Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutPacket - 06/01/2020 - City CouncilAGENDA
REGULAR CITY COUNCIL MEETING
Monday, June 1, 2020, 7:00 p.m.
In light of the current COVID-19 public health emergency, this meeting will be held remotely only.
The public can observe by connecting online at: https://citvofmchenrV.zoom.us/o/98557493990
The public can also call in to the following number: +1 312 626 6799, Meeting ID = 985 5749 3990
1. Call to Order.
2. Roll Call.
3. Proclamation: Recognizing 35 years of contributions and accomplishments of Ryan Schwalenberg
4. Public Comments:
If you wish to submit any public comment, please email: dmorefield(a�,cityofmchenry. org in
advance of the meeting. The City will attempt to read such public comments during the public
commentary portion of the meeting. Any comments received during the meeting will be provided in
writing to the Council members after the meeting.
5. Consent Agenda: Motion to Approve the Following Consent Agenda Items:
A. Approve the issuance of a contract purchase order for the 4th year option for bulk road salt to
Compass Minerals America, Inc., Overland Park, Kansas in an amount not to exceed $97,110000
(1,500 tons @ $64.74 per ton);
B. Approve the purchase of two Flgyt NP-3102 pumps from Xylem Water Solutions USA to replace
the two current Flygt pumps in the East Dartmoor Avenue Lift Station in the amount of
$13,829.60;
C. Approve the attached proposals from Water Well Solutions of Oconomowoc, Wisconsin in the
amounts of $4,980.00 and $12,645.00.
D. May 18, 2020, City Council Meeting Minutes;
E. Issuance of Checks in the amount of $136,328.12.
6. Individual Action Item Agenda.
A. Motion to approve the continuation of the local disaster emergency for the City of McHenry
pursuant to Section 6-1-14, Declaration of Local Emergency, of the Municipal Code to June 1,
2020
B. Motion to 1) approve a Resolution authorizing the use of Motor Fuel Tax (MFT) Funds for the
Bull Valley Road and Dartmoor Drive STP projects; 2) approve an Ordinance amending the
FY20/21 Motor Fuel Tax Budget in the amount of $96,195.00; and, 3) award a Preliminary
T/re City of tYlcHenry is dedicated to providing //s citizens, businesses, and visitors with the highest qu«liry of progr«nrs and services in
« customer -oriented, efficient, and frsc«Ity responsible manner.
Engineering Services Agreement (Phases 1 & 2) to Hampton, Lenzini, & Renwick, Inc. in the
amounts of $44,275.00 (Bull Valley Road) and $51,920.00 (Dartmoor Drive).
C. Motion to 1) approve a Resolution authorizing the use of Motor Fuel Tax (MFT) Funds for the
Green Street STP project; 2) approve an Ordinance amending the FY20/21 Motor Fuel Tax
Budget in the amount of $66,965.00; and 3) award a Preliminary Engineering Services
Agreement (Phases 1 & 2) to HR Green, Inc. in the amount of $66,965.00.
D. Motion to a) pass a resolution approving Executive Session minutes as presented; b) authorize
the release of Executive Session meeting minutes as presented; and c) the destruction of any
Executive Session recordings that have existed for more than 18 months and for which the
minutes of that meeting have been approved.
7. Discussion Items.
8. Mayor's Report.
9. City Council Comments.
10. Executive Session if Needed.
11. Adjourn.
The complete City Cozmcil packet is available for review online via the City website at www.cit�ofmcheroy.orQ. For fin•ther
information, please contact the Office of the City Administrator at 815-363-2108.
NOTICE: In compliance with the Americans with Disabilitiesthis and all other City Cozrncil meetings are located
in facilities that are physically accessible to those tivho have disabilities. If additional accommodations are needed, please
call the Office of the City Administrator at 815-363-2108 at least 72 hours prior to any meeting so that accommodations can
be made.
Prodamation
WHEREAS, on September 3, 1985, Ryan Schwalenberg was hired by the City of McHenry
as a Public Works Employee. First responsibilities included pumpkin patrol, street weed removal,
and snowplowing; and
WHEREAS, joined the Building Department, now named Community Development
Department, in 1989, as the City's first full time building inspector; and
WHEREAS, managed Community Development Department from 2010 through 2012; and
WHEREAS, he donated a week doing inspections in 2014 for Washington, Illinois,
following the 2013 tornado disaster; and
WHEREAS, he held a position on the Fiesta Days Board of Directors for 10 years; and
WHEREAS, He passed the testing, showed proficiency and obtained nine certifications in
building inspection and plan reviews and also holds a certificate in Building Code Enforcement thru
Harper College; and
WHEREAS, he worked with the McHeny Township Fire Protection District, Fire
Prevention Bureau and Investigations, during building projects, emergency call outs and teaching
building Codes; and
WHEREAS, he attended Federal Emergency Management Center Training in Emmetsburg
Maryland for Floodplain management, restoring flood damaged structures and the Community
Rating System. He passed the testing, showed proficiency and obtained nine certifications in
building inspection and plan reviews; and
FURTHERMORE, over the past 35 years, Ryan has become an invaluable resource for co-
workers and residents with his vast knowledge of the City of McHenry. Ryan can look back with
pride on his service, loyalty, and dedication to the citizens of McHenry.
NOW THEREFORE, I, Wayne Jett, Jr., Mayor of the City of McHenry, go on record as
recognizing the 35 years of contributions and accomplishments of Ryan Schwalenbe�'g and
express the city's appreciation and gratitude on behalf of the citizens of our community for a job
well done.
SIGNED this 1 Aay of June 2020.
Department of Public Works
Troy Strange, P.E., Director of Public Works
1415 Industrial Drive
McHenry, Illinois 60050
Phone: (815) 363-2186
Fax: (815) 363-2214
www.cityofmchenry.org
CONSENT AGENDA SUPPLEMENT
DATE: June 1, 2020
TO: Mayor and City Council
FROM: Troy Strange, P.E., Director of Public Works
RE: Bulk Rock Salt Purchase
ATT: Bid Tabulation
AGENDA ITEM SUMMARY:
Staff requests City Council to consider the 4th year option of the bulk rock salt contract with
Compass Minerals America, Inc., Overland Park, Kansas obtained through a joint bid process
coordinated by the McHenry County Purchasing Department.
BACKGROUND:
The Public Works Department utilizes road salt for the purpose of maintaining safe operating
conditions for vehicles traveling on City roadways. In order to secure materials at competitive
pricing staff have partnered with other local agencies to jointly bid the purchase of materials and
secure volume pricing. In early 2017, the City joined three other municipalities and the McHenry
County Division of Transportation to solicit bids for road salt. The McHenry County Purchasing
Department facilitated the bid specifications and solicitation. A request for 1,500 tons of road
salt was submitted to McHenry County from the City. The bid specifications contains an optional
third and fourth year contract extension.
ANALYSIS:
On May 9, 2017 the following bids were received:
• Cargill Deicing Technology -North Olmsted, Ohio:
1st year- $75.83; 2nd year - no bid; 3rd year - no bid; 4ch year - no bid
• Compass Minerals America, Inc.- Overland Park, Kansas:
1st year- $55.74; 2nd year - $57.74; 3rd year - $60.74; 41h year - $64.74
• Detroit Salt Company— Detroit, Michigan:
1st year- $59.31; 2nd year - $61.09; 3rd year - $64.14; 41h year - $67.35
• Morton Salt — Chicago, Illinois:
1st year- $65.07; 2nd year - $65.07; 3rd year - $65.07; 41h year - $65.07
The City of McHenry is dedicated to providing the citizens, businesses and visitors of McHenry with the highest
quality of programs and services in acustomer-oriented, efficient and fiscally responsible manner.
Funding for the purchase of salt for snow and ice control is budgeted in the Motor Fuel Tax (MFT)
Fund in the amount of $225,000.00.
RECOMMENDATION:
Therefore, if Council concurs, it is recommended that a motion be made to approve the
issuance of a contract purchase order for the 4th year option for bulk road salt to Compass
Minerals America, Inc., Overland Park, Kansas in an amount not to exceed $97,110.00 (1,500
tons @ $64.74 per ton).
SUMMARY SHEET Date: 5/9/2017
County of McHenry Purchasing Bid/RFP: 1748 BULK ROCK SALT
DETROIT SALT
DETROIT MI
MORTON SALT
CHICAGO IL
Vendor
City/State
CARGILL
NORTH OLMSTED OH
COMPASS
OVERLAND PARK KS
ORIGINAL SIGNATURE
YES
YES
YES
YES
Mandatory Pages?
YES
YES
YES
YES
Bid Bond?
YES
YES
YES
YES
BULK ROCK SALT (UNTREATED)
FOUR (4) YEAR LUMP SUM BID 12/01/17-6/30/21
Per Ton
Year Total
Per Ton
Year Total
Per Ton
Year Total
Per Ton
Year Total
Village of Lake in the Hills, 4,000 Ton
67.72
270*880600
63.79
f 0 0
City of McHenry, 6,000 Ton
68.71
412,260.00
65.07
Et9'p, 0.00
Village of Oakwood Hills, 800 Ton
67.30
53,840.00
63.79
b1eflip 40 00
Village of Greenwood, 400 Ton
68.51
27,404.00
66.17
U 6";6 QQ
ALTERNATE BID I: BASE TWO (2)YEAR BID 12/01117-6/30119
Village of Lake in the Hills, 2,000 Ton
56.51
Cif �02 DO
63.79
127,580.00
City of McHenry, 3,000 Ton
57.33
19b 0•;0
65:07
195,210.00
Village of Oakwoo� Hills, 400 Ton
56,16
7r, , G4;00
63.79
25,516,00
Village of Greenwood, 200 Ton
57.17
11434DQ
66.17
13,234.00
ALTERNATE BID I: OPTIONALTWO (2) YEARS 12/01/19-6/30/21
Village of Lake in the Hills, 2,000 Ton
60,51
sr Q ©PO(}
63.79
127,580,00
City of McHenry, 3,000 Ton
61.33
190T ,Q
65.07
195,210.00
Village of Oakwood Hills, 400 Ton
60,16
WHOM
63.79
25,516,00
Village of Greenwood, 200 Ton
61.17
2�34200
66,17
13,234.00
UNOFFICIAL RESULTS
SUMMARY SHEET
County of McHenry Purchasing
Date:5/9/2017
Bid/RFP: 17-18 BULK ROCK SALT
ALTERNATE Blb II: BASETWO (2) YEAR BID 12/Dl/17-6/30/19
Village of Lake in the Hills, 2,OD0 Ton
56,51
i� 0
63479
127,580.00
City of McHenry, 3,000 Ton
57.33
19'�©i00
65.07
195,210,00
Village of Oakwood Hills, 400 Ton
56,16
22 6 0
63.79
25,516.o0
Village of Greenwood, 200 Ton
57.17
T-1& Q
66,17
13,234.00
ALTERNATE BID II: OPTION YEAR THREE (3)12/01/19—6/30/20
Village of Lake in the Hills, 1,0D0 Ton
59,51
59,St10
63.79
63,790,00
City of McHenry, 1,500 Ton
60.33
9 495_0
65.07
97,605.00
Village of Oakwood Hills, 200 Ton
59,61
�00
63.79
12,758.00
Village of Greenwood, 100 Ton
60.17
`D17s00
66.17
6,617.00
ALTERNATE BID II: OPTION YEAR FOUR (4) 12/01/20-6/30/21
Village of Lake In the Hills, 1,000 Ton
63.51
fi3 51bQ0
63.79
63,790.00
City of McHenry, 1,500 Ton
64.33
96;49,5?00
65.07
97,605.00
Village of Oakwood Hills, 200 Ton
63,16
2;832:00
63,79
1217S8,00
Village of Greenwood, 100 Ton
64.17
6447lDO
66.17
6,617.00
ALTERNATE BID III: BASE BID 12/01/17-6/30/18
Village of Lake in the Hills, 1,000 Ton
74.61
74,610.00
54.94
4;9,&
63,79
63,790,00
City of McHenry, 1,500 Ton
75.83
113,745.00
55,74
83}6�O4CO
r58.6358,630.00
88,965.00
65.07
97,605.00
Village of Oakwood Hills, 200 Ton
77.94
15,588.00
54.60
(10 920100
11,654,00
63,79
12,758.DD
Village of Greenwood, 100 Ton
78.66
7,866.00
55.58
55__8;00
.
51931,00
66A7
60617.00
ALTERNATE BID III: OPTION YEAR TWO (2)- 12/01/18 — 6/30/19
Village of Lake in the Hills, 1,000 Ton
S6.94
_ 94O,Q0
60.39
60,390.00
63.79
63,790.00
UNOPPICLAL RESULTS
SUMMARY SHEET Date: 5/9/2017
County of McHenry Purchasing Bid/RFP: 17-18 BULK ROCK SALT
Clty of McHenry, 1,500 ton
57.74
8 1661u0Q0
61.09 .
91,635.00
65.07
97,605.00
Village of Oakwood Hills, 200 Ton
56.60
i 2Qi0Q
60.02
12,004.00
.63.79
12,758.00
Village of Greenwood, 100 Ton
57.58
0,0
61.09
61109,00
66.17
61617,00
ALTERNATE BID III: OPTION YEAR THREE (3)-12/01/19-6/30/20
Village of Lake in the Hills, 1,00D Ton
59.94
99, -; :4Qi00
63.41
63,410,00
63.79
63,790.00
City of McHenry, 1,500Ton
60.74
rah 20r00
64.14
96,210,00
65.07
97,605,00
Village of Oakwood Hills, 200 Ton
59.60
920f00
63.02
121604.00
63.79
12,758.00
Village of Greenwood, 100Ton
60.58
:;58 0
64.14
61414,00
66.17
61617.o0
ALTERNATE BID III: OPTION YEAR FOUR (4)-12/01/20- 6/30/21
Village of Lake in the Hills, 1,000 Ton
63.94
63,940600
66.58
661580.00
63.79
3 S,Q OQ
City of McHenry,1,500 Ton
64.74
67.35
101,025.00
65.07
971605.00
Village of Oakwood Hills, 200 Ton
63.60
Fit 720?00
66.17
13,234.00
63.79
121758,00
Village of Greenwood,100 Ton
64.58
"6 98 00
67.35
61735.00
66.17
61617.00
UNOFFICIAL RESULTS
SUMMARY SHEET Date: 5/9/2017
County of McHenry Purchasing Bid/RFP: 17-18 BULK ROCK SALT
CARGILL
COMPASS
bETROTT SALT
MORTON SALT
ENHANCED (TREATED) BULK ROCK SALT
FOUR (4) YEAR LUMP SUM BID 12/01/17— 6130/21
Per Ton
Yearly Total
Per Ton
Yearly Total
Per Ton
Yearly Total
Per Ton
Year Total
McHenry County DOT, 31,500 Ton
82,74
2'fi06j310A0
Algonquin, 12,000 Ton
81001
972720OQ
ALTERNATE BID I: BASE TWO (2) YEAR BID 12/01/17-6/30/19
McHenry County DOT, 13,500 Ton
72,90
98`4;15000
Algonquin, 6,000 Ton
71,38
428 280 00
ALTERNATE BID I: OPTIONAL TWO (2) YEARS 12/01/19-6/30/21
McHenry County DOT,18,000 Ton
E74
1�366 200 00,
Algonquin, 6,000 Ton
9'd6280i00
ALTERNATE BID II: BASE TWO (2) YEAR BID 12/01/17 — 6/30119
McHenry County DOT, 13,500 Ton
72,90
98915a Og
Algonquin, 6,000 Ton
71,38
4282$0(jg
ALTERNATE BID II: OPTION YEAR THREE (3)12/01/19-6/30/20
McHenry County DOT, 9,OOD Ton
75,90
7 366006; 0
Algonquin, 3,000 Ton
74,38
r
4462801Q0
ALTERNATE BID 11: OPTION YEAR FOUR (4)12/01/20— 6/3D/21
McHenry County DOT, 9,000 Ton
79,90
2:Y9,TOO OQ
Algonquin, 3,000 Ton
78,38
2Y5 4_0)00
ALTERNATE BID III: BASE BID 12/01/17-6/30/18
McHenry County DOT, 41500 Ton 72,61
326,745,00
69.72
3.1:y 40,00
8435
379,575,00
UNOFFICL4L RESULTS
County of McHenry Purchasing
Date:5/9/2017
Bid/RFP: 17-18 BULK ROCK SALT
Algonquin,3,000Ton
72.b1
217,830.00
68.46
2Q5350l00
83.98
251,940.00
ALTERNATE BID III: OPTION YEAR TWO (2)-12/01/18-6130/19
McHenry County DOT, 9,000 Ton
71.92
96.88
781,920.00
3,000 T
70A6
2MA
86.50
259,500.00Algonquin,
ALTERNATE BID III: OPTION YEAR THREE (3)- 12/01/19— 6/30/20
McHenry County DOT, 9,000 Ton
74.92
Y/428Q"i00
91.22
820,980.00
Algonquin, 3,000 Ton
73,46
2p 8000
90.82
272,460,00
ALTERNATE BID III: OPTION YEAR FOUR (4)-12/01/20— 6/30/21
McHenry County DOT, 9,000 Ton
78.92
iAQJ OR
95.79
862,110,00
Algonquin, 3,000 Ton
77.46
3WHO
95.37
286,110,00
Sent to _potential bidders. Submittals received from 4.
UNOFFICIAL R.ESUiTS
Department of Public Works
Troy Strange, P.E., Director of Public Works
1415 Industrial Drive
McHenry, Illinois 60050
Phone: (815) 363-2186
Fax: (815) 363-2214
www.cityofmchenry.org
CONSENT AGENDA SUPPLEMENT
DATE: June 1, 2020
T0: Mayor and City Council
FROM: Troy Strange, Director of Public Works
RE: Pump replacement at East Dartmoor Avenue Lift Station
ATT: Xylem Water Solutions USA Quote, 2 each Pump Replacement
AGENDA ITEM SUMMARY:
Staff requests City Council to consider accepting a quote from Xylem Water Solutions USA to
replace the two raw sewage pumps at the East Dartmoor Avenue Lift Station with two new Flygt
model 1\113-3102 pumps.
