Loading...
01/04/2016'► DEs ILLINOIS CITY COUNCIL AGENDA Monday, January 4, 2016 Closed Session — 6:00 p.m. Regular Session — 7:00 p.m. Room 102 CALL TO ORDER CLOSED SESSION SETTING A PRICE FOR THE SALE OR LEASE OF PROPERTY PURCHASE OF PROPERTY COLLECTIVE BARGAINING REVIEW OF CLOSED SESSION MINUTES REGULAR SESSION ROLL CALL PRAYER PLEDGE OF ALLEGIANCE PRESENTATION STATE SENATOR JOHN MULROE (10TH DISTRICT) CITIZEN PARTICIPATION (matters not on the Agenda) CITY CLERK ANNOUNCEMENTS ALDERMEN ANNOUNCEMENTS MONDAY, JANUARY 4, 2016 CITY OF DES PLAINES CITY COUNCIL AGENDA 1 2 CONSENT AGENDA: 1. Minutes/Regular Meeting — December 7, 2015 2. Minutes/Closed Session — December 21, 2015 3. Minutes/Regular Meeting — December 21, 2015 4. Award Bid for the Installation of Security Camera System to Lowest Responsible Bidder, Precision Control Systems of Chicago, Inc., 1980 University Lane, Lisle, IL, in an Amount Not -to -Exceed $98,313.40. Budgeted Funds — IT Replacement/Computer Hardware Account and Police Department Asset Forfeiture Fund. 4a. RESOLUTION R-1-16/Bid Award for Security Camera System 5. Approve Third -Year Expenditure of Parkway Maintenance Contract with Trees "R" Us, Inc., P.O. Box 6014, Wauconda, IL in the Amount of $400,000. Budgeted Funds — Street Maintenance/Tree Maintenance 5a. RESOLUTION R-3-16/Parkway Maintenance Contract 6. Approve Second -Year Expenditure of Custodial Services Contract with ABC Commercial Maintenance Services, Inc., in the Amount of $58,500 and Change Order #1 in the Amount of $3,240. Budgeted Funds — Facilities & Grounds Maintenance/Custodial Services and TIF #1 Downtown/Other Services/Custodial Services 6a. RESOLUTION R-4-16/Custodial Services Contract 7. Approve Contract with Municipal GIS Partners, Inc., 701 Lee Street, Des Plaines, IL for Geographical Information System (GIS) Staffing and Services in an Amount Not -to -Exceed $189,398.20. Budgeted Funds — General Funds. 7a. RESOLUTION R-5-16/GIS Staffing and Services Contract 8. Approve Purchase of 5.11 Responder High -Visibility Jackets for Fire Department from Low -Quote Vendor, On Time Embroidery, Inc., 2201 Lively Boulevard, Elk Grove Village, IL in the Amount of $251.13 per Jacket for a Total Cost of $22,351. Source of Funding — Fire Department Donation Escrow Fund. 8a. RESOLUTION R-7-16/Purchase of Hi -Vis Jackets for Fire Department 9. Approve Promotional Testing Expenditures in order to Establish a List for the Rank of Fire Lieutenant within the Fire Department to be provided by Industrial Organizational Solutions, Inc., 1127 S. Mannheim Road, Westchester, IL at a Cost of $29,715. Budgeted Funds — Fire & Police Commission/Promotional Exams 9a. RESOLUTION R-8-16/Promotional Testing Expenditures — Fire Department 10. Approve Execution of Local Public Agency Agreement for Federal Participation with IDOT for the Rand Road Sidepath Project with a Local Match Not -to -Exceed $31,670.00 and the Execution of the Preliminary Engineering Services Agreement for Federal Participation with Civiltech Engineering, Inc. to Serve as the Engineering Consultant 10a. RESOLUTION R-10-16/Rand Road Sidepath Project Agreements 11. Authorize City Clerk to Advertise for Bid the Nimble Storage Drive, which Provides for Additional Hard Drive Storage for Storing City Documents 12. Authorize City Clerk to Advertise for Bid a Barracuda Backup Appliance, which Provides for Data Backup MONDAY. JANUARY 4, 2016 CITY OF DES PLAINES CITY COUNCIL AGENDA PAGE 13 13. Authorize City Clerk to Advertise for Bid the O'Hare Lake Pumping Station Improvement Project END OF CONSENT AGENDA COMMITTEE OF THE WHOLE 1. FINANCE & ADMINISTRATION — Alderman Don Smith, Chair a. Warrant Register in the Amount of $4,863,518.18 — RESOLUTION R-11-16 2. PUBLIC SAFETY — Alderman Dick Sayad, Chair a. Updates to Automatic Mutual Aid Agreements between Fire Department and Neighboring Jurisdictions — RESOLUTION R-12-16 b. Application for a Grant to Fund Replacement of Fire Department's Self -Contained Breathing Apparatus — RESOLUTION R-13-16 c. Purchase of Uniforms to Initiate a Quartermaster System for Uniforms in the Fire Department — RESOLUTION R-9-16 d. Intergovernmental Hold Harmless Agreements for Borrowing and Loaning of Fire Department Emergency Response Vehicles with the Arlington Heights and Niles Fire Departments RESOLUTION R-6-16 e. Advertisements for Bid a Fire Engine/Triple-Combination Pumper IF NO ACTION IS TAKEN UNDER NEW BUSINESS, THESE ITEMS WILL APPEAR ON THE FOLLOWING CONSENT AGENDA OR UNFINISHED BUSINESS. IF IT IS NECESSARY TO TAKE ACTION ON ANY OF THESE ITEMS THIS EVENING, THEY MUST BE REPORTED OUT BY THE COMMITTEE CHAIRMAN UNDER "NEW BUSINESS" UNFINISHED BUSINESS NEW BUSINESS: IF REPORTED OUT BY COMMITTEE 1. a. RESOLUTION R-11-16/Warrant Register in the amount of $4,863,518.18 2. a. RESOLUTION R-12-16/Approve Updates to Automatic Mutual Aid Agreements between Fire Department and Neighboring Jurisdictions b. RESOLUTION R-13-16/Approve Application for Grant to Fund Replacement of the Fire Department's Self - Contained Breathing Apparatus c. RESOLUTION R-9-16/Fire Department Uniforms Purchase to Initiate a Quartermaster System for Uniforms d. RESOLUTION R-6-16/Approve Hold Harmless Agreements with Arlington Heights and Niles e. Authorize City Clerk to Advertise for Bid a Fire Engine/Triple-Combination Pumper MONDAY, JANUARY 4, 2016 CITY OF DES PLAINES CITY COUNCIL AGENDA J' 6 L / 4 MANAGER'S REPORT ALDERMEN COMMENTS MAYORAL COMMENTS ADJOURNMENT City of Des Plaines, in compliance with the Americans With Disabilities Act, requests that persons with disabilities, who require certain accommodations to allow them to observe and/or participate in the meeting(s) or have questions about the accessibility of the meeting(s) or facilities, contact the ADA Coordinator at 391-5486 to allow the City to make reasonable accommodations for these persons. DES PLA[NES Date: December 23, 2015 To: Michael G. Bartholomew, City Manager From: Matthew J. Bogusz, Mayor /;'; Subject: Presentation PRESENTATION OFFICE OF THE MAYOR 1420 Miner Street Des Plaines, IL 60016 P: 847.391.5301 desplaines.org At the beginning of the January 4, 2016 City Council meeting, State Senator John Mulroe (10th District) will address the City Council regarding the current State budget impasse. Page 1of1 CALL TO ORDER: ROLL CALL: CONSENT AGENDA #1 MINUTES OF THE REGULAR 1\MEETING OF THE CIIT\ COUNCIL OF THE CITY OF DES PLAINES, RLLINOIS HELD IN THE ELEANOR ROHRBACH MEMORIAL COUNCIL CHAMBERS, DES PLAINES CI\1C CENTER, MONDAY, DECEMBER 7, 2015 The regular meeting of the City Council of the City of Des Plaines, Illinois, was called to order by Mayor Bogusz at 7:OOp.m. in the Eleanor Rohrbach Memorial Council Chambers, Des Plaines Civic Center on Monday, December 7, 2015. Roll call indicated the following Aldermen present: Haugeberg, Robinson, Rodd, Sayad, Brookman, Chester, Smith and Charewicz. A quorum was present. Also present were: City Manager Bartholomew, Assistant City Manager/Director of Finance Wisniewski, Director of Community and Economic Development Sakas, Fire Chief Wax, Police Chief Kushner, Director of Public Works and Engineering Oakley, and General Counsel Friedman. PRAYER AND PLEDGE: PRESENTATION: PU LUC HEARING 11, 11 C , EN The opening prayer was given by Alderman Sayad, followed by the Pledge of Allegiance to the Flag of the United States of America. State Senator Laura Murphy informed the City Council that the funds that were being -held by the State of Illinois are being released. Senator Murphy answered questions from the Council. MINUTES OF THE PUBLIC HEARING HELD IN THE ELEANOR ROHRBACH MEMORIAL COUNCIL CHAMBERS, DES PLAINES CIVIC CENTER, MONDAY, DECEMBER 7, 2015 Mayor Bogusz called the Public Hearing to order at 7:09 p.m. The Public Hearing was being held pursuant to legal notice regarding the Community Development Block Grant (CDBG) Program Year (PY14) Consolidated Annual Performance and Evaluation Report. Director of Community and Economic Development Sakas presented the Program Year (PY) 2014 CDBG Consolidated Annual Performance & Evaluation Report (CAPER). This public hearing will complete the required public comment period as required by the Department of Housing and Urban Development (HUD). Director Sakas recommended adoption of Consent Agenda Items 8 and 8a. There were no comments or questions from the public. The Public Hearing was adjourned at 7:10 p.m. The City Council reconvened at 7:11 p.m Resident Bob Niemotka inquired as to when AT&T will repair the parkway sod; Director of Public Works and Engineering Oakley will contact AT&T. Page 2 of 7 12/7/15 CITIZEN PART.: Mr. Niemotka suggested conducting a final inspection after trees are removed in the City; a lot of debris is left behind. The Department of Cont Public Works will follow-up. Resident Dorothy V els addressed the City Council regarding large garbage items left at the side of the curb for long periods of time. The issue does not seem to be with the disposal company, but rather with residents who put o u t the items too early. Code Enforcement will address the issue. Residents Kelly Fitzgerald, Emmeline Guest, Laura Taccona, Annie Healy, Josh Thvedt, Zachary Stellberg, Wayne Serbin and Jason Dean addressed the City Council regarding the city's re -branding effort and the "Good Move" tag- line. Residents expressed their disappointment that there was not more public input. The residents are not opposed to the re -branding effort, but rather to using "Good Move" over the "City of Destiny." Mayor Bogusz offered to set up a time in the next few weeks and asked those interested in discussing the matter in more detail to attend. Mayor Bogusz noted nothing would be put up or taken down with the regard to the new campaign. Resident's contact information will be obtained. Resident Brian Burkross addressed the Council to inquire what is involved in the Fire Station #61 Roof Rehabilitation Project that will cost $202,000. Director of Public Works and Engineering Oakley informed Mr. Burkross the project involves much more than a roof replacement. Mayor Bogusz asked City Manager Bartholomew to forward the bid documents to Mr. Burkross for his review. The Frisbee Center is hosting their 14th annual Christmas lunch on Friday, December 25. CITY CLERK No Clerks Announcements. ANNOUNCEMENTS: CONSENT Motion by Rodd and seconded to establish the Consent Agenda. Motion declared AGENDA: carried. CONSENT AGENDA: Motion by Haugeberg and seconded to approve Consent Agenda. Upon roll call, the vote was: AYES: 6 -Robinson, Sayad, Chester, Smith, Charewicz, Haugeberg, NAYS: 0 -None ABSENT: 2 -Rodd, Brookman Motion declared carried. Minutes were approved; Staff recommendations and requests were approved; Ordinances M-42-15, M-43-15 and Resolutions R-188-15. R-194-15, and R- 196-15 were adopted; Appointments