 Vendor INNOVATIVE MAINTENANCE SYSTEMS Total: 399.00 Vendor: KINNEY, BRETT KINNEY, BRETT 100-22-5420 TRAVEL EXP REIMB INV0003618 04/03/2017 16.00 Vendor KINNEY, BRETTTotal: 16.00 Vendor: LECHNER, TIM LECHNER, TIM 100-33-4510 EMPLOYEE CLOTHING REIMB INV0003619 04Vendor L 83.80 Vendor LECHNER, TIM Total: 83.80 Vendor: LEXISNEXIS LEXISNEXIS 100-22-5110 PHONE SEARCHES 20170228 04/03/2017 124.50 Vendor LEXISNEXIS Total: 124.50 Vendor: MAHER, PATRICK MAHER, PATRICK 510-35-4510 EMPLOYEE CLOTHING ALLOW INV0003621 04/03/2017 146.52 Vendor MAHER, PATRICK Total: 146.52 Vendor: MARTIN, DOUG MARTIN, DOUG 100-01-5420 TRAVEL EXP REIMB INV0003620 Vendor M 1.50 Vendor MARTIN, DOUG Total: 1.50 Vendor: MCHENRY COMMUNITY HIGH SCHOOL DIST 156 MCHENRY COMMUNITY HIGH 260-00-6970 OCT 2016, DEC 2016, FEB 2017 INV0003622 04/03/2017 3,451.00 MCHENRY COMMUNITY HIGH 100-46-5110 APPLIC/PERMIT FOR USE OF INV0003625 04/03/2017 312.00 Vendor MCHENRY COMMUNITY HIGH SCHOOL DIST 156 Total: 3,763.00 Vendor: MCHENRY COMMUNITY SCHOOL DIST #15 MCHENRY COMMUNITY 260-00-6970 OCT 2017, DEC 2016, FEB 2016 INV0003624 04/03/2017 4,890,00 Vendor MCHENRY COMMUNITY SCHOOL DIST #15 Total: 4,890.00 Vendor: MCHENRY PUBLIC LIBRARY MCHENRY PUBLIC LIBRARY 260-OD-6980 OCT 2016, DEC 2016, FEB 2017 INV0003623 04/03/2017 287.00 Vendor MCHENRY PUBLIC LIBRARY Total: 287.00 3/29/2017 12:27:51 PM Expense Approval Register Vendor Name Account Number Vendor: MCHENRV SPECIALTIES MCHENRYSPECIALTIES 100-02-5330 Vendor: MILLER, RYAN MILLER, RYAN 100-23-4510 Description (Item) ADMIN EXPENSE REIMB EMPLOYEE UNIFORM Payable Number 2017-223 INV0003626 Packet: APPKT00771- 4/3/17 AP Post Date 04/03/2017 Vendor MCHENRYSPECIALTIES Total: 04/03/2017 Vendor MILLER, RYAN Total: Amount 20.50 20.50 238.49 238.49 Vendor: MINUTEMAN PRESS OF MCH MINUTEMAN PRESS OF MCH 100-02-5330 BUSINESS CARDS 87906 D4/03/2017 39.50 MINUTEMAN PRESS OF MCH 100-03-6210 BUSINESS CARDS 87951 04/03/2017 39.50 MINUTEMAN PRESS OF MCH 100-30-6210 MEMO PADS 87957 04/03/2017 30.00 MINUTEMAN PRESS OF MCH 100-22-6210 NOTARY STAMPS 87960 04/03/2017 56.00 Vendor MINUTEMAN PRESS OF MCH Total: 165.00 Vendor: MNJ TECHNOLOGIES DIRECT INC MNJ TECHNOLOGIES DIRECT 620-00-5430 MNl TECHNOLOGIES DIRECT 620-00-6110 MNJ TECHNOLOGIES DIRECT 620-00-5430 MN1 TECHNOLOGIES DIRECT 620-00-6210 Vendor: MUNICIPAL COLLECTION SERVICES INC MUNICIPAL COLLECTION 100-04-5110 MUNICIPAL COLLECTION 510-31-5110 MUNICIPAL COLLECTION 510-32-5110 Vendor: NEUMANN 1R, EDWARD 1 NEUMANN 1R, EDWARDJ 740-00-6960 1730 003521255 DOCKING STATION 003522841 GLOBALKNOWLEDGECLASSES 0003522253 TONER CARTRIDGE SUPPLIES 0003522409 04/03/2017 04/03/2017 04/03/2017 04/03/2017 Vendor MN1 TECHNOLOGIES DIRECT INC Total: CONTRACTUALSERVICES 009634 04/03/2017 CONTRACTUALSERVICES 009638 04/03/2017 CONTRACTUALSERVICES 009638 04/03/2017 Vendor MUNICIPAL COLLECTION SERVICES INCTotal: MAY 2017 PARKING LOT INV0003627 04/03/2017 Vendor NEUMANN 1R, EDWARD J Total: 1,730.00 316.57 2,063.33 63.64 4,173.54 30.00 37.81 37.82 105.63 500.00 500.00 Vendor: NICOR GAS NICOR GAS 100-45-5510 UTILITIES 2/10/17-3/15/17 04/03/2017 65.62 NICORGAS 100-46-5510 UTILITIES 2/10/17-3/15/17 04/03/2017 65.62 NICOR GAS 400-00-5510 UTILITIES 2/10/17-3/15/17 04/03/2017 699.15 NICOR GAS 510-31-5510 UTILITIES 2/10/17-3/15/17A 04/03/2017 493.75 NICORGAS 510-32-5510 UTILITIES 2/10/17-3/15/17A 04/03/2017 2,645.53 NICOR GAS 510-32-5510 UTILITIES 2/15/17-3/20/17 04/03/2017 84.57 NICOR GAS 100-45-5510 UTILITIES 2/13/17-3/15/17 04/03/2017 820.08 NICOR GAS 510-31-5510 UTILITIES 2/13-3/15/17 04/03/2017 415.41 NICOR GAS 510-32-5510 UTILITIES 2/13-3/15/17 04/03/2017 96.74 Vendor NICOR GAS Total: 5,386.47 Vendor: OWSLEY, MIKE OWSLEY, MIKE 100-33-4510 TOOL ALLOWANCE INV0003646 04/03/2017 350.00 Vendor OWSLEY, MIKE Total: 350.00 Vendor:PADRO,PEDRO PADRO, PEDRO 100-33-4510 REIMB EMPLOYEE CLOTHING INV0003630 04/03/2017 412.39 Vendor PADRO, PEDRO Total: 412.39 Vendor: PETROCHOICE LLC PETROCHOICE LLC 100-45-6250 VEHICLE FUEL 10067886 04/03/2017 110.24 PETROCHOICE LLC 100-45-6250 VEHICLE FUEL 10067889 04/03/2017 436.34 PETROCHOICE LLC 100-03-6250 VEHICLE FUEL 10079170 04/03/2017 70.52 Vendor PETROCHOICE LLC Total: 617.10 Vendor: PITEL SEPTIC INC PITEL SEPTIC INC 100-45-5110 PORTABLE TOILET RENTAL 13765 04/03/2017 75.00 Vendor PITEL SEPTIC INC Total: 75.00 Vendor: PITNEY BOWES INC PITNEY BOWES INC 100-01-5310 POSTAGE METER RENTAL 4/1/17-6/30/17 04/03/2017 28.33 PITNEY BOWES INC 100-02-5310 POSTAGE METER RENTAL 4/1/17-6/30/17 04/03/2017 28.33 PITNEY BOWES fNC 100-03-5310 POSTAGE METER RENTAL 4/1/17-6/30/17 04/03/2017 28.34 PITNEY BOWES INC 100-04-5310 POSTAGE METER RENTAL 4/1/17-6/30/17 04/03/2017 28.34 PITNEY BOWES INC 100-22-5310 POSTAGE METER RENTAL 4/1/17-6/30/17 04/03/2017 28.33 3/29/2017 12:27:51 PM Expense Approval Register Packet: APPKT00771- 4/3/17 AP Vendor Name Account Number Description (Item) Payable Number Post Date Amount PITNEY BOWES INC 100-30-5310 POSTAGE METER RENTAL 4/1/17-6/30/17 04/03/2017 28.33 PITNEY BOWES INC 100-41-5310 POSTAGE METER RENTAL 4/1/17-6/30/17 04/03/2017 28.33 PITNEY BOWES INC 510-31-5310 POSTAGE METER RENTAL 4/1-6/30/17 04/03/2017 28.34 PITNEY BOWES INC 510-32-5310 POSTAGE METER RENTAL 4/1-6/30/17 04/03/2017 28,33 Vendor PITNEY BOWES INCTotal: 255.00 Vendor: POSTMASTER MCHENRY IL POSTMASTER MCHENRY IL 100-04-5310 PERMIT48 INV0003631 04/03/2017 225,00 Vendor POSTMASTER MCHENRY ILTotal: 225.00 VendoY: PRATHER, JAIMIE PRATHER, JAIMIE 100-22-5420 TRAVEL EXP REIMB 1NV0003632 04/03/2017 31.57 Vendor PRATHER, JAIMIE Total: 31.57 Vendor: PRATHER,PAUL PRATHER, PAUL 100-22-5420 TRAVEL EXP REIMB INV0003633 04/03/2017 8.00 Vendor PRATHER, PAULTotal: 8.00 Vendor: RAINEY,JENNIFER RAINEY,JENNIFER 100-47-5430 COACHCERTSEARCHFEES INV0003629 04/03/2017 36.50 Vendor RAINEY, JENNIFER Total: 36.50 Vendor: ROGERS, MATT ROGERS, MATT 100-33-4510 TOOL REIMB INV0003628 04/03/2017 350,00 Vendor ROGERS, MATT Total: 350.00 Vendor: SABATKA, CARRIE SABATKA, CARRIE 100-00-3410 SIGN REFUND DEPOSIT 17-01- INV0003634 04/03/2017 30.00 Vendor SABATKA, CARRIE Total: 30.00 Vendor: STAPLES BUSINESS ADVANTAGE STAPLES BUSINESS 510-32-6210 SUPPLIES 8043572120a 04/03/2017 5.69 STAPLES BUSINESS 100-00-6210 SUPPLIES 843572120 04/03/2017-465.05 STAPLES BUSINESS 100-01-6210 SUPPLIES 843572120 04/03/2017 150,80 STAPLES BUSINESS 100-04-6210 SUPPLIES 843572120 04/03/2017 193.91 STAPLES BUSINESS 100-22-6210 SUPPLIES 843572120 04/03/2017 193.42 STAPLES BUSINESS 100-30-6210 SUPPLIES 843572120 04/03/2017 11.94 STAPLES BUSINESS 100-33-6210 SUPPLIES 843572120 04/03/2017 2.79 STAPLES BUSINESS 100-41-6210 SUPPLIES 843572120 04/03/2017 69.24 STAPLES BUSINESS 100-00-6210 SUPPLIES 8043675395 04/03/2017 16.47 STAPLES BUSINESS 100-01-6110 SUPPLIES 8043675395 04/03/2017 46.74 STAPLES BUSINESS 100-04-6210 SUPPLIES 8043675395 04/03/2017 23.16 STAPLES BUSINESS 100-47-6110 SUPPLIES 8043675395 04/03/2017 126.96 STAPLES BUSINESS 510-31-6210 SUPPLIES 8043675395A 04/03/2017 24.98 Vendor STAPLES BUSINESS ADVANTAGE Total: 401.05 Vendor: STAPLES CREDIT PLAN STAPLES CREDIT PLAN 100-00-6210 SUPPLIES 2/18/17-3/2/17 04/03/2017-179.81 STAPLES CREDIT PLAN 100-00-6210 SUPPLIES 2/18/17-3/2/17 04/03/2017 333.49 STAPLES CREDIT PLAN 100-22-6210 SUPPLIES 2/18/17-3/2/17 04/03/2017 94.71 STAPLES CREDIT PLAN 620-00-6270 SUPPLIES 2/18/17-3/2/17 04/03/2017 109.18 STAPLES CREDIT PLAN 510-32-6210 SUPPLIES INV0003635 04/03/2017 179.81 Vendor STAPLES CREDIT PLAN Total: 537.38 Vendor: THOMPSON, NICOLE THOMPSON, NICOLE 100-47-6110 REIMB NATIONAL MEET ENTRY INV0003636 04/03/2017 12.00 VendorTHOMP50N, NICOLE Total: 12.00 Vendor: TREDROCTIRE/ANTIOCH 002 TREDROCTIRE/ANTIOCH002 510-35-5370 VEHICLE REPAIRSUPPLIES 12/22/16 04/03/2017 509.48 TREDROCTIRE/ANTIOCH 002 510-35-5370 SUPPLY CREDIT 516284 04/03/2017-321.32 TREDROCTIRE/ANTIOCH 002 100-33-5370 VEHICLE REPAIR SUPPLIES 5686 04/03/2017 338.05 Vendor TREDROCTIRE/ANTIOCH 002 Total: 526.21 Vendor: TURNER, MICHAEL TURNER, MICHAEL 100-33-4510 EMPLOYEE CLOTHING ALLOW INV0003637 04/03/2017 221.30 Vendor TURNER, MICHAEL Total: 221.30 3/29/2017 12:27;51 PM Expense Approval Register Packet: APPKT00771- 4/3/17 AP Vendor Name Account Number Description (Item) Payable Number Post Date Amount Vendor: UNITED PARCEL SERVICE UNITED PARCEL SERVICE 100-30-5310 UPS CHARGES 60X485057 04/03/2017 10,03 UNITED PARCEL SERVICE 100-41-5310 UPS CHARGES 60X485057 04/03/2017 5.66 UNITED PARCELSERVICE 100-04-5310 UPS CHARGES 60X485067 04/03/2017 3.65 UNITED PARCELSERVICE 100-41-5310 UPS CHARGES 60X485067 04/03/2017 11.70 UNITED PARCELSERVICE 100-22-5310 UPS CHARGES 60X485077 04/03/2017 4.02 UNITED PARCELSERVICE 100-04-5310 UPS CHARGES 60X485087 04/03/2017 9.80 UNITED PARCELSERVICE 100-22-5310 UPS CHARGES 60X485087 04/03/2017 3.66 UNITED PARCELSERVICE 100-30-5310 UPS CHARGES 60X485097 04/03/2017 3.67 UNITED PARCELSERVICE 10041-5310 UPS CHARGES 60X485097 04/03/2017 11.51 Vendor UNITED PARCEL SERVICE Total: 63.70 Vendor: WALSH, THOMAS M WALSH, THOMAS M 100-22-5420 TRAVEL EXPENSE REIMB INV0003638 04/31.00 Vendorr WALSH, ALSH, THOMAS M Total: 31.00 Vendor: WASTE MANAGEMENT OF WI -MN WASTE MANAGEMENT OF WI- 510-32-5580 SLUDGE REMOVAL 0031425-2742-7 04/03/2017 14,206.02 Vendor WASTE MANAGEMENT OF WI -MN Total: 14,206.02 Vendor: WATSEKA RURAL KING SUPPLY INC WATSEKA RURAL KING SUPPLY 100-04-6945 2016 SALES TAX INCENTIVE INV0003639 04/03/2017 80,550.42 Vendor WATSEKA RURAL KING SUPPLY INC Total: 80,550.42 Vendor: WIRCH, STEVE WIRCH, aEVE 510 35-5430 TRAVEL EXPENSE REIMB INV0003640 04/03/2017 31.78 Vendor WIRCH, STEVE Total: 31.78 Vendor: ZUKOWSKI ROGERS FLOOD & MCARDLE ZUKOWSKI ROGERS FLOOD & 100-01-5230 TRAFFIC 124550 04/03/2017 71714669 ZUKOWSKI ROGERS FLOOD & 740-00-5230 LEGAL SERVICES -BOONS CREEK 124551 04/03/2017 1,160.00 ZUKOWSKI ROGERS FLOOD & 740-00-5230 LEGAL SERVICES -RETAINED 124611 04/03/2017 435.00 Vendor ZUKOWSKI ROGERS FLOOD & MCARDLE Total: 9,309.69 Vendor: ZUMWALT, JACK D ZUMWALT, JACK D 100-22-5420 TRAVEL EXPENSE REIMB INV0003641 04/03/2017 16.00 ZUMWALT, JACK D 100-22-5420 TRAVEL EXPENSE REIMB INV0003642 04/03/2017 8.00 Vendor ZUMWALT, JACK D Total: 24.00 Grand Total: 404,132.24 3/29/2017 12;27:51 PM Expense Approval Register Fund Summary Fund Expense Amount 100- GENERAL FUND 102,526490 260-ANNEXATION FUND 8,628.00 270- MOTOR FUELTAX FUND 27,970.53 400- RECREATION CENTER FUND 11551,30 440 - CAPITAL IMPROVEMENTS FUND 61334,50 510- WATER/SEWER FUND 210,558.77 580 - UTILITY IMPROVEMENTS FUND 34,873,73 610 - RISK MANAGEMENT FUND 370400 620- INFORMATION TECHNOLOGY FUND 7,700.01 740- RETAINED PERSONNEL ESCROW 3,618.50 Grand Total: 404,132.24 Packet: APP{(T00771- 4/3/17 AP MCHenry, IL Vendor Name Account Number Vendor: ACTION FLAG CO ACTION FLAG CO 100-45-6110 Vendor: ADAMS ENTERPRISES INC, R A ADAMS ENTERPRISES INC, RA 100-33-5370 Vendor: ADAMS STEEL SERVICE INC ADAMS STEEL SERVICE INC 100-33-5370 ADAMS STEEL SERVICE INC 100-22-5370 Vendor: ADVANTAGE MECHANICAL INC ADVANTAGE MECHANICAL INC 510-32-6110 Vendor: ALEXANDER LUMBER CO ALEXANDER LUMBER CO 100-33-6110 Vendor: ARAMARI( ARAMARI< 100-45-4510 Vendor: BREACH POINT CONSULTING INC BREACH POINT CONSULTING 100-22-5430 Vendor: CABAY &COMPANY INC CABAY &COMPANY INC 100-33-6270 Vendor: CALEA CALEA 100-22-5110 Vendor: CHANNING BETE COMPANY INC CHANNING BETE COMPANY 100-22-5430 Vendor: CHENEY, RYAN CHENEY, RYAN 510-35-4510 Vendor: COMMAND CONCEPTS COMMAND CONCEPTS 100-22-5370 Vendor: CRESCENT ELECTRIC SUPPLY CO CRESCENT ELECTRIC SUPPLY CO 100-45-6110 Vendor: CUMMINS INC �UMMINS INC 510-32-5375 Vendor: CURRAN CONTRACTING COMPANY �URRAN CONTRACTING 100-33-6110 Jendor: ED'S RENTAL &SALES INC =D'S RENTAL &SALES INC 100-45-6110 Description (Item) Payable Number Post Date Amount Materials &Supplies 27240 04/03/2017 363.71 Vendor ACTION FLAG CO Total: 363.71 module 798303 04/03/2017 118.80 Vendor ADAMS ENTERPRISES INC, R A Total: 118.80 steel 339582 04/03/2017 18,45 safe 339662 04/03/2017 606,56 Vendor ADAMS STEEL SERVICE INC Total: 625.01 Labor charge 29649 04/03/2017 180100 Vendor ADVANTAGE MECHANICAL INC Total: 180.00 treated 4x4 timbers. vendor 1296702 04/03/2017 49.82 Vendor ALEXANDER LUMBER CO Total: 49.82 Clothing Allowance 20042470 04/03/2017 137.49 Vendor ARAMARI( Total: 137.49 SEMINAR 3/7/17 04/03/2017 1/500400 Vendor BREACH POINT CONSULTING INC Total: 1,500.00 hand truck, brush,squeegee. 57066 04/03/2017 263.06 Vendor CABAY & COMPANY INC Total: 263.06 CALEA ANNUAL FEE INV24513 04/03/2017 4,065.00 Vendor CALEA Total: 4,065.00 SEMINAR 53313092 04/03/2017 1,628.00 Vendor CHANNING BETE COMPANYINCTotai: 1,628.00 ClothingAllowance- Cheney 3/20/17 04/03/2017 146.10 Vendor CHENEY, RYAN Total: 146.10 COMMAND BOARD 8351 04/03/2017 642,60 Vendor COMMAND CONCEPTS Total: 642.60 Electrical supplies S503300445.001 04/03/2017 129,26 Vendor CRESCENT ELECTRIC SUPPLY CO Total: 129.26 W.Dartmoor Lift- 805-41617 04/03/2017 1,091.71 Vendor CUMMINS INCTotal: 1,091.71 UPM cold patch. vendor 12040 04/03/2017 829.20 Vendor CURRAN CONTRACTING COMPANYTotal: 829.20 Materials & Supplies 191281-1 04/03/2017 146.00 Vendor ED'S RENTAL & SALES INC Total: 146.00 3/29/2017 12:31:24 PM Expense Approval Register Packet: APPKT00773 - 4/3/17 RECT INVOICE Vendor Name Account Number Description (Item) Payable Number Post Date Amount Vendor: ELECTRONIC ENTRY SYSTEMS INC ELECTRONIC ENTRY SYSTEMS 100-45-5110 Contractual 201603378 04/03/2017 232.00 Vendor ELECTRONIC ENTRY SYSTEMS INC Total: 232.00 Vendor: FAST EDDIES CAR WASH FAST EDDIES CAR WASH 100-22-5370 CAR WASHES FEB 2017 04/03/2017 115.35 Vendor FAST EDDIES CAR WASH Total: 115.35 Vendor: FOXCROFT MEADOWS INC FOXCROFT MEADOWS INC 100-33-6110 TOPSOIL #107150 51575 04/03/2017 171.50 FOXCROFT MEADOWS INC 100-33-6110 TOPSOIL #107472 51578 04/03/2017 147.00 Vendor FOXCROFT MEADOWS INC Total: 318.50 Vendor: GALLS LLC GALLS LLC 100-22-6210 SQUAD CAR TOOLS 007041129 04/03/2017 100.72 GALLS LLC 100-22-6210 SQUAD CAR TOOLS 007071780 04/03/2017 70.32 GALLS LLC 100-22-4510 UNIFORM ORDER 007139092 04/03/2017 153.99 GALLS LLC 100-224510 UNIFORM ORDER 007139838 04/03/2017 113.29 GALLS LLC 100-224510 UNIFORM ORDER 007153530 04/03/2017 364.95 Vendor GALLS LLC Total: 803.27 Vendor: HACH COMPANY HACH COMPANY 510-31-6110 Analyzer/Lab Reagents- 10370654 04/03/2017 310.63 Vendor HACH COMPANY Total: 310.63 Vendor: HAWKINS INC HAWKINS INC 510-32-6110 chlorine cylinders 4026539RI 04/03/2017 870.25 HAWKINS INC 510-32-6110 chlorine cylinders 4043786 04/03/2017 701.20 HAWKINS INC 510-31-6110 Chemical Delivery-03/13/17 4043787 04/03/2017 5,119.05 HAWKINS INC 510-32-6110 Rebuild chlorine regulator 4043861 04/03/2017 255.00 Vendor HAWKINS INC Total: 6,945.50 Vendor: HOMESTEAD ELECTRICAL CONTRACTING LLC HOMESTEAD ELECTRICAL 510-32-5380 Vendor: HRGREEN HRGREEN 100-33-5110 HRGREEN 510-32-5110 Vendor: IMPRESSIVE IMAGES IMPRESSIVE IMAGES 510-31-4510 IMPRESSIVE IMAGES 100-33-4510 IMPRESSIVE IMAGES 510-314510 IMPRESSIVE IMAGES 510-324510 IMPRESSIVE IMAGES 510-35-4510 Vendor: INTERNATIONAL DECORATORS INC INTERNATIONAL DECORATORS 100-45-5110 Freund Ave Lift -Electrical Work 11793 04/03/2017 Vendor HOMESTEAD ELECTRICAL CONTRACTING LLC Total: Green St Bridge rehab 109982 109982 04/03/2017 CMOM Plan 110345 04/03/2017 Vendor HRGREEN Total: Silk Screen City Logo on T Shirts 6432 Summert-shirts 6433 6433 Summertshirts 6433 6433A Summertshirts 6433 6433E Summertshirts 6433 6433C drywall taping 17245 04/03/2017 04/03/2017 04/03/2017 04/03/2017 04/03/2017 Vendor IMPRESSIVE IMAGES Total: 04/03/2017 Vendor INTERNATIONAL DECORATORS INCTotal: 11,605.00 11,605.00 1,902.50 2,421.00 4,323.50 36,00 100.00 60.00 24.24 60.00 i 1,400.00 1,400.00 Vendor: J G UNIFORMS INC J G UNIFORMS INC 100-22-4510 UNIFORM 15228 04/03/2017 146.00 J G UNIFORMS INC 100-22-6110 UNIFORM ORDER 15268 04/03/2017 127.45 J G UNIFORMS INC 100-22-4510 UNIFORM ORDER 15270 04/03/2017 197.00 J G UNIFORMS INC 100-22-6110 UNIFORM ORDER 15271 04/03/2017 7.00 J G UNIFORMS INC 100-22-4510 UNIFORM ORDER 15274 04/03/2017 153.45 J G UNIFORMS INC 100-22-4510 UNIFORM ORDER 15277 04/03/2017 363.60 J G UNIFORMS INC 100-224510 UNIFORM ORDER 15279 04/03/2017 192.00 J G UNIFORMS INC 100-224510 UNIFORM ORDER 15280 04/03/2017 22.50 J G UNIFORMS INC 100-22-4510 UNIFORM ORDER 15281 04/03/2017 171.60 J G UNIFORMS INC 100-22-4510 UNIFORM ORDER 15283 04/03/2017 69.90 J G UNIFORMS INC 100-22-4510 UNIFORM ORDER 15284 04/03/2017 41.00 J G UNIFORMS INC 100-22-6270 UNIFORM ORDER 15323 04/03/2017 785.00 J G UNIFORMS INC 100-22-6270 UNIFORM ORDER 15324 04/03/2017 785.00 3/29/2017 12:31:24 PM Expense Approval Register Vendor Name Account Number Description (Item) Payable Number J G UNIFORMS INC 100-22-6110 UNIFORM ORDER 15594 J G UNIFORMS INC 100-22-6270 BODYARMOR 15845 J G UNIFORMS INC 100-22-4510 UNIFORM ORDER 15847 Vendor:llMS MCHENRY AUTO BODY DIMS MCHENRY AUTO BODY 610-00-5980 Vendor: LAFARGE NORTH AMERICA LAFARGE NORTH AMERICA 510-35-6110 LAFARGE NORTH AMERICA 510-35-6110 LAFARGE NORTH AMERICA 510-35-6110 LAFARGE NORTH AMERICA 510-35-6110 Vendor: LEACH ENTERPRISES INC LEACH ENTERPRISES INC 100-33-5370 SQUAD ACCI DENT Fm2 sand 101737659 fm2 sand 101737675 FM sand 101737726 FM 2sand 101737843 chamber Vendor: MCHENRY ANALYTICAL WATER LABORATORY INC MCHENRY ANALYTICAL WATER 510-31-5110 February Samples- MCHENRY ANALYTICAL WATER 510-32-6110 Radium Testing MCHENRY ANALYTICAL WATER 510-32-6110 SWWTP-Total Nitrogen Test Vendor: MENARDS-CRYSTALLAKE MENARDS - CRYSTAL LAKE 100-45-6110 MENARDS - CRYSTAL LAKE 100-45-6110 Vendor: MID AMERICAN WATER OF WAUCONDA INC MID AMERICAN WATER OF 100-42-6110 Vendor; MIDWEST HOSE AND FITTINGS INC MIDWEST HOSE AND FITTINGS 510-32-6110 Vendor: MIDWEST METER INC MIDWEST METER INC 510-31-6110 Vendor: MOTOROLA SOLUTIONS - STARCOM21 NETWORK MOTOROLASOLUTIONS- 100-22-5320 Vendor: NATIONAL AWARDS &FINE GIFTS NATIONALAWARDS &FINE 100-22-6110 NATIONAL AWARDS & FINE 100-22-6110 Vendor: NORTH EAST MULTI-REGIONALTRAININC NORTH EASTMULTI-REGIONAL 100-22-5420 NORTHEAST MULTI -REGIONAL 100-22-5420 Vendor: OLSEN SAFETY EQUIPMENT CORP OLSEN SAFETY EQUIPMENT 100-33-6290 OLSEN SAFETY EQUIPMENT 100-33-6290 Vendor: PETROCHOICE LLC Materials &Supplies Materials Materials 2' Cam lock and 2" SOfoot lay Orion Antenna MONTHLY STARCOM 706881119 706881119A 706892891 706892892 906580 Packet: APPKT00773 - 4/3/17 RE CT INVOICE Post Date Amount 04/03/2017 04/03/2017 04J03/2017 Vendor 1 G UNIFORMS INCTotal: 04/03/2017 Vendor JIMS MCHENRY AUTO BODY Total: 04/03/2017 04/03/2017 04/03/2017 04/03/2017 Vendor LAFARGE NORTH AMERICA Total: 04/03/2017 Vendor LEACH ENTERPRISES INCTotal: 1701071 04/03/2017 593598 04/03/2017 593600 04/03/2017 Vendor MCHENRY ANALYTICAL WATER LABORATORY INC Total: 31566 04/03/2017 32740 04/03/2017 Vendor MENARDS - CRYSTAL LAKE Total: 184865W 04/03/2017 Vendor MID AMERICAN WATER OF WAUCONDA INCTotal: M19109 04/03/2017 Vendor MIDWEST HOSE AND FITTINGS INCTotal: 0086995-IN 04/03/2017 Vendor MIDWEST METER INC Total: 28175212017 04/03/2017 Vendor MOTOROLA SOLUTIONS - STARCOM21 NETWORK Totai: PLAQUE PLATES 11178 04/03/2017 PLAQUE PLATES 11195 04/03/2017 Vendor NATIONAL AWARDS & FINE GIFTS Total: NEMRT CLASS 216458 04/03/2017 NEMRT CLASS 216790 04/03/2017 Vendor NORTH EAST MULTI -REGIONAL TRAINING INCTotal: glasses,boots,raingear. vendor 0340773A 04/03/2017 glasses,boots,raingeay. vendor 0340931-IN 04/03/2017 Vendor OLSEN SAFETY EQUIPMENT CORP Total: 1,676.61 785.00 299.70 5,822.81 2,207.38 2,207.38 60.72 63,44 62.32 74.80 62.16 62.16 410.00 330.00 60.00 soo.00 138.77 161.96 300.73 257.46 257.46 62.61 62.61 198.00 198.00 2,322.00 2,322.00 34.75 34.75 69.50 250.00 800.00 1,050.00 117.35 304.80 422.15 PETROCHOICE LLC 100-22-6250 SQUAD CAR FUEL 10051102 04/03/2017 1,711.14 PETROCHOICE LLC 510-35-6250 fuel 10056952 10056952 04/03/2017 220,51 PETROCHOICE LLC 510-35-6250 Fuel 10067859 10067859 04/03/2017 542.82 PETROCHOICE LLC 510-32-6250 Fue110067887 10067887 04/03/2017 503.09 PETROCHOICE LLC 510-31-6250 Fuel 10067888 10067888 04/03/2017 248.26 PETROCHOICE LLC 100-33-6250 Fuel 10067890 10067890 04/03/2017 1/665408 3/Z9/Z017 12:31:24 PM Expense Approval Register Packet: APPKT00773 - 4/3/17 RE CT INVOICE Vendor Name Account Number Description (Item) Payable Number Post Date Amount PETROCHOICE LLC 100-22-6250 DISPLAY CASE 10067891 04/03/2017 2,402.28 Vendor PETROCHOICE LLC Total: 71293.18 Vendor: PETTIBONE & CO, P F PETTIBONE & CO, P F 100-22-6110 UNIFORM ORDER 171778 04/03/2017 84.25 PETTIBONE & CO, P F 100-22-6210 PARKING CITATIONS 171829 04/03/2017 11178,39 PETTIBONE & CO, P F 100-23-6110 DISPATCH PATCHES 171880 04/03/2017 240.00 PETTIBONE & CO, P F 100-22-4510 UNIFORM ORDER 171896 04/03/2017 91.95 Vendor PETTIBONE & CO, P F Total: 1,594.59 Vendor: PRECISION POWER COATING INC PRECISION POWER COATING 10045-5110 contractual 09334 04/03/2017 225.00 Vendor PRECISION POWER COATING INC Total: 225.00 Vendor: PROSHRED SECURITY PROSHRED SECURITY 100-22-5110 SHREDDING COMPANY 990020094 04/03/2017 53.00 Vendor PROSHRED SECURITY Total: 53.00 Vendor: PSP-BROOKFIELD PSP-BROOKFIELD 100-22-5370 alternator306 30IV128192 04/03/2017 271.29 PSP-BROOKFIELD 100-22-5370 belt306 30IV128193 04/03/2017 61.39 Vendor PSP-BROOKFIELD Total: 332.68 Vendor: QUALITYTIRESERVICE QUALITY TIRE SERVICE 100-33-5370 tire mounting 43281 04/03/2017 160.00 Vendor QUALITY TIRE SERVICE Total: 160.00 Vendor: RED WING SHOE STORE RED WING SHOE STORE 100-454510 Boot allowance 3/6/17 04/03/2017 131.99 Vendor RED WING SHOE STORE Total: 131.99 Vendor: RUCHE'S PLUMBING SEWER RODDING CORP REICHE'S PLUMBING SEWER 510-35-6110 Televise sanitary service 3/8/17 04/03/2017 175.00 Vendor RUCHE'S PLUMBING SEWER RODDING CORP Total: 175.00 Vendor: REINDERS INC REINDERS INC 100-45-5370 Equipment repairs 1674987-00 04/03/2017 67.50 Vendor REINDERS INC Total: 67.50 Vendor: RELIANT PIPELINE PRODUCTS RELIANT PIPELINE PRODUCTS 510-35-6110 Hydra stop clamps 0583 04/03/2017 2,760.00 Vendor RELIANT PIPELINE PRODUCTS Total: 21760.00 Vendor: REX 24/7 TOWING REX 24/7 TOWING 100-22-5110 SEIZEDVEHICLE 4242 04/03/2017 155.00 Vendor REX 24/7 TOWING Total: 155.00 Vendor: RIDGEVIEW ELECTRIC INC RIDGEVIEW ELECTRIC INC 100-45-5110 contractual-DMD 35586 04/03/2017 675.00 Vendor RIDGEVIEW ELECTRIC INC Total: 675.00 Vendor: RUSSO POWER EQUIPMENT RUSSO POWER EQUIPMENT 100-45-5370 equipment repairs 3810113 04/03/2017 1,24 RUSSO POWER EQUIPMENT 100-45-6270 Small equipment 3810147 04/03/2017 245.02 RUSSO POWER EQUIPMENT 100-45-6270 Small Equipment 3810151 04/03/2017 605.00 Vendor RUSSO POWER EQUIPMENTTotal: 851.26 Vendor: SEWING SYSTEMS SEWING SYSTEMS 100-22-5370 seat repair 317 3/10/17 04/03/2017 225.94 Vendor SEWING SYSTEMS Total: 225.94 Vendor: SHERWIN-WILLIAMS CO, THE SHERWIN-WILLIAMS CO, THE 100-45-6110 Materials&Supplies 3365-6 04/03/2017 79.84 Vendor SHERWIN-WILLIAMS CO, THE Total: 79.84 Vendor: SULLIVANS SULLIVANS 100-22-6110 WINDOW TINTING 6563 04/03/2017 550.00 Vendor SULLIVANS Total: 550.00 3/29/2017 12:31:24 PM Expense Approval Register Packet: APPKT00773 - 4/3/17 RE CT INVOICE Vendor Name Account Number Description (Item) Payable Number Post Date Amount Vendor: TOPS IN DOG TRAINING CORP TOPS IN DOG TRAINING CORP 100-22-6310 K9TRAINING 18896 04/03/2017 350.97 Vendor TOPS IN DOG TRAINING CORP Total: 350.97 Vendor: TRAFFIC CONTROL & PROTECTION INC TRAFFIC CONTROL & 100-33-6110 street signs 89118 04/03/2017 280.85 Vendor TRAFFIC CONTROL & PROTECTION INC Total: 280.85 Vendor: ULTRA STROBE COMMUNICATIONS INC ULTRA STROBE 100-22-5370 SQUAD MAINTENANCE 072243 04/03/2017 75.00 Vendor ULTRA STROBE COMMUNICATIONS INC Total: 75.00 Vendor: USA BLUEBOOK USA BLUEBOOK 510-32-6110 Portable power rodder 197356 04/03/2017 2,465.95 USA BLUEBOOK 510-32-5430 Waste Water Text Books 208578 04/03/2017 170.22 Vendor USA BLUEBOOK Total: 2,636.17 Vendor: VENTURA, JASON VENTURA, JASON 100-22-6110 DISPLAY CASE 0000002 04/03/2017 500.00 Vendor VENTURA, JASON Total: 500.00 Vendor: VERMEER-ILLINOIS INC VERMEER-ILLINOIS INC 100-33-5370 cable 115453 04/03/2017 33.16 Vendor VERMEER4LLINOIS INC Total: 33.16 Vendor: WATER PRODUCTS -AURORA WATER PRODUCTS -AURORA 510-35-6110 Fittings &brass 0271945 04/03/2017 50.72 WATER PRODUCTS -AURORA 510-35-6110 Fittings & brass 0271946 04/03/2017 100.00 WATER PRODUCTS - AURORA 510-35-6110 Fittings & brass 0271947 04/03/2017 411.80 WATER PRODUCTS - AURORA 510-35-6110 Fittings & brass 0271948 04/03/2017 132.00 WATER PRODUCTS -AURORA 510-35-6110 Cut in sleeve and valve 0272075 04/03/2017 11774,00 WATER PRODUCTS -AURORA 510-35-6110 Fittings & brass 271944 04/03/2017 2,186.38 Vendor WATER PRODUCTS - AURORA Total: 4,654.90 Vendor: WEST SIDE TRACTOR SALES WESTSIDETRACTORSALES 100-33-5370 water nozzle 133146 04/03/2017 399.35 Vendor WEST SIDE TRACTOR SALES Total: 399.35 Vendor: XYLEM WATER SOLUTIONS USA INC XYLEM WATER SOLUTIONS USA 510-32-5380 Seal Kit for Millstream Pump 3556948509 04/03/2017 950.78 Vendor XYLEM WATER SOLUTIONS USA INC Total: 950.78 Grand Total: 77,296.99 3/29/2017 12:31:24 PM Page 5 of 6 Expense Approval Register Fund Summary Fund 100 - GENERAL FUND 510- WATER/SEWER FUND 610- RISK MANAGEMENT FUND Expense Amount 38,196.01 36,893.60 2,207.38 Grand Total: 77,296.99 Packet: APPKT00773 - 4/3/17 RECT INVOICE 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.d.mchenry.il.us AGENDA SUPPLEMENT TO: Mayor and City Council FROM: Derik Morefield, City Administrator FOR: April 3, 2017 Regular City Council meeting RE: Class H Liquor License Application submitted by Epic Deli LLC d/b/a Epic Deli, 2616 Schaid Court ATT: Application Ordinance Agenda Item Summary: Ms. Jeannine Wildey, owner and operator of Epic Deli LLC d/b/a Epic Deli, located at 2616 Schaid Court has submitted an application for a Class H liquor license. If approved, the attached Ordinance increasing the number of Class H licenses in effect from five to six is recommended. Background: The Class H liquor license permits the retail sale of beer and wine for consumption on premises at tables only. As a point of reference, two businesses that currently hold Class H licenses are The Hickory Pit and Sushi King. Epic Deli has an extensive menu offering awide-variety of sandwiches, sides, and soft drinks. The business relocated from Johnsburg to McHenry a few months ago with much success and they now desire to begin serving beer. Analysis: All required paperwork has been submitted; required fees have been paid, the owner has been satisfactorily fingerprinted by McHenry Police and has met with Mayor Low. Pursuant to state statute, all employees serving alcohol will complete BASSET certification. Recommendation: If Council concurs, then it is recommended a motion is considered to a) grant a Class H liquor license to Epic Deli LLC d/b/a Epic Deli located at 2616 Schaid Court; and, b) approve the attached Ordinance increasing the number of Class H liquor licenses in effect from five (5) to six (6). 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. License No. _� Date Issued Date Effective NAME OF BUSINESS, ADDRESS, &TELEPHONE #.: 1 2. �? 5. 7 �7 CITY OF MCHENRY APPLICATION FOR LIQUOR LICENSE UNDER CITY OF MCHENRY LIQUOR CONTROL ORDINANCE FISCAL YEAR 2016/2017 TO BE FILED WITH THE OFFICE OF THE MAYOR ALL LICENSES EXPIRE APRIL 30 FOLLOWING DATE OF ISSUANCE Fee Received � `" Date Received Receipt Issued On l t� I Check No. Cashier's Chk. Cert. Check Cash . �.J Please indicate form of ownership: CORPORATION PARTNERSHIP INDIVIDUAL/SOLE PROP. IF CORPORATION Corporation Name: Corporate Address: Corporate Phone N State of Incorporation: IF PARTNERSHIP: Name: Corporate Address: Corporate Phone Number: State of Incorporation: �� IF INDIVIDUAL/SOLE PROP.r� Dp Applicant's Full Name: ,�2��h��l� ���-` Date of Birth: / ����.� ,�- ,,� �- ,po Residence Address: 5�i// /Gl��%�� `" u��- ' """ v`"" Home Phone: ��S � J?o�o�'�c� Business Phone: ��J '�7�� �� Citizen of U.S.? If a naturalized citizen, when and where naturalized? Court in which (or law under which) naturalized: i�d��/. ��nn� �� � dad s./ (A) If Applicant is a PARTNERSHIP, give name and address of all partners holding 5% or more of the partnership interest: ..CN'r� � ;1���� (B) If Applicant is CORPORATION, give name, address and telephone number of owners holding 5% or more shares and registered agent: r /� ��� �/, � 3 �S,S �o�lS l �16 P, GE TWO 10. If Applicant and Local Manager are not the same, give name, address and telephone number of Local Manager: Local Manager's: Date of Birth: JPlace of Birth: 11 Principal Type of Business: �a Ck MA r/� 12. What is current zoning for this 0 13. Type of License Sought: 14. Date on which business was begun at this location: Citizen of U.S.? 15. Does applicant own premises for which license is sought? dVO If not, state name and address of owner and attach copy of executed lease. 