Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutPacket - 5/1/2023 - City CouncilAGENDA
REGULAR CITY COUNCIL MEETING
Monday, May 1, 2023, 7:00 p.m.
City Council Chamber, 333 S Green St, McHenry, IL 60050
1.Call to Order.
2.Roll Call.
3.Pledge of Allegiance
4.Oaths of Office will be administered to the following candidates elected in the April 4, 2023 Election:
Alderman Ward 2 Andy Glab; Alderwoman Ward 4 Ch ris Bassi; Alderman Ward 6 Mike Koch;
Alderwoman Ward 7 Sue Miller.
5.Public Comments.
6.Consent Agenda. Motion to Approve the following Consent Agenda Items as presented:
A.Proclamation identifying May 21-27, 2023 as National Safe Boating Week in the City of
McHenry. (Deputy City Clerk Johnson)
B.Ordinance amending Title 4, Chapter 6: Video Gaming Terminals, Section 4-6-6: Fees for Video
Gaming Terminals. (Deputy City Clerk Johnson)
C.Ordinance amending Title 15: Fines and Penalties of the McHenry City Code and Amending
Various Sections of the Code relating to Fines and Penalties of the McHenry City Code (Deputy
City Clerk Johnson)
D.Award of bid for the 2023 Hydrant Painting Program contract to GO Painters, Inc. of Maywood,
Illinois in the amount of $33,150.00. (Public Works Director Strange)
E.Award of bid for the 2023 Thermoplastic Pavement Marking contract to Maintenance Coating
Company in the amount of $72,231.35. (Public Works Director Strange)
F.Award of bid for the City Hall Parking Lot Rehabilitation Project contract to Maneval
Construction Company in the amount of $406,365.65 and a construction contingency in the
amount of $40,636.57. (Public Works Director Strange)
G.Task Order for Phase III Engineering Services for the City Hall Parking Lot Rehabilitation
Project to HR Green, Inc. in the amount of $20,488.00. (Public Works Director Strange)
1
H. Task Order for a Phosphorus Feasibility Study to HR Green, Inc. in the amount of $49,630,00.
(Public Works Director Strange)
I. Waiver of competitive bidding and acceptance and execution of proposal for the replacement of
the electrical panel and pump controls at the Millstream Sanitary Lift Station from Associated
Electrical Contractors, LLC in the amount of $91,918.00. (Public Works Director Strange)
J. Waiver of competitive bidding and acceptance and execution of proposal to furnish and install
two new stainless steel Weir gates on the 1.0 MGD Oxidation Ditch at the Wastewater Treatment
Plant to Sabel Mechanical, LLC. in the amount of $41,900.00. (Public Works Director Strange)
K. Preliminary Engineering Services Agreement for Federal Participation for the Oakwood Drive
Bridge Replacement project with Baxter & Woodman, Inc. in the amount of $167,881.00 ; the
Local Agency Agreement for Federal Participation; authorize the Mayor to approve any future
revisions as requested by IDOT; and, authorization to proceed at risk for engineering funding
through Section 1440 Authority. (Public Works Director Strange)
L. Supplemental Resolution for Improvement (BLR09110) authorizing the use of State Motor Fuel
Tax Funds in the amount of $321,002.80 for construction costs related to the Pearl Street and
Lincoln Road Project. (Public Works Director Strange)
M. Intergovernmental Agreement with the Illinois State Water Survey for use of McHenry Well #13
as a monitoring well for the State of Illinois. (Public Works Director Strange)
N. Intergovernmental Agreement between McHenry, McHenry County, Algonquin, Lake in the
Hills, and Cary for the establishment of a new multi-jurisdictional law enforcement training
facility. (Police Chief Birk)
O. Parks & Recreation Facilities & Special Use Permit Requests;
P. April 17, 2023 City Council Meeting Minutes;
Q. Issuance of Checks in the amount of $$631,906.05.
7. Individual Action Item Agenda
A. Motion to approve an Ordinance authorizing the purchase of vacant land at 3931 W. Main St. for
use to improve storm sewer drainage and rehabilitation for public access in the amount of $40,000
and authorize the Mayor, Clerk and City Attorney to sign all necessary documents to close this
transaction. (Public Works Director Strange)
B. Motion to approve a Façade Grant Application for the property located at 2902 W. Illinois Route
120 in the amount of $15,526.00. (Economic Development Director Martin)
8. Discussion Item Agenda.
9. Staff Reports.
2
Staff reports are provided the first meeting of each month.
10.Mayor’s Report.
11.City Council Comments.
12.Executive Session as needed.
13.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.
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/83395273945
3
NATIONAL SAFE BOATING WEEK
PROCLAMATION
For nearly 90 million Americans, boating continues to be a popular recreational activity. From coast to
coast, and everywhere in between, people are taking to the water and enjoying time together boating,
sailing, paddling, and fishing. During National Safe Boating Week, we want to bring special attention to
this pastime and remind recreational boaters of a few tips to ensure that they and their loved ones are
safe and responsible while exploring our nation’s waterways.
Proper planning for a day of boating begins even before leaving the home. Getting a free vessel safety
check and taking a safe boating course at the beginning of the boating season, filing a float plan with a
trusted family member or friend, and checking the weather before boating are key steps to an enjoyable
time boating. Every boater should wear a U.S. Coast Guard-approved life jacket at all times while
boating. Drowning remains the number one cause of death for recreational boaters each year, and the
majority of drowning victims in recreational boating accidents are not wearing a life jacket. Safe and
responsible boating includes never operating a boat while under the influence of drugs or alcohol and
knowing basic navigation rules.
Year-round, people continue to enjoy all that our natural environment has to offer through the joy of
boating. National Safe Boating Week is observed to bring attention to important life-saving tips for
recreational boaters so that they can have a safer, more fun experience out on the water.
Whereas, on average, 670 people die each year in boating-related accidents in the U.S.; approximately
three-fourths of these are fatalities caused by drowning; and
Whereas, the vast majority of these accidents are caused by human error or poor judgment and not by
the boat, equipment, or environmental factors; and
Whereas, a significant number of boaters who lose their lives by drowning each year would be alive
today had they worn their life jackets; and
Whereas, today’s life jackets are more comfortable, more attractive, and more wearable than styles of
years past.
Therefore, I, Mayor Wayne Jett, do hereby support the goals of the North American Safe Boating
Campaign (Wear It!) and proclaim May 21-27, 2023 as National Safe Boating Week and the start of the
year-round effort to promote safe boating.
In Witness Thereof, I urge all those who boat to “Wear It!” and practice safe boating habits.
Given under my signature and the seal of the City of McHerny this 1st day of May, 2023.
Wayne Jett
Mayor
4
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.
CONSENT AGENDA ITEM
DATE: May 1, 2023
TO: Mayor and City Council
FROM: Monte Johnson
RE: Video Gaming Fee Ordinance Wording Change
AGENDA ITEM SUMMARY:
To make it easy for people to find their gaming fees, a slight change in the wor ding to the video
gaming fees is requested. The new ordinance spells out the cost for each business (and
terminal operator) based on the number of terminals. The past ordinance had a small
calculation required. This will make it easier on businesses to see exactly what is owed and will
cause less confusion. This language also makes it plain to see that ter minal operators owe
exactly half of all of the fees. There is absolutely no change to the cost of fees for video
gaming. This is only a change in the wa y the ordinance is worded.
RECOMMENDATION:
Therefore, if Council concurs, it is recommended t o pass an ordinance Amending Title 4,
Chapter 6: Video Gaming Terminals, Section 4-6-6: Fees for Video Gaming Terminals
5
ORDINANCE NO. 23-
Amending Title 4, Chapter 6: Video Gaming Terminals, Section 4-6-6: Fees for Video
Gaming Terminals
WHEREAS, the City of McHenry, McHenry County, Illinois, is a home rule municipality as
contemplated under Article VII, Section 6, of the Constitution of the State of Illinois, and the passage of this
Ordinance constitutes an exercise of the City's home rule powers and functions as granted in the Constitution
of the State of Illinois.
NOW, THEREFORE BE IT ORDAINED by the City Council of the City of McHenry, McHenry
County, Illinois, as follows:
SECTION 1: Section 4 -6-6, of the Municipal Cod e , shall be amended as follows :
4-6-6: FEES FOR VIDEO GAMING TERMINALS:
The annual license fee payable to the City shall be as follows: 1 terminal = $2,000; 2 terminals = $3,000; 3
terminals = $4,000; 4 terminals = $5,000; 5 terminals = $6,000; 6 terminals = $7,000. The fees for terminals at any
not-for-profit establishment shall be as follows: 1 terminal = $500; 2 terminals = $750; 3 terminals = $1,000; 4
terminals = $1,250; 5 terminals = $1,500; 6 terminals = $1,750. The cost of all fees shall be shared equally
between the terminal operator and the video gaming establishment. Fees for licenses revoked or relinquished in the
middle of the license year shall not be refunded. All renewal license fees shall be submitted and paid prior to May 1
of each year as licenses are effective from May 1 through the following April 30.
SECTION 2: If any section, paragraph, subdivision, clause, sentence or provision of this Ordinance
shall be adjudged by any Court of competent jurisdiction to be invalid, such judgment shall not effect, impair,
invalidate or nullify the remainder thereof, which remainder shall remain and continue in full force and effect.
SECTION 3: All ordinances, or parts thereof, in conflict herewith are hereby repealed to the extent
of such conflict.
SECTION 4: This ordinance shall be published in pamphlet form by and under the authority of
the corporate authorities of the City of McHenry, Illinois.
SECTION 5: This ordinance shall be in full force and effect from and after its passage, approval
and publication, as provided by law.
Passed this 1st day of May 2023.
Ayes Nays Absent Abstain
Alderwoman Bassi _____ _____ _____ _____
Alderman Glab _____ _____ _____ _____
Alderman Koch _____ _____ _____ _____
Alderman McClatchey _____ _____ _____ _____
Alderwoman Miller _____ _____ _____ _____
Alderman Santi _____ _____ _____ _____
Alderman Strach _____ _____ _____ _____
______________________ ________________________
Wayne Jett, Mayor Monte Johnson, Deputy City Clerk
6
Monte Johnson
Deputy City Cle rk
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 highes t quality of programs and
services in a customer-oriented, efficient, and fiscally responsible manner.
CONSENT AGENDA ITEM
DATE: May 1, 2023
TO: Mayor and City Council
FROM: Monte Johnson
RE: Ordinance for changes to Fines and Penalties
ATT; Ordinance
AGENDA ITEM SUMMARY:
On June 20, 2022, an ordinance was passed that consolidated the fines a nd fees listed in the
City Code. As we prepare to move forward with our new adjudication court software, small
changes need to be made to the wording of the ordinance.
Certain offenses are must appear, where offenders must appear in court, and the fine cannot
be paid early. Certain offenses can be paid early, and a discount is g iven for those fines paid
within 10 days of issuance of the ticket. The wording changes to the ordinance align with what
we need to do so we can stay compliant with State statutes and also work properly with the
new adjudication court software.
RECOMMENDATION:
Therefore, if Council concurs, it is recommended a motion be made to pass an Ordinance
Amending Title 15: Fines and Penalties
7
ORDINANCE NO. 23-
Amending Title 15: Fines and Penalties, and Amending Various Sections of the
Code relating to Fines and Penalties of the McHenry City Code
WHEREAS, the City of McHenry, McHenry County, Illinois, is a home rule
municipality as contemplated under Article VII, Section 6, of the Constitution of the State of
Illinois, and the passage of this Ordinance constitutes an exercise of the City's home rule
powers and functions as granted in the Constitution of the State of Illinois.
NOW, THEREFORE BE IT ORDAINED by the City Council of the City of
McHenry, McHenry County, Illinois, as follows:
SECTION 1: The McHenry Municipal Code is hereby amended as follows :
Title 15: Fines and Penalties
Chapter 1: Fines and Penalties
15-1-1: Any person, firm or corporation violating the following described
offenses shall be fined according to the following table .
Any person, firm, or corporation violating the following described offenses shall be
fined according to the following table.
Certain offenses may be s ettled and compromised by the offender if paid within ten
(10) days of being issued the ticket.
Column A lists the fine for each offense and column B is the settlement amount if pai d
within ten (10) days of being issued.
Certain offenses may not be set tled prior to court and the offender must appear in court.
Those are noted in column B.
(No changes to the table in 15 -1-1)
SECTION 2: Section 7-11-4: Parking Penalty , shall be amended as follows:
7-11-4: Parking Penalty : Parking penalties shall be fined according to the Fines and
Penalties found in Title 15, Chapter1: Fines and Penalties.
SECTION 3: Section 15_2-1: Table of Parking Fines, shall be amended as follows:
Section Offense Fine
7-4-9, 7-4-10 No parking anytime 25.00
8
7-4-11, 7-4-12, 7-4-13, 7-4-14, 7-4-15, 7-4-17, 7-
4-19, 7-4-20, 7-4-21
Overtime parking 25.00
7-4-22 Loading zone
7-4-23 School bus loading zone 25.00
7-4-24 15 minute parking zone 25.00
7-4-27A Daily/season pass 50.00
7-4-27B Overtime parking 50.00
625 ILCS 5/11-209(h) Parking, fire lane 100.00
625 ILCS 5/11-1301.3 Parking, disabilities 250.00
625 ILCS 5/11-1303(a) and (b) Parking, fire hydrant 100.00
Any other parking violation not listed above 25.00
Any parking fine not paid prior to adjudication court will incur an additional $75.00 adjudication
administrative fee.
SECTION 4: If any section, paragraph, subdivision, clause, sentence or provision of
this Ordinance shall be adjudged by any Court of competent jurisdiction to be invalid, such
judgment shall not effect, impair, invalidate or nullify the remainder thereof, which remainder
shall remain and continue in full force and effect.
SECTION 5: All ordinances, or parts thereof, in conflict herewith are hereby repealed to
the extent of such conflict.
SECTION 6: This ordinance shall be published in pamphlet form by and under the
authority of the corporate authorities of the City of McHenry, Illinois.
SECTION 7: This ordinance shall be in full force and effect from and after its passage,
approval and publication, as provided by law.
Passed this 1st day of May, 2023.
Ayes Nays Absent Abstain
Alderwoman Bassi _____ _____ _____ _____
Alderman Glab _____ _____ _____ _____
Alderman Koch _____ _____ _____ _____
Alderman McClatchey _____ _____ _____ _____
Alderwoman Miller _____ _____ _____ _____
Alderman Santi _____ _____ _____ _____
Alderman Strach _____ _____ _____ _____
______________________ ________________________
Wayne Jett, Mayor Monte Johnson, Deputy City Clerk
9
CONSENT AGENDA SUPPLEMENT
DATE: May 1, 2023
TO: Mayor and City Council
FROM: Troy Strange, P.E., Director of Public Works
RE: 2023 Fire Hydrant Painting Program, Contract Award
ATT: Bid Tabulation
Agreement Acceptance Form
GO Painting Submitted Bid
______________________________________________________________________________
AGENDA ITEM SUMMARY:
Staff requests City Council to consider awarding the 2023 Hydrant Painting Program contract to
GO Painters, Inc. of Maywood, Illinois.
BACKGROUND:
The City of McHenry owns and operates a public water system which includes approximately
1,500 fire hydrants. On an annual basis, the Public Works Department attempts to sandblast and
paint approximately 20% of these hydrants to keep them on a 5-year painting rotation. This
painting allows for the maintenance of hydrants to address weathering and corrosion issues as
well as maintain their visibility for quick access by the local Fire Department.
In years past, this painting process has been self-performed. However, due to staffing limitations
and risk management concerns related to OSHA respiratory protection requirements, staff is
recommending that this operation be subcontracted. Funding for this program is included in the
contractual services portion of the Water Division operating budget (Account 510-31-5110).
In 2022, the City of McHenry led a joint bidding process with other local partners including: the
City of Crystal Lake, the Village of Lakewood, and the Huntley School District. The City of McHenry
acted as lead agency by coordinating the preparation of bid specifications and performing bidding
services. The proposal requested three-year pricing, which is shown on the attached bid
tabulation.
10
ANALYSIS:
Sealed bids for 2022 Fire Hydrant Painting Program were received on April 20, 2022. The bid
quantity was 325 hydrants each and contractors provided a per each unit price. The City of
McHenry results at 2023 (Year 2) unit price are listed below:
•GO Painters, Inc.$33,150.00 ($102.00/Hydrant)
•Muscat Painting and Decorating $36,705.50 ($112.94/Hydrant)
RECOMMENDATION:
Therefore, if Council concurs, it is recommended to approve the bid award for the 2023 Hydrant
Painting Program contract to GO Painters, Inc. of Maywood, Illinois in the amount of
$33,150.00 (actual amount may vary based on final measured quantities). This program will
be funded through the Water Division Contractual Account (510-31-5110).
11
City of McHenry TABULATION OF BIDS
Department of Public Works
1415 Industrial Drive Project:MCMPI Hydrant Painting Program (2022-2024)
McHenry, IL 60050 Proposal Opening: Wednesday, April 20, 2022, 10:00 AM
815-363-2186
Name of Bidder:
Address of Bidder:
Proposal Guarantee:Bid Bond Bid Bond
City of McHenry Item Unit Quanity Unit Price Total Unit Price Total
Year 1 Sandblasting & Painting of Fire Hydrants - Regular Hours Each 325 $ 98.00 $ 31,850.00 $ 107.78 $ 35,028.50
Year 2 Sandblasting & Painting of Fire Hydrants - Regular Hours Each 325 $ 102.00 $ 33,150.00 $ 112.94 $ 36,705.50
Year 3 Sandblasting & Painting of Fire Hydrants - Regular Hours Each 325 $ 107.00 $ 34,775.00 $ 118.99 $ 38,671.75
$ 99,775.00 $ 110,405.75
City of Crystal Lake Item Unit Quanity Unit Price Total Unit Price Total
Year 1 Sandblasting & Painting of Fire Hydrants - Regular Hours Each 400 $ 98.00 $ 39,200.00 $ 107.78 $ 43,112.00
Year 2 Sandblasting & Painting of Fire Hydrants - Regular Hours Each 400 $ 102.00 $ 40,800.00 $ 112.94 $ 45,176.00
Year 3 Sandblasting & Painting of Fire Hydrants - Regular Hours Each 400 $ 107.00 $ 42,800.00 $ 118.99 $ 47,596.00
$ 122,800.00 $ 135,884.00
Village of Lakewood Item Unit Quanity Unit Price Total Unit Price Total
Year 1 Sandblasting & Painting of Fire Hydrants - Regular Hours Each 75 $ 98.00 $ 7,350.00 $ 107.78 $ 8,083.50
Year 2 Sandblasting & Painting of Fire Hydrants - Regular Hours Each 75 $ 102.00 $ 7,650.00 $ 112.94 $ 8,470.50
Year 3 Sandblasting & Painting of Fire Hydrants - Regular Hours Each 75 $ 107.00 $ 8,025.00 $ 118.99 $ 8,924.25
$ 23,025.00 $ 25,478.25
Huntley School District Item Unit Quanity Unit Price Total Unit Price Total
Year 1 Sandblasting & Painting of Fire Hydrants - Regular Hours Each 50 $ 98.00 $ 4,900.00 $ 107.78 $ 5,389.00
Year 2 Sandblasting & Painting of Fire Hydrants - Regular Hours Each 50 $ 102.00 $ 5,100.00 $ 112.94 $ 5,647.00
Year 3 Sandblasting & Painting of Fire Hydrants - Regular Hours Each 50 $ 107.00 $ 5,350.00 $ 118.99 $ 5,949.50
$ 15,350.00 16,985.50$
Unit Price As Read Bids Unit Price
$ 98.00 Year 1 $ 107.78
$ 102.00 Year 2 $ 112.94
$ 107.00 Year 3 $ 118.99
LOW BIDDER
GO Painters Inc. Muscat Painting & Decorating
555 Ashland Avenue, East Dundee, IL
60118
500 N. 6th Avenue, Maywood, IL
60153
12
AGREEMENT ACCEPTANCE
2023 HYDRANT PAINTING PROGRAM
ACCEPTANCE
The Contract/Proposal attached hereto and by this reference incorporated herein and made a
part hereof is hereby accepted by the order of City of McHenry ("Owner") this 1st day of May,
2023.
This Acceptance, together with the Contract/Proposal attached hereto, constitutes the
entire and only agreement between the parties relating to the accomplishment of the Work and
the compensation therefore and supersedes and merges any other prior or conte mporaneous
discussions, agreements, or understandings, whether written or oral, and shall prevail over any
contradictory or inconsistent terms or conditions contained in any purchase order, acceptance,
acknowledgement, invoice, or other standard form used by the parties in the performance of the
Contract/Proposal. Any such contradictory or inconsistent terms or conditions shall be deemed
objected to by Owner without further notice of objection and shall be of no effect nor in any
circumstances binding upon Owner unless accepted by Owner in a written document plainly
labeled "Amendment to Contract/Proposal." Acceptance or rejection by Owner or any such
contradictory or inconsistent terms or conditions shall not constitute acceptance of any other
contradictory or inconsistent terms or conditions.
CONTRACTOR CITY OF MCHENRY
by: __________________________________ by: __________________________________
Title: ________________________________ Title: ________________________________ President
Jorge Oceguera
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
CONSENT AGENDA SUPPLEMENT
DATE: May 1, 2023
TO: Mayor and City Council
FROM: Troy Strange, P.E., Public Works Director
Steve Wirch, Field Operations Manager
RE: 2023 Thermoplastic Pavement Marking Program
ATT: McHenry County Bid Tabulation
Contract For Execution
______________________________________________________________________________
AGENDA ITEM SUMMARY:
Staff requests City Council to consider awarding a contract to Maintenance Coating Company for
the 2023 City of McHenry Thermoplastic Pavement Marking Program.
BACKGROUND:
On an annual basis, the Public Works Department completes pavement markings of longitudinal
lines, crosswalks, stop bars, and turn lanes on a multi-year schedule. This work is funded out of
the Street Division Operating Budget (Contractual Account) and is completed on a contractual
basis. The City of McHenry partnered with McHenry County and several local municipal agencies
to issue a joint bid request. McHenry County facilitated the bid specifications and solicitation.
Bids were opened on March 14, 2023.
ANALYSIS:
Sealed bids for the 2023 Thermoplastic Pavement Marking Program were received on March 14,
2023. The City of McHenry Tabulation based upon quantities awarded under this contract yields
the following results:
•Maintenance Coating Company $72,231.35
Five prospective bidders submitted pricing on this proposal. Pricing is the anticipated amount
that was budgeted for in the FY 23/24 Budget. Therefore, it is recommended that the City Council
authorize staff to proceed with the awarding of this contract.
41
RECOMMENDATION:
Therefore, if Council concurs, it is recommended to approve the bid award for the 2023
Thermoplastic Pavement Marking contract to Maintenance Coating Company in an amount of
$72,231.35 (actual amount may vary based on final measured quantities). This project will be
funded through the Street Division Contractual Account (100-33-5110).
42
Item Engineer's Estimate
No.Items Unit Quantity Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price
Thermo Pvt Mkgs-Line 4"ft 211,067 $0.62 $130,861.54 $0.85 $179,406.95 $0.80 $168,853.60 $0.70 $147,746.90
Thermo Pvt Mkgs-Line 6"ft 25,611 $0.80 $20,488.80 $1.45 $37,135.95 $1.30 $33,294.30 $1.40 $35,855.40
Thermo Pvt Mkgs-Line 8"ft 4,274 $1.20 $5,128.80 $3.23 $13,805.02 $1.50 $6,411.00 $2.10 $8,975.40
Thermo Pvt Mkgs-Line 12"ft 13,844 $1.70 $23,534.80 $5.99 $82,925.56 $2.00 $27,688.00 $2.80 $38,763.20
Thermo Pvt Mkgs-Line 24"ft 5,864 $4.25 $24,922.00 $7.00 $41,048.00 $5.00 $29,320.00 $4.90 $28,733.60
Thermo Pvt Mkgs-Letters & Symbols sq ft 8,774.9 $4.25 $37,293.33 $8.00 $70,199.20 $5.00 $43,874.50 $4.90 $42,997.01
Pvt Mkg-Removal sq ft 142,703.0 $0.75 $107,027.25 $0.60 $85,621.80 $0.35 $49,946.05 $0.35 $49,946.05
TOTAL $349,256.52 $510,142.48 $359,387.45 $353,017.56
Item Engineer's Estimate
No.Items Unit Quantity Unit Price Total Price Unit Price Total Price Unit Price Total Price
Thermo Pvt Mkgs-Line 4"ft 211,067 $0.62 $130,861.54 $0.76 $160,410.92 $0.60 $126,640.20
Thermo Pvt Mkgs-Line 6"ft 25,611 $0.80 $20,488.80 $1.18 $30,220.98 $1.10 $28,172.10
Thermo Pvt Mkgs-Line 8"ft 4,274 $1.20 $5,128.80 $1.80 $7,693.20 $1.60 $6,838.40
Thermo Pvt Mkgs-Line 12"ft 13,844 $1.70 $23,534.80 $3.25 $44,993.00 $2.50 $34,610.00
Thermo Pvt Mkgs-Line 24"ft 5,864 $4.25 $24,922.00 $7.00 $41,048.00 $5.00 $29,320.00
Thermo Pvt Mkgs-Letters & Symbols sq ft 8,774.9 $4.25 $37,293.33 $7.00 $61,424.30 $5.00 $43,874.50
Pvt Mkg-Removal sq ft 142,703.0 $0.75 $107,027.25 $0.72 $102,746.16 $0.33 $47,091.99
TOTAL $349,256.52 $448,536.56 $316,547.19
Low Bid
Bidders
Precision Pavement Markings, Inc. 1220 Bell Court Pingree Grove, IL 60140
Superior Road Striping, Inc. 1980 N. Hawthorne Ave Melrose Park, IL 60160
AC Pavement Striping Co. 695 Church Rd Elgin, IL 60123
Maintenance Coastings Company 543 Woodbury Street South Elgin, IL 60177
Countryman, Inc 1222 Buchanan St Rockford, IL 61101
Countryman, Inc.
McHenry County Division of Transportation
Bid Tabulation
23-00000-05-GM
Thermoplastic Pavement Markings: Group 1 - Thermoplastic Pavement Markings
3/14/2023 @ 10:00 AM
AC Pavement Striping Co.Maintenance Coatings Company
Precision Pavement Markings, Inc.Superior Road Striping, Inc.
McHenry County Division of Transportation
Page 1 of 3
3/14/2023 Thermoplastic Pvt Markings Bid Tab 2023.xls43
.
Item Engineer's Estimate
No.Items Unit Quantity Unit Price Total Price Unit Price Total Price Unit Price Total Price
Hot Spray Thermplastic Pvt Mkg - Line 4"ft 222,461 $0.25 $55,615.25 $0.28 $62,289.08 $0.40 $88,984.40
Hot Spray Thermplastic Pvt Mkg - Line 6"ft 55,170 $0.40 $22,068.00 $0.48 $26,481.60 $0.55 $30,343.50
TOTAL $77,683.25 $88,770.68 $119,327.90
Item Engineer's Estimate
No.Items Unit Quantity Unit Price Total Price Unit Price Total Price Unit Price Total Price
Hot Spray Thermplastic Pvt Mkg - Line 4"ft 222,461 $0.25 $55,615.25 $0.28 $62,289.08 $0.50 $111,230.50
Hot Spray Thermplastic Pvt Mkg - Line 6"ft 55,170 $0.40 $22,068.00 $0.45 $24,826.50 $0.87 $47,997.90
TOTAL $77,683.25 $87,115.58 $159,228.40
Low Bid
Bidders
Precision Pavement Markings, Inc. 1220 Bell Court Pingree Grove, IL 60140
Superior Road Striping, Inc. 1980 N. Hawthorne Ave Melrose Park, IL 60160
AC Pavement Striping Co. 695 Church Rd Elgin, IL 60123
Maintenance Coastings Company 543 Woodbury Street South Elgin, IL 60177
Maintenance Coatings Company Marking Specialists Corp.
Precision Pavement Markings, Inc.Superior Road Striping, Inc.
McHenry County Division of Transportation
Bid Tabulation
23-00000-05-GM
Thermoplastic Pavement Markings: Group 2 - Hot Spray Thermoplastic Pavement Markings
3/14/2023 @ 10:00 AM
McHenry County Division of Transportation
Page 2 of 3
3/14/2023 Thermoplastic Pvt Markings Bid Tab 2023.xls44
Item Engineer's Estimate
No.Items Unit Quantity Unit Price Total Price Unit Price Total Price Unit Price Total Price
Modified Urethane Pvt Mkgs - Line 4"ft 12,327 $1.50 $18,490.50 $2.85 $35,131.95 $1.30 $16,025.10
Modified Urethane Pvt Mkgs - Line 6"ft 1,711 $2.50 $4,277.50 $3.08 $5,269.88 $1.60 $2,737.60
Modified Urethane Pvt Mkgs - Line 8"ft 513 $3.00 $1,539.00 $3.23 $1,656.99 $2.00 $1,026.00
Modified Urethane Pvt Mkgs - Line 12"ft 342 $5.00 $1,710.00 $5.99 $2,048.58 $4.00 $1,368.00
Modified Urethane Pvt Mkgs - Line 24"ft 501 $9.00 $4,509.00 $11.25 $5,636.25 $8.00 $4,008.00
Modified Urethane Pvt Mkgs - Ltrs & Sym sq ft 322.4 $9.00 $2,901.60 $11.00 $3,546.40 $7.00 $2,256.80
TOTAL $33,427.60 $53,290.05 $27,421.50
Item Engineer's Estimate
No.Items Unit Quantity Unit Price Total Price Unit Price Total Price Unit Price Total Price
Modified Urethane Pvt Mkgs - Line 4"ft 12,327 $1.50 $18,490.50 $1.90 $23,421.30 $1.15 $14,176.05
Modified Urethane Pvt Mkgs - Line 6"ft 1,711 $2.50 $4,277.50 $3.00 $5,133.00 $1.20 $2,053.20
Modified Urethane Pvt Mkgs - Line 8"ft 513 $3.00 $1,539.00 $4.00 $2,052.00 $2.00 $1,026.00
Modified Urethane Pvt Mkgs - Line 12"ft 342 $5.00 $1,710.00 $6.00 $2,052.00 $3.00 $1,026.00
Modified Urethane Pvt Mkgs - Line 24"ft 501 $9.00 $4,509.00 $12.00 $6,012.00 $6.00 $3,006.00
Modified Urethane Pvt Mkgs - Ltrs & Sym sq ft 322.4 $9.00 $2,901.60 $12.00 $3,868.80 $6.00 $1,934.40
TOTAL $33,427.60 $42,539.10 $23,221.65
Low Bid
Bidders
Precision Pavement Markings, Inc. 1220 Bell Court Pingree Grove, IL 60140
Superior Road Striping, Inc. 1980 N. Hawthorne Ave Melrose Park, IL 60160
AC Pavement Striping Co. 695 Church Rd Elgin, IL 60123
Maintenance Coastings Company 543 Woodbury Street South Elgin, IL 60177
AC Pavement Striping Co.Maintenance Coatings Company
McHenry County Division of Transportation
Bid Tabulation
23-00000-05-GM
Thermoplastic Pavement Markings: Group 3 - Urethane Pavement Markings
3/14/2023 @ 10:00 AM
Precision Pavement Markings Superior Road Striping, Inc.
McHenry County Division of Transportation
Page 3 of 3
3/14/2023 Thermoplastic Pvt Markings Bid Tab 2023.xls45
1
CITY OF MCHENRY PURCHASE ORDER - CONSTRUCTION (Small Projects)
Date: May 1 , 2023 Purchase Order No.___________________________________________
Project: 2023 City of McHenry Thermoplastic Pavement Marking
Program
Location: Various
Owner Contractor/Vendor Architect/Engineer
City of McHenry Public Works Dept.
1415 Industrial Driv e
McHenry, Illinois 60050
Phone: (815) 363 -2186
Fax: (8 15) 363-2 214
Contact: Troy Strange
Public Works Director
Maintenance Coatings Co mpany
543 Woodbury Street
South Elgin , I llinois 601 77
Phone: (847) 622 -0020
Contact:
Phone:
Fax:
Contact:
COST OF WORK
The Contract Price of the Work under this Purchase Order is $72,231.35 .
SCOPE OF WORK: Furnish the Work/items described below in accordance with the following plans and specifications:
Q Genera l Contract, dated _________, 20__ Q Specification No(s): ___________________, d ated ______, 20__
Q Plans dated : Q Addendum No(s): ______________________________________
Q Other: McHenry County Specifications (Attached)
The following prices shall remain in effect for the duration of project:
QUANTITY
UNIT OF
MEASURE DESCRIPTION/ITEMS
LUMP SUM
UNIT PRICE EXTENSION
59,923
3,964
928
958
582
66,355
LF
LF
LF
LF
SF
SF
THPL PAVEMENT MARKING LINE 4 ”
THPL PAVEMENT MARKING LINE 6 ”
THPL PAVEMENT MARKING LINE 12”
THPL PAVEMENT MARKING LINE 24”
THPL PAVEMENT MARKING L&S
PAVEMENT MARKING REMOVAL
$0.60
$1.10
$2.50
$5.00
$5.00
$0.33
$35.953.80
$4,360.40
$2,320 .00
$4,790.00
$2,910.00
$21,897.15
TOTAL $72,231.35
NOTES:
1)________________________________________________________________________________________________________________
2)________________________________________________________________________________________________________________
WARRANTIES and INDEMNIFICATION
Contractor/Vendor agrees to provide the following warranties fo r 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 agree s to complete the Work no later than October 15, 202 3 .
THE TERMS OF THIS PURCHASE ORDER AND THE ATTACHED SUPPLEMENTAL CONDITIONS ARE T HE
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 c ertifications/test reports required. All domestic
material, unless otherwise specified. Purchase exempt from sales and/or use taxes.
46
2
ACCEPTANCE OF PURCHASE ORDER
The parties, for themselves, their heirs, executors, administrators, successors and ass igns, do hereby agree to the full
performance of all terms and provisions here in contained. IN WITNESS WHEREOF, the parties hereto have executed this
Purchase Order the day and year written below.
CONTRACTOR/VENDOR: PURCHASER:
City of McHenry
By: ________________________________________________ Title:
Representative of Vendor au thorized 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 oth er response hereto states terms additional to or different from those set fort h herein, this
Purchase Order shall be deemed a notice of objection to such additional or different terms and rejection t hereof. 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 wit hin ten (10) days from its date of
issue.
2. Amendment, Modification or Substitution: This Purchase Order contains the entire agree ment 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 p roposed Work
and is familiar with the conditions surround ing 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 equi pped, organized and
financed to handle such work. Contractor/Vendor shall finance its own operations hereunder, shall ope rate as an independent
contractor and not as the agent of Owner, and shall hold Owner free and harmless from all liability, costs and c harges by reason of any
act or representations of Contractor/Vendor, its agents or employees.
4. Workmanship; Safety : All Work shall be performed by Contractor/Vendor in a nea t, 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 ord ered by Owner in writing. All Work and/or materials shall be subject to the inspection and approval of the
Owner, its engineers and re presentatives. Contractor/Vendor is responsible for its own and its employees’ activities on the jobsite,
including but not limited to, the methods of work performance, superint endence, sequencing of work, and safety in, on or about the
jobsite area in wh ich 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 authori ty 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 wr iting within 30 days of the
alleged act or failure to act and approved by Owner, provided, however, that if the Contractor/Vendor shoul d be delayed in furnishing
the articles, items, equipment or materials (hereinafter sometimes referred to as “goods”) or services or Work (hereinafter 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.
47
3
6.Inspection and Acceptance : Owner shall have the right at all reasonable times to inspect and test all goods, materia ls 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, materia l and Work furnished thereunder are subject to final insp ection and
acceptance by Owner at its job site. If, after inspection, Owner re jects any goods furnish by Contractor/Vendor thereunder, Owner
may, at its election, return those goods to Contractor/Ven dor 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 b y purchase or manufacture and charge the cost incurred th ereby to
Contractor/Vendor or terminate this Purchase Order for default in acc ordance with paragraph 12 herein. By inspecting and not
rejecting any goods and Work furnished thereunder, Owner shall no t be precluded thereby from subsequently revoking its acc eptance
thereof it the goods or Work are later discovered to be nonconforming with this Purchase Order or the specifications and drawings
applicable hereto, even if the defect does not substantially impair value to Owner.
7.Taxes, Delivery, Risk of Loss: Unless indicated to the contrary on the face hereof, it shall be the respon sibility of
Contractor/Vendor to arrange for and complete delivery of all goods or materials. If the goods or materials furnished thereunder are
equipment, Contractor/Vendor sha ll 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 a t the expense of
Contractor/Vendor, it being understood t hat the risk of loss with respect to such goods is with Contractor/Vendor unti l such goods
come into the actual possession of Owner, regardless of the mode of delivery or earlier passage of title. T his project is tax exempt.
The Owner’s tax -exempt number is E_______________________________.
8.Payment: Owner will make partial pa yments to the Contractor/Vendor from time to time for the Work performed and the materials
furnished by the Contractor/Ve ndor. 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, t he Contractor/Vendor shall furnish to the
Owner (in a form suitable to the Owner) an application for the payment then due, together wit h receipts, waivers of claim and other
evidence showing the Contractor/Vendor’s payments for materials, labor and other e xpense 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 t en percent (10%) so withheld will not be paid to the
Contractor/Vendor until the Owner has issued to the Contractor/Vendor a final acce ptance of the Project.
8 .2 Owner may withhold the whole or any part of any payment due to the Contractor/Vendor to the e xtent necessary to
protect and indemnify the Owner from loss on account of (a) defective Work not remedied; (b) claims filed or reasona ble evidence
indicating probable filing of claims; (c) failure of the Contractor/Vendor to make payments promptly for mat erial 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/Vendo r under this Agreement for all amounts owing from the Con tractor/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/Vendo r or through failure of the Contractor/Vendor to act as m ay be otherwise detailed herein; (c) materialmen; (d)
subcontractors; (e) labo rers; and (f) others for services and materials furnished to the Contractor/Vendor for the Work performed
under this Agre ement, 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 a ltering, 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 a ny form as the Owner may direct, a correct account of the net
cost of any extra labor and materials, together with vouche rs referring to the same.
8 .5 Notwithstanding the payment in full for the Work hereunder, the Contractor/Vendor will be liable to repa ir or replace any
imperfect workmanship or other faults; and if the Contractor/Vendor fails to repair or replace the impe rfect workmanship or other
faults, the Owner may do the Work and recover from the Contractor/Vendor the cost and expense thereof. No p ayment on account
will be construed or considered as an approval of the Work for which payment is made.
9 .Contractor/Vendor Warranty : Contractor/Vendor warrants in addition to all warranties which are imposed or implied by law or
equity that all materia ls 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 workman ship; (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 spe cified 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 th e Contract Documents, from the date any such goods, materials or Work hereunde r is
accepted in writing by Owner. Contractor/Vendor expressly agrees that the statute of limitations with respect to Co ntractor/Vendor’s
warranties shall begin to run on the da te of acceptance by Owner.
48
4
10.Insurance and Bonds: Contractor/Vendor shall at all times maintain business automobile, commercial liability and workers
compensation insurance covering its work an d all obligations under this Purchase Order, and shall na me the Owner as an additional
insured on its commercial liability insurance po licies for Contractor/Vendor operations under this Purchase Order. Liability insurance
limits shall be in an amount suff icient to protect the Owner’s interests as they may appea r 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 pe rformance 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 performan ce 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, su ccessors 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 ex penses (collectively “Loss”) arising out of injury to, in cluding 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 e quipment, 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 up on or with respect to (a) the payment of compensation to any individual employed by
Contractor/Vendor; (b) any discrimination against a ny individual employed by Contractor/Vendor on the basis of race, color, religion,
sex, national origin or physical or me ntal handicap; (c) the protection of purchasers and users of consumer products; or (d)
occupational safety and health.
11.2 I n any and all claims against Owner or any of its agents or employees, by any employee of Contractor/Vendor, the
indemnification o bligation under this paragraph shall not be limited by an y 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 defe nses available to Contractor/Vendor as an employer which limit the amount of Contractor/Vendor’s liability
to Owner to th e amount of Contractor/Vendor’s liability under any worke rs 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 vali d
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 possess ion, use or sale
of any goods furnished thereunder is enj oined because of patent infringement. Contractor/Vendor within a reasonable a mount of time
shall at Contractor/Vendor’s expense procure for Owner its agents or customer, the right to continue using such goods with non -
infringing goods or modify such goods so that they become non -infringing or remove such goods and refund to Owner a ny sums paid
therefore, including transportation and installation charges.
13.Cancellation: Time of delivery of this Purchase Order is of the essence and Owner may, 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 Contract or/Vendor fails to perform or so fails
to make progress as to endanger perform ance thereunder, and in either circumstance does not cure such failure within a period of two
(2) days after receipt of n otice from Owner specifying such failure. Owner, by writ ten notice to Contractor/Vendor, may cancel the
whole or any part of this Purc hase 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 d elivered 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
consequen tial 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 result ing there from, including all consequential
damages but not limited to the cost or expense of inspection, testing, remova l, replacement, re-installation, destruction of other
materials resulting there from, any increased cost or expense to Owner in its per formance under contracts with others, and reasonable
attorneys fees incurred by the Owner in connection with Vendor’s def ault and Owner’s enforcement of its rights under this Pur chase
Order. The foregoing remedies shall be available in addition to all oth er remedies available to Owner in equity or at law including the
Uniform Commercial Code.
49
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 St ates 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, no n -discrimination laws, employment of Illinois
workers, labor, wage and collect ive bargaining. Except where otherwise expressly required by applicable Laws and Regulations,
Owner shall not be responsible for monitoring Contractor/Vendor’s compliance with a ny Laws or Regulations.
16. Notices: All notices, demands, requests or othe r communications which may be or are required to be given, served, or sent by
any party to any other party pursuant to th is Purchase Order shall be in writing and shall be hand d elivered, 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 unde r this Purchase Order, at such times as Owner may reasonably request, making f ull disclosure of efforts made by
Contractor/Vendor and the results thereof. Contractor/Vendor agrees to maintain record s, documents, and other evidence which will
accurately sh ow the time spent and Work performed under this Purchase Order for a minimum p eriod of five (5) years after
completion of the Work, and such records shall be subject to audit by the Owner upon reason able 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 up on reasonable notice to Contractor/Vendor.
19. Waiver: Either party’s failure to insist in any one or more instances, upon the stric t performance of any provision hereof or to
exercise any right hereunder shall not be deemed to be a waiver or relinquish ment 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 provi sions and the sufficiency of any
performance thereunder shall be determined un der the laws of Illinois. Venue shall be in McHenry County, Illinois. The Owner is
entitled to recover its reasonable a ttorneys’ fees incurred in enforcing the terms of this Pu rchase Order. If any provision or
requirement of this Purchase Order is decla red or found to be unenforceable that balance of this Purchase Order shall be interpreted
and enforced as if the unenforc eable 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 t ake place at City of McHenry City Hall.
CONTRACTOR/VENDOR:
_____________________________________________________________ ____________________________________
Date
50
CONSENT AGENDA SUPPLEMENT
DATE: May 1, 2023
TO: Mayor and City Council
FROM: Troy Strange, P.E., Director of Public Works
RE: City Hall Parking Lot Rehabilitation
ATT: Bid Tabulation
HR Green, Inc., Recommendation to Award
AGENDA ITEM SUMMARY:
Staff requests that the City Council consider awarding a contract for the City Hall Parking Lot
Rehabilitation Project to Maneval Construction Company of Ingleside, Illinois.
BACKGROUND:
The Fiscal Year 2023/2024 ComEd Utility Tax Capital Budget includes $5 50,000 in funding for
construction of the City Hall Parking Lot Rehabilitation. The parking lot is original to the
construction of City Hall and is due for rehabilitation.
The project includes a minor reconfiguration of the northern edge of the parking lot to improve
Police access and to add parking spots. Because of the minor reconfiguration City staff selected
a design consultant in Spring of 2022 for the project. HR Green, Inc. completed design services
over the course of Fiscal Year 2022/2023 to have the project ready for bidding in March of this
year which will allow for construction to commence in May of this year. Design work was
completed this winter and final plans were delivered to staff in February. The project was
released for bidding in March.
The scope of the project includes full pavement removal, base preparation, curb repairs,
reconstruction of ADA accessibility ramps, replacement of all brick entrance pavers, asphalt
resurfacing, landscape restoration, pavement markings, and other necessary and incidental
work. The project plans include a construction staging plan which will allow for acceptable access
to City Hall during all stages of construction.
51
On March 31, 2023, a total of five (5) bids were received for the project. A summary of the bids
is as follows:
Chicagoland Paving $485,000.00
Everlast Blacktop, Inc. $430,373.96
Maneval Construction Company $406,365.65
Peter Baker and Son Company $553,805.62
Schroeder Asphalt Services $477,210.61
After a detailed review of the bids and line items, staff has concluded that Maneval Construction
Company of Ingleside, Illinois is the lowest responsible bidder with a bid of $406,365.65.
ANALYSIS:
Staff has analyzed and checked the bids for accuracy and recommends awarding the contract to
Maneval Construction Company of Ingleside, 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 City Hall Parking
Lot Rehabilitation Project to Maneval Construction Company of Ingleside, Illinois in the amount
of $406,365.65. It is further recommended to approve a construction contingency in the
amount of ten percent (10%) of the awarded contract price ($40,636.57). The final contract
price will be based on final measured quantities and may vary from the original contract
amount.
52
1391 Corporate Drive | Suite 203 | McHenry, IL 60050
Main 815.385.1778 + Fax 815.385.1781
HRGREEN.COM
April 4, 2023
Troy Strange, P.E.