BACKGROUND:
The raw sewage pumps in the East Dartmoor Lift Station were installed in 1984. Since that time
the City Of McHenry has performed all required preventive maintenance and made repairs when
necessary. Recently during a repair/preventive maintenance project, it was discovered that the
cables which supply electricity and control to the pumps had swelled up. This occurs when the
cables are submerged for a long period of time and moisture finds its way inside the cables. This
can happen from the repetition of raising and lowering the pumps. Condensation can also build
up inside the cable because of the temperature change inside the lift station. If left unattended
this will eventually cause a short in the wiring and the pumps will fail. Additionally, after 36 years
of service the pump efficiency is beginning to drop off due to the age of the pumps. The lift station
currently has two Flgyt pumps in service and one in back-up at the wastewater maintenance
shop.
The Wastewater Division has been transitioning all wastewater pumping equipment to pumps
manufactured by Flygt Products to standardize the pump inventory and reduce operational,
maintenance and repair costs.
The City of McHenry is dedicated to providing the citizens, businesses and visitors of McHenry with the highest
quality of programs and services in acustomer-oriented, efficient and fiscally responsible manner.
Because both pumps are in similar conditions and experiencing the same issue there is a risl<that
if both pumps were lost the lift station would fill up and potentially flood basements with raw
sewage. Therefore both pumps are being replaced for continuity and similarity of condition.
ANALYSIS:
Staff solicited and recieved a quote in the amount of $13,829.60 from Xylem Water Solutions
USA/Flygt Products of Mokena Illinois to replace the two current Flygt pumps with two new Flygt
pumps. The quote includes parts and labor.
Staff have reviewed the quote and have found the pricing to be acceptable.
The FY 20/21 Wastewater Division Operational Budget has a GL account for lift station
equipment. This GL account is used for lift station equipment, pump replacement and repairs.
The funds for this purchase are already budgeted into this account.
RECOMMENDATION:
Therefore, if Council concurs, it is recommended that a motion be made to approve the
purchase of two Flgyt NP-3102 pumps from Xylem Water Solutions USA to replace the two
current Flygt pumps in the East Dartmoor Avenue Lift Station in the amount of $13,829.60.
The City of McHenry is dedicated to providing the citizens, businesses and visitors of McHenry with the highest
quality of programs and services in acustomer-oriented, efficient and fiscally responsible manner.
January 11, 2020
City of McHenry
333 S GREEN ST
MCHENRY IL 60050-5494
Quote # 2020-CHI-0027
Re: City of McHenry East Dartmoor L.S. Upgrade
Xylem Wafer Solutions USA, Inc.
Flygt Products
9661 194th Street
Mokena, IL 60448
Tel (708) 342-0484
Fax (708) 342-0491
Xylem Water Solutions USA, Inc. Flygt Products Group is pleased to provide a quote for
the following Flygt equipment.
Block 1
Qty Part Number Description Unit Price Extended Price
2 3102.060-0009 Flygt Model NP-3102,060 4" volute $ 6,089460 $ 12,179420
Submersible pump equipped with a 460
Volt / 3 phase / 60 Hz 5 HP 1750 RPM
motor, 464 impeller, 1 x 50 Ft, length of
SUBCAB 4G4+2xl,5 submersible cable,
FLS leakage detector, volute is prepared
for Flush Valve
1 14-69 00 09A START UP,FLYGT,NO TAX 1-TP $ 1,070.40 $ 1,070.40
MODELS: 3000, 7000, 8 000
Total Project Price $ 13,249.60
Freight Charge it 580.00
Total Project Price It 13,829.60
Terms &Conditions
This order is subject to the Standard Terms and Conditions of Sale —Xylem Americas effective on the
date the order is accepted which terms are available at http://www,xyleminc.com/en-us/Pages/terms.
conditions -of -sale, asp and incorporated herein by reference and made a part of the agreement
between the parties.
Purchase Orders: Please make purchase orders out to: Xylem Water Solutions USA, Inc.
Freight Terms: 3 DAP - Delivered At Place 08 - Jobsite (per IncoTerms 2010)
See Freight Payment (Delivery Terms) below.
Taxes: State, local and other applicable taxes are not included in this quotation.
Back Charges. Buyer shall not make purchases nor shall Buyer incur any labor that would result
in a back charge to Seller without prior written consent of an authorized employee
of Seller.
Shortages. Xylem will not be responsible for apparent shipment shortages or damages
incurred in shipment that are not reported within two weeks from delivery to the
jobsite. Damages should be noted on the receiving slip and the truck driver
Page 1 of 2
FLYGT
a xylem brand
advised of the damages. Please contact our office as soon as possible to report
damages or shortages so that replacement items can be shipped and the
appropriate claims made.
Taxes: State, local and other applicable taxes are not included in this quotation.
Terms of delivery: PP/Add Order Position
Terms of payment: Net 30 Standard
Terms of payment: Net 60 Days
Validity: This Quote will expire in ninety (90) days unless extended in writing by Xylem Water
Solutions USA, Inc..
Customer Acceptance: A signed facsimile copy of this quote is acceptable as a binding
contract.
Signature:
Name:
(PLEASE PRINK
Email:
Date:
Company/Utility:
Address:
Phone
PO#:-------------------------------- Fax:
Schedule: Please consult your local Flygt Branch Office to get fabrication and
delivery lead times.
Thank you for the opportunity to provide this quotation. Please contact me if there are any
further questions.
Sincerely,
Denny Weber
District Sales Engineer
Cell: 224-500-8409
denny.weber@xyleminc.com
FLYCirT
a xylem brand
Page 2 of 2
Department of Public Works
Troy Strange, P.E., Director of Public Works
1415 Industrial Drive
McHenry, Illinois 60050
Phone: (815) 363-2186
Fax: (815) 363-2214
www.cityofmchenry.org
CONSENT AGENDA SUPPLEMENT
DATE: June 1, 2020
TO: Mayor and City Council
FROM: Troy Strange, Director of Public Works
RE: Well #10 Repairs
ATT: Water Well Solutions Proposal for Well #10 Repairs
AGENDA ITEM SUMMARY:
Staff requests City Council to consider accepting two proposals from Water Well Solutions of
Oconomowoc, Wisconsin for emergency pulling of pumping equipment from Well #10 for
inspection due to failure as well as a proposal for the replacement of a check valve.
BACKGROUND:
On Thursday May 7, 2020, Water Division staff received an alarm from the SCADA system
indicating a pump failure on Well #10 located directly west of Water Treatment Plant #4. Well
#10 is one of two wells which provide raw water to Water Treatment Plant #4 located on Pine
Drive. Staff reset the well, restarted, and noticed a considerate amount of air pushing out of the
well. This was an indication that the check valve in the well might have failed or there is a hole
in the column pipe. The following day, Water Well Solutions of Oconomowoc, Wisconsin sent a
representative to diagnose the problem and determined that the well needed to be pulled out
of service for inspection. Water Well Solutions' then dispatched a crew on May 12 to remove the
pump and motor from the well to determine the extent of the required repairs. Upon removal of
the pump and motor, it was determined that the check valve had failed. Upon inspection, it was
discovered that one piece of column pipe and couplings needed to be replaced and that the pump
assembly was corroded beyond repair.
ANALYSIS:
Public Worl<s was invoiced the initial cost of the emergency pulling of pumping equipment in the
amount of $4,980.00 shortly after the services were provided. Upon inspection of the pumping
equipment staff solicited and received a proposal for new equipment to be reinstalled by Water
Well Solutions, Oconomowoc, Wisconsin in the amount of $12,645.00.
The attached quotes have been reviewed by staff and have been found to be acceptable.
RECOMMENDATION:
Therefore, if Council concurs, it is recommended that a motion be made to approve the
attached proposals from Water Well Solutions of Oconomowoc, Wisconsin in the amounts of
$4,980.00 and $12,645.00.
Water We115v1UL1ans
WATER WELL SOLUTIONS
Illinois Division, LLC
825 E. North St.
Elburn, IL 60119
888-769-9009 fax 920-474-4771
PROPOSAL TO Date 5/11/2020 Job Name
Company: City of McHenry Well No. 10 - Emergency Service
Address: 1415 Industrial Dr. Request to Pull Pump Assembly
City: McHenry, IL 60050 for Inspection
Attention: Scott Schweda Phone:
E-mail: Fax:
Qty Description Unit Price TOTAL
1 Mobilization of Large Pump Service Rig $200,00 $200,00
8 Hrs Labor with a 2 man pump crew and equipment to Pick Well #10 $360,00 $2,880,00
out of pitless to check to see if column pipe is holding water
1 Additional Labor if necessary to pull pumping equipment for inspection $1,900,00 $1,900,00
NOTE ON MATERIAL PRICES: The material prices noted above are based on current market prices. The price for steel,
and other materials are volatile. Therefore, we must reserve the right to adjust the above material prices based on
market pricing the date your order is signed and returned to us. In order to hold the current pricing, it will be necessary to
immediately order the materials. Further, Water Well Solutions will bill for the materials so ordered at the same time. Your
signature below constitutes agreement to be billed for those materials ordered and is your further agreement to pay, within
within 30 days of invoice date, for those materials ordered.
Total Amount Proposed $41980.00
CLIENT WATER WELL SOLUTIONS ILLINOIS DIVISION LLC
The above prices, specifications and conditions are All material is guaranteed to be as specified. All work to be completed in a
satisfactory and are hereby accepted. Water Well workmanlike manner according to standard practices. Any alteration or deviation
Solutions Is authorized to do the work as specified. from above specifications involving extra costs, will be executed only upon written
Payment will be made within thirty (30) days of invoice orders and will become an extra charge over and above this proposal. All agreements
date, or as outline above. are contingent upon strikes, accidents or delays beyond our control. Owner to carry
fire, tornado and other insurance.
BY:
DATE:
BY:
DATE:
Water We115uluLlu"=
WATER WELL SOLUTIONS
Illinois Division, LLC
825 E. North St.
Elburn, IL 60119
888-769-9009 fax 920-474-4771
PROPOSAL TO Date 5/20/2020 Job Name
Company: City of McHenry Well No. 10 - Emergency Service
Address: 1415 Industrial Dr. Request to Pull Pump Assembly
City: McHenry, IL 60050 for Inspection
Attention: Scott Schweda Phone:
E-mail: Fax:
Qty Description Unit Price TOTAL
Well No. 10 Well Repairs Estimate
1 Bowl Inspection $600,00 $600,00
1 New 2 - Stage bowl assembly rated for 400gpm @ 293' TDH $4,310,00 $4,310,00
Cast Iron with S.S. Impellers and Bolting - 1 week to ship
1 New Baker Pitless Gasket $85,00 $85.00
1 Labor to remove 6" couplings & buck on New Couplings $1,500,00 $1,500,00
6 New API Coated Couplings $125,00 $750,00
1 Misc. Tape, banding, well disinfection & Dual 1000psi 1/4" airlines $500,00 $500,00
1 New 6" Check Valve $1,300400 $1,300,00
10 Hrs Labor with a 2 man pump crew and equipment to reinstall Well #10 $360,00 $3,600000
and conduct startup and performance testing
NOTE ON MATERIAL PRICES: The material prices noted above are based on current market prices. The price for steel,
and other materials are volatile. Therefore, we must reserve the right to adjust the above material prices based on
market pricing the date your order is signed and returned to us. In order to hold the current pricing, it will be necessary to
immediately order the materials. Further, Water Well Solutions will bill for the materials so ordered at the same time. Your
signature below constitutes agreement to be billed for those materials ordered and is your further agreement to pay, within
within 30 days of invoice date, for those materials ordered.
Total Amount Proposed $12,645.00
CLIENT
WATER WELL SOLUTIONS ILLINOIS DIVISION LLC
The above prices, specifications and conditions are
All material is guaranteed to be as specified. All work to be completed in a
satisfactory and are hereby accepted. Water Well
workmanlike manner according to standard practices. Any alteration or deviation
Solutions Is authorized to do the work as specified.
from above specifications involving extra costs, will be executed only upon written
Payment will be made within thirty (30) days of invoice
orders and will become an extra charge over and above this proposal. All agreements
date, or as outline above.
are contingent upon strikes, accidents or delays beyond our control. Owner to carry
fire, tornado and other insurance.
BY: DATE:
BY: DATE:
City of McHenry Council
Meeting Minutes
5.18.20
1►�ill►l���x+�
REGULAR CITY COUNCIL MEETING
Monday, May 18, 2020, 7:00 p.m.
In light of the current COVID-19 public health emergency, this meeting will be held remotely
only. The public can observe by connecting online at:
https://cityofmchenry.zoom.us/i/97449141622
The public can also call in to the following number: +1 312 626 6799, Meeting ID = 974 4914
1622
Call to Order: The City Council of the City of McHenry, Illinois, met in regular session on
Monday, March 16, 2020, at 7:00 p.m. The meeting was held remotely, per above statement.
Roll Call: Mayor Jett called the roll call.
Members present: Alderman Santi, Alderman Glab, Alderman Schaefer, Alderman Harding,
Alderman Mihevc, Alderman Devine, Alderwoman Miller, and Mayor Jett. Others present:
Attorney McArdle, Administrator Morefield, Interim Director of Public Works Strange, Director
of Community Development Polerecky, Finance Director Lynch, Director of Parks and
Recreation Hobson, Director of Economic Development Martin, City Planner Sherrif, Chief of
Police Birk, and City Clerk Ramel.
Public Comments: (No public comments)
Consent Agenda: Motion to Approve the Following Consent Agenda Items:
A. May 4, 2020, City Council Meeting Minutes;
B. Issuance of Checks in the amount of $1,398,757.77;
C. Issuance of As Needed Checks in the amount of $144,677.64.
A motion was made by Alderman Santi and seconded by Alderman Schaefer to approve
Consent Agenda Items as presented: Roll Call: Vote: 7-ayes: Alderman Santi, Alderman
Glab, Alderman Schaefer, Alderman Harding, Alderman Glab, Alderman Mihevc, Alderman
Devine, Alderwoman Miller. 0-nays, 0-abstained. Motion carried.
(No public comments).
Individual Action Item Agenda:
A. Motion to authorize the City Administrator to; (1) enter into alease/loan agreement with
First Midwest Bank for a term of 5 years in an amount not to exceed $1,150,185.00 for
the purchase of vehicles and equipment, (2) waive the required competitive bidding
called for within the City's Purchasing Policies allowing the City to purchase locally, (3)
purchase 20 vehicles and 1 backhoe, (4) purchase emergency vehicle equipment for
eight vehicles for an amount not to exceed $64,983.09 and (5) purchase one Police
Polaris Ranger for an amount not to exceed $14,528.55.
1
City of McHenry Council
Meeting Minutes
5920020
Chief Birk explained this item, he confirmed to Alderman Glab that the vehicles are being
replaced and not added to the fleet. Chief Birk stated that we are changing models because
the life expectancy of 7 years has passed, the radios will be transferred into the new vehicles.
Normally two life cycles are the limit of the equipment, a five year replacement matrix was part
of this decision in necessity as to what needed to be replaced this year.
Due to COVID-19, the Chief explained that they want to see how the finances for the city are
affected regarding this crisis. Alderman Schaefer confirmed that he asked about MSRP and
learned that we are not paying retail price.
Chief Birk also explained that these vehicles will be purchased under a five year government
can which then the vehicles are owned by the city, he also explained that every three years
they were trying to rotate them out but are now trying to do every five years.
All cars that are being replaced now have 150 thousand miles on them. Alderman Santi wanted
to know if at the end of five years is there a buy-out clause, Chief Birk confirmed that there is
not and there is no different than a five year loan regarding maintenance etc. Some discussion
went on regarding this topic, also noted that this is the first year everything went together as a
car budget. No public comments during this time.
A motion was made by Alderman Santi and seconded by Alderwoman Harding to
approve Individual Agenda item as presented. Roll Call: Vote: 7-ayes: Alderman Santi,
Alderman Glab, Alderman Schaefer, Alderman Harding, Alderman Glab, Alderman Mihevc,
Alderman Devine, Alderwoman Miller, 0-nays, 0-abstained. Motion carried.
Discussion Items:
A. Establishment of a Local Municipal Motor Fuel Tax
Administrator Morefield presented this discussion item, stated that there was some research
done on this, it was brought back to council to discuss and develop and ordinance for adoption,
if accepted. Director of Public Works Strange, explained this would be used for resurfacing can
go up to a three cent per gallon tax. This will allow a separate and dedicated road program as
explained by Administrator Morefield, the support of local street program that is not part of the
general fund account, will support other capital needs for the city.
Alderwoman Miller wants to make sure there is specific amount of language to make sure that
it's supporting the city. If passed it would go into effect within a few months, ultimately will be
up to The Council. Many on the board were in favor of this fund, as long as it is only used for
road repairs.
B. Federal Infrastructure Stimulus Bill Projects
Director of Public Works Strange explained this discussion topic, this is in regards to future
grants that may become available. Waste Water demolishing, retention pond, utility relocation,
are some of the areas that are looking at. Many grants are first come first serve, Greg Gruen,
Project Engineer, explained, and these grants are ones he may apply for. Mayor Jett has the
final say if we want to apply for a grant. The City Councils input is discussed before they take
the time to move forward before the applications for grants are submitted. Administrator
Morefield stated this is just a discussion regarding this, and decisions would be made together
as a council to achieve these grants etc.
2
City of McHenry Council
Meeting Minutes
5.20.20
C. Presentation — Summary of Annual 10S4 Activities and Community Outreach
Director of Public Works Strange explained the MS4 permit discharge storm sewer through the
IPA. What would be done to maintain the program. Russ Ruzicka Wastewater Treatment
Superintendent explained this. Alderman Schaefer asked if pool owners were educated on
drainage of pools regarding the chlorine. Public work employees are trained on illicit drainage
and helps them identify if there is incorrect drainage.
D. Central Wastewater Treatment Plant
Director of Public Works Strange, explained this discussion item. A discussion regarding the
struggle to develop this property, mainly because much of it is mapped in a flood plain, and it
is needed to have preapproval regarding regulation agencies. There is a search for engineering
programs to help regarding this. This discussion is to conclude if council is wanting to approve
this idea and is willing to move forward. Prepping this sight for redevelopment is what The
Council would discuss, this will help the future to move forward to get approvals per Director of
Community Development Polerecky.
Director of Economic Development Martin stated the flood way and flood plain are both of
concern. Alderman Schaefer questioned if there is another plan for the property if it cannot be
developed. Administrator Morefield stated that demolition would be the next plan to get the
property ready. Many council members were in favor of moving forward with this. The time
frame regarding this would be the next 30 days for a proposal stated. There was quite a bit of
discussion regarding this topic.