16. If property is owned by a land trust, trustee must file affidavit disclosing names and addresses of all beneficial owners and percentage of interest. 17. Is the location of applicant's business for which license is sought within one hundred feet of any church, school (except instAit�tions of higher education), hospital, home for aged or indigent persons or for veterans and their families or any military or naval station? /vO A. If answer to the above is "YES", is the applicant's place of business a hotel offering restaurant service, a regularly organized club, a food shop or other place where the sale of liquor is to the principal business? If yes, how long has place of business been in operation? 18. If applicant has ever engaged in the business or sale of alcoholic liquor at retail, list address of all locations (may attach supplemental sheet). Illinois State Liquor License Number: � � Attached copy of Sta1teLi�quor LiceLns�e Certificate. Give applicant's Retailer's Occupational tax (ROT) Registration Number: d 3 Are you .delinquent in the payment of the Retailer's Occupational Tax (Sales Tax), and if so, the reasons therefore: 1(1 If this application is fop2ree ,license or a transferred license, attach to this Application a copy of Applicant's balance sheet and operating statement for the years, or if not available, other proof of financial responsibility. Q 23. State name and address of dram shop insurance company for both the licensee and owner of the building in which the alcoholic liquor will be sold for the duration of the license AND attach a copy of the declaration page showing the insured parties and amounts of coverage. 24. Describe parking facilities available to the business: 25. Are you familiar with all the laws of the liquor; and will you abide by them? State of Illinois and ordinances of the City of enry pertaining to the sale of alcoholic 26. Will you maintain the e�jire premises in a safe, clean and sanitary manner free from conditions, which might cause accidents? 27. Will you attempt to prevent rowdi, Hess, fights and disorderly conduct of any kind and immediately notify the McHenry Police Department is any such events take place? `1l(t�-5 28. Has any manufacturer, importing distributor or distributor of alcoholic liquors directly or indirectly paid or agreed to pay for this license, advanced money or anything else of value or any credit (other than merchandising credit in the ordinary course of business for a period of in excess of 90 days), or is such a person directly or indirectly interested in the ownership, conductor operation of the place of business? �If answer is "YES", give particulars: 29. Have you, or in the case of a corporation, the owners of 5% or more shares of the corporation or the local manager, or in the case of partnership, any of the partners, ever been convicted of any violation of any law pertaining to alcoholic liquors? �% answer is "YES", explain: 30. Have you, or in the case of a corporation, the owners of 5% or more shares of the corporation and the local manager, or in the. case of a partnership, any of the partners, ever been convicted of either a felony or a misdemeanor`? T � If so, please describe: 31. Is any individual who is directly or indirectly interested in applicant's place of business, alaw-enforcing official or elected public official (mayor, alderman, and member of any City commission, committee or board)? � (lam If so, please state name and address of such person: 2016 PAGE THREE 32. List your occupation or employment with addresses thereof for the past 10 years (if partnership or corporation, list same information for each partner and the local manager — (please attach). 33. Have you ever been convicted of a ga ling offense (if a partnership or corporation, include all partners, owners of 5% or more shares of the corporation and the local manager)? If so, give all details: 34. Has any owners) or members) of a Partnership been issued a federal gaming devise stamp or a federal wagering stamp by the federal government for the current tax period? If a Corporation, has any officer, manager, or director thereof, or, any stockholder owning in the aggregate more than twenty (20) percent of the stock, been issued a federal wagering devise stamp or a federal wagering stamp by the federal government for the current tax period? n 35. Will you and all your employees refuse to serve or sell alcoholic liquor to an intoxicated person or to a minor? e 36. Have you, or any partner, or owner of 5% or more shares of the corporation or local manager, ever had a liquor license revoked or suspended? 37. If so, give all details, including location of the licensed property (please attach). CAUTION: Failure to provide accurate or complete information may result in the suspension and/or revocation of your liquor license and/or the issuance of a fine. No person holding a license issued by the City of McHenry shall, in the conduct of the licensed business or upon the licensed premises, either directly or through the agents or employees of the licensee: 1. Violate or permit a violation of any federal law or state statue. 2. Violate or permit a violation of any City ordinance or resolution regulating the sale of alcoholic liquor or relating to the eligibility of the licensee to hold a liquor license. 3. Violate or permit a violation of any rule or regulation of the Illinois Liquor Control Commission, as revised from time to time. 4. Permit the sale of and/or consumption of any alcoholic beverages outdoors absent a specific permit granted by the McHenry City Council however; provided, outside sales and/or consumption shall be permitted from the hours of 11:00 a.m. to 4:30 p.m. during Sidewalk Sales on the Saturday preceding Parade Day during Fiesta Days. 5. During Fiesta Days Celebrations on Parade Day, sell or serve (a) carryout alcoholic beverages (not including packaged liquor sales); or (b) alcoholic beverages in non -original containers, such as plastic cups. Only original containers, such as cans, bottle or glassware may be used. 6. Allowing fighting, disorderly conduct or excessive noise constituting a nuisance or tumultuous conduct of patrons and/or employees of licensee as defined in the McHenry City Code, to take place on the licensed premises or on, about and/or adjacent to the property where the licensed premises is located. 7. Allow patrons to serve or distribute alcoholic beverages to minors on the licensed premises or allow minors to drink alcoholic beverages on the licensed premises. 8. Fail to call the City Police Department upon the violation of any City ordinance or state law relating to fighting, disorderly conduct or excessive noise constituting a nuisance or tumultuous conduct of patrons and/or employees on the licensed premises. 2016 ;I / PAGE FOUR STATE OF ILLINOIS ) )SS COUNTY OF MCHENRY ) AFFIDAVIT I, the undersigned, being first duly sworn, deposes and says that I (we), have read the above and foregoing Application, caused the answers to be provided thereto and all of the information given on said Application to be true and correct, and consent to investigation and background check by the Local Liquor Control Commissioner or his designee and agree to comply with all City Ordinances and the rules stated on this application. 50LE PROPRIETOR: Signature of Applicant Subscribed and sworn to before me this day of , 20 NOTARY PUBLIC PARTNERSHIP: (Authorized Agent of the Partnership) Signature Print Name Title Subscribed and sworn to before me this A NOTARY PUBLIC CORPORATION: � . (Authorized Agent oforporation) ) % � 5ignatpW I�/7 n i%a- �v of Print Name Title 66®FFICIAL SEAL" Marcia M. Geraghty Subscribed and sworn to befor me this Notary Public. State of Illinois /;Z day of � '� 20 . My Commission Expires 06/24/2018 NOTARY PUBLIC MANAGER: , /l of Local Manager l- J�/1 Print Name and sworn to bE day of Marcia M. Geraghty NOTARY PUBLIC Notary Public. State of Illinois 2016 My Commission Expires 06124/2018 ORDINANCE NO. MC47- AN ORDINANCE Increasing number of Class H Liquor Licenses (Epic Deli) 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. BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF McHENRY, McHENRY COUNTY, ILLINOIS5 as follows: SECTION 1: Section 4-6(7) of the Municipal Code relating to liquor license classifications is hereby amended by increasing the number of Class "H" Liquor Licenses from five (5) to six (6) 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 published in pamphlet form by and under the authority of the corporate authorities of the City of McHenry, Illinois. SECTION 5.: This ordinance shall be in full force and effect from and after its passage, approval and publication, as provided by law. PASSED and APPROVED this 3rd day of APRIL 2017. VOTING AYE: VOTING NAY: ABSTAINING: OT VOTING. N ABSENT: ATTEST: City Clerk Mayor LTJ LE I Lim N�WT OF - U snx a� Office of the City Administrator Derik Morefield, City Administrator 333 Green Street AGEIMDA SUPPLEMENT TO: Mayor and City Council FROM: Derik Morefield, City Administrator FOR: April 3, 2017 Regular City Council Meeting McHenry, Illinois 60050 Phone: (815) 363-2100 Fax: (815) 363-2119 www.ci.mchenry.il.us RE Request to transfer the existing Class A Liquor License from B&A The Corner Tap, Inc. d/b/a The Corner Tap to Fog Valley Group LTD, d/b/a The Corner Tap located at 3901 W. Main Street ATT: Application Agenda Item SummarX: Ms. Amy Barry, current owner of The Corner Tap located at 3901 W. Main Street, notified the city that she is selling her business to Fox Valley Group Ltd. Ms. Barry currently holds a Class A4 liquor license. Subsequently, the owners of Fox Valley Group Ltd submitted an application for a Class A liquor license. The Class A license authorizes the sale of alcoholic liquors for consumption on premises and retail sale of packaged liquors. Back ram: Fox Valley Group Ltd is comprised of three principals who own five -percent or more of the business; Mr. Ryan am on, Mr. Thomas Schermerhorn Jr., and Mr. Tobias Udstmen. Mr. Zambon and Mr. Schermerhorn Jr. are also principals of Railroad Group LLC, which owns and operates Matt's Tavern in Crystal Lake. Anal: The owners of Fox Valley Group Ltd are not changing the name of the business nor are they changing the business plan. The new owners have secured a lease with the building owner that is contingent upon approval of this request. Mr. Zambon, owner/manager of the business is conversant with the Illinois Liquor Control regulations. All three owners have been successfully fingerprinted by McHenry Police, and all associated fees have been paid. Recommendation: The Council will be asked to make a motion to approve the transfer of the Class A-4 liquor license to Fox Valley Group Ltd, d/b/a The Corner Tap located at 3901 W. Main Street as presented. The City of McHenry is dedicated to providing its citizens, businesses, and visitors wit/: the highest quality of programs and services in acustomer-oriented, efficient, and fisca/ly responsible manner. License No. ti Date Issued Date Effective CITY` t�3F�rcH1^I�r��r � APPLICATION FOR LIQUOR LICENSE Fee Received ! UNDER CITY OF MCHENRY LIQUOR CONTROL ORDINANCE FISCAL YEAR 2016/2017 TO BE FILED WITH THE OFFICE OF THE MAYOR Date Received / Receipt Issued On Check No. Cashier's Chk. ALL LICENSES EXPIRE APRIL 30 Cert. Check FOLLOWING DATE OF ISSUANCE e,gEb rr Easiv 1. Please indicate form of ownership: CORPORATION _PARTNERSHIP INDIVIDUAL/SOLE PROP. IF CORPORATION: 2, Corporation Name: FDA V N L L& T G rZL 4 P L T Corporate Address. r /JF LJ iJ A V1W p C h 2.Y I I L 6007 CoCADrate l e one tklurriber. 9� ® e :1=i+AA 1 �r(1,.D tiy y M 4 1 L. e 3. State of Incorporation: I L L 1 +11t3� 4. IF PARTNERSHIP: Name: 5. Corporate Address: C'orporate Phone Nurskier--: State of Incorporation: IF INDIVIDUAL/SOLE PROP: Applicant's Full Name: Date of Birth: Residence Address: 7. <Morme,Phbne: •Business=Rhone: 7A1V1 8. Citizen of U.S.? if a naturalized citizen, when and where naturalized? Courtin which (or law under which) naturalized: ApplicantPARTNERSHIP, give name and address of all partners holding 5% or more of the partnership interest: (B If Applicant is CORPORATION, I fZY�+�1 �-al,�dFa1 13� name, address and telephone number of owners holding 5% or more shares and registered agent: /v�a.i i�Av� Dr1, t'��ir tL f�taeai3 �'tS��fa�{-9K®� I"�11®tAprs�2 ; 01 W� Q^AG�?*j f�'D. tAfjkc^ll I (90[ F® S`lS�Wv=(-f73® 2016 PAGE TW 10. If Applicant and Local Manager are not the same, give name, address and telephone number of Local Manager: Local Manager's: Date of Birth: Place of Birth: W00PSTOOL r j(.. Citizen of U.S.? `CL� 11 Principal Type of Business: A it T4 VC A-IJ 12. What is current zoning for this property? 12 —� is% `Type of joense`S.6ugHt L4 55 i 14. Date on which business was begun at this location: 15. Does applicant own premises for which license is sought? 140 If not, state name and address of owner and attach copy of executed lease. 16. If property is owned by a land trust, trustee must file affidavit disclosing names and addresses of all beneficial owners and percentage of interest. 17. is the-Iocationofs:gpkicaAfSboslnessforwhichlitenseis.soughtwithinone- ndre ,feetofahychuiski,schoot'(exceptinstrtutions.Of1..g,#er- education), hospital, home for aged or indigent persons or for veterans and their families or any military or naval station? P*1 d A. If answer to the above is "YES", is the applicant's place of business a hotel offering restaurant service, a regularly organized club, a food shop or other place where the sale of liquor is to the principal business? If yes, how long has place of business been in operation? 18. Iflapplicant has ever engaged in th business or sale of alcoholic liquor a/t�retail, �jst a dress of all locations ( ay attach supplemental sheet). f 1 I ":-�' 'S �6�1 ��2f n r +t X FG� U, 4 % .l,R..� / VVQyK� 19, Illinois State Liquor License Number: Attached copy of State Liquor License Certificate. 20. 'Give ajd�Icarit's I�taiter's Occupationel'tax (fZOT] Rer�rstrationi°h)ber. 21. Are you delinquent in the payment of the Retailer's Occupational Tax (Sales Tax), and if so, the reasons therefore: 22. If this application is for a new license or a transferred license, attach to this Application a copy of Applicant's balance sheet and operating statement for the past three years, or if not available, other proof of financial responsibility. 23. State name and address of dram shop insurance company for both the licensee and owner of the building in which the alcoholic liquor will be sold for the duration of the license AND attach a copy of the declaration page showing the insured parties and amounts of coverage. 24. L��sci'Ifre: parking;i<ae�I:E'r�s available to the business_ ��� � � 1 � ►�%L I� �e[L 1! F � K SI �FS�s 25. Are you familiar with all the laws of the United States, State of Illinois and ordinances of the City of McHenry pertaining to the sale of alcoholic liquor; and will you abide by them? � £S 26. Will you maintain the entire premises in a safe, clean and sanitary, manner free from conditions, which might cause accidents? 27. Will you attempt to prevent rowdiness, fights and disorderly conduct of any kind and immediately notify the McHenry Police Department is any such events take place? i � 28. *has any manufacturer,' inparttng distrlt�u#ar.orzlisttibutor of:aicohotis<tlguz�rsiFe by or in�iire> tdy'pid dr agreed to payorisIcense, atfvariced money or anything else of value or any credit (other than merchandising credit in the ordinary course of business for a period not in excess of 90 days), or is such a person directly or indirectly interested in the ownership, conduct or operation of the place of business? I40 If answer is "YES", give particulars: 29. Have you, or in the case of a corporation, the owners of 5% or more shares of the corporation or the local manager, or in the case of partnership, any of the partners, ever been convicted of any violaifon of anylava pertaining to alcoholic liquors? � Q aiSvver, is. "YES" expfai=n 30. Have you, or in the case of a corporation, the owners of 5% or more shares of the corporation and the local manager, or in the case of a partnership, any of the partners, ever been convicted of either a felony or a misdemeanor? N� If so, please describe: 31. Is any individual who is directly or indirectly interested in applicant's place of business, slaw -enforcing official or elected public official (mayor, alderman, and member of any City commission, committee or board)? �� If so, please state name and address of such person; 2016 PACE THREE 32, List your occupation or employment with addresses thereof for the past 10 years (if partnership or corporation, list same information for each partner and the local manager — (please attach). 33. Have you ever been convicted of a gambling offense (if a partnership or corporation, include all partners, owners of 5% or more shares of the corporation and the local manager)? hf% If so, give all details: 34 l'las: ,,y owners) or tnembcr(s,) rol -a Paftnersftrppeonissued a fieut; ucti m y wise �tarnp of;a : erEora1 wagetlrtg sty- ay4 e feeler government for the current tax period? If a Corporation, has any officer, manager, or director thereof; or, any stockholder owning in the aggregate more than twenty (20) percent of the stock, been issued a federal wagering devise stamp or a federal wagering stamp by the federal government for the current tax period? Nm S 35. Will you and all your employees refuse to serve or sell alcoholic liquor to an intoxicated person or to a minor? Lit, 36. Have you, or any partner, or owner of 5% or more shares of the corporation or local manager, ever had a liquor license revoked or suspended? N® 3Y% If`so, give ail details, ihel'uclinglocation ofthe licens'eduproperty(phaseattach). CAUTION: Failure to provide accurate or complete information may result in the suspension and/or revocation of your liquor license and/or the issuance of a fine. No person holding a license issued by the City of McHenry shall, in the conduct of the licensed business or upon the licensed premises, either directly or through the agents or employees of the licensee: n %'ial:ate �ir`�t;rm'it;a-violatio"n of:arry'federal°Iavti `IIrsta�e:stue. 2. Violate or permit a violation of any City ordinance or resolution regulating the sale of alcoholic liquor or relating to the eligibility of the licensee to hold a liquor license. 3. Violate or permit a violation of any rule or regulation of the Illinois Liquor Control Commission, as revised from time to time. 4. Permit the sale of and/or consumption of any alcoholic beverages outdoors absent a specific permit granted by the McHenry City Council however; proylded, ou)side sales and/or consurraptiora shall be permitted from the hours of 11:D0 a,m. fa 4:34 p.m. during Sidewalk Sales on.the. Saturday. precodth: Parada Day d tringfi s#a Days. 5. During Fiesta Days Celebrations on Parade Day, sell or serve (a) carryout alcoholic beverages (not including packaged liquor sales); or (b) alcoholic beverages in non -original containers, such as plastic cups. Only original containers, such as cans, bottle or glassware may be used. 6. Allowing fighting, disorderly conduct or excessive noise constituting a nuisance or tumultuous conduct of patrons and/or employees of licensee as defined in the McHenry City Code, to take place on the licensed premises or on, about and/or adjacent to the property where the licensed premises is located. y. Ali'ow.0a#r4ns10 -serveor dt5tr"rbi:rte atcDholfic beverages --to minors on 1?te-1icerisetlrpremises or allow fflflnors:to drirk.:Alca#ioli•c beverages on the licensed premises. 8. Fail to call the City Police Department upon the violation of any City ordinance or state law relating to fighting, disorderly conduct or excessive noise constituting a nuisance or tumultuous conduct of patrons and/or employees on the licensed premises. 2016 PAGE FOUR, At^`F1.DXV t.T STATE OF ILLINOIS ) ) SS COUNTY OF MCHENRY ) I, the undersigned, being first duly sworn, deposes and says that I (we), have read the above and foregoing Application, caused the answers to be provided thereto and all of the information given on said Application to be true and correct, and consent to investigation and background check by the Local Liquor Control Commissioner or his designee and agree to comply with all City Ordinances and the rules stated on this application_ SOLE PROPRIETOR: Signature of Applicant PARTNERSHIP: (Authorized Agent of the Partnership) Signature Print Name Title cOE�PF3t�ATtDt�k: (Authorized Agent of the Corporation) JVL l� MANAGER: Signature � (L � q ,,) ZJ-1 M $ arJ Print Name M A n1 A G'`,Ji. Title «pCIAL SEAL" .Marcia w1. (,eraghtY Notary' Public, State of Illinois My commission Expires 0612412018 �ign��ure af:Lr�cat [uiana�eP Print Name �pFFICIAL SEAL" M Geaghty Marcia r{ Minas 0612I Notarr' Pubic. ti':a e ° 4 2018 My Comnussion Expires Subscribed and sworn to before me this day of , 20 Subscribed and sworn to before me this A NOTARY PUBLIC Subscribed �'hd swnrh day PUBLIC Subscribe nd sworn to befor m this NOTARY PUBLIC 2016 "T Mom %sRT OR TMO Bill Hobson, Deputy City Administrator McHenry Municipal Center AGENDA SUPPLEMENT TO: Mayor and City Council FROM: Bill Hobson, Deputy City Administrator FOR: April 3, 2017 Regular City Council Meeting RE: Jaycees Day Fireworks Celebration ATT: Proposal from Melrose Pyrotechnics Proposal from Mad Bomber Fireworks Productions 333 Green Street McHenry, Illinois 60050 Phone: (815) 363-2100 Fax: (815) 363-2119 bhobson@ci.mchenry.il.us Item Summary. Staff advertised for fireworks vendors to submit qualifications to perform this year's show at the Jaycee Day Fireworks Celebration. The City received two proposals for the production, Melrose Pyrotechnics and Mad Bomber Fireworks Productions. Staff has included the proposals for council review. Background. At the March 20th City Council meeting, staff presented the sole company, Melrose Pyrotechnics, that responded to the city's Request for Qualifications to produce at minimum, a 25-minute display choreographed to music selected by the city and Jaycees. At the meeting, representatives from Mad Bomber Fireworks Productions addressed the council indicating they failed to receive the notice to submit. They remain extremely interested in our performance and submitted a proposal as soon as they realized this oversight. Council subsequently directed staff to review and present both of the proposals at the April 3ra City Council meeting. Analysis. Staff reviewed both of the firms and their proposals. Both are highly qualified and capable of producing a show that will meet the parameters set forth in the RFQ. The community has had the opportunity to view productions in Petersen Park by each vendor; Melrose for many years, but most recently Mad Bomber. Side by side the proposals are not that different as well. Melrose has a high shell count in their proposal while Mad Bomber very clearly spells out the type and size of shell in their performance. Staff has included both proposals for council to review. Staff is seeking council input and direction. If Council concurs, then it is recommended to consider a motion to accept the proposal to produce a 25-minute fireworks display for $15,000 with a $5,000 financial contribution from the City of McHenry from the firm selected based on tonight's meeting discussions. r_ .w h.._ n,. ,°�._ P Y R O T E C H N I C S® February 16, 2016 Bill Hobson City of McHenry 333 S. Green St. McHenry, II, 60050 Dear Bill, Thank you for the opportunity to submit this year's Request for Qualifications information packet. I encourage you and the Jaycees to call me with any questions before making a decision based only off the printed material provided by companies. I look forw�d to th'e possibility of working with you again this year.. 'Robert Kerns Director of Operations bob@melrosepyro.com Melrose Pyrotechnics 1 Kingsbury Industrial Park P.O. Box 302 Kingsbury, IN 46345 T 219-393-5522 800-771-7976 F 219-393-5710 800-775-7976 melrosepyro.com City of McHenry, Illinois Fireworks Display Saturday, July 1, 2017 Rain Date: Sunday, July 2, 2017 Request for Qualifications Form General Information Name and address of firm responding: Melrose Pyrotechnics, Inc . PO Box 302 1 Kingsbury Industrial Pk Name of firm's contact: Kingsbury, IN 46345 Robert Kerns Telephone number of contact: (219) � 9 3- 5 5 2 2 Experience How many years has your firm been in the business of providing fireworks and pyrotechnic displays? 3 (Years) Does your fine do this on a full-time basis? If no, please explain. How many years has the contact person been in the business of providing fireworks and pyrotechnic displays? 2 6 (Years) How many fireworks displays did your firm produce for clients in calendar year 2015? 1, 2 0 0 + How many are expected in 2016? s ame f Technological Capabilities Safe Does your firm use computer fired fireworks and, if yes, how long has the firm being doing so? Yes, we use Pyrodigital firing equipment, since 1994, soon after it was introduced to the industry. Approximately what percentage of your 2015 and 2016 aerial fireworks displays have been computer fired? 5 0 % Does your firm choreograph aerial firework displays to music? If yes, does your firm choreograph the display to music provided by the client? Please elaborate on your firm's choreographing capabilities or attach information explaining your firm's capabilities in this area. Yes, see attached Approximately what percentage of your 2015 and 2016 aerial fireworks displays have been choreographed to music? 