Director of Public Works
City of McHenry
1415 Industrial Drive
McHenry, IL 60050
RE: McHenry City Hall Parking Lot Rehabilitation
Recommendation of Award - HR Green Job No. 220624
Dear Mayor and City Council:
The City of McHenry received five (5) bid proposals for the City Hall Parking Lot Rehabilitation Project at the bid
opening held on March 31, 2023. The five (5) bids ranged in price from a low bid of $407,121.65 submitted by
Maneval Construction Company to a high bid of $553,805.62 submitted by Peter Baker and Son Company. These
bids represent competitive pricing for work of this nature. The engineering estimate for this project was
$376,866.86.
After reviewing the bidding documents, HR Green has found Maneval Construction Co. to be the lowest qualified
bidder. The bid tabs are attached for reference.
At this time, HR Green recommends award of the contract to Maneval Construction Co. in the amount of
$407,121.65.
Please let me know if you have any questions or need any additional information.
Sincerely,
HR GREEN, INC.
Chad J. Pieper, P.E.
Project Manager
CJP/
attachment
cc: Tim Hauser – HR Green
J:\2022\220624\Design\Bid\ltr-040423-City_Hall_Parking Lot_Rec of Award.docx
53
Tabulation of BidsCity Hall Parking Lot Rehabilitation1 TREE REMOVAL (6 TO 15 UNITS DIAMETER) 262 TOPSOIL FURNISH AND PLACE, 6" 693 SEEDING, CLASS 1A 0.0154 NITROGEN FERT NUTR 25 PHOSPHORUS FERT NUTR 26 POTASSIUM FERT NUTR 27 EROSION CONTROL BLANKET 698 MULCH METHOD 1, 4" 69 EARTH EXCAVATION 96.010 INLET FILTERS511 HOT MIX ASPHALT REMOVAL FULL DEPTH 768412 AGGREGATE BASE COURSE 8" 19113 AGGREGATE BASE COURSE R&R 8" 38414 SIDEWALK REMOVAL 143115 CONCRETE BARRIER CURB REMOVAL 12616 HMA BC IL 19.0 N50104517 HMA SC D N7062718 PREPARATION OF BASE 786919 BITUMINOUS MATERIALS (PRIME COAT)1770520 BITUMINOUS MATERIALS (TACK COAT)177121 AGGREGATE BASE (CA6 100% CRUSHED) 4"10822 PCC SIDEWALK 6"143123 CONCRETE BARRIER CURB36824 DETECTABLE WARNINGS5225 PCC CONCRETE SLAB 6"7526 CONCRETE PAVERS, HOLLAND PREMIER246527 PAVER REMOVAL249828 SHOTCRETE CURB REPAIRS95029 HANDICAP PARKING SIGN (R7-8)630 STOP SIGN (R1-1)131 NO PARKING SIGN (AR-211)132 STEEL SIGN SUPPORT633 REMOVE AND RELOCATE SIGN AND POST434 TEMPORARY OVERFLOW PARKING SIGN135 TEMPORARY AUTHORIZED VEHICLE SIGN136 FRAMES AND LIDS TO BE ADJUSTED537 THERMOPLASTIC PAVEMENT MARKING - LINE 24"6038 THERMOPLASTIC PAVEMENT MARKING - LETTERS AND SYMBOLS4039 THERMOPLASTIC PAVEMENT MARKING - LINE 4"236040 EROSION CONTROL COIR LOG2041 WASHOUT BASIN142 MOBILIZATION143 TRAFFIC CONTROL & PROTECTION1Peter Baker & Son. Co.Local Public Agency: City of McHenryTime : 11:00 AMAddress of Bidder: 225 Telser Road1349 Rockland RoadCounty: McHenryDate: 3/31/2023Name of Bidder: Chicagoland Paving Contractors, Inc.Proposal Guarantee: Bid BondBid BondLOW BIDDERTerms:PO Box 187Estimate:30.0000 Unit Price TotalUnit Price TotalTotal Unit PriceApproved Engineer's EstimateItem No. Item Unit Quantity Unit Price TotalTotal90.0000 2,340.00$UNIT376,866.86$ Lake Bluff, IL 60044Project:Lake Zurich, IL 600470.1100 7.59$ 5,000.0000 2,457.00$25.0000 1,725.00$10.0000 690.00$780.00$50.0000 1,300.00$94.5000 30.0000 780.00$35.0000 2,415.00$12.6000 869.40$1,575.00$20.0000 40.00$ 10.0000 20.00$ 75.00$ 10,000.0000 150.00$105,000.0000 52.5000 105.00$10,000.0000 150.00$10.0000 20.00$ 1.0500 3,990.0000 59.85$ 2.10$ 20.0000 40.00$ 10.0000 20.00$ 40.00$ 10.0000 20.00$ 1.0500 10.0000 20.00$ 2.10$ 52.5000 105.00$52.5000 105.00$2.10$ 20.0000 10.0000 20.00$ 58.8000 1.0500 23.1000 690.00$4.7500 1,250.00$13,440.00$11.0000 4,224.00$35.0000 51.6000 25.0000 36,499.00$7.5000 1.5000 1.2500 5.0000 21,638.40$40.0000 724.50$20.0000 7,360.00$28.2500 10,396.00$345.00$10.0000 690.00$10.5000 1,664.00$42.0000 30.0000 1,560.00$55.0000 20,240.00$250.0000 600.00$2,862.00$108,680.00$ 10.5000 724.50$10.0000 2,080.00$32.0000 2,184.00$36,358.75$17.3300 14.4400 35,594.60$204.7500 1,228.50$10.0000 750.00$23.0000 56,695.00$1.5000 3,747.00$2.8600 7,144.28$3.9400 9,842.12$42,718.45$3,747.00$693.75$51,870.00$100.0000 600.00$150.0000 900.00$3,325.00$115.0000 109,250.00$ 54.6000 32.0000 30,400.00$54.6000 51,870.00$341.2500 2,047.50$1,732.50$15.0000 3.5000 2.0000 4,996.00$1.5000 36,975.00$14.7500 15.0000 1,125.00$9.2500 210.00$250.0000 315.00$100.0000 100.00$150.0000 150.00$100.00$250.0000 250.00$315.0000 341.2500 341.25$200.00$341.2500 341.25$100.0000 200.0000 200.00$150.0000 150.00$300.00$450.0000 450.00$525.0000 341.2500 341.25$300.0000 300.00$157.5000 630.00$300.0000 1,228.50$150.0000 600.00$375.0000 1,500.00$1,500.00$175.0000 1,050.00$204.7500 250.0000 1,500.00$4.00$ 341.2500 2,047.50$341.2500 1,365.00$6.0000 240.00$9.4500 33.6000 1,344.00$40.0000 1,600.00$160.00$1.4200 3,351.20$7.6100 456.60$4.0000 4,500.00$5.0000 300.00$6.0000 360.00$2,500.00$350.0000 1,750.00$900.0000 300.0000 1,500.00$30.0000 1,800.00$500.0000 13,449.00$44,319.00$1.4200 3,351.20$5.0000 0.7500 1,770.00$2.9000 6,844.00$100.00$15.0000 300.00$21.0000 30.0000 600.00$13,449.0000 10,000.0000 5,000.00$63,869.9900 63,869.99$10,000.00$1,000.0000 1,000.00$10,030.00$13.1300 262.60$525.0000 1,575.0000 5,000.0000 2,500.0000 2,500.00$750.0000 750.00$Total Bid:As Read:485,000.00 553,805.62 As Calculated:Everlast Blacktop, Inc.7N540 IL Route 25Elgin, IL 60120Bid BondUnit Price2.0000 4,720.00$1.0000 300.0000 300.00$150.0000 900.00$150.0000 150.00$200.0000 44,319.0000 10,030.0000 1,575.00$420.00$378.00$210.0000 18.0000 1,728.00$480.00$100.0000 600.00$15.7500 94.50$ 200.0000 19,200.00$20.0000 120.00$80.0000 21.0000 400.0000 400.00$26,000.0000 26,000.00$1,500.0000 1,500.00$40.0000 3,840.00$50.0000 4,800.00$60.1800 5,777.28$300.0000 1,500.00$200.0000 1,000.00$120.0000 7.9000 60,703.60$4.0000 30,736.00$4.7900 36,806.36$4.1300 31,734.92$125,400.00$ 100.0000 104,500.00$ 104.0000 120.0000 125.0000 19,814.40$18.0000 6,912.00$28.4400 10,920.96$4,775.00$11.0000 2,101.00$2,217.60$945.00$10.0000 1,260.00$10.0000 1,260.00$5.2000 7,441.20$2,146.50$1.0000 1,431.00$2.0000 17.6000 4,946.90$25.9000 0.0100 177.05$0.0100 177.05$17.71$ 0.0100 177.05$0.0100 17.71$ 0.0100 0.1000 78,375.00$120.0000 75,240.00$110.0000 68,970.00$130.0000 81,510.00$8.0000 1,528.00$12.0000 16.0000 1,728.00$16.0000 1,728.00$5.5000 594.00$6.0000 648.00$14.1600 1,529.28$13.5000 19,318.50$17,172.00$2.0000 15,738.00$9,836.25$1.0000 7,869.00$1.3600 10,701.84$17.71$ 177.05$0.0100 17.71$ 0.0100 0.0100 177.05$0.1000 1,770.50$42.0000 15,456.00$39.9000 2,074.80$19.9500 1,496.25$0.2400 1,888.56$24.1900 4,620.29$Maneval Construction Co.28090 W. Concrete DriveIngleside, IL 60041Bid Bond9.2500 13,236.75$10.0000 14,310.00$12.6000 18,030.60$95.3700 99,661.65$112.1000 70,286.70$8.9100 12,750.21$20.3600 2,565.36$129.8000 649.00$525.00$341.2500 341.25$407.1000 2,035.50$6.5600 393.60$2,950.0000 2,950.00$Schroeder Asphalt Services, Inc.PO Box 831Huntley, IL 60142Bid BondUnit PriceTotal95.0000 2,470.00$16.0000 1,104.00$12.0000 72.00$ 65.0000 6,240.00$16.0000 1,728.00$150.0000 750.00$6.5000 49,946.00$21.2500 1,466.25$34,000.0000 510.00$6.0000 12.00$ 6.0000 12.00$ 6.0000 12.00$ 110.0000 114,950.00$ 126.00$210.00$525.00$210.0000 22.5000 4,297.50$27.2500 10,464.00$5.0000 7,155.00$17.5000 2,205.00$113.0000 118,085.00$ 137.0000 85,899.00$1.0000 7,869.00$0.0100 177.05$0.0100 17.71$ 1,600.0000 1,600.00$13.6000 19,461.60$40.5000 14,904.00$37.0000 1,924.00$17.0000 1,275.00$14.5000 35,742.50$3.5000 8,743.00$60.0000 57,000.00$400.0000 2,400.00$425.0000 425.00$400.0000 400.00$200.0000 1,200.00$375.0000 1,500.00$400.0000 400.00$200.0000 200.00$650.0000 3,250.00$12.0000 720.00$2.5000 100.00$2.1500 5,074.00$20.0000 400.00$10,000.0000 10,000.00$10,000.0000 10,000.00$477,210.61 477,210.61 430,373.96 430,373.96 485,000.00 553,805.62 407,121.65 406,365.65 SQ YDSQ YDSQ YDSQ FTFOOTTONTONSQ YDPOUNDSQ YDACREPOUNDPOUNDPOUNDSQ YDSQ YDCU YDEACHSQ FTFOOTFOOTEACHL SUML SUMEACHEACHEACHEACHEACHEACHEACHEACHFOOTPOUNDSQ YDSQ FTFOOTSQ FTSQ FTSQ FTSQ FTFOOTPrinted 3/31/2023BLR 12315 (Rev. 07/16/13)54
CONSENT AGENDA SUPPLEMENT
DATE: May 1, 2023
TO: Mayor and City Council
FROM: Troy Strange, P.E., Director of Public Works
RE: City Hall Parking Lot Rehabilitation, Phase III Engineering
ATT: HR Green, Inc. Scope and Fee with Task Order
AGENDA ITEM SUMMARY:
Staff requests City Council to consider approving a Task Order for Phase III Engineering Services
for the City Hall Parking Lot Rehabilitation Project to HR Green, Inc.
BACKGROUND:
The Fiscal Year 2023/2024 Budget includes $550,000 in ComEd Municipal Utility Tax Funding for
the rehabilitation of the City Hall Parking Lot. HR Green, Inc. was awarded a contract to perform
design services for this project in Spring of 2022. Final plans were delivered in March of this year
and Maneval Construction of Ingleside, 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 HR Green, 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 Staff.
ANALYSIS:
Staff has reviewed the scope and fee provided by HR Green, Inc., has found the scope and fee to
be acceptable, and is recommending the award of the Task Order for Phase III Engineering
Services.
RECOMMENDATION:
Therefore, if Council concurs, it is recommended to approve a Task Order for Phase III
Engineering Services for the City Hall Parking Lot Rehabilitation Project to HR Green, Inc. in the
amount of $20,488.00.
55
56
57
Proposal For:
City Hall Parking Lot Rehabilitation Project
(Construction Observation Scope of Services)
Mr. Troy Strange, P.E.
Public Works Director
City of McHenry Public Works Department
1415 Industrial Drive
McHenry, IL 60050
Prepared by:
Chad Pieper, P.E.
HR Green, Inc.
1391 Corporate Drive, Suite 203
McHenry IL, 60050
815.759.8346
HR Green Project: 220624.01
April 14, 2023
58
TABLE OF CONTENTS
PROJECT UNDERSTANDING
PROPOSED SCOPE OF SERVICES
COMPENSATION
PROJECT SCHEDULE
59
Project Understanding
The City has completed the bidding the bidding process on the City Hall Parking Lot
Rehabilitation project. This project consists of removal and replacement of the existing HMA
parking lot at the McHenry City Hall building. Existing concrete curb will be repaired using a
shot-crete repair method. Sidewalks around the parking lot will be replaced as necessary to
correct grade issues.
The City will also be replacing the brick paver entrances on the front of the building and the
brick paver patio on the rear of the building. These entrances will be brought to ADA
compliance.
The City Hall building will remain open for business during construction, so coordination and
updates on project progress will be essential.
Scope of Services
It is anticipated that the following services will be required for the City Hall Parking Lot
Rehabilitation project:
▪Construction Observation/Documentation Services
▪Shop Drawing/Material Submittal Reviews
▪Pay Request Review and recommendations
▪Meetings (Pre-Con & Progress)
The following outlines additional detail to our specific approach to providing the services
mentioned above.
Construction Observation
HR Green will be on-site to observe and verify that items being constructed and materials being
utilized are in general conformance with the approved plans and specifications and any regulatory
agency requirements.
HR Green will complete a Daily Report in a field diary, measure and document contract quantities,
completed erosion and sedimentation inspections, complete payment estimates, change orders,
and weekly reports. Weekly reports will be submitted to the contractor and City of McHenry.
HR Green will verify that all materials incorporated into this project are approved and any evidence
of material inspection is in compliance with the Special Provisions of this contract. HR Green shall
keep the City of McHenry informed as to the progress of construction with a daily email update with
completed actions and anticipated events.
60
Administration/Coordination
This task will involve the oversight of the project by management, which will include the on -going
review of the project execution, documentation, schedule and budget, contract file management,
and general correspondence between HR Green, City of McHenry, the contractor, and
subcontractors.
Meetings
HR Green will attend the preconstruction meeting with City of McHenry, the contractor and
subcontractors. HR Green anticipates that there will be a Pre-Construction meeting and two (2)
construction progress meetings.
Project Close Out
HR Green anticipates approximately eighty (80) hours for completing the project closeout and final
documentation for this project. This task includes the preparation of final payouts and warranties,
and start-up of all pumping equipment. All quantity measurements and calculations, and final
documentation will be delivered to the City.
Material Testing
A Geotechnical subconsultant will be employed by HR Green to provide compaction testing of the
parking lot sub-base, and HMA courses per the project specifications. Sampling and compression
testing for concrete sidewalks and gutter will be performed as well.
Disclaimer
HR Green shall not supervise, direct or have any control over the contractor’s work. HR Green shall not
have any responsibility for the construction means, methods, techniques, sequences or procedures
selected by the contractor. Also, HR Green is not responsible for the contra ctor’s safety precautions or
programs in connection with this work. These rights and responsibilities are solely those of the contractor.
HR Green shall not be responsible for any acts or omissions of the contractor, subcontractor or any entity
performing any portion or the work, or any agents or employees of any of them. HR Green does not
guarantee the performance of the contractor and shall not be responsible for the contractor’s failure to
perform its work in accordance with the contract drawings and documents.
Construction Support
HR Green will assist the City during construction phase by providing responses to Requests for
Information (RFI) and assist with issuance of addenda associated with project design
61
components. – Design engineering questions are to be handled under previous design contract
for this project.
Items not included in Services
The following items are not included as part of this proposal:
HR Green has proposed an approach/scope of services that aligns to the City’s request. As the
project progresses, additional services could potentially be needed. HR Green is a full-service firm
with specialized professionals available at a moment’s notice if the need arises. Our scope of
services outlined in this section and engineering fee estimate does not include the following:
1. Permit fees as applicable
2. Construction Layout
3. Record Drawing Surveys
Supplemental services not included in the agreement can be provided by HR Green under a
contract amendment or a separate agreement, if desired.
City Responsibilities
It is assumed that the City shall provide available data/information as follows:
1. Prompt Payouts
2. Attend project progress meetings.
62
Compensation
TASK MAN-
HOURS
LABOR
COST
Construction Observation
Meetings 6 $848.00
Observation (May 16-July 28) 121 $13,368.00
Shop Drawing/Material Reviews 3 $424.00
Pay Request Reviews 6 $848.00
GeoTech/Material Testing $5,000.00
PROJECT TOTALS 136 $20,488.00
63
Project Schedule
Pre-Con Meeting ............................................................................... May 10, 2023
Anticipated Construction Start .......................................................... May 15, 2023
Substantial Completion ..................................................................... July 28, 2023
Final Completion ...........................................................................August 18, 2023
*This schedule was prepared to include reasonable allowances for review and approval
times required by the City. This schedule shall be equitably adjusted as the project
progresses, allowing for changes in the scope of the project requested by the City or for
delays or other causes beyond the control of HR Green.
64
CONSENT AGENDA SUPPLEMENT
DATE: May 1, 2023
TO: Mayor and City Council
FROM: Troy Strange, P.E., Director of Public Works
RE: McHenry WWTP Phosphorous Feasibility Study
ATT: HR Green Task Order with Scope and Fee (Phosphorus Feasibility Study)
AGENDA ITEM SUMMARY:
Staff requests City that the Council consider accepting a proposal from HR Green, Inc. to complete
a Phosphorus Feasibility Study and make recommendations to the city for necessary
improvements to meet a future effluent phosphorous limit at the wastewater treatment plant.
BACKGROUND:
The City of McHenry has had an effluent phosphorous limit since 2006. The City renewed its
National Pollutant Discharge Elimination System (NPDES) permit for the South Wastewater
Treatment Plant in 2021. At that time staff were informed that the City would be required to
meet a new, lower, effluent phosphorous limit of 0.5 mg/L by 2030. Included in the permit
language were supplemental permit conditions which allowed for a five -year extension of this
date if the city were to conduct a study and submit a report by 2025 containing the proposed
improvements to comply with the new limit. By completion and submittal of this report, the City
will have until 2035 to implement the changes and comply with the limit. The reported
concentration for the new limit will be calculated monthly on a rolling twelve -month geometric
mean. The existing limit is a 1.0 mg/L monthly average.
ANALYSIS:
Upon receipt of the new permit, Wastewater Division personnel began evaluating process
performance and examining ways to increase efficiency. Further reductions in effluent
phosphorous levels have been achieved and the treatment plant is frequently in compliance with
the lower limit, however, there is very little margin for error and there have been several
instances where the twelve-month average has exceeded the future limit. Staff has been able to
regularly achieve effluent phosphorous levels below 0.3 mg/L from the Sequence Batch Reactor
(SBR) treatment process which was constructed as part of the 2015 consolidat ion project.
65
However, the limiting factor appears to be the two existing oxidation ditches which are part of
the original plant construction and were not designed for nutrient removal.
Phosphorous removal in the oxidation ditches is achieved via a chemical addition system that
was installed in 2006 when the city’s first phosphorous limit went into effect. Since that time ,
chemical costs have increased significantly, with prices nearly doubling in the last three years
alone. It is unlikely that increasing the chemical dosage will yield any further phosphorous
removal and increased dosages would have significant effects of operating expenses and thereby
operating rates. This leaves process modification as the only viable option for reducing effluent
phosphorous.
Public Works staff are recommending the selection of HR Green, Inc. to perform engineering
services for the purposes of the proposed study because of their performance of the plant design
and previous permitting assistance with the IEPA. A proposal was solicited for the intended scope
of services in Spring of this year. Staff from HR Green will evaluate the city’s wastewater
treatment process as well as the characteristics of the plant influent and effluent and provide the
city with a list of options that would enable the treatment plant to consistently meet the future
limit of 0.5 mg/L. Consideration will be given to up-front costs, operating cost of proposed
facilities, savings realized by reducing or eliminating the need for chemical addition, as well as
other reductions in operating expenses.
City staff have reviewed the proposed scope and fee, have found it to be acceptable, and are
recommending the award of the Task Order.
RECOMMENDATION:
Therefore, if council concurs, it is recommended to ac cept the proposal from HR Green, Inc.
and to award a Task Order in the amount of $49,630.00 to conduct a Phosphorus Feasibility
Study to evaluate the current treatment process and make recommendations for
improvements to meet future permit requirements.
66
May 122See Attachment A Scope of Services$49,630.00 See Attachment A Scope of Services for breakdown.NASee Attachment A Scope of ServicesSee Attachment A Scope of Services230202667
Michael Roth, PEMarch 312368
Version 2.3 02052021
Attachment A - Scope of Services
For
McHenry WWTP – Phosphorus Feasibility Study
Troy Strange PE, Director of Public Works
City of McHenry
1415 Industrial Drive
McHenry, IL 60050
815-363-2186
Chad Pieper, PE
HR Green, Inc.
1391 Corporate Drive, Suite 203
McHenry IL, 60050
2302026
April 3, 2023
69
TABLE OF CONTENTS
1.0 PROJECT UNDERSTANDING
2.0 SCOPE OF SERVICES
3.0 DELIVERABLES AND SCHEDULES INCLUDED IN THIS AGREEMENT
4.0 ITEMS NOT INCLUDED IN AGREEMENT/SUPPLEMENTAL SERVICES
5.0 SERVICES BY OTHERS
6.0 CLIENT RESPONSIBILITIES
7.0 PROFESSIONAL SERVICES FEE
70
THIS AGREEMENT is between City of McHenry (hereafter “CLIENT”) and HR GREEN, INC.
(hereafter "COMPANY").
1.0 Project Understanding
1.1 General Understanding
The CLIENT operates one wastewater treatment plant (WWTP). The existing WWTP operates two
separate treatment trains. One train is the oxidation ditch and clarifiers for secondary treatment
and the other train is secondary treatment by sequencing batch reactors (SBR). The CLIENT
received their latest NPDES permit with an issue date of June 1, 2021. The current Total
Phosphorus (as P) limit is 1.0 mg/L. However, Special Condition 17 of the current permit requires
the CLIENT to meet the effluent limit of 0.5 mg/L Total Phosphorus on a 12-month rolling geometric
mean (calculated monthly) by January 1, 2030.
The SBR treatment train is able to treat the wastewater to below the 0.5 mg/L Total Phosphorus;
however, the oxidation ditch treatment train doesn’t consistently meet this limit. Special Condition
17 paragraph B.1. states that “If the CLIENT develops a written plan, preliminary engineering report
or facility plan no later than January 1, 2025, to rebuild or replace a secondary treatment process of
the treatment facility, the limit shall be met by December 31, 2035.”
The CLIENT is requesting the COMPANY to develop a feasibility study to determine how the
WWTP can meet the 0.5 mg/L Total Phosphorus limit proposed in the NPDES permit in order to
meet the condition of paragraph B.1 of Special Condition 17 of the existing NPDES permit.
1.2 Design Criteria/Assumptions
•Title 35 Ill. Adm. Code rules and regulations – Subtitle C, Part 370: Illinois Recommended
Standards for Sewage Works
2.0 Scope of Services
The CLIENT agrees to employ COMPANY to perform the following services:
1.Project Initiation Conference Call
COMPANY’s first step will be to lead a project initiation conference call to establish the key
objectives and deliverables schedule for this project. During this conference call we will:
A.Review the project goals, objectives and scope of the project.
B.Review the project schedule, work items, responsibilities, and priorities of each party; and
C.Identify key project liaisons and establish communication protocols between the CLIENT and
COMPANY.
2.Phosphorus Feasibility Study
A.Collect and Review Background Data
Collect and review the last two (2) years of historical data including residential and non-
residential customer base (including any treatment agreements), existing CLIENT
ordinances, treatment plant influent and effluent characteristics and data, plant operating and
maintenance budgets and expenses, and sewer user rate structure. This work will also
identify potential source reduction opportunities.
71
The CLIENT will provide influent discharge monitoring report (DMR) data, effluent DMR data,
chemical data, and sludge data for the WWTP, including but not limited to, flow, cBOD/BOD,
TSS, ammonia, TN, TP, chemical dosage/usage, and sludge generation/disposal. The
CLIENT will sample, analyze and provide the results from a minimum of three (3) influent
samples (after influent micro-screening) for COD, rbCOD, TP, and ortho-phosphate that are
to be taken on different days aligning with DMR monitoring days for other loading
characteristics.
COMPANY will review the influent, effluent, chemical and sludge data to determine current
loading to the WWTP and actual treatment removal performance. COMPANY will compare
actual WWTP loading and performance against the design assumptions in the Basis of
Design. COMPANY will evaluate the wastewater characterization from the data provided and
identify any limiting parameters, if present.
B.Coordinate Laboratory Testing and Jar Testing
Use benchtop laboratory jar testing of coagulants/flocculants with secondary influent to
determine the most efficient chemical, dosing amounts, and injection locations to achieve
chemical phosphorus removal. Prepare a design memo summarizing jar testing results and
implementation costs. Jar testing, including purchase of the chemicals, will be provided by
the CLIENT. The COMPANY will coordinate sampling and analysis protocol with a local
testing laboratory. The CLIENT shall subcontract with the laboratory to perform the testing.
The COMPANY will not collect the samples or perform the analyses.
Jar testing will analyze secondary influent for include removal of total phosphorus through
chemical precipitation.. Jar testing will be performed using up to two (2) different
coagulants/flocculants. Up to five (5) different dosages of each coagulant/flocculant shall be
used for each test. Jar testing shall be performed in triplicate, with samples corresponding to
the three (3) influent samples analyzed for COD and rbCOD as described above..
C.Develop Alternatives to meet Permitted Effluent Total Phosphorus Limit
The COMPANY will develop three (3) treatment process alternatives to meet the permitted
effluent total phosphorus limit. This will include a biological treatment alternative, chemical
treatment alternative, and a hybrid treatment alternative.
1)Biological Phosphorus Removal Alternative
Develop an alternative using biological phosphorus removal to achieve 0.5 mg/L effluent
Total Phosphorus (12-month rolling geometric mean) employed in the oxidation ditch,
SBR, or a combination of both.
•Develop a model of the existing WWTP oxidation ditch and SBR treatment trains using
EnviroSim’s BioWin software. The model will be calibrated using historical influent
and effluent wastewater data. The COMPANY will use BioWin with current
wastewater characterization data and future loading projections to determine required
modifications to the existing treatment trains to meet treatment performance
requirements.
•Develop associated improvements’ opinion of probable construction costs and life-
cycle operating and maintenance costs.
2)Chemical Phosphorus Removal Alternative
72
Develop an alternative using chemical phosphorus removal to achieve 0.5 mg/L effluent
Total Phosphorus (12-month rolling geometric mean) employed in the oxidation ditch,
SBR, or a combination of both.
•Develop a model of the existing WWTP oxidation ditch and SBR treatment trains using
EnviroSim’s BioWin software. The model will be calibrated using historical influent
and effluent wastewater data. The COMPANY will use BioWin with current
wastewater characterization data, jar testing results, and future loading projections to
determine required modifications to the existing chemical feed system to meet
treatment performance requirements.
•Develop associated improvements’ opinion of probable construction costs and life-
cycle operating and maintenance costs.
3)Hybrid Phosphorus Removal Alternative
Develop an alternative using a hybrid of biological and chemical phosphorus removal to
achieve 0.5 mg/L effluent Total Phosphorus (12-month rolling geometric mean) employed
in the oxidation ditch, SBR, or a combination of both.
•The COMPANY will use the models as described above to determine required
modifications to the existing chemical feed system and incorporation of biological
phosphorus removal process to meet treatment performance requirements.
•Develop associated improvements’ opinion of probable construction costs and life-
cycle operating and maintenance costs.
D.Prepare Draft Phosphorus Feasibility Study Report & Review Meeting
The COMPANY shall prepare a draft report for the CLIENT’s review and comment. The
report shall contain the following:
•Summary of jar testing analysis, results, and dosage recommendations.
•Summary of alternatives development, results, associated improvements’ opinion of
probable construction costs and life-cycle operating and maintenance costs.
•Recommendations for improvements to achieve effluent limits and improvements
timeline.
An electronic copy (in PDF) of the draft report will be provided to the CLIENT for review and
comment. The COMPANY shall hold one (1) virtual meeting with the CLIENT to review the
report and gather comments.
E.Finalize Phosphorus Feasibility Study Report
Incorporate the CLIENT’s review comments on the draft report and present the final report.
Two (2) hardcopies and one (1) electronic copy (PDF format) of the final study will be
provided to the CLIENT. The CLIENT shall submit one (1) to the IEPA to comply with the
requirements of Special Condition 17 paragraph B.1.
Scope does not include addressing review comments from IEPA on the submitted report and
updating the report with IEPA comments. If required, the COMPANY can address IEPA
review comments and update the report as an additional service.
73
3.0 Deliverables and Schedules Included in this Agreement
The deliverables for the project are as described in the scope of services. The following is
the projected schedule based on the Notice to Proceed (NTP):
Project Initiation and Organization Meeting 1 Week from NTP
Collect and Review Background Data 1-2 Weeks from NTP
Coordinate Laboratory Testing and Jar Testing 3-5 Weeks from NTP
Develop Alternatives 11-13 Weeks from NTP
Prepare Draft Feasibility Study Report 14-20 Weeks from NTP
CLIENT Review of Draft Feasibility Study Report 21 Weeks from NTP
Finalize Phosphorus Feasibility Study Report 22-24 Weeks from NTP
This schedule was prepared to include reasonable allowances for review and approval
times required by the CLIENT and public authorities having jurisdiction over the project.
This schedule shall be equitably adjusted as the project progresses, allowing for changes
in the scope of the project requested by the CLIENT or for delays or other causes beyond
the control of the COMPANY.
4.0 Items not included in Agreement/Supplemental Services
The following items are not included as part of this AGREEMENT:
•Design services
•Response to IEPA comments on submitted study
•Obtaining samples/analyzing samples
•Secondary clarifier performance evaluation
•Additional meetings with the CLIENT, regulatory agencies, etc. other than those
defined in this scope of services.
•NPDES Permit Amendment
Supplemental services not included in the AGREEMENT can be provided by the
COMPANY under a separate agreement, if desired.
5.0 Services by Others
NA
6.0 Client Responsibilities
•Provide information as defined in scope of services such as influent
characteristics, effluent characteristics, previous relevant studies, etc.
•Obtain necessary samples and perform necessary analysis on the samples as
directed by the COMPANY.
•Timely review and response to correspondence with COMPANY such as
questions, tech memos, and draft report.
74
7.0 Professional Services Fee
7.1 Fee Summary
Project Cost Man
Hours
Labor
Cost
Project Administration/Meetings 55 12,170.00
Data Collection/Testing 20 3,710.00
Develop Alternatives 84 15,680.00
Report 98 18,070.00
Total 257 49,630.00
75
CONSENT AGENDA SUPPLEMENT
DATE: May 1, 2023
TO: Mayor and City Council
FROM: Troy Strange, P.E., Director of Public Works
RE: Millstream Sanitary Lift Station Control Upgrade
ATT: Associated Electrical Contractors, LLC Proposal
AGENDA ITEM SUMMARY:
Staff requests City Council to consider waiving competitive bidding and to accept the proposal
from Associated Electrical Contractors, LLC of Woodstock, Illinois for the replacement of the
electrical panel and pump controls at the Millstream Lift Station.
BACKGROUND:
The Millstream Lift Station is one of the older lift stations within the City’s sanitary sewer
collection system. In 1989 the station underwent a major overhaul from its original dry -pit
configuration to its current submersible design. It was at this time that the current electrical
cabinet and controls were installed. After being in service for more than thirty years, the
condition of the control panel enclosure, electrical conduits, and other associated components
have deteriorated to an extent that they require replacement.
Additionally, the replacement of the existing electrical controls will require the installation of an
intermediate junction box between the wet well and the control panel to be compliant with
current standards. The junction box must be of either a sealed or air -gapped construction to
prevent potentially hazardous gasses and v apors from travelling through the conduit and
entering the control panel.
ANALYSIS:
In FY 22/23, Public Works staff attempted to publicly bid the Millstream Lift Station Control
Upgrade project. Unfortunately, without a full set of plans and drawings, sta ff was unable to
obtain valid bid results. This left staff with two options:
76
1. Hire a design firm to create a full plan set to attempt a second public bid for the project.
This option would add approximately $2 5,000.00 to the total project cost.
2. Select a qualified electrical contractor to act as General Contractor and work with the
City’s SCADA integrator on a design-build project that would incorporate all the necessary
equipment and improvements in one proposal.
To control the overall project cost, staff elected to pursue the design-build option. Proposals were
solicited from two electrical contractors that have previously performed work of this nature for
the City and can act as the General Contractor for the project. The selected contractor would
submit a final proposal which incorporated both the electrical contracting work to be performed
as well as the work to be performed by the City’s SCADA integrator, Advanced Automation &
Controls, Inc., for the design, construction, and integration of the control panel.
Proposals were received from Associated Electrical Contractors, LLC and from Homestead
Electrical Contracting, LLC. Although the scope of work to be performed was comparable
between the two proposals, the proposal from Associated Electrical Contractors was
substantially less than that of Homestead Electrical Contracting.
A summary of proposals is as follows:
Associated Electrical Contractors LLC $91,918.00
Advanced Automation & Controls, Inc. $103,250.00
Staff has analyzed the proposals and recommends awarding the contract to Associated Electrical
Contractors LLC.
RECOMMENDATION:
Therefore, if the City Council concurs, it is recommended that the City Council waive
competitive bidding and accept the proposal from Associated Electrical Contractors, LLC of
Woodstock, Illinois in the amount of $91,918.00 to furnish and install a new electrical panel
and pump controls at the Millstream Sanitary Lift Station.
77
March 9, 2023
Attn: Russ Adams
Wastewater Department
McHenry, IL 60050
Re: Millstream Lift Station MCC
AEC Quote #Q120622-4
We are pleased to provide our quote for the above-referenced project. Clarifications are as follows:
•Provide and install temp safety fencing
•Disconnect, remove, replace, and reconnect new lift station enclosure
•Provide New Lift Station Control Panel (provided through Advanced Automation & Controls)
•Provide new meter pedestal
•Install new air gap box
•Conduit to be GRC, and Liquid metal type
•Provide excavating and coring to wet well
•Install new raceway from wet well to air gap
•Install new level transmitter in wet well
•Provide and install analog wiring from transmitter to controller
•Re-pull all existing conductors & terminate in air gap enclosure
•Provide new raceway from air gap to controller encloser
•Provide new conductors to new controller encloser
•Wire to be XHHW type
•Crane included
•New MCC enclosure and air gap panel by others
•Work to be performed during normal working hours, no overtime included
•Permits, Inspection Fees, and Utility Charges by others
FOR THE SUM OF $91,918.00
Quote is based on timely delivery of components supplied by others, and installation of mechanical
systems adhering to schedule(s) for unimpeded installation and to stay on schedule.
Thank you for the opportunity to quote your above electrical needs. If you have questions or need any
further information, please feel free to contact me at your convenience.
Sincerely,
Associated Electrical Contractors, LLC.
Project Manager
Industrial Division
78
CONSENT AGENDA SUPPLEMENT
DATE: May 1, 2023
TO: Mayor and City Council
FROM: Troy Strange, P.E., Director of Public Works
RE: Weir Gate Replacement, 1.0 MGD Oxidation Ditch, WWTP
ATT: Sabel Mechanical, LLC Proposal
AGENDA ITEM SUMMARY:
Staff requests that the City Council consider waiving competitive bidding and accepting a
proposal from Sabel Mechanical, LLC for the replacement of two weir gates on the 1.0 MGD
Oxidation Ditch at the Wastewater Treatment Plant.
BACKGROUND:
The 1.0 MGD Oxidation Ditch is part of the original treatment process constructed at the South
Wastewater Treatment Plant in 1989. Although the treatment plant has seen several upgrades
and expansions over the years, the Oxidation Ditch has operated without substantial
modifications for over 30 years. The weir gates are overflow gates, which allow staff to control
the flow exiting the Oxidation Ditch by adjusting the gates up or down. The gates are adjusted
manually by turning a wheel attached to a screw shaft that is connected to the gate.
During routine maintenance in 2022, both gates experienced a failure at the connection point
where the screw shaft attaches to the gate. Temporary repairs were made at that time to return
both gates to operation. While performing the repairs, it was observed that the condition of the
gates below the waterline had deteriorated to a degree that permanent repairs would not be
feasible. Both gates require full replacement to return them to reliable operation .
ANALYSIS:
The pool of available contractors to perform this scope of work is somew hat limited and
therefore staff are recommending sole sourcing these repairs due to the small pool of
contractors, long equipment lead times, and the City’s history of satisfactory work with the
contractor. Sabel Mechanical, LLC is a contractor which specializes in the maintenance and repair
of wastewater treatment equipment and who has performed similar scopes of work for the City
79
of McHenry. Staff contacted Sabel Mechanical LLC to visit the site, inspect the gates, and provide
a recommendation for corrective action. Sabel Mechanical LLC agreed with Public Works staff’s
initial assessment that the current gates were beyond the point of rehabilitation or repair and
would need to be replaced. The attached proposal was solicited by staff for the replacement of
the existing gates with two new, corrosion-resistant stainless steel weir gates. Staff has
evaluated the proposal provided by Sable Mechanical LLC, has found the proposal to be
acceptable, and is recommending the award of a contract to Sabel Mechanical LLC.
RECOMMENDATION:
Therefore, if Council concurs, it is recommended that the City Council waive competitive
bidding, accept the proposal from Sabel Mechanical, LLC of Fond Du Lac, WI, and award a
contract in the amount of $41,900.00 to furnish and install two new stainless steel weir gates
on the 1.0 MGD Oxidation Ditch at the Wastewater Treatment Plant.
80
DATE 1/23/23
QUOTE #3518
SEND TO
PAST DUE AMOUNTS ARE SUBJECT TO A FINANCE CHARGE AT THE MAXIMUM
RATE ALLOWED BY STATE. REASONABLE COLLECTION FEES AND ATTORNEY
FEES WILL BE ASSESSED TO ALL ACCOUNTS PLACED FOR COLLECTION
Date Job Payment Term QUOTE EXPIRES
1/23/23 Slide gate replacement 30 DAYS Today
QTY DESCRIPTION UNIT PRICE LINE TOTAL
2 This quote is for the removal and placement of weir gate.
Including the following:
a)Labor and equipment
b)Crane service
c)Removal of old gate
d)Install of new gate
e)1- Hydro Gate Model HG561 with type 304 sst
frame and sides, sst anchors, polymer bearing bars
in guide grooves,UHMWseals.Pedestal mounted
geared crank lift with type 304 stainless steel stem
and plastic stem cover with mylar position
indicator.
16 – 18-week delivery after drawing and approval
$20,950.00 $41,900.00
SUBTOTAL $ 41,900.00
SALES TAX $
TOTAL $ 41,900.00
81
CONSENT AGENDA SUPPLEMENT
DATE: May 1, 2023
TO: Mayor and City Council
FROM: Troy Strange, P.E., Director of Public Works
Greg Gruen, P.E., Staff Engineer
RE: Oakwood Drive Bridge Phase II Engineering Agreements
ATT:
1.IDOT’s Preliminary Engineering Services Agreement for Federal Participation
2.IDOT’s Local Agency Agreement for Federal Participation
3.Section 1440 Authority Request
4.Quality Based Selection Results
___________________________________________________________________________
AGENDA ITEM SUMMARY:
Staff requests City Council to consider approval of a Professional Engineering Services Agreement
for Federal Participation and a Local Agency Agreement for Federal Participation and to authorize
the Mayor to approve any future revisions as requested by IDOT. Staff further requests that the
City Council consider an authorization for staff to proceed at risk for engineering funding through
Section 1440 Authority.
BACKGROUND:
The Oakwood Drive Culvert needs replacement or major repair. The existing layout is a series of
five corrugated steel culverts with a total span of approximately 50 feet. As the total span of the
creek crossing is more than 20 feet, the culvert is classified as a bridge in the State i nventory of
structures and is subject to bi-annual inspection.
The project location is at the crossing of Boone Creek on Oakwood Drive approximately 1,000
feet south of Illinois Route 120. This project will include the full replacement of the structure,
construction of approach pavement, bridge railing installation, pedestrian accommodations,
pavement markings, as well as any other necessary and incidental work.
82
In December of 2018, staff received notice from IDOT that Phase I Funding for this project was
awarded to the City through the Surface Transportation Program (STP) Bridge Program which is
funded at an 80% federal share. In 2019, staff selected Baxter & Woodman, Inc. through a Quality
Based Selection (QBS) process for the completion of Phase I E ngineering and a contract was
awarded in January of 2020. Phase I Engineering was completed in Fall of 2022, and the City was
awarded Phase II funding by IDOT for the completion of engineering design and preparing the
project for bidding on a State letting.
A QBS process for Phase II consultant selection process was run by Public Works staff in summer
of 2022 and Baxter & Woodman, Inc. was again selected for Phase II Engineering. Upon selection,
staff negotiated a scope and fee with the selected consultant and is now bringing the scope and
fee forward for the consideration of the City Council.
Because of lead times for Federal agreement processing that are more than 2 years in some cases,
the City is requesting Section 1440 Authority from IDOT which allows the City to proceed at risk
with 100% local funding until the 80% Federal match is available upon the approval of the Federal
Aid Agreement. The risk undertaken by the City is that some items completed may be considered
ineligible for Federal Aid upon approval of the final Agreement. However, these items are
typically small in cost while most items remain eligible.
ANALYSIS:
City staff selected Baxter & Woodman, Inc. through the Quality Based Selection (QBS) Process
which is mandated by IDOT for consultant selection on all federally funded projects. Staff has
negotiated a preliminary engineering services agreement in accordance with QBS policies and
utilizing the Illinois Department of Transportation’s standard form. Prior to negotiations staff
prepared an initial estimate of cost for engineering services; the negotiated scope and fee have
been reviewed by staff and were found to be acceptable.
RECOMMENDATION:
Therefore, if Council concurs, it is recommended to approve an Oakwood Drive Bridge
Replacement Preliminary Engineering Services Agreement for Federal Participation with Baxter
& Woodman, Inc. in the amount of $167,881.00 ($33,576.20 Streets Account 100-33-5300,
$134,304.80 Federal Aid) and the Local Agency Agreement for Federal Participation and to
authorize the Mayor to approve any future revisions as requested by IDOT . Staff further
requests that the City Council authorize staff to proceed at risk for engineering funding through
Section 1440 Authority.
83
BLR 05310PE (Rev. 03/24/23)Page 1 of 5
Joint Funding Agreement for PE/ROW
Printed 03/31/23
LOCAL PUBLIC AGENCY
Local Public Agency
McHenry
County
McHenry
Section Number
18-00086-00-BR
Fund Type
STP-Bridge
ITEP, SRTS, HSIP Number(s)MPO Name
CMAP
MPO TIP Number
11-19-0016
Engineering Right-of-Way
State Job Number
D-91-180-19
Project Number
NIY3(193)
State Job Number Project Number
Local Administered Engineering Right-of-Way Other
This Agreement is made and entered into between the above local public agency, hereinafter referred to as the "LPA" and the State of
Illinois, acting by and through its Department of Transportation, hereinafter referred to as "STATE". The STATE and LPA jointly propose to
improve the designated location as described below. The improvement shall be consulted in accordance with plans prepared by, or on
behalf of the LPA and approved by the STATE using the STATE's policies and procedures approved and/or required by the Federal
Highway Administration, hereinafter referred to as "FHWA".
LOCATION
Stationing
Local Street/Road Name
Oakwood Drive
Key Route
MUN 2018
Length
0.01
From To
Location Termini
Over Boone Creek
Current Jurisdiction
City of McHenry
Existing Structure Number(s)
056-6600
Add Location
Remove
PROJECT DESCRIPTION
Phase II Design Engineering for the replacement of the Oakwood Drive structure over Boone Creek. The existing
five corrugated steel culverts (S.N. 056-6600) with sloped concrete headwalls will be removed and replaced with
a three-celled box concrete culvert and approach roadway work.
THE LPA AGREES:
1. To acquire in its name, or in the name of the STATE if on the STATE highway system, all right-of-way necessary for this project in
accordance with the requirements of Titles II and III of the Uniform Relocation Assistance and Real Property Acquisition Policies
Act of 1970, and established State policies and procedures. Prior to advertising for bids, the LPA shall certify to the STATE that
all requirements of Titles II and III of said Uniform Act have been satisfied. The disposition of encroachments, if any, will be
cooperatively determined by representatives of the LPA, the STATE, and the FHWA if required.
