Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutPacket - 5/2/2022 - 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 2, 2022, 7:00 p.m.
City Council Chambers, 333 S Green St, McHenry, IL 60050
1.Call to Order.
2.Roll Call.
3.Pledge of Allegiance.
4.Public Comments:
5.Consent Agenda. Motion to Approve the following Consent Agenda Items:
A.Waive the competitive bidding process requirements and directly contract with Alliance Contractors
of Woodstock, Illinois for emergency repairs and replacement of a failed storm sewer adjacent to the
Pearl Street Bridge in an amount of up to $60,000.00; (Public Works Director Strange)
B.Task Order for Phase III Engineering Services for the 2022 Rebuild Illinois Bond Funded Road
Program to Trotter and Associations, Inc. in the amount of $126,213.00; (Pu blic Works Director
Strange)
C.Task Order for Phase III Engineering Services for the South Riverside Parking Expansion Project to
Baxter and Woodman, Inc. in the amount of $23,105.00; (Public Works Director Strange)
D.Award of Contract to Chicagoland Paving of Lake Zurich, Illinois in the amount of $235,000.00 and
the approval of a construction contingency in the amount of 10% of the awarded contract price
($23,500.00) for the South Riverside Drive Parking Expansion Project; (Public Works Director
Strange)
E.Award of Bid to Patriot Pavement Maintenance of Des Plaines, Illinois in the amount of $64,999.40
(actual amount may vary based on final measured quantities) for the 2022 Asphalt Crack Sealing
Maintenance Program; (Public Works Director Strange)
F.Acceptance of Bid from Platinum Heating & Cooling, Inc. of Crystal Lake, Illinois in an amount not
to exceed $28,172.00 to replace the air conditioning system in the SBR Control Room; (Public Works
Director Strange)
G.Waive Competitive Bidding and Accept the Proposal from Advanced Automation & Controls, Inc. in
the amount of $42,975.00 to replace and upgrade the Water Division SCADA Radio Network; (Public
Works Director Strange)
H.Waive Competitive Bidding and Purchase a 2022 Ram Promaster 3500 van from Kunes Country
Chrysler Ram of Platteville, Wisconsin for the amount of $60,730.00. (Police Chief Birk)
1
I. Police Department Renovation Project – 1) Adopt an Ordinance waiving the requirement for
advertising for competitive bidding set forth in ILCS5/8-9-1 and the required competitive bidding
called for within the City’s Purchasing Policies for the Phase 3 Police Department Renovation Project;
and, 2) Approve and authorize Director Polerecky to enter inti five separate Purchase Order Contracts
for a total amount not to exceed $184,584.30; (Police Chief Birk)
J. Light the Night Event, Saturday, September 24, 2022, 3:00pm until 10:00pm – 1) Parks Special Use
Permit to allow for food trucks, vendor tents and live music ; 2) consumption of alcohol in the park
aside from the designated areas adjacent to All Marine Retro Rentals, fr om 4:00pm until 9:45pm; and,
permission for an approximate 10 minute fireworks display beginning at 9:45pm; (Parks and
Recreation Director Hobson)
K. A 5-year lease with R Double J Ranch, LLC for Hickory Creek Farm at a rate of $2,400.00 per month;
(Parks and Recreation Director Hobson)
L. Parks & Recreation Facilities & Special Use Permit Requests;
M. April 18, 2022 City Council Meeting Minutes;
N. Issuance of Checks in the amount of $329,250.19.
6. Individual Action Item Agenda.
A. Motion to approve a Video Gaming License for Margaritas Restaurant Bar, located at 2314 W. Illinois
Route 120.
B. Motion to approve an Ordinance amending the FY22/23 Developer Donation Budget in the amount
of $125,000 for costs related to the installation of a Splash Pad at Whispering Oaks Park. (Parks and
Recreation Director Hobson)
7. Discussion Items.
A. All Marine Retro Rentals Liquor License – Discussion regarding potential to amend/expand their
existing Class G Liquor License. (Staff)
B. Food trucks at Miller Point Park. (Parks and Recreation Director Hobson)
8. Executive Session as needed.
9. Staff Report for May 2, 2022.
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
This meeting will be live streamed with a quorum of the City Council physically present. Public comments may only be
heard by members of the public physically present at the meeting. Remote public comments will not be heard.
The public can listen and view the meeting from the following link: https://cityofmchenry.zoom.us/j/87225655747
3
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 2, 2022
TO: Mayor and City Council
FROM: Troy Strange, P.E., Director of Public Works
RE: Pearl Street Bridge Storm Sewer, Emergency Repair
ATT: Preliminary Force Account Estimate
Repair Location Layout
______________________________________________________________________________
AGENDA ITEMSUMMARY:
Staff is requesting that the City Council consider allowing staff to waive competitive bidding
requirements and directly contract with Alliance Contractors of Woodstock, Illinois for the repair
and replacement of a failed storm sewer adjacent to the Pearl Street Bridge. Staff is further
requesting that the City Council consider providing staff the authority to approve the payment of
force account invoicing up to an amount of $60,000.
BACKGROUND:
On Friday, April 22, 2022, Public Works staff was dispatched to respond to a sinkhole on the
southwest corner of the Pearl Street Bridge. Upon investigation, it was determined that the
sinkhole was due to a failed storm sewer which carries drainage from the intersection of Pearl
Street and Riverside Drive to a point of discharge in the Fox River beneath the Pearl Street Bridge.
The void from the sinkhole was found to reach beneath the eastbound roadway pavement and
therefore the bridge was closed to traffic until further notice. The next morning , Public Works
staff met with HR Green structural staff and Alliance Contractors to scope out an emergency
repair. It was determined that the best course of action for the repair was to abandon the
existing clay sanitary sewer which discharges into the Fox River, backfill voids behind the west
abutment of Pearl Street Bridge with flowable fill, install a new storm sewer on a new alignment
to a new southern point of discharge which was not underneath the bridge, and construct a new
outfall cast into the existing concrete seawall behind the Old Bridge Tavern. This repair was
recommended due to feasibility concerns with reinstallation of the existing configurations which
included: installation of storm sewer below the existing abutment wall and between abutment
piling, depth of excavation, removal of large amounts of bridge approac h pavement on Pearl
Street, and aerial clearance issues for installation of a new outfall below the Pearl Street Bridge.
4
Due to the emergent and structural nature of the repair , staff recommended direct hiring of
Alliance Contractors and forgoing the competitive bidding process with work performed on a
force account basis. Staff presented the estimated expenditures to the City Council on April 25
in order to seek concurrence which was granted until the expenditure could be brought before
the City Council at the next available meeting. To limit costs, the Public Works Department was
able to provide traffic control equipment and furnish pipe materials to the jobsite.
ANALYSIS:
As this expenditure is not budgeted for, staff is recommending that the repair be funded out of
the Fiscal Year 2022/2023 Capital Budget for the Road Resurfacing Program, specifically the
Street Division Contractual Street Resurfacing Account (100-33-5300). This balance will be
available to be diverted due to competitive bid results that are below current budget
appropriation amounts for both awarded road program contracts.
RECOMMENDATION:
Therefore, if Council concurs, it is recommended that the City Council allow staff to waive
competitive bidding requirements and directly contract with Alliance Contractors of
Woodstock, Illinois for the repair and replacement of a failed storm sewer adjacent to the Pearl
Street Bridge. It is further recommended that the City Council provide staff the authority to
approve the payment of force account invoicing up to an amount of $60,000.
5
Pearl Street Bridge Storm Sewer Emergency Repair
1 Truck Driver x $120/Hr x 5 days x 8 Hr/Day = $4,800
2 Laborer x $120/Hr x 5 days x 8 Hr/Day = $9,600
2 Operator x $130/Hr x 5 days x 8 Hr/Day = $10,400
2 Pickup Truck x $35/Hr x 5 days x 8Hr/Day = $2,800
1 Dump Truck x $60/Hr x 3 days x 8 Hr/Day = $1,440
1 Excavator x $150/Hr x 3 days x 8 Hr/Day = $3,600
1 Skid Loader x $75/Hr x 4 days x 8 Hr/Day = $2,400
Mobilization = $3,000
Materials = $5,000
Total = $43,040
35% Contingency = $15,064
Approximated Total = $58,104
6
7
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 2, 2022
TO: Mayor and City Council
FROM: Troy Strange, P.E., Director of Public Works
RE: 2022 Rebuild Illinois Bond Funded Road Program, Phase III Engineering Services
ATT: Trotter and Associates, Inc. Task Order
AGENDA ITEM SUMMARY:
Staff requests City Council to consider approving a Task Order for Phase III Engineering Services
for the 2022 Rebuild Illinois Bond Funded Road Program to Trotter and Associates, Inc.
BACKGROUND:
The Fiscal Year 2022/2023 Budget includes approximately $4.4 Million in various funding for the
2022 City of McHenry Road Resurfacing Program. Due to the variety of funding sources and
different rules regarding expenditures, the program was split up into two separate contracts.
One contract includes approximately 4.3 miles of resurfacing and is funded with State Motor Fuel
Tax (MFT) Funds and other City funds; this contract was awarded at the April 4th City Council
Meeting in the amount of $943,473. The second contract includes 6.5 miles of resurfacing and
is funded with Rebuild Illinois (RBI) Bond Funds as well as Motor Fuel Tax Funds; this contract
was awarded at the April 4th City Council Meeting in the amount of $2,312,359. Both project plan
sets and bidding documents were completed “in-house” with City staff. Due to work-load
considerations, City staff will self-perform Phase III Construction Engineering Services on one of
the contracts but will utilize the services of a prequalified consultant for a second contract portion
of the program. Staff is planning on self-performing Phase III Services for the MFT and other fund
project and will consult Phase III Services out for the RBI funded portion of the program.
Staff selected Trotter and Associates, Inc. from the City pool of prequalified firms and solicited a
proposal for Phase III Services for consideration. Trotter and Associat es, Inc. provided a
comprehensive scope and fee in the amount of $126,213.00, which includes: construction
inspection, project management, documentation of contract quantities, material testing
services, processing of contractor payment requests and repor ting of progress to City Staff.
8
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.
ANALYSIS:
Staff has reviewed task order with scope and fee provided by Trotter and Associates, Inc., has
found the scope and fee to be acceptable, and is recommending approval of the Task Order for
Phase III Engineering Services. The fee total includes $91,213 in Phase III fees and a $35,000
allowance for material testing services.
RECOMMENDATION:
Therefore, if Council concurs, it is recommended to approve a Task Order for Phase III
Engineering Services for the 2022 Rebuild Illinois Bond Funded Road Program to Trotter and
Associates, Inc. in the amount of $126,213.00.
9
City of McHenry Master Services Contract ver111721 17
ATTACHMENT A
TASK ORDER
In accordance with Section 1.2 of the Master Contract dated MAY 1, 2022 between the City of
McHenry (the “City”) and TROTTER AND ASSOCIATES, INC. (the “Consultant”), the Parties
agree to the following Task Number :
1.Contracted Services:
2.Project Schedule (attach schedule if appropriate):
3.Project Completion Date:
All Contracted Services must be completed on or before: , 20 .
4.Project Specific Pricing (if applicable):
5.Additional Changes to the Master Contract (if applicable):
ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED
[signature page follows]
10
City of McHenry Master Services Contract ver111721 18
CITY CONSULTANT
Signature Signature
Director of Public Works
And Engineering
Printed Name
, 20 , 20
Date Date
If greater than, $10,000 the City Manager’s signature is required.
Signature
City Manager
, 20 Date
If compensation greater than $20,000, then the City Council must approve the Services Change
Order in advance and the City Administrator or Mayor’s signature is required.