Mayor's Report: Talked about the executive order signed regarding the downtown areas for
restaurants with outside seating. Thank you to council regarding the help with this, thankful for
public works and parts to get it done quickly. It was also noted that each restaurant and bar
were presented all the rules and enforced that that be abided by. Mayor Jett also explained
that he was thankful for all the support.
City Council Comments: Alderman Santi stated that he would like owners that customers
need to stay in their locations, we need to make sure that the executive orders are followed as
close as possible, and stressed standards. Mayor Jett agreed and supported Alderman Santi.
Attorney McArdle supported the idea porta toilets for the restaurants to eliminate the need for
all customers to go inside and use one restroom.
Executive Session if Needed: Not at this time
Adjourn: A motion was made Alderman Devin and seconded by Alderwoman Miller to
adjourn the meeting at 82.26 PM. Roll Call: Vote:7-ayes: Alderman Santi, Alderman Glab,
Alderman Schaefer, Alderman Harding, Alderman Mihevc, Alderman Devine, Alderwoman
Miller. 0-nay-, 0-abstained. Motion carried.
3
City of McHenry Council
Meeting Minutes
5.20.20
X
Mayor Wayne Jett
City Clerk Trisha Ramel
0
McHenry, IL
Vendor Name Payable Number Post Date
Vendor: BAKER & SON CO, PETER
BAKER & SON CO, PETER 28968 06/01/2020
BAKER & SON CO, PETER 28978 06/01/2020
Vendor: BARTER &WOODMAN
BAXTER & WOODMAN 0213347 06/01/2020
Vendor: DEBOLT, JUSTIN
DEBOLT,JUSTIN INV0009985 06/01/2020
Vendor: FISHER, THERESA
FISHER, THERESA 265201 04/30/2020
Vendor: ILLINOIS DEPT OF INSURANCE
ILLINOIS DEPT OF INSURANCE G71499 06/01/2020
Vendor: KIEFER, MARY JEAN
KIEFER, MARY JEAN 265333 06/01/2020
Vendor: LEZON, CAROL
LEZON, CAROL 265295 06/01/2020
Vendor: MARZANO, JENNIFER
MARZANO, JENNIFER 265345 06/Ol/2020
Vendor: MCANDREWS PC, THE LAW OFFICE OF PATRICK
MCANDREWS PC, THE LAW INV0009987 06/Ol/2020
Vendor: MCHENRY COUNTY COUNCIL OF GOVERNMENTS
MCHENRY COUNTY COUNCIL 2282 06/01/2020
Vendor: MCHENRY COUNTY RECORDER OF DEEDS
MCHENRY COUNTY RECORDER 2020520-15 06/01/2020
Vendor: MENDYK, KATHLEEN
MENDYK, KATHLEEN 265296 06/01/2020
Vendor: MENDYK, LAURA
MENDYK, LAURA 265297 06/01/2020
Vendor: NORTHWESTERN MEDICINE OCC HEALTH
NORTHWESTERN MEDICINE 406897 04/30/2020
Vendor: OTTOSEN DINOLFO HASENBALG & CASTALDO, LTD
OTTOSEN DINOLFO 125714 04/30/2020
Vendor: US BANK EQUIPMENT FINANCE
US BANK EQUIPMENT FINANCE 414707067 06/01/2020
Expense Approval Register
List of Bills Council Meeting &1-2020
Description (Item) Account Number Amount
HMA SFC 100-33-6110 6,580.76
HMA SFC 100-33-6110 151.34
Vendor BAKER & SON CO, PETER Total: 6,732.10
CURRAN RDS-CURVE 270-00-8600 666.86
Vendor BAXTER & WOODMAN Total: 666.86
MED EXAM FEE FOR PENSION 760-00-5110 70.00
Vendor DEBOLT, JUSTIN Total: 70.00
COVID 100-41-3637 70.00
Vendor FISHER, THERESA Total: 70.00
ANN COMP FEE 760-00-5110 5,436.48
Vendor ILLINOIS DEPT OF INSURANCE Total: 5,436.48
CXL 100-41-3635 83.00
Vendor KIEFER, MARY JEAN Total: 83.00
REF 100-41-3636 174.00
Vendor LEZON, CAROL Total: 174.00
DANCE RKT REF 100-41-3636 30.00
Vendor MARZANO, JENNIFER Total: 30.00
MAY LEGALTRAFFIC 100-01-5230 1,500.00
Vendor MCANDREWS PC, THE LAW OFFICE OF PATRICK Total: 1,500.00
MCCG ANNUAL DUES FY 21 100-01-5410 7,797.00
Vendor MCHENRY COUNTY COUNCIL OF GOVERNMENTS Total: 7,797.00
3RD QUARTER BILLING 620-00-5110 275.00
Vendor MCHENRY COUNTY RECORDER OF DEEDS Total: 275.00
REF 100-41-3636 92.00
Vendor MENDYK, KATHLEEN Total: 92.00
REF 100-41-3636 87.00
Vendor MENDYK, LAURA Total: 87.00
J R ADAMS SCRN 610-00-6940
Vendor NORTHWESTERN MEDICINE OCC HEALTH Total:
100-01-5230
Vendor OTTOSEN DINOLFO HASENBALG & CASTALDO, LTD Total:
PW RICOH COPIER 620-00-6210
Vendor US BANK EQUIPMENT FINANCE Total:
130.00
336.21
5/27/2020 2:59:07 PM
Expense Approval Register
Vendor Name
Payable Number
Post Date
Vendor: ZUKOWSKI
ROGERS
FLOOD & MCARDLE
ZUKOWSKI
ROGERS
FLOOD
&
142977
04/30/2020
ZUKOWSKI
ROGERS
FLOOD
&
142978
04/30/2020
ZUKOWSKI
ROGERS
FLOOD
&
142980
04/30/2020
ZUKOWSKI
ROGERS
FLOOD
&
142982
04/30/2020
ZUKOWSKI
ROGERS
FLOOD
&
142983
04/30/2020
Packet: APPKT01826 - AP
CKS 6-1-2020
Description
(Item)
Account Number
Amount
CORP 100-01-5230
SUVADA, VERA ANN / 3709 100-01-5230
KICKY ROCKETS 100-01-5230
COVID-19 LAWSUIT 100-01-5230
DENVER FARMS 100-01-5230
Vendor ZUKOWSKI ROGERS FLOOD & MCARDLE Total
Grand Total
5,688.75
647.50
1,160.00
3,450.00
1,522.00
12,468.25
36,375.40
S/27/2020 2:59:07 PM
Expense Approval Register
Packet: APPKT01826 - AP CKS 6-1-2020
Fund Summary
no
100-GENERAL FUND
270- MOTOR FUELTAX FUND
610- RISK MANAGEMENT FUND
620- INFORMATION TECHNOLOGY FUND
760 - POLICE PENSION FUND
Grand Total
Expense Amount
29,460.85
666486
130.00
611,21
51506,48
36137SA0
McHenry, IL
Expense Approval Register
#2 List of Bills Council Meeting - &1-2020
Vendor Name
Payable Number
Post Date
Description (Item)
Account Number
Amount
Vendor: ADAMS STEEL SERVICE
& SUPPLY, INC
ADAMS STEEL SERVICE &
362558
06/01/2020
Sport Court Supplies
100-45-6110
104.00
ADAMS STEEL SERVICE &
MAY2020-9
06/01/2020
tank rental
510-32-5370
100.00
Vendor ADAMS STEEL SERVICE & SUPPLY, INC Total:
204.00
Vendor: ALEXANDER LUMBER
CO
ALEXANDER LUMBER CO
8731320
06/01/2020
Lumber for concrete forms
100-33-6110
328.57
ALEXANDER LUMBER CO
8737765
06/01/2020
Lumber concrete forms Invoice
100-33-6110
188.38
Vendor
ALEXANDER LUMBER CO Total:
516.95
Vendor: AUTO TECH CENTERS
INC
AUTO TECH CENTERS INC
303178
06/01/2020
321
100-22-5370
625.52
AUTO TECH CENTERS INC
303268
06/01/2020
street trailer tires
100-33-5370
262.88
Vendor
AUTO TECH CENTERS INC Total:
888A0
Vendor: BAXTER &WOODMAN
BAXTER &WOODMAN
0212401
04/30/2020
NPDES permit renewal
510-32-5110
364.26
Vendor BAXTER & WOODMAN
Total:
364.26
Vendor: BERKHEIMER CO INC, G
W
BERKHEIMER CO INC, G W
656479
06/01/2020
Furnace filters
100-33-6115
111.00
Vendor
BERKHEIMER CO INC, G W
Total:
111.00
Vendor: BUSS FORD SALES
BUSS FORD SALES
5037693
06/01/2020
343
100-22-5370
293.46
BUSS FORD SALES
5037703
06/01/2020
turn signal bulb 312
100-22-5370
339.66
BUSS FORD SALES
5037705
06/01/2020
bearings 321
100-22-5370
435.44
BUSS FORD SALES
5037711
06/01/2020
headlamp 321
100-22-5370
577.14
BUSS FORD SALES
5037712
06/01/2020
tank ans hose 312
100-22-5370
151.28
BUSS FORD SALES
5037717
06/01/2020
alternator 322
100-22-5370
356.83
Vendor BUSS FORD SALES
Total:
21153.81
Vendor: CABAY & COMPANY INC
CABAY & COMPANY INC
62730
06/01/2020
paper towls pw
100-33-6115
140.84
Vendor CABAY & COMPANY INC
Total:
140.84
Vendor: CDS OFFICE TECHNOLOGIES
CDS OFFICE TECHNOLOGIES
6201021001
06/01/2020
Panasonic ToughPad FZ-G1
620-00-8300
51658,00
Vendor CDS OFFICE TECHNOLOGIES
Total:
51658.00
Vendor: CINTAS CORPORATION
LOC 355
CINTAS CORPORATION LOC 355
5017078361
06/01/2020
First Aid Cabinet
100-45-5110
66.48
Vendor CINTAS CORPORATION LOC 355
Total:
66AB
Vendor: COMCAST CABLE
COMCAST CABLE
6202021009
06/01/2020
CH Cable TV
620-00-5110
31.69
COMCAST CABLE
6202021014
06/01/2020
PW Cable TV & Internet
620-00-5110
139.81
COMCAST CABLE
INV0009986
06/01/2020
WW Cable TV & Internet
620-00-5110
134.87
Vendor COMCAST CABLE
Total:
306.37
Vendor: CRITICAL TECHNOLOGY
SOLUTIONS
CRITICAL TECHNOLOGY
P9106-V
06/01/2020
Axis P9106-V IP Surveillance
620-00-5110
529.17
Vendor CRITICAL
TECHNOLOGY SOLUTIONS
Total:
529.17
Vendor: FOXCROFT MEADOWS
INC
FOXCROFT MEADOWS INC
56742
06/01/2020
Landscape Supplies
100-45-6110
136.20
Vendor
FOXCROFT MEADOWS INC
Total:
136.20
Vendor: HEARTLAND BUSINESS
SYSTEMS, LLC
HEARTLAND BUSINESS
369387-H
04/30/2020
Microsoft Monthly Licensing
620-00-5110
41064,37
Vendor HEARTLAND BUSINESS SYSTEMS, LLCTotal:
41064.37
5/27/2020 3:05:35 PM
Expense Approval Register
Packet: APPKT01827 -
64 ELEC PO
Vendor Name
Payable Number
Post Date
Description (Item) Account Number
Amount
Vendor: IN -PIPE TECHNOLOGY
COMPANY INC
IN -PIPE TECHNOLOGY
1726
06/01/2020
Monthly service fee 510-32-5110
7,750.00
Vendor IN -PIPE TECHNOLOGY COMPANY INC
Total:
7,750.00
Vendor: JENSEN SALES CO INC,
LEE
JENSEN SALES CO INC, LEE
5235-00
06/01/2020
Tow chains 510-35-6110
344.00
Vendor JENSEN SALES CO INC, LEE
Total:
344.00
Vendor: KIMBALL MIDWEST
KIMBALL MIDWEST
7919474
06/01/2020
stock 100-33-5370
325.80
KIMBALL MIDWEST
7936735
06/01/2020
shop supplies 100-33-6115
299.59
KIMBALL MIDWEST
7952517
06/01/2020
stock 100-33-6110
259.37
Vendor KIMBALL MIDWEST
Total:
884.76
Vendor: KOMLINE-SANDERSON
KOMLINE-SANDERSON
42046624
06/01/2020
2 meter GBT Wash Water 510-32-5375
816.83
Vendor KOMLINE-SANDERSON
Total:
816.83
Vendor: LAI LTD
LAI LTD
20-17412
06/01/2020
Kaeser Blower Parts 510-32-5375
776.58
Vendor LAI LTD
Total:
776.58
Vendor: LOU'S GLOVES, INC
LOU'S GLOVES, INC
035480
06/01/2020
Gloves 510-32-6110
366.00
Vendor LOU'S GLOVES, INC
Total:
366.00
Vendor: MCCANN INDUSTRIES
INC
MCCANN INDUSTRIES INC
P11496
06/01/2020
Curb Joint, Dowel, Kumalong 510-35-6110
472.26
MCCANN INDUSTRIES INC
P11631
06/01/2020
Concrete stakes 100-33-6110
150.42
Vendor MCCANN INDUSTRIES INCTotal:
622.68
Vendor: MCHENRY MARLINS AQUATIC
CLUB
MCHENRY MARLINS AQUATIC
315
06/01/2020
MMAC Yard Sign Fee 100-47-5110
55.00
Vendor MCHENRY MARLINS AQUATIC CLUB
Total:
55.00
Vendor: MEADE INC
MEADE INC
692399
06/01/2020
Traffic Signal Locate #692399 100-33-5110
246.65
Vendor MEADE INC
Total:
246.65
Vendor: METRO DOOR AND DOCK INC
METRO DOOR AND DOCK INC
E13962
06/01/2020
Garage Door Repair - 1415 100-33-5115
1,721.22
Vendor METRO DOOR AND DOCK INC
Total:
1/721422
Vendor: METROPOLITAN INDUSTRIES
METROPOLITAN INDUSTRIES
INV016695
06/01/2020
Boone Lagoon Seal Kit 510-32-5380
2/814454
Vendor METROPOLITAN INDUSTRIES
Total:
2,814.54
Vendor: MID AMERICAN WATER OF WAUCONDA INC
MID AMERICAN WATER OF
228662W
06/01/2020
Park Improvements: Vet's Park 400-00-8800
1/900000
Vendor MID AMERICAN WATER OF WAUCONDA INC
Total:
1/900600
Vendor: MIDWEST HOSE AND FITTINGS INC
MIDWEST HOSE AND FITTINGS
201637
06/01/2020
817 510-35-5370
79.49
Vendor MIDWEST HOSE AND FITTINGS INC
Total:
79.49
Vendor: MINUTEMAN PRESS OF
MCH
MINUTEMAN PRESS OF MCH
94149
06/01/2020
APPROVED STICKERS 100-03-6210
89.91
Vendor MINUTEMAN PRESS OF MCH
Total:
89.91
Vendor: MOTOROLA
MOTOROLA
4926620200331
06/01/2020
STARCOM21 MONTHLY 100-22-5320
2,419.00
Vendor MOTOROLA
Total:
2,419.00
Vendor: NORTHEASTERN IL REGIONAL CRIME LAB
NORTHEASTERN IL REGIONAL
86
06/01/2020
CRIME LAB YEARLY INVOICE
100-22-5110
40,519.00
Vendor NORTHEASTERN IL REGIONAL CRIME LAB Total:
40,519.00
Vendor: PETROCHOICE LLC
PETROCHOICE LLC
11302829
06/01/2020
ATF streets
100-33-6250
3,030.25
PETROCHOICE LLC
11302832
06/01/2020
ATF utility
510-35-6250
3,005.75
PETROCHOICE LLC
11302835
06/01/2020
antifreeze sewer
510-32-6250
702.11
5/27/2020 3:05:35 PM
Expense Approval Register
Vendor Name
Payable Number
Post Date
PETROCHOICE
LLC
11306093
06/01/2020
PETROCHOICE
LLC
11306108
06/01/2020
PETROCHOICE
LLC
11306109
06/01/2020
PETROCHOICE
LLC
11306111
06/01/2020
PETROCHOICE
LLC
11306112
06/01/2020
PETROCHOICE
LLC
11306312
06/01/2020
PETROCHOICE
LLC
11313963
06/01/2020
PETROCHOICE
LLC
11313964
06/01/2020
PETROCHOICE
LLC
11313966
06/01/2020
Vendor: TREDROC TIRE/ANTIOCH 002
TREDROC TIRE/ANTIOCH 002 7020034947
Vendor: VEOLIA WATER TECHNOLOGIES, INC
VEOLIA WATER 20000289RIO5700
Vendor: WOODWARD PRINTING SERVICES
WOODWARD PRINTING 4897061
WOODWARD PRINTING 4897061
Description (Item)
Fuel -
U" -
11306093
Fuel
W W
- 11306108
Fuel -
WTR
- 11306109
Fuel -
STS -
11306111
FUEL-11306112
oil police
Fuel -
W W
-11313963
Petro
- WTR - 11313964
Fuel-STS-11313966
Packet: APPKTO1827 - 64 ELEC PO
Account Number Amount
510-35-6250
510-32-6250
510-31-6250
100 33-6250
100-22-6250
100-22-6250
510 32-6250
510-31-6250
100-33-6250
Vendor PETROCHOICE LLC Total:
06/01/2020 tire repair 417 100-33-5370
Vendor TREDROC TIRE/ANTIOCH 002 Total
04/30/2020
Filter Media Panels
510-32-5375
Vendor VEOLIA
WATER
TECHNOLOGIES, INC Total:
06/01/2020 Brochure -Summer 2020 100-41-5310
06/01/2020 Brochure - Summer 2020 100-41-5330
Vendor WOODWARD PRINTING SERVICES Total:
Grand Total:
263.89
486.39
172.42
752.16
1,590.42
1,373.10
208.24
140.65
654.54
12,379.92
69.85
69.85
3,753.24
3,753.24
268.20
6,936.00
7,204.20
99,952.72
5/27/2020 3:05:35 PM
Expense Approval Register
Packet: APPKT01827 - 6-1 ELEC PO
Fund Summary
Fund
100-GENERAL FUND
400 - RECREATION CENTER FUND
510- WATER/SEWER FUND
620 - INFORMATION TECHNOLOGY FUND
Grand Total:
Expense Amount
64,878J6
1/900400
22,616,65
10,557*91
99,95232
Monte Johnson
Deputy City Clerk
City of McHenry
333 S Green St
McHenry, Illinois 60050
Phone: (815) 363-2108
mjohnson@cityofmchenry.org
REGULARAULNDA
DATE: June 1, 2020
TO: City Council
FROM: Monte Johnson, Deputy City Clerk
RE: Declaration of Local Emergency
ATT:
1. The Third Continuation of Local State of Emergency
2. The Fourth Continuation of Proclamation of Local Disaster Emergency
The following two pages are more local emergency documents.