2. To provide for all utility adjustments and to regulate the use of the right-of-way of this improvement by utilities, public and private,
in accordance with the current Utility Accommodation Policy for Local Public Agency Highway and Street Systems.
3. To provide for the preliminary engineering work required to complete the proposed improvement.
4. To retain jurisdiction of the completed improvement unless specified otherwise by addendum.
5. To maintain or cause to be maintained the completed improvement (or that portion within its jurisdiction) in a manner satisfactory
to the STATE and the FHWA.
6. To comply with all applicable Executive Orders and Federal Highway Acts pursuant to the Equal Employment Opportunity and
Nondiscrimination Regulations required by the U.S. Department of Transportation.
7. To maintain for a minimum of 3 years after final project close out by the STATE, adequate books, records and supporting
documents to verify the amounts, recipients and uses of all disbursements of funds passing in conjunction with the contract. The
contract and all books, records, and supporting documents related to the contract shall be available for review and audit by the
Auditor General and the STATE. The LPA agrees to cooperate fully with any audit conducted by the Auditor General, the STATE,
and to provide full access to all relevant materials. Failure to maintain the books, records, and supporting documents required by
this section shall establish presumption in favor of the STATE for recovery of any funds paid by the STATE under the contract for
which adequate books, records and supporting documentation are not available to support their purported disbursement.
8. To comply with Federal requirements or possibly lose (partial or total) Federal participation as determined by the FHWA.
84
BLR 05310PE (Rev. 03/24/23)Page 2 of 5Printed03/31/23
9. To provide or cause to be provided all of the initial funding, equipment, labor, material, and services necessary to complete the
project.
10. Certifies to the best of its knowledge and belief that it's officials:
a.are not presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from covered
transactions by any Federal department or agency;
b. have not within a three-year period preceding this agreement been convicted of or had a civil judgment rendered against
them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a
public (Federal, State or Local) transaction or contract under a public transaction; violation of Federal or State anti-trust
statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false
statements receiving stolen property;
c. are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State, Local)
with commission of any of the offenses enumerated in item (b) of this certification; and
d. have not within a three-year period preceding the agreement had one or more public transactions (Federal, State, Local)
terminated for cause or default.
11. To include the certifications, listed in item 13 above, and all other certifications required by State statutes, in every contract,
including procurement of materials and leases of equipment.
12. That for agreements exceeding $100,000 in federal funds, execution of this agreement constitutes the LPA's certification that:
a. No federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for
influencing or attempting to influence an officer or employee of any agency, a member of congress, an officer or
employee of congress, or any employee of a member of congress in connection with the awarding of any federal
contract, the making of any cooperative agreement, and the extension, continuation, renewal, amendment or
modification of any Federal contract, grant, loan or cooperative agreement.
b. If any funds other than federal appropriated funds have been paid or will be paid to any person for influencing or
attempting to influence an officer or employee of any agency, a member of congress, an officer or employee of congress
or an employee of a member of congress in connection with this federal contract, grant, loan, or cooperative agreement,
the undersigned shall complete and submit standard form - LLL, "Disclosure Form to Report Lobbying", in accordance
with its instructions.
c. The LPA shall require that the language of this certification be included in the award documents for all subawards
(including subcontracts, subgrants and contracts under grants, loans, and cooperative agreements), and that all
subrecipients shall certify and disclose accordingly.
THE STATE AGREES:
1. To provide such guidance, assistance, and supervision to monitor and perform audits to the extent necessary to assure validity of
the LPA's certification of compliance with Title II and III Requirements.
2. For agreements with federal and/or state funds in engineering, right-of-way, utility work and/or other locally administered work.
a. To reimburse the LPA for federal and/or state share on the basis of periodic billings, provided said billings contain
sufficient cost information and show evidence of payments by the LPA;
IT IS MUTUALLY AGREED:
1. Construction of the project will utilize domestic steel as required by Section 106.01 of the current edition of the Standard
Specifications for Road and Bridge Construction and federal Buy America provisions
2. That this Agreement and the covenants contained herein shall become null and void in the event that the FHWA does not
approve the proposed improvement for Federal-aid participation within one (1) year of the date of execution of this agreement.
3. This agreement shall be binding upon the parties, their successors, and assigns.
4. For contracts awarded by the LPA, the LPA shall not discriminate on the basis of race, color, national origin or sex in the award
and performance of any USDOT - assisted contract or in the administration of its DBE program or the requirements of 49 CFR
part 26. The LPA shall take all necessary and reasonable steps under 49 CFR part 26 to ensure nondiscrimination in the award
and administration of USDOT - assisted contracts. The LPA's DBE program, as required by 49 CFR part 26 and as approved by
USDOT, is incorporated by reference in this agreement. Upon notification to the recipient of its failure to carry out its approved
program, the STATE may impose sanctions as provided for under part 26 and may, in appropriate cases, refer the matter for
enforcement under 18 U.S. C 1001 and/or the Program Fraud Civil Remedies Act of 1986 (31 U.S.C 3801 et seq.). In the
absence of a USDOT - approved LPA DBE Program or on state awarded contracts, this agreement shall be administered under
the provisions of the STATE'S USDOT approved Disadvantaged Business Enterprise Program.
5. In cases where the STATE is reimbursing the LPA, obligation of the STATE shall cease immediately without penalty or further
payment being required if, in any fiscal year, the Illinois General Assembly or applicable federal funding source fails to appropriate
or otherwise make available funds for the work contemplated herein.
6. All projects for the construction of fixed works which are financed in whole or in part with funds provided by this agreement and/or
amendment shall be subject to the Prevailing Wage Act (820 ILCS 130/0.01 et seq.) unless the provisions of the act exempt its
application.
FISCAL RESPONSIBILITIES:
1.Reimbursement Requests: For reimbursement requests the LPA will submit supporting documentation with each invoice.
Supporting documentation is defined as verification of payment, certified time sheets or summaries, vendor invoices, vendor
85
BLR 05310PE (Rev. 03/24/23)Page 3 of 5Printed03/31/23
receipts, cost plus fix fee invoice, progress report, personnel and direct cost summaries, and other documentation supporting the
requested reimbursement amount (Form BLR 05621 should be used for consultant invoicing purposes). LPA invoice requests to
the STATE will be submitted with sequential invoice numbers by project.
2.Financial Integrity Review and Evaluation (FIRE) program: LPA’s and the STATE must justify continued federal funding on
inactive projects. 23 CFR 630.106(a)(5) defines an inactive project as a project which no expenditures have been charged
against Federal funds for the past twelve (12) months. To keep projects active, invoicing must occur a minimum of one time
within any given twelve (12) month period. However, to ensure adequate processing time, the first invoice shall be submitted to
the STATE within six (6) months of the federal authorization date. Subsequent invoices will be submitted in intervals not to
exceed six (6) months.
3.Final Invoice: The LPA will submit to the STATE a complete and detailed final invoice with applicable supporting documentation
of all incurred costs, less previous payments, no later than twelve (12) months from the date of completion of work or from the
date of the previous invoice, whichever occurs first. If a final invoice is not received within this time frame, the most recent invoice
may be considered the final invoice and the obligation of the funds closed. Form BLR 05613 (Engineering Payment Record) is
required to be submitted with the final invoice for engineering projects.
4.Project Closeout: The LPA shall provide the final report to the appropriate STATE district office within twelve (12) months of the
physical completion date of the project so that the report may be audited and approved for payment. If the deadline cannot be
met, a written explanation must be provided to the district prior to the end of the twelve (12) months documenting the reason and
the new anticipated date of completion. If the extended deadline is not met, this process must be repeated until the project is
closed. Failure to follow this process may result In the immediate close-out of the project and loss of further funding.
5.Project End Date: Preliminary engineering projects - the period of performance (end date) for state and federal obligation
purposes is ten (10) years. The LPA must begin right-of-way acquisition for, or actual construction of, the project for which
preliminary engineering work is undertaken with Federal participation is by the close of the tenth (10th) fiscal year following the
fiscal year in which the project is federally authorized. In the event that this work is not started within this timeframe, the LPA will
repay the STATE any Federal funds received under the terms of this Agreement.
For Right-of-Way projects - the period of performance (end date) for state and federal obligation purposes is fifteen (15) years
from the execution date of the agreement. The LPA must begin construction of the project on this right-of-way by the close of the
twentieth (20th) fiscal year following the fiscal year in which the project is federally authorized. In the event that construction is
not started within this timeframe, the LPA will repay the STATE any Federal funds received under the terms of this Agreement.
Requests for time extensions and joint agreement amendments must be received and approved prior to expiration of the project
end date. Failure to extend the end date may result in the immediate close-out of the project and loss of further funding.
6.Single Audit Requirements: If the LPA expends $750,000 or more a year in federal financial assistance, they shall have an
audit made in accordance with 2 CFR 200. LPA's expending less than $750,000 a year shall be exempt from compliance. A copy
of the audit report must be submitted to the STATE (IDOT’s Office of Internal Audit, Room 201, 2300 South Dirksen Parkway,
Springfield, Illinois, 62764) within 30 days after the completion of the audit, but no later than one year after the end of the LPA's
fiscal year. The ALN number for all highway planning and construction activities is 20.205.
7.Federal Registration: LPA’s are required to register with the System for Award Management or SAM, which is a web-enabled
government-wide application that collects, validates, stores, and disseminates business Information about the federal
government's trading partners in support of the contract award and the electronic payment processes. To register or renew,
please use the following website: https://www.sam,gov/SAM/
ADDENDA
Additional information and/or stipulations are hereby attached and identified below as being a part of this agreement.
1.Location Map
2.Division of Cost
3.
86
BLR 05310PE (Rev. 03/24/23)Page 4 of 5Printed03/31/23
The LPA further agrees as a condition of payment, that it accepts and will comply with the applicable provisions set forth in this agreement
and all Addenda indicated above.
APPROVED
Name of Official (Print or Type Name)
"Wayne" Jett
Title of Official
City Mayor
Signature Date
The above signature certifies the agency's TIN number is
366005993 conducting business as a Governmental Entity.
DUNS Number 023996275
Local Public Agency
UEI N2MTMUDG6XH8
Omer Osman, P.E., Secretary of Transportation Date
By:
George A. Tapas, P.E., S.E., Engineer of Local Roads & Streets Date
Stephen M. Travia, P.E., Director of Highways PI/Chief Engineer
Yangsu Kim, Chief Counsel Date
Vicki Wilson, Chief Fiscal Officer Date
Date
APPROVED
State of Illinois
Department of Transportation
NOTE: if the LPA signature is by an APPOINTED official, a resolution authorizing said appointed official to execute this
agreement is required.
87
Location Map
Oakwood Drive over Boone Creek
Section No. 18-00086-00-BR
City of McHenry
SN 056-6600: Oakwood Drive Bridge
Replacement of five cell corrugated steel culvert design at Oakwood Drive and Boone Creek crossing
N
PROJECT
LOCATION
88
BLR 05310PE (Rev. 03/24/23)Page 5 of 5
ADDENDA NUMBER 2
Printed 03/31/23
Local Public Agency
McHenry
County
McHenry
Section Number
18-00086-00-BR
Engineering
Job Number
D-91-180-19
Project Number
NIY3(193)Right-of-Way
Job Number Project Number
DIVISION OF COST
Federal Funds State Funds Local Public Agency
Type of Work Fund Type Amount %Fund Type Amount %Fund Type Amount %Totals
Preliminary Engineering STP-Br $134,304.80 80%Local $33,576.20 20% $167,881.00
Total $134,304.80 Total Total $33,576.20 $167,881.00
If funding is not a percentage of the total place an asterisk (*) in the space provided for the percentage and explain below:
NOTE: The costs shown in the Division of Cost table are approximate and subject to change. The final LPA share is dependent on the final Federal and State participation. The actual
costs will be used in the final division of cost for billing and reimbursement.
89
Local Public Agency
Engineering Services Agreement
BLR 05530 (Rev. 07/08/22)Page 1 of 13Completed04/05/23
Using Federal Funds?Yes No
Agreement For
Federal PE
Agreement Type
Original
LOCAL PUBLIC AGENCY
Local Public Agency
McHenry
County
McHenry
Section Number
18-00086-00-BR
Job Number
D-91-180-19
Project Number
NIY3(193)
Contact Name
Greg Gruen
Phone Number
(815) 363-2185
Email
ggruen@cityofmchenry.org
SECTION PROVISIONS
Local Street/Road Name
Oakwood Drive
Length
0.01
Key Route
MUN 2018
Add Location
Structure Number
056-6600
Remove Location
Location Termini
Over Boone Creek
Project Description
Phase II Design Engineering for the replacement of the Oakwood Drive structure over Boone Creek. The existing
five corrugated steel culverts (S.N. 056-6600) with sloped concrete headwalls will be removed and replaced with
a three-celled box concrete culvert and approach roadway work.
Engineering Funding
Anticipated Construction Funding
MFT/TBPFederal State Other
OtherStateMFT/TBPFederal Local
AGREEMENT FOR
Phase II - Design Engineering Phase I - Preliminary Engineering
CONSULTANT
Prime Consultant (Firm) Name
Baxter & Woodman, Inc.
Contact Name
Dan Schug
Phone Number
(815) 444-4454
Address
8678 Ridgefield Road
City
Crystal Lake
State
IL
Zip Code
60012
Email
dschug@baxterwoodman.com
Local
THIS AGREEMENT IS MADE between the above Local Public Agency (LPA) and Consultant (ENGINEER) and covers certain
professional engineering services in connection with the improvement of the above SECTION. Project funding allotted to the LPA by the
State of Illinois under the general supervision of the State Department of Transportation, hereinafter called the "DEPARTMENT," will be
used entirely or in part to finance ENGINEERING services as described under AGREEMENT PROVISIONS.
Since the services contemplated under the AGREEMENT are professional in nature, it is understood that the ENGINEER, acting as an
individual, partnership, firm or legal entity, qualifies for professional status and will be governed by professional ethics in its relationship to
the LPA and the DEPARTMENT. The LPA acknowledges the professional and ethical status of the ENGINEER by entering into an
AGREEMENT on the basis of its qualifications and experience and determining its compensation by mutually satisfactory negotiations.
WHEREVER IN THIS AGREEMENT or attached exhibits the following terms are used, they shall be interpreted to mean:
Regional Engineer Deputy Director, Office of Highways Project Implementation, Regional Engineer, Department of
Transportation
Resident Construction Supervisor Authorized representative of the LPA in immediate charge of the engineering details of the
construction PROJECT
In Responsible Charge A full time LPA employee authorized to administer inherently governmental PROJECT activities
Contractor Company or Companies to which the construction contract was awarded
90
BLR 05530 (Rev. 07/08/22)Page 2 of 13Completed04/05/23
AGREEMENT EXHIBITS
The following EXHIBITS are attached hereto and made a part of hereof this AGREEMENT:
EXHIBIT A: Scope of Services
EXHIBIT B: Project Schedule
EXHIBIT C: Qualification Based Selection (QBS) Checklist
EXHIBIT D: Cost Estimate of Consultant Services (CESCS) Worksheet (BLR 05513 or BLR 05514 )
EXHIBIT E: Cost Estimate - Soil and Material Consultants
EXHIBIT F: Cost Estimate - Santacruz Land Acquisitions
I. THE ENGINEER AGREES,
1. To perform or be responsible for the performance of the Scope of Services presented in EXHIBIT A for the LPA in connection
with the proposed improvements herein before described.
2. The Classifications of the employees used in the work shall be consistent with the employee classifications and estimated staff
hours. If higher-salaried personnel of the firm, including the Principal Engineer, perform services that are to be performed by
lesser-salaried personnel, the wage rate billed for such services shall be commensurate with the payroll rate for the work
performed.
3. That the ENGINEER shall be responsible for the accuracy of the work and shall promptly make necessary revisions or
corrections required as a result of the ENGINEER'S error, omissions or negligent acts without additional compensation.
Acceptance of work by the LPA or DEPARTMENT will not relieve the ENGINEER of the responsibility to make subsequent
correction of any such errors or omissions or the responsibility for clarifying ambiguities.
4. That the ENGINEER will comply with applicable Federal laws and regulations, State of Illinois Statutes, and the local laws or
ordinances of the LPA.
5. To pay its subconsultants for satisfactory performance no later than 30 days from receipt of each payment from the LPA.
6. To invoice the LPA for Preliminary and/or Design Engineering: The ENGINEER shall submit all invoices to the LPA within three
months of the completion of the work called for in the AGREEMENT or any subsequent Amendment or Supplement.
7. To submit a completed BLR 05613, Engineering Payment Report, to the DEPARTMENT within three months of the completion of
the work called for in this AGREEMENT or any subsequent Amendment or Supplement. The form shall be submitted with the
final invoice.
8. The ENGINEER or subconsultant shall not discriminate on the basis of race, color, national origin or sex in the performance of
this AGREEMENT. The ENGINEER shall carry out applicable requirements of 49 CFR part 26 in the administration of United
States Department of Transportation (US DOT) assisted contract. Failure by the Engineer to carry out these requirements is a
material breach of this AGREEMENT, which may result in the termination of this AGREEMENT or such other remedy as the LPA
deems appropriate.
9. That none of the services to be furnished by the ENGINEER shall be sublet assigned or transferred to any other party or parties
without written consent of the LPA. The consent to sublet, assign or otherwise transfer any portion of the services to be furnished
by the ENGINEER shall be construed to relieve the ENGINEER of any responsibility for the fulfillment of this AGREEMENT.
10. For Preliminary Engineering Contracts:
(a) To attend meetings and visit the site of the proposed improvement when requested to do so by representatives of the
LPA or the DEPARTMENT, as defined in Exhibit A (Scope of Services).
(b) That all plans and other documents furnished by the ENGINEER pursuant to the AGREEMENT will be endorsed by
the ENGINEER and affix the ENGINEER's professional seal when such seal is required by law. Such endorsements
must be made by a person, duly licensed or registered in the appropriate category by the Department of Professional
Regulation of the State of Illinois. It will be the ENGINEER's responsibility to affix the proper seal as required by the
Bureau of Local Roads and Streets manual published by the DEPARTMENT.
(c) That the ENGINEER is qualified technically and is thoroughly conversant with the design standards and policies
applicable for the PROJECT; and that the ENGINEER has sufficient properly trained, organized and experienced
personnel to perform the services enumerated in Exhibit A (Scope of Services).
11. That the engineering services shall include all equipment, instruments, supplies, transportation and personnel required to perform
the duties of the ENGINEER in connection with this AGREEMENT (See DIRECT COST tab in BLR 05513 or BLR 05514).
II. THE LPA AGREES,
1. To certify by execution of this AGREEMENT that the selection of the ENGINEER was performed in accordance with the following:
(a) Professional Services Selection Act (50 ILCS 510), The Brooks Act (40 USC 11), and the Procurement,
Management, and Administration of Engineering, and Design Related Services (23 CFR part 172). Exhibit C is
required to be completed with this AGREEMENT.
2. To furnish the ENGINEER all presently available survey data, plans, specifications, and project information.
91
BLR 05530 (Rev. 07/08/22)Page 3 of 13Completed04/05/23
3. To pay the ENGINEER:
(a) For progressive payments - Upon receipt of monthly invoices from the ENGINEER and the approval thereof by the
LPA, monthly payments for the work performed shall be due and payable to the ENGINEER, such payments to be
equal to the value of the partially completed work minus all previous partial payments made to the ENGINEER.
(b) Final payment - Upon approval of the work by the LPA but not later than 60 days after the work is completed and
reports have been made and accepted by the LPA and DEPARTMENT a sum of money equal to the basic fee as
determined in this AGREEMENT less the total of the amount of partial payments previously paid to the ENGINEER
shall be due and payable to the ENGINEER.
4. To pay the ENGINEER as compensation for all services rendered in accordance with the AGREEMENT on the basis of the
following compensation method as discussed in 5-5.10 of the BLR Manual.
Method of Compensation:
Lump Sum
Specific Rate
Cost plus Fixed Fee:
Fixed
Total Compensation = DL + DC + OH + FF
Where:
DL is the total Direct Labor,
DC is the total Direct Cost,
OH is the firm's overhead rate applied to their DL and
FF is the Fixed Fee.
Where FF = ( 0.33 + R) DL + %SubDL, where R is the advertised Complexity Factor and %SubDL is 10% profit
allowed on the direct labor of the subconsultants.
The Fixed Fee cannot exceed 15% of the DL + OH.
5. The recipient shall not discriminate on the basis of race, color, national original or sex in the award and performance of any US
DOT assisted contract or in the administration of its DBE program or the requirements of 49 CFR part 26. The recipient shall take
all necessary and reasonable steps under 49 CFR part 26 to ensure nondiscrimination in the award and administration of US
DOT-assisted contracts. The recipient's DBE program, as required by 49 CFR part 26 and as approved by US DOT, is
incorporated by reference in this agreement. Implementation of this program is a legal obligation and failure to carry out its terms
shall be treated as violation of this AGREEMENT. Upon notification to the recipient of its failure to carry out its approved program,
the Department may impose sanctions as provided for under part 26 and may, in appropriate cases, refer the matter for
enforcement under 18 U.S.C. 1001 and/or the Program Fraud Civil Remedies Act of 1986 (31 U.S.C 3801 et seq.).
III. IT IS MUTUALLY AGREED,
1. No work shall be commenced by the ENGINEER prior to issuance by the IDOT of a written Notice to Proceed.
2. To maintain, for a minimum of 3 years after the completion of the contract, adequate books, records and supporting documents to
verify the amount, recipients and uses of all disbursements of funds passing in conjunction with the contract; the contract and all
books, records and supporting documents related to the contract shall be available for review and audit by the Auditor General,
and the DEPARTMENT: the Federal Highways Administration (FHWA) or any authorized representative of the federal
government, and to provide full access to all relevant materials. Failure to maintain the books, records and supporting documents
required by this section shall establish a presumption in favor of the DEPARTMENT for the recovery of any funds paid by the
DEPARTMENT under the contract for which adequate books, records and supporting documentation are not available to support
their purported disbursement.
3. That the ENGINEER shall be responsible for any and all damages to property or persons arising out of an error, omission and/or
negligent act in the prosecution of the ENGINEER's work and shall indemnify and save harmless the LPA, the DEPARMTENT,
and their officers, agents, and employees from all suits, claims, actions or damage liabilities, costs or damages of any nature
whatsoever resulting there from. These indemnities shall not be limited by the listing of any insurance policy.
The LPA will notify the ENGINEER of any error or omission believed by the LPA to be caused by the negligence of the
ENGINEER as soon as practicable after the discovery. The LPA reserves the right to take immediate action to remedy any error
or omission if notification is not successful; if the ENGINEER fails to reply to a notification; or if the conditions created by the error
or omission are in need of urgent correction to avoid accumulation of additional construction costs or damages to property and
reasonable notice is not practicable.
4. This AGREEMENT may be terminated by the LPA upon giving notice in writing to the ENGINEER at the ENGINEER's last known
post office address. Upon such termination, the ENGINEER shall cause to be delivered to the LPA all drawings, plats, surveys,
reports, permits, agreements, soils and foundation analysis, provisions, specifications, partial and completed estimates and data,
if any from soil survey and subsurface investigation with the understanding that all such material becomes the property of the
LPA. The LPA will be responsible for reimbursement of all eligible expenses incurred under the terms of this AGREEMENT up to
the date of the written notice of termination.
5. In the event that the DEPARMENT stops payment to the LPA, the LPA may suspend work on the project. If this agreement is
suspended by the LPA for more than thirty (30) calendar days, consecutive or in aggregate, over the term of this
AGREEMENT, the ENGINEER shall be compensated for all services performed and reimbursable expenses incurred as a result
92
BLR 05530 (Rev. 07/08/22)Page 4 of 13Completed04/05/23
of the suspension and resumption of its services, and the ENGINEER's schedule and fees for the remainder of the project shall
be equitably adjusted.
6. This AGREEMENT shall continue as an open contract and the obligations created herein shall remain in full force and effect until
the completion of construction of any phase of professional services performed by others based upon the service provided
herein. All obligations of the ENGINEER accepted under this AGREEMENT shall cease if construction or subsequent
professional services are not commenced within 5 years after final payment by the LPA.
7. That the ENGINEER shall be responsible for any and all damages to property or persons arising out of an error, omission and/or
negligent act in the prosecution of the ENGINEER's work and shall indemnify and have harmless the LPA, the DEPARTMENT,
and their officers, employees from all suits, claims, actions or damages liabilities, costs or damages of any nature whatsoever
resulting there from. These indemnities shall not be limited by the listing of any insurance policy.
8. The ENGINEER and LPA certify that their respective firm or agency:
(a) has not employed or retained for commission, percentage, brokerage, contingent fee or other considerations, any
firm or person (other than a bona fide employee working solely for the LPA or the ENGINEER) to solicit or secure
this AGREEMENT,
(b) has not agreed, as an express or implied condition for obtaining this AGREEMENT, to employ or retain the services
of any firm or person in connection with carrying out the AGREEMENT or
(c) has not paid, or agreed to pay any firm, organization or person (other than a bona fide employee working solely for
the LPA or the ENGINEER) any fee, contribution, donation or consideration of any kind for, or in connection with,
procuring or carrying out the AGREEMENT.
(d) that neither the ENGINEER nor the LPA is/are not presently debarred, suspended, proposed for debarment,
declared ineligible or voluntarily excluded from covered transactions by any Federal department or agency,
(e) has not within a three-year period preceding the AGREEMENT been convicted of or had a civil judgment rendered
against them for commission of fraud or criminal offense in connection with obtaining, attempting to obtain or
performing a public (Federal, State or local) transaction; violation of Federal or State antitrust statutes or commission
of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements or receiving
stolen property,
(f) are not presently indicated for or otherwise criminally or civilly charged by a government entity (Federal, State or
local) with commission of any of the offenses enumerated in paragraph e and
(g) has not within a three-year period preceding this AGREEMENT had one or more public transaction (Federal, State or
local) terminated for cause or default.
Where the ENGINEER or LPA is unable to certify to any of the above statements in this certification, an explanation shall be
attached to this AGREEMENT.
9. In the event of delays due to unforeseeable causes beyond the control of and without fault or negligence of the ENGINEER no
claim for damages shall be made by either party. Termination of the AGREEMENT or adjustment of the fee for the remaining
services may be requested by either party if the overall delay from the unforeseen causes prevents completion of the work within
six months after the specified completion date. Examples of unforeseen causes include but are not limited to: acts of God or a
public enemy; act of the LPA, DEPARTMENT, or other approving party not resulting from the ENGINEER's unacceptable
services; fire; strikes; and floods.
If delays occur due to any cause preventing compliance with the PROJECT SCHEDULE, the ENGINEER shall apply in writing to
the LPA for an extension of time. If approved, the PROJECT SCHEDULE shall be revised accordingly.
10. This certification is required by the Drug Free Workplace Act (30 ILCS 580). The Drug Free Workplace Act requires that no
grantee or contractor shall receive a grant or be considered for the purpose of being awarded a contract for the procurement of
any property or service from the DEPARTMENT unless that grantee or contractor will provide a drug free workplace. False
certification or violation of the certification may result in sanctions including, but not limited to suspension of contract on grant
payments, termination of a contract or grant and debarment of the contracting or grant opportunities with the DEPARTMENT for
at least one (1) year but not more than (5) years.
For the purpose of this certification, "grantee" or "Contractor" means a corporation, partnership or an entity with twenty-five (25)
or more employees at the time of issuing the grant or a department, division or other unit thereof, directly responsible for the
specific performance under contract or grant of $5,000 or more from the DEPARTMENT, as defined the Act.
The contractor/grantee certifies and agrees that it will provide a drug free workplace by:
(a) Publishing a statement:
(1) Notifying employees that the unlawful manufacture, distribution, dispensing, possession or use of a
controlled substance, including cannabis, is prohibited in the grantee's or contractor's workplace.
(2) Specifying actions that will be taken against employees for violations of such prohibition.
(3) Notifying the employee that, as a condition of employment on such contract or grant, the employee will:
(a) abide by the terms of the statement; and
(b) notify the employer of any criminal drug statue conviction for a violation occurring int he workplace
no later than (5) days after such conviction.
(b) Establishing a drug free awareness program to inform employees about:
(1) The dangers of drug abuse in the workplace;
(2) The grantee's or contractor's policy of maintain a drug free workplace;
93
BLR 05530 (Rev. 07/08/22)Page 5 of 13Completed04/05/23
(3) Any available drug counseling, rehabilitation and employee assistance program; and
(4) The penalties that may be imposed upon an employee for drug violations.
(c) Providing a copy of the statement required by subparagraph (a) to each employee engaged in the performance of the
contract or grant and to post the statement in a prominent place in the workplace.
(d) Notifying the contracting, or granting agency within ten (10) days after receiving notice under part (b) of paragraph
(3) of subsection (a) above from an employee or otherwise, receiving actual notice of such conviction.
(e) Imposing a sanction on, or requiring the satisfactory participation in a drug abuse assistance or rehabilitation
program.
(f) Assisting employees in selecting a course of action in the event drug counseling, treatment and rehabilitation is
required and indicating that a trained referral team is in place.
Making a good faith effort to continue to maintain a drug free workplace through implementation of the Drug Free Workplace Act,
the ENGINEER, LPA and the Department agree to meet the PROJECT SCHEDULE outlined in EXHIBIT B. Time is of the
essence on this project and the ENGINEER's ability to meet the PROJECT SCHEDULE will be a factor in the LPA selecting the
ENGINEER for future project. The ENGINEER will submit progress reports with each invoice showing work that was completed
during the last reporting period and work they expect to accomplish during the following period.
11.Due to the physical location of the project, certain work classifications may be subject to the Prevailing Wage Act (820 ILCS
130/0.01 et seq.).
12. For Preliminary Engineering Contracts:
(a) That tracing, plans, specifications, estimates, maps and other documents prepared by the ENGINEER in accordance
with this AGREEMENT shall be delivered to and become the property of the LPA and that basic survey notes,
sketches, charts, CADD files, related electronic files, and other data prepared or obtained in accordance with this
AGREEMENT shall be made available, upon request to the LPA or to the DEPARTMENT, without restriction or
limitation as to their use. Any re-use of these documents without the ENGINEER involvement shall be at the LPA's
sole risk and will not impose liability upon the ENGINEER.
(b) That all reports, plans, estimates and special provisions furnished by the ENGINEER shall conform to the current
Standard Specifications for Road and Bridge Construction, Bureau of Local Roads and Streets Manual or any other
applicable requirements of the DEPARTMENT, it being understood that all such furnished documents shall be
approved by the LPA and the DEPARTMENT before final acceptance. During the performance of the engineering
services herein provided for, the ENGINEER shall be responsible for any loss or damage to the documents herein
enumerated while they are in the ENGINEER's possession and any such loss or damage shall be restored at the
ENGINEER's expense.
AGREEMENT SUMMARY
Prime Consultant (Firm) Name TIN/FEIN/SS Number Agreement Amount
Baxter & Woodman, Inc.36-2845242 $155,900.00
Subconsultants TIN/FEIN/SS Number Agreement Amount
Santacruz Associates, Ltd.36-3851733 $10,600.00
Soil and Material Consultants, Inc. 36-3094075 $1,381.00
Subconsultant Total $11,981.00
Prime Consultant Total $155,900.00
Total for all work $167,881.00
94
BLR 05530 (Rev. 07/08/22)Page 6 of 13Completed04/05/23
AGREEMENT SIGNATURES
Executed by the LPA:
Local Public Agency Type
City
Local Public Agency
McHenry
Local Public Agency Type
City Clerk
(SEAL)
Title
Executed by the ENGINEER:
Prime Consultant (Firm) Name
Baxter & Woodman, Inc.
Title
By (Signature & Date)
Attest:
The of
Attest:
Name of Local Public Agency
McHenry
Title
By (Signature & Date)
By (Signature & Date)By (Signature & Date)
Associate Vice President Deputy Secretary
4/5/23 4/5/23
95
BLR 05530 (Rev. 07/08/22)Page 7 of 13
Section Number
18-00086-00-BR
County
McHenry
Local Public Agency
McHenry
Completed04/05/23
Prime Consultant (Firm) Name
Baxter & Woodman, Inc.
To perform or be responsible for the performance of the engineering services for the LPA, in connection with the PROJECT herein before
described and enumerated below
EXHIBIT A
SCOPE OF SERVICES
FOR FEDERAL PARTICIPATION PROJECTS
LOCATION:
The project is located on Oakwood Drive within the City of McHenry, McHenry County. The Oakwood Drive
structure over Boone Creek (S.N. 056-6600) is located approximately 250 south of Meadow Lane.
PROJECT UNDERSTANDING:
The Oakwood Drive structure consists of five corrugated steel culverts with sloped concrete headwalls. Due to
poor condition and limited rehabilitation options, full replacement was proposed in the Phase I Study. The urban
cross section roadway carries an average daily traffic of 1,150 (Year 2021). The cross section include sidewalk
along both sides of the road from the structure and to the south.
The work included in the Project consists of preparing Phase II design plans, specifications, and bidding
documents. The Phase II design consists of completing design drawings and obtaining permits for the existing
structure replacement to a three-cell concrete box culvert structure.
Coordination with property owners and regulatory agencies initiated in Phase I Study will continue during Phase
II design.
The Project will utilize federal STP-Bridge funding and be processed through the IDOT District 1 Bureau of Local
Roads and Streets.
SCOPE OF SERVICES:
1. COORDINATION AND DATA COLLECTION
1.1 Data Collection: Obtain, review, and evaluate the following information provided by the City for use in design:
A. Preliminary Design CADD files
B. Phase I Documentation and Project Development Report
C. Utility Atlases
D. Existing Roadway and Structure Plans with Inspection Reports
E. GIS Shape files surrounding the project limits
F. Aerial Photography
G. Environmental Studies
H. Maintenance and Flooding Records
I. Drainage Studies
J. Hydraulic and Hydrologic Information and Calculations
K. Geotechnical Data
L. ROW, GIS, and property data
1.2 Agency Coordination: Prepare and maintain the Project Program Information (PPI) and Project Update
forms, and coordinate the status of the Project with the McHenry County Council of Mayors.
1.3 Utility Coordination: Contact JULIE to identify utilities that have facilities along the project limits with a design
stage ticket. Request updated utility atlas maps, and update plot locations and sizes of existing utilities in
electronic drawings.
96
BLR 05530 (Rev. 07/08/22)Page 8 of 13
Section Number
18-00086-00-BR
County
McHenry
Local Public Agency
McHenry
Completed04/05/23
Prime Consultant (Firm) Name
Baxter & Woodman, Inc.
2. GEOTECHNICAL INVESTIGATION
2.1. IDOT Comment Review:
A. Utilize SMC to review and respond to IDOT comments on geotechnical investigations and design of the
proposed structure.
B. Pavement cores, soil borings, structural borings, and topsoil depths will not be obtained during Phase II of this
project. The Phase I Study geotechnical report will be reviewed and analyzed for the Phase II design.
2.2. Clean Construction or Demolition Debris (CCDD): Obtain geotechnical services for completing IEPA Form
663, including CCDD screening, testing, and subsurface investigation.
3. ENVIRONMENTAL COORDINATION AND PERMITTING
3.1. Permit Agency Early Coordination: Initiate coordination with the following regulatory agencies to obtain
preliminary design comments:
A. McHenry Soil and Water Conservation District
B. US Army Corps of Engineers (ACOE)
C. Illinois Environmental Protection Agency (IEPA)
D. City of McHenry Community and Economic Development
3.2. Wetland Banking Agreement: Assist the City with mitigating wetland impacts through the use of wetland
banking. Facilitate preparation and execution of a wetland banking credit purchase agreement. Wetland banking
fees are included within this agreement.
3.3. Clean Water Act Permit: Prepare a Joint Application to the U.S. Army Corps of Engineers (USACE) for work
within Waters of the United States. Processing is anticipated under the jurisdiction of the USACE Nationwide
Permit #14 – Linear Transportation. Agency review fees are not anticipated or included within this agreement.
3.4. Erosion Control Plan Signoff: Approval of the Soil Erosion and Sediment Control (SESC) Plan from the
McHenry Soil and Water Conservation District (SWCD) is anticipated to be required. Make submittal to SWCD to
secure signoff. Agency review fees are included within this agreement.
3.5. Illinois Department of Natural Resources – Office of Water Resources (IDNR-OWR) Floodway Permitting:
Coordinate with IDOT to obtain the floodway construction permit from the IDNR-OWR. Agency review fees are
not included within this agreement.
3.6. County Stormwater Ordinance: Coordinate and obtain a stormwater permit from City of McHenry Community
and Economic Development proposed drainage improvements. The City will review plans as a certified
community for compliance with the County stormwater regulations.
3.7. NPDES, SWPPP, IEPA: Complete SWPPP and NOI and obtain NPDES permit from IEPA. Agency review
fees are not anticipated or included within this agreement.
4. LAND ACQUISITION
4.1. Plat of Highways: Perform legal surveys and develop plats, legal descriptions, and title commitments for a
maximum of two (2) adjacent parcels of land to be acquired for R.O.W., permanent easements, or temporary
construction easements.
97
BLR 05530 (Rev. 07/08/22)Page 9 of 13
Section Number
18-00086-00-BR
County
McHenry
Local Public Agency
McHenry
Completed04/05/23
Prime Consultant (Firm) Name
Baxter & Woodman, Inc.
4.2. Appraisals: Employ a real-estate appraiser certified by the IDOT to prepare a comparable land sales
analysis and appraisals for parcels of land to be acquired for right-of-way, permanent easements, or temporary
construction easements.
4.3. Negotiations: Employ a negotiator certified by IDOT to negotiate the sale of parcels of land to be acquired
for right-of-way, permanent easements, or temporary construction easements. Provide support to the City during
the ROW acquisition process.
5. PLAN PREPARATION
5.1. Estimate of Cost and Time: Prepare summary of quantities, estimate of time, schedules of materials and an
engineer’s estimate of cost.
5.2. Specifications: Prepare special provisions in accordance with City guidelines to specify items not covered by
the Standard Specifications for Road and Bridge Construction.
5.3. Roadway Design: Prepare plan and profile sheets for the roadway design including improvement limits,
stations and offset callouts, define bridge approach pavement connector limits, label construction limit locations
and right of way breaks, curb and gutter and sidewalk improvements, driveway repairs, utility structure
adjustments, pavement marking, and note special instructions to the Contractor. Separate removal sheets will be
prepared for this project.
5.4. Drainage and Utilities Design: Prepare the storm sewer design for the proposed improvements. It is
assumed that the project outfalls shown in the Phase I study will be maintained and not modified as part of this
project.
5.5. Maintenance of Traffic: Complete a design of the detour. Prepare maintenance of traffic notes and
schematic to provide local traffic flow around the construction zone. Confer with City staff, emergency services,
and public transportation agencies to consider local impacts and concerns.
5.6. Erosion Control Plans: Prepare an erosion control plan for the improvement.
5.7. Structural Plans: Design the proposed structure in accordance with the approved TS&L drawings, IDOT
Culvert Manual, and IDOT Bridge Manual including structural engineering plans, details, and special provisions.
Submit final structure plans to IDOT District One Bureau of Local Roads and Streets for approval.
5.8. Water Main Design: Design the proposed water main to be in compliance with Illinois Environmental
Protection rules and obtain IEPA permit for construction and to avoid existing utilities. The water main plans will
include existing and proposed alignments, and locations of proposed valves and connections to existing mains.
Agency review fees are included within this agreement.
5.9. Cross Section Design: Design roadway cross sections at 50-foot intervals, driveways and cross-road
culverts. Compute earthwork calculations. Stage construction earthwork calculations are not anticipated.
5.10. Detailed Drawings: Complete required plan sheets required for bidding including: Cover, General Notes,
Summary of Quantities, Typical Sections, Erosion Control, Removals, Plan and Profile, Pavement Markings,
Landscaping, Design Details, and Cross Sections.
5.11. Utility Relocation Coordination: Submit preliminary and final plans to utility companies so conflicts and
relocation efforts can be identified. Provide ongoing reviews of permitting and utility relocation efforts as
98
BLR 05530 (Rev. 07/08/22)Page 10 of 13
Section Number
18-00086-00-BR
County
McHenry
Local Public Agency
McHenry
Completed04/05/23
Prime Consultant (Firm) Name
Baxter & Woodman, Inc.
requested by the City. Prepare “Status of Utilities to be Adjusted” special provision in accordance with IDOT
District 1 requirements, which provides the contractor with the duration of utility relocation work, status of utilities
to be watched and protected within the project limits, and pertinent information for the contractor to develop a
work schedule to meet the requirements for the project.
6. QA/QC - Perform in-house peer and milestone reviews by senior staff during project initiation, conceptual
review, preliminary, pre-final, and final submittals. Provide ongoing reviews of permitting and utility coordination
efforts. Conduct milestone reviews of subconsultants and provide feedback throughout the progress of work.
7. ASSIST BIDDING - Provide design assistance and clarification for bid documents. Assist the City with
coordination and scheduling during the bid process. Submit bidding documents to IDOT for bidding through the
IDOT Transportation Bulletin and prepare addendums as necessary.
8. PROJECT MEETINGS – The following meetings are anticipated for this project:
• City of McHenry (3 total) (Preliminary, Pre-final, and Final)
• IDOT (2) (Kickoff and Review)
• IDOT Detour Committee Meeting (1)
• IDOT/FHWA Coordination Meeting (1)
9. PROJECT MANAGEMENT – Plan, schedule, and control the activities that must be performed to complete the
project including budget, schedule, and scope. Coordinate with City and project team to ensure the goals of the
project are achieved. Prepare and submit monthly invoices, coordinate invoices from sub-consultants, and
provide a monthly status report via email describing tasks completed the previous month and outlining goals for
the subsequent month.
10. PROJECT DELIVERABLES – The following is a list of anticipated final deliverables to the City for this
project:
• Electronic DGN, Geopak, Digital Photos, and GIS files used in project development including Plan, Profiles,
Cross Sections, and Exhibits.
• Electronic Record of Design files including agency correspondence, Estimates, Exhibits, and related electronic
submittals (pdf or as appropriate). Baxter & Woodman utilizes an electronic filing system in lieu of hard copies.
99
BLR 05530 (Rev. 07/08/22)Page 11 of 13
Section Number
18-00086-00-BR
County
McHenry
Local Public Agency
McHenry
Completed04/05/23
Prime Consultant (Firm) Name
Baxter & Woodman, Inc.
EXHIBIT B
PROJECT SCHEDULE
Notice to Proceed: 5/1/2023
Pre-Final Plans: 11/15/2024
Final PS&E and Draft Agreement: 1/20/2025
Final CE, RR, and Funding Agreements: 3/3/2025
ROW Certified: 3/19/2025
Service Bulletin: 3/24/2025
Letting: 4/25/2025
100
BLR 05530 (Rev. 07/08/22)Page 12 of 13
Section Number
18-00086-00-BR
County
McHenry
Local Public Agency
McHenry
Completed04/05/23
Prime Consultant (Firm) Name
Baxter & Woodman, Inc.
Exhibit C
Qualification Based Selection (QBS) Checklist
The LPA must complete Exhibit D. If the value meets or will exceed the threshold in 50 ILCS 510, QBS requirements must be followed.
Under the threshold, QBS requirements do not apply. The threshold is adjusted annually. If the value is under the threshold with federal
funds being used, federal small purchase guidelines must be followed.
Form Not Applicable (engineering services less than the threshold)
Items 1-13 are required when using federal funds and QBS process is applicable. Items 14-16 are required when
using State funds and the QBS process is applicable.
No Yes
1 Do the written QBS policies and procedures discuss the initial administration (procurement, management
and administration) concerning engineering and design related consultant services?
2 Do the written QBS policies and procedures follow the requirements as outlined in Section 5-5 and
specifically Section 5-5.06 (e) of the BLRS Manual?
3 Was the scope of services for this project clearly defined?
4 Was public notice given for this project?
If yes Due date of submittal 08/17/22
Method(s) used for advertisement and dates of advertisement
City Website
5 Do the written QBS policies and procedures cover conflicts of interest?
6 Do the written QBS policies and procedures use covered methods of verification for suspension and
debarment?
7 Do the written QBS policies and procedures discuss the methods of evaluation?
Project Criteria Weighting
Project Understanding and Approach 50%
Disadvantaged Business Enterprise 5%
Local Presence 5%
Relevant Experience 25%
Firm/Subconsultant Capabilities 15%
8 Do the written QBS policies and procedures discuss the method of selection?
Selection committee (titles) for this project
Top three consultants ranked for this project in order
1 Baxter & Woodman, Inc.
2 DLZ
3 IMEG
9 Was an estimated cost of engineering for this project developed in-house prior to contract negotiation?
10 Were negotiations for this project performed in accordance with federal requirements.
11 Were acceptable costs for this project verified?
12 Do the written QBS policies and procedures cover review and approving for payment, before forwarding
the request for reimbursement to IDOT for further review and approval?
13
Do the written QBS policies and procedures cover ongoing and finalizing administration of the project
(monitoring, evaluation, closing-out a contract, records retention, responsibility, remedies to violations or
breaches to a contract, and resolution of disputes)?
14 QBS according to State requirements used?
15 Existing relationship used in lieu of QBS process?
101
BLR 05530 (Rev. 07/08/22)Page 13 of 13
Section Number
18-00086-00-BR
County
McHenry
Local Public Agency
McHenry
Completed04/05/23
Prime Consultant (Firm) Name
Baxter & Woodman, Inc.
16 LPA is a home rule community (Exempt from QBS).
102
Local Public Agency County Section Number
Prime Consultant (Firm) Name Prepared By Date
Consultant / Subconsultant Name Job Number
Remarks
CONTRACT TERM 24 MONTHS OVERHEAD RATE 154.30%
START DATE 5/1/2023 COMPLEXITY FACTOR
RAISE DATE 1/1/2024 % OF RAISE 2.00%
END DATE 4/30/2025
Year First Date Last Date Months
% of
Contract
0 5/1/2023 1/1/2024 8 33.33%
1 1/2/2024 1/1/2025 12 51.00%
2 1/2/2025 5/1/2025 4 17.34%
The total escalation =1.67%
ESCALATION PER YEAR
PAYROLL ESCALATION TABLE
EXHIBIT D
COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET
FIXED RAISE
McHenry McHenry 18-00086-00-BR
Baxter & Woodman, Inc.Joshua S. Harris, P.E., PTOE 3/31/2023
Baxter & Woodman D-91-180-19
Note: This is name of the consultant the CECS is being completed
for. This name appears at the top of each tab.
Printed 3/31/2023 12:18 PM
Page 1 of 10
BLR 05514 (Rev. 02/09/23)
ESCALATION
190202.40
103
Local Public Agency County Section Number
McHenry 18-00086-00-BR
Consultant / Subconsultant Name Job Number
D-91-180-19
MAXIMUM PAYROLL RATE 86.00
ESCALATION FACTOR 1.67%
IDOT
CLASSIFICATION PAYROLL RATES CALCULATED RATE
ON FILE
Executive Vice President $78.00 $79.31
Vice President $76.25 $77.53
Engineer VII $68.68 $69.83
Engineer VI $68.56 $69.71
Engineer V $61.11 $62.13
Engineer IV $51.45 $52.31
Engineer III $42.89 $43.61
Engineer II $37.57 $38.20
Engineer I $32.25 $32.79
Environ. Scientist V $57.88 $58.85
Environ. Scientist II $36.75 $37.36
Natural Resources Mngr.$52.00 $52.87
Engineer Tech V $54.06 $54.96
Engineer Tech IV $47.25 $48.04
Engineer Tech III $38.25 $38.89
Engineer Tech II $29.00 $29.49
Engineer Tech I $25.15 $25.57
Spatial Tech. Manager $62.00 $63.04
Spatial Tech. Prof. III $45.38 $46.14
Spatial Tech. Prof. II $34.50 $35.08
Survey Manager $48.00 $48.80
Surveyor, Project $38.00 $38.64
Survey Tech.$27.00 $27.45
CADD Technician III $44.75 $45.50
Marketing Prof. IV $43.50 $44.23
Marketing Prof. III $36.50 $37.11
Admin. Support IV $40.75 $41.43
EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET FIXED RAISE
PAYROLL RATES
McHenry
Baxter & Woodman
Printed 3/31/2023 12:18 PM
Page 2 of 10
BLR 05514 (Rev. 02/09/23)
RATES
104
Local Public Agency County Section Number
McHenry McHenry 18-00086-00-BR
Consultant / Subconsultant Name Job Number
D-91-180-19
NAME Direct Labor Total
Contribution to Prime
Consultant
Soil & Material Consultants, Inc.496.00 49.60
Total 496.00 49.60
Baxter & Woodman
NOTE: Only subconsultants who fill out a cost estimate that splits out direct labor may be listed on
this sheet.
SUBCONSULTANTS
EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET
Printed 3/31/2023 12:18 PM
Page 3 of 10
BLR 05514 (Rev. 02/09/23)
SUBS
105
Local Public Agency County Section Number
Consultant / Subconsultant Name Job Number
QUANTITY
CONTRACT
RATE TOTAL
$0.00
$0.00
$0.00
763 $0.66 $499.77
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
7 $50.00 $350.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
4 $325.00 $1,300.00
$0.00
$0.00
2 $650.00 $1,300.00
0.093 $130,000.00 $12,090.00
1 $3,315.00 $3,315.00
1 $240.00 $240.00
$19,094.77TOTAL DIRECT COSTS:
Wetland Banking Fees Actual cost
SESC Permit Application Fee Actual Cost
IEPA Permit Application Fee Actual Cost
Lab Services Actual Cost (Provide breakdown of each cost)
Equipment and/or Specialized Equipment Rental Actual Cost (Requires 2-3 quotes with IDOT approval)
Title Commitments Actual cost
Aerial Photography and Mapping Actual Cost (Requires 2-3 quotes with IDOT approval)
Utliity Exploratory Trenching Actual Cost (Requires 2-3 quotes with IDOT approval)
Testing of Soil Samples Actual Cost
Courthouse Fees Actual Cost
Storm Sewer Cleaning and Televising Actual Cost (Requires 2-3 quotes with IDOT approval)
Traffic Control and Protection Actual Cost (Requires 2-3 quotes with IDOT approval)
Public Meeting Exhibits/Renderings & Equipment Actual Cost (Submit supporting documentation)
Recording Fees Actual Cost
Transcriptions (specific to project)Actual Cost
Web Site Actual Cost (Submit supporting documentation)
Advertisements Actual Cost (Submit supporting documentation)
Public Meeting Facility Rental Actual Cost (Submit supporting documentation)
2-Way Radio (Survey or Phase III Only)Actual Cost
Telephone Usage (Traffic System Monitoring Only) Actual Cost
CADD Actual Cost (Max $15/hour)
Project Specific Insurance Actual Cost
Monuments (Permanent)Actual Cost
Photo Processing Actual Cost
Overnight Delivery/Postage/Courier Service Actual Cost (Submit supporting documentation)
Copies of Deliverables/Mylars (In-house)Actual Cost (Submit supporting documentation)
Copies of Deliverables/Mylars (Outside)Actual Cost (Submit supporting documentation)
Parking Actual Cost
Overtime Premium portion (Submit supporting documentation)
Shift Differential Actual Cost (Based on firm's policy)
Vehicle Owned or Leased $32.50/half day (4 hours or less) or $65/full day
Vehicle Rental Actual Cost (Up to $55/day)
Tolls Actual Cost
Lodging Taxes and Fees
(per GOVERNOR'S TRAVEL CONTROL BOARD)Actual Cost
Air Fare Coach rate, actual cost, requires minimum two weeks'
notice, with prior IDOT approval
Vehicle Mileage
(per GOVERNOR'S TRAVEL CONTROL BOARD)Up to state rate maximum
List ALL direct costs required for this project. Those not listed on the form will not be eligible for reimbursement by the LPA on this project.
EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET
ITEM ALLOWABLE
Lodging
(per GOVERNOR'S TRAVEL CONTROL BOARD)
Actual Cost
(Up to state rate maximum)
DIRECT COSTS WORKSHEET
McHenry McHenry 18-00086-00-BR
Baxter & Woodman D-91-180-19
Printed 3/31/2023 12:18 PM
Page 4 of 10
BLR 05514 (Rev. 02/09/23)
DIRECT COSTS 106
Local Public Agency County Section Number
Consultant / Subconsultant Name Job Number
OVERHEAD RATE 154.30%0
TASK
DIRECT COSTS
(not included in
row totals)STAFF HOURS PAYROLL
OVERHEAD &
FRINGE BENEFITS FIXED FEE
SERVICES BY
OTHERS TOTAL
% OF GRAND
TOTAL
Data Collection 8 320 494 106 920 0.55%
Agency Coordination 4 209 323 69 601 0.36%
Utility Coordination 8 335 517 110 962 0.57%
IDOT Comment Review 2 139 215 46 1,381 1,781 1.06%
Clean Construction or Demolition Debris 1,325 16 641 989 211 1,841 1.10%
Permit Agency Early Coordination 12 593 915 196 1,704 1.02%
Wetland Banking Agreement 12,090 12 515 794 170 1,479 0.88%
Clean Water Act Permit 40 1,779 2,745 587 5,111 3.04%
Erosion Control Plan Signoff 3,315 12 558 861 184 1,603 0.95%
IDNR-OWR Floodway Permitting 2 105 161 35 301 0.18%
County Stormwater Ordinance 24 973 1,502 321 2,796 1.67%
NPDES, SWPPP, IEPA 16 668 1,030 220 1,918 1.14%
Land Acquisition 1,300 32 1,674 2,583 552 10,600 15,409 9.18%
Estimate of Cost and Time 24 1,095 1,689 361 3,145 1.87%
Specifications 40 1,805 2,786 596 5,187 3.09%
Roadway Design 32 1,357 2,094 448 3,899 2.32%
Drainage and Utilities Design 32 1,257 1,940 415 3,612 2.15%
Maintenance of Traffic 20 813 1,255 268 2,336 1.39%
Erosion Control Plans 8 334 515 110 959 0.57%
Structural Plans 330 19,629 30,288 6,478 56,395 33.59%
Water Main Design 240 18 835 1,288 275 2,398 1.43%
Cross Section Design 48 1,990 3,071 657 5,718 3.41%
Detailed Drawings 44 1,744 2,691 575 5,010 2.98%
Utility Relocation Design 12 536 828 177 1,541 0.92%
QA/QC 16 1,179 1,819 389 3,387 2.02%
Assist Bidding 14 585 902 193 1,680 1.00%
Project Meetings 475 52 3,138 4,841 1,035 9,014 5.37%
Project Management 350 48 2,791 4,307 921 8,019 4.78%
- - - -
Subconsultant DL $49.60 0.03%
Direct Costs Total ===>$19,094.77 $19,094.77 11.37%
TOTALS 926 47,597 73,443 15,705 11,981 167,871 100.00%
121,040
COMPLEXITY FACTOR
McHenry McHenry 18-00086-00-BR
EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET
COST ESTIMATE WORKSHEET
Baxter & Woodman D-91-180-19
Printed 3/31/2023 12:18 PM
Page 5 of 10
BLR 05514 (Rev. 02/09/23)
COST EST
107
Local Public Agency County Section Number
Consultant / Subconsultant Name Job Number
AVERAGE HOURLY PROJECT RATES
SHEET 1 OF 5
PAYROLL AVG TOTAL PROJ. RATES
HOURLY Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd
CLASSIFICATION RATES Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg
Executive Vice President 79.31 0.0
Vice President 77.53 8.0 0.86% 0.67
Engineer VII 69.83 24.0 2.59% 1.81
Engineer VI 69.71 230.0 24.84% 17.31 2 100.00% 69.71
Engineer V 62.13 0.0
Engineer IV 52.31 188.0 20.30% 10.62 4 100.00% 52.31
Engineer III 43.61 252.0 27.21% 11.87
Engineer II 38.20 140.0 15.12% 5.78 6 75.00% 28.65 4 50.00% 19.10
Engineer I 32.79 0.0
Environ. Scientist V 58.85 2.0 0.22% 0.13 2 12.50% 7.36
Environ. Scientist II 37.36 14.0 1.51% 0.56 14 87.50% 32.69
Natural Resources Mngr. 52.87 0.0
Engineer Tech V 54.96 0.0
Engineer Tech IV 48.04 0.0
Engineer Tech III 38.89 0.0
Engineer Tech II 29.49 0.0
Engineer Tech I 25.57 32.0 3.46% 0.88
Spatial Tech. Manager 63.04 0.0
Spatial Tech. Prof. III 46.14 0.0
Spatial Tech. Prof. II 35.08 0.0
Survey Manager 48.80 0.0
Surveyor, Project 38.64 0.0
Survey Tech.27.45 0.0
CADD Technician III 45.50 36.0 3.89% 1.77 2 25.00% 11.37 4 50.00% 22.75
Marketing Prof. IV 44.23 0.0
Marketing Prof. III 37.11 0.0
Admin. Support IV 41.43 0.0
TOTALS 926.0 100% $51.40 8.0 100.00% $40.02 4.0 100% $52.31 8.0 100% $41.85 2.0 100% $69.71 16.0 100% $40.05
EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET
18-00086-00-BRMcHenryMcHenry
Data Collection Agency Coordination Utility Coordination IDOT Comment Review
Clean Construction or
Demolition Debris
Baxter & Woodman D-91-180-19
Printed 3/31/2023 12:18 PM
Page 6 of 10
BLR 05514 (Rev. 02/09/23)
AVG 1
108
Local Public Agency County Section Number
Consultant / Subconsultant Name Job Number
AVERAGE HOURLY PROJECT RATES
SHEET 2 OF 5
PAYROLL AVG
HOURLY Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd
CLASSIFICATION RATES Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg
Executive Vice President 79.31
Vice President 77.53
Engineer VII 69.83
Engineer VI 69.71
Engineer V 62.13
Engineer IV 52.31 8 66.67% 34.87 4 33.33% 17.44 4 10.00% 5.23 4 33.33% 17.44 2 100.00% 52.31 4 16.67% 8.72
Engineer III 43.61 4 33.33% 14.54 36 90.00% 39.25 8 66.67% 29.07
Engineer II 38.20 8 66.67% 25.47 20 83.33% 31.83
Engineer I 32.79
Environ. Scientist V 58.85
Environ. Scientist II 37.36
Natural Resources Mngr. 52.87
Engineer Tech V 54.96
Engineer Tech IV 48.04
Engineer Tech III 38.89
Engineer Tech II 29.49
Engineer Tech I 25.57
Spatial Tech. Manager 63.04
Spatial Tech. Prof. III 46.14
Spatial Tech. Prof. II 35.08
Survey Manager 48.80
Surveyor, Project 38.64
Survey Tech.27.45
CADD Technician III 45.50
Marketing Prof. IV 44.23
Marketing Prof. III 37.11
Admin. Support IV 41.43
TOTALS 12.0 100% $49.41 12.0 100% $42.90 40.0 100% $44.48 12.0 100% $46.51 2.0 100% $52.31 24.0 100% $40.55
EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET
McHenry 18-00086-00-BRMcHenry
County Stormwater
Ordinance
Permit Agency Early
Coordination
Wetland Banking
Agreement Clean Water Act Permit
Erosion Control Plan
Signoff
IDNR-OWR Floodway
Permitting
D-91-180-19Baxter & Woodman
Printed 3/31/2023 12:18 PM
Page 7 of 10
BLR 05514 (Rev. 02/09/23)
AVG 2
109
Local Public Agency County Section Number
Consultant / Subconsultant Name Job Number
AVERAGE HOURLY PROJECT RATES
SHEET 3 OF 5
PAYROLL AVG
HOURLY Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd
CLASSIFICATION RATES Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg
Executive Vice President 79.31
Vice President 77.53
Engineer VII 69.83
Engineer VI 69.71 2 8.33% 5.81 2 5.00% 3.49
Engineer V 62.13
Engineer IV 52.31 4 25.00% 13.08 32 100.00% 52.31 2 8.33% 4.36 6 15.00% 7.85 8 25.00% 13.08 4 12.50% 6.54
Engineer III 43.61 16 66.67% 29.07 24 60.00% 26.16 8 25.00% 10.90
Engineer II 38.20 12 75.00% 28.65 4 16.67% 6.37 8 20.00% 7.64 8 25.00% 9.55 20 62.50% 23.87
Engineer I 32.79
Environ. Scientist V 58.85
Environ. Scientist II 37.36
Natural Resources Mngr. 52.87
Engineer Tech V 54.96
Engineer Tech IV 48.04
Engineer Tech III 38.89
Engineer Tech II 29.49
Engineer Tech I 25.57 4 12.50% 3.20 4 12.50% 3.20
Spatial Tech. Manager 63.04
Spatial Tech. Prof. III 46.14
Spatial Tech. Prof. II 35.08
Survey Manager 48.80
Surveyor, Project 38.64
Survey Tech.27.45
CADD Technician III 45.50 4 12.50% 5.69 4 12.50% 5.69
Marketing Prof. IV 44.23
Marketing Prof. III 37.11
Admin. Support IV 41.43
TOTALS 16.0 100% $41.73 32.0 100% $52.31 24.0 100% $45.61 40.0 100% $45.14 32.0 100% $42.41 32.0 100% $39.30
EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET
18-00086-00-BRMcHenryMcHenry
Drainage and Utilities
DesignNPDES, SWPPP, IEPA Land Acquisition Estimate of Cost and Time Specifications Roadway Design
Baxter & Woodman
Printed 3/31/2023 12:18 PM
Page 8 of 10
BLR 05514 (Rev. 02/09/23)
AVG 3
110
Local Public Agency County Section Number
Consultant / Subconsultant Name Job Number
AVERAGE HOURLY PROJECT RATES
SHEET 4 OF 5
PAYROLL AVG
HOURLY Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd
CLASSIFICATION RATES Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg
Executive Vice President 79.31
Vice President 77.53
Engineer VII 69.83
Engineer VI 69.71 200 60.61% 42.25
Engineer V 62.13
Engineer IV 52.31 4 20.00% 10.46 2 25.00% 13.08 14 77.78% 40.69 8 16.67% 8.72 8 18.18% 9.51
Engineer III 43.61 8 40.00% 17.44 120 36.36% 15.86 12 25.00% 10.90 8 18.18% 7.93
Engineer II 38.20 4 20.00% 7.64 6 75.00% 28.65 20 41.67% 15.92 8 18.18% 6.95
Engineer I 32.79
Environ. Scientist V 58.85
Environ. Scientist II 37.36
Natural Resources Mngr. 52.87
Engineer Tech V 54.96
Engineer Tech IV 48.04
Engineer Tech III 38.89
Engineer Tech II 29.49
Engineer Tech I 25.57 4 20.00% 5.11 4 22.22% 5.68 4 8.33% 2.13 12 27.27% 6.97
Spatial Tech. Manager 63.04
Spatial Tech. Prof. III 46.14
Spatial Tech. Prof. II 35.08
Survey Manager 48.80
Surveyor, Project 38.64
Survey Tech.27.45
CADD Technician III 45.50 10 3.03% 1.38 4 8.33% 3.79 8 18.18% 8.27
Marketing Prof. IV 44.23
Marketing Prof. III 37.11
Admin. Support IV 41.43
TOTALS 20.0 100% $40.66 8.0 100% $41.73 330.0 100% $59.48 18.0 100% $46.37 48.0 100% $41.46 44.0 100% $39.63
EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET
18-00086-00-BRMcHenryMcHenry
Detailed DrawingsCross Section DesignMaintenance of Traffic Erosion Control Plans Structural Plans Water Main Design
Baxter & Woodman
Printed 3/31/2023 12:18 PM
Page 9 of 10
BLR 05514 (Rev. 02/09/23)
AVG 4
111
Local Public Agency County Section Number
Consultant / Subconsultant Name Job Number
AVERAGE HOURLY PROJECT RATES
SHEET 5 OF 5
PAYROLL AVG
HOURLY Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd
CLASSIFICATION RATES Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg
Executive Vice President 79.31
Vice President 77.53 8 50.00% 38.76
Engineer VII 69.83 8 50.00% 34.91 16 33.33% 23.28
Engineer VI 69.71 24 46.15% 32.17
Engineer V 62.13
Engineer IV 52.31 4 33.33% 17.44 2 14.29% 7.47 28 53.85% 28.17 32 66.67% 34.87
Engineer III 43.61 4 33.33% 14.54 4 28.57% 12.46
Engineer II 38.20 4 33.33% 12.73 8 57.14% 21.83
Engineer I 32.79
Environ. Scientist V 58.85
Environ. Scientist II 37.36
Natural Resources Mngr. 52.87
Engineer Tech V 54.96
Engineer Tech IV 48.04
Engineer Tech III 38.89
Engineer Tech II 29.49
Engineer Tech I 25.57
Spatial Tech. Manager 63.04
Spatial Tech. Prof. III 46.14
Spatial Tech. Prof. II 35.08
Survey Manager 48.80
Surveyor, Project 38.64
Survey Tech.27.45
CADD Technician III 45.50
Marketing Prof. IV 44.23
Marketing Prof. III 37.11
Admin. Support IV 41.43
TOTALS 12.0 100% $44.71 16.0 100% $73.68 14.0 100% $41.76 52.0 100% $60.34 48.0 100% $58.15 0.0 0% $0.00
EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET
18-00086-00-BRMcHenryMcHenry
Utility Relocation Design QA/QC Assist Bidding Project Meetings Project Management
Baxter & Woodman
Printed 3/31/2023 12:18 PM
Page 10 of 10
BLR 05514 (Rev. 02/09/23)
AVG 5
112
Local Public Agency County Section Number
Prime Consultant (Firm) Name Prepared By Date
Consultant / Subconsultant Name Job Number
Remarks
CONTRACT TERM 24 MONTHS OVERHEAD RATE 145.44%
START DATE 5/1/2023 COMPLEXITY FACTOR
RAISE DATE 1/1/2024 % OF RAISE 2.00%
END DATE 4/30/2025
Year First Date Last Date Months
% of
Contract
0 5/1/2023 1/1/2024 8 33.33%
1 1/2/2024 1/1/2025 12 51.00%
2 1/2/2025 5/1/2025 4 17.34%
The total escalation =1.67%
Soil & Material Consultants, Inc.
ESCALATION PER YEAR
PAYROLL ESCALATION TABLE
EXHIBIT D
COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET
FIXED RAISE
McHenry McHenry 18-00086-00-BR
Baxter & Woodman, Inc.3/31/2023
D-91-180-19
Note: This is name of the consultant the CECS is being completed
for. This name appears at the top of each tab.
Thomas Johnson, P.E.
Printed 4/5/2023 9:07 AM
Page 1 of 5
BLR 05514 (Rev. 02/09/23)
ESCALATION
EXHIBIT E
113
Local Public Agency County Section Number
McHenry 18-00086-00-BR
Consultant / Subconsultant Name Job Number
D-91-180-19
MAXIMUM PAYROLL RATE 86.00
ESCALATION FACTOR 1.67%
IDOT
CLASSIFICATION PAYROLL RATES CALCULATED RATE
ON FILE
Senior Engineer $60.93 $61.95
EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET FIXED RAISE
PAYROLL RATES
McHenry
Soil & Material Consultants, Inc.
Printed 4/5/2023 9:07 AM
Page 2 of 5
BLR 05514 (Rev. 02/09/23)
RATES
114
Local Public Agency County Section Number
Consultant / Subconsultant Name Job Number
QUANTITY
CONTRACT
RATE TOTAL
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
DIRECT COSTS WORKSHEET
McHenry McHenry 18-00086-00-BR
Soil & Material Consultants, Inc.D-91-180-19
List ALL direct costs required for this project. Those not listed on the form will not be eligible for reimbursement by the LPA on this project.
EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET
ITEM ALLOWABLE
Lodging
(per GOVERNOR'S TRAVEL CONTROL BOARD)
Actual Cost
(Up to state rate maximum)
Lodging Taxes and Fees
(per GOVERNOR'S TRAVEL CONTROL BOARD)Actual Cost
Air Fare Coach rate, actual cost, requires minimum two weeks'
notice, with prior IDOT approval
Vehicle Mileage
(per GOVERNOR'S TRAVEL CONTROL BOARD)Up to state rate maximum
Vehicle Owned or Leased $32.50/half day (4 hours or less) or $65/full day
Vehicle Rental Actual Cost (Up to $55/day)
Tolls Actual Cost
Parking Actual Cost
Overtime Premium portion (Submit supporting documentation)
Shift Differential Actual Cost (Based on firm's policy)
Overnight Delivery/Postage/Courier Service Actual Cost (Submit supporting documentation)
Copies of Deliverables/Mylars (In-house)Actual Cost (Submit supporting documentation)
Copies of Deliverables/Mylars (Outside)Actual Cost (Submit supporting documentation)
Project Specific Insurance Actual Cost
Monuments (Permanent)Actual Cost
Photo Processing Actual Cost
2-Way Radio (Survey or Phase III Only)Actual Cost
Telephone Usage (Traffic System Monitoring Only) Actual Cost
CADD Actual Cost (Max $15/hour)
Web Site Actual Cost (Submit supporting documentation)
Advertisements Actual Cost (Submit supporting documentation)
Public Meeting Facility Rental Actual Cost (Submit supporting documentation)
Public Meeting Exhibits/Renderings & Equipment Actual Cost (Submit supporting documentation)
Recording Fees Actual Cost
Transcriptions (specific to project)Actual Cost
Courthouse Fees Actual Cost
Storm Sewer Cleaning and Televising Actual Cost (Requires 2-3 quotes with IDOT approval)
Traffic Control and Protection Actual Cost (Requires 2-3 quotes with IDOT approval)
Aerial Photography and Mapping Actual Cost (Requires 2-3 quotes with IDOT approval)
Utliity Exploratory Trenching Actual Cost (Requires 2-3 quotes with IDOT approval)
Testing of Soil Samples Actual Cost
Lab Services Actual Cost (Provide breakdown of each cost)
Equipment and/or Specialized Equipment Rental Actual Cost (Requires 2-3 quotes with IDOT approval)
Title Commitments Actual cost
TOTAL DIRECT COSTS:
Wetland Banking Fees Actual cost
SESC Permit Application Fee Actual Cost
IEPA Permit Application Fee Actual CostPrinted 4/5/2023 9:07 AM
Page 3 of 5
BLR 05514 (Rev. 02/09/23)
DIRECT COSTS 115
Local Public Agency County Section Number
Consultant / Subconsultant Name Job Number
OVERHEAD RATE 145.44%0
TASK
DIRECT COSTS
(not included in
row totals)STAFF HOURS PAYROLL
OVERHEAD &
FRINGE BENEFITS FIXED FEE
SERVICES BY
OTHERS TOTAL
% OF GRAND
TOTAL
IDOT Comment Review 8 496 721 164 1,381 100.00%
- - - -
- - - -
- - - -
- - - -
- - - -
- - - -
- - - -
- - - -
- - - -
- - - -
- - - -
- - - -
- - - -
- - - -
- - - -
- - - -
- - - -
- - - -
- - - -
- - - -
- - - -
- - - -
- - - -
- - - -
- - - -
- - - -
- - - -
- - - -
Subconsultant DL $0.00
Direct Costs Total ===>$0.00 $0.00
TOTALS 8 496 721 164 - 1,381 100.00%
1,217
COMPLEXITY FACTOR
McHenry McHenry 18-00086-00-BR
EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET
COST ESTIMATE WORKSHEET
Soil & Material Consultants, Inc.D-91-180-19
Printed 4/5/2023 9:07 AM
Page 4 of 5
BLR 05514 (Rev. 02/09/23)
COST EST
116
Local Public Agency County Section Number
Consultant / Subconsultant Name Job Number
AVERAGE HOURLY PROJECT RATES
SHEET 1 OF 1
PAYROLL AVG TOTAL PROJ. RATES
HOURLY Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd
CLASSIFICATION RATES Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg
Senior Engineer 61.95 8.0 100.00% 61.95 8 100.00% 61.95
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
TOTALS 8.0 100% $61.95 8.0 100.00% $61.95 0.0 0% $0.00 0.0 0% $0.00 0.0 0% $0.00 0.0 0% $0.00
EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET
18-00086-00-BRMcHenryMcHenry
IDOT Comment Review
Soil & Material Consultants, Inc.D-91-180-19
Printed 4/5/2023 9:07 AM
Page 5 of 5
BLR 05514 (Rev. 02/09/23)
AVG 1
117
H
PROPOSAL FOR
LAND ACQUISITION SERVICES
Project
222 Northfield Road · Suite 201
Northfield, IL 60093
www.santacruz-associates.com
Contact:
Javier Steve Santacruz
847-868-9620
javier@santacruz-associates.com
City of McHenry
Baxter & Woodman, Inc.
EXHIBIT F
118
EXECUTIVE SUMMARY
Having extensive experience with right of way projects, we understand the importance
of keeping on schedule. On-time lettings gives the City of McHenry, the Local Public
Agency (“LPA”) the best use of its resources and strengthens the efficiencies in the
implementation of its roadway improvement program. To achieve your goals, it is
critical that your land acquisition consultant understands the importance and addresses
three critical issues in your acquisition of right of way:
Deliver the right of way on-time to meet the letting
Manage the acquisition risks, including the cost of condemnation litigation
Compliance with land acquisition policies and procedures and FWHA policies
that effect the certification and funding of your project.
CRITICAL ISSUE 1: DELIVER THE RIGHT-OF-WAY ON-TIME TO
MEET LETTING
Delivery of right of way on-time keeps the project on its letting schedule. We
understand that nothing is more important to the LPA. Santacruz Land Acquisitions
knows delays can impact the project budget, cause scheduling conflicts with potential
contractors and affect other economic factors which govern the delivery of the overall
infrastructure improvement program for the LPA.
Santacruz Land Acquisitions (“Santacruz”) will work with the staff for the LPA and/or,
Baxter & Woodman, Inc., Engineer for the LPA, (“Consultant”) to develop a land
acquisition plan for the reconstruction of the Oakwood Drive bridge (the “Project”) to
assure that the goals are met.
Our solution is to assemble a team of industry leading right-of-way professionals that
have years of experience working on land acquisition projects with the understanding
of what needs to be done to complete an acquisition on time.
CRITICAL ISSUE 2: MANAGE THE RIGHT-OF-WAY PROCESS &
RISKS
With over twenty-five years working on land acquisition projects, Santacruz Land
Acquisitions understands the workload associated with this project and the level of
performance the LPA is seeking with this engagement. As such, we have assembled a
team of professionals with vast experience in delivering right-of-way services for IDOT,
the Tollway and other such agencies on various infrastructure projects.
1
EXHIBIT F
119
Equally important as the scheduled letting is the
acquisition budget for the Project. Our team will
suggest ways to minimize impacts and reduce
costs in challenging acquisitions. We will also work
with the LPA to minimize the condemnation
referrals that impact the budget for this Project. At
the same, our team will quickly identify parcels in
the very beginning of the process that have title
issues that can only be resolved through
condemnation so that the team can develop
strategies on moving the land acquisition process
forward.
Your land acquisition consultant needs to have
knowledge of the legal requirements necessary to
position an agency for a successful acquisition of
the right-of-way.
Our solution is to compile extensive experience in
law, real estate and civil engineering which gives
us the ability to recognize issues and resolve them
before they create bigger problems. Santacruz
has over 25 years of providing right-of-way
services including managing land acquisition
projects of various sizes.
CRITICAL ISSUE 3: COMPLIANCE
WITH GOVERNMENT REGULATIONS
All land acquisition services must be performed in
accordance with the Uniform Relocation
Assistance and Real Property Act. In addition, we
are familiar with IDOT’s land acquisition guidelines,
policies and procedures.
Our solution is to apply our team’s extensive
collective decades of experience complying with
federal and state laws and maximizing the team’s
knowledge of the land acquisition policies of
IDOT.
ADDITIONAL COMPONENT OF OUR
PROPOSAL: BEP UTILIZATION
Santacruz is a BEP with Central Management
Services, a DBE with IDOT and an MBE with Cook
County and the City of Chicago.
SUMMARY
With a long history of successful delivery of a
variety of right of way projects on-time, within
budget and to our client’s satisfaction, we look
forward to the opportunity to assist the LPA with
its land acquisition needs.
WHY SANTACRUZ LAND ACQUISITIONS?
As you review our proposal, you will see that
the team that Santacruz Land Acquisitions has
assembled is versatile, experienced and
qualified to deliver the full scope of the land
acquisition needs for the LPA. What sets apart
our team is:
Years of successful on-time delivery of
right of way land acquisition services to
various other agencies
Diverse set of real estate acquisition
disciplines including backgrounds in law
and civil engineering
Extensive experience with complex
valuations and acquisitions
Title review experience, including
familiarity with all types of recorded
documents affecting real estate and
knowledge on how to the clear title
Experience in reviewing plats and legal
descriptions, as well as an ability to
review and understand roadway
construction plans
Expertise with the Uniform Relocation
Assistance and Real Property Act of
1970, as amended (Uniform Act), Illinois
Eminent Domain Act (735 ILCS 30), IDOT
Land Acquisition Guidelines.
Familiarity with IDOT policies and
procedures related to land acquisition
and appraisals.
120
COMPENSATION
Santacruz shall be entitled to the compensation as
shown on the attached schedule. Our cost
proposal, based on one (1) projected parcels of
right-of-way, is as follows:
APPRAISALS: $3,900.00.
REVIEW APPRAISALS: $1,950.00.
NEGOTIATIONS: $4,000.00.
As directed, Santacruz shall invoice the LPA or
Consultant for any fees and charges related to the
acquisitions including, without limitation, (i) the
cost of the later date title commitments, (ii) the
cost of title insurance policies obtained on the
parcels to be acquired, (iii) the cost of recording
any necessary documents to complete the
conveyance and obtain clear title, (iv) lender’s fees
related to the processing of any partial releases
needed to provide clear title, and (v) land trustee
processing fees. Santacruz shall include $750.00
per parcel for these charges. Santacruz shall pay
any such fees and charges in excess of the $750.00
per parcel allowance for which Santacruz Land
Acquisitions shall be entitled to additional
compensation in the amount of any such payments
pursuant to a separate work order issued.
Based on the projected total number of parcels of
right-of-way to be acquired for the Project, the
land acquisition negotiation services provided
herein are offered at a cost not to exceed
$10,600.00 as follows (per the pricing schedule in
Exhibit 3.a.):
Land Acquisition Services $9,850.00
Estimated Direct Billable Expenses $750.00
121
TECHNICAL APPROACH
Santacruz shall provide Right-of-Way Acquisition Services including, but not limited to:
•Project Management
•Appraisals
•Acquisition negotiations and settlements
In addition, as may be required in order to complete the processing of any parcel and
subject to the approval in advance by the LPA, Santacruz can also provide specialty
engineering reports and relocation assistance of displaced property owners. All services
shall be performed at the direction of the LPA and in accordance with the policies and
procedures of IDOT, as applicable, the Federal Uniform Relocation Assistance and Real
Property Acquisition Policies Act of 1970 (“Uniform Act”), as amended (49 CFR Part 24),
the Illinois Eminent Domain Act (735 ILCS 30) (“Eminent Domain Act”), and the Illinois
Code of Civil Procedure (“Code of Civil Procedure”).
Santacruz Land Acquisitions agrees to perform the services as set forth herein. This
process has been the roadmap to many successful right-of-way projects. This Road Map
will help us help you keep your project on schedule.
LAND ACQUISITION CRITICAL PATH STEPS – “OUR
ROAD MAP”
Task 1: Notice to Proceed
Our services start after authorization to proceed from the LPA and IDOT (as may be
necessary).
Task 2: Kick-off Meeting
Santacruz will meet with the LPA and/or Consultant to discuss the Project, identify issues
and develop any necessary strategies to assure the timely completion of the Project.
Task 3: Delivery and Review of Project Information
The LPA or Consultant will provide Santacruz with plats of highway, legal descriptions, the
most recent title commitments and any other pertinent information regarding the
property owner for each parcel assigned for acquisition. In addition, the LPA or
Consultant will also provide Santacruz with a set of project plans, including, (i) plan and
profile, (ii) drainage and utilities, (iii) pavement markings and (iv) cross sections.
2
122
Task 4: Introductory Notice to
Owners
The appraiser will notify the property owner of the
proposed taking and will invite the property owner
to be present during the inspection by the
appraiser.
Task 5: Appraisal
The appraiser shall make a detailed inspection of
the properties and make such investigations and
studies as are consistent with industry standard
and necessary to derive sound conclusions for the
preparation of appraisal reports. All appraisal work
shall be completed within eight to ten weeks after
commencement.
The Appraiser shall assist in analyzing and
responding to valuation information provided by a
property owner in support of a counter-offer.
As necessitated by a change of ownership, a
revision to the right of way or for condemnation
purposes, Santacruz will furnish and deliver
updated or revised appraisals. Such requests may
be pursuant to a separate work order.
Task 6: Review Appraisal
All appraisals will be reviewed by the review
appraiser assuring that all items affecting the value
of the property have been considered in the
appraisal.
As necessitated by a change of ownership, a
revision to the right of way or for condemnation
purposes, Santacruz will furnish and deliver
updated or revised reviews. Such requests may be
pursuant to a separate work order.
Task 7: Negotiation and Acquisition
Santacruz shall commence negotiations after
approval by the LPA of the appraisals and the
amount of just compensation to be offered to the
property owner.
Before contacting the property owner, Santacruz
will prepare and send the introductory letter to the
property owner on the LPA’s letterhead.
Santacruz will present the property owner with an
offer package, which shall contain the Offer to
Purchase and other documents to assist the
property owner with reviewing the right-of-way
request.
Santacruz will make all reasonable efforts to
complete the acquisition of the right-of-way from
the property owner.
Santacruz will not have any authority to determine
administrative settlements. Santacruz will consult
with the LPA for approval of any counter offers and
upon acceptance by the LPA of any such counter-
offer, Santacruz will prepare the necessary
documentation for administrative settlement.
Santacruz will review the title commitment
provided for each parcel to determine the liens
and encumbrances that will need to be addressed
in order to complete the acquisition process for
the LPA.
If, during its discussions with the property owner,
errors in the plans are discovered or the property
owner requests design changes, Santacruz will
immediately notify LPA or Consultant with this
information. At any time during negotiations for
situations involving design changes, errors in plans
or for any other reason, if requested by LPA or
Consultant, Santacruz will cease negotiations on
certain parcels until corrected information or
further instruction is provided to Santacruz.
Upon successful negotiations with the property
owner, Santacruz will prepare all necessary
conveyance documents in order to complete the
acquisition and obtain title approval for the
property. Santacruz will submit the completed
parcel file with original conveyance documents,
any documents necessary for title clearance, the
Negotiator’s Log documenting all negotiation
activities, copies of all correspondence with the
property owner, title commitments, plats, and all
123
other documentation as required by the LPA and
IDOT (as necessary).
Task 7: Project Management
Santacruz Land Acquisitions shall appoint a Project
Manager for this project. The Project Manager will
provide proposed project time-line with
milestones on delivery. The Project Manager will
coordinate all deliverables, keep project on
schedule and maintain the channels of
communication with the LPA.
The Project Manager will attend project kick-off
meetings and project status meetings. In addition,
when needed, the Project Manager will review
construction plans and provide comments.
The Project Manager shall provide QA/QC
oversight for this contract. Santacruz Land
Acquisitions has a very strong commitment to
QA/QC for all its projects. In addition to monthly
status reports prepared for our clients in which we
review the progress of each parcel, Santacruz Land
Acquisitions meets on a bi-weekly basis with its
production team to assure that projects are on
schedule and proceeding to letting.
The paralegal team at Santacruz Land Acquisitions
reviews every title commitment to alert the
negotiator of title concerns and to prepare for title
clearance. Also, all conveyance documents
prepared by the paralegals are reviewed by the
head paralegal and/or the negotiator. Finally, all
final packages of settled or condemned parcels are
compiled using QA/QC checklist and reviewed by
the Project Manager to assure proper completion.
Condemnation Support
Santacruz understands that appearances in court
and/or pretrial conferences, which may include
depositions, and preparation for litigation or pre-
trial conferences may be required by the LPA so
that it may complete the acquisition of the
property through condemnation.
In the event, after making every reasonable effort
to contact and negotiate with a property owner,
Santacruz is unable to obtain a settlement for the
acquisition of the right-of-way, Santacruz shall
refer the parcel to the LPA for acquisition by
condemnation.
In such case, at the request of the LPA or its trial
counsel, the Appraiser assigned to appraise the
parcel shall make any such appearances or
complete such preparation work in order to assist
with this process. In addition, at the request of the
LPA or its trial counsel, the Negotiator assigned to
negotiate the parcel shall make any such
appearances or complete such preparation work in
order to assist with this process. Such requests for
trial appearances or condemnation support will be
pursuant to a separate work order.
PERSONNEL
The experience and talent of the right of way
professionals that make up the team for Santacruz
will, to a large extent, be the basis for the success
of keeping this Project on-time and within budget.
Santacruz brings over twenty-five years of right of
way acquisition experience. Santacruz has worked
on thousands of acquisition parcels for ISTHA,
IDOT, Cook, Kane, Lake, and Will Counties. We
have also worked for numerous township and
municipalities. Santacruz has years of experience
handling some of the most complex land
acquisition transactions.
The Santacruz staff includes two negotiators and
two paralegals with years of experience in
acquiring a variety of right-of-way parcels.
PRIOR EXPERIENCE
Santacruz Land Acquisitions was founded in 1992
and has grown to be one of the most dependable
right-of-way negotiation firms in Illinois. Santacruz
has been providing comprehensive right-of-way
solutions, including negotiation activities and the
coordination of the valuations of parcels for
various public agencies.
124
EXHIBITS
a.Pricing Schedule
b.BEP Certification
3
125
Compensation for Services
Appraisal Services (per parcel)
Appraisals $3,900.00
Revision to appraisal due to change in ROW or plans1 $2,500.00 - $3,900.00
Review Appraisal Services (per parcel)
Review Appraisals $1,950.00
Revision to review appraisal due to change in ROW or plans1 $1,500.00 - $1,950.00
Negotiation Services (per parcel)
Negotiation and acquisition services for Right of Way including,
without limitation, documentation of conveyance of property interest $4,000.00
Additional negotiations due to change in ownership or plans1 $2,500.00 - $4,000.00
Witness Services (if applicable)
Rate for each ½ day in pretrial conference or in court for Negotiator1 $1,000.00
Rate for each ½ day in pretrial conference or in court for Appraiser1 $1,000.00
Hourly rate for consultation not otherwise specifically provided for herein $250.00
Title Services (if applicable)
Later date commitment – In addition to actual recording costs
+ Administrative fee $25.00
Title insurance policies – In addition to actual recording costs
+ Administrative fee $25.00
Recording of Documents – In addition to actual recording costs
+ Administrative fee $25.00
Copies of recorded documents – In addition to actual copying costs & research fees
+ Administrative fee $25.00
1 May requires supplemental work order.
126
BEP CERTIFICATION
127
128
129
130
DnplRrnrnNT OF PROCURBUrpNr SBRVICcS
CITY OF CHICAGO
tt'lAY 0 g ?0lg
J. Steve Santacruz
Santacruz Associates, Ltd. dba Santacruz Land Acquisition
222 Northfield Rd., Suite 201
Northfield, lL 60093
Dear Mr. Santacruz:
We are pleased to inform you that Santacruz Associates, Ltd. dba Santacruz Land
Acquisition has been recertified as a Minority-Owned Business Enterprise ("MBE") by the
City of Chicago ("City"). This MBE certification is valid until l/1512024; however your firm's
certification must be revalidated annually. ln the past the City has provided you with an annual
letter confirming your certification; such letters will no longer be issued. Therefore, we require
you to be even more diligent in filing your annual No-Change Affidavit 60 days before your
annual anniversary date.
It is now your responsibility to check the City's certification directory and verify your certification
status. As a condition of continued certification during the five year period stated above, you
must file an annual No-Change Affidavit. Your firm's annual No-Change Affidavit is due by
111512020, 111512021,111512022, and'111512023. Please remember, you have an affirmative
duty to file your No-Change Affidavit 60 days prior to the date of expiration. Failure to file
your annual No-Change Affidavit may result in the suspension or rescission of your certification.
Your firm's five year certification will expire on 111512024. You have an affirmative duty to file
for recertification 60 days prior to the date of the five year anniversary date. Therefore, you
must file for recertification by 1111512023.
It is important to note that you also have an ongoing affirmative duty to notify the City of any
changes in ownership or control of your firm, or any other fact affecting your firm's eligibility for
certification within 10 days of such change. These changes may include but are not limited to
a change of address, change of business structure, change in ownership or ownership
structure, change of business operations, gross receipts and or personal net worth that exceed
the program threshold. Failure to provide the City with timely notice of such changes may
result in the suspension or rescission of your certification. ln addition, you may be liable for civil
penalties under Chapter 1-22, "False Claims", of the Municipal Code of Chicago.
Please note - you shall be deemed to have had your certification lapse and will be ineligible to
particlpate as a MBE if you fail to:
File your annual No-Change Affidavit within the required time period;
I2I NORTH LASALLE STREET, ROOM 806, CHICAGO,ILLINOIS 60602
a
¿rç
131
Santacruz Associates, Ltd. dba Santacruz Land Acquisition
Page 2 of 2
Provide financial or other records requested pursuant to an audit within the
required time period;
Notify the City of any changes affecting your firm's certification within 10 days of
such change; or
File your recertification within the required time period.
Please be reminded of your contractual obligation to cooperate with the City with respect to any
reviews, audits or investigation of its contracts and affirmative action programs. We strongly
encourage you to assist us in maintaining the integrity of our programs by reporting instancesor suspicions of fraud or abuse to the Gity's lnspector General at
ch icagoi ns pectorgeneral.org, or 866-lG-Tl P Ll N E (866-448-47 54).
Be advised that if you or your firm is found to be involved in certification, bidding and/or
contractual fraud or abuse, the City will pursue decertification and debarment. ln addition to
any other penalty imposed by law, any perso¡ who knowingly obtains, or knowingly assists
another in obtaining a contract with the City by falsely representing the individual or entity, or
the individual or entity assisted is guilty of a misdemeanor, punishable by incarceration in the
county jail for a period not to exceed six months, or a fine of not less than $5,000 and not more
than $10,000 or both.
Your firm's name will be listed in the City's Directory of Minority and Women-Owned Business
Enterprises in the specialty area(s) of:
NAICS Code(s):
531390- Consultants, Real Estate (Except Appraisers), Offices
Your firm's participation on City contracts will be credited only toward MBE goals in your
area(s) of specialty. While your participation on City contracts is not limited to your area of
specialty, credit toward goals will be given only for work that is self-performed and providing a
commercially useful function that is done in the approved specialty category.
Thank you for your interest in the City's Minority, Women, Veteran-Owned Business Enterpriseand Business Enterprise Owned or Operated by People with Disabilities
(M BEA/VBEA/BE/B EPD) Program.
Sincerely,
a
a
a
%)r*,ç,L
Shannon E. Andrewsllq
Chief Procurement Offidêr
SEA/fn
132
February 26, 2020
Certification Term Expires: February 26, 2021
J. Steve Santacruz
Santacruz Associates, Ltd. DBA Santacruz Land Acquisitions
Suite 201
Suite 206
Northfield, IL 60093
Re: Minority Business Enterprise (MBE)
Dear J. Steve Santacruz:
Congratulations! After reviewing the information that you supplied, we are pleased to inform you that your firm has been granted
certification as a Minority Business Enterprise (MBE) under the Business Enterprise Program (BEP) for Minorities, Females, and
Persons with Disabilities
This certification is in effect with the State of Illinois until the date specified above. Please note that you have been granted
certification under the Recognition Application because you are certified with one of our partner organizations and, as such, must
recertify each year.
At least 15 days prior to the anniversary date of your certification, you will be notified by BEP through email to update your
certification as a condition of continued certification. It is your responsibility to ensure that the contact email address listed in the
system is accurate and up to date and that the email account is checked regularly so that you do not miss any important notifications.
In addition, should any changes occur in ownership and/or control of the business, in the business’ certification status with the
partner organization, or other changes affecting the firm's operations, you are required to notify BEP within two weeks. Failure to
notify our office of changes will result in decertification of your firm
Your firm's name will appear in the State's Directory as a certified vendor with the Business Enterprise Program in the specialty
area(s) of:
NIGP 95883: REAL ESTATE MANAGEMENT SERVICES, INCLUDING LISTING, SALES AND BROKER SERVICES
Your firm will only show up in the database of BEP-certified vendors the NIGP codes listed above, so PLEASE REVIEW THE LIST
CAREFULLY TO ENSURE THAT ALL RELEVANT NIGP CODES ARE INCLUDED.
Also, please be advised that this certification does not guarantee that you will receive a State contract. Please visit the Vendor
Registration page on www.opportunities.illinois.gov and be sure to register with each of the Procurement Bulletins listed so that you
are notified of upcoming solicitations in your NIGP codes. Certification with the Business Enterprise Program does not ensure you
receive notifications; you must also register with the Procurement Bulletins.
Thank you for your participation in the Business Enterprise Program. We welcome your participation and wish you continued
success.
Sincerely,
Carlos Gutiérrez
Certification Manager
Business Enterprise Program
133
134
CITY OF MCHENRY
OAKWOOD DRIVE BRIDGE - PHASE II ENGINEERING
QBS PROCESS
SCORING SUMMARY
8/23/2022
IMEG Baxter &
Woodman DLZ
REVIEWER #1
Project Understanding and Approach 40 45 42
Disadvantaged Business Enterprise 0 0 5
Local Presence 0 5 0
Relevant Experience 20 22 22
Frim/Subconsultant Capabilities 15 15 15
TOTAL REVIEWER #1 75 87 84
REVIEWER #2
Project Understanding and Approach 40 50 38
Disadvantaged Business Enterprise 4 4 4
Local Presence 0 5 0
Relevant Experience 20 25 18
Frim/Subconsultant Capabilities 8 9 8
TOTAL REVIEWER #2 72 93 68
REVIEWER #3
Project Understanding and Approach 48 48 45
Disadvantaged Business Enterprise 1 2 5
Local Presence 1 5 1
Relevant Experience 20 25 20
Frim/Subconsultant Capabilities 15 13 15
TOTAL REVIEWER #3 85 93 86
AVERAGE SCORE 77.3 91.0 79.3
135
CONSENT AGENDA SUPPLEMENT
DATE: May 1, 2023
TO: Mayor and City Council
FROM: Troy Strange, P.E., Director of Public Works
RE: Pearl Street and Lincoln Road, IDOT Contract 61E34, Final Payment
ATT: Illinois Department of Transportation Final Invoice
Memorandum to City Council (5-13-22)
Resolution for Improvement Supplement #2
AGENDA ITEM SUMMARY:
Staff requests City Council to consider approving a Supplemental Resolution for Improvement
(BLR 09110) for authorization of the use of State Motor Fuel Tax Funds to pay for the final balance
of construction costs on the Pearl Street and Lincoln Road Project.
BACKGROUND:
The Pearl Street and Lincoln Road project was an Illinois Department of Transportation (IDOT)
Surface Transportation Program (STP) project which was completed in 2019. This project was
completed with the assistance of $1.5 million in Federal Aid. The payment process for these
projects is different than a traditional project which is invoiced directly to the local agency fairly
promptly after completion of construction that is managed directly by the City. Payments to
contractors for these Federally funded projects are issued by the Illinois Treasurer’s Office and
then local agencies are invoiced by IDOT after the fact. Lag times between processing of payment
estimates and issuance of invoices by the Illinois Treasurer ’s Office typically creates a need for
local agencies (such as municipalities) to hold carry over balances in their budgets for the time
between completion of construction and receipt of the final invoice. At some point since the
completion of this project, the outstanding balances for the local share of construction costs
ceased to be carried between fiscal years. A previously issued memorandum informing the City
Council of this issue is attached to this Agenda Supplement for further clarification. This project
was constructed in 2019 and only now is being final invoiced in the amount of $451,496.81.
When the project was originally awarded in 2018, the original Motor Fuel Tax (MFT)
appropriation was $207,000 with the remainder of local funding being General Fund. Because
the MFT fund balances are now sufficient to fund the balance of this project as well as all
136
recommended Fiscal Year 2023-2024 MFT funded projects, the balance of outstanding funding is
being recommended as MFT funding. Therefore, in addition to the current need to process the
final payment, a supplemental resolution for use of MFT funds is needed.
ANALYSIS:
Due to the final local share of construction costs being more than the original authorized amount,
a supplemental resolution must be passed authorizing the additional funds. Not all the
outstanding costs are associated with roadway work as some costs on the final invoice are
associated with costs for installation of sanitary sewer stubs. The funding breakdown on this
invoice is as follows:
•$130,524.01 Water and Sewer Fund
•$321,002.80 MFT Fund
RECOMMENDATION:
Therefore, if Council concurs, it is recommended to approve a supplemental Resolution for
Improvement (BLR 09110) for authorization of the use of State Motor Fuel Tax Funds in the
amount of $321,002.80 to pay for the final balance of construction costs on the Pearl Street
and Lincoln Road Project which was completed in 2019.
137
138
MEMORANDUM
DATE: May 11, 2022
TO: City Council
FROM: Troy Strange P.E., Director of Public Works
RE: IDOT Contract Projects, Final Invoices and Appropriation Carry-Over Amounts
ATT: Current McCullom Lake Road Invoice
Most Recent Pearl Lincoln Invoice
Final Pearl Lincoln Pay Estimate Information
On IDOT contracts for municipal agencies, payment estimates are processed through the Illinois
Department of Transportation and local matches are invoiced to the local agency. Historically, invoices for
the local share to date of any project would typically lag 2-3 months behind the processing of the payment
estimate. In recent years, both before and after COVID-19 put much of IDOT’s staff on a remote status,
these lag times have been increasing. There are currently two (2) IDOT projects, which the City has
completed construction on, that have experienced tremendous lag times for invoicing from the State of
Illinois. Therefore, carry over balances for projects, which have not been invoiced, have inadvertently
fallen off annual budgetary carry over budget requests between FY20/21 and FY21/22. The two such
projects, which are currently still carrying such balances, are the McCullom Lake Road STP project
(completed in 2015) and the Pearl Street and Lincoln Road STP project (completed in 2018). The current
outstanding balances of each project are listed below:
IDOT Contract 61A29, McCullom Lake Road
Final Cost $1,265,362,70
Federal Share $896,000.00
CE & RR Credits $54,308.29
MFT To Date $206,463.17
Outstanding Balance $107,691.24
139
IDOT Contract 61E34, Pearl Street and Lincoln Road
Final Cost $2,528,169.39
Federal Share $1,356,000.00
Water Sewer Funds $248,012.40
MFT Final $207,000.00
General Fund To Date $250,199.61
Outstanding Balance $466,957.38
The final invoice reimbursement for the McCullom Lake Road project was recently received and is
currently due. It is recommended that the current invoice for McCullom Lake Road be paid out of
conventional State Motor Fuel Tax Funds as this was the original intention when the project was initiated
in 2015. The MFT resolution amount was less than the awarded amount upon award of the contract by
the State in 2015, and the budgeted MFT amount should have been adjusted at that time. Since it was
not, a supplemental resolution will be passed at some point in the near future.
Due to the lag times between processing of payment estimates and final invoicing from the State of Illinois,
it is uncertain when the final invoice for the Pearl Street and Lincoln Road project will arrive. It is
recommended that if the invoice arrives this fiscal year, that the invoice be paid out of balances in the
2022 Road Program budget which will remain due to bids coming in below budgeted amounts. If the
invoice does not arrive until the following fiscal year, it is recommended that the carry over amounts be
added to the FY23/24 capital budget and are carried indefinitely until the final invoices arrive from the
State of Illinois.
140
BLR 09110 (Rev. 01/18/23)
Resolution for Improvement
Under the Illinois Highway Code
Page 1 of 1Printed 03/15/23
Resolution Type
Supplemental
Resolution Number Section Number
15-00081-00-RS
BE IT RESOLVED, by the
Governing Body Type
Council of the
Local Public Agency Type
City
of
Name of Local Public Agency
McHenry Illinois that the following described street(s)/road(s)/structure be improved under
the Illinois Highway Code. Work shall be done by
Contract or Day Labor
Contract .
NoYes
Is this project a bondable capital improvement?
For Roadway/Street Improvements:
Name of Street(s)/Road(s)Length
(miles)Route From To
Pearl Street 0.4 9-0081 IL Rte 31 (Richmond Rd)River Road
Lincoln Road 1.3 9-0089 River Road Eastwood Lane
For Structures:
Name of Street(s)/Road(s)Existing
Structure No.Route Location Feature Crossed
Pearl Street 056-3119 9-0081 Crossing Fox River
BE IT FURTHER RESOLVED,
1. That the proposed improvement shall consist of
Bike Path Construction, Sidewalk/ADA Improvements, Roadway Resurfacing, Bridge Deck Patching, and other
necessary and incidental work
2. That there is hereby appropriated the sum of Three-Hundred Twenty-One Thousand Two and 80/100-----------------------
--------------------------------------------------------------------------------- $321,002.80 Dollars () for the improvement of
said section from the Local Public Agency's allotment of Motor Fuel Tax funds.
BE IT FURTHER RESOLVED, that the Clerk is hereby directed to transmit four (4) certified originals of this resolution to the district office
of the Department of Transportation.
I,
Name of Clerk
Trisha Ramel
Local Public Agency Type
City Clerk in and for said
Local Public Agency Type
City
of
Name of Local Public Agency
McHenry in the State aforesaid, and keeper of the records and files thereof, as provided by
statute, do hereby certify the foregoing to be a true, perfect and complete original of a resolution adopted by
Governing Body Type
Council of
Name of Local Public Agency
McHenry at a meeting held on
Date
May 01, 2023
IN TESTIMONY WHEREOF, I have hereunto set my hand and seal this
Day
day of
Month, Year
.
.
(SEAL, if required by the LPA)Clerk Signature & Date
Approved
Regional Engineer Signature & Date
Department of Transportation
141
CONSENT AGENDA SUPPLEMENT
DATE: May 1, 2023
TO: Mayor and City Council
FROM: Troy Strange, P.E., Director of Public Works
RE: Intergovernmental Agreement for The Use of The City of McHenry’s Well #13 As
A Monitoring Well By The Illinois State Water Survey.
ATT: Intergovernmental Agreement between the City of McHenry and the Illinois State
Water Survey
____________________________________________________________________________
AGENDA ITEM SUMMARY:
Staff requests that the City Council consider approval of an Intergovernmental Agreement
between the City of McHenry and the Illinois State Water Survey to use the City of McHenry’s
Well #13 as a groundwater monitoring well for the State of Illinois.
BACKGROUND:
In May of 2005, the City of McHenry drilled Well #13 in anticipation of peak residential
construction continuing. The recession of 2008 resulted in new residential construction leveling
off and stopping for a period. Currently, Well #13 is not in service, and there are no plans to
commission this well as a water source for the City of McHenry as it would require construction
of a water treatment plant that is equipped to remove the naturally occurring source of radium.
Well #13 is the City’s only deep well. At 1,355 feet, it extends into the Ironton Galesville aquifer.
This aquifer runs underground from central Wisconsin to central Illinois. It is one of the primary
aquifers that supplies water for northern and central Illinois communities tha t utilize deep wells.
The Illinois State Water Survey administered by the University of Illinois Urbana/Champaign is
tasked with monitoring the aquifers in the state. The Survey operates and maintains monitoring
wells in numerous aquifers and sites throughout the state. They have requested, through an
Intergovernmental Agreement, to utilize the City’s Well #13 as a monitoring well for the Ironton
Galesville aquifer.
142
ANALYSIS:
The City of McHenry has no current plans to put Well #13 into service as a water source in the
foreseeable future. Staff will continue to own the well and may continue to use the well as the
City deems appropriate. The Illinois State Water Survey will assume all costs for commissioning
the monitoring well, any maintenance of the monitoring equipment, and the eventual
decommissioning costs. This includes any restoration work that might be needed.
RECOMMENDATION:
Therefore, if Council concurs, it is recommended that the City Council approve an
Intergovernmental Agreement with the Illinois State Water Survey t o allow the Illinois State
Water Survey to utilize the City of McHenry’s Well #13 as a monitoring well.
143
INTERGOVERNMENTAL AGREEMENT FOR THE USE OF THE
CITY OF McHENRY ’S #13 WELL AS A MONITORING WELL BY
THE ILLINOIS STATE WATER SURVEY
This INTERGOVERNMENTAL AGREEMENT (the “Agreement”) entered into
by and between the CITY OF McHENRY (“McHENRY”), an Illinois municipal
corporation and THE BOARD OF TRUSTEES of the UNIVERSITY OF ILLINOIS, a
body politic of the State of Illinois (“University”).
WITNESSETH:
WHEREAS, the McHenry and the University are units of local government or a
body of State government, and the Constitution of the State of Illinois of 1970, Article
VII, Section 10, provides that units of local government may contract or otherwise
associate among themselves or with the State to obtain or share services and to exercise,
combine, or transfer any power or function in any manner not prohibited by law or by
ordinance and provides authority for intergovernmental cooperation; and,
WHEREAS, McHenry owns Water Well No. 13 (API 121114406500) located at
Lat: 42.334365, Long: -88.319838 Shamrock Farm Park, McHenry, IL (“Premises”), and
the property is depicted on the aerial photograph attached hereto as Exhibit A; and,
WHEREAS, the University through its Illinois State Water Survey in the Prairie
Research Institute is the primary agency in Illinois concerned with water resources; and,
WHEREAS, McHenry has no current plans on utilizing Water Well No. 13 as a
potable drinking source and is willing to allow the University to use it as an observation
and monitoring well; and,
WHEREAS, the Premises is not otherwise needed immediately nor in the near or
foreseeable future by McHenry or developed by McHenry; and,
NOW, THEREFORE, in consideration for the good and valuable consideration,
the receipt and sufficiency of which is hereby acknowledged, and the mutual agreements
contained in this Agreement, McHenry and the University agree as follows:
1.Recitals: The foregoing recitals are hereby incorporated into this
Agreement as if fully restated in this Paragraph.
2.License to University: McHenry hereby grants a non-exclusive license to
use the well shaft of Water Well No. 13 as a deep aquifer monitoring well
for its sole use. This license shall grant University reasonable access to
Water Well No. 13 for the purposes of operation, maintenance, repair and
removal of groundwater monitoring equipment within the well and
adjacent to the well for the purpose of collecting long-term groundwater-
level data as part of the Illinois State Water Survey sandstone observation
144
well network. The University shall pay any and all costs associated with
the installation, operation and maintenance of the equipment used in their
monitoring, including any expense to repair damage resulting from the
installation of the equipment. The University, its employees, contractors
and agents agree to comply at all times with all applicable laws, rules,
regulations and safety standards in connection with the use of the well.
University agrees to provide McHenry a copy of any test results obtained
from the well.
3. Insurance. The University agrees to continue to obtain and continue in
force its existing commercial general liability insurance coverage of not
less than one million dollars combined single limit per occurrence for
bodily injury, personal injury, and property damage. Said coverage shall
name the Village, its officials, employees and agents as additional insured.
In addition, University shall maintain automobile liability with minimum
combined single limit of one million dollars. Insurance coverage shall be
acceptable to McHenry and cover liability of the University while on
McHenry’s property or within the corporate limits of McHenry. Upon
request University will provide McHenry with a certificate of insurance
showing such coverages. The commercial general liability insurance
required pursuant to this Agreement shall apply as primary insurance with
respect to any other insurance or self-insurance programs afforded to
McHenry. There shall be no endorsement or modification of this insurance
to make it excess over other available insurance; alternatively, if the
insurance states that it is excess or prorated, it shall be endorsed to be
primary with respect to McHenry.
To the fullest extent permitted by law, the University hereby agrees to
defend, indemnify, and hold harmless McHenry, its officials, agents, and
employees, against all injuries, deaths, loss, damages, claims, suits,
liabilities, judgments, cost, and expenses, which may in anywise accrue
against McHenry, its officials, agents, and employees, arising in whole or
in part or in consequence of this Agreement, except that arising out of the
legal cause of the Village, its agents, or employees. The University shall,
at its own expense, appear, defend, and pay all charges of attorneys and all
costs and other expenses arising therefore or incurred in connections
therewith, and, if any judgment shall be rendered against the Village, its
officials, agents, and employees, in any such action, the University shall,
at its own expense, satisfy and discharge the same.
4. Term. The term of this Agreement shall be for a period of approximately
10 years beginning on the date of execution and ending on January 31,
2033.
5. Termination. This Agreement may be terminated by either McHenry or
the University with 90 days written notice to the other party. Notice shall
145
be by certified mail as follows or to a subsequent name or address as
changed by written notice:
Notice to McHenry: City of McHenry
Attention: Treatment Operations Manager
1415 Industrial Drive
McHenry, IL 60050
Notice to University: University of Illinois, Real Estate Services
Attention: Director
505 S. Wright Street, Suite 208
Urbana, IL 61801
Prior to termination the University shall remove all of its equipment
installed on McHenry’s property and restore the site to the condition as of
the effective date to the extent practicable from any of its activities.
6.Fee. In consideration of the mutual benefits accruing to each party under
this Agreement and the expense incurred by Licensee in the performance
of duties agreed upon herein, Licensee shall not be required to pay an
additional license fee for the use of the Premises authorized in this
Agreement.
7.Severability: If any provision of this Agreement is invalid for any reason,
such invalidation shall not render invalid other provisions of this
Agreement which can be given effect without the invalid position.
8.Effective Date: This Agreement shall be effective upon execution both
McHenry and University.
9.Governing Law: This Agreement shall be construed in accordance with
the law and constitution of the State of Illinois.
Signatures on the following page
146
IN WITNESS WHEREOF, the undersigned governmental units have caused this
Agreement to be duly executed as of the date of the last signature of the parties below.
CITY OF MCHENRY BOARD OF TRUSTEES OF THE
UNIVERSITY OF ILLINOIS
By: __________________________ By: __________________________
Date: _________________________
147
Exhibit A: Arial view of McHenry Well No. 13
148
John R. Birk, Chief of Police
McHenry Municipal Center
333 Green Street
McHenry, Illinois 60050
Phone: (815) 363-2200
Fax: (815) 363-2149
jbirk@ci.mchenry.il.us
The City of McHenry is d edicated to providing the citizens, businesses and vis itors of McHenry with the highest
quality of programs and services in a customer-oriented, efficient and fiscally responsible manner.
CONSENT AGENDA SUPPLEMENT
DATE: May 1, 2023
TO: Mayor and City Council
FROM: John R. Birk, Chief of Police
RE: Authorization for the Mayor to enter into an Intergovernmental Agreement
between the City , County, Algonquin, L ITH and Cary to establish a Multi-
jurisdictional Training Facility.
ATT: Intergovernmental Agreement, Budgeting Documents, Instructor Spreadsheets.
Item Summary :
Attached Council will find a intergovernmental agreement between McHenry County, McHenry,
Alg onquin, Lake in the Hill s and Cary establishing a new multi -jurisdictional training facility.
Staff is requesting authorization for the Mayor to sign and execute said agreement
Background:
In August of 2019 the McHenry C ity Council passed a resolution authorizing Staff to pursue the
establishment of a countywide multi-jurisdictional law enforcement training facility. The four
key components in the resolution where as follows:
1.Identify ways to be more efficient with the resources at hand, including sharing staff
and pooling resources with neighboring jurisdictions to create more effective law
enforcement training operations.
2.Analyze how to organize law enforcement training services in the most logical way
countywide, rather than have them constrained by jurisdictional or area li mits.
3.Explore ways to make use of existing qualified law enforcement personnel and
facilities countywide to achieve economi es of scale.
4.Explore the quantitative and qualitative benefits from a McHenry County
consolidated law enforcement training facility model, including the efficiencies
inherent in shared services, higher quality training, and improved interoperability.
149
Analysis:
As staff started this process in 2019 (pre COVID-19 pandemic) we explored the cost of building
a new training facility versus the cost of purchasing a n existing facility that would include both a
classroom function and range function. Initial costs for McHenry to participate in this new
program were estimated between $250,000 - $350,000 plus annual operating budget costs. At
the ti me Council was supportive of this capital expense. In moving forward, staff (along with
the partnering agencies of the agreement) identified an existing property that would meet our
needs for a training fac ility. Unfortunately, the asking price for the pr operty was beyond what
any of the partners would be willing to spend so no action was taken. The pandemic arrived a
short time later and the training facility project was placed on hold.
In early 2022, through the use ARPA Funds and discretionary funds the C ounty approved the
funding of over $7 million to constr uct a new multi -jurisdictional training facility. This funding
allows County, McHenry, Algonquin, LITH and Cary to move forward as partner s in a new
training facility without having to incur any capital expenses. Around the same time the Village
of Cary donated their old village hall to the County for $1 which will be utilized as the classroom
portion of the tra ining facility and provided the long-term use of a parcel of land next to their
Public Works Facility for the construction of a firing range.
With funding and facilities made available the planning of a training facility project again
started to move forward. After just over a year of planning and reviewing with partners and
legal staff, the parties are providing their respective Boards and Councils the final version of the
intergovernmental agreement, which establishes the newly formed training facility. This new
facility (both locations) will meet the current and future training ne eds of McHenry all while
sharing the training costs and establishing local standardized training that will be implemented
countywide.
The estimated annual liability for operating costs to McHenry for the first fiscal year will be less
than $45,000 (see attached cost projections). As additional agencies become paying members
and the facility hosts trainings and facility rentals for income, McHenry’s financial liability will
decrease notably in the following years.
Recommendation:
Therefore, if Council con curs, it is recommended that a motio n be made authorizing the
Mayor to enter into an inter -governmental agreement between County, McHenry, Algonquin,
Lake in the Hills and Cary, establishing a new multi-jurisdictional law enforcement training
facility .
150
INTERGOVERNMENTAL AGREEMENT
BETWEEN THE VILLAGE OF ALGONQUIN, VILLAGE OF CARY, VILLAGE OF
LAKE IN THE HILLS, CITY OF MCHENRY, AND COUNTY OF MCHENRY
RELATING TO THE MCHENRY COUNTY CONSOLIDATED LAW ENFORCEMENT
JOINT TRAINING FACILITIES
THIS INTERGOVERNMENTAL AGREEMENT (the “Agreement”) is made this
day of , 2022 by and between the VILLAGE OF ALGONQUIN, an Illinois
municipal corporation acting by and through its President and Village Board (“Algonquin”); the
VILLAGE OF CARY, an Illinois municipal corporation acting by and through its Mayor and
Village Board (“Cary”); the VILLAGE OF LAKE IN THE HILLS, an Illinois municipal
corporation acting by and through its President and Village Board (“Lake in the Hills”); the CITY
OF MCHENRY, an Illinois municipal corporation acting by and through its Mayor and City
Council (“McHenry City”); and the COUNTY OF MCHENRY, a body politic and corporate
acting by and through its County Board (the “County”) (individually referred to as a “Party” and
collectively the “Parties”).
WHEREAS, Algonquin, Lake in the Hills, and McHenry City are home rule municipalities
as contemplated under Article VII, Section 6, of the Constitution of the State of Illinois, and have
approved execution of this Agreement by ordinance pursuant to their home rule powers and
functions as granted in the Constitution of the State of Illinois;
WHEREAS, Cary is a non-home rule municipality and, along with the other parties hereto,
is authorized and empowered to contract with the other parties hereto pursuant to the provisions
of the Constitution of the State of Illinois of 1970, Article VII, Section 10;
WHEREAS, McHenry County law enforcement agencies have a need to properly train
agency personnel in critical training such as: firearms proficiency, rapid deployment, defensive
tactics and use of force;
WHEREAS, the Illinois Police Training Act, 50 ILCS 705/1, et seq., sets minimum
requirements for police officer training and firearm qualification;
WHEREAS, not one law enforcement agency in McHenry County has an operational
indoor firearms range;
WHEREAS, every agency, except for the McHenry County Sheriff’s Office is dependent
on another entity for their firearms training;
WHEREAS, McHenry County agencies have the desire to work collectively across
political boundaries in order to optimize the delivery of vital services in a high-quality, cost-
effective way;
WHEREAS, McHenry County agencies have the desire to improve efficiency, reduce
duplication of services and encourage resource sharing;
151
WHEREAS, McHenry County agencies have the desire to explore ways in which working
together as opposed to working independently can eliminate inefficient or duplicative services;
WHEREAS, McHenry County agencies have the desire to explore ways to make use of
existing facilities to achieve economies of scale;
WHEREAS, McHenry County agencies have the desire to provide career-long training to
law enforcement professionals to help them fulfill their responsibilities safely and proficiently;
WHEREAS, the County owns the building located at 655 Village Hall Drive, Cary, Illinois
(the “655 Property”);
WHEREAS, Cary owns approximately 32 acres of property located at 460 Cary Woods
Circle, Cary Illinois where its public works facilities are located (the “460 Property”);
WHEREAS, it is the intent of the County to buildout a portion of the 655 Property as
classrooms, conference room, a defensive tactics room, and storage room and it is the intent of the
County to construct an indoor firearms range on the 460 Property, both of which shall be used to
create a consolidated law enforcement training facility (collectively the “Joint Training Facilities”)
to be operated by the Joint Training Facilities Board, as set forth herein, for use by local law
enforcement agencies to centralize and regionalize police training and law enforcement best
practices;
WHEREAS, it is the intent of the Parties that local law enforcement agencies who are not
parties to this Agreement (“Customers”) will pay to utilize the Joint Training Facilities;
WHEREAS, the Parties are authorized by the terms and provisions of Section 10 of Article
VII of the Illinois Constitution and the Intergovernmental Cooperation Act, 5 ILCS 220/1, et seq.,
to enter into intergovernmental agreements, ventures, and undertakings to perform jointl y any
governmental purpose or undertaking any of them could do separately.
NOW, THEREFORE, in consideration of the mutual covenants contained herein, the
Parties agree as follows:
1. Recitals. The above recitals are an integral part of this Agreement and are
incorporated herein.
2. Date of Commencement of Obligations. The obligations of this Agreement shall
commence upon full execution of this Agreement by all Parties hereto.
3. Property Uses.
A. 655 Property. The Parties understand and agree the 655 Property shall be
multi-use. The Parties further understand and agree that the County is not transferring title
in the 655 Property but allowing its use during the term of this Agreement.
i. County Buildout. The costs for the buildout of the 655 Property shall
be the sole responsibility and paid for by the County. The County shall apply for
152
all necessary permits and approvals for the construction of the buildout for the 655
Property.
ii.Maintenance and Insurance. The County shall be responsible for the
maintenance and repairs of the 655 Property and will cooperate with the Joint
Training Facilities Board (as defined in Section 4) in performing maintenance and
repairs. The County shall maintain insurance on the 655 Property. However, the
County, may recoup up to seventy percent (70%) of the costs of maintenance,
repairs, and insurance for the 655 Property as an expense of the Joint Training
Facilities.
iii.655 Property Uses. After the County completes the buildout of the
655 Property, the 655 Property shall be used as follows:
1.County Uses. Approximately 7,673 square feet of the 655
Property shall be used as a McHenry County Sheriff’s substation, including
office space and conference rooms for mutual aid law enforcement
organizations, (the “MCSO Substation”).
2.Parties’ Uses. Approximately 12,812 square feet of the 655
Property shall be used as part of the Joint Training Facilities, including
classrooms, conference room, a defensive tactics room, and storage room
as part of the Joint Training Facilities. This portion of the Joint Training
Facilities shall be referred to as the “Classroom Facility.”
3.Shared Uses.
a.Exhibit A, attached hereto and incorporated herein,
depicts the 655 Property. The Parties agree the grey shaded area
shall be the MCSO Substation and the unshaded area shall be the
Classroom Facility.
b.Approximately 600 square feet within the lower level
of the Classroom Facility shall be a training room that can also be
used as an emergency operations center for the McHenry County
Emergency Management Agency. Although the operation center is
not located within the MCSO Substation, the Parties intend to share
the space with the County (specifically, the McHenry County
Emergency Management Agency) during emergencies as
determined by the Joint Training Facilities Board (see Section 6(G)).
B.460 Property. The County intends to purchase, lease, or otherwise obtain a
portion of the 460 Property from Cary to construct an indoor firearms range including at
least ten (10) shooting lanes, a minimum of fifty (50) yards long, and one (1) classroom.
After the County completes obtaining and constructing the indoor firearms range on the
460 Property, that portion of the 460 Property obtained shall be used as part of the Joint
Training Facilities. This portion of the Joint Training Facilities shall be referred to as the
“Firearms Range.”
153
The Parties further understand and agree that: Cary will continue to purchase, lease, or
otherwise allow the County to obtain a portion of the 460 Property for the Firearms Range
during the term of this Agreement; the County will continue to purchase, lease, or
otherwise obtain a portion of the 460 Property from Cary for the Firearms Range during
the term of this Agreement; and the County will own the Firearms Range and shall not
transfer title to the Firearms Range but allow its use as part of the Joint Training Facilities
during the term of this Agreement.
i. Maintenance and Insurance of the 460 Property. Should the County
purchase or otherwise obtain ownership of the 460 Property, the County shall be
responsible for the maintenance and repairs of the 460 Property and will cooperate
with the Joint Training Facilities Board (as defined in Section 4) in performing
maintenance and repairs; and the County shall maintain insurance on the 460
Property. However, the County, may recoup the costs of maintenance, repairs, and
insurance on the 460 Property as an expense of the Joint Training Facilities. Should
Cary retain ownership of the 460 Property, Cary shall be responsible for the
maintenance and repairs of the 460 Property and will cooperate with the Joint
Training Facilities Board (as defined in Section 4) in performing maintenance and
repairs; and Cary shall maintain insurance on the 460 Property.
ii. Maintenance and Insurance of the Firearms Range. The County shall
be responsible for the maintenance and repairs of the Firearms Range and will
cooperate with the Joint Training Facilities Board (as defined in Section 4) in
performing maintenance and repairs. The County shall maintain insurance on the
Firearms Range. However, the County, may recoup the costs of maintenance,
repairs, and insurance for the Firearms Range as an expense of the Joint Training
Facilities.
4. Joint Training Facilities Board. The Parties hereby designate a “Joint Training
Facilities Board” to make decisions relating to the Joint Training Facilities including the approval
of policies and programs to be used to centralize and regionalize police training and best practices
for regional police departments, as set forth below:
A. Initial Board Members. The Chiefs of Police of Algonquin, Cary, Lake in
the Hills, and McHenry City and the Sheriff of the County, or their designees, shall make
up the initial Joint Training Facilities Board (the “Initial Members”) and shall serve so long
as they remain “Members” (hereinafter defined).
B. Compensation. Service on the Joint Training Facilities Board shall be with
no compensation.
C. Voting. Each Member of the Joint Training Facilities Board, except the
Sheriff of the County, shall be entitled to one (1) vote and entitled to fully participate in all
decisions relating to the Joint Training Facilities Board. The Sheriff of the County shall be
entitled to two (2) votes, which must be identical, and entitled to fully participate in all
decisions relating to the Joint Training Facilities Board. All decisions of the Joint Training
Facilities Board shall be by majority vote unless otherwise specified herein. If a tie vote
exists within the Joint Training Facilities Board, the tie shall be broken by a coin toss unless
154
another method of breaking the tie is decided upon by a majority of the Joint Training
Facilities Board.
D.Meetings. Meetings of the Joint Training Facilities Board shall be held as
needed, but no less than quarterly, and agendas set as determined by the Chair or a majority
of the Joint Training Facilities Board. All meetings shall be scheduled upon reasonable
notice to all Members of the Joint Training Facilities Board and shall be attended in person
unless the Joint Training Facilities Board allows for attendance by other means.
In addition, the Joint Training Facilities Board shall meet in December for elections of
Joint Training Facilities Board officers and the Joint Training Facilities Board and other
appropriate staff shall meet a minimum of once per year in September for an annual
planning meeting to discuss any amendments to the general operating plan; a capital
replacement plan; budgetary requirements for future budget years; scheduling usage of the
Joint Training Facilities; the review of rates, fees, and charges; and other pertinent matters
as may be necessary and appropriate for the continued operation and maintenance of the
Joint Training Facilities.
E.Officers. The officers of the Joint Training Facilities Board shall be a Chair,
Vice Chair, and Secretary. The officers shall be selected from the Members of the Joint
Training Facilities Board by a majority vote. The election of the initial officers shall take
place at the first meeting of the Joint Training Facilities Board and their terms shall begin
immediately. The Chair shall serve for an initial term ending in December of the next even-
numbered year, and every two (2) years thereafter, to be elected and take office at the
December elections meeting (set forth in Section 4(D) above) and shall hold office unless
he or she shall sooner resign, or shall be removed, or otherwise be disqualified to serve.
The Chair shall run the events of each meeting. The Vice Chair and Secretary shall serve
for an initial term ending in December of the next odd-numbered year, and every two (2)
years thereafter, to be elected and take office at the December elections meeting (set forth
in Section 4(D) above) and shall hold office unless he or she shall sooner resign, or shall
be removed, or otherwise be disqualified to serve. The Vice Chair shall preside when the
Chair is absent. The Secretary shall be responsible for taking minutes at each meeting. Only
those who shall at all times be a Member of the Joint Training Facilities Board are eligible
to be an officer of the Joint Training Facilities Board.
F.Additional Board Members. Additional members to the Joint Training
Facilities Board shall be evaluated on a case-by-case basis and may be added by a vote of
a majority of the Joint Training Facilities Board, upon terms the Joint Training Facilities
Board shall determine in its sole discretion. No member shall be added to the Joint Training
Facilities without also executing and becoming a party to this Agreement, as set forth in
Exhibit B, attached hereto and incorporated herein. The Initial Members and any additional
members shall collectively be the “Joint Training Facilities Members” or “Members.”
G.Withdrawal of Board Members. Withdrawal from being a Joint Training
Facilities Member and this Agreement shall be permitted upon minimum one (1) years’
written notice prior to the annual anniversary of the Date of Commencement of Obligations
provided in Section 2 above, to the Joint Training Facilities Board.
155
H. Expulsion of Members. By a vote of a majority of the Joint Training
Facilities Board (excluding the Member which is the object of the proposed expulsion) any
Joint Training Facilities Member, except for the County, may be expelled for one or more
of the following reasons: (a) failure to make any payments due hereunder; (b) failure to
allow other Members access to records relating to the purpose of this Agreement; (c) failure
to cooperate with other Members relating to the purpose of this Agreement; or (d) failure
to carry out any obligation hereunder. No Member may be expelled except after thirty (30)
days’ written notice from the Joint Training Facilities Board of the alleged failure along
with a thirty-day opportunity to cure the alleged failure. After the expulsion, the former
Member shall continue to be fully obligated for its portion of any cost which occurred
during the term of its membership. In the event a majority of the Joint Training Facilities
Board, except for the County, finds by majority vote that the County has materially
breached the terms of this Agreement, and the breach has not been cured after thirty (30)
days’ written notice to the County specifying the material default, withdrawal by one or
more of the of the Joint Training Facilities Members (except the County) shall be permitted,
without damages being assessed, notwithstanding the restriction of the preceding Section
4(G), Withdrawal of Members.
I. Payment. Each Initial Member of the Joint Training Facilities shall pay
FIVE THOUSAND DOLLARS AND NO/100 ($5,000.00) for its initial membership to
the Joint Training Facilities to the Joint Training Facilities Dedicated Fund set forth in
Section 7 below. Payment by additional Members of the Joint Training Facilities shall be
upon terms the Joint Training Facilities Board shall determine in its sole discretion. The
Parties understand and agree payments made pursuant to this subsection are non-
refundable.
J. Committees. The Joint Training Facilities Board shall have the following
committees:
i. Training Advisory Committee. There shall be a Training Advisory
Committee and each Customer shall be a member of said committee. Meetings of
the Training Advisory Committee shall be held on January 15th, April 15th, July
15th, October 15th, and as needed and agendas set as determined by the Chair or a
majority of the Joint Training Facilities Board. In addition, at each meeting of the
Training Advisory Committee, the Customers shall have an opportunity to provide
feedback and advice relating to the Joint Training Facilities’ standard operating
procedures and course instruction and training programs relating to the joint
standard operating procedures.
ii. Other Committees. There shall be such other standing or ad hoc
committees as from time to time established by the Chair with the advice and
consent of the Joint Training Facilities Board.
K. Open Meetings Act. The Parties acknowledge and agree that they have
entered into, and constructed this Agreement, with the purpose, intent, and in a manner to
allow intergovernmental cooperation while not creating a legal entity or separate public
body and the Open Meetings Act does not apply.
156
5.Standard Operating Procedures. The Joint Training Facilities Board shall carry out
the following purposes:
A.The Joint Training Facilities Board shall determine joint standard operating
procedures for the Joint Training Facilities. It is the intent that the Joint Training Facilities
Board will agree on joint standard operating procedures and lesson plans.
B.The Joint Training Facilities Board shall agree to appropriate course
instruction and training programs relating to the joint standard operating procedures
adopted to meet the criteria of Illinois statutes and any rules and regulations implementing
those statutes, including the Illinois Law Enforcement Training and Standards Board
(ILETSB), and each Joint Training Facilities Member shall have an opportunity for equal
access to the Joint Training Facilities to meet, at a minimum, each Member’s basic training
needs.
6.Powers and Duties. The Joint Training Facilities Board shall have the following
powers and duties:
A.Annual Budget. The initial annual budget for the Joint Training Facilities
through December 31, 2023, shall be prepared by and agreed to by the Joint Training
Facilities Board for approval by a majority decision. Revenues generated for use of the
Joint Training Facilities by Customers and third parties shall be used to reduce expenses.
Subsequent annual budgets for the Joint Training Facilities shall be prepared by the County
for each year ending November 30th (the County’s fiscal year) and presented to the Joint
Training Facilities Board for approval by a majority decision. The annual budget shall
itemize all anticipated revenues and operating expenses and shall support such items of
revenue and expense with records and documents. Revenues received for use of the Joint
Training Facilities by Customers and third parties shall be used to reduce expenses.
In the event the County fails to annually present a budget prior to September 15th of each
year, the Joint Training Facilities Board may approve by a majority decision the same
budget as the preceding year plus an amount not to exceed ten percent (10%).
B.Allocation of Costs. Upon completion of the initial annual budget for the
Joint Training Facilities, the Joint Training Facilities Board shall agree on the allocation of
costs, based on a percentage of the total costs, to each Initial Member for the maintenance,
repairs, and operations of the Joint Training Facilities. However, prior to any Initial
Member being obligated to pay funds in excess of those set forth in Section 4(I), Payment,
each Initial Member shall have an opportunity to review the initial annual budget and
determine its willingness to further participate in this Agreement. Any Initial Member may
withdraw as a Member from the Joint Training Facilities upon thirty (30) days’ written
notice following receipt of the initial annual budget and the provisions of Section 4(G),
Withdrawal of Members, above shall not apply.
Any future equitable adjustment of this allocation, including adjustments made for the
addition of Members to the Joint Training Facilities Board, shall be subject to a majority
vote of the Joint Training Facilities Board and any allocation of costs shall always cover
157
all the budgeted expenses. Payments to cover each Member’s allocation of costs shall be
made at such times (monthly, bi-annually, annually, etc.) as determined by the Joint
Training Facilities Board.
C. Personnel/Employees.
i. For a period of one (1) year from the Date of Commencement of
Obligations provided in Section 2 above, the County shall provide, at its own cost
and expense, all personnel (except instructors, which shall be provided pursuant to
Section 6(D) below) needed to operate the Joint Training Facilities, including
“Administrative Services.” Administrative Services shall include scheduling of
course instruction and training programs, facilities management, postage, and other
similar administrative services.
ii. After one (1) year from the Date of Commencement of Obligations
provided in Section 2 above, the Joint Training Facilities Board may either:
1. Continue to have the County provide all personnel needed to
operate the Joint Training Facilities, including Administrative Services;
however, all personnel shall be at the cost and expense of the Joint Training
Facilities. All personnel shall be based on the actual cost to the County and,
for County employees, shall include salary and benefits attributable to time
spent on work performed for the Joint Training Facilities. The County shall
identify the costs for personnel as a separate line item within the Joint
Training Facilities Dedicated Fund (defined below in Section 7); or
2. The Joint Training Facilities Board shall interview and rank
job candidates to provide all personnel needed to operate the Joint Training
Facilities, including Administrative Services. All personnel shall be at the
cost and expense of the Joint Training Facilities. All Joint Training
Facilities personnel shall be employees of the County and hired by the
McHenry County Sheriff, subject to a successful background check at the
sole discretion of the McHenry County Sheriff. Discipline of Joint Training
Facilities personnel and handling of grievances shall be at the discretion of
the McHenry County Sheriff. The County shall be liable for any damages
assessed in favor of the disciplined employee and pay all costs of defending
any disciplinary decisions, including attorney fees. All costs of the
grievance process, including any mediation, arbitration and court
proceedings, including attorney fees incurred, shall be paid by the County.
Provided, however, any employment benefits, including vacation pay,
retirement benefits, etc., which are to be reimbursed to the subject employee
shall be paid by the Members in accordance with the allocation of costs set
forth in Section 6(B). Periodically, the Joint Training Facilities Board will
conduct a staffing analysis of the Joint Training Facilities to determine that
it is properly staffed. The Joint Training Facilities Board shall have the
binding authority to determine staffing levels based upon the needs of the
Joint Training Facilities.
158
D.Member Instructors. In conjunction with the Joint Training Facilities Board
determining appropriate course instruction and training programs relating to the joint
standard operating procedures adopted to meet the criteria of Illinois statutes and any rules
and regulations implementing those statutes, including ILETSB, the Joint Training
Facilities Board shall determine internal candidates from each Member to become
approved instructors. All such instructors performing course instruction and training in
relation to the Joint Training Facilities and this Agreement shall remain the employees
solely of the Member which employed them to perform such services and not of any other
Member. (This does not preclude the Joint Training Facilities Board from contracting with
third-party instructors as needed or desired.)
E.Capital Replacement Plan. The Joint Training Facilities Board shall prepare
and approve a written five-year capital replacement plan in conjunction with the annual
planning meeting, beginning in 2023 and continuing every five (5) years thereafter.
F.Equipment. The Joint Training Facilities Board shall determine the training
equipment to be utilized and/or purchased and the methods of ownership and sharing of
resources, which shall be incorporated into the annual budget and the capital replacement
plan.
G.McHenry County EMA Operation Center. The Joint Training Facilities
Board shall agree with the County on terms of use relating to the lower-level training
room’s use as an operation center for the McHenry County Emergency Management
Agency during emergencies and training.
H.Customer Rates, Fees, and Charges. The Joint Training Facilities Board
shall determine the rates, fees, and charges to Customers for utilizing the Joint Training
Facilities, including rates, fees, and charges for participation in the course instruction and
training programs. Parties shall take precedent over Customers in scheduling the Joint
Training Facilities.
I.Third-Party Rates, Fees, and Charges. The Joint Training Facilities Board
shall determine the rates, fees, and charges to third parties for use of the Joint Training
Facilities. Members shall take precedent over third parties for using the Joint Training
Facilities.
J.Modifications to Classroom Facility. The Joint Training Facilities Board
shall approve any major modifications to the buildout of the Classroom Facility currently
set forth on Exhibit A.
K.Firearms Range. The Parties have not yet determined if the Firearms Range
will be maintained by the Parties in the same financial manner as the Classroom Facility.
However, it is the intent of the Parties to determine, through the Joint Training Facilities
Board, the following:
i.Construction Costs. The Joint Training Facilities Board shall
provide input to the County relating to the construction of the Firearms Range. Prior
to construction, the costs for the construction of the Firearms Range shall be the
159
sole responsibility of and paid for by the County and approved by the Joint Training
Facilities Board.
ii. Allocation of Operations and Maintenance Costs. Prior to
operations of the Firearms Range, the Joint Training Facilities Board shall agree on
whether additional law enforcement agencies are necessary or desired to participate
in the costs of maintenance, repairs, and operations of the Firearms Range, whether
there should be an initial contribution amount from the Initial Members, and the
allocation of costs of maintenance, repairs, and operations of the Firearms Range.
The Joint Training Facilities Board should determine said amounts as follows:
1. for the Initial Members if only the Initial Members
participate;
2. for each Initial Member if some, but not all, of the Initial
Members participate; and
3. for the Initial Members and additional Members if additional
law enforcement agencies participate.
iii. Right of First Refusal. Prior to any Initial Member being obligated
to pay funds for the Firearms Range in excess of those set forth in Section 4(I),
Payment, and agreed to consistent with Section 6(B), Allocation of Costs, each
Initial Member shall have an opportunity to review the initial tentative information
formulated under this Section 6(K) and determine its willingness to further
participate financially in the Firearms Range. Each Initial Member shall provide
written notice of its determination within sixty (60) days of receipt of the initial
tentative information or upon such other date as agreed to by the Joint Training
Facilities Board. Should an Initial Member determine not to financially participate
in the Firearms Range, the Initial Member may only participate in the Firearms
Range as a Customer.