Signature
City Administrator
, 20 Date
11
Manpower Requirements and Fee SummaryBenson Cieslica HuftalinDyeDavidson MerinoTBD McKenzie Cichowski WhitisHourly Rate$239$239$138$129$167$119$66$200 $166 $952022 feesProject Project Project SeniorCAD Engineering Land SurveyTotal FeeTask Principal Manager Engineer III Engineer II CAD Tech Tech IIIntern Surveyor Tech Admin Manhours SummaryPreliminary DesignKick‐off & Project Meetings0‐$ Coordinate Geotechnical Consultant0‐$ Topographic Survey0‐$ Soil Borings0‐$ Preliminary Design Drawings0‐$ Preliminary Design Meeting0‐$ Subtotal Preliminary Design0‐$ Final DesignFinal Drawings0‐$ Specifications0‐$ Permit Submittals (IEPA\WDP\NOI)0‐$ Opinion of Probable Costs0‐$ Incorporate Comments0‐$ Meetings0‐$ Subtotal Final Design0000000000‐$ Bid AssistancePre‐Bid Meeting0‐$ Respond to Bidders0‐$ Addenda0‐$ Distribute Plans and Specifications0‐$ Bid Review and Recommendation0‐$ Subtotal Bid Assistance0000000000‐$ Construction‐Related ServicesPre‐Construction Conference2461,030$ Clarify Documents0‐$ Change Orders0‐$ Shop Drawings0‐$ Pay Requests3123 18 2,658$ *3 pay requestsStakeouts0‐$ Resident Project Representation4545012042 537 84,765$ Subtotal Construction‐Related Services05046600012000 45 561 88,453$ Completion DocumentsBonds, Certificates, Warranties, Insurance0‐$ Substantial Completion Inspection & Certification0‐$ Record Drawings0‐$ Final Completion Inspection & Certification2020 2,760$ Subtotal Completion Documents002000000 0 20 2,760$ TOTAL MANHOURS05048600012000 45 581 91,213$ ‐$ 12
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 2, 2022
TO: Mayor and City Council
FROM: Troy Strange, P.E., Director of Public Works
RE: South Riverside Parking Expansion
ATT: Baxter & Woodman, Inc. Task Order
AGENDA ITEM SUMMARY:
Staff requests City Council to consider approving a Task Order for Phase III Engineering Services
for the South Riverside Parking Expansion Project to Baxter and Woodman, Inc.
BACKGROUND:
The Fiscal Year 2022/2023 Budget includes $350,000 in Tax Increment Financing for expansion of
parking facilities on Riverside Drive which will serve the downtown areas including Miller Point
and the Riverwalk. Baxter and Woodman, Inc. was awarded a contract to perform design services
for this project in December of 2021. Final plans were delivered in March of this year and
Chicagoland Paving of Lake Zurich, Illinois was the low apparent bidder for the construction
project. Upon acceptance of bids for construction of the project, staff requested a scope and fee
for Phase III Engineering Services from Baxter and Woodman, Inc. The scope of services will
include construction inspection, project management, documentation of contract quantities,
processing of contractor payment requests and reporting of progress to City Sta ff.
ANALYSIS:
Staff has reviewed the scope and fee provided by Baxter and Woodman, Inc., has found the scope
and fee to be acceptable, and is recommending the award of the Task Order for Phase III
Engineering Services.
13
The City of McHenry is dedicated to pr oviding the citizens, businesses and visitors of McHenry with the highest
quality of programs and services in a customer-oriented, efficient and fiscally responsible manner.
RECOMMENDATION:
Therefore, if Council concurs, it is recommended to approve a Task Order for Phase III
Engineering Services for the South Riverside Parking Expansion Project to Baxter and
Woodman, Inc. in the amount of $23,105.00.
14
City of McHenry Master Services Contract ver111721 17
ATTACHMENT A
TASK ORDER
In accordance with Section 1.2 of the Master Contract dated MAY 1, 2022 between the City of
McHenry (the “City”) and BAXTER & WOODMAN, INC. (the “Consultant”), the Parties agree
to the following Task Number :
1.Contracted Services:
2.Project Schedule (attach schedule if appropriate):
3.Project Completion Date:
All Contracted Services must be completed on or before:
4.Project Specific Pricing (if applicable):
5.Additional Changes to the Master Contract (if applicable):
ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED
[signature page follows]
Riverside Parking Phase III Engineering Services
(Scope and Fee Attached)
1
Work will be perfomed concurrently with construction schedule
Notice to Proceed on May 4, 2022 and 25 contract working days
December 31, 2022
$23,105 (Fee Breakdown Attached)
15
City of McHenry Master Services Contract ver111721 18
Signature Signature
Director of Public Works
And Engineering
Printed Name
, 20 , 20
Date Date
If greater than, $10,000 the City Manager’s signature is required.
Signature
City Manager
, 20 Date
If compensation greater than $20,000, then the City Council must approve the Services Change
Order in advance and the City Administrator or Mayor’s signature is required.
Signature
City Administrator
, 20 Date
BAXTER AND WOODMAN, INC.CITY OF MCHENRY
16
April 4, 2022
Mr. Troy Strange, P.E.
Director of Public Works
City of McHenry
1415 Industrial Drive
McHenry, IL 60050
Subject: City of McHenry – Riverside Drive Parking Lot – Phase III Engineering Services
Dear Mr. Strange:
Baxter & Woodman, Inc. is pleased to submit this Proposal for completing Phase III Engineering
Services for the proposed Riverside Drive Parking Lot. Our project summary, scope of services,
schedule, and engineering fee are presented below.
Project Summary
The proposed parking lot consists of the removal of existing parking lot and pavement, and
construction of a new parking lot with asphalt pavement, curb and gutter, sidewalk, pavement
marking, drainage structures and pipes, landscaping, fencing, and lighting. Fencing along the
north side of a parking lot on the east side of Riverside Drive north of Venice Avenue may be
included in the proposed improvements. The proposed parking lot improvements will serve City
residents accessing the businesses and parks in the area, and provide City Public Works
additional area for snow storage during winter months.
The City is requesting a Phase III Engineering Services proposal to provide Part-Time inspection
services, review of submittals, and general construction administration.
Scope of Services
1. Act as the Owner’s representative with duties, responsibilities and limitations of authority as
assigned in the construction contract documents.
2. PROJECT INITIATION
A. Prepare Award Letter, Agreement, Contract Documents, Performance/Payment Bonds,
and Notice to Proceed. Receive Contractor insurance documents.
B. Attend and prepare minutes for the preconstruction conference, and review the
Contractor’s proposed construction schedule and list of subcontractors.
3. CONSTRUCTION ADMINISTRATION
A. Attend periodic construction progress meetings.
17
Mr. Troy Strange, P.E., Director of Public Works April 4, 2022
City of McHenry 171297.60 Page 2
B. Shop drawing and submittal review by Engineer shall apply only to the items in the
submissions and only for the purpose of assessing, if upon installation or incorporati on
in the Project, they are generally consistent with the construction documents. Owner
agrees that the contractor is solely responsible for the submissions (regardless of the
format in which provided, i.e. hard copy or electronic transmission) and for compliance
with the contract documents. Owner further agrees that the Engineer’s review and action
in relation to these submissions shall not constitute the provision of means, methods,
techniques, sequencing or procedures of construction or extend to safet y programs of
precautions. Engineer’s consideration of a component does not constitute acceptance of
the assembled item.
C. Prepare construction contract change orders and work directives when authorized by
the Owner.
D. Review the Contractor’s requests for payments as construction work progresses, and
advise the Owner of amounts due and payable to the Contractor in accordance with the
terms of the construction contract documents.
E. Research and prepare written response by Engineer to request for information from the
Owner and Contractor.
F. Project manager or other office staff visit site as needed.
4. FIELD OBSERVATION – PART TIME
A. Engineer will provide a Resident Project Representative at the construction site on a
periodic part-time basis from the Engineer’ office of not more than eight (8) hours per
regular weekday, not including legal holidays (approximately 20 hours per week, for up
to 126 hours) as deemed necessary by the Engineer, to assist the Contractor with
interpretation of the Drawings and Specifications, to observe in general if the
Contractor’s work is in conformity with the Final Design Documents, and to monitor the
Contractor’s progress as related to the Construction Contract date of completion.
B. Through standard, reasonable means, Engineer will become generally familiar with
observable completed work. If the Engineer observes completed work that is
inconsistent with the construction documents, that information shall be communicated
to the contractor and Owner to address. Engineer shall not supervise, direct, control, or
have charge or authority over any contractor’s work, nor shall the Engineer have
authority over or be responsible for the means, methods, techniques, sequences, or
procedures of construction selected or used by any contractor, or the safety precautions
and programs incident thereto, for security or safety at the site, nor for any failure of any
contractor to comply with laws and regulations applicable to such contractor’s furnishing
and performing of its work. Engineer neither guarantees the performance of any
contractor nor assumes responsibility for any contractor’s failure to furnish and perform
18
Mr. Troy Strange, P.E., Director of Public Works April 4, 2022
City of McHenry 171297.60 Page 3
the work in accordance with the contract documents, which contractor is solely
responsible for its errors, omissions, and failure to carry out the work. Engineer shall not
be responsible for the acts or omissions of any contractor, subcontractor, or supplier, or
of any of their agents or employees or any other person, (except Engineer’s own agents,
employees, and consultants) at the site or otherwise furnishing or performing any work;
or for any decision made regarding the contract documents, or any application,
interpretation, or clarification, of the contract documents, other than those made by the
Engineer.
C. Part-Time Field Observation provides that the Resident Project Representative will
make intermittent site visits to observe the progress and quality of Contractor’s
executed Work. Part-Time Field Observation does not guarantee the Engineer will
observe or comment on work completed by the contractor at times the Resident Project
Representative is not present on site. Such visits and observations by the Resident
Project Representative, if any, are not intended to be exhaustive or to extend to every
aspect of Contractor’s Work in progress or to involve detailed inspections of Contractor’s
Work in progress beyond the responsibilities specifically assigned to Engineer in this
Agreement and the Contract Documents, but rather are to be limited to spot checking,
selective sampling, and similar methods of general observation of the Work based on
Engineer’s exercise of professional judgment as assisted by the Resident Project
Representative, if any.
D. Provide the necessary base lines, benchmarks, and reference points to enable the
Contractor to proceed with the work.
E. Keep a daily record of the Contractor’s work on those days that the Engineers are at the
construction site including notations on the nature and cost of any extra work.
5. COMPLETION OF PROJECT
A. Provide construction inspection services when notified by the Contractor that the Project
is complete. Prepare written punch lists during final completion inspections.
B. Review the Contractor’s written guarantees and issue a Notice of Acceptability for the
Project by the Owner.
C. Review the Contractor’s requests for final payment, and advise the Owner of the amounts
due and payable to the Contractor in accordance with the terms of the construction
contract documents.
6. PROJECT CLOSEOUT – Provide construction-related engineering services including, but not
limited to, General Construction Administration and Resident Project Representative
Services.
19
Mr. Troy Strange, P.E., Director of Public Works April 4, 2022
City of McHenry 171297.60 Page 4
Project Engineering Fee
Our engineering fee for the above stated scope of services will be based on our hourly billing
rates for actual work time performed plus reimbursement of out-of-pocket expenses, including
travel costs which in total will not exceed $23,105.00. Our hours and fee breakdown is attached.
The attached Standard Terms and Conditions apply to this Proposal. If you find this Proposal
acceptable, please initial the applicable Scope items and sign and return one copy for our
files.
Please contact Craig Mitchell at 815-444-3278 or cmitchell@baxterwoodman.com if you have
any questions or comments.
Sincerely,
BAXTER & WOODMAN, INC.
CONSULTING ENGINEERS
Craig D. Mitchell, PE
Vice President
CITY OF MCHENRY, ILLINOIS
ACCEPTED BY: ________________________________
TITLE: _________________________________
DATE: _________________________________
\\corp.baxwood.com\projects\Crystal Lake\MCHEC\171297-Court-Rversd-Park-Light\Contract\60 construction\171297.60_Riverside
Parking Lot Phase III_Proposal.docx
20
CITY OF McHENRY, ILLINOIS
RIVERSIDE DRIVE PARKING LOT - PHASE III ENGINEERING SERVICES
Planned Labor
Bill
Consultant Fee Reimb
Allowance
21,045.00 1,500.00 560.00
1,575.00 0.00 15.00
1,575.00
2,700.00 0.00 15.00
2,700.00
14,490.00 1,500.00 500.00
14,490.00
2,280.00 0.00 30.00
1,380.00
900.00
City of McHenry, Illinois - Riverside Drive Parking Lot - Phase III Engineering Services
Level Emp
Planned Hrs Compensation
Fee
Total
Compensation
Overall Project Total 161.00 21,045.00 23,105.00
CS100 Project Initiation 7.00 1,575.00 1,590.00
Craig Mitchell 7.00
CS105 Construction Administration 12.00 2,700.00 2,715.00
Craig Mitchell 12.00
CS110 Field Observation 126.00 14,490.00 16,490.00
Ryan Haupt 126.00
CS140 Project Closeout 16.00 2,280.00 2,310.00
Ryan Haupt 12.00
Craig Mitchell 4.00
Page 1 of 121
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 2, 2022
TO: Mayor and City Council
FROM: Troy Strange, P.E., Director of Public Works
RE: South Riverside Parking Expansion
ATT: Bid Tabulation
Baxter & Woodman, Inc. Recommendation to Award
AGENDA ITEM SUMMARY:
Staff requests City Council to consider awarding a contract for the South Riverside Parking
Expansion Project to Chicagoland Paving of Lake Zurich, Illinois.
