Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutPacket - 05/17/2021 - City CouncilThe 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.
AGENDA
REGULAR CITY COUNCIL MEETING
Monday, May 17, 2021, 7:00 p.m.
In light of the current COVID-19 public health emergency, this meeting will be held remotely only.
The public can observe and participate by connecting online via Zoom at https://cityofmchenry.zoom.us/j/98086800854
Or call 312-626-6799, Meeting ID: 980 8680 0854
1.Call to Order.
2.Roll Call.
3.Pledge of Allegiance.
4.Public Comments:
If you wish to submit any public comment, please email: dmorefield@cityofmchenry.org in advance of the meeting. The
City will read such public comments during the public commentary portion of the meeting and the comments will be
entered into the official record of the meeting. Any comments received during the meeting will be provided in writing to
the Council after the meeting.
5.Consent Agenda: Motion to Approve the following Consent Agenda Items:
A.An Ordinance amending Section 7-4-25 Fifteen Minute Parking of the McHenry Municipal Code by
adding a third, fifteen-minute parking spot on the north side of Main Street in front of 3908 W. Main
Street; (Birk)
B.Award of a material supply contract for bulk rock salt to Compass Minerals of America, Inc. of
Overland Park, Kansas in the amount of $114,463.56 (1,500 tons at $76,309 per ton); and, to approve
a contingency allowance for a twenty percent overage on the contract in the amount of $22,893.00;
(Strange)
C.Award of a contract to Visu-Sewer Inc. for the 2021 Sanitary Sewer Lining Program in the amount
of $170,913.00 (actual amount may vary based on final measured quantities). (Strange)
D.Award of bid for the 2021 Thermoplastic Pavement Markings contract to Precision Pavement
Markings in an amount of $21,232.83 (actual amount may vary based on final measured quantities);
(Strange)
E.Liberty Club, NFP requests for street closure of Park Street from 1306/1308 Park to Elm Street on
Sunday, June 6, 2021 and Sunday, August 8, 2021 from 1:00pm to 6:00pm;
F.Dancin’ on Main Event request for street closure of a portion of Main Street from 9:00am to 5:00pm
on Saturday, June 26, 2021, to allow open container and consumption from 11:00am to 5:00pm, and
to reduce fees to the event organizers by 50% for the event;
G.American Legion request for closure of the alley west of Riverside Drive on Sunday, June 27, 2021
from 12:00pm to 5:00pm;
H.McHenry Rotary Club request to host the annual Oktoberfest Event at Miller Point on Saturday,
October 2, 2021 from 12:00pm to 11:00pm, and to reduce fees to the event organizers by 50% for the
event;
I.Parks & Recreation Facilities and Special Use Permit Requests;
J.May 3, 2021 City Council Meeting Minutes;
K.Issuance of Checks in the amount of $191,911.26;
L.Issuance of As Needed Checks in the amount of $951,573.53.
1
6.Individual Action Item Agenda.
A.Motions to approve Resolutions designating the following Honorary Street Signs (Strange)
The southwest corner of Elm Street and Riverside Drive as “Honorary Kay Bates Way”
The intersection of Green Street and Municipal Drive as “Honorary Mark Justen Way”
The southeast corner of Riverside Drive and Pearl Street as “Honorary James Keevil Way”
The entirety of Brookwood Trail as “Honorary Mike Linderman Way”
The intersection of Kane Avenue and Green Street as “Honorary Judy Walsh Smith Way”
B.Motion to approve an Ordinance amending the FY21/22 Tax Increment Finance Budget in the amount
of $14,500; and, to enter into an agreement with HR Green, Inc. to update the 80% construction plans
for the Riverwalk from north of the Route 120 Bridge to South of Weber Park. (Hobson)
C.Motion to permit the property located at 2303 W. Country Lane to connect to the City’s sanitary sewer
system and pay resident rates for both the connection and sanitary sewer usage. (Polerecky)
D.Motion to approve the transfer of a Class B Liquor License from Big ANG, Inc. (Hickory Pit) to
Kojak’s McHenry, Inc. dba Kojak’s, located at 3102 W. Illinois Route 120. (Mayor Jett)
E.Subject to the approval of Agenda Item 6A, a motion to approve a Video Gaming License for up to 4
terminals for Kojak’s McHenry, Inc. dba Kojak’s, located at 3102 W. Illinois Route 120. (Johnson)
7.Discussion Items.
A.Presentation by Erik Doersching of Tracy Cross & Associates regarding the results of an Apartment
Study. (Polerecky)
B.Discussion regarding permitted areas for the establishment of Recreational Marijuana Dispensaries.
(Polerecky)
8.Executive Session
A.To discuss the purchase or lease of real property for the use of the public body, including meetings
held for the purpose of discussion whether a particular parcel should be acquired {5 ILCS
120/2(c)(5)}.
9.Staff Reports.
A.Transmittal of Staff Report for May 17, 2021
10.Mayor’s Report.
11.City Council Comments.
12.Adjourn.
The complete City Council packet is available for review online via the City website at www.cityofmchenry.org. For further
information, please contact the Office of the City Administrator at 815-363-2108.
2
Office of the Chief of Police
John R. Birk
McHenry Municipal Center
333 Green Street
McHenry, Illinois 60050
Phone: (815) 363‐2200
Fax: (815) 363‐2149
www.ci.mchenry.il.us
CONSENT AGENDA SUPPLEMENT
TO: Mayor and City Council
FROM: John R. Birk, Chief of Police
FOR: May 17th, 2021 Regular City Council Meeting
RE: Revision to 15 Minute Parking Ordinance in Downtown Business District
ATT: Proposed Ordinance
Agenda Item Summary:
Staff is seeking City Council’s support to amend “Section 7-4-25 Fifteen Minute Parking” of the
Municipal Code by adding a third, fifteen-minute parking spot on the north side of Main Street in
front of 3908 W. Main Street. Staff will be present to answer any questions Council may have at
the meeting.
Background:
Currently the City of McHenry has two fifteen-minute parking spots within the part of Main
Street that has been identified in the Downtown Business District. These existing two spots are
located on the south side of the road in front of 3923 Main Street. These two spots are heavily
used for businesses on the Southside of the road, including Plum Garden Restaurant and Mar
Ray Dance Studio.
Recently staff has received multiple requests for an additional fifteen-minute parking spot on the
north side of the street that would better serve the retail businesses on the north side of Main
Street.
Analysis:
The fifteen-minute parking ordinance has not been reviewed or amended since 2008. Since 2008
staff has seen new business move to Main Street including: the new Corner Tap, Moe’s On
Main, Siren Records and Miller Diner. There is currently 45 on street angle parking space
between Route 31 and Borden Street.
Due to business growth on Main Street on street parking use is at an all-time high. With four
restaurant / bar businesses all located on the eastern half of the block parking spots are often
utilized for extended periods (up to 4 hours) which limits the amount of parking space for
traditional retail stores such as the Family Tailor Shop and Siren Records.
By placing a third fifteen-minute parking spot in front of 3908 W. Main Street staff anticipates
better access to Northside business who have customers who only stay a short period of time.
3
Recommendation:
If Council concurs, then it is recommended a motion be considered to approve the attached
ordinance adding a third fifteen-minute parking spot in front of 3908 W. Main Street.
4
ORDINANCE NO. 21-
Amending Title 7: Motor Vehicles and Traffic; Chapter 4: Parking Regulations,
Section 7-4-25: Fifteen Minute Parking Eight O’Clock a.m. Until Six O’Clock
p.m. on Monday through Saturday, of the McHenry City Code
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.
NOW, THEREFORE BE IT ORDAINED by the City Council of the City of
McHenry, McHenry County, Illinois, as follows:
SECTION 1: Section 7-4-25, of the Municipal Code relating to Fifteen Minute
Parking, shall be amended as follows:
7-4-25: FIFTEEN MINUTE PARKING EIGHT O’CLOCK A.M. UNTIL SIX O’CLOCK
P.M. ON MONDAY THROUGH SATURDAY:
It shall be unlawful for the operator of any motor vehicle to park such vehicle for longer than
fifteen (15) consecutive minutes between the hours of eight o’clock (8:00) A.M. and six o’clock
(6:00) P.M. on Monday through Saturday at the following locations:
2 parking stalls at 1214 North Green Street.
2 parking stalls at 1259 North Green Street.
1 parking stall at 3908 Main Street.
2 parking stalls at 3923 Main Street.
3 parking stalls at 1307 - 1309 North Riverside Drive.
2 parking stalls at 1325 North Riverside Drive.
SECTION 2: If any section, paragraph, subdivision, clause, sentence or provision of
this Ordinance shall be adjudged by any Court of competent jurisdiction to be invalid, such
judgment shall not effect, impair, invalidate or nullify the remainder thereof, which remainder
shall remain and continue in full force and effect.
SECTION 3: All ordinances, or parts thereof, in conflict herewith 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 this 17th day of May, 2021.
5
Ayes Nays Absent Abstain
Alderman Devine _____ _____ _____ _____
Alderman Glab _____ _____ _____ _____
Alderman Harding _____ _____ _____ _____
Alderman McClatchey _____ _____ _____ _____
Alderwoman Miller _____ _____ _____ _____
Alderman Santi _____ _____ _____ _____
Alderman Strach _____ _____ _____ _____
______________________ ________________________
Wayne Jett, Mayor Monte Johnson, Deputy City Clerk
6
Department of Public Works
Troy Strange, P.E., Director of Public Works
1415 Industrial Drive
McHenry, Illinois 60050
Phone: (815) 363‐2186
Fax: (815) 363‐2214
www.cityofmchenry.org
The City of McHenry is dedicated to providing the citizens, businesses and visitors of McHenry with the highest
quality of programs and services in a customer‐oriented, efficient and fiscally responsible manner.
CONSENT AGENDA SUPPLEMENT
DATE: May 17, 2021
TO: Mayor and City Council
FROM: Troy Strange, P.E., Director of Public Works
RE: Bulk Rock Salt Purchase
ATT: Bid Tabulation
McHenry County Contract Proposal
Compass Minerals Complete Bid Proposal
Contract for Execution
______________________________________________________________________________
AGENDA ITEM SUMMARY:
Staff requests City Council to consider awarding a bulk rock salt contract to Compass Minerals
America, Inc., Overland Park, Kansas obtained through a joint bid process coordinated by the
McHenry County Purchasing Department. Staff further requests City Council to consider
approval of a contract contingency allowance for a twenty percent overage on the contract.
BACKGROUND:
The Public Works Department utilizes road salt for the purpose of maintaining safe operating
conditions for vehicles traveling on City roadways. In order to secure materials at competitive
pricing, staff has partnered with other local agencies to jointly bid the purchase of materials and
secure volume pricing. Early this year, the City joined four other municipalities and the McHenry
County Division of Transportation to solicit bids for road salt. The McHenry County Purchasing
Department facilitated the bid specifications and solicitation. A request for 1,500 tons of road
salt was submitted to McHenry County from the City. This is a single year supply contract; next
year staff will be exploring options for a new multi‐year supply contract as has been procured in
the past.
ANALYSIS:
On April 15, 2021, the following bids were received:
Cargill Deicing Technology ‐ North Olmsted, Ohio: No Bid
Compass Minerals America, Inc.‐ Overland Park, Kansas: $76.309/Ton
Detroit Salt Company – Detroit, Michigan: $79.23/Ton
KLF Enterprises– Markham, Illinois: $89.37/Ton
Morton Salt – Chicago, Illinois: $79.08/Ton
7
Funding for the purchase of salt for snow and ice control is budgeted in the Fiscal Year 2021/2022
Street Division Operating Budget Materials and Supplies Account (100‐33‐6110) in the amount of
$125,000.00.
The contract includes an allowance to order up to a twenty percent overage on the original
contract quantity. Should the need arise based upon the conditions of the 2021‐2022 winter
operations season, staff will require the authorization of the City Council to utilize this provision.
Staff is therefore requesting City Council to approve a contingency allowance for this twenty
percent overage of 300 tons in the amount of $22,893.00.
RECOMMENDATION:
Therefore, if Council concurs, it is recommended that a motion be made to award a material
supply contract for bulk rock salt to Compass Minerals America, Inc., Overland Park, Kansas in
the amount of $114,463.56 (1,500 tons @ $76.309 per ton). It is further recommended that a
motion be made to approve a contingency allowance for a twenty percent overage on the
contract in the amount of $22,893.00.
8
Bid Tabulation
McHenry County Purchasing
Vendor
McHenry County
DOT
4000 tons
City of CL
6000 tons
City of
McHenry
1500 tons
Village of
Algonquin
3000 tons
Village of
Lakewood
800 tons
Village of
Richmond
200 tons
Mandatory Pages
Signature
Bid
bond Exceptions
Item Enhanced Plain Plain Enhanced Enhanced Enhanced
Cargill, Inc
North Olmsted, OH $460,000.00 no bid no bid $345,000.00 $92,000.00 $23,000.00 yes yes
YES (exhibit 1)
must accept no later
than 5/3/21. Cargill
has no obligation to
provide any delivery
information.
Compass Minerals
America
Overland Park KS $339,671.68 $457,852.50 $114,463.56 $250,040.88 $69,534.34 $17,583.58 yes yes none
Detroit Salt Co
Detroit MI $357,400.00 $475,380.00 $118,845.00 $268,050.00 $71,480.00 $17,870.00 yes yes
*Alternate
equivalent
"Snowslicer"
K.L.F. Enterprises
Markham IL $407,080.00 $536,220.00 $134,055.00 $300,000.00 $80,000.00 $19,450.00 yes yes none
Morton Salt, Inc
Chicago IL no bid $469,020.00 $118,620.00 no bid no bid no bid yes yes none
Bid 21-09 Furnish and Deliver Rock Salt
UNOFFICIAL RESULTS 1 of 19
CONTRACT FOR PURCHASE OF ROAD SALT
This Contract for Purchase of Road Salt (the "Agreement") is made and entered into this 17th day of May
2021, by and between the CITY OF MCHENRY, ILLINOIS, a body politic, located at 333 S. Green Street,
McHenry, Illinois ("City") and Compass Minerals America Inc., a Delaware Corporation, with its principal place of
business located at 9900 West 109th Street, Suite 100, Overland Park, KS 66210 ("Seller") and sets forth the terms
and conditions under which City agrees to buy and Seller agrees to sell road salt as set forth below.
1.Goods. During the term of this Agreement, City agrees to purchase from Seller and Seller agrees to
sell to City One-Thousand Five-Hundred (1,500) TONS of AASHTO Specification M143, Sodium
Chloride Type 1, Grade 1, (hereinafter the "Goods"). ·
2.Term and Termination. This Agreement shall be effective and binding from the date of its execution for an
initial term commencing on December 1, 2021 and ending on June 1, 2022, or upon the last delivery of the
quantity of Goods specified in this Agreement, unless the parties otherwise agree in writing.
3.Price. The price of the Goods for the period December 1, 2021 through June 1, 2022 shall be
$76.309 per ton, including cost of delivery. Seller shall submit an itemized invoice for the Goods. City
shall pay to Seller the amount agreed upon no later than 30 days from receiving such invoice. City
shall pay interest at the rate of 1 percent per month on accounts that are past due. City may withhold
fees invoiced for Goods to the extent such fees are disputed in good faith and provided that City gives
Seller written notice and explanation of the good faith dispute within thirty (30) days of receiving the
invoice. The parties shall work together to resolve any such dispute prior to the next invoice. If one or more
items on an invoice are disapproved, but not the entire invoice, then the portion that is not disapproved
shall be timely paid by the City.
4.Delivery. City may place orders with Seller by telephone, email, or via facsimile. Delivery shall be
made by Seller as soon as possible after receipt of an order, generally within seven (7) working days
from date of order. Normal delivery times are between 7:00 a.m. and 3:30 p.m., Monday through
Friday. City and Seller may make arrangements for delivery at other hours, and on Saturday and
Sunday, in order to insure timely delivery. All deliveries shall be full truckload lots (22-25 tons) and
shall be covered with approved weatherproof materials. All deliveries shall be made F.O.B. to City of
McHenry Public Works Department, 1415 Industrial Drive, McHenry, IL, Freight Prepaid. Seller shall
insure all weights and measures shown on delivery tickets are correct, and City reserves the right to
require that delivery trucks occasionally be directed to a scale to confirm weights delivered. Seller
should direct all questions concerning ordering and delivery to Troy Strange, Director of Public Works,
1415 Industrial Drive, McHenry, IL, (815) 363-2125, tstrange@cityofmchenry.org
5.Risk of Loss. The risk of loss from any casualty to the Goods, regardless of the cause, will be the
responsibility of the Seller until the Goods have been received by City at the address shown in paragraph 4.
6.Acceptance. City will have the right to inspect the Goods upon receipt, and within 5 business days after
delivery, City must give written notice to Seller of any claim for damages on account of condition, quality, or
grade of the goods and City must specify the basis of the claim in detail. If the Goods or tender of delivery
fail in any respect to conform to the provisions of this Agreement, City may reject the Goods upon written
notice to Seller within 5 business days of receiving the Goods.
Seller may, at its option inspect the Goods at City 's facility to confirm that the Goods do not conform. In
the event the Goods do not conform to this Agreement, Seller, at its option, shall replace the Goods at its
own expense or credit City the amount of the purchase price for the non-conforming Goods. Failure of City
to comply with the conditions set forth in this Paragraph will constitute irrevocable acceptance of the Goods
by City.
10
7. Warranty. Seller warrants that the Goods are new and free from substantive defects in workmanship and
materials; that the Goods are fit for the ordinary purposes for which such Goods are intended to be used; and
that the Goods conform to any promise or affirmations of fact made on their container or label, if any.
8. Liquidated Damages. For the period December 1, 2021 through June 1, 2022, if Seller is unable to make
delivery within seven (7) working days after receipt of an order, the City shall have the right io retain $0.20
(Twenty Cents) per ton for each calendar day from the date of th order, as liquidated damages and not as a
penalty, on the undelivered or late-delivered portion of the order.
9. Limitation of Liability. In no event shall either party be liable for any special, indirect, incidental or
consequential damages arising out of or connected with this Agreement or the Goods, regardless of whether a
claim is based on contract, tort, strict liability or otherwise.
10. Notice. All notices and other communications required to be given under the Agreement shall be in writing
and shall be deemed to have been given (i) when personally delivered; (ii). three (3) business days after
mailing, postage prepaid, by certified mail; or (iii) when delivered (and receipted for) by an overnight
delivery service, addressed in each case to the parties at the addresses set forth in the first paragraph hereof.
11. Entire Agreement. This Agreement and any Service Order constitute the entire agreement between City and
Seller. This Agreement supersedes all prior contemporaneous communications, representations or
agreements, whether oral or ·written, with respect to the subject matter thereof and has been induced by no
representations, statements, or agreements other than those herein expressed. No agreement hereafter made
between the parties shall be binding on either party unless reduced in writing and signed by the party sought
to be bound thereby. ·
12. Governing Law and Venue. The parties agree this Agreement has been executed and delivered in Illinois and
that their relationship and any and all disputes, controversies or claims arising under this Agreement shall
be governed by the laws of the State of Illinois, without regard to conflicts of laws principles. The parties
further agree that the exclusive venue for all such disputes shall be the Circuit Court of the 22nd Judicial
Circuit Court of McHenry County, Illinois, and the parties hereby consent to the personal jurisdiction
thereof.
13. Compliance With Laws. Each party hereto covenants and agrees to comply with all applicable federal,
state, and local laws, codes, ordinances, rules and regulations.
14. Non-Appropriation of Funds. This Agreement is made subject to available budgetary appropriations
and shall not create any obligation on behalf of the City in excess of such appropriations. In the event
that no funds or insufficient funds are appropriated and budgeted, this Agreement shall terminate
without penalty or expense to the City thirty (30) days after written notification of termination from the
City.
15: Force Majeure. Seller shall not be liable for its failure to perform its respective obligations under this
Agreement when such failure is caused by acts of God, strikes, lockouts, fires, war conditions, political
unrest, acts of terrorism, foreign or domestic governmental controls or other actions, embargoes or other
causes beyond its control.
16. Waiver. Either Party's failure to insist upon strict compliance with any provision hereof or its failure
to enforce any rights or remedy in any instance shall not constitute or be deemed to be a waiver of any
provision, right or remedy.
17. Severability. The invalidity or unenforceability of any particular word, phrase, sentence, paragraph or
provision of this Agreement shall not affect the other words, phrases, sentences, paragraphs or
provisions hereof This Agreement shall be construed in all respects as if such invalid or unenforceable
provisions were omitted and the remainder construed so as to give them meaningful and valid effect
11
18.Miscellaneous. This Agreement shall be binding upon the parties and their respective heirs, successors,
and assigns.
IN WITNESS WHEREOF, the parties have-executed this Agreement on the date first set forth above.
The City of McHenry Compass Minerals America, Inc.
By: ___________________________ By: _____________________________
Printed Name: Wayne S. Jett Printed Name: ______________________
Title: Mayor Title: _____________________________
Date: ___________________________ Date: _____________________________
12
McHENRY .. mzzDJ~ml ~
flt ... COUNTY
Contact Person:
County of McHenry
On behalf of the Municipal Partnering Initiative
2200 N Seminary A venue
Woodstock, IL 60098
Bid 21-09
Furnish and Deliver Rock Salt
Due: April 15, 2021 no later than 9:00 a.m. (CST)
Djuana Leonard, C.P.M., Procurement Specialist Email: dmleonard @,mcheruycountyil.gov
Electronic Submissions accepted:
PDFs may be emailed to dmleonard@mchenrvcountyil.gov
MANDATORY COVER PAGE
Please TYPE or PRINT clearly
Company: Compass Minerals America Inc
Contact Person: Sean Lierz, Senior Sales Manager
Address: 9900 W 109th St, Suite 100 City: Overland Park
State: _K_S _____ Zip Code: _66_2_1_0 ___ _
Telephone Number: 913-344-9330 or 800-323-1641Opt1
FEIN or SSN: 48-1047632 ---------------
Page 1of15
13
MANDATORY PAGE
Bid Page:
Bidder accepts all of the terms and conditions of the Instructions to Bidders, including without limitation those
dealing with the disposition of Bid security. This Bid will remain subject to acceptance for 120 days after the
Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of Owner.
B idder's Representations:
In submitting this Bid, Bidder represents that, the Bidder has examined and carefully studied the Bidding
Documents, and the followin Addenda, recei t of which is hereb acknowledged:
Addendum Number Date of Addendum
um um Pn ce
Item Local Government Unit Quantity Year 1, 12/1121-671122
$84.92/ton
McHenry County Division of
339,671.68 Enhanced Salt Transportation 4000 tons $
$76.31/ton
Plain Bulk Rock Salt City of Crvstal Lake 6000 tons $ 457,852.50
$76.31/ton
Plain Bulk Rock Salt City of McHenrv 1500 tons $ 114,463.56
$83.35/ton
Enhanced Salt Village of Algonquin 3000 tons $ 250,040.88
$86.92/ton
Enhanced Salt Village of Lakewood 800 tons $ 69,534.34
$87.92/ton
Enhanced Salt Village of Richmond 200 tons $ 17,583.58
Exceptions to this Bid: __ n_o_n_e _______________ _
Bid submission checklist:
• Mandatory pages
• W-9
• Certificate of Insurance
• Bid bond or check may be scanned and submitted with bid. Original to be delivered upon bid acceptance.
• There will be NO onsite bid opening. Bid opening will be conducted via WebEx; information posted to the
bid page.
Page 13 of15
14
MANDATORY PAGE
REFERENCES
List three (3) references, other than The County of McHenry, that you have done similar work, service or
supplied similar products to within the last twelve (12) months. Only correct contact names and email addresses
are acceptable.
Entity: City of Rockford
Address: 425 E State St City, State, Zip Code: Rockford, IL 61104
Telephone Number: 815-987-5565 Contact Person Matthew Vitner
Email Address: matthew.vitner@rockfordil.gov
Entity: DuPage County DOT
Address: 10 N County Farm Road
Telephone Number: 630-675-0252
City, State, Zip Code: Wheaton, IL 60187
Contact Person Jason Walsh
Email Address: Jason.walsh@dupageco .org
Entity: __ C_i__,ty'--o_f_W_a_uk_e_..g,___a_n _______________ _
Address: 1700 North McAree Road
Telephone Number: 847-625-6832
City, State, Zip Code: Waukegan, IL 60085-1435
Contact Person Mike Hewitt
Email Address: mike.hewitt@waukeganil.gov
Page 14 of15
15
MANDATORYPAGE
Certifications & Signatures
• Vendor certifies that it has not been barred from contracting with a unit of State or local government as a result
of a violation of Section 33E-3 or 33E-4 of the Criminal Code of 1961, as amended. Yes: _K__No: __
• Vendor certifies that it is aware that all contracts for the Construction of Public Works are subject to the Illinois
Prevailing Wage Act (820 ILCS 130/1-12). Yes: X No: __
• Under penalties of perjury, I certify that my correct Federal Taxpayer Identification Number is:
48-1047632
• I am doing business as a (please check one):
D Sole Proprietorship D Partnership [XI Corporation (State of Incorporation: Q§__) 00ther _____ _
• State full names, titles and addresses of all responsible principles and/or partners below:
Name: Compass Minerals America Inc Title:
-------------~ Address?900 W 109th St, Ste 100, Overland Park, KS 66210
List of authorized signatories attached
Name: "Unanimous Written Consent of the Board of Title:
-------------~
Address : Directors of Compass Minerals America Inc"
• I have carefully examined the Bid, Scope of Work, Specifications, and any other documents accompanying or
made a part of this Bid. I hereby propose to furnish the goods or services specified in the Bid. I agree that my
proposal will remain firm for a period of up to 120 days in order to allow the County adequate time to evaluate
the qualifications submitted.
• I verify that all information contained in this proposal is truthful to the best of my knowledge and belief I further
certify that I am duly authorized to submit this Bid on behalf of the firm as its act and deed, and that the firm is
ready, willing, and able to perform if awarded the contract. I further certify, under oath, that this proposal is made
without prior understanding, agreement, connection, discussion, or collusion with any other person, firm or
corporation submitting a proposal for the same product or service. No officer, employee or agent of the County
of McHenry or any other proposer is interested in said proposal and that the undersigned executed this Proposer's
Certification with full knowledge and understanding of the matters therein contained and was duly authorized to
do so.
Individual/Company/Corporation: Compass Minerals America Inc
Business Address: 9900 W 109th Street, Ste 100
City, State and Zip Code: Overland Park, KS 66210
lierzs@compassminerals.com or
ighwaygroup@compassminerals.com
:A.t~~~==-----Title : ~ t • ~i-..Ji,f
End of Document
Page 15 of15
16
UNANIMOUS WRITTEN CONSENT
OF THE BOARD OF DIRECTORS
OF
COMPASS MINERALS AMERICA INC.
March_!!!_,2021
The undersigned, being all of the members of the board of directors of Compass Minerals
America Inc., a Delaware corporation (the "Comoration"), hereby consent in writing pursuant to
Section 14 l(t) of the Delaware General Corporation Law to the adoption of the following
resolutions without a meeting and waive any notice required in connection therewith .
Authorized Signatories
WHEREAS, from time to time, it is desirable for individuals to sign documents on behalf
of the Corporation in connection with sales transactions relating to the Corporation's Highway
Sales Department.
NOW, THEREFORE, BE IT RESOLVED, that the following individuals (the
"Authorized Signatories") be, and each of them hereby is, authorized, subject to applicable
limitations under the Corporation's Delegation of Authority Policy, on behalf of the Corporation,
to sign bids, performance bonds and contracts for the sale of sodium chloride and other deicing
products, and to sign any other documents which, in his or her opinion, are necessary or desirable
in order to effectuate and carry out the foregoing, and all other individuals who were so authorized
prior to the date first written above are no longer so authori ze d :
Kevin S. Crutchfield
James D. Standen
S. Bradley Griffith
Mary L. Frontczak
Luis E. Montiel
Jon Schnieders
Bill Crooks
Joel Gerdes
Joe Uriell
Ryan Royer
Sean Lierz
Harrison Green
Austin Welch
Matthew Denner
Teresa Wilde
Zoe Vantzos
President and CEO
Chief Financial Officer
Chief Commercial Officer
Chief Legal and Administrative Officer and Corporate Secretary
Vice President, Finance and Treasurer
Vice President, Salt
Director, Customer Service
Director, U.S. Highway Sales
Director, Sales Industrial
National Sales Manager
Highway Sales Senior Manager
Highway Sales Manager
Highway Sales Manager
Sales Manager
Sales Manager
Assistant Secretary
BID 21-09, FURNISH & DELIVER ROCK SALT, DUE 4/15/21 AT 9AM (CST)
17
General
RESOLVED, that the officers of the Corporation are, and each of them is, hereby
authorized, for and on behalf of the Corporation, to execute, deliver, file, acknowledge and record
any and all such documents and instruments, and to take or cause to be done any and all such other
things as they, or any of them, may deem necessary or desirable to effectuate and carry out the
resolutions adopted hereby; and
FURTHER RESOLVED, that any actions previously taken or caused to be taken by an.y
officer of the Corporation or any Authorized Signatory in connection with the matters
contemplated by these resolutions, or in carrying out the terms and intentions of the above
resolutions, are hereby acknowledged to be duly authorized acts performed on behalf of the
Corporation and are hereby ratified, confirmed and adopted as such.
[Signature Page Follows]
BID 21-09, FURNISH & DELIVER ROCK SALT, DUE 4/15/21 AT 9AM (CST)
18
IN WITNESS WHEREOF, the undersigned have caused this consent to be duly executed
as of the date first written above. This consent may be executed via .pdf, facsimile or other
electronic means and in two or more counterparts, each of which will be deemed an original, and
all of which together will constitute one and the same instrument .
Zoe A. Vantzos
Signature page to UWC -CMA Hwy Sales Authorized Signatories
BID 21-09, FURNISH & DELIVER ROCK SALT, DUE 4/15/21 AT 9AM (CST)
19
IN WITNESS \.VHEREOF , the undersigned have caused this con sent to be duly executed
as of the date first written above . This consent may be executed via .pdf, facsimile or o th er
electronic means and in two or more counterparts each of which will be deemed an original, and
all of which together will constitute one and the same instrument.
James D. Standen
Signature page to UWC -CMA Hwy Sales Authorized Sign atories
BID 21-09, FURNISH & DELIVER ROCK SALT, DUE 4/15/21 AT 9AM (CST)
20
Form W-9 Request for Taxpayer Give Form to the
(Rev. October 2018) Identification Number and Certification requester. Do not
Oepertmenl ol tho Treasury send to the IRS.
lnlemal Revonue Se!Vfco .,. Go to www.lrs.gov/FormW9 for Instructions and the latest infonnation.
1 Nwne (as shown on your Income tax return). Name Is required on this lino; do not loavo this line blank .
Compass Minerals America Inc.
2 Business nsmo/d!Megarded enllly name, If dlff&tent !com above
(W"j 3 Check appropriate boK for federal tax classlflcatlon of the person whose name Is entered on lino 1. Check only one of the 4 E>1empUons (codes apply only to 4>
[ following seven bo>1es. certain entitles, not Individuals; see
instructions on page 3):
c: 0 lndlvtduaVsole proprietor or 0 C Corporation 0 S Corporation 0 Partnership D TrusVastate 0
•I!! single-member LLC E>1empt payee code 01 any) Jo D Limited lleblllty company. Enter the tax clas:smcatlon (C=C COIJloratlon, S•S corporation. PsPartnershlp) .. ~I Note: Check ttie appropriate boll In the ll ne above tor the tax classmcauon al tho slngle-member owner . Oo not check E>111mptlon from FATCA reporting
LLC II the LLC Is claaslned as a alngle-membe< LLC thol la dlarogarded from tho owner unleu the owner of lhe LLC Iii code (If any) ·c .5 another LLC that Is not dl$f'egardod from the owner lor U.S . federal tax purposes. Othorwlso, a slngle·member UC that
CL C) Is disregarded from the owner should check the approprloto box for the tax classlllcot lon of Its owner. !E
C) 0 Other (so.a Instructions) .. (AppHoa ta a~counlt mtlnlalned au~da thf U.S.) !
"' 5 Acldreas (number, street, and apt. or suite no.) See Instructions. Requester's name and address (optional)
8l 9900 West 109th Street, Suite 100 en
8 City, slate, end ZIP code
Overland Park, KS 66210
7 List account number(s) hero (opllonal)
•:JOT , .. Taxoaver Identification Number {TIN)
Enter your TIN In the appropriate box . The TIN provided ml.!St match the name given on llne 1 to avoid I Socl•I aecurlty number I
backup wilhholdlng. For Individuals, this Is generally your social security number (SSN). However, for a
res ident alien, sole proprietor, or disregarded entity, see the Instructions for Part I, later. For other
entitles, It Is your employer identlflcation number (EIN). If you do not have a number, see How to get a
TIN, later.
DJ] -[D -I I I I I
or
Note: If the account Is In more than one name, see the Instructions for line 1. Also see What Name and
Number To Give the Requester for guidelines on whose number t o enter.
I Employllf" ld1ntlflceUon number
48 -1047632
Certification
Under penalties of perjury, I certify that:
1. The number shown on this form Is my correct taxpayer Identification number (or I am waiting for a number to be Issued to me); and
2. I am not subjoot to backup withholding because; (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue
Serv ice (IRS) that I am subject to backup withholding as a result of a failure to report all Interest or dividends, or {c) the IRS has no tified me that I am
no longer subject to backup withhold ing; and
3. I am a U.S. citizen or other U.S. person (defined below); and
4. The FATCA code(s) entered on this form (If any) Indicating that I am exempt from FATCA reporting Is correct.
Certification Instructions. You must cross out Item 2 above If you have bean notified by the IRS that you are currently subject to backup withhold ing because
you have felled to report all Interest and dividends on your tall return . For real estate transact ions, Item 2 does not apply . For mortgage Interest paid,
acqu isition or abandonm81\t of secured property, cancellation of debt , contributions to an Individual retirement arrangement (IRA), and genera ll y, payments
other than Interest and dividends , u are not requ ired to sign the certification , but you must provide your correct TIN . See the In structions for Pert II, later .
Sign
Here
Signature or
U.S. p•reon ..
Sec Uon references are to tha Internal Revenue Code unless otherwise
noted.
Future developments. For the latest Information about deve lopments
related to Form W-9 and Its Instructions, such as legislation enacted
after they were publlshed, go to www.lrs.gov/FormW9.
Purpose of Form
An Ind ividual or entity {Form W-9 requester) who Is requ ired to Ille.an
Information retum with the IRS must obtain your correct t8llpayer
fdent!ffcatlon number (TIN} wh ich may be your social security number
(SSN), lndlvldual taxpayer Identification number (ITIN), adoption
taxpayer ldenlllloatlon number {ATIN), or employer Identification number
(EIN), to report on an Information re turn the amount pa id to you, or other
amount reportable on an Information return. Examples of Information
returns Include, but are not limited to, the following.
• Form 1099-INT (interest earned or paid)
Cat. No. 10231X
Date ..
• Form 1099-DIV (dividends, Including those from stocks or mutual
funds)
• Form 1099-MISC (various types of income, prizes, awards, or gross
proceeds)
• Form 1099-B (stock or mutual fund sales and certain other
transactions by brokers)
• Form 1099·$ (proceeds from real estate transactions)
• Form 1099-K (merchant card and third party network transactions)
• Form 1098 (home mortgage Interest), 1098-E (student loan interest),
1098-T (tul1lon)
•Form 1099-C (canceled debt)
• Form 1099-A (acquisition or abandonment of secured property)
Use Form W-9 only If you are a U.S. person (includlng a resident
allen), to prov ide your correct TIN.
If you do not return Form W-9 to the requester with a TIN, you might
be subject to backup withholding . See What Is bac kup withholding,
later.
Form W-9 (Rsv. 10·2018)
BID 21-09, FURNISH & DELIVER ROCK SALT, DUE 4/15/21 AT 9AM (CST)
21
ACORDraJ CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/DD/YYYY) ...____, 11/02/2020
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on
this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
PRODUCER ~~~~CT Marsh USA Risk & Insurance Services ~.~~N~,, "•"· I rffc Nol: 15 West South Temple, Suite 700
Salt Lake City, UT 84101 E-MAI L ADDR ES S·
INSURERISI AFFORDING COVERAGE NAIC#
CN101916390-STND·GAWU-20-21 INSURER A: ACE American Insurance Comoanv 22667
INSURED INSU RER B : NIA N/A Compass Minerals America Inc.
and Subsidiaries INSURERC :
9900 W. 109th Street, Suite 100 INSURERD : Overland Park , KS 66210
INSURE.RE :
INSURERF :
COVE RAGES CERTIFICATE NUMBER· SEA-003458446-11 REVISION NUMBER · 1
TH IS IS TO CERTI FY THAT TH E POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSU ED TO TH E INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDI CATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THI S
CERTIFICATE MAY BE ISSUED OR MAY PERTAI N, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HERE IN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AN D CONDITIONS OF SUCH POLICIES. LI MITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS .
INSR TYPE OF INSURANCE I ~~!'~ 1::1 uB R PO LIC Y EFF POLICY EXP LIMITS LT R 1..,.,n POLICY NUMBER IMM/OOlVYYYl
A x COMMERCIAL GENERAL LIABILITY XSLG27630431 11/01/2020 11/01/2021 EACH OCCURRENCE $ 2,000,000
~ D CLAIMS-MADE 0 OCCUR ~~~~($~$';'~".:;'..:.~:;,nee• $ 100,000
x SIR $500,000 MED EXP (Any one person) $ ~
PERSONAL & ADV INJURY $ 2,000,000 ,__
GEN'L AGGREGATE LIMIT APPLIES PER : GENERAL AGGREGATE $ 4,000,000
~ POLICY D ~C8r D Loe PRODUCTS -COMP/OP AGG $ 4,000,000
OTHERc $
A AUTOMOBILE LIABILITY ISAH08873628 11/01/2020
1--
11/0112021 ~~~~~~1 ~1NGLE LIMIT $ 1,000,000
x ANY AUTO BODILY INJURY (Per person) $
1--OWNED -SCHEDULED BODILY INJURY (Per accidenl) $
1--AUTOS ONLY ,_ AUTOS HIRED NON-OWNED rp~:~~T8~8AMAGE $
1--AUTOS ONLY ,_ AUTOS ONLY
COMP/COLL DED $ 2,000
UMBRELLA LIAS H OCCUR EACH OCCURRENCE $ I--
EXCESS LIAB CLAIMS-MADE AGGREGATE $
DED I I RETENTION $ $
A WORKERS COMPENSATION WLRC68929921 (AOS) 11/Ult<V<V 11/01/2021 x I ~~TUTE I l~H-
A AND EMPLOYERS' LIABILITY YIN SCFC68929933 (WI) 11/01/2020 11/0112021 ANYPROPRIETORIPARTNERIEXECUTIVE 0 E.L. EACH ACCIDENT $ 1,000,000
OFFICER/MEMBER EXCLUDED? N/A
(Mandatory in NH) E.L DISEASE· EA EMPLOY EE S 1,000,000
If yes , describe under
DESCRIPTION OF OP ERATIONS below E.L. DISEASE · POLICY LIMIT $ 1,000,000
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101 , Additional Ramarks Schedula, may be altachad if mora space is requ ired)
Re: Enhanced Bulk Rock Salt Bid .
County of McHenry, a body politic is included as additional insured where required by written contract with respect to general liability.
CERTIFICAT E HOLDER CANCELLATION
County of McHenry, a body politic SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
2200 N. Seminary Avenue THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
Woodstock, IL 60098 ACCORDANCE WITH THE POLICY PROVISIONS .
AUTHORIZED REPRESENTATIVE
of Marsh USA Risk & Insurance Services
I Tiffani Berrett ~
© 1988-2016 ACORD CORPORATION. All rights reserved .
ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD
BID 21-09, FURNISH & DELIVER ROCK SALT, DUE 4/15/21 AT 9AM (CST)
22
BID BOND
Conforms with The American Institute of
Architects, A.I.A. Document No. A-310
KNOW ALL BY THESE PRESENTS, That we, Compass Minerals America Inc.
~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~-
9900 W. 109th Street, Ste . 100 Overland Park, KS 6621 O
as Principal, hereinafter called the Principal,
~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~
and the RLI Insurance Company
of 9025 N. Lindbergh Dr . Peoria, IL 61615 , a corporation duly organized under
~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~
the laws of the State of Illinois , as Surety, hereinafter called the Surety, are held and firmly bound unto
~~~~~~~~~~~~~~
County of McHenry as Obligee, hereinafter called the Obligee ,
in the sum of Ten Percent of Amount Bid
Dollars($ 10% ) , for the payment of which sum well and truly to be made, the said Principal and the said
~~~~~~~~~~~~
Surety, bind ourselves, our heirs , executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has submitted a bid for
Bid #21-09 -Furnish and Deliver Rock Salt
NOW , THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in
accordance with the terms of such bid , and give such bond or bonds as may be specified in the bidding or Contract Documents with
good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in
the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, ifthe Principal
shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount
for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall
be null and void, otherwise to remain in full force and effect.
Signed and sealed this
S-0054/GE 12/00
8th day of April 2021
~~~~~~~~ ~~~~~~~~~~~~~~~~~~_,..----,~~~~~~~~~
Witness {
RLI Insurance Company
Witness
====--Tina Davis '
(Seal)
Principal
Title
Attor ~ct
XDP
BID 21-09, FURNISH & DELIVER ROCK SALT, DUE 4/15/21 AT 9AM (CST)
23
State of Utah }
-----ss: County of Salt Lake
On April 8, 2021 , before me, a Notary Public in and for said County and State, residing
therein, duly commissioned and sworn, personally appeared
Tina Davis
known to me to be Attorney-in-Fact of RLI Insurance Company
the corporation described in and that executed the within and foregoing instrument, and known to me to be the person who executed
the said instrument in behalf of the said corporation, and he duly acknowledged to me that such corporation executed the same .
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal , the day and year stated in this certificate above.
My Commission Expires June 9, 2022 ) )
Notary Public
BID 21-09, FURNISH & DELIVER ROCK SALT, DUE 4/15/21 AT 9AM (CST)
24
POWER OF ATTORNEY
RLI Insurance Company
Contractors Bonding and Insurance Company
9025 N. Lindbergh Dr. Peoria , IL 61615
Phone : 800-645-2402 Bond No. ___ n_la __ _
Know All Men by These Presents:
That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes, but may be detached by the
approving officer if desired.
That this Power of Attorney may be effective and given to either or both of RLI Insurance Company and Contractors Bonding and
Insurance Company, required for the applicable bond.
That RLI Insurance Company and/or Contractors Bonding and Insurance Company, each Illinois corporations (as applicable),
each authorized and licensed to do business in all states and the District of Columbia do hereby make, constitute and appoint:
Tina Davis in the City of Salt Lake City State of UT
it's true and lawful Agent and Attorney in Fact, with full power and authority hereby conferred upon him/her to sign, execute,
acknowledge and deliver for and on its behalf as Surety, in general, any and all bonds and undertakings in an amount not to exceed
Twenty Five Million Dollars ($25,000,000) for any single obligation, and specifically for the following described bond.
Principal: Compass Minerals America Inc.
Obligee: County of McHenry
RLI Insurance Company and Contractors Bonding and Insurance Company, as applicable, have each further certified that the
following is a true and exact copy of a Resolution adopted by the Board of Directors of each such corporation, and now in force,
to-wit:
"All bonds, policies, undertakings, Powers of Attorney or other obligations of the Corporation shall be executed in the
corporate name of the Corporation by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President,
or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any
Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds,
policies or undertakings in the name of the Corporation. The corporate seal is not necessary for the validity of any bonds,
policies, undertakings, Powers of Attorney or other obligations of the Corporation. The signature of any such officer and
the corporate seal may be printed by facsimile or other electronic image."