The Mayor will execute his Third Continuation of Local State of Emergency, and the Council
needs to take action on the following:
Motion to approve the continuation of the local disaster emergency for the City of McHenry
pursuant to Section 6-1-14, Declaration of Local Emergency, of the Municipal Code to June 1,
20208
Questions regarding this item should be directed towards Attorney McArdle.
The City of McHenry is dedicated to providing the citizens, businesses and visitors of McHenry with the highest
quality of programs and services in acustomer-oriented, efficient and fiscally responsible manner.
State of Illinois
County of McHenry
City of McHenry
THIRD CONTINUATION OF DECLARATION OF LOCAL
STATE OF EMERGENCY IN THE CITY OF MCHENRY, ILLINOIS
On March 16, 2020, Apri16, 2020, and Ma 4, 2020, I, Wayne S. Jett, the Mayor of the City
of McHenry declared a Local State of Emergency in the City of McHenry in response to the
Coronavirus disease 2019 (COVID49) with the most recent declaration in effect until
June 1, 2020.
Pursuant to the authority vested in the office of Mayor by the Illinois Municipal Code in
Section 5/11-1-6, the Illinois Emergency Management Agency Act in Section 3305/11, and the
Municipal Code of the City of McHenry in Section 6-1-15, I, Wayne S. Jett, the Mayor of City of
McHenry do hereby declare that a Local State of Emergency still exists as of this date,
June 1, 2020, and shall continue until July 20, 2020.
I find that an emergency, as defined in Section 6-1-15 of the Municipal Code of the City
of McHenry, still exists in that there is a pandemic of the Coronavirus disease 2019 (COVID49).
The following facts substantiate such a finding:
• Coronavirus disease 2019 (COVID-19) is a potentially severe acute respiratory
infection caused by severe acute respiratory syndrome coronavirus 2 (SARS-CoV-
2). The virus was first identified as the cause of an outbreak of pneumonia of
unknown cause in Wuhan City, Hubei Province, China, in December 2019; and
• On March 9, 2020, Governor J.B. Pritzker declared all counties in the State of
Illinois as a disaster area; and
• On March I I, 2020, the World Health Organization characterized the COVID-19
outbreak as a pandemic; and
• On March I I, 2020, McHenry County Board Chair Jack D. Franks proclaimed that
a disaster emergency exists for the County of McHenry; and
• Following these actions, Mayor Wayne S. Jett issued a Proclamation of Local
Disaster Emergency for the City of McHenry on March 11, 2020; and
• Governor Pritzker has issued 32 Executive Orders relating to COVID49, including
Executive Order 202040 (COVID-19 Executive Order No. 8), Executive Order
202048 (COVID49 Executive Order No. 16), and Executive Order No. 2020-32
(COVID49 Executive Order No. 30) issuing a stay at home order for state
residents, restricting the operations of non -essential businesses, and mandating that
all public and private gatherings in the State of Illinois of ten people or more are
prohibited, effective through May 30, 2020; and
• On May 5, 2020, Governor Pritzker issued the Restore Illinois Plan, a public health
approach to safely reopen Illinois, which included dividing Illinois into health
regions and implementing a 5-phase plan: Phase 1-Rapid Spread, Phase 2-
Flattening, Phase 341ecovery, Phase 44Revitanzation, and Phase 5411inois
Restored; and
• The Northeast Health Region, of which the City of McHenry is a pad, just entered
Phase 3-Recovery.
The nature %J the emergency is to control the current outbreak of the COPOnavlrUs disease
2019 (COVID-19).
During the existence of the Local State of Emergency, the Mayor shall execute such
authority as provided under the Illinois Municipal Code, the Illinois Emergency Management
Agency Act, and Section 6-1-15 of the Municipal Code of the City of McHenry.
This Declaration of Local State of Emergency shall be filed with the City Cleric as soon as
practicable.
I, Wayne S. Jett, whose name is signed to this instrument, being first duly sworn, signed
and executed the instrument as the Declaration of Local State of Emergency, and that I signed
willingly, and that I executed it as my free and voluntary act for the purposes therein expressed.
Date: June 1, 2020
By:
Mayor Wayne S. Jett
Cc: City Clerk Monte Johnson
NOTARY ACKNOWLEDGMENT
On June 1, 2020, personally appeared the above -named Wayne S. Jett and acknowledged
the foregoing to be his free act and deed, before me.
(Seal)
My Commission Expires:
Z:IhIIlildcHwuyCitygnCOVlD-191Cait Declaratra� o/State ofGmergency 3rciclocr
Notary Public
Print
FOURTH CONTINUATION OF EFFECTIVE DATES OF THE
MARCH 11, 2020 PROCLAMATION BY THE MAYOR
OF LOCAL DISASTER EMERGENCY
IN THE CITY OF McHENRY, ILLINOIS
On March 11, 2020, the Mayor %J the City of McHemy issued a Proclamation of Local
Disaster Emergency in response to the well -publicized Coronavirus disease 2019 (COVID-19) for
a limited timeframe of seven (7) days. On March 16, 2020, April 6, 2020, and May 4, 2020, the
Mayor of the City of McHenry and the City Council continued the Proclamation with the most
recent Proclamation in effect until June 1, 2020.
In accordance with the Illinois Emergency Management Act, 20 ILCS 3305/1, et seq., and
the Municipal Code, City of McHenry, Illinois, Section 6-1-14, Declaration of Local Emergency,
we, Wayne S. Jett, Mayor of the City of McHenry, and the City Council do hereby proclaim that
a local disaster emergency still exists in the City of McHenry due to ongoing Coronavirus disease
2019 (COVID-19) concerns in the City of McHenry and McHenry County. The purpose is to
activate the response and recovery aspects of any and all applicable local or inter 6urisdictional
disaster emergency plans, to authorize the furnishing of aid and assistance thereunder, and to bring
this to as quick of a conclusion as possible.
The City of McHenry's emergency operations plans are hereby activated for the best
interest of the residents of the City of McHenry.
This Proclamation is effective on June 1, 2020 and shall continue to July 20, 2020.
Voting Aye:
Voting Nay:
Absent:
Abstain:
(SEAL)
ATTEST:
City Clerk Monte Johnson
Passed:
APPROVED:
Mayor Wayne S. Jett
Approved:
Z_ IAM1cHemyCit}�ofICOVID-l9lCoraravirus dlh Cont Proclnmalion o%Disaster Cily CounciLclocr
Department of Public Works
Troy Strange, P.E., Director of Public Works
1415 Industrial Drive
McHenry, Illinois 60050
Phone: (815) 363-2186
Fax: (815) 363-2214
www.cityofmchenry.org
REGULAR AGENDA SUPPLEMENT
DATE: June 1, 2020
TO: Mayor and City Council
FROM: Troy Strange, P.E., Director of Public Works
RE: Bull Valley Road &Dartmoor Drive, Surface Transportation Program (STP)
ATT:
Phase 19,2 Engineering Contracts
1. Resolution authorizing the use of MFT funds for a portion of local match
funding of improvements (BLR 09110)
i. Bull Valley Road
ii. Dartmoor Drive
2. Ordinance amending the FY20/21 Motor Fuel Tax budget in the amount of
$96,195
3. Preliminary Engineering Services Agreement for the use of Motor Fuel Tax
(MFT) Funds (BLR 05510)
i. Bull Valley Road
ii. Dartmoor Drive
AGENDA ITEM SUMMARY:
Staff requests City Council to consider the award of a Preliminary Engineering Services
Agreement (Phase 1&2) and a Resolution authorizing the use of Motor Fuel Tax (MFT) Funds for
the Bull Valley Road & Dartmoor Drive STP projects. Staff further requests City Council consider
a budget amendment for the utilization of MFT funds.
BACKGROUND:
In March of 2020 Public Works Staff submitted three project candidates to the Surface
Transportation Program call for projects through the McHenry County Council of Mayors. The
project locations included: Green Street (Municipal Drive to Elm Street), Bull Valley Road (Curran
Road to Crystal Lake Road), and Dartmoor Drive (Boone Creek Bridge to Crystal Lake Road). In
May of 2020 the Council of Mayors released selection results and all three projects were selected
for funding or selected for contingency listing in the active program and slotted into the federal
fiscal years 2023 & 2024. In order for these projects to meet their scheduled lettings in the
The City of McHenry is dedicated to providing the citizens, businesses and visitors of McHenry with the highest
quality of programs and services in acustomer-oriented, efficient and fiscally responsible manner.
identified fiscal year, their engineering work must begin this year, upon notice of selection, staff
began the process of consultant selection for preliminary engineering services for each of these
projects, selected firms to provide services, and negotiated a scope and fee.
ANALYSIS:
City Staff has selected Hampton, Lenzini, &Renwick, Inc. to provide Phase 1&2 Engineering
Services for these projects. Staff has negotiated a scope and fee for each project with the selected
firm using the IDOT's standard form. The scopes of work include project startup, Phase 1 Project
Development Report, Phase 2 Plan Production, surveying, permitting and all other work
necessary to deliver final plans for the IDOT state letting. The fees are $44,275.00 for Bull Valley
Road and $51,920.00 for Dartmoor Drive. Staff have reviewed the scopes and fees and have
found them to be acceptable. The full scope and fee will be utilized for Bull Valley Road as the
project is currently programmed in Federal Fiscal Year 2024. Dartmoor Drive was selected as a
contingency project and only the Phase 1 scope will be completed to secure Phase 1 approval,
the Phase 2 scope will not be completed until the project is placed in the active program by the
Council of Mayors.
RECOMMENDATION:
Therefore, if Council concurs, it is recommended that a motion be made to include the
following actions:
1) approve a Resolution authorizing the use of Motor Fuel Tax (MFT) Funds for the Bull Valley
Road and Dartmoor Drive STP projects,
2) approve a budget amendment Ordinance in the amount of $96,195 for the use of MFT Funds
for the Bull Valley Road and Dartmoor Drive STP projects, and,
3) award Preliminary Engineering Services Agreements (Phases 1 & 2) to Hampton, Lenzini, &
Renwick, Inc. in the amounts of $44,275.00 (Bull Valley Road) and $51,920.00 (Dartmoor Drive).
The City of McHenry is dedicated to providing the citizens, businesses and visitors of McHenry with the highest
quality of programs and services in acustomer-oriented, efficient and fiscally responsible manner.
Illinois Department
of Transportation
Is this project a bondable capital improvement?
® Yes ❑ No
Resolution for Improvement
Under the Illinois Highway Code
Resolution Type Resolution Number Section Number
Original
BE IT RESOLVED, by the COUt1Cll of the CI
Governing Body Type
of McHenry Illinois that the following described streets)/road(s)/structure be improved under
the Illinois Highway Code. Work shall be done by Contract
Contract or Day Labor
For Roadwav/Street Improvements:
Name of Street(s)/Road(s)
Length
(miles)
Route
From
To
Dartmoor Drive
0.61
FAU 4040
Curran Road
Crystal Lake Road
For Structures:
Name of Street(s)/Road(s) Existing Route Location Feature Crossed
Structure No.
BE IT FURTHER RESOLVED,
1. That the proposed improve
iT
Phase 1 &Phase 2 Engineering necessary for the Bull Valley Road STP project which includes roadway
resurfacing, patching as necessary, ADA improvements and tree planting
2. That there is hereby appropriated the sum of Fifty -One Thousand N►ne Hundred Twenty and 00/100----------------
-------------------------------------------------------------------------------- Dollars ( $51,920.00) 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, Trisha Ramel City Clerk in and for said City
Name of Clerk Local Public Agency Type Local Public Agency Type
of McHenry in the State aforesaid, and keeper of the records and files thereof, as provided by
Name of Local Public Agency
statute, do hereby certify the foregoing to be a true, perfect and complete original of a resolution adopted by
Council of McHenry at a meeting held on June 01, 2020
Governing Body Type Name of Local Public Agency Date
IN TESTIMONY WHEREOF, I have hereunto set my hand and seal this day of
Day Month, Year
(SEAL)
Regional Engineer
Approved
Date
Date
Printed 05/26/20 Page 1 of 1 BLR 09110 (Rev. 05/08/20)
Instructions for BLR 09110 - Page 1 of 2
NOTE: Form instructions should not be included when the form is submitted.
This form shall be used when a Local Public Agency (LPA) wants to construct an improvement using Motor Fuel Tax(MFT) funds. Refer to
Chapter 9 of the Bureau of Local Roads and Streets Manual (BLRS Manual) for more detailed information. For signature requirements
refer to Chapter 2, Section 3.05(b) of the BLRS Manual.
When filling out this form electronically, once a field is initially completed, fields requiring the same information will be auto -populated.
Is this project a bondable capital
improvement? Check Yes if the project was a bondable capital improvement, check no if it is not. An
example of a bondable capital project may include, but is not limited to: project development,
design, land acquisition, demolition when done in preparation for additional bondable
construction, construction engineering, reconstruction of a roadway, designed overlay
extension or new construction of roads, bridges, ramps, overpasses and underpasses, bridge
replacement and/or major bridge rehabilitation. Permanent ADA sidewalk/ramp
improvements and seeding/sodding are eligible expenditures if part of a larger capital
bondable project. A bondable capital improvement project does not mean the LPA was
required to sell bonds to fund the project, however the project did meet the criteria to be
bondable.
Resolution Number Enter the resolution number as assigned by the LPA, if applicable.
Resolution Type From the drop down box choose the type of resolution:
- Original would be used when passing a resolution for the first time for this project.
- Supplemental would be used when passing a resolution increasing appropriation above
previously passed resolutions.
- Amended would be used when a previously passed resolution is being amended.
Section Number Insert the section number of the improvement the resolution covers.
Governing Body Type From the drop down box choose the type of administrative body. Choose Board for County;
Council for a City or Town; President and Board of Trustees for a Village or Town.
LPA Type From the drop down box choose the LPA body type. Types to choose from are: County,
City, Town or Village.
Name of LPA Insert the name of the LPA.
Contract or Day Labor From the drop down choose either Contract or Day Labor,
Roadway/Street Improvements:
Name Street/Road Insert the name of the Street/Road to be improved. For additional locations use the Add
button.
Length Insert the length of this segment of roadway being improved in miles.
Route Insert the Route Number of the road/street to be improved if applicable.
From Insert the beginning point of the improvement as it relates to the Street/Road listed to the left.
To Insert the ending point of the improvement as it relates to the Street/Road listed to the left.
Structures:
Name Street/Road Insert the name of the Street/Road on which the structure is located. For additional locations
use the Add button.
Existing Structure No. Insert the existing structure number this resolution covers, if no current structure insert n/a.
Route Insert the Route number on which the structure is located.
Location Insert the location of the structure.
Feature Crossed Insert the feature the structure crosses.
1 Insert a description of the major items of work of the proposed improvement.
2 Insert the dollar value of the resolution for the proposed improvement to be paid for with MFT
funds in words followed by in the same amount in numerical format in the ().
Printed 05/26/20 BLR 09110 (Rev. 05/08/20)
Instructions for BLR 09110 - Page 2 of 2
Name of Clerk Insert the name of the LPA clerk.
LPA Type Insert the type of clerk based on the LPA type. Types to choose from are: County, City,
Town or Village.
Name of LPA Insert the name of the LPA.
Governing Body Type Insert the type of administrative body. choose Board for County; Council for a City or Town;
President and Board of Trustees for a Village or Town
Name of LPA Insert the name of the LPA.
Date Insert the date of the meeting.
Day Insert the day Clerk is signing the document.
Month, Year Insert the month and year of the Clerk's signature.Seal
The Clerk shall seal the document here.
Clerk Signature Clerk shall sign here.
Approved The Department of Transportation shall sign and date here once approved.
A minimum of three (3) certified signed originals must be submitted to the Regional Engineer's District office.
Following IDOT's approval, distribution will be as follows:
Local Public Agency Clerk
Engineer (Municipal, Consultant or County)
District
Printed 05/26/20 BLR 09110 (Rev. 05/08/20)
ORDINANCE N0. 20-21
AN ORDINANCE AMENDING THE FY2020/2021 BUDGET FOR THE
FISCAL YEAR ENDING APRIL 30, 2021
WHEREAS, by of McHenry, McHenry County, Illinois, is a home rule
municipality as contemplated under Article VII, Section 6, of the Constitution of the State of
Illinois, and the passage of this Ordinance constitutes an exercise of the City's home rule powers
and functions as granted in the Constitution of the State of Illinois; and
WHEREAS, the City of McHenry acting by and through its Mayor and City Council has
previously approved the FY20/21 Annual Budget for the Fiscal Year Ending April 30, 2021 by a
motion at the Regular City Council Meeting held on April 20, 2020; and
WHEREAS, it is necessary and appropriate to delete, add to, or otherwise change certain
line items in said Budget Ordinance as provided in Exhibit A to this Ordinance;
NOW, THEREFORE, BE IT ORDAINED by the City Council of the City of
McHenry, McHenry County, Illinois, as follows:
SECTION l: That the amendments to the Budget Ordinance for the Fiscal Year Ending
April 30, 2020 are hereby approved in the form and content as provided by Exhibit "A" which is
attached hereto and made part hereof.
SECTION 2: If any section, paragraph, subdivision, clause, sentence or provision of this
Ordinance shall be adjudged by any Court of competent jurisdiction to be invalid, such judgment
shall not affect, impair, invalidate or nullify the remainder thereof, which remainder shall remain
and continue in full force and effect.
SECTION 3: All ordinances, or parts of ordinances in conflict herewith are hereby
repealed to the extent of such conflict.
SECTION A. 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 fi•om and after its passage,
approval and publication, as provided by law.
Passed this Pt day of June, 2020.