were approved. MINUTES: Consent Agenda AWARD BID/ LEAK DETECTION AND VALVE ASSESSMENT SERVICES: Consent Agenda Resolution R-188-15 APPROVE COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG) PY 2014 CONSOLIDATED ANNUAL PERFORMANCE AND EVALUATION REPORT (CAPER): Page 3 of 7 12/7/15 Moved by Haugeberg and seconded to approve minutes of the Special Meeting of the City Council held October 21, 2015, as published. Motion declared carried as approved unanimously under Consent Agenda. Moved by Haugeberg and seconded to approve minutes of the Executive Session of the Regular Meeting of the City Council held November 2, 2015. Motion declared carried as approved unanimously under Consent Agenda. Moved by Haugeberg and seconded to approve minutes of the Regular Meeting of the City Council held November 2, 2015. Motion declared carried as approved unanimously under Consent Agenda. Moved by Haugeberg and seconded to approve minutes of the Special Meeting of the City Council held November 3, 2015, as published. Motion declared carried as approved unanimously under Consent Agenda. Moved by Haugeberg and seconded to approve minutes of the Executive Session of the Regular Meeting of the City Council held November 16, 2015. Motion declared carried as approved unanimously under Consent Agenda. Moved by Haugeberg and seconded to approve minutes of the Regular Meeting of the City Council held November 16, 2015. Motion declared carried as approved unanimously under Consent Agenda. Moved by Haugeberg and seconded to concur with Staff recommendation to award bid to Wachs Water Services, Buffalo Grove, Illinois for Leak Detection and Valve Assessment Services in an amount not to exceed $ 18,150 (Budgeted Funds — Water Fund/Professional Services); and further recommend to adopt Resolution R-188-15, A RESOLUTION APPROVING A CONTRACT WITH WACHS VALVE AND HYRANT SERVICES, LLC, DOE LEAK DETECTION AND VALVE ASSESSMENT SERVICES. Motion declared carried as approved unanimously under Consent Agenda. Moved by Haugeberg and seconded to concur with staff recommendation to approve Community Development Block Grant (CDBG) PY 2014 Consolidated Annual Performance and Evaluation Report (CAPER); and further recommend to adopt Resolution R-]94-15, A RESOLUTION APPROVING THE COMMUNITY DEVELOPMENT BLOCK GRNAT PROGRAM CONSOLIDATED ANNUAL PERFORMANCE AND EVALUATION REPORT FOR PROGRAM YEAR 2014. Motion declared carried as approved unanimously under Consent Agenda. Consent Agenda Resolution R-194-15 APPROVE CHANGE ORDER #1 TO RAUSCH INFRASTRUCTUR: Consent Agenda Resolution R-196-15 NEW CLASS F LIQ. LIC./ 967 ELMHURST RD.: Consent Agenda Ordinance M-42-15 2015 PROPERTY TX LEVY ORDINANCE: Consent Agenda Ordinance M-43-15 COMMISSION APPOINTMENTS: Consent Agenda Page 4 of 7 12/7/15 Moved by Haugeberg and seconded to concur with Staff recommendation to approve Change Order #1 with Rausch Infrastructure, LLC, Chicago, Illinois in the amount of $24,024.72 for the 2015 Bridge and Levee 50 Repairs Project (Source of Funding — Capital Projects Fund); and further recommend to adopt Resolution R-196-15, A RESOLUTION AUTHORIZING AN ADDITIONAL EXPENDITURE UNDER THE CONTRACT WITH RAUSCH INFRASTRUCTURE, LLC. FOR REPAIRS TO THE ALGONQUIN ROAD AND WASHINGTON STREET BRIDGES AND THE LEVEE 50 FLOOD WALL. Motion declared carried as approved unanimously under Consent Agenda. Moved by Haugeberg and seconded to adopt Ordinance M-42-15; AN ORDINANCE AMENDING SECTION 1, "FEE SCHEDULE," OF CHAPTER 18, "SCHEDULE OF FEES;," OF TITLE 4, "BUSINESS REGULATINS," OF THE CITY CODE TO ADD ONE CLASS F LIQUOR LICENSE. Motion declared carried as approved unanimously under Consent Agenda. Moved by Haugeberg and seconded to adopt Ordinance M-43-15; AN ORDINANCE LEVYING TAXES FOR THE CITY OF DES PLAINES, COOK COUNTY, ILLINOIS FOR THE FISCAL YEAR BEGINNING JANUARY 1, 2016 AND ENDING DECEMBER 31, 2016. Motion declared carried as approved unanimously under Consent Agenda. Moved by Haugeberg and seconded to approve Commission Appointments to the Consolidated Planning & Zoning Board: James Szabo, Richard Schell, and Paul Saletnik - Terms to Expire April 30, 2019 Thomas Green and Richard Hofherr _ Terms to Expire April 30, 2018 Joseph Yi and Joseph Catalano -- Terms to Expire April 30, 2017 Motion declared carried as approved unanimously under Consent Agenda. MAYOR BOGUSZ DECLARED THAT THE CITY COUNCIL WAS NOW RESOLVED INTO A COMMITTEE OF THE WHOLE WARRANT REGISTER: MAJOR VARIATION/ ACCESSORY STRUCTURE/ 1506-1518 MARKET ST.: ORDINANCE M-45-15 TRANSFER PROPERTY FROM ROSEMONT PARK DISTRICT VIDEO PRESENTATION/ FIRE DEPT. COMMUNITY SAFETY AWARENESS: Page 5 of 7 12/7/15 FINANCE & ADMINISTRATION — Alderman Smith, Chair Moved by Haugeberg and seconded to recommend to the City Council approval of the December 7, 2015 — Warrant Register, in the total amount of $11,696,367.06; and further recommend that Resolution R-197-15 be adopted at appropriate time this evening. Motion declared carried. Motion by Alderman Brookman and seconded to vote separately on line item #194, R&M Vehicles, $550 for installation of new city logos on 22 city vehicles and line item #195, R&M Vehicles, $1325 for installation of new city logos on 53 city vehicles from the Warrant Register. Upon roll call, the vote was: AYES: 7 -Rodd, Sayad, Brookman Chester, Smith, Haugeberg, Robinson NAYS: 1 -Ch arewi cz ABSENT: 0 -None Moved by Alderman Smith and seconded to approve line item #194, R&M Vehicles for $550 and line item #195, R&M Vehicles for $1325. Motion declared carried. COMMUNITY DEVELOPMENT — Alderman Charewicz, Chair Director of Community and Economic Development Sakas informed the City Council that City staff met with the property representatives of 1506-1518 Market St. and developed alternatives that enclose all dumpsters and maintain traffic flow. The modifications do not require a variance. The property owners withdrew their application for a zoning variance. Director of Community and Economic Development Sakas reviewed his Memorandum of November 24, 2015. The Rosemont Park District owns a parcel of property within the Des Plaines City limits located at the northeast corner of Higgins Road and Orchard Place. The undeveloped parcel is approximately 3.6 acres and within the City's TIF7. The Park District has offered the City the property, with the exception of the billboard parcel, for a purchase price of $600.000. The transfer of property is pursuant to the Local Government Property Transfer Act. Moved by Haugeberg and seconded to recommend to the City Council approval of Ordinance M-45-1. Motion declared carried. PUBLIC SAFETY COMMITTEE — Alderman Sayad, Chair The City's Media Services Office produced a "Des Plaines at Your Service" video about the Fire Department. Alderman Sayad presented the video presentation. Police Chief Kushner informed the City Council that the officers are trained to respond to any circumstance. The Police and Fire Department work together and train. The partnership with the residents is very important. Residents should not hesitate to call either the Police or Fire department. The City has a great working relationship with surrounding Communities and agencies and is prepared for a UNFINISHED BUSINESS: ORDINANCE Z-35-15 PUD AND FINAL SUBDIVISION PLAT/ 300 WESTERN AVE.: NEW BUSINESS: WARRANT REGISTER: Resolution. R-197-15 ORDINANCE_ M-45-15 TRANSFER PROPERTY FROM ROSEMONT PARK DISTRICT Page 6 of 7 12/7/15 major instance. Also ILEAS for extra cars and NIPAS. Police Chief Kushner will bring attention to the issue if any new equipment is needed. MAYOR BOGUSZ ASSUMED THE CHAIR AND DECLARED THE CITY COUNCIL BACK IN SESSION. Moved by Charewicz and seconded to adopt Ordinance Z-35-15, AN ORDINANCE APPROVING A FINAL PLAT OF PLANNED UNIT DEVELOPMENT WITH PERMITTED EXCEPTIONS AND A FINAL PLAT OF SUBDIVISION FOR THE PROPERTY LOCATED AT 300 WESTERN AVENUE, DES PLAINES, ILLINOIS (CASE #15 -007 -PUD -SUB). Upon roll call, the vote was: AYES: 6-Sayad, Brookman, Chester, Smith, Charewicz, Rodd NAYS: 2-Haugeberg, Robinson ABSENT: 0 -None Motion declared carried. Moved by Smith and seconded to concur with recommendation of Committee of the Whole to adopt Resolution R-197-15, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF DES PLAINES THAT THE FOLLOWING BILLS ARE DUE AND PAYABLE AND THAT THE MAYOR AND CITY CLERK BE AND ARE HEREBY AUTHORIZED TO MAKE PAYMENT FOR SAME. Total: $11,696,813.63. Upon roll call, the vote was: AYES: 8-Haugeberg, Robinson, Rodd, Sayad, Brookman, Chester, Smith, Charewicz NAYS: 0 -None ABSENT: 0 -None Alderman Sayad stated he is in opposition to approving payment for line item 194 and 195 to R&M Vehicles. Motion declared carried. Moved by Charewicz and seconded to concur with recommendation of Committee of the Whole to adopt Resolution M-45-15, AN ORDINANCE REQUESTING THE TRANSER OF REAL PROPERTY FROM THE ROSEMONT PARK DISTRICT TO THE CITY OF DES PLAINES PURSUANT TO THE LOCAL GOVERNMENT PROPERTY TRANSFER ACT. Upon roll call, the vote was: AYES: 8-Haugeberg, Robinson, Rodd, Sayad, Brookman, Chester, Smith, Charewicz NAYS: 0 -None ABSENT: 0 -None Motion declared carried. Page 7 of 7 12 /7/15 ADJOURNMENT: Moved by Chester and seconded that the regular meeting of the City Council adjourn. Motion declared carried. Meeting adjourned at 9:32 p.m. Laura Fast — DEPUTY CITY CLERK APPROVED BY ME THIS DAY OF , 2015 Matthew J. Bogusz, MAYOR CALL TO ORDER: ROLL CALL: CONSENT AGENDA #3 MINUTES OF THE REGULAR MEETING OF THE CITY COUNCIL OF THE CITY OF DES PLAINES, ILLINOIS HELD IN THE ELEANOR ROHRBACH MEMORIAL COUNCIL CHAMBERS, DES PLAINES CIVIC CENTER, MONDAY, DECEMBER 21, 2015 The regular meeting of the City Council of the City of Des Plaines, Illinois, was called to order by Mayor Bogusz at 6:00 p.m. in the Eleanor Rohrbach Memorial Council Chambers, Des Plaines Civic Center on Monday, December 21, 2015. Roll call indicated the following Aldermen present: Haugeberg, Robinson, Rodd, Sayad, Chester, Smith and Charewicz. A quorum was present. Alderman Brookman was absent. Also present were: City Manager Bartholomew, Assistant City Manager/Director of Finance Wisniewski, Director of Community and Economic Development Sakas, Fire Chief Wax, Police Chief Kushner, Director of Public Works and Engineering Oakley, and General Counsel Friedman. EXECUTIVE SESSION: PRAYER AND PLEDGE: PRESENTATION: CITIZEN PART.: Moved by Sayad and seconded to go into Closed Session to discuss Setting a Price for the Sale or Lease of Property, Purchase of Property and Review of Closed Session Minutes. Upon roll call, the vote was: AYES: 7-Haugeberg, Robinson, Rodd, Sayad, Chester, Smith, Charewicz NAYS: 0 -None ABSENT: 1 -Brookman Motion declared carried. The City Council recessed at 6:01 p.m. Alderman Brookman arrived at 6:03 p.m. The City Council reconvened at 7:08 p.m. Roll call indicated