IN WITNESS WHEREOF, RLI Insurance Company and/or Contractors Bonding and Insurance Company, as applicable, have
caused these presents to be executed by its respective Vice President with its corporate seal affixed this 8th day of
April 202 1 . ,,.,.......... .., .............. ,,., RLI Insurance Company
,.··~(1"1-1c e c;J··, .-··'~"ll" .~ ~~? !'':-;;·-," d · d I C /~o; .· ·· ···" '1,;·~. .~ .. ti •• " 0 ·-.~~"' Contractors Bon mg an nsurance ompany ':;.~:J ,·· O~POR44 ;·.~\ t a: r,,o\'fl n.,.,.(11" • •• ~-~ ~~.-.;. e-··~'.: ~l.;: -·-•n ==. ~ \ SE~~L ) } \~: .. SEAL :J I
\. ·.. .·· l ~~~·· .......... ··:~ ... f "·~/ii.'1 "1iO~~."l '; 'L(INOI~ ~ } SS ............. " .. ··' .,,,,,,,,.,,., ... ,..-·· State of Illinois
County of Peoria
On thi 8th da of April , 2021 , before me, a Notary
Public per onally appeared Barton W. Davis . who
being by me duly sworn, acknowledged that he signed the above Power of
Auorney as the afo resaid officer of the RLI Insurance ompany and/or
Contractors Bonding and In urance Compa ny, and acknO\ !edged . a id
instrument to b he voluntary act and deed of said corporation .
Jacqu
OFFICIAL SEAL
JACQUELINE M BOCKLER
NOTARY PUBLIC, STATE OF ILLINOIS
MY COMMISSION EXPIRES JAN 14 2022
Notary Public
Barton W. Davis Vice President
CERTIFICATE
I, the undersigned officer of RLI Insurance Company and/or
Contractors Bonding and Insurance Company, do hereby certify
that the attached Power of Attorney is in full force and effect and is
irrevocable ; and furthermore, that the Resolution of the Company as
set forth in the Power of Attorney , is now in force . In testimony
whereof, I have hereunto set my hand and the seal of the RLI
Insurance Company and/or Contractors Bonding and Insurance
Company this 8th day of April , 2021 .
RLI Insurance Company
Contractors Bonding and Insurance Company
By : Q,~ 0 J1'9*.
Jeffrey ~c Corporate Secretary
AOOAID\9
BID 21-09, FURNISH & DELIVER ROCK SALT, DUE 4/15/21 AT 9AM (CST)
25
rnMc:a:HENlllRYam 8
COUNTY
April 7, 2021
Question 1:
Response:
Question 2:
Response:
Question 3:
Response :
Question 4:
Response:
County of McHenry
On behalf of the Municipal Partnering Initiative
Purchasing Department
2200 N Seminary A venue
Woodstock, IL 60098
Addendum 1
Bid 21-09 Furnish and Deliver Rock Salt
Electronic Bids Due: no later than 9:00 a.m. (CST) April 15, 2021
Additions and Clarifications
The invitation -Intent to Bid. The bidders have to sign and send this back. Is
this due back with the bid, or is this due back now?
The intent to bid is due when the decision to bid has been made by the vendor.
We are 100% working from home. Is an electronic signature acceptable?
Yes
Does this bid require both a bid bond and a performance bond? If there is a
performance bond what is the percentage and is this due after the bid has been
awarded? If there is a bid bond what is the percentage, and is this due with bid
submission?
Yes. Refer to Page 9 of the bid:
PERFORMANCE AND PAYMENT BOND:
A Performance and Payment Bond will be required by the accepted bidder as described
below ifthe bid amount exceeds $50,000.00.
• Payment and Performance Bond must be in the amount of 110% of the bid value. Any
additional scope value during the project must be covered by the bonds.
Yes; Bid Security shall be in an amount equal to at least ten percent (10%) of the amount
of the Bid except for the Division of Transportation, which should be at least five percent
(5%). Yes the bid bond i due with the bid submission. Refer to page 13 of the bid:
Bid submission checklist:
• Mandatory pages
• W-9
• Certificate oflnsurance
• Bid bond or check may be scanned and submitted with bid. Original to be
delivered upon bid acceptance.
Just to clarify you all wanting to purchase both regular white salt and treated
salt?
Correct
Page 1 of2
BID 21-09, FURNISH & DELIVER ROCK SALT, DUE 4/15/21 AT 9AM (CST)
26
Question 5:
Response:
Question 6:
Response:
Question 7:
Response:
Does the Certified Payroll Requirements apply to this bid?
his question wil l be address via Addendum 2 (posted no later than 4:00pm 4 /9/21)
Is the Employment of Illinois Workers on Public Works Act applicable to this
Bid for out of state bidders?
1This question will be address via Addendum 2 (posted no later than 4:00pm 4/9/2 t)
Is a Bid Bond required for this contract?
Yes
Page 2 of2
BID 21-09, FURNISH & DELIVER ROCK SALT, DUE 4/15/21 AT 9AM (CST)
27
McHENRY ~~ mu1111~d
COUNTY
April 8, 2021
Question 1:
Response:
Question 2:
Response:
County of McHenry
On behalf of the Municipal Partnering Initiative
Purchasing Department
2200 N Seminary Avenue
Woodstock, IL 60098
Addendum2
Bid 21-09 Furnish and Deliver Rock Salt
Electroni c Bjds accepted until
April 15, 2021 no later than 9:00 a.m. (CST)
Additions and Clarifications
Does the Certified Payroll Requirements apply to this bid?
Certified Payroll does not apply to this solicitation because this solicitation is not
subject to prevailing wage.
Is the Employment of Illinois Workers on Public Works Act applicable to this
Bid for out of state bidders?
All bidders for this solicitation are required to follow the Employment of Illinois
Workers on Public Works Act.
Page 1 ofl
BID 21-09, FURNISH & DELIVER ROCK SALT, DUE 4/15/21 AT 9AM (CST)
28
BID 21-09, FURNISH & DELIVER ROCK SALT, DUE 4/15/21 AT 9AM (CST)
29
'IJefaware PAGE l
'7Jie Jirst State
I, JEFFREY W. BULLOCK, SECRETARY OF STATE OF THE STATE OF
DELAWARE, DO HEREBY CERTIFY THE ATTACHED IS A TRUE AND CORRECT
COPY OF THE CERTIFICATE OF AMENDMENT OF "NORTH AMERICAN SALT
COMPANY", CHANGING ITS NAME FROM "NORTH AMERICAN SALT COMPANY"
TO "COMPASS MINERALS AMERICA INC. ", FILED IN THIS OFFICE ON THE
TWENTY-EIGHTH DAY OF JULY, A.D. 2014, AT 4:01 O'CLOCK P.M.
A FILED COPY OF THIS CERTIFICATE HAS BEEN FORWARDED TO THE
KENT COUNTY RECORDER OF DEEDS.
AND I DO HEREBY FURTHER CERTIFY THAT THE EFFECTIVE DATE OF
THE AFORESAID CERTIFICATE OF AMENDMENT IS THE FIRST DAY OF
AUGUST, A. D. 2014.
2149843 8100
rou tt14Y verity this certit:ic4te online
at corp.delaware.gov/authver.shtml
BID 21-09, FURNISH & DELIVER ROCK SALT, DUE 4/15/21 AT 9AM (CST)
30
State or De.laware
Seoreta.ty 0£ State
Di vi.sion of corporations
Delivexed 04:01 PM 07/28/2014
FILED 04: 01 PM 07 /28/2014
SRV 141004132 -2149843 FILE
STATE OF DELA WARE
CERTIFICATE OF AMENDMENT
OF SECOND AMENDED AND RESTATED
CERTIFICATE OF INCORPORATION
NORTH AMERICAN SALT COMPANY, a corporation organized and existing under
and by virtue of the General Corporation Law of the State of Delaware (the ''Corporation"), does
hereby certify:
l. That at a meeting of tbe Board of Directors of North American Salt Company
resolutions were duly adopted setting forth a proposed amendment of the Second
Amended and Restated Certificate of lncorporalion of the Corporation, declaring such
amendment to be advisable and calling a meeting of the stockholder ofthe Corporation
for consideration thereof. The resolution setting forth the proposed amendment is as
follows:
RESOLVED, that the Second Amended and Restated Certificate of
Incorporation of the Corporation be amended by changing the Article numbered
"FIRST" so that, as amended, such Article shall be and read as follows:
FIRST: The name of the Corporation is Compass Minerals America Inc.
(hereinafter called the "Corporation").
2. That thereafter, pursuant to resolution of jts Board of Directors, a special
meeting of the stockholders of the Corporation was duly called and held upon notice in
accordance with Section 222 of the General Corporation Law of the Stale of Delaware at
which meeting the necessary number of shares as required by statute were voted in favor of
the amendment.
3. That the amendment was duly adopted in accordance with the provisions
of Section 242 of the General Corporation Law of the State of Delaware.
4. That this amendment shall be effective on the 151 day of August, 2014.
IN WITNESS WHEREOF, the Corporation has caused this certificate to be signed
this :Z~~ay of July, 2014.
By:Q~~ U-£k,,d _
Rodney L. Underdovm
Chief Financial Officer and Secretary
BID 21-09, FURNISH & DELIVER ROCK SALT, DUE 4/15/21 AT 9AM (CST)
31
==tomp_a~s
-Minerals · CREDIT INFORMATION
FIRM NAME:
PRINCIPAL ADDRESS:
MAILING ADDRESS:
OTHER LOCATIONS:
OFFICERS:
Kevin S. Crutchfield
James D. Standen
Compass Minerals America Inc. PHONE:
9900 W. 109111 St., Suite 100 FEDERAL ID CODE:
Overland Park, Kansas 66210
DATE INCORPORATED:
Same
DATE STARTED:
Chicago, IL; Duluth, MN;
Ogden, UT; Lyons, KS; TYPE OF BUSINESS:
Cote Blanche, LA ; Buffalo, NY
President and CEO
Chief Financial Officer
Chief Commercial Officer
Chief Operations Officer
(913) 344-9100
48-1047632
01/21/88
1917
Manufacturing
S. Bradley Griffith
George J. Schuller, Jr.
Mary L. Frontczak
Luis E. Montiel
Chief Legal and Administrative Officer and Corporate Secretary
Vice President, Finance and Treasurer
Gary R. Gose
Zoe A. Vantzos
Kelley A. Schnieders
TRADE REFERENCES :
Wheeler Machinery Co.
4901w2100 s
West Valley City, UT 84120
account-coord inators@wheelercat.com
801-978-1850 (fax)
Prince Agri Products
Contact: Kathy Irvin
229 Radio Road
Quincy, IL 62305
(217) 592-1332
(217) 223-2808 (fax)
BANK REFERENCES:
JP Morgan Chase
One Chase Plaza, 71t1 Floor
New York, NY 10005
RESALE I EXEMPTION STATUS:
Vice President, Tax and Assistant Secretary
Assistant Secretary
Assistant Secretary
H&E Equipment LLC
7500 Pecue Lane
Baton Rouge, LA 70809
225-756-3602
225-756-3621 (fax) attn. Teresa
tlalonde@he-eguipment.com
Salemo Packaging Inc.
c/o lnteplast Credit
9 Peach Tree Hill Road
Livingston NJ 07039
973-740-8205 (Fax)
Account No.: 581776991
Contact:
Tel:
Fax:
Credit Reference Group
(817) 399-7201
(817) 345-3794 or 3795
Exemption certificates provided upon request for items which are incorporated as an ingredient or component part
of other tangible personal property to be produced for ultimate sale at retail by manufacturing, processing
or fabricating .
August 2020
BID 21-09, FURNISH & DELIVER ROCK SALT, DUE 4/15/21 AT 9AM (CST)
32
&?ComJJ..~S
-Minerals ·
Production Location
Goderich, Ontario -Canada
Product Description
Rock salt obtained by conventional mining methods,
crushed, and screened to size,
Method of Analysis
American Society for Testing and Materials Procedures
0632 and E534. All other testing is from Compass
Minerals internal quality control procedures, which are
available upon request.
Physical Properties
Bulk Density -1220 kg/rn3 (76 lbs/ft3), average particle
size 0.011"
Admixture
Yellow Prussiate of Soda (YPS) added -If requested
by customer
Goderich -US Bulk
Deicing Salt
:rlcaimcd ~ a .._.. ...... ';L 'hlli""'-,)'
-...... ;'!~ .... --.: ~.,n.i' '1 ·~ .~-'"''ll',.;UU'..,.."! ,._R'"",. .!':""
Sodium Chlolidc NaCl (%) 96.5
Calcium Sulfale caso, (%) 2.7
Calcium Chloride Caci, (%) 0 00
Magnesium Chloride Mg Cl , (%) 0 03
Sodium Sulphate NaSO, (%) 0 00
Maislure (%1 O,a
Water Insolubles (%1 OB
Calcium Ca ppm 7948
Magnesium Mg ppm 224
Sulphale so, ppm 19051
TYPICAL SCREEN ANALYSIS
% Passing (99.7% Confidence)
0,500 0.500 0 ,500 99 .B QB.9 -100
3/8 0.371 0 .374 97.2 93 .5. 100
4 0 .187 1a e 63.6. 89.6
B 0,093 47.6 343-609
t6 14 0 .046 27 3 18.4-362
30 28 0,023 15.6 9 7 -21 5
Average Particle Size 0,011 inches (7 25 mesh)
,..._,,,._-. •.o.ll"'li_'
,~~a,>t!:
94.1-989
0.9-4 5
0.00-0,01
0.00-0.08
0.00 -0.03
000· t 1
0 1 -1 5
26~9-t3247
0 -204
6350 -31752
Compass Minerals America Inc.
9900 West 109th Street -Suite 100
Overland Park, KS 66210
Phone 800-323-1641 Fax 800-359-7258
This info1mation is based on our present slate of knowledge and is intended to
provide general notes on the product(s) supplied by us and their uses , The information
should not be construed as a specific property promise or guarantee of lheproduct(s)
March 2019
BID 21-09, FURNISH & DELIVER ROCK SALT, DUE 4/15/21 AT 9AM (CST)
33
~Comp_a~s
-Minerals
Production Location
Cote Blanche , Louisiana-USA
Product Description
• Rock salt obtained by
conventional mining methods ,
crushed , and screened to
size.
• No more than 15% of product
passes 30-mesh screen
Method of Analysis
American Society for Testing and
Materials Procedures 0632 and E534. All
other testing is from Compass Minerals
internal quality control procedures, which
are available upon request
Physical Properties
Bulk Density -(72 lbs/ft3)
Admixture
Yellow Prussiate of Soda (YPS) added to
a max of 50 ppm
Compass Minerals
9900 West 109th Street Suite 100
Overland Park, KS 66210800-755-72 58
Fax 800-359 -7258
Deicing Salt
-. -.. -... ' . .11t il :J llll >f ' 11 '.li"F.l ~r::t. _, :• '
Constituent Formula Typlc~I % Range
Sodium Chloride NaCl (%) 98.44 98 .2 -99.2
Calcium Sulfate caso, (%) 1.27 0.38 -1.7
Calcium Chloride Ca Cl, (%) 0.03 0-0.24
Magnesium Chloride Mg Cl, (%) 0 01 0-0.04
Water Insolubles (%) 0.2 0.00-0 77
Calcium Ca ppm 3837 860 -5535
Magnesium Mg ppm 35 5 0 -101
Sulfate so , (%) 9265 2371 -12273
Moisture H20 (%) 0 .19 0-1
·-~
''"' • ~' r.ro!l l 'i :J t i' ~
U.S.S. Mesh Tyler Mesh Open (Inches) Typical Range
% Passing % Pa55lng
3/4 0.375 0.375 100 100
1/2 1/2 0.5 99 .6 98 .1 -100
0 .375 0.375 0 375 95 .3 87. 100
4 4 0.1870 73 .4 40 -100
8 8 0.0937 42.2 5 -80
16 14 0.0464 19.2 0 -40
30 28 0.0234 8,5 0 -20
Average particle size 0.162 inches (5 .11mesh)
Bag Size UPC Code Old Product Code New SKU
Bulk 0 67568-76080 7 7608 613624
2017
BID 21-09, FURNISH & DELIVER ROCK SALT, DUE 4/15/21 AT 9AM (CST)
34
Product Identifier
Other means of ldentificatlon
Recommended use
Recommended restrictions
Manufacturer
Physical hazards
Health hazards
Environmental hazards
OSHA defined hazards
Label elements
Hazard symbol
Signal word
Hazard statement
#20427
SAFETY DATA SHEET
1. Product and Company Identification
Salt
American Backwoods Animal Nutrition Products
Sodium Chloride
Sifto Safe Step Standard Salt
Sifto Ice Salt
Sitto Sodium Chloride
Sitto Safe Step EnviroGuard
QwikSalt
Ice-A-Way
lceAway Turbo
lceAway Turbo Blue
Safe Step 3300
Aspen
Aspen Blue
Safe Step 4300 Dual Blend
Safe Step 4300 Dual Blend Brue
EconoBlend 370
Winter Storm
Winter Storm Blue
Safe Step Pro Ser'1es 550
Safe Step Pro Series 570
Safe Step 6300 Enviro Blend
Safe Step Pro Series 960 Cho·1ce Formula
Safe Step Sure Paws
Sifto Safe Step Sure Paws
American Stockman Animal Nutrition Products
Nature's Own water care products
Sure Soft water care products
Natural Salt waler care
Pro Soft water care products
Salt brine
Thawrox Treated salt
Commercial bulk rock salt
Safe Step Pro Series 950
MaxiFonte
Solar salt
Canad ian Stockman Animal Nutrition products
Sitto pool salt
Crystal Plus
De-icer. General industrial and water softening/conditioning purposes. Animal Nutrition.
None known.
Compass Minerals USA Inc .
9900 West 109th Street, Suite 1 DO
Overland Park, KS 66210 US
913-344-9200
CHEMTREC 1-800-424-9300
CANUTEC 1-613-996-6666
Not classified.
Not classified.
Not classified.
Not classified.
None.
None.
2. Hazards Identification
The product and/or mixture does not meet the criteria for classification .
Page: 1of6 Issue date 28-September-2015
BID 21-09, FURNISH & DELIVER ROCK SALT, DUE 4/15/21 AT 9AM (CST)
35
Precautionary statement
Prevention
Response
Storage
Disposal
Hazard(s} not otherwise
classified (HNOC)
Supplemental information
Mixture
Composition comments
Inhalation
Skin contact
Eye contact
Ingestion
Most important
symptoms/effects, acute and
delayed
Indication of immediate
medical attention and special
treatment needed
Suitable extinguishing media
Unsuitable extinguishing
media
Specific hazards arising from
the chemical
Special protective equipment
and precautions for firefighters
Fire.fighting
equipment/instructions
Specific methods
General fire hazards
Hazardous combustion
products
Explosion data
Sensitivity to mechanical
impact
Sensitivity to static
discharge
Personal precautions,
protective equipment and
emergency procedures
Methods and materials for
containment and cleaning up
Environmental precautions
Precautions for safe handling
#20427
Observe good industrial hygiene practices.
Wash hands after handling .
Store away from incompatible materials, i.e, strong oxidizing agents (see Section 10)
Dispose of waste and residues in accordance with local authority requirements.
None known .
Not applicable.
3. Compositlonllnformation on Ingredients
The criteria for listing components In th is section are : Carcinogens. Respiratory Sensitizers ,
Mutagens , Teratogens and Reproductive toxins are li sted when present at 0.1 % or greater;
components Which are othe1Wise hazardous according to WHMIS /OSHA are listed when present
at 1.0% or greater. Non hazardous components are not listed . The products pertain ing to this SOS
have various proportions of components which do not meet the listln g criteria .
4. First Aid Measures
Avo id breathing dust. rr breathing is diffi cult, remove to fresh air and keep at rest in a position
comfortable for brea thin g. Call a physician if symptoms develop or persist.
Rinse skin with water/shower. Get medical attention If irritation develops and persists .
Rinse with water. Get medical attention If irritation develops and persists.
Rinse mouth. If ingestion of a large amount does occur, seek medical attention .
Direct contact with eyes may cause temporary irritation.
Treat symptomatically.
5. Fire Fighting Measures
Salt and salt mixtures are non-combustible.
Not applicable.
During fire, gases hazardous to health may be formed.
Use appropriate firefighting PPE as a general precaution.
Salt is not combustible and is thus not the material of concern for firefighting equipment or
methods .
In the event of a fire, equipment and methods that are consistent with the combusting material
should be utllize d.
No unusual fire or explosion hazards noted .
Chlorine . Hydrogen chloride. Oxides of sodium.
Not available.
Not available.
6. Accidental Release Measures
Restrict area to facilitate clean up .
Stop the flow of materia l, if this is without risk. Preven t dire ct entry into wateiways and sewers.
Following product recovery, flush area with water if necessary. For waste disposal, see section 13
of the SOS .
Avoid direct release Into waterways and sewers.
7. Handling and Storage
Use care in handlingfstorage. Avoid breathing dust.
Page: 2of6 Issue dale 29-Saplember-2015
BID 21-09, FURNISH & DELIVER ROCK SALT, DUE 4/15/21 AT 9AM (CST)
36
Conditions for safe storage,
including any incompatibilities
Occupational exposure limits
Biological limit values
Appropriate engineering
controls
Store In original lightly closed container. Store away from incompatlbfe materials, i.e, strong
oxidizing agents (see Section 1 OJ
8, Exposure Controls/Personal Protection
No e)(posure limits noted for ingredient(s).
No biological exposure limits noted for the ingredient(s).
TWA PEL : No specific limils have been established for sodium chloride (a solub le substance). As
a guideline, OSHA (United States) has established the follow ing limits which are generally
recognized ror inert or nuisance dust. Particu lates Nol Otheiwise Regu lated (PNOR): Smg/cu.m .
Respirable Dust 8-Hour TWA PEL, 15mg/cu .m. Total Dust 8-Hour TWA PEL
TWA TLV: No specific llmlls have bean established for sod ium chloride (a soluble substance). As
a guideline, ACGIH {United States) has established the following limits which are generally
recognized for Inert or nuisance dust . Part iculates (Insolubles) Not Olheiwise Classified (PNOC):
10mg/cu .m. lnhalable Particulate 8-Hours TWA TLV , 3mg/cu .m. Resplrable Particulate TWA TLV.
Use process enclosures, local exhaust ventilation, or other engineering controls to control airborne
levels below recommended exposure limits .
Individual protection measures, such as personal protective equipment
Eye/face protection Safety glasses if eye contact is possible.
Skin protection
Hand protection
Other
Respiratory protection
Thermal hazards
General hygiene
considerations
Appearance
Physical state
Form
Color
Odor
Odor threshold
pH
Melting point/freezing point
Initial boiling point and boiling
range
Pour point
Specific gravity
Partition coefficient
(n-octanol/water)
Flash point
Evaporation rate
Flammability (solid, gas)
If there is constant skin contact, rubber gloves are recommended .
Wear suitable protective clothing.
No personal respiratory protective equipment normally required.
Not applicable.
Always observe good perso nal hygiene measures, such as washing after handling the material
and before eating, drinking . and/or smoking . Routinely wash work clothing and protective
equipment.
9. Physical and Chemical Properties
Crystalline .
Solfd.
Solid.
Varies
Odorless
Not applicable
6 -8 (Neutral)
Not applicable
Not applicable
Not applicable
Not applicable
Not applicable
Not applicable
Not applicable
Not applicable.
Upper/lower flammability or explosive limits
Flammability limit -lower Not applicable
(%)
Flammability limit -upper
(%)
Explosive limit-lower(%)
Explosive limit -upper(%)
Vapor pressure
Vapor density
Relative density
Solubility(ies)
Auto-ignition temperature
#20427
Not applicable
Not applicable
Not applicable
Not applicable
Not applicable
Not applicable
Not available.
Not applicable
Page: lol6 Issue data 28-September-2015
BID 21-09, FURNISH & DELIVER ROCK SALT, DUE 4/15/21 AT 9AM (CST)
37
Decomposition temperature
Viscosity
Reactivity
Possibility of hazardous
reactions
Chemical stability
Conditions to avoid
Incompatible materials
Hazardous decomposition
products
Not applicable
Not applicable
1 O. Stability and Reactivity
None known.
No dangerous reaction known under conditions of normal use .
Material is stable under normal conditions.
Contact with incompatible materials, i.e strong oxidizing agents .
Strong oxidizing agents.
Chlorine gas. Hydrogen chloride. Oxides of sodium.
11. Toxicological Information
Information on likely routes of exposure
Ingestion Expected to be a low ingestion hazard.
Inhalation No adverse effects due to inhalation are expected.
Skin contact
Eye contact
Symptoms related to the
physical, chemical and
toxicological characteristics
No adverse effects due to skin contact are expected.
Direct contact with eyes may cause temporary irritation.
Direct contact with eyes may cause temporary irritation.
Information on toxicological effects
Acute toxicity Not classified.
Product
Salt (CAS Mixture)
Acute
Inhalation
LCSO
Skin corrosion/irritation
Exposure minutes
Erythema value
Oedema value
Serious eye damage/eye
irritation
Corneal opacity value
Iris lesion value
Conjunctiva! reddening
value
Species
Rat
Prolonged skin contact may cause temporary irritation .
Not available.
Not available.
Not available.
Test Results
21 mg/L, estimated
Direct contact with eyes may cause temporary irritation.
Not available.
Not available.
Not available.
Conjunctival oedema value Not available.
Recover days
Respiratory or skin sensltlzatlon
Respiratory sensitization
Skin sensitization
Germ cell mutageniclty
Mutagenlclty
Carcinogenicity
Reproductive toxicity
Teratogenfcity
Specific target organ toxicity -
single exposure
Specific target organ toxicity -
repeated exposure
Aspiration hazard
#20427
Not available.
Not available.
This product is not expected to cause skin sensitization.
No data available to indicate product or any components present at greater than 0.1 % are
mutagenlc or genotoxic.
No data available to indicate product or any components present at greater than 0.1 % are
mutagenic or genotoxic.
This product is not considered to be a carcinogen by IARC, ACGIH, NTP, or OSHA.
This product is not expected to cause reproductive or developmental effects .
Not classified.
Not classified.
Not classified.
Not classified .
Page: 4of6 Issue dats 2B·September-2.015
BID 21-09, FURNISH & DELIVER ROCK SALT, DUE 4/15/21 AT 9AM (CST)
38
Chronic effects
Further information
Name of Toxicologically
Synergistic Products
Ecotoxicity
Persistence and degradabfllty
Bioaccumulative potential
Mobility in soil
Mobility in general
Other adverse effects
Disposal instructions
Local disposal regulations
Hazardous waste code
Waste from residues I unused
products
Contaminated packaging
Not classified.
This product has no known adverse effect on human health.
Not available.
12. Ecological Information
Th e product Is not class ified as environmentally hazardous. However, this does not exclude the
poss ibility that large or frequ ent spills can have a harmful or damaging effect on the en vironmen t.
No data is available on the degradability of this product.
No data available.
No data available .
Not avallable.
No other adverse environme nta l effects (e.g. ozo ne depletion, photochemical ozone creation
potential, endocrine disruption , global warming potential) are expected from this component.
13. Disposal Considerations
Collect and reclaim or dispose in sealed containers in accordance with applicable regulations.
Dispose in accordance with all applicable regulations.
The waste code should be assigned In discussion between the user, the producer and the waste
disposal company.
Dispose of in accordance with local regulations. Empty containers or liners may retaih some
product residues . This material and its container must be disposed of in a safe manner (see:
Disposal instructions).
Empty containers should be taken to an approved waste handling site for recyclin g or disposal.
Since emptied containers may retain product residue, follow tabel warnings even after container is
emptied.
14. Transport Information
U.S. Department of Transportation (DOT)
Not regulated as dangerous goods.
Transportation of Dangerous Goods (TOG • Canada)
Not regulated as dangerous goods .
15. Regulatory Information
Canadian federal regulations This product has been classified in accordance with the hazard criteria of the Controlled Products
Regulations and the SOS contains all the information required by the Controlled Products
Regulations.
WHMIS status Not Controlled
US federal regulations
TSCA Section 12(b) Export Notification (40 CFR 707, Subpt. D)
Not regulated.
CERCLA Hazardous Substance List (40 CFR 302.4)
Not listed.
Clean Air Act (CAA) Section 112(r) Accidental Release Prevention (40 CFR 68.130)
Not regulated .
Clean Air Act (CAA) Section 112 Hazardous Air Pollutants (HAPS) List
Not regulated.
Superfund Amendments and Reauthorization Act of 1986 (SARA)
Hazard categories immediate Hazard -No
Delayed Hazard -No
Fire Hazard -No
Pressure Hazard -No
SARA 302 Extremely
hazardous substance
SARA 311/312 Hazardous
chemical
SARA 313 (TRI reporting)
Not regulated.
#20427
Reactivity Hazard -No
No
No
Page: 5 of 6 Issue date ZB-Seplember-2015
BID 21-09, FURNISH & DELIVER ROCK SALT, DUE 4/15/21 AT 9AM (CST)
39
Other federal regulations
Safe Drinking Water Act
(SOWA)
Food and Drug
Administration (FDA)
Not regulated.
Not regulated.
us state regulations California Safe Drinking Water and Toxic Enforcemen t Act of 1986 (Proposi tion 65): This material
is not known to contain any ch1imicals currently listed as carcinogens or reproductive toxins .
US. California Proposition 65 ·Carcinogens & Reproductive Toxicity (CRT}: Listed substance
Not listed .
US. Massachusetts RTK -Substance List
Not regulated .
US. Pennsylvania RTK ·Hazardous Substances
Not regulated .
US . Rhode Island RTK
Not regulated.
Inventory status
Country(s) or region
Canada
Canada
United States & Puerto Rico
Inventory name
Domestic Substances List (DSL)
Non-Domestic Substances List (NDSL)
Toxic Substances Control Act (TSCA) Inventory
On inventory (yes/no)*
Yes
No
Yes
'A "Yes" indicates that all components of this product comply with the inventory requirements administered by the governing country(s)
LEGEND
Severe
Serious
Moderate
Slight
Minimal
Disclalmer
Issue date
Effective date
Expiry date
Further Information
Prepared by
Other information
#20427
4
3
2
1
0
16. Other Information
PHYSICAL HAZARl!I ~
PERSONAL r.-1
PROTECTION L!_j
The Information In the sheet was written based on the best knowledge and experience currently
available. Information contained herein was obta ined from sources cons idered techn ic ally accurate
and reliable . While every effort has been made to ensure full disclosure of product hazards. in
some cases data is not available and Is so stated . Since conditions of actual product use are
beyond control of the supplier, it ls assumed that Users of this material have been fully trained
according to the requirements of all applicabte legislation and regulatory Instruments, No warranty,
expressed or lmplled, Is made and supplier will not be liable for any losses, Injuries or
consequential damages wh ich may result from the use of or reliance on any information conta ined
in this document.
28-September-2015
01-August-2014
o 1-August-2017
Not available.
Dell Tech Laboratories, Lid. Phone : (519) 858-5021
This Safety Data Shae! was prepared to comply with the current OSHA Hazard Communication
Standard (HCS) adoption of the Globally Harmonized System of Classification and Labeling of
Chemicals (GHS).
This SOS conforms to the ANSI Z400 .1/Z129.1-201 O Standard.
Paga: 6016 Issue date 28.Seplember-2015
BID 21-09, FURNISH & DELIVER ROCK SALT, DUE 4/15/21 AT 9AM (CST)
40
Page 1 of 15
County of McHenry
2200 N Seminary Avenue
Woodstock, IL 60098
Bid 21-09
Furnish and Deliver Rock Salt
Due: April 15, 2021 no later than 9:00 a.m. (CST)
Contact Person:
Djuana Leonard, C.P.M., Procurement Specialist Email: dmleonard@mchenrycountyil.gov
Electronic Submissions accepted:
PDFs may be emailed to dmleonard@mchenrycountyil.gov
MANDATORY COVER SHEET
PLEASE TYPE or PRINT CLEARLY
Company: _________________________________________ Date: ___________________
Contact Person: _____________________________________________________________
Address:___________________________________ City: __________________________
State: _______________ Zip Code: _________________
Email Address: ______________________________________________________________
Telephone Number: _____________________________
FEIN or SSN: ____________________________________
41
Page 2 of 15
The attention of bidders is directed to the McHenry County Purchasing Ordinance, amended August 1, 2019. This
Ordinance is incorporated by reference into this bid as if it were contained herein. If you have not received a copy
of the above Ordinance and desire a copy, please contact the Purchasing office.
Any communication regarding this bid between the date of issue and date of award is required to go through the
Procurement Specialist listed above (or the Purchasing Administrative Specialist). Unauthorized contact with
other McHenry County staff or officers is strictly forbidden.
SCOPE OF WORK
The County of McHenry seeks qualified firms to furnish and deliver rock salt to McHenry County Division of
Transportation as well as other participating Local Government Units, subject to continuing need and availability of
funds. All requirements are according to specifications enclosed herein.
SCHEDULE OF EVENTS
March 26, 2021 Bid Available on County Website
April 1, 2021 Questions due to dmleonard@mchenrycountyil.gov no later than 12:00 p.m. (CST)
April 7, 2021 Addendum posted on County website no later than 4:00 p.m. (CST)
April 15, 2021
Bid Due no later than 9:00 a.m. (CST)
PDFs may be emailed to dmleonard@mchenrycountyil.gov
Bid opening conducted via WebEx meeting at 1:00 p.m. (CST).
PAYMENT
Payment will be processed after receipt of delivery invoice and appropriate affidavit.
NON-DISCRIMINATION
Contractor shall comply with the Illinois Human Rights Act, 775 ILCS 5/1-101 et seq., as amended and any rules
and regulations promulgated in accordance therewith, including, but not limited to the Equal Employment
Opportunity Clause, Illinois Administrative Code, Title 44, Part 750 (Appendix A), 775 ILCS 5/1-102, which is
incorporated herein by reference, and constituting of a written EEO Policy and a workforce profile that demonstrates
its EEO practices. Furthermore, the Contractor shall comply the Public Works Employment Discrimination Act, 775
ILCS 10/0.01 et seq., as amended. The Contractor must have a written sexual harassment policy, which meets Illinois
State Statutes, 775 ILCS, 15/3.
PREVAILING WAGE
The State of Illinois requires that all wages paid by the Contractor and each subcontractor must be in compliance
with The Prevailing Wage Act (820 ILCS 130), as amended. This requires payment of the general prevailing rate
for each craft or type of worker, including payment of the general prevailing rate for legal holiday and overtime
work. The Illinois Department of Labor publishes the prevailing wage rates on its website at
www.state.il.us/agency/idol/rates.htm. The Contractor must review the wage rates applicable to the work of the
42
Page 3 of 15
contract at regular intervals in order to ensure the timely payment of current wage rates. The Contractor agrees that
no additional notice is required. The Contractor must be responsible to notify each subcontractor of the wage rates
set forth in this contract and any revisions thereto. A copy of the prevailing wage rates is posted on the McHenry
County website at www.mchenrycountyil.gov under RFP’s, RFQ’s and Bids. If wage rates change during the
course of the project, the new rates will be available in the County of McHenry Purchasing Office. Vendors may
access the Illinois Department of Labor website for updates www.state.il.us/agency/idol.
If this Bid requires Prevailing Wages: please visit the IDOL website for instructions. It is the responsibility of the
Awarded Vendor to submit Certified Payrolls to the State. https://www2.illinois.gov/idol/Laws-
Rules/CONMED/Pages/prevailing-wage-act.aspx
EMPOYMENT OF ILLINOIS WORKERS ON PUBLIC WORKS ACT
Pursuant to (30 ILCS 570/3) the “Employment of Illinois Workers in Public Works Act,” whenever there is “a
period of excessive unemployment” in Illinois, defined by any month immediately following two consecutive
calendar months during which the level of employment in the state has exceeded 5%, then any person or entity
working in a Public Works project for the county shall employ at least 90% Illinois laborers on such
project. The County expects all contractors on Public Works projects to abide by this act in addition to
prevailing wage until the provisions of this act are lifted by the State of Illinois. More information about the
Employment of Illinois Workers on Public Works Act can be found here:
http://www.ilga.gov/legislation/ilcs/ilcs3.asp?ActID=549&ChapterID=7
CERTIFIED PAYROLL REQUIREMENTS (Public Act 94-0515)
Effective August 10, 2005 contractors and subcontractors on public works projects must submit certified payroll
records on a monthly basis to the public body in charge of the construction project, along with a statement affirming
that such records are true and accurate, that the wages paid to each worker are not less than the required prevailing
rate and that the contractor is aware that filing records-he-or-she-knows-to-be-false-is-a-Class-B-misdemeanor.
The certified payroll records must include for every worker employed on the public works project the name, address,
telephone number, social security number, job classification, hourly wages paid in each pay period, number of hours
worked each day, and starting and ending time of work each day. These certified payroll records are considered public
records and public bodies must make these records available to the public under the Freedom of Information Act,
with the exception of the employee's address, telephone number and social security number. Any contractor who fails
to submit a certified payroll or knowingly files a false certified payroll is guilty of a Class B misdemeanor.
INCREASED PENALTIES FOR PREVAILING WAGE VIOLATIONS (Public Act 94-0488)
Effective January 1, 2006, penalties for violations of the Prevailing Wage Act will increase from 20% to 50% of the
underpaid amounts for second or subsequent violations. An additional penalty of 5% of the underpayment penalty
must be paid to workers for each month the wages remain unpaid (up from-the-current-2%-penalty).
For violations that occur after January 1, 2006, the debarment period --during which contractors are ineligible for
public works contracts -increases from 2 years to 4 years if two notices of violation are issued/serious violations occur
within a 5-year period. In addition, a new monetary penalty of $5,000 may be assessed against contractors who
retaliate against employees who report violations or file complaints under the Prevailing Wage Act.
OSHA REQUIREMENTS
The Occupational Safety and Health Act of 1970 (OSHA) “guarantees workers the right to a safe and healthful
workplace”. Under Section 5(a) (1) of the OSHA Act, the employer must “furnish to each of his employees’
employment and a place of employment which are free from recognized hazards that are causing or likely to cause
death or serious physical harm to his employees.”
43
Page 4 of 15
There are times when the County must hire entities and individuals (contractors) to perform services. To this end,
contractors hired by the County of McHenry must perform their duties in a manner that is complaint with all state
and federal health and safety laws and industry guidelines. It is the responsibility of the contractor to ensure that their
personnel and subcontractors comply with all state and federal health and safety laws and regulations and industry
guidelines, including, but not limited to those set forth by: OSHA and related regulations, the Safety Inspection and
Education Act, the Health and Safety Act, the National Institute of Occupational Safety and Health, the National Fire
Protection Association, the Centers for Disease Control, American Industrial Hygiene Association, the American
Council of Governmental Industrial Hygienists, the Environmental Protection Agency, and the Department of
Transportation.
SUBSTANCE ABUSE PREVENTION ON PUBLIC WORKS PROJECTS ACT
The successful bidder must be in compliance with State of Illinois HB-1855 (Public Act095-0635), which amends
the Prevailing Wage Act. Before an employer commences work on a public works project, the employer shall
have in place a written program, which meets or exceeds the program requirements in this Act, to be filed with
the public body engaged in the construction of the public works and made available to the general public, for the
prevention of substance abuse among its employees. The testing must be performed by a laboratory that is certified
for Federal Workplace Drug Testing Programs by the Substance Abuse and Mental Health Service Administration
of the U.S. Department of Health and Human Services.
PROCUREMENT OF GREEN PRODUCTS AND TECHNOLOGIES
As approved by the McHenry County Board in April 2008, it is in the interest of public health, safety and welfare
and the conservation of energy and natural resources to use and promote environmentally responsible products. The
County should strive to influence private purchases through the example of using government specifications and
standards that are green or environmentally friendly when making its purchases.
Whenever available and cost-justified, the County should purchase those materials including the purchase of recycled
products containing post-consumer materials rather than residual materials resulting from the processing or
manufacturing from another product. To the extent practicable, all products standards shall emphasize functional or
performance criteria, which do not discriminate against the use of, recycled materials.
McHenry County should cooperate to the greatest extent feasible with other governments and organizations to
develop a comprehensive, consistent, and effective procurement effort intended to stimulate the market for recycled
products, reusable products, products designed to be recycled, and other environmentally responsible products.
McHenry County shall continue to participate in and shall encourage other public jurisdictions to participate with the
County in the purchase of products containing recycled content. Participation in such cooperative systems shall be
aimed at obtaining maximum practical recycled content in County purchases, to obtain best available price for
products with recycled content, to facilitate or encourage lower prices industry-wide and to encourage development
of industries and markets dealing with recycled content products.
PROCUREMENT OF PRODUCTS THAT ARE ENERGY STAR QUALIFIED
McHenry County shall select, where life cycle and cost-effective, ENERGY STAR and other energy efficient
products, when acquiring energy-using products. This information will be required by the bidder in their bid
submittal.
SECURITY
The contractor represents and warrants to the County of McHenry that neither it nor any of its principals, shareholders,
members, partners or affiliates, as applicable, is a person or entity named as a Specially Designated National and
Blocked Person (as defined in Presidential Executive Order 13224) and that it is not acting, directly or indirectly, for
or on behalf of a Specially Designated National and Blocked Person. The Contractor further represents and warrants
to the County of McHenry that the Contractor and its principals, shareholders, members, partners, or affiliates, as
44
Page 5 of 15
applicable, are not directly or indirectly, engaged in, and are not facilitating, the transactions contemplated by this
Agreement on behalf of any person or entity named as Specially Designated National and Blocked Person. The
Contractor hereby agrees to defend, indemnify and hold harmless the County of McHenry, the Corporate Authorities,
and all County of McHenry elected or appointed officials, officers, employees, agents, representatives, engineers and
attorneys, from and against any and all claims, damages, losses, risks, liabilities, and expenses (including reasonable
attorneys’ fees and costs) arising from or related to any breach of the foregoing representation and warranties.
COOPERATIVE PURCHASING
This contract must be offered for purchases to be made by other counties and governmental units within the State of
Illinois as authorized by the Government Joint Purchasing Act. All purchases and payments made under this authority
shall be made directly by the governmental unit to the Vendor. The County of McHenry will not be responsible in
any way for such purchase orders or payments. All terms and conditions of this contract shall apply to all orders
placed by another governmental unit.
ADDENDUM
Should the Vendor require any additional information about this Bid, please email any questions by the deadline
as outlined in the schedule of events. Any and all changes to these specifications are valid only if they are included
by written addendum to all bidders. No interpretation of the meaning of the plans, specifications, or other contract
documents will be made orally. All addenda are posted on the County of McHenry’s website. Failure of the bidder
to receive any such addendum or interpretation shall not relieve the bidder from obligation under this Bid as
submitted. All addenda so issued shall become part of the bid documents. Failure to request an interpretation
constitutes a waiver to later claim that ambiguities or misunderstandings caused by a bidder to improperly submit
a bid.
Response to these questions will be made by means of an addendum. Only the Director of Purchasing has the
authority to issue an addendum.
Addenda are written instruments issued by the County prior to the date for receipt of proposals, which modify or
interpret the Bid by addition, deletions, clarifications or corrections.
Prior to the receipt of bids, addenda will be posted to the bid page of the County’s website. Each vendor shall
ascertain prior to submitting a bid that all addenda issued have been received and, by submission of a bid, such
act shall be taken to mean that such vendor has received all addenda and that the vendor is familiar with the terms
thereof and understands fully the contents of the addenda.
TAXES
The County of McHenry is exempt from paying Illinois Use Tax, Illinois Retailers Occupation Tax, and Federal
Excise Tax. The bidder's attention is directed to the McHenry County Purchasing Ordinance {S3-10, (9), (10), and
(11)}.
INSURANCE
(1) GENERAL
The successful bidder shall maintain for the duration of the contract and any extensions thereof, at
bidder's expense, insurance that includes "Occurrence" basis wording and is issued by a company or
companies qualified to do business in the State of Illinois that are acceptable to the County, which
generally requires that the company(ies) be assigned a Best's Rating of A or higher with a Best's
financial size category of Class XIV or higher, in the following types and amounts:
(a) Commercial General Liability in a broad form, to include, but not limited to, coverage for the
following where exposure exists: Bodily Injury and Property Damage, Premises/Operations,
45
Page 6 of 15
Independent contractors, Products/Completed Operations, Personal Injury and Contractual
Liability; limits of liability not less than:
$1,000,000 per occurrence and $2,000,000 in the aggregate;
(b) Business Auto Liability to include, but not be limited to, coverage for the following where
exposure exists: Owned Vehicles, Hired and Non-Owned Vehicles and Employee Non-
Ownership; limits of liability not less than:
$1,000,000 per occurrence, combined single limit for:
Bodily Injury Liability and Property Damage Liability;
(c) Workers' Compensation Insurance to cover all employees and meet statutory limits in
compliance with applicable state and federal laws. The coverage must also include Employer's
Liability with minimum limits of $100,000 for each incident.