BACKGROUND:
The Fiscal Year 2022/2023 Budget includes $350,000 in Tax Increment Financing for expansion of
parking facilities on Riverside Drive which will serve the downtown areas including Miller Point
and the Riverwalk. In order to construct the improvements in 2022, staff recommended the
award of a design contract to Baxter and Woodman, Inc. to prepare plans for bidding and
construction in fiscal year 2021/2022. This design contract was awarded in December of 2021
with engineering work commencing immediately after award of the contract. Plans were
finalized in March of this year and the project was released for bidding with bids accepted on
April 5, 2022.
This project, when completed, will expand the existing South Riverside Parking Facility which is
located at the corner of Riverside Drive and Venice Avenue. The current lot includes
approximately 30 spaces which are contained within one parcel. The proposed lot will be
constructed on the existing parcel and an adjacent lot which is also owned by the City and will
include approximately 50 spaces.
22
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.
The scope of the project includes full pavement removal, construction of new aggregate base
course and hot-mix asphalt pavement, removal and replacement of the existing lighting system,
landscape restoration, pavement markings, installation of fencing, along with other necessary
and incidental work. Construction is expected to begin shortly after award of the contract and
will conclude this Summer.
On April 5, 2022, a total of five (5) bids were received for the project. Two bid alternates were
released for bidding which included multiple options for installation of fencing. Because all bids
came in under the anticipated project budget, Bid Alternate 2, which includes installation of
fencing along the north fence line of Miller Point, is recommended for award. A summary of bids
for Alternate 2 is as follows:
Chicagoland Paving $235,000.00
Chadwick Contracting Company $248,890.20
Maneval Construction Company $259,862.74
Schroeder Asphalt Services $288,120.28
Alliance Contractors $384,592.83
After a detailed review of the bids and line items, staff has concluded that Chicagoland Paving of
Lake Zurich, Illinois is the lowest responsible bidder with a bid of $235,000.00.
ANALYSIS:
Staff has analyzed and checked the bids for accuracy and recommends awarding the contract to
Chicagoland Paving of Lake Zurich, Illinois. This is a unit price contract and the final cost of
construction will be based upon final measured and documented quantities.
RECOMMENDATION:
Therefore, if Council concurs, it is recommended to award a contract for the South Riverside
Parking Expansion Project to Chicagoland Paving of Lake Zurich, Illinois in the amount of
$235,000.00. It is further recommended to approve a construction contingency in the amount
of ten percent (10%) of the awarded contract price ($23,500.00). The final contract price will
be based on final measured quantities and may vary from the original contract amount.
23
24
25
26
27
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 2, 2022
TO: Mayor and City Council
FROM: Troy Strange P.E., Director of Public Works
RE: 2022 Asphalt Crack Sealing Maintenance Program Bid Award
ATT: Bid Tabulation
Contract for Execution including Patriot Pavement Maintenance Proposal
______________________________________________________________________________
AGENDA ITEM SUMMARY:
Staff requests City Council to consider awarding the 2022 Asphalt Crack Sealing Maintenance
Program to Patriot Pavement Maintenance of Des Plaines, Illinois.
BACKGROUND:
The Fiscal Year 2022/2023 Budget includes $65,000 in general funds for pavement maintenance
which will be dedicated to pavement crack sealing. The City of McHenry, in addition to running
a robust annual Road Resurfacing Program, attempts to perform routine pavement preservation
and maintenance of all previously resurfaced streets to maximize the service life of the City’s
asphalt pavements.
Routing, cleaning, and sealing cracks is an effective pavement preservation practice for streets
that exhibit nominal pavement distress. The primary cause of asphalt failure is water infiltration
into the street sub grade. Cracksealing is one of the most cost -effective preventative
maintenance practices for the City’s roadways.
In Spring of this year, the City of McHenry partnered with the City of Crystal Lake, Village of Cary,
Village of Gilberts, Village of Huntley, McHenry Township Road District, Village of Prairie Grove,
and the City of Woodstock to issue the joint bid request. The City of Crystal Lake lead the bidding
process and prepared contract specifications. The bid was a multi-year bid which included pricing
for both this year and next. Bids were opened on April 6, 2022.
28
ANALYSIS:
Bids for the multi-year Asphalt Crack Sealing Maintenance Program are as follows:
• Patriot Pavement Maintenance $0.467/ LF
• SKC Construction, Inc. $0.541/ LF
• Denler Incorporated $0.57/LF
The City’s original bid quantity of 145,000 at the awarded unit price would have exceeded the
approved budget number for the project and therefore , staff is awarding a lesser number of
139,185 lineal feet, which is allowable as the awarding agency reserves the right to award all or
a portion of the proposed quantities. This adjustment has been coordinated with the contractor
and will result in an awarded contract value of $64,999.40.
RECOMMENDATION:
Therefore, if Council concurs, it is recommended to approve the bid award to Patriot Pavement
Maintenance of Des Plaines, Illinois for the 2022 Asphalt Crack Sealing Maintenance Program
in an amount of $64,999.40 (actual amount may vary based on final measured quantities).
29
4/20/2022Crack SealingBid Opening: 4/6/22, 10:00am Total Est. Quantity - LF of Cracks Filled Unit Price Annual Cost Total Est. Quantity - LF of Cracks Filled Unit Price Annual Cost Total Est. Quantity - LF of Cracks Filled Unit Price Annual CostCrack Sealant for Asphalt Pavement Applied - Year 1576,500 $0.467 $269,225.50 576,500 $0.541 $311,886.50 576,500 $0.570 $328,605.00Crack Sealant for Asphalt Pavement Applied - Year 2576,500 $0.479 $276,143.50 576,500 $0.570 $328,605.00 576,500 $0.600 $345,900.00Bid Alternate: Unit Price per Hour Unit Price per Hour Unit Price per Hour Sweeper with Disposal at Municiapl Facility$125.00 $150.00 $165.00Sweeper with Disposal Performed by the Contractor$125.00$170.00$240.00Patriot Pavement, Des Plaines, ILSKC Construction, West Dundee, ILDenler, Joliet, IL130
1
CITY OF MCHENRY PURCHASE ORDER - CONSTRUCTION (Small Projects)
Date: May 2, 2022 Purchase Order No.___________________________________________
Project: 2022 City of McHenry Crack Sealing Program Location: Various
Owner Contractor/Vendor Architect/Engineer
City of McHenry
333 South Green Street
McHenry, Illinois 60050
Phone: (815) 363-2125
Fax: (815) 363-2119
Contact: Troy Strange,
Public Works Director
Patriot Pavement Maintenance
825 Seegers Road
Des Plaines, IL 60016
Contact: Matt Sollars
Email: matt@patriotpavement.net
Phone:
Fax:
Contact:
COST OF WORK
The Contract Price of the Work under this Purchase Order is $64,999.40.
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:_MCMPI Joint Bidding Document Released on March 17, 2022 .
The following prices shall remain in effect for the duration of project:
QUANTITY
UNIT OF
MEASURE DESCRIPTION/ITEMS UNIT PRICE EXTENSION
139,185 LF
Hour
Crack Routing and Filling
Sweeper with Disposal at Municipal Facility
Sweeper with Disposal Performed by Contractor
$0.467 $64,999.40
TOTAL $64,999.40
NOTES:
1)________________________________________________________________________________________________________________
2)________________________________________________________________________________________________________________
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 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 Conditions hereto.
CONTRACT TIMES
Contractor/Vendor agrees to complete the Work by September 2, 2022 in accordance with the Contract Special Provisions.
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. Material certifications/test reports required. All domestic
material, unless otherwise specified. Purchase exempt from sales and/or use taxes.
$125.00
$125.00
31
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 herein 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 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. 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 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 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 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 (hereinafter sometimes
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.
32
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 final inspection and
acceptance by Owner at its job site. 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 in accordance with paragraph 12 herein. By inspecting and not
rejecting any goods and Work furnished thereunder, Owner shall not be precluded thereby from subsequently revoking 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 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 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 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 Agreement 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 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 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.
33
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 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.
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 (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 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
low, 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
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 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.
13. 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.
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 same,
and may recover from Contractor/Vendor the cost and expense directly or indirectly resulting 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 performance 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 other remedies available to Owner in equity or at law including the
Uniform Commercial Code.
34
5
15.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.
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 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.
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 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.
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 under 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 of this Purchase Order. If any provision or
requirement of this Purchase Order is declared 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 parties 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
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
60
61
62
63
64
65
66
67
68
69
70
71
72
73
74
75
76
77
78
79
80
81
82
83
84
85
86
87
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 2, 2022
TO: Mayor and City Council
FROM: Troy Strange, P.E., Director of Public Works
RE: SBR Control Room Air Conditioning Replacement
ATT: Platinum Heating and Cooling, Inc. Proposal
AGENDA ITEM SUMMARY:
Staff requests that the City Council consider accepting a proposal from Platinum Heating &
Cooling, Inc. for the replacement of the air conditioning system in the Sequence Batch Reactor
Control Room at the Wastewater Treatment Plant.
BACKGROUND:
The Sequencing Batch Reactor (SBR) treatment process is a system that was constructed in 2017
as part of the treatment plant expansion and consolidation project. The control room houses the
critical electrical equipment necessary to operate the system, including Variable Frequency
Drives (VFDs), Motor Control Centers (MCCs), and Programmable Logic Control lers (PLCs). These
components give off heat as they operate and must be kept in a climate-controlled environment
to prevent overheating and subsequent failure of the equipment and treatment process.
The existing Stulz air conditioning system has already been repaired several times but has failed
again and now requires complete replacement of the condensing system to restore operation. It
has been determined that the refrigerant line sets currently installed are too small for the
application and are causing premature compressor failure. Due to this series of failures, staff
included replacement of these units as a Water and Sewer Capital Budget request in the Fiscal
Year 2022-2023 Budget.
Returning the air conditioning system to an operational status as quickly as possible, before the
hot summer weather arrives, will greatly reduce the risk of experiencing a failure of any of the
critical components of the SBR control system or treatment process.
Staff solicited proposals for the replacement of the air conditioning system from three (3)
qualified HVAC contractors: Sherman Mechanical Inc. of Cary, Althoff Industries of Crystal Lake,
88
and Platinum Heating & Cooling Inc. of Crystal Lake. Contractors were allowed the discretion to
either replace the existing equipment with the same make and model, or to recommend a
suitable alternative.
ANALYSIS:
The proposals submitted by qualified contractors are as follows:
• Sherman Mechanical (replace with matching units) $56,462.00
• Althoff Industries (replace with alternate units) $28,282.00
• Platinum Heating & Cooling (replace with alternate units) $28,172.00
Staff has reviewed the submitted proposals and has found Platinum Heating and Cooling ’s
submittal to be the lowest acceptable proposal.
RECOMMENDATION:
Therefore, if Council concurs, it is recommended to accept the proposal from Platinum Heating
& Cooling, Inc. of Crystal Lake, IL in an amount not to exceed $28,172.00 to replace the air
conditioning system in the SBR Control Room.
89
ESTIMATE
Customer: City of McHenry Job Address: 3200 Charles J Miller Road
Email Address: kbeggs@ci.mchenry.il.us McHenry, IL 60050
-Remove and dispose of all old equipment
-Install 2 new 480 3-phase air handlers
-Hang units from the ceiling
-Install drain pan under unit with safety float switch
-Install new supply duct work with supply registers
-Install new return duct work with return filter grill
-Reconnect 480-volt electric
-Run new thermostat wire
-Install new 7/8x3/8 line set with new low voltage wire
-Install new 3/4in PVC drain lines
-Install 2 new 480 3-phase 3-ton condenser’s
-New pads
-New disconnects
-New whips
-Install 2 new Honeywell WIFI thermostats
Total Est. Cost with Labor: $28,172.00
10-Year Parts Warranty
10-Year Compressor Warranty
5-Year Thermostat Warranty
1-Year Labor Warranty
Half down upon signing of contract
Balance paid on completion of job
X__________________ Date________ X____________________ Date________
City of McHenry 03/24/2022 Jeremiah Matchen 03/24/2022
If you have any questions or concerns about this estimate, please contact me directly.
Sincerely,
Jeremiah Matchen
President
Cell: (815) 790-6672
Email: platinumheatingandcooling@gmail.com
90
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 2, 2022
TO: Mayor and City Council
FROM: Troy Strange, P.E., Director of Public Works
RE: Water Division SCADA Radio Network Replacement
ATT: Advanced Automation and Controls Inc. Proposal
____________________________________________________________________________
AGENDA ITEM SUMMARY:
Staff requests City Council to consider accepting the proposal from Advanced Automation &
Controls Inc. (AAC), of McHenry, IL for the replacement and upgrade of the Water Division SCADA
Radio Network.