Ayes Nays Absent Abstain
Alderman Devine
Alderman Glab
Alderman Harding
Alderman Mihevc
Alderwoman Miller
Alderman Santi
Alderman Schaefer
Wayne Jett, Mayor
Trisha Ramel, City Clerk
EXHIBIT A
The following budget items are amended by this Ordinance:
FY20/21 Motor Fuul Tax - $965195
Municipality L Name
City of McHenry O Illinois Department C Hampton, Lenzini and Renwick, In
C of Transportation o
Township A S Address
Nunda L 380 Shepard Drive
Preliminary Engineering U
County A Services Agreement L City
McHenry E Motor Fuel Tax Funds A Elain
Section C N State
Y IL
THIS AGREEMENT is made and entered into this day of between the above Local
Agency (LA) and Consultant (ENGINEER) and covers certain professional engineering services in connection with the
improvement of the above SECTION. Motor Fuel Tax Funds, allotted to the LA 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.
Section Description
Name Bull Vallev Road
Route FAU 3860 Length 0.51 Mi. 2690.00 FT (Structure No. 056-3109 )
Termini Curran Road to Crustal Lake Road
Description:
Roadway resurfacing, patching as necessary, ADA improvements and tree planting
reement Provisions
The Engineer Agrees,
1. To perform or be responsible for the performance of the following engineering services for the LA, in connection with the
proposed improvements herein before described, and checked below:
a. ® Make such detailed surveys as are necessary for the preparation of detailed roadway plans
bI ❑ Make stream and flood plain hydraulic surveys and gather high water data, and flood histories for the preparation
of detailed bridge plans.
c. ® Make or cause to be made such soil surveys or subsurface investigations including borings and soil profiles and
analyses thereof as may be required to furnish sufficient data for the design of the proposed improvement.
Such investigations are to be made in accordance with the current requirements of the DEPARTMENT.
d. ❑ Make or cause to be made such traffic studies and counts and special intersection studies as may be required to
furnish sufficient data for the design of the proposed improvement.
e. ❑ Prepare Army Corps of Engineers Permit, Department of Natural Resources -Office of Water Resources Permit,
Bridge waterway sketch, and/or Channel Change sketch, Utility plan and locations, and Railroad Crossing work
agreements.
f. ❑ Prepare Preliminary Bridge design and Hydraulic Report, (including economic analysis of bridge or culvert types)
and high water effects on roadway overflows and bridge approaches.
g. ® Make complete general and detailed plans, special provisions, proposals and estimates of cost and furnish the LA
with five (5) copies of the plans, special provisions, proposals and estimates. Additional copies of any or all
documents, if required, shall be furnished to the LA by the ENGINEER at his actual cost for reproduction.
h. ❑ Furnish the LA with survey and drafts in quadruplicate of all necessary right-of-way dedications, construction
easement and borrow pit and channel change agreements including prints of the corresponding plats and staking
as required.
Note: Four copies to be submitted to the Regional Engineer
Printed 5/21/2020 Page 1 of 4 BLR 05510 (Rev. 11/06)
i. ❑ Assist the LA in the tabulation and interpretation of the contractors' proposals
j. ❑ Prepare the necessary environmental documents in accordance with the procedures adopted by the
DEPARTMENT's Bureau of Local Roads & Streets.
k. ® Prepare the Project Development Report when required by the DEPARTMENT.
(2) That all reports, plans, plats and special provisions to be furnished by the ENGINEER pursuant to the AGREEMENT, will
be in accordance with current standard specifications and policies of the DEPARTMENT. It is being understood that all
such reports, plats, plans and drafts shall, before being finally accepted, be subject to approval by the LA and the
DEPARTMENT.
(3) To attend conferences at any reasonable time when requested to do so by representatives of the LA or the Department.
(4) In the event plans or surveys are found to be in error during construction of the SECTION and revisions of the plans or
survey corrections are necessary, the ENGINEER agrees that he will perform such work without expense to the LA, even
though final payment has been received by him. He shall give immediate attention to these changes so there will be a
minimum delay to the Contractor.
(5) That basic survey notes and sketches, charts, computations and other data prepared or obtained by the Engineer
pursuant to this AGREEMENT will be made available, upon request, to the LA or the DEPARTMENT without cost and
without restriction or limitations as to their use.
(6) That all plans and other documents furnished by the ENGINEER pursuant to this AGREEMENT will be endorsed by him
and will show his professional seal where such is required by law.
The LA Agrees,
1. To pay the ENGINEER as compensation for all services performed as stipulated in paragraphs 1a, 1g, 1i, 2, 3, 5 and 6 in
accordance with one of the following methods indicated by a check mark: SEE ATTACHED SCOPE AND COST
a. ❑ A sum of money equal to percent of the awarded contract cost of the proposed improvement as
approved by the DEPARTMENT.
b. ❑ A sum of money equal to the percent of the awarded contract cost for the proposed improvement as approved by
the DEPARTMENT based on the following schedule:
Schedule for Percentages Based on Awarded Contract Cost
Awarded Cost
Under $50,000
Percentage Fees
(see note)
Note: Not necessarily a percentage. Could use per diem, cost-plus or lump sum.
2. To pay for services stipulated in paragraphs 1 b, 1 c, 1 d, le, 1f, 1 h, 1j & 1 k of the ENGINEER AGREES at actual cost of
performing such work plus percent to cover profit, overhead and readiness to serve - "actual cost" being defined
as material cost plus payrolls, insurance, social security and retirement deductions. Traveling and other out-of-pocket
expenses will be reimbursed to the ENGINEER at his actual cost. Subject to the approval of the LA, the ENGINEER may
sublet all or part of the services provided under the paragraph 1 b, 1 c, 1 d, 1 e, 1f, 1 h, 1j & 1 k. If the ENGINEER sublets all
or part of this work, the LA will pay the cost to the ENGINEER plus a five (5) percent service charge.
"Cost to Engineer" to be verified by furnishing the LA and the DEPARTMENT copies of invoices from the party doing the
work. The classifications of the employees used in the work should be consistent with the employee classifications for
the services performed. If the personnel of the firm, including the Principal Engineer, perform routine services that
should normally be performed by lesser -salaried personnel, the wage rate billed for such services shall be
commensurate with the work performed.
Printed 5/21/2020 Page 2 of 4 BLR 05510 (Rev. 11/06)
3. That payments due the ENGINEER for services rendered in accordance with this AGREEMENT will be made as soon as
practicable after the services have been performed in accordance with the following schedule:
a. Upon completion of detailed plans, special provisions, proposals and estimate of cost - being the work required by
paragraphs 1 a through 1 g under THE ENGINEER AGREES - to the satisfaction of the LA and their approval by the
DEPARTMENT, 90 percent of the total fee due under this AGREEMENT based on the approved estimate of cost.
b. Upon award of the contract for the improvement by the LA and its approval by the DEPARTMENT, 100 percent of
the total fee due under the AGREEMENT based on the awarded contract cost, less any amounts paid under "a"
above.
By Mutual agreement, partial payments, not to exceed 90 percent of the amount earned, may be made from time to time
as the work progresses.
4. That, should the improvement be abandoned at any time after the ENGINEER has performed any part of the services
provided for in paragraphs 1 a, through 1 h and prior to the completion of such services, the LA shall reimburse the
ENGINEER for his actual costs plus percent incurred up to the time he is.notified in writing of such
abandonment "actual cost" being defined as in paragraph 2 of THE LA AGREES.
5. That, should the LA require changes in any of the detailed plans, specifications or estimates except for those required
pursuant to paragraph 4 of THE ENGINEER AGREEs, after they have been approved by the DEPARTMENT, the LA will
pay the ENGINEER for such changes on the basis of actual cost plus percent to cover profit, overhead and
readiness to serve -"actual cost" being defined as in paragraph 2 of THE LA AGREES. It is understood that "changes" as
used in this paragraph shall in no way relieve the ENGINEER of his responsibility to prepare a complete and adequate
set of plans and specifications.
It is Mutually Agreed,
1. That any difference between the ENGINEER and the LA concerning their interpretation of the provisions of this
Agreement shall be referred to a committee of disinterested parties consisting of one member appointed by the
ENGINEER, one member appointed by the LA and a third member appointed by the two other members for disposition
and that the committee's decision shall be final.
2. This AGREEMENT may be terminated by the LA upon giving notice in writing to the ENGINEER at his last known post
office address. Upon such termination, the ENGINEER shall cause to be delivered to the LA all surveys, permits,
agreements, preliminary bridge design & hydraulic report, drawings, specifications, partial and completed estimates and
data, if any from traffic studies and soil survey and subsurface investigations with the understanding that all such
material becomes the property of the LA. The ENGINEER shall be paid for any services completed and any services
partially completed in accordance with Section 4 of THE LA AGREES.
3. That if the contract for construction has not been awarded one year after the acceptance of the plans by the LA and their
approval by the DEPARTMENT, the LA will pay the ENGINEER the balance of the engineering fee due to make 100
percent of the total fees due under this AGREEMENT, based on the estimate of cost as prepared by the ENGINEER and
approved by the LA and the DEPARTMENT.
4. That the ENGINEER warrants that he/she has not employed or retained any company or person, other than a bona fide
employee working solely for the ENGINEER, to solicit or secure this contract, and that he/she has not paid or agreed to
pay any company or person, other than a bona fide employee working solely for the ENGINEER, any fee, commission,
percentage, brokerage fee, gifts or any other consideration, contingent upon or resulting from the award or making of this
contract. For Breach or violation of this warranty the LA shall have the right to annul this contract without liability.
Printed 5/21/2020 Page 3 of 4 BLR 05510 (Rev. 11/06)
IN WITNESS WHEREOF, the parties have caused the AGREEMENT to be executed in quadruplicate counterparts, each of
which shall be considered as an original by their duly authorized officers.
Executed by the LA:
ATTEST:
(Seal)
Executed by the ENGINEER:
ATTEST:
Munici
State of Illinois, acting by and through its
Title
Title Title
Approved
Date
Department of Transportation
Regional
Printed 5/21/2020 Page 4 of 4 BLR 05510 (Rev. 11/06)
Hampton, Lenzini and Renwick, Inc.
Civil Engineers • Structural Engineers • Land Surveyors • Environmental Specialists
www.hirengineering.com
EXHIBIT A
City of McHenry
Bull Valley Road — Curran Road to Crystal Lake Avenue
Road Resurfacing Improvements
Project Description
The proposed project involves the resurfacing of Bull Valley Road between Curran Road to Crystal Lake
Avenue, with actual construction limits of Boone Creek to Crystal Lake Avenue, in the City of McHenry.
The project construction limits are entirely within City of McHenry ROW. Due to the limited scope of
work and no proposed impact to State of Illinois ROW, an Environmental Survey Request will not be
required. We anticipate the proposed project scope to be processed as a State -approved Categorical
Exclusion. Local special waste screening will be required to be performed. A capacity analysis of the
impacted intersections will be performed to ensure proper level of service. Resurfacing roadway plans
will be prepared along with addressing any ADA concerns within the existing ROW.
Proposed Scope of Services
HLR will complete the following tasks to obtain the required IDOT approvals needed for these federally -
funded roadway improvements. We will coordinate our work with the City as is timely to provide
opportunities for discussions, reviews and approvals.
Phase I (Preliminary) Engineering
• Assist City staff/McHenry County Council of Mayors with the preparation and updates of the
IDOT-Local Agency Agreement and the Project Program Information forms.
• Coordinate approval of the omission of Structure 056-3109 with the IDOT Bridge office.
• Conduct intersection capacity analysis at Bull Valley Road and Curran Road and Crystal Lake
Avenue.
• Prepare IDOT's BLR 19100 Categorical Exclusion Group I approval form, assemble the Phase
I submittal package and submit to IDOT for District 1 approval.
Data Collection
• Conduct control, topographic survey for ADA corners, and roadway alignment and prepare base
sheets using aerial photography and topographic survey.
• Order JULIE locates for utilities within the limits of the project.
• Obtain and review existing / as -built plans available from the City.
• Review existing pavement limits of patching and ADA improvements.
• Conduct 13-Hour traffic counts at the intersections of Bull Valley Road and Curran Road and
Crystal Lake Avenue to be used in the intersection capacity analysis.
380 Shepard Drive
6825 Hobson Valley Drive, Suite 302
3085 Stevenson Drive, Suite 201
323 W. Third Street, P.O. Box 160
Elgin, Illinois 60123-7010
Woodridge, Illinois 60517
Springfield, Illinois 62703
Mt. Carmel, Illinois 62863
Te1.847.697.6700
Te1.847.G97.6700
Te1.217.546.3400
Te1.618.262.8651
Fax 847.697.6753
Fax 847.697,6753
Fax 217.546.8116
Fax 618.263.3327
Hampton, Lenzini and Renwick, Inc.
Civil Engineers • Structural Engineers • Land Surveyors • Environmental Specialists
www.hlrengineering.com
Prepare Pre -final and Final Plans /Special Provisions, Estimate of Probable Cost
• Prepare plans for resurFacing Bull Valley Road based on the project termini including pay items,
quantities, cost estimates, specifications, and special provisions.
• Prepare ADA detail sheets for non -compliant pedestrian infrastructure within the existing ROW.
• Prepare the plan cover sheet, general notes, summary of quantities and schedules.
Special Waste
• Conduct a Special Waste screening and submit results to IDOT.
• Prepare IDOT form 662/663 for Clean Construction and Demolition Debris (CCDD). Laboratory
testing for one sample is included due to the proximity of the gas station at Crystal Lake Avenue.
Project Administration, QC/QA, Consultation and Coordination
• Attend a new kick-off meeting with McHenry / IDOT Phase I engineering to be held at IDOT
District 1 (or remotely as necessary) and prepare minutes.
• Prepare for and attend on project review meeting
• Project Administration and quality control reviews will be completed as required during the
project duration.
380 Shepard Drive
6825 Hobson Valley Drive, Sui[e 302
3085 Stevenson Drive, Suite 201
323 W. Third Street, P.O. Box 160
Elgin, Illinois 60123-7010
Woodridge, Illinois 60517
Springfield, Illinois 62703
Mt. Carmel, Illinois 62863
Te1.847.697.6700
Te1.847.G97.6700
Te1.217.54G.3400
Te1.618.262.II651
Fax 847.697.6753
Fax 847.697,6753
Fax 217.546.8116
Fax 618,263,3327
EXHIBIT A
City of McHenry
Detailed Cost Breakdown - Design Engineering
Bull Valley Road
2020 Hourly Rates
Employee Classification
Task
Description
E6
E5
E2
T2 Ti
S2 ENV Direct
2 Cost
Hours
Fee
1.
Phase I Documentation
Work with McHenry County Council of Mayors Liaison to gel PPI
2
2
$
370,00
Coordinate with IDOT Bridge Office for omission of Structure 056-6007 I
3
I
3
$
495,00
Prepare capacity analysis for Curran Dr. and Crystal Lake Ave.
2
2
$
230,00
Prepare CE I for project (BLR 19100 Form)
1
16
4
21
$
31285,00
2.
Data Collection
Provide control, topographic survey for corner, and roadway alignment
8
24
32
$
3,880.00
Review existing roadway plans provided by client
2
2
$
230.00
Prepare base sheets using both aerial photography and obtained topographic survey
12
12
$
1,320.00
Review existing pavement, limits of patching, ADA Checks
12
12
$
11980,00
Conduct traffic counts at Curran Dr. and Crystal Lake Avenue
2
$ 460,00
2
$
690,00
3.
Prepare Pre -final and Final Plans
Cover Sheet
1
2
I 3
$
335.00
General Notes
3
2
I 5
$
565.00
Summary of Quantities
1
2
3
$
335,00
Alignment, Ties, and Benchmarks
I
2
8
10
$
1,110.00
Typical Sections and Pavement Design
4
2
6
$
680.00
Resurfacing Plan (2 sheets @ 50 scale)
8
8
16
$
1,800.00
Pavement Marking Plan (2 sheets @ 50 scale)
2
8
6
I 16
$
1,910.00
Soil Erosion and Sediment Control / Landscaping Plan (2 sheets @ 50 scale)
I
6
6
I 12
I $
1,350.00
Standard and Special Details
2
2
4
$
450,00
ADA Ramp Design Details (2 existing ramps)
2
4
2
8
I $
1,010.00
ADA Driveway Entrance (4 sidewalk ramps)
2
10
4
16
$
1,920.00
Prepare Disposition to Comments based on Pre -Final, Final and Updated Final Plans
16
16
$
1,840.00
4.
Special Provisions, Estimate of Probable Cost
Quantity Take -offs
12
I 12
$
11380,00
Prepare Bid Document
I
24
24
$
21760,00
Prepare Specifications
12
12
$
1,380.00
Prepare Estimate of Cost
8
8
I $
920,00
Prepare Lump Sum Breakdowns
2
2
$
230.00
Prepare Estimate of Time
2
2
$
230,00
6.
Special Waste
Special Waste Screening - Direct Cost is Environmental Database Report
I
12
3
2 $ 100.00
I 17
$
21090,00
Prepare Clean Construction and Demolition Debris (CCDD) - Direct Costis Environmental
40
2 $ 1,000,00
42
$
51880,00
Database Report and $900laboratory cost, if needed
7.
Project Administration, QCIQA, Consultation and Coordination
Attend IDOT Kick-off Meeting and prepare meeting minutes
2
2
4
$
700.00
Prepare and attend Project Review Meetings (1)
2
2
4
$
700.00
Project Administration
I 6
6
$
1,110.00
Quality Assurance Review
6
I 6
$
1,110.00
Sub -Total 19 41 187 59 8 24 4 $ 12560.00 342 $ 44,275.00
TOTAL DESIGN PROJECT COSTS $ 44,275.00
tofl
(t Illinois Department
of Transportation
Is this project a bondable capital improvement?
® Yes ❑ No
Resolution for Improvement
Under the Illinois Highway Code
Resolution lype Resolution Number Section Number
Original
BE IT RESOLVED, by the CoUnCll of the C
Governing Body Type
of McHenry Illinois that the following described streets)/road(s)/structure be improved under
Name of Local Public Agency
the Illinois Highway Code. Work shall be done by Contract
Contract or Day Labor
For Roadway/Street Improvements:
Name of Street(s)/Road(s)
Length
(miles)
Route
From
To
Bull Valley Road
0.51
IFAU 3860
Curran Road
JCrystal Lake Road
For Structures:
Name of Street(s)/Road (s) Existing Route Location Feature Crossed
Structure No.