7. Dedicated Fund. The County is acting as the fiscal agent for the Joint Training
Facilities Board and shall keep a fund for the benefit of the Joint Training Facilities Board (the
“Joint Training Facilities Dedicated Fund”). The Joint Training Facilities Dedicated Fund shall
consist of two separate and independent categories of funds: 1) a capital fund (“Capital Fund”);
and 2) a fund for the annual expenses for Administrative Services, operation, and maintenance
(“Operations Fund”). On an annual basis, when the budget and annual contributions from each of
the Parties are calculated, any remaining fund balance in the Operations Fund will be applied to
offset the annual contributions from each Party to the Operations Fund. On a monthly basis, the
County shall provide a record of the revenues, expenses, and account balances for the Capital Fund
and the Operations Fund. The Joint Training Facilities Dedicated Fund shall be equally owned by
the Parties but will be held in trust by the County acting as the fiscal agent. The Joint Training
Facilities Dedicated Fund shall be subject to annual appropriations by each Party.
8. Employee Status. All employees of each Member who perform any services in
relation to the Joint Training Facilities and this Agreement shall remain the employees solely of
the Member which employed them to perform such services and not of any other Member.
160
9.Term and Termination. The term of this Agreement is perpetual, subject to a
majority vote of the Joint Training Facilities Board. Upon dissolution of the Joint Training
Facilities Board by majority vote of the Joint Training Facilities Board, all financial matters
addressed by this Agreement shall equitably and proportionately be adjusted and allocated between
the Members and all decisions thereafter regarding all matters involving the Joint Training
Facilities shall be turned over to the County. However, the Members agree that they shall remain
liable in accordance with Section 10, Indemnification and Liability.
10.Defense and Indemnification.
A.Not a Legal Entity. The Parties acknowledge and agree that they have
entered into and constructed this Agreement with the purpose, intent, and in a manner to
allow intergovernmental cooperation while not creating a legal entity or separate public
body. The Parties further acknowledge and agree that by entering into this Agreement, the
Parties are agreeing to provide each other intergovernmental cooperation pursuant to the
terms of this Agreement only and are not authorizing any Member or the Joint Training
Facilities Board to take any actions that would confer legal entity or public body status on
the Joint Training Facilities Board.
B.Cannot Be Sued. The Parties acknowledge and agree that the Joint Training
Facilities Board is not a legal entity that can sue or be sued. In the event that the Joint
Training Facilities Board is named as a party to a lawsuit, claim, or action, either
individually or as a co-defendant to any Party, no Party shall take any action or position
that is contrary to this subsection; rather, all Parties hereby agree that unless and until a
court of competent jurisdiction rules otherwise, the Parties shall not take the position that
the Joint Training Facilities Board is a legally entity, public body, or can sue or be sued.
C.Payment of Costs. If, and only if, a court of competent jurisdiction
determines that the Joint Training Facilities Board can be sued as an independent entity
related to an incident or matter pursuant to this Agreement, the Joint Training Facilities
Board shall retain defense counsel to represent it in such a lawsuit, claim or action. Any
costs of defense, including, without limitation all legal fees, during the pendency of such
lawsuit, claim, or action shall be allocated to the Parties in the same manner as the Parties
determine the annual budget is allocated under Section 6. Each Party shall be responsible
for payment of its portion of the costs within thirty (30) days of receipt of an invoice.
D.Indemnification. Each Party (the “Indemnifying Party”) agrees to defend
itself in any actions or disputes brought against it in connection with or as a result of this
Agreement and to hold harmless and indemnify every other Party (the “Indemnified
Parties”) and the Indemnified Parties’ officers and employees from any losses, claims,
expenses, actions or judgments, including reasonable attorney’s fees, as a result of the
negligence or acts of the Indemnifying Party and Indemnifying Party’s police department.
Provided, however, this shall not impair the contract rights of the Parties hereunder.
Further, each Party (the “Employer”) is responsible for its personnel acting under this
Agreement and releases, indemnifies and holds harmless each and every other Party hereto
with regard to any claims for injury or damage made by Employer’s personnel involving
employment benefits provided by law or contract. Specifically, with regard to employment
161
benefits, all employee benefits, wage and disability payments, pension and worker’s
compensation claims, damage to or destruction of equipment and clothing and medical
expense of the Employer’s personnel shall be paid by Employer.
E.Non-Waiver of Immunities. No Party to this Agreement or while
performing under the terms of this Agreement shall be deemed to waive any governmental
immunity or defense to which the Party would otherwise be entitled under statute or
common law.
11.Insurance. The County shall maintain for the duration of the Agreement, at the
County’s expense, property insurance on the 655 Property and the structures and the Firearms
Range (as set forth in Section 3) and the County or Cary, as the case may be, shall maintain for the
duration of the Agreement, at the owner’s expense, property insurance on the 460 Property. Each
Party participating under the terms of this Agreement shall procure and maintain, at its sol e and
exclusive expense, insurance coverage which covers itself, its personnel and equipment and
liability for its participation in providing assistance pursuant to this Agreement as follows:
A.Commercial General Liability (including contractual liability coverage):
$1,000,000 combined single limit per occurrence for bodily injury, and property damage and
$1,000,000 per occurrence for personal injury. The general aggregate shall be twice the
required occurrence limit. Minimum General Aggregate shall be no less than $2,000,000 or a
project/contract specific aggregate of $1,000,000;
B.Business Automobile Liability: $1,000,000 combined single limit per
accident for bodily injury and property damage; and
C.Workers’ Compensation and Employers’ Liability: Workers’ Compensation
coverage with statutory limits and Employers’ Liability limits of $500,000 per accident.
Such policies shall not be canceled, limited in scope, or non-renewed until after thirty (30) days
written notice has been given to the other Parties. Certificates of Insurance evidencing the above-
required insurance shall be supplied to the Joint Training Facilities Board within ten (10) days of
approval of this Agreement. Each Party shall bear the responsibility for its own insurance even in
the event of inadequate, nonexistent, or exhausted coverage. The Parties shall have no obligation
to provide or extend insurance coverage to insure the personnel of any other Party to this
Agreement or to insure the acts or omissions of personnel of any other Party to this Agreement.
12.Notice. Any notice required or permitted to be given by this Agreement must be in
writing and is sufficiently given upon the actual receipt by the recipient, if notice is given by
personal delivery or e-mail and a confirmation copy of such notice is simultaneously sent by
personal delivery, U.S. certified mail (return receipt requested), or reputable overnight commercial
courier service. Notices must be addressed to the recipient as set forth below or at such other
address as provided pursuant to this notice provision:
162
To Algonquin: Village of Algonquin
2200 Harnish Drive
Algonquin, Illinois 60102
Attn: Chief of Police
Email:
To Cary: Village of Cary
755 Georgetown Drive
Cary, Illinois 60013
Attn: Chief of Police
Email:
To Lake in the Hills: Village of Lake in the Hills
600 Harvest Gate
Lake in the Hills, Illinois 60152
Attn: Chief of Police
Email:
To McHenry City: City of McHenry
333 Green Street
McHenry, Illinois 60050
Attn: Chief of Police
Email:
To the County: County of McHenry
2200 N. Seminary Avenue
Woodstock, Illinois 60098
Attn: Sheriff, McHenry County Sheriff’s Office
Email: sheriff@mchenrycountyil.gov
13.Severability. It is agreed by the parties that the provisions of this Agreement are
severable. If any provision, paragraph, section, subdivision, or clause is held to be contrary to the
law, or contrary to any rule or regulation having the full force and effect of law, such decision shall
not affect the remaining portions of this Agreement.
14.Governing Law. The Parties agree any and all disputes, controversies, or claims
arising under this Agreement shall be governed by the laws of the State of Illinois, without regard
to conflicts of laws principles. The Parties further agree that the exclusive venue for all such
disputes shall be the Circuit Court of the 22nd Judicial Circuit of McHenry County, Illinois, and
the Parties hereby consent to the personal jurisdiction thereof.
15.Entire Agreement. It is agreed by the Parties that the Agreement of the Parties is
contained herein, and that this Agreement supersedes all oral agreements and negotiations between
the Parties relating to the subject matter hereof.
16.Amendments. Any alterations, amendments, deletions or waivers of any provision
of this Agreement shall be valid only when executed in writing and signed by the Parties hereto.
163
17.Rights of Third Parties. Nothing herein shall be construed to create any rights or
duties to third parties, it being the Parties’ mutual intent that there be no third-party beneficiaries
to this Agreement.
18.No Agency Created. Only an independent governmental relationship between the
Parties is created by this Agreement and no Party shall constitute an authorized agent of the other.
19.Assignment Prohibited. No Party hereto shall assign this Agreement or the rights
and duties hereunder.
20.Authorized Signatory. Each person signing below on behalf of one of the Parties
hereto agrees, represents and warrants that he or she has been duly and validly authorized to sign
this Agreement on behalf of the Party.
21.Counterparts. This Agreement may be executed in two or more counterparts, each
copy of which shall be deemed an original, and all such counterparts shall be deemed to constitute
one and the same instrument.
NOW, THEREFORE, the Parties have entered into this Agreement on the date set forth
above.
VILLAGE OF ALGONQUIN ATTEST:
By: By:
Debby Sosine, President Fred Martin, Village Clerk
VILLAGE OF CARY ATTEST:
By: By:
Mark Kownick, Mayor Susan Greene, Village Clerk
VILLAGE OF LAKE IN THE HILLS ATTEST:
By: By:
Ray Bogdanowski, President Shannon DuBeau, Village Clerk
164
CITY OF McHENRY ATTEST:
By: By:
Wayne S. Jett, Mayor Trisha Ramel, City Clerk
COUNTY OF McHENRY ATTEST:
By: By:
Michael Buehler, Chair Joseph J. Tirio, County Clerk
165
EXHIBIT A
655 Property - Upper Level
655 Property - Lower Level
166
EXHIBIT B
ADDENDUM NO. TO INTERGOVERNMENTAL AGREEMENT
RELATING TO THE MCHENRY COUNTY CONSOLIDATED
LAW ENFORCEMENT JOINT TRAINING FACILITIES
THIS ADDENDUM TO INTERGOVERNMENTAL AGREEMENT (“Addendum No.
”) is made this day of , 20 by and between the
VILLAGE OF ALGONQUIN, an Illinois municipal corporation acting by and through its
President and Village Board (“Algonquin”); the VILLAGE OF CARY, an Illinois municipal
corporation acting by and through its Mayor and Village Board (“Cary”); the VILLAGE OF LAKE
IN THE HILLS, an Illinois municipal corporation acting by and through its President and Village
Board (“Lake in the Hills”); the CITY OF MCHENRY, an Illinois municipal corporation acting
by and through its Mayor and City Council (“McHenry City”); the COUNTY OF MCHENRY, a
body politic and corporate acting by and through its County Board (the “County”); and
(the “Additional Member”).
WHEREAS, Algonquin, Cary, Lake in the Hills, McHenry City, and the County previously
entered into that certain intergovernmental agreement entitled “Intergovernmental Agreement
between the Village of Algonquin, Village of Cary, Village of Lake in the Hills, City of McHenry,
and County of McHenry relating to the McHenry County Consolidated Law Enforcement Joint
Training Facilities” dated , 2022 (the “Agreement”);
WHEREAS, the Additional Member desires to become a Member of the Joint Training
Facilities Board and be bound by the terms of the Agreement and those additional terms as set
forth in this Addendum No. ;
WHEREAS, pursuant to Section 4(F) of the Agreement, additional members may be added
to the Joint Training Facilities Board and shall execute and become a party to the Agreement; and
WHEREAS, the Parties are authorized by the terms and provisions of Section 10 of Article
VII of the Illinois Constitution and the Intergovernmental Cooperation Act, 5 ILCS 220/1, et seq.,
to enter into intergovernmental agreements, ventures, and undertakings to perform jointly any
governmental purpose or undertaking any of them could do separately.
NOW, THEREFORE, in consideration of the mutual covenants contained herein and those
set forth in the Agreement, the Parties agree as follows:
1.Recitals. The above recitals are an integral part of this Addendum No. and
are incorporated herein.
2.Bound by Agreement. The Additional Member agrees to be bound by the terms of
the Agreement in addition to this Addendum No. .
167
3. Payment. The Additional Member of the Joint Training Facilities shall pay
THOUSAND DOLLARS
AND NO/100 ($ .00) for its initial membership to the Joint Training Facilities to the
Joint Training Facilities Dedicated Fund.
4. Allocation of Costs. The annual budget for the Joint Training Facilities through
December 31, , has been prepared by and agreed to by the Joint Training Facilities Board.
The costs, based on said annual budget, for the maintenance repairs, and operations of the Joint
Training Facilities shall be apportioned for the remainder of the year and shall be reallocated
between the Members and the Additional Member pursuant to the following percentages:
Municipality Percentage Allocation of Costs
Algonquin 13.89 %
Cary 7.22 %
Lake in the Hills 11.39 %
McHenry City 14.17 %
County 53.33 %
Additional Member TBD %
Any future equitable adjustment of this allocation shall be subject to a majority vote of the Joint
Training Facilities Board and any allocation of costs shall always cover all budgeted expenses.
5. Definitions. Any capitalized term or word used herein but not defined shall have
the same meaning as the capitalized terms in the Agreement.
6. Addendum. This instrument is simply an addendum and is part of and integrated
into the Agreement between the Members and the Additional Member. In the event that there is
an inconsistency or conflict between the terms and provisions of this Addendum No. and
the remainder of the Agreement, the terms and provisions of this Addendum No. shall
control, govern, and prevail.
NOW, THEREFORE, the Parties have entered into this Addendum No. on the date set
forth above.
VILLAGE OF ALGONQUIN ATTEST:
By: By:
, President , Village Clerk
VILLAGE OF CARY ATTEST:
By: By:
, Mayor , Village Clerk
168
VILLAGE OF LAKE IN THE HILLS ATTEST:
By: By:
, President , Village Clerk
CITY OF McHENRY ATTEST:
By: By:
, Mayor , City Clerk
COUNTY OF McHENRY ATTEST:
By: By:
, Chair , County Clerk
169
To: Joint Training Facilities Board
From: Chief Patrick M. Finlon
Subject: Budget Research and Instructor Inventory
Date: March 22, 2023
Attached is information used to develop an operating budget for the Law
Enforcement Training Center and the Firearms Training Range. Additionally, a
survey was conducted of participating agency personnel to determine those
training topic areas that they are qualified to provide instruction. Upon
gathering this information, a preliminary analysis was conducted to identify
topics that have sufficient instructors and those topics areas that require
additional qualified personnel to present instruction.
Budget Development
The initial budget has been developed using several sources. First, historic data
from the Village of Cary was used to estimate the operating costs for utilities
and telecommunications in its previous use as the Village Hall and Police
Department. Second, McHenry County budget estimates were used for
estimates related to maintenance/repair costs, maintenance contract and for
costs related to assigned personnel. Finally, a representative of InVeris
Training Solutions [Kyle Badger Tx. (678) 630-9049] was consulted to develop
costs related to the maintenance and operation of the firearms range as well as
reporting operating costs previously received from On-Target Range and
Tactical Center. InVeris Training Solutions is the successful bidder awarded
the contract to install range equipment for the Firearms Range located at
460 Cary Woods Circle, Cary IL.
Labor costs related to the Joint Training Facilities, provided by the McHEnry
County Sheriff’s Office,would include an assigned Administrative Assistant
(annual salary - $66,000.00) and a Janitor (annual salary - $50,000.00). These
costs were split evenly between the two facilities.
What is not included in the proposed budget is an amount for capital
improvement funding, which will be developed for an annual assessment, and
the costs for McHenry County to obtain insurance for the Training Center and
Firearms Range.
The summary of the operating budget for the Joint Training Facilities is
depicted in the table below:
McHenry County Law Enforcement
Regional Training Center
McHenry County Sheriff
Sheriff Robb Tadelman
Undersheriff John Bucci
Algonquin PD
Chief Dennis Walker
Cary PD
Chief Patrick Finlon
Lake in the Hills PD
Chief Mary Frake
McHenry PD
Chief John Birk
170
McHenry County Law Enforcement – Regional Training Center
Budget Research and Instructor Inventory –March 22, 2023 Page - 2
More detailed information related to the budget is provided in the attached spreadsheets.
The share of the operating budget is assessed on a pro-rated basis to the members of the Joint
Training Facilities Board based upon the number of agency personnel that will regularly require
firearms qualification. An adjustment was made to address McHenry County Sheriff’s Office
Corrections and Court Security personnel. A factor of .5 is used in determining the total number of
McHenry County Sheriff’s personnel assigned to these functions. The table below depicts the
number of personnel from participating agencies:
Agency Personnel Adjusted
Personnel Total
Algonquin PD 50 50 50
Cary PD 26 26 26
Lake in the Hills PD 41 41 41
McHenry PD 51 51 51
McHenry County Sheriff - Patrol 104 104 192 McHenry County Sheriff – Corrections/Courts Security 176 88
Total 360
Based on the developed annual budget and total personnel, the table below depicts the proportional
annual assessment for each Joint Training Facilities Board member agency:
Agency Personnel Proportional
Assessment (%) Assessment ($)
Algonquin PD 50 13.89 44,975.75
Cary PD 26 7.22 23,387.39
Lake in the Hills PD 41 11.39 36,880.12
McHenry PD 51 14.17 45,875.27
McHenry County Sheriff’s Office 192 53.33 172,706.89
This does not include the $5,000.00 initial Joint Training Facilities Board membership assessment.
Instructor Inventory
Participating agencies were asked to submit a roster of agency personnel that are qualified as
instructors, preferably Illinois Law Enforcement Training and Standards Board (ILETSB) certified.
A total of 42 individuals were identified as instructors, 10 of which have applications pending with
Location Annual Budget
Training Center $ 149,959.42
Firearms Range $ 173,866.00
Total $ 323,825.42
171
McHenry County Law Enforcement – Regional Training Center
Budget Research and Instructor Inventory –March 22, 2023 Page - 3
ILETSB. There was also a lack of uniformity related to the title of topic areas. The McHenry
County Sheriff’s Office had the most identified instructors with Cary PD having the least number of
ILETSB certified instructors. Generally, the inventory identified a great deal of instructional talent
within the participating agencies.
More detail related to the Instructor Inventory can be found in the attached chart.
Training Topic Analysis
An objective of the intergovernmental agreement establishing the Law Enforcement Regional
Training Center is to provide training opportunities to satisfy the training mandates established by
Public Act 101-0652 (50 ILCS 705/7(g) and (h)), and (50 ILCS 705/10.6). In reviewing the
instructor topics, the training topics can be categorized in the following manner:
First Aid Investigations Legal Tactics Traffic
Emergency Vehicle Operation
The majority of instructor expertise is found in the areas of “Tactics” and “Legal” - specifically, in
the “Use of Force” and “Firearms Proficiency/Qualification” areas.
Areas of training that are important to the delivery of law enforcement services but are not found
within the inventory of instructors includes:
Communications Leadership/Supervision Mental Health and Wellness
Crisis Intervention
For reference, the following in-service training mandates that are required by statute and identified
by a summary document distributed by the Illinois Training and Standard Board – effective
July 1, 2022 are provided for review and comparison to the instructor inventory:
Annually (no minimum hours assigned to annual mandates)
Crisis intervention training; Emergency medical response training and certification; Law updates;
Officer wellness and mental health; Firearms Restraining Order Act (Certificate Required); and
Firearms Qualification
Every 3-years (30-hours of training - minimum)
Sexual Assault /Trauma informed response (all police officers); Constitutional and proper use of
law enforcement authority; Cultural competency (including implicit bias along with ethnic & racial
sensitivity training); Civil rights, Human rights; Procedural justice; Reporting child abuse and
neglect; Sexual Assault/Abuse Investigator Training (for those who investigate sexual assault
crimes); Use of Force [At least 12-hours of hands-on, scenario-based role-playing and at least
6-hours of instruction on use of force techniques, including the use of de-escalation techniques to
prevent or reduce the need for force whenever safe and feasible or when force must be used, to use
172
McHenry County Law Enforcement – Regional Training Center
Budget Research and Instructor Inventory –March 22, 2023 Page - 4
force that is objectively reasonable, necessary, and proportional under the totality of the
circumstances; and to ensure appropriate supervision and accountability], [at least 6-hours of
training focused on high-risk traffic stops], [Specific training on officer safety techniques, including
cover, concealment, and time], [Specific training on the law concerning stops, searches and use of
force under the Fourth Amendment to the United States Constitution], [the scenario-based hours
can be done in any of the aforementioned areas of education & training under Use of Force and are
not specific to the ‘6 & 6’ areas only].
Every 5-years (no minimum hours assigned)
Psychology of Domestic Violence
Liaison with Mobile Training Unit #3 – NEMRT
I had occasion to speak with the Director of North East Multi-Regional Training (MTU-3),
Joe Schweihs regarding the Regional Training Law Enforcement Training Center and its proposed
operations. I explained to Director Schweihs the composition of the Joint Training Facilities Board
and the plan as it relates to training delivery. He indicated that the Board would only need to
designate one individual to represent the participating agencies with NEMRT as it relates to
reporting training documents for approval or certification.
173
174
McHenry County
DRAFT Budget
Law Enforcement Training Facilities
410500 Utilities - Light & Power
410525 Utilities - Heating/Gas
410550 Utilities - Water/Sewer
413000 Maintenance Agreements
Alpha Controls $ 1,000.00
Boiler Insp. - State Fire Marshal $ 250.00
Doors - Automatic
Doors - Coiling Fire
Doors - Overhead Door $ 775.00
Elevator Inspections $ 2,705.00
Fire Alarm / Pumps / Sprinklers $ 1,975.00
Fire Extinguisher $ 100.00
Generator Prev. Maint.$ 2,005.00
HVAC Preventative Maintenance $ 6,200.00
Misc. Agreements $ 1,000.00
Pest Control $ 500.00
Roof Inspections $ 375.00
Janitorial Services $ -
Window Cleaning $ 350.00
Sub total $ 17,235.00
430500 Repair & Maint. - Building & Grounds
Doors - Other Door Repair $ 275.00
Doors - Closers $ 220.00
Doors - Overhead Door Repairs $ 850.00
Elect-Supplies $ 400.00
Electrical Repair $ 1,150.00
Fire Alarm Repairs $ 750.00
Fire Sprinkler Repairs $ 1,000.00
General Building Materials - Menards Etc.$ 195.00
Grounds - Concrete Sidewalks and Curb Repairs $ 750.00
Grounds - Sealcoating, Patching and Striping $ 500.00
Light Bulbs $ 250.00
Locks $ 315.00
Mech - Pump Repairs $ 1,000.00
175
Paint & Paint Supplies $ 125.00
Plumbing-Repairs $ 1,550.00
Plumbing-Supplies $ 500.00
Roof Repairs $ 400.00
Testing & Balance $ -
Grainger $ 250.00
Other/Contingency $ 1,100.00
Sub total $ 11,580.00
430590 Repair & Maint. - Heavy Machinery
Elect - Motors - Dresilker $ 800.00
Elect-VFD Repairs $ -
Generator Repairs $ 1,400.00
HVAC - Building Automation Repairs $ 600.00
HVAC - Filters
HVAC Parts $ 600.00
HVAC - Refrig. Parts $ 500.00
Mech - Boiler Repairs $ 2,200.00
Mech - RTU Repairs $ 1,200.00
Other/Contingency $ 1,150.00
Sub total $ 8,450.00
444900 Garbage Disposal
Garbage Disposal $ 1,140.00
Shred Service $ 384.00
Sub total $ 1,524.00
445000 Snow Removal
Ice Melt Sidewalks $ 150.00
Shovels and Misc $ 55.00
Snow Blower Service $ -
Snow Plow Service $ 8,472.00
Snow Plow Risk to Zero (10%)$ 847.20
Sub total $ 9,524.20
176
Page1of3
February 8, 2023
Cary Police Department
Address: 755 Georgetown Drive
Cary, Illinois 60013
Attn: Patrick Finlon
pfnlon@caryillinois.com
847-474-8046
REF: 2023-1045
MAINTENANCE AGREEMENT
1.1. This agreement is made and entered into this _____ of ________ 2023 by and between InVeris Training
Solutions and Cary Police Department. Under the terms of this agreement, InVeris Training Solutions will
provide all labor, travel, expenses, etc., required to perform the maintenance and repairs, as needed, at
the Customer’s facility. This agreement provides for 4 visit(s) per year for 1 year(s) to be scheduled in
conjunction with other local area visits. All work performed will be as described herein. Scheduling of
this contract is pre-scheduled by the customer by month; specific day is the decision of both
parties mutual agreement.
2.1. The Work During each visit a certified InVeris Training Solutions technician will perform the following
services on site:
1. Test for proper operation all components of the target conveying systems.
2. Check and adjust drive belts, cables, electrical connection, target stops, carriers, take-up assemblies
and all other components of the conveying system not mentioned herein. Any wheels, hardware,
or pulleys necessary will be supplied at an additional charge.
3. Lubricate, as required, all components requiring lubrication.
4. Clean the overhead track system of debris as required.
5. Repair as required any non-functioning target lane or component thereof. Including electronic
assembles and the master control console. (On site only and parts are extra)
6. Inspect all ballistic protection equipment including the bullet trap for improper wear and tear or the
accumulation of lead and/or other debris.
7. During the course of work the InVeris Training Solutions technician will provide the customer with
basic instruction of maintenance, operation procedures and training on the system.
8.Range must be closed until maintenance is complete.
177
Page2of3
3.1 Payment In consideration of the above, the customer agrees to pay InVeris Training Solutions within 30
days of the rendered services, the sum outlined below per visit plus parts provided under this agreement,
plus the amount of parts used as authorized by the customer.
S-SV Year One Service Visit(s) 4 $1,989.00 $7,944.00
Parts Spare Parts 1 $1,000.00 $1,000.00
Total: $8,944.00
4.1 Special Conditions This agreement shall remain in full force and effect for a period of 1 year(s) from the
date of this agreement. Maintenance contract, unless specified below, will assume expiration date from 1
years of the “contract entered date” provided by you in paragraph 1.1 herein.
Other expiration date:
4.2 This agreement may be renewed, subject to a renegotiated price, by the customer serving written notice on
InVeris Training Solutions within 10 days of its expiration.
4.3 InVeris Training Solutions Inc. agrees to provide its standard commercial insurance coverage for general
liability and workman’s compensation. Upon request, InVeris shall provide proof of insurance that will include
InVeris’ standard commercial limits.
4.4 All work completed under this contract will be covered by a 90 day parts and labor warranty.
4.5 This offer is only valid for 90 days.
5.1 Exclusions Lead removal and or bullet trap repair is not covered under this agreement.
6.1 Please indicate below when your fiscal budget year begins: ______________
And the submittal deadline for all proposal renewals: ____________
7.1 Other Conditions The InVeris Training Solutions, Inc. (IVTSI) Standard Spares/Repairs and Service Terms and
Conditions and IVTS-SVC-002-REV10_05-18-2022 incorporated by reference herein apply to purchase order(s) and/or
credit card sale(s) issued by Buyer to Seller that result from this request for pricing. If the Seller receives a purchase
order or credit card sale for item(s) the Seller presumes that the buying agency has followed all required competition
justifications. IVTS shall provide a copy to the Buyer of the aforementioned document upon request. By signing this
offer the parties agree that the terms and conditions of this offer shall govern the Service and shall be binding upon both
parties. The State Laws of Delaware shall govern this agreement. This offer represents the agreement of both parties
and shall supersede any and all contracts, agreements, or understandings regarding the Service being performed under
this offer.
178
Page3of3
8.1 Spare Parts Customer agrees IVTS is authorized to charge up to $1,000.00 per year for spare parts
required to maintain equipment for the duration of this maintenance agreement
Pursuant to the above terms and conditions this contract has been duly executed by the following parties:
__________________________________________________
Cary Police Department
Kyle Barger
Field Service Manager
InVeris Training Solutions, Inc.
Tel: 678.288.1169
Fax: 678.288.1503
kyle.barger@inveristraining.com
Service Help Desk Toll Free Phone: (800) 344-6771
179
180
181
Personnel - Proportion
Algonquin 50 13.89%
Cary 26 7.22%
Lake in the Hills 41 11.39%
McHenry 51 14.17%
McHenry County 192 53.33%104 "176 * .5
Total 360
2023 Assessment
Algonquin 44,975.75
Cary 23,387.39
Lake in the Hills 36,880.12
McHenry 45,875.27
McHenry County 172,706.89
Total 323,825.42
2023 Assessment 655 Building
Algonquin 20,827.70
Cary 10,830.40
Lake in the Hills 17,078.71
McHenry 21,244.25
McHenry County 79,978.36
Total 149,959.42
2023 Assessment Firearms Range
Algonquin 24,148.06
Cary 12,556.99
Lake in the Hills 19,801.41
McHenry 24,631.02
McHenry County 92,728.53
Total 173,866.00
182
Training CenterService CategoryServiceProviderAnnual CostsCommentsUtilitiesElectricityComEd28,500.00UtilitiesNatural GasNicor11,060.22UtilitiesWater/SewerVillage of Cary 2,500.00Telephone/InternetComcast, Call One, TIG33,247.94Maintenance Agreements HVAC Controls, Doors, Elevator,15,384.24Fire Alarm, Sprinkler, Fire Ext.,Pest Control, Roof Inspection,Window CleaningRepair and Maintenance Doors, Electrical, Fire Alarm,11,580.00Sprinkler, concrete, sealcoating,parking lot, light bulbs, locks,Paint, plumbing, roof repairsRepair/Maint. - Heavy Equip Motors, HVAC, Boiler repairs,7,050.00Rooftop units, othersGarbage Disposal1,524.00Snow Removal9,524.20Generator Maintenance0.00 Sheriff Sub-Station OnlyLegal Services1,000.00InsuranceMcHenry County recapture10,000.00Staffing/Labor58,000.00Reserve MaintenancePolicy DeterminedTotal189,370.6070% of Operating149,959.42Includes 100% Personnel Recapture183
Firearms RangeServiceProviderProviderAnnual CostsCommentsUtilitiesElectricityComEd17,495.00UtilitiesNatural GasNicor18,330.00UtilitiesWater/SewerVillage of Cary 1,750.00Grounds Maintenance Snow/Ice RemovalN/CGrounds Maintenance Lawn MaintenanceN/CGrounds Maintenance Landscape care and Maintenance400.00Waste ManagementRefuse Collection2,640.00Telecommunications Internet/PhonesComcast10,200.00Fire SafetyFire Extinguisher Inspection485.00Fire SuppressionSprinkler1,000.00Fire SuppressionInspection/Maintenance1,127.00Fire AlarmAlarm960.00Security SystemsBurglar Alarm960.00Security SystemsAccess Control1,200.00Pest Control480.00Range MaintenanceRange Re-CommissioningCarey's HVAC2,695.00HVAC MaintenanceMG Mechanical 1,200.00Range MaintenanceAir FiltersMG Mechanical 20,000.00Range MaintenanceAir Filter DisposalMG Mechanical 15,000.00Range MaintenanceTrap Mining/Lead Remediation Inveris0.00 Determined on use (Lead and Brass)Range MaintenanceMechanical and Trap PMCS Inveris9,944.00 Mining after 500,000 to 600,000 rounds totalInsuranceMcHenry County recapture10,000.00Staffing/Labor58,000.00Reserve MaintenancePolicy DeterminedTotal173,866.00Lead/Brass RecyclingApplicable 2024 (Negative Number)Combined Operating Costs323,825.42184
Emergency Medical ResponseFirst Aid/Tactical TraumaFirst Aid/Tactical CareImmediate Trauma Care/Proper Application of TorniquetPressure Bandages and Treatment of ShockSelf-Aid/Buddy Aid for Police OfficersConsitutional and Proper Use of LE AuthorityProcedural JusticeCivil RightsKnowledge of Policies and LawUnreasonable Use of Force/Excessive Use of ForceLegal UpdatesSearch and SeizureUse of Force - De-EscalationUse of ForceRapid Deployment/Rescue Task ForceManagement and Control TacticsCover Concealment and TimeHandcuffing and Edged WeaponsControl TacticsFirearms ProficiencyDefensive/Control TacticsBasic SWATCQBBuilding Patrol CQB Program (1 and 2)Officer Safety TechniquesBallistic ShieldActive Threat TrainingActive Shooter RefresherLow-Light EngagementsDe-Escalation Training - Scenario BasedUse of Force - Scenario BasedTASERStandardized Field Sobriety TestingStandardized Field Sobriety Testing - RefresherTraffic RADAR/LIDAR (Entire Course)High Risk Traffic StopsDrug Recognition ExpertCrisis Intervention (Not CIT)Trauma -Informed Response to Sexual AssaultSexual Assault InvestigatorEmergency Vehicle Operation Course (EVOC)High Risk Event PlanningNameAgencyKevin ByrnesMcHenry County SheriffX XX XX XTim CreightonMcHenry County Sheriff XXJason NovakMcHenry County SheriffX XXDerick WatersMcHenry County SheriffXX XEric WoodsMcHenry County SheriffX XXXDavid BachmanMcHenry County SheriffXXNoah KnudsonMcHenry County SheriffXXXXAlex EmbryMcHenry County SheriffX XX XHector GarzaMcHenry County SheriffXXXXXAmber KnollMcHenry County Sheriff XEric EllisMcHenry County SheriffXX XXAlan SabolMcHenry County SheriffMichael FlanneryMcHenry County SheriffJohn WisniewskiMcHenry County SheriffMcKeenMcHenry PDXXXXKinneyMcHenry PDXXXRewiakoMcHenry PDX XXCruzMcHenry PDXXXXHendricksonMcHenry PDXX X XX X XXXFisherMcHenry PDX X X X X X XXX XPolidoriMcHenry PDX X X X X XVoelkerMcHenry PDXXXXJ. DucakMcHenry PDXX XAalltoMcHenry PDX X XXXXX XLegalTacticsInvestTrafficFirst AidInstructor InventoryPage 1 of 2185
Emergency Medical ResponseFirst Aid/Tactical TraumaFirst Aid/Tactical CareImmediate Trauma Care/Proper Application of TorniquetPressure Bandages and Treatment of ShockSelf-Aid/Buddy Aid for Police OfficersConsitutional and Proper Use of LE AuthorityProcedural JusticeCivil RightsKnowledge of Policies and LawUnreasonable Use of Force/Excessive Use of ForceLegal UpdatesSearch and SeizureUse of Force - De-EscalationUse of ForceRapid Deployment/Rescue Task ForceManagement and Control TacticsCover Concealment and TimeHandcuffing and Edged WeaponsControl TacticsFirearms ProficiencyDefensive/Control TacticsBasic SWATCQBBuilding Patrol CQB Program (1 and 2)Officer Safety TechniquesBallistic ShieldActive Threat TrainingActive Shooter RefresherLow-Light EngagementsDe-Escalation Training - Scenario BasedUse of Force - Scenario BasedTASERStandardized Field Sobriety TestingStandardized Field Sobriety Testing - RefresherTraffic RADAR/LIDAR (Entire Course)High Risk Traffic StopsDrug Recognition ExpertCrisis Intervention (Not CIT)Trauma -Informed Response to Sexual AssaultSexual Assault InvestigatorEmergency Vehicle Operation Course (EVOC)High Risk Event PlanningNameAgencyLegalTacticsInvestTrafficFirst AidInstructor InventoryAmy BucciAlgonquin PDX XVergaraAlgonquin PDSkrodzkiAlgonquin PDDolesAlgonquin PDWilkinAlgonquin PDPelayoAlgonquin PDReveraAlgonquin PDPalmerAlgonquin PDMike BoyceLake in the Hills PDXXDraftzLake in the Hills PDX XXXXHowenLake in the Hills PDXXDestefanoLake in the Hills PDXLeeLake in the Hills PDXXXXDeckerLake in the Hills PDXCarsonLake in the Hills PDXManninoLake in the Hills PDXXRiffeLake in the Hills PDXScott NaydenoffCary PDX X XXXTotal3 2 1 1 1 1 5 4 4 2 2 1 3 7 9 5 1 5 1 1 13 2 3 1 3 1 1 2 1 3 4 2 3 1 1 1 7 1 1 1 2 4 1= Planned or ProposedPage 2 of 2186
187
188
189
190
191
192
193
MINUTES
REGULAR CITY COUNCIL MEETING
Monday, April 17, 2023, 7:00 p.m.
City Council Chamber, 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 -
absent, Alderman Strach, Alderman Devine, Alderwoman Miller, and Mayor Jett. Others
present Attorney McArdle, Administrator Morefield, Director of Public Works Strange, Director
of Community Development Polerecky, Finance Director Lynch, Director of Parks and
Recreation Hobson, Director of Economic Development Martin, Chief of Police Birk , City
Planner Sheriff-absent, Deputy Clerk Johnson, and City Clerk Ramel.
Pledge of Allegiance: Mayor Jett led the pledge.
Public Hearing: Call to order a Public Hearing for the proposed Fiscal Year 2023/2024 Budget
A motion was made by Alde rwoman Miller and seconded by Alderman Strach to enter
Public Hearing at 7:02 PM: 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.
No public comment
Motion to adopt the Fiscal Year 2023/2024 of $64,746,035
A motion was made by Alderman McClatchey and seconded by Alderman Santi to adopt
the Fiscal Year 2023/2024 budget for $64,746,035. Roll Call: Vote 7: -ayes: Alderman Santi,
Alderman Glab, Alderman McClatchey, Alderman Harding, Alderman Str ach, Alderman
Devine, Alderwoman Miller. 0 -nays-, 0-abstained. Motion carried.
No public comment
Public Comments: None
194
Consent Agenda. Motion to Approve the following Consent Agenda Items as presented:
A.Annual appointments to Boards, Commissions, and Other Offices.
C.Competitive bidding and approve a Purchase Order in the amount of $334,152.28 to
EJ Equipment, Inc. of Manteno, Illinois for the purchase of a street sweeper unit. (Public
Works Director Strange)
D.Approval of an Ordinance amending Title 4, Chapter 6, Video Gaming Terminals, Editing
Section 4-6-8: Number of Licenses, of the McHenry City Code. (Deputy City Clerk Johnson)
E.Approval of FY23/24 Liquor License Renewals (May 1, 2023 , through April 30, 2024) as
presented, conditioned upon receipt of required paperwork and payment of fees. (Deputy
City Clerk Johnson)
F.Approval of FY23/24 Video Gaming License Renewals (May 1, 2023, through April 30,
2024) as presented, conditioned upon receipt of required paperwork and payment of fees.
(Deputy City Clerk Johnson)
G.Pass a Second Addendum to Tolling Agreement (City Attorney McArdle)
I.April 3, 2023, City Council Meeting Minutes;
J.Issuance of Checks in the amount of $259,349.13;
K.As Needed Checks in the amount of $91,958.35.
A motion was made by Alderman Strach and seconded by Alderman Devine t o approve
Consent Agenda Item 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.
*Clerk’s note: Agenda item pulled by Alderman McClatchey
B.Resolution designating April 30 – May 6, 2023 “National Small Business Week in the City of
McHenry.” (Community Development Director Martin)
Alderman McClatchey would like the resolution read small businesses are important and would
like it to be heard during the meeting, Administrator Morefield did read the proclamation.
Alderman Glab stated the fourth statement in the proclamation, supporting our entrepreneurs,
is very important in his opinion.
195
A motion was made by Alderman McClatchey and seconded by Alderwoman Miller t o
approve Consent Agenda Item 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.
*Clerk’s note: this item was pulled by Alderwoman Miller
H.Parks & Recreation Facilities & Special Use Permit Requests;
Alderwoman Miller stated that there will be two bouncy houses at the event and would like to
add that to the motion to approve. Director Hobson confirmed that the request has gone through
the correct steps to be approved.
A motion was made by Alderwoman Miller and seconded by Alderman McClatchey t o
approve Consent Agenda Item 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.
Individual Action Item Agenda:
A.Class A Liquor License to Northern Club 2314, Inc., located at 2314 W. Illinois
Route 120
Motion to approve a Class A Liquor License to Northern Club 2314, Inc., located at 2314
W. Illinois Route 120 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. (Deputy City Clerk Johnson)
A motion was made by Alderman Santi 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.
No public comment.
B.Video Gaming License to Northern Club 2314, Inc., located at 2314 W. Illinois
Route 120
Pending approval of Agenda Item 8A, a motion to approve or deny a Video Gaming
License to Northern Club 2314, Inc., located at 2314 W. Illinois Route 120, subject to
the execution of a Video Gaming Development Agreement, and if approved, a motion
to amend the ordinance limiting the number of video gaming license location s. (Deputy
City Clerk Johnson)
196
Alderman Santi asked the question, of how soon will they be opening and what is the state’s
stance on timing, it could be up to six months per the petitioner. Would like to open within the
next 60 days. Alderman Glab stated it seems that video gaming is not slowing down, and hopes
that it is pleasant for those that gamble in the establishments. No public comments.
A motion was made by Alderman Strach and seconded by Alderman Santi t o 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.
No public comment
C. Class A Liquor License to Epic Foods LLC, located at 2616 Schaid Court
Motion to approve a Class A Liquor License to Epic Foods LLC, located at 2616 Schaid
Court, subject to the successful completion of background checks, 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. (Deputy
City Clerk Johnson)
A motion was made by Alderman Harding and seconded by Alderwoman Miller t o
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.
No public comment
Alderman McClatchey was curious if the deli is being operated the same way, but they are
working on what sandwiches are selling and keeping them the same. Alderwoman Miller
jumped from the car business to the restaurant business – working with some of those that
worked in the restaurant business.
D. Video Gaming License to Epic Foods LLC, located at 2616 Schaid Court
Pending approval of Agenda Item 8D, a motion to approve or deny a Video Gaming
License to Epic Foods LLC, located at 2616 Schaid Court, subject to the execution of a
Video Gaming Development Agreement, and if approved, a motion to amend the
ordinance limiting the number of video gaming license locations . (Deputy City Clerk
Johnson)
Alderman Santi had asked about partitions for the gaming and wanted to know if the petitioners
know about this, per Administrator Morefield that is correct.
197
A motion was made by Alderman Strach and seconded by Alderman Santi t o 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.
No public comment
E.City Council Policy for the Recruitment and Hiring of City Administrator
Motion to adopt a policy establishing a formal process for the recruitment and hiring of
the position of City Administrator for the City of McHenry. (City Council)
Alderman Glab asked about when and who is interested in the interviewing process. Due to
some of the confidentially the names are not able to be shared with those applying.
A motion was made by Alderman Strach and seconded by Alderwoman Miller t o approve
Individual Agenda Items as presented: Roll Call: Vote: 6-ayes: Alderman Santi, Alderman
McClatchey, Alderman Harding, Alderman Strach, Alderman Devine, Alderwoman Miller. 1-
nays- Alderman Glab, 0-abstained. Motion carried.
No public comment
Discussion Item Agenda: None
Staff Reports:
Staff reports are provided at the first meeting of each month.
Director Hobson spoke regarding the dynamic changes occurring down at Miller Point.
Recapping that construction is in progress and the foundations for the tiny shops are in, looks
to be making the deadlines.
Restroom excavation has started as well, in such a short time. Fort McHenry, splash pad should
open May 1st, then it will be enclosed as well for safety. Also touched upon was the parking
which mentioned how donations have funded this project.
Director Hobson also talked about Veterans Parks’ new entrance sign, it should be completed
by Memorial Day, the bricks and stonework. Peterson Farm will be hosting the high school
American Studies students in total 70 will be there visiting on two trips.
McHenry Riverwalk received the plans that will be in review, the documents from HR Green.
Lastly, Director Hobson stated that Castle Autoplex, offered to move forward with the
partnership for the dog park.
Mayor Jett also commented on the donors for the Splash pad stating that he is also going to
have a sign to express thanks to those that have helped donate.
Administrator Morefield touched upon the awarded 2.5 million dollars in Route 31 expansion.
Director Strange also touched upon some of the other areas within the road improvements.
198
Administrator Morefield stated that there will be a photographer for those that are new along
with a group picture as well and he will be giving notice as to when that will be occurring.
Mayor’s Report: Mayor Jett took some time to thank The Council members who had served
and will no longer be returning: Alderman Devine and his wife Amy and Ryan Harding and his
wife Jackie for all the work they have done Council.
Congratulations to Alderman Glab as well for being reelected. Chris Bassi and Mike Koch will
be the new members joining.
City Council Comments: Alderman Devine wanted to thank everyone and the residents of
the town especially Ward 6 proud of everything that has been accomplished.
Alderman Harding stated it was an honor serving, everyone was responsive and a pleasure to
work with.
Alderman Glab talked about signs that the developers are putting up all over the city and
wanted to bring that to attention.
Alderman McClatchey- stated that Alderman Harding and Alderman Devine said they are great
guys and will be missed.
Alderwoman Miller was also thanked by Alderman Strach for the next four years as well.
Alderman Santi also congratulated the members along with the newly elected, looking forward
to working with them. He also talked about the golf carts and the safety of the downtown areas
such as Green Street.
Alderwoman Miller thanked those who served and welcomed the new, thank you for the extra
efforts.
City Clerk Ramel also commented on the positive remarks she has been hearing regarding the
many town improvements being made and gave kudos to The Council.