(2) EVIDENCE OF INSURANCE
The successful bidder agrees that with respect to the above required insurance that:
(a) The County of McHenry shall be provided with Certificates of Insurance evidencing the above
required insurance, prior to commencement of the contract and thereafter with certificates
evidencing renewals or replacements of said policies of insurance at least fifteen (15) days
prior to the expiration or cancellation of any such policies;
(b) The contractual liability arising out of the contract shall be acknowledged on the Certificate
of Insurance by the insurance company;
(c) The County of McHenry shall be provided with thirty (30) days prior notice, in writing, of
Notice of Cancellation or material change and said notification requirement shall be stated on
the Certificate of Insurance;
(d) Subcontractors, if any, comply with the same insurance requirements. In addition to being
named as an additional insured on the Certificate of Insurance, each liability policy shall
contain an endorsement naming the County of McHenry as an additional insured. A copy of
the endorsement shall be provided to McHenry County along with the Certificate of
Insurance; and,
(e) Have McHenry County named as an additional insured and the address for certificate holder
must read exactly as:
County of McHenry, a body politic
2200 N. Seminary Avenue
Woodstock, IL 60098
(f) Insurance Notices and Certificates of Insurance shall be provided to:
McHenry County, Purchasing Department
2200 N. Seminary Avenue, Room 200
Woodstock, Illinois 60098
46
Page 7 of 15
HOLD HARMLESS CLAUSE
The successful bidder will agree to indemnify, save harmless and defend the County of McHenry, its agents, servants,
and employees, and each of them against and hold it and them harmless from any and all lawsuits, claims, demands,
liabilities, losses and expenses, including court costs and attorney's fees, for or on account of any injury to any person,
or any death at any time resulting from such injury, or any damage to property, which may arise or which may be
alleged to have arisen out of or in connection with the work covered by this contract upon award. The foregoing
indemnity shall apply except if such injury, death or damage is caused directly by the willful and wanton conduct of
the County of McHenry, its agents, servants, or employees or any other person indemnified hereunder.
BID RESPONSE
It is highly recommended that the vendor completely read the bid prior to filling out to become acquainted with terms
and conditions of the bid document and merchandise requirements. No relief will be allowed from the bid conditions
unless you take written exception to that condition on your bid.
Bidders are urged to respond to this bid request in every case to assure being maintained on current bid lists.
Explanations of the reasons for not bidding will assist in maintaining the bidder on the correct bid list(s).
SUBMITTAL
Submit one (1) bid, multiple bids will not be accepted.
GENERAL CONDITIONS
This bid shall be firm for at least 120 days after the latest time specified for submission for bids and thereafter until
written notice is received from the bidder.
AWARD OF ORDER
The County will award a purchase order to the lowest responsive, responsible bidder meeting the County's
requirements as listed in this document. The County will be the sole judge of acceptability of any products offered.
WORKMANSHIP
Items shall be manufactured according to the highest traditions of the industry and shall meet all commercial
standards of quality. The County shall be the sole judge of acceptable products. Unacceptable products will be
rejected and suitable price adjustments made.
MISCELLANEOUS
It is the bidder’s task to be familiar with the referenced items and to offer only products of equal or greater quality.
Any questions on specifications should be directed to the Purchasing Department.
EXCEPTIONS
The bid speaks for itself. Bidders taking exception to any terms, conditions or specifications of this bid must clearly
state in writing such exception(s) either on or with their bid. The County will be the sole judge of the acceptability of
any exception noted, and is not bound to consider any bid submitted with exceptions.
47
Page 8 of 15
ALTERNATES
Trade names are used solely for the purpose of setting minimum standards of quality and performance and are not to
be construed as exclusionary. Bidders are encouraged to contact the Purchasing Department prior to the bid opening
for the purpose of clarifying specifications.
FULL PRICING AND CONTINGENCIES
The County shall hold the successful bidder to bid pricing. Additional charges for contingencies discovered by the
vendor at any time after the date of opening of this bid will not be considered for payment by the County.
RECOURSE FOR UNSATISFACTORY MATERIALS
Payment shall be contingent upon the County’s inspection of and satisfaction with completed work. Any defective
work or materials, non-conformance to bid specifications, damaged materials, or unsatisfactory installation shall be
corrected to the County’s satisfaction by the successful bidder at no additional charge.
TERMINATION
Failure to comply with the terms and conditions as herein stated shall be cause for cancellation of the contract. The
County will give written notice of unsatisfactory performance and the contractor will be allowed thirty (30) days to
take corrective action and accomplish satisfactory control. If at the end of the thirty days, the County deems the
contractor's performance still unsatisfactory, the contract shall be canceled. The exercise of its right of cancellations
shall not limit the County's right to seek any other remedies allowed by law.
The successful bidder will agree that the resulting contract is made subject to available budgetary appropriations
and shall not create any obligation on behalf of the County in excess of such appropriations. In the event that no
funds or insufficient funds are appropriated and budgeted, this Contract shall terminate without penalty or expense
to the County thirty (30) days after written notification of termination from the County.
The successful bidder will agree that pursuant to requirements imposed under Illinois law, the County shall have
120 days after each election of county board members to terminate this Agreement, without cause and without
penalty.
CHOICE OF LAW AND VENUE
The bidder agrees that this bid has been executed and delivered in Illinois and that their relationship and any and
all disputes, controversies or claims arising under this bid or any resulting contract shall be governed by the laws
of the State of Illinois, without regard to conflicts of laws principles. The bidder further agrees that the exclusive
venue for all such disputes shall be the Circuit Court of the 22nd Judicial Circuit of McHenry County, Illinois, and
the bidder hereby consent to the personal jurisdiction thereof.
COMPLIANCE WITH LAWS
The bidder hereto covenants and agrees to comply with all applicable federal, state, and local laws, codes,
ordinances, rules and regulations. Failure to comply with the terms of this provision shall constitute a breach of
contract and permit the County to terminate this (Request for Sealed Proposal/Bid) in accordance with the
termination provisions stated herein.
CORRECTION OR WITHDRAWAL OF BIDS; CANCELLATION OF AWARDS
Correction or withdrawal of inadvertently erroneous Bids before or after Bid opening, or cancellation of awards or
Contracts based on such Bid mistakes, may be permitted where appropriate. Mistakes discovered before Bid opening
may be modified or withdrawn by written or electronically transmitted notice received in the office designated in the
Invitation for Bids prior to the time set for Bid opening. Written confirmation of the Bid shall be mailed or delivered
the same day. After Bid opening, corrections in Bids shall be permitted only to the extent that the bidder can show
by clear and convincing evidence that a mistake of a nonjudgmental character was made, the nature of the mistake,
48
Page 9 of 15
and the Bid price actually intended. After Bid opening, no changes in Bid prices or other provisions of Bids prejudicial
to the interest of the County or fair competition shall be permitted. In lieu of Bid correction, a low bidder alleging a
material mistake of fact may be permitted to withdraw its Bid if (a) the mistake is clearly evident on the face of the
Bid document but the intended correct Bid is not similarly evident; or (b) the bidder submits evidence which clearly
and convincingly demonstrates that a mistake was made. All decisions to permit the correction or withdrawal of Bids,
or to cancel awards or Contracts based on Bid mistakes, shall be supported by a written determination made by the
Director of Purchasing.
PROTEST PROCEDURES
Any actual or prospective bidder or Contractor who is aggrieved in connection with the solicitation or award of a
Contract may protest to the Director of Purchasing. Any protest must be submitted in writing within ten (10) calendar
days from the issuance of the solicitation, addendum, and notice of award or other decision by the Purchasing
Department.
DELIVERY
Delivery will be considered in making the award and the bidders must state, in the spaces provided, expected delivery
after receipt of Purchase Order. Failure to meet said delivery promises without prior consent of the Director of
Purchasing will be considered a breach of faith.
PERFORMANCE AND PAYMENT BOND:
A Performance and Payment Bond will be required by the accepted bidder as described below if the bid amount
exceeds $50,000.00.
Payment and Performance Bond must be in the amount of 110% of the bid value. Any additional
scope value during the project must be covered by the bonds.
Obligee is County of McHenry, project owner for the Payment and Performance Bonds.
Payment and Performance Bonds must be signed by an official of the bonding company and
accompanied by the bonding agent’s written Power of Attorney.
Provide three (3) copies of each of the bonds and the Power of Attorney in order that one copy of
each may be attached to each copy of the contract agreement. Bonds must be submitted to
McHenry County within two (2) weeks of the notice of award, if start of construction is sooner,
then bonds must be submitted a minimum of two (2) days prior.
Date of Agreement and Payment and Performance Bonds must be the same.
Such Payment and Performance Bonds must be issued by a surety listed on the Department of
Treasury’s listing as approved sureties (Department Circular 570) with an A.M. Best Rating of
“A” or better which is licensed in the state of the location of the project and must be acceptable
to the design-builder.
BID BOND; REQUIREMENT FOR BID SECURITY:
Bid Security shall be required for all competitive sealed bidding Construction Contracts when the price is estimated
by the Director of Purchasing to exceed $25,000.00. Bid Security shall be a bond provided by a surety company
authorized to do business in the State of Illinois, or a certified check, bank draft or cashier's check or otherwise
supplied in a form satisfactory to the County, drawn on a bank authorized to do business in Illinois. Nothing herein
shall prevent the requirement of such bonds on Construction Contracts under $25,000.00 when the circumstances
warrant. Bid Security shall be in an amount equal to at least ten percent (10%) of the amount of the Bid except for
the Division of Transportation, which should be at least five percent (5%).
49
Page 10 of 15
REJECTION OF BIDS FOR NONCOMPLIANCE WITH BID SECURITY REQUIREMENTS:
When the Invitation for Bids requires security, noncompliance requires that the Bid be rejected unless it is determined
that the Bid fails to comply only in a non-substantial manner with the security requirements.
BIDDER'S ATTACHMENT TO THE BID
Any attachment to this bid, as required by the bid conditions, or made at the bidder's option, must reference on their
face the bid title, opening date, and time.
EXPECTATION FOR EQUIPMENT/HARDWARE
It is the County’s expectation equipment and/or hardware installed as part of this bid will be in new, un-used condition
unless otherwise noted in bid submission.
FREIGHT
Freight is all inclusive unless otherwise stated.
FUEL SURCHARGE
The County of McHenry does NOT accept any fuel surcharges.
50
Page 11 of 15
SPECIFICATIONS
The County of McHenry seeks qualified firms to furnish and deliver rock salt to the McHenry County Division of
Transportation as well as other participating Local Government Units as specified.
This is a one (1) year bid from 12/1/21-6/1/22.
1. Enhanced (Treated), AASHTO specification M143, Sodium Chloride Type 1, Grade 1, Enhanced with
either Compass Mineral’s “Thawrox” or Cargill’s “Clearlane” materials or an approved equivalent
2. Plain Bulk Rock Salt (Untreated), AASHTO specification M143, Sodium Chloride Type 1, Grade 1
Vendor must make available between 80% - 120% of the total quantities stated below at each
Government Unit’s direction.
Vendor may bid on any or all
Ordering
Orders for Enhanced Bulk Rock Salt and Bulk Rock Salt will be placed by McHenry County and other
participating Local Governmental Units with the awarded bidder.
McHenry County and other participating Local Government Units will issue individual releases for salt.
McHenry County and other participating Local Government Units will be responsible for their
individual invoices. All invoices must be addressed to the Local Government Unit that placed the order.
All billing addresses are provided in the contact information below.
The awarded vendor will notify (via email) McHenry County or participating Local Government Unit
each time a load leaves the yard for delivery and provide the truck number and tonnage.
General Delivery Requirements
McHenry County DOT or other participating Local Governmental Unit’s orders may be placed via
telephone, email or fax
Delivery shall be made as soon as possible after receipt of an order from either McHenry County or a
participating Local Governmental Unit; generally expected within seven (7) working days from date of
order.
Normal delivery times will be specified as 7 a.m. (CST) to 3:30 p.m. (CST), Monday through Friday.
Provisions must include the ability to make arrangements for deliveries at other hours and on Saturday
and Sunday, to maintain a prompt order delivery schedule.
Deliveries will be made directly to 16111 Nelson Road, Woodstock IL 60098 or to the delivery
addresses stated below for the other Local Governmental Units.
Deliveries will be full truckload lots (22-25 tons)
All deliveries shall be covered with approved weatherproof materials.
Vendor will ensure all weights and measures shown on delivery tickets are correct and the McHenry
County DOT reserves the right to require that delivery trucks occasionally be directed to a scale as a
check on delivered truckloads.
Liquidated Damages
From December 1, 2021 through June 30, 2022, McHenry County or any participating Local Governmental Unit,
shall have the right to retain $.20/ton, per calendar day from the date of order, as liquidated damages on the
undelivered portion of the order if the Vendor is unable to make delivery within a specified number of days from
the date of order.
51
Page 12 of 15
Contact Information and Locations
Item Local Government Unit Commitment Contact Delivery Location
Enhanced Salt
McHenry County
Division of
Transportation 4000 tons
Edward Markison, Maintenance
Superintendent
815-334-4973
ecmarkison@mchenrycountyil.gov
16111 Nelson Rd.,
Woodstock IL 60098
Plain Bulk Rock
Salt City of Crystal Lake 6000 tons
Michael Magnuson, Director of
Public Works
815-356-3611
mmagnuson@crystallake.org
100 W Woodstock
Street OR 1100
Coventry Lane,
Crystal Lake IL
60014
Plain Bulk Rock
Salt City of McHenry 1500 tons
Troy Strange, Director of Public
Works
815-363-2186
tstrange@cityofmchenry.org
1415 Industrial Drive,
McHenry IL 60050
Enhanced Salt Village of Algonquin 3000 tons
Vince Kilcullen, Street Division
Supervisor
847-658-1284
vincekilcullen@algonquin.org
110 Meyer Drive,
Algonquin IL 60102
Enhanced Salt Village of Lakewood 800 tons
Gary Zickuhr, Director of Public
Works
815-509-8050
gzickuhr@village.lakewood.il.us
6570 Haligus Road,
Lakewood IL 60014
Enhanced Salt Village of Richmond 200 tons
Jon Schmitt, Director of Public
Works
773-485-6631
publicworks@richmond-il.com
8150 State Route 31,
Richmond IL 60071
52
Page 13 of 15
MANDATORY PAGE
Bid Page:
Bidder accepts all of the terms and conditions of the Instructions to Bidders, including without limitation those
dealing with the disposition of Bid security. This Bid will remain subject to acceptance for 120 days after the
Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of Owner.
Bidder’s Representations:
In submitting this Bid, Bidder represents that, the Bidder has examined and carefully studied the Bidding
Documents, and the following Addenda, receipt of which is hereby acknowledged:
Addendum Number Date of Addendum
Item Local Government Unit Quantity
Lump Sum Price
Year 1, 12/1/21-6/1/22
Enhanced Salt
McHenry County Division of
Transportation 4000 tons $
Plain Bulk Rock Salt City of Crystal Lake 6000 tons $
Plain Bulk Rock Salt City of McHenry 1500 tons $
Enhanced Salt Village of Algonquin 3000 tons $
Enhanced Salt Village of Lakewood 800 tons $
Enhanced Salt Village of Richmond 200 tons $
Exceptions to this Bid: ____________________________________________
Bid submission checklist:
Mandatory pages
W-9
Certificate of Insurance
Bid bond or check may be scanned and submitted with bid. Original to be delivered upon bid acceptance.
There will be NO onsite bid opening. Bid opening will be conducted via WebEx; information posted to the
bid page.
53
Page 14 of 15
THIS PAGE IS MANDATORY
REFERENCES
List three (3) references, other than The County of McHenry, that you have done similar work, service or
supplied similar products to within the last twelve (12) months. Only correct contact names and email addresses
are acceptable.
Entity: ______________________________________________________
Address: ___________________________ City, State, Zip Code: _______________________
Telephone Number: ____________________ Contact Person ______________________________
Email Address: ______________________________________________
Entity: ______________________________________________________
Address: ___________________________ City, State, Zip Code: _______________________
Telephone Number: ____________________ Contact Person ______________________________
Email Address: ______________________________________________
Entity: ______________________________________________________
Address: ___________________________ City, State, Zip Code: _______________________
Telephone Number: ____________________ Contact Person ______________________________
Email Address: _________________________________________
54
Page 15 of 15
THIS PAGE IS MANDATORY
Certifications & SIGNATURE Page
Vendor certifies that it has not been barred from contracting with a unit of State or local government as a result
of a violation of Section 33E-3 or 33E-4 of the Criminal Code of 1961, as amended. Yes: _____No:_____
Vendor certifies that it is aware that all contracts for the Construction of Public Works are subject to the Illinois
Prevailing Wage Act (820 ILCS 130/1-12). Yes: ______ No: ______
Under penalties of perjury, I certify that my correct Federal Taxpayer Identification Number is:
____________________
I am doing business as a (please check one):
Sole Proprietorship Partnership Corporation (State of Incorporation: _____) Other _____________
State full names, titles and addresses of all responsible principles and/or partners below:
Name: _____________________________________________ Title: _______________________________
Address: ____________________________________________
Name: _____________________________________________ Title: _______________________________
Address: ____________________________________________
I have carefully examined the Bid, Scope of Work, Specifications, and any other documents accompanying or
made a part of this Bid. I hereby propose to furnish the goods or services specified in the Bid. I agree that my
proposal will remain firm for a period of up to 120 days in order to allow the County adequate time to evaluate
the qualifications submitted.
I verify that all information contained in this proposal is truthful to the best of my knowledge and belief. I further
certify that I am duly authorized to submit this Bid on behalf of the firm as its act and deed, and that the firm is
ready, willing, and able to perform if awarded the contract. I further certify, under oath, that this proposal is made
without prior understanding, agreement, connection, discussion, or collusion with any other person, firm or
corporation submitting a proposal for the same product or service. No officer, employee or agent of the County
of McHenry or any other proposer is interested in said proposal and that the undersigned executed this Proposer's
Certification with full knowledge and understanding of the matters therein contained and was duly authorized to
do so.
Individual/Company/Corporation: _______________________________________________
Business Address: ____________________________________________________________
City, State and Zip Code: ________________________________
Printed Name: _______________________________ Title: __________________________
Original Signature: ___________________________________________________________
Telephone Number:__________________________ Email: ____________________________
Witness Signature: ___________________________ Title: ___________________________
Date: ____________________
End of Document
55
Department of Public Works
Troy Strange P.E., Director of Public Works
1415 Industrial Drive
McHenry, Illinois 60050
Phone: (815) 363‐2186
Fax: (815) 363‐2214
www.cityofmchenry.org
CONSENT AGENDA SUPPLEMENT
DATE: May 17, 2021
TO: Mayor and City Council
FROM: Troy Strange, P.E., Director of Public Works
RE: 2021‐2022 Sanitary Sewer Lining, Contract Award
ATT: MCMPI Bid Summary (Year 2)
City of McHenry Bid Tabulation
Contract for Execution
AGENDA ITEM SUMMARY:
Staff requests City Council to consider awarding the 2021‐2022 Sanitary Sewer Lining Program
contract to Visu‐Sewer, Inc.
BACKGROUND:
Included in FY 2021/2022 Water & Sewer Capital Budget is $50,000 for sanitary sewer lining
rehabilitation for locations downstream of the Millstream Lift Station which will be completed in
coordination with the Riverwalk Sanitary Sewer realignment project anticipated to be completed
in Fall of 2021. These projects, when completed along with operational improvements to the lift
station, will allow for the lift station to remain in operation rather than completing a lift station
relocation project which would have been projected to cost in excess of $2,000,000.
A significant portion of the flow entering the City Wastewater Treatment Plant 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 reliable method of
reducing infiltration of groundwater into a sanitary sewer collection system due to cracks and
failures in public sewer mains. Sanitary sewer and manhole lining is also a proven structural
repair which reduces infiltration and extends service life of sewer main and sanitary structures.
To address this issue, due to staffing attrition and departmental reorganization, we are proposing
that an additional $125,000 in budgeted and approved Water‐Sewer funding be utilized for
additional lining at various locations recommended by staff. This funding will be allocated
through a fund transfer from personnel costs to contractual costs in the FY2021/2022 Water and
56
Sewer Operating Budget (Fund 510). Again, no budget amendment is necessary to facilitate this
project.
The City of McHenry is a partner in the McHenry County Municipal Partnering Initiative (MCPMI),
which is where the line‐item pricing for this contract was secured. MCMPI is a group of local
municipalities which collaborates on joint procurement efforts in order to realize economies of
scale for competitively bid contracted maintenance work items and materials.
ANALYSIS:
The following sealed bids for the 2020‐2022 Municipal Partnering Initiative Sewer Lining Program
were received on May 7, 2020. Application of the second contract year unit pricing to the 2021
City of McHenry proposed quantities yields the following results:
Visu‐Sewer, Inc. $170,913.00
Insituform Technologies, LLC $193,939.00
Benchmark Construction CO, Inc. $206,480.40
Hoerr Construction, Inc. $298,127.00
This project will be funded through $50,000 of FY2021/2022 Water and Sewer Fund capital
appropriations and $125,000 of FY2021/2022 Water and Sewer Fund operating costs.
RECOMMENDATION:
Therefore, if Council concurs, it is recommended to award a contract to Visu‐Sewer Inc. for the
2021‐2022 Sanitary Sewer Lining Program in an amount of $170,913.00 (actual amount may
vary based on final measured quantities).
57
TABULATION OF BIDS (YEAR 2)
Huntley, Algonquin, Cary, Woodstock
Project Name: Sewer Televising & Lining Program - 2020 (MPI)
Item
No.Items Units Quantity
ENGINEERS
UNIT PRICE
ESTIMATE
TOTAL Unit Price Total Unit Price Total Unit Price Total Unit Price Total
1 CURED-IN-PLACE PIPE, SANITARY 8”2000 LF $30.50 $61,000.00 $27.25 $54,500.00 $27.30 $54,600.00 $35.70 $71,400.00 $36.00 $72,000.00
2 CURED-IN-PLACE PIPE, SANITARY 8” (EASEMENT)200 LF $32.50 $6,500.00 $29.50 $5,900.00 $31.50 $6,300.00 $35.70 $7,140.00 $55.00 $11,000.00
3 CURED-IN-PLACE PIPE, SANITARY 10”200 LF $35.25 $7,050.00 $32.00 $6,400.00 $36.75 $7,350.00 $35.70 $7,140.00 $56.00 $11,200.00
4 CURED-IN-PLACE PIPE, SANITARY 10” (EASEMENT)200 LF $36.75 $7,350.00 $33.75 $6,750.00 $37.80 $7,560.00 $35.70 $7,140.00 $60.00 $12,000.00
5 CURED-IN-PLACE PIPE, SANITARY 12”3600 LF $52.00 $187,200.00 $36.85 $132,660.00 $31.50 $113,400.00 $45.15 $162,540.00 $51.00 $183,600.00
6 CURED-IN-PLACE PIPE, STORM 12”400 LF $40.00 $16,000.00 $38.00 $15,200.00 $29.40 $11,760.00 $47.25 $18,900.00 $67.00 $26,800.00
7 CURED-IN-PLACE PIPE, SANITARY 12” (EASEMENT)200 LF $54.00 $10,800.00 $38.75 $7,750.00 $39.90 $7,980.00 $52.50 $10,500.00 $70.00 $14,000.00
8 CURED-IN-PLACE PIPE, SANITARY 15”750 LF $66.00 $49,500.00 $51.00 $38,250.00 $42.00 $31,500.00 $56.70 $42,525.00 $70.00 $52,500.00
9 CURED-IN-PLACE PIPE, SANITARY 15” (EASEMENT)200 LF $69.00 $13,800.00 $54.00 $10,800.00 $63.00 $12,600.00 $56.70 $11,340.00 $102.00 $20,400.00
10 REINSTATEMENT OF SERVICE LATERALS 50 EACH $25.00 $1,250.00 $85.00 $4,250.00 $162.75 $8,137.50 $147.00 $7,350.00 $125.00 $6,250.00
11 PROTUDING TAP REMOVAL 10 EACH $115.00 $1,150.00 $150.00 $1,500.00 $262.50 $2,625.00 $472.50 $4,725.00 $400.00 $4,000.00
12 LINING EXISTING SANITARY MANHOLE 200 LF $164.00 $32,800.00 $140.00 $28,000.00 $350.00 $70,000.00 $115.50 $23,100.00 $290.00 $58,000.00
13 TELEVISED INSPECTION SEWERS (PROVISIONAL)1500 LF $2.00 $3,000.00 $3.00 $4,500.00 $4.20 $6,300.00 $3.15 $4,725.00 $3.50 $5,250.00
14 HEAVY CLEANING (8"-15" PIPE)200 LF $4.00 $800.00 $3.25 $650.00 $11.55 $2,310.00 $15.00 $3,000.00 $4.00 $800.00
$317,110.00 $342,422.50 $381,525.00 $477,800.00
$398,200.00 $317,110.00 $342,422.50 $381,525.00 $477,800.00
AS CORRECTED
Award To Total Bid As read
As corrected
NAME OF BIDDER:VISU-SEWER, INC
INSITUFORM
TECHNOLOGIES USA,
LLC
BENCHMARK
CONSTRUCTION CO,
INC.
HOERR
CONSTRUCTION, INC.
58
Tabulation of BidsDate:ItemQuantity Unit Price Total Unit Price Total Unit Price Total Unit Price TotalCured-In-Place Pipe, Sanitary 8"1072 $27.25 $29,212.00 $ 27.30 $ 29,265.60 $ 35.70 $ 38,270.40 $ 36.00 $ 38,592.00Cured-In-Place Pipe, Sanitary 8" 2938 $29.50 $86,671.00 $ 31.50 $ 92,547.00 $ 35.70 $ 104,886.60 $ 55.00 $ 161,590.00Cured-In-Place Pipe, Sanitary 10"256 $32.00 $8,192.00 $ 36.75 $ 9,408.00 $ 35.70 $ 9,139.20 $ 56.00 $ 14,336.00Cured-In-Place Pipe, Sanitary 10" 524 $33.75 $17,685.00 $ 37.80 $ 19,807.20 $ 35.70 $ 18,706.80 $ 60.00 $ 31,440.00Cured-In-Place Pipe, Sanitary 12"0 $36.85 $0.00 $ 31.50 $ 0.00 $ 45.15 $ 0.00 $ 51.00 $ 0.00Cured-In-Place Pipe, Sanitary 12" 0 $38.75 $0.00 $ 39.90 $ 0.00 $ 52.50 $ 0.00 $ 70.00 $ 0.00Cured-In-Place Pipe, Sanitary 15"0 $51.00 $0.00 $ 42.00 $ 0.00 $ 56.70 $ 0.00 $ 70.00 $ 0.00Cured-In-Place Pipe, Sanitary 15" 352 $54.00 $19,008.00 $ 63.00 $ 22,176.00 $ 56.70 $ 19,958.40 $ 102.00 $ 35,904.00Reinstatement of Service Laterals93 $85.00 $7,905.00 $ 162.75 $ 15,135.75 $ 147.00 $ 13,671.00 $ 125.00 $ 11,625.00Protruding Tap Removal0 $150.00 $0.00 $ 262.50 $ 0.00 $ 472.50 $ 0.00 $ 400.00 $ 0.00Lining Existing Sanitary Manhole16 $140.00 $2,240.00 $ 350.00 $ 5,600.00 $ 115.50 $ 1,848.00 $ 290.00 $ 4,640.00Televised Inspection of Sewers 0 $3.00 $0.00 $ 4.20 $ 0.00 $ 3.15 $ 0.00 $ 3.50 $ 0.00Heavy Cleaning (8"-15" pipe)0 $3.25 $0.00 $ 11.55 $ 0.00 $ 15.00 $ 0.00 $ 4.00 $ 0.00LOW BIDDER9014 South Thomas 1334 Enterprise Drive 2260 Southwind Blvd.2020-2022 McHenry County Municipal Partnering Initiative Sanitary Sewer Lining Bid City of McHenry Bid Tabulation (Year 2 Pricing)FOOTUnitFOOTFOOTFOOTFOOT5/7/2020Visu-Sewer, Inc. Insituform Technologies USA, LLCBenchmark Construction Co. Inc.Hoerr Construction, Inc.1601-D Luthy DriveRomeoville, IL 60446 Bartlett, IL 60103 Peoria, IL 61615Bridgeview, IL 60455EACH193,939.55 206,480.40 298,127.00EACHFOOTTotal Bid:170,913.00FOOTFOOTFOOTFOOTFOOT59
1
CITY OF MCHENRY PURCHASE ORDER
Date: May 17, 2021 Purchase Order No.
Owner Contractor/Vendor Architect/Engineer
City of McHenry
333 South Green Street
McHenry, Illinois 60050
Phone: (815) 363-2100
Fax: (815) 363-2119
Contact: Derik Morefield,
City Administrator
Phone:
Fax:
Contact:
1.The Project. The project or “Work” includes all labor, material and equipment necessary for the City of McHenry 2021
Sanitary Sewer and Sanitary Manhole Lining and Rehabilitation program.
Furnish the Work/items described below in accordance with the following plans and specifications:
Q General Contract, dated _________, 20__ Q Specification No(s): ___________________, dated ______, 20__
Q Plans dated: __________________, 20___ Q Addendum No(s): ______________________________________
Q Other: McHenry County Municipal Partnering Initiative Joint Bid Proposal & Specifications Dated April 9, 2020.
2.Contract Price. The lump sum price of the Work under this Purchase Order is $170,913.00, allocated as follows:
(Description of pricing).
The following prices shall remain in effect for the duration of project:
QUANTITY
UNIT OF
MEASURE DESCRIPTION/ITEMS
UNIT PRICE
EXTENSION
1072
2938
256
524
352
16
93
0
FOOT
FOOT
FOOT
FOOT
FOOT
FOOT
EACH
EACH
Cured In Place Pipe Sanitary 8”
Cured In Place Pipe Sanitary 8” (easement)
Cured In Place Pipe Sanitary 10”
Cured In Place Pipe Sanitary 10” (easement)
Cured In Place Pipe Sanitary 15” (easement)
Lining Existing Manhole
Reinstatement of Service Laterals
Protruding Tap Removal
$27.25
$29.50
$32.00
$33.75
$54.00
$140.00
$85.00
$150.00
$29,212.00
$86,671.00
$8,192.00
$17,685.00
$19,008.00
$2,240.00
$7,905.00
$0.00
TOTAL $170,913.00
NOTES:
a)
b)
3.□ Prevailing Wage Notice. If this box is checked, this Purchase Order called for the construction as a “public work” within the
meaning of the Illinois Prevailing Wage Act, 820 ILCS 130/.01, et seq., which requires all contractors and subcontractors to pay
laborers, workers and mechanics performing services on public works projects no less than the current “prevailing rate of wages”
(hourly cash wages plus fringe benefits) in the county where the Work is performed. The Illinois Department of Labor (“Department”)
publishes the prevailing wage rates on its website at http://www.state.il.us/agency/idol/rates/rates.htm. The Department revises the
prevailing wage rates and the contractor/subcontractor has an obligation to check the Department’s website for revisions to the
prevailing wage rates. All contractors and subcontractors rendering services under this Purchase Order must comply with all
requirements of the Prevailing Wage Act, including, but not limited to, all wage, notice and recordkeeping duties.
4.Contract Times. Contractor/Vendor agrees to commence Work within forty-eight (48) hours of receipt of the Owner’s Notice to
Proceed, and to complete the Work no later than December 3, 2021.
X
Visu-Sewer, Inc.
9014 South Thomas
Bridgeview, IL 60455
Contact: David Alexander
David@visu-sewer.com
60
2
THE TERMS OF THIS PURCHASE ORDER AND THE ATTACHED SUPPLEMENTAL CONDITIONS ARE THE
ENTIRE AGREEMENT BETWEEN THE CITY/OWNER AND CONTRACTOR/VENDOR. No payment will be issued
unless a copy of this Purchase Order is signed, dated and returned to the Owner. Material certifications/test reports required.
All domestic material, unless otherwise specified. Purchase exempt from sales and/or use taxes.
61
3
ACCEPTANCE OF PURCHASE ORDER
The parties, for themselves, their heirs, executors, administrators, successors and assigns, do hereby agree to the full
performance of all terms and provisions herein contained. IN WITNESS WHEREOF, the parties hereto have executed this
Purchase Order the day and year written below.
CONTRACTOR/VENDOR: OWNER:
City of McHenry
_______________________________________________________
By: ________________________________________________ Title:
Representative of Vendor authorized to
execute Purchase Order Dated: _______________________________________________
SUPPLEMENTAL CONDITIONS
1. Acceptance of Purchase Order: This Purchase Order is an offer to contract, buy or rent and not an acceptance of an offer to
contract, sell or rent. Acceptance of this Purchase Order is expressly limited to the terms hereof, and in the event that
Contractor/Vendor’s acknowledgment or other response hereto states terms additional to or different from those set forth herein, this
Purchase Order shall be deemed a notice of objection to such additional or different terms and rejection thereof. This Purchase Order
may be accepted by the commencement of any Work hereunder or the delivery of any goods herein ordered, and, in any event, shall be
deemed accepted in its entirety by Contractor/Vendor unless Owner is notified to the contrary within ten (10) days from its date of
issue.
2. Amendment, Modification or Substitution: This Purchase Order contains the entire agreement between the parties. Any
modification or rescission thereof must be in writing and signed by Owner. No proposals or prior dealings of the parties or trade
custom not embodied herein shall alter the interpretation or enforcement of this Purchase Order.
3. Familiarity With Plans; Qualifications: Contractor/Vendor acknowledges that it (a) has examined the site of the proposed Work
and is familiar with the conditions surrounding same; and (b) has examined the plans and drawings, and has studied and is aware of,
and satisfied with, the requirements of the Contract Documents. Contractor/Vendor represents to Owner that it is fully experienced
and properly qualified as an expert to perform the class of work provided for herein, and that it is properly equipped, organized and
financed to handle such Work. Contractor/Vendor shall finance its own operations hereunder, shall operate as an independent
contractor and not as the agent of Owner, and shall hold Owner free and harmless from all liability, costs and charges by reason of any
act or representations of Contractor/Vendor, its agents or employees.
4. Workmanship; Safety: All Work shall be performed by Contractor/Vendor in a neat, skillful and workmanlike manner, and all
materials furnished by Contractor/Vendor shall be new and of the best description and quality of their respective kinds, unless
otherwise specified and ordered by Owner in writing. All Work and/or materials shall be subject to the inspection and approval of the
Owner, its engineers and representatives. Contractor/Vendor is responsible for its own and its employees’ activities on the jobsite,
including but not limited to, the methods of Work performance, superintendence, sequencing of Work, and safety in, on or about the
jobsite area in which it is performing the Work under this Purchase Order. Owner and Contractor/Vendor shall not require any laborer
or mechanic employed in performance of this Purchase Order to work in surroundings or under working conditions which are
unsanitary, hazardous or dangerous to his health or safety, as determined under applicable federal and Illinois construction safety and
health standards
5. Extras and Change Orders: No claim by Contractor/Vendor that any instructions, by drawing or otherwise, constitute a change
in Contractor/Vendor’s performance hereunder, for which Contractor/Vendor should be paid additional compensation, shall be valid,
unless prior to commencing such allegedly extra or changed performance, Contractor/Vendor shall have received a written supplement
to this Purchase Order authorizing such performance signed on behalf of Owner by a person having actual authority to do so. No claim
for additional compensation on the basis that Contractor/Vendor has incurred any expense by reason of any act or failure to act or
Owner or its contractor, subcontractor, materialmen or any other party shall be valid unless made in writing within 30 days of the
alleged act or failure to act and approved by Owner, provided, however, that if the Contractor/Vendor should be delayed in furnishing
the articles, items, equipment or materials (hereinafter sometimes referred to as “goods”) or services or Work ordered herein, by the
omission, neglect or default of Owner, its agents or employees, Contractor/Vendor shall be entitled to no additional compensation or
damages for such delay, and shall be entitled only to an extension of time for a period equal to the time lost as a result of the aforesaid
causes, determined by Owner. Any charges for extra not so authorized will not be paid.
62
4
6. Inspection and Acceptance: Owner shall have the right, at all reasonable times, to inspect and test all goods, materials or Work
furnished or performed by Contractor/Vendor. Notwithstanding any prior inspection, the passage of title or any prior payment, all
goods, material and Work furnished thereunder are subject to final inspection and acceptance by Owner at its jobsite. If, after
inspection, Owner rejects any goods furnish by Contractor/Vendor thereunder, Owner may, at its election, return those goods to
Contractor/Vendor at Contractor/Vendor’s expense, including the cost of any inspection and testing thereof. If Contractor/Vendor fails
to proceed promptly with the correction or replacement of any rejected goods or Work, Owner may replace or correct such items or
Work by purchase or manufacture and charge the cost incurred thereby to Contractor/Vendor or terminate this Purchase Order for
default. By inspecting and not rejecting any goods and Work furnished thereunder, Owner shall not be precluded thereby from
subsequently revoking its acceptance thereof if the goods or Work are later discovered to be nonconforming with this Purchase Order
or the specifications and drawings applicable hereto, even if the defect does not substantially impair value to Owner.
7. Taxes, Delivery, Risk of Loss: Unless indicated to the contrary on the face hereof, it shall be the responsibility of
Contractor/Vendor to arrange for and complete delivery of all goods or materials. If the goods or materials furnished thereunder are
equipment, Contractor/Vendor shall give Owner two (2) working days’ advance notice of delivery. All goods or materials furnished
by Contractor/Vendor should be shipped in the manner and at the times indicated on the face hereof at the expense of
Contractor/Vendor, it being understood that the risk of loss with respect to such goods is with Contractor/Vendor until such goods
come into the actual possession of Owner, regardless of the mode of delivery or earlier passage of title. This project is tax exempt.
The Owner’s tax-exempt number is E_______________________________.
8. Payment: Owner will make partial payments to the Contractor/Vendor from time to time for the Work performed and the
materials furnished by the Contractor/Vendor. Provided, however, in no event shall Owner be obligated to pay Contractor/Vendor any
sum that exceeds the Contract Price absent a written change order executed by Owner.
8.1 Prior to issuance of any payments by the Owner to the Contractor/Vendor, the Contractor/Vendor shall furnish to the
Owner (in a form suitable to the Owner) an application for the payment then due, together with receipts, waivers of claim and other
evidence showing the Contractor/Vendor’s payments for materials, labor and other expense incurred in the Contractor/Vendor’s Work
hereunder. The Owner will, at all times, be entitled to retain ten percent (10%) of all monies due and owing to the Contractor/Vendor
as a part security for the faithful performance of this Purchase Order. This ten percent (10%) so withheld will not be paid to the
Contractor/Vendor until the Owner has issued to the Contractor/Vendor a final acceptance of the Project.
8.2 Owner may withhold the whole or any part of any payment due to the Contractor/Vendor to the extent necessary to
protect and indemnify the Owner from loss on account of (a) defective Work not remedied; (b) claims filed or reasonable evidence
indicating probable filing of claims; (c) failure of the Contractor/Vendor to make payments promptly for material or labor; or (d)
Contractor/Vendor’s failure to furnish Owner with all written warranties and operational manuals for the Work.
8.3 Contractor/Vendor hereby authorizes the Owner (1) to deduct from any amount due or becoming due the
Contractor/Vendor under this Purchase Order for all amounts owing from the Contractor/Vendor to (a) the Owner for back-charges or
services furnished for the account of the Contractor/Vendor; (b) the Owner for damages sustained whether through negligence of the
Contractor/Vendor or through failure of the Contractor/Vendor to act as may be otherwise detailed herein; (c) materialmen; (d)
subcontractors; (e) laborers; and (f) others for services and materials furnished to the Contractor/Vendor for the Work performed
under this Purchase Order, and (2) to apply the amount so deducted to the payment of said materials, services, damages or back-
charges applying such monies so available in the order hereinbefore set forth.
8.4 Owner, without invalidating this Purchase Order, may make changes by altering, adding to or deducting from the Work to
be performed. The value of any such changes will be determined as follows: (a) by the unit prices named in this Purchase Order, if
any; or (b) by agreement in writing between the Owner and the Contractor/Vendor as to the value of the time and materials for the
changes in the Work. In any event, the Contractor/Vendor will keep and present, in any form as the Owner may direct, a correct
account of the net cost of any extra labor and materials, together with vouchers referring to the same.
8.5 Notwithstanding the payment in full for the Work hereunder, the Contractor/Vendor will be liable to repair or replace any
imperfect workmanship or other faults; and if the Contractor/Vendor fails to repair or replace the imperfect workmanship or other
faults, the Owner may do the Work and recover from the Contractor/Vendor the cost and expense thereof. No payment on account
will be construed or considered as an approval of the Work for which payment is made.
9. Contractor/Vendor Warranty: Contractor/Vendor warrants, in addition to all warranties which are imposed or implied by law or
equity, that all materials and Work furnished thereunder (a) shall confirm to any specifications and drawings applicable to this
Purchase Order; (b) shall be merchantable and of good quality and workmanship; (c) shall be fit for the purpose intended as well as
the propose for which such goods, materials or Work are generally used; and (d) except for rented equipment, shall be free from
defects for a period of one (1) year, or such longer period as is specified in the Scope of Work or Contract Documents, from the date
such Work is performed or such materials are utilized or installed, and if installed as part of a structure or utilized equipment, for one
(1) year or such longer period as is specified in the Contract Documents, from the date any such goods, materials or Work hereunder is
accepted in writing by Owner. Contractor/Vendor expressly agrees that the statute of limitations with respect to Contractor/Vendor’s
warranties shall begin to run on the date of acceptance by Owner.
10. Insurance and Bonds: Contractor/Vendor shall, at all times, maintain business automobile, commercial liability and workers
compensation insurance covering its Work and all obligations under this Purchase Order, and shall name the Owner as an additional
insured on its commercial liability insurance policies for Contractor/Vendor operations under this Purchase Order. Liability insurance
63
5
limits shall be in an amount sufficient to protect the Owner’s interests as they may appear herein, but in no event less than
$1,000,000.00 per occurrence. Contractor/Vendor shall furnish and pay for surety bonds and with surety or sureties satisfactory to
Owner, guaranteeing the full performance of all of the conditions and terms hereof and guaranteeing that Contractor/Vendor shall
promptly pay for all labor, materials, supplies, tools, equipment and other charges or costs of Contractor/Vendor in connection with
the Work. Such performance and payment bond shall be in an amount determined by Owner and copies of the surety bonds shall be
provided to the Owner upon execution of this Purchase Order.
11. Indemnity: The Parties hereby agree to indemnify, and hold each other, their respective direct and indirect parents and
subsidiaries, project manager, any of their affiliated entities, successors and assigns and any current or future director, officer,
employee, partner, member or agent of any of them harmless from any and all claims , demands, liability, loss, damage, fines,
penalties, attorney’s fees and litigation expenses arising out of injury to, including the death of, persons and/or damage to property, to
the extent caused by the negligent acts or omissions of the party providing such indemnification. Further:
11.1 Contractor/Vendor acknowledges that any such items or Work furnished hereunder may include in whole or in part with
or without modification or improvements in equipment, machinery or items constructed by Owner, and that should such item or Work
prove defective such charges claimed by Owner shall include consequential damages, penalties, taxes or assessments (including
punitive damages), including counsel fees and the costs of defense, which may be imposed or incurred under any federal, state or local
law, ordinance or regulation upon or with respect to (a) the payment of compensation to any individual employed by
Contractor/Vendor; (b) any discrimination against any individual employed by Contractor/Vendor on the basis of race, color, religion,
sex, national origin or physical or mental handicap; (c) the protection of purchasers and users of consumer products; or (d)
occupational safety and health.