5 0 % Has your firm been cited for any safety violations within the past five years? If yes, please explain in detail. No Has your firm, or any employee of your fern, had an application for a fireworlcs permit been rejected within the past five years? If yes, please explain in detail. No Has your firm ever had an application for general liability insurance rejected? If so, please explain in detail. No Has your firm, or any employee of your firm, had airy serious accidents resulting in bodily injury or the possibility of bodily injury related to the ignition of fireworlcs within the past five years? If yes, please explain in detail. No Comparable Event The City of McHenry and the McHenry Area Jaycees uitend to provide a f1IUYYU S display of at least 25 minutes in duration, fired on land by computer or electronically, and choreographed to music selected by the City and Jaycees. Please identify a future program in the northern Illinois or southeastern Wisconsin area comparable to these general characteristics. Provide the date of the planned event, the name and phone number of a contact person involved in the administration of the event, and the name and phone number of the local fire protection official responsible for monitoring the event. nformation about the contract cost for the event, the planned duration of the display, and the number, size and type of shells in the planned program should be provided. Event name and location: Rockford Country Club 2500 Oxford St. Event contact person Fire protection official name and phone number Colitract cost for event ($15,000-20,000 budget) Plamled duration of event Rockford, IL 61103 Wendy Newman (815)968-9881 Inspector Tim Morris (815)987-5678 $ 20,000 2 8 minutes Please attach information identifying the munber, size, and type of shells included in the plaiuled program. Actual Event Contract cost $15,000 ***Planned duration of event 25 minutes ***Please attach total shell count and size and number of shells to be utilized. Signatures By affixing a signature below, the respondent made above and acknowledges that falsification result in the firm's removal from further conside Name of Contractor/Film: Signature of Representative Name Date attests to the accuracy of the statements information in this document will Robert Kerns 3/2/17 ethnicsI Inc. (Please Print) Comparable Event: Actual Event: Rockford Country Club is very similar to that of the City of McHenry. Here is a breakdown of the products used in this show. Special Effects: 1850 — Aerial display multi -shot items ranging in size from 1 1/2"to 2 1/2" diameter 14 — Timer Chain display items 49 — Roman Candle display items Show Body: 920 —Aerial display shells ranging in size from 3" to 5" Within the fireworks display industry, we have found that companies who rely on numbers -based proposals continually provide misleading quantities and terminology that lead to substandard displays and fictional shell counts. Time after time, we find that fireworks companies that are hired based on their shell quantities tend to fall short of their promises and performance. A true pyromusical cannot be choreographed until the soundtrack is produced; therefore, an exact shell quantity summary is not available until a show is designed. Based on the length and dollar amount of the show, we estimate the approximate product numbers. Special Effects: 2100 — Aerial display Multi -Shot items ranging in size from 1 %2" to 2 1/2" In diameter 6 — Timer Chain display items 10 — Roman Candle display items 700 — Aerial display shells ranging in size from 2 %2" to 6" in diameter We pride ourselves on the quality of our entertainment. We encourage you to visit our website www.melrosepyro.com. There you can view video of some of our award winning displays, review our client list and read why, in their words, Melrose Pyrotechnics Inc. is their preferred fireworks display vendor. Experience: Andrea Guarino, and Italian immigrant, founded Melrose Pyrotechnics in the early 1900's. He set up shop in the Chicago suburb of Melrose Park, hence the name Melrose Fireworks Company. Anthony Guarino, Andrea's son, worked with Andrea until Andrea's death in 1944 at which time he took over the running of the company. In 1954, Anthony Carolano Sr., Anthony Guarino's son-in-law, took what he had learned from his father-in-law and began building the business into a full time operation. Michael Cartolano, who is the current owner and president of the company, took over after his father Anthony passed away in 1981. Today, Melrose Pyrotechnics employees 28 full-time employees and provides fireworks display to more than 400 customers over the 4th of July holiday and over 1,200 each year. Technological Capabilities: Melrose purchased computer firing equipment in late 1993 for use in the old Chicago Stadium for the Chicago Bulls player introductions. Since that time, we have grown to incorporate computer firing in many of our programs. Some of these include the Chicago White Sox, Chicago Bears, and the City of Chicago (Taste of Chicago, Chicago Venetian Night and New Year's programs) just to name a few. The pyrodigital firing equipment works with our show scripting software called Show Director. All of our choreographed musical programs use this software. All musical shows are either electronically fired by push button control panels or automated computer panels. This state of the art system is known to be the best in the fireworks industry. Together, they are capable of choreography to 1/10 of a second. Our in-house studio allows us to produce fully edited, multi -track soundtracks via computer hard disc multi -track editing and mixing software. International Competition Awards: In 2006, Melrose was selected to represent the United States in the world famous Montreal fireworks competition held in July. We took first place in this competition and received the Gold Jupiter. In 2007, Melrose was selected to represent the United States in the 8th Annual Shanghai International Music Fireworks Festival. We were awarded first prize in this competition. We were invited back to Montreal in 2009 to compete in the 25th Anniversary of L'International des Feux Loto-Quebec. This anniversary competition was comprised of many past gold winners. We were awarded the Bronze Jupiter. In 2010 we competed in the Hanabi World Cup in Nagasaki, Japan and took first place honors. In 2011, we returned to the Hanabi World Cup and finished second. In 2012, we placed second in the Jinshan International Music and Fireworks Festival competition in Shanghai, China. In 2013, we competed in the DaNang International Fireworks Competition in Vietnam. We were awarded first place. In 2014, we were awarded first place in both the Jinshan International Beach Music Fireworks Festival in Shanghai, China and in the International Fireworks Competition in Huis Ten Bosch, Japan In 2015, we were awarded lst place in the Hanabi World Cup International Division in Nagasaki, Japan. FIREWORKS PRODUCTIONS VILLAGE OF FOX LAKE AMY SERAFIN 587-3944 MARIO MARTINEZ 973-0033 CARY PARK DISTRICT Erica Hedlund 847 639-6100 ST. CHARLES PARK DISTRICT Jeff Greenwald 630 5134335 VILLAGE OF GLEN ELLYN James Bourke 630 85&7128 GURNEE DAYS, PARK DISTRICT Linda Brogren 847 623-7788 VILLAGE OF STREAMWOOD Chief Chris Clark 630 736-3650 LaGRANGE PARK DISTRICT Dean Bissias 708 352-1762 CITY OF ROLLING MEADOWS BOLINGBROOK COUNTRY CLUB VILLAGE OF DEERFIELD VILLAGE OF WESTMONT VILLAGE OF WOODRIDGE CITY OF WOODSTOCK VILLAGE OF ROSELLE JEFFREY O'DELL 630 671-2808 MELISSA BRITO 630 671 -281 7 WILMETTE PARK DISTRICT William Lambrecht 847 256-9639 YORKVILLE PARK DISTRICT Tim Evans 630 5534357 VILLAGE OF ORLAND HILLS Glenn Bilina 708 349-7211 SOUTH ELGIN RIVER FESTIVAL Tom Foster 847 207-8635 ROUND LAKE PARK DISTRICT Scott McClaskey 847 740-1111 CITY OF HIGHLAND PARK Hayley Gerard 847 92& 1046 CITY OF WAUKEGAN CITY OF McHENRY/JAYCEE'a VILLAGE OF LOMBARD CITY OF ELGIN/GRAND VICTORIA PARK RIDGE PARK DISTRICT VILLAGE OF NORTHBROOK FIREWORKS PRODUCTIONS 11 N485 HUNTER TRAIL, ELGIN, IL 60124 (847) 464-1442 Fax 847 464-1388 iNrRODucr�oN: Mad Bomber Fireworks Productions was incorporated in 1990 as Fireworks Partners Inc. )BA: Mad Bomber Fireworks Productions. We provide displays for well over 500 customers each year. We have been serving the needs of community events, sporting events, and corporate events since our incorporation. Our team is comprised of very experienced and highly trained pyrotechnicians. Your crew will be headed by a crew chief that has more than 10 years experience and a team of trained technicians. Mad Bomber provides yearly company sponsored training each June to ensure that all members of our team meet our high safety standards. Your crew chief possesses a State of Illinois Department of Mines and Minerals Explosives License as well as a federal ATF, Explosives users license. Further certification with the Pyrotechnics Guild Int, as a certified shooter of display fireworks. Safety is the number one priority at Mad Bomber. We follow ALL: NFPA, DOT, OSHA and ATF regulations in order ensure the utmost in safety of the spectators as well as the crew. Our mission is to provide you, our customer, with the latest cutting edge pyrotechnics. We can provide state of the art computer programmed pyro-musical displays or standard manual fired displays, all of this while maintaining a very high standard of safety and reliability. Our main goal is to leave your audience dazzled while exceeding your expectations. We provide the best in choreographed displays. From an ALL electric fired display, to utilizing hand fired portions of the display with the perfect timing of electric firing to provide a seamless display. There will be no dead spots in a Mad Bomber display. The sky will be constantly filled with the latest available pyrotechnic product. Your Finale will be custom designed and electric fired to provide a spectacular ending to your display. This ensures that the finale leaves your audience with their mouths wide open! INSURANCE: Mad Bomber carries a full TEN MILLION -DOLLAR general liability policy. We were the first in the industry to carry this coverage amount. Our insurance is provided by one of the most respected providers in the industry. Additionally, we carry a full TEN MILLION -DOLLAR Department Of Transportation road liability policy. We at Mad Bomber feel that our insurance coverage is the best in the industry, and fully stand behind it. FIRING EQUIPMENT: Our firing equipment is specially selected and packed for each individual display. The firing equipment is fully modular including our racks, mortars and all the necessary mounting hardware. We use Convoluted Cardboard, HDPE and Fiberglass mortars with water/fire resistant plugs. Our steel mortars all feature heavy welded caps. All of our equipment meets or exceeds industry standards. SPECIAL EFFECTS: Besides our superior product selection, Mad Bomber also has the latest in special effects. We can provide multiple spread effect racks, with a standard of 3 shells fired at the same time in a spreading pattern. We also have available mine runs for a "wall of fire" effect, along with special fronts of effects. Mad Bomber can provide set piece items which include American Flags, Statue Of Liberty, Cartoon Characters, and other unique items. We can also custom make a set piece based on your design or logo for any special event. PYROTECHNIC PRODUCT. Mad Bombers years of experience enable us to select only the best available pyrotechnic product to use in our displays. Besides our choreographed displays, another element that makes Mad Bomber stand out among our competition is the uniqueness of our product. We choose only the widest selection and variety of shells when packing our shows. WIZARD: These shells, manufactured in China, have earned great respect in the industry. They possess superior reliability with their double time fused shells. DOMINATOR: This is one of China's most respected and oldest manufactures of aerial shells. These shells provide exceptional colors and effects. Simply put, superb! YUNG FENG: This product line features an affordable shell with brilliant colors and special effects. These barrage items were the first to present the angled effect in a box. KANTO: Brilliant colors and effects are what make these shells stand out in our displays. From such colors as Tangerine to Turquoise, these shells produce colors not seen in the United States before. Other featured product lines: Imported: HOSOYA, ONDA, FLOWER BASKET, HA A, PHOENIX, VULCAN, GLORIOUS, THUNDERBIRD, SHOGUN, TEMPLE OF HEAVEN, BROTHERS, & MANTSUNA. Domestic: GRAND, STARR, NOSTALGIA, HOLLYWOOD, KEYSTONE, & FLAMBEAU SPECIAL NOTES: All Mad Bomber shows must have a signed contract, which is to be returned before the display date. Upon acceptance of the contract terms, we will provide a certificate of insurance for the display. We take the extra time to assist our customers in any way necessary. We can assist you in choosing a site to hold your display as well as provide guidance in obtaining any necessary permits for the display. SET UP &CLEAN UP: Your display will be set up during the day of your event. Completion will be done at least 30 minutes prior to the time specified to fire your display. A wind check will be conducted prior to the show to insure all NFPA guidelines for outdoor fireworks displays are being net, Immediately following your show, our crew will be responsible for the clean up of the site. If necessary the next morning, a crew -member will return to check the site by daylight. CLOSING COMMENTS: We hope that you will consider Mad Bomber Fireworks Productions lnc. for your fireworks display. We fully appreciate the opportunity to submit this proposal for your event and !ook forward to hearing from you soon. Let us do the work, sit back, and enjoy the show! Thank you, Dan P. Miller, Senior Vice President of Mad Bomber Fireworks Productions MBFP 2016 6g �7 FIREWORKS PRODUCTIONS 3999 E. HUPP ROAD BLDG. R-3-1 LAPORTE, IN 46350 11N485 HUNTER TRAIL * ELGIN, IL 60124 * (847) 464A442 Fax (847) 464-1388 THIS SPECIALLY PREPARED PROPOSAL IS FOR THE CITY OF McHENRY Annual Independence Day Celebration PETERSON PARK Saturday JULY 1st, 2017 Only the finest selection of assorted types of display fireworks have been submitted in this proposal, with an EMPHASIS on Multiple Break, and Special Effect Display Barrages. Plus a complete line on oriental & imported pattern products from China, Japan, and Taiwan. Also included are the latest brilliant Colored Effects from the leading manufactures in the United States. TOTAL PRICE $15,000.00 INCLUDES THE FOLLOWING: 25 -Minutes of Intense Presentation Ten Million Dollars Liability Insurance. Same Local Crew of Experienced, Licensed Pyrotechnic Operators to Deliver, Set-up, and Execute the entire Display Production. Clean-up of the firing area immediately following the display. Crew of operators covered under Workman`s Compensation. D.O.T. Certified drivers with Ten Million Dollars road liability. Rain dated at NO extra charge. Choreographed Display Production. VIAD BOMBER IREWORKS PRODUCTIONS SUIUrday JUL FIRST, 1.5 inch Fiorai Bouquet Break Shells 108 -1.5 inch Star Spangled Flash Salutes 150 - 1.5 inch Red/White &Blue Peonies 200 -1.5 inch Strobing Ring Pattern Shells b -3 inch Titanium Flash Bomb Salutes 6 - 3 inch Silver Coconut Paim Trees w/Tails 5 - 4 inch Purple to Emerald Peony shells 3 - 4 inch Brocade Crown Chrysanthemums 2 - 5 inch Gold Shimmering Chrysanthemums 1 - b inch Majesfic Crown Chandelier Shell FIREWORKS PRODUCTIONS 3 INCH SHELLS * main body Salute w/tail Red White & Blue Peony w/tail Color & Thunder (multi break) Red Peony White Peony Blue Peony Silver Palm Tree w/tail Red Ring Green Ring Crackling to Blue Crackling to Green Golden Kamuro Red Chrysanthemum w/tail White Chrysanthemum w/tail Glitter Silver to Blue Glitter Silver to Green Brocade Diadem to Purple w/tail Brocade Diadem to Blue w/tail Silver Strobe White Strobe Blue Tiger Tail to Salute Purple Tiger Tail to Salute Purple Comet to Report Silver Comet to Report Red Tiger Tail to Spangle Flower Green Tiger Tail to Spangle Flower Gold Tiger Tail to Red Peony Crackling Comet to Report Orange Peony w/tail Turquoise Peony w/tail Dragon Eggs TOTAL 3 INCH SHELLS N.F.P.A. #1123 - 210 Feet Salute WlTitanium Splatter Color to report (multi -break) Serpent to report (multi -break) Silver Peony Green Peony Yellow Peony Golden Palm Tree w/tail Blue Ring Double Rings Crackling to Red Crackling to Yellow Crackling Kamuro Blue Chrysanthemum w/tail Yellow Chrysanthemum w/tail Glitter Silver to Red Glitter Silver to Yellow Brocade Diadem to Red w/tail Brocade Diadem w/tail Golden Strobe Red Strobe Red Tiger Tail to Salute Green Tiger Tail to Salute Green Comet to Report Red Comet to Report Blue Tiger Tail to Spangle Flower Purple Tiger Tail to Spangle Flower Silver Tiger Tail to Blue Peony Red Tiger tail to Silver Peony Aqua Peony w/tail Purple Peony w/tail Twilight Twinkler w/tail FIREWORKS PRODUCTIONS 4 INCH SHELLS main body Blackhead Salute (LOUD) Color & Salute (heavy report) Purple Peony w/Silver Pistil White to Blue Peony w/tail Red Ring w/Blue Pistil Blue Glitter w/tail Swimming Fish w/tail Multi -Tier Floral Corsage w/tail Golden Twinkler w/tail Twilight Twinkler w/tail Brocade Crown Kamuro w/tail Red Chrysanthemum w/tail Blue Peony w/Silver Pistil w/tail Blue to Red Peony w/tail Glittering Chrys. To Yellow to Red Peony Katie-Dids at Night w/rising -whistle Double Rings w/tail Monarch Butterflies w/tail Purple Brocade w/tail Green Peony /Silver Comet Purple Peony w/report Varigated Silver Dahlia to Silver Strobe Glittering Silver to Blue Chrysanthemum Tangerine Brocade TOTAL 4 INCH SHELLS 120-4" N.F.P.A. #1123 - 280 Feet Titanium Salute w/rising tail Tourbillion to Heavy Salute (multi -break) Green Peony w/Yellow Pistil Red to Silver Peony w/tail Double Rinds (green & red) Tequlia Sunset w/tail Waterfall w/tail Weeping Willow w/tail Silver Coconut Tree w/Trunk Green Brocade Crackling Kamuro w/tail Golden Chrysanthemum w/tail White to Purple Peony w/tail Glittering Chrys. to Green Peony Glittering Chrys, To Purple to Green Peony Crossed Rings w/tail Glitter Delight w/tail Green Coconut Tree w/Trunk Red Coconut Tree w/trunk Red Peony/Silver Comet Blue Peony w/report Red to Crackling Dahlia w/Crackling Pistil Emerald Willow Brocade Crown w/tail FIREWORKS PRODUCTIONS 5 INCH SHELLS main body Blue to Red to Silver Peony Purple to Crackling Green Octopus Silver Chrysanthemum w/Blue Pistil Crossette Glitter w/silver tail Red Gamboge to Green To Purple Chrsy. Gold Spider w/Glittering Green & Silver Tail Brocade Crown Golden Palm Tree w/tail White Chrysanthemum w/Red &Blue Pistil Golden Kamuro w/Strobe Pistil w/tail Xmas Dahlia w/tail Purple to Silver Peony Double Rings Blue Brocade Golden Twinkler Double Hearts Hour Glass w/Ring Brocade Chrysanthemum w/pistil Multi -Colored Peony Silver Peony w/Red Pistil Brocade Diadem w/Red Pistil Kamuro w/Blue Tips Spider Web to Gold Strobe Artillery (5 timed reports) TOTAL 51NCH SHELLS 84 - 5" N.F.P.A. #1123 - 350 Feet Golden Wave to Blue Chrysanthemum White Chrysanthemum w/Red Pistil Flashing Stars Silver Coconut w/tail Silver Ring w/Purple Pistil Thousand Color to Crackling If Red Half Blue Chrysanthemum w/Pistil Strobing Willow Blue Chrysanthemum w/Yellow Pistil Triple Rings (red/white/blue) Saturn w/Ring and rising tail Spangle Chrysanthemum w/pistil Green Peony w/Purple Pistil Silver Bees Yellow to Green Peony w/tall Crossed Rings Smiley Face Star in Circle w/tail Dragon Eggs Cracg klinKamuro Silver Peony w/Blue Pistil Brocade Diadem w/Blue Pistil Kamuro w/Green Tips Tiger tail to Blue Mag Yellow w/Loud Report (multi -break) FIREWORKS PRODUCTIONS 6 INCH DISPLAY SHELLS Red Peony Blue Peony Thousand Blooming Flowers Silver Palm Tree w/tail Red Chrysanthemum w/tail White Chrysanthemum w/tail Brocade Diadem to Purple w/tail Brocade Diadem to Blue w/tail Silver to Gold Glitter Kamuro w/green tips w/tail Blue Peony w/Crackling Pistil Thrice Color Changing Peony Saturn Planet w/Rings Silver Kamuro Chrysanthemum Green Peony w/Blue Pistil Red to Green Chrysanthemum Coconut Tree w/Golden Tail Trice Color Changing Chrysanthemum Dragon Eggs Red to Blue to Silver Peony Half Silver Half Re Peony Golden Willow Color Changing Peony Willow Diadem to Silver Twinkler TOTAL 6 inch Display Shells 30 - 6" N.F.P.A. #1123 - 420 Feet Silver Peony Green Peony Crackling Kamuro Golden Palm Tree w/tail Blue Chrysanthemum w/tail Yellow Chrysanthemum w/tail Brocade Diadem to Red w/tail Brocade Diadem w/tail Brocade Crown Kamuro Glittering Gold Chrysanthemum Green Glitter Strobe Thunder Flowers w/Tail Green Peony w/Gold Pistil Blue Peony w/Golden Pistil Glittering Silver to Blue Chrysanthemum Sunflower Chrysanthemum Purple Peony w/Silver Palm Pistil Red to Silver to Crackling Pistil Brocade Crown Kamuro Green Chrysanthemum w/Blue Pistil Glittering Silver Peony Brocade Silver to Crackling w/tail Shell of Shells w/rising Peonys Kamuro w/Multi-Blooming Flowers 360 - Special Effect Pattern Spinning Tourbiilions 24 - 3 inch Red White &Blue Strobe Shells inch Multiple Color Change Peonies 60 - 3 inch Mixed Color Chrysanthemums 24 - 3 inch Special Effect Patterns TOURBILLIONS,SERPENTS,WHISTLES,TIGER TAILS 24 - 3 inch Coconut Palms w/tails 4S - 3 inch Titanium Salutes w/tails 3 - 4 inch Red White &Blue Peony steells 5 - 4 inch Silver Coconut Palm Tree shells 4 - 4 inch Glittering Spider Web Pattern shells 4 - 4 inch Silver to Blue to Red Peony shells 4 - 5 inch Flickering Chrysanthemum shells 3 - 5 inch Crackling Gold to Red Kamuro shells 4 - 5 inch Red Gambouge to Blue Chrysanthemums 3 - 5 inch Golden Willow Diadem Brocade shells 1 - 6 inch Red to Green Color Changing Peony Shell inch Deluxe Double Strobing Saturn Pattern Shell 1 - 6 inch Thrice Color Changing Dragon Eye Shell 1 - 6 inch Brilliant Green to Gold Chrysanthemum The Audience will know the show is over! EXCEPTION: WITH THE SHRtt BE WAIVED. 3-1.3.2 DISTANCES FRG EXPLQSIIlE QR 29O ft. (43 m} 28 3 ft. (85 m) 35Oft. (107 m) 420 ft. (128 m) 490 ft, (149 m) 560 ft. (170 m) 700 ft (214 m) 84"56 m) NOTE: TO DETERMINE WH ER.A+U 1VFPA 325h1, F{RE HAZARD PR - . ' i SOLIDS, AND NFPA 49, HAZARDOUS 34 DISCHARGE SITE 34_9 THE AREA SELECTED FOR' THE TRAJECTORY OF THE OBJECT. 3 2.2 GROUND DISPLAY PIECES SHALL BE t.00ATE SPECTATOR VIEWING AREAS AND PARKING EXCEPTION: FOR GROUND PIECES WITH GREATER WITH POWERFUL DRIVERS, ROMAN CANDLE f3ATTE THE MtNiMUM SEPARAT{ON DISTANCES SHALL BE ti 3-2.3` WHEN THE MORTARS ARE POSITIONED VERi THE RPPROXIMATE CENTER OF THE DISPLAY SITE. 3353TlNFPA FAC{L{TIES. 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 AGENDA SUPPLEMENT DATE: April 3, 2017 T0: Mayor and City Council FROM: Jon M. Schmitt, Director of Public Works RE: Elm Street Lighting Improvements ATT: Professional Engineering Services Request for Proposal Submitted Proposals Professional Services Contract AGENDA ITEM SUMMARY: Staff requests City Council to consider awarding a Professional Services Contract for the Elm Street Lighting Improvements to HR Green, Inc. BACKGROUND: Included in the FY 2016/2017 Budget, $20,000 was allotted for lighting improvements on Elm Street between Green Street and River Road. City staff solicited proposals for Professional Engineering Services for lighting improvements on Elm Street from the list of prequalified firms previously approved by City Council. The Request -For -Proposal (RFP) was distributed to all five (5) firms prequalified in the Municipal Engineering Transportation category. ANALYSIS: Four (4) firms submitted a proposal, a scope of services and a project schedule that met requirements set out in the RFP. Sealed proposals for Professional Engineering Services for the Elm Street Lighting Improvements from the following firms were opened on March 13, 2017: • Baxter &Woodman, Inc. o $46,100.00 (Phase 1 Services $17,500.00, Phase 2 Services $28,600.00) • Christopher B. Burke Engineering, Ltd. o $105,470.00 (Phase 1 Services $37,968.00, Phase 2 Services $67,502.00) • Hampton, Lenzini and Renwick, Inc. o $52,525.80 (Phase 1 Services $11,453.60, Phase 2 Services $41,072.20) • HR Green, Inc. o $34,343.00 (Phase 1 Services $9,920.00, Phase 2 Services $24,423.00) Proposals were examined for conformance with the conditions of the RFP and evaluated based upon the criteria identified in the RFP. Staff's recommendation is to proceed with the awarding Athe Professional Services Contract to HR Green, Inc. in an amount not to exceed $34,343.00. As noted in the RFP, should Illinois Transportation Enhancement Program (ITEP) Grant Funding not be secured, the City shall reserve the right to terminate or renegotiate the Phase II Engineering Scope of Services. Work shall not begin on the Phase II Engineering Scope of Services until the City has received notification that ITEP Grant Funding has been awarded for this project. Should ITEP Grant Funding be secured, the Phase II Engineering Scope of Services will be eligible for 80% Federal Participation which will reduce the City share of funding for Professional Engineering Services below the budgeted amount of $20,000. RECOMMENDATION: Therefore, if Council concurs, it is recommended to approve the attached Professional Services Contract for the Elm Street Lighting Improvements to HR Green, Inc. in an amount not to exceed $34,343.00. Response Due Date: March 13, 2017 Submit Sealed Proposals to: Jan M. Schmitt, Public Works Director City of McHenry Public Works Department 1415 Industrial Drive McHenry, IL 60050 City of McHenry Public Works Department REQUEST FOR PROPOSAL Elm Street Lighting Improvements Professional Engineering Services Notice to Firms The City of McHenry is requesting proposals for professional engineering services for street lighting improvements on Elm Street between Green Street and River Road. The attached Preliminary Scope of Services provides anticipated items which may be required to provide required professional engineering services for the proposed improvements. The project is to be completed in accordance with the IDOT BLR and BDE manuals, ANSI RP-8, and AASHTO Roadway Lighting Design Guidelines. The City intends to begin work immediately upon execution of the contract with the selected consultant. It is the intent of the City to submit an ITEP grant application for the anticipated Spring 2018 call for projects. Project Description 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 City has identified improvements to the street lighting along this stretch of Elm Street in its current Capital Improvement Plan. 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 ITEP and it is the intention of the City to request ITEP funding for construction of the proposed improvements. The selected consultant shall perform all Phase I and II Engineering Services per the Federal Aid Process in order to have the contact bid on an [DOT Letting. 1` 2�City of McHenry Preliminary Scope of Services The Preliminary Scope of Services identifies a potential list of services required to successfully complete all required professional engineering services for the proposed project. The City intends to complete all Phase I Engineering prior to requesting ITEP funding. Should ITEP funding not be secured, the City shall reserve the right to terminate Phase II Engineering Services from the Professional Services Agreement or to renegotiate the Phase II Engineering Services based upon a less stringent design process utilizing local agency funding only. Each firm will include with their proposal a Final Proposed Scope of Services, which shall include any notable exclusions. Phase I & II Engineering Scope of Services (Preliminary): 1 Early Project Coordination and Data 71 Utility Coordination Collection 8 Attend meetings as necessary 2 � Field Surveys 3 Preliminary Engineering and Design 4 ITEP Grant Application 5 Detailed Lighting Design 6 � Project Coordination including IDOT coordination Final Submittal Requirements 9 � Preliminary and Pre -Final Plans 10 QC/QA Review 11 Engineers Estimate 12 Final Plans and Contract Documents 1 All proposals must be signed by an authorized official. 2 � Proposals shall include a brief project understanding of not more than one page. 3 � A Final Proposed Scope of Services "Services" shall be included with each proposal. 4 1 An itemized schedule of costs "Compensation" including a not to exceed number shall be included with each proposal. 5 1 Proposals shall include a proposed "Project Schedule". 6 I Proposals shall also include a proposed project team chart. 31City of McHenry 7 All proposals shall be submitted to the City of McHenry, no later than 3:00 PM, March 13, 2017. 8 Proposals must be submitted in the following formats: One copy with original signatures and one hard paper copy. 9 Proposals must be submitted in one sealed envelope and must be plainly marked with the title "Elm Street Lighting Improvements Professional Engineering Services". 10 � All proposals must be shipped to or dropped off in person at the following address. City of McHenry Public Works Department ATTN: Jon M. Schmitt, Public Works Director 1 115 Industrial Drive McHenry, Illinois 60050 Selection Criteria Proposals will be evaluated based upon the following criteria: 1 Completeness of project understanding and proposed scope of services 2 � Ability to meet project schedule 3 I Proposed project team and availability of such team 4 Overall not to exceed costs Schedule 2/17/17 RFP Made Available 2/27/17 Deadline for Request for Information (RFI) 3/6/17 All RFI's Closed, All Addenda Issued 3/13/17 Deadline for Submittal of Proposals 3/20/17 Final Consultant Selection 4/3/17 PSA Approval by City Council & Notice to Proceed 4�City of McHenry Conditions Agreed To All conditions included in the original Request for Qualifications shall be considered as part of this RFP. By means of their prequalification it is understood that prequalified firms shall adhere to any and all conditions required by the original Request for Qualifications process and document. Professional Service Agreement Upon selection of a Firm the City and selected Firm shall enter into a contract for Professional Engineering Services. The City's standard Professional Services Contract is included as "Attachment A". The selected Firm 's Final Proposed Scope of Services "Services", proposed "Project Schedule", and itemized schedule of costs "Compensation" shall be inserted into the Professional Services Contract and shall become a part of the contract. Any exceptions or objections to the terms of the Professional Services Contract shall be specifically identified in the Firm's proposal. The City reserves the right to accept or reject any or all exceptions or objections. Questions and Addenda All inquiries regarding this RFP shall be submitted via a -mail to Jon M. Schmitt, Public Works Director, at jscenry.il.us no later than February 27, 2017a The City of McHenry reserves the right to not respond to any or all inquiries. Responses will be provided in a written addendum with both inquiries and responses, without stating the source of the inquiry via e-mail not later than March 6, 20178 51City of Mct-lenry Certification hereby certify that the information contained in this Proposal, including all attachments thereto, is true and accurate to the best of my knowledge. Name: Signature: Title: Firm: Date: Proposals were examined for conformance with the conditions of the RFP and evaluated based upon the criteria identified in the RFP. Staff's recommendation is to proceed with the awarding of the Professional Services Contract to HR Green, Inc. in an amount not to exceed $34,343.00. As noted in the RFP, should Illinois Transportation Enhancement Program (ITEP) Grant Funding not be secured, the City shall reserve the right to terminate or renegotiate the Phase II Engineering Scope of Services. Work shall not begin on the Phase II Engineering Scope of Services until the City has received notification that ITEP Grant Funding has been awarded for this project. Should ITEP Grant Funding be secured, the Phase II Engineering Scope of Services will be eligible for 80% Federal Participation which will reduce the City share of funding for Professional Engineering Services below the budgeted amount of $20,000. RECOMMENDATION: Therefore, if Council concurs, it is recommended to approve the attached Professional Services Contract for the Elm Street Lighting Improvements to HR Green, Inc. in an amount not to exceed $34,343.00. t PROPO�!