BACKGROUND:
The SCADA (Supervisory Control And Data Acquisition) Radio Network allows the Water Division
operators to monitor the City’s four water treatment plants and four water towers for alarms
and adjust systems remotely. This ability allows operators to respond to alarms and other critical
issues in a timely manner to avoid costly and potentially more harmful situations. The City’s four
water towers, four water treatment plants and two emergency power generators are
continuously monitored by the SCADA system. In addition to monitoring and controlling the
water treatment plants, the SCADA Radio Network also provides a higher level of cybersecurity
which is crucial for safety and continuity of operations.
Replacing and upgrading the Water Division SCADA Radio Network will ensure continued safe
and reliable communications between the water treatment plants, water towers and operators.
Replacing and upgrading the SCADA Radio Network will also continue to allow Water operators
to respond to alarm situations immediately.
Because water production and security thereof are critical infrastructure needs that require
immediate response time and due to the proprietary nature of SCADA software systems , staff
works with a sole source provider for SCADA communication services. This project was identified
in the FY22/23 Capital Project listing and was included in the ten-year capital projection
associated with the recent Water & Sewer Base Fee increase.
91
ANALYSIS: Staff has reviewed the proposal from Advanced Automation and Controls, Inc., has
found the scope of work and cost to be acceptable, and is recommendin g acceptance of the
proposal by the City Council.
RECOMMENDATION:
Therefore, if Council concurs, it is recommended to waive competitive bidding and accept the
proposal from Advanced Automation & Controls Inc. for $42,975.00 to replace and upgrade the
Water Division SCADA Radio Network.
92
93
94
95
96
97
98
99
100
101
102
ORDINANCE NO.
An Ordinance Authorizing Renovation of City Hall for Police Department Purposes waiving
Advertising for Bids and Waiving Certain City Purchasing Policies
WHEREAS, the City of McHenry, McHenry County, Illinois, is a home rule municipality as
contemplated under Article VII, Section 6, of the Constitution of the State of Illinois, and the
passage of this Ordinance constitutes an exercise of the City’s home rule powers and functions as
granted in the Constitution of the State of Illinois.
WHEREAS, on August 16, 2021 City Council approved a design and bid project with
FGM Architects to complete design and bid plans for the phase 3 police department remodel,
which includes the construction of a new classroom and new women’s locker-room.
WHEREAS, to maintain competitive pricing without the formality of seeking sealed and
advertised competitive bids, staff has obtained a minimum of two quotes per prime contractor
trade/discipline in order to provide council with cost references.
WHERAS, the City has determined there it is in the City’s best interest to enter into Purchase
Order Contracts for Phase 3 of the Police Station Renovation with C&S Fabrication Services Inc,
McHenry Heating & Air, Lit’N’Glow Electric, Reiche’s Plumbing and Sewer Rodding, and SH
Freund & Son Inc.
NOW, THEREFORE, BE IT ORDAINED by the CITY COUNCIL of the CITY OF
McHENRY, McHenry County, Illinois, as follows:
SECTION 1: In order to allow the City to move forward with Phase 3 of the Police Station
Renovation, the City hereby waives the requirement of advertising for competitive bids set forth in
65 ILCS 5/8-9-1 and the required competitive bidding called for within the City’s Purchasing
Policies.
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 in full force and effect upon its passage, approval and
publication in pamphlet form (which publication is hereby authorized) as provided by law.
Passed this 2nd day of May, 2022.
Ayes Nays Absent Abstain
Alderman Devine _____ _____ _____ _____
103
Alderman Glab _____ _____ _____ _____
Alderman Harding _____ _____ _____ _____
Alderman McClatchey _____ _____ _____ _____
Alderwoman Miller _____ _____ _____ _____
Alderman Santi _____ _____ _____ _____
Alderman Strach _____ _____ _____ _____
______________________ ________________________
Wayne Jett, Mayor Monte Johnson, Deputy Clerk
104
105
106
107
108
109
110
111
112
113
114
115
116
117
118
119
120
121
122
123
124
125
126
127
128
129
130
131
132
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 2, 2022
TO: Mayor and City Council
FROM: Bill Hobson, Director of Parks and Recreation
RE: McHenry Riverwalk Foundation Light the Night Event
AGENDA ITEM SUMMARY: The McHenry Riverwalk Foundation has been working with the City
of McHenry to coordinate the “Light the Night” event once again at Miller Point Park. They are
requesting use of the space and city assistance to host an event entitled “Light the Night” on
September 24, 2022 from 3pm – 10pm that would include music, food, alcohol, artisans/crafters
and a brief fireworks display.
BACKGROUND:
The “Light the Night” event has been hosted two times in Miller Point Park so far and each has
been extremely successful for the community, visitors and for the vendors.
Previous events have included artisans/crafters that set-up along the Riverwalk frontage and two
to three food vendors in the parking lot. The Riverwalk Foundation and the City have partnered
with All Marine Retro Rentals who currently holds a liquor license for this site to provide the
alcohol. Other areas of the park have been designated kid’s area with face painting and STEM
activities by Snapology. There typically have been two to three music acts for the evening and
last year a display by Fire dancers. This year’s event is proposed to follow the same format.
The centerpiece of the event will continue be the lighting of 10 - 36” fire globes with unique
designs that local businesses have sponsored. The fire globes will have wood that will be placed
in them for the night and will be manned by Parks and Recreation maintenance staff. The globes
will be lit at dark and will remain lit for approximately 2 hours.
A final portion of the event that is in the planning process is a small Venetian Night boat parade
on the Fox River that is being organized by All Marine Retro Boats.
At the end of the evening organizers are requesting permission for a 10 minute fireworks show
over the Fox River at approximately 9:45pm.
133
All events are will be completed by 10pm and the anticipated attendance for the event is 2,000
people.
ANALYSIS:
This proposed event will be co-sponsored by the McHenry Riverwalk Foundation and the City of
McHenry. It will have a very similar look and feel that that of a Thursday night City Band Concert
at Veteran’s Memorial Park except it will be located on the Fox River. It is a low intensity event,
yet one that takes advantage of the new space and draws notoriety to the city’s presence on the
Fox River.
RECOMMENDATION:
Therefore, if Council concurs, it is recommended that a motion be considered to approve: 1) a
Parks special use permit to allow for food trucks, vend or tents and live music, 2) to allow
alcohol in the park aside from the designated areas adjacent to All Marine Retro Rentals at
Miller Point Park on Saturday 9/24 from 3pm – 9:45pm and 3) permission for an approximately
10 minute fireworks display at 9:45pm .
134
,ƵďDĂƌŬĞƚ
YƵĞWĂƐƚĂ
tŝƐĐŽŶƐŝŶY
ůůDĂƌŝŶĞZĞƚƌŽ
ZĞŶƚĂůƐĂƌ
ŽƩŽŶĂŶĚLJ
dƌŽƉŝĐĂůŚŝůů
ƌŽƉKī
135
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 2, 2022
TO: Mayor and City Council
FROM: Bill Hobson, Director of Parks and Recreation
RE: Hickory Creek Farm Lease – New Tenant
ATT: Hickory Creek Farm Lease
Grounds Map
AGENDA ITEM SUMMARY:
The City of McHenry is proposing to enter into a 5-year lease with R Double J Ranch, LLC for the
management and horse boarding operation at Hickory Creek Farm.
BACKGROUND:
The City of McHenry has maintained a lease of the Hickory Creek Farm for almost 30 years.
During this entire time there has only ever been one tenant. This Spring that tenant has informed
the City of his intention to retire as of April 1, 2022.
There was interest from the outside in leasing the property and taking up the operation.
Eventually, this process was narrowed down to three parties. A committee of The Parks and
Recreation Director, the Parks and Recreation Maintenance Superintendent and the Deputy City
Clerk was assembled to spend a day interviewing the interested parties. T hrough these
interviews one group emerged as a well-rounded team with experience, resources, and a
significant community interest: Dan Taylor and Brigette Birong.
Upon their selection for recommendation to City Council, Staff presented an amended lease
based on the terms that have been in place for years with the former tenant. There were some
minor changes regarding the term and the accessibility of the pond. The rate for the farm rental
will remain at $2,400 per month. The tenants are requesting that the May and June payments
be suspended as they clean the facility and make improvements at their own cost.
136
ANALYSIS:
Mr. Taylor and Mrs. Birong and their team bring a renewed energy to the facility. Their team is
excited to take on the facility, improve it and make it more accessible to the public. Their team
includes all aspects of time, talent, and resources to make this operation successful. Their desire
for a strong partnership was evident in their presentation. They were able to layout a cle ar 30-
and 60-day plan to take on the farm and get up to speed immediately. They have also met with
Mr. Sikula multiple times to discuss the facility and the operation.
A five-year lease is being proposed to allow for stability as they grow their endeavo r.
It is essential to keep the building occupied but more importantly occupied with qualified people.
Too many times unoccupied building become maintenance nightmares and attractive nuisances.
This team will look to partner with the city and make improv ements immediately to the barn and
to the grounds. Their ideas will create a location that the community will be more aware of and
have the ability to interact with.
Dan and Brigette have established and LLC R Double J Ranch to cement their partnership a nd to
run the operation.
RECOMMENDATION:
Therefore, if Council concurs, it is recommended that a motion be considered to approve a 5-
year lease of the Hickory Creek Farm with R Double J Ranch, LLC at a rate of $2,400 per month .
137
LEASE AGREEMENT
This Lease Agreement is entered into on May 1, 2022, between the CITY OF MCHENRY,
ILLINOIS, an Illinois municipal corporation, 333 S. Green Street, McHenry, Illinois, hereinafter referred
to as “City” or “Lessor" and R DOUBLE J RANCH, LLC , 4400 W. Lake Shore Drive, McHenry, Illinois,
hereinafter referred to as “Lessee.”
WHEREAS, Lessee desires to lease from the City that part of Petersen Park which is located
south of McCullom Lake Road and shown on Exhibit “A” as parcel 1, for the sole p urpose of conducting
a horse boarding and horse training operation thereon; and to be given permission to harvest hay from that
part of Petersen park located on the north side of McCullom Lake Road, and shown on Exhibit “A” as
parcel 2, under the terms and conditions set forth in this Lease Agreement.
NOW, THEREFORE, IN CONSIDERATION OF THE MUTUAL COVENANTS AND
AGREEMENTS HEREIN STATED, LESSOR AND LESSEE HEREBY AGREE AS FOLLOWS:
1. LEASED PREMISES : Lessee leases from Lessor that part of the Premises sh own on the
attached Exhibit “A” as parcel 1, which is located south of McCullom Lake Road for the sole purpose of
conducting a horse boarding, horse training and event operations thereon. In addition, during the term of
this Lease Agreement, Lessee is hereby granted permission to enter upon that part of Petersen Park, which
is located on the north side of McCullom Lake Road, and shown as parcel 2 on Exhibit “A ,” for the
purpose of mowing, making, and removing standing crops of grass growing thereon.
2. TERM OF LEASE : The term of this lease Agreement shall commence as of May 3, 2022 and
shall end on April 30, 2027.
3. RENT: Lessee shall pay rent in the amount of Two Thousand, Four Hundred Dollars and
00/100 per month beginning July 1, 2022 at Lessor’s address above. Lessor to give Lessee two months
free rent, in lieu of major clean -up, scrap removal and minor repairs.
4. CONDITION AND UPKEEP OF PREMISES : Lessee has examined and knows the condition
of the Premises and acknowledges that no representa tions as to the condition and repair thereof have been
made by Lessor, prior to or at the execution of this lease that are not herein expressed; Lessee will keep
the Premises including all appurtenances, in good repair, replacing all broken glass with glas s of the same
size and quality as that broken, and will keep the Premises, including adjoining Premises, in a clean and
healthful condition during the term of this le ase at Lessee’s expense, and upon the termination of this
Lease, in any way, will yield up the Premises to Lessor, in good condition and repair, loss by fire and
ordinary wear excepted, and will deliver the keys therefore at the place of payment of said rent.
5. LESSEE NOT TO MISUSE; SUBLET; ASSIGN: Lessee will not allow the Premises or any
portion thereof to be used for any purpose that will increase the rate of insurance thereon, nor for any
purpose other than that hereinbefore specified, and will not sublet the same or any part thereof, nor assign
this lease, nor grant to any party an int erest in the real estate, and Lessee will not permit any transfer by
operation of law of the interest in the Premises acquired through this lease, and will not permit the
Premises to be used for any unlawful purpose, or for any purpose that will injure the reputation or
increase the fire hazard of the building thereon, and will not permit the same to remain vacant or
138
2
unoccupied for more than ten consecutive days, nor permit any alteration of or addition to any part of the
Premises; all alterations and addit ions to the Premises shall remain for the benefit of Lessor.
6. MECHANIC’S LIEN : Lessee will not permit any mechanic’s lien or liens to be placed
upon the Premises or any building or improvement thereon during the term hereof, and in case of the
filing of such lien, Lessee will promptly pay same. If default in payment thereof shall continue for thirty
(30) days after written notice thereof from Lessor to the Lessee, the Lessor shall have the right and
privilege at Lessor’s option of paying the same or any portion thereof without inquiry as to the validity
thereof, and any amounts so paid, including expense and interest, shall be so much additional
indebtedness hereunder due from Lessee to Lessor and shall be repaid to Lessor immediately on rendition
of bill therefore.
7. INDEMNITY : To the fullest extent permitted by law, Lessee shall indemnify, defend and
save Lessor, its officers, employees and agents harmless and indemnified from all injury, loss, claims or
damage to any person or property while on the Premise s occasioned by an act or omission of Lessee, or
anyone claiming by, through or under Lessee. Lessor and Lessor’s officers, agents and employees shall
not be liable for, and Lessee waives all claims for, damage to person or property sustained by Lessee or
any person claiming through Lessee resulting from any accident or occ urrence in or upon the Premises,
excluding any accident or occurrence without any act or omission by the lessee, resulting from the general
use and public enjoyment of the pond on the su bject property.
8. INSURANCE: At Lessee’s sole expense, Lessee shall maintain, during the term of the
lease, comprehensive public liability and property damage insurance, insuring Lessor and Lessee, their
officers, employees and agents, against all claims, demands, or actions for injury, death or damage to
property and protecting Lessor and Lessee from all causes, including their own negligence, in an amount
of not less than One Million Dollars ($1,000,000.00) arising out of any one occurrence, made by or on
behalf of any person, firm or corporation, arising from, relating to, or connected with the conduct and
operation of Lessee’s business on the Premises; Lessee shall also maintain at his expense, adequate
insurance coverage, insuring such equipment, fixtures, horses, and personal property belonging to Lessee
and his tenants. All of said insurance shall be in form, provided by responsible companies satisfactory to
Lessor, and shall provide that it will not be subject to cancellation, termination or change e xcept after at
least thirty (30) days prior written notice to Lessor. Such insurance may be provided under a blanket
policy, provided than an endorsement naming Lessor and others as an additional insured. The policies or
duly executed certificates for the same, together with satisfactory evidence of the payment of the premium
thereon, shall be deposited with Lessor upon execution of this Agreement.
9. WATER, GAS, ELECTRIC AND TELEPHONE CHARGES : Lessor will pay all water,
gas and electric light and power bills taxed, levied, or charged on the Premises, for and during the time for
which this lease is granted . Lessee shall pay all telephone, Cable, Internet and related charges, which are
taxed, levied, or charged on the Premises, for and during the time for wh ich this lease is granted.
10. KEEP PREMISES IN REPAIR : Lessor shall not be obliged to incur any expense for
repairing any improvements upon said Premises or connected therewith, and the Lessee, at his own
expense, will keep all improvements in good repair (injury by fire, or other causes beyond Lessee’s
control excepted) as well as in a good tenantable and wholesome condition, and will comply with all laws
and ordinances applicable thereto, Lessee will, as far as possible, keep said improvements from
139
3
deterioration due to ordinary wear and from falling temporarily out of repair. If Lessee does not make
repairs as required hereunder promptly and adequately, Lessor may, but need not make such repairs and
pay the costs thereof and such costs shall be so much addit ional rent immediately due form and payable
by Lessee to Lessor.
11. ACCESS TO PREMISES: Lessee will allow Lessor free access to the Premises for the
purpose of examining or exhibiting the same, or to make any needful repairs, or alterations thereof, which
Lessor may see fit to make, or for any other purpose, and will not interfere with the same; including
access to the property for construction and installation of utilities. In addition, Lessee shall permit Lessor:
▪ Hayrides: Use of the grounds for storage of the hay wagon and for trips through the property
north of McCullom Lake Road
▪ Tours: Parks and Recreation Department tours for educational purposes including summer day
camps and preschool field trips (information on care of horses)
▪ Open House Program: Scheduling of one open house program in the fall of the year to allow
for public viewing and historical tours conducted by the McHenry Landmark Commission or
McHenry County Historical Society
▪ Advertisement: Information to be included in one of the City’s sea sonal brochures about the
horse boarding facilities at the park
12. TERMINATION : Either party may at any time terminate this lease by giving ninety (90)
days’ written notice of its intent ion to do so.
13. HOLDING OVER : Lessee will, at the termination of this lea se by lapse of time or
otherwise, yield up immediate possession to Lessor, and failing so to do, will pay as liquidated damages,
for the whole time such possession is withheld, the sum of One Hundred Dollars ($100.00) per day; but
the provisions of this clause shall not be held as a waiver by Lessor of any right of re -entry as hereinafter
set forth; nor shall the receipt of said rent or any part thereof, or any other act in apparent aff irmation of
tenancy, operate as a waiver of the right to forfeit this lease and the term hereby granted for the period
still unexpired, for a breach of any of the covenants herein.
14. EXTRA FIRE HAZARD : There shall not be allowed, kept, or used on the premises any
inflammable or explosive liquids or materials save such as may b e necessary for use in the business of the
Lessee, and in such case, any such substances shall be delivered and stored in amount, and use, in
accordance with the rules of the applicable statutes and ordinances now or hereafter in force.
15. CITY ORDINANCES : Lessee hereby covenants to comply with all ordinances of the City
of McHenry, which shall be in effect from time to time.
16. DEFAULT BY LESSEE : If default be made in the payment of the above rent, or any part
thereof, or in any of the covenants herein contain ed to be kept by the Lessee, Lessor may at any time
thereafter at its election declare said term ended and re -enter the Premises or any part thereof, with or (to
the extent permitted by law) without notice of process of law, and remove Lessee or any person s
occupying the same, without prejudice to any remedies which might otherwise be used for arrears of rent,
and Lessor shall have at all times the right to distress for rent due, and sh all have a valid and first lien
140
4
upon all personal property which Lessee now owns, or may hereafter acquire or have an interest in, which
is by law subject to such distrain, as security for payment of the rent herein reserved.
17. NO RENT DEDUCTION OR SET OFF : Lessee’s covenant to pay rent is and shall be
independent of each and every other covenant of this lease. Lessee agrees that any claim by Lessee
against Lessor shall not be deducted from rent nor set off against any claim for rent in any action.
18. RENT AFTER NOTICE OR SUIT: It is further agreed, by the parties hereto, that af ter the
service of notice, or the commencement of a suit or after final judgment for possession of the Premises,
Lessor may receive and collect any rent due, and the payment of said re nt shall not waive or affect said
notice, said suit, or said judgment.
19. PAYMENT OF COSTS: Lessee will pay and discharge all reasonable costs, attorney fees,
and expenses that shall be made and incurred by Lessor in enforcing the covenants and agreements o f this
lease.
20. RIGHT CUMULATIVE : The rights and remedies of Lessor under this lease are
cumulative. The exercise or use of any one or more thereof shall not bar Lessor from exercise or use of
any other right or remedy provided herein or otherwise provided by law, nor shall exercise nor use of any
right or remedy by Lessor waive any other right or remedy.
21. FIRE AND CASUALTY : In case the Premises shall be rendered untenantable during the
term of this lease by fire or other casualty, Lessor at its option may terminate the lease or repair the
Premises within 60 days thereafter. I f Lessor elects to repair, this lease shall remain in effect provided
such repairs are completed within said time.
22. SEVERABILITY : Wherever possible each provision of this lease shall b e interpreted in
such manner as to be effective and valid under applicab le law, but if any provision of this lease shall be
prohibited by or become invalid under applicable law, such provision shall be ineffective to the extent of
such prohibition or invalidity, without invalidating the remainder of such provision or the remaining
provisions of this lease.
23. HAZARDOUS SUBSTANCES: “Hazardous Substance” is any petroleum product,
asbestos product or any other material, substance or waste that is recognized as b eing hazardous or
dangerous to health or the environmental protection ju risdiction over the Premises. Lessee represents and
warrants to Lessor that it has never generated, stored, handled, or disposed of any hazardous Substance in
or about the Premises. Lessee further represents, to the best of his knowledge, that Lessee is not aware of
the generation, storage, handling, or disposal of any Hazardous Substance in or upon the Premises at any
time by anyone else. Lessee shall indemnify and hold Lessor harmless from and against any and all
demands, claims, enforcement actions, costs, and expenses, including reasonable attorney’s fees, arising
out of Hazardous Substance in existence in or upon the Premises subsequent to the date of this Lease.
Lessee agrees not to generate, store, handle, or dispose of any Hazardous Substance in or upon the
Premises during the term of the Lease.
141
5
IN WITNESS WHEREOF, the parties hereto have executed this instrument as the Date of Lease
started above.
LESSOR: LESSEE:
City of McHenry, Illinois R Double J Ranch, LLC
By:
Mayor Wayne S. Jett Daniel L. Taylor
Brigitte K. Birong
Date: ______________________ Date: __________________________
142
143
144
145
146
147
148
149
150
151
152
153
154
155
156
City of McHenry Council
Meeting Minutes
4.18.22
1
AGENDA
REGULAR CITY COUNCIL MEETING
Monday, April 18, 2022, 7:00 p.m.
City Council Chambers, 333 S Green St, McHenry, IL 60050
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-absent, 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-absent, Deputy Clerk Johnson, and City Clerk Ramel.
Pledge of Allegiance: Mayor Jett led the pledge.
Public Comments: None
Public Hearing: Call to order a Public Hearing for the proposed the Fiscal Year 2022/2023
Budget
A motion was made by Alderman Strach and seconded by Alderwoman Miller to enter
Public Hearing at 7:01 PM.: Roll Call: Vote: 7-ayes: Alderman Santi, Alderman Glab,
Alderman McClatchey, Alderman Harding, Alderman Strach, Alderman Devine, Alderwoman
Miller. 0-nays- Alderman Glab, 0-abstained. Motion carried.
Motion to adopt the Fiscal Year 2022/2023 Budget:
A motion was made by Alderman McClatchey and seconded by Alderman Strach to
approve the Public Hearing: Roll Call: Vote: 7-ayes: Alderman Santi, Alderman Glab,
Alderman McClatchey, Alderman Harding, Alderman Strach, Alderman Devine, Alderwoman
Miller. 0-nays- Alderman Glab, 0-abstained. Motion carried.
Public Comments: Celeste Heidemann resident of McHenry, expressed her dismay
regarding the honorary sign time limit of ten years, and would like to consider a renewal for
another ten years or some other form of honorary.
Ronald Freund resident of McHenry expressed his concerns about the sign being temporary
and would like The Council to consider how much the honorary members mean to them.
Mary Kay Walter, a resident of McHenry, also expressed her support for those that were
honorary and would like to keep those in honor as well.
157
City of McHenry Council
Meeting Minutes
4.18.22
2
Consent Agenda: Motion to Approve the following Consent Agenda Items:
B. FY2022/2023 Liquor License Renewals effective May 1, 2022 , through April 30, 2023,
as presented, conditioned upon the receipt of all paperwork and fees; (Deputy City Clerk
Johnson)
*Clerks note Pulled by Alderman Santi
A motion was made by Alderman Santi and seconded by Alderman McClatchey to
approve Consent 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- Alderman Glab, 0-abstained. Motion carried.
C. FY2022/2023 Video Gaming License Renewals effective May 1, 2022, through April 30,
2023, as presented, conditioned upon the receipt of all paperwork and payment of fees;
(Deputy City Clerk Johnson)
*Clerks note item pulled by Alderman Santi
Pulled by Alderman Santi asked for clarification, Deputy Clerk Johnson, explained with Covid
how things took time for some of the approvals may have taken a year, but they are still waiting.
The max is 6 per location, as clarified by Alderman Santi .
A motion was made by Alderman Santi and seconded by Alderman Harding to approve
Consent 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- Alderman Glab, 0-abstained. Motion carried.
A. Annual Appointments
B. Authorization to waive the competitive bid process and purchase a 2022 GMC Sierra
2500HD truck on or after May 1, 2022, for an amount not to exceed $46,757.24, under
the condition that the proposed capital vehicle purchase funds are approved in the
FY22/23 Budget; (Police Chief Birk)
C. Approval of a Parks Special Use Permit Application to Pearl Street Market for summer
markets and band concerts from May 19th through September 22nd, 2022 from 4:00 pm
until 9:00 pm; and, to approve a Special Event Liquor License in conjunction with those
dates and times; (Parks and Recreation Director Hobson)
D. Parks & Recreation Facilities & Special Use Permit Requests;
158
City of McHenry Council
Meeting Minutes
4.18.22
3
E. April 4, 2022, City Council Meeting Minutes;
F. Issuance of Checks in the amount of $.
A motion was made by Alderwoman Miller and seconded by Alderman Harding to
approve Consent 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- Alderman Glab, 0-abstained. Motion carried.
Individual Action Item Agenda:
A. Motion to approve a Class A Liquor License to Green Street Tavern located at 1259 N.
Green Street and, if approved, pass an Ordinance amending Title 4, Chapter 2, Alcoholic
Liquor, Section 6, License Classification and Fees; Approval Authority; Limitation on
Number of Licenses. (Mayor Jett and Staff)
A motion was made by Alderman McClatchey and seconded by Alderman Strach 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. Based on City Council approval of Item 8A, motion to approve a Video Gaming License
to Green Street Tavern, located at 1259 N. Green Street. (Mayor Jett and Staff)
A motion was made by Alderman Santi 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 at this time.
Executive Session:
A motion was made by Alderman Strach and seconded by Alderman Harding to adjourn
to Executive Session at 7:15 p.m. to discuss pending litigation on the purchase or lease
of real estate property for the use of the public body
159
City of McHenry Council
Meeting Minutes
4.18.22
4
Mayor Jett reconvened the meeting from Executive Session at 7:29 p.m. A motion was
made by Alderman Santi and seconded by Alderman Strach to return to the open
session. Roll Call: Vote: 7-ayes: Alderman Santi, Alderman Glab, Alderman Schaefer,
Alderman Harding, Alderman Mihevc, Alderman Devine, Alderwoman Miller. 0 -nays, 0-
abstained. Motion carried.
Staff Reports: None
Mayor’s Report: Mayor Jett explained that May 16th will be a discussion item on the Agenda,
let the public at the meeting know that.
City Council Comments: Alderman Santi stated that he had been involved in conversations
frwithesidents and thanked them for that communication, and he listens to the pros and cons
that he can discuss regarding the honorary signs from residents.
Alderman McClatchey stated that he would like a copy of the ordinance regarding the signs
and he agrees with the points that Alderman Santi made.
Alderman Glab talked about where the signs could be moved to and how the residents could
help with that. He asked the residents to bring ideas regarding the discussion on where the
signs could go.
Alderwoman Miller also thanked the residents and is happy this will be presented on the
agenda, maybe come up with some ideas of where we could physically place the signs for the
meeting.
Alderwoman Miller discussed the food truck information and stated that she and Alderman
Strach had. Would like to see the money for the food truck go back into Miller Park per
Alderman Strach., also will be on a May agenda, ate TBD.
Adjourn: A motion was made by Alderman Santi and seconded by Alderman Strach to
adjourn the meeting at 7:42 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
160
Expense Approval Register
McHenry, IL List of Bills Council Meeting ‐ 5‐2‐22
Vendor Name
Payable Number
Post Date
Description (Item)
Account Number
Amount
Vendor: B2B TECHNOLOGIES
B2B TECHNOLOGIES 25442 04/30/2022 LABOR 620‐00‐5110 1,000.00
Vendor B2B TECHNOLOGIES Total:
1,000.00
Vendor: BT MCHENRY LLC
BT MCHENRY LLC 086122 04/30/2022 1/15‐3/15/22 WSC WATER‐ 100‐01‐5110 61.57
Vendor BT MCHENRY LLC Total:
61.57
Vendor: COMPASS MINERALS AMERICA
COMPASS MINERALS AMERICA
988320
04/30/2022
BULK ROCK SALT
100‐33‐6110
38,451.08
COMPASS MINERALS AMERICA 989051 04/30/2022 BULK ROCK SALT 100‐33‐6110 30,056.98
COMPASS MINERALS AMERICA
989451
04/30/2022
BULK ROCK SALT
100‐33‐6110
7,504.33
Vendor COMPASS MINERALS AMERICA Total:
76,012.39
Vendor: DOUROUX, JASON
DOUROUX, JASON
349726
04/30/2022
LOW ENROLLMENT ‐ CXL
100‐41‐3637
75.00
Vendor DOUROUX, JASON Total:
75.00
Vendor: HEARTLAND BUSINESS SYSTEMS, LLC
HEARTLAND BUSINESS
511978‐H
04/30/2022
T&M LABOR
225‐00‐5110
185.00
Vendor HEARTLAND BUSINESS SYSTEMS, LLC Total:
185.00
Vendor: HRGREEN
HRGREEN
149139
04/30/2022
CENTRAL WWTP DEMO CONST
510‐32‐8500
5,246.25
HRGREEN
149140
04/30/2022
CITY WIDE WATER & SEWER
510‐31‐8500
21,068.25
HRGREEN
149140
04/30/2022
CITY WIDE WATER & SEWER
510‐32‐8500
21,068.25
HRGREEN 151057 04/30/2022 CENTRAL WWTP DEMO CONST 510‐32‐8500 16,235.00
Vendor HRGREEN Total:
63,617.75
Vendor: KISCELLUS, JAMIE
KISCELLUS, JAMIE
349024
04/30/2022
PGM CXL
100‐41‐3637
80.00
Vendor KISCELLUS, JAMIE Total:
80.00
Vendor: KREASSIG, DANIEL
KREASSIG, DANIEL
348894
04/30/2022
CXL PGM
100‐41‐3636
82.00
Vendor KREASSIG, DANIEL Total:
82.00
Vendor: OTTOSEN DINOLFO HASENBALG & CASTALDO, LTD
OTTOSEN DINOLFO
143773
04/30/2022
LABOR
100‐01‐5230
336.00
Vendor OTTOSEN DINOLFO HASENBALG & CASTALDO, LTD Total: 336.00
Vendor: PATRICK ENGINEERING
PATRICK ENGINEERING 22177.020‐4 04/30/2022 WATERMAIN PH II 510‐31‐8500 1,630.56
PATRICK ENGINEERING
22177.020‐4
04/30/2022
WATERMAIN PH II
510‐32‐8500
815.28
Vendor PATRICK ENGINEERING Total: 2,445.84
Vendor: REVOLUTION AUTO INC
REVOLUTION AUTO INC P112310&P112319 04/30/2022 OVERPAID PARKING TICKETS 100‐22‐3510 50.00
Vendor REVOLUTION AUTO INC Total:
50.00
Vendor: ROBINSON ENGINEERING LTD
ROBINSON ENGINEERING LTD
22040138
04/30/2022
RIVERWALK SEWER RELOC PRJ
510‐32‐8500
1,386.25
Vendor ROBINSON ENGINEERING LTD Total:
1,386.25
Vendor: SARTIN, SHEILA
SARTIN, SHEILA
350297
04/30/2022
SHELTER RENTAL CXL
100‐41‐3635
50.00
Vendor SARTIN, SHEILA Total:
50.00
Vendor: SECURITY FANATICS
SECURITY FANATICS
24684
04/30/2022
PA‐440 FIREWALL & LICENSES
620‐00‐8300
2,144.00
SECURITY FANATICS
24684
04/30/2022
PA‐440 FIREWALL & LICENSES
620‐1290
4,286.00
Vendor SECURITY FANATICS Total:
6,430.00
4/27/2022 9:43:53 AM
161
Expense Approval Register Packet: APPKT02379 ‐ 5‐2‐22 AP CKS
Vendor Name
Payable Number
Post Date
Description (Item)
Account Number
Amount
Vendor: SHERWIN‐WILLIAMS CO, THE
SHERWIN‐WILLIAMS CO, THE
4383‐8
04/30/2022
RECREATION CENTER
400‐00‐6110
106.56
Vendor SHERWIN‐WILLIAMS CO, THE Total:
106.56
Vendor: SYNCB/AMAZON
SYNCB/AMAZON
1231 4‐10‐22
04/30/2022
MTHLY PD
100‐22‐6210
850.29
SYNCB/AMAZON
7880 4‐10‐22
04/30/2022
MTHLY
100‐03‐6110
1,039.87
SYNCB/AMAZON 7880 4‐10‐22 04/30/2022 MTHLY 100‐41‐6210 32.97
SYNCB/AMAZON
7880 4‐10‐22
04/30/2022
MTHLY
100‐45‐5370
20.24
SYNCB/AMAZON
7880 4‐10‐22
04/30/2022
MTHLY
100‐47‐6110
95.32
SYNCB/AMAZON
7880 4‐10‐22
04/30/2022
MTHLY
400‐40‐6142
162.50
SYNCB/AMAZON 7880 4‐10‐22 04/30/2022 MTHLY 620‐00‐5320 238.86
Vendor SYNCB/AMAZON Total:
2,440.05
Vendor: US BANK EQUIPMENT FINANCE
US BANK EQUIPMENT FINANCE
470165002
04/30/2022
PW COPIER
620‐00‐5110
336.21
Vendor US BANK EQUIPMENT FINANCE Total:
336.21
Vendor: WATER STREET SHOPPE
WATER STREET SHOPPE
22‐03‐194
04/30/2022
TEMP SIGN REFUND
100‐00‐3410
30.00
Vendor WATER STREET SHOPPE Total: 30.00
Vendor: WINNEBAGO LANDFILL CO
WINNEBAGO LANDFILL CO
9662
04/30/2022
SLUDGE
510‐32‐5580
1,482.40
Vendor WINNEBAGO LANDFILL CO Total: 1,482.40
Grand Total:
156,207.02
4/27/2022 9:43:53 AM
162
Expense Approval Register Packet: APPKT02379 ‐ 5‐2‐22 AP CKS
Fund Summary
Fund
Expense Amount
100 ‐ GENERAL FUND
78,815.65
225 ‐ ALARM BOARD FUND 185.00
400 ‐ RECREATION CENTER FUND
269.06
510 ‐ WATER/SEWER FUND
68,932.24
620 ‐ INFORMATION TECHNOLOGY FUND
8,005.07
Grand Total:
156,207.02
163
Expense Approval Register
McHenry, IL #2 List of Bills Council Meeting ‐ 5‐2‐22
Vendor Name
Payable Number
Post Date
Description (Item)
Account Number
Amount
Vendor: OLSON AUTO BODY
OLSON AUTO BODY 3100 04/30/2022 Repairs 326 100‐22‐5370 710.83
Vendor OLSON AUTO BODY Total:
710.83
Vendor: A‐ABLE ALARM SERVICE INC
A‐ABLE ALARM SERVICE INC 68708 04/30/2022 Rekey Lock ‐ Social Services 100‐22‐6210 82.00
Vendor A‐ABLE ALARM SERVICE INC Total:
82.00
Vendor: ADAMS STEEL SERVICE & SUPPLY, INC
ADAMS STEEL SERVICE &
375826
04/30/2022
Welder‐Spool Gun Parts
510‐32‐6110
75.80
ADAMS STEEL SERVICE & 375962 04/30/2022 streets 375962 100‐33‐5370 47.20
Vendor ADAMS STEEL SERVICE & SUPPLY, INC Total:
123.00
Vendor: AMERICAN SOLUTIONS FOR BUSINESS
AMERICAN SOLUTIONS FOR
INV05954087
04/30/2022
ICSC PROMO GIFTS
100‐06‐5110
291.12
Vendor AMERICAN SOLUTIONS FOR BUSINESS Total:
291.12
Vendor: ARAMARK
ARAMARK
24447997
04/30/2022
Friedle Clothing
100‐45‐4510
110.96
Vendor ARAMARK Total: 110.96
Vendor: AT&T
AT&T
1283279602
04/30/2022
Voice Over IP ‐ IP‐Flex
620‐00‐5320
362.50
Vendor AT&T Total: 362.50
Vendor: BONNELL INDUSTRIES INC
BONNELL INDUSTRIES INC
0204494‐IN
04/30/2022
cutting edges (0204494)
100‐33‐5370
2,787.00
Vendor BONNELL INDUSTRIES INC Total:
2,787.00
Vendor: CABAY & COMPANY INC
CABAY & COMPANY INC
66034
04/30/2022
66034
100‐03‐5120
6,300.00
Vendor CABAY & COMPANY INC Total:
6,300.00
Vendor: CDW GOVERNMENT INC
CDW GOVERNMENT INC
V801207
04/30/2022
APC Battery Back‐Ups
620‐00‐8300
444.95
CDW GOVERNMENT INC
V918273
04/30/2022
Kanguru 1‐To‐1 BluRay
620‐00‐6210
365.30
CDW GOVERNMENT INC
V938240
04/30/2022
Lift Control Panel UPS's INV#
510‐32‐5380
704.80
Vendor CDW GOVERNMENT INC Total:
1,515.05
Vendor: COMMERCIAL RECREATION SPECIALISTS
COMMERCIAL RECREATION
0019744
04/30/2022
Wibit Connector Supplies
100‐43‐6110
401.70
Vendor COMMERCIAL RECREATION SPECIALISTS Total:
401.70
Vendor: CONNOR CO
CONNOR CO
S009965932.001
04/30/2022
Plumbing Supplies
100‐45‐6110
23.15
Vendor CONNOR CO Total: 23.15
Vendor: CRITICAL TECHNOLOGY SOLUTIONS
CRITICAL TECHNOLOGY 3224048 04/30/2022 Axis P3719‐PLE Cameras 620‐00‐8300 8,975.63
CRITICAL TECHNOLOGY
3224049
04/30/2022
Parks Camera Project ‐ Axis
620‐00‐8300
1,056.47
Vendor CRITICAL TECHNOLOGY SOLUTIONS Total: 10,032.10
Vendor: CURRAN CONTRACTING COMPANY
CURRAN CONTRACTING
24080
04/30/2022
UPM ‐ STS ‐ 24080
100‐33‐6110
1,015.30
Vendor CURRAN CONTRACTING COMPANY Total:
1,015.30
Vendor: CUSHING SYSTEMS INC
CUSHING SYSTEMS INC CAI‐2022648 04/30/2022 Cushing (PSIMS) ‐ DACRA 620‐00‐8300 6,500.00
Vendor CUSHING SYSTEMS INC Total:
6,500.00
Vendor: EDESIGN CHICAGO
EDESIGN CHICAGO
2016605
04/30/2022
Park Signage
100‐41‐5110
168.75
EDESIGN CHICAGO
2016822
04/30/2022
Park Signage
100‐41‐5110
475.00
4/27/2022 9:54:39 AM
164
Expense Approval Register Packet: APPKT02380 ‐ 5‐2‐22 RECT INV
Vendor Name
Payable Number
Post Date
Description (Item)
Account Number
Amount
EDESIGN CHICAGO
2016823
04/30/2022
Brochure ‐ Summer Design
100‐41‐5330
393.75
Vendor EDESIGN CHICAGO Total:
1,037.50
Vendor: ED'S RENTAL & SALES INC
ED'S RENTAL & SALES INC
353957‐1
04/30/2022
Equipment Rental
400‐00‐6110
25.00
Vendor ED'S RENTAL & SALES INC Total:
25.00
Vendor: EJ USA INC
EJ USA INC 110220022760 04/30/2022 Manhole frames 510‐32‐6110 708.64
Vendor EJ USA INC Total:
708.64
Vendor: FASTENAL
FASTENAL ILWOD184822 04/30/2022 Locating Paint (ILWOD184822 510‐31‐6110 303.19
Vendor FASTENAL Total:
303.19
Vendor: GALLS LLC
GALLS LLC
020832411
04/30/2022
Bail out Bags
100‐22‐6110
125.00
GALLS LLC
020834159
04/30/2022
Uniform Order
100‐23‐4510
40.99
GALLS LLC 020834923 04/30/2022 Uniform Order ‐ Veronese 100‐23‐4510 85.48
GALLS LLC
020835383
04/30/2022
Uniform Order ‐ Zujewski
100‐23‐4510
100.57
GALLS LLC
020836331
04/30/2022
Uniform Order ‐ Ehardt
100‐22‐4510
82.49
GALLS LLC
020845498
04/30/2022
Uniform Order ‐ Pardue
100‐22‐4510
177.03
GALLS LLC 020845549 04/30/2022 Uniform Order ‐ Rewiako 100‐22‐4510 81.15
GALLS LLC
020845550
04/30/2022
Uniform Order ‐ Polidori
100‐22‐4510
119.22
GALLS LLC
020845802
04/30/2022
Uniform Order ‐ Lorenz
100‐22‐4510
27.73
GALLS LLC
020845833
04/30/2022
Uniform Order ‐ Rewiako
100‐22‐4510
28.28
GALLS LLC
020867160
04/30/2022
Uniform Order ‐ Funk
100‐22‐4510
438.66
GALLS LLC 020867753 04/30/2022 Uniform Order ‐ Spohn 100‐22‐4510 71.46
GALLS LLC
020867861
04/30/2022
Uniform Order ‐ Porter
100‐22‐4510
126.42
GALLS LLC
020867884
04/30/2022
Uniform Order
100‐22‐4510
55.94
GALLS LLC
020867982
04/30/2022
Uniform Order ‐ Beidelman
100‐23‐4510
68.13
GALLS LLC
020877725
04/30/2022
Uniform Order ‐ Rewiako
100‐22‐4510
106.88
GALLS LLC
020894776
04/30/2022
Uniform Order ‐ Fitzgerald
100‐23‐4510
20.15
GALLS LLC
020894808
04/30/2022
Uniform Order ‐ J. Prather
100‐22‐4510
62.03
GALLS LLC
020908750
04/30/2022
Uniform Order ‐ Ehardt
100‐22‐4510
90.93
GALLS LLC 020923546 04/30/2022 Uniform Order ‐ Fitzgerald 100‐23‐4510 61.59
Vendor GALLS LLC Total:
1,970.13
Vendor: GOODMARK NURSERIES LLC
GOODMARK NURSERIES LLC
ARINV‐000167
04/30/2022
Landscape Supplies
100‐45‐6110
975.00
Vendor GOODMARK NURSERIES LLC Total:
975.00
Vendor: GRAINGER
GRAINGER
9280344368
04/30/2022
Security Planters‐ Millstream
510‐32‐5380
2,116.24
Vendor GRAINGER Total:
2,116.24
Vendor: HALOGEN SUPPLY COMPANY
HALOGEN SUPPLY COMPANY
577581
04/30/2022
Filter Pads for Pool
100‐42‐6110
2,463.30
HALOGEN SUPPLY COMPANY
577904
04/30/2022
Pool Supplies
100‐42‐6110
444.96
Vendor HALOGEN SUPPLY COMPANY Total: 2,908.26
Vendor: HAWKINS INC
HAWKINS INC 6158352 04/30/2022 Ferric Chloride #6158352 510‐32‐6110 5,148.20
Vendor HAWKINS INC Total:
5,148.20
Vendor: HEARTLAND BUSINESS SYSTEMS, LLC
HEARTLAND BUSINESS
510126‐H
04/30/2022
Microsoft Monthly M365
620‐00‐5110
3,692.50
HEARTLAND BUSINESS
511871‐H
04/30/2022
Axis micro SDXC 128GB
620‐00‐8300
63.44
HEARTLAND BUSINESS
511871‐H
04/30/2022
TRENDnet TI‐S12048 DIN‐Rail
620‐00‐8300
134.17
HEARTLAND BUSINESS
513493‐H
04/30/2022
DRC‐60A 12v Power Supply
620‐00‐8300
58.62
HEARTLAND BUSINESS
513493‐H
04/30/2022
External Antenna ‐ LTE
620‐00‐8300
86.02
Vendor HEARTLAND BUSINESS SYSTEMS, LLC Total:
4,034.75
Vendor: HERITAGE‐CRYSTAL CLEAN LLC
HERITAGE‐CRYSTAL CLEAN LLC
17339648
04/30/2022
Solvent Tank Cleaner INV#
100‐33‐6110
242.06
HERITAGE‐CRYSTAL CLEAN LLC
17351549
04/30/2022
Parts Washer Service INV#
510‐32‐6110
242.06
Vendor HERITAGE‐CRYSTAL CLEAN LLC Total:
484.12
4/27/2022 9:54:39 AM
165
Expense Approval Register Packet: APPKT02380 ‐ 5‐2‐22 RECT INV
Vendor Name
Payable Number
Post Date
Description (Item)
Account Number
Amount
Vendor: HOME TOWNE ELECTRIC INC
HOME TOWNE ELECTRIC INC
222650
04/30/2022
Street light repairs
100‐33‐5110
4,918.00
Vendor HOME TOWNE ELECTRIC INC Total:
4,918.00
Vendor: ILLINOIS ASSOC OF CHIEFS OF POLICE
ILLINOIS ASSOC OF CHIEFS OF
10678
04/30/2022
IL Assoc of Chiefs Conference
100‐22‐5430
299.00
ILLINOIS ASSOC OF CHIEFS OF
10679
04/30/2022
IL Assoc of Chiefs Conference ‐
100‐22‐5430
299.00
Vendor ILLINOIS ASSOC OF CHIEFS OF POLICE Total:
598.00
Vendor: IMPRESSIVE IMAGES
IMPRESSIVE IMAGES
6877 STS
04/30/2022
Summer Intern Tshirts
100‐33‐4510
55.00
IMPRESSIVE IMAGES
6877UTY
04/30/2022
Summer Intern TShirts INV
510‐35‐4510
55.00
IMPRESSIVE IMAGES 6877WW 04/30/2022 Summer Intern T‐Shirts INV# 510‐32‐4510 54.86
Vendor IMPRESSIVE IMAGES Total:
164.86
Vendor: IN TIME SERVICES INC
IN TIME SERVICES INC
11347
04/30/2022
InTime Remote Training
620‐00‐5430
2,800.00
Vendor IN TIME SERVICES INC Total:
2,800.00
Vendor: IN‐PIPE TECHNOLOGY COMPANY INC
IN‐PIPE TECHNOLOGY
2099
04/30/2022
Inv# 2099 Monthly service fee
510‐32‐5110
7,750.00
Vendor IN‐PIPE TECHNOLOGY COMPANY INC Total:
7,750.00
Vendor: INTERSTATE BILLING SERVICE INC
INTERSTATE BILLING SERVICE
3027307060
04/30/2022
417 (3027307060)
100‐33‐5370
130.86
INTERSTATE BILLING SERVICE
3027312586
04/30/2022
440 3027312586
100‐33‐5370
152.58
INTERSTATE BILLING SERVICE
3027344456
04/30/2022
440 (3027344456)
100‐33‐5370
413.02
Vendor INTERSTATE BILLING SERVICE INC Total:
696.46
Vendor: KIMBALL MIDWEST
KIMBALL MIDWEST
9777275
04/30/2022
kimball stock (9777275)
100‐33‐5370
304.66
KIMBALL MIDWEST
9800013
04/30/2022
kimball stock (9800013)
510‐35‐5370
258.33
KIMBALL MIDWEST
9819562
04/30/2022
kimball stock (9819562)
100‐33‐5370
401.50
Vendor KIMBALL MIDWEST Total:
964.49
Vendor: KIRCHNER, INC
KIRCHNER, INC
INV61420
04/30/2022
Fire Ext. Inspection ‐ WTR ‐
510‐31‐5110
128.00
KIRCHNER, INC INV61421 04/30/2022 Fire Ext. Inspection ‐ WW ‐ 510‐32‐5110 454.00
Vendor KIRCHNER, INC Total:
582.00
Vendor: MASTERCORP, INC
MASTERCORP, INC
1222‐163
04/30/2022
Dance ‐ Video Final Payment
100‐46‐6110
1,125.00
Vendor MASTERCORP, INC Total:
1,125.00
Vendor: MCCANN INDUSTRIES INC
MCCANN INDUSTRIES INC
P11902
04/30/2022
810 (9281)
510‐35‐5370
438.64
Vendor MCCANN INDUSTRIES INC Total:
438.64
Vendor: MCHENRY COUNTY CONVENTION &
MCHENRY COUNTY
BIKEMC2022
04/30/2022
BIKE MC Sponsor Fee 2022‐
100‐06‐5110
1,325.00
Vendor MCHENRY COUNTY CONVENTION & Total: 1,325.00
Vendor: MCHENRY SPECIALTIES
MCHENRY SPECIALTIES
2022‐212
04/30/2022
plan comm name plate
100‐01‐6210
7.00
Vendor MCHENRY SPECIALTIES Total:
7.00
Vendor: MCMASTER‐CARR SUPPLY CO
MCMASTER‐CARR SUPPLY CO
76070603
04/30/2022
Dryer‐Shaker Discharge Tubes
510‐32‐5375
206.36
Vendor MCMASTER‐CARR SUPPLY CO Total:
206.36
Vendor: MEADE INC
MEADE INC
699333
04/30/2022
Traffic Signal Locate #699333
100‐33‐5110
156.59
MEADE INC
700243
04/30/2022
Traffic Signal Issue ‐ CLR/Royal
100‐33‐5110
170.19
Vendor MEADE INC Total:
326.78
Vendor: MID AMERICAN WATER OF WAUCONDA INC
MID AMERICAN WATER OF
247384W
04/30/2022
Partner saw blade
100‐33‐6110
220.00
MID AMERICAN WATER OF
247438W
04/30/2022
Dryer spray nozzle gaskets INV#
510‐32‐5375
50.00
Vendor MID AMERICAN WATER OF WAUCONDA INC Total:
270.00
4/27/2022 9:54:39 AM
166
Expense Approval Register Packet: APPKT02380 ‐ 5‐2‐22 RECT INV
Vendor Name
Payable Number
Post Date
Description (Item)
Account Number
Amount
Vendor: MIDWEST HOSE AND FITTINGS INC
MIDWEST HOSE AND FITTINGS
217272
04/30/2022
802 217272
510‐35‐5370
135.76
Vendor MIDWEST HOSE AND FITTINGS INC Total:
135.76
Vendor: MINUTEMAN PRESS OF MCH
MINUTEMAN PRESS OF MCH
96899
04/30/2022
DOROTHY WOLF BUSINESS
100‐06‐6210
61.00
MINUTEMAN PRESS OF MCH
96904
04/30/2022
Park Signage
100‐45‐6110
250.00
Vendor MINUTEMAN PRESS OF MCH Total:
311.00
Vendor: MOTOROLA SOLUTIONS ‐ STARCOM21 NETWORK
MOTOROLA SOLUTIONS ‐
8330217822
04/30/2022
Radio Repairs
100‐22‐5370
515.00
Vendor MOTOROLA SOLUTIONS ‐ STARCOM21 NETWORK Total:
515.00
Vendor: MOTOROLA
MOTOROLA
6419620220301
04/30/2022
Starcom21 Monthly Invoice
100‐22‐5320
823.00
Vendor MOTOROLA Total: 823.00
Vendor: NORTHWESTERN MEDICINE OCC HEALTH
NORTHWESTERN MEDICINE 525592 04/30/2022 New Hire/Random (Banwart, 100‐05‐5110 1,423.00
NORTHWESTERN MEDICINE
525592
04/30/2022
Post Accident (Oherron, Walsh)
610‐00‐6940
345.00
NORTHWESTERN MEDICINE
525978
04/30/2022
New Hire (Kuzmiak, Martinez,
100‐05‐5110
120.00
NORTHWESTERN MEDICINE
526121
04/30/2022
New Hire (Sterwerf) #526121
100‐05‐5110
30.00
Vendor NORTHWESTERN MEDICINE OCC HEALTH Total:
1,918.00
Vendor: PETROCHOICE LLC
PETROCHOICE LLC
5085334
04/30/2022
Fuel #5085334
100‐45‐6250
421.89
PETROCHOICE LLC
50853341
04/30/2022
50853341
100‐03‐6250
176.22
PETROCHOICE LLC
50855662
04/30/2022
50855662
100‐03‐6250
76.72
PETROCHOICE LLC
50866691
04/30/2022
Fuel ‐ UTY ‐ 50866691
510‐35‐6250
1,194.26
PETROCHOICE LLC
50866705
04/30/2022
50866705
100‐03‐6250
413.13
PETROCHOICE LLC
50866706
04/30/2022
Fuel ‐ WW ‐ 50866706
510‐32‐6250
653.70
PETROCHOICE LLC
50866707
04/30/2022
Fuel ‐ WTR ‐ 50866707
510‐31‐6250
231.32
PETROCHOICE LLC 50866708 04/30/2022 Fuel Invoice #50866708 100‐45‐6250 472.62
PETROCHOICE LLC
50866709
04/30/2022
Fuel ‐ STS ‐ 50866709
100‐33‐6250
1,477.18
PETROCHOICE LLC
50866710
04/30/2022
Fuel ‐ 50866710
100‐22‐6250
5,188.54
PETROCHOICE LLC
50872605
04/30/2022
Fuel ‐ UTY ‐ 50872605
510‐35‐6250
432.76
PETROCHOICE LLC 50872619 04/30/2022 Fuel ‐ WW ‐ 50872619 510‐32‐6250 734.99
PETROCHOICE LLC 50872620 04/30/2022 Fuel ‐ WTR ‐ 50872620 510‐31‐6250 54.13
PETROCHOICE LLC
50872621
04/30/2022
Fuel # 50872621
100‐45‐6250
659.04
PETROCHOICE LLC
50872622
04/30/2022
Fuel ‐ STS ‐ 50872622
100‐33‐6250
1,105.83
Vendor PETROCHOICE LLC Total:
13,292.33
Vendor: PETTIBONE & CO, P F
PETTIBONE & CO, P F
181977
04/30/2022
Flat Badges
100‐22‐6210
344.00
Vendor PETTIBONE & CO, P F Total:
344.00
Vendor: PROSHRED SECURITY
PROSHRED SECURITY
990114109
04/30/2022
Monthly Shred
100‐22‐5110
310.05
Vendor PROSHRED SECURITY Total: 310.05
Vendor: REX 24/7 TOWING
REX 24/7 TOWING
3738
04/30/2022
Seizure ‐ Report 22‐005896
100‐22‐5110
225.00
Vendor REX 24/7 TOWING Total:
225.00
Vendor: RNOW INC
RNOW INC
202262511
04/30/2022
817 (202262511)
510‐35‐5370
2,354.94
Vendor RNOW INC Total:
2,354.94
Vendor: SCHOPEN PEST SOLUTIONS INC
SCHOPEN PEST SOLUTIONS INC
13710
04/30/2022
Recreation Center Contracual
400‐00‐5110
80.00
Vendor SCHOPEN PEST SOLUTIONS INC Total: 80.00
Vendor: SECOND AMENDMENT SPORTS
SECOND AMENDMENT SPORTS 722‐647 04/30/2022 Cleaning Kits 100‐22‐6110 62.92
Vendor SECOND AMENDMENT SPORTS Total:
62.92
4/27/2022 9:54:39 AM
167
Expense Approval Register Packet: APPKT02380 ‐ 5‐2‐22 RECT INV
Vendor Name
Payable Number
Post Date
Description (Item)
Account Number
Amount
Vendor: TEAM REIL INC
TEAM REIL INC
23140
04/30/2022
Knox Park Playground
280‐41‐8800
67,795.00
Vendor TEAM REIL INC Total:
67,795.00
Vendor: TRAFFIC CONTROL & PROTECTION INC
TRAFFIC CONTROL &
111330
04/30/2022
Road Closed Signs Rt 31 INV#
100‐33‐6110
570.90
Vendor TRAFFIC CONTROL & PROTECTION INC Total:
570.90
Vendor: ULINE
ULINE
147729016
04/30/2022
Concession Cleaning Supply
100‐44‐6110
1,445.15
Vendor ULINE Total: 1,445.15
Vendor: ULTRA STROBE COMMUNICATIONS INC
ULTRA STROBE 080935 04/30/2022 Kenwood Radios 100‐22‐6110 4,084.00
Vendor ULTRA STROBE COMMUNICATIONS INC Total:
4,084.00
Vendor: VERMONT SYSTEMS INC
VERMONT SYSTEMS INC
VS000150
04/30/2022
Key Fobs for Rec
100‐41‐6110
715.00
Vendor VERMONT SYSTEMS INC Total:
715.00
Vendor: VICTOR FORD, INC
VICTOR FORD, INC
163700
04/30/2022
803 (163700)
510‐35‐5370
5,083.03
VICTOR FORD, INC
163732
04/30/2022
PD stock 163732
100‐22‐5370
71.76
Vendor VICTOR FORD, INC Total:
5,154.79
Vendor: ZARNOTH BRUSH WORKS INC
ZARNOTH BRUSH WORKS INC
0188660‐IN
04/30/2022
sweeper brooms 0188660‐IN
100‐33‐5370
768.00
Vendor ZARNOTH BRUSH WORKS INC Total:
768.00
Grand Total:
173,043.17
4/27/2022 9:54:39 AM
168
Expense Approval Register Packet: APPKT02380 ‐ 5‐2‐22 RECT INV
Fund Summary
Fund
Expense Amount
100 ‐ GENERAL FUND
50,689.56
280 ‐ DEVELOPER DONATION FUND 67,795.00
400 ‐ RECREATION CENTER FUND
105.00
510 ‐ WATER/SEWER FUND
29,569.01
610 ‐ RISK MANAGEMENT FUND
345.00
620 ‐ INFORMATION TECHNOLOGY FUND
24,539.60
Grand Total:
173,043.17
169
Monte Johnson
Deputy City Clerk
333 S Gre en 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 2, 2022
TO: Mayor and City Council
FROM: Monte Johnson
RE: Video Gaming License Application by Margaritas Restaurant Bar
AGENDA ITEM SUMMARY:
Margaritas Restaurant Bar applied for and received a liquor license on October 18, 2021, for
their new restaurant at 2314 W IL Route 120. They have been operating their restaurant since
that time. They have now submitted an application for video gaming, which should be attached.
If approved, they would be require d to comply with a Video Gaming Development Agreement
tha t puts certai n restrictions on items such as outdoor signage and partitions.
RECOMMENDATION:
Therefore, if Council concurs, then it is recommended a motion be made to approve a video
gaming licen se t o Margaritas Restaurant Bar at 2314 W IIL Route 120.
170
171
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
REGULAR AGENDA SUPPLEMENT
DATE: May 2, 2022
TO: Mayor and City Council
FROM: Bill Hobson, Director of Parks and Recreation
RE: Budget Amendment for Splash Pad Installation
ATT: Park Layout Renderings
Splash pad Renderings
AGENDA ITEM SUMMARY:
Staff is requesting a budget amendment of $125,000 from the Parks Developer Donation Fund to
accommodate the installation of the community Splash Pad adjacent to Fort McHenry in
Whispering Oaks Park.
BACKGROUND:
Last Fall the newly created R.I.S.E. Up Foundation hosted a community benefit concert at
Petersen Park with the funds raised to be directed toward a free use community splash pad. The
concert was extremely successful and raised $200,000 towards the project.
The splash pad was initially presented with the concert request in 2019. Fort McHenry was
chosen as a central location close to utilities with a popular playground, restrooms and the ability
to expand the parking lot. At that time the estimated cost of the project was approximately
$180,000.
Since that time however, all aspects of the project have increased. The price of the equipment
and the installation alone are now $201,000. In order to bring utilities to the site an additional
$72,000 was received last week. Fencing the project in to ensure the safest possible conditions
will add a cost as will aspects of the parking lot expansion. The excavation and all t he material
for the parking lot will be donations from local companies. Staff is working with the mayor to
potentially secure a donated install as well, however there likely will still be costs associated with
the installation.
172
There was $200,000 that was included in the budget for this project in the 2022/23 budget.
ANALYSIS:
The free splash pad was an item that residents consistently commented on in the Community
Needs Assessment. Choosing Whispering Oaks Park adjacent to Fort McHenry as the locati on,
resulted from a number of factors. Fort McHenry is the heart of our playground system. Pairing
our most popular playground with a splash pad is a natural fit for the free amenity and visitors to
the park can now enjoy both and make a day out of their visit. The 2, 500 square foot size fits
very nicely just west of the bike path and leaves plenty of room for tables and benches. There
are utilities close by to serve the proposed amenity as well as a permanent washroom structure.
The central location of the park makes it extremely convenient to all and visible to a great deal
of people as the commute along Route 120. It is also situated along the Prairie Path Bike trail
that makes it a safe easy bike ride for a family that is out for the day. Lastly, there is room for
the expansion of the parking lot should it be necessary.
This is a project that the community is eagerly anticipating and in order to have it open by July
1st, all appropriate accommodations must be made. While it is unfortunate that the prices have
escalated in the manner that they have, the fund can sustain the overage and the project is one
that the city has committed to. Overall, with the donated funds from RISE Up, the city will be
able to install this amenity for one third of the total cost of the project.
RECOMMENDATION:
Therefore, if Council concurs, then staff requests that a motion be made to approve an ordinance
amending the 2022/23 Budget Developer Donation Fund in the amount of $125,000 to fund
the implementation of the Splash Pad at Whispering Oaks Park.
173
-PAGE 3-
FORT MCHENRY SPLASHPAD, IL
Version A - 33748
VORTEX AQUATIC STRUCTURES INTERNATIONAL INC. VORTEX-INTL.COM 1.877.586.7839 ©2012 VORTEX INTERNATIONAL, ALL RIGHTS RESERVED
SPLASHPAD®
VIEW 1 174
175
ϮϬϬ&ƚ
ϲϬ&ƚ
176
ORDINANCE NO. 22-
AN ORDINANCE AMENDING THE FY2022/2023 BUDGET FOR THE
FISCAL YEAR ENDING APRIL 30, 2023
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 FY22/23 Annual Budget for the Fiscal Year Ending April 30, 2023 by a
motion at the Regular City Council Meeting held on April 18, 2022; 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, 2023 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 2nd day of May, 2022.
Ayes Nays Absent Abstain
Alderman Devine ____ _____ _____ _____
Alderman Glab ____ _____ _____ _____
Alderman Harding ____ _____ _____ _____
Alderman McClatchey ____ _____ _____ _____
Alderwoman Miller ____ _____ _____ _____
177
Alderman Santi ____ _____ _____ _____
Alderman Strach ____ _____ _____ _____
______________________ ________________________
Wayne Jett, Mayor Monte Johnson, Deputy City Clerk
EXHIBIT A
The following budget items are amended by this Ordinance:
FY22/23 Budget Amendment – Developer Donation Fund - $125,000
178
179
180
181
182