11.2 In any and all claims against Owner or any of its agents or employees, by any employee of Contractor/Vendor, the
indemnification obligation under this paragraph shall not be limited by any limitation on the amount or type of damages,
compensation or benefits payable by or for Contractor/Vendor under workers compensation acts, disability benefits acts or employee
benefit acts, or other applicable law. Contractor/Vendor assumes the entire liability for its own negligence, and as part of this
Purchase Order waives all defenses available to Contractor/Vendor as an employer which limit the amount of Contractor/Vendor’s
liability to Owner to the amount of Contractor/Vendor’s liability under any workers compensation, disability benefits or employee
benefit acts.
12. Warranties and Indemnification: Contractor/Vendor agrees to provide the following warranties for the Work: (a) all
workmanship to be warranted for a period of one (l) year - manufacturer warrants material; and (b) all other warranties contained
elsewhere in the Contract Documents or Supplemental Conditions hereto. Further, Contractor/Vendor shall fully indemnify and save
the Owner harmless from all claims, liens, fees, and charges, and the payment of any obligations arising thereunder, pursuant to the
provisions in the Supplemental Conditions hereto.
13. Patents: Contractor/Vendor warrants that (a) goods furnished thereunder, and the sale and use thereof, shall not infringe any valid
United States patent or trademark; and (b) Contractor/Vendor shall indemnify Owner for its costs to defend any suit instituted against
Owner, its agents or customers, charging infringement of any United States patent or trademark by virtue of the possession, use or sale
of any goods furnished thereunder is enjoined because of patent infringement. Contractor/Vendor, within a reasonable amount of time,
shall, at Contractor/Vendor’s expense, procure for Owner its agents or customer, the right to continue using such goods with non-
infringing goods or modify such goods so that they become non-infringing or remove such goods and refund to Owner any sums paid
therefore, including transportation and installation charges.
14. Cancellation: Time of delivery of this Purchase Order is of the essence and Owner may, by written notice of default to
Contractor/Vendor, cancel the whole or any part of this Purchase Order (a) if Contractor/Vendor fails to make delivery of the goods or
perform the services within the time specified herein or any extensions thereof; or (b) if Contractor/Vendor fails to perform or so fails
to make progress as to endanger performance thereunder, and in either circumstance does not cure such failure within a period of two
(2) days after receipt of notice from Owner specifying such failure. Owner, by written notice to Contractor/Vendor, may cancel the
whole or any part of this Purchase Order when it is in the best interest of Owner or when Owner has been notified of modification of
the specifications pertaining thereto. If this Purchase Order is so canceled, the Contractor/Vendor shall be compensated as follows: (a)
for materials delivered and services performed, the reasonable value as part of the Contract Price; (b) for materials not identified to
this Purchase Order and service not performed, no compensation; and (c) for Contractor/Vendor’s lost profits or incidental or
consequential loss, no compensation.
15. Remedies: Contractor/Vendor shall, for the duration of its warranties, at the discretion of Owner and at the expense of
Contractor/Vendor, replace, repair and insure any and all faulty or imperfect goods, materials or Work furnished or performed by
Contractor/Vendor thereunder. In the event Contractor/Vendor fails to do so, Owner may furnish or perform the same, and may
recover from Contractor/Vendor the cost and expense directly or indirectly resulting therefrom, including all consequential damages
but not limited to the cost or expense of inspection, testing, removal, replacement, re-installation, destruction of other materials
resulting therefrom, any increased cost or expense to Owner in its performance under contracts with others, and reasonable attorneys
fees incurred by the Owner in connection with Contractor/Vendor’s default and Owner’s enforcement of its rights under this Purchase
Order. The foregoing remedies shall be available in addition to all other remedies available to Owner in equity or at law including the
Illinois Commercial Code.
64
6
16. Compliance With Laws: During the performance hereunder, Contractor/Vendor agrees to give all notices and comply with all
Laws and Regulations of the United States and/or the State of Illinois applicable to the performance of the Work, including but not
limited to those Laws and Regulations regarding the payment of prevailing wages, non-discrimination laws, employment of Illinois
workers, labor, wage and collective bargaining. Except where otherwise expressly required by applicable Laws and Regulations,
Owner shall not be responsible for monitoring Contractor/Vendor’s compliance with any Laws or Regulations.
17. Notices: All notices, demands, requests or other communications which may be or are required to be given, served, or sent by
any party to any other party pursuant to this Purchase Order shall be in writing and shall be hand delivered, or sent by courier, or via
facsimile or by electronic mail, with confirmation to the addresses shown on this Purchase Order.
18. Records, Reports and Information: Contractor/Vendor agrees to furnish Owner with reports and information regarding the
Work performed under this Purchase Order, at such times as Owner may reasonably request, making full disclosure of efforts made by
Contractor/Vendor and the results thereof. Contractor/Vendor agrees to maintain records, documents, and other evidence which will
accurately show the time spent and Work performed under this Purchase Order for a minimum period of five (5) years after
completion of the Work, and such records shall be subject to audit by the Owner upon reasonable advance notice to
Contractor/Vendor on a mutually agreed date and time.
19. Assignment: Contractor/Vendor shall not assign this Purchase Order without written consent of Owner.
20. Waiver: Either party’s failure to insist in any one or more instances, upon the strict performance of any provision hereof or to
exercise any right hereunder shall not be deemed to be a waiver or relinquishment of the future performance of any such provision or
the future exercise of such right, but the obligation of Contractor/Vendor and Owner with respect to such future performance shall
continue in full force and effect.
21. Arbitration: Any controversy or claim arising out of or relating to this Purchase Order, or the breach thereof, shall be settled by
binding arbitration (one arbiter only) administered by the American Arbitration Association under its Construction Industry
Arbitration Rules or JAMS Dispute Resolution, at the discretion of the City. The exclusive venue of all arbitration proceedings shall
be the City of McHenry City Hall, 333 S. Green Street, McHenry, Illinois. Judgment on the award rendered by the arbitrator may be
entered in any court having jurisdiction thereof. The City may elect, at its exclusive option, to file suit by litigation rather than
arbitration with regard to enforcement of equitable remedies such as injunctive relief. In the event of arbitration or litigation of this
Purchase Order, the non-prevailing party shall pay all fees and expenses incurred by the prevailing party in the said arbitration or
litigation, including, but not limited to attorneys’ fees, filing costs, witness fees, and other general expenses of the litigation or
arbitration.
CONTRACTOR/VENDOR: CITY OF McHENRY
Date Date
Z:\M\McHenryCityof\PurchaseOrderConstruction.doc
65
1
2020 MCHENRY COUNTY
MUNICIPAL PARTNERING INITIATIVE
SEWER LINING
SUMMARY OF WORK
General
Wherever the word "Owner" or "Engineer" appears in this document, it shall be interpreted to mean each
municipality’s representative.
Wherever the word “Contractor” appears in this document, it shall be interpreted to mean the firm, partnership, joint
venture, or corporation contracting with each municipality for performance of prescribed work.
Scope of Project
This project includes quantities for sanitary and storm sewer lining in various sizes of cured-in-place pipe lining
(CIPP), rehabilitation and restoration of structural integrity of the existing sanitary and storm sewer pipes by the
Inversion and Curing of a Resin-Impregnated Tube process, and all related and appurtenant work. The work
contained on this project is located within easements, license areas, or right-of-ways of the Village of Huntley, the
Village of Algonquin, the Village of Cary, and the City of Woodstock.
Each municipality has the right to delete from or add to the contract quantities without placing penalty to the contract
unit costs for construction.
The Village of Huntley further reserves the right to reject any and all bids or parts thereof, to waive any
irregularities or informalities in bidding procedures and to award the contract in a manner best serving the interest of
the municipality. Work included is shown on drawings prepared by and supplied by each municipality. The lining work
shown on the drawings is not conclusive and is subject to change.
Maintenance Bond
The Contractor is required to furnish a maintenance bond approved by the municipality in the amount equal to ten
percent (10%) of the contract price. This bond shall provide a guarantee against defective materials and
workmanship on all materials, items and work furnished under this contract, including contract changes and additions
for a period of one year from date of written final acceptance and final payment. If within the guarantee one (1) year
period, any defects or signs of deterioration are noted which, in the opinion of the municipality, are due to the faulty
installation, workmanship, or materials, the municipality shall notify the Contractor. At the Contractor’s expense, the
Contractor agrees to make any and all repairs, adjustments or replacements to correct the condition/s to the
complete satisfaction of the municipality work has been completed in.
Contract Completion Date and Interim Completion Dates
The Contractor shall execute the contract within 10 working days after contract award by each individual
municipality. The Contractor shall start the work to be performed under the contract not later than 60 calendar days
after the execution of the contract by the municipality.
The Contractor shall complete all work under this Contract on or before, but no later than, 90 calendar days after the
date of execution of the Contract by each municipality.
66
2
Design for Minimum CIPP Liner Thickness
Product, Manufacturer / Installer Qualification Requirements:
Since sewer products are intended to have a 50-year design life, and in order to minimize the Engineer’s risk, only
proven products with substantial successful long-term track records will be approved. All trenchless rehabilitation
products and installers must be pre-approved prior to the formal opening of proposals.
Products and Installers seeking approval must meet all of the following criteria to be deemed Commercially
Acceptable:
A. For a Product to be considered Commercially Proven, a minimum of 1,000,000 linear feet or 4,000 manhole-to-
manhole line sections of successful wastewater collection system installations in the U.S. must be documented
to the satisfaction of the Engineer to assure commercial viability.
B. For a Contractor to be considered as Commercially Proven, the Contractor must satisfy all insurance, financial,
and bonding requirements of the Engineer, and must have had at least 5 (five) years active experience in the
commercial installation. In addition, the Contractor must have successfully installed at least 200,000 feet of the
product bid in wastewater collection systems. Acceptable documentation of these minimum installations must be
submitted to the Engineer.
C. Sewer rehabilitation products submitted for approval must provide third party test results supporting the
structural performance (short-term and long-term) of the product and such data shall be satisfactory to the
Engineer. Test samples shall be prepared so as to simulate installation methods and trauma of the product. No
product will be approved without independent third party testing verification.
D. Both the rehabilitation manufacturing and installation processes shall operate under a quality management
system which is third-party certified to ISO 9000 or other recognized organization standards. Proof of certification
shall be required for approval.
Documentation for products and installers seeking pre-approved status must be submitted no less than two weeks
prior to proposal due date to allow time for adequate consideration. The Engineer will advise of acceptance or
rejection a minimum of three days prior to the due date. All required submittals must be satisfactory to the Engineer.
Materials
A. Tube - The sewn Tube shall consist of one or more layers of absorbent non-woven felt fabric and meet the
requirements of ASTM F1216, Section 5.1 or ASTM F1743, Section 5.2.1 The tube shall be constructed to
withstand installation pressures, have sufficient strength to bridge missing pipe, and stretch to fit irregular pipe
sections. Additional requirements for the Tube include:
1. The wet out Tube shall have a relatively uniform thickness that when compressed at installation pressures
will equal or exceed the calculated minimum design thickness.
2. The Tube shall be manufactured to a size that when installed will tightly fit the internal circumference and
length of the original pipe. Allowance should be made for circumferential stretching during inversion.
Overlapped layers of felt in longitudinal seams that cause lumps in the final product shall not be utilized.
3. The outside layer of the Tube shall be coated with an impermeable, flexible membrane that will contain the
resin and all the resin impregnation (wet out) procedure to be monitored.
4. The Tube shall be homogeneous across the entire wall thickness containing no intermediate or
encapsulated elastomeric layers. No material shall be included in the Tube that may cause delamination in
the cured CIPP. No dry or unsaturated layers shall be evident.
5. The wall color of the interior pipe surface of CIPP after installation shall be a relatively light reflective color
so that a clear detailed examination with closed circuit television inspection equipment may be made.
67
3
6. Seams in the Tube shall be stronger than the non-seamed felt material.
7. The Tube shall be marked for distance at regular intervals along its entire length, not to exceed 5 ft. Such
markings shall include the Manufacturer’s name or identifying symbol. The tubes must be manufactured in
the USA.
B. Resin - The resin system shall be a corrosion resistant polyester, vinyl ester, or epoxy system including all
required catalysts, initiators or hardeners that when cured within the tube create a composite that satisfies the
requirements of ASTM F1216 and ASTM F1743, the physical properties herein, and those which are to be
utilized in the design of the CIPP for this project. The resin shall produce a CIPP that will comply with the
structural and chemical resistance requirements of this specification.
Structural Requirements
A. The CIPP shall be designed as per ASTM F1216. The CIPP design shall assume no bonding to the original pipe
wall.
B. The Contractor must have performed long-term testing for flexural creep of the CIPP pipe material installed by
his Company. Such testing results are to be used to determine the long-term, time dependent flexural modulus
to be utilized in the product design. This is a performance test of the materials (Tube and Resin) and general
workmanship of the installation and curing. A percentage of the instantaneous flexural modulus value (as
measured by ASTM D790 testing) will be used in design calculations for external buckling. The percentage, or
the long-term creep retention value utilized, will be verified by this testing. Retention values exceeding 50% of
the short-term test results shall not be applied unless substantiated by qualified third party test data to the
Engineer’s satisfaction. The materials utilized for the contracted project shall be of a quality equal to or better
than the materials used in the long-term test with respect to the initial flexural modulus used in the CIPP design.
C. The Enhancement Factor ‘K’ to be used in ‘Partially Deteriorated’ Design conditions shall be assigned a value of
7. Application of Enhancement (K) Factors in excess of 7 shall be substantiated through independent test data
to the satisfaction of the Engineer.
The layers of the cured CIPP shall be uniformly bonded. It shall not be possible to separate any two layers with a
probe or point of a knife blade so that the layers separate cleanly or the probe or knife blade moves freely between
the layers. If the layers separate during field sample testing, new samples will be required to be obtained from the
installed pipe. Any reoccurrence may cause rejection of the work.
The following are the minimum nominal required CIPP (resin liner) thicknesses:
A. Existing sanitary and storm sewer pipe diameter eight (8), ten (10) and (12) inch pipe- minimum nominal liner
thickness six (6.0) millimeter.
B. Existing sanitary and storm sewer pipe diameter fifteen (15) inch to eighteen (18) inch pipe- minimum nominal
liner thickness seven and one half (7.5) millimeter.
C. Existing sanitary and storm sewer pipe diameter twenty one (21) inch - minimum nominal liner thickness nine
(9.0) millimeter.
D. Existing sanitary sewer pipe diameter twenty four (24) inch - minimum nominal liner thickness ten and one half
(10.5) millimeter.
The Contractor shall calculate and verify the above referenced liner thickness requirements based on the fully
deteriorated host pipe condition with a safety factor of two (2) as indicated in ASTM F 1216 design considerations.
The existing pipe shall not be considered as providing any structural support to the liner pipe. In the liner thickness
calculations, the enhancement factor (K) shall not be greater than 7.0, the minimum safety factor shall be 2.0, and
the flexural modulus of elasticity shall be reduced 50% to account for long term effects and used in the design
68
4
equation EL. Actual values of pipe ovality and depth shall be used whenever possible. If ovality cannot be obtained,
the minimum ovality of the host pipe shall be 5 percent. No liner will be approved for installation until liner thickness
calculations have been submitted and reviewed for conformance with the specifications and installation requirements.
Only if the calculated liner thickness exceeds the above referenced requirements the Contractor shall notify the
municipality Engineer and a determination shall be made as to which liner thickness shall control.
Testing Requirements
A. Chemical Resistance - The CIPP shall meet the chemical resistance requirements of ASTM F1216. CIPP
samples for testing shall be of tube and resin system similar to that proposed for actual construction. It is
required that CIPP samples with and without plastic coating meet these chemical-testing requirements.
B. Hydraulic Capacity - Overall, the hydraulic cross-section shall be maintained as large as possible. The CIPP
shall have a minimum of the full flow capacity of the original pipe before rehabilitation. Calculated capacities may
be derived using a commonly accepted roughness coefficient for the existing pipe material taking into
consideration its age and condition.
C. CIPP Field Samples - When requested by the Engineer, the Contractor shall submit test results from field
installations in the USA of the same resin system and tube materials as proposed for the actual installation.
These test results must verify that the CIPP physical properties specified herein have been achieved in previous
field applications. Samples for this project shall be made and tested as Follows:
CIPP samples shall be prepared for each installation designated by the Owner/Engineer or approximately 20%
of the project’s installations. Pipe physical properties will be tested in accordance with ASTM F1216 or ASTM
F1743, using either sampling method proposed. The flexural properties must meet or exceed the values listed in
Table 1 of ASTM F1216 or the values submitted to the Owner/Engineer by the Contractor for this project’s CIPP
wall design, whichever is greater.
Required Submittals
Submit to the Engineer, for approval, product data and catalogue cuts for all materials used in the installation of the
CIPP, prior to ordering of material. Submittals shall contain:
1. Date of submittal and dates of previous submittals.
2. Project title and number.
3. Contract identification.
4. Names of:
a. Contractor
b. Supplier
c. Manufacturer
5. Identification of product, with identification numbers, and drawing and specification section numbers.
6. Field dimensions, clearly identified.
7. Identify details required on drawings and in specifications.
8. Show manufacturer and model number, give dimensions, and provide clearances.
9. Relation to adjacent or critical features of work or materials.
10. Applicable standards, such as ASTM or Federal Specification numbers.
11. Identification of deviations from Contract Documents.
12. Identification of revisions on resubmittals.
13. Eight-inch by 3-inch blank space for Contractor and Engineer stamps.
14. Contractor's stamp, signed, certifying to review of submittal, verification or products, field measurement, field
construction criteria, and coordination of information within submittal with requirements of work and Contract
Documents.
69
5
All of the above noted submittal process is incidental to work performed.
Sequence of Operations
The contractor shall coordinate work in a manner that will cause as little inconvenience to traffic as possible. The
Contractor shall work closely with municipality Officials, Fire, Police Departments and other Contractors in
coordinating interruption to normal traffic and parking facilities, access to homes and businesses, and inconvenience
to the public.
The proposed work sequence for the Contractor follows:
1. The proposed sewer main pipe locations and conditions have been determined from the available records. It
is the Contractor's responsibility to review the available records, obtain additional new video records for
evaluation of existing sewer system condition, field verify locations, elevations and diameters of all to be
lined sewer pipes prior to ordering the appropriate materials.
2. Clean existing manholes and sewer lines to condition necessary for proper installation of lining material,
including root cutting, removal of debris and other protruding obstructions.
3. Rehabilitate existing sewer systems.
4. Reinstate and reconnect active sewer service connections
If the Contractor proposes a different work schedule than outlined above, the Engineer’s written approval of the
modified schedule must be obtained in advance.
Material Storage and Removal
The Contractor shall not deliver and store any material on the project site more than one week in advance before
commencing with this work. Paved portions of the street may be used for material storage and the exact material
storage location shall be approved by the Engineer.
Any remnants of construction materials, debris and litter generated by the Contractor shall be collected and removed
off the jobsite periodically (every week) or the same day if requested by the Engineer. Any required pavement repair
and parkway restoration (sodding), due to the damage caused by on-site material storage, shall be borne by the
Contractor and be considered incidental to the contract.
Quality Assurance
Codes and Standards references:
1. Illinois Department of Transportation
a. Standard Specifications for Road and Bridge Construction (Current Edition) (IDOTSPECS).
b. Illinois Department of Transportation. Bureau of Design. Highway Standards (ILHWSTDS).
c. Illinois Department of Transportation. Bureau of Local Roads.
d. BLR Standard 17-3 - Standard Design Typical Application of Traffic Control Devices for Day Labor
Construction on Rural Local Highways.
e. BLR Standard 21-6 - Standard Design Typical Application of Traffic Control Devices for Contract
Construction on Rural Local Highways.
2. Standard Specifications for Water & Sewer Main Construction in Illinois, latest edition (SS W&S)
3. American Society for Testing and Materials (ASTM) F 1743, latest edition.
4. ASTM Standard F 1216 “Rehabilitation of Existing Pipelines and Conduits by the Inversion
and Curing of a Resin-Impregnated Tube” latest edition.
5. Local municipal improvement codes.
70
6
Work Quality Inspection
As part of post lining testing, the Contractor may be requested by the Engineer to open manholes for field inspection
and/or “punch list” generation at no additional cost to the municipality when project is complete.
Existing Sewer System Condition Evaluation-Prior to Lining Work
The existing sewer main pipe condition and sewer service pipe locations have been determined from the available
records. Each municipality will provide manhole to manhole lengths, pipe sizes and location maps. However, it is the
Contractor's responsibility to re-inspect the condition of the existing sewer system. The interior of the sewer pipe and
service connections shall be carefully inspected to determine the location of any conditions that may prevent proper
installation of the impregnated tube, such as defective (protruding) service connections collapsed or crushed pipe
and reductions in ovality of more than ten (10%) percent. These conditions shall be recorded and brought to the
attention of each municipality so that they may be corrected prior to lining. The Owner reserves the right to review
pre-lining recordings prior to lining.
The Contractor shall use an experienced personnel trained in the use of closed circuit television in existing sewer
systems, which shall furnish the necessary labor, tools, equipment, and appurtenances to perform the sewer
televising services as specified. The television inspection equipment and procedures used shall comply, but are not
limited, with the following:
1. The sewer inspections shall be recorded digitally directly on the DVD (not on VHS transposed over to DVD).
Recording playback shall be at the same speed that it was recorded. Cost of supplying two DVD’s and reports
to the municipality shall be included in the bid’s unit price. A complete recording shall be made of each line
televised. A voice recording shall be done on the DVD.
2. Location of sewer lines inspected using manhole number (sanitary sewer) and street addresses (storm
sewer).
3. Quadrant location of all leaks and cracks.
4. Size (diameter) of sewer line televised.
5. Location of building service connections
6. The footage and manhole numbers shall appear on the screen at all times.
7. Television Inspection logs shall be reported in the sequence as they appear on the DVD’s.
8. The sewer televising camera shall have the capability of a rotating lens. While televising the sewer pipe, the
Contractor will rotate the camera so as to look in the service and determine if the service is capped or active
(in service). This shall also be reflected in the reports. (i.e. capped or live)
9. The Contractor will increase the skids on the camera to the proper size so that camera is in the center of the
sewer pipe.
10. Deep sags are to be dewatered so that proper television inspection can be performed.
11. Any point repairs necessary prior to lining shall either be handled by the municipality directly or shall be
considered a change order.
Any deviation from the location and/or quantity indicated in bid documents shall be noted and brought to the attention
of the Engineer, so that the bid quantities may be adjusted prior to commencing with any sewer repair/lining work.
Sewer Pipe Cleaning
Refer to Special Provision.
71
7
Sewer Flow Bypassing
Sewer flows will occur during the sewer pipe repair/lining work. It shall be the responsibility of the Contractor to plan
and execute, where necessary, sewer bypass pumping operations sufficient to avoid causing sewer back-ups for
each municipality residential and commercial customers and to avoid illegal discharge onto land or into waterways.
Contractor shall ensure that all bypass hoses are in good, working condition, not damaged, i.e., leaking. The
contractor shall also supply adequate hose length to reach the next downstream manhole prior to commencing such
work. In the event that bypass hoses need to cross the roadway, the contractor will need to furnish traffic ramp and
bump signage in both directions along with standard Traffic Control and Protection.
The pump and bypass lines shall be of adequate capacity and size to handle the sewer flow. The Contractor shall be
responsible for proper scheduling of all work, taking into consideration the possibility of rapid increases in flow
resulting from rainfall and other natural events, and shall be fully prepared for all adverse conditions that may arise.
Each municipality approval is required for any bypass pumping operation that goes beyond normal working hours.
The contractor is responsible for maintaining the pump, and all appurtenances including lines at all times during a
bypass operation.
The cost associated with sewer bypassing shall be considered incidental to the cost of the contract. The Contractor
shall bear all costs arising from failure to anticipate bypass pumping needs, including, but not limited to the
emergency stoppage of work, remobilization, removal and replacement of damaged work, emergency response by
municipality personnel and compensation for damage to public and private property.
Corrective work
Any lining installation that fails to meet performance standards as identified herein, or contains other significant
defects shall be subjective to corrective action.
Each municipality shall notify in writing of any work that is rejected, and shall specify the reasons for rejection. Within
10 days of receiving notice of rejected work, the Contractor shall submit a written proposal to the municipality
detailing the proposed corrective action for each item of rejected work. The Contractor shall not proceed with
corrective action until the Engineer has approved the proposed corrective action. All corrective work must meet the
standards and specifications set forth in this contract.
If determined that the existing sewer service is damaged by cutting of the liner, the municipality will allow the use of
Performance Pipelining Tee-Liner process or the municipality Engineer approved equal for service restoration.
If it appears that there is no acceptable alternative for sewer repair, the municipality may require the Contractor to
remove all or a portion of the defective lining and install new lining in place. All expenses for a defective sewer
repair/relining work and material shall be borne by the Contractor.
72
8
Prosecution and Progress
The Contractor shall complete all work under this Contract within 90 calendar days of signed contract. Failure to
complete the work will result in liquidated damages as specified in Section 108 of the Standard Specifications
(IDOTSPECS).
Contractor’s Use of Premises
1. Coordinate use of premises under direction of Engineer.
2. Assume full responsibility for protection and safekeeping of products under this Contract.
3. Obtain and pay for use of additional storage or work areas needed for operations at no additional cost to
Owner.
4. Conduct operations to ensure least inconvenience to general public.
5. See Appendix B for each municipality’s additional input on local parking plan as applicable.
Pre-construction Meeting
A pre-construction meeting with the Contractor will be held with each municipality to discuss all issues pertaining to
this project. The contractor is requested to bring the following information to this meeting:
1. The Contractor’s proposed construction schedule.
2. Name of sub-contractors (if applicable) involved in these projects.
3. Name of Project Manager.
4. Name of individual responsible for traffic control and maintenance
5. Emergency Contact.
Weekly Meetings
Regular weekly meetings between the Contractor Project Manager and the Engineer are required. The proposed
Contractor’s working schedule for the next two (2) weeks shall submitted to the Engineer during each meeting. If any
modifications to the proposed schedule are requested by the Engineer, the Contractor shall adjust his proposed
schedule accordingly.
Protection of Trees
Every effort shall be made by the Contractor when working near trees and shrubs to preserve same from harm. No
trees or shrubs shall be removed unless so indicated on the Plans or as authorized in the field by the Engineer. The
Contractor shall be responsible for damage to or loss of any tree or shrub not specifically designated to be removed.
Damage to tree limbs shall be held to a minimum. Shrubs and tree limbs shall be tied back wherever necessary to
prevent their loss or damage. Wherever damage by construction equipment to limbs and branches is unavoidable,
they shall be pruned before starting work and sealed in accordance with best forestry practice.
No pruning of tree limbs or branches will be allowed without the written permission from the Engineer. If pruning is
necessary and approved, it will be done by an approved licensed landscape contractor, if the Engineer deems it is
necessary. The Contractor shall contact the Engineer at least 24 hours prior to his need to prune. Tree protection
shall be incidental to the Contract.
73
9
Safety
The Contractor shall comply with State, Local, and Federal Safety and Health regulations applicable to the work being
performed including OSHA approved confined space entry procedures. Prior to entering access areas such as
manholes, and performing inspection or cleaning operations, an evaluation of the atmosphere to determine the
presence of toxic or flammable vapors or lack of oxygen must be undertaken in accordance with Local, State, or
Federal Safety regulations.
The cost associated with the above referenced safety precautions shall be considered incidental to the cost of the
contract.
Traffic Control
The Contractor shall obtain, erect, maintain and remove all signs, barricades, flagmen and other traffic control devices
as may be necessary for the purpose of regulating, warning or guiding traffic. Placement and maintenance of all
traffic control devices shall be as directed by the Engineer and in accordance with the applicable parts of Article
107.14 of Standard Specifications and the Illinois Manual on Uniform Traffic Control Devices for Streets and
Highways. All traffic protection will be considered incidental to the cost of the Contract and will not be paid for
separately.
Water Usage
See Appendix B for each municipality’s additional input on local water usage plan.
Pay Estimates
Each municipality will provide a spreadsheet that will list the segments and sewer pipe lengths to be lined. The
contractor shall submit any changes at time of submittal of pay estimates, and two week schedules. The spreadsheet
shall include at a minimum, the following items: street name (from – to); segment (from manhole to manhole); actual
length; size of pipe; unit cost; service connections reinstated; protruding taps. The items mentioned above are in
addition to other required submittals, i.e., certified payroll, waivers of lien, invoice, and electronic payout form
(provided by each municipality). Pay estimates shall be submitted by the Contractor once a month.
Payout Procedures
Each municipality payout procedure schedule will be submitted to the contractor at the preconstruction meeting. A
monthly pencil draw meeting must be held between the contractor’s representative and each municipality project
manager to agree on the quantities to be submitted for payment. If a pencil draw meeting is not held, the project
manager will submit to the contractor the latest quantities measured by municipality staff and those numbers must be
used for the current billing period. If the contractors submitted quantities are different than those agreed to or
submitted to each municipality, the municipality will proceed with the invoice approval of the lesser amount per line
item (either the contractor’s itemized invoice or the inspected and approved item quantity by the municipality
inspectors) for payment. In no case, will the line item invoice payment exceed the inspected and approved quantity
per municipality inspection requirements.
Applications for payment must be submitted on a municipality approved itemized invoicing form that includes pay
item descriptions, original contract quantities and unit prices, previous, current and total quantity summaries, and
approved change orders. Other required submissions include the current waivers of lien, contractor’s affidavits,
contractor’s sworn statement, certified payroll report, and any other documents or invoice paperwork as requested by
each municipality.
Any questions pertaining to payments are to be forwarded to the municipal project manager or the Engineer.
Contractors shall not call each municipality Finance Department with questions regarding pay applications. The pay
74
10
application process is approximately six weeks from the pencil draw meeting to the issuance of checks. All checks
will be mailed and no allowances will be made to hold checks for pickup.
Payment for Extra Work
The methods for measurements and payments for Extra work shall be in accordance with the applicable articles of
Section 109 of the Standard Specifications.
Extra work shall not be started until authorization from the Engineer is received. Extra work will be paid for at either
the contract price, a lump sum price or agreed unit prices, or on a force account basis.
If a force account basis method for payment is used, than the procedures outlined in the Illinois Department of
Transportation Construction Memorandum 08-09: Force Account Billing, dated January 1, 2008 shall be followed by
the Contractor.
As indicated in the above referenced Memorandum particular attention should be paid to the following:
1. Each day the force account is being performed Form BC 635; Extra Work shall be completed and submitted
to the Engineer.
2. The most recent edition of Equipment Watch’s Rental Rate Blue Book will be used as the source of
equipment rates for force account billing.
Public Advisory
A minimum of two weeks prior to commencing with sewer repair/lining work the Contractor shall coordinate with each
municipality to provide general public notice of the work to be done.
Public advisory services will be required to notify all parties whose sewer services will be out of commission and to
advise against water usage until the sewer service is back in service. This is the responsibility of the Contractor.
Written notices must be approved by each municipality prior to publication, and must contain specific information as
to when the sewer service disruption will begin and end. Notices shall be delivered not less than 48 hours before
service interruption.
No customer shall be deprived of sanitary sewer service for more than twelve consecutive hours unless approved by
the Engineer.
The Contractor shall assume responsibility and liability for any sewer backups or other damages sustained by
residents or businesses as a result of testing, cleaning, lining or any other part of the work. The Contractor shall
arrange and pay for professional cleaning and/or repair services where required at no additional cost to the
municipality. The foregoing assumption of responsibility and liability will be waived by the Owner in the case of
backups caused by the failure to reinstate laterals erroneously determined to be abandoned by the Owner.
"No Parking - Police Order" signs are available upon request at the office of the Engineer. All such notices shall be
removed by the Contractor immediately upon the completion of work in each block. The cost associated with public
advisory shall be considered incidental to the cost of the contract.
Hours of Construction
See Appendix B for each municipality’s hours of construction.
75
11
Protection of Environment
The protection of environment shall include:
1. Contractor, in executing work, shall maintain work areas on- and off-site free from environmental pollution
that would be in violation of any federal, state or local regulations.
2. Take adequate measures to prevent impairment of operation of existing sewer systems. Prevent
construction material, earth, or other debris from entering sewers or sewer structures.
3. Observe rules and regulations of State of Illinois and agencies of U.S. government prohibiting pollution of
any lake, stream, river or wetland by dumping of refuse, rubbish, dredge material or debris therein.
4. Comply with procedures outlined in U.S. EPA manuals entitled, "Guidelines for Erosion and Sedimentation
Control Planning and Implementation," Manual EPA-R2-72-015 and "Processes, Procedures, and Methods
to Control Pollution Resulting from All Construction Activity," Manual EPA 430/9-73-007.
5. Dispose of excess excavated material and other waste material in a lawful manner.
6. Minimize air pollution by wetting down bare soils during windy periods, requiring use of properly operating
combustion emission control devices on construction vehicles and equipment used by Contractors, and
encouraging shutdown of motorized equipment not actually in use.
7. Trash burning will not be permitted on construction site.
8. Chemicals used during project construction or furnished for project operation, whether herbicide, pesticide,
disinfectant, polymer, reactant, or of other classification, must show approval of either U.S. EPA or U.S.
Department of Agriculture or any other applicable regulatory agency.
9. Use of such chemicals and disposal of residues shall be in conformance with manufacturer's instructions.
10. Conduct operations to cause lease annoyance to residents in vicinity of work, and comply with applicable
local ordinances.
11. Equip compressors, hoists, and other apparatus with such mechanical devices as may be necessary to
minimize noise and dust.
12. Equip gasoline or oil operated equipment with silencers or mufflers on intake and exhaust lines
13. Line storage bins and hoppers with material that will deaden sounds.
14. Conduct operation of dumping rock and of carrying rock away in trucks so as to cause minimum of noise
and dust.
Clarification
All here-in referenced conditions and items: Pre-Construction and Weekly Coordination Meetings, Maintenance
Bond, Notifications, Coordination with other Contractors, Work Scheduling and Phasing, Sewer Flow bypassing, Dirt
and Dust Control, Safety, Pre-lining and Post lining sewer evaluation, 2 DVD copies with 2 reports, Corrective work,
etc. are considered incidental to the contract and shall be included in the sewer lining work unit price.
76
12
SPECIAL PROVISION FOR
CURED-IN-PLACE PIPE
It is the Contractor's responsibility to inspect the condition of the existing sewer system after all sewer repair/lining
work is complete.
The Contractor shall use an experienced personnel trained in the use of closed circuit television in existing/repaired
sewer systems, which shall furnish the necessary labor, tools, equipment, and appurtenances to perform the sewer
televising services as specified. The television inspection equipment and procedures used shall comply, but are not
limited, with the following:
1. The sewer inspections shall be recorded digitally by DVD. Recording playback shall be at the same speed
that it was recorded. A complete recording shall be made of each line televised. A voice recording shall be
done on the DVD.
2. Location of sewer lines inspected using manhole number (sanitary sewer) and street addresses (storm
sewer)
3. Post lining television inspection shall include rotating the lens to inspect all reinstated sewer services.
Inspection of service opening shall be of the liner cutting to determine if opening is sufficient. If determined
that the existing service is damaged by cutting of the liner, the municipality will allow the use of Performance
Pipelining Tee-Liner process or municipality Engineer approved equal for restoration.
4. Location of building service connections.
5. The footage and manhole numbers shall appear on the screen at all times.
6. Television Inspection logs shall be reported in the sequence as they appear on the DVD’s.
7. The Contractor will increase the skids on the camera to the proper size so that camera is in the center of the
sewer pipe.
8. Deep sags are to be dewatered so that proper television inspection can be performed.
Other incidental and measure of payment requirements to the cured-in-place pipe lining include:
1. Mobilization and site preparation.
2. Existing sewer system televising and cleaning before lining process
3. Televising of sanitary and storm sewer to determine installed conditions.
4. Placement of lining material within sanitary and/or storm sewer.
5. All manhole connections shall be water tight.
6. Flow control, including bypass pumping, if required.
7. Reinstatement and reconnection of active sewer service connections.
8. CCTV Examination: Televise interior of pipe after completion of work and provide DVD to Engineer. Use pan
and tilt color 3 lux camera to view the sewer service lateral connections.
9. Sewer testing and internal inspections of installation.
10. Pavement damage and restoration.
11. Parkway damage and restoration.
12. Cleanup.
13. Other appurtenant and incidental work.
14. Full-time traffic control surveillance by contractor.
15. Each DVD will be permanently labeled with the following information.
a. Job/Work Order No.:
b. Contractor Name:
c. CD No.:
d. Date Televised:
e. Date Submitted:
f. Street/Easement (Location):
77
13
g. Upstream MH
h. Downstream MH
16. Data shall be configured according to the definitions and database structures included in this specification.
Video must be able to be viewed using Windows Media Player 9 Series and have the ability to use all
features of the video player including fast forward capability.
17. Measure sewer in linear feet (lf) on straight horizontal line along centerline of sewer. Do not include
distance through manholes in measurement.
The prior to lining sewer condition evaluation information and the post lining sewer condition evaluation
information shall be recorded on the same DVD. Cost of supplying two DVD copies and reports to each
municipality shall be included in the sewer lining work unit price.
Basis of Payment – Cured-In-Place Pipe
Payment shall be made for the contract unit price per lineal foot for CURED IN PLACE PIPE, of the diameter
specified, which price shall be in full for labor, material, testing and equipment required for complete and operational
existing sewer main rehabilitation.
78
14
SPECIAL PROVISION FOR
CURED-IN-PLACE PIPE (EASEMENT)
The work under this pay item shall be identical to the work under CURED-IN-PLACE PIPE. This pay item shall be
applied for lining of sewers in off-road areas or on private property where additional notice, coordination may be
required and operations may be delayed due to access issues. The Municipalities will work with the Contractor to
coordinate with residents and minimize disruption to private property while allowing the work to proceed.
Basis of Payment – Cured-In-Place Pipe (Easement)
Payment shall be made for the contract unit price per lineal foot for CURED IN PLACE PIPE (EASEMENT), of the
diameter specified, which price shall be in full for labor, material, testing and equipment required for complete and
operational existing sewer main rehabilitation.
79
15
SPECIAL PROVISION FOR REINSTATEMENT
OF SERVICE LATERALS
The reinstatement of service laterals shall include the costs of:
1. Site Preparation.
2. Protecting existing utilities, site objects and new work.
3. Contractor shall certify a minimum of two complete functional cutters plus key spare components are on the
job site before each installation.
4. Re-open branch connections without excavation, utilizing a remotely controlled cutting device,
monitored by a CCTV.
5. Branch (service) connections shall be re-established at a minimum of 95% of the flow capacity and shall
be wire brushed smooth, without damaging PVC services, to full diameter of openings.
6. If it is determined that the existing service is damaged by cutting of the liner, the Engineer will allow the use
of Performance Pipelining Tee-Liner process, or approved equal method, for service restoration. No
additional compensation will be provided for the required service repair work.
7. No additional payments will be made for excavations for the purpose of reopening connections and the
Contractor shall be responsible for all costs and liability associated with such excavation and restoration
work.
9. Cleanup.
10. Collect all reinstatement coupons at the next downstream manhole. All excess lining material is to be
removed from the sewer system.
11. Other appurtenant and incidental work.
12. General requirements of sections listed.
13. Traffic control and protection.
14. Unless otherwise directed by the Owner or his authorized representative, all active laterals will be reinstated.
The Owner reserves final authority to determine if laterals are active or abandoned, and to omit the
reinstatement of laterals determined to be abandoned.
Basis of Payment – Reinstatement of Service Laterals
Include cost of work listed herein in unit price each for REINSTATEMENT OF SERVICE LATERALS.
80
16
SPECIAL PROVISION FOR
PROTRUDING TAP REMOVAL
The protruding tap removal shall include the costs of:
1. Site Preparation.
2. Protecting existing utilities, site objects and new work.
3. Removal of protruding taps utilizing a remotely controlled cutting device.
4. CCTV record image of before and after tap removal.
5. Cleanup.
6. Other appurtenant and incidental work.
8. General requirements of sections listed.
9. Traffic control.
Basis of Payment – Protruding Tap Removal
Include cost of work listed herein in unit price each for PROTRUDING TAP REMOVAL.
81
17
SPECIAL PROVISION FOR
SEWER CLEANING – STANDARD GRADE
At locations indicated on the planning documents, or as otherwise specified by the OWNER standard grade cleaning
measures shall be used to clean sewers of the size indicated in preparation for televised inspection.
SEWER CLEANING CRITERIA: The CONTRACTOR shall provide all labor, materials, and equipment to clean the
sewers segments specified. Sewer cleaning is defined as the removal of all foreign materials from the pipe system so
as to restore the hydraulic capacity to within ninety-five percent of the theoretical carrying capacity. Generally this
performance will be considered to be achieved when all loose debris and deposits, and all tree roots exceeding four
inches (4") in length have been removed.
Sewer cleaning is considered as the activity common to the preparation required for the televised inspection. Such
cleaning involves the removal of all sludge, dirt, sand, rocks, grease, light root growth, and other solid and semi-solid
materials with such hydraulic or mechanically powered equipment as balls, scooters, brushes, cutters, and water
pressure jetting equipment. Sewer cleaning is classified as either standard grade or heavy grade. The use of
standard grade cleaning is expected to be applied to all sewer lengths identified under this project. Standard cleaning
shall be three (3) passes or less with the cleaning equipment. One pass is considered cleaning from the starting
manhole to the finishing manhole and back to the original starting position. However, in those areas where excessive
sediment and debris deposits or extensive root growth is found, which cannot be satisfactorily cleaned by standard
grade cleaning methods, then heavy grade cleaning will be applied to the extent authorized by the OWNER. The
OWNER must be consulted and work authorized prior to initiating any heavy grade cleaning operations.
If cleaning of an entire section of sewer cannot be successfully performed from one manhole set-up position, then the
equipment shall be reset on the next adjacent manhole and the cleaning again attempted. If the sewer section cannot
be satisfactorily cleaned, or the equipment again fails to traverse the problem section, it will be assumed that a major
blockage exists. In this instance the cleaning shall be suspended for the identified problem section until other
measures can be arranged. If during the televised inspection of the sewer, portions of the pipe section are found not
to have been satisfactorily cleaned, then said portions shall be re- cleaned to the satisfaction of the OWNER at no
additional cost to the OWNER. Exception is made for those sections where heavy cleaning is found to be required
following a light cleaning activity.
The CONTRACTOR shall, during cleaning operations, take precautions so as to not damage the manhole structures
or pipe sections. Damaged portions of the sewer system, if determined by the OWNER to be the result of careless
operations, shall be repaired at the expense of the CONTRACTOR. All identified unstable or unsound parts of the
sewer system shall be documented and brought to the attention of the OWNER.
The cleaning equipment to be used in this operation shall be based upon the specific conditions identified. The
equipment shall be capable of removing dirt, sand, grease, rocks, bricks, tree roots, and other deleterious materials
and obstructions commonly found in sewer pipe lines. The equipment shall be heavy-duty municipal or industrial
grade with a powered unit capable of cleaning in one section, up to 1,200 lineal feet of sewer from a single access
point. The jetter equipment shall have the capability of generating a hydraulic pressure in excess of 1,500 pounds per
square inch of pressure. The equipment shall be able to pull brushes, swabs, and other implements and shall also
have a distance meter so that the location of the cleaning tools can be determined at all times.
The CONTRACTOR is to remove and dispose of all waste material extracted during the sewer cleaning operation in a
proper waste disposal facility. The material developed during the cleaning operation shall be removed at the next
downstream manhole. Passing material over extended distances, from manhole section to manhole section, which
would cause service line blockages or otherwise deter the operation of the sewer system will not be permitted. The
CONTRACTOR shall note the approximate volume and type of materials removed from each cleaned section.
Measurement and Payment: Payment of SEWER CLEANING, STANDARD GRADE will not be made. This Work shall
be included in the contract unit price for CURED-IN-PLACE PIPE.