the following Aldermen present: Haugeberg, Robinson, Rodd, Sayad, Brookman, Chester, Smith and Charewicz. A quorum was present. The opening prayer was given by Cathy Seng ofthe Des Plaines Baha'i, followed by the Pledge of Allegiance to the Flag of the United States of America. State Senator Matt Murphy (27th District) addressed the City Council regarding the state of legislation and the legislators and answered questions from the Aldermen. Resident Mike Lake addressed the City Council reporting on recent Veterans events and submitted a DVD of the November 11 Veterans Day program for broadcasting on Channel 17. CITIZEN PART.: (Cont'd) CITY CLERK ANNOUNCEMENTS: CONSENT AGENDA: APPROVE PROMOTIONAL TESTING EXPENDITURES/ POLICE DEPT.: Consent Agenda Resolution R-198-15 APPROVE CDBG PY 2015 SUB - RECIPIENTS AGR.'S: Consent Agenda Resolution R-195-15 Page 2 of 6 12/21/15 Resident Wayne Serbin addressed the City Council commenting on snow removal and gave suggestions for keeping corners and PACE bus stops clear of snow. Resident John Imreibe addressed the City Council commenting on business development in the area of his business, the Royal Touch Car Wash, located on Mannheim Road. City Clerk Ludwig announced that City Hall will be closed on Friday, December 25, 2015 in observance of Christmas Day and Friday, December 31, 2015 in observance of New Year's Day. Motion by Sayad and seconded to establish the Consent Agenda. Motion declared carried. Motion by Chester and seconded to approve the Consent Agenda. Upon roll call, the vote was: AYES: 8-Haugeberg, Robinson, Rodd, Sayad, Brookman, Chester, Smith, Charewicz NAYS: 0 -None ABSENT: 0 -None Motion declared carried. Staff recommendations and requests were approved; Resolutions R-195-15, R- 198-15, R-199-15, R-200-15, R-201-15 and R-203-15 were adopted; and Ordinance M-45-15 was adopted. Moved by Chester and seconded to concur with Staff recommendation to approve Promotional Testing Expenditures in order to establish a List for the Rank of Sergeant within the Police Department to be provided by Industrial Organizational Solutions, Inc., 1127 S. Mannheim Road, Westchester, IL at a Cost of $21,950.00 (Budgeted Funds — Fire & Police Commission/Promotional Exams); and further recommend to adopt Resolution R-198-15, A RESOLUTION APPROVING AND RATIFYING THE PURCHASE OF POLICE PERSONNEL PROMOTIONAL TESTING SERVICES FROM INDUSTRIAL ORGANIZATIONAL SOLUTIONS, INC. Motion declared carried as approved unanimously under Consent Agenda. Moved by Chester and seconded to concur with Staff recommendation to approve Community Development Block Grant (CDBG) Program Year 2015 Sub - Recipient Agreements; and further recommend to adopt Resolution R-195-15, A RESOLUTION AUTHORIZING THE EXECUTION OF AGREEMENTS WITH SUBRECIPIENTS OF COMMUNITY DEVELOPMENT BLOCK GRANT FUNDS. Motion declared carried as approved unanimously under Consent Agenda. APPROVE INTER- GOVERNMENTAL AGR./IDOT — MAINTAIN STREETS: Consent Agenda Resolution R-199-15 APPROVE INTER- GOVERNMENTAL AGR./ONCC: Consent Agenda Resolution R-200-15 APPROVE CHANGE ORDER/ ADD'L REPAIRS — CITY HALL: Consent Agenda Resolution R-201-15 APPROVE MULTI-YEAR AGR./ WATER METER READING SVCS.: Consent Agenda Resolution R-203-15 ORDINANCE M-45-15 TRANSFER REAL PROPERTY/ HIGGINS/ Page 3 of 6 12/21/15 Moved by Chester and seconded to concur with Staff recommendation to approve Intergovernmental Agreement between the City of Des Plaines and the Illinois Department of Transportation (IDOT) for the Maintenance of Municipal Streets for a 10 -Year Term; and further recommend to adopt Resolution R-199-15, A RESOLUTION APPROVING AN INTERGOVERNMENTAL AGREEMENT WITH THE ILLINOIS DEPARTMENT OF TRANSPORTATION FOR THE MAINTENANCE OF STATE HIGHWAYS LOCATED WITHIN THE CITY. Motion declared carried as approved unanimously under Consent Agenda. Moved by Chester and seconded to concur with Staff recommendation to approve Intergovernmental Agreement between the City of Des Plaines and the O'Hare Noise Compatibility Commission (ONCC) through December 31, 2020; and further recommend to adopt Resolution R-200-15, A RESOLUTION AUTHORIZING THE EXECUTION OF AN INTERGOVERNMENTAL AGREEMENT EXTENDING THE TERM OF THE O'HARE NOISE COMPATIBILITY COMMISSION. Motion declared carried as approved unanimously under Consent Agenda. Moved by Chester and seconded to concur with Staff recommendation to approve Change Order for Additional Masonry Repairs to City Hall with A-1 Roofing Company, 1425 Chase Avenue, Elk Grove Village, Illinois in the amount of $55,647 (Funding source — Facilities & Grounds Maintenance); and further recommend to adopt Resolution R-201-15, A RESOLUTION APPROVING AND AUTHORIZING CHANGE ORDER NO. 1 UNDER THE CONTRACT WITH A-1 ROOFING COMPANY, INC., FOR ROOF AND MASONRY WORK AT CITY HALL. Motion declared carried as approved unanimously under Consent Agenda. Moved by Chester and seconded to concur with Staff recommendation to approve Multi -Year Agreement for Contractual Meter Reading Services with Rickman Contract Services, Inc., 608 Ninth Avenue, La Grange, Illinois in an amount not - to -exceed $85,000.00 (Budgeted Funds — Water/Administrative Services); and further recommend to adopt Resolution R-203-15, A RESOLUTION APPROVING AN AGREEMENT WITH RICKMAN CONTRACT SERVICES, INC., FOR WATER METER READING SERVICES. Motion declared carried as approved unanimously under Consent Agenda. General Counsel Friedman noted a scrivener's error and that the effective date of the agreement should be December 12, 2015. Moved by Chester and seconded to adopt Ordinance M-45-15, AN ORDINANCE REQUESTING THE TRANSFER OF REAL PROPERTY FROM THE ROSEMONT PARK DISTRICT TO THE CITY OF DES ORCHARD PLACE: Consent Agenda WARRANT REGISTER: BUSINESS ASSISTANCE INTERIOR BUILD -OUT APPL./ 1108 LEE ST.: NEW BUSINESS: WARRANT REGISTER: Resolution R-202-15 Page 4 of 6 12/21/15 PLAINES PURSUANT TO THE LOCAL GOVERNMENT PROPERTY TRANSFER ACT. Motion declared carried as approved unanimously under Consent Agenda. MAYOR BOGUSZ DECLARED THAT THE CITY COUNCIL WAS NOW RESOLVED INTO A COMMITTEE OF THE WHOLE FINANCE & ADMINISTRATION — Alderman Smith, Chair Alderman Sayad stated that he objects to paying invoices from Holland & Knight because we could get them cheaper by an outside or in house service. Moved by Haugeberg and seconded to recommend to the City Council approval of the December 21, 2015 — Warrant Register, in the total amount of $3,580,879.22; and further recommend that Resolution R-202-15 be adopted at appropriate time this evening. Motion declared carried. COMMUNITY DEVELOPMENT — Alderman Charewicz, Chair Director of Community and Economic Development Sakas reviewed the Memorandum dated December 21, 2015 from Economic Development Coordinator Pruss regarding a Business Assistance Program approval for an Interior Build -Out application by Le's Nail and Spa, Inc., 1108 Lee Street in the amount of $15,000.00. Moved by Rodd and seconded to recommend to the City Council approval of Resolution R-204-15 at appropriate time this evening. Motion declared carried. MAYOR BOGUSZ ASSUMED THE CHAIR AND DECLARED THE CITY COUNCIL BACK IN SESSION. Alderman Sayad stated that he objects to paying invoices from Holland & Knight because we could get them cheaper by an outside or in house service. Moved by Smith and seconded to concur with recommendation of Committee of the Whole to adopt Resolution R-202-15, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF DES PLAINES THAT THE FOLLOWING BILLS ARE DUE AND PAYABLE AND THAT THE MAYOR AND CITY CLERK BE AND ARE HEREBY AUTHORIZED TO MAKE PAYMENT FOR SAME. Total: $3,580,879.22. Upon roll call, the vote was: AYES: 8-Haugeberg, Robinson, Rodd, Sayad, Brookman, Chester, Smith, Charewicz NAYS: 0 -None BUSINESS ASSISTANCE INTERIOR BUILD -OUT APPL./ 1108 LEE ST.: Resolution R-204-15 DISCUSSION/ AD-HOC COMMITTEE/ CITY BRANDING AND MARKETING: APPROVE RESOLUTION/ ADVISORY PUBLIC QUESTION CITY'S LOGO AND TAGLINE: Resolution R-205-15 APPROVE RESOLUTION/ EXPENDITURES FOR USE OF CITY'S LOGO AND TAGLINE: Resolution R-206-15 Page 5 of 6 12/21/15 ABSENT: 0 -None Motion declared carried. Moved by Charewicz and seconded to concur with recommendation of Committee of the Whole to adopt Resolution R-204-15, A RESOLUTION APPROVING A BUSINESS ASSISTANCE PROGRAM INTERIOR BUILD- OUT PROGRAM GRANT FOR WORK AT 1108 LEE STREET. Upon roll call, the vote was: AYES: 8-Haugeberg, Robinson, Rodd, Sayad, Brookman, Chester, Smith, Charewicz NAYS: 0 -None ABSENT: 0 -None Motion declared carried. Mayor Bogusz announced that he is convening a group of residents to study and make recommendations to the City regarding the City's rebranding and marketing efforts. This Ad Hoc Committee on Branding and Marketing will review the City's branding and marketing information provided in the North Star reports and deliver recommendations to the Mayor and City Council. Discussion was held. Residents Scott Suchta, Wayne Serbin and Zachery Stellberg addressed the City Council commenting on various aspects of the rebranding and marketing efforts. Moved by Chester and seconded to adopt Resolution R-205-15, A RESOLUTION INITIATING THE SUBMISSION OF AN ADVISORY PUBLIC QUESTION REGARDING THE CITY'S LOGO AND TAGLINE. Upon roll call, the vote was: AYES: 4-Haugeberg, Sayad, Brookman, Chester NAYS: 5 -Robinson, Rodd, Smith, Charewicz, Bogusz ABSENT: 0 -None Motion declared failed. Discussion was held. The City Council directed staff to remove the second paragraph from the Resolution which reads as follows: "WHEREAS, on December 21, 2015, the City Council adopted Resolution R-205-15, initiating the submission of an advisory public question to be placed on the ballot of the March 15, 2016 election to be considered by the voters of the City regarding the Logo and Tagline ("Advisory Question"); and" Page 6 of 6 12/21/15 Moved by Chester and seconded to adopt Resolution R-206-15, A RESOLUTION REGARDING EXPENDITURES FOR USE OF THE CITY'S LOGO AND TAGLINE, AS AMENDED. Upon roll call, the vote was: R-206-15 (Cont'd) AYES: 5-Haugeberg, Robinson, Sayad, Brookman, Chester NAYS: 3 -Rodd, Smith, Charewicz ABSENT: 0 -None Motion declared carried. ADJOURNMENT: Moved by Chester and seconded that the regular meeting of the City Council adjourn. Motion declared carried. Meeting adjourned at 9:36 p.m. Gloria J. Ludwig, MMC — CITY CLERK APPROVED BY ME THIS DAY OF , 2016 Matthew J. Bogusz, MAYOR 41.D1, ES PL&[NES CONSENT AGENDA #4 & 4A. INFORMATION TECHNOLOGY DEPARTMENT 1420 Miner Street Des Plaines, IL 60016 P: 847.391.5300 desplaines.org MEMORANDUM Date: December 14, 2015 To: Michael G. Bartholomew, City Manager From: Romeo Sora, Director Information Technology William Kushner, Chief of Police Subject: Security Camera System and Accessories Issue: For the City Council to approve the Security Camera System