BE IT FURTHER RESOLVED,
1. That the proposed improvement shall consist of
Phase 1 & Phase 2 Engineering necessary for the Bull Valley Road STP project which includes roadway
resurfacing, patching as necessary, ADA improvements and tree planting
2. That there is hereby appropriated the sum of Forty -Four Thousand Two Hundred Seventy Five and 00/1
Dollars
$44,275. 00 )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, Trisha Ramel City Clerk in and for said City
Name of Clerk Local Public Agency Type Local Public Agency Type
of 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
COUMC of McHenry at a meeting held on June 01, 2020
Governing Body Type Name of Local Public Agency Date
IN TESTIMONY WHEREOF, I have hereunto set my hand and seal this day of
Day
(SEAL)
Month, Year
Date
Approved
Regional Engineer
De artment of Trans ortation Date
Printed 05/26/20 Page 1 of 1 BLR 09110 (Rev. 05/08/20)
Instructions for BLR 09110 - Page 1 of 2
NOTE: Form instructions should not be included when the form is submitted.
This form shall be used when a Local Public Agency (LPA) wants to construct an improvement using Motor Fuel TaX(MFT) funds. Refer to
Chapter 9 of the Bureau of Local Roads and Streets Manual (BLRS Manual) for more detailed information. For signature requirements
refer to Chapter 2, Section 3.05(b) of the BLRS Manual.
When filling out this form electronically, once a field is initially completed, fields requiring the same information will be auto -populated.
Is this project a bondable capital
improvement? Check Yes if the project was a bondable capital improvement, check no if it is not. An
example of a bondable capital project may include, but is not limited to: project development,
design, land acquisition, demolition when done in preparation for additional bondable
construction, construction engineering, reconstruction of a roadway, designed overlay
extension or new construction of roads, bridges, ramps, overpasses and underpasses, bridge
replacement and/or major bridge rehabilitation. Permanent ADA sidewalk/ramp
improvements and seeding/sodding are eligible expenditures if part of a larger capital
bondable project. A bondable capital improvement project does not mean the LPA was
required to sell bonds to fund the project, however the project did meet the criteria to be
bondable.
Resolution Number Enter the resolution number as assigned by the LPA, if applicable.
Resolution Type From the drop down box choose the type of resolution:
- Original would be used when passing a resolution for the first time for this project.
- Supplemental would be used when passing a resolution increasing appropriation above
previously passed resolutions.
- Amended would be used when a previously passed resolution is being amended.
Section Number Insert the section number of the improvement the resolution covers.
Governing Body Type From the drop down box choose the type of administrative body. Choose Board for County;
Council for a City or Town; President and Board of Trustees for a Village or Town.
LPA Type From the drop down box choose the LPA body type. Types to choose from are: County,
City, Town or Village.
Name of LPA Insert the name of the LPA.
Contract or Day Labor From the drop down choose either Contract or Day Labor,
Roadway/Street Improvements:
Name Street/Road Insert the name of the Street/Road to be improved. For additional locations use the Add
button.
Length Insert the length of this segment of roadway being improved in miles.
Route Insert the Route Number of the road/street to be improved if applicable.
From Insert the beginning point of the improvement as it relates to the Street/Road listed to the left.
To Insert the ending point of the improvement as it relates to the Street/Road listed to the left.
Structures:
Name Street/Road Insert the name of the Street/Road on which the structure is located. For additional locations
use the Add button.
Existing Structure No. Insert the existing structure number this resolution covers, if no current structure insert n/a.
Route Insert the Route number on which the structure is located.
Location Insert the location of the structure.
Feature Crossed Insert the feature the structure crosses.
1 Insert a description of the major items of work of the proposed improvement.
2 Insert the dollar value of the resolution for the proposed improvement to be paid for with MFT
funds in words followed by in the same amount in numerical format in the ().
Printed 05/26/20 BLR 09110 (Rev. 05/08/20)
Instructions for BLR 09110 - Page 2 of 2
Name of Clerk Insert the name of the LPA clerk.
LPA Type Insert the type of clerk based on the LPA type. Types to choose from are: County, City,
Town or Village.
Name of LPA Insert the name of the LPA.
Governing Body Type Insert the type of administrative body. choose Board for County; Council for a City or Town;
President and Board of Trustees for a Village or Town
Name of LPA Insert the name of the LPA.
Date Insert the date of the meeting.
Day Insert the day Clerk is signing the document.
Month, Year Insert the month and year of the Clerk's signature.Seal
The Clerk shall seal the document here.
Clerk Signature Clerk shall sign here.
Approved The Department of Transportation shall sign and date here once approved.
A minimum of three (3) certified signed originals must be submitted to the Regional Engineer's District office.
Following IDOT's approval, distribution will be as follows:
Local Public Agency Clerk
Engineer (Municipal, Consultant or County)
District
Printed 05/26/20 BLR 09110 (Rev. 05/08/20)
Municipality L Name
City of McHenry p Illinois Department C Hampton, Lenzini and Renwick, In
C of Transportation o
Township
A N Address
McHenry L S 380 Shepard Drive
Preliminary Engineering U
Count A Services Agreement L City
y G For T
McHenry E Motor Fuel Tax Funds A Eloin
Section C T State
Y IL
THIS AGREEMENT is made and entered into this day of between the above Local
Agency (LA) and Consultant (ENGINEER) and covers certain professional engineering services in connection with the
I
mprovement of the above SECTION. Motor Fuel Tax Funds, allotted to the LA 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.
Section Description
Name Dartmoor
Route FAU 4040 Length 0.61 Mi. 3220.00 FT (Structure No
Termini Curran Road to Crustal Lake Road
Description:
Roadway resurfacing, patching as necessary, ADA improvements and tree planting
reement Provisions
056-6007 )
The Engineer Agrees,
1. To perform or be responsible for the performance of the following engineering services for the LA, in connection with the
proposed improvements herein before described, and checked below:
a. ®Make such detailed surveys as are necessary for the preparation of detailed roadway plans
bI ❑ Make stream and flood plain hydraulic surveys and gather high water data, and flood histories for the preparation
of detailed bridge plans.
c. ® Make or cause to be made such soil surveys or subsurface investigations including borings and soil profiles and
analyses thereof as may be required to furnish sufficient data for the design of the proposed improvement.
Such investigations are to be made in accordance with the current requirements of the DEPARTMENT.
d. ❑Make or cause to be made such traffic studies and counts and special intersection studies as maybe required to
furnish sufficient data for the design of the proposed improvement.
e. ❑ Prepare Army Corps of Engineers Permit, Department of Natural Resources -Office of Water Resources Permit,
Bridge waterway sketch, and/or Channel Change sketch, Utility plan and locations, and Railroad Crossing work
agreements.
f. ❑Prepare Preliminary Bridge design and Hydraulic Report, (including economic analysis of bridge or culvert types)
and high water effects on roadway overflows and bridge approaches.
g. ® Make complete general and detailed plans, special provisions, proposals and estimates of cost and furnish the LA
with five (5) copies of the plans, special provisions, proposals and estimates. Additional copies of any or all
documents, if required, shall be furnished to the LA by the ENGINEER at his actual cost for reproduction.
h. ❑Furnish the LA with survey and drafts in quadruplicate of all necessary right-of-way dedications, construction
easement and borrow pit and channel change agreements including prints of the corresponding plats and staking
as required.
Note: Four copies to be submitted to the Regional Engineer
Printed 5/21/2020 Page 1 of 4 BLR 05510 (Rev. 11/06)
i. ❑ Assist the LA in the tabulation and interpretation of the contractors' proposals
Prepare the necessary environmental documents in accordance with the procedures adopted by the
DEPARTMENT's Bureau of Local Roads & Streets.
k. ® Prepare the Project Development Report when required by the DEPARTMENT.
(2) That all reports, plans, plats and special provisions to be furnished by the ENGINEER pursuant to the AGREEMENT, will
be in accordance with current standard specifications and policies of the DEPARTMENT. It is being understood that all
such reports, plats, plans and drafts shall, before being finally accepted, be subject to approval by the LA and the
DEPARTMENT.
(3) To attend conferences at any reasonable time when requested to do so by representatives of the LA or the Department.
(4) In the event plans or surveys are found to be in error during construction of the SECTION and revisions of the plans or
survey corrections are necessary, the ENGINEER agrees that he will perform such work without expense to the LA, even
though final payment has been received by him. He shall give immediate attention to these changes so there will be a
minimum delay to the Contractor.
(5) That basic survey notes and sketches, charts, computations and other data prepared or obtained by the Engineer
pursuant to this AGREEMENT will be made available, upon request, to the LA or the DEPARTMENT without cost and
without restriction or limitations as to their use.
(6) That all plans and other documents furnished by the ENGINEER pursuant to this AGREEMENT will be endorsed by him
and will show his professional seal where such is required by law.
The LA Agrees,
1. To pay the ENGINEER as compensation for all services performed as stipulated in paragraphs 1 a, 1 g, 1 i, 2, 3, 5 and 6 in
accordance with one of the following methods indicated by a check mark: SEE ATTACHED SCOPE AND COST
a. ❑ A sum of money equal to percent of the awarded contract cost of the proposed improvement as
approved by the DEPARTMENT.
b. ❑ A sum of money equal to the percent of the awarded contract cost for the proposed improvement as approved by
the DEPARTMENT based on the following schedule:
Schedule for Percentages Based on Awarded Contract Cost
Awarded Cost
Under $50,000
Percentage Fees
(see note)
Note: Not necessarily a percentage. Could use per diem, cost-plus or lump sum.
2. To pay for services stipulated in paragraphs 1b, 1c, 1d, le, 1f, 1h, 1j & 1k of the ENGINEER AGREES at actual cost of
performing such work plus percent to cover profit, overhead and readiness to serve - "actual cost" being defined
as material cost plus payrolls, insurance, social security and retirement deductions. Traveling and other out-of-pocket
expenses will be reimbursed to the ENGINEER at his actual cost. Subject to the approval of the LA, the ENGINEER may
sublet all or part of the services provided under the paragraph 1 b, 1 c, 1 d, 1 e, If, 1 h, 1j & 1 k. If the ENGINEER sublets all
or part of this work, the LA will pay the cost to the ENGINEER plus a five (5) percent service charge.
"Cost to Engineer" to be verified by furnishing the LA and the DEPARTMENT copies of invoices from the party doing the
work. The classifications of the employees used in the work should be consistent with the employee classifications for
the services performed. If the personnel of the firm, including the Principal Engineer, perform routine services that
should normally be performed by lesser -salaried personnel, the wage rate billed for such services shall be
commensurate with the work performed.
Printed 5/21/2020 Page 2 of 4 BLR 05510 (Rev. 11/06)
3. That payments due the ENGINEER for services rendered in accordance with this AGREEMENT will be made as soon as
practicable after the services have been performed in accordance with the following schedule:
a. Upon completion of detailed plans, special provisions, proposals and estimate of cost - being the work required by
paragraphs 1a through 1g under THE ENGINEER AGREES - to the satisfaction of the LA and their approval by the
DEPARTMENT, 90 percent of the total fee due under this AGREEMENT based on the approved estimate of cost.
b. Upon award of the contract for the improvement by the LA and its approval by I 100 percent of
the total fee due under the AGREEMENT based on the awarded contract cost, less any amounts paid under "a"
above.
By Mutual agreement, partial payments, not to exceed 90 percent of the amount earned, may be made from time to time
as the work progresses.
4. That, should the improvement be abandoned at any time after the ENGINEER has performed any part of the services
provided for in paragraphs 1 a, through 1 h and prior to the completion of such services, the LA shall reimburse the
ENGINEER for his actual costs plus percent incurred up to the time he is notified in writing of such
abandonment "actual cost" being defined as in paragraph 2 of THE LA AGREES.
5. That, should the LA require changes in any of the detailed plans, specifications or estimates except for those required
pursuant to paragraph 4 of THE ENGINEER AGREEs, after they have been approved by the DEPARTMENT, the LA will
pay the ENGINEER for such changes on the basis of actual cost plus percent to cover profit, overhead and
readiness to serve "actual cost" being defined as in paragraph 2 of THE LA AGREES. It is understood that "changes" as
used in this paragraph shall in no way relieve the ENGINEER of his responsibility to prepare a complete and adequate
set of plans and specifications.
It is Mutually Agreed,
1. That any difference between the ENGINEER and the LA concerning their interpretation of the provisions of this
Agreement shall be referred to a committee of disinterested parties consisting of one member appointed by the
ENGINEER, one member appointed by the LA and a third member appointed by the two other members for disposition
and that the committee's decision shall be final.
2. This AGREEMENT may be terminated by the LA upon giving notice in writing to the ENGINEER at his last known post
office address. Upon such termination, the ENGINEER shall cause to be delivered to the LA all surveys, permits,
agreements, preliminary bridge design & hydraulic report, drawings, specifications, partial and completed estimates and
data, if any from traffic studies and soil survey and subsurface investigations with the understanding that all such
material becomes the property of the LA. The ENGINEER shall be paid for any services completed and any services
partially completed in accordance with Section 4 of THE LA AGREES.
3. That if the contract for construction has not been awarded one year after the acceptance of the plans by the LA and their
approval by the DEPARTMENT, the LA will pay the ENGINEER the balance of the engineering fee due to make 100
percent of the total fees due under this AGREEMENT, based on the estimate of cost as prepared by the ENGINEER and
approved by the LA and the DEPARTMENT.
4. That the ENGINEER warrants that he/she has not employed or retained any company or person, other than a bona fide
employee working solely for the ENGINEER, to solicit or secure this contract, and that he/she has not paid or agreed to
pay any company or person, other than a bona fide employee working solely for the ENGINEER, any fee, commission,
percentage, brokerage fee, gifts or any other consideration, contingent upon or resulting from the award or making of this
contract. For Breach or violation of this warranty the LA shall have the right to annul this contract without liability.
Printed 5/21/2020 Page 3 of 4 BLR 05510 (Rev. 11/06)
IN WITNESS WHEREOF, the parties have caused the AGREEMENT to be executed in quadruplicate counterparts, each of
which shall be considered as an original by their duly authorized officers.
Executed by the LA:
ATTEST:
(Seal)
Executed by the ENGINEER:
ATTEST:
Title
Approved
Date
Department of Transportation
Regional Engineer
Munici
(Municipality/Towns
State of Illinois, acting by and through its
Title
Title
Printed 5/21/2020 Page 4 of 4 BLR 05510 (Rev. 11/06)
Hampton, Lenzini and Renwick, Inc.
Civil Engineers • Structural Engineers • Land Surveyors • Environmental Specialists
www.hlrengineering.com
EXHIBIT A
City of McHenry
Dartmoor Drive — Curran Road to Crystal Lake Avenue
Road Resurfacing Improvements
Project Description
The proposed project involves the resurfacing of Dartmoor Drive between Curran Road to Crystal Lake
Avenue, with actual construction limits of Boone Creek to Crystal Lake Avenue, in the City of McHenry.
The project construction limits are entirely within City of McHenry ROW. Due to the limited scope of
work and no proposed impact to State of Illinois ROW, an Environmental Survey Request will not be
required. We anticipate the proposed project scope to be processed as a State -approved Categorical
Exclusion. Local special waste screening will be required to be performed. A capacity analysis of the
impacted intersections will be performed to ensure proper level of service. Resurfacing roadway plans
will be prepared along with addressing any ADA concerns within the existing ROW.
Proposed Scope of Services
HLR will complete the following tasks to obtain the required IDOT approvals needed for these federally -
funded roadway improvements. We will coordinate our work with the City as is timely to provide
opportunities for discussions, reviews and approvals.
Phase I (Preliminary) Engineering
• Assist City staff/McHenry County Council of Mayors with the preparation and updates of the
IDOT-Local Agency Agreement and the Project Program Information forms.
• Coordinate approval of the omission of Structure 05&3109 with the IDOT Bridge office.
• Conduct intersection capacity analysis at Dartmoor Drive and Curran Road and Crystal Lake
Avenue.
• Prepare IDOT's BLR 19100 Categorical Exclusion Group I approval form, assemble the Phase
I submittal package and submit to IDOT for District 1 approval.
Data Collection
• Conduct control, topographic survey for ADA corners, and roadway alignment and prepare base
sheets using aerial photography and topographic survey.
• Order JULIE locates for utilities within the limits of the project.
• Obtain and review existing / as -built plans available from the City.
• Review existing pavement limits of patching and ADA improvements.
• Conduct 13-Hour traffic counts at the intersections of Dartmoor Drive and Curran Road and
Crystal Lake Avenue to be used in the intersection capacity analysis.
380 Shepard Drive
6825 Hobson Valley Drive, Suite 302
3085 Stevenson Drive, Suite 201
323
W. Third Street, P.O. Box 160
Elgin, Illinois 60123-7010
Woodridge, Illinois 60517
Springfield, Illinois 62703
Mt.
Carmel, Illinois 62863
Te1.847.697.6700
Te1.847.G97.6700
Te1.217.54G.3400
Te1.618.262.8651
Fax 847.697.6753
Fax 847.697.6753
Fax 217.546.8116
Fax
618.263.3327
t rA �R
Hampton, Lenzini and Renwick, Inc.
Civil Engineers • Structural Engineers • Land Surveyors • Environmental Specialists
www.hlrengineering.com
Prepare Pre -final and Final Plans /Special Provisions, Estimate of Probable Cost
• Prepare plans for resurfacing Dartmoor Drive based on the project termini including pay items,
quantities, cost estimates, specifications, and special provisions.
• Prepare ADA detail sheets for non -compliant pedestrian infrastructure within the existing ROW.
• Prepare the plan cover sheet, general notes, summary of quantities and schedules.
Special Waste
• Conduct a Special Waste screening and submit results to IDOT.
• Prepare IDOT form 662/663 for Clean Construction and Demolition Debris (CCDD).
Project Administration, QC/QA, Consultation and Coordination
• Attend a new kick-off meeting with McHenry / IDOT Phase I engineering to be held at IDOT
District 1 (or remotely as necessary) and prepare minutes.
• Prepare for and attend on project review meeting
• Project Administration and quality control reviews will be completed as required during the
project duration.
380 Shepard Drive
6825 Hobson Valley Drive, Suite 302
3085 Stevenson Drive, Suite 201
323
W. Third Street, P.O. Box 160
Elgin, Illinois 60123-7010
Wooclridye, Illinois 60517
Springfield, Illinois 62703
Mt.
Carmel, Illinois 62863
Te1.847.697.6700
Te1.847.G97.6700
Te1.217.546.3400
Te1.618,262.8651
Fax 847.697.6753
Fax 847,697,6753
Fax 217,546,8116
Fax
618.263.3327
EXHIBIT A
City of McHenry
Detailed Cost Breakdown - Design Engineering
Dartmoor Drive Resurfacing
2020 Hourly Rates
Employee Classification
Task
Description
E6
E5 E2
T2 T1
S2 ENV Direct
2 Cost
Hours
Fee
1.
Phase I Documentation
Work with McHenry County Council of Mayors Liaison to get PPI
2
2
$
370.00
Coordinate with IDOT Bridge Office for omission of Structure 056-6007
3
3
$
495,00
Prepare capacity analysis for Curran Dr. and Crystal Lake Ave.
2
2
$
230.00
Prepare CE I for project (BLR 19100 Form)
1
16 4
21
$
31285,00
2,
Data Collection
Provide control, topographic survey for corners, and roadway alignment
16
48
64
$
71760,00
Review existing roadway plans provided by client
2
2
$
230.00
Prepare base sheets using both aerial photography and obtained topographic survey
16
16
$
1,760.00
Review existing pavement, limits of patching, ADA Checks
12
12
$
1,980.00
Conduct traffic counts at Curran Dr and Crystal Lake Avenue
2
$ 460,00
2
$
690.00
3,
Prepare Pre -final and Final Plans
Cover Sheet
1
2
3
$
335,00
General Notes
3
2
5
$
565,00
Summary of Quantities
1
2
3
$
335,00
Alignment, Ties, and Benchmarks
2
8
10
$
13110,00
Typical Sections and Pavement Design
4
2
6
$
680,00
Resurfacing Plan (2 sheets @ 50 scale)
8
8
16
$
11800,00
Pavement Marking Plan (2 sheets @ 50 scale)
12
8
20
$
21260,00
Soil Erosion and Sediment Control / Landscaping Plan (2 sheets @ 50 scale)
6
6
12
$
11350,00
Standard and Special Details
2
2
4
$
450,00
ADA Ramp Design Details (22 existing ramps)
53
19
72
$
8,185.00
Drainage Structure Improvement Table
8
8
$
920,00
Prepare Disposition to Comments based on Pre -Final, Final and Updated Final Plans
16
16
$
1,840.00
4.
Special Provisions, Estimate of Probable Cost
Quantity Take -offs
12
12
$
1,380.00
Prepare Bid Document
24
24
$
2,760.00
Prepare Specifications
12
12
$
11380,00
Prepare Estimate of Cost
8
8
$
920.00
Prepare Lump Sum Breakdowns
2
2
I $
230,00
Prepare Estimate of Time
2
2
$
230,00
6.
Special Waste
Special Waste Screening - Direct Cost is Environmental Database Report
12
3
2 $ 100.00
17
$
2,090.0D
Prepare Clean Construction and Demolition Debris (CCDD) - Direct Cost is Environmental
20
2 $ 100,00
22
$
23680,00
Database Report
7.
Project Administration, QC/QA, Consultation and Coordination
_
Attend IDOT Kick-off Meeting and prepare meeting minutes
2
�2
4
$
700,00
Prepare and attend Project Review Meetings (1)
2
2 _
4
$
700,00
Project Administration
6
6
$
11110,00
Quality Assurance Review
6
6
I $
11110,00
Sub -Total 19 35 218 78 16 48 4 $ 660.00 418 $ 51,920.00
TOTAL DESIGN PROJECT COSTS $ 51,920.00
1of1
Department of Public Works
Troy Strange, P.E., Director of Public Works
1415 Industrial Drive
McHenry, Illinois 60050
Phone: (815) 363-2186
Fax: (815) 363-2214
www.cityofmchenry.org
REGULAR AGENDA SUPPLEMENT
DATE: June 1, 2020
TO: Mayor and City Council
FROM: Troy Strange, P.E., Director of Public Worl<s
RE: Green Street, Surface Transportation Program (STP)
ATT:
Phase 1&2 Engineering Contracts
1. Resolution authorizing the use of MFT funds for a portion of local match
funding of improvements (BLR 09110)
2. Ordinance amending the FY20/21 MFT Budget in the amount of $66,965
3. Preliminary Engineering Services Agreement for the use of Motor Fuel Tax
(MFT) Funds (BLR 05510)
AGENDA ITEM SUMMARY:
Staff requests City Council to consider the award of a Preliminary Engineering Services
Agreement (Phase 1&2) and a Resolution authorizing the use of Motor Fuel Tax (MFT) Funds for
the Green Street STP project. Staff further requests City Council consider a budget amendment
for the utilization of MFT funds.
BACKGROUND:
In March of 2020 Public Works Staff submitted three project candidates to the Surface
Transportation Program call for projects through the McHenry County Council of Mayors. The
project locations included: Green Street (Municipal Drive to Elm Street), Bull Valley Road (Curran
Road to Crystal Lake Road), and Dartmoor Drive (Boone Creek Bridge to Crystal Lake Road). In
May of 2020 the Council of Mayors released selection results and all three projects were selected
for funding or selected for contingency listing in the active program and slotted into the federal
fiscal years 2023 & 2024. In order for these projects to meet their scheduled lettings in the fiscal
year their engineering work must begin this year. Upon notice of selection staff began the
process of consultant selection for preliminary engineering services for each of these projects,
selected firms to provide services, and negotiated a scope and fee.
ANALYSIS:
City Staff has selected HR Green, Inc. to provide Phase 1&2 Engineering Services for the Green
Street STP Project. Staff has negotiated a scope and fee for the project with the selected firm
The City of McHenry is dedicated to providing the citizens, businesses and visitors of McHenry with the highest
quality of programs and services in a customer -oriented, efficient and fiscally responsible manner.
using the IDOT standard form. The scope of work includes project startup, Phase 1 Project
Development Report, Phase 2 Plan Production, surveying, permitting and all other work
necessary to deliver final plans for the IDOT state letting. The fee of $66,965.00 has been
reviewed by staff and has been found to be acceptable.
RECOMMENDATION:
Therefore, if Council concurs, it is recommended that the following motion be made:
1) approve a Resolution authorizing the use of Motor Fuel Tax (MFT) Funds for the Green Street
STP Projects
2) approve an Ordinance amending the FY20/21 Motor Fuel Tax Budget in the amount of
$66,965; and
3) award the attached Preliminary Engineering Services Agreement (Phase 1&2) to HR Green,
Inc. in the amount of $66,965.
The City of McHenry is dedicated to providing the citizens, businesses and visitors of McHenry with the highest
quality of programs and services in acustomer-oriented, efficient and fiscally responsible manner.
Illinois Department
of Transportation
Is this project a bondable capital improvement?
® Yes ❑ No
Resolution for Improvement
Under the Illinois Highway Code
Resolution Type Resolution Number Section Number
Original 20-00087-00-RS
BE IT RESOLVED, by the CounCll of the C
Governing Body Type
cy
of McHenry Illinois that the following described streets)/road(s)/structure be improved under
the Illinois Highway Code. Work shall be done by Contract
Contract or Day Labor
For Roadway/Street Improvements:
Name of Street(s)/Road(s)
Length
Route
From
To
(miles)
Green Street
1.55
IFAU 087
Municipal Drive
JIL Route 120
For Structures:
Name of Street(s)/Road(s) Existing Route Location Feature Crossed
Structure No.
BE IT FURTHER RESOLVED,
1. That the DroDosed improvement shall consist of
Phase I and Phase II engineering services for the Green Street STP Resurfacing project that includes hot -mix
asphalt resurfacing, sidewalk and ADA ramp removal and replacement, curb and gutter removal and
replacement, pavement marking and signage, and all necessary items required to complete the improvements.
2. That there is hereby appropriated the sum of Sixty Six Thousand Nine Hundred and Sixty Five and 00/100----------------
Dollars
$66,965.00) 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, Trisha Ramel Clty Clerk in and for said City
Name of Clerk Local Public Agency Type Local Public Agency Type
of 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
Council of McHenry at a meeting held on June 01, 2020
Governing Body Type Name of Local Public Agency Date
IN TESTIMONY WHEREOF, I have hereunto set my hand and seal this 1 day of June, 2020
Day Month, Year
(SEAL) Clerk Signature
Approved
Date
Regional Engineer
De artment of Trans ortation Date
Printed 05/19/20 Page 1 of 1 BLR 09110 (Rev. 05/08/20)
ORDINANCE NO. 20-22
AN ORDINANCE AMENDING THE FY2020/2021 BUDGET FOR THE
FISCAL YEAR ENDING APRIL 30, 2021
WHEREAS, the City of McHenry, McHenry County, Illinois, is a home rule
municipality as contemplated under Article VII, Section 6, of the Constitution of the State of
Illinois, and the passage of this Ordinance constitutes an exercise of the City's home rule powers
and functions as granted in the Constitution of the State of Illinois; and
WHEREAS, the City of McHenry acting by and through its Mayor and City Council has
previously approved the FY20/21 Annual Budget for the Fiscal Year Ending April 30, 2021 by a
motion at the Regular City Council Meeting held on April 20, 2020; and
WHEREAS, it is necessary and appropriate to delete, add to, or otherwise change certain
line items in said Budget Ordinance as provided in Exhibit A to this Ordinance;
NOW, THEREFORE, BE IT ORDAINED by the City Council of the City of
McHenry, McHenry County, Illinois, as follows:
SECTION 1: That the amendments to the Budget Ordinance for the Fiscal Year Ending
April 30, 2020 are hereby approved in the form and content as provided by Exhibit "A" which is
attached hereto and made part hereof.
SECTION 2: If any section, paragraph, subdivision, clause, sentence or provision of this
Ordinance shall be adjudged by any Court of competent jurisdiction to be invalid, such judgment
shall not affect, impair, invalidate or nullify the remainder thereof, which remainder shall remain
and continue in full force and effect.
SECTION 3: All ordinances, or parts of ordinances in conflict herewith are hereby
repealed to the extent of such conflict.
SECTION 4: This ordinance shall be published in pamphlet form by and under the
authority of the corporate authorities of the City of McHenry, Illinois.
SECTION 5: This ordinance shall be in full force and effect from and after its passage,
approval and publication, as provided by law.
Passed this Is' day of June, 2020.
Ayes Nays Absent Abstain
Alderman Devine
Alderman Glab
Alderman Harding
Alderman Mihevc
Alderwoman Miller
Alderman Santi
Alderman Schaefer
Wayne Jett, Mayor
Trisha Ramel, City Clerk
I D►: i taili 1I1
The following budget items are amended by this Ordinance:
FY20/21 Motor Fuel Tax - $66,965
Municipality L Name
City of McHenry p Illinois Department C HR Green, Inc.
C of Transportation o
Township A S Address
L 420 N. Front Street
Preliminary Engineering U
County A Services Agreement L city
y G For T
McHenry E Motor Fuel Tax Funds A McHenry
N N
Section C T State
20-00087-00-RS Y IL
THIS AGREEMENT is made and entered into this day of between the above Local
Agency (LA) and Consultant (ENGINEER) and covers certain professional engineering services in connection with the
improvement of the above SECTION. Motor Fuel Tax Funds, allotted to the LA 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,
hF1i'�ta
Route
Section Description
Green Street Resurfaci
FAU 087 Length 1.55 Mi. 8200.00 FT (Structure No. N/A
Termini Municipal Drive to IL Route 120
Description:
The project involves resurfacing Green Street with work that includes HMA surface removal, HMA resurfacing, sidewalk and
ADA ramp replacement curb and gutter replacement pavement marking and signage, and trees.
Agreement Provisions
The Engineer Agrees,
1. To perform or be responsible for the performance of the following engineering services for the LA, in connection with the
proposed improvements herein before described, and checked below:
a. ®Make such detailed surveys as are necessary for the preparation of detailed roadway plans
bI ❑ Make stream and flood plain hydraulic surveys and gather high water data, and flood histories for the preparation
of detailed bridge plans.
c. ® Make or cause to be made such soil surveys or subsurface investigations including borings and soil profiles and
analyses thereof as may be required to furnish sufficient data for the design of the proposed improvement.
Such investigations are to be made in accordance with the current requirements of the DEPARTMENT.
d. ❑Make or cause to be made such traffic studies and counts and special intersection studies as may be required to
furnish sufficient data for the design of the proposed improvement.
e. ❑ Prepare Army Corps of Engineers Permit, Department of Natural Resources -Office of Water Resources Permit,
Bridge waterway sketch, and/or Channel Change sketch, Utility plan and locations, and Railroad Crossing work
agreements.
f. ❑Prepare Preliminary Bridge design and Hydraulic Report, (including economic analysis of bridge or culvert types)
and high water effects on roadway overflows and bridge approaches.
g. ® Make complete general and detailed plans, special provisions, proposals and estimates of cost and furnish the LA
with five (5) copies of the plans, special provisions, proposals and estimates. Additional copies of any or all
documents, if required, shall be furnished to the LA by the ENGINEER at his actual cost for reproduction.
h. ❑Furnish the LA with survey and drafts in quadruplicate of all necessary right-of-way dedications, construction
easement and borrow pit and channel change agreements including prints of the corresponding plats and staking
as required.
Note: Four copies to be submitted to the Regional Engineer
Printed 5/19/2020 Page 1 of 4 BLR 05510 (Rev. 11/06)
i. ❑ Assist the LA in the tabulation and interpretation of the contractors' proposals
j. ❑ Prepare the necessary environmental documents in accordance with the procedures adopted by the
DEPARTMENT's Bureau of Local Roads & Streets.
k. ® Prepare the Project Development Report when required by the DEPARTMENT.
(2) That all reports, plans, plats and special provisions to be furnished by the ENGINEER pursuant to the AGREEMENT, will
be in accordance with current standard specifications and policies of the DEPARTMENT. It is being understood that all
such reports, plats, plans and drafts shall, before being finally accepted, be subject to approval by the LA and the
DEPARTMENT.
(3) To attend conferences at any reasonable time when requested to do so by representatives of the LA or the Department.
(4) In the event plans or surveys are found to be in error during construction of the SECTION and revisions of the plans or
survey corrections are necessary, the ENGINEER agrees that he will perform such work without expense to the LA, even
though final payment has been received by him. He shall give immediate attention to these changes so there will be a
minimum delay to the Contractor.
(5) That basic survey notes and sketches, charts, computations and other data prepared or obtained by the Engineer
pursuant to this AGREEMENT will be made available, upon request, to the LA or the DEPARTMENT without cost and
without restriction or limitations as to their use.
(6) That all plans and other documents furnished by the ENGINEER pursuant to this AGREEMENT will be endorsed by him
and will show his professional seal where such is required by law.
The LA Agrees,
1. To pay the ENGINEER as compensation for all services performed as stipulated in paragraphs 1a, 1g, 1i, 2, 3, 5
and 6 the lump sum amount of $66,965.00. See Exhibit A.
a. ❑ A sum of money equal to percent of the awarded contract cost of the proposed improvement as
approved by the DEPARTMENT.
b. ❑ A sum of money equal to the percent of the awarded contract cost for the proposed improvement as approved by
the DEPARTMENT based on the following schedule:
Schedule for Percentages Based on Awarded Contract Cost
Awarded Cost
Under $50,000
Percentage Fees
Note: Not necessarily a percentage. Could use per diem, cost-plus or lump sum.
(see note)
2. To pay for services stipulated in paragraphs 1 b, 1 c, 1 d, le, 1f, 1 h, 1j & 1 k of the ENGINEER AGREES at actual cost of
performing such work plus 167 percent to cover profit, overhead and readiness to serve - "actual cost" being defined
as material cost plus payrolls, insurance, social security and retirement deductions. Traveling and other out-of-pocket
expenses will be reimbursed to the ENGINEER at his actual cost. Subject to the approval of the LA, the ENGINEER may
sublet all or part of the services provided under the paragraph 1 b, 1 c, 1 d, 1 e, if, 1 h, 1j & 1 k. If the ENGINEER sublets all
or part of this work, the LA will pay the cost to the ENGINEER plus a five (5) percent service charge.
"Cost to Engineer" to be verified by furnishing the LA and the DEPARTMENT copies of invoices from the party doing the
work. The classifications of the employees used in the work should be consistent with the employee classifications for
the services performed. If the personnel of the firm, including the Principal Engineer, perform routine services that
should normally be performed by lesser -salaried personnel, the wage rate billed for such services shall be
commensurate with the work performed.
Printed 5/19/2020 Page 2 of 4 BLR 05510 (Rev. 11/06)
3. That payments due the ENGINEER for services rendered in accordance with this AGREEMENT will be made as soon as
practicable after the services have been performed in accordance with the following schedule:
a. Upon completion of detailed plans, special provisions, proposals and estimate of cost - being the work required by
paragraphs 1 a through 1 g under THE ENGINEER AGREES - to the satisfaction of the LA and their approval by the
DEPARTMENT, 90 percent of the total fee due under this AGREEMENT based on the approved estimate of cost.
b. Upon award of the contract for the improvement by the LA and its approval by the DEPARTMENT, 100 percent of
the total fee due under the AGREEMENT based on the awarded contract cost, less any amounts paid under "a"
above.
By Mutual agreement, partial payments, not to exceed 90 percent of the amount earned, may be made from time to time
as the work progresses.
4. That, should the improvement be abandoned at any time after the ENGINEER has performed any part of the services
provided for in paragraphs la, through 1 h and prior to the completion of such services, the LA shall reimburse the
ENGINEER for his actual costs plus 167 percent incurred up to the time he is notified in writing of such
abandonment "actual cost" being defined as in paragraph 2 of THE LA AGREES,
5. That, should the LA require changes in any of the detailed plans, specifications or estimates except for those required
pursuant to paragraph 4 of THE ENGINEER AGREEs, after they have been approved by the DEPARTMENT, the LA will
pay the ENGINEER for such changes on the basis of actual cost plus 1C,7 percent to cover profit, overhead and
readiness to serve "actual cost" being defined as in paragraph 2 of THE LA AGREES. It is understood that "changes" as
used in this paragraph shall in no way relieve the ENGINEER of his responsibility to prepare a complete and adequate
set of plans and specifications.
It is Mutually Agreed,
1. That any difference between the ENGINEER and the LA concerning their interpretation of the provisions of this
Agreement shall be referred to a committee of disinterested parties consisting of one member appointed by the
ENGINEER, one member appointed by the LA and a third member appointed by the two other members for disposition
and that the committee's decision shall be final.
2. This AGREEMENT may be terminated by the LA upon giving notice in writing to the ENGINEER at his last known post
office address. Upon such termination, the ENGINEER shall cause to be delivered to the LA all surveys, permits,
agreements, preliminary bridge design & hydraulic report, drawings, specifications, partial and completed estimates and
data, if any from traffic studies and soil survey and subsurface investigations with the understanding that all such
material becomes the property of the LA. The ENGINEER shall be paid for any services completed and any services
partially completed in accordance with Section 4 of THE LA AGREES.
3. That if the contract for construction has not been awarded one year after the acceptance of the plans by the LA and their
approval by the DEPARTMENT, the LA will pay the ENGINEER the balance of the engineering fee due to make 100
percent of the total fees due under this AGREEMENT, based on the estimate of cost as prepared by the ENGINEER and
approved by the LA and the DEPARTMENT.
4. That the ENGINEER warrants that he/she has not employed or retained any company or person, other than a bona fide
employee working solely for the ENGINEER, to solicit or secure this contract, and that he/she has not paid or agreed to
pay any company or person, other than a bona fide employee working solely for the ENGINEER, any fee, commission,
percentage, brokerage fee, gifts or any other consideration, contingent upon or resulting from the award or making of this
contract. For Breach or violation of this warranty the LA shall have the right to annul this contract without liability.
Printed 5/19/2020 Page 3 of 4 BLR 05510 (Rev. 11/06)
IN WITNESS WHEREOF, the parties have caused the AGREEMENT to be executed in quadruplicate counterparts, each of
which shall be considered as an original by their duly authorized officers.
Executed by the LA:
ATTEST:
(Seal)
Executed by the ENGINEER:
ATTEST:
Title
Approved
Date
Department of Transportation
Clerk
City of McHenry of the
(Municipality/Township/County)
State of Illinois, acting by and through its
By
Title
Title
Printed 5/19/2020 Page 4 of 4 BLR 05510 (Rev. 11/06)
EXHIBIT A
SCOPE OF SERVICES
CITY OF MCHENRY
GREEN STREET RESURFACING
PHASE I & II ENGINEERING
Project Understanding
The City of McHenry (CITY) proposes to improve Green Street by resurfacing it from north of
Municipal Drive to IL Route 120. The total length of improvements is approximately 8,200 feet or
1.55 miles.
The general scope of the improvements are hot -mix asphalt surface removal and resurfacing,
sidewalk and ADA ramp removal and replacement, spot curb and gutter removal and replacement,
pavement marking, bike lane signage, tree plantings, and various other miscellaneous items to
complete the project.
Sco a of Work
Project Report (Phase I)
HR Green, Inc. (COMPANY) will prepare a Phase I Study and Design Report for the proposed
improvements of the resurfacing of Green Street. The Phase I Study and Report will be prepared to
Federal Standards. It has been anticipated that this project will be processed as a Categorical
Exclusion Group I (BLR 19100).
A. Early Coordination
1. Coordinate and schedule akick-off meeting with CITY, IDOT Local Roads, and McHenry
County Planning Liaison.
2. Submit an Environmental Survey Request per IDOT's requirements, as of May 2020.
3. Complete and submit Project Program Information (PPI) form.
B. Data Collection and Review
1. Prepare aerial mosaics of the project limits to be used for exhibits and meetings. The
latest County aerials will be utilized.
2. Coordinate with utility companies to obtain maps of utilities within the project limits and
place this information on CADD base maps.
3. Request existing roadway and utility plans from the CITY (where available).
C. Survey Services
1. Topographic Survey -This task includes topographic survey of sidewalk ramp locations at
all intersections within the project limits on Green Street (16 intersections total). Survey
extents shall generally extend 25 feet beyond end of radius returns at each intersection
corner. Pavement elevations cross sections will be surveyed at 100' intervals along the
entire project limit. Survey will include visible surface features and structures within the
survey extents. Survey of underground utilities is not included. No right of way/boundary
Phase I & II Engineering Services
Green Street Resurfacing
City of McHenry
Page 2
survey will be conducted.
2. Horizontal and Vertical Control - Horizontal coordinates will be based on Illinois State
Plane Coordinates 1983 Datum (1997 Adjustment) and vertical elevations will be
established from NGS control monuments. Four (4) benchmarks will be located on the
site and referenced on the survey.
3. Right of Way Survey — COMPANY will recover existing right of way evidence for Green
Street at sidewalk intersection locations. COMPANY will calculate the existing right of way
as shown on the provided right of way documents and/or adjacent recorded plat of
subdivisions to include on the base map.
4. Topographic Survey Drawing - Final drafting product to be created using MicroStation V8i
showing existing features and I'contours.
D. Preliminary Design Studies
1. Prepare the resurfacing plan sheets for Green Street. (1" = 50' base maps).
2. Prepare ADA compliant sidewalk and crosswalk details for all 16 intersections along
Green Street.
E. Environmental Studies
1. Prepare and submit an Environmental Survey Request (ESR) to IDOT. This submittal will
be for cultural and special waste screening.
2. A photo log of structures along the project corridor that appear to be greater than fifty (50)
years old will be completed. The photos will be submitted to IDOT for their in-house
cultural review.
3. Air Quality - It has been assumed that since no additional lanes will be proposed, IDOT
will not require analysis.
4. Noise - It has been assumed that since there are no new roadway alignments that a Noise
analysis will not be required.
5. Natural Resources - No tree survey will be performed.
6. Special Waste — Initial screening for special waste will be completed in order to obtain
design approval form IDOT. It is anticipated that the project can be risk managed and in -
district sign -off will be obtained.
F. Phase I Report
1. Prepare draft Phase I Report (BLR 19100) and report exhibits.
2. Preliminary Opinions of Probable Costs will be developed.
3. Provide IDOT two (2) draft reports for review and comment by City staff.
4. Address IDOT's preliminary report and prepare final Phase I Report.
5. Provide three (3) final Phase I Reports.
G. Meetings
1. This project will require the following meetings during Phase I:
a. Phase (Kick-off at IDOT (1 meeting)
b. Meeting Specifications:
• COMPANY will have two (2) representatives at all meetings;
. A maximum of four (4) hours per meeting have been allotted, including travel
time; and,
Meeting minutes will be provided.
Phase I & II Engineering Services
Green Street Resurfacing
City of McHenry
Page 3
H. Pavement Cores and Soils Investigation
COMPANY will retain the services of a geotechnical sub -consultant to perform the
geotechnical investigation for the project. The tasks to be performed as part of the project
will include pavement cores (at 500-ft intervals, up to 2' depth) in accordance with IDOT
geotechnical standards.
IDOT will require the necessary analysis and certifications for Clean Construction
Demolition Debris (CCDD) as part of the project and the sub -consultant will develop the
required reports and IEPA certification forms (LPC 662/663) to be included as part of the
Phase I Project Report,
Funding Assistance
COMPANY will assist CLIENT with preparation and submission of necessary documents
to IDOT related to the use of MFT funds for Phase I and Phase II Engineering Services.
In addition, COMPANY will provide assistance on the preparation of the Local Agency
Agreement, Joint Funding Agreements, and if necessary, the Construction Engineering
Agreement for the STP funds utilized for Construction.
Contract Plans (Phase II)
COMPANY will prepare Phase II contracts plans, special provisions, and other related Phase II
documents as noted in this scope of work for the improvement of Green Street as described in this
document and as noted in the final Phase I documents.
A. Design Guidelines
1. The Phase II engineering and contract documents will be developed according to IDOT
and applicable local requirements. These include the following design guidelines and
ordinances:
a. Bureau of Local Roads (BLR) Manual;
b. Bureau of Design and Environment (BDE) Manual;
c. Traffic Signal Design Guidelines for IDOT, District 1;
B. Pavement Typical Sections
Pavement sections, following IDOT requirements, will be developed for the proposed resurfacing.
C. Suggested Maintenance of Traffic
The scope of work was prepared assuming that all roadways will remain open during construction
and can be completed using IDOT Highway Standards. Detailed maintenance of traffic plans will
not be developed for the project.
D. Drainage
No specialized drainage plans will be developed for this project.
E. Landscaping
The project will include the planting of street trees along various locations within the project limits.
It has been anticipated the type and location of the tree plantings will be coordinated with the
CLIENT and City Arborist. The plan sheets will be developed to include location information
(station and offsets) of the proposed trees and will be included with the restoration and erosion
control sheets. No detailed landscaping plan sheets will be included as part of the project.
Phase I & II Engineering Services
Green Street Resurfacing
City of McHenry
Page 4
F. Traffic Signals
The existing traffic signals at the intersection of Green Street at IL Route 120 will not be impacted
as part of the improvements. The existing detector loops will need to replaced as part of the
resurfacing improvements and the necessary District special provisions and details will be
included as part of the plans.
G. Permits
The following permits will be required for the project:
1. It is anticipated that this project will require a Stormwater Pollution Prevention Plan
(SWPPP). Preparation of the plan will include selection of appropriate source controls and
flow controls for the site conditions, maintenance and inspection procedures, and an
erosion control plan sheet providing locations for each of the major controls and details for
the construction of the controls.
2. City of McHenry Stormwater Management Permit.
H. Meetings & Coordination
Multiple coordination meetings will be required during Phase II of the project. Anticipated
meetings will be with the CITY and IDOT. COMPANY will coordinate the meeting times and
locations with the attendees, provide required exhibits, and include preparation of meeting
minutes. The coordination and meetings are estimated below:
1. At IDOT—Bureau of Local Roads;
a. Kick-off meeting with Local Roads (1);
2. At CITY;
a. Field Review with Plans (1);
b. Plan Review Meeting (1).
3. Meeting Requirements:
c. COMPANY will have two (2) representatives at all meetings;
a. COMPANY will prepare the meeting minutes;
b. A maximum of six (6) hours per meeting have been allotted, including meeting
preparation, travel time, and the preparation of the meeting minutes.
4. Coordination
c. COMPANY's coordination effort will include:
d. Project related discussions with IDOT, the CITY, and the utility companies.
Quantity Calculations
The Summary of Quantities sheet will be developed using current IDOT pay items and code
numbers. The quantities will be calculated and checked for accuracy. From these quantities,
COMPANY will develop Opinions of Probable Construction Cost for the project.
J. Construction Cost Estimates
Opinions of probable construction costs will be developed and refined throughout the process so
that the CLIENT is aware of project costs. These costs will be determined using IDOT pay items
and the latest contractor unit prices available for the area.
K. Project Administration/Coordination
For the duration of this project, this task will involve the management oversight of the project
which will include the on -going review of the project execution, work product, document control
Phase I & II Engineering Services
Green Street Resurfacing
City of McHenry
Page 5
scope, schedule and budget, contract file management and preparation of monthly progress
reports.
L. Quality Control /Quality Assurance
Design peer reviews will be completed throughout the duration of the project and prior to
milestone submittals to ascertain completeness of the plans and related pay items. The plans
and special provisions will also be reviewed by COMPANY Construction staff related to general
constructability.
M. Project Schedule
Based on an anticipated Notice to Proceed date of June 2020, it is estimated that the contract
documents will be prepared to meet a January 2022 letting.
N. Submittals
1. During the development of the contract plans and specifications, interim submittals will be
made to the CITY and IDOT. Two submittals will occur: pre -final (90%), and final (100%).
Comments received will be addressed and a disposition of comments will be prepared by
COMPANY.
2. Pre -final submittal (90%)
a. The pre -final submittal (90%) will include the following:
(1) Contract Plans
(a) Cover Sheet;
(b) Index/General Notes/Standards;
(c) Summary of Quantities;
(d) Roadway Typical Sections;
(e) Alignment, Ties, and Benchmarks;
(f) Roadway Removal Plans (50 scale);
(g) Proposed Resurfacing Plans (50 scale);
(h) Landscaping and Erosion Control Plans (50 scale);
(i) Pavement Marking and Restoration Plans (50 scale);
Q) ADA Details (1 inch = 10 feet);
(k) Miscellaneous Details; and
(1) IDOT Standards
(2) Special Provisions
(3) Estimate of Time; and
(4) Opinion of Probable Construction Cost.
b. The following will be submitted to IDOT for review and comment:
(1) Three (3) 11" x 17" paper copies of the contract plans;
(2) Three (3) copies of the special provisions;
(3) Three (3) copies of the opinion of probable construction cost;
(4) One (1) copy of the estimate of time.
c.The following will be submitted to Utilities for review
(1) Electronic copies of the contract plans.
d. The following will be submitted to the CITY for review and comment:
(1) Two (2) 11" x 17" paper copies of the contract plans;
(2) Two (2) copies of the special provisions;
(3) One (1) copy of the opinion of probable construction cost;
(4) One (1) copy of the estimate of time.
Phase I & II Engineering Services
Green Street Resurfacing
City of McHenry
Page 6
e. Submittals to the CITY and IDOT will occur concurrently. The current schedule
anticipates a one month turnaround time for review comments from CITY and IDOT.
3. Final submittal
a. The plans will be revised per comments on the pre -final plans (90%) received from
IDOT and the CITY.
b. The final submittal (100%) will include the following:
(1) Contract Plans
(a) Cover Sheet;
(b) Index/General Notes/Standards;
(c) Summary of Quantities;
(d) Roadway Typical Sections;
(e) Alignment, Ties, and Benchmarks;
(f) Roadway Removal Plans (50 scale);
(g) Proposed Resurfacing Plans (50 scale);
(h) Landscaping and Erosion Control Plans (50 scale);
(i) Pavement Marking and Restoration Plans (50 scale);
(j) ADA Details (1 inch = 20 feet);
(k) Miscellaneous Details; and
(1) IDOT Standards
(2) Special Provisions
(3) Estimate of Time; and
(4) Opinion of Probable Construction Cost.
c.The submittal to CLIENT will include:
(1) Two (2) 11$1 x 17" paper copies of the contract plans;
(2) Two (2) paper copies of the special provisions;
(3) One (1) copy of the opinion of probable construction cost;
(4) One (1) copy of the estimate of time;
d. The submittal to Utilities will include:
(1) Electronic copies of the contract plans;
e. The submittal to IDOT will include:
(1) Three (3) 11" x 17" copies of the contract plans;
(2) Three (3) copies of the special provisions;
(3) Three (3) copies of the opinion of probable construction cost;
(4) Three (3) copies of the estimate of time.
f. Submittals to the CITY and IDOT will occur concurrently.
Phase I & II Engineering Services
Green Street Resurfacing
City of McHenry
Page 7
Professional Services Fees
TASK
HOURS
COSTS
Phase I Engineering
Survey, Data Gathering & Utility Coordination
72
$8,548
Phase I Report
66
$7,766
Pavement Cores & CCDD Analysis
Direct Cost
$7,000
IDOT Meetings & Coordination
10
$1,700
Sub -Total
148
$25,014
Phase 11 Engineering
Contract Plans and Special Provisions
256
$303564
Quantity Calculations and EOPC
40
$4,760
Quality Control / Quality Assurance
12
$23556
[DOT & City Coordination
12
$2,070
Meetings
12
$1,986
Sub -Total
332
$41,936
Project Total
480
$667965
Office of the City Clerk
McHenry Municipal Center
McHentr
INDIVIDUAL ACTION ITEM
DATE: June 1, 2020
TO: Mayor and City Council
FROM: Monte Johnson, Deputy City Clerk
RE: Semi -Annual Review of Executive Session Meeting Minutes
ATT: Resolution, list of minutes and recordings
333 Green Street
McHenry, Illinois 60050
Phone: (815) 363-2108
Fax: (815) 363-2119
cityofmchenry.org
AGENDA ITEM SUMMARY:
Pursuant to the Illinois Open Meetings Act, a semi-annual review of minutes and recordings of all closed
executive sessions that have not yet been released for public review must be conducted semi-annually.
BACKGROUND:
The determination of which minutes, if any that may be released is based on the advice of legal counsel.
The Act also permits the destruction of executive session recordings that exists more than 18 months after
the date the meeting was recorded.
Executive Session minutes presented for approval and release:
12/16/19 5 ILCS 120/2(c)(21) Review of Executive Session Minutes; 5 ILCS 120/2(c)(3) Appointment for
vacant seat on Council
ANALYSIS:
Upon approval of the attached Resolution in Open Session, all Executive Session minutes prior to June 1,
2020, will be released. The attached list of recordings should also be destroyed.
Recommendation: If Council concurs, then it is recommended a motion is made in Open Session to
pass the attached Resolution approving a) Executive Session meeting minutes as presented; b)
authorizing the release of Executive Session meeting minutes as presented No; and c) destruction of
any executive session recordings that exist more than 18 months and the minutes for that meeting
have been approved.
The Cir3� of d/cHenry is dedicated to providing its citizens, businesses, and visitors with the hig/rest quality of programs and
services in acustomer-oriented, efficient, and fiscally responsible manner.
RESOLUTION 20-8
WHEREAS, the Illinois Open Meetings Act specifies that Executive Session minutes be
reviewed at least once every six months;
WHEREAS, upon advice from Counsel, the McHenry City Council recommends approval of the
following Executive Session Minutes;
12/16/18 5/ILCS 120/2(c)(21) Semi -Annual Review of Executive Session Minutes, and
5 ILCS 120/2(c)(3) Appointment for vacant seat on Council
WHEREAS, upon advice from Counsel, the McHenry City Council recommends release of all of
the above referenced Executive Session Minutes, as the need for confidentiality no longer exists.
NOW THEREFORE, BE IT RESOLVED as specified in the Illinois Open Meetings Act that
authorization is hereby granted to approve the substance of and release of the above referenced executive
session minutes and destruction of all Executive Session recordings that exists more than 18 months prior
to the date of this Resolution.
BE IT FURTHER RESOLVED that a copy of this Resolution shall be made a permanent part of the
City Council minutes.
Passed this 1 sr day of June, 2020.
Alderman Devine
Alderman Glab
Alderman Harding
Alderman Mihevc
Alderwoman Miller
Alderman Santi
Alderman Schaefer
Wayne Jett, Mayor
Armes Nays Absent Abstain
Monte Johnson, Deputy City Clerk
Executive Session Minutes to be Approved and Released
12-16-19
Executive Session Recordings to be Destroyed
06-18-18
P-10-18
08-20-18
08-23-18
09-04-18
09-10-18
09-24-18
10-01-18
10-15-18
11-12-18
12-03-18