82
18
SPECIAL PROVISION FOR
HEAVY CLEANING
This item shall include all labor, material and equipment necessary to clean existing sanitary sewer mains where
marked by the Engineer and where sewer cleaning – standard grade is insufficient.
The existing sewer pipes shall be cleaned with hydraulically powered equipment, high velocity jet cleaners or
mechanically powered equipment. All internal debris shall be removed from the existing sewer pipe. The Contractor
shall intercept all debris from the pipe cleaning process at a point within the work zone so that no debris is allowed to
travel downstream through the sewer system. The Contractor shall properly remove and dispose of all waste material
extracted during the sewer cleaning operation in a proper waste disposal facility. No on-site disposal location shall
be provided by the Village.
As indicated by the pre-bid videotaping inspection, line obstructions necessitating root cutting equipment will be
required at various locations.
The Contractor shall, during cleaning operations, take precautions so as to not damage existing pipe sections.
Damaged portions of the system, if determined by the Engineer to be the result of careless operations, shall be
repaired at the expense of the Contractor and to the satisfaction of the Engineer.
This work will be measured in place and paid for at the contract unit price per foot for HEAVY CLEANING, of the
diameter specified, which shall include all labor, equipment, and materials as specified herein.
83
19
SPECIAL PROVISION FOR
TELEVISED INSPECTION, SEWERS (PROVISIONAL)
The Televised Inspection, Sewers (Provisional), shall follow the same criteria as the televised inspection for sewers
specification and is for pipe not scheduled for Cured-In-Place Pipe lining. This work is not part of the Cured-In-Place Pipe
and shall be paid for separately.
Measurement and Payment: This work will be measured and paid for at the contract unit price per FOOT for TELEVISED
INSPECTION, SEWERS (PROVISIONAL) to include all manpower, equipment and materials necessary to perform the
work.
84
20
SPECIAL PROVISION FOR
LINING EXISTING SANITARY MANHOLE
Description: The intent of this work is to rehabilitate existing brick, block or pre-cast manholes. A monolithic, fiber-
reinforced, structurally enhanced, cementitious-based liner material shall be spray applied to the wall and bench
surfaces of the manhole. This specification shall govern all labor, materials, and equipment necessary for sanitary
sewer manhole interior rehabilitation for the purpose of eliminating infiltration and inflow, repair of cracks and voids
and restoration of the structural integrity of the manhole as a result of the application of a cementitious liner to the
wall, ceiling and bench surfaces of concrete, brick or any other masonry construction material where shown on the
plans or instructed by the ENGINEER. Sanitary manhole rehabilitation shall include all labor, materials and
equipment to remove and replace manhole steps.
All Confined Space Entry requirements and procedures need to be in place during the completion of this work. The
procedures will be discussed at the pre-construction conference.
Submittals:
A. Safety Plan - The Contractor shall provide a safety plan and identify designated safety supervisory personnel
to the Engineer. The plan shall include confined space entry provisions and training, listing of personal
protective equipment, and a traffic control plan (if applicable).
B. Product Data - The Contractor shall submit the Manufacturer's product data, including physical properties,
surface preparation, repair, application, curing, and field quality control.
C. Manufacturer Qualifications - The Contractor shall submit list of a minimum of ten (10) manhole rehabilitation
projects completed during the past three (3) years.
D. Applicator Qualifications - The Contractor shall submit the qualifications of its Applicator(s) including:
1. A certification stating the Applicator is factory trained and approved by the Manufacturer in application
of the specified products; and
2. A list of recently completed manhole rehabilitation projects, including project name and location,
names of the Owner and Engineer, and a description of the products used, substrates encountered,
and application procedures followed.
Quality Assurance:
A. Material Qualifications - The Material used on this project shall have a minimum of ten (10) years history of
being used for rehabilitation of sanitary system manholes.
B. Applicator Qualifications - The Applicator shall be certified by the manufacturer and have a minimum of five (5)
years history of applying the approved material.
Delivery, Storage, and Handling:
A. Delivery - The Contractor shall have delivered the materials to the jobsite in the Manufacturer's original,
unopened containers and packaging, with labels clearly identifying product name and Manufacturer.
B. Storage - The Contractor shall store materials in accordance with the Manufacturer's instructions and keep
containers sealed until ready for use; and
Site Conditions:
A. Acceptable Temperatures - The Contractor shall not apply materials if ambient temperature is below forty
degrees Fahrenheit (40°F).
85
21
B. Freezing Conditions - The Contractor shall not apply materials to frozen surfaces or if freezing is expected
within substrate within twenty-four (24) hours after application.
C. Mix Temperatures - The Contractor shall keep mix temperature at time of application below ninety degrees
Fahrenheit (90° F).
D. Water Temperature - The Contractor shall not use water for mixing where water temperature exceeds eighty
degrees Fahrenheit (80° F).
Materials:
General: The Contractor shall use materials from a single Manufacturer; they shall be compatible with the substrate
and with each other.
A. Patching Material - a rapid-setting, fiber-reinforced, high-early-strength, corrosion-resistant, hand- mixed and
hand-applied, calcium aluminate based cementitious material. The material shall have the following
characteristics, including:
Cement: Calcium Aluminate Cement
Minimum Compressive Strength: ASTM Cl09- 1,400 PSI at 6 hours
Minimum Bond: ASTM C321-145 PSI at 28 days
Applied Density: 105 ± 5 pounds per cubic foot
Shrinkage: ASTM C596- 0% at 90% relative humidity
B. Infiltration Control Material - a rapid-setting, high-early-strength, hand-applied, cementitious material. The
material shall have the following characteristics, including:
Compressive Strength: ASTM C109 0 400 PSI at 1 hour; 1,800 PSI at 24 hours
Expansion: ASTM C827: .10%
Sulfate Resistance: ASTM C267: No weight loss after 15 cycles
Freeze/Thaw Resistance: ASTM: C666, Method A: 100 cycles
Pull Out Strength: ASTM C234: 14,000 pounds
C. Liner Material - a fiber-reinforced, spray-applied, cementitious mortar. The material shall have the following
characteristics:
Minimum Compressive Strength: ASTM C109: 9,000 PSI at 28 days
Minimum Tensile Strength: ASTM C496: 900 PSI at 28 days
Minimum Flexural Strength: ASTM C78: 1,400 PSI at 28 days
Shrinkage: ASTM C596: 0% at 28 days, 90% relative humidity
Minimum Bond: ASTM C952: 2,000 PSI at 28 days
Applied Density: 133 +/- 5 pounds per cubic foot
Freeze/Thaw Resistance: ASTM C666, Method A: 100 cycles, no visible damage
Factory Blended : Requires only water at the site
Minimum Cement Content: 50% of total bag weight
Dry Bulk Density: 74-76 pounds per cubic foot
Fiber Reinforcement: 1/2” to 5/8” alkaline-resistant fiberglass rods
D. Water - The Contractor shall use water that is clean and potable.
Surface Preparation:
A. Instructions - The Contractor shall prepare surfaces in accordance with the Manufacturer(s)’ instructions.
86
22
B. Protection - The Contractor shall place covers over all pipe inverts to prevent extraneous material from
entering the sewer lines.
C. Cleaning - The Contractor shall clean manhole walls and bench by using a minimum of fifteen hundred (1,500)
PSI water spray to remove contaminants, dirt, debris, and other foreign materials.
D. Removal of Materials - The Contractor shall remove loose, unsound, and protruding brick, mortar, and
concrete.
E. Voids - The Contractor shall repair and fill voids greater than 2 inches in depth with patching materials
specified in 2.02(B) above. The patching material shall be applied in accordance with the Manufacturer's
instructions.
F. Active Leaks - The Contractor shall take the following steps to stop active leaks in the manholes, including:
1. Stop active leaks with patching material or infiltration control material. Apply material in accordance
with the Manufacturer's instructions;
2. Install weep holes as required to localize infiltration during application of patching material or infiltration
control material;
3. Plug weep holes after application with infiltration control material before application of liner material;
4. Severe Infiltration: Drill as required to pressure grout using a chemical grout. Apply the grout in
accordance with Manufacturer's instructions.
Application of Liner Material:
A. Manufacturer's Recommendations - The Contractor shall apply liner material in accordance with
manufacturer's instructions.
B. Equipment - The Contractor shall spray apply liner material using approved equipment designed and
manufactured by the material Manufacturer for the specific application.
C. Mixing - In mixing water with the cementitious material to be applied, the Contractor shall:
1. Mix liner material with water in accordance with Manufacturer's instructions;
2. Discharge prepared mix into the hopper; and
3. Continue mixing as liner material is continuously sprayed.
D. Saturated Surface - The Contractor shall ensure that the surface is damp and totally saturated with water
without noticeable free water droplets or running water just before application of the liner material.
E. Spraying and Minimum Thickness - The Contractor shall spray apply the liner material in one (1) or more
passes from the bottom of the wall to the bottom of frame to form a structurally enhanced monolithic liner.
Minimum total thickness achieved shall be one half inch (1/2").
F. Finishing - The Contractor shall ensure a quality finish to the manhole or structure by following the following
steps:
1. Trowel the surface of sprayed liner material to a relatively smooth finish. Care should be taken to not
over trowel; and
2. A brush finish shall be applied to the trowel finished surface.
G. Time between Applications - The Contractor shall follow the Manufacturer's instructions whenever more than
twenty-four (24) hours have elapsed between applications of the cementitious material.
H. Application to Bench - When applying cementitious material to the bench area of the manhole, the Contractor
shall:
87
23
1. Remove wood covers;
2. Spray the bench with liner material mixed in accordance with the Manufacturer's instructions;
3. Spray-apply the liner material to produce a gradual slope from the walls to the invert(s) to form a
structurally enhanced monolithic liner. A minimum thickness at the invert of one half inch (1/2") shall be
achieved; and
4. Round the full circumference of the intersection of the wall and the bench to a uniform radius.
Curing:
A. Manufacturer's Instructions - The Contactor shall cure the materials applied in accordance with the
Manufacturer's instructions.
B. Exposure - The Contactor shall take the following precautions regarding exposure of the cementitious material
to the elements, including:
1. Minimize exposure of the applied materials to sunlight and air movement;
2. Cover the structure if time between applications of additional coats is to be longer than fifteen (15)
minutes;
3. Shade the manhole while rehabilitation is in process in hot and arid climates.
C. Cure Time - The Contactor shall allow a minimum of eight (8) hours cure time before subjecting manholes to
flows.
Field Quality Control:
A. Compressive Strength Test- The Contactor shall perform a compressive strength test in accordance with the
following:
1. Cast four (4) two inch (2") cubes each day or from each pallet of material;
2. Label, package, and mail the cubes to the Manufacturer of the material; and
3. Have the Manufacturer test all cubes for compressive strength in accordance with ASTM C 109 and
submit the test results to the Contractor and the Engineer.
B. Leaks - The Contactor shall visually verify absence of leaks after application of the materials.
Steps Removal and Replacement: All existing steps must be removed before the protective coating is
installed. Once the manhole coating has cured per manufacturers specifications, the polypropylene steps can
be driven into two 1" diameter parallel preformed or drilled holes, 10", 12", or 13" on center, 3 1/2" deep. All
polypropylene steps meet the requirements of ASTM C-478 and AASHTO M-199. The polypropylene
conforms to ASTM D-4101. The 1/2" Grade 60 deformed reinforcing bar meets ASTM A-615.
Replacement of any missing steps shall be included in the cost for LINING EXISTING SANITARY MANHOLE.
Restoration: It shall be the responsibility of the CONTRACTOR to restore all landscaping and/or sodding to
existing conditions that were damaged during adjustment of sanitary manhole rehabilitation. Sod must be
placed per Section 252 of the Standard Specifications. Restoration shall not be paid separately, but shall be
included in the unit price for LINING EXISTING SANITARY MANHOLE.
Basis for Payment: Measurement basis for payment for LINING EXISTING SANITARY MANHOLE shall be
vertical feet of manhole interior surface lined at 0.5 inch minimum thickness. All manhole preparation, liner
application, curing, cleaning and step replacement shall be considered incidental to the unit price bid per
vertical foot of manhole interior lining. Inverts and bench lining will be considered incidental and not be
measured for payment. No measurement will be made for payment for manhole structural repairs. All costs
for manhole structural repairs must be included in price per vertical feet of manhole lining.
88
Department of Public Works
Troy Strange, P.E., Director of Public Works
1415 Industrial Drive
McHenry, Illinois 60050
Phone: (815) 363‐2186
Fax: (815) 363‐2214
www.cityofmchenry.org
The City of McHenry is dedicated to providing the citizens, businesses and visitors of McHenry with the highest
quality of programs and services in a customer‐oriented, efficient and fiscally responsible manner.
CONSENT AGENDA SUPPLEMENT
DATE: May 17, 2021
TO: Mayor and City Council
FROM: Troy Strange, P.E., Director of Public Works
RE: 2021 Thermoplastic Pavement Marking Program
ATT: City of McHenry Itemized Bid Tabulation
McHenry County Municipal Partnering Initiative (MCMPI) Bid Tabulation
Contract For Execution
______________________________________________________________________________
AGENDA ITEM SUMMARY:
Staff requests City Council to consider awarding a contract to Precision Pavement Markings, Inc. for the
2021 City of McHenry thermoplastic pavement marking program.
BACKGROUND:
Due to recent operation reforms, the Public Works Department is budgeting for renewal of thermoplastic
pavement marking crosswalks and stop bars in all City neighborhoods on a five‐year schedule. This work
is funded out of the Street Division Operating Budget on a contractual basis. The City of McHenry
partnered with McHenry County and several local municipal agencies to issue a joint bid request. McHenry
County facilitated the bid specifications and solicitation. Bids were opened on April 8, 2021.
ANALYSIS:
Sealed bids for the 2021 Thermoplastic Pavement Markings were received on April 8, 2021. The City of
McHenry Tabulation based upon quantities awarded under this contract yields the following results:
Countryman, Inc. $29,987.73
Precision Pavement Markings, Inc. $21,232.83
Superior Road Striping, Inc. $22,146.88
Maintenance Coatings Company $21,232.83
Due to a tie result for low bidder for this contract, staff is recommending awarding the contract to
Precision Pavement Markings, Inc. who was the overall low bidder on the joint bid.
89
RECOMMENDATION:
Therefore, if Council concurs, it is recommended to approve the bid award for the 2021 Thermoplastic
Pavement Markings contract to Precision Pavement Markings in an amount of $21,232.83 (actual
amount may vary based on final measured quantities). This project will be funded through the Street
Division Contractual Account (100‐33‐5110).
90
Tabulation of BidsDate:Item Quantity Unit Price Total Unit Price Total Unit Price Total Unit Price TotalTHPL PVT MKG LINE 4 1717 $ 0.60 $ 1,030.20 $ 0.50 $ 858.50 $ 0.55 $ 944.35 $ 0.50 $ 858.50THPL PVT MKG LINE 6 6564 $ 1.20 $ 7,876.80 $ 0.75 $ 4,923.00 $ 0.75 $ 4,923.00 $ 0.75 $ 4,923.00THPL PVT MKG LINE 8 0 $ 1.80 $ 0.00 $ 1.00 $ 0.00 $ 1.00 $ 0.00 $ 1.35 $ 0.00THPL PVT MKG LINE 12 3452 $ 2.40 $ 8,284.80 $ 1.50 $ 5,178.00 $ 1.50 $ 5,178.00 $ 1.50 $ 5,178.00THPL PVT MKG LINE 24 1419 $ 4.20 $ 5,959.80 $ 3.75 $ 5,321.25 $ 4.00 $ 5,676.00 $ 3.75 $ 5,321.25THPL PVT MKG LTR & SYL 604 $ 4.20 $ 2,536.80 $ 3.75 $ 2,265.00 $ 4.00 $ 2,416.00 $ 3.75 $ 2,265.00PAVEMENT MARKING REMOVAL 10748 $ 0.40 $ 4,299.33 $ 0.25 $ 2,687.08 $ 0.28 $ 3,009.53 $ 0.25 $ 2,687.081222 Buchanan Street 1220 Bell Court 1980 N. Hawthorne Ave.2021 Thermoplastic Pavement Markings City of McHenry Bid TabulationUnitFOOTFOOTFOOTFOOT4/8/2021Countryman, Inc. Precision Pavement Markings, Inc.Superior Road Striping, Inc.Maintenance Coatings Company543 Woodbury StreetPingree Grove, IL 60140 Melrose Park, IL 60160 South Elgin, IL 60177Rockford, IL 6110121,232.83 22,146.88 21,232.83Total Bid:29,987.73FOOTSQ FTSQ FT91
Item Engineer's Estimate
No.Items Unit Quantity Unit Price Total Price Unit Price Total Price Unit Price Total Price
Thermo Pvt Mkgs-Line 4"ft 145,282 $0.55 $79,905.10 $0.60 $87,169.20 $0.50 $72,641.00
Thermo Pvt Mkgs-Line 6"ft 24,410 $0.90 $21,969.00 $1.20 $29,292.00 $0.75 $18,307.50
Thermo Pvt Mkgs-Line 8"ft 2,030 $1.10 $2,233.00 $1.80 $3,654.00 $1.00 $2,030.00
Thermo Pvt Mkgs-Line 12"ft 13,332 $1.55 $20,664.60 $2.40 $31,996.80 $1.50 $19,998.00
Thermo Pvt Mkgs-Line 24"ft 4,448 $4.00 $17,792.00 $4.20 $18,681.60 $3.75 $16,680.00
Thermo Pvt Mkgs-Letters & Symbols sq ft 9,129.0 $4.00 $36,516.00 $4.20 $38,341.80 $3.75 $34,233.75
Pvt Mkg-Removal sq ft 60,844.0 $0.45 $27,379.80 $0.40 $24,337.60 $0.25 $15,211.00
TOTAL $206,459.50 $233,473.00 $179,101.25
Low Bid
Item Engineer's Estimate
No.Items Unit Quantity Unit Price Total Price Unit Price Total Price Unit Price Total Price
Thermo Pvt Mkgs-Line 4"ft 145,282 $0.55 $79,905.10 $0.55 $79,905.10 $0.50 $72,641.00
Thermo Pvt Mkgs-Line 6"ft 24,410 $0.90 $21,969.00 $0.75 $18,307.50 $0.75 $18,307.50
Thermo Pvt Mkgs-Line 8"ft 2,030 $1.10 $2,233.00 $1.00 $2,030.00 $1.35 $2,740.50
Thermo Pvt Mkgs-Line 12"ft 13,332 $1.55 $20,664.60 $1.50 $19,998.00 $1.50 $19,998.00
Thermo Pvt Mkgs-Line 24"ft 4,448 $4.00 $17,792.00 $4.00 $17,792.00 $3.75 $16,680.00
Thermo Pvt Mkgs-Letters & Symbols sq ft 9,129.0 $4.00 $36,516.00 $4.00 $36,516.00 $3.75 $34,233.75
Pvt Mkg-Removal sq ft 60,844.0 $0.45 $27,379.80 $0.28 $17,036.32 $0.25 $15,211.00
TOTAL $206,459.50 $191,584.92 $179,811.75
Bidders
Countryman, Inc. 1222 Buchanan St Rockford, IL 61101
Precision Pavement Markings, Inc. 1220 Bell Court Pingree Grove, IL 60140
Superior Road Striping, Inc. 1980 N. Hawthorne Ave Melrose Park, IL 60160
Maintenance Coatings Company 543 Woodbury Street South Elgin, IL 60177
McHenry County Division of Transportation
Bid Tabulation
21-00000-05-GM
Thermoplastic Pavement Markings: Group 1 - Thermoplastic Pavement Markings
4/08/2021 @ 10:00 AM
Superior Road Striping, Inc.Maintenance Coatings Company
Countryman, Inc.Precision Pavement Markings, Inc.
McHenry County Division of Transportation
Page 1 of 3
4/8/2021 Thermoplastic Pvt Markings Bid Tab 2021.xls92
.
Item Engineer's Estimate
No.Items Unit Quantity Unit Price Total Price Unit Price Total Price Unit Price Total Price
Hot Spray Thermplastic Pvt Mkg - Line
4"ft 160,626 $0.22 $35,337.72 $0.22 $35,337.72
Hot Spray Thermplastic Pvt Mkg - Line
6"ft 5,359 $0.35 $1,875.65 $0.35 $1,875.65
TOTAL $37,213.37 $37,213.37
Item Engineer's Estimate
No.Items Unit Quantity Unit Price Total Price Unit Price Total Price Unit Price Total Price
Hot Spray Thermplastic Pvt Mkg - Line
4"ft 160,626 $0.22 $35,337.72 $0.25 $40,156.50 $0.20 $32,125.20
Hot Spray Thermplastic Pvt Mkg - Line
6"ft 5,359 $0.35 $1,875.65 $0.50 $2,679.50 $0.30 $1,607.70
TOTAL $37,213.37 $42,836.00 $33,732.90
Low Bid
Bidders
Countryman, Inc. 1222 Buchanan St Rockford, IL 61101
Precision Pavement Markings, Inc. 1220 Bell Court Pingree Grove, IL 60140
Superior Road Striping, Inc. 1980 N. Hawthorne Ave Melrose Park, IL 60160
Maintenance Coatings Company 543 Woodbury Street South Elgin, IL 60177
Superior Road Striping, Inc.Maintenance Coatings Company
Countryman, Inc.Precision Pavement Markings, Inc.
McHenry County Division of Transportation
Bid Tabulation
21-00000-05-GM
Thermoplastic Pavement Markings: Group 2 - Hot Spray Thermoplastic Pavement Markings
4/08/2021 @ 10:00 AM
McHenry County Division of Transportation
Page 2 of 3
4/8/2021 Thermoplastic Pvt Markings Bid Tab 2021.xls93
Item Engineer's Estimate
No.Items Unit Quantity Unit Price Total Price Unit Price Total Price Unit Price Total Price
Modified Urethane Pvt Mkgs - Line 4"ft 1,414 $1.00 $1,414.00 $1.50 $2,121.00
Modified Urethane Pvt Mkgs - Line 6"ft 1,728 $1.50 $2,592.00 $2.25 $3,888.00
Modified Urethane Pvt Mkgs - Line 8"ft 180 $2.00 $360.00 $3.00 $540.00
Modified Urethane Pvt Mkgs - Line 12"ft 288 $2.50 $720.00 $4.50 $1,296.00
Modified Urethane Pvt Mkgs - Line 24"ft 303 $6.00 $1,818.00 $9.00 $2,727.00
Modified Urethane Pvt Mkgs - Ltrs &
Sym sq ft 176.8 $6.00 $1,060.80 $9.00 $1,591.20
TOTAL $7,964.80 $12,163.20
Item Engineer's Estimate
No.Items Unit Quantity Unit Price Total Price Unit Price Total Price Unit Price Total Price
Modified Urethane Pvt Mkgs - Line 4"ft 1,414 $1.00 $1,414.00 $2.00 $2,828.00 $0.75 $1,060.50
Modified Urethane Pvt Mkgs - Line 6"ft 1,728 $1.50 $2,592.00 $4.00 $6,912.00 $1.25 $2,160.00
Modified Urethane Pvt Mkgs - Line 8"ft 180 $2.00 $360.00 $5.00 $900.00 $1.45 $261.00
Modified Urethane Pvt Mkgs - Line 12"ft 288 $2.50 $720.00 $7.00 $2,016.00 $2.50 $720.00
Modified Urethane Pvt Mkgs - Line 24"ft 303 $6.00 $1,818.00 $11.50 $3,484.50 $5.00 $1,515.00Modified Urethane Pvt Mkgs - Ltrs &
Sym sq ft 176.8 $6.00 $1,060.80 $8.00 $1,414.40 $5.00 $884.00
TOTAL $7,964.80 $17,554.90 $6,600.50
Low Bid
Bidders
Countryman, Inc. 1222 Buchanan St Rockford, IL 61101
Precision Pavement Markings, Inc. 1220 Bell Court Pingree Grove, IL 60140
Superior Road Striping, Inc. 1980 N. Hawthorne Ave Melrose Park, IL 60160
Maintenance Coatings Company 543 Woodbury Street South Elgin, IL 60177
Superior Road Striping, Inc.Maintenance Coatings Company
McHenry County Division of Transportation
Bid Tabulation
21-00000-05-GM
Thermoplastic Pavement Markings: Group 3 - Urethane Pavement Markings
4/08/2021 @ 10:00 AM
Countryman, Inc.Precision Pavement Markings
McHenry County Division of Transportation
Page 3 of 3
4/8/2021 Thermoplastic Pvt Markings Bid Tab 2021.xls94
1
CITY OF MCHENRY PURCHASE ORDER - CONSTRUCTION (Small Projects)
Date: May 17, 2021 Purchase Order No.___________________________________________
Project:
2021 City of McHenry Thermoplastic Pavement Markings Location:
Various City Streets
Owner Contractor/Vendor Architect/Engineer
City of McHenry
333 South Green Street
McHenry, Illinois 60050
Phone: (815) 363-2100
Fax: (815) 363-2119
Contact: Derik Morefield,
City Administrator
Precision Pavement Markings
1220 Bell Court
Pingree Grove, IL 60140
Phone: 847-931-9092
Email: terry@precisionpavement.com
Contact: Terry Wilson
Phone:
Fax:
Contact:
COST OF WORK
The Contract Price of the Work under this Purchase Order is $21,232.83.
SCOPE OF WORK: Furnish the Work/items described below in accordance with the following plans and specifications:
Q General Contract, dated _________, 20__ Q Specification No(s): ___________________, dated ______, 20__
Q Plans dated : Q Addendum No(s): ______________________________________
Q Other: Contract Special Provisions Attached
The following prices shall remain in effect for the duration of project:
QUANTITY
UNIT OF
MEASURE DESCRIPTION/ITEMS UNIT PRICE EXTENSION
1717
6564
0
3452
1419
604
10748
FOOT
FOOT
FOOT
FOOT
FOOT
SQ FT
SQ FT
THPL PVT MKG LINE 4
THPL PVT MKG LINE 6
THPL PVT MKG LINE 8
THPL PVT MKG LINE 12
THPL PVT MKG LINE 24
THPL PVT MKG LTR & SYL
PAVEMENT MARKING REMOVAL
$0.50
$0.75
$1.00
$1.50
$3.75
$3.75
$0.25
$858.50
$4,923.00
$0.00
$5,178.00
$5,321.25
$2,265.00
$2,687.08
TOTAL $21,232.83
NOTES:
1)________________________________________________________________________________________________________________
2)________________________________________________________________________________________________________________
WARRANTIES and INDEMNIFICATION
Contractor/Vendor agrees to provide the following warranties for the Work: (a) all workmanship to be warrante d for a period of one (l)
year - manufacturer warrants material; and (b) all other warranties contained elsewhere in the Contract Documents or Supplemental
Conditions hereto. Further, CONTRACTOR/VENDOR SHALL FULLY INDEMNIFY AND SAVE THE CITY OF MCHENRY
HARMLESS FROM ALL CLAIMS, LIENS, FEES, AND CHARGES, AND THE PAYMENT OF ANY OBLIGATIONS
ARISING THEREUNDER, pursuant to the provisions in the Supplemental Con ditions hereto.
CONTRACT TIMES
Contractor/Vendor agrees to commence Work within forty-eight (48) hours of receipt of the Owner’s Notice to Proceed, and to
complete the Work no later than twenty-eight (28) days after commencing the Work. Time is of the essence.
THE TERMS OF THIS PURCHASE ORDER AND THE ATTACHED SUPPLEMENTAL CONDITIONS ARE THE
ENTIRE AGREEMENT BETWEEN THE CITY/OWNER AND VENDOR. No payment will be issued unless a copy of this
Purchase Order is signed, and dated and returned to the Owner. M aterial certifications/test reports required. All domestic
material, unless otherwise specified. Purchase exempt from sales and/or use taxes.
95
2
ACCEPTANCE OF PURCHASE ORDER
The parties, for themselves, their heirs, executors, administrators, successors and assigns, do hereby agree to the full
performance of all terms and provisions here in contained. IN WITNESS WHEREOF, the parties hereto have executed this
Purchase Order the day and year written below.
CONTRACTOR/VENDOR: PURCHASER:
City of McHenry
By: ________________________________________________ Title:
Representative of Vendor authorized to
execute Purchase Order Dated: _______________________________________________
SUPPLEMENTAL CONDITIONS
1.Acceptance of Purchase Order: The Purchase Order is an offer to contract, buy or rent and not an acceptance of an offer to
contract, sell or rent. Acceptance of this Purchase Order is expressly limited to the terms hereof, and in the event that
Contractor/Vendor’s acknowledgment or other response hereto states terms additional to or different from those set fort h herein, this
Purchase Order shall be deemed a notice of objection to such additional or different terms and rejection thereof. This Purcha se Order
may be accepted by the commencement of any Work hereunder or the delivery of any goods herein ordered, and, in any event, shall be
deemed accepted in its entirety by Contractor/Vendor unless Owner is notified to the contrary within ten (10) days from its d ate of
issue.
2.Amendment, Modification or Substitution: This Purchase Order contains the entire agreement between the parties. Any
modification or rescission thereof must be in writing and signed by Owner. No proposals or prior dealings of the parties or trade
custom not embodied herein shall alter the interpretation or enforcement of this Purchase Order .
3.Familiarity With Plans; Qualifications: Contractor/Vendor acknowledges that it (a) has examined the site of the proposed Work
and is familiar with the conditions surrounding same; and (b) has examined the plans and drawings, and has studied and is aware of,
and satisfied with, the requirements of the Contract Documents. Contractor/Vendor represents to Owner that it is fully exper ienced
and properly qualified as an expert to perform the class of work provided for herein, and that it is properly equi pped, organized and
financed to handle such work. Contractor/Vendor shall finance its own operations hereunder, shall operate as an independent
contractor and not as the agent of Owner, and shall hold Owner free and harmless from all liability, costs and c harges by reason of any
act or representations of Contractor/Vendor, its agents or employees.
4.Workmanship; Safety: All Work shall be performed by Contractor/Vendor in a neat, skillful and workmanlike manner, and all
materials furnished by Contractor/Vendor shall be new and of the best description and quality of their respective kinds, unless
otherwise specified and ordered by Owner in writing. All Work and/or mater ials shall be subject to the inspection and approval of the
Owner, its engineers and representatives. Contractor/Vendor is responsible for its own and its employees’ activities on the jobsite,
including but not limited to, the methods of work performance, superintendence, sequencing of work, and safety in, on or about the
jobsite area in which it is performing the Work under this Purchase Order. Owner and Contractor/Vendor shall not require any laborer
or mechanic employed in performance of this Purchase Order to work in surroundings or under working conditions which are
unsanitary, hazardous or dangerous to his health or safety, as determined under applicable federal and Illinois construction safety and
health standards
5.Extra’s and Change Orders: No claim by Contractor/Vendor that any instructions, by drawing or otherwise, constitute a change
in Contractor/Vendor’s performance hereunder, for which Contractor/Vendor should be paid additional compensation shall be val id,
unless prior to commencing such allegedly extra or changed performance, Contractor/Vendor shall have received a written supplement
to this Purchase Order authorizing such performance signed on behalf of Owner by a person have actual authority to do so. No claim
for additional compensation on the basis that Contractor/Vendor has incurred any expense by reason of any act or failure to act or
Owner or its contractor, subcontractor, materialmen or any other party shall be valid unless made in writing within 30 days o f the
alleged act or failure to act and approved by Owner, provided, however, that if the Contractor/Vendor shoul d be delayed in furnishing
the articles, items, equipment or materials (hereinafter sometimes referred to as “goods”) or services or Work (hereinafter s ometimes
referred to as “Work”) ordered herein, by the omission, neglect or default of Owner, its agents or employees, Contractor/Vendor shall
be entitled to no additional compensation or damages for such delay, and shall be entitled only to an extension of time for a period
equal to the time lost as a result of the aforesaid causes, determined by Owner. Any charges for extra not so authorized will not be
paid.
96
3
6.Inspection and Acceptance: Owner shall have the right at all reasonable times to inspect and test all goods , materials or Work
furnished by Contractor/Vendor and all Work performed or furnished by Contractor/Vendor. Notwithstanding any prior inspection,
the passage of title or any prior payment, all goods, material and Work furnished thereunder are subject to f inal inspection and
acceptance by Owner at its job site. If, after inspection, Owner re jects any goods furnish by Contractor/Vendor thereunder, Owner
may, at its election, return those goods to Contractor/Vendor at Contractor/Vendor’s expense, including th e cost of any inspection and
testing thereof. If Contractor/Vendor fails to proceed pro mptly with the correction or replacement of any rejected goods or Work,
Owner may replace or correct such items or Work by purchase or manufacture and charge the cost in curred thereby to
Contractor/Vendor or terminate this Purchase Order for default in acc ordance with paragraph 12 herein. By inspecting and not
rejecting any goods and Work furnished thereunder, Owner shall not be precluded thereby from subsequently revokin g its acceptance
thereof it the goods or Work are later discovered to be nonconforming with this Purchase Order or the specifications and drawings
applicable hereto, even if the defect does not substantially impair value to Owner.
7.Taxes, Delivery, Risk of Loss: Unless indicated to the contrary on the face hereof, it shall be the respon sibility of
Contractor/Vendor to arrange for and complete delivery of all goods or materials. If the goods or materials furnished thereu nder are
equipment, Contractor/Vendor shall give Owner two (2) working days’ advance notice of delivery. All goods or materials furnished
by Contractor/Vendor should be shipped in the manner and at the times indicated on the face hereof at the expense of
Contractor/Vendor, it being understood that the risk of loss with respect to such goods is with Contractor/Vendor unti l such goods
come into the actual possession of Owner, regardless of the mode of delivery or earlier passage of title. This project is ta x exempt.
The Owner’s tax-exempt number is E_______________________________.
8.Payment: Owner will make partial payments to the Contractor/Vendor from time to time for the Work performed and the materials
furnished by the Contractor/Vendor. Provided, however, in no event shall Owne r be obligated to pay Contractor/Vendor any sum that
exceeds the Contract Price absent a written change order executed by Owner.
8.1 Prior to issuance of any payments by the Owner to the Contractor/Vendor, the Contractor/Vendor shall furnish to the
Owner (in a form suitable to the Owner) an application for the payment then due, together wit h receipts, waivers of claim and other
evidence showing the Contractor/Vendor’s payments for materials, labor and other expense incurred in the Contractor/Vendor’s Work
hereunder. The Owner will, at all times, be entitled to retain ten percent (10%) of all monies due and owing to the Contractor/Vendor
as a part security for the faithful performance of this Agreement. This ten percent (10%) so withheld will not be paid to the
Contractor/Vendor until the Owner has issued to the Contractor/Vendor a final acce ptance of the Project.
8.2 Owner may withhold the whole or any part of any payment due to the Contractor/Vendor to the extent necessary to
protect and indemnify the Owner from loss on account of (a) defective Work not remedied; (b) claims filed or reasona ble evidence
indicating probable filing of claims; (c) failure of the Contractor/Vendor to make payments promptly for material or labor; o r (d)
Contractor/Vendor’s failure to furnish Owner with all written warranties and operational manuals for the Work.
8.3 Contractor/Vendor hereby authorizes the OWNER (1) to deduct from any amount due or becoming due the
Contractor/Vendor under this Agreement for all amounts owing fro m the Contractor/Vendor to (a) the Owner for back-charges or
services furnished for the account of the Contractor/Vendor; (b) the Owner for damages sustained whether through negligence of the
Contractor/Vendor or through failure of the Contractor/Vendor to act as may be otherwise detailed herein; (c) materialmen; (d)
subcontractors; (e) laborers; and (f) others for services and materials furnished to the Contractor/Vendor for the Work performed
under this Agreement, and (2) to apply the amount so deducted to the payment of said materials, services, damages or back -charges
applying such monies so available in the order hereinbefore set forth.
8.4 Owner, without invalidating this Agreement, may make changes by altering, adding to or deducting from the Work to be
performed. The value of any such changes will be determined as follows: (a) by the unit prices named in this Agreement, if any; or (b)
by agreement in writing between the Owner and the Contractor/Vendor as to the value of the time and materials for th e changes in the
Work. In any event, the Contractor/Vendor will keep and present, in a ny form as the Owner may direct, a correct account of the net
cost of any extra labor and materials, together with vouchers referring to the same.
8.5 Notwithstanding the payment in full for the Work hereunder, the Contractor/Vendor will be liable to repa ir or replace any
imperfect workmanship or other faults; and if the Contractor/Vendor fails to repair or replace the imperfect workmanship or o ther
faults, the Owner may do the Work and recover from the Contractor/Vendor the cost and expense thereof. No p ayment on account
will be construed or considered as an approval of the Work for which payment is made.
9.Contractor/Vendor Warranty: Contractor/Vendor warrants in addition to all warranties which are imposed or implied by law or
equity that all materials and Work furnished thereunder (a) shall confirm to any specifications and drawings applicable to this
Purchase Order; (b) shall be merchantable and of good quality an d workmanship; (c) shall be fit for the purpose intended as well as
the propose for which such goods, materials or Work are generally used; and (d) except for rented equipment, shall be free from
defects for a period of one (1) year, or such longer period as is specified in the Scope of Work or Contract Documents, from the date
such Work is performed or such materials are utilized or installed, and if installed as part of a structure or utilized equipment, for one
(1) year or such longer period as is specif ied in the Contract Documents, from the date any such goods, materials or Work hereunde r is
accepted in writing by Owner. Contractor/Vendor expressly agrees that the statute of limitations with respect to Contractor/Vendor’s
warranties shall begin to run on the date of acceptance by Owner.
97
4
10.Insurance and Bonds: Contractor/Vendor shall at all times maintain business automobile, commercial liability and workers
compensation insurance covering its work and all obligations under this Purchase Order, and shall name the Owner as an additional
insured on its commercial liability insurance policies for Contractor/Vendor operations under this Purchase Order. Liability insurance
limits shall be in an amount sufficient to protect the Owner’s interests as they may appear herein, but in no event less than
$1,000,000.00 per occurrence. Contractor/Vendor shall furnish and pay for surety bonds and with surety or sureties satisfactory to
Owner, guaranteeing the full performance of all of the conditions and terms her eof and guaranteeing that Contractor/Vendor shall
promptly pay for all labor, materials, supplies, tools, equipment and other charges or costs of Contractor/Vendor in connection with
the Work. Such performance and payment bond shall be in an amount determ ined by Owner.
11.Indemnity: The Parties hereby agree to indemnify, and hold each other, their respective direct and indirect parents and
subsidiaries, project manager, any of their affiliated entities, successors and assigns and any current or future d irector, officer,
employee, partner, member or agent of any of them (the “Indemnitees”) harmless from any and all claims , demands, liability, loss,
damage, fines, penalties, attorney’s fees and litigation expenses (collectively “Loss”) arising out of inju ry to, including the death of,
persons and/or damage to property, to the extent caused by the negligent acts or omissions of the party providing such indemnification.
Further:
11.1 Contractor/Vendor acknowledges that any such items or Work furnished here under may include in whole or in part with
or without modification or improvements in equipment, machinery or items constructed by Owner, and that should such item or Work
prove defective such charges claimed by Owner shall include consequential damages, p enalties, taxes or assessments (including
punitive damages), including counsel fees and the costs of defense, which may be imposed or incurred under any federal, state or local
low, ordinance or regulation upon or with respect to (a) the payment of compens ation to any individual employed by
Contractor/Vendor; (b) any discrimination against any individual employed by Contractor/Vendor on the basis of race, color, religion,
sex, national origin or physical or mental handicap; (c) the protection of purchasers and users of consumer products; or (d)
occupational safety and health.
11.2 In any and all claims against Owner or any of its agents or employees, by any employee of Contractor/Vendor, the
indemnification obligation under this paragraph shall not be limi ted by any limitation on the amount or type of damages,
compensation or benefits payable by or for Contractor/Vendor under workers compensation acts, disability benefits acts or employee
benefit acts, or other applicable law. Contractor/Vendor assumes the entire liability for its own negligence, and as part of this
Agreement waives all defenses available to Contractor/Vendor as an employer which limit the amount of Contractor/Vendor’s liability
to Owner to the amount of Contractor/Vendor’s liability under any workers compensation, disability benefits or employee benefit acts.
12.Patents: Contractor/Vendor warrants that (a) goods furnished thereunder, and the sale and use thereof, shall not infringe any valid
United States patent or trademark; and (b) Contractor/Vendor shall indemnify Owner for its costs to defend any suit instituted agains t
Owner, its agents or customers, charging infringement of any United States patent or trademark by virtue of the possession, u se or sale
of any goods furnished thereund er is enjoined because of patent infringement. Contractor/Vendor within a reasonable a mount of time
shall at Contractor/Vendor’s expense procure for Owner its agents or customer, the right to continue using such goods with no n-
infringing goods or modify such goods so that they become non-infringing or remove such goods and refund to Owner a ny sums paid
therefore, including transportation and installation charges.
13.Cancellation: Time of delivery of this Purchase Order is of the essence and Owner may, b y written notice of default to
Contractor/Vendor, cancel the whole or any part of this Purchase Order (a) if Contractor/Vendor fails to make delivery of the goods or
perform the services within the time specified herein or any extensions thereof; or (b) if Contractor/Vendor fails to perform or so fails
to make progress as to endanger perform ance thereunder, and in either circumstance does not cure such failure within a period of two
(2) days after receipt of notice from Owner specifying such failure. Owner , by written notice to Contractor/Vendor, may cancel the
whole or any part of this Purchase Order when it is in the best interest of Owner or when Owner has been notified of modification of
the specifications pertaining thereto. If this Purchase Order is so canceled, the Contractor/Vendor shall be compensated as follows: (a)
for materials delivered and services performed, the reasonable value as part of the Contract Price; (b) for materials not identified to
this Purchase Order and service not performed, no compensation; and (c) for Contractor/Vendor’s lost profits or incidental or
consequential loss, no compensation.
14.Remedies: Contractor/Vendor shall, for the duration of its warranties under paragraph 9 herein, at the discretion of Owner and at
the expense of Contractor/Vendor, replace, repair and insure any and all faulty or imperfect goods, materials or Work furnished or
performed by Contractor/Vendor thereunder. In the event Contractor/Vendor fails to do so, Owner may furnish or perform the sa me,
and may recover from Contractor/Vendor the cost and expense directly or indirectly result ing there from, including all consequential
damages but not limited to the cost or expense of inspection, testing, removal, replacement, re -installation, destruction of other
materials resulting there from, any increased cost or expense to Owner in its per formance under contracts with others, and reasonable
attorneys fees incurred by the Owner in connection with Vendor’s default and Owner’s enforcement of its rights under this Purchase
Order. The foregoing remedies shall be available in addition to all oth er remedies available to Owner in equity or at law including the
Uniform Commercial Code.
98
5
15.Compliance With Laws: During the performance hereunder, Contractor/Vend or agrees to give all notices and comply with all
Laws and Regulations of the United States and/or the State of Illinois applicable to the performance of the Work, including but not
limited to those Laws and Regulations regarding the payment of prevailing wages, non-discrimination laws, employment of Illinois
workers, labor, wage and collective bargaining. Except where otherwise expressly required by applicable Laws and Regulations,
Owner shall not be responsible for monitoring Contractor/Vendor’s complian ce with any Laws or Regulations.
16.Notices: All notices, demands, requests or other communications which may be or are required to be given, served, or sent by
any party to any other party pursuant to this Purchase Order shall be in writing and shall be hand delivered, or sent by courier, or via
facsimile with confirmation to the addresses shown on the Purchase Order.
17.Records, Reports and Information: Contractor/Vendor agrees to furnish Owner with reports and information regarding the
Work performed under this Purchase Order, at such times as Owner may reasonably request, making f ull disclosure of efforts made by
Contractor/Vendor and the results thereof. Contractor/Vendor agrees to maintain records, documents, and other evidence which will
accurately show the time spent and Work performed under this Purchase Order for a minimum p eriod of five (5) years after
completion of the Work, and such records shall be subject to audit by the Owner upon reasonable advance notice to
Contractor/Vendor on a mutually agreed date and time.
18.Assignment: Contractor/Vendor shall not assign this Purchase Order without written consent of Owner. Owner may unilaterally
assign its rights under this Purchase Order upon reasonable notice to Contractor/Vendor.