and Accessories bid by Precision Control Systems of Chicago, Inc. to furnish and install a Panasonic Internet Protocol (IP) video camera system. Analysis: The City of Des Plaines presently has a video camera system that utilizes outdated analog technology, and does not provide full video coverage of the Police Department, City Hall, the City's downtown train station, and Levee 50. The City is looking to implement a new security camera system that uses IP based technology with increased video storage capacity, and a total of seventy six new IP based cameras. On October 30, 2015, the City issued a Request for Bid in order to solicit qualified vendors to replace the City's existing analog video camera system with a Panasonic IP video camera system. A total of six bids were received on November 24, 2015. The lowest bid received was by Active Campus LLC, however they did not meet the City's requirement to only bid Panasonic products. Instead, Active Campus LLC bid Advidia products, which did not meet the City's bid specification / requirements, and were eliminated. The next lowest bid was submitted by Precision Control Systems of Chicago, Inc. Recommendation: The City of Des Plaines Chief of Police and the Information Technology Director both recommend that the City Council approve the Resolution for Precision Control Systems of Chicago, Inc., located at 1980 University Lane, Lisle, IL 60532, to furnish and install the Panasonic security camera system and accessories for an amount not to exceed $98,313.40. The purchase will be funded as follows, $50,000 from the budgeted IT Replacement, Computer Hardware Account (420-00-000-0000-8005) and $48,313.40 from the Police Department Asset Forfeiture Fund (260-00-000-2610-8005). Attachments: Attachment 1 - Security Camera System and Accessories Bid Tabulation Resolution — R-1-16 Exhibit A — Security Camera System and Accessories Invitation To Bid and Contract Page 1 of 28 INVITATION TO BID AND CONTRACT w iT0 0 In 2 LEE u i u N o N sZ E5 2 ¢ C m O ° j u GZ 0 Z V °a ,wn m 'n O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0. 0 0o Q U] a k0 01 a Ln N a1 ✓1 a1 CO . . m m m CO m CO W _ ° 1/1' [+1 V V ni V ,Zi n' V a .mi .mi 06 .,4 N N N E m 00000000000005 0 0 0 0 u o 0 0 0 0 0 0 0 0 0 o O m 0 0 0 0 V .?.'.C. 0 0 0 0 C. 0 0 0 0 0 o ni 0 0 0 C. _ O O O O O O O O O O O O m O O O 0n V a a GI rn a a1 a 01 01 01 Ch Ch N m m m m v .i CO Ln c To o , 0_ E E 8 s � Z 2 l6 N 0 u Attachment 1 m U1 U1 U1 m m m U1 U1 U1 m m m U1 U1 U1 m m m 2 m H 1,1 .i N a m EEC EC C C O O O O O O O 0 0 0 0 0• 0 0 N N N N 0 0 0 0 0 0 0 0 0 0 0 O ✓1 O O O ✓1 a rn a a a a a1 rn rn a a z ,co 01 vl a1 . CO 01 3 33 3 3 3 3 3 0 C 0 C 0 C 0 C 0 C 0 C 0C O N N l6 l6 lO N N C C C C C C C C a a a a a a a a E E E E u u u u Panasonic 5W458 Panasonic 5W 559 46" inch Television Monitor O W O_ 0 v O O E F O z o U m � • a F a m 0 E O O E E E O E u u m O �A C C O O N n if 2 � m Page 2 of 28 - Ln 0 V N O N m A F E E a u w 0. -a 6 a Q 7 F v .- a 7 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 NCO O O DD o a 0 0 0 D o h C0 m o a o O✓a0.O DOCOOCONONN a1 O CON m N O m O O tO N m 01 ..O O . Nnl a a a .-i M M vi CO N h 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 od cd o 0 od 0 od 0 0 0 0 0 ai n1 0'4 . 01 O . O .n o O O rn O m m m CO m DO m m CO CO DO W [n O W .i ri r' CO N 0 0 IDQ S IO V V a m - i- No Ineligible Camera Brand V co 3 Q' E m V A Z Q 1-° F w '- a 7 6o a 0 0 a 0 N un 0 Ln 0 DO h 0 Ln m 0 6 Un 0 N m 0 0 0 060 0 01 0 h m 0 �➢ V ID N a N (0 01 N 01 Cd O a1 O m h 0 m n m �n h O a �n �n .n m0) h 0)0 DD N O N O h h Ln N 0 In CO O M nl r0 -M T nl N ..0..,i N O6. a a ✓1 ko a N . ✓1 N ✓1 . N T ✓1 m 0 0 0,7 o. o 0 Ln O o N 01 n N N a s of a a N of of T N T of h h n Ln m h m h Ln m Ln N m 01 h N N h T➢ N. N h T➢ h h. m LnCO N N pl In a, W w V V -0 m m 8 -ON Q F OF CU .- d 7 6 m N 0 m 1/1 T CO 0 ✓1 m N Ln O T➢ .o O N T 00 m a O m a h m N h 00 CO N O h 6 0 0 0 a1 6 a1 al N N 0al h 0 0 6➢ (0 a n d- a a N. a at to m h o rl a N a m .i m 0 Ln m 1/1 N h Ln m h CO a Ln Ln a O N O ui m m m m N N ui V .-1.'N •; r-.: 00' CO m m CO m m m CO CO ✓1 h m 10 6 6 0 NU N 01 m N 01 0 a1 CO N h D] O N CON ID -1 ui o 01 01 o W o 01 01 01 V Da V 6n rci 01 6 a. O a o a. O at CO O N l a s m CO n n m h m nnm m h CO Ln Cr O N .i. -I.' N , .hi n al' I\ n m .. 0 -p m M O F Yes E m }0 co O O 0 C= O O _ 01 s IL V Q 1- d _ 7 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 .n 0 .n 0 0 0 0 0 D a 6 ai 0 vi ai ui N vi m 0 m 0 Cd (e. 0 o N O a N a N O a 0 0 h N m 0 h m Io m N CO n5 00 00 CO CO CO Io 0 N a un 01 h a r r ni O ,..6.• .-i ni N N 01 a m 0000000000000 O O O O ✓1 O O O O ✓1 O ✓1 '/1 O O O O T m m T T T m T CO Cd N N O ,O N to N O ,O O O . O h m m CO h m h m CO h CO CO h Do ✓1 Cn m V 0 o cn I0 CI) V 0 .6 m III 0 I- E E 8 s � Z 2 l6 N 0 u Attachment 1 m U1 U1 U1 m m m U1 U1 U1 m m m U1 U1 U1 m m m 2 m H 1,1 .i N a m EEC EC C C O O O O O O O 0 0 0 0 0• 0 0 N N N N 0 0 0 0 0 0 0 0 0 0 0 O ✓1 O O O ✓1 a rn a a a a a1 rn rn a a z ,co 01 vl a1 . CO 01 3 33 3 3 3 3 3 0 C 0 C 0 C 0 C 0 C 0 C 0C O N N l6 l6 lO N N C C C C C C C C a a a a a a a a E E E E u u u u Panasonic 5W458 Panasonic 5W 559 46" inch Television Monitor O W O_ 0 v O O E F O z o U m � • a F a m 0 E O O E E E O E u u m O �A C C O O N n if 2 � m Page 2 of 28 CITY OF DES PLAINES RESOLUTION R - 1 - 16 A RESOLUTION APPROVING A CONTRACT WITH PRECISION CONTROL SYSTEMS OF CHICAGO, INC., FOR THE PURCHASE AND INSTALLATION OF A SECURITY CAMERA SYSTEM AT VARIOUS LOCATIONS WITHIN THE CITY WHEREAS, Article VII, Section 10 of the 1970 Illinois Constitution authorizes the City to contract with individuals, associations, and corporations in any manner not prohibited by law or ordinance; and WHEREAS, the City has appropriated funds in the Computer Hardware Account for use by the Information Technology Department during the 2016 fiscal year for the purchase and installation of a new security video camera system at multiple locations within the City, including the Police Department building, City Hall, the City's downtown train station, and Levee 50 ("Video Camera System"); and WHEREAS, pursuant to Chapter 10 of Title 1 of the City of Des Plaines City Code and the City purchasing policy, the City solicited bids for the procurement of the Video Camera System; and WHEREAS, the City received six bids, which were opened on November 24, 2015; and WHEREAS, Active Campus, LLC, submitted the low -price bid to furnish and install the Video Camera System, but the City Council has determined that this bid did not comply with the specifications set forth in, and therefore was not responsive to, the City's bid solicitation; and WHEREAS, Precision Control Systems of Chicago, Inc. ("Contractor"), submitted the lowest responsive and responsible bid for the Video Camera System in the not -to -exceed amount of $98,313.40; and WHEREAS, the City desires to enter into a contract with Contractor for the purchase and installation of the Video Camera System in the not -to -exceed amount of $98,313.40 ("Contract"); and WHEREAS, the City Council has determined that it is in the best interest of the City to enter into the Contract with the Contractor; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Des Plaines, Cook County, Illinois, in the exercise of its home rule powers, as follows: SECTION 1: RECITALS. The foregoing recitals are incorporated into, and made a part of, this Resolution as findings of the City Council. Page 3 of 28 SECTION 2: APPROVAL OF CONTRACT. The City Council hereby approves the Contract in substantially the form attached to this Resolution as Exhibit A, and in a final form approved by the General Counsel. SECTION 3: AUTHORIZATION TO EXECUTE CONTRACT. The City Council hereby authorizes and directs the City Manager and the City Clerk to execute and seal, on behalf of the City, the final Contract. SECTION 4: EFFECTIVE DATE. This Resolution shall be in full force and effect from and after its passage and approval according to law. PASSED this day of , 2016. APPROVED this day of , 2016. VOTE: AYES NAYS ABSENT MAYOR ATTEST: Approved as to form: CITY CLERK Peter M. Friedman, General Counsel DP -Resolution Approving Agreement with Precision Control Inc for Security Cameras #38138398_v2 2 Page 4 of 28 CITY OF DES PLAINES INVITATION TO BID ("ITB") AND CONTRACT SECURITY CAMERA SYSTEM AND ACCESSORIES ISSUED: OCTOBER 2015 Exhibit A Page 5 of 28 OWNER: City of Des Plaines 1420 Miner Street Des Plaines, Illinois 60016 Owner will receive sealed proposals for the Work generally described as follows: Security Camera System and Accessories. TO BE SUBMITTED TO: City of Des Plaines, 1420 Miner Street, Des Plaines, Illinois 60016 Attention: City Clerk, before NOVEMBER 24, 2015 c 10:00 AM CST. INSTRUCTION TO BIDDERS addenda will be incorporated into every bidder's contract proposal. References Each bidder shall provide a list containing the contact person, telephone number, and email address of no fewer than three client references for whom the bidder has completed similar projects over the past two years. Delivery of Proposals Each proposal shall include both one hard copy and one electronic copy (PDF format) on a CD, DVD, or USB Flash Drive and shall be submitted in a sealed envelope plainly marked with the title of the contract and bidder's full legal name and shall be addressed and delivered to the place and before the time set forth above. Contract proposals may be delivered by mail or in person. Contract proposals received after the time specified above will be returned unopened. Opening of Contract Proposals Contract proposals will be publicly opened and read at the time and place specified above. Bidders, their authorized agents, and interested parties are invited to be present. Withdrawal of Contract Proposals No bid package shall be withdrawn for a period of 45 days after the opening of any bid. Resection of Contract Proposals Bids that are not submitted on the Contract form or that are not prepared in accordance with these Instructions to Bidders may be rejected. If not rejected, Owner may demand correction of any deficiency and accept the deficiently prepared proposal upon compliance with these Instructions to Bidders. Acceptance of Contract Proposals Bids submitted are offers only and the decision to accept or reject is a function of quality, reliability, capability, reputation, and expertise of the bidders. Owner may accept the bid that is, in its judgment, the best and most favorable to the interests of Owner and to the public; reject the low price bid; accept any item of any bid; reject any and all bids; or waive irregularities and informalities in any bid package submitted or in the invitation to bid process. The waiver of any prior defect or informality shall not be considered a waiver of any future or similar defect or informality. Bidders should