-�L '1'0 CITY Or McHENRY ' Elm Street Lighting Improvements Professional Engineering Services HMART UP T"R Rox ROVE" Stlblnittecl vy: Baxter &Woodman, Inc. Consulting Engiilecrs W141mi,baxter14100(1112all. C0i11 BAXTER WOODMAN 8678 Ridgefield Road, Crystal Lake, Illinois 60012.815.459.1260 • baxterwoodman.corn March 13, 2017 Mr. Jon M. Schmitt Public Works Director City of McHenry 1415 Industrial Drive McHenry, Illinois 60050 Subject: Crty of McHerrr y - Elrn Street Li�htin� Irnpt•oventerlts Pr•ofessionnl �n�ineer•in� �et•vices Dear Mr•. Schmitt: The Elm Street Corridor is heavily traveled, with an average daily traffic of over 20,000 vehicles. The proposed lighting improvements will enhance vehicular and pedestrian safety along Elm Street and provide aesthetic continuity with the recently installed lighting west of Green Street. Completing Phase I engineering will better position the City to receive ITEP funding in the spring of 2018, We understand the importance of having the Phase I engineering in place prior to the next ITEP funding period. Baxter & Woodman's project team is committed to achieving your funding goal and, as part of the project, will prepare the City's ITEP funding application at no charge in preparation for Phase 11 engineering. Our project team brings years of funding expertise gained from the completion of successful ITEP projects. We are currently working on a similar project for Niles that involves the removal of existing lighting and the design of a new lighting system along IL 21 (Milwaukee Avenue). The project is being processed through IDOT District One, just as the Elm Street Lighting Improvements will be. Your lighting project will be managed by Dan Schug, who has over 10 years of federal Phase I/II experience. His expertise will assure that federal processing goes smoothly and the project remains on schedule. The lighting design will be prepared by our in-house lighting designer, Mike Hudspeth, who has 27 years of lighting engineering experience and who specializes in our firm's street lighting designs. Dan and Mike know IDOT's lighting standards thoroughly, and they regularly receive design approvals from District One. Your project team is available and ready to immediately begin work on the street lighting improvements. if you would like additional information, please don't hesitate to contact me at 815- 444-3261 or llraussmann@baxterwoodman.com. Sincerely, BAXTER &WOODMAN, INC. CONSULTING ENGINEERS Louis D. Haussmann, PE Executive Vice President/COO I.DH:rk CITY OIr IVICH nix,11-Y Street Lil;htinl, Iniprove►nentS 170275.10 CONTENTS ITEP Funded Project Cxperience..........................................................4 ITCPApplications........................................................ . ................ 5 Project Understanding/Approach.........................................................6 Scope ofSei•vices.........................................................................7 Itemized Schedule of Costs ........ ................................... . ...................11 ProjectSchedule .......... ...............................................................12 Project Tea►n &Availability ........................... . .................... . .............13 the strength of Baxter &Woodman is our people and our purpose. Building community value with every project we do is the force that drives us, and our fundamental care values are the j principles we live by .. . 1, Cily of f�lcHenry � flm SfirceY Lighting Im�rwements � 1�0`L53.10 l ITEP FUNDED PROJECT EXPERIENCE DOxalb Sycamore Area Transportation Study, Bicycle acid Pedestrian Facilities Plan Frankfort, Olde Town Area Streetscape Improvements Grayslake, IL £33 Phase I/Il Improvements La Grange Parlc, 31st Street Corridor Streetscape McHenry County Conservation District, Oak Street to Veterans Acres Park Bicycle Trail McHenry County Conservation llistrict, Ridgefield Trace Bicycle Trail Mt. Carroll, Bricic Street Restoration Niles, Milwaukee Avenue (IL 21) Street Light Replacement Oak Forest, Cicero Avenue Streetscape Oswego, Downtown Streetscape Enhancements Oswego, Riverwallc Bicycle Path Park sorest, US 30 Streetscape Skokie, Skokie Blvd. (Oalcton to Main) Streetscape Improvement Slcolcie, East Oalcton (Skokie Blvd. to Lowell Ave.) Streetscape Improvements (z lcolcie, East Oalcton (Lowell to Hamlin) Streetscape Improvements Skokie, Howard Street Bike Trail Winthrop Harbor, Sheridan Road Streetscape Winthrop Harbor, 7th Street Streetscape City of McFlenry [Im Street Lighting In�pro��ements �1I0275.10 i=- ITEP APPLICATIONS c Flossmoor, Central Business District Streetscape �� arr tI:r 1 1'illagenfFl05Sill00i Grayslake, IL 83 Phase I/I1 Improvements �r • raYr� siclke. La Grange Park, 31st Street Corridor Sh•eetscape Lalcemoor, IL Route 120 Corridor Beautification Improvements McHenry County Conservation Dish•ict, Walkup Road Overpass McHenry County Conservation District, Ridgefield Trace Bicycle Trail Momence, 2016 I'I'EP Application Niles, Milwaukee Avenue (IL 21) Street Light Replacement Oale Forest, Cicero Avenue Streetscape Oalt Forest,159th &Cicero Streetscape Parlc Forest, US 30 and Western Avenue Parlc Forest, Village Gateway and Wayfinder Improvements Plainfield, Drauden Road - Renwick to IL 126 Plainfield, Main Street - Lockport St. to IL 59 Streetscape { Plainfield, Shared Public/Private Parking Lot ( Plainfield, US 30 Decorative Lighting Improvements { Rockton, Rock River Bicycle Trail Crossing Sauk Village, Sauk Trail Bike Path (Cottage Grove to IL 394) l Cilyof McHenry �_j���rU��jC3 [in) Street Lighting Iniprovernenfis c 170275.10 Lt�. Oro✓ 0401 r [ a[ILES h' i rw- V I I. L A G Is* i PRO FCT UNDERSTANDING APPROACH Elm Street is a highly visible and essential corridor within the City. Upgrading the existing lighting to current standards will improve vehicular and pedestrian safety and will match the recently completed improvements on Elm Street west of Green Street. A well thought-out lighting plan will be the groundwork for future streetscape and ADA improvements along this corridor. Project Manager Dan Schug and lighting designer Mike Hudspeth are ready to bring you creative ideas, problem solving, and proven expertise for successfully completing this type of work on IDOT routes In municipal corridors. IDEN`1'lFY 0['PORTUNITIES & VISION Maximizing opportunity is critical when implementing any improvement. Although this project involves only lighting upgrades and will be constructed within the Elm Street right-of-way, we will plan the lighting design by considering the potential for future development and streetscape improvement. Existing ADA deficiencies exist along this section of Elm St. Although ADA deficiency corrections are present, we will design the lighting layout so that the new pole locations will not hinder future ADA improvements. Ne�v light poles may be able to be placed on the existing bases. New poles will be kept away fiom existing stairs to accommodate future ADA improvements. The existing lig}tt poles on the Fox River Bridge are located only on the north parapet wall. Current lighting design practices would typically call for lights on both sides of the bridge, requiring significant modifications to the south bridge parapet wall. We have the expertise in-house to complete this type of design, however; our preliminary analysis indicates that proper lighting levels may be attainable utilizing the existing pole bases, saving the City significant design and construction costs. We will work with the City and IDOT to design the lights within the constraints of the existing bridge. � ULE Meeting critical dates within the IDOT process will be essential to keep the project on track. Your project team understands how Phase I approval significantly improves the ITEP scoring, and we will secure Phase I approval prior to the anticipated Spring, 2018 ITEP call for projects. SECURING FUNDING Well -planned design components, adherence to schedule, accurate cost estimates, and IDOT approved Phase i documentation will provide the City's best chance to obtain ITEP funding. Baxter & Woodman understands these fundamentals and has a long history of successfully securing ITEP funding for these types of projects. Using our grant writing expertise, our specialists will prepare the ITEP application at no cost to the City. ADHERENCE TO SCHED � THE RIGHT COMBINATION FOR SUCCESS With Baxter &Woodman, the City of McHenry will receive the right combination of in-house transportation and lighting designers, backed by environmental and structural personnel. Together, we will help the City successfully implement the Elm Street Lighting Improvements. City of McHenry BAXTR WOODMAN Flm Street ughting Improvements c 170275610° SCOPE or SERVICES 1. EARLY COORDINATION AND DATA COLLECTION o Data Collection: Obtain, review and evaluate the following information provided by the LPA for use in design: o Utility Atlases o Existing Roadway and Structure Plans with Inspection Reports o GIS Shape Files Surrounding the Project Limits o Aerial Photography o ROW, GIS and Property Data o Field evaluatio�t; Perform a field evaluation of the condition of the existing lights and sidewalk l conditions relating to new light poles. Observe and photograph the project area and immediate ( surroundings. ( 2. ToPOGRAP141C SURVEY ( a Topographic Survey: Perform topographic survey within the project limits and at 5040ot (. intervals including driveways and cross streets. The limits of the survey will be fi•om Green ( Street to River Road. State plane coordinates and NAVD 80 will be used for horizontal and ( vertical controls. ( o Photos: Collect photographs along the project route to assist with design drawings and ( exhibits. ( a Structures: Collect drainage structure condition, inverts, size, and flow direction. ( o Right-of-way:Field-locate existing property corners and utilize available tax parcel information ( to establish an approximate right-of-way. ( o No additional right -of --way or easements are anticipated. Work to complete Plat of Easement ( or Plat of Dedication is not included. ( i I ALTERNATIVE ANALYSIS � o Street Light Type Study: Prepare up to two (2) alternatives for lighting within the project corridor: Summarize lurninaire type, mounting height, controllers, distribution, and configuration for each alternative. Elnr Street Lighting Improvements c 170255.10 4. PRELIMINARY DESIGN OF PREFERRED ALTERNATIVE 0 P►•eferr•ed Alte►native Lighting Design. Develop the preferred lighting plan throughout the project. Identify design constraints including obstructions and potential design exceptions. o Estimate of Cost and Schedule: Develop preliminary cost estimates for the preferred improvement and anticipated schedule for construction. o Prelilni►Ia►y Structure Design: Preliminary design indicates that the existing light pole bases on the Fox River Bridge may be reutilized; therefore, no TS&L is anticipated. Work to complete TS&L is not included. 5. ENVIRONMENTAL COORDINATION AND PERMITTING 0 Environmental Survey: Prepare the Environmental Survey Request Form and related exhibits. Submit to IDOT to determine potential environmental impacts. Biological, Archeological, Special Waste, PESA (if required) PSI (if required) and Historical surveys will be performed by the State since the entire project is within State right-of-way. 0 County Stormwater Management Ordinance (SMO). A stormwater permit from McHenry County Planning & Development is not required. Work to complete the SMO is not included. 6. MEETINGS AND PUBLIC INVOLVEMENT 0 Meetings: The following meetings are anticipated for this project: o City (3 total) (Kickoff, Alternatives, Prefinal) o IDOT (2) (Kickoff and Review) o IDOT/FHWA Coordination Meetings (none) o Public Agency Meetings (none) o Individual Property Meetings (none) o Utility Coordination Meetings (none) o Public Meeting and/or Healing (none) 0 Public Meeting: No public involvement is anticipated for this project. 0 Social Media: No social media participation is anticipated for this project. %, PROJECT DEVELOPMENT REPORT 0 Phase 1 Documentation: Prepare and submit Phase I documentation as required for anticipated pI'ocessing as a State Approved Categorical Exclusion with no report. Complete and maintain an updated funding application (PPI form) with CMAP and Council of Mayors. City of McHenry �tAN`d WOODMAN Gim Street Lighting Improvements E 170275.10 �. GEOTECHNICAL INVESTIGATION o Soil borings and topsoil depths will not be obtained for this project. In lieu of recommended geotechnical data, the preferred improvement will be based on reasonable, visual field observations and county soil surveys. 9. PLAN PREPARATION o EStirnnte of Cost and Time: Prepare summary of quantities, estimate of time, schedules of materials and an engineer's estimate of cost. e Specifications: Prepare special provisions in accordance with LPA guidelines to specify items not covered by the Standard Specifications for Road and Bridge Construction. o Maintenance of Traffic and Construction Staging: (Traffic is anticipated to be maintained along the route at all times.) Develop a preferred maintenance of traffic and staging plan and submit to the LPA for comment and approval. Identify the preferred strategy for maintaining traffic and driveway access. Complete a design of the preferred staging plan. Prepare construction staging notes, typical sections, and layout to maintain local traffic flow through the construction zone. Confer with LPA staff, emergency services, and public transportation agencies to consider local impacts and concerns. ® Street Lighting Plans: Prepare photometric calculations, general lighting layout, lighting plans, and electrical details conforming to IES and IDOT standards and obtain approval from IDOT Bureau of Electrical. The LPA will provide the fixture type and lighting standards prior to design. 9 Temporary Lighting Plans: Existing lighting is expected to be maintained until proposed lighting is functional; therefore, temporary lighting is not anticipated for this project. o Detailed Drawings: Complete required plan sheets required for bidding including: Covet; General Notes, Summary of Quantities, Schedule of Quantities, Typical Sections, Removals, Lighting plan, and Lighting Details. © Utility Coordination: Contact j.U.L.LE. to identify utilities that have facilities along the project limits. Request utility atlas reaps and plot locations and sizes of existing utilities in electronic drawings. Submit preliminary and final plans to utility companies so conflicts and relocation efforts can be identified. Provide ongoing reviews of permitting and utility relocation efforts as requested by the LA. Prepare "Status of Utilities to be Adjusted" special provision in accordance with IDOT District 1 requirements, which provides the contractor with the duration of utility relocation work, status of utilities to be watched and protected within the project limits, and pertinent information for the contractor to develop a work schedule to meet the requirements for the project. City of McHenry Glm 5rreei Lighting Iml7ro��eii�ents � 1507_75.10 c,�t��`r'�R WOODMAN a The following items are not included within the scope of this project, but can be provided as additional services to the contract: o Permit Review fees o ROW acquisition o (PESA, PSI (both by IDOT) o Geotechnical Investigation 10. QA/QC o Perform in-house peer and milestone reviews by senior staff during project initiation, conceptual review, preliminary, prefinal, and final submittals. Provide ongoing reviews of permitting and utility coordination efforts. 11. MANAGG PROJCCT o Plan, schedule, and control the activities that nnust be performed to complete the project including budget, schedule, and scope. Coordinate with LPA and project team to ensure the goals of the project are achieved. Prepare and submit monthly invoices and provide regular updates to the LPA. o Delive►•nbies: The following is a list of anticipated final deliverables to the LPA for this project: o Electronic DGN, Geopak, Digital Photos, and GIS files used in project development including Plan, Survey, and Exhibits. o Electronic Record of Design files including agency correspondence, Project Development Report content, Environmental Reports, Estimates, Exhibits, and related electronic submittals (pdf or as appropriate). Baxter & Woodman utilizes an electronic filing system in lieu of hard copies. 12. FUNDJNG APPLICATION o CompleteandsubmitanITEPfundingapplicationwiththeChicagoMetropolitanAgency for Planning (CMAP) incltuding all necessary exhibits and cost estimates. Assist the City witty coordination of resolutions/letters of support for inclusion in the application. Coordinate with the Council of Mayors and Illinois Department of Transportation (IDOT) District 1 Bureau of Local Roads and Streets (BLRS). Glm Street Lighting Improvernenis � 170275.9.0 ITEMIZED SCHEDULE OF COSTS �I rY �F Mcki�Nf�Y L M S I RELIT LIGHTING IMPROVEMENTS Project Fee Phase II funds are eligible for IIO% federal funding. City of fVlcHenry Glrn Street Lighting Improvements � 170275.10 PROTECT SCHEDULE Gty of McHP.rtry Elm S net Ughting Improvemca>+ 317 :atil .a1S April illhy June J Auttust Sopbmbv I octaff April Sopbmbcr October flovembe Oeoembor March Ta:k Place I Erglmedng Project Awarded at CO CouncilMeating y5i.�gja`:.I; j � � i I i ChyKKkartmseting�.7; 0' i I MOT Rose IIch-aRmoatiig Topographic Survey, data coloClon I Submit Enthorment3lSwoyRcgxc!(ESR) Ademotho AnaW. I cWpmpmooMootin3 •1�1;�1,'.,�' i i i j j j I ' Preferred AGenotiva Geometric Dedgn Submit Draft Project Development Roped f I I f ' Submd Final PDR citypmgracsNicadi j it ITEP AW=bDn •" Bogm Ffam II Plans (onse ITEP appflatlon approved) Submit PmfimI PSBEto Otyfor review j ' ' SubmO Prormal PS&Eto 100TTortem Submd FMPSSEtoWorappraval Submd Fuel PS&E to IDOTTor appm¢d Bid Prated on Slate lofting Schodu'o i e 'Final PDR cannot bo aibmlttad urdil ESRapprovel "latest IDOTInfoimalion IrrBotao the next call forpro)ect:YA be Sprirg 2018, '^ Submdtaldles wbjectto Federal Phase 8 agreement approval (e Liked for Phase 0 fundI g) cjty°'rv��,-�en`y EilAXTER WOODMAN _Im Street Lag, Ling Crnpr©vementts Ile©2'r5.1�S _ I'ROIECT TEAM & A.VA,ILA BILITY F3axter & Woodman is committed to serving the City of McHenry. We understand the importance of meeting your ITEP funding application goal, and we have considered the impact this project will have on the workload of our staff. Workload responsibilities of all proposed team members have been reviewed, and we believe that the team presented in this statement can fully accept the responsibility of your project. We are happy to provide additional detailed workload information on specific team members at your request. Ow ti Cilyof McHenry GIni Street Lighting Irtiprovenients 150zi5.1Q Lou Haussman n, ME, 13 T Olt, serves as Principal in Charge and will oversee the delivery of the needed engineering services to the City. As our Chief Operating Officer and an Executive Vice President of the Firm, lie has the authority to commit staffing and other resources as required for completion of this project to meet the scheduled ITEP application deadline and achieve your desired funding goal. QUALIFICATIONS AND EXPERIENC>; 20•�-years of client service and h•ansportation engineering expertise o M.S., Civil Engineering, University of Illinois at Urbana -Champaign; B.S., Civil Engineering, University of Illinois at Urbana-Clampaign o joined Baxter & Woodman in 1996 o Licensed Professional Engineer: Illinois, Indiana, Wisconsin, Michigan, Florida o Professional Traffic Operations Engineer" certified by the Institute of Transportation Engineers o Has performed municipal engineering management services for numerous communities, including the Villages of Bull Valley, Fox River Grove, Glenview, Grayslake, LaGrange, Shorewood, and the City of Wood Dale o Provides on call Program Management services for the Illinois Department of Transportation, the Village of Glenview, Will County Highway Department, and the City of Wood Dale o Proven in-depth knowledge of the requirements of various state and federal funding programs, including ITEP, MFT, STP, CMAQ, High Priority, Legislation Add-ons, and more Well -versed in IDOT standards and requirements o Project Manager and Principal in Charge of numerous local roads and state highway improvements in a municipal environment o Accomplished with public or municipal official interaction o Strong client service philosophy - phone calls and emails will be returned promptly and will be available for on -site meetings with short notice "Mr. Iiaussrltann trot only has the technical ability and PxpFrie��ce to do his job extremely well but also retains the appropriate personnel skills to properly work out problems hen they arise.,, City of f��crlenry Fln� Street Lighting Irnprovements � I70275.10 Allen Persons Director of Public Works Plainliel�i, IL WOODMAN BARTER-�� Dan ScIlillg, 111, is the Project Manager for the min Street Lighting Improvements. He is supported by expert transportation and electrical staff. Dan is based in the Crystal Lake office and will provide responsive service and prompt attendance at meetings. He is responsible for the delivery of your Phase I and Phase H engineering on time and within budget. QUAI.IrICATIONSRND EXPERIENCE 0 10+ years of client service and transportation engineering expertise B.S., Civil Engineering, Marquette University ' � Licensed Professional Engineer :Illinois o joined Baxter & Woodman in 2006 o Provided general engineering assistance to the Village of Wheeling foil a wide variety of public capital improvement construction projects, including street and lighting improvements, water and sewer system repair, drainage structures, and detention facilities o Served as Project Manager for streetscape and lighting, bike path, and intersection improvement projects in Grayslake o Served as Project Engineer for Phase II Design Engineering projects for the Illinois Department of Transportation Bureau of Design and Environment in District One Accomplished with presentations to technical and non -technical staff "Thank you sn much for speaking at our Mayors' caucus meeting. We appreciate you helping eejucate our local government mernbers on road resurfacing and reconstruction projects, as well as the bidding; pi ocess." ' Chalen Daigle executive Director hncl lenryCounty Council bf Gove_mrnents City of rvlcHenrY ���'0'�� �"`�OODMAN r_Irn Street I_ighiing Improvements � 1�U2�S.T0 ""'""" ""'r""" n; MATT WASHKOWIAK, PC . QA/QC Review 23 years of transportation engineering experience B.S., Civil Engineering from University of Illinois at Urbana -Champaign o Licensed Professional Engineer: Illinois o Leads the firm's Transportation Design Group Experience ranges from roadways and intersections to traffic signals, lighting, and drainage improvements MIKE HUDSPETH - tagiming/Electrical e 27 years of electrical and lighting design experience B.S., Electrical Systems from Southern Illinois University Former Engineering Department Training Officer for the U.S. Navy o Prepared transportation -related electrical designs for more than 40 communities and agencies e Electrical Project Manager/Design Engineer for major ITEP lighting projects in Niles, Skokie, Plainfield, La Grange Park, and Shorewood TONX BIANCHIN, PE, PLS - Stnwey 24 years of land surveying and design engineering experience o B.S., Civil Engineering from Illinois institute of Technology Licensed Professional Engineer: Illinois Licensed Professional Land Surveyor: Illinois, Wisconsin Teaches several surveying courses at the College of Lake County a Proficient in the preparation of right-of-way acquisition, plat, and legal description docu rents �Irn Street Lighting Improvements c 170275.10 CI-IRISTOPHER B. BURKE ENGINEERING, LTD. 9575 West Higgins Road Suite 600 Rosemont, Illinois 60018 TEL (847) 823-0500 FAX (847) 823-0520 March 13, 2017 City of McHenry Public Works Department 1415 Industrial Drive McHenry, IL 60050 Attention: Jon M. Schmitt, Public Works Director Subject: Elm Street Lighting Improvements Proposal for Professional Design Engineering Services Dear Mr. Schmitt: Christopher B. Burke Engineering, Ltd. {CBBEL) is pleased to submit this proposal for Professional Design Engineering Services to the City of McHenry in response to the Request for Proposal for Elm Street Lighting Improvements. We have carefully reviewed the Scope of Services and have included a thorough response to all scope items. CBBEL has the experience, staff and resources to address each and every scope item listed. CBBEL was founded 30 years ago and we have been a leader in transportation related projects of all types. Our Mechanical/Electrical/Energy Engineering Department is second to none in all aspects of street lighting design and has been recognized by MOT Electrical Operations as a leader in the field. CBBEL is committed to delivering accurate, timely and cost-effective solutions for a wide range of engineering challenges. We take pride in ourstafYs responsiveness and providing engineering services on a personal level. Below is our Understanding of Assignment, Scope of Services, Estimate of Fee and Proposed Schedule. PROJECT UNDERSTA[�lDING The City of McHenry intends to complete a Phase !Report and Phase p design plans to install roadway and pedestrian lighting along IL Route 120 {Elm Street), from Green Street to River Road. It is the City's intention to submit an application requesting ITEP funds to construct the improvement so the Federal Aid process must be followed. It is our understanding that 1TEP funds cannot be used to fund a standalone lighting project. Therefore, to make this a viable project for the City, C68EL recommends to move this project forward as a streetscape project to take advantage of available IEP funding opportunities. To minimize overall project construction costs, the streetscape improvements will consist of the minimum appurtenances that would qualify the project for streetscape classification. Amenities such as site furniture, planter boxes, bicycle racks, ADA curb cuts and crosswalks, etc. are examples of eligible items in a streetscape project. The selected streetscape features, as well as the pedestrian lighting, would be eligible for 80% federal funding. The roadway lighting costs would be eligible for 50% federal funding. CBBEL wil[ perform Phase l Engineering Services for the construction of roadway and pedestrian lighting along with minor streetscape improvements. The total project length is approximately 2,000 feet. CBBEL understands that the Phase I Study will determine the horizontal locations of the light standards and areas of streetscape improvements. It is anticipated that the project will be processed as a Categorical Exclusion -Group I (without report). Detailed Phase 11 plans, specifications and estimates will be prepared in IDOT required federal aid format after determination if the project will receive ITEP funding. A detailed scope of services for each phase is provided below. The design will be in accordance with current City, IDOT District 1 "General Guidelines for Lighting Design, Plan Preparation, and Highway Lighting by Permit", and ANSI-IES RP-844 "American National Standard Practice for Roadway Lighting", latest editions. The proposed lighting equipment to be used in the design will be a City preferred LED luminaire and spun aluminum pole along with a house side luminaire to assist in pedestrian lighting for the sidewalk. The proposed lighting system will be powered from a new centrally located lighting controller. We note that CBBEL performs all required photometric calculations in-house with CBBEL staff and follows current IDOT Guidelines for Roadway Lighting Design. This In-house capability for performing the detailed photometric design distinguishes CBBEL as a street lighting design consultant. sCaPE aF SERVICES PHASE I —PRELIMINARY ENGtN1=ERING Task �. -- Data Callectian and Review: CBBEL will collect and review data to be utilized for the preparation of a federally funded Phase I Report. This data will include the following: Survey Data • Adjacent subdivision plats, McHenry County tax maps, and any other available information to identify existing right -of --way and existing property lines. Information on state plane monuments to be utilized for horizontal control for the project. ■ Information on benchmarks to be utilized for vertical control for the project. • Other state, county and City information including utility atlases, land use plans, ordinances, etc. • Record drawings of the existing bridge over the Fox River. • Record drawings of existing lighting and adjacent lighting systems. Task zA —Survey: As part of this task, CBBEL will perform 1) Full 'topographic Survey from Edge of Pavement #o R-O-W for 2,700LF± of Rte. 120 Parkway Area from 100' West of N. Green Street to 500' East of N. River Rd. & 2) Full Intersection Topographic Survey for three (3) Signalized Intersections within the project limits. CBBEL will perform the following survey tasks as per attached exhibit limits. Page 2 of 7 Horizontal Control: Utilizing state plane coordinates, CBBEL will set recoverable primary control utilizing state of the art GPS equipment based on McHenry Control Monumentation. Vertical Control: CBBEL will establish benchmarks and assign elevations to the ho, zonta{ control points. This will be based on GPS observed Rolling Meadows Control Monumentation (NAVD'88 vertical control datum). Topographic Survey: CBBEL will field locate all pavements, driveways, curb and gutters, pavement markings, signs, manholes, utilityvaults, drainage structures, utilities, driveway culverts, cross road culverts, etc. within the project limits. Establish all rim and invert elevations, utility sizes & type, depth subterranean structure, etc., at all points of access to below -grade utilities. Utility Survey and Coordination: All existing storm and sanitary sewers will be surveyed to determine rim and invert elevations and pipe sizes. Above ground facilities of any additional underground utilities including water main, gas, electric, cable, etc. will also be located. Tree Survey: CBBEL will locate all trees over 6" inches in diameter within the existing right-of-way. Office calculations and plotting of field and record data. Prepare Base Mapping: Drafting of an Existing Conditions Plan at a scale of 1"=20% CBBEL will compile all of the above information into one base map representative of existing conditions of the project corridor for use in planning the proposed improvements. Task 28 — lUL1E Utility Survey: CBBEL will coordinate with utility owners and with JULIE Utility Coordination to retrieve atlas information for applicable underground utilities including water main, gas, electric, cable, etc. CBBEL will compile Utility Atlas information into the base map. Locations of existing utilities /obstructions / systems shown on the base map are the compilation of available utility plans provided by utility owners and JULIE Utility Coordination. All utilities /obstructions / systems may not be shown. Contractor shall be responsible for locating and protecting all underground utilities /obstructions / systems whether or not shown on base map. Task 3 -- Preliminary Engineering and Design: This project can proceed as a Categorical Exclusion I (CEI), with no report, since there will be no biological, cultural, historical or wetland impacts, and it is assumed the lighting will be kept within existing right-of-way. Special waste screening must be completed since it is an IDOT route and an Environmental Survey Request (ESR) will be completed for special waste. The PESA will be completed by IDOT. The following tasks will be required to complete the Phase I report: a Hold FHWA kickoff meeting with IDOT, prepare meeting minutes and distribute. e Complete ESR Form with aerial exhibits and submit for special waste screening. o Complete Categorical Exclusion I (BLR 19100) report along with necessary exhibits. o Location Map o Existing and Proposed Typical Sections o Aerial o Opinion of Probable Construction Cost e Submit draft CEl to IDOT for review. Revise if necessary and submit final CEl far Design Approval. One review meeting with 1DOT. Page 3 of 7 Based on City lighting ordinances and details, and the information collected, a photometric computer analysis will be performed for the existing roadway cross section, two signalized intersections, and the existing bridge in accordance with City, IDOT Design Guidelines for Roadway Lighting and American National Standards Institute —Illuminating Engineering Society of North America (ANSHESNA) RP-8-14 requirements. The proposed light pole layout will be prepared using the survey base sheets prepared by CBBEL. The light pole location plans along with the supporting design calculations, photometric analysis and proposed design criteria will be submitted to ]DOT and the City for review and approval. This preliminary layout will be included in the ITEP grant application submittal. Task 4 —ITEP Grant Application: CBBEL will complete the ITEP Grant Application once the final CEI report is submitted to IDOT and to the City for review. CBBEL will make revisions as requested and provide the City with 3 copies to submit to IDOT. CBBEL anticipates preparing and submitting to ITEP enough of the preliminary design as required to provide ITEP an understanding of the project and enough detail to be eligible for funding. PHASE [) —DESIGN ENGINEERING Task 5 —Detailed Li�htin� Design: Upon approval of the photometrics and pole layout from the reviewing agencies, proposed roadway lighting plans/detail sheets and specifications will be prepared. The plan sheets will include the locations of the lighting units along with electric cables/raceways, controllers acid handholes. Detail drawings will include light pole and luminaire, concrete foundation, lighting controller cabinet/component schedule/wiring diagram, pole handhole wiring diagram, one sine circuit diagram, handhole and conduit installation details. Detailed specifications will be prepared along with the appropriate IDOT/City standards. Voltage drop calculations, opinion of probable construct cost and summary of quantities will also be performed under this task. The detailed plan design and contract documents will be provided to the City and MOT for review. CBBELwi11 respond to review comments from the City and IDOT, revise design and resubmitto the City and IDOTforfinal review. CBBEL structural engineers will review existing bridge plans to assist in the design of bridge light pole foundations or reuse of existing seven bridge foundations on the north side of the bridge. The photometric calculations will determine if a single -sided light pole layout (similar to existing) will be sufficient to meet current IES and [DOT recommended lighting levels or if additional light pole foundations will be required on the south side of the bridge for an opposite lighting layout. Task 6 -- Project Coordination ([_DOT/FHWA}: This task will include coordination with [DOT, bath Bureau of Local Roads for the Federal Aid coordination, as well as the Electrical Department for the lighting review. Since this is an IDOT route, a PSI will be completed by IDOT. Extensive coordination with the Bureau of Programming —Environmental Studies Unit will be needed. The PESA will be completed by IDOT during Phase 1. CBBEL will supply IDOTwith a PESA Response Summary indicating where all excavation will take place and the quantity of excavation so they can complete the PSI. Page 4 of 7 Task 7 — Utility Coordination: Upon notice to proceed, CBBEL will send a location map to all known utility companies requesting their atlases or plans of their facilities within the project limits. CBBEL will add the received information to the existing conditions plan. CBBEL will then send pre -final plans with potential conflicts identified, to the utility companies to determine any utility relocations or plan adjustments necessary. Task 8 —Meetings: CBBEL assumes the following meetings: 1. IDOT 3Cickoff Meeting 2. EHWA Coordination Meeting 3. ]DOT Local Roads 4. IDOT Bureau of Electrical Operations 5. City of McHenry 6. Utility Company Site Meeting Task 9 -- Pre -Final Plans and Specifications: On the basis of the approved Phase !Report, CBBEL will prepare pre -final contract documents consisting of plans, specifications, estimate of construction duration, status of utilities to be adjusted and an estimate of construction cost. The plans will be prepared in accordance with applicable City and IDOT design criteria for a federally funded roadway project. CBBEL estimates the pre -final plans will include the fallowing sheets: No. Sheet Title 1 Cover Sheet 1 General Notes 1 Summary of Quantities 2 Alignment, Ties and Benchmarks sheet 1 Typical Sections 4 Existing Conditions/Removal Sheets (1" = 20') 4 Streetscape Plan sheets (1" = 20') 4 Lighting Plans (1" = 20') 4 Lighting Details 4 Construction Details S District One Standards 31 TOTAL SHEET COUNT CBBEL will use IDOT standard pay items or City standard special provisions where applicable. Otherwise, project -specific special provisions will be written as needed. Plans, special provisions, and the estimate of cost will be submitted to the City and [DOT for review. A set of pre -final plans will be submitted to utility companies for verification of facilities. Task 10 — QA/QC: CBBELwiil provide Quality Assurance and Quality Control reviews at several stages throughout both the preliminary and design engineering phases of the work to ensure a high quality deliverable is being generated and submitted for review and bidding purposes. Task 11—Engineers Opinion of Probable Construction Cost (EOPCC): CBBEL will prepare an EOPCC and submit to the City for review and approval prior to letting the plans for bidding. Page 5 of 7 Task 12 — Final Plans/Bid Documents: Upon meeting with the City staff and IDOT to review their comments on the pre -final submittal, CBBEL will revise and finalize the contract documents. A final opinion of probable construction cost itemized by ]DOT coded pay items will be prepared along with an estimate of required working days. ESTIMATE OF FEE See attached spreadsheet for itemized fee estimate. PROPOSED SCHEDULE It is CBBEL's understanding that the grant application deadline for ITEP Cycle 12 was May 2 —June 17, 2016. The projects were announced in fall 2016 and approximately $30 million was awarded. The next cycle of ITEP grant funding will be in the spring of 2018, therefore if the City wishes to fund this project with ITEP monies, the project would most likely need to be scheduled for construction in 2019 as the all for ITEP funded projects is spring 2018 and award of grants in fall 2018. Therefore, construction would be in spring 2019. The following schedule reflects the timetable of the Village's desire to postpone Phase 11 engineering until after the ITEP selection process has occurred. Phase I --Preliminary Engineer Notice to Proceed FHWA/IDOT Kickoff Meeting Environmental Survey Request Phase I Report Data Collection/Survey Photometrics Preliminary Engineering ITEP Grant Application ITEP Approval Phase fl -- Design En�ineerinR Pre -Final Plans IDOT Review Fina} Plans Letting Apr'sl 2017 April 2017 April 2017 — October 2017 May 2017 July 2017 July 2017 October 2017 May 2018 August 2018 October 2018 January 2019 March 2019 April 2019 Page 6 of 7 ORGANIZATIONAL CWART Elm Street lighting Improvemenfis City ki iVlcHenry We are proposing Mr. John Caruso as the City's Main Point of Contact with regards to this projecfi. John has 29 years of Municipal Engineering experience. Jahn can be reached at 847-823-OSOO or jcaruso@cbbel.com. We do not take any exceptions to the City's terms and conditions. If you have any questions or need any additional information, please do not hesitate to contact me or John. Sinc�fc�Y, Chrisi:opher B. Surke, PYiD, PE, D.WRE, Dist.M.ASCE President N:\PROPOSALSWDM1N120171iv1cHenty, City of Etm Stceet Lighting improvements P1701091Proposal.docx Page 7 of 7 City of McHenry - Elm Street Lighting Improvements Engineering Services Fee Estimate Engineer UI Engineer I/l! Survey V Survey III Survey 11 CAD Manager Asst, MAD Admin Total yours TOW Labor Cost Direct Costs Total Engineer VI Engineer V Engineer IV Phase I - Preliminary Engineering Data Collection 4 4 4 4 2 18 52,732.00 $2,732.00 $16,206.00 $4,286,00 $2,316.00 $12,178.00 Subtotal $250,00 516,206.00 $4,286.00 $2,316.00 $12,428.00 $37,968.00 Survey Phase I Report ITEP Grant Application PrelirninaryLighting Design 2 4 2 8 4 40 8 4 AO 2 6 40 32 4 16 4 32 4 4 2 128 30 16 84 Phase it - Design Sn,ineerin8 Detalled L[yhting and Efecttical DesiP,n Project Coordination Utility Coordination Meetings Phase II Design Plans CA/QC Engineers Opinion of Probable Construction Cost Final Plans/Bid Does 2 2 2 2 8 2 8 8 2 2 8 SO 8 4 16 16 2 4 16 160 4 15 16 2 4 16 4 16 8 24 8 2 2 2 2 2 2 214 18 16 44 82 8 10 60 $3Q258.00 $2,940.00 $2,374,OO 56,804,00 $12,244.00 $14402,00 $14542400 $%188.00 Subtotal $250.00 $250,00 $250,00 $30$08.00 $2.940.00 52,374.00 $6,8D4A0 $12,494.00 $1.402.00 $1,542.00 S%438.00 $67,502.00 TOTAL 6 52 172 274 9 2 10 40 64 52 56 728 $1051470.00 Subconsultants_ $0000 Total Cost $195,470.00 fyote: The above fee Estimate Is based upon desfgning minimal streetscape elements to qualify for ITEP funding in addition to street lEghting design. \ 111\M McHenrypoo° a ! 1 � Prepared for: City of McHenry Attn: Jon M. Schmitt, Public Works Director 1415 Industrial Drive McHenry, Illinois 60050 Submitted by: Hampton, Lenzim and Renwick, Inc. (HLR) 380 Shepard Drive Elgin, Illinois 60123 (847) 697-6700 Fax (847) 697-6753 C�uestions can be directed ta: y Ryan Livingston, PE Municipal Engineering Manager Ph. (847) 697-6700 �r rivingston@hlreng.com KKR ( lampton, Lenzini sand Renwick, Inc, Civil Engineers • Structural Engineers • Land Surveyors • Environmental Specialists \~.hlrengineering.com March 13, 2017 Mr. Jon M. Schmitt Public Works Director City of McHenry 1415 Industrial Drive McHenry, IL 60050 RE: Request for Proposal — Ehn Street Lighting Improvements Dear Mr. Schmitt: The City of McHenry is a bustling community offering a wide variety of living, working, and leisure opportunities. In order to maintain a safe and efficient transportation network to accommodate the growing population, as well preserve the character of the City, progress must be made continuously. With that in mind, HLR is excited about the opportunity to provide McHenry with professional engineering services that will aid in creating a safer, compliant stretch of road via the Elm Street Lighting Improvement project. We believe that HLR has a highly qualified, ready, and eager team available and can offer the following benefits on these improvements: ■ Client Care Philosophy: HLR is dedicated to developing productive and long-lasting client relationships. Our team prides itself on working as an advocate for our clients and strives to provide the highest quality engineering possible. We also care more about getting it done right, and the relationships that we build, than the bottom line. We will take responsibility for our recommendations and will keep your best interest in mind at all times. ■ Well -Rounded Expertise: HLR is afull-service firm and can offer all the requested services in-house including: survey, design, bid assistance, and construction observation. In addition, our team regularly completes design and construction projects for local agencies that involve coordination with the Illinois Department of Transportation ([DOT) along with Illinois Transportation Enhancement Program (ITEP) funding. ■ Value Engineering: We realize that the City's budget is limited. HLR's proposed primary design engineer for this project, Dirk Yuill, has over 30 years of experience developing cost-efficient solutions for local agencies. He will help the City reduce design expenses while never compromising quality. His significant experience in lighting design and plan development will help avoid contractor extras, thus saving McHenry on project costs. ■ Stakeholder Communication Experience: Our team brings years of experience on similar municipal improvements along heavily -traveled roadways where businesses, residents, and first responders required constant coordination. We realize that community outreach is one of the most important aspects of what we do. This ensures all issues are considered during design, and safety is a top priority during construction. � We leave read and understand the scope of services for this project and agree to the terms and conditions listed in the RFP. We look forward to continuing to develop our relationship with the Cily and the opportunity of working together to make this project a t success. If you should have any questions or comments regarding our submittal, please feel free to contact me at 847-697-6700 or dhhinkston@hlreng.com. Yours truly, HAMPTON, LENZINI AND RENWICK, INC. David H. Hinkston President/CEO 3RD Sllepaid Uin�e bN29 I lobsrn Valley Drive. Sidle 30"L :>U£S:i Sleveu5on Dnve. Suns 201 323 VJ. 1 bird Stieel. P.O. rtox 1G0 Llqui, Illinois fCll 23.7010 1Nuu;!n�lgc, Illuicts Gn,17 Sluinglield, Illuiois G2i[J3 I:S; C�+nnel, Illinuiti G?f3t;3 Tel. tJ47.G97.G700 let. ;'f7.G�7.6700 TeI. 2i7 54G.34p0 rel a1F 7G2.�f�,l f=ax 8117 5197.615.3 1 ax. 84 7.69-i.6153 Fnx 71 7.54i, 81 16 Fax 013.26.1.3327 ELM STREET LIGHTING IMMUVLMLIN 13 .V� " 1 I I 1, Nit Lk -ice: i�`^rsf°/rr '.W , � �. � t � , � ' i 1. - C--;� . - • - �`- r McHenr n ■ fill� �- Table of Contents SectionI: Firm Introduclion.............................................................................................................................................................. 1 SectionII: Project Understanding, . 4 W 9 9 W 4 9 1 01 1 W I N RX w ft & ENV 0 4 0 1 W L 4 A # # 0 V 9 0 0 9 0 IN A 1 0 N a 0 IV a 0 d a r a a P 1 0 a 1 0 0 M r IF a 0 8 1 If a # 0 T a 1 4 0 & a a 0 4 1 t I a 0 1 a N q a a a D 1 0 0 f 0 t 0 a a h r I a M s a N I a 0 1 f 0 4 0 & I w IN 0 4 1 s 0 M a 0 0 1 N a I N F N 0 0 a 4 SectionIII: Services. . 9 4 0 r M B 0 9 t 0 6 P I h 0 a I INE11111111W N 0 r I w R w w I q h s N 0 0 s I a I I a 0 9 IS 0 4 N 4 w I a w I I I I d w I 1 0 0 a 0 * 0 1 0 1 N g N a a N a T N K IF N a a F 0 a 1 0 ff 1 0 9 0 M 1 9 1 1 * I w I R M M N N I z a K w w IF w 0 1 0 d 1 0 4 P a t 4 4 w N P f 1 1 4 7 w a IF S 0 N 0 0 w w k s & IN 0 a a 0 1 A a g a I a 5 SectionIV: Key Team Members...................................................................................................................................................... 7 SectionV: Similar Project Experience.............................................................................................................................................. 8 Section VI: Project Schedule. . F 0 It I a 9 In 2 6 A 0 1 1 * 4 6 9 SectionVII: Compensation.......................................................................................................................................................... 10 Appendix A: Signed Certification p SEC141®N I: FIRM INTRODUCTION Since 1977, HLR leas been working witi� communities to design vibrant places for people to live, work, and play. Our team is full of smart, driven people with an impressive range of experience, achievements, and backgrounds. When it comes to engineering, we look at things differently than other firms because we know that every project is unique, and every client deserves their own solution. If selected for this contract, our team will work with City staff and stakeholders to understand your needs, the goals of each project, and figure out the best way to bring it all to life without a cookie -cutter approach. Below, and in the following pages, we have provided additional details on who we are, what we do, and how we excel: Management Structure HLR is an employee -owned firm based in Elgin, Illinois. It was incorporated in Delaware in 1965. David Hinkston, PLS, currently serves as the company's President/CEO. The firm is led by a five -person Board of Directors and five additional officers of the company (all major shareholders). Because our employees are our owners, we have an added sense of responsibility to ensure that our clients' needs are met and they are satisfied with the results. Office Locations We have four office locations throughout Illinois, making us big enough to handle the largest projects, yet we're small enough to never lose sight of the personal relationships we make. 380 Shepard Drive Elgin, IL 60123 Tel. (847) 697-6700 Fax (847) 697-6753 6825 Hobson Drive, #302 Woodridge, IL 60517 Tel. (847) 697-6700 Fax (847) 697-6753 3085 Stevenson Drive, #201 323 West 3rd Street Springfield, IL 62703 Mount Carmel, IL 62863 Tel. (217) 546-3400 Tel (618) 262-8651 Fax (217) 546-8116 Fax (618) 263-3327 License and Certifications HLR meets the appropriate stale licensing requirements to practice in the State of Illinois as well as Indiana, Ohio, Wisconsin, and Iowa and is also prequalified by the Illinois Department of Transportation (IDOT) in 21 categories. We have provided a copy of our IDOT prequalification letter and State of Illinois license on the following page. Insurance HLR carries Professional Liability Insurance as well as General, Auto, Workmen's Comp &Employee Liability coverage. A sample certificate will be provided upon request. No Conflicts of Interest HLR does not have any personal or organizational conflicts of interest with the Cily of McHenry. Additionally, if selected for this contract, the firm will forgo contracting engineering work for any future non -municipal -funded development projects in the City for the duration of the agreement. Ftampion, Lenzini anti Renv�ich, Ina � 1 SECTION It FIRM INTRODUCTION IDOT faro-(:.lualitication LGL O)anti StatO of IllinoiS V1'0 OSSl0Ilal Design 1=irnT License: �j Illinois Department of Transportation 213 SoAl DYuen Pad A:1/tIms/627H Y,o.tttccr 18, 2016 ( SttiLcl PRELIMARY ENGINEERING Coistllant Unit ( Prcgvat6ca5m nw ( Da.id W*slon I W*'PTON, LENUA AND RENWICK INO. 390 St»pafd Deco Es¢ It. 60123 ( DialDhid 116AWA, ( %Ve harm eonplcted Dit tihkw of youf'Sa:MrCn1 of FrPcriErCo and Friwidal Ccnd 'on' ($cre) gfiKh )ou subnto.!&d for tya fiscal )oar "ng Dec 31. 2015. ( Yae Innis loll annual tanspoda!'an fee capaci:y NA be SMA011•000. Yox ffnys pa)Tos btrecn and fringo esrenso Ma wid general and adrKTssva ro ( mperdv rato lo'.a<:ng 147.00%a o apprornd on a p:oYisbnal basis. Tlx ra:v used in sg•ccowa rxyotatons may L•o yt18,ed try Wr Office to Wanly Co dance and t Rc•.ivx to a poaAa!d au] L YOJr fins is /c.)uicd to suten I an t'rtnjcd SEFC ttrrou A No Eng nKthg ( Prequaf'aton a Agrcemenl S)slem (CPAs) to tr ±s o1r" to coon any addions ce tcnov dch:sof)Ioensod piacsska nal Salariy UJxttaypetsMM Nat xo&J al"i your frnls io&wav'ca!�on In a pad:cuhr Cale"* Charrgea mnf bo ( sut+ttiyvd x>:t1s 1S ea'ondar Stall a tho ehango and to submiUM Weugh the En ne<fjnq Plvgialfc6on and Aamr.ern SystcTn (SPAS). j ( Yoo Um is pteQua%rtd unu Decad[rr 31. 2016_ You Wd to ghtn an addn:Onal six months from Oa dafo to suWk do ap *catfe patarn of tho'Slaternenl of ( Esrcrknco and Ftnanval Condr'on' (SEFC) to (main pfcyuaa5ed. li ( I STuray. I, I Phurom I.I. Addis Aeimj Bwcau CtiSt ( Btreal of Design d Em.tinora>ent 1 IVC (-'IIl (, SEfC PREOUALIFICATIONS FOR HAh)PTOtI, LENZI771 AND REII1'/1CK, INC. CATEOORY 6TATU6 SpeWl Ssa#es •Las=on DrzlY.sgs x S•nehr�ss-FEg4Aai. S"er¢a x k da+.[c Rapads-Wa•.ErAa)s: Cosf►yc X $r<citl i4niceS- Sir, eyrsg x s :gal S.4es - &yW Coxdna5on It Tiring (SCAT) x Loce-:ccr Deskn SaNas _ Reco+sYucWAV s;w RetuU_cn x SneW-es - tf�TAif Adsr<Ed TyF:cas x sal s ,seT. sa Ey x My'lnic Rsparts-Wawits)v Typical X Sp�rasl SEnices-Consevv on htr4coon x Sptial SvSfs _ FeaEikky x nydrsuCe Reports • PLrW S•a_cru x spxW ss,aas - Tra.a; SLrdS x Wg;Aa)s-Roads andSveels x Laa_or Ntgn Sv3es•ReA•ConsWcton'SL,-+x Rete-anr''on x SpEc.el Ss.rSes - Tra=e ShadEs x Sp-cel Sensces • Ekttrial Enjnr�wrirg x Luca on Design S%p S*s - REAana}on X Ert.'fQ <IW I Repods• Enilwin M.if AtmC :nwrd x FSgnaa,I - FresAa)s x S•.rucW.�s-FFYY+A-y-T)ptsi x X PREOUALIFlED A NOT PfiEOUA1.1F1ED. RE\nEWTHE LOIi!E)!TS UDDER CATEGORY VIESYFDR DETAKS 01 EPAS, S PREOUALIFlED, BUT WLL NOT ACCEPT STATE!A ENTS OF INTEREST 1( Y, .n1 -- .�n1 , ,I;.r'`,- rV.!/-,• - - :\i�i '. as:• -. \�..r, ..r�: f ' ry Y?, ,I�. ,F I% ,Ii •)I ( \ Department of Financial and Professional Regulation Division of Prolessional Regula(lon { ( Tr; r='T;r. Anc• Cc- VV 11-_ v:ct rsr 2;y4I 1 M I i1 Tt ITC fstt Vipa LICEIISZ NO. Aq Re I't4JYa II4.Il0s S:1.Xi WAG tnet llpCimew's1 L•II.1 ts" EXPtAES 184.000959 :r0te' Q'"r.: y.ym,nrx,atsh 0 130/2017 { ,t PROFESSIONAL DESIGN FIRM { t LS/P EIS E ( \` CORPORATION ( 380 SHE LARD LENZINI AND RENWICK ING I �' ELGIN,IL 60123 ( `< (1 f 1 j .tl•- /% ' it?.,rL` EA rII.A G:Ix,FC+14�CSM.1 WtT�. 1lY aTLYlq'Yl; ( ;S1 el PyPZ er ucrtrem \ orFTm (S TrvsaNewls.at.f2C4 isIcerReca-Ibewf:9slnbov@vAtprxom 969213 r ( ( ( Hampton, Lenzini and Rem/lick, Inc. 12 SEC I ION I: I=1RM INTRODUC I IC)N < McHenr�Tl1;;, Services ovided In House HLR offers a wide range of services to meet our clients' needs on a variety of projects from streetscape and multi -use path upgrades to utility and native area enhancements. Our team regularly works with municipalities and IDOT Local Roads to coordinate agency projects and deliver improvements to local communities. The following is a list of services provided by HLR in- house: Preliminary Engineering Feasibility Studies Public Involvement Intersection Design Studies Federal -Aid DOCLImentaHon(Reports Grant Applications & Assistance Design Engineering Roadway/Stormwater Improvements Lighting Evaluation & Design Development Plan Review ADA-Compliant Design and Planning Pavement Evaluation/Maintenance Construction Engineering Construction Observation Public Relations/Coordination Erosion and Sediment Control Construction Layout/Verification DocumentationACORS/eField Repor ling Structural Engineering Traffic Engineering Land Surveying and Acquisition Bridge and Retaining Wall Rating Traffic Signal/Interconect Design Optimization/Re-Optimization Signal Coordination and Timing Temporary Signal Timings Traffic/Speed/Safety Studies hic/Route/Boundary Surveys GIS Services Environmental Services Water/Wastewater Asset Management Utility Mapping System Modeling Database Design Training NPDES Documentation Ground/Surface Water Source Design Firm Resources HLR is fully staffed and equipped to provide all design and construction -related services for any project. Our staff consists of a team of engineers with extensive experience working directly with many jurisdictions, municipalities, and counties within Illinois. HLR's technical staff currently includes: ■ 27 Licensed Professional Engineers ■ 4 Licensed Structural Engineers • 2 Professional Weiland Scientists ■ 4 Certified Professionals in Erosion and Sediment Control ■ 2 Certified General Appraisers ■ 1 IDOT-Approved Negotiator ■ 4 Certified Arborisls ■ 14 Certified IDOT Quantity Documentation Inspectors ■ 3 Certified Public Infrastructure Inspectors I lamplon, Lcnzini and Remvicl<, Inc, � 3 I SECTION II: PROJECT UNDLRSfANDING klC']11'y��; As one of the fastest growing counties In Illinois, the City of McHenry is consistently looking for ways to enhance its community. With commuter traffic increasing, lighting will play an important role in keeping drivers and pedestrians safe. We understand the City is now seeking a firm to provide design engineering services for the Elm Street lighting improvements. Our goal will be to improve the public's safety, while maintaining McHenry's small town charm. The scope of work includes, but is not limited to, a topographic survey with utility data collection, Phase I engineering for a State - approved CE, preparation of plans, bid documents, engineers estimate, and QC/QA process to ensure the project meets IDOT and City standards. If awarded this contract, HLR is committed to performing the requested services on time and in a manner that meets the scope described in your Request for Proposal (RFP). We will also adhere to your deadlines and maintain continual and open communication with City Staff, as we believe these are the essential components of any project. Critical Protect Components Our learn reviewed project plans and specifications, and walked the project site to gain a better understanding of potential challenges. Photographs and notes were recorded, keeping in mind the following considerations: • Illinois Transportation Enhancement Program (ITEP) Funding Securing ITEP funding is critical to the success of this project. ITEP funding works on a two-year cycle, with the next proposed call for projects in spring 2018. Lighting is eligible under the Landscape/Streetscape and Other Scenic Beautification category at 50% Federal funding. All applications are reviewed by IDOT employees and other agencies, with projects that receive a sufficient rating moving on to the ITEP Selection Committee. During her time at District One Local Roads, proposed Funding Specialist, Amy McSwane, participated in preliminary reviews, and therefore understands what IDOT prefers in their applications. Extra points are awarded to projects with mostly complete engineering. Since Phase l and 11 will be mostly complete, and the next round for funding is in 20181 Elm Street should receive those points. ■ Street Light Design Based on our review of the project site, there are five sets of lighting calculations needed: the five -lane section between Green Street and Court Street, the five -lane section with parking between Court Street and Riverside Drive, the bridge with lighting on one side only, and the signalized intersections at Riverside Drive and River Road (Green Street appears to have been updated recently). The lighting requirements will be slightly different for each area. Per IDOT guidelines, photometric calculations will be prepared for three light fixtures that meet State requirements. Because contractors will be allowed to pick their preferred fixture, there is no guarantee that the lighting on Elm Street will match Richmond Road. We propose using the same three fixtures that were available on Richmond Road. To avoid impacts to the structure, we also propose maintaining the existing street light foundations on the Fox River bridge. • Environmental Evaluation The excavation for new light poles will require the completion of an Environmental Database Review (EDR). The EDR will be used to complete the Special Waste Screening part of the Environmental Survey Request, as well as CCDD Form 662. Since there is no proposed right-of-way, tree removal, or wetland impacts/in-stream work, cultural and biological clearance should not be required. HLR's environmental department will be on -calf to provide support during the improvements. • Federal Process Since the improvements will use federal funding, the project will be processed through IDOT Local Roads, HLR has extensive experience maneuvering projects through the federal process, ensuring they maintain their federal eligibility. Phase I will require the Bureau of Local Roads (BLR) Categorical Exclusion State Approval form, a State PESA, Environmental Survey Request (ESR), and all other necessary forms and coordination required by IDOT. The project will move into Phase II design where Pre -Final and Final submittals will be made to Local Roads for review and comments in accordance with the desired letting date. Recently, HLR has performed many similar projects, including: - City of DeKalb: I<ishwaukee River Bike Path (Phase I and II) -Current - City of Woodstock: Lake -South -Madison Roundabout (Phase I, II, and III) -Current - Village of Arlington Heights: U.S. 14 at Wilke Road (Phase I, ►I, and III) - 2011 Kane County Division of Transportation: Longmeadow Parkway (Phase I and [1) - 2016 Hampton, l_enzini and Ren:vicl:, Inc. � �i SECTION III: SERVICES Scope of Work Our team has significant experience with lighting improvement projects. We can perform all services outlined in the RFP. We anticipate the following steps needed to complete this project on -time, within budget, and with the least impact to residents. We look forward to working with City staff to fine-tune this approach and meet your exact needs. Kick -Off Meeting i McHenry(i �a���r� ©HLR will participate in a kick-off meeting with the City and IDOT to discuss desired outcomes, potential issues, and schedule. Survey We will utilize a one or two person survey crew with GPS and robotic survey equipment to collect all physical features and ground elevations between the back of the curb and the existing right-of-way on both sides of the street. The project area is anticipated to be between the existing right-of-way of Green Street on the west and River Road on the east. Horizontal control will be based on McHenry County Geodetic Monuments jointly established by the McHenry County Division of Transportation and IDOT. These coordinates are in reference to NAD 83. Vertical control will be based on McHenry County benchmarks and orlhometric elevations derived from GPS observations based on NAVD 88 datum. If necessary, tie points for all benchmarks and control points will be established. Prior to any survey activities, HLR will coordinate with the City to notify each property owner of our specific activities. Preliminary Design HLR will prepare preliminary plans for the lighting improvements and ensure that the design meets IDOT standards. These will include plan and profile sheets, typical cross sections, drainage and utility plans, and the engineer's estimate of cost. This design will be used for the ITEP application and to discuss details of the project with the City, IDOT, utilities, adjacent property owners, and other interested parties. Phase I Engineering The proposed scope appears to meet ilia criteria for processing as a Categorical Exclusion State Approved project (evithout report) through the IDOT Bureau of Local Roads. As such, only a CE I Approval Memorandum (BLR 19100) is required. Discussion of the project at a regularly scheduled Federal Highway Administration (FHWA) and IDOT coordination meeting is not required. However, a meeting can be requested by the City, IDOT, or the FHWA. Since the project is being processed through the BLR as afederally-funded improvement, a separate IDOT permit for the proposed work will not be required. An Environmental Survey Request (ESR) should not be required, however, due to work within the state right-of-way, the Special Waste screening portion will need to be completed. ITEP Funding Application The ITEP application vrill be due in June 2018. Based on the previous application cycle, HLR or the City will set up a in and password to complete the online application. We will prepare a detailed cost estimate, exhibits showing color photographs, and required project location maps. We will coordinate with the City to complete letters of support, a government resolution, and the Local Assurance page, to be signed by the public agency. Harnpion, Lenzini and Remvicl;, Inc. � 5 SECTION III: SERVICES Plan Flnalizationl6id Documents McI�em r; ;,,,, ; : HLR will finalize the plan and bid documents in accordance with requirernents of the Bureau of Local Roads and all necessary conditions of the funding. An agreed -upon IDOT letting (late through IDOT District 1 will be targeted. To remain on schedule, the Pre -Final and Final Plans with Bid Documents will be transmitted to the Department on the specified dates. The following plan sheets will be included in the set and produced by HLR: ■ Cover Sheet Intersection Grading Plan ■ General Notes N Island Details ■ Summary of Quantities a ADA Ramps ■ Typical Sections ■ Pavement Marking and Signing Plan ■ Schedule of Quantities ■ Landscaping Plan ■ Alignment, Ties, and Benchmarks ■ Traffic Signal Plans ■ Removal Plan a Fiber -Optic Interconnect Plan ■ Plan and Profile K IDOT Lighting Report ■ Temporary Signals W Boring Log, if necessary ■ Soil Erosion and Sediment Control Plan ■ Cross Sections ■ Drainage and Utilities Plat ■ Special Details ■ Plat of Highways ■ Standard Details Clean Construction Demolition Debris (CCDD) HLR will conduct research for Potentially Impacted Properties (PIP's) for soil contamination and progress through the necessary steps to obtain an [EPA 662 permit. Quality AssurancelQualityControt HLR will perform necessary Quality Assurance/Quality Control (QA/QC) throughout the project. QA/QC will be performed by a senior staff member to ensure there are no errors and project goals are met. This is an important step, as many mistakes can be eliminated before field changes, schedule impacts, and material/cost overruns occur. Final Plan Delivery HLR will deliver the plans/specifications and bid documents to IDOT by the agreed -upon letting dale in the required format. I lampton, Len�ini and Ren�:�icl<, Ina � 6 SECTION IV: KEY TEAM MEMBERS V HLR, we assign staff to a project based on their prior experience and technical expertise in the scope of work anticipated. Once assigned to a particular project, he/she will be involved in that project from beginning to end. By utilizing the same personnel throughout the process, we can maintain continuity with the City and effectively communicate during the improvements. The following organizational chart illustrates HLR's proposed team for these improvements. Resumes will be provided upon request. � TT�� lYACuuI, 1enry o •o•-Contact Ryan Livingston, PE r livinzston fa h ire mcom r Agency and team collabotaLion specialist; coordinates Hill services vdri,e sewing as single point -of - contact for municipalclients Project Engineer DirkYuill 1 dwillPhlrenzcom �;- Roadway Lighting Level1; munlclpalstreelscape,water / main, sidewalk, and asphalt I �resurfacingdesign experience Dan Sherman, PE y Eric Haglund dshermamOhireng.com ,r. �"'� gJlaglundf�hlrenx.com it years of municipal and state Directs survey and layout crews; funding Phase I experience; GIS/GPS specialist; prepares design and construction monument records, right-of-way knovdedge plats, and legal descriptions Fund _ Specialist Amy McSwane, PE, P70E amcswaneRhlrenp_com �s PreliminaryEng'meering Manager, funding specialist; previous IDOT Phase I Project Manager Hampton, Lenzini and Renwick, Inc. � 7 SECTION V: SIMILAR PROJECT EXPERIENCEAll C iCCI r),ri;;; Past performance is the best indicator of how a team will perform. From major -scale engineering projects to the beautified turn of a public street, HLR is known for delivering improved infrastructure and design solutions that create better -functioning communities and a healthier environment. The information below highlights our firrn's experience in relation to the scope of service items listed in the RFP. We encourage you to contact our references for these projects. We are proud of our contributions to these improvements and their many benefits to the community. Center Street Lighting —City of Sandwich Torn Horak, Superintendent of Public Works 815-786-8802 HLR was contracted through the City of Sandwich to develop a plan to provide ornamental street lighting for Center Street between Green Street and Main Street. HLR utilized existing plans and locations of street light foundations that were prepared as part of the roadway reconstruction project. Our team worked with the City to choose lights that would illuminate the street and pedestrian facilities while fitting with the historical downtown setting. HLR prepared a plan for the lighting controller that would be expandable as the street lighting is eventually Implemented throughout the City. The cable sizing was calculated for the current and future Implementation and incorporated in the plan. I-cJ0 at Irene —Illinois State toll Highway Authority Manny Lao, 1STHA Project Manager 630-241-6800 HLR developed construction plans utilizing the remaining funds in a Traffic Design upon Request Contract. Due to the tight time frame, HLR developed a schedule that would be utilized to provide Preliminary, Pre -Final, Final, and Advertisement Plans and Bid Documents, We completed a survey of the interchange quadrants that would be used for ramp construction. Geometries of a westbound auxiliary entrance ramp and eastbound partial clover exit ramp were developed and approved by ISTHA staff. HLR plans included the development of alignments, maintenance of traffic, plan and profiles, guardrails, intersection details, super elevation transitions, stormmwater infrastructure, stormwater detention, landscaping, soil erosion and sedirnent control, traffic signals, electronic toll plazas, lighting, a structural retaining wall, and cross sections. {(ishwaukee Bike Path —City of DeKalb John Laskowski, Ci[y Engineer 815-748-2030 HLR developed a Phase I and Phase II plan for a bike path chat would connect ! '•� i , •_ ' ' `�- ` - the existing paths from Northern Illinois University to Prairie Park. 1 1�~ ': Ise r!^' . It Is t r a Is mid - The project started with topographic and stream surveys of the Kishwaukee River and potential sites for the path alignment. Coordination was necessary with both the City of DeKalb and DeKalb Park District to determine a desirable location for the proposed path to reduce tree and wetland impacts. The Phase I Project Development Report, necessary for the Enhancement Funding, has been completed, the required land acquisition is nearly complete and the Phase II construction plans and bidding documents portion of the project is also nearly complete. A March 2017 letting is planned for this project. Hariipicn, Lenzini and Renwick, Inc. � 8 3ECTION VI* PROJE_CT sCHLIDULL �__� McHe>1i,y of , We have developed a project schedule identifying key milestones associated with this project. HLR understands that the ITEP application time frame is much longer than the project time constraints. We propose to have the Phase I plans approved and Phase 11 plans in review at IDOT so that as soon as funding is approved, the project can be let. The current call for projects was due in June 2016, with the final selection in September 2016, We assume the cycle will be similar in 2018. Based on the Phase 11 due dales, it appears the first available letting will be January 2019, Once the agreement is approved, we anticipate the following schedule to complete engineering for the Elm Street Lighting improvements: Authorization to Start —tack-Off Meeting April 3, 2017 Topographic Survey and Data Collection ITEP Application Deadline Categorical Exclusion State -Approval (Phase 1) Utility Coordination Lighting Calculations Preliminary Project Plans, Specifications, and Cost Estimates City/IDOT Review Process Final Project Plans, Specifications, and Cost Estimates Letting Coordination with City Staff May 31, 2017 June 2017 November 30, 2017 Summer 2017 Fall 2017 December 2017 Winter 2017/2018 October 2018 January 2019 On -going throughout duration of the improvements Flarnpion, Lenzini and Renwick, Ina � 9 EIJR pity of McElenry Elm Street Lighting Improvements Scope of Services & WorkmHour Breakdown Hours by Employco Classification E1 'r2 T'J S2 Description E6 ES E4 C3 E2 EM2 AD2 Hours Foo Phase 11 Design Attend kickoff meeting with C• staff 3 3 6 $ 710.70 Utili Coordination 6 _ 4 _ 10 $ 14001,16 Cover sheet ooneral notes, typical sections, alignmenUties, SOO 4 4 8 16 $ 1.466.72 Plan & profile (3 sheets, 20 scale, double P&P)' 8 32 20 _ 60 $ 5,306.56 Calculate voltage drops for proposed and future lighting system 8 8 S 873.44 Determine required cable sizing 8 8 S 873644 Prepare photometric calculations based on selected poles (3 manufacturers) 40 40 S 4,367.20 Controller design 8 8 $ 873,44 Lighting Plans and Wiring Diagrams 16 16 $ 1,746.88 Temporary Lighting Plans 24 24 $ 2,620.32 Details, standards 8 8 $ 873A4 Quantities, schedules' 2 12 6 20 $ 1,751.00 Specifications 16 16 36 $ 34378652 Estimates' 2 2 12 16 $ 1,470.84 IEPA CCDD permit #662 24 24 $ 2,842.80 Prepare report for Bureau of Electrical review and revise per comments 24 8 32 $ 34122.96 Milestone Submittals 4 6 6 16 32 S 39024.08 Sub Total = 0 0 3 6 183 82 54 3 0 24 0 364 $ 36,303.50 Task started during Phase I -information needed for ITEP application Coordination, Quality Assuranco, Projoct Administration QC/QA review of PS&E 8 _ _. __ 8 i,02 . Pro'ect Administration 8 2 10 $ 1,268.96 Sub -Total = 0 0 19 0 5 6 8 0 0 0 2 40 $ 4,418.70 Direct Costs = $ 350.00 Total = 2 12 32 6 195 83 72 Di23 40 30 2 511 $52,525.80 Direct Costs Environmental Database Review $ 350.00 Certification hereby certify that the information contained in this t'roposal, including all attachments thereto, is true and accurate to the best of my knowledge. Name: Signature: Title: Firm: Date: David Hinl<ston Pr•esident/CE0 Warnpton, Lenzini and Renwick, Inc. March 13, 2017 Presented To Suhmitted ay If, 1=I RGroen Chad Pieper, PE 420 N. Front Street, Suite 100 McHenry, Illinois 60050 Phone 815.759.8346 Email cpieperQhrgreen.com Cover Letter Project Understanding Scope of Services Compensation Project Schedule I I Project Team Chart Appendix Certification Form - Signed Professional Services Agreement Modifications T11AN5P0{31AlIUN I CUNSTfiUCTION I WAI'�11 I GOVGIiNMI;NYAI� ��I�VIC�S I LAND DIV�I,OPM�NT I �N�I�GY h 47.0 North front Street I Suhe 100 i McFlenry, II. DDD50 Win 815.365.1778 fax 816.385.1781 March 13, 2017 City of McHenry Public Works Department Jon M. Schrnitt Public Works Director City of McHenry 1415 Industrial Drive McHenry, IL 60050 RD: Proposal for Clm Strout Lighting hnprovomonts Professional Engineering Services Dear Mr. Schmitt: II 1I li III 1 r7 1: II LI HR Green, Inc. (HR Green) is pleased to submit a Proposal for the Elm Street Lighting Improvements Professional Engineering Services opportunity. HR Green understands the important role that modern lighting plays in the Cily's vision for the community. We would be honored to help with this project and continue to update and enhance the streetlighting that began with the IL Route 31/Route 120 project. If you have questions about our proposal or would like additional Information about HR Green, please contact Chad at 815.75g.8346 or Tim at 815.759.83281 Thank you for the opportunity to present s proposal. We look forward to continuing our work with the City. Sincerely, flit GIIGF.N, INC. �Y Chad Piepor, PE Municipal Services Manager Governmental Services: Midwest f�rincipal/Vice President Practice Leader - Governmental Services: Midwest The City of McHenry is intending to replace the aging and insufficient lighting along Elm Street kit. Route 120) between Green Street and River Road. This project will enhance the lighting on the sidewalk for pedestrian safety. At the same time, all IDOT requirements for roadway lighting will need to be met. This will produce a lighting project that is similar to the lighting installed as a part of the IL Route 31/ Route 120 improvements, recently completed by HR Green. The City also desires to apply for ITEP funding for this project. This is also similar to the IL Route 31/ Route 120 improvements as HR Green assisted the City in securing nearly $1 million in ITEP funding, reducing the City's share to roughly $20,000, As a requirement for ITEP funding, a Phase I Project Development Report (PDR) must be approved prior to the application for ITEP funds. HR Green has streamlined the process of getting approvals for these types of projects. The Phase I can be approved utilizing the BLR Form 19100 along with the required exhibits, simplifying the overall process and expediting IDOT approvals. Since IL 120 is a State Route, it will require submittal of an ESR (Environmental Survey Request) for Special Waste clearance. It is also anticipated that one (1) coordination meeting with IDOT and FHWA will be required. It will take approximately 12 months before we can receive IDOT approval of the Phase I, which will coincide with the anticipated next call for applications for ITEP projects. -IR Green aSSISteC,I the Clty in SeCLlling nearly �-1 1111111Qn In ITEP (I.InCling 101'i11e IL [route 3-1/1 OLIte -120 project, reducing the City's share Ato roughly 2.0,000 The next call for grant applications for ITEP funded projects is anticipated to be in spring of 201II. The applications are typically due in June. HR Green has a proven record of success in obtaining ITEP funds, most recently securing ITEP funds for two City Bike Path projects and the previously mentioned funds for the lighting on the Route 31/120 project. The most important part in completing this application will be making a strong case that the Elm Street project is the most qualified project to receive ITEP funds, in addition to completing the appropriate forms and collecting the supporting data. The City Council will need to pass a resolution indicating support for the City's financial share of the project. We will also assist the City in soliciting letters of support from the local politicians. The lighting design will be a continuation of the lighting done by HR Green on the previously mentioned project. This design will be required to meet IDOT's lighting standards for photometrics and glare. It is anticipated that a minimum of two (2) circuits will need to be installed, similar to the previous project, to help guard against all of the lights going out at once. It is likely that one new lighting controller will need to be installed for this project. A quick review of the lighting fixtures used in the previous project showed that the fixture used has been discontinued, but a suitable replacement has been found. It has also been determined that it will be most economical to keep the lighting on the north side of the bridge, as it will be possible to meet IDOT's requirements from the single side. Adding lights to the south side of the bridge would require extensive work on the parapet walls, which would result in added cost to the project. Phase II engineering would consist of the typical design services for the lighting project. This would include development of the wiring diagrams, load tables, photometric calculations, voltage drop calculations, and electrical details. This phase will also include all of the coordination with ComEd and IDOT. The deliverables anticipated from this phase include the project plans and specifications for bidding, and an Engineer's Opinion of Probable Constriction Costs. Project management and QA/QC occur during this phase as well. It is anticipated that this project will be on a local letting. Proposal for p6n Street Lighting Improvements -Professional Engineering Services M en HRGreen City of Mcl leery HR Green (COMPANY) will prepare a phase I Project Development Report (PDR) for the Elm Street Lighting Improvements as described in this document. The Phase I PDR will be prepared to Federal Standards using IDOT's BLR Form 19100 along with the required exhibits. Approval of this PDR is required to submit for ITEP funding. 1) Special Waste An Environmental Survey Request (ESR) will be processed for special waste screening since there will be excavation within IDOT ROW. HR Green will coordinate with IDOT, who will perform the Special Waste survey. Upon receipt of a PESA, an appropriate response will be submitted on [DOT forms. 2) Data Gathering/Survey &Preliminary Survey information will be taken from HR G information from IDOT related to the bridge HR Green will coordinate with utility compa this information on a CADD base map. Current, utility atlases will be obtained from and any associated services. Storm sewer I�roject Coordination reen's survey data from the Rt. 31/Rt. 120 project, GIS data and over the Fox River. Hies to obtain maps of utilities within the project limits and place the City showing locations of water main, sanitary sewer main, will be required if available, otherwise, field collection of this information will occur during the site visit. HR Green will coordinate a project kick-off meeting with IDOT for both phase I &II concurrently. One Federal Highway Administration (FHWA) coordination meeting will be required and attended by HR Green. 3) IT�h Grant Application HR Green will complete all necessary documents for submittal of an Illinois Transportation Enhancement Program (ITEP). This will include a preliminary design of the lighting, and engineer's opinion of probable construction costs and any necessary exhibits. HR Green will coordinate with local politicians to gain letters of support for the project. These documents will be completed for submittal during the anticipated call for projects in the spring of 2018. F�WA�R II HR Green (COMPANY) will prepare phase II contracts plans, special provisions, and other related phase II documents as noted in this scope of work for the Elm Street Lighting Improvements as described in this document and as noted in the final phase I documents. Final Documents for this phase include the corplete Bidding Documents including Final Approved plans and specifications and an Engineer's Opinion of Probable Construction Costs. 1) Design Guidelines The phase II engineering anti contract documents will be developed according to IDOT, and applicable local requirements. These include the following design guidelines and ordinances; MPeary HRGreen Proposal for Ehn Sire2t Lir�htinn Improvements -Professional Ennineering Service s City of McHenry 1 2 2 a. Bureau of Local Roads (BLR) Manual; b. Bureau of Design and Environment (BIDE) Manual; c. IDOT Drainage Manual; d. IDOT Bridge Manual, e. Traffic Lighting Guidelines for IDOT, District 1, and f. McHenry Storm Water Ordinance 2) Lighting Decorative pedestrian/roadway lighting is proposed for the entire corridor along Rt. 120 (Elm Street) from the intersection of Green Street, east to the Intersection of River Road. The existing lighting will be removed and replaced with the new lighting system. This lighting will be designed to resemble the lighting that was installed as a part of the Rt. 31/Rt. 120 Intersection Improvements, also completed by HR Green. The lighting will be designed to meet IDOT Standards. The specialized lighting design services will be completed by Ames Engineering, Inc. who will be a subconsultant to HR Green. Ames Engineering will review the existing lighting and coordinate the proposed lighting improvements with the City, ComEd and IDOT. Ames Engineering will perform photometric (AGi32 software) and voltage drop calculations in accordance with the policy set forth by [DOT, District One. Ames Engineering will prepare a preliminary lighting layout for submittal to the CITY and IDOT. Once approval of the preliminary lighting is received, lighting plans and specifications will be prepared. Temporary lighting will not be included in the project. Maintenance of Traffic design will not be completed as it is anticipated that any on -street work can be done under [DOT's highway standards which will be included. Ames Engineering will be providing lighting plans, pay items, details, quantities, and specifications that will be inserted into the final contract plans, estimates and bid documents for the various submittals to the CITY and IDOT. The following will be provided as part of the roadway plans for this project: a) Schedule of Quantities, Notes &Legends b) Removals Plan c) Proposed Lighting Plans d) Wiring Diagrams/One-lines e) Voltage Drop Calculations f) Service Details g) Conduit and Cable Details li) Pole and Luminaire Details i) Foundation Details j) Controller Details I<) Specifications I) Engineer's Cost Estimate Proposal for Elm Street Lighting Improvements - Professional Engineering Services 11-1t71 �_ .