19.Waiver: Either party’s failure to insist in any one or more instances, upon the stric t performance of any provision hereof or to
exercise any right hereunder shall not be deemed to be a waiver or relinquishment of the future performance of any such provi sion or
the future exercise of such right, but the obligation of Contractor/Vendor and Owner with respect to such future performance shall
continue in full force and effect.
20.Controlling Law, Severability: The validly of this Purchase Order or any of its provisions and the sufficiency of any
performance thereunder shall be determined un der the laws of Illinois. Venue shall be in McHenry County, Illinois. The Owner is
entitled to recover its reasonable attorneys’ fees incurred in enforcing the terms o f this Purchase Order. If any provision or
requirement of this Purchase Order is decla red or found to be unenforceable that balance of this Purchase Order shall be interpreted
and enforced as if the unenforceable provision or requirement was never a part hereof.
21.Arbitration: Claims, disputes or other matters in question between the p arties arising out of or relating to the Work under this
Purchase Order or breach thereof shall be subject to and decided by Arbitration in accordance with the American Arbitration
Association Construction Industry’s Arbitration Rules. Arbitration shall take place at City of McHenry City Hall.
CONTRACTOR/VENDOR:
Date: _________________________ Signature: _
99
100
101
102
103
104
105
106
107
108
109
110
111
112
113
114
115
116
117
118
119
120
121
122
123
124
125
126
Bill Hobson, Director of Parks and Recreation
McHenry Recreation Center
3636 Municipal Drive
McHenry, Illinois 60050
Phone: (815) 363‐2160
Fax: (815) 363‐3119
www.ci.mchenry.il.us/park_recreation
CONSENT AGENDA SUPPLEMENT
DATE: May 17, 2021
TO: Mayor and City Council
FROM: Bill Hobson, Director of Parks and Recreation
RE: Dancin’ On Main Event
Attachment: Event Budget
Event Layout
AGENDA ITEM SUMMARY:
The business owners on Main Street have submitted a proposal for an event entitled Dancin’ on
Main to be contained between Borden Street and Route 31 on Saturday June 26 from 10am –
5pm.
BACKGROUND:
Last year it was the City’s plan to no longer close the streets for the sidewalk sales portion of
Fiesta Days for a variety of reasons. However as a part of that, staff had discussed ensuring each
street would be given an opportunity for an event. Shamrocks the Fox has filled that gap for
Green and Riverside Drive but Main Street has not been able to reap those same benefits from
the event.
This year the Main Street business Owners, led by Kim Ribar of Miller’s Café, have submitted a
proposal for an even that would close the street for a day unique to them, allowing live music
and open container alcohol and consumption in the defined area. Streets would close at 9am to
allow for set up of temporary stages in front of Siren Records and on the west end Claws and
Paws. The bands would begin playing at 10:30am. Alcohol would be served beginning at 11am
from tables in front of those businesses that already have a liquor license, Ye Olde Corner Tap,
Moe’s on Main, Plum Garden, Miller’s Diner and Main Street Station. The event would be
contained to the area between Borden Street and Route 31 as the attached map lays out.
ANALYSIS:
Staff, including the Parks and Recreation Director, the Police Chief, the Deputy Clerk and the Park
Maintenance Superintendent met with the organizers and refined many aspects of the initial
plans for the event to something that we felt served their desires while meeting parameters of
what staff and council would be comfortable with.
127
The hours of the event line up with the hours of the former sidewalk sales, including the time
frame of the alcohol sales. One note is that while the event concludes at 5pm, just as with other
events staff proposes alcohol is completely cut off at 4:45pm. In regards to the alcohol, only
those with existing licenses would be allowed to sell and these sales would have to occur
immediately adjacent to their property in accordance with the state and local guidelines that are
in place.
The event parameters were a larger discussion point. Staff felt that there needed to be access to
business that might remain open as well as maintain a flow. Closing the even at Borden would
allow ample parking in the former Buss Ford lot and give an alternative exit on Borden. This also
would not after the dog groomer and the car wash. Walgreens rear entrance will be close for the
time frame but there is room to turn around. Also organizers have spoken with the store
manager. The sole exception to the closure of Borden and containing the open container and
consumption to the limits is to allow event patrons access to Main Street Station along the
sidewalk to and from the event.
Finally, as with other events and our fee structure for local not for profit groups, if City Council
concurs, organizers will be billed for Police, Parks and Public Works at 50% rate for this event.
For this first year, with many unknowns, staff estimates $3,000 in total costs to the city, $1,500
of with would be passed to the organizers.
If City Council concurs then a motion should be considered to allow the closure of Main
Street from 9am – 5pm on June 26th, 2021, to allow the open container and consumption
from 11am – 5pm and to reduce fees to the event organizers by 50% for the Dancin’ on Main
Event.
128
129
130
131
132
133
134
Bill Hobson, Director of Parks and Recreation
McHenry Recreation Center
3636 Municipal Drive
McHenry, Illinois 60050
Phone: (815) 363‐2160
Fax: (815) 363‐3119
www.ci.mchenry.il.us/park_recreation
CONSENT AGENDA SUPPLEMENT
DATE: May 17, 2021
TO: Mayor and City Council
FROM: Bill Hobson, Director of Parks and Recreation
RE: Oktoberfest
Attachment: Special Event Request Application
Event Layout
AGENDA ITEM SUMMARY:
The McHenry Area Rotary Club has submitted a Special Use Application and a Civic Liquor License
Request to host their annual Oktoberfest Event at Miller Point this year on October 2nd, 2021
from 12pm – 11pm.
BACKGROUND:
The McHenry Area Rotary Club had previously hosted and Oktoberfest in Veteran’s Memorial
Park. They are requesting to bring back this event this year and host it under a tent in Miller
Point Park.
The event is fully contained under a tent and includes live music food vendors and a bar. The
tent is similar to that used for Shamrocks the Fox.
ANALYSIS:
Staff has met with the Rotary Club to discuss the event and work out the details. As with other
not for profit events, staff is suggesting a reduction of city fees by 50%. Alcohol sales will be
permitted to 10:30pm and Alcohol will be cut off at 10:45pm.
If City Council concurs then a motion should be considered to allow the Special Use Request
of Miller Point Park by the McHenry Area Rotary on October 2, 2021 from 12pm – and to
reduce fees to the event organizers by 50% for Oktoberfest.
135
136
137
Bill Hobson, Director of Parks and Recreation
McHenry Recreation Center
3636 Municipal Drive
McHenry, Illinois 60050
Phone: (815) 363-2160
Fax: (815) 363-3119
www.cityofmchenry.org/park_recreation
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.
CONSENT AGENDA SUPPLEMENT
DATE: May 17, 2021
TO: Mayor and City Council
FROM: Bill Hobson, Director of Parks and Recreation
RE: McHenry Parks & Recreation Facilities & Special Use permit requests
ATT: Permit List and Applications
All fees and documentation have been satisfactorily submitted for the attached McHenry Parks
& Recreation Facilities & Special Use permit requests.
If Council concurs, then it is recommended a motion is considered to approve the attached
McHenry Parks & Recreation Facilities & Special Use permit requests.
138
FOR COUNCIL MEETING ON MAY 17, 2021
Shelter Rental Alcohol Permits
These are alcohol permit requests associated with shelter rentals
Date Applicant Address Park Purpose
05/23/21 Oscar Salazar 4526 Lakewood Rd PP C Birthday Party
05/29/21 Robert Nagel 1702 Cashel Lane PP A/B Team Gathering
06/19/21 Janet Gonzalez 4012 W Lillian St Knox A Graduation
06/19/21 Caitlin DeVoe 5513 W Winding Creek Dr PP A Birthday Party
06/27/21 Laurie Mennella 1010 Maple Ave/Dwn Grv Vets Celebration of Life
07/31/21 Kelly Johnson 610 Columbus St PP B Birthday Party
Special Use Permits
These are special use permit requests associated with shelter rentals
Date Applicant Address Park Special Use
05/23/21 Oscar Salazar 4526 Lakewood Rd PP C Bounce House
06/11/21 McH Downtwn Theater 1208 N Green Street Miller Point Movie Night
06/25/21 McH Downtwn Theater 1208 N Green Street Miller Point Movie Night
07/09/21 McH Downtwn Theater 1208 N Green Street Miller Point Movie Night
07/23/21 McH Downtwn Theater 1208 N Green Street Miller Point Movie Night
08/13/21 McH Downtwn Theater 1208 N Green Street Miller Point Movie Night
08/27/21 McH Downtwn Theater 1208 N Green Street Miller Point Movie Night
07/31/21 Kelly Johnson 610 Columbus St PP B Bounce House
Recreation Center Room Rental Alcohol Permits
These are alcohol permit requests associated with Recreation Center room rentals or programs.
Date Applicant Address Rec Center Purpose
06/19/21 Lisa Dunkley 1311 Bonnie Brae Rooms A/B Bridal Shower
139
140
141
142
143
144
145
146
147
City of McHenry Council
Meeting Minutes
5.3.21
1
1
AGENDA
REGULAR CITY COUNCIL MEETING
Monday, May 3, 2021, 7:00 p.m.
In light of the current COVID-19 public health emergency, this meeting will be held remotely
only.
The public can observe and participate by connecting online via Zoom at
https://cityofmchenry.zoom.us/j/91675653156
Or call 312-626-6799, Meeting ID: 916 7565 3156
Call to Order: The City Council of the City of McHenry, Illinois, met in regular session on
Monday, May 3, 2021, at 7:00 p.m.
The meeting was held remotely via Zoom due to the COVID-19 pandemic. The meeting was
in compliance with the Open Meetings Act per guidelines by the Illinois Attorney General’s
Office.
Roll Call: Mayor Jett called the roll call.
Members present: Alderman Santi, Alderman Glab, Alderman McClatchey, Alderman Harding
Alderman Strach, Alderman Devine, Alderwoman Miller, and Mayor Jett. Others present:
Attorney McArdle, Administrator Morefield, Director of Public Works Strange, Director of
Community Development Polerecky, Finance Director Lynch, Director of Parks and Recreation
Hobson, Director of Economic Development Martin, Chief of Police Birk, City Planner Sheriff,
and City Clerk Ramel.
Pledge of Allegiance: Mayor Jett led the pledge. Mayor Jett followed with a congratulations
to the new members sworn in today, and existing Clerk as well, continuing her position.
Public Comments: No public comments.
.
Consent Agenda: Motion to Approve the following Consent Agenda Items:
A. Pay Application Request #31 & final payment to Williams Brothers Construction, Inc. for
the McHenry Wastewater Treatment Plant Improvements in the amount of $96,722.84;
(Public Works Director Strange)
B. Approve the Parks & Recreation Facilities & Special Use permit requests; (Parks &
Recreation Director Hobson)
C. April 19, 2021 City Council Meeting Minutes;
D. Issuance of Checks in the amount of $205,962.27.
A motion was made by Alderman Santi and seconded by Alderwoman Miller to approve
Consent Agenda Items as presented: Roll Call: Vote: 7-ayes: Alderman Santi, Alderman
148
City of McHenry Council
Meeting Minutes
5.3.21
2
Glab, Alderman McClatchey, Alderman Harding, Alderman Strach, Alderman Devine,
Alderwoman Miller. 0-nays, 0-abstained. Motion carried.
Individual Action Item Agenda:
A. Motion to authorize the execution of a Commercial Tenant Grant agreement between
the City of McHenry and the owners of Village Squire Restaurant, 4512 W. Elm Street,
McHenry, in an amount not-to-exceed $15,000. (Economic Development Director
Martin)
Some updates are needed to the restaurant, including the outside fireplace and some of the
kitchen equipment. Owner, Aleko Karas was on the call, however there were no questions
needed.
A motion was made by Alderman Harding and seconded by Alderwoman Miller to
approve Individual Agenda Items as presented: Roll Call: Vote: 7-ayes: Alderman Santi,
Alderman Glab, Alderman McClatchey, Alderman Harding, Alderman Strach, Alderman
Devine, Alderwoman Miller. 0-nays, 0-abstained. Motion carried.
B. Motion to approve a Class G Liquor License to All Marine Retro Rentals at Miller Point
Park, 1202 N. Riverside Drive, McHenry. (Mayor Jett)
Alderman Santi wanted to thank the patrons for their time and efforts regarding this motion.
Clarification was asked to understand the G Liquor License. As confirmed by Director Hobson
this is a new classification specific to Miller Point Park; including new hours, a limit on what
products could be sold there, along with the specific area for the license, there will be no glass
allowed.
Alderman Glab questions what the defined area would be for the license. Per Director Hobson
it will be a 50/50 area specific to Miller Point Park.
No Public Comment
A motion was made by Alderman Santi and seconded by Alderman McClatchey to
approve Individual Agenda Items as presented: Roll Call: Vote: 7-ayes: Alderman Santi,
Alderman Glab, Alderman McClatchey, Alderman Harding, Alderman Strach, Alderman
Devine, Alderwoman Miller. 0-nays, 0-abstained. Motion carried.
C. Motion to amend the Revocable Concession Agreement between the City of McHenry
and All Marine Retro Rentals to allow for the sale and consumption of alcohol within a
defined 50’x 50’ area immediately adjacent to the operator’s shipping containers within
Miller Point Park, and to restart the 3-year term of the agreement from the date the
agreement is executed by both parties. (Parks & Recreation Director Hobson)
149
City of McHenry Council
Meeting Minutes
5.3.21
3
This motion is the step that amends the agreement for sale and consumption of the alcohol
timeline, as stated by Director Hobson.
No Public Comment.
A motion was made by Alderman Strach and seconded by Alderwoman Miller to approve
Individual Agenda Items as presented: Roll Call: Vote: 7-ayes: Alderman Santi, Alderman
Glab, Alderman McClatchey, Alderman Harding, Alderman Strach, Alderman Devine,
Alderwoman Miller. 0-nays, 0-abstained. Motion carried.
Discussion Items: None
Staff Reports:
A. May 3, 2021 Staff Report Provided.
Mayor’s Report: Mayor Jett will be reaching out to Council Members to discuss committees.
Congrats again to all the new council members.
City Council Comments:
Alderman Glab brought up that fishing was ban on the Riverwalk, asking for a possible
discussion on this so that some areas may be able to allow fishing again, since it is a sport that
is being taken up by many right now. Per Director Hobson stated this could be something that
could be discussed at an upcoming meeting. Another topic touched upon was the pricing for
boat launches as well.
Adjourn: A motion was made Alderman Santi and seconded by Alderman McClatchey
to adjourn the meeting at 7:25 PM. Roll Call: Vote:7-ayes: Alderman Santi, Alderman Glab,
Alderman McClatchey, Alderman Harding, Alderman Strach, Alderman Devine, Alderwoman
Miller. 0-nay-, 0-abstained. Motion carried.
X
Mayor Wayne Jett
X
City Clerk Trisha Ramel
150
Expense Approval Register
McHenry, IL List of Bills Council Meeting‐ 5‐17‐21 AP CKS
Vendor Name Payable Number Post Date Description (Item) Account Number Amount
Vendor: ADVANTAGE MECHANICAL INC
ADVANTAGE MECHANICAL INC
40315 04/30/2021 HEATER REPAIRS 510‐32‐5110 539.00
ADVANTAGE MECHANICAL INC
40421 04/30/2021 HEATER REPAIR 510‐32‐5110 602.00
ADVANTAGE MECHANICAL INC 40585 04/30/2021 HEATER REPAIR 510‐32‐5110 280.00
ADVANTAGE MECHANICAL INC
40816 04/30/2021 HEATER REPAIR 510‐32‐5110 1,173.00
ADVANTAGE MECHANICAL INC
40831 04/30/2021 HEATER REPAIR 510‐32‐5110 864.00
Vendor ADVANTAGE MECHANICAL INC Total: 3,458.00
Vendor: BADGER METER INC
BADGER METER INC 80073012 04/30/2021 MTHLY SVS FEE 510‐31‐5110 414.15
Vendor BADGER METER INC Total:
414.15
Vendor: BAKER & SON CO, PETER
BAKER & SON CO, PETER 32377 04/30/2021 2021 MAT 100‐33‐6110 532.14
BAKER & SON CO, PETER 32476 04/30/2021 HMA MAT 100‐33‐6110 124.74
BAKER & SON CO, PETER 32586 04/30/2021 HMA MAT 100‐33‐6110 240.66
Vendor BAKER & SON CO, PETER Total: 897.54
Vendor: BAXTER & WOODMAN
BAXTER & WOODMAN 0222437 04/30/2021 OAKWOOD DR BR PH I 270‐00‐8600 9,511.39
Vendor BAXTER & WOODMAN Total:
9,511.39
Vendor: CAREY ELECTRIC
CAREY ELECTRIC 402880 04/30/2021 STREET LT REPL PARTS 100‐33‐6110 843.00
Vendor CAREY ELECTRIC Total:
843.00
Vendor: CHRISTOPHER B BURKE ENGINEERING, LTD
CHRISTOPHER B BURKE 165672 04/30/2021 DWN TOWN SS MASTER PLAN
100‐01‐8600 5,466.31
CHRISTOPHER B BURKE 165672 04/30/2021 DWN TOWN SS MASTER PLAN
290‐00‐8900 16,398.94
Vendor CHRISTOPHER B BURKE ENGINEERING, LTD Total:
21,865.25
Vendor: CONDUENT HR CONSULTING LLC
CONDUENT HR CONSULTING 2465189 04/30/2021 MARCH 2021 SVS FEES 600‐00‐6960 51.75
Vendor CONDUENT HR CONSULTING LLC Total:
51.75
Vendor: CONSTELLATION NEWENERGY INC
CONSTELLATION NEWENERGY
INV0011457 04/30/2021 UTIL 100‐33‐5520 19.26
CONSTELLATION NEWENERGY
INV0011457 04/30/2021 UTIL 100‐44‐5510 24.71
Vendor CONSTELLATION NEWENERGY INC Total: 43.97
Vendor: CURRAN CONTRACTING COMPANY
CURRAN CONTRACTING 21217 04/30/2021 COMMERCIAL SURF 100‐33‐6110 94.34
Vendor CURRAN CONTRACTING COMPANY Total: 94.34
Vendor: DEBOLT, JUSTIN
DEBOLT, JUSTIN INV0011458 04/30/2021 ANNUAL DISABILITY EXAM 760‐00‐5110 205.00
Vendor DEBOLT, JUSTIN Total:
205.00
Vendor: ED'S AUTOMOTIVE/JIM'S MUFFLER SHOP
ED'S AUTOMOTIVE/JIM'S 2186 4/30/21 04/30/2021 VEH INSP 405,422,441 100‐33‐5370 90.00
ED'S AUTOMOTIVE/JIM'S INV0011464 04/30/2021 VEH INSP 812, 803 510‐35‐5370 60.00
Vendor ED'S AUTOMOTIVE/JIM'S MUFFLER SHOP Total:
150.00
Vendor: ED'S RENTAL & SALES INC
ED'S RENTAL & SALES INC 322058‐1 04/30/2021 TRENCHER FOR SILT FENCE 100‐33‐6110 162.00
Vendor ED'S RENTAL & SALES INC Total:
162.00
Vendor: EISERMAN, JERRY
EISERMAN, JERRY INV0011459 04/30/2021 CONC REIMB 100‐44‐6110 17.32
Vendor EISERMAN, JERRY Total: 17.32
5/12/2021 9:04:52 AM
151
Expense Approval Register Packet: APPKT02104 ‐ 5‐17‐21 AP CKS
Vendor Name
Payable Number
Post Date
Description (Item)
Account Number
Amount
Vendor: FAY, HOPE
FAY, HOPE INV0011460 04/30/2021 REF OF IDROP WITHOLDING 100‐22‐3555 67.50
Vendor FAY, HOPE Total:
67.50
Vendor: FISCHER BROS FRESH
FISCHER BROS FRESH 15420 04/30/2021 CONST SUPP 100‐33‐6110 765.00
Vendor FISCHER BROS FRESH Total:
765.00
Vendor: FOX VALLEY FIRE & SAFETY
FOX VALLEY FIRE & SAFETY
IN00431399
04/30/2021
MUN RADIO MAINT 3/16‐
225‐00‐5110
1,397.50
Vendor FOX VALLEY FIRE & SAFETY Total:
1,397.50
Vendor: ILLINOIS BONE AND JOINT
ILLINOIS BONE AND JOINT
CLAIM 0627
04/30/2021
S KLECHAK CLAIM 0627
760‐00‐5110
1,000.00
Vendor ILLINOIS BONE AND JOINT Total: 1,000.00
Vendor: ILLINOIS DEPT OF INSURANCE
ILLINOIS DEPT OF INSURANCE
G90518
04/30/2021
ANN COMPL FEE
760‐00‐5110
5,531.26
Vendor ILLINOIS DEPT OF INSURANCE Total:
5,531.26
Vendor: LEXISNEXIS
LEXISNEXIS
1236684‐20210430
04/30/2021
APRIL 2021 SEARCHES
100‐22‐5110
199.50
Vendor LEXISNEXIS Total:
199.50
Vendor: LOCKER'S FLOWERS
LOCKER'S FLOWERS
640477
04/30/2021
DANCE RECITAL FLOWERS
100‐46‐6110
150.00
Vendor LOCKER'S FLOWERS Total:
150.00
Vendor: MCHENRY COUNTY RECORDER OF DEEDS
MCHENRY COUNTY RECORDER
INV0011462
04/30/2021
MTHLY REC FEES
100‐01‐6940
86.00
MCHENRY COUNTY RECORDER
INV0011463
04/30/2021
MTHLY REC FEES
510‐32‐6940
537.50
MCHENRY COUNTY RECORDER
INV0011463
04/30/2021
MTHLY REC FEES
510‐32‐6940
322.50
Vendor MCHENRY COUNTY RECORDER OF DEEDS Total:
946.00
Vendor: MCHENRY POWER EQUIPMENT INC
MCHENRY POWER EQUIPMENT
357870
04/30/2021
SNOW BLOWER PARTS 1 OF 3
100‐33‐5370
24.20
MCHENRY POWER EQUIPMENT
358970
04/30/2021
SNOW BLOWER PARTS 2 OF 3
100‐33‐5370
2.86
MCHENRY POWER EQUIPMENT 369827 04/30/2021 SNOW BLOWER PARTS 3 OF 3 100‐33‐5370 5.29
Vendor MCHENRY POWER EQUIPMENT INC Total:
32.35
Vendor: MINUTEMAN PRESS OF MCH
MINUTEMAN PRESS OF MCH
95500
04/30/2021
BUS CARDS S STRATCH, F
100‐01‐5330
87.50
Vendor MINUTEMAN PRESS OF MCH Total:
87.50
Vendor: OLSEN SAFETY EQUIPMENT CORP
OLSEN SAFETY EQUIPMENT
0387285‐IN
04/30/2021
GLOVES
510‐35‐6110
105.60
Vendor OLSEN SAFETY EQUIPMENT CORP Total: 105.60
Vendor: POWER DMS INC
POWER DMS INC
INV‐4627
04/30/2021
ANNUAL RENEWAL
620‐00‐5110
3,688.00
Vendor POWER DMS INC Total: 3,688.00
Vendor: PROSHRED SECURITY
PROSHRED SECURITY
990085034
04/30/2021
C HALL DEST
100‐01‐5110
202.00
Vendor PROSHRED SECURITY Total:
202.00
Vendor: ROTARY CLUB OF MCHENRY
ROTARY CLUB OF MCHENRY
3417
04/30/2021
QTRLY DUES
100‐01‐5410
93.75
Vendor ROTARY CLUB OF MCHENRY Total:
93.75
Vendor: SHAW MEDIA
SHAW MEDIA
10474 4/30/21
04/30/2021
PUBL
100‐03‐5330
63.74
SHAW MEDIA
10474 4/30/21
04/30/2021
PUBL
100‐04‐5330
49.00
Vendor SHAW MEDIA Total:
112.74
Vendor: WATER PRODUCTS ‐ AURORA
WATER PRODUCTS ‐ AURORA
0302233
04/30/2021
TAP
510‐35‐6110
158.40
Vendor WATER PRODUCTS ‐ AURORA Total: 158.40
5/12/2021 9:04:52 AM
152
Expense Approval Register Packet: APPKT02104 ‐ 5‐17‐21 AP CKS
Vendor Name
Payable Number
Post Date
Description (Item)
Account Number
Amount
Vendor: WORKPLACE SOLUTIONS
WORKPLACE SOLUTIONS INV22911 05/17/2021 EAP SVS 5/1‐31/21 100‐05‐5110 450.42
Vendor WORKPLACE SOLUTIONS Total:
450.42
Grand Total:
52,701.23
5/12/2021 9:04:52 AM
153
Expense Approval Register Packet: APPKT02104 ‐ 5‐17‐21 AP CKS
Fund Summary
Fund
Expense Amount
100 ‐ GENERAL FUND 9,861.24
225 ‐ ALARM BOARD FUND
1,397.50
270 ‐ MOTOR FUEL TAX FUND
9,511.39
290 ‐ TIF FUND
16,398.94
510 ‐ WATER/SEWER FUND 5,056.15
600 ‐ EMPLOYEE INSURANCE FUND 51.75
620 ‐ INFORMATION TECHNOLOGY FUND
3,688.00
760 ‐ POLICE PENSION FUND
6,736.26
Grand Total:
52,701.23
154
Expense Approval Register
McHenry, IL #2 List of Bills Council Meeting‐ 5‐17‐21
Vendor Name Payable Number Post Date Description (Item) Account Number Amount
Vendor: ADAMS STEEL SERVICE & SUPPLY, INC
ADAMS STEEL SERVICE &
369638
04/30/2021
welding tanks (369638)
100‐33‐5370
353.45
ADAMS STEEL SERVICE &
MAY2021‐6
05/17/2021
2 Oxy‐Acetylene Torches #
510‐32‐6110
100.00
Vendor ADAMS STEEL SERVICE & SUPPLY, INC Total:
453.45
Vendor: ADVANCED AUTOMATION AND CONTROLS INC
ADVANCED AUTOMATION AND
INV 21‐3630
04/30/2021
Plant 4 controls PARTS ONLY
510‐31‐5110
8,500.00
ADVANCED AUTOMATION AND
INV 21‐3631
05/01/2021
E.Dartmoor Controller Update
510‐32‐5380
4,100.00
ADVANCED AUTOMATION AND
INV 21‐3632
04/30/2021
Anne St. Controller Update
510‐32‐5380
4,100.00
ADVANCED AUTOMATION AND
INV21‐3633
04/30/2021
Broadway Lift Control Update
510‐32‐5380
4,100.00
Vendor ADVANCED AUTOMATION AND CONTROLS INC Total:
20,800.00
Vendor: ADVANCED TURF SOLUTIONS
ADVANCED TURF SOLUTIONS
SO915881
04/30/2021
Sport Fields Supplies
100‐41‐6110
2,253.00
ADVANCED TURF SOLUTIONS
SO917308
04/30/2021
Sport Fields Supplies
100‐41‐6110
2,243.00
Vendor ADVANCED TURF SOLUTIONS Total:
4,496.00
Vendor: ALPHA RANGE
ALPHA RANGE
722‐005
05/17/2021
Range Rental
100‐22‐5110
1,000.00
Vendor ALPHA RANGE Total:
1,000.00
Vendor: AQUA PURE ENTERPRISES INC
AQUA PURE ENTERPRISES INC
0134888‐IN
04/30/2021
pool supplies
100‐42‐6110
147.26
Vendor AQUA PURE ENTERPRISES INC Total:
147.26
Vendor: ARAMARK
ARAMARK
23410919
04/30/2021
Clothing allowance Bob
100‐45‐4510
189.65
Vendor ARAMARK Total: 189.65
Vendor: AUTO TECH CENTERS INC
AUTO TECH CENTERS INC INV065054 04/30/2021 333 (4989) 100‐22‐5370 562.96
AUTO TECH CENTERS INC
INV065098
04/30/2021
502 (INV065098)
510‐31‐5370
615.00
Vendor AUTO TECH CENTERS INC Total: 1,177.96
Vendor: BAXTER & WOODMAN
BAXTER & WOODMAN 0222438 04/30/2021 Assistance with NPDES permit 510‐32‐5110 75.00
Vendor BAXTER & WOODMAN Total:
75.00
Vendor: CASEY EQUIPMENT COMPANY
CASEY EQUIPMENT COMPANY
PO2621
04/30/2021
450 (2621)
100‐33‐5370
276.97
Vendor CASEY EQUIPMENT COMPANY Total:
276.97
Vendor: CDW GOVERNMENT INC
CDW GOVERNMENT INC
C148402
04/30/2021
Cable
100‐23‐6210
100.76
Vendor CDW GOVERNMENT INC Total:
100.76
Vendor: COMCAST CABLE
COMCAST CABLE
0291 5‐1‐21
05/17/2021
CH Cable TV
620‐00‐5110
31.54
COMCAST CABLE
7920 4‐27‐21
05/17/2021
CH Monthly Internet
620‐00‐5110
148.40
COMCAST CABLE
9638 5‐1‐21
05/17/2021
Vaccination Clinic Internet
620‐00‐5110
288.30
Vendor COMCAST CABLE Total:
468.24
Vendor: CURRAN CONTRACTING COMPANY
CURRAN CONTRACTING
21131
04/30/2021
HMA Surface ‐ STS ‐ #21131
100‐33‐6110
234.53
Vendor CURRAN CONTRACTING COMPANY Total:
234.53
Vendor: EJ USA INC
EJ USA INC
110210027605
04/30/2021
Hydrant (Invoice#
510‐31‐6110
2,523.85
Vendor EJ USA INC Total:
2,523.85
Vendor: ENVIRONMENTAL RESOURCE ASSOCIATES
ENVIRONMENTAL RESOURCE 967151 04/30/2021 Quality control samples DMR‐ 510‐32‐6110 892.32
Vendor ENVIRONMENTAL RESOURCE ASSOCIATES Total:
892.32
5/12/2021 9:08:27 AM
155
Expense Approval Register Packet: APPKT02105 ‐ 5‐17‐21 RECT INVOICE
Vendor Name
Payable Number
Post Date
Description (Item)
Account Number
Amount
Vendor: FISCHER BROS FRESH
FISCHER BROS FRESH 15437 04/30/2021 Consruction supplies 100‐45‐6110 813.00
FISCHER BROS FRESH
15479
04/30/2021
2021 Road Program ‐ STS
100‐33‐6110
335.50
Vendor FISCHER BROS FRESH Total: 1,148.50
Vendor: FOXCROFT MEADOWS INC
FOXCROFT MEADOWS INC 60280 04/30/2021 Landscaping supplies #60280 100‐33‐6110 682.00
FOXCROFT MEADOWS INC
60363
04/30/2021
Landscape supplies
100‐45‐6110
168.00
FOXCROFT MEADOWS INC
60364
04/30/2021
Landscape supplies
100‐45‐6110
56.00
Vendor FOXCROFT MEADOWS INC Total:
906.00
Vendor: GALLS LLC
GALLS LLC
018179567
04/30/2021
Uniform Order ‐ Beaudoin
100‐22‐4510
100.91
GALLS LLC
018191046
04/30/2021
MCAT Shirts
100‐22‐4510
120.68
GALLS LLC
018194050
04/30/2021
Uniform Order ‐ Vasquez
100‐23‐4510
36.15
GALLS LLC 018234397 04/30/2021 Uniform Order ‐ Adams 100‐22‐4510 41.55
GALLS LLC
018269754
04/30/2021
Name Plate ‐ Lopez
100‐22‐4510
27.24
GALLS LLC
018315613
04/30/2021
Uniform Order ‐ Schmitt
100‐22‐4510
117.93
Vendor GALLS LLC Total: 444.46
Vendor: GIANT MAINTENANCE & RESTORATION, INC
GIANT MAINTENANCE & 4416 04/30/2021 tower 4 power wash pp 6202 510‐31‐5110 6,300.00
Vendor GIANT MAINTENANCE & RESTORATION, INC Total:
6,300.00
Vendor: GMIS INTERNATIONAL
GMIS INTERNATIONAL
300006606
05/17/2021
GMIS Illinois Membership Dues
620‐00‐5410
300.00
Vendor GMIS INTERNATIONAL Total:
300.00
Vendor: GRAINGER
GRAINGER
9875839871
04/30/2021
Maintenance Supplies
510‐32‐6110
438.24
Vendor GRAINGER Total:
438.24
Vendor: GREEN DOOR PROMOTIONS LLC
GREEN DOOR PROMOTIONS
21‐2177
05/17/2021
Conc ‐ Staff Shirts
100‐44‐6110
250.60
GREEN DOOR PROMOTIONS
21‐2178
05/17/2021
Program ‐ Drawstring Bags
100‐46‐6110
365.00
Vendor GREEN DOOR PROMOTIONS LLC Total:
615.60
Vendor: HAWKINS INC
HAWKINS INC
4917717
04/30/2021
Chemical Delivery
510‐32‐6110
8,103.05
Vendor HAWKINS INC Total: 8,103.05
Vendor: HEARTLAND BUSINESS SYSTEMS, LLC
HEARTLAND BUSINESS 439616‐H 04/30/2021 Council Chambers Cameras 620‐00‐6270 674.47
Vendor HEARTLAND BUSINESS SYSTEMS, LLC Total: 674.47
Vendor: HOMESTEAD ELECTRICAL CONTRACTING LLC
HOMESTEAD ELECTRICAL
14113
04/30/2021
Troubleshoot, repair power
510‐31‐6110
2,310.00
Vendor HOMESTEAD ELECTRICAL CONTRACTING LLC Total:
2,310.00
Vendor: IN TIME SERVICES INC
IN TIME SERVICES INC
10772
05/17/2021
INTIME ILINK SCHEDULE
620‐00‐5110
6,780.00
Vendor IN TIME SERVICES INC Total:
6,780.00
Vendor: JETSTREAM DETAILING
JETSTREAM DETAILING
59515
04/30/2021
Auto Detail
100‐22‐5370
120.00
Vendor JETSTREAM DETAILING Total: 120.00
Vendor: JG UNIFORMS INC
JG UNIFORMS INC 84450 04/30/2021 Uniform Order ‐ K. Ducak 100‐22‐4510 108.49
Vendor JG UNIFORMS INC Total:
108.49
Vendor: KIMBALL MIDWEST
KIMBALL MIDWEST
816933
04/30/2021
kimball stock (816933)
100‐33‐5370
228.29
KIMBALL MIDWEST
834930
04/30/2021
kimball stock (834930)
100‐33‐5370
196.12
KIMBALL MIDWEST
8854280
05/17/2021
kimball stock (8854280)
100‐33‐5370
246.18
Vendor KIMBALL MIDWEST Total: 670.59
5/12/2021 9:08:27 AM
156
Expense Approval Register Packet: APPKT02105 ‐ 5‐17‐21 RECT INVOICE
Vendor Name
Payable Number
Post Date
Description (Item)
Account Number
Amount
Vendor: LAI LTD
LAI LTD 21‐17966 04/30/2021 Dryer Feed Pump 510‐32‐8500 16,776.00
Vendor LAI LTD Total:
16,776.00
Vendor: LORCHEM TECHNOLOGIES INC
LORCHEM TECHNOLOGIES INC 71801 05/17/2021 Shop Mainenance 100‐45‐5110 250.00
Vendor LORCHEM TECHNOLOGIES INC Total:
250.00
Vendor: MAGIC OF GARY KANTOR
MAGIC OF GARY KANTOR
5‐4‐21
05/17/2021
Cont ‐ Magic Workshop
100‐46‐5110
70.00
Vendor MAGIC OF GARY KANTOR Total:
70.00
Vendor: MENARDS ‐ CRYSTAL LAKE
MENARDS ‐ CRYSTAL LAKE
43097/CR34099
04/30/2021
Small Equipment
100‐45‐6270
1,300.85
Vendor MENARDS ‐ CRYSTAL LAKE Total: 1,300.85
Vendor: MENDEZ LANDSCAPING & BRICK PAVERS INC
MENDEZ LANDSCAPING &
10417
04/30/2021
Landscap
100‐41‐5110
3,000.00
MENDEZ LANDSCAPING &
10418
04/30/2021
Landscap
100‐41‐5110
300.00
Vendor MENDEZ LANDSCAPING & BRICK PAVERS INC Total: 3,300.00
Vendor: MID AMERICAN WATER OF WAUCONDA INC
MID AMERICAN WATER OF
238359W
05/17/2021
QTY‐6 1/2" Filler Gaskets
510‐32‐5375
312.00
Vendor MID AMERICAN WATER OF WAUCONDA INC Total:
312.00
Vendor: MIDWEST HOSE AND FITTINGS INC
MIDWEST HOSE AND FITTINGS
209571
05/17/2021
450 209571
100‐33‐5370
104.64
Vendor MIDWEST HOSE AND FITTINGS INC Total:
104.64
Vendor: MINUTEMAN PRESS OF MCH
MINUTEMAN PRESS OF MCH
95478
04/30/2021
building and zoning stamps
100‐03‐6210
151.26
MINUTEMAN PRESS OF MCH
95526
05/17/2021
Jason Lamz / Ron Barta
100‐33‐6210
102.01
Vendor MINUTEMAN PRESS OF MCH Total:
253.27
Vendor: MULCH CENTER, THE
MULCH CENTER, THE
131505
04/30/2021
Playground Mulch
100‐41‐6110
1,400.00
Vendor MULCH CENTER, THE Total:
1,400.00
Vendor: NAC SUPPLY, INC
NAC SUPPLY, INC
49795
04/30/2021
Asphalting tools inv#39384
100‐33‐6270
88.25
Vendor NAC SUPPLY, INC Total: 88.25
Vendor: NATIONAL RECREATION AND PARK ASSN
NATIONAL RECREATION AND 29548 6‐30‐21 05/17/2021 Membership ‐ NRPA 100‐41‐5410 675.00
Vendor NATIONAL RECREATION AND PARK ASSN Total:
675.00
Vendor: NORTHERN ILLINOIS POLICE ALARM SYSTEM
NORTHERN ILLINOIS POLICE
13769
05/17/2021
Membership Assessment
100‐22‐5110
400.00
NORTHERN ILLINOIS POLICE 13770 05/17/2021 Annual Membership 100‐22‐5110 4,800.00
Vendor NORTHERN ILLINOIS POLICE ALARM SYSTEM Total:
5,200.00
Vendor: OLSEN SAFETY EQUIPMENT CORP
OLSEN SAFETY EQUIPMENT
0387212‐IN
04/30/2021
Surgical Gloves INV #0387212‐
510‐35‐6110
204.50
Vendor OLSEN SAFETY EQUIPMENT CORP Total:
204.50
Vendor: PDC LABORATORIES INC
PDC LABORATORIES INC
I9462327
04/30/2021
Stormwater Samples
510‐32‐6110
1,486.65
PDC LABORATORIES INC
I9462328
04/30/2021
Storm water Industrial Permit
510‐32‐5110
268.25
Vendor PDC LABORATORIES INC Total:
1,754.90
Vendor: PETROCHOICE LLC
PETROCHOICE LLC
50527151
04/30/2021
Fuel ‐ UTY ‐ 50527151
510‐35‐6250
346.81
PETROCHOICE LLC
50527164
04/30/2021
Fuel
100‐45‐6250
191.27
PETROCHOICE LLC 50527165 04/30/2021 Fuel ‐ STS ‐ 50527165 100‐33‐6250 763.26
PETROCHOICE LLC
50527166
04/30/2021
Fuel 50527166
100‐22‐6250
1,999.21
PETROCHOICE LLC
50532730
04/30/2021
Fuel
100‐45‐6250
328.68
PETROCHOICE LLC
50532732
04/30/2021
Fuel 50532732
100‐22‐6250
1,654.66
PETROCHOICE LLC
50540821
04/30/2021
Fuel ‐ UTY ‐ 50540821
510‐35‐6250
277.68
PETROCHOICE LLC 50540835 04/30/2021 Fuel ‐ WW ‐ 50540835 510‐32‐6250 569.06
PETROCHOICE LLC
50540836
04/30/2021
Fuel ‐ WTR ‐ 50540836
510‐31‐6250
77.88
5/12/2021 9:08:27 AM
157
Expense Approval Register Packet: APPKT02105 ‐ 5‐17‐21 RECT INVOICE
Vendor Name
Payable Number
Post Date
Description (Item)
Account Number
Amount
PETROCHOICE LLC
50540837
04/30/2021
Fuel
100‐45‐6250
295.07
PETROCHOICE LLC 50540838 04/30/2021 Fuel ‐ STS ‐ 50540838 100‐33‐6250 613.40
PETROCHOICE LLC
50540839
04/30/2021
Fuel ‐ 50540839
100‐22‐6250
2,039.31
PETROCHOICE LLC
50545036
04/30/2021
Fuel ‐ UTY ‐ 50545036
510‐35‐6250
161.93
PETROCHOICE LLC
50545050
04/30/2021
Fuel ‐ WW ‐ 50545050
510‐32‐6250
220.86
PETROCHOICE LLC 50545051 04/30/2021 Fuel ‐ WTR ‐ 50545051 510‐31‐6250 115.43
PETROCHOICE LLC 50545052 04/30/2021 Fuel 100‐45‐6250 405.24
PETROCHOICE LLC
50545053
04/30/2021
Fuel ‐ STS ‐ 50545053
100‐33‐6250
483.18
PETROCHOICE LLC
50545054
04/30/2021
Fuel ‐ 50545054
100‐22‐6250
770.17
Vendor PETROCHOICE LLC Total:
11,313.10
Vendor: PITEL SEPTIC INC
PITEL SEPTIC INC
19508
05/17/2021
Portable toilets
100‐45‐5110
400.00
Vendor PITEL SEPTIC INC Total:
400.00
Vendor: POLICE LAW INSTITUTE
POLICE LAW INSTITUTE
14430
05/17/2021
Year Subscription Legal
100‐22‐5430
4,655.00
Vendor POLICE LAW INSTITUTE Total: 4,655.00
Vendor: RADAR MAN INC
RADAR MAN INC
4958
05/17/2021
Radar Certificates
100‐22‐5110
910.00
Vendor RADAR MAN INC Total:
910.00
Vendor: RAY SCHRAMER & COMPANY
RAY SCHRAMER & COMPANY
INV159241
05/17/2021
Pro‐Rings INV#159241
510‐35‐6110
3,350.00
Vendor RAY SCHRAMER & COMPANY Total:
3,350.00
Vendor: RELIABLE SAND & GRAVEL
RELIABLE SAND & GRAVEL
7790
04/30/2021
ballfield supplies
100‐45‐6110
271.26
Vendor RELIABLE SAND & GRAVEL Total:
271.26
Vendor: RUSSO POWER EQUIPMENT
RUSSO POWER EQUIPMENT SPI10647416 04/30/2021 Small Equipment 100‐45‐6270 1,495.00
Vendor RUSSO POWER EQUIPMENT Total:
1,495.00
Vendor: SHERWIN‐WILLIAMS CO, THE
SHERWIN‐WILLIAMS CO, THE 0929‐2 04/30/2021 Paint supplies 100‐45‐6110 204.44
Vendor SHERWIN‐WILLIAMS CO, THE Total:
204.44
Vendor: SITEONE LANDSCAPE SUPPLY, LLC
SITEONE LANDSCAPE SUPPLY,
108750623‐001
05/17/2021
Park Supplies
100‐45‐6110
274.54
Vendor SITEONE LANDSCAPE SUPPLY, LLC Total:
274.54
Vendor: STANS LPS MIDWEST
STANS LPS MIDWEST
360075
04/30/2021
MFP Monthly Page Count Ricoh
620‐00‐5110
894.47
STANS LPS MIDWEST
360093
04/30/2021
MFP DaaS / Monthly Page
620‐00‐5110
430.73
Vendor STANS LPS MIDWEST Total:
1,325.20
Vendor: STATE TREASURER
STATE TREASURER
60677
05/17/2021
Traffic Signal Maintenance
100‐33‐5110
8,996.10
Vendor STATE TREASURER Total:
8,996.10
Vendor: SUBURBAN PROPANE, L.P.
SUBURBAN PROPANE, L.P. 63137 04/30/2021 Propoane ‐ STS ‐ INV# 63137 100‐33‐6110 213.69
Vendor SUBURBAN PROPANE, L.P. Total:
213.69
Vendor: SUNNYSIDE COMPANY
SUNNYSIDE COMPANY 07218 04/30/2021 824 (07218) 510‐35‐5370 341.25
Vendor SUNNYSIDE COMPANY Total:
341.25
Vendor: TEAM REIL INC
TEAM REIL INC
22747
04/30/2021
Park supplies
100‐41‐6110
2,512.00
Vendor TEAM REIL INC Total:
2,512.00
Vendor: TEXAS REFINERY CORP
TEXAS REFINERY CORP
INV217814
04/30/2021
55gal. drum oil ,grease
510‐32‐5370
2,921.40
Vendor TEXAS REFINERY CORP Total: 2,921.40
5/12/2021 9:08:27 AM
158
Expense Approval Register Packet: APPKT02105 ‐ 5‐17‐21 RECT INVOICE
Vendor Name
Payable Number
Post Date
Description (Item)
Account Number
Amount
Vendor: TKB ASSOCIATES, INC
TKB ASSOCIATES, INC 14283 04/30/2021 Laserfich Support 620‐00‐5110 962.50
Vendor TKB ASSOCIATES, INC Total:
962.50
Vendor: TONY'S FAMILY TAILOR SHOP
TONY'S FAMILY TAILOR SHOP 0520043 04/30/2021 Tailoring ‐ Kinney 100‐22‐4510 73.50
Vendor TONY'S FAMILY TAILOR SHOP Total:
73.50
Vendor: TRAFFIC CONTROL & PROTECTION INC
TRAFFIC CONTROL &
106821
04/30/2021
Sign alert light parts
100‐33‐6110
562.80
Vendor TRAFFIC CONTROL & PROTECTION INC Total:
562.80
Vendor: ULINE
ULINE
132493049
04/30/2021
Evidence Supplies
100‐22‐6210
87.75
ULINE
132781042
04/30/2021
Absorbent Pads& Gloves
510‐32‐5380
645.17
Vendor ULINE Total:
732.92
Vendor: USA BLUEBOOK
USA BLUEBOOK
569148
04/30/2021
Locating Flags ‐ Green & Blue
510‐35‐6110
130.47
Vendor USA BLUEBOOK Total: 130.47
Vendor: VICTOR FORD, INC
VICTOR FORD, INC
378137
04/30/2021
803 (378137)
510‐35‐5370
2,522.87
Vendor VICTOR FORD, INC Total:
2,522.87
Vendor: WATER PRODUCTS ‐ AURORA
WATER PRODUCTS ‐ AURORA
0302231
04/30/2021
Repair Clamps INV# 0302231
510‐35‐6110
816.19
WATER PRODUCTS ‐ AURORA 0302232 04/30/2021 Repair clamp for water main 510‐35‐6110 143.00
WATER PRODUCTS ‐ AURORA
0302376
05/17/2021
6 Cut In Sleeve #0302376
510‐35‐6110
638.00
Vendor WATER PRODUCTS ‐ AURORA Total: 1,597.19
Grand Total:
139,210.03
5/12/2021 9:08:27 AM
159
Expense Approval Register Packet: APPKT02105 ‐ 5‐17‐21 RECT INVOICE
Fund Summary
Fund
Expense Amount
100 ‐ GENERAL FUND 54,216.76
510 ‐ WATER/SEWER FUND
74,482.86
620 ‐ INFORMATION TECHNOLOGY FUND
10,510.41
Grand Total:
139,210.03
160
AS NEEDED CHECKS COUNCIL MEETING 5-17-2021
ACE HARDWARE, MCHENRY 04/02/2021 100-22-6210 17.99
ACE HARDWARE, MCHENRY 04/02/2021 100-33-6110 125.92
ACE HARDWARE, MCHENRY 04/02/2021 100-33-6115 35.99
ACE HARDWARE, MCHENRY 04/02/2021 100-33-6270 241.14
ACE HARDWARE, MCHENRY 04/02/2021 100-45-6110 228.09
ACE HARDWARE, MCHENRY 04/02/2021 510-31-6110 170.44
ACE HARDWARE, MCHENRY 04/02/2021 510-31-6270 88.17
ACE HARDWARE, MCHENRY 04/02/2021 510-32-5375 99.39
ACE HARDWARE, MCHENRY 04/02/2021 510-32-6110 20.62
ACE HARDWARE, MCHENRY 04/02/2021 510-35-6110 76.47
AQUALAB WATER TREATMENT, INC 04/02/2021 100-03-5120 100.00
COMED 04/02/2021 100-33-5520 86.68
COMED 04/02/2021 100-45-5510 28.65
COMED 04/02/2021 510-32-5510 5020.12
COMED 04/02/2021 510-32-5510 30.21
EJ USA INC 04/02/2021 510-32-6110 3245.96
MCHENRY COUNTY RECORDER OF DEEDS 04/02/2021 620-00-5110 275.00
3017 ROUTE 120, LLC 04/09/2021 100-04-6945 35987.59
COMED 04/09/2021 100-01-5110 3648.14
CONSTELLATION NEWENERGY INC 04/09/2021 100-33-5520 19.26
CONSTELLATION NEWENERGY INC 04/09/2021 100-44-5510 24.71
CVSHEALTH 04/09/2021 100-04-6945 23498.26
DYN MCHENRY COMMONS LLC 04/09/2021 100-04-6945 31345.56
GRAHAM ENTERPRISE INC 04/09/2021 100-04-6945 20848.36
HOME DEPOT CREDIT SERVICES 04/09/2021 100-01-5110 670.62
HOME DEPOT CREDIT SERVICES 04/09/2021 100-01-8200 1537.38
HOME DEPOT CREDIT SERVICES 04/09/2021 100-03-6110 630.16
HOME DEPOT CREDIT SERVICES 04/09/2021 100-33-5110 151.16
HOME DEPOT CREDIT SERVICES 04/09/2021 100-33-6110 39.97
HOME DEPOT CREDIT SERVICES 04/09/2021 100-45-6110 1655.46
HOME DEPOT CREDIT SERVICES 04/09/2021 100-45-6270 208.05
HOME DEPOT CREDIT SERVICES 04/09/2021 510-31-6270 302.10
HOME DEPOT CREDIT SERVICES 04/09/2021 510-32-6110 82.95
MCHENRY COUNTY CHIEFS OF POLICE 04/09/2021 100-22-5410 100.00
MCHENRY COUNTY DEPT OF HEALTH 04/09/2021 100-44-5110 57.50
MCHENRY COUNTY DEPT OF HEALTH 04/09/2021 100-44-5110 57.50
MCHENRY COUNTY DEPT OF HEALTH 04/09/2021 100-44-5110 57.50
MCHENRY DONUTS, INC 04/09/2021 100-04-6945 11347.46
NATIONAL AWARDS & FINE GIFTS 04/07/2021 100-22-6210 46.90
NORTHWEST LAMINATION 04/09/2021 100-01-8200 16300.00
SECRETARY OF STATE 04/09/2021 100-01-6940 151.00
SECRETARY OF STATE 04/09/2021 100-01-6940 151.00
SECRETARY OF STATE 04/09/2021 100-01-6940 151.00
SECRETARY OF STATE / DEPT OF POLICE 04/09/2021 100-01-6940 151.00
SOUTHWEST AQUATIC TEAM 04/09/2021 100-47-5110 1416.00
STAPLES BUSINESS CREDIT 04/09/2021 100-01-6210 105.46
STAPLES BUSINESS CREDIT 04/09/2021 100-03-6210 27.08
STAPLES BUSINESS CREDIT 04/09/2021 100-04-6210 49.22
STAPLES BUSINESS CREDIT 04/09/2021 100-05-6210 52.36
STAPLES BUSINESS CREDIT 04/09/2021 100-22-6210 51.67
STAPLES BUSINESS CREDIT 04/09/2021 100-33-6210 55.07
STAPLES BUSINESS CREDIT 04/09/2021 100-41-6210 43.92
STAPLES BUSINESS CREDIT 04/09/2021 510-32-6210 53.37
SUNNYSIDE COMPANY 04/09/2021 100-04-6945 14471.43
TEA OLIVE I, LLC 04/09/2021 100-04-6945 48608.14
BANKCARD PROCESSING CENTER 04/16/2021 100-01-6940 216.47
161
BANKCARD PROCESSING CENTER 04/16/2021 100-22-5370 83.96
BANKCARD PROCESSING CENTER 04/16/2021 100-22-5430 398.00
BANKCARD PROCESSING CENTER 04/16/2021 100-22-6110 1586.00
BANKCARD PROCESSING CENTER 04/16/2021 400-00-5110 529.00
BANKCARD PROCESSING CENTER 04/16/2021 400-00-5321 470.78
CINTAS CORPORATION LOC 355 04/16/2021 100-03-5120 90.95
CINTAS CORPORATION LOC 355 04/16/2021 100-33-4510 258.70
CINTAS CORPORATION LOC 355 04/16/2021 100-33-6110 225.75
CINTAS CORPORATION LOC 355 04/16/2021 510-32-4510 715.15
CY ARMORY - CONDITION YELLOW ACADEMY 04/16/2021 100-22-6110 372.00
FIRST BANKCARD 04/16/2021 100-01-5110 58.16
FIRST BANKCARD 04/16/2021 100-33-5430 200.00
FIRST BANKCARD 04/16/2021 100-41-5330 60.29
FIRST BANKCARD 04/16/2021 100-41-6110 1935.78
FIRST BANKCARD 04/16/2021 100-44-5430 30.00
FIRST BANKCARD 04/16/2021 100-45-6110 45.00
FIRST BANKCARD 04/16/2021 100-46-6110 -265.58
FIRST BANKCARD 04/16/2021 100-47-5110 44.05
FIRST BANKCARD 04/16/2021 100-47-6110 384.84
FIRST BANKCARD 04/16/2021 400-00-5430 32.00
FIRST BANKCARD 04/16/2021 620-00-5110 2819.10
FIRST BANKCARD 04/16/2021 510-31-5410 32.00
NAPA AUTO PARTS MPEC 04/16/2021 100-22-5370 783.47
NAPA AUTO PARTS MPEC 04/16/2021 100-33-5370 2107.66
NAPA AUTO PARTS MPEC 04/16/2021 100-33-6250 380.88
NAPA AUTO PARTS MPEC 04/16/2021 100-45-5370 175.13
NAPA AUTO PARTS MPEC 04/16/2021 510-32-5380 41.94
NAPA AUTO PARTS MPEC 04/16/2021 510-35-5370 71.02
POSTMASTER MCHENRY IL 04/16/2021 100-41-5310 2515.98
SECRETARY OF STATE VEH SVS DEPT 04/16/2021 100-01-6940 151.00
SHAW MEDIA 04/16/2021 100-33-6110 155.82
STATE HOUSE INN 04/16/2021 100-22-5420 96.05
MCHENRY COUNTY CHIEFS OF POLICE 04/20/2021 100-22-5430 30.00
WILLIAMS BROTHERS CONSTRUCTION INC 04/27/2021 510-32-8500 599463.58
ARAMARK 04/30/2021 100-45-4510 123.59
BUSS FORD SALES 04/30/2021 100-22-5370 2864.98
CENTURY SPRINGS 04/30/2021 100-03-5120 59.98
ILLINOIS SWIMMING INC 04/30/2021 100-47-5410 10.00
JOE CSECH PAINTING 04/30/2021 100-01-8200 720.00
MCHENRY BREWING CO 04/30/2021 100-00-3310 300.00
MIDWEST OPERATING ENGINEERS WELFARE 04/30/2021 510-35-4310 2400.00
PLUS ONE TREE SERVICE 04/30/2021 100-41-5110 7000.00
RED WING BUSINESS ADVANTAGE 04/30/2021 510-35-4510 170.19
SHAW MEDIA 04/30/2021 100-01-5330 91.88
VICTOR FORD, INC 04/30/2021 100-22-5370 435.38
VICTOR FORD, INC 04/30/2021 510-35-5370 334.61
WILLIAMS BROTHERS CONSTRUCTION INC 04/30/2021 510-32-8500 96722.84
TOTAL:951573.53
162
Department of Public Works
Troy Strange, P.E., Director of Public Works
1415 Industrial Drive
McHenry, Illinois 60050
Phone: (815) 363‐2186
Fax: (815) 363‐2214
www.cityofmchenry.org
The City of McHenry is dedicated to providing the citizens, businesses and visitors of McHenry with the highest
quality of programs and services in a customer‐oriented, efficient and fiscally responsible manner.
REGULAR AGENDA SUPPLEMENT
DATE: May 17, 2021
TO: Mayor and McHenry City Council
FROM: Troy Strange, P.E., Director of Public Works
RE: Committee Recommendation: Honorary Street Sign for Kay Bates
ATT: Honorary Street Sign Application
Honorary Street Sign Resolution
____________________________________________________________________________________
AGENDA ITEM SUMMARY:
Staff requests City Council to consider the attached Resolution for approval designating the southwest
corner of Elm Street and Riverside Drive as “Honorary Kay Bates Way” as previously recommended by the
City Council.
BACKGROUND:
Attached is an honorary street sign application for Kay Bates submitted by Carl Vallianatos. Kay Bates has
been an employee of the McHenry Area Chamber of Commerce since 1991 and has served as President
since 2003. During her time with the Chamber, she has been involved in several local programs and events
including: Fiesta Days, McHenry Shamrocks the Fox, St. Baldricks, the MTI (Manufacturing, Trades, and
Industries) Expo, along with numerous other Chamber and City events.
The honorary street sign is proposed at the southwest corner of Elm Street and Riverside Drive due to its
proximity to both the downtown Riverside Business District and to the McHenry Riverwalk.
In Spring of this year, five applications were brought before both the Public Works Committee and the
City Council. At the April 19, 2021 City Council meeting, the City Council recommended that all five
applications including this honorary sign application be brought back before the City for approval and for
the passing of resolutions designating each of those Honorary Street Sign locations.
RECOMMENDATION:
Therefore, if the Council concurs, it is recommended that City Council approve the attached Resolution
designating the southwest corner of Elm Street and Riverside Drive as “Honorary Kay Bates Way” as
recommended by the City Council.
163
Honorary Street Sign Application
Date *
Applicant Name *
Applicant Email *
Applicant Phone #*
Name of Honoree *
Existing Street
Name *
Requested Sign
Location *
Please complete the following criteria that will be used in the evaluation of your request. Attach additional documents if
required. Honoree must be of good moral character.
Historical and/or
Cultural Infulence of
the Honoree on the
City
Provide Proof of
Significant
Association or Family
Ties to the City
Establish Clear
Geographical
Relationship of Street
to eh Area of Interest
of the Applicant
1/15/2021
Carl Vallianatos
vallianatoscarl@dist156.org
8154825850
As it would appear on sign, Maximum 20 characters including spaces
Kay Rial Bates
Green Street
(intersection)
NE or NW Corner of Green and Waukegan or
Green and Elm
Criteria for Designation
Kay Rial Bates has been an employee of the McHenry Area Chamber of Commerce
from 1991-2020 and has served as President since 2003. During this quarter-
century of service to our community, chamber, and all businesses large and small
we have seen the economy, culture, and spirit of fun and service to others flourish. I
hear leaders around McHenry talk about how our community is an ideal one in
which to LIVE, WORK, and PLAY. Kay has not only exemplified that but has helped
to make that mantra come to fruition for so many families and businesses because
of her tireless work that far exceeded any of her job descriptions. Great
communities, businesses, and organizations prosper when people give of
themselves. Kay has done that for our entire community, all our businesses, and our
schools. Her time, sweat, and efforts are part of the very fabric of our city. Almost
every business owner, leader, and organization has been personally impacted by
her.
Kay is a long-time resident of the City of McHenry and has raised her three children
who have all attended McHenry Community High School. Kay has been an
employee of the McHenry Area Chamber of Commerce since 1991 and its President
since 2003. Kay has become a well known McHenry icon because of her ever-
present servanthood in so many community endeavors.
Lower Green Street south of Elm to Waukegan is the economic downtown and
center of McHenry. It is also the location of the home office of the MACC, the
location of so many events over the years, close to many of our businesses and the
Riverwalk. We are suggesting either one of the southern corners of Green and Elm
or one of the northern, highly visible corners of Green and Waukegan.
164
Clrearly Defined
Community or Public
Contribution Made by
the Honoree
Signature *
The impacts and accomplishments of the McHenry Area Chamber of Commerce
under Kay’s leadership are too numerous to name. Fundamentally, Kay’s
stewardship, vision, and fiscal responsibility has enabled the MACC to grow into one
of the premier chambers in the area. The MACC is financially stable and has grown
in membership and impact over the decades. Its work and initiatives has also
changed the landscape of McHenry. Kay and the MACC has been a driving force
behind all the periods of economic prosperity in our community. The leadership on
the Riverwalk project has also been part of the long-term vision and revitalization for
the future connecting business to our most precious natural resource. Kay and the
MACC has grown Fiesta Days into a premier summer festival and continues to look
for new ground to break partnering on other community events like McHenry
Shamrocks the Fox and philanthropies like St. Baldrick’s. Kay has also been a
fervent supporter of our school systems and has helped McHenry High School foster
an annual MTI (Manufacturing, Trades, and Industry) Career Expo. Kay has worked
to coordinate other manufacturing week events and tours to inspire our young
people to important careers that are the foundation of our industrial and trades
workforce.
165
From:Vallianatos, Carl
To:Troy Strange
Subject:Re: Kay Bates Honorary Street Sign
Date:Saturday, February 6, 2021 7:47:05 AM
Hi Troy-
In talking with a few people- we believe that the corner of 120 and Riverside south corners
would be great alternative location close to the Riverside businesses and the RiverWalk for
consideration of Kay Bates' sign.
Thank you
Carl
On Fri, Jan 15, 2021 at 8:50 AM Troy Strange <tstrange@cityofmchenry.org> wrote:
Carl,
It appears that both signs on Green are due for the end of their ten year duration this year. I
think we’ll be able to trade the dedications with no issues but just in case if you could
provide a few alternate locations it would be appreciated.
Thank You
Troy Strange, P.E.
Director of Public Works
City of McHenry – Public Works
1415 Industrial Drive
McHenry, IL 60050
(o) 815-363-2186
(f) 815-363-2214
--
Carl D. Vallianatos, Ed.S.
166
Assistant Superintendent of Curriculum and Instruction
McHenry High School District #156
4716 W. Crystal Lake Road
(815) 759-2261
@CarlVallianatos
"Skills and achievement come through commitment and effort" - Carol Dweck
167
RESOLUTION NO._____
DESIGNATING THE SOUTHWEST CORNER OF ELM STREET AND RIVERSIDE DRIVE
AS “HONORARY KAY BATES WAY” IN THE CITY OF MCHENRY
WHEREAS, the City Council has established the Honorary Street Sign Policy and Program to
honor individuals from the City of McHenry who have contributed significantly to the City of McHenry
or our society in general through cultural, historical or humanitarian acts; and
WHEREAS, the City Council has considered the evidence and recommendation and finds
approval of the Honorary Street Designation of Honorary Kay Bates Way at the southwest corner of Elm
Street and Riverside Drive consistent with the criteria set forth in the Honorary Street Sign Policy.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
MCHENRY, MCHENRY COUNTY, ILLINOIS, AS FOLLOWS:
SECTION 1: The southwest corner of Elm Street and Riverside Drive shall be granted the
Honorary Street Designation of Honorary Kay Bates Way.
SECTION 2: An honorary street sign entitled Honorary Kay Bates Way shall be posted at the
southwest corner of Elm Street and Riverside Drive.
SECTION 3: This Resolution shall be in full force and effect from and after the date of its
passage and approval in the manner provided by law.
Passed and adopted this 17th day of May, 2021.
Voting Aye:
Voting Nay:
Absent:
ATTEST:
___________________________________ ____________________________________
City Clerk Trisha Ramel Mayor Wayne S. Jett
168
Department of Public Works
Troy Strange, P.E., Director of Public Works
1415 Industrial Drive
McHenry, Illinois 60050
Phone: (815) 363-2186
Fax: (815) 363-2214
www.cityofmchenry.org
The City of McHenry is dedicated to providing the citizens, businesses and visitors of McHenry with the highest
quality of programs and services in a customer-oriented, efficient and fiscally responsible manner.
REGULAR AGENDA SUPPLEMENT
DATE: May 17, 2021
TO: Mayor and McHenry City Council
FROM: Troy Strange, P.E., Director of Public Works
RE: Committee Recommendation: Honorary Street Sign for Mark Justen
ATT: Honorary Street Sign Application
Honorary Street Sign Resolution
____________________________________________________________________________________
AGENDA ITEM SUMMARY:
Staff requests City Council to consider the attached Resolution for approval designating the intersection
of Green Street and Municipal Drive as “Honorary Mark Justen Way” as previously recommended by the
City Council.
BACKGROUND:
Attached is an honorary street sign application for Mark Justen submitted by Brian Alto. Mark was a
lifelong resident of the City of McHenry. The Justen Family has resided in McHenry since the 1890’s and
during this time has owned and operated a prominent local business, Justen Funeral Home. Mr. Justen
was a fixture of the community, and the funeral home provided honor guard training and assistance for
numerous local Fire and Police Departments. In addition to his role with the Justen Funeral Home, Mr.
Justen also served for several years as a Trustee for the McHenry Township Fire Protection District.
The honorary street sign is proposed at the intersection of Green Street and Municipal Drive due to its
proximity to the Justen Funeral Home located on Municipal Drive.
In Spring of this year, five applications were brought before both the Public Works Committee and the
City Council. At the April 19, 2021 City Council meeting, the City Council recommended that all five
applications including this honorary sign application be brought back before the City for approval and for
the passing of resolutions designating each of those Honorary Street Sign locations.
RECOMMENDATION:
Therefore, if the Council concurs, it is recommended that City Council approve the attached Resolution
designating the intersection of Green Street and Municipal Drive as “Honorary Mark Justen Way” as
recommended by the City Council.
169
Honorary Street Sign Application
Date *
Applicant Name *
Applicant Email *
Applicant Phone #*
Name of Honoree *
Existing Street
Name *
Requested Sign
Location *
Please complete the following criteria that will be used in the evaluation of your request. Attach additional documents if
required. Honoree must be of good moral character.
Historical and/or
Cultural Infulence of
the Honoree on the
City
Provide Proof of
Significant
Association or Family
Ties to the City
Establish Clear
Geographical
Relationship of Street
to eh Area of Interest
of the Applicant
10/2/2020
Brian Aalto
bja1073@sbcglobal.net
8155294297
As it would appear on sign, Maximum 20 characters including spaces
Mark R Justen Way
Municipal Drive
(intersection)
Green Street/Municipal Drive
Criteria for Designation
Mark had an undeniable influence on the City of McHenry. He was the owner of a
multigenerational family business, and dedicated his life to helping bereaved
families to properly celebrate the lives of their departed loved ones. Mark was also a
great asset to local law enforcement, in that he provided a training location and
countless items of advice to many ceremonial honor guard units. Through his
invaluable assistance on countless issues, these honor guard units were able to
render final salutes to deceased police officers and firefighters. Furthermore, Mark
was a force for good, due to having donated both money and services for deceased
persons who would not normally have had a proper memorial service or burial.
These people included veterans without local families, victims of drug abuse, and
others.
Mark was also intimately involved in one of the most tragic events of our nation's
recent history, the September 11th attacks on the World Trade Center in New York
City. Mark was a founder of a multistate unit that assisted with identifying remains
and ensuring that proper services took place for those who perished in those horrific
events. He carried to New York decades of experience and dedication to his
profession, and brought back to McHenry a unique perspective and appreciation for
the magnitude of those events.
Mark's family resided in McHenry since the 1890s, and throughout that time, they
operated a prominent local business.
Municipal Drive abuts the Justen Funeral Home, the flagship of Mark's multi-building
business (he also operated funeral homes in Wonder Lake and Round Lake), and is
the main street by which one accesses the funeral home.
170
Clrearly Defined
Community or Public
Contribution Made by
the Honoree
Signature *
Simply put, Mark was a fixture in McHenry, both through his service as a member
and trustee of the McHenry Township Fire Protection District, and as a prominent
local businessman. Mark never hesitated to help someone in need of his expertise,
and dedicated his life, both professional and personal, to helping better, or at least
assist, other people. Mark personified service and assistance of others, and it is my
belief that an honorary street designated for him would be a daily reminder to others
of his steadfast enthusiasm for helping others in his community. Thank you for your
consideration.
171
RESOLUTION NO.____
DESIGNATING THE INTERSECTION OF GREEN STREET AND MUNICIPAL DRIVE AS
“HONORARY MARK JUSTEN WAY” IN THE CITY OF MCHENRY
WHEREAS, the City Council has established the Honorary Street Sign Policy and Program to
honor individuals from the City of McHenry who have contributed significantly to the City of McHenry
or our society in general through cultural, historical or humanitarian acts; and
WHEREAS, the City Council has considered the evidence and recommendation and finds
approval of the Honorary Street Designation of Honorary Mark Justen Way at the intersection of Green
Street and Municipal Drive consistent with the criteria set forth in the Honorary Street Sign Policy.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
MCHENRY, MCHENRY COUNTY, ILLINOIS, AS FOLLOWS:
SECTION 1: The intersection of Green Street and Municipal Drive shall be granted the
Honorary Street Designation of Honorary Mark Justen Way.
SECTION 2: An honorary street sign entitled Honorary Mark Justen Way shall be posted at the
intersection of Green Street and Municipal Drive.
SECTION 3: This Resolution shall be in full force and effect from and after the date of its
passage and approval in the manner provided by law.
Passed and adopted this 17th day of May, 2021.
Voting Aye:
Voting Nay:
Absent:
ATTEST:
___________________________________ ____________________________________
City Clerk Trisha Ramel Mayor Wayne S. Jett
172
Department of Public Works
Troy Strange, P.E., Director of Public Works
1415 Industrial Drive
McHenry, Illinois 60050
Phone: (815) 363-2186
Fax: (815) 363-2214
www.cityofmchenry.org
The City of McHenry is dedicated to providing the citizens, businesses and visitors of McHenry with the highest
quality of programs and services in a customer-oriented, efficient and fiscally responsible manner.
REGULAR AGENDA SUPPLEMENT
DATE: May 17, 2021
TO: Mayor and McHenry City Council
FROM: Troy Strange, P.E., Director of Public Works
RE: Committee Recommendation: Honorary Street Sign for James Keevil
ATT: Honorary Street Sign Application
Honorary Street Sign Resolution
____________________________________________________________________________________
AGENDA ITEM SUMMARY:
Staff requests City Council to consider the attached Resolution for approval designating the southeast
corner of Riverside Drive and Pearl Street as “Honorary James Keevil Way” as previously recommended
by the City Council.
BACKGROUND:
Attached is an honorary street sign application for James Keevil submitted by Sue Low Meyer. Mr. Keevil
was a Vietnam War Veteran who served in the US Navy and was honorably discharged. Mr. Keevil also
served for three years as a Sergeant on the McHenry Police Department and for another twenty-nine
years as the Communications Supervisor, retiring in 2005. During Mr. Keevil’s time with the McHenry
Police Department, he was recognized for meritorious work in the apprehending of a murder suspect who
had killed two people in the City of McHenry in December of 1970.
The honorary street sign is proposed at the southeast corner of Riverside Drive and Pearl Street. Mr.
Keevil lived on Riverside Drive for over 20 years and was occasionally known as “The Mayor of Riverside
Drive”.
In Spring of this year, five applications were brought before both the Public Works Committee and the
City Council. At the April 19, 2021 City Council meeting, the City Council recommended that all five
applications including this honorary sign application be brought back before the City for approval and for
the passing of resolutions designating each of those Honorary Street Sign locations.
RECOMMENDATION:
Therefore, if the Council concurs, it is recommended that City Council approve the attached Resolution
designating the southeast corner of Riverside Drive and Pearl Street as “Honorary James Keevil Way”
as recommended by the City Council.
173
Honorary Street Sign Application
Date *
Applicant Name *
Applicant Email *
Applicant Phone #*
Name of Honoree *
Existing Street
Name *
Requested Sign
Location *
Please complete the following criteria that will be used in the evaluation of your request. Attach additional documents if
required. Honoree must be of good moral character.
Historical and/or
Cultural Infulence of
the Honoree on the
City
Provide Proof of
Significant
Association or Family
Ties to the City
Establish Clear
Geographical
Relationship of Street
to eh Area of Interest
of the Applicant
Clrearly Defined
Community or Public
Contribution Made by
the Honoree
11/19/2020
Sue Low Meyer
mayorsue17@gmail.com
815-405-7240
As it would appear on sign, Maximum 20 characters including spaces
James " Keev" Keevil
Pearl Street
(intersection)
SE corner of Riverside Drive and Pearl Street
Criteria for Designation
James Keevil was born on Dec. 25, 1948 and raised in McHenry. He passed away
on October 26,2020.
Jim was a veteran on the Vietnam War serving in the US Navy. He was honorably
discharged. Jim served as a Sgt. of the McHenry Police Department for 3 years
.During that time he received recognition for meritorious police work for
apprehending a murder suspect, Philip Soper, on Dec. 18, 1970. Soper had shot
and killed two people in McHenry and was later convicted in 1971 of these crimes
.One of these shootings took place in the office of Dr. Kohl on Riverside Drive. The
suspect was captured at the Riverside Hotel.
James went on to serve the McHenry Police Department for 29 years as
Communications Supervisor, retiring in 2005. He is also a past member of the
McHenry Township Fire Protection District.
Jim and his family lived in McHenry all of his life. He served our country and he
served our community his entire adult life, in addition to the things I've already
mentioned. He had a passion for the city of McHenry and the people who lived here.
Jim helped so many people, quietly, without need for recognition.
The significant event in his police career took place on Riverside Drive. He grew up
on Court Street and spent much of his childhood at Pearl street Park, now known as
Veterans Memorial Park. He lived on Riverside Drive for at least 20 years. In his
retirement he enjoyed his life there and he affectionately became known as "The
Mayor of Riverside Drive."
A lifetime of service to our city, most notably the apprehension of a murder suspect,
later convicted of two murders in our city.
174
Signature *
175
James Keevil Honorary Street Sign Addendum
Submitted by Sue Myer
The intention of the Addendum is to expand on two areas of my original Honorary street Sign
application for James Keevil:
1) To establish a clear Geographical Relationship of Street to the interest of this applicant.
2) To clearly define community or public contribution made by the Honoree
On December 18, 1970, two McHenry police officers were recognized for meritorious police work
for the apprehension of an armed robber and suspected murderer Phillip Lee Soper. Soper was
convicted in 1971 of the shooting murders of Marlene Ahrens of Woodstock, and Guenther
Dolenske of McHenry. Ahrens was fatally shot Dec. 17, 1970 when Soper surprised her in the
back of the dentist's office where she worked as a receptionist. He intended to rob an
adjacent tavern but mistakenly entered the dentist office. That building was Bimbo's Restaurant,
and the Dentist office is now part of Bimbo's. At the same time, Soper shot John Bocker, the owner
of the building. He survived. The next day Soper shot Dolenske five times while robbing the
Farmhouse Tavern in McHenry, It was located where the vacant McDonalds sits on Rt. 31 and
Bull Valley Road. A short time later Soper was arrested by Officers James Keevil and Dan Kinnerk
at the Riverside Hotel on Riverside Drive, where he had been living for about two months.
In addition to being recognized by the City of McHenry for meritorious police work, Jim Keevil
was also recognized by the Illinois Police Federation, Phillip Soper was convicted and sentenced
to two consecutive 150 to 200 year prison sentences for the two McHenry murders. He is also
serving a concurrent life term for the killing of a Wisconsin nursing home resident. Soper also
admitted to the murder of a nursing home resident in Ohio, but was never convicted in that case.
He is serving his sentence at Menard Correctional Center. He became eligible for parole in 1980
and has applied for parole 7 times, but it has never been granted.
I have asked that the sign be located at the corner of Riverside and Pearl Street due to the clear
geographical tie to this crime, not to mention that Jim Keevil lived on Riverside Drive for a good
part of his life. I believe that the public contribution made by Jim Keevil is clear. Jim went on to
serve our community with our police department for over 30 years.
Thank you very much for your consideration of this application.
Sue Meyer
176
RESOLUTION NO. ______
DESIGNATING THE SOUTHEAST CORNER OF RIVERSIDE DRIVE AND PEARL
STREET AS “HONORARY JAMES KEEVIL WAY” IN THE CITY OF MCHENRY
WHEREAS, the City Council has established the Honorary Street Sign Policy and Program to
honor individuals from the City of McHenry who have contributed significantly to the City of McHenry
or our society in general through cultural, historical or humanitarian acts; and
WHEREAS, the City Council has considered the evidence and recommendation and finds
approval of the Honorary Street Designation of Honorary James Keevil Way at the southeast corner of
Riverside Drive and Pearl Street consistent with the criteria set forth in the Honorary Street Sign Policy.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
MCHENRY, MCHENRY COUNTY, ILLINOIS, AS FOLLOWS:
SECTION 1: The southeast corner of Riverside Drive and Pearl Street shall be granted the
Honorary Street Designation of Honorary James Keevil Way.
SECTION 2: An honorary street sign entitled Honorary James Keevil Way shall be posted at
the southeast corner of Riverside Drive and Pearl Street.
SECTION 3: This Resolution shall be in full force and effect from and after the date of its
passage and approval in the manner provided by law.
Passed and adopted this 17th day of May, 2021.
Voting Aye:
Voting Nay:
Absent:
ATTEST:
___________________________________ ____________________________________
City Clerk Trisha Ramel Mayor Wayne S. Jett
177
Department of Public Works
Troy Strange, P.E., Director of Public Works
1415 Industrial Drive
McHenry, Illinois 60050
Phone: (815) 363-2186
Fax: (815) 363-2214
www.cityofmchenry.org
The City of McHenry is dedicated to providing the citizens, businesses and visitors of McHenry with the highest
quality of programs and services in a customer-oriented, efficient and fiscally responsible manner.
REGULAR AGENDA SUPPLEMENT
DATE: May 17, 2021
TO: Mayor and McHenry City Council
FROM: Troy Strange, P.E., Director of Public Works
RE: Committee Recommendation: Honorary Street Sign for Mike Linderman
ATT: Honorary Street Sign Application
Honorary Street Sign Resolution
____________________________________________________________________________________
AGENDA ITEM SUMMARY:
Staff requests City Council to consider the attached Resolution for approval designating Brookwood Trail
as “Honorary Mike Linderman Way” as previously recommended by the City Council.
BACKGROUND:
Attached is an honorary street sign application for Mike Linderman submitted by Geri Condon. Mike
Linderman was a local business owner who operated All Pro Plumbing since 2009. Mr. Linderman was a
fixture of the community who was involved in several notable philanthropic causes, some of which
included: Special Olympics, McHenry Police Department Polar Plunge, Night Out With The Police, Shop
With A Cop, Fiesta Days, Donations to the VFW, Food Pantry Donations, Shamrocks the Fox, and other
numerous causes. Mr. Linderman tragically passed away in a motor vehicle accident this past winter and
this sign is being dedicated in his honor.
The honorary street sign is proposed at the intersection of Brookwood Trail and Abbey Drive due to its
proximity to Mr. Linderman’s home on Brookwood Trail.
In Spring of this year, five applications were brought before both the Public Works Committee and the
City Council. At the April 19, 2021 City Council meeting, the City Council recommended that all five
applications including this honorary sign application be brought back before the City for approval and for
the passing of resolutions designating each of those Honorary Street Sign locations.
RECOMMENDATION:
Therefore, if the Council concurs, it is recommended that City Council approve the attached Resolution
designating Brookwood Trail as “Honorary Mike Linderman Way” as previously recommended by the
City Council.
178
Honorary Street Sign Application
Date *
Applicant Name *
Applicant Email *
Applicant Phone #*
Name of Honoree *
Existing Street
Name *
Requested Sign
Location *
Please complete the following criteria that will be used in the evaluation of your request. Attach additional documents if
required. Honoree must be of good moral character.
Historical and/or
Cultural Infulence of
the Honoree on the
City
Provide Proof of
Significant
Association or Family
Ties to the City
Establish Clear
Geographical
Relationship of Street
to eh Area of Interest
of the Applicant
Clrearly Defined
Community or Public
Contribution Made by
the Honoree
Signature *
2/17/2021
Geri A. Condon
geri@captureyourpath.com
8154821678
As it would appear on sign, Maximum 20 characters including spaces
Mike Linderman
Brookwood
(intersection)
Brookwood/Abbey
Criteria for Designation
I was in a network group with Mike years ago and he was always quick to volunteer
and help out. He led by example when people were in need, he was the first to step
forward.
When the city began the Shamrock Fest celebration and needed sponsors to offset
the cost, Mike/All Pro Plumbing was the primary sponsor the first couple years.
Without his financial support we would have been challenged getting this amazing
event initiated. Mike/All Pro Plumbing has also donated to the Police Department,
along with Wayne Jett/Jett's Hearing, for the Ballistic helmets. He has donated to
Special Olympics, did the Polar Plunge both for the Police department. sponsored
the Night Out with the police, donated to the Shop with a Cop program. Mike has
also sponsored major events of Fiesta Days.
Family residence
Because Mike's business is on 120 and close to the VFW, it makes more sense to
honor him my his home, where his family and neighbors can see this tribute.
When he heard Girl Scout money had been stolen, he donated a replacement
contribution. He has sent 200 care packages to the troops for the VFW along with
donating turkeys for the VFW. He donated hot chocolate for the Holiday light display;
sponsored a night with the Santa house. He has donated to the food pantry.
Sponsored the Lemonade Brigade; sponsor of the Moose Car Show.
179
RESOLUTION NO. _____
DESIGNATING BROOKWOOD TRAIL AS “HONORARY MIKE LINDERMAN WAY” IN
THE CITY OF MCHENRY
WHEREAS, the City Council has established the Honorary Street Sign Policy and Program to
honor individuals from the City of McHenry who have contributed significantly to the City of McHenry
or our society in general through cultural, historical or humanitarian acts; and
WHEREAS, the City Council has considered the evidence and recommendation and finds
approval of the Honorary Street Designation of Honorary Mike Linderman Way at the location of
Brookwood Trail and Abbey Drive consistent with the criteria set forth in the Honorary Street Sign
Policy.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
MCHENRY, MCHENRY COUNTY, ILLINOIS, AS FOLLOWS:
SECTION 1: The City Street, Brookwood Trail shall be granted the Honorary Street
Designation of Honorary Mike Linderman Way.
SECTION 2: An honorary street sign entitled Honorary Mike Linderman Way shall be posted
at the intersection of Brookwood Trail and Abbey Drive.
SECTION 3: This Resolution shall be in full force and effect from and after the date of its
passage and approval in the manner provided by law.
Passed and adopted this 17th day of May 2021.
Voting Aye:
Voting Nay:
Absent:
ATTEST:
___________________________________ ____________________________________
City Clerk Trisha Ramel Mayor Wayne S. Jett
180
Department of Public Works
Troy Strange, P.E., Director of Public Works
1415 Industrial Drive
McHenry, Illinois 60050
Phone: (815) 363-2186
Fax: (815) 363-2214
www.cityofmchenry.org
The City of McHenry is dedicated to providing the citizens, businesses and visitors of McHenry with the highest
quality of programs and services in a customer-oriented, efficient and fiscally responsible manner.
REGULAR AGENDA SUPPLEMENT
DATE: May 17, 2021
TO: Mayor and McHenry City Council
FROM: Troy Strange, P.E., Director of Public Works
RE: Committee Recommendation: Honorary Street Sign for Judy Walsh Smith
ATT: Honorary Street Sign Application
Honorary Street Sign Resolution
____________________________________________________________________________________
AGENDA ITEM SUMMARY:
Staff requests City Council to consider the attached Resolution for approval designating the intersection
of Kane Avenue and Green Street as “Honorary Judy Walsh Smith Way” as previously recommended by
the City Council.
BACKGROUND:
Attached is an honorary street sign application for Judy Walsh Smith submitted by Erin Smith. Mrs. Smith
is a lifelong resident of the City of McHenry who graduated from McHenry High School in 1960. Mrs.
Smith has led a life of community involvement and service which includes volunteering at the local FISH
pantry and active membership in St. Patrick’s Catholic Church. Mrs. Smith served as a Community Service
Officer with the McHenry Police Department from 1989 to 2006. Additionally, she served as a school
crossing guard at Edgebrook School.
The honorary street sign is proposed at the southwest corner of Kane Avenue and Green Street. Mrs.
Smith’s work as a crossing guard at Edgebrook School for many years makes the proposed location
extremely appropriate to commemorate that service.
In Spring of this year, five applications were brought before both the Public Works Committee and the
City Council. At the April 19, 2021 City Council meeting, the City Council recommended that all five
applications including this honorary sign application be brought back before the City for approval and for
the passing of resolutions designating each of those Honorary Street Sign locations.
RECOMMENDATION:
Therefore, if the Council concurs, it is recommended that City Council approve the attached Resolution
designating the intersection of Kane Avenue and Green Street as “Honorary Judy Walsh Smith Way” as
recommended by the City Council.
181
Honorary Street Sign Application
Date *
Applicant Name *
Applicant Email *
Applicant Phone #*
Name of Honoree *
Existing Street
Name *
Requested Sign
Location *
Please complete the following criteria that will be used in the evaluation of your request. Attach additional documents if
required. Honoree must be of good moral character.
Historical and/or
Cultural Infulence of
the Honoree on the
City
Provide Proof of
Significant
Association or Family
Ties to the City
Establish Clear
Geographical
Relationship of Street
to eh Area of Interest
of the Applicant
Clrearly Defined
Community or Public
Contribution Made by
the Honoree
2/8/2021
Erin Smith
erinksmith227@gmail.com
224-723-9326
As it would appear on sign, Maximum 20 characters including spaces
Judy Walsh Smith
Kane ave.
(intersection)
Kane/green st.
Criteria for Designation
Judy Walsh Smith was born and raised in Mchenry, IL. She attended St. Patrick's
school k-8, then McHenry East High School, where she graduated in 1960. Judy
continues to live in McHenry, as she has her entire life. Judy worked as a teenager
at Waddle's drug store on Green Street. She was a beautician after high school. She
was a stay at home mom, while her children were growing. She then became a
community service officer at the McHenry Police Department from 1989-2006. She
is a member of St. Patrick's Church. She also has been a volunteer for the FISH
pantry in McHenry for many years.
Judy Walsh Smith's childhood home is 814 Center Street. She still owns this family
home. She is the second daughter of Quentin and RoseAnn Walsh, who was the
first nurse in McHenry. She currently resides on Kama Ave, in the McHenry
Township.
Judy Walsh Smith was the crossing guard at Edgebrook school for many years. I
believe this would be a huge honor for her to have a street honorarily named after
her at this location. Many children looked forward to seeing her smiley face
everyday.
As stated above, my mom, Judy, is a lifetime resident of McHenry. Her heart is a
part of this city. As a community service officer, many would say hi to her as she
would mark tires on Green and Main street. Children at Riverwood and mostly
Edgebrook school looked forward to seeing her everyday. During her time at the
police department, she only took 1 full week off of sick days. She LOVED working
there. As her child, I hated going anywhere with her, as she knew (knows) everyone
in this town. And now her work at St. Patrick's in the Lady's guild and working at the
FISH food pantry, she loves to help. I truly think it would be honor to the city to name
a street after her.
182
Signature *
183
RESOLUTION NO.
DESIGNATING THE INTERSECTION OF KANE AVENUE AND GREEN STREET AS
“HONORARY JUDY WALSH SMITH WAY” IN THE CITY OF MCHENRY
WHEREAS, the City Council has established the Honorary Street Sign Policy and Program to
honor individuals from the City of McHenry who have contributed significantly to the City of McHenry
or our society in general through cultural, historical or humanitarian acts; and
WHEREAS, the City Council has considered the evidence and recommendation and finds
approval of the Honorary Street Designation of Honorary Judy Walsh Smith Way at the intersection of
Kane Avenue and Green Street consistent with the criteria set forth in the Honorary Street Sign Policy.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
MCHENRY, MCHENRY COUNTY, ILLINOIS, AS FOLLOWS:
SECTION 1: The intersection of Kane Avenue and Green Street shall be granted the Honorary
Street Designation of Honorary Judy Walsh Smith Way.