not rely on, or anticipate, any waivers in submitting their contract proposals. On acceptance of the successful Bidder's bid package by Owner, the successful Bidder's bid, together with Owner's notification of acceptance, shall become the Contract for the Work. Mandatory Pre -Bid Conference A mandatory Pre -Bid Meeting is scheduled for NOVEMBER 13, 2015 at 10:00 A.M. CST. in Room 101 at Des Plaines City Hall, 1420 Miner Street, Des Plaines to review the scope of the Work and the project specifications. Failure to attend this mandatory meeting will disqualify the bidder. Inspection and Examination Each bidder shall, before submitting its bid proposal and contract, carefully examine the Contract form attached to this Invitation to Bid (known as "ITB"). Each bidder also shall inspect in detail the Work Site described in the Contract form and the surrounding area and shall familiarize itself with all conditions under which the Work is to be performed; with the obstacles, unusual conditions, or difficulties that may be encountered, whether or not referred to in the Contract; and with all other relevant matters concerning the Work Site and the surrounding area, including subsurface, underground, and other concealed conditions. The bidder whose contract proposal is accepted will be responsible for all errors in its contract proposal, including those resulting from its failure or neglect to make a thorough examination and investigation of the Contract form or the conditions of the Work Site and the surrounding area. Preparation of Contract Proposals All contract proposals for the Work shall be made only on the Contract form attached to this Invitation to Bid and shall be complete with a price for each and every item named in the Schedule of Prices section of the Contract form. The unit price items and unit prices set forth in the Schedule of Prices shall be the only prices under any contract proposal. All contract proposals must be dated on Page 5 of the Contract form and must be signed by an authorized official. All contract proposals shall be accompanied by a cashier's or certified check, or bid bond in form and from a surety satisfactory to Owner, in amount equal to at least 5 percent of the Total Contract Price named in the Schedule of Prices section of the Contract form. Proposals that contain omissions, erasures, alterations, or additions not called for, conditional or alternate bids unless called for, or that contain irregularities of any kind may be rejected. Clarifications Owner reserves the right to make clarifications, corrections, or changes in this ITB at any time prior to the time bids are opened. All bidders or prospective bidders will be informed of said clarifications, corrections, or changes. If any prospective bidder has questions about this ITB, bidder may submit inquiries via email to finance_purchasing@desplaines.org. All inquiries must be in writing and received no later than NOVERMBER 17, 2015 at 5:00 P.M. CST. Inquiries will be addressed in a published addendum. All bidders are responsible for monitoring the City's website, obtaining and acknowledging any and all addenda issued by the City in connection with this ITB, and attaching all such addenda to their contract proposal, which DATED: By: November, 2, 2015 Joe Catalano, Financial Analyst, Purchasing City of Des Plaines Exhibit A Page 6 of 28 CITY OF DES PLAINES CONTRACT FOR SECURITY CAMERA SYSTEM AND ACCESSORIES Full Name of Bidder ("Bidder") Principal Office Address Local Office Address Contact Person Telephone Number TO: City of Des Plaines ("Owner") 1420 Miner Street Des Plaines, Illinois 60016 Attention: Bidder warrants and represents that Bidder has carefully examined the Work Site(s) described below and their environment and has reviewed and understood all documents included, referred to, or mentioned in this bound set of documents, including all addenda, Exhibit A, Exhibit B and Exhibit C, all of which are securely stapled to the end of this Con tract. I. Work Proposal A. Contract and Work. If this Contract is accepted, Bidder proposes and agrees that Bidder shall, at its sole cost and expense, provide, perform, and complete, in the manner specified and described, and upon the terms and conditions set forth, in this Contract and Owner's written notification of acceptance in the form included in this bound set of documents, all of the following, all of which is herein referred to as the 'Work": i. Labor, Equipment, Materials and Supplies. Provide, perform, and complete, in the manner specified and described in this Contract, all necessary work, labor, services, transportation, equipment, materials, supplies, information, data, and other means and items necessary to remove existing security cameras and related equipment and to furnish and install new security cameras and related equipment, all as described more fully in Exhibit A, titled "SECURITY CAMERA SYSTEM AND ACCESSORIES SPECIFICATIONS AND SCOPE" (the "Scope of Work"), attached hereto and by this reference made a part of this Contract, within the City of Des Plaines City Hall, Police Department, Train Station, and Levee 50 (the "Work Site"); ii. Permits. Procure and furnish all permits, licenses, and other governmental approvals and authorizations necessary in connection therewith; iii. Bonds and Insurance. Procure and furnish all bonds and all insurance certificates specified in this Contract; iv. Taxes. Pay all applicable federal, state, and local taxes; v. Miscellaneous. Do all other things required of Bidder by this Contract; and Exhibit A vi. Quality. Provide, perform, and complete all of the foregoing in a proper and workmanlike manner, consistent with highest standards of professional and construction practices, in full compliance with, and as required by or pursuant, to this Contract, and with the greatest economy, efficiency, and expedition consistent therewith, with only new, undamaged, and first quality equipment, materials, and supplies. B. Performance Standards. If this Contract is accepted, Bidder proposes and agrees that all Work shall be fully provided, performed, and completed in accordance with the Scope of Work and Camera Locations & Equipment List attached hereto and made part of this contract. No provision of any referenced standard, specification, manual or code shall change the duties and responsibilities of Owner or Bidder from those set forth in this Contract. Whenever any equipment, materials, or supplies are specified or described in this Contract by using the name or other identifying feature of a proprietary product or the name or other identifying feature of a particular manufacturer or vendor, the specific item mentioned shall be understood as establishing the type, function, and quality desired. Other manufacturers' or vendors' products may be accepted, provided that the products proposed are equivalent in substance and function to those named as determined by Owner in its sole and absolute discretion. C. Responsibility for Damage or Loss. If this Contract is accepted, Bidder proposes and agrees that Bidder shall be responsible and liable for, and shall promptly and without charge to Owner repair or replace, damage done to, and any loss or injury suffered by, Owner, the Work, the Work Site, or other property or persons as a result of the Work. D. InspectionfTestinq/Reiection. Owner shall have the right to inspect all or any part of the Work and to reject all or any part of the Work that is, in Owner's judgment, defective or damaged or that in any way fails to conform strictly to the requirements of this Contract and Owner, without limiting its other rights or remedies, may require correction or replacement at Bidder's cost, perform or have performed all Work necessary to complete or correct all or any part of the Work that is defective, damaged, or nonconforming and charge Bidder with any excess cost incurred thereby, or cancel all or any part of Page 1 of 22 Page 7 of 28 any order or this Contract. Work so rejected may be returned or held at Bidder's expense and risk. II. Contract Price Proposal If this Contract is accepted, Bidder proposes, and agrees, that Bidder shall take in full payment for all Work and other matters set forth under Section 1 above, including overhead and profit; taxes, contributions, and premiums; and compensation to all subcontractors and suppliers, the compensation set forth below. A. Schedule of Prices. For providing, performing, and completing all Work, the sum of the products resulting from multiplying the actual number of acceptable units of Unit Price Items incorporated into the Work by the Unit Price, all set forth in Exhibit B titled "Schedule of Prices," attached hereto and by this reference made a part of this Contract. TOTAL CONTRACT PRICE: B. Basis for Determining Prices. It is expressly understood and agreed that: i. All prices stated in the Schedule of Prices are firm and shall not be subject to escalation or change; ii. Owner is not subject to state or local sales, use, and excise taxes, that no such taxes are included in the Schedule of Prices, and that all claim or right to claim any additional compensation by reason of the payment of any such tax is hereby waived and released; iii. All other applicable federal, state, and local taxes of every kind and nature applicable to the Work are included in the Schedule of Prices; iv. The approximate quantities set forth in the Schedule of Prices for each Unit Price Item are Owner's estimate only, that Owner reserves the right to increase or decrease such quantities, that payment for each Unit Price Item shall be made only on the actual number of acceptable units of such Unit Price Item installed complete in place in full compliance with this Contract/Proposal, and that all claim or right to dispute or complain of any such estimated quantity, or to assert that there was any misunderstanding in regard to the nature or amount of any Unit Price Item to be provided or performed, is hereby waived and released; and v. Any items of Work not specifically listed or referred to in the Schedule of Prices, or not specifically included for payment under any Unit Price Item, shall be deemed incidental to the Contract Price, shall not be measured for payment, and shall not be paid for separately except as incidental to the Contract Price, including without limitation extraordinary equipment repair, the cost of transportation, packing, cartage, and containers, the cost of preparing schedules and submittals, the cost or rental of small tools or buildings, the cost of utilities and sanitary conveniences, and any portion of the time of Bidder, its superintendents, or its office and engineering staff. C. Time of Payment. It is expressly understood and agreed that all payments shall be made in accordance with the following schedule: Exhibit