Executive Session as needed: None
Adjourn: A motion was made by Alderman Devine and seconded by Alderman Harding
to adjourn the meeting at 7:52. 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
199
Expense Approval Register
McHenry, IL List of Bills Council Meeting 5‐1‐23
Vendor Name Payable Number Post Date Description (Item) Account Number Amount
Vendor: BASSETT, ALEX
BASSETT, ALEX 4659 04/30/2023 SOFTBALL LEAGUE REFUND 100‐41‐3637 575.00
Vendor BASSETT, ALEX Total:
575.00
Vendor: COMED
COMED 31350‐71021 2023 04/30/2023 DEC‐MARCH 2023 ST LIGHTS 100‐33‐5520 74,644.86
Vendor COMED Total:
74,644.86
Vendor: CONDUENT HR SERVICES LLC
CONDUENT HR SERVICES LLC 1678433 04/30/2023 HSA MARCH 2023 600‐00‐6960 51.75
Vendor CONDUENT HR SERVICES LLC Total:
51.75
Vendor: CONSTELLATION NEWENERGY INC
CONSTELLATION NEWENERGY
INV0014494 04/30/2023 UTIL 6220 SHANNON 100‐33‐5520 4,784.99
Vendor CONSTELLATION NEWENERGY INC Total: 4,784.99
Vendor: DEBOLT, JUSTIN
DEBOLT, JUSTIN 318361 04/30/2023 REIMBURSEMENT FOR 760‐00‐5110 60.00
Vendor DEBOLT, JUSTIN Total: 60.00
Vendor: FREUND & SON INC, S H
FREUND & SON INC, S H 3‐31‐23 04/30/2023 C & D OFFICES 100‐01‐8900 38,129.63
Vendor FREUND & SON INC, S H Total:
38,129.63
Vendor: HLR
HLR 20230700 04/30/2023 DARTMOOR DR RESURF PH II 270‐00‐8600 260.00
Vendor HLR Total:
260.00
Vendor: INFOSEND, INC
INFOSEND, INC 232998 04/30/2023 W‐S BILLING 100‐04‐5310 4,637.21
INFOSEND, INC 232998 04/30/2023 W‐S BILLING 100‐04‐5330 1,466.28
Vendor INFOSEND, INC Total:
6,103.49
Vendor: K ADAMS FOTO
K ADAMS FOTO 1133 04/30/2023 PHOTOSHOOT 100‐01‐5110 310.00
Vendor K ADAMS FOTO Total: 310.00
Vendor: MARSH USA INC
MARSH USA INC 376338988188 04/30/2023 S YOUNGBLOOD NOTARY 100‐01‐5110 20.00
MARSH USA INC 376339807126 04/30/2023 BIRK NOTARY BOND 100‐22‐5110 20.00
Vendor MARSH USA INC Total:
40.00
Vendor: MCANDREWS PC, THE LAW OFFICE OF PATRICK
MCANDREWS PC, THE LAW INV0014498 04/30/2023 APRIL 2023 TRAFFIC 100‐01‐5230 4,000.00
Vendor MCANDREWS PC, THE LAW OFFICE OF PATRICK Total: 4,000.00
Vendor: NICOR GAS
NICOR GAS INV0014493 04/30/2023 UTILITIES 100‐42‐5510 557.19
NICOR GAS INV0014493 04/30/2023 UTILITIES 100‐43‐5510 217.22
NICOR GAS INV0014493 04/30/2023 UTILITIES 100‐46‐5510 85.75
NICOR GAS INV0014493 04/30/2023 UTILITIES 400‐00‐5510 402.46
NICOR GAS INV0014495 04/30/2023 UTIL 100‐42‐5510 557.19
NICOR GAS INV0014495 04/30/2023 UTIL 100‐43‐5510 217.22
NICOR GAS INV0014495 04/30/2023 UTIL 100‐45‐5510 305.71
NICOR GAS INV0014495 04/30/2023 UTIL 100‐46‐5510 85.75
NICOR GAS INV0014495 04/30/2023 UTIL 400‐00‐5510 402.46
NICOR GAS INV0014496 04/30/2023 UTIL 510‐31‐5510 1,098.08
NICOR GAS INV0014496 04/30/2023 UTIL 510‐32‐5510 10,207.43
Vendor NICOR GAS Total:
14,136.46
4/26/2023 2:57:20 PM
200
Expense Approval Register Packet: APPKT02670 ‐ AP CKS 5‐1‐23
Vendor Name Payable Number Post Date Description (Item) Account Number Amount
Vendor: OTTOSEN DINOLFO HASENBALG & CASTALDO, LTD
OTTOSEN DINOLFO 153783 04/30/2023 LABOR 100‐01‐5230 240.00
Vendor OTTOSEN DINOLFO HASENBALG & CASTALDO, LTD Total:
240.00
Vendor: PANKOW, JILLIAN
PANKOW, JILLIAN 5207 04/30/2023 REFUND ON POOL PASS 100‐41‐3634 40.50
Vendor PANKOW, JILLIAN Total:
40.50
Vendor: REINHARD, MANDY
REINHARD, MANDY 4800 04/30/2023 PGM CXL 100‐41‐3637 150.00
Vendor REINHARD, MANDY Total: 150.00
Vendor: ROBINSON ENGINEERING LTD
ROBINSON ENGINEERING LTD 23040054 04/30/2023 WELL NO 14 580‐31‐8500 827.75
ROBINSON ENGINEERING LTD
23040055 04/30/2023 N RIVERSIDE DR PARKING LOT
100‐01‐8900 10,213.75
Vendor ROBINSON ENGINEERING LTD Total: 11,041.50
Vendor: STATE HOUSE INN
STATE HOUSE INN INV0014497 04/30/2023 HOTEL ‐ OFFICER MEMORIAL: 100‐22‐5420 223.44
Vendor STATE HOUSE INN Total:
223.44
Vendor: SWANSON, ERIN
SWANSON, ERIN 5209 04/30/2023 REFUND ON OVERCHARGE FOR
100‐41‐3634 49.50
Vendor SWANSON, ERIN Total:
49.50
Vendor: ULTRA STROBE COMMUNICATIONS INC
ULTRA STROBE 083034 04/30/2023 EQUIP INSTALL 100‐01‐8300 2,244.95
ULTRA STROBE 083055 04/30/2023 2023 SILVERADO WHITE 100‐01‐8300 2,039.00
ULTRA STROBE 083058 04/30/2023 2023 TRAVERSE SILVER ‐ EQUIP 100‐01‐8300 325.00
Vendor ULTRA STROBE COMMUNICATIONS INC Total:
4,608.95
Vendor: US BANK EQUIPMENT FINANCE
US BANK EQUIPMENT FINANCE
498744986 04/30/2023 C HALL COPIERS 620‐00‐5110 598.56
US BANK EQUIPMENT FINANCE
499517910 04/30/2023 PW COPIER 620‐00‐5110 336.21
Vendor US BANK EQUIPMENT FINANCE Total:
934.77
Vendor: WINNEBAGO LANDFILL CO
WINNEBAGO LANDFILL CO 11552 04/30/2023 SLUDGE 510‐32‐5580 1,584.80
Vendor WINNEBAGO LANDFILL CO Total:
1,584.80
Grand Total:
161,969.64
4/26/2023 2:57:20 PM
201
Expense Approval Register Packet: APPKT02670 ‐ AP CKS 5‐1‐23
Fund Summary
Fund Expense Amount
100 ‐ GENERAL FUND 146,140.14
270 ‐ MOTOR FUEL TAX FUND 260.00
400 ‐ RECREATION CENTER FUND 804.92
510 ‐ WATER/SEWER FUND 12,890.31
580 ‐ UTILITY IMPROVEMENTS FUND 827.75
600 ‐ EMPLOYEE INSURANCE FUND 51.75
620 ‐ INFORMATION TECHNOLOGY FUND 934.77
760 ‐ POLICE PENSION FUND 60.00
Grand Total:
161,969.64
202
Expense Approval Register
McHenry, IL #2 List of Bills Council Meeting 5‐1‐23
Vendor Name Payable Number Post Date Description (Item) Account Number Amount
Vendor: ADAMS STEEL SERVICE & SUPPLY, INC
ADAMS STEEL SERVICE & 382398 04/30/2023 Nitrogen Refill # 382398 510‐32‐6110 52.75
ADAMS STEEL SERVICE & 382436 04/30/2023 Contractual: welding 100‐45‐5110 978.00
Vendor ADAMS STEEL SERVICE & SUPPLY, INC Total:
1,030.75
Vendor: AMAZON CAPITAL SERVICES
AMAZON CAPITAL SERVICES #1PQ4‐QFT4‐CNXD 04/30/2023 Recreation Center repairs 400‐00‐6110 39.11
AMAZON CAPITAL SERVICES #1PQ4‐QFT4‐CNXD 04/30/2023 Recreation Center repairs 400‐00‐6110 20.50
AMAZON CAPITAL SERVICES 14ND‐QTPJ‐D7JM 04/30/2023 Dance ‐ Costume 100‐46‐6110 21.98
AMAZON CAPITAL SERVICES 1KRD‐FKRD‐6NHY/CR1LYD‐04/30/2023 Event ‐ Daddy Daughter 100‐46‐6920 55.53
AMAZON CAPITAL SERVICES 1KRD‐FKRD‐6NHY/CR1LYD‐04/30/2023 Rec Center Vacuum Parts 400‐00‐6110 3.97
AMAZON CAPITAL SERVICES 1PQ4‐QFT4‐CNXD 04/30/2023 Equipment supplies 100‐45‐5370 43.80
AMAZON CAPITAL SERVICES 1PQ4QFT4CNXD 04/30/2023 Shop supplies 100‐45‐6110 18.97
AMAZON CAPITAL SERVICES 1PQ4QFT4CNXD 04/30/2023 Shop supplies 100‐45‐6110 89.95
AMAZON CAPITAL SERVICES 1PQ4QFT4CNXD 04/30/2023 Shop supplies 100‐45‐6110 23.95
AMAZON CAPITAL SERVICES 1PQ4‐QFT4‐CNXD 04/30/2023 Equipment supplies 100‐45‐6110 17.97
AMAZON CAPITAL SERVICES 1TQ1‐C1LT‐6WFL 04/30/2023 Rec Center ‐ Vac supplies 400‐00‐6110 78.49
AMAZON CAPITAL SERVICES 1XNR‐P7NC‐DGJ4 04/30/2023 Office Supplies 100‐41‐6210 33.21
AMAZON CAPITAL SERVICES 1XNR‐P7NC‐DGJ4 04/30/2023 Event ‐ Table Cloths 100‐46‐6920 39.94
AMAZON CAPITAL SERVICES 1XNR‐P7NC‐DGJ4 04/30/2023 Event ‐ Bunny Breakfast 100‐46‐6920 52.30
AMAZON CAPITAL SERVICES 1XNRP7NCFHV7 04/30/2023 TIckets for Drinks ‐Shamrock 100‐41‐6920 35.00
AMAZON CAPITAL SERVICES 1XNR‐P7NC‐FHV7 04/30/2023 Drink Tickets for Shamrocks 100‐41‐6920 41.94
Vendor AMAZON CAPITAL SERVICES Total:
616.61
Vendor: AMERICAN LITHO
AMERICAN LITHO 259165‐01 04/30/2023 Brochure ‐ Summer Printing 100‐41‐5330 9,342.00
Vendor AMERICAN LITHO Total: 9,342.00
Vendor: ARAMARK
ARAMARK 25418743 04/30/2023 Clothing allowance: Chris V 100‐45‐4510 269.21
Vendor ARAMARK Total:
269.21
Vendor: CABAY & COMPANY INC
CABAY & COMPANY INC 67782 04/30/2023 custodial supplies 400‐00‐6111 137.49
CABAY & COMPANY INC 67782 04/30/2023 custodial supplies 400‐40‐6110 297.39
CABAY & COMPANY INC 67814 04/30/2023 custodial supplies 400‐00‐6111 131.02
Vendor CABAY & COMPANY INC Total:
565.90
Vendor: CERTIFIED LABORATORIES
CERTIFIED LABORATORIES 8194015 04/30/2023 shop 8194015 100‐33‐6250 522.82
Vendor CERTIFIED LABORATORIES Total:
522.82
Vendor: CHICAGO CHAIN & TRANSMISSION COMPANY
CHICAGO CHAIN & INV#7022005 04/30/2023 Off Gas Compressor 510‐32‐5375 238.74
Vendor CHICAGO CHAIN & TRANSMISSION COMPANY Total:
238.74
Vendor: CINTAS
CINTAS 5154894298 04/30/2023 First Aid kit 100‐45‐5110 39.25
Vendor CINTAS Total:
39.25
Vendor: CONNOR CO
CONNOR CO SO10421455.001 04/30/2023 Bathroom Renovations: Fort 100‐45‐6110 2,478.70
Vendor CONNOR CO Total: 2,478.70
Vendor: CORE & MAIN
CORE & MAIN S575154 04/30/2023 Orleans St (Insurance) ‐ Hit 610‐00‐5980 411.00
Vendor CORE & MAIN Total:
411.00
Vendor: CUMMINS INC
CUMMINS INC INV#F2‐28348 04/30/2023 N.Riverside Generator INV#F2‐
510‐32‐5380 34.92
CUMMINS INC INV#F2‐28619 04/30/2023 N.Riverside Generator INV#F2‐ 510‐32‐5380 56.51
4/26/2023 3:06:16 PM
203
Expense Approval Register Packet: APPKT02677 ‐ 5‐‐1‐23 RECT INV
Vendor Name
Payable Number
Post Date
Description (Item)
Account Number
Amount
CUMMINS INC
INV#F2‐29632
04/30/2023
N.Riverside Generator INV#F2‐
510‐32‐5380
116.41
Vendor CUMMINS INC Total:
207.84
Vendor: DAHM ENTERPRISES, INC
DAHM ENTERPRISES, INC
INV#1744
04/30/2023
March Disposal INV # 1744
510‐32‐5580
856.98
Vendor DAHM ENTERPRISES, INC Total:
856.98
Vendor: DELL MARKETING LP
DELL MARKETING LP 10662352687 04/30/2023 Dell Server 620‐00‐8300 5,866.21
Vendor DELL MARKETING LP Total:
5,866.21
Vendor: DREISILKER ELECTRIC MOTORS INC
DREISILKER ELECTRIC MOTORS INV#I238816 04/30/2023 Cartwright Lift INV#I238816 510‐32‐5380 140.00
DREISILKER ELECTRIC MOTORS INV#I239349 04/30/2023 Dryer Drive Parts INV#I239349 510‐32‐5375 69.96
Vendor DREISILKER ELECTRIC MOTORS INC Total:
209.96
Vendor: DURA WAX COMPANY INC, THE
DURA WAX COMPANY INC, THE
422810
04/30/2023
Bathroom Supplies
100‐45‐6110
208.12
Vendor DURA WAX COMPANY INC, THE Total:
208.12
Vendor: EDESIGN CHICAGO
EDESIGN CHICAGO
2017006
04/30/2023
Brochure ‐ Summer Design
100‐41‐5330
450.00
Vendor EDESIGN CHICAGO Total:
450.00
Vendor: EJ USA INC
EJ USA INC
110230022188
04/30/2023
Lugs & Bolts 803 Oakwood
610‐00‐5980
232.20
Vendor EJ USA INC Total: 232.20
Vendor: FIFTH THIRD BANK
FIFTH THIRD BANK 22‐23158 04/30/2023 Subpoena ‐ Report 22‐23158 100‐22‐5110 39.60
Vendor FIFTH THIRD BANK Total:
39.60
Vendor: GALLS LLC
GALLS LLC
024077147
04/30/2023
Uniform Order ‐ Zujewski
100‐23‐4510
60.22
GALLS LLC 024100055 04/30/2023 Uniform Order ‐ O'Herron 100‐22‐4510 47.50
GALLS LLC
024102241
04/30/2023
Scanner
100‐22‐6270
454.90
GALLS LLC
024103594
04/30/2023
Uniform Order ‐ Roske
100‐22‐4510
8.40
GALLS LLC
024116994
04/30/2023
Uniform Order ‐ K. Schmitt
100‐23‐4510
131.38
GALLS LLC 024117101 04/30/2023 Uniform Order ‐ Funk 100‐22‐4510 230.91
GALLS LLC 024117105 04/30/2023 Uniform Order ‐ Durband 100‐23‐4510 274.67
GALLS LLC
024144110
04/30/2023
Uniform Order ‐ Hernandez
100‐22‐4510
98.80
GALLS LLC
024144151
04/30/2023
Uniform Order ‐ K.Ducak
100‐22‐4510
131.63
GALLS LLC
024144158
04/30/2023
Uniform Order ‐ Adams
100‐22‐4510
16.95
GALLS LLC
024144269
04/30/2023
Uniform Order ‐ McKeen
100‐22‐4510
75.94
GALLS LLC
024144276
04/30/2023
Uniform Order ‐ Lorenz
100‐22‐4510
191.47
GALLS LLC
024145711
04/30/2023
Uniform Order ‐ Durband
100‐23‐4510
96.32
GALLS LLC
024158833
04/30/2023
Uniform Order ‐ Conway
100‐22‐4510
25.48
GALLS LLC
024160706
04/30/2023
Uniform Order ‐ Zujewski
100‐23‐4510
24.13
Vendor GALLS LLC Total:
1,868.70
Vendor: HAWKINS INC
HAWKINS INC
6439629
04/30/2023
Chemical Delivery 6439629
510‐32‐6110
7,811.10
Vendor HAWKINS INC Total:
7,811.10
Vendor: HOLCIM‐MAMR, INC
HOLCIM‐MAMR, INC
#717688050
04/30/2023
Sand, Virgin Grade 9 (Shop)
510‐31‐6110
350.47
HOLCIM‐MAMR, INC
717684717
04/30/2023
Sand 803 Oakwood
610‐00‐5980
97.05
HOLCIM‐MAMR, INC
717688050
04/30/2023
Virgin Grade 9 717688050
100‐33‐6110
456.76
HOLCIM‐MAMR, INC 717716499 04/30/2023 Stone, Grade9 (Crystal Lake Rd 510‐31‐6110 287.78
HOLCIM‐MAMR, INC
717725675
04/30/2023
FM‐2 Sand (Victor Drive)
510‐31‐6110
58.54
HOLCIM‐MAMR, INC
WSB 717671094
04/30/2023
FM‐2 Sand Chesterfield Dr WSB
510‐31‐6110
68.06
Vendor HOLCIM‐MAMR, INC Total:
1,318.66
Vendor: HRGREEN
HRGREEN
157229
04/30/2023
Bull Valley STP Bridge App
100‐33‐5110
1,000.00
Vendor HRGREEN Total: 1,000.00
4/26/2023 3:06:16 PM
204
Expense Approval Register Packet: APPKT02677 ‐ 5‐‐1‐23 RECT INV
Vendor Name Payable Number Post Date Description (Item) Account Number Amount
Vendor: IMPRESSIVE IMAGES
IMPRESSIVE IMAGES #7009 04/30/2023 Uniform ‐ Short Sleeve & 100‐33‐4510 761.11
IMPRESSIVE IMAGES #7009 04/30/2023 Uniform ‐ Short Sleeve & 100‐33‐6290 761.11
IMPRESSIVE IMAGES #7015 04/30/2023 Summer Intern Shirts UTY 510‐35‐4510 66.00
IMPRESSIVE IMAGES 2023 7015 04/30/2023 Summer Intern Shirts STS 100‐33‐4510 132.00
IMPRESSIVE IMAGES 7009 04/30/2023 Uniform ‐ Short Sleeve & 510‐35‐4510 761.11
IMPRESSIVE IMAGES 7014 04/30/2023 Emroidery ( Henry Lobermeier)
100‐33‐4510 36.00
IMPRESSIVE IMAGES 7015 04/30/2023 Summer Intern Shirts WW 510‐32‐4510 66.00
Vendor IMPRESSIVE IMAGES Total:
2,583.33
Vendor: IN‐PIPE TECHNOLOGY COMPANY INC
IN‐PIPE TECHNOLOGY 2304 04/30/2023 Monthly Invoice # 2304 510‐32‐5110 8,525.00
Vendor IN‐PIPE TECHNOLOGY COMPANY INC Total:
8,525.00
Vendor: INTERNATIONAL ACADEMICS OF EMERGENCY DISPATCH
INTERNATIONAL ACADEMICS 414758 04/30/2023 EMD Re‐certifications 100‐23‐5430 165.00
Vendor INTERNATIONAL ACADEMICS OF EMERGENCY DISPATCH Total:
165.00
Vendor: INTERSTATE BILLING SERVICE INC
INTERSTATE BILLING SERVICE 3032028512 04/30/2023 440 (3032028512) 100‐33‐5370 71.90
INTERSTATE BILLING SERVICE 3032037361 04/30/2023 440 (3032037361) 100‐33‐5370 97.90
INTERSTATE BILLING SERVICE 3032044134 04/30/2023 412 (3032044134) 100‐33‐5370 870.00
INTERSTATE BILLING SERVICE 3032097343 04/30/2023 440 (3032097343) 100‐33‐5370 1,885.69
Vendor INTERSTATE BILLING SERVICE INC Total: 2,925.49
Vendor: INTOXIMETERS
INTOXIMETERS 730867 04/30/2023 PBT's 100‐22‐6210 3,053.00
Vendor INTOXIMETERS Total:
3,053.00
Vendor: JG UNIFORMS INC
JG UNIFORMS INC 113402 04/30/2023 Uniform Order ‐ Cole Templin 100‐22‐4510 75.48
Vendor JG UNIFORMS INC Total:
75.48
Vendor: JONES TRAVEL & TOUR
JONES TRAVEL & TOUR 114824 04/30/2023 Shamrocks Trolleys 200‐00‐5110 1,950.00
Vendor JONES TRAVEL & TOUR Total: 1,950.00
Vendor: JULIE INC
JULIE INC #1109 04/30/2023 JULIE STS 2023 Assessment 100‐33‐5110 2,114.97
JULIE INC #2023‐1109 04/30/2023 JULIE WTR 2023 Assessment 510‐31‐5110 2,114.97
JULIE INC 1109 04/30/2023 JULIE WW 2023 Assessment 510‐32‐5110 2,114.98
Vendor JULIE INC Total:
6,344.92
Vendor: KIMBALL MIDWEST
KIMBALL MIDWEST 100918978 04/30/2023 kimball stock (100918978) 100‐33‐5370 376.50
KIMBALL MIDWEST 100939443 04/30/2023 kimball stock (100939443) 100‐33‐5370 335.78
Vendor KIMBALL MIDWEST Total:
712.28
Vendor: KIRCHNER, INC
KIRCHNER, INC #62682 04/30/2023 Fire Extinguisher Insp. ‐ WW ‐ 510‐32‐5110 435.00
KIRCHNER, INC 62685 04/30/2023 Fire Extinguisher Service 100‐45‐5110 509.50
Vendor KIRCHNER, INC Total: 944.50
Vendor: KZ GLASS SERVICES, INC
KZ GLASS SERVICES, INC 1666 04/30/2023 1666 100‐03‐5120 2,715.66
Vendor KZ GLASS SERVICES, INC Total: 2,715.66
Vendor: MAPLE CONSTRUCTION INC
MAPLE CONSTRUCTION INC 7768 04/30/2023 Boring 3in sanitary for Slash 510‐32‐5110 4,500.00
Vendor MAPLE CONSTRUCTION INC Total:
4,500.00
Vendor: MCCANN INDUSTRIES INC
MCCANN INDUSTRIES INC P39560 04/30/2023 447 (p39560) 100‐33‐5370 105.00
Vendor MCCANN INDUSTRIES INC Total:
105.00
Vendor: MCHENRY HIGH SCHOOL DISTRICT 156
MCHENRY HIGH SCHOOL 1223‐151 04/30/2023 Dance ‐ School Rental/AV 100‐46‐5110 484.50
Vendor MCHENRY HIGH SCHOOL DISTRICT 156 Total:
484.50
4/26/2023 3:06:16 PM
205
Expense Approval Register Packet: APPKT02677 ‐ 5‐‐1‐23 RECT INV
Vendor Name
Payable Number
Post Date
Description (Item)
Account Number
Amount
Vendor: MCMASTER‐CARR SUPPLY CO
MCMASTER‐CARR SUPPLY CO
INV#96288756
04/30/2023
Pressure Gauges
510‐32‐5375
99.72
Vendor MCMASTER‐CARR SUPPLY CO Total:
99.72
Vendor: MEADE INC
MEADE INC
704344
04/30/2023
Traffic Light Green Out
100‐33‐5110
381.26
MEADE INC
704450
04/30/2023
Traffic Signal Locate
100‐33‐5110
171.55
Vendor MEADE INC Total:
552.81
Vendor: MID AMERICAN WATER OF WAUCONDA INC
MID AMERICAN WATER OF
257209W
04/30/2023
repair clamps #257209W
510‐31‐6110
524.60
MID AMERICAN WATER OF
258105W
04/30/2023
Hymax couplings #258105W
510‐31‐6110
558.66
MID AMERICAN WATER OF 258172W 04/30/2023 8X30 Repair clamp #258172W 510‐31‐6110 1,016.06
Vendor MID AMERICAN WATER OF WAUCONDA INC Total:
2,099.32
Vendor: MINUTEMAN PRESS OF MCH
MINUTEMAN PRESS OF MCH
98269
04/30/2023
Stamp
100‐22‐6210
40.68
MINUTEMAN PRESS OF MCH 98291 04/30/2023 General checks 100‐04‐6210 639.40
MINUTEMAN PRESS OF MCH
98309
04/30/2023
Business Cards ‐ Hobson
100‐41‐6210
54.50
Vendor MINUTEMAN PRESS OF MCH Total:
734.58
Vendor: NATIONAL RECREATION AND PARK ASSN
NATIONAL RECREATION AND 29548 2023 04/30/2023 Annual Membership 100‐41‐5410 700.00
Vendor NATIONAL RECREATION AND PARK ASSN Total:
700.00
Vendor: NORTHWESTERN MEDICINE OCC HEALTH
NORTHWESTERN MEDICINE
537825
04/30/2023
New Hires #537825
100‐05‐5110
126.00
NORTHWESTERN MEDICINE
538028
04/30/2023
New Hires #538028
100‐05‐5110
252.00
NORTHWESTERN MEDICINE
538136
04/30/2023
New Hires, Randoms #538136
100‐05‐5110
1,796.00
Vendor NORTHWESTERN MEDICINE OCC HEALTH Total: 2,174.00
Vendor: NUTOYS LEISURE PRODUCTS
NUTOYS LEISURE PRODUCTS
54046
04/30/2023
Playground repairs
100‐45‐6110
75.24
Vendor NUTOYS LEISURE PRODUCTS Total:
75.24
Vendor: OFFICIAL FINDERS LLC
OFFICIAL FINDERS LLC
14682
04/30/2023
Invoice 14682
100‐47‐5110
240.00
OFFICIAL FINDERS LLC 14855 04/30/2023 INvoice 14855 100‐47‐5110 40.00
Vendor OFFICIAL FINDERS LLC Total:
280.00
Vendor: PETROCHOICE LLC
PETROCHOICE LLC
51180607
04/30/2023
Fuel ‐ UTY ‐ 51180607
510‐35‐6250
62.25
PETROCHOICE LLC
51180616
04/30/2023
Fuel ‐ WTR ‐ 51180616
510‐31‐6250
107.62
PETROCHOICE LLC
51180617
04/30/2023
Fuel ‐ STS ‐ 51180617
100‐33‐6250
403.20
PETROCHOICE LLC
51180618
04/30/2023
Fuel ‐ 51180618
100‐22‐6250
1,025.43
PETROCHOICE LLC
51182096
04/30/2023
Fuel ‐ UTY ‐ 51182096
510‐35‐6250
323.75
PETROCHOICE LLC
51182109
04/30/2023
Fuel ‐ WTR ‐ 51182109
510‐31‐6250
62.76
PETROCHOICE LLC
51182111
04/30/2023
Fuel ‐ STS ‐ 51182111
100‐33‐6250
419.36
PETROCHOICE LLC
51182112
04/30/2023
Fuel ‐ 51182112
100‐22‐6250
1,457.62
PETROCHOICE LLC
51188877
04/30/2023
Fuel ‐ UTY ‐ 51188877
510‐35‐6250
564.53
PETROCHOICE LLC
51188887
04/30/2023
Fuel ‐ WW ‐ 51188887
510‐32‐6250
378.58
PETROCHOICE LLC
51188888
04/30/2023
Fuel ‐ WTR ‐ 51188888
510‐31‐6250
58.06
PETROCHOICE LLC 51188889 04/30/2023 Fuel 100‐45‐6250 575.75
PETROCHOICE LLC
51188890
04/30/2023
Fuel ‐ STS ‐ 51188890
100‐33‐6250
737.78
PETROCHOICE LLC
51188891
04/30/2023
Fuel ‐ 51188891
100‐22‐6250
2,669.88
PETROCHOICE LLC
51194613
04/30/2023
Fuel ‐ UTY ‐ 51194613
510‐35‐6250
709.43
PETROCHOICE LLC 511946223 04/30/2023 51194623 100‐03‐6250 207.41
PETROCHOICE LLC
51194624
04/30/2023
Fuel ‐ WW ‐ 51194624
510‐32‐6250
426.37
PETROCHOICE LLC
51194625
04/30/2023
Fuel ‐ WTR ‐ 51194625
510‐31‐6250
154.54
PETROCHOICE LLC
51194626
04/30/2023
Fuel: 51194626
100‐45‐6250
639.13
PETROCHOICE LLC
51194627
04/30/2023
Fuel ‐ STS ‐ 51194627
100‐33‐6250
565.02
Vendor PETROCHOICE LLC Total:
11,548.47
Vendor: PITEL SEPTIC INC
PITEL SEPTIC INC
23505
04/30/2023
Shamrocks the Fox toilet
200‐00‐5110
4,260.00
4/26/2023 3:06:16 PM
206
Expense Approval Register Packet: APPKT02677 ‐ 5‐‐1‐23 RECT INV
Vendor Name Payable Number Post Date Description (Item) Account Number Amount
PITEL SEPTIC INC 23648 04/30/2023 Monthly toilet rentals 100‐45‐5110 640.00
Vendor PITEL SEPTIC INC Total:
4,900.00
Vendor: PROSHRED SECURITY
PROSHRED SECURITY 1148231 04/30/2023 Monthly Shred 100‐22‐5110 77.05
Vendor PROSHRED SECURITY Total:
77.05
Vendor: RADAR MAN INC
RADAR MAN INC 5774 04/30/2023 Repair Radars 100‐22‐5370 920.00
RADAR MAN INC 5798 04/30/2023 Radar Repair 100‐22‐5370 425.00
Vendor RADAR MAN INC Total: 1,345.00
Vendor: RANDY MEANS & ASSOCIATES
RANDY MEANS & ASSOCIATES 1354 04/30/2023 Webinar ‐ K. 100‐22‐5430 1,110.00
Vendor RANDY MEANS & ASSOCIATES Total:
1,110.00
Vendor: SHERWIN‐WILLIAMS CO, THE
SHERWIN‐WILLIAMS CO, THE 0407‐3 04/30/2023 Bathroom repairs 100‐45‐6110 205.53
SHERWIN‐WILLIAMS CO, THE 8355‐2 04/30/2023 Paint 100‐03‐6110 416.64
Vendor SHERWIN‐WILLIAMS CO, THE Total:
622.17
Vendor: SNAPOLOGY OF MCHENRY
SNAPOLOGY OF MCHENRY 1213 04/30/2023 Snapology ‐ Birthday Party 400‐00‐5225 150.00
SNAPOLOGY OF MCHENRY 1215 04/30/2023 Snapology Girl Scouts 400‐00‐3642 120.75
Vendor SNAPOLOGY OF MCHENRY Total:
270.75
Vendor: STREAMING IT PRODUCTIONS
STREAMING IT PRODUCTIONS
1223‐143 04/30/2023 Dance ‐ Videos Final Payment 100‐46‐6110 1,470.00
Vendor STREAMING IT PRODUCTIONS Total:
1,470.00
Vendor: STUCKEY CONSTRUCTION
STUCKEY CONSTRUCTION #2 04/30/2023 Miller Point Pay Application #2
290‐00‐8900 339,417.00
Vendor STUCKEY CONSTRUCTION Total:
339,417.00
Vendor: TOPS IN DOG TRAINING CORP
TOPS IN DOG TRAINING CORP
25912 04/30/2023 K9 Training/food 100‐22‐6310 414.20
Vendor TOPS IN DOG TRAINING CORP Total: 414.20
Vendor: TRAFFIC CONTROL & PROTECTION INC
TRAFFIC CONTROL & 114492 04/30/2023 3710 Maple ‐ Hit Signs ‐ No 100‐33‐6110 437.35
Vendor TRAFFIC CONTROL & PROTECTION INC Total:
437.35
Vendor: ULTRA STROBE COMMUNICATIONS INC
ULTRA STROBE 083063 04/30/2023 Remove Equipment ‐ Fusion 100‐22‐5370 325.00
ULTRA STROBE 083070 04/30/2023 Removal Equipment ‐ Taurus 100‐22‐5370 325.00
Vendor ULTRA STROBE COMMUNICATIONS INC Total:
650.00
Vendor: UPLAND CONSTRUCTION & MAINTENANCE LLC
UPLAND CONSTRUCTION & 1267 04/30/2023 Splash Pad Concrete 280‐41‐8800 26,012.00
Vendor UPLAND CONSTRUCTION & MAINTENANCE LLC Total:
26,012.00
Vendor: VICTOR FORD, INC
VICTOR FORD, INC 170213 04/30/2023 316 170213 100‐22‐5370 114.48
VICTOR FORD, INC 170305 04/30/2023 314 (170305) 100‐22‐5370 283.76
Vendor VICTOR FORD, INC Total:
398.24
Vendor: XYLEM WATER SOLUTIONS USA INC
XYLEM WATER SOLUTIONS USA
3556C67373 04/30/2023 Anne St. Pump Impellers 510‐32‐5380 3,880.00
Vendor XYLEM WATER SOLUTIONS USA INC Total:
3,880.00
Grand Total:
469,936.41
4/26/2023 3:06:16 PM
207
Expense Approval Register Packet: APPKT02677 ‐ 5‐‐1‐23 RECT INV
Fund Summary
Fund Expense Amount
100 ‐ GENERAL FUND 53,060.02
200 ‐ TOURISM FUND 6,210.00
280 ‐ DEVELOPER DONATION FUND 26,012.00
290 ‐ TIF FUND 339,417.00
400 ‐ RECREATION CENTER FUND 978.72
510 ‐ WATER/SEWER FUND 37,652.21
610 ‐ RISK MANAGEMENT FUND 740.25
620 ‐ INFORMATION TECHNOLOGY FUND 5,866.21
Grand Total:
469,936.41
4/26/2023 3:06:16 PM
208
CONSENT AGENDA SUPPLEMENT
DATE: May 1, 2023
TO: Mayor and City Council
FROM: Troy Strange, P.E., Director of Public Works
RE: Real Estate Purchase 3931 Main Street
ATT: Vacant Land Sales Contract
Ordinance Authorizing Purchase of and Accepting a Vacant Land Sales Contract
AGENDA ITEM SUMMARY:
Staff requests that the City Council consider approval of an Ordinance Authorizing the Purchase
of and Accepting the Real Estate Contract for 3931 Main Street, McHenry, Illinoi s, Between
Michael and Diane Oliver and the City of McHenry.
BACKGROUND:
In Fall of 2021 the City Council awarded an engineering design contract for the reconstruction of
the South Main Street Lot. Included in the scope of services was assistance with pr operty
acquisition and preparation of easement drawings for easements to be acquired on two parcels
needed to give the City rights to alley egress between the existing lot and John Street. This alley
currently is utilized in this fashion with no easements or agreements in place. Because the scope
of proposed improvements includes both the reconstruction of the lot and alley as well as the
installation of storm sewer to drain the parking lot, permanent easements were being pursued
by staff for the purposes of these improvements. In April of this year the City Council approved
an easement agreement for the property located at 3910 John Street which was the first of two
easements needed. Staff have been working with the property owners of 3931 Main Street t o
secure a similar easement. However, because the owners have no use for the property and have
accrued costs throughout the course of their ownership of the property a sale price of $40,000
was negotiated for the purchase of the property. This price was negotiated in Spring of this year
and was incorporated into the Fiscal Year 2023/2024 Budget as a capital expenditure.
209
ANALYSIS:
Acquisition of this property will allow for the completion of design services for the lot and will
permanently secure the City’s rights to maintain and operate City infrastructure to support
parking facilities on Main Street. The pricing of $40,000 amounts to roughly $10/sf which is
similar to other unit costs of recent City real estate purchases.