SECTION 2: An honorary street sign entitled Honorary Judy Walsh Smith Way shall be posted
at the intersection of Kane Avenue and Green Street.
SECTION 3: This Resolution shall be in full force and effect from and after the date of its
passage and approval in the manner provided by law.
Passed and adopted this 17th day of May, 2021.
Voting Aye:
Voting Nay:
Absent:
ATTEST:
___________________________________ ____________________________________
City Clerk Trisha Ramel Mayor Wayne S. Jett
184
Bill Hobson, Director of Parks and Recreation
McHenry Recreation Center
3636 Municipal Drive
McHenry, Illinois 60050
Phone: (815) 363-2160
Fax: (815) 363-3119
www.ci.mchenry.il.us/park_recreation
AGENDA SUPPLEMENT
DATE: May 17, 2021
TO: Mayor and City Council
FROM: Bill Hobson, Director of Parks and Recreation
RE: Update of Riverwalk Plan and Preparation of Easement Documents
Attachment: HR Green Proposal
Ordinance for the Budget Amendment
AGENDA ITEM SUMMARY:
The Riverwalk Foundation has approached HR Green to re-examine and revise Riverwalk plans
for the section extending north from the Route 120 Bridge and ending at Weber Park, included
in this proposal are the preparation of the easement documents to secure the city’s rights to
proceed from landowners. The attached proposal of $14,500 would be paid by the city with the
Riverwalk Foundation continuing to work as a liaison. The proposal would require a budget
amendment from the TIF Fund to proceed.
BACKGROUND:
In 2014 the McHenry Riverwalk Foundation had contracted with HR Green to formulate updated
plans for the Riverwalk from north of the, at that time, recently completed section ending at the
Route 120 Bridge. The proposal looked to examine the possibility of extending the walk over the
water rather than on the land in certain segments as property owners were expressing their
concerns regarding the land that would be taken from them. At that time, some initial work was
also completed on the preparation of easement documents to present to the landowners.
The president of the Riverwalk Foundation had some initial talks with landowners however
without a funding source and definitive plans from the City of McHenry the talks stalled and went
stagnant. More recently however, the Riverwalk Foundation has re-ignited discussions on the
continued extension of the Riverwalk, to in particular capture traffic off of the Fox River. These
talks went hand in hand with motivated landowners that have invested into their properties and
are once again amenable to signing easements to the city to extend the Riverwalk. In addition,
the TIF Fund has become more viable and is a potential source to fund the extension now that
the Riverwalk Foundation has essentially exhausted their funds through the construction of the
last two phases.
185
Version2.1 02052021
Simple Scope Short Form Agreement
Project: McHenry Riverwalk Update Project No: 210495
Engineering Design Phase No(s).: 10/20
Date: 04/19/2021
Client: McHenry Riverwalk Foundation
Contact: Mr. John Smith
Address: 3338 Waukegan Rd
City/State/Zip: McHenry, IL 60050
Phone/Fax No. 815-236-3700
The CLIENT agrees to employ HR Green, Inc. (COMPANY) to perform the following services:
Phase 10 – Design update - $10,000.00
Provide update to 80% Plan set for Riverwalk Phase 2A.3 which extends from the
northside of the Rt 120 Bridge to the south end of Weber Park This plan set was last
updated on January 5, 2015. This update will consist of the following items:
• Revise the layout of the walkway to be over the water for the entire length of the
project. Seating areas along the walkway will be revised accordingly.
• Revise the landscaping/parking plan for behind the Old Bridge building to
accommodate dumpster relocation.
• Eliminate the proposed new pier layout. Reconnect all existing piers.
• Review and update the lighting layout.
• Update boardwalk details. Provide one showing decking, one with
stamped/colored concrete, and one showing brick pavers.
• Review conditions of seawalls and update design recommendations.
• Update EOPC for project including options for different boardwalk cross sections
mentioned above.
Phase 20 – Easement Document Updates - $4,500.00
Provide updates to the easement documents previously created showing t emporary and
permanent easements along properties located between Rt 120 and Pearl Street.
• Documents will be updated with dates and current property owners.
• Verified for correct easement locations based on revisions to Design.
Create temporary easement documents for the four (4) properties located between the
Pearl Street Bridge and Miller Park.
186
Short Form AGREEMENT
McHenry Riverwalk Update
210495
April 19, 2021
Page 2 of 4
Version2.1 02052021
Deliverables & Schedule
Deliverables:
• Revised/updated 80% engineering plan set.
• Revised/Updated Engineer’s Opinion of Probable costs (EOPC).
• Plat documents for signature (8 properties)
Schedule:
• Contract approval: April 19, 2021
• 80% design review Meeting with CLIENT: May 5, 2021
• Final documents: May 14, 2021
The CLIENT agrees to pay COMPANY for the above scope of services:
Time & Material, Not to Exceed in the amount of $11,500.00
Reimbursable Expenses Included
Sub-Consultant Services Included
Prepayment Required for Services to Commence
Copy To:
Accounting
TERMS AND CONDITIONS
Services provided by COMPANY under this AGREEMENT will be performed in a manner consistent with that degree of
care and skill ordinarily exercised by members of the same profession currently practicing at the same time and in the
same or similar locality.
Nothing contained in this AGREEMENT shall create a contractual relationship with or a cause of action in favor of a third
party against either the CLIENT or the COMPANY. COMPANY’s services under this AGREEMENT are being performed
solely for the CLIENT’s benefit, and no other party or entity shall have a ny claim against COMPANY because of this
AGREEMENT or the performance or nonperformance of services hereunder. The CLIENT and COMPANY agree to
require a similar provision in all agreements with contractors, subcontractors, sub-consultants, vendors and other entities
involved in this project to carry out the intent of this provision.
In an effort to resolve any conflicts that arise during the design or construction of the project or following the completion
of the project, the CLIENT and COMPANY agree that all disputes between them arising out of or relating to this
AGREEMENT shall be submitted to non-binding mediation unless the parties mutually agree otherwise. The CLIENT
and COMPANY further agree to include a similar mediation provision in all agreements with independent contractors
and consultants retained for the project and to require all independent contractors and consultants also to include a
similar mediation provision in all agreements with subcontractors, sub-consultants, suppliers or fabricators so retained,
thereby providing for mediation as the primary method for dispute resolution between the parties to those agreements.
187
Short Form AGREEMENT
McHenry Riverwalk Update
210495
April 19, 2021
Page 3 of 4
Version2.1 02052021
If litigation arises for purposes of collecting fees or expenses due under this AGREEMENT, the Court in such litigation
shall award reasonable costs and expenses, including attorney fees, to the party justly entitled thereto. In awarding
attorney fees, the Court shall not be bound by any Court fee schedule, but shall, in the interest of justice, award the full
amount of costs, expenses, and attorney fees paid or incurred in good faith.
All reports, plans, specifications, field data, field notes, laboratory test data, calculations, estimates and other document s
including all documents on electronic media prepared by COMPANY as instruments of service shall remain the property
of COMPANY.
All project documents including, but not limited to, plans and specifications furnished by COMPANY under this project
are intended for use on this project only. Any reuse, without specific written verification or adoption by COMPANY, shall
be at the CLIENT's sole risk, and CLIENT shall defend, indemnify and hold harmless COMPANY from all claims,
damages and expenses including attorneys’ fees arising out of or resulting therefrom.
Under no circumstances shall delivery of electronic files for use by the CLIENT be deemed a sale by the COMPANY,
and the COMPANY makes no warranties, either express or implied, of merchantability and fitness for any particular
purpose. In no event shall the COMPANY be liable for indirect or consequential damages as a result of the CLIENT’s
use or reuse of the electronic files.
Because electronic file information can be easily altered, corrupted, or modified by other parties, either intentionally or
inadvertently, without notice or indication, COMPANY reserves the right to remove itself from ownership and/or
involvement in the material from each electronic medium not held in its possession. CLIENT shall retain copies of the
work performed by COMPANY in electronic form only for information and use by CLIENT for the specific purpose for
which COMPANY was engaged. Said material shall not be used by CLIENT or transferred to any other party, for use in
other projects, additions to this project, or any other purpose for whi ch the material was not strictly intended by
COMPANY without COMPANY’s express written permission. Any unauthorized use or reuse or modifications of this
material shall be at CLIENT’S sole risk. Furthermore, the CLIENT agrees to defend, indemnify, and hold COMPANY
harmless from all claims, injuries, damages, losses, expenses, and attorneys’ fees arising out of the modification or
reuse of these materials.
The CLIENT agrees that the General Contractor is solely responsible for job site safety, and warrants that this intent
shall be made evident in the CLIENT's agreement with the general contractor. The CLIENT also agrees that the CLIENT,
COMPANY and COMPANY’s consultants shall be indemnified and shall be made additional insureds on the general
contractor’s and all subcontractor’s general liability policies on a primary and non-contributory basis.
The CLIENT shall make no claim for professional negligence, either directly or in a third party claim, against COMPANY
unless the CLIENT has first provided COMPANY with a written certification executed by an independent design
professional currently practicing in the same discipline as COMPANY and licensed in the State in which the claim arises.
The CLIENT agrees, to the fullest extent permitted by law, to limit the liability of COMPANY and COMPANY’s officers,
directors, partners, employees, shareholders, owners and sub-consultants to the CLIENT for any and all claims, losses,
costs, damages of any nature whatsoever or claims expenses from any cause or causes, including attorneys' fees and
costs and expert witness fees and costs, so that the total aggregate liability of COMPANY and its officers, directors,
partners, employees, shareholders, owners and sub -consultants to all those named shall not exceed $ 10,000. It is
intended that this limitation apply to any and all liability or cause of ac tion however alleged or arising, unless otherwise
prohibited by law.
Invoices for COMPANY’s services shall be submitted, on a monthly basis. Invoices shall be due and payable upon
receipt. If any invoice is not paid within 30 days, COMPANY may, without waiving any claim or right against the CLIENT,
and without liability whatsoever to the CLIENT suspend or terminate the performance of services. The retainer shall be
credited on the final invoice. Accounts unpaid 30 days after the invoice date may be subject to a monthly service charge
of 1.5% (or the maximum legal rate) on the unpaid balance. In the event any portion of an account remains unpaid 60
days after the billing, COMPANY may institute collection action and the CLIENT shall pay all costs of collection, including
reasonable attorneys’ fees.
The COMPANY is not a Municipal Advisor registered with the Security and Exchange Commission (S EC) as defined in
the Dodd-Frank Wall Street Reform and Consumer Protection Act. When the CLIENT is a municipal entity as defined
by said Act, and the CLIENT requires project financing information for the services performed under this AGREEMENT,
the CLIENT will provide the COMPANY with a letter detailing who their independent registered municipal advisor is and
that the CLIENT will rely on the advice of such advisor. A sample letter can be provided to the CLIENT upon request.
188
Short Form AGREEMENT
McHenry Riverwalk Update
210495
April 19, 2021
Page 4 of 4
Version2.1 02052021
This AGREEMENT is approved and accepted by the CLIENT and COMPANY upon both parties
signing and dating the AGREEMENT. Services will not begin until COMPANY receives a signed
agreement. The effective date of the AGREEMENT shall be the last date entered below.
McHenry Riverwalk Foundation
HR GREEN, INC.
420 Front Street
McHenry, Illinois 60050
815-385-1778
Accepted by: Approved by:
Printed/
Typed Name: Printed/
Typed Name: Timothy J. Hartnett
Title: Title: Vice President / Principal
Date: Date: May 19, 2021
189
ANALYSIS:
The McHenry Riverwalk Foundation has been the driving force behind the construction of the
last two phases of the Riverwalk. They have invested over $1 million in planning and construction
over the life of the Riverwalk as well as countless hours planning. They continue to do so and
advocate for the extension of the best laid plans. They have been the invaluable liaison between
the city and private business owners. As they have exhausted the resources at their disposal,
they are now approaching the city to re-examine plans that they began 6 years ago.
The update of the plans is vital as it allows the Foundation and the City to approach business
owners with that definitive plan in order to secure easements that the landowners are amenable
to signing. The Foundation is willing to continue and drive the project but through a well-
established partnership that we have created.
In the last two years the TIF Fund has become viable with a positive revenue balance. This
proposal from the Riverwalk Foundation and HR Green is an acceptable expenditure of TIF Funds.
This is not something that the city had planned for during the budget process and as such would
require a budget amendment.
Finally, HR Green was the sole engineering firm contacted on this project as they completed the
initial work and have all existing documents and background information in house. Anyone else
would be substantially more as they would be starting from scratch.
RECOMMENDATION:
Therefore, if City Council concurs then a motion should be made to approve an Ordinance
authorizing a budget amendment to the TIF Fund in the amount of $14,500 and to enter an
agreement with HR Green to update the 80% Construction Plans for the Riverwalk from North
of the Route 120 Bridge to South Weber Park.
190
ORDINANCE NO. 21-
AN ORDINANCE AMENDING THE FY2021/2022 BUDGET FOR THE
FISCAL YEAR ENDING APRIL 30, 2022
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; and
WHEREAS, the City of McHenry acting by and through its Mayor and City Council has
previously approved the FY21/22 Annual Budget for the Fiscal Year Ending April 30, 2022 by a
motion at the Regular City Council Meeting held on April 19, 2021; and
WHEREAS, it is necessary and appropriate to delete, add to, or otherwise change certain
line items in said Budget Ordinance as provided in Exhibit A to this Ordinance;
NOW, THEREFORE, BE IT ORDAINED by the City Council of the City of
McHenry, McHenry County, Illinois, as follows:
SECTION 1: That the amendments to the Budget Ordinance for the Fiscal Year Ending
April 30, 2020 are hereby approved in the form and content as provided by Exhibit “A” which is
attached hereto and made part hereof.
SECTION 2: If any section, paragraph, subdivision, clause, sentence or provision of this
Ordinance shall be adjudged by any Court of competent jurisdiction to be invalid, such judgment
shall not affect, impair, invalidate or nullify the remainder thereof, which remainder shall remain
and continue in full force and effect.
SECTION 3: All ordinances, or parts of ordinances in conflict herewith 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 this 17th day of May, 2021.
Ayes Nays Absent Abstain
Alderman Devine _____ _____ _____ _____
Alderman Glab _____ _____ _____ _____
Alderman Harding _____ _____ _____ _____
Alderman McClatchey _____ _____ _____ _____
Alderwoman Miller _____ _____ _____ _____
191
Alderman Santi _____ _____ _____ _____
Alderman Strach _____ _____ _____ _____
______________________ ________________________
Wayne Jett, Mayor Monte Johnson, Deputy City Clerk
192
EXHIBIT A
The following budget items are amended by this Ordinance:
FY21/22 Tax Increment Finance - $14,500
193
Department of Community &
Economic Development
McHenry Municipal Center
333 Green Street
McHenry, Illinois 60050
Phone: (815) 363-2170
Fax: (815) 363-2173
www.ci.mchenry.il.us
REGULAR AGENDA SUPPLEMENT
TO: Mayor and City Council
FROM: Ross Polerecky, Director of Community Development
FOR: May 17, 2021 Regular City Council Meeting
RE: Consideration of connection to City sanitary sewer system without annexation
to the City of McHenry at Resident Rates for the property located at 2303 W
Country Lane
ATT:
1. Location map
2. Utility Map (Depicting location of City sanitary sewer main in relationship to property at
2303 W Country Lane)
AGENDA ITEM SUMMARY:
Council is being asked to consider permitting the property located at 2303 W Country Lane to
connect to the City’s sanitary sewer system without annexation to the City and payment of
connection and user fees at resident rates.
BACKGROUND:
Michael Compton, owner of the property located at 2303 W Country Lane, contacted staff
about connecting to City sewer. Mr. Compton rents the property, which is located in the
Eastwood Manor Subdivision and has had problems with his septic system. Staff informed Mr.
Compton it has been the City’s policy that any connection to City water or sewer requires
annexation to the City. The property is contiguous to City boundaries to the south and Mr.
Compton did agree to annex however, in this instance, staff believes it is not advantageous to
the City if Mr. Compton annexes.
ANALYSIS:
The sewer line (depicted on attached map) is directly south of the property however due to its
location and adjacent properties to the east, west and north are not within the City’s corporate
limits, staff believes it does not make sense from a police and code enforcement or road
maintenance/public works perspective for one property, due to its location, annex to the City.
When a property annexes to the City the annexation is extended to the far side of the road;
therefore if annexed the City would be required to maintain that section of Country Lane
directly contiguous to 2303 W Country Lane in addition to providing services such as police
194
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
protection; code enforcement; road maintenance, snow plowing, etc. Staff believes it is in the
City’s best interest from a time and expense standpoint to not annex the subject property and,
therefore, staff is recommending the owner be charged resident rates to connect, as well as
resident sewer usage fees. Two other homes on this block had similar situations occur and City
Council approved the waiver of annexation and the connection at a resident’s rate.
RECOMMENDATION:
Therefore, if the City Council concurs, it is recommended the property located at 2303 W
County Lane be permitted to connect to the City’s sewer system and pay resident rates for
both the connection and sanitary sewer usage.
195
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
Location Map: 2303 W Country Lane
196
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
Utility Map
2303 Country Lane
197
Wayne Jett, Jr. Mayor
City of McHenry
McHenry Municipal Center
333 Green Street
McHenry, Illinois 60050
Phone: (815) 363‐2100
www.cityofmchenry.org
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.
REGULAR AGENDA SUPPLEMENT
DATE: May 17, 2021
TO: McHenry City Council
FROM: Wayne Jett, Jr., Mayor
RE: Motion to approve the transfer of a Class B liquor license from Big ANG Inc. to
Kojak’s McHenry, Inc.
ATT: Liquor License Application and Supporting Documentation
AGENDA ITEM SUMMARY:
Council is being asked to approve the transfer of a Class B Liquor License from the current
restaurant located at 3102 W. Illinois Route 120, Hickory Pit BBQ, to a new restaurant, Kojack’s,
that currently operates another facility in Cary, IL. The plan is to sell only bottle beer at the
McHenry location. A video gaming request is also being made, to be considered under a separate
agenda item.
ANALYSIS:
All required paperwork has been submitted and background checks completed.
RECOMMENDATION:
Therefore, if Council concurs, it is recommended a motion be made to approve the transfer of
a Class B liquor license from Big ANG Inc. to Kojak’s McHenry, Inc. Located at 3102 W. Illinois
Route 120.
198
N
CITY OF
r McHe r
H E A R T O F T H € F 0 A R I P E R
Application for Liquor License
License Classification
Application Date* 4/14/2021
License Type* A Class"D"(Special Event"license has a separate application
A B C
E F G
License Classifications-Link to classifications list in the City Code
Catering Permits the service of Alcoholic liquor for off-site consumption as an incidental part of food service,sold at a
Endorsement? package price as agreed upon under contract and extends the premise of a business to include City owned parks
and property when being requested by the City to provide alcohol service at a City event.Additional$300 fee
No
Yes
New/Transfer* New Business
Transfer of License
Applicant Business
Name of Business* Kojak's McHenry, Inc.
Name on License Name to appear on liquor license(if different than above).
Address* 3102 W IL Route 120, McHenry, IL 60051
Phone* 847- 756-0032
Email* cdcros@aol.com
Type of Business*Sole Proprietor
Partnership
LLC or Corporation
Principal Business Bar Restaurant
Type* Retail Store Hotel
Gas Station Gaming Parlor
Other
Video Gaming* Do you intend to apply for video gaming?
No
Yes
A separate application will need to be filled out for video gaming. The issuance of a qualified liquor license in the City of
McHenry does not guarantee that a video gaming license will be issued.199
State of Filing List state of filing for LLC,Corporation,Partnership and Sole Proprietor
Illinois
Alcohol Sale Length How long has the business been in the business of selling alcohol?List date.
Zoning What Zoning Classification is the business property?
Business Location History
Date Date on which the business opened or will open at the above Business Location
5/17/2021
Property Ownership Is the property at which the applicant business is located owned or lased by the applicant?
Owned
Leased
List the property owner information for the leased property.
A copy of the property lease agreement must also be submitted. If the property is owned by a land trust,trustee must file
affidavit disclosing names and addresses of all beneficial owners and percentage of interest.
Person or Business Demos D.Archos
Name
Address 808 N.John St, McHenry, IL 60050
Phone Number
Email
Location Is the location of the applican'ts business for which the license is sought within one hundred feet of any church,
schook,hospital,funeral home, home for aged or indigent persons or for veterands and their families or anyQualifications
military or naval station?
No
Yes
Parking How many private property parking spaces are associated with the business location?
44
Business Agent
An agent is the authorized representative of the Licensee who has supervisory authority over all employees of he license
premises.An agent may be an owner, partner, member,or designated manager.
Full Name* Carrie M Schuppe
Date of Birth*
Citizenship* Birth
Naturalization
Email* cschuppe@kojaksincary.com
Business History
200
History* Have the applicant(s)(including all 5%or higher owners),corporation,LLC,or partnership ever engaged in the
business or sale of alcoholic liquor at any other location?
No
Yes
Business History Information
For a large history,documents can be uploaded in lieu of filling out the fields
Name of Person or Kojak's Incorporated
Business
D/B/A Name Kojak's
Address 700 Northwest Hwy,Cary, IL 60013
Business Licensing and Filing Identification
ROT# Applicant's Retailer's Occupation tax(ROT)Registration Number
4395-5495
Delinquency* Has applicant been delinquent in the payment of the Retailer's Occupational Tax(Sales Tax)?
No
Yes
Insurance
List the name and address of dram shop insurance company along with the policy numbers for both the applicant business
and owner of the building(if leased)in which the alcoholic liquor will be sold for the duration of the license.
Insurance Company
Insurance Company
Address
Policy Number
Owner Insurance
Company
Owner Insurance
Address
Owner Policy Number
Background Questionnaire
The following questions are in relation to the McHenry City Liquor Ordinance and Illinois law as it pertains to
liquor licensing.All questions must be answered honestly. Failure to do so may disqualify you from the
application process.
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?
Yes
No 201
Will you maintain the entire premises in a safe,clean and sanitary manner free from conditions,which might cause
accidents?
Yes
No
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?
Yes
No
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 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?
Yes
No
Have any of the applicants, including all listed agents and partners who have a minimum of a 5%ownership in the
business been convicted of any violation of any law pertaining to alcoholic liquors?
Liquor Violations?* Yes
No
Have any of the applicants, including all listed agents and partners who have a minimum of a 5%ownership in the
business been convicted of a felony or misdemeanor?
Felony/ Yes
Misdemeanor?*No
Will you and all your employees refuse to serve or sell alcoholic liquor to an intoxicated person or to a minor?
Yes
No
Has any owner(s)or member(s)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?
Federal Yes
Gaming/Wagering No
Stamp*
Have you,or any partner,or owner of 5%or more shares of the business or Agent,ever had a liquor license revoked or
suspended?
Suspension* Yes
No
Liqour Suspension Information
For a large number of suspensions,a separate document may be submitted in lieu of filling out the boxes below.
Name
202
Date and Location of
Offense
Is any individual who is directly or indirectly interested in applicant's place of business,a law-enforcing official or elected
public official(mayor,alderman,and member of any City commission,committee or board)?
Official or Officer*Yes
No
Public Official or Officer Information
Name
Address
Phone
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)?
Gambling Offense Yes
No
Gambling Offense Information
Name
Date and Location of
Offense
Single Line
Ownership Records
A List of all owners, partners,stock holders and members must be listed below. In lieu of filling out multiple boxes,
additional supporting paperwork may be submitted.
Owner Information
Name Carrie M Schuppe
Date of Birth
Email
Percentage of 100
Ownership
Citizenship-Owner Birth
Naturalization
203
File Upload Upload supporting documents,certificate of insurance,etc
Lease-Kojak's.pdf 13.32MB
Lease-Kojak's Signature page.pdf 49.92KB
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.
Signature of
Authorized Agent of Cc3rre M 56'&Ppe
Corporation
Acknowledgement* I understand that checking this box constitutes a legal signature and confirms that I
have filled out this form to the best of my ability.
Date* 4/14/2021
204
Business Plan 5/4/21
Kojak’s, a fast-casual restaurant, will open its doors to the public on June 7th, 2021, located at
3102 W IL Route 120 (previously Hickory Pit). The restaurant offers a variety of Chicago-style
comfort foods including gyros… our #1 seller… (traditional, chicken & pork), chicken kabobs,
flame-grilled burgers, hot dogs, Italian beef, chicken wings, 8 flavors of milkshakes, sweet
potato fries, onion rings as well as a few unique dessert items: Deep Fried Oreos, Deep Fried
Ice Cream and Deep Fried Cheesecake Bites.
This will be the second location for Kojak’s. The original Kojak’s is located at 700 NW Hwy in
Cary. Kojak’s has served the Cary area for over 30 years and has been owned and operated by
Carrie for the past 8 ½ years.
Kojak’s of McHenry will operate similar to the Cary location and will offer the same menu.
Kojak’s will offer dine-in, pick-up, delivery, online ordering and catering services to our
customer base areas seven (7) days a week with operating hours of 11am to 8pm. We are a
family-friendly restaurant and will be heavily involved in the community through fundraising
and multiple sponsorships for local schools, sports and other organizations.
Kojak’s is applying for a liquor license to offer bottled beers and wines. We will also pursue a
gaming license for 4 gaming machines (as enjoyed by the previous owner of Hickory Pit).
.
Owner Information
Carrie Schuppe is the sole owner of Kojak’s and has lived in Cary for the past sixteen (16) years
with her husband, Craig, and their three children, ages 16, 20 and 22. Carrie is a hands-on
owner and operator and will be heavily involved in the management of both restaurants.
Managers are (and will be) employed at both locations. Carrie has owned several businesses
prior to living in Cary.
Carrie has an educational background in business and accounting, and was a Controller in
Florida prior to moving to Cary. Her business background provides her with the expertise to run
the restaurant on a cashflow perspective. Cost breakdown for each menu item allows for
instant impact on the general health of the restaurant overall. However, menu creation is the
fun side of owning a restaurant. Carrie will continue to bring in new, exciting menu items with
value to the customer.
205
Monte Johnson
Deputy City Clerk
333 S Green Street
McHenry, Illinois 60050
Phone: (815) 363‐2100
Fax: (815) 363‐2119
mjohnson@cityofmchenry.org
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.
REGULAR AGENDA SUPPLEMENT
DATE: May 17, 2021
TO: Mayor and City Council
FROM: Monte Johnson, Deputy City Clerk
RE: Video Gaming License Application by Kojak’s, Inc.
AGENDA ITEM SUMMARY:
Kojak’s, Inc. has submitted an application for video gaming. The transfer of a liquor license
from Bing ANG, Inc. is on the agenda for approval. Big ANG, Inc. previously held a video gaming
license with 3 terminals, and Kojak’s is requesting up to 4 terminals.
Consideration of this item is subject to the approval of the Class B Liquor License agenda item.
RECOMMENDATION:
Therefore, if Council concurs, then it is recommended a motion be made to approve a video
Gaming License to Kojak’s, Inc. at 3102 W IL Route 120.
206
N
CITY OF
McHe r 0 4
y
4
H E A R T O F T H € F 0 A R I P E R
Video Gaming License Application
The annual license term runs May 1st through April 30th.
The annual license fee payable to the City for a licensed private business shall be$1,000 for each video gaming
establishment and$1,000 for each video gaming terminal. Fees for non-for-profit establishments shall be$250 per
establishment and$250 for each video gaming terminal.
Applicant's Kojak's McHenry, Inc.
Corporate Name*
Business Address* 3102 W IL Route 120, McHenry, IL 60051
Business Phone#* 847- 756-0032
Email* cschuppe@kojaksincary.com
Terminals Number of video gaming terminals to be operated(maximum 6)
4
Previous App? Have you made an application for a similar license for premises other than described in this location
No
Yes
Previous Info Provide the date,location of premises,and disposition of the previous application.
December 2017
Kojak's Incorporated,d/b/a Kojak's
700 Northwest Hwy, Cary, IL 60013
Currently renewed
License Revoked? Has any license previously issued to you by State,Federal,or local authorities been revoked?
No
Yes
Terminal Operator Information
Name of Operator Illinois Gaming Systems
Address of Operator 1864 High Grove Lane,Ste 108, Naperville, IL 60540
Phone#of Operator 312-544-9856
Operator Email info@illinoisgamingsystems.com
Applicant Signature*
Car'le M C&Ppe
207
Acknowledgement* I understand that checking this box constitutes a legal signature and confirms that I
have filled out this form to the best of my ability.
Title President
Date* 4/14/2021
208
209
210
211
212
213
214
215
216
217
218
219
220
221
222
223
224
225
226
227
228
229
230
231
232
233
234
235
236
237
238
239
240
241
242
243
244
245
Department of Community &
Economic Development
McHenry Municipal Center
333 Green Street
McHenry, Illinois 60050
Phone: (815) 363‐2170
Fax: (815) 363‐2173
www.cityofmchenry.org
DISCUSSION AGENDA SUPPLEMENT
TO: Mayor and City Council
FOR: May 17, 2021 Regular City Council Meeting
FROM: Cody Sheriff, City Planner
RE: Cannabis Craft Grow, Transportation, Infusion, and Dispensary Regulations
Discussion
ATT:
1.Map Exhibits
2.Village of Lake in the Hills Cannabis Regulations
3.Link to National Criminal Justice Reference Service Report
https://www.ojp.gov/pdffiles1/nij/grants/255060.pdf
AGENDA ITEM SUMMARY:
The purpose of this agenda item is to provide Council and Staff with the opportunity to discuss
the potential for expanding cannabis zoning regulations.
BACKGROUND:
The City of McHenry originally approved its cannabis zoning regulations in September of 2019.
Many cities utilized widely‐accepted model cannabis regulations, or some form thereof,
published by the Illinois Municipal League. Key provisions adopted by the City include the
following:
Variable City Ordinance State Statute
Schools All Cannabis Uses Prohibited
within 1000’
Advertisement prohibited
within 1000’
Zoning Conditional Use in C5, I1, BP At City’s Discretion
Geographic Restrictions Prohibited north of McCullom
Lake Road.
‐
Number 2 At City’s Discretion
Onsite Consumption No At City’s Discretion
Distance Between
Dispensaries
1500’ 1500’
Other Info Applies to all use types. ‐
246
Department of Community Development
McHenry Municipal Center
333 Green Street
McHenry, Illinois 60050
Phone: (815) 363‐2170
Fax: (815) 363‐2173
www.cityofmchenry.org
Discussions with potential dispensaries interested in locating in McHenry have indicated the state
may issue another round of licenses on or after June 1, 2021.
Dispensaries are not required to have a site preapproved to be awarded a license. The Village of
Lake in the Hills was able to attract a cannabis dispensary due to allowing it as a permitted use in
their commercial district.
Staff is requesting City Council feedback on revising the existing ordinance to potentially allow
dispensaries in commercial zoning districts and eliminating the geographic restriction north of
McCullom Lake Road. Staff has provided below three (3) options for Council’s consideration.
Option 1. Keeps the existing ordinance in place. (See Cannabis Dispensary Zoning Map for
Option 1.)
Option 2. Allows for dispensaries to locate in the C‐3 Community Commercial District and C‐5
Highway Commercial District as a permitted use excluding areas within 1000’ feet of schools,
churches, and nurseries, and the Downtown Subareas. Allows for Cannabis Craft Grow,
Transportation, and Infusion businesses to locate in I‐1 Industrial District and BP Business Park
District as a permitted use but requires a Conditional Use Permit for the C‐5 Highway District.
Does not allow the use within the Downtown Subareas. (See Cannabis Dispensary Zoning Map
for Option 2.)
Dispensary Craft Grow, Transportation, Infusion
Schools All Cannabis Uses Prohibited within 1000’
Zoning –
Permitted
Use
1.Allowed in C‐5 Highway, and C‐3
Community Commercial District.
2.Prohibited in Downtown Subareas.
1.Allowed in I‐1 Industrial District,
and BP Business Park District.
2.Prohibited in Downtown
Subareas.
Zoning –
Conditional
Use
1.Conditional Use I‐1 Industrial District
and BP Business Park.
2.Prohibited in Downtown Subareas.
1.Conditional Use in C‐5 Highway
Commercial District.
2.Prohibited in Downtown
Subareas.
Geographic
Restrictions
Eliminates geographic restriction. Allows uses north of McCullom Lake Road.
Number Two (2) licensed dispensaries with option to
increase by approval of City Council.
No limit.
247
Department of Community Development
McHenry Municipal Center
333 Green Street
McHenry, Illinois 60050
Phone: (815) 363‐2170
Fax: (815) 363‐2173
www.cityofmchenry.org
Onsite
Consumption
No No
Distance
Between
Dispensaries
1500’ N/A
Option 3. Similar to Option 2, but allows Cannabis Dispensaries as a Conditional Use Permit within
the City’s Downtown Commercial Districts and decreasing the minimum distance between
schools. Cannabis Dispensaries in the Downtown and within 1,000 feet of a school would not be
allowed to advertise product information (State Statute). City Council may wish to consider
additional restrictions such as a 300‐foot buffer around schools (similar to Lake in the Hills).
Financial Implications. As noted in previous reports, the City estimates its 3% Cannabis Retailers’
Occupation Tax could generate approximately $300,000 ‐ $600,000 in sales tax revenue annually
from a single cannabis dispensary. In addition to sales tax revenue, cannabis dispensaries are a
commercial attraction that could positively impact surrounding businesses.
Safety. Research has indicated cannabis dispensaries have little to no impact on crime (Stohr et.
Al, 2020). A recent federally funded 158 page report published June 2020 by the National
Criminal Justice Reference Service 1 indicated that “neither cannabis‐related crime nor more
serious offenses seemed to be affected by legalization. Certainly, the sharp decrease in cannabis‐
related crimes is to be expected from the legalization of its possession of small amounts;
however, deprioritization by the police likely explains some of this decrease as well” (Stohr et. al,
2020, p. 114). The report also indicates law enforcement officials are concerned about drugged
driving due to the “…difficulty in detecting it and documenting impairment for successful
prosecution” (Stohr et. Al, 2020, p. 114). To staff’s knowledge, no major violent crimes have
resulted from legalized cannabis dispensaries. However, more time is needed to determine the
localized impact of legalized marijuana dispensaries in McHenry County.
Staff is requesting feedback from City Council on this topic.
1 Established in 1972, the National Criminal Justice Reference Service (NCJRS) is a federally funded resource
offering justice and drug‐related information to support research, policy, and program development worldwide.
248
249
250
SECTION 30
CANNABIS BUSINESS ESTABLISHMENTS
30.1 PURPOSE:
The purpose of this section is to provide regulations regarding all types of recognized cannabis business activities permitted by state law, which include without limitation, craft growing, cultivation, dispensing, infusing, processing, testing, and transportation within the corporate limits of the Village, which are in addition to all other requirements of the Village’s Municipal Code and Zoning Ordinance.
30.2 DEFINITIONS:
30.2-1 School: For purposes of this section, school shall mean any public or non-public entity providing educational services equivalent to grades kindergarten through twelfth grades for multiple students and recognized by the Illinois State Board of Education in the Directory of Educational Entities. It shall not include home schooling, preschool, day care, or tutoring programs.
30.2-2 Public Park: For purposes of this section, public park shall mean public lands designed to serve one or more recreational needs of the area population.
30.3 GENERAL STANDARDS:
30.3-1 All operations of a cannabis business establishment shall comply with all requirements of the Cannabis Regulation and Tax Act (PA 101-0027) or the Compassionate Use of Medical Cannabis Pilot Program Act (PA 98-122) according to the licensing of the business and as itmay be amended from time to time. In the event that the Cannabis Regulation and Tax Act or the Compassionate Use ofMedical Cannabis Pilot Program Act is amended, the morerestrictive of the state or local regulations shall apply.
30.3-2 For purposes of determining required parking, cannabis business establishments shall be classified as “Retail / Service Establishment” for activities having on-site retail operations and as “Industrial Use” for activities without on-site retail sales operations.
251
30.4 LOCATION RESTRICTIONS:
30.4-1 A cannabis business establishment having on-site retail sales shall be no closer than 300 feet to any residence, school, or public park, irrespective of municipal boundaries. The setback distance shall be the horizontal distance measured in a straight line, without regard to intervening structures, from the principal entry door of each facility except for public parks. The setback distance for public parks shall be the horizontal distance measured in a straight line, without regard to intervening structures, from the principal entry door of the cannabis business establishment to the nearest property line of the public park where the public may enter the park from a non-park parcel.
30.4-2 A cannabis business establishment not having on-site retail sales shall be no closer than 100 feet to any residence, school, or public park, irrespective of municipal boundaries. The setback distance shall be the horizontal distance measured in a straight line, without regard to intervening structures, from the nearest regularly used personnel or vehicle door to the nearest property line of the residence, school, or public park. If both uses are on the same parcel, the setback distance shall be measured between the nearest regularly used personnel or vehicle doors as determined by the Community Services Director. 30.4-3 The setback distances specified in this section may be reduced by half under a conditional use permit according to Section 24 of this Zoning Ordinance. The granting authority must make a finding that the proposed cannabis business establishment is not detrimental to the safety, morals, or general welfare of persons residing or working within the normal setback distances specified in this section.
30.5 PRESERVATION OF PERMITTED USE:
30.5-1 The addition of a new property use near the existing, approved cannabis business establishment, after establishment of the cannabis business establishment at a specific location, which places the cannabis business establishment in violation of this section shall not adversely impact the zoning of the cannabis business establishment’s permitted zoning status. This shall not create, confer, or convey any nonconforming right to the cannabis business establishment. Any lapse in licensing eliminates the right to operate outside of full compliance with this section.
252
DATE: May 17, 2021
TO: Mayor and City Council
FROM: Derik Morefield, City Administrator
Department Directors
RE: Staff Report for May 17, 2021
The purpose of this report is to provide the City Council and public with the most up‐to‐date
information regarding the latest projects and happenings within the municipal government of
the City of McHenry. This report is organized by operating department and will be updated and
transmitted as part of each City Council Agenda Packet. Council is welcome to contact any
Department Director for more information on any item included in this report, as well as topics
from previous reports or items not included in the report. This report does not include projects
or other information that is considered confidential in nature.
GENERAL ADMINISTRATION/FINANCE/HUMAN RESOURCES
Contacts: Derik Morefield, City Administrator – 815/363‐2108; Carolyn Lynch, Director of Finance
–815/363‐2117; Ann Campanella, Director of Human Resources – 815/363‐2112
U.S. Treasury Department Releases Final Funding Allocations and Guidance for ARP Act
On Monday, May 10th the U.S. Treasury Department released funding allocations and guidance
for the use of funds under the American Rescue Plan (ARP) Act of 2021. Over the next 12‐18
months the City of McHenry will receive $3,343,328 in funding out of a total of approximately
$350 billion total ARP funds. In the coming months the City Administration will evaluate options
for the use of funding under U.S. Treasury Department guidelines for inclusion in future budgets.
ECONOMIC DEVELOPMENT
Contact: Doug Martin, Director of Economic Development – 815/363‐2110
McHenry Towne Center Incentive Agreement
Staff is working on an incentive agreement with the owners of the McHenry Towne Center
Shopping Center to fill the two remaining empty spaces. The two spaces are proposed to be filled
by two retailers in another shopping center where they cannot come to terms with the
owner. Staff is hoping to prevent the retailers from leaving the market altogether.
Central Wastewater Treatment Plant Request for Proposals
Staff from multiple departments have been working on a request for proposals for the
redevelopment of the central wastewater treatment plant site. It is staff’s goal to send the RFP
out by the end of May/beginning of June.
253
Group Home
Staff was informed by Pioneer Center that they will be seeking a third group home, for
developmentally disabled residents, in McHenry. The proposed home will be located in the Oaks
at Irish Prairie Subdivision.
Business Survey
Staff conducted a survey of businesses in the City to determine their needs one year after the
COVID shutdowns. Approximately 41 businesses responded to the survey. The majority of
respondents were small businesses with 3‐20 employees. Most indicated that hiring is still a
major issue and that they are just surviving, rather than recovering at this time. Most also
indicated they are happy with the help we have provided and some asked for further marketing
opportunities and information on further help from the SBA and DCEO offices. We will continue
to follow‐up with all of our businesses.
POLICE
Contact: John Birk, Chief of Police – 815/363‐2200
Public Relations / Affairs
As part of the police department’s support of Special Olympics Illinois, Public Affairs Officer
Spohn and School Resource Officer Shafer are interviewing Special Olympic athletes from the
McHenry area. The athletes will be highlighted on the police department’s Facebook page.
This year the City of McHenry will be hosting the McHenry County Chiefs of Police Association
annual golf outing. This event will be held at the McHenry Country Club on Monday, June 21st,
2021.
Personnel Update
The following personnel have recently completed the respective years of service with the
McHenry Police Department:
Sergeant Kelly Ducak – 16 years
Sergeant Patrick Polidori – 14 years
Officer Peter Mader – 3 years
Telecommunicator Bridgette Nolan – 2 years
Telecommunicator Eileen Beidelman – 2 years
Training
Telecommunicator Katlyn Durband completed Communications Training Officer (CTO) training.
She is currently assigned to communication center’s Day Shift.
254
Officer Katherine Zajak completed the department’s field training program and has been
released to solo patrol. She has been assigned to the Patrol Division on the Day Shift through
the summer months.
Officer Megan Carey attended the 40‐Hour Basic Evidence Technician training hosted by the
Crystal Lake Police Department.
Accreditation / Policy / Legal Update
The McHenry Police Department successfully underwent its third annual web‐based CALEA
reaccreditation assessment. As usual our policies and standards were examined and
critiqued. We received positive comments from the assessor and have moved on to ensure we
are ready for the formal assessment at the end of this calendar year.
Projects Update
First floor of Police Department: The remodeling of the department Squad Room, new report
writing area and common hallways is still in progress. The ceramic tile in the common hallway
areas has been installed along with updated paint on the walls. Additional flooring in the Squad
Room and updated furniture are next.
PUBLIC WORKS
Contact: Troy Strange, Director of Public Works – 815/363‐2186
Wastewater Division
The progressive cavity pump installation for the Wastewater Treatment Plant was completed the
week of May 3rd and the new pump is now in operation. Installation of the pump was completed
“in‐house” with Wastewater Division staff and integration was completed by the City’s retained
integration consultant.
Water Division
The Consumer Confidence Report (CCR) for the 2020 calendar year is now published for public
viewing and can be found at: https://cityofmchenry.org/currentccr. The City of McHenry, as an
operator of a public water supply is required by the IEPA to publish this document every
spring. This year’s report is the first CCR completed by the City’s new Responsible Operator in
Charge Bryan Scheel.
Street Division
The Spring Brush Pickup Program began the week of May 3rd and will be completed by the middle
of May. Upon completion of Brush Pickup, the Street Division will transition into inter‐
departmental assistance and routine summer operations including: pothole patching, utility
restoration, service requests, and advance work for 2022 Road Program.
255
Utility Division
On April 27 a water main break occurred on Oak Drive in Lakeland Park. The break was restored
the same day, however, there is an additional section of water main which will be replaced to
further reduce the risk of additional breaks on the adjacent vulnerable section of main. This work
is anticipated to be completed in the next month and staff will coordinate temporary water
shutdowns to accomplish the work. Other ongoing work includes the completion of repair work
identified in winter valve exercising and spring hydrant flushing operations.
2021 Road Resurfacing Program
Peter Baker and Son Company has completed all asphalt milling and HMA Binder Course on all
locations within the Winding Creek and Trails of Winding Creek neighborhoods. Asphalt surface
course is anticipated to be completed by the end of May. Geske and Sons, Inc. has completed all
concrete ADA ramps at locations on 3rd and 4th Street and asphalt milling began the week of May
10.
Veteran’s Park Resurfacing
The Veteran’s Park Resurfacing Project was released for bidding on May 13. Bids will be due on
June 8 and construction is scheduled to begin on the project shortly after Labor Day.
256