A The Contractor will submit monthly invoices to the City for completed Work, and the City will make payments of undisputed amounts not less than 45 days after receipt of each invoice. All payments may be subject to deduction or set off by reason of any failure of Bidder to perform under this Contract/Proposal. Each payment shall include Bidder's certification of the value of, and partial or final waivers of lien covering, all Work for which payment is then requested and Bidder's certification that all prior payments have been properly applied to the payment or reimbursement of the costs with respect to which they were paid. III. Contract Time If this Contract is accepted, Bidder proposes and agrees that Bidder shall commence the Work within 10 days after Owner's acceptance of the Contract provided Bidder shall have furnished to Owner all bonds and all insurance certificates specified in this Contract (the "Commencement Date"). If this Contract is accepted, Bidder proposes and agrees that Bidder shall perform the Work diligently and continuously and shall complete the Work within 90 days after the Commencement Date. IV. Financial Assurance A. Bonds. If this Contract is accepted, Bidder proposes and agrees that Bidder shall provide a Performance Bond and a Labor and Material Payment Bond, on forms provided by, or otherwise acceptable to, Owner, from a surety company acceptable to Owner, each in the penal sum of the Contract Price, within 10 days after Owner's acceptance of this Contract. B. Insurance. If this Contract is accepted, Bidder proposes and agrees that Bidder shall provide certificates of insurance evidencing the minimum insurance coverage and limits set forth below within 10 days after Owner's acceptance of this Contract. Such insurance shall be in form, and from companies, acceptable to Owner and shall name Owner, including its Council members and elected and appointed officials, its officers, employees, agents, attorneys, consultants, and representatives, as an Additional Insured. The insurance coverage and limits set forth below shall be deemed to be minimum coverage and limits and shall not be construed in any way as a limitation on Bidder's duty to carry adequate insurance or on Bidder's liability for losses or damages under this Contract. The minimum insurance coverage and limits that shall be maintained at all times while providing, performing, or completing the Work are as follows: i. Workers' Compensation and Employer's Liability Limits shall not be less than: Worker's Compensation: Statutory Employer's Liability: $500,000 each accident -injury; $500,000 each employee -disease; $500,000 disease -policy. Such insurance shall evidence that coverage applies to the State of Illinois and provide a waiver of subrogation in favor of Owner. ii. Commercial Motor Vehicle Liability Limits for vehicles owned, non -owned or rented shall not be less than: Page 2 of 22 Page 8 of 28 $1,000,000 Bodily Injury and Property Damage Combined Single Limit iii. Commercial General Liability Limits shall not be less than: $1,000,000 Bodily Injury and Property Damage Combined Single Limit. Coverage is to be written on an "occurrence" basis. Coverage to include: • Premises Operations • Products/Completed Operations • Independent Contractors • Personal Injury (with Employment Exclusion deleted) • Broad Form Property Damage Endorsement • "X," "C," and "U" • Contractual Liability Contractual Liability coverage shall specifically include the indemnification set forth below. iv. Umbrella Liability Limits shall not be less than: $2,000,000 Bodily Injury and Property Damage Combined Single Limit. This Coverage shall apply in excess of the limits stated in 1, 2, and 3 above. C. Indemnification. If this Contract is accepted, Bidder proposes and agrees that Bidder shall indemnify, save harmless, and defend Owner against all damages, liability, claims, losses, and expenses (including attorneys' fees) that may arise, or be alleged to have arisen, out of or in connection with Bidder's performance of, or failure to perform, the Work or any part thereof, or any failure to meet the representations and warranties set forth in Section 6 of this Contract. D. Penalties. If this Contract is accepted, Bidder proposes and agrees that Bidder shall be solely liable for any fines or civil penalties that are imposed by any governmental or quasi -governmental agency or body that may arise, or be alleged to have arisen, out of or in connection with Bidder's performance of, or failure to perform, the Work or any part thereof. V. Firm Contract All prices and other terms stated in this Contract are firm and shall not be subject to withdrawal, escalation, or change provided Owner accepts this Contract within 45 days after the date the bidder's contract proposal is opened. VI. Bidder's Representations and Warranties To induce Owner to accept this Contract, Bidder hereby represents and warrants as follows: A. The Work. The Work, and all of its components, (1) shall be of merchantable quality; (2) shall be free from any latent or patent defects and flaws in workmanship, materials, and design; (3) shall strictly conform to the requirements of this Contract, including without limitation the performance standards set forth in Section 1B of this Exhibit A Contract; and (4) shall be fit, sufficient, and suitable for the purposes expressed in, or reasonably inferred from, this Contract and the warranties expressed herein shall be in addition to any other warranties expressed or implied by law, which are hereby reserved unto Owner. Bidder, promptly and without charge, shall correct any failure to fulfill the above warranty at any time within two years after final payment or such longer period as may be prescribed in the performance standards set forth in Section 1B of this Contract or by law. The above warranty shall be extended automatically to cover all repaired and replacement parts and labor provided or performed under such warranty and Bidder's obligation to correct Work shall be extended for a period of two years from the date of such repair or replacement. The time period established in this Section 6A relates only to the specific obligation of Bidder to correct Work and shall not be construed to establish a period of limitation with respect to other obligations that Bidder has under this Contract. B. Compliance with Laws. The Work, and all of its components, shall be provided, performed, and completed in compliance with, and Bidder agrees to be bound by, all applicable federal, state, and local laws, orders, rules, and regulations, as they may be modified or amended from time to time, including without limitation the Illinois Prevailing Wage Act, 820 ILCS 130/0.01 et seq. and any other prevailing wage laws; any statutes requiring preference to laborers of specified classes; the Illinois Steel Products Procurement Act, 30 ILCS 565/1 et seq.; any statutes prohibiting discrimination because of, or requiring affirmative action based on, race, creed, color, national origin, age, sex, or other prohibited classification; and any statutes regarding safety or the performance of the Work. C. Prevailing Waae Act. This Contract calls for the construction of a "public work," within the meaning of the Illinois Prevailing Wage Act, 820 ILCS 130/0.01 et seq. (the "Act'). A copy of Owner's ordinance ascertaining the prevailing rate of wages, in effect as of the date of this Contract, has been attached as an Appendix to this Contract. If the Illinois Department of Labor revises the prevailing rate of hourly wages to be paid, the revised rate will apply to this Contract. Bidder and any subcontractors rendering services under this Contract must comply with all requirements of the Act, including but not limited to, all wage, notice, and record-keeping duties and certified payrolls. D. Not Barred. Bidder is not barred by lawfrom contracting with Owner or with any other unit of state or local government as a result of (i) a violation of either Section 33E 3 or Section 33E 4 of Article 33 of the Criminal Code of 1961, 720 1 LCS 5/33E-1 et seq.; or (ii) a violation of the USA Patriot Act of 2001, 107 Public Law 56 (October 26, 2001) (the "Patriot Act") or other statutes, orders, rules, and regulations of the United States government and its various executive departments, agencies and offices related to the subject matter of the Patriot Act, including, but not limited to, Executive Order 13224 effective September 24, 2001. Bidder is not acting, directly or indirectly, for or on behalf of any person, group, entity or nation named by the United States Treasury Department as a Specially Designated National and Blocked Person, or for or on behalf of any person, group, entity or nation designated in Presidential Executive Order 13224 as a person who commits, threatens to commit, or supports terrorism; and Bidder is not engaged in this transaction Page 3 of 22 Page 9 of 28 directly or indirectly on behalf of, or facilitating this transaction directly or indirectly on behalf of, any such person, group, entity or nation. E. Qualified. Bidder has the requisite experience, ability, capital, facilities, plant, organization, and staff to enable Bidder to perform the Work successfully and promptly and to commence and complete the Work within the Contract Price and Contract Time set forth above. Bidder warrants and represents that it has met and will meet all required standards set forth in Owner's Responsible Bidder Ordinance M-66-11, section 1-10-2-B of the City Code. VII. Acknowledgements In submitting this Contract, Bidder acknowledges and agrees that: A. Reliance. Owner is relying on all warranties, representations, and statements made by Bidder in this Contract. B. Reservation of Rights. Owner reserves the right to reject any and all proposals, reserves the right to reject the low price proposal, and reserves such other rights as are set forth in the Instructions to Bidders. C. Acceptance. If this Contract is accepted, Bidder shall be bound by each and every term, condition, or provision contained in this Contract and in Owner's written notification of acceptance in the form included in this bound set of documents. D. Remedies. Each of the rights and remedies reserved to Owner in this Contract shall be cumulative and additional to any other or further remedies provided in law or equity or in this Contract. E. Time. Time is of the essence for this Contract and, except where stated otherwise, references in this Contract to days shall be construed to refer to calendar days. F. No Waiver. No examination, inspection, investigation, test, measurement, review, determination, decision, certificate, or approval by Owner, whether before or after Owner's acceptance of this Contract; nor any information or data supplied by Owner, whether before or after