RECOMMENDATION:
Therefore, if Council concurs, it is recommended a motion be made to pass an Ordinance
Authorizing the Purchase of and Accepting the Real Estate Contract for 3931 Main Street
210
1.THE PARTIES: Buyer and Seller are hereinafter referred to as the “Parties”.12
Buyer(s) [Please Print]__________________________________________________________________________________34
Seller(s) [Please Print]__________________________________________________________________________________5
If Dual Agency applies, complete Optional Paragraph 27.67
2.THE REAL ESTATE: Real Estate shall be defined to include the Real Estate and all improvements thereon. Seller agrees to 8
convey to Buyer or to Buyer’s designated grantee, the Real Estate with the approximate lot size or acreage of910
_____________________ commonly known as: ______________________________________________________________11
Address or Legal Description12
____________________________________________________________________________________________________1314
____________________________________________________________________________________________________15
City County State Zip Permanent Index Number(s) of Real Estate1617
3.PURCHASE PRICE: Purchase Price of $________________________ shall be. After the payment of Earnest Money as provided 18
below, the balance of the Purchase Price, as adjusted by proration’s, shall be paid at Closing in “Good Funds” as defined by law.1920
4.EARNEST MONEY:Earnest Money shall be held in trust for the mutual benefit of the Parties by [check one]21
____Seller’s Broker; ____Buyer’s Broker; ____ As otherwise agreed by the Parties as “Escrowee”. Initial Earnest Money of 22
$____________________ shall be tendered to Escrowee on or before ____day(s) after Date of Acceptance. Additional Earnest 23
Money of $_______________ shall be tendered by ____________________, 20____.2425
5.DIRECTION TO ESCROWEE:In every instance where this Contract shall be deemed null and void or if this Contract may be 26
terminated by either Party, the following shall be deemed incorporated: “and Earnest Money refunded upon the joint written27
direction by the Parties to Escrowee or upon an entry of an order by a court of competent jurisdiction.”2829
In the event either Party has declared the Contract null and void or the transaction has failed to close as provided for in this 30
Contract and if Escrowee has not received joint written direction by the Parties or such court order, the Escrowee may elect to 31
proceed as follows:32
a) Escrowee shall give written Notice to the Parties as provided for in this Contract at least fourteen (14) days prior to the date33
of intended disbursement of Earnest Money indicating the manner in which Escrowee intends to disburse in the absence of 34
any written objection. If no written objection is received by 6the date indicated in the Notice then Escrowee shall distribute35
the Earnest Money as indicated in the written Notice to the Parties. If Party objects in writing to the intended disbursement 36
of Earnest Money then Earnest Money shall be held until receipt of joint written direction for all Parties or until receipt of an 37
order of a court of competent jurisdiction.38
b) Escrowee may file Suit for Interpleader and deposit any funds held into the Court of distribution after resolution of dispute39
between Seller and Buyer by the Court. Escrowee may retain from the funds deposited with Court other amount necessary 40
to reimburse Escrowee for court costs and reasonable attorney’s fees incurred due to the filing of the Interpleader. If the 41
amount held in escrow is inadequate to reimburse Escrowee for the costs and attorney’s fees, Buyer and Seller shall jointly 42
and severally indemnify Escrowee for additional costs and fees incurred in filing the Interpleader action. 4344
6.CLOSING AND POSSESSION:Closing or escrow pay shall be on _______________________, 20___, or at such time as 45
mutually agreed upon by the Parties in writing. Closing shall take place at the title company escrow office situated geographically 46
nearest the Real Estate or as shall be agreed mutually by the Parties. Possession shall be granted to Buyer(s) at the completion 47
of closing unless otherwise agreed in writing by the Parties. 4849
7.MORTGAGE CONTINGENCY: IF THIS TRANSACTION IS NOT CONTINGENT ON FINANCING, OPTIONAL PARAGRAPH 50
34 [EITHER a) OR b)] MUST BE USED AND PROVISIONS OF THIS PARAGRAPH 7 ARE NOT APPLICABLE.51
This Contract is contingent upon Buyer obtaining a [check one]____fixed ____adjustable; [check one]____conventional 52
____other _______________________ loan for ____% of the Purchase Price, plus private mortgage insurance (PMI), if 53
required, with an interest rate (initial rate if an adjustable rate mortgage used) not to exceed _______% per annum, amortized 54
over not less than _____ years. Buyer shall pay loan origination fee and/or discount points not to exceed ______% of the loan55
amount. Buyer shall pay the cost of application, usual and customary processing fees and closing costs charged by lender. 56
(Complete Paragraph 34 if closing cost credits apply). Buyer shall make written loan application within five (5) Business Days 57
after the Date of Acceptance and shall cause an appraisal of Real Estate to be ordered by the lender no later than ten (10) 58
Business Days after the Date of Acceptance; failure to do either shall constitute an act of Default under this Contract.59
If Buyer, having applied for the loan specified above [complete both a) and b)]:60
CONTRACT FOR THE SALE OF VACANT LAND
Buyer Initial_________ Buyer Initial_________ Seller Initial_________ Seller Initial_________
Address:____________________________________________________________________________________________
Contract for the Sale of Vacant Land-REALTOR® Association of the Fox Valley, Inc. Page 1 of 7
City of McHenry
Michael Oliver & Diane Oliver
3931 W. Main Street, McHenry, IL. 60050 (Rear Lot)
McHenry McHenry Illinois 60050 09-26-355-012
40,000
✔
1,000 5
0.00
May 12 23
3931 W. Main Street, McHenry, IL. 60050 (Rear Lot)
211
a) is unable to provide written evidence that the loan application has been submitted for underwriting approval by Buyer’s61
lender on or before _________________, 20____, (if not date is inserted, the date shall be thirty (30) days after the Date62
of Acceptance) either Buyer or Seller shall have the option of declaring this Contract terminated by giving Notice to the63
other Party not later than two (2) Business Days after the date specified herein or any extension date agreed to by the64
Parties in writing.65
b) is unable to obtain a written “Clear to Close” from Buyer’s lender on or before ___________________, 20____, (if not date66
is inserted, the date shall be forty-five (45) days after the Date of Acceptance) either Buyer or Seller shall have the option 67
of declaring this Contract terminated by giving Notice to the other Party not later than two (2) Business Days after the date68
specified herein or any extension date agreed to by the Parties in writing. 69
A Party causing delay in the loan approval process shall not have the right to terminate under either of the 70
preceding paragraphs. In the event neither Party elects to declare this Contract null and void as of the latter of the 71
dates specified above (as may be amended from time to time), then this Contract shall continue in full force and 72
effect without any loan contingencies. 73
Unless otherwise provided in Paragraph 28, this Contract shall not be contingent upon the sale and/or closing of 74
Buyer’s existing real estate. Buyer shall be deemed to have satisfied the financing conditions of this paragraph if Buyer 75
obtains a loan commitment in accordance with the terms of this paragraph even though the loan is conditioned on the sale 76
and/or closing of Buyer’s existing real estate. 7778
8.PRORATIONS:Proratable items shall include, without limitation, rents and deposits (if any) from tenants, water and sewer.79
Seller agrees to pay prior to or at Closing any special assessments (governmental or association) confirmed prior to Date of 80
Acceptance. The general Real Estate taxes shall be prorated as of the date of Closing based on ______% of the most recent 81
ascertainable full year tax bill. All prorations shall be final as of Closing. 8283
9.BUYER’S RIGHT TO DETERMINE:Buyer shall have until ___________, 20___ to determine the suitability of the Real Estate84
for Buyer’s intended use as ____________________________________. Buyer shall have the right to inspect, examine, and/or 85
test all aspects of the Real Estate, including by way of example and not limitation, such matters pertaining to the Real Estate 86
as: (a) availability of utility services; (b) existing leases; if any (c) legal description; size and configuration; (d) access to public 87
rights of way; (e) soil boring and percolation tests; (f) flood plain or wetlands; (g) hazardous substances or other contamination; 88
(h) verification of, or the absence of, underground storage tanks; (i) zoning; (j) the availability of building permits; (k) whether89
Buyer will be required to make any public improvement or contributions of cash for schools, parks, or the like as a condition to 90
the improvement of the Real Estate; (l) current plat of survey; (m) easements, restrictions, and covenants of record; (n)91
homeowners associations by-laws; and (o) other matters relating to the Real Estate is suitable for construction of Buyer’s 92
intended improvements and a septic system thereon in accordance with the applicable governmental ordinances. Seller shall 93
allow Buyer and Buyer’s agents reasonable access to the Real estate during normal business hours upon reasonable advance 94
notice to Seller for the purpose of making or conducting such tests or other inspections of the Real Estate as the Buyer may 95
deem appropriate and Buyer shall immediately restore the acts or negligence of Buyer or any person performing any 96
inspection(s). In the event Buyer determines the Real Estate is not suitable for Buyer’s intended use and give written 97
notice thereof to Seller within the time specified, this Contract shall be null and void and earnest money refunded 98
to Buyer upon written direction of the Parties to Escrowee. If written Notice is not served within the time specified, 99
Buyer shall be deemed to have waived this contingency, and this Contract shall remain in full force and effect. If 100
the Buyer terminates this Contract pursuant to this provision Buyer shall provide Sellers with copies of all tests and inspections. 101102
10.ATTORNEY REVIEW:Within five (5) Business Days after Date of Acceptance, the attorneys for the respective Parties, by103
Notice, may: 104
a) Approve this Contract; or105
b) Disapprove this Contract, which disapproval shall not be based solely upon the Purchase Price; or106
c) Propose modifications except for the Purchase Price. If within ten (10) Business Days after the date of Acceptance107
written agreement is not reached by the Parties with respect to resolution of the proposed modifications, then either108
Party may terminate this Contract by serving Notice, whereupon this Contract shall be null and void; or109
d) Propose suggested changes to this Contract. If such suggestions are not agreed upon, neither Party may declare this110
Contract null and void and this Contract shall remain in full force and effect.111112
Unless otherwise specified, all Notices shall be deemed made pursuant to Paragraph 10 c. If Notice is not served 113
within the time specified herein, the provisions of this paragraph shall be deemed waived by the Parties and this 114
Contract shall remain in full force and effect. 115116
11.PLAT OF SURVEY:Not less than five (5) business days prior to the expiration of Buyer’s Right to Determine, Seller shall at117
Seller’s expense, furnish to Buyer or Buyer’s attorney a Plat of Survey that conforms to the current Minimum Standard of Practice 118
for boundary surveys, is dated not more than six (6) months prior to the date of Closing, and is prepared by a professional land 119
surveyor licensed to practice land surveying under the laws of the State of Illinois. The Plat of Survey shall show visible evidence 120
of improvements, right of way, easements, use and measurements of all parcel lines. The land surveyor shall set monuments 121
or witness corners at all accessible corners of the land. All such corners shall also be visibly staked or flagged. The Plat of Survey 122
shall include the following statement placed near the professional land surveyor’s seal and signature: “This professional service 123
conforms to the current Illinois Minimum Standards for boundary survey.” A Mortgage Inspection, as defined, is not a boundary 124
survey and is not acceptable.125126
Buyer Initial_________ Buyer Initial_________ Seller Initial_________ Seller Initial_________
Address:____________________________________________________________________________________________
Contract for the Sale of Vacant Land-REALTOR® Association of the Fox Valley, Inc. Page 2 of 7
N/A
3931 W. Main Street, McHenry, IL. 60050 (Rear Lot)
212
12.THE DEED:Seller shall convey or cause to be conveyed to Buyer, or Buyer’s designated grantee good and merchantable title 127
to the Real Estate by recordable general Warranty Deed, (or the appropriate deed if title is in trust or in an estate), and with 128
real estate transfer stamps to be paid by Sellers (unless otherwise designated by local ordinance). Title when conveyed will be 129
good and merchantable, subject only to: general real estate taxes not due and payable at the time of closing, covenants, 130
conditions, and restrictions of record, building lines and easements, if any, so long as they do not interfere with the current use, 131
the proposed use and enjoyment of the Real Estate. 132133
13.DAMAGE TO REAL ESTATE OR CONDEMNATION PRIOR TO CLOSING: If prior to delivery of the deed the Real Estate shall134
be destroyed or materially damaged by fire or other casualty, or the Real Estate is taken by condemnation, then Buyer shall 135
have the option of either terminating this Contract (and receiving a refund of earnest money) or accepting the Real Estate as 136
damaged or destroyed, together with the proceeds of the condemnation award or any insurance payable as a result of the 137
destruction or damage, which gross proceeds Seller agrees to assign to Buyer and deliver to Buyer at Closing. Seller shall not 138
be obligated to repair or replace damaged improvements. The provisions of Uniform Vendor and Purchaser Risk Act of the State 139
of Illinois shall be applicable to this Contract, except as modified by this paragraph.140141
14.CONDITION OF REAL ESTATE AND INSPECTION:All refuse and personal property that is not to be conveyed to Buyer shall142
be removed from the Real Estate at Seller’s expense prior to delivery of Possession. Buyer shall have the right to inspect the143
Real Estate, prior to Possession to verify that the Real Estate is in substantially the same condition as of the Date of Acceptance, 144
normal wear and tear excepted. 145146
15.NOTICE:Except as provided in Paragraph 28 c) 2) regarding the manner of service for “kick-out” Notices, all Notices shall be147
in writing and shall be served by one Party or attorney to the other Party or attorney. Notice to any one of a multiple person 148
Party shall be sufficient notice to all. Notice shall be given in the following manner:149
a) By personal delivery; or150
b) By mailing to the addresses recited herein by regular mail and by certified mail, return receipt requested. Except151
as otherwise provided herein, Notice served by certified mail, shall be effective on the date of mailing; or152
c) By sending facsimile transmission. Notice shall be effective as of date and time of the transmission, provided153
that the Notice transmitted shall be sent on Business Days during Business Hours. In the event the Notice is154
transmitted during non-business hours, the effective date and time of Notice is the first hour of the first Business 155
Day after transmission; or156
d) By e-mail transmission if e-mail has been furnished by the recipient Party or the recipient Party’s attorney to157
the sending Party or is shown in this Contract. Notice shall be effective as of date and time of e-mail transmission, 158
provided that, in the event e-mail Notice is transmitted during non-business ours, the effective date and time of 159
Notice is the first hour of the next Business Day after transmission. An attorney or Party may opt out of future 160
e-mail Notice by any form of Notice provided by this Contract; or161
e) By commercial overnight delivery (e.g., FedEx). Such Notice shall be effective on the next Business Day following162
deposit with the overnight delivery company.163164
16.TITLE:At Seller’s expense, Seller will deliver or cause to be delivered to Buyer or Buyer’s attorney within customary time165
limitations and sufficiently in advance of Closing, as evidence of title in Seller or Grantor, a title commitment for an ATLA title 166
insurance policy in the amount of the Purchase Price with extended coverage by a title company licensed to operate in the State 167
of Illinois, issue on or subsequent to the Date of Acceptance, subject only to items listed in Paragraph 12. The requirement to 168
provide extended coverage shall not apply if the Real Estate is vacant land. The commitment for title insurance furnished by 169
Seller will be presumptive evidence of good and merchantable title as therein shown, subject only to the exceptions therein 170
stated. If the title commitment discloses any unpermitted exceptions or if the Plat of Survey shows any171
encroachments or other survey matters that are not acceptable to Buyer, then Seller shall have said exceptions, 172
survey matters or encroachments removed, or have the title insurer commit to either insure against loss or damage 173
that may result from such exceptions or survey matters or insure against any court-ordered removal of the 174
encroachments. If Seller fails to have such exceptions waived or insured over prior to Closing, Buyer may elect to take title 175
as it then is with the right to deduct from the Purchase Price prior encumbrances of a definite or ascertainable amount. Seller 176
shall furnish Buyer at Closing an Affidavit of Title covering the date of Closing, and shall sign any other customary forms required 177
for issuance of an ALTA Insurance Policy. 178179
17.PERFORMANCE: Time is of the essence of this Contract. In the event of default by Seller or Buyer, the Parties are free to180
pursue any legal remedies at law or in equity. The prevailing Party in litigation shall be entitled to collect reasonable attorney 181
fees and costs from the losing Party as ordered by court of competent jurisdiction. There shall be no disbursement of earnest 182
money unless Escrowee has been provided written agreement from Seller and Buyer. Absent an agreement relative to the 183
disbursement of earnest money within a reasonable period of time, Escrowee may deposit funds with the Clerk of the Circuit 184
Court by the filing of an action in the nature of interpleader. Escrowee shall be reimbursed from the earnest money for all costs, 185
including reasonable attorney’s fees, related to the filing of the interpleader action. Seller and Buyer shall indemnify and hold 186
Escrowee harmless from any and all conflicting claims and demands arising under this paragraph. 187188
18.SELLER’S REPRESENTATIONS: Seller represents that to the best of Seller’s knowledge, the Real Estate and its existing uses189
comply with, and Seller is not now in violation of any of the following: the Resource Conservation and Recovery Act of 1976 190
(“RCRA”), the Comprehensive Environmental Response, Compensation and Liability Act of 1980 (“CERCLA”), the Toxic 191
Substances Control Act, the Illinois Environmental Protection Act and any of these statutes or any regulations promulgated 192
Buyer Initial_________ Buyer Initial_________ Seller Initial_________ Seller Initial_________
Address:____________________________________________________________________________________________
Contract for the Sale of Vacant Land-REALTOR® Association of the Fox Valley, Inc. Page 3 of 7
3931 W. Main Street, McHenry, IL. 60050 (Rear Lot)
213
pursuant to the statutes. Seller represents that he has not received written notice from any Governmental body or Homeowner’s 193
Association of (a) zoning, building, fire or health code violations that have not been corrected; (b) any pending rezoning; or (c) 194
a proposed or confirmed special assessments and/or special service area affecting the Real Estate. Seller further represents that 195
Seller has no knowledge of boundary line disputes or easements or claims of easement not shown by the public record or of any196
hazardous waste on the Real Estate or any improvements for which the required permits were not obtained. 197198
19.CONDITION OF REAL ESTATE AND INSPECTION: Seller agrees to leave the Real Estate in broom clean condition. All refuse199
and personal property that is not to be conveyed to the Buyer shall be removed from the Real Estate at the Seller’s expense 200
before possession. Buyer shall have the right to inspect the Real Estate prior to closing to verify that the Real Estate is in 201
substantially the same condition as the Date of Acceptance of this Contract, normal wear and tear excepted. 202203
20.GOVERNMENTAL COMPLIANCE/1031 EXCHANGE: Parties agree to comply with the reporting requirements of the applicable204
sections of the Internal Revenue Code, Illinois Income Tax Act and the Real Estate Settlement Procedures Act of 1974, as 205
amended. If Buyer or Seller hereunder desires to exchange other property of the like kind and qualifying use within the meaning 206
of Section 1031 of the Internal Revenue Code of 1986, as amended, and the regulations promulgated thereunder, the parties 207
shall cooperate in effectuating such a transaction provided, however, that said transactions not subject the non-exchanging 208
party to additional cost or legal liability and does not extend any time periods set forth herein. 209210
21.ESCROW CLOSING:At the election of either Party, not less than five (5) business days prior to the closing, this sale shall be211
closed through an escrow with the lending institution or the title company in accordance with the provisions of the usual from 212
of Deed and Money Escrow Agreement as agreed upon between the Parties, with provisions inserted in the Escrow Agreement 213
as may be required to conform with this Contract. The cost of the escrow shall be paid by the Party requesting the escrow.214215
22.FLOOD INSURANCE: Buyer shall obtain flood insurance if required by Buyer’s lender.216217
23.FACSIMILE OR DIGITAL SIGNATURES: Facsimile or digital signatures shall be sufficient for purposes of executing,218
negotiating, and finalizing this Contract, and delivery thereof by one of the following methods shall be deemed delivery of this 219
Contract containing his or her original signature. An acceptable facsimile signature may be produced by scanning an original, 220
hand-signed document and transmitting same by facsimile. An acceptable digital signature may be produced by use of a 221
qualified, established electronic security procedure mutually agreed upon by the Parties. Transmissions of digitally signed copy 222
hereof shall be by an established, mutually acceptable electronic method, such as creating a PDF (“Portable Document Format”)223
document incorporating the digital signature and sending same by electronic mail. 224225
24.BUSINESS DAY/HOURS: Business Day are defined as Monday through Friday, excluding Federal Holidays. Business Hours are226
defined as 8:00 A.M. to 6:00 P.M. Chicago Time. 227228
25.CHOICE OF LAW AND GOOD FAITH: All terms and provisions of this Contract including but not limited to the Attorney Review229
and Professional Inspection paragraphs shall be governed by the laws of the State of Illinois and are subject to the covenant of 230
good faith and fair dealing implied in all Illinois contracts. 231232
26.OTHER PROVISIONS:This Contract is also subject those OPTIONAL PROVISIONS selected for use and initialed by the Parties233
which are contained on the succeeding page and the following attachments, if any: __________________________________234
____________________________________________________________________________________________________235236
OPTIONAL PROVISIONS (Applicable ONLY if initialed by all Parties)237238
[Initials]____ ____ ____ ____ 27. CONFIRMATION OF DUAL AGENCY: The Parties confirm that they have previously 239
consented to _______________________________________(Licensee) acting as a Dual Agent in providing brokerage services 240
on their behalf and specifically consent to Licensee acting as a Dual Agent with regard to the transaction referred to in this 241
Contract. 242243
____ ____ ____ ____ 28. SALE OF BUYER’S REAL ESTATE: 244
a) REPRESENTATIONS ABOUT BUYER’S REAL ESTATE: Buyer represents to Seller as follows:245
1) Buyer owns real estate (hereinafter referred to as “Buyer’s real estate”) with the address of:246
____________________________________________________________________________________________________247
Address City State Zip248
2) Buyer [check one] ____ has ____ has not entered into a contract to sell Buyer’s Real Estate.249
If Buyer has entered into a contract to sell Buyer’s real estate, that contract: 250
a)[check one] ____ is ____ is not subject to a mortgage contingency.251
b)[check one] ____ is ____ is not subject to a real estate sale contingency.252
c)[check one] ____ is ____ is not subject to a real estate closing contingency.253
3) Buyer [check one] ____ has ____ has not listed Buyer’s real estate for sale with a licensed real estate broker254
and in a local multiple listing service.255
4) If Buyer’s real estate is not listed for sale with a licensed real estate broker and in a local multiple listing service,256
Buyer [check one]:257
Buyer Initial_________ Buyer Initial_________ Seller Initial_________ Seller Initial_________
Address:____________________________________________________________________________________________
Contract for the Sale of Vacant Land-REALTOR® Association of the Fox Valley, Inc. Page 4 of 7
3931 W. Main Street, McHenry, IL. 60050 (Rear Lot)
214
a) ____ Shall list real estate for sale with a licensed real estate broker who will place it in a local multiple258
listing service within five (5) Business Days after Date of Acceptance.259
[For information only] Broker:__________________________________________________________260
b) ____ Does not intend to list said real estate for sale.261
b) CONTINGENCIES BASED UPON SALE AND/OR CLOSING OF REAL ESTATE:262
1) This Contract is contingent upon Buyer having entered into a contract for the sale of Buyer’s real estate that is in263
full force and effect as of ___________________, 20___. Such contract should provide for a closing date not later264
than the Closing Date set forth in this Contract. If Notice is served on or before the date set forth in this265
subparagraph that Buyer has not procured a contract for the sale of Buyer’s real estate, this Contract266
shall be null and voice. If Notice that Buyer has not procured a contract for the sale of Buyer’s real267
estate is not served on or before the close of business on the date set forth in this subparagraph, Buyer268
shall be deemed to have waived all contingencies contained in this Paragraph 28, and this Contract269
shall remain in full force and effect. (If this paragraph is used, then the following paragraph must be270
completed.)271
2) In the event Buyer has entered into a contract for the sale of Buyer’s real estate as set forth in Paragraph 28 b)272
1) and that contract is in full force and effect, or has entered into a contract for the sale of Buyer’s real estate prior273
to the execution of this Contract, this Contract is contingent upon Buyer closing the sale of Buyer’s real estate on274
or before ___________________, 20___. If Notice that Buyer has not closed the sale of Buyer’s real estate275
is served before the close of business on the next Business Day after the date set forth in the preceding276
sentence, this Contract shall be null and void. If Notice is not served as described in the preceding277
sentence, Buyer shall have deemed to have waived all contingencies contained in this Paragraph 28,278
and this Contract shall remain in full force and effect.279
3) If the contract for the sale of Buyer’s real estate is terminated for any reason after the date set forth in Paragraph280
28 b) 1)(or after the date of this Contract if no date is set forth in Paragraph 28 b) 1)), Buyer shall, within three281
(3) Business Days of such termination, notify Seller of said termination. Unless Buyer, as part of said Notice,282
waives all contingencies in Paragraph 28 and complies with Paragraph 28 d), this Contract shall be283
null and void as of this date of Notice. If Notice as required by this subparagraph is not served within284
the time specified, Buyer shall be in default under the terms of this Contract.285
c) SELLER’S RIGHT TO CONTINUE TO OFFER REAL ESTATE FOR SALE: During the time of this contingency, Seller has286
the right to continue to show the Real Estate and offer it for sale subject to the following: 287
1) If Seller accepts another bona fide offer to purchase the Real Estate while contingencies expressed in Paragraph288
28 b) are in effect, Seller shall notify Buyer in writing of same. Buyer shall then have ________ hours after Seller289
gives such Notice to waive the contingencies set forth in Paragraph 28 b), subject to Paragraph 28 d).290
2) Seller’s Notice to Buyer (commonly referred to as a ‘kick-out’ Notice) shall be in writing and shall be served on291
Buyer, not Buyer’s attorney or Buyer’s real estate agent. Courtesy copies of such ‘kick-out’ Notice should be sent292
to Buyer’s attorney and Buyer’s real estate agent, if known. Failure to provide such courtesy copies shall not render293
Notice invalid. Notice to any one of a multiple-person Buyer shall be sufficient Notice to all Buyers. Notice for the294
purpose of this subparagraph only shall be served upon Buyer in the following manner:295
a) By personal delivery effective at the time and date of personal deliver; or296
b) By mailing to the address recited herein for Buyer by regular mail and by certified mail. Notice shall be297
effective at 10:00 A.M. on the morning of the second day following deposit of Notice in the U.S. Mail; or298
c) By commercial delivery overnight (e.g. FedEx). Notice shall be effective upon delivery or at 4:00 P.M.299
Chicago time on the next delivery day following deposit with the overnight delivery company, whichever300
first occurs.301
3) If Buyer complies with the provisions of Paragraph 28 d) then this Contract shall remain in full force and effect.302
4) If the contingencies set forth in Paragraph 28 d) are NOT waived in writing, within said time period by Buyer, this303
Contract shall be null and void.304
5) Except as provided in Paragraph 28 c) above, all Notices shall be made in the manner provided by Paragraph 15305
of this Contract.306
6) Buyer waives any ethical objection to the delivery of Notice under this paragraph by Seller’s attorney or307
representative.308
d) WAIVER OF PARAGRAPH 28 CONTINGENCIES: Buyer shall be deemed to have waived the contingencies in Paragraph309
29 b) when Buyer has delivered written waiver and deposited with the Escrowee additional earnest money in the amount 310
of $_________________ in the form of cashier’s or certified check within the time specified. If Buyer fails to deposit the 311
additional earnest money within the time specified, the waiver shall be deemed ineffective and this Contract 312
shall be null and void. 313
e) BUYER COOPERATION REQUIRED: Buyer authorizes Seller or Seller’s agent to verify representations contained in314
Paragraph 28 at any time, and Buyer agrees to cooperate in providing relevant information.315316
____ ____ ____ ____ 29. CANCELLATION OF PRIOR REAL ESTATE CONTRACT: In the event either Party has entered into 317
a prior real estate contract, this Contract shall be subject to written cancelations of the prior contract on or before 318
________________, 20___. In the event the prior contract is not cancelled within the time specified, this Contract 319
shall be null and void. Seller’s notice to the purchaser under the prior contract should not be served until after 320
Attorney Review and Professional Inspections provisions of this Contract have expired, been satisfied or waived. 321322
Buyer Initial_________ Buyer Initial_________ Seller Initial_________ Seller Initial_________
Address:____________________________________________________________________________________________
Contract for the Sale of Vacant Land-REALTOR® Association of the Fox Valley, Inc. Page 5 of 7
3931 W. Main Street, McHenry, IL. 60050 (Rear Lot)
215
____ ____ ____ ____ 30. INTEREST BEARING ACCOUNT: Earnest money (with a completed W-9 and other required forms),323
shall be held in a federally insured interest bearing account at a financial institution designated by Escrowee. All interest earned 324
on the earnest money shall accrue to the benefit of and be aid to Buyer. Buyer shall be responsible for any administrative 325
fee (not to exceed $100) charged for setting up the account. In anticipation of Closing, the Parties direct Escrowee to 326
close the account no sooner than ten (10) Business Days prior to the anticipated Closing date.327328
____ ____ ____ ____ 31. MISCELLANEOUS PROVISIONS: Buyer’s and Seller’s obligations are contingent upon the Parties 329
entering into a separate written agreement consistent with the terms and conditions set forth herein, and with such additional 330
terms as ether Party may deem necessary, providing for one or more of the following [check applicable boxes]331332
____ Articles of Agreement for Deed ____ Assumption of Seller’s Mortgage ____ Commercial/Investment333
Or Purchase Money Mortgage ____ Tax-Deferred Exchange ____ New Construction334
____ Short Sale335336
____ ____ ____ ____32. SPECIFIED PARTY APPROVAL:This Contract is contingent upon the approval of the Real Estate 337
by ___________________________________________________________________________________ Buyer’s Specified 338
Party, within five (5) Business Days after the Date of Acceptance. In the event Buyer’s Specified Party does not approve of the 339
Real estate and notice is given within the time specified, this Contract shall be null and void. If Notice is not served within the 340
time specified, this provision shall be deemed waived by the Parties and this Contract shall remain in full force and effect. 341342
____ ____ ____ ____ 33. CREDIT AT CLOSING: Provided Buyer’s lender permits such credit to show on the HUD-1 Settlement 343
Statement or Closing Disclosure, and if not, such lesser amount as the lender permits, Seller agrees to credit 344
$___________ to Buyer at Closing to be applied to prepaid expenses, closing costs or both. 345346
____ ____ ____ ____ 34. TRANSACTIONS NOT CONTINGENT ON FINANCING: IF EITHER OF THE FOLLOWING 347
ALTERNATIVE OPTIONS IS SELECTED, THE PROVISIONS OF THE MORTGAGE CONTINGENCY PARAGRAPH HEREIN 348
SHALL NOT APPLY [CHOOSE ONLY ONE]: 349
a) ____ ____ ____ ____ Transaction With No Mortgage (All Cash): If this selection is made, Buyer will pay at closing, in350
the form of “Good Funds” the difference (plus or minus prorations) between the Purchase Price and the amount of Earnest 351
Money deposited pursuant to Paragraph 4 above. Buyer represents to Seller, as of the Date of Offer, that Buyer has sufficient352
funds available to satisfy the provisions of this paragraph. Buyer agrees to verify the above representation upon the 353
reasonable request of the Seller and to authorize the disclosure of such financial information to Seller, Seller’s attorney or354
Seller’s broker that may be reasonably necessary to provide the availability of sufficient finds to close. Buyer understand 355
and agrees that, so long as Seller has fully complied with Seller’s obligations under this Contract, any act or omission 356
outside of the control of Seller, whether intentional or not, that prevents Buyer from satisfying the balance due from Buyer 357
at closing, shall constitute a material breach of this Contract by Buyer. The Parties shall share the title company escrow 358
closing fee equally. Unless otherwise provided in Paragraph 28, this Contract shall not be contingent upon the 359
sale and/or closing of Buyer’s existing real estate. 360
b) ____ ____ ____ ____ Transaction, Mortgage Allowed: If this selection is made, Buyer will pay at closing, in the form361
of “Good Funds” the difference (plus or minus prorations) between the Purchase Price and the amount of Earnest Money 362
deposited pursuant to Paragraph 4 above. Buyer represents to Seller, as of the Date of Offer, that Buyer has sufficient 363
funds available to satisfy the provisions of this paragraph. Buyer agrees to verify the above representation upon the 364
reasonable request of Seller and to authorize the disclosure of such financial information to Seller, Seller’s attorney or 365
Seller’s broker that may be reasonably necessary to prove the availability of sufficient funds to close. Notwithstanding such 366
representation, Seller agrees to reasonably and promptly cooperate with Buyer so that Buyer may apply for and obtain a 367
mortgage loan or loans including but not limited to providing access to the Real Estate to satisfy Buyer’s obligations to pay 368
the balance due (plus or minus prorations) to close this transaction. Such cooperation shall include the performance in 369
timely manner of all Seller’s pre-closing obligations under this Contract. This Contract shall NOT be contingent upon 370
Buyer obtaining a commitment for financing. Buyer understands and agrees that, so long as Seller has fully complied 371
with Seller’s obligations under this Contract, any act or omission outside of the control of Seller, whether intentional or not, 372
that prevents Buyer from satisfying the balance due from Buyer at Closing shall constitute a material breach of this Contract 373
by Buyer. Buyer shall pay the title company escrow closing fee. Unless otherwise provided in Paragraph 28, this 374
Contract shall not be contingent upon the sale and/or closing of Buyer’s existing real estate. 375376
[LINES 377-388 LEFT INTENTIONALLY BLANK]377378379380381382383384385386387388
Buyer Initial_________ Buyer Initial_________ Seller Initial_________ Seller Initial_________
Address:____________________________________________________________________________________________
Contract for the Sale of Vacant Land-REALTOR® Association of the Fox Valley, Inc. Page 6 of 7
3931 W. Main Street, McHenry, IL. 60050 (Rear Lot)
216
THIS DOCUMENT WILL BECOME A LEGALLY BINDING CONTRACT WHEN SIGNED BY ALL PARTIES AND DELIVERED 389
TO THE PARTIES OR THEIR AGENTS. 390391
THE PARTIES REPRESENT THAT THE TEXT OF THIS FORM HAS NOT BEEN ALTERED AND IS IDENTICAL TO THE 392
OFFICIAL REALTOR® ASSOCIATION OF THE FOX VALLEY, INC. CONTRACT FOR THE SALE OF VACANT LAND.393394 ________________________________________, 20___ ________________________________________, 20___395
Date of Offer Date of Acceptance396397______________________________________________ ______________________________________________398
Buyer Signature Seller Signature399400______________________________________________ ______________________________________________401
Buyer Signature Seller Signature402403______________________________________________ ______________________________________________404
Print Buyer(s) Name(s)Print Seller(s) Name(s)405406 ______________________________________________ ______________________________________________407
Address Address408409______________________________________________ ______________________________________________410
City State Zip City State Zip411412______________________________________________ ______________________________________________413
Phone Number(s) Fax Email Phone Number(s) Fax Email414415
FOR INFORMATION ONLY416417______________________________________________ ______________________________________________418
Selling Office MLS# Listing Office MLS#419420 ______________________________________________ ______________________________________________421
Selling Agent MLS# Email Listing Agent MLS# Email422423______________________________________________ ______________________________________________424
Address, City, State, Zip Address, City, State, Zip425426______________________________________________ ______________________________________________427
Phone Fax Phone Fax428429______________________________________________ ______________________________________________430
Buyer’s Attorney Email Seller’s Attorney Email431432______________________________________________ ______________________________________________433
Address, City, State, Zip Address, City, State, Zip434435______________________________________________ ______________________________________________436
Phone Fax Phone Fax437438______________________________________________ ______________________________________________439
Mortgage Company Phone Homeowner’s/Condo Assoc. (if any) Phone440441______________________________________________ ______________________________________________442
Loan Officer Phone/Fax Management Co./Other Contact Phone443444______________________________________________ ______________________________________________445
Loan Officer E-mail Management Co./Other Contact Email446447
This offer was presented to Seller by _______________________________ on ____________ at _______am/pm448
Agent449450
THIS OFFER IS REJECTED _______________________________________ on ____________ at _______am/pm451
Seller Initials452453
2014© REALTOR® Association of the Fox Valley, Inc. All rights reserved. Unauthorized duplication of this form or any portion thereof is 454
prohibited. Rev. RAFV 07/2014455
Buyer Initial_________ Buyer Initial_________ Seller Initial_________ Seller Initial_________
Address:____________________________________________________________________________________________
Contract for the Sale of Vacant Land-REALTOR® Association of the Fox Valley, Inc. Page 7 of 7
City of McHenry
333 S. Green Street
McHenry IL 60050
(815) 363-2100 mjohnson@cityofmchenr
N/A
Ryan P. Farrell rfarrell@zrfmlaw.com
50 N. Virginia Street, IL 60014
(815) 459-2050
N/A
N/A
3931 W. Main Street, McHenry, IL. 60050 (Rear Lot)
217
Copyright County of McHenry 2023.
All information is provided 'as-is' with no
guarantee of accuracy, completeness, or currency.
Page 1 of 1
Area to be resurfaced:
Approximately 2000 SF
Appendix A
218
ADDENDUM TO CONTRACT FOR THE SALE OF VACANT LAND
BY AND BETWEEN
MICHAEL OLIVER AND DIANE OLIVER (COLLECTIVELY, “SELLER”) AND
THE CITY OF McHENRY, AN ILLINOIS MUNICIPAL CORPORATION (“BUYER”)
REGARDING THE REAL ESTATE LOCATED AT 3931 W. MAIN STREET,
McHENRY, ILLINOIS 60050 (THE “CONTRACT”)
In consideration for the mutual covenants and conditions set forth herein, the parties
hereby agree as follows:
1.In the event that there is any conflict between this Addendum and the above-
referenced Contract, this Addendum shall control.
2.Anything contained in the Contract to the contrary notwithstanding, all costs of a
survey, title, transfer taxes, and other closing costs shall be paid by Buyer, except that
each party shall be responsible for its own attorneys’ fees.
3.Paragraphs 7 and 9 are hereby specifically deleted from the Contract.
4. Paragraph 16 is modified by deleting “At Seller’s expense, Seller will deliver…as
evidence of title in Seller or Grantor” in lines 165 and 166 to “Buyer may obtain…”
5.Buyer agrees that following closing, and in conjunction with its paving of the Real
Estate and the existing parking lot owned by Buyer and located to the northwest of the
Real Estate, it shall also resurface, in the discretion of the City’s public works director,
the rear parking area of approximately 2000 square feet identified in Appendix A
(attached) of Seller’s retained property consisting of approximately four parking
spaces (“Seller’s Retained Parcel”). Resurfacing shall consist of removal of existing
pavement followed by 2 1/2” of binder course asphalt material and 1 ½” surface
course asphalt material. Base or subbase work by Buyer is not required to be
performed and no additional base material shall be required to be placed by Buyer.
After the resurfacing, Buyer shall have no ongoing obligation to maintain Seller’s
Retained Parcel. Further, BUYER MAKES NO OTHER REPRESENTATIONS
OR WARRANTIES OF ANY KIND, EXPRESS OR IMPLIED, INCLUDING,
BUT NOT LIMITED TO, ANY WARRANTY OF FITNESS FOR A
PARTICULAR PURPOSE. This Section 5 of the Addendum shall survive the
closing.
6.All other provisions of the Contract shall remain the same to the extent that such terms
do not interfere with the execution of this Addendum and are hereby ratified and
affirmed by the parties.
219
IN WITNESS WHEREOF, this Addendum is signed this ____ day of April, 2023.
BUYER: SELLER:
City of McHenry
__________________________________
Michael Oliver
By:________________________________
Wayne Jett, Mayor __________________________________
Diane Oliver
220
ORDINANCE NO. 23-
An Ordinance Authorizing the Execution and closing of Vacant Land Sales Contract for 3931
Main Street, McHenry, Illinois.
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 Council believes it is in its best interest to accept the proposed real
estate contract between Michael and Diane Oliver. and the City of McHenry which provides for the
purchase of the property commonly known as 3931 Main Street, McHenry, Illinois, and a purchase
price of $40,000, and with the subject property depicted as set forth in Exhibit A, the Real Estate
Agreement.
NOW, THEREFORE, BE IT ORDAINED by the CITY COUNCIL of the CITY OF
McHENRY, McHenry County, Illinois, as follows:
SECTION 1: The City hereby accepts the real estate contract attached hereto as Exhibit A
and authorizes the Mayor, City Attorney, and Deputy City Clerk to sign any and all documents
necessary to effectuate the closing on the property.
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 1st day of May, 2023.
Ayes Nays Absent Abstain
Alderwoman Bassi
Alderman Glab
Alderman Koch
Alderman Strach
Alderwoman Miller
Alderman Santi
Alderman McClatchey
221
APPROVED:
Mayor Wayne Jett
(SEAL)
ATTEST:
Deputy City Clerk Monte Johnson
222
Depa rtment of
Economic Development
Douglas Ma rtin, Director of Economic Developme nt
McHenry M u nicipal Center
333 Green Street
McHenry , Illinois 60050
Ph o ne: (815) 363-2110
Fax: (815) 363 -2128
dmartin@cityofmchen ry.org
www.cityofmchenry.org
REGULAR AGENDA SUPPLEMENT
TO: Mayor and City Council
FROM: Douglas Martin, Director of Economic Development
FOR: May 1, 2023 Regular City Council Meeting
RE: Façade Grant at 2902 W Illinois Route 120 in the Amount of $15,526
ATT: 1.Location Map
2.Façade Grant Application
AGENDA ITEM SUMMARY:
Attached is an applicati on for a façade grant for the pr operty located at 2902 W Illinois Route
120.This is for Aviation Flying Furniture. The company is run by Kurt Eldrup, a United States
Air Force Veteran who makes aviation-style furniture. Kurt is proposing work on the south and
east facades, as well as new asphalt, fencing and front landscaping. The south and east façades
face Illinois Route 120. The total south façade will be redone with new materials as shown in
the pictures and the east façade will be cleaned, tuck pointed and repainted. The proposed
fencing and wall for the grant is on the east side of the building where it can be seen from the
roadway.
ANALYS IS:
The approximate cost of all the wor k is roughly $31,052. The grant application is for $15,526.
The total lineal frontage of the south and east building frontages is 112 feet therefore the
applicant is eligible for up to a $30,000 grant for more than 81 feet of lineal fronta ge. The grant
is a dollar for dollar match up to $30,000 at this lineal footag e however the total grant request
in this case is $15,526.
Attached is an application, along with pictur es before and proposed materials and colors.
If the City Counc il conc urs with Staff’s review and analysis it is reco mmen ded a motion be
made approving a façade grant application for the property locat ed at 2902 W Illinois Route
120 in the amount of $15,526.
223
Department of
Economic Development
McHenry Municipal Center
333 Green Street
McHenry, Illinois 60050
Phone: (815) 363-2110
Fax: (815) 363-2128
dmartin@cityofmchenry.org
Location Map -2902 W Illinois Route 120
224
225
226
227
228
229
230
231
232
233
234
235
236
237
238
239
240
241
242
243
244
245
STAFF REPORT
FOR MAY 2023
The purpose of this report is to provide the City Council and public with the most up-to-date
information regarding the latest projects and happenings within the municipal government of
the City of McHenry. This report is organized by operating department and will be updated and
transmitted as part of each City Council Agenda Packet. Council is welcome to contact any
Department Director for more information on any item included in this report, as well as topics
from previous reports or items not included in the report. This report does not include projects
or other information that is considered confidential in nature.
ECONOMIC DEVELOPMENT
Contact: Doug Martin, Director of Economic Development – 815/363-2110
International Council of Shopping Centers (ICSC) Convention
The City will be exhibiting at the ICSC Convention in Las Vegas on May 22 and on May 23. Below
are renderings of the new exhibit which will be utilized at the convention.
Summary of McHenry Area Chamber of Commerce Events for May
May 3 – Dine for a Cause (see attached flyer) at Jexal’s Wingzeria 1260 N. Green St. 4pm-10pm
for McHenry Riverwalk Shoppes. Fundraiser including Silent Auction, Raffles, and proceeds from
all carryout and dine-in meals.
May 5 – Never Eat Alone 11:45-1pm at the VFW 3002 IL Route 120. Ribbon Cutting for new beer
garden following at 1pm.
May 13 – Spring Sip Wine Walk throughout downtown 1-5pm.
246
May 24 – Chamber Golf Outing at McHenry Country Club 820 N. John St. beginning at 8am.
COMMUNITY DEVELOPMENT
Contact: Ross Polerecky, Director of Community Development – 815/363-2182
Fox Meadows
Permits for the new Cunat Fox Meadows development have been issued and work has begun.
Cannabis Dispensary
Plans for the new cannabis dispensary in the current Panera building have been approved and
permits have been paid for and issued.
Panera
The new Panera located on the corner of McCullum Lake Road and Richmond Road broke ground
this week.
Harbor Freight
Plans have been approved for the new Harbor Freight store located at 1742 N Richmond Road,
this is the former Aldi.
1900 Richmond Road
Staff performed a comprehensive code enforcement inspection of the former K-mart building at
1900 N Richmond Road. This inspection resulted in 23 building violations, a report was produced
and sent to the building owners. Staff will be meeting with property management staff to create
a timeline for the necessary repairs to the building.
PARKS & RECREATION
Contact: Bill Hobson, Parks & Recreation Director – 815/3763-2159
Miller Point Park Construction
Construction continues to move quickly with progress on all fronts. The shoppes themselves will
be ready for volunteer construction teams arriving on May 1st. That effort is being led by Mike
Mrachek who has been invaluable towards the progress of their construction. In order to
accommodate the delivery of construction materials, roughly half of the Riverside Drive parking
lot was fenced off.
The bathroom foundation is in and utilities have been run to the building. Walls will begin to go
up this week. Steve Freund and his team are leading that effort.
247
Much of the site has been graded and sidewalks will begin to be laid out this week. The existing
gazebo will be moved via crane next week.
There have been a number of things that have arisen in the project that were omitted from the
plan when alternates were also admitted or when changes were made. These items include
additional excavating and concrete required, storm drains, electrical work and additional conduit
for things such as security cameras and finally some masonry work associated with the new
amphitheater. There has also been a credit issued to the project with a change from brick pavers
to concrete in the All Marine rental area. Staff is awaiting final numbers on the calculated
changes, but initial estimates total roughly $130,000. This will require a change order approval
by city council.
Fort McHenry Splash Pad
Concrete work has been completed and city staff has backfilled the area adjacent to the
concrete. Sod will be installed adjacent to the splash pad so there is not mud. Fencing will be
going up this week along with a repaired electrical feed to the pump itself. The goal is to have
the feature open the first week in May.
Veterans Park Entryway
Masonry walls are complete on the site and the project is on track to be completed within the
next 2 weeks. Sidewalks, ironwork and landscaping all remain.
Riverwalk
Staff met with HR Green and Riverwalk Foundation President John Smith last week to thoroughly
review the 60% complete Riverwalk Phase 4 plans. There were not an abundance of major
changes or edits that need to occur. The plans are expected to be ready the first week of May. A
discussion was also held about the possibility of phasing work and how that would look. That will
continue to be a part of the conversation moving forward.
Electrical plans are virtually complete and those plans have been sent to the property owner of
Bimbo’s for him to gather numbers for the private electrical work that will need to be approved
by city council along with the ComEd portion and new transmission lines between the
transformers. This will all be presented as one package with $150,000 currently budgeted for
the work.
Sheriff Marine Unit Building
The City continues to partner with the McHenry County Sheriff for the construction of a
permanent building for the Marine unit at Miller Riverfront Park. The building plans are close to
being finalized by the sheriff’s architect. The Sheriff has also agreed to pay for half of the costs
of installation of utilities to the site. Sewer estimates are currently at roughly $75,000 and a new
well on site would be approximately $15,000. The estimated city cost for the project would be
$45,000-$50,000. The city would bid and contract for the construction of the building and be
reimbursed by the McHenry County Sheriff for the project. City Engineer Greg Gruen has put a
great deal of work in the utility portion on behalf of Public Works as well as locating the optimal
248
building site. The project hopes to be out to bid in July and construction beginning in late
September. It is an excellent example of intergovernmental and interdepartmental cooperation,
with literally every city department playing some role in this project.
Next summer the city plans to pave the lot and the driveway in utilizing $150,000 in grant dollars
that were awarded to the city from the IDNR.
McCullom Lake Levels
Parks Maintenance Superintendent Pat Gorniak had noticed that the level McCullom Lake were
rising more than they typically would and had in fact began to overflow the spillway. Upon
further inspection, he identified a large beaver dam close to the Remington subdivision
properties. This is an area that is to be managed by The Land Conservancy however they were
not willing to do anything regarding the issue that was affecting the lake as well as the Dutch
Creek tributary. Staff worked with the Village of Johnsburg and identified a solution. Johnsburg
Public works came out and cleared the dam this week. We will continue to stay in contact as to
how to best manage this situation.
Parks and Recreation Master Plan
Parks and Recreation Director Hobson met with Hitchcock Design group to finalize an update to
the Parks Master Plan. The current plan expired in 2012, though was still very accurate with
limited growth the city had experienced. As this development has returned on in conjunction
with the City Comp Plan, the Parks Master Plan needed to be updated. The plan will also include
a fresh look at the master plan for the recreation center as the city looks to replace an antiquated,
undersized community pool and the lack of indoor recreation space. The plan will include a good
deal of community outreach as we look for input comprehensively.
POLICE
Contact: John Birk, Chief of Police – 815/363-2200
Personnel Update
The following personnel have recently completed the respective years of service with the
McHenry Police Department:
•Officer Omar Morales – 21 years
•Officer Ryan Pardue – 21 years
•Officer Paul Prather – 17 years
•Officer Grahm McClure - 1 year
•Officer William Campos – 1 year
•Social Services Coordinator Jason Sterwerf – 1 year
On Monday, April 24th, 2023, Jana Landwehr started her career with the McHenry Police
Department as a Telecommunicator. Jana is a graduate of Wauconda High School and has her
249
Associates Degree in Criminal Justice from the College of Lake County. She had been a
Telecommunicator with FoxComm in Fox Lake since 2019.
On Wednesday, April 19th, 2023, Alex Lopez started his career with the McHenry Police
Department as a Police Officer. Alex is a Streamwood High School graduate and has attended
Elgin Community College. Since January 2018 he has been a police officer with the Chicago Police
Department. As Alex is a certified police officer in Illinois, he will start immediately in the
department’s Field Training Program.
On Wednesday, April 19th, 2023, Trevor Pederson started his career with the McHenry Police
Department as a Police Officer. Trevor is a graduate of Elkhorn (WI) Area High School and has
attended McHenry County College and the American Military University. From January 2018 to
January 2023, he was active duty in the United States Army serving with the Military
Police. Starting on May 1st, 2023, Trevor will be attending the Basic Police Academy at the
Suburban Law Enforcement Academy – College of DuPage.
On Wednesday, April 19th, 2023, Matthew Meyers started his career with the McHenry Police
Department as a Police Officer. Matthew is a McHenry Community High School graduate. He
attended McHenry County College and has a Bachelor of Science in Law Enforcement and Justice
Administration from Western Illinois University. On May 1st, 2023, Matt will also be starting the
Basic Police Academy at the Suburban Law Enforcement Academy – College of DuPage.
On Monday, March 27th, 2023, Michael Wood started his career with the McHenry Police
Department as an I.T. Specialist. Mike has over twenty years of experience in the I.T. field, most
recently as an I.T. Technical Lead with Vitality Group in Chicago.
Accreditation
The McHenry Police Department Dispatch Center, also known as NERCOM, has been recognized
by the International Academies of Emergency Dispatch (IAED) as an Accredited Center of
Excellence (ACE) for Emergency Medical Dispatching. We are only the 307th center in the world
to receive this endorsement.
On April 18th, 2023, Communications Center Supervisor Jennifer Synek, Lead Telecommunicator
Dexter Barrows and Telecommunicator Kate Wilbur were able to receive our award in person at
the IAED Navigator Conference in Denver, Colorado.
We are extremely proud of our entire dispatch center team and the exceptional work they do
each and every day for our department and the communities we serve.
250
Public Relations
On April 4th, 2023, Coffee With the Chief was held at the McHenry Police Department. Our
dispatch center was the focus of the event, with Chief Birk, Communications Center Supervisor
Jennifer Synek, Lead Telecommunicator Dexter Barrows and Telecommunicator Ryan Miller
presenting. Those in attendance learned about the history of the center, it’s functions and role
our communications center plays in emergency response.
On April 29th, 2023, the McHenry Police Department will participated in American Legion’s Family
Fun Day held at Veterans Park. An officer was on hand to interact with kids and families attending
the event.
Training
Officer Richard Rewiako attended ILETSB School Resource Officer Training hosted by the Western
Springs Police Department.
Detective Matthew Voelker attended Firearms Instructor Course training. This training was
hosted by the Will County Sheriff’s Office.
Detective Ryan Ehardt attended Interviewing Children training hosted by the Lisle Police
Department.
251
Officer Cole Templin attended Ethics in Policing training. This training was hosted by the Lombard
Police Department.
Officer Cole Templin attended a 4-Hour firearm waiver course hosted by the Des Plaines Police
Department.
Officer Roger Hendrickson attended Acting Officer-in-Charge training hosted by the Oakbrook
Terrace Police Department.
Commander Michael Cruz and Administrative CSO Stephanie Erb attended the Illinois Police
Accreditation Coalition Conference. This conference was hosted at the Marriott Hotel in Oak
Brook.
Officer Marc Fisher and Officer Jason Ducak attended a certified Truck Enforcement Officer
refresher hosted at the McHenry Police Department.
PUBLIC WORKS
Contact: Troy Strange, Director of Public Works – 815/363-2125
Field Operations
Fire Hydrant Flushing was completed the week of 4/17. Brush pickup will begin on 5/1 and is
anticipated to be completed in 2-3 weeks. On Friday 4/14 Field Operations responded to a water
main break at McCullom Lake Road and Kennedy Drive; a boil order was issued which was cleared
by the next day. 3 residences were without water for approximately 3 hours. On 4/20 an oil spill
occurred at Blake Boulevard and McCullom Lake Road which the Public Works Department
responded to; oil dry was placed, the roadway was swept and opened to traffic.
Training
The Public Works Department hosted a confined space training on 4/20 and 4/21 for local
municipalities which was attended by 15 City staff.
2023 Road Projects
The Green Street STP Program, the Dartmoor Drive Resurfacing Program, and to 2023 Local Street
Resurfacing Program will all begin the first week in May. Work is anticipated to be completed in
July. The Dartmoor Drive project will require a full closure of the Dartmoor Drive Bridge and a
local detour. This portion of the project is anticipated for the end of June.
City Hall Parking Lot
The rehabilitation of the City Hall Parking Lot is anticipated to begin construction at the beginning
of May. Maneval Construction of Ingleside, Illinois will be the general contractor (pending City
252
Council approval on May 1st). Access to City Hall will be maintained at all times through the
utilization of a 4-phase staging plan.
253