- I-IRGreen City of McHenry 13 3) Topographic survey Survey data gathered during the Phase I process will be used for the design phase. b) c) 5) 6) a) b) Meetings &Coordination The following meetings are estimated; i. At the City (1) Review plan comments —pre-final (1 meeting) (2) Coordination with City (2 meetings) ii. At IDOT (1) Kic{<aff Meeting with IDOT Local Roads (1 meeting) (2) Coordination with Utility Companies (1 meeting) (3) IDOT Electrical (1 meetings) Meeting Requirements: i. HR Green will have one (1) representative at all meetings ii. HR Green will prepare the meeting minutes A maximum of three (3) hours per meeting have been allotted, including meeting preparation, travel time, and the preparation of the meeting minutes Coordination i. HR Green's coordination effort will include: (1) Project related discussions with the City, IDOT, and the utility companies Administration &Management A monthly progress report will be provided to the City; Proper invoicing; Internal coordination and staff meetings. QA/QC QA Audits i. HR Green will perform QA audits of the project documents to ensure the project staff is following the established procedures. Peer Reviews i. Prior to all milestone submittals to the client, internal peer reviews will be performed on all materials. Proposal for klm Sireet Lighting improvements -Professional Engineering Services HRGreen Cily of Mcl Ienry 7) Submittals a) During the development of the contract plans and specifications, interim submittals will be made to the City and IDOT. Two submittals will occur: pre -final (90%) and final (100%). Comments received will be addressed and a disposition of comments will be prepared by HR Green. b) c) (1) Pre -final submittal (90%) i. The pre -final submittal (901/o) will include the following: (1) Contract Plans (a) Index/General Notes/Standards (b) Summary of Quantities (c) Proposed Improvement Plans (20 scale, 2 view) (d) Lighting Plans and Details (e) Miscellaneous Details (f) IDOT Standards (2) Special Provisions (3) Estimate of Tirne (4) Opinion of Probable Construction Cost The following will be submitted to the City for review and comment: (1) Two (2) 11" x 17" paper copies of the Contract Plans (2) Two (2) copies of the Special Provisions (3) Two (2) copies of the Opinion of Probable Construction Cost (4) Two (2) copies of the Estimate of Time iii. The following will be submitted to IDOT for review and comment: (1) Six (6) 11" x 17" paper copies of the Contract Plans (2) Two (2) copies of the Special Provisions (3) Two (2) copies of the Opinion of Probable Construction Cost (4) Two (2) copies of the Estimate of Time iv. Submittals to the City and IDOT will occur concurrently. Final submittal (100%) i. The plans will be revised per comments on the Pre -Final Plans (90%) received from the City and IDOT. Contract Plans (a) Index/General Notes/Standards (b) Summary of Quantities (c) Proposed Improvement Plans (20 scale, 2 view) Proposal for Elm Street Lighting Improvements -Professional Enc�ineerin� Services 15 HRGreen City of Mcl Im�ry HRGreen City of Mcl Im�ry (d) Lighting Plans and Details (e) Miscellaneous Details (f) IDOT Standards (2) Special Provisions (3) Estimate of Time (1) Opinion of Probable Construction Cost ii. The submittal to the City will include: (1) Two (2) 11"x 17$1 paper copies of the Contract Plans (2) One (1) 24" x 34" paper copy of Contract Plans (3) Two (2) copies of the Special Provisions (4) One (1) copy of the Opinion of Probable Construction Cost (5) A PDF of the plans, cost estimates, estimate of time, and quantity calculations iii. The submittal to IDOT will include: (1) One (1) 22" x 24" Mylar copy of the Contract Plans (2) Two (2) 11" x 17" copies of the Contract Plans (3) Four (4) copies of the Special Provisions (4) Four (4) copies of the Opinion of Probable Construction Cost (5) Four (4) copies of the Estimate of Time iv. Submittals to the City and IDOT will occur concurrently v. It is assumed that the project will be placed on a State letting. II Yi-�� Proposal for Ehn Sireet Lighting h7iprovements -Professional En�ineerin, Services HRC=,teen City of McHenry fi NCB T Included in Project Scope. The following services are not included in this scope of services, but are available from HR Green under a separate contract at an additional cost. 1. Right of -way Right of way acquisition for this project will not be required. All work is to occur within the roadway's right of way. 2. Traffic Signal Wor{< No signal related work is included in this scope of work. 3. Streetscaping It is understood that at this time, additional, minor streetscaping items may be considered by the City but are not included at this time. 4. Temporary Lighting Temporary lighting will not be included in the project. 5. Bidding Services Bidding services including answering questions, attending bid openings, and creating recommendations of approval, are not included at this time. 6, Public Involvement No public involvement including meetings, flyers or other coordination is included. 7. Environmental Studies. No environmental studies, such as wetland delineations or drainage studies will be included. 8. ADA Improvements Since the handicap ramps were improved by IDOT during their recent resurfacing project along this corridor, it is assumed that no further ADA improvements will need to take place at this time. Proposal for Elm Street L{flhtind Improvements -Professional Enflineerinfl Services 17 er HRGreen City of Mcl leery I'II110t I LN(;IiVI;LII Item Task Hours U 1. Prepare and submit ESR 16 $21000.00 2. Prepare and submit PESA Response monalmor 12 $1,500.00 Meetings with FHWA and IDOT (assumes Phase I & II meeting concurrent) 12 $21200.00 3, and is as needed. 4. Prepare preliminary EOPC 2 $250900 5. ITEP grant application — Prepare and submit 10 $11250.00 6. Complete PDR using BLR 19100 and required exhibits 10 $21000.00 7. Administration 8 $720900 Subtotal: 70 $91920.00 I'FIAs'E II FNGINi�f�lilNt, 1. Cover, general notes, legend, and schedule of quantities (3 sheets) 14 $12640.00 2. Proposed lighting /with removal plans (2 sheets) 60 $6,920.00 3. Wiring diagram/load table (1 sheet) 14 $1,620,00 4. Electrical detail sheets (5 sheets) 10 $11160.00 5' Photometric calculations (mainline, bridge, intersections at Green Street, Riverside Drive, and River Road) 16 $1,840,00 6. Project specifications and special provisions 20 $3,350.00 7. Voltage drop calculations 4 $460.00 8. Field visit (2 field trip) 4 $460.00 9. RFIs/post-design services 12 $11608.00 10. Engineer's cost estimate 6 $915,00 11. Coordination with ComEd 4 $460.00 12. Coordination with IDOT 4 $460,00 13. Project management and administration, and coordination with City staff 20 $2,770,00 14, QC/QA 4 $760.00 Subtotal: '192 $24,423.00 PROJ[:C I SUMMITRY II``Jl �� ~� Proposal for Elm Street Lighting Improvements -Professional Engineering Services - HRGreen Ciiy of Mcl leery en fl.M STREE I LIGHTING IMPROVEMENTS PROJECT )1ho Notice to Proceed • . April 3, 2017 ESR Submittal April 10, 2017 IDOT Phase I & II Kick-off Meeting April 18, 2017 FHWA Coordination Meeting May 2017 (If needed) ESR Anticipated Approval October 2017 PESA Response / Phase I Approval October 2017 PSI Anticipated Approval April 2018 ITEP Submittal May 2018 Notice of ITEP Award October 2018 Phase If Engineering October 2018 - January 2019 Bid Letting January 2019 �� ���� Proposal for Ehn Street I_icPubin� hnprovements - Professional En�rneerinc� Servlees HRGreen City of McHenry ML�n Our proposed staff are available to provide the required scope for the services that will be needed to support the City's needs for Elm Street Lighting Improvements. HR Green has a staff of over 420 employees. Our local professional staff has extensive experience in various general civil engineering -related projects including street lighting improvements in McHenry at Illinois Route 120 at Illinois Route 31. AMES GNGINCEHING, INC. HR Green is proud to partner with AMES Engineering to provide the project's lighting design services, AMES specializes in lighting and electrical design for transportation projects and has successfully tean�ed with HR Green in the past, including on the City's recent Route 31/Route 120 project. AMES also provided engineering design services for the preparation of contract plans, specifications and estimates for lighting plans for the project in the City of McHenry at the Miller Road Intersection with Green Street and River Road. In addition, AMES completed a project for McHenry County on Johnsburg Road (Ivy Lane to Chapel Hill Road) and provided engineering design services for the preparation of contract plans, specifications and estimates for lighting plans at two intersections, one of which is a roundabout, decorative street lighting plans along Johnsburg Rd.. between the Intersections of Spring Grove Rd. and Chapel Hill Rd. Proposal for Elm Street Lighting hnprovements -Professional EnyineerinH Services I-IRGreen City of McHenry 10 oftilo if w i CertiflCatlOn I hereby certify that the information contained in this ProF�osal, including all attachments thereto, is true and accurate to the best of my knowledge. Name: Signature: Title: V.P. Governmental Services Midwest 1=irin: HR Green, Inc, Date: March 13, 2017 City of McHenry Revised 1/1/17 Professional Services Contract Professional Services Contract Between The City Of McHenry And [Insert Name Of Consultant] For [Insert Type Of Services] Services For [Insert Name Of Project] City of McHenry Professional Services Contract Professional Services Contract Between The City of McHenry And [Insert Name Of Consultant] For [Insert Type Of Services] Services For [Insert Name Of Project] TABLE OF CONTENTS ARTICLE 1. THE SERVICES ........................................................................................................1 1.1 Intent........................................................................................................................1 1.2 Services....................................................................................................................1 1.3 Project Time............................................................................................................1 1 A Term; Extensions. . 6 0 a 6 a & 0 0 6 a 0 0 a a 6 & 6 6 & a a 0 0 * 6 6 6 6 6 6 & & 0 0 a & & & 6 & 6 a a * 6 & & & & & * & & & & * a & & & 0 * 6 0 a & & 0 0 * a 6 0 * * 0 0 & 0 6 a 0 a 6 * * & * a 0 a 0 * & 0 # 0 0 0 1 1.5 Other Contracts. . 0 0 0 0 0 9 4 0 9 0 0 0 0 0 0 0 0 0 q 6 & a a 0 6 a a 6 6 a a a 0 6 a 0 6 * a * & & & & 6 * & & 0 & & & & & a & a a 0 0 & a 0 6 & 6 & 6 & & & 6 * a & 6 * * * 6 6 6 & a 6 a * & & 0 0 a * * & a * & 0 a 0 * 1.6 Responsibility of Consultant to Perform.................................................................1 1.7 Financial Ability to Perform....................................................................................2 ARTICLE 2. COMPENSATION AND PAYMENT......................................................................2 2.1 Pricing Schedule. 2.2 Monthly Payment; Invoices.....................................................................................2 2.3 Taxes........................................................................................................................2 2.4 Final Payment. . 0 6 a 0 6 0 a q a a 0 V * a * 6 & a 0 & & 6 6 a 0 6 & & a 6 6 a a a * a 0 * & a 6 6 * a 0 & 0 0 0 * 0 a * 0 0 & 6 6 6 * & * & 6 6 a 0 & & & 6 6 * & 0 & 0 & & 0 0 & 0 0 & 6 a & & 0 & 0 & 0 0 # & a 0 & & * a * 3 2.5 Deductions...............................................................................................................3 2.6 Use of Deducted Funds. 3 2.7 Keeping Books and Accounts. 6 * 6 6 a 0 & & 0 0 & & & & 6 4 a 0 0 0 & & & & & 0 0 0 * 6 6 0 6 a 0 0 0 0 0 0 & 6 & 0 0 * 0 0 6 * & 0 0 0 0 & & 0 6 0 0 * 0 0 0 0 0 0 0 0 0 a a a * a 0 0 0 * ') ARTICLE 3. PERFORMANCE OF SERVICES............................................................................3 3.1 3.2 3.3 Standard of Performance......................................................................................... 3 Correction of Defects..............................................................................................4 Ri skof Loss.............................................................................................................4 Opi City nions of Probable Cost....................................................................................... 4 Responsibilities................................................................................................4 Timeof the Essence................................................................................................. 5 City of McHenry 3.7 Suspension of Services, Professional Services Contract 5 ............................................................ ARTICLE 4. SERVICES CHANGE ORDERS; DELAYS............................................................ 5 4.1 Services Change Orders..........................................................................................5 4.2 Revision Notices...................................................................................................... 5 4.3 No Change in Absence of Services Change Order .................................................. 6 4.4 Delays. 6 ARTICLE 5. INSURANCE............................................................................................................ 6 5.1 Insurance. . & a 6 6 a 0 0 0 a 0 6 5.2 Scope of Coverage; Minimum Limits of Coverage................................................6 5.3 Deductibles and Self -Insured Retentions. 6 6 6 6 6 6 a 6 6 & 0 & & & * 0 6 * 07 5.4 Additional Requirements......................................................................................... 7 5.5 Verification of Coverage, 8 5.6 Sub -Consultants and Suppliers. 8 ARTICLE 6. INDEMNIFICATION............................................................................................... 9 6.1 Agreement to Indemnify.......................................................................................... 9 6.2 No Limit Based on Insurance. 9 6.3 Withholding Payment..............................................................................................9 6.4 Limit on Duty to Indemnify, 9 ARTICLE 7. ARBITRATION........................................................................................................ 9 7.1 Arbitration, 9 9 * 0 0 0 0 0 0 0 0 0 0 0 0 0 9 ARTICLE 8. TERMINATION....................................................................................................... 9 8.1 Contract is At -Will. 8.2 Termination by City for Breach............................................................................10 8.3 City Remedies.......................................................................................................10 8.4 Termination for Convenience, . P 0 0 9 9 0 9 a 0 a a 6 0 a & & a a a a 6 6 a 0 6 0 6 6 6 * & & a 0 6 * & & a * a a a a 0 6 * & 6 & 0 & 0 & a a & 0 * a a a * 0 & a 0 & a 0 0 0 & * * 6 6 6 10 8.5 Termination by Consultant for Breach. 10 ARTICLE 9. LEGAL RELATIONSHIPS 9.1 Consultant as Independent Consultant. 10 9.2 Compliance with Laws; Communications with Regulators..................................10 9.3 Permits and Licenses. . 9.4 Safety; Hazardous Materials..................................................................................11 9.5 Ownership of Data and Documents.......................................................................11 Revised 1/1/17 City of McHenry Professional Services Contract 9.6 Notices. 9.7 9.8 9.9 9.10 9A 1 9.12 9.13 9.14 9.15 Revised 1/1/17 NoWaiver by City.................................................................................................11 No Third -Party Beneficiaries................................................................................12 Survival of Terms. 12 Assignments..........................................................................................................12 Amendments ........................................ Governing Law ........................... Compliance with Laws, Grant Regulations...........................................................12 Representation of No Conflicts.............................................................................12 NoCollusion..........................................................................................................12 City of McHenry Professional Services Contract Professional Services Contract Between The City of McHenry And [Insert Name Of Consultant] For [Insert Type Of Services] Services For [Insert Name Of Project] This contract (the "Contract") is dated as of [insert date] (the "Effective Date") and is by and between the City of McHenry, an Illinois municipal corporation, (the "City") and [insert formal name of consultant] (the "Consultant"). In consideration of the mutual covenants and promises contained herein, the parties agree as follows: ARTICLE 1. THE SERVICES 1.1 Intent. It is the intent of the parties that this Contract govern the relationship of the parties. 1.2 Services. The Consultant will perform for the City the following services (the "Services"): [insert a description of services to be performed or a reference to a scope of services attached as an appendix] 1.3 Project Time. The Services will be performed according to the following schedule ("Project Schedule [insert a project schedule or a reference to the scope of services] The Services will be completed on or before [insert date of completion] (the "Completion Date"). 1.4 Term; Extensions. This Contract commences on the Effective Date and terminates on [insert date of termination] unless terminated earlier pursuant to Article 8 of this Contract (the "Term"). All terms of this Contract, including without limitation pricing terms, are firm during the Term, unless as embodied in an amendment to this Contract in accordance with Section 9.15. The Parties may extend this Contract for two additional one-year periods (each an "Extended Term"). Pricing terms may be adjusted by written agreement at the beginning of an Extended Term. 1.5 Other Contracts. The City may enter into agreements with other consultants, pursuant to which the City may award work from time to time at the City's discretion. 1.6 Responsibility of Consultant to Perform. The Consultant must provide all personnel necessary to complete the Services. The Consultant must perform the Services with its own personnel and under the management, supervision, and control of its own organization unless otherwise approved by the City in writing. All sub -consultants and supplies used by the Consultant in the performance of Services must be acceptable to, and approved in advance by, the City. The City's approval of any sub -consultant or supplier will not relieve the Consultant of -1- City of McHenry Professional Services Contract full responsibility and liability for the provision, performance, and completion of the Services in full compliance with, and as required by or pursuant to, this Contract. All Services performed by any sub -consultant or supplier are subject to all of the provisions of this Contract in the same manner as if performed directly by the Consultant. If any sub -consultant or supplier fails to properly perform any Services undertaken by it in compliance with this Contract, then the Consultant, immediately on notice from the City, must remove that sub -consultant or supplier and undertake the Services itself or replace the sub -consultant or supplier with a sub -consultant or supplier acceptable to the City. The Consultant will have no claim for damages, for compensation in excess of the Compensation, or for delay or extension of the Project Schedule as a result of any such removal or replacement. 1.7 Financial Ability to Perform. When executing this Contract, the Consultant represents and declares that it is financially solvent, has the financial resources necessary, has sufficient experience and competence, and has the necessary capital, facilities, organization, and staff necessary to provide, perform, and complete the Services set forth in this Contract in full compliance with, and as required by or pursuant to, this Contract. ARTICLE 2. COMPENSATION AND PAYMENT 2.1 Pricing Schedule. As compensation for the performance of the Services ("Compensation"), the City will pay the Consultant the following amounts and in the following manner: [insert pricing] Except for the Compensation, the City will have no liability for any expenses or costs incurred by the Consultant. 2.2 MonthlPa_yment; Invoices. The Compensation will be paid in monthly installments. The Consultant must submit to the City, on a monthly basis, a written invoice for payment for completed work. The City may specify the specific day of the month on or before which invoices must be filed. Each invoice must be accompanied by receipts, vouchers, and other documents as necessary to reasonably establish the Consultant's right to payment of the Compensation stated in the invoice. In addition, each invoice must include (a) employee classifications, rates per hour, and hours worked by each classification and, if the Services are to be performed in separate phases, for each phase, (b) total amount billed in the current period and total amount billed to date and, if the Services are to be performed in separate phases, for each phase, and (c) the estimated percent completion of the Services and, if the Services are to be performed in separate phases, for each phase. 2.3 Taxes. The Compensation includes applicable federal, State of Illinois, and local taxes of every kind and nature applicable to the services provided by the Consultant and all taxes, contributions, and premiums for unemployment insurance, old age or retirement benefits, pensions, annuities, or other similar benefits. The Consultant will never have a claim or right to claim additional compensation by reason of the payment of any such tax, contribution, premium, costs, royalties, or fees. -2- City of McHenry Professional Services Contract 2.4 Final Payment. The Services will be considered complete on Lite date of final written acceptance by the City of the Services or the relevant phase of the Services. Services related to a submission of the Consultant will be deemed accepted by the City if the City does not object to those Services in writing within 30 days after the submission by the Consultant of an invoice for final acceptance and payment The City will make final payment to the Consultant within 30 days after final acceptance of the Services, after deducting therefrom charges, if any, as provided in this Contract ("Final Payment"). The acceptance by the Consultant of Final Payment will operate as a full and complete release of the City by the Consultant of and from any and all lawsuits, claims, or demands for further payment of any kind for the Services encompassed by the Final Payment. 2.5 Deductions. Notwithstanding any other provision of this Contract, the City may deduct and withhold from any payment or from Final Payment such amounts as may reasonably appear necessary to compensate the City for any loss due to (1) Services that are defective, nonconforming, or incomplete, (2) liens or claims of lien, (3) claims against the Consultant or the City made by any of the Consultant's sub -consultants or suppliers or by other persons about the Services, regardless of merit, (4) delay by the Consultant in the completion of the Services, (5) the cost to the City, including without limitation reasonable attorneys' fees, of enforcing the terms of this Contract. The City will notify the Consultant in writing given in accordance with Section 9.10 of this Contract of the City's determination to deduct and withhold funds, which notice will state with specificity the amount of, and reason or reasons for, such deduction and withholding. 2.6 Use of Deducted Funds. The City will be entitled to retain any and all amounts withheld pursuant to Section 2.5 above until the Consultant either has performed the obligations in question or has furnished security for that performance satisfactory to the City. The City will be entitled to apply any money withheld or any other money due to the Consultant to reimburse itself for any and all costs, expenses, losses, damages, liabilities, suits, judgments, awards, and reasonable attorneys' fees (collectively "Costs") incurred, suffered, or sustained by the City and chargeable to the Consultant under this Contract. 2.7 Keeping Books and Accounts. The Consultant must keep accounts, books, and other records of all its billable charges and costs incurred in performing Services in accordance with generally accepted accounting practices, consistently applied, and in such manner as to permit verification of all entries. The Consultant must make all such material available for inspection by the City, at the office of the Consultant during normal business hours during the Term and for a period of five years after termination of this Contract. Copies of such material must be furnished to the City at the City's request and expense. ARTICLE 3. PERFORMANCE OF SERVICES 3.1 Standard of Performance. The Consultant must perform the Services in a manner consistent with the degree of care and skill ordinarily exercised by members of the same profession currently practicing under similar circumstances in the Chicago Metropolitan Region he "Standard of Performance"). All Services must be free from defects and flaws, must conform to the requirements of this Contract, and must be performed in accordance with the Standard of Performance. The Consultant is fully and solely responsible for the quality, -3- City of McHenry Professional Services Contract technical accuracy, completeness, and coordination of all Services. All plans and other documents furnished by the Consultant shall be endorsed and stamped with professional seals when such seals are required by law. 3.2 Correction of Defects. The Consultant must provide, for no additional Compensation and at no separate expense to the City, all work required to correct any defects or deficiencies in the performance of Services, regardless of whether the defect or deficiency relates to the work of the Consultant or of the Consultant's sub -consultants or suppliers. 3.3 Risk of Loss. The Consultant bears the risk of loss in providing all Services. The Consultant is responsible for any and all damages to property or persons arising from any Consultant error, omission, or negligent act and for any losses or costs to repair or remedy any work undertaken by the City based on the Services as a result of any such error, omission, or negligent act. Notwithstanding any other provision of this Contract, the Consultant's obligations under this Section 3.3 exist without regard to, and may not be construed to be waived by, the availability or unavailability of any insurance, either of the City or the Consultant, to indemnify, hold harmless, or reimburse the Consultant for damages, losses, or costs. 3.4 Opinions of Probable Cost. The Parties recognize that neither the Consultant nor the City has control over the costs of labor, materials, equipment, or services furnished by others or over competitive bidding, market or negotiating conditions, or construction contractors' methods of determining their prices. Accordingly, any opinions of probable costs provided under this Contract are considered to be estimates only, made on the basis of the Consultant's experience and qualifications, and those opinions represent the Consultant's best judgment as an experienced and qualified professional, familiar with the industry. The Consultant does not guaranty that proposals, bids, or actual costs will not vary from the opinions prepared by the Consultant. 3.5 City Responsibilities. The City, at its sole cost and expense, will have the following responsibilities: (a) To designate in writing a person with authority to act as the City's representative with respect to the Services. In the absence of a written designation, the City's representative All be the City Administrator. The City's representative will have the authority to act on behalf of the City except on matters that require approval of the City Council. (b) To provide to the Consultant all criteria and information about the requirements for the Services, including, as relevant, the City's objectives and constraints, schedule, space, capacity and performance requirements, and budgetary limitations. (c) To provide to the Consultant existing studies, reports, and other available data relevant to the Services. (d) To arrange for access to, and make provisions for the Consultant to enter on, public and private property as reasonably required for the Services. (e) To provide, as relevant, surveys describing physical characteristics, legal limitations, and utility locations for the Services and the services of other consultants when the -4- City of McHenry Professional Services Contract services of other consultants are requested by the Consultant and are necessary for the performance of the Services. (f) To provide structural, mechanical, chemical, air and water tests, tests for hazardous materials, and other laboratory and environmental tests, inspections, and reports required by law to be provided by the City in connection with the Services, except the extent such tests, inspections, or reports are part of the Services. (g) To review reports, documents, data, and all other information presented by the Consultant as appropriate. (h) To provide approvals from all governmental authorities having jurisdiction over the Services when requested by the Consultant, except the extent such approvals are part of the Services. (i) To provide, except as provided under Article 5 and Article 6 of this Contract, all accounting, insurance, and legal services as may be necessary from time to time in the judgment of the City to protect the City's interests with respect to the Services. (j) To attend meetings related to the Services. (k) To give prompt written notice to the Consultant whenever the City observes or otherwise becomes aware of any development that affects the scope or timing of Services, except that the inability or failure of the City to give any such a notice will not relieve the Consultant of any of its responsibilities under this Contract. 3.6 Time of the Essence. Time is of the essence for the Services and all activities with regard to the performance of the Services. 3.7 Suspension of Services. The City, at any time and for any reason, may suspend work on any or all Services by issuing a written work suspension notice to the Consultant. The Consultant must stop the performance of all Services within the scope of the suspension notice until the City directs the Consultant in writing to resume performance. ARTICLE 4. SERVICES CHANGE ORDERS; DELAYS 4.1 Services ChanRe Orders. The City, from time to time, may issue a written order modifying or otherwise changing the scope of the Services included in a Services Change Order (a "Services Change Order"). Any Services Change Order in an amount exceeding $10,000 must be approved by the City Council. The Services Change Order will be generally in the form attached to and by this reference incorporated into this Contract as Attachment A. The Consultant may request a Services Change Order based on a claimed material change to any Services performed under this Contract. A Services Change Order may include additions to and deletions from the Services and will include requested equitable increases or decreases to the Compensation. 4.2 Revision Notices, Within 10 days after the date of a Services Change Order, and in any event before the Consultant begins work on any changed Services, the Consultant must -5- City of McHenry Professional Services Contract notify the City in writing if the Consultant desires a revision to the Services Change Order (a "Revision Notice"). The Revision Notice must clearly state the Consultant's requested revisions and the reasons for the revisions. If the City agrees to any revision, then the City will issue a revised Services Change Order in a form acceptable to the Parties. If the Consultant does not submit a Revision Notice within the 10-day period, then the Consultant will be deemed to have accepted the Services Change Order and the Services Change Order will be final. 4.3 No Change in Absence of Services Change Order. No claim for an adjustment in Compensation or Project Schedule will be made or allowed unless it is embodied in a Services Change Order signed by the City and the Consultant. If the Consultant believes it is entitled to an adjustment in the Compensation or Project Schedule terms that has not been included, or fully included, in a Services Change Order, then the Consultant may submit to the City a written request for the issuance of, or revision of, a Services Change Order including the desired adjustment. The Consultant's request must be submitted before the Consultant proceeds with any Services for which an adjustment is desired. 4.4 Delays. If a delay in providing Services results from one or more causes that could not be avoided or controlled by the Consultant, then the Consultant may be entitled to an extension of the Project Schedule for a period of time equal to that delay, or an adjustment in Compensation for extra costs related to the delay, or both. The Consultant must notify the City in writing within 10 days after the start of the delay and again in writing within 10 days after the delay has ended (the "Delay Period"). The first notice must state the cause or causes of the delay and the impact of the delay on providing Services. The second notice must state the cause or causes of the delay, the length of the day, the reasons why the delay disrupted performance of the Services and the Consultant's request, if any, for a change in Compensation or Project Schedule. If the Consultant fails to submit notices as provided in this Section 4.5, then the Consultant will be deemed to have waived any right to an adjustment in Compensation for the Services. ARTICLE 5. INSURANCE 5.1 Insurance. The Consultant must procure and maintain, for the duration of this Contract, insurance as provided in this Article 5. 5.2 Scope of Coverage; Minimum Limits of Coverage. (a) Commercial General Liability. Insurance Services Office ("ISO") Commercial General Liability occurrence form CG 0001, with the City and its officials, officers, employees, and agents named as additional insured on Insurance Service Office (ISO) Additional Insured Endorsement CG 2010 (Exhibit A) or CG 2026 (Exhibit B). Coverage must be at least $1,000,000 combined single limit per occurrence for bodily injury and for property damage and $1,000,000 per occurrence for personal injury. The general aggregate must be twice the required occurrence limit. Minimum General Aggregate must be no less than $2,000,000 or a project - contract specific aggregate of $1,000,000. -6- City of McHenry Professional Services Contract (b) Automobile Liability. Insurance Service Office Business Auto Liability coverage form number CA 0001, Symbol 01 "Any Auto." Coverage must be at least $1,000,000 combined single limit per accident for bodily injury and property damage. (c) Professional Liability. Indemnification and defense for injury or damage arising out of acts, errors, or omissions in providing professional services, including without limitation: (i) preparing, approving, or failure to prepare or approve maps, drawings, opinions, report, surveys, designs or specifications and (ii) providing direction, instruction, supervision, inspection, or engineering services or failing to provide them, if that is the primary cause of injury or damage. Coverage must be at least $1,000,000 each claim with respect to negligent acts, errors, and omissions in connection with all professional services to be provided under this Contract, with a deductible not -to -exceed $50,000 without prior written approval. (d) Workers' Compensation and Employers' Liability. Workers' Compensation as required by the Workers' Compensation Act of the State of Illinois and Employers' Liability insurance. Coverage must be at least Workers' Compensation Coverage with statutory limits and Employers' Liability limits of $500,000 per accident. 5.3 Deductibles and Self -Insured Retentions. Any deductibles or self -insured retentions must be declared to and approved by the City. At the option of the City, either the insurer must reduce or eliminate such deductibles or self -insured retentions with respect to the City and its officials, officers, employees, and agents or the Consultant must procure a bond guaranteeing payment of losses and related investigation, claim administration, and defense expenses. 5.4 Additional Requirements. The insurance policies must contain, or be endorsed to contain, the following provisions: (a) Commercial General Liability and Automobile Liability Coverage. The City and its officials, officers, employees, and agents must be covered as additional insured as respects: liability arising out of the Consultant's work, including without limitation activities performed by or on behalf of the Consultant and automobiles owned, leased, hired, or borrowed by the Consultant. Coverage must contain no special limitations on the scope of protection afforded to the City or its officials, officers, employees, and agents. (b) Primary Coverage. The insurance coverage must be primary with respect to the City and its officials, officers, employees, and agents. Any insurance or self-insurance maintained by the City and its officials, officers, employees, and agents will be excess of the Consultant's insurance and will not contribute with it. (c) Reporting Failures. Any failure to comply with reporting provisions of any policy must not affect coverage provided to the City and its officials, officers, employees, and agents. (d) Severability of Interests/Cross Liability. The insurance must contain a Severability of Interests/Cross Liability clause or language stating that the insurance will apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's ability. -7- City of McHenry (e) Umbrella Policies. If provided under an excess or umbrella Consultant must name the City and its insured under the umbrella policy. Professional Services Contract any commercial general liability insurance is being liability policy that does not "follow form," then the officials, officers, employees, and agents as additional (f) Occurrence Form. All general liability coverage must be provided on an occurrence policy form. Claims -made general liability policies are not acceptable. (g) Workers' Compensation and Employers' Liability Coverage. The insurer must agree to waive all rights of subrogation against the City and its officials, officers, employees, and agents for losses arising from work performed by the Consultant. (h) Professional Liability. If the policy is written on a claims -made form, the retroactive date must be equal to or preceding the effective date of this Contract. If the policy is cancelled, non -renewed, or switched to an occurrence form, then the Consultant must purchase supplemental extending reporting period coverage for a period of not less than three years. (i) All Coverage. Each insurance policy required must have the City expressly endorsed onto the policy as a Cancellation Notice Recipient. If a policy is canceled before the expiration date of that policy, then notice must be delivered to the City in accordance with the police provisions. (j) Acceptability of Insurers. Insurance must be placed with insurers with a Best's rating of no less than A-, VII and licensed to do business in the State of Illinois. (k) Waiver of Limitation. The Consultant hereby agrees to waive any limitation as to the amount of contribution recoverable against it by Lite City. This specifically includes any limitation imposed by any state statute, regulation, or case law including any Workers' Compensation Act provision that applies a limitation to the amount recoverable in contribution, such as Kotecki v. Cyclops Welding. Each sub -consultant also must agree to this waiver. 5.5 Verification of Coverage. The Consultant must furnish the City with certificates of insurance naming the City and its officials, officers, employees, and agents as additional insured and with original endorsements affecting coverage required by this Article 5. The certificates and endorsements for each insurance policy must be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements may be on forms provided by the City or may be ISO Additional Insured Endorsements CG 2010 or CG 2026 and in any event must be received and approved by the City before any work commences. The City reserves the right to request a full certified copy of each insurance policy and endorsement. 5.6 Sub -Consultants and Suppliers. The Consultant must include all sub -consultants as insured under its policies or must furnish separate certificates and endorsements for each sub - consultant. All coverage for sub -consultants are subject to all of the requirements stated in this Article 5. -8- City of McHenry Professional Services Contract ARTICLE 6. INDEMNIFICATION 6.1 Agreement to Indemnify. To the fullest extent permitted by law, the Consultant hereby agrees to indemnify and, at the City's request, defend the City and its officials, employees, agents, and representatives (collectively the "Indemnified Parties") against all injuries, deaths, loss, damages, claims, patent claims, suits, liabilities, judgments, costs, and expenses (collectively "Claims"), that may in any way accrue against the Indemnified Parties or any one of them arising in whole, or in part, or in consequence of the performance of any Services by the Consultant or its employees or sub -consultants or that may in any way result therefrom, except only Claims arising out of the sole legal cause of the City. 6.2 No Limit Based on Insurance. The Consultant expressly acknowledges and agrees that any performance bond or insurance policy required by this Contract, or otherwise provided by the Consultant, will in no way limit the responsibility to indemnify and defend the Indemnified Parties or any one of them. 6.3 Withholding Payment. To the extent that any payment is due to the Consultant under this Contract, the City may withhold that payment to protect itself against any loss until all claims, suits, or judgments have been settled or discharged and evidence to that effect has been furnished to the satisfaction of the City. 6.4 Limit on Duty to Indemnify. The Consultant is not required to indemnify an Indemnified Party to the extent a Claim resulted solely from the negligence or willful misconduct of the Indemnified Party, ARTICLE 7. ARBITRATION 7.1 Arbitration. Any controversy or claim arising out of or relating to this Contract, oI the breach thereof, shall be settled by binding arbitration administered by the American Arbitration Association under its Construction Industry Arbitration Rules or JAMS Dispute Resolution, as determined in the exclusive discretion of the City, at 333 N. Greet St. McHenry, Illinois, and judgment on the award rendered by the arbitrator may be entered in any court having jurisdiction thereof. The parties agree that an arbitration award by default may be entered upon the party failing to appear or defend itself in any arbitration proceeding. In the event of any arbitration or litigation of this Contract, the non -prevailing party, as determined by the arbiter or court , shall pay all expenses incurred by the prevailing party, including, but not limited to (a) attorney's fees, (b) filing costs, (c) witness fees, and (d) other general expenses of arbitration or litigation. ARTICLE 8. TERMINATION 8.1 Contract is At -Will. This Contract is at -will and may be terminated by the City at any time at the City's convenience, without reason or cause. If the City terminates this Contract without reason or cause, then the Consultant will be entitled to Compensation for all Service performed by the Consultant up to the date of termination. The Consultant is not entitled to any consequential damages, including without limitation for lost profit, for any Services not performed by the Consultant. -9- City of McHenry Professional Services Contract 8.2 Termination by City for Breach. The City at any time, by written notice, may terminate this Contract of breach by the Consultant and of one or more terms of this agreement. "Breach" by the Consultant includes (a) failure of the Consultant to adhere to any terms or conditions of this Contract, (b) failure of the Consultant to properly perform Services, (c) or failure of the Consultant to maintain progress in the performance of Services so as to endanger proper performance of the Services within the Project Schedule, (d) failure of the Consultant to have or maintain adequate resources to complete any Services. 8.3 City Remedies. If the City terminates this Contract for Breach by the Consultant, then the City will have the right, at its election and without prejudice to any other remedies provided by law or equity, to pursue any one or more of the following remedies: (a) The City may recover from the Consultant any and all costs, including without limitation reasonable attorneys' fees, incurred by the City as the result of any Breach or as a result of actions taken by the City in response to any Breach. (b) The City may withhold any or all outstanding Compensation to reimburse itself or pay for any and all costs, including without limitation reasonable attorneys' fees, incurred by the City as the result of any Breach or as a result of actions taken by the City in response to any Breach. In that event, the City will pay any excess funds to the Consultant, if any, after all of the City's costs are reimbursed or paid. If the Compensation withheld by the City is insufficient to reimburse the City for, or pay, all costs, then the City will has the right to recover directly from the Consultant a sum of money sufficient to reimburse itself, or pay, all remaining costs. 8.4 Termination for Convenience. If, after termination of this Contract by the City for breach, it is determined that the Consultant was not in breach or that the termination otherwise was irregular or improper, then the termination shall be deemed to have been made for the convenience of the City under Section 8.1 of this Contract. 8.5 Termination by Consultant for Breach. The Consultant at any time, by written notice, terminate this Contract on account of failure by the City to properly pay the Consultant and failure of the City to cure the breach within 10 days after that written notice or such further time as the Consultant may agree, in the Consultant's sole discretion, in response to a written notice from the City seeking additional time to cure. ARTICLE 9. LEGAL RELATIONSHIPS AND GENERAL REQUIREMENTS 9.1 Consultant as Independent Consultant. For purposes of this Contract, the Consultant is an independent consultant and is not, and may not be construed or deemed to be an employee, agent, or joint venturer of the City. 9.2 Compliance with Laws; Communications with Regulators. The Consultant must comply with all statutes, ordinances, codes, and regulations applicable to the Services. Except to the extent expressly set forth in this Contract, the Consultant may not communicate directly with applicable governmental regulatory agencies with regard to Services without prior express authorization from the City. The Consultant must direct inquiries from governmental regulatory agencies to the City for appropriate response. -10- City of McHenry Professional Services Contract 9.3 Permits and Licenses. The Consultant must obtain and pay for all permits and licenses, registrations, qualifications, and other governmental authorizations required by law that are associated with the Consultant's performance of Services. 9.4 Safety; Hazardous Materials. (a) Protection of Health, Environment. The Consultant's personnel must be experienced and properly trained to perform the Services and must take adequate precautions to protect human health and the environment in the performance of Services. (b) Notice of Hazardous Conditions. If the Consultant observes a potentially hazardous condition relating to the Services, then the Consultant must bring that condition to the attention of the City. (c) Hazardous Materials. The Consultant acknowledges that there may be hazardous substances, wastes, or materials as defined by applicable Law ("Hazardous Materials") at a project site or otherwise associated with Services, and the Consultant under those circumstances must take appropriate precautions to protect its employees, sub -consultants, and suppliers. 9.5 Ownership of Data and Documents. All data and information, regardless of its format, developed or obtained under this Contract (collectively "Data"), other than the Consultant's confidential information, will be and remain the sole property of the City. The Consultant must promptly deliver all Data to the City at the City's request. The Consultant is responsible for the care and protection of the Data until that delivery. The Consultant may retain one copy of the Data for the Consultant's records subject to the Consultant's continued compliance with the provisions of this Article. 9.6 Notices. Any notice or communication required by this Contract will be deemed sufficiently given if in writing and when delivered personally or upon receipt of registered or certified mail, postage prepaid, with the U.S. Postal Service and addressed as follows: If to the City: City Administrator If to the Consultant: with a copy to: with a coDy to: or to such other address as the party to whom notice is to be given has furnished in writing. 9.7 No Waiver by No act, order, approval, acceptance, or payment by the City, nor any delay by the City in exercising any right under this Contract, will constitute or be deemed to be an acceptance of any defective, damaged, flawed, unsuitable, nonconforming, or incomplete Services or operate to waive any requirement or provision of this Contract or any remedy, power, or right of the City. -11- City of McHenry Professional Services Contract 9.8 No Third -Party Beneficiaries. This Contract is for the benefit of the City and the Consultant only and there can be no valid claim made or held against the City or the Consultant by any third party to be a beneficiary under this Contract. 9.9 Survival of Terms. The following sections will survive the termination of this Contract: 2.7, 3.2, 6.1, 8.4, 9.7, 9.8, and 9.9. 9.10 Assi nn�. The Consultant may not assign or transfer any term, obligation, right, or other aspect of this Contract without the prior express written consent of the City. If any aspect of this Contract is assigned or transferred, then the Consultant will remain responsible to the City for the proper performance of the Consultant's obligations under this Contract. The terms and conditions of any agreement by the Consultant to assign or transfer this Contract must include terms requiring the assignee or transferee to fully comply with this Contract unless otherwise authorized in writing by the City. 9.11 Amendments. This Contract may be amended only in writing executed by the City and the Consultant. 9.12 Governing_Law. The validity, construction, and performance of this Contract and all disputes between the parties arising out of or related to this Contract will be governed by the laws of the State of Illinois without regard to choice or conflict of law rules or regulations. 9.13 Compliance with Laws, Grant Regulations. All Services must be provided, performed, and completed in accordance with all required governmental permits, licenses, or other approvals and authorizations, and with applicable statutes, ordinances, rules, and regulations. The Consultant also must comply with applicable conditions of any federal, state, or local grant received by the City with respect to this Contract. The Consultant will be solely responsible for any fines or penalties that may be imposed or incurred by a governmental agency with jurisdiction over the Services as a result of the Consultant's improper performance of, or failure to properly perform, any Services. 9.14 Representation of No Conflicts. The Consultant represents that (1) no City employee or agent is interested in the business of the Consultant or this Contract, (2) as of the Effective Date neither the Consultant nor any person employed or associated with the Consultant has any interest that would conflict in any manner or degree with the performance of the obligations under this Contract, and (3) neither the Consultant nor any person employed by or associated with the Consultant may at any time during the Term obtain or acquire any interest that would conflict in any manner or degree with the performance of the obligations under this Contract. 9.15 No Collusion. The Consultant represents that the Consultant is not barred from contracting with a unit of state or local government as a result of (1) a delinquency in the payment of any tax administered by the Illinois Department of Revenue unless the Consultant is properly contesting its liability for the tax or the amount of the tax or (2) a violation of either Section 33E-3 or Section 33E4 or Article 33E of the Criminal Code of 1961, 720 ILCS 5/22E4 et seq. The Consultant represents that the only persons, firms, or corporations interested in this Agreement as principals are those disclosed to the City prior to the execution of this Contract and that this Contract is made without collusion with any other person, firm, or corporation. -12- City of McHenry Professional Services Contract WHEREFORE, the City and the Consultant have caused this Contract to be executed by their duly authorized representatives as of the Effective Date. CITY OF MCHENRY By: Name: Title: [insert consultant name] By: Name: Title: -13- City of McHenry ATTACHMENT A SERVICES CHANGE ORDER NO. Professional Services Contract In accordance with Section 4.1 of the Contract dated , 20 between the City and the Consultant, the Parties agree to the following Services Change Order: 1. Change in Services: 2. Change in Project Schedule (attach schedule if appropriate): 3. 20 4. Change in Completion Date: All Services must be completed on or before: Change in Compensation: ALL OTHER TERMS AND CONDITIONS OF THE CONTRACT REMAIN UNCHANGED. CITY [City's project representative] 20 CONSULTANT Signature Name (Printed or Typed) Date Date If compensation change greater than $3,500, then City Administrator signature required. City Administrator Date 20 If compensation change greater than $10,000, then City Council approval and Mayor signature required. Mayor Date 20 -1- 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 REGULAR AGENDA SUPPLEMENT DATE: April 3, 2017 T0: Mayor and City Council FROM: Carolyn Lynch, Finance Director RE: FY16/17 Development Expense Budget Amendment SUMMARY: Various sales tax incentive agreements have been approved by council over the last few years. When the budget was approved the development expense account was set at $415,000. A budget amendment is needed for this account in order to pay out the active sales tax incentives for FY16/17. BACKGROUND: The City currently has sales tax incentive agreements with Gary Lang, FV IL - McHenry Commons Shopping Center LLC, Highland Park CVS, LLC, Big R, Auto Villa, Sunnyside Auto Finance Company, McHenry Donuts, Inc and Bluestone Single Tenant Properties, LLC. These agreements were set up to cover a portion of the development costs of their respective properties within the City. ANALYSIS: For 2016/17, the budget for the development expense account (100.04.6945) was set at $415,000. The City has received tax data for the entire tax year of 20161 and after a review of the sales tax data and the upcoming incentive payouts, it looks as though the budget is going to be short $110,000. In order to fully fund the incentive agreements for FY16/17 a budget amendment is required. RECOMMENDATION: Therefore, if Council concurs, it is recommended to approve a budget amendment to account 100.04.6945 in the amount of $110,000.00.