Owner's acceptance of this Contract; nor any order by Owner for the payment of money; nor any payment for, or use, possession, or acceptance of, the whole or any Exhibit A part of the Work by Owner; nor any extension of time granted by Owner; nor any delay by Owner in exercising any right under this Contract; nor any other act or omission of Owner shall constitute or be deemed to be an acceptance of any defective, damaged, or nonconforming Work, nor operate to waive or otherwise diminish the effect of any representation or warranty made by Bidder; or of any requirement or provision of this Contract; or of any remedy, power, or right of Owner. G. Severabilitv. The provisions of this Contract/ Proposal shall be interpreted when possible to sustain their legality and enforceability as a whole. In the event any provision of this Contract shall be held invalid, illegal, or unenforceable by a court of competent jurisdiction, in whole or in part, neither the validity of the remaining part of such provision, nor the validity of any other provisions of this Contract shall be in any way affected thereby. H. Amendments. No modification, addition, deletion, revision, alteration, or other change to this Contract shall be effective unless and until such change is reduced to writing and executed and delivered by Owner and Bidder, except that Owner has the right, by written order executed by Owner, to make changes in the Work ("Change Order'). If any Change Order causes an increase or decrease in the amount of the Work, then an equitable adjustment in the Contract Price or Contract Time may be made. No decrease in the amount of the Work caused by any Change Order shall entitle Bidder to make any claim for damages, anticipated profits, or other compensation. I. Assignment. Neither this Contract, nor any interest herein, shall be assigned or subcontracted, in whole or in part, by Bidder except upon the prior written consent of Owner. J. Governing Law. This Contract, and the rights of the parties under this Contract shall be interpreted according to the internal laws, but not the conflict of law rules, of the State of Illinois. Every provision of law required by law to be inserted into this Contract/Proposal shall be deemed to be inserted herein. Page 4 of 22 Page 10 of 28 By submitting this Contract proposal in response to the ITB, Bidder hereby represents, warrants, and certifies that: E Bidder has carefully examined and read the ITB and all related documents in their entirety. ❑ Bidder has attended the mandatory pre-bid meeting. ❑ The person signing the Contract proposal on behalf of Bidder is fully authorized to execute the Contract and bind Bidder to all of the terms and provisions of the Contract. E Bidders has provided a list of client references (see Instructions to Bidder — References). E Bidder has fully completed the entire Contract form, including Exhibit B — Schedule of Prices, including the Total Contract Price. E Bidder has submitted a certified check or bid bond, as required by the Instructions to Bidders (see Instructions to Bidders - Preparation of Contract Proposals) ❑ Bidder has checked the City's website for any addenda issued in connection with this ITB, hereby acknowledges receipt of Addenda Nos. [BIDDERS MUST INSERT ALL ADDENDA NUMBERS], has attached these addenda to Bidder's contract proposal, and acknowledges and agrees that, if Bidder's contract proposal is accepted, these addenda will be incorporated into the Contract and will be binding upon Bidder. E Bidder has included both one hard copy and one electronic copy (PDF format) on a CD, DVD, or USB Flash Drive of its Contract proposal. ❑ Bidder has submitted its Contract proposal in a sealed envelope that bears the full legal name of Bidder and the name of the Contract. Dated: 20 Bidder's Status: ( ) (State) (State) Bidder's Name: Doing Business As (if different): Signature of Bidder or Authorized Agent: Corporation ( ) Partnership ( ) Individual Proprietor (corporate seal) Printed Name: (if corporation) Title/Position: Bidder's Business Address: Bidder's Business Telephone: Date: If a corporation or partnership, list all officers or partners: Facsimile: NAME TITLE ADDRESS Exhibit A Page 5 of 22 Page 11 of 28 ACCEPTANCE The Contract attached hereto and by this reference incorporated herein and made a part hereof is hereby accepted by the order of the City of Des Plaines ("Owner") as of , 20 This Acceptance, together with the Contract attached hereto, constitutes the entire and only agreement between the parties relating to the accomplishment of the Work and the compensation therefor and supersedes and merges any other prior or contemporaneous discussions, agreements, or understandings, whether written or oral, and shall prevail over any contradictory or inconsistent terms or conditions contained in any purchase order, acceptance, acknowledgement, invoice, or other standard form used by the parties in the performance of the Contract. Any such contradictory or inconsistent terms or conditions shall be deemed objected to by Owner without further notice of objection and shall be of no effect nor in any circumstances binding upon Owner unless accepted by Owner in a written document plainly labeled "Amendment to Contract." Acceptance or rejection by Owner of any such contradictory or inconsistent terms or conditions shall not constitute acceptance of any other contradictory or inconsistent terms or conditions. CITY OF DES PLAINES Signature: Printed name: Title: Exhilai Page 6 of 22 Page 12 of 28 EXHIBIT A CITY OF DES PLAINES INVITATION TO BID ("ITB") AND CONTRACT SECURITY CAMERA SYSTEM AND ACCESSORIES ISSUED: OCTOBER 2015 I. Introduction The City of Des Plaines ("City") seeks to upgrade and/or replace the City's existing Security and Surveillance camera system as well as install new installations at City Hall, the City Police Station, the Des Plaines Metra Station, and Levee 50. The City seeks qualified contractors to remove existing security cameras and related equipment and to furnish and install new security cameras and related equipment ("Work") in accordance with the terms, conditions, and specifications contained in this Invitation To Bid ("ITB"). II. Background Information The City currently has a security camera system that is in need of upgrade and expansion. The system consists of approximately 50 cameras, with a mixture of both analog and IP based devices. The system is running on an older Dedicated Micros NetVu management software. The City has dedicated Cisco switches for each floor. City Hall and Police department buildings are connected via a 14GB fiber connection. III. Key Requirements Requirements of the new security cameras and equipment include: A. All cameras transmit in color, ability to PTZ in appropriate locations, ability to operate in low light, and store data locally where appropriate. B. A network design that allows for system upgrades in a modular fashion and supports additional cameras. C. All equipment hardware, software, wiring, and all ancillary equipment and connectors is installed, test verified and delivered in operating and ready to use condition. D. The Work may be divided into phases. IV. Scope of Work The selected contractor shall perform the following Work: A. Remove all existing camera equipment and cabling at City Hall, Police Station, Train Station, and Levee 50. B. Return to the City's IT Department all functioning and/or salvageable equipment and materials. C. Furnish, install and configure seventy six (76) digital security cameras and cabling according to specifications. i. The cameras must be connected to the City's Cisco switches utilizing Category 6 cable. The contractor will supply the necessary cable, terminals, and hardware in order to install the required cables. Completed cables are to be tested and certified as operational. D. Furnish, install and configure three (3) 46" monitors, along with three (3) accompanying mounting brackets and any additional equipment required at identified locations within the Des Plaines Police Department. E. Furnish, install and configure all accompanying equipment: i. Network Video Recorder(s) (Referred to as "NVR(s)") and equipment; ii. Cabling; iii. And associated software. Note: If additional switches are required, the City's Information Technology department will provide the necessary switches. F. Provide manufacturer's model numbers for all system components. G. Work with the City's IT staff to integrate programming software with the current network operating system. H. Perform Work during normal business hours. i. The City's normal hours of operation are 8:34am — 5:44pm, Monday thru Friday. Page 7 of 22 Exhibit A Page 13 of 28 I. The contractor will test all equipment and verify that it is functioning properly. Once testing services are completed, the contractor will provide the City of Des Plaines with a report certifying that the equipment is functioning properly. Installation and testing of the equipment will not be deemed complete until the City has accepted the work in writing. J. Clean Up i. The contractor will ensure the work site has been thoroughly cleaned on a daily basis, after the contractor has finished working for the day. K. Provide up to a full day of training, which time does not include programming or set-up. V. Specifications A. Cameras, cabling, and associated equipment shall be installed at the following addresses and locations (as described in Exhibit C - Camera Locations & Equipment List): i. Des Plaines City Hall —1420 Miner Street (24 cameras) ii. Des Plaines Police Department -1420 Miner Street (39 cameras) iii. Des Plaines Train Station (UPNW Metra Stop) —1501 Miner Street (7 cameras) iv. Levee 50 —1925 Busse Highway (6 cameras) B. The Security Camera system shall: i. Be manufacturer/brand specific: PANASONIC. NO SUBSTITUTES WILL BE ALLOWED. ii. Be of the following model types or of a type equivalent in substance and function: a. SW155, b. SW458, c. SW559, d. WV559 iii. Be expandable to a minimum of 15 cameras in the future. iv. Record to an IP addressable video storage device. C. Cabling shall be Category 6 cable. D. The video storage device shall: i. Fully integrate with the Panasonic cameras identified above. 1. Thus be configured with additional storage capacity for growth. ii. Be rack mountable, and stored in the City's data center. iii. Have capability to retain a minimum of 45 to 90 days of video archival footage (location depending, described in detail in Exhibit C - Camera Locations & Equipment List) iv. Have capability to 1. Play back footage in forward or reverse directions, frame by frame, and from beginning or end of the clip using standard DVD -like buttons; 2. Play back footage in High Definition "HD" and in the form of video clips and still images that may be zoomed in or out; 3. Print images to City network printer. Single JPEG or HTML images or video clips in standard formats may be exported to a compact disk (CD) or digital versatile disc (DVD) for recorded video removal. 4. Playback exported images from a CD or DVD and shall be possible from any Windows based PC. Video authentication shall assure that images are not altered in any way. 5. Allow user to view live or recorded images at the local recorder or via a network connection from the same compatible remote recorder model. Images may also be viewed from a remote PC workstation. Exhibit A Page 8 of 22 Page 14 of 28 E. System Monitors shall: i. Include a total of three (3) 46" inch monitors and mounting brackets as required for this project, of which two (2) 46" inch monitors are to be installed in the monitoring room, and one (1) 46" inch monitor to be installed in the watch commander's room, all located within the City's Police station. F. Software shall: i. Be compatible with the City's PC operating systems, Windows 7 & Windows 8. G. Warranty shall: i. Include, in writing, a minimum of two (2) years full warranty on parts, hardware and software. VI. General Information A. Schedule of Events i. Pre -Bid Meeting H. Question Deadline Hi. Submission Deadline Exhibit A 11/13/2015 at 10:00 A.M. CST 11/17/2015 at 5:00 P.M. CST 11/24/2015 at 10:00 AM CST Page 9 of 22 Page 15 of 28 EXHIBIT B — Schedule of Prices Prices inserted below are based on "the work" described herein subject to modification. The prices inserted must include all of the direct and indirect costs of performing the services. I. Equipment & Materials Costs Item Type Location Manufacturer & Model # Storage Days Motion or 24/7 Quantity of Units Unit Price Total Extended Price Cameras City Hall Panasonic SW155 45 Days Motion 14 $ 329.00 $ 4,606.00 90 Days Motion 1 $ 329.00 $ 329.00 Panasonic SW458 45 Days Motion 4 $ 801.50 $ 3,206.00 Panasonic WV559 45 Days Motion 5 $ 769 .00 $ 3,845.00 Cameras Levee 50 Panasonic SW155 45 Days Motion 1 $ 329.00 $ 329.00 Panasonic SW559 45 Days Motion 5 $ 769.00 $ 3,845.00 Cameras Police Panasonic SW155 90 Days 24/7 33 $ 329.00 $ 10,857.00 Panasonic SW458 90 Days 24/7 1 $ 801.50 $ 801.50 Panasonic WV559 90 Days 24/7 5 $ 769.00 $ 3,845.00 Cameras Train Station Panasonic SW458 45 Days 24/7 1 $ 801.50 801.50 $ Motion 2 $ 801.50 $ 1,603.00 Panasonic SW559 45 Days Motion 4 $ 769.00 $ 3.076.00 46" inch Monitor & Mounting Brackets N/A NEC N/A 3 $ 841.00 $ 2,523.00 Category 6 Cable Belden 9,000' $ .27 $ 2,430.00 Software N/A - `" 1 $ N/A $ N/A Video Storage Device ND400/36TB 1 $ 19, 508.00 $ 19, 508.00 Warranty Included 1 $ $ Other Acces.so;ries WIre1PgR and N/A 1 $ 4, 978.00 $ 4, 978.00 Material Cost Sub -Total I1. Professional Service Costs $ 66,583.00 Item Type Hours Required Unit (Hourly) Price Total Extended Price Normal Hourly Rate for Service 312 labor hours for install & pro 312 $ 101.70 $ 31, 730.40 III. Grand Total Project Cost' Grand Total Cost 1 Grand Total Project Cost is the sum of I. Equipment & Material Cost + II. Professional Service Costs. Exhibit A $ 98,313.40 Page 10 of 22 Page 16 of 28 Exhibit C Camera Locations & Equipment List Projected Cameras Camera Location #of Camera Type Cameras Mount Type Motion or Storage Days 24/7 City Hall City Hall - Under Parking Deck Center concrete overhead pillar, one looing north one looking south. More cameras may need to be added 2 Panasonic WV559 flush mount to concrete overhead 45 Days Motion City Hall -Breezeway Mount both in the center between building, one looking at each entry 2 Panasonic WV559 flush mount to exterior brick 45 Days Motion City Hall - Choo Choo Employee Lot SE corner of the parking deck looking at the parking lot next to restaurant 1 Panasonic WV559 flush mount to exterior brick 45 Days Motion City Hall -Top Deck of Employee Garage Mounted on the city hall building center to look at the top deck of the parking garage 1 Panasonic SW458 flush mount to exterior brick 45 Days Motion Police Back Hallway One looking outside, one looing down the long hallway and one next to the cell entrance door looking towards the police window 1 Panasonic SW458 put on an arm 45 Days Motion City Hall -Side Door / Basement Steps existing location looking at steps and door City Hall - Lobby on the wall between elevator cabs looking at the front entry 1 Panasonic SW458 wall mount between elevator cabs 45 Days Motion City Hall - Lobby looking at the lobby stairwell door 1 Panasonic SW155 drop ceiling mount 45 Days Motion City Hall - Hallway to Council Chambers/side door one camera right next to council chambers entry looking both ways 1 90 Days 24/7 Police Room B Camera on ceiling of each room looking at the entrance door 45 Days Motion Panasonic SW155 drop ceiling mount City Hall -2 Elevators work with E.1.5 elevator contractor 2 Panasonic SW155 Panasonic SW155 elevator ceiling 90 Days 45 Days Motion City Hall -Cashiers install in existing location 1 Panasonic SW155 90 Days drop ceiling mount Police S2 45 Days Motion City Hall -Stairway outside finance door install in ceiling with best view 1 Panasonic SW458 drop ceiling mount 45 Days Motion City Hall -Basement Hallway to Elevators install in ceiling to capture both hallways 1 Panasonic SW155 drop ceiling mount 45 Days Motion City Hall -Basement Hallway to Mechanical Room Ceiling mount drywall 1 Panasonic SW155 drop ceiling mount 45 Days Motion install in ceiling to capture both hallways City Hall - 2nd Floor Police Records install in ceiling to capture both hallways 1 Panasonic SW155 drop ceiling mount 90 Days Motion Hallway/Stairway entrance 90 Days 24/7 Police Evidence Garage Same location as existing 1 City Hall - 2nd Floor behind counter to see out to register 1 Panasonic SW155 Drywall wall 45 Days Motion Police Record Counter 1 Panasonic SW155 Wall mount on block City Hall -3rd Floor Hallway/Stairway entrance install in ceiling to capture both hallways 1 Panasonic SW155 drop ceiling mount 45 Days Motion City Hall -3rd Floor CED counter behind counter to see out to register and door 1 Panasonic SW155 drop ceiling mount 45 Days Motion City Hall - 4th Floor Hallway/Stairway Entrance install in ceiling to capture both hallways 1 Panasonic SW155 drop ceiling mount 45 Days Motion City Hall -5th Floor Hallway/Stairway Entrance install in ceiling to capture both hallways 1 Panasonic SW155 drop ceiling mount 45 Days Motion City Hall -5th Floor Engineering Counter install in ceiling to look out to register and door 1 Panasonic SW155 drop ceiling mount 45 Days Motion City Hall - 6th Floor Hallway Elevator/Stairway install in ceiling to capture both hallways 1 Panasonic SW155 drop ceiling mount 45 Days Motion Sub -Total 24 Police Department Police Elevator Need to work with E.I.S Elevator contractor for traveler cable 1 Panasonic SW155 Elevator ceiling 90 Days 24/7 Police North Stairway (from 1st to 2nd floorl Both cam eras in the stairwell one at the landing and one at the top 2 Panasonic SW155 One drop ceiling one drywall wall 90 Days 24/7 Police Lobby One in each corner by the police window, looking towards the front door 2 Panasonic SW155 Two drop ceiling 90 Days 24/7 Police Outside Elevator Hallway 1st Floor On the wall above the door looking towards the elevator and door 1 Panasonic SW155 Drywall wall 90 Days 24/7 Police Back Hallway One looking outside, one looing down the long hallway and one next to the cell entrance door looking towards the police window 3 Panasonic SW155 Three drop ceiling 90 Days 24/7 Police Back Doors Exterior One 360 degree camera to look at the door and walkup 1 Panasonic SW458 Exterior flush mount 90 Days 24/7 Police Hallway outside Room A &B looking at the doors 1 Panasonic SW155 Ceiling mount drywall 90 Days 24/7 Police Room A Camera on ceiling of each room looking at the entrance door 1 Panasonic SW155 Ceiling mount drywall 90 Days 24/7 Police Room B Camera on ceiling of each room looking at the entrance door 1 Panasonic SW155 Ceiling mount drywall 90 Days 24/7 Police Room C Camera on ceiling of each room looking at the entrance door 1 Panasonic SW155 Ceiling mount drywall 90 Days 24/7 Police 51 looking at the door cover the rooms 1 Panasonic SW155 Ceiling mount drywall 90 Days 24/7 Police S2 looking at the door cover the rooms 1 Panasonic SW155 Ceiling mount drywall 90 Days 24/7 Police 53 -Phone Room looking at the door cover the rooms 1 Panasonic SW155 Ceiling mount drywall 90 Days 24/7 Police Cell Hallway outside booking/S room 5 looking at the door cover the rooms 2 Panasonic SW155 Ceiling mount drywall 90 Days 24/7 Police Booking Room Back corner looking at the entrance door 1 Panasonic SW155 Ceiling mount drywall 90 Days 24/7 Police Cell Hall (inside cell area) Camera above the door looking down the hallway 1 Panasonic SW155 Wall mount on block 90 Days 24/7 Police Evidence Garage Same location as existing 1 Panasonic SW155 Wall mount on block 90 Days 24/7 Police Cell Al Same location as existing 1 Panasonic SW155 Wall mount on block 90 Days 24/7 Police Cell A2 Same location as existing 1 Panasonic SW155 Wall mount on block 90 Days 24/7 Police Cell B1 Same location as existing 1 Panasonic SW155 Wall mount on block 90 Days 24/7 Police Cell B2 Same location as existing 1 Panasonic SW155 Wall mount on block 90 Days 24/7 Exhibit A Page 11 of 22 Page 17 of 28 Police Cell B3 Same location as existing 1 Panasonic SW155 Wall mount on block 90 Days 24/7 Police Cell C1 Same location as existing 1 Panasonic SW155 Wall mount on block 90 Days 24/7 Police Cell C2 Same location as existing 1 Panasonic SW155 Wall mount on block 90 Days 24/7 Police Cell Dl Same location as existing 1 Panasonic SW155 Wall mount on block 90 Days 24/7 Police Cell D2 Same location as existing 1 Panasonic SW155 Wall mount on block 90 Days 24/7 Police Basement Hallway/Evidence Room Looking at the elevator and evidence room 1 Panasonic SW155 Drop Ceiling 90 Days 24/7 Police Basement Hallway /Delta/evidence storage Looking down the hallway both ways 1 Panasonic SW155 Drop Ceiling 90 Days 24/7 Police Basement Armory Door Center of the hallway by the exit sign looking both ways 1 Panasonic SW155 Wall mount on block 90 Days 24/7 Police Outside - Rear Parking lot exterior two camerasmounted on the NW corner to cover the parking lot and garage entrance 2 Panasonic WV559 Wall mount on exterior brick 90 Days 24/7 Police Outside - Squad Garage One facing the entrance main garage door and cage, one facing down the parking garage main view, one facing the rear exit door 3 Panasonic WV559 Mount to concrete overhead columns 90 Days 24/7 Sub -Total 39 Train Station Train Station inside ticket area use existing camera locations 2 Panasonic SW458 wall mount drywall 45 Days Motion Train Station exterior two at the end of the platforms looking in and two at the center of the platform looking out 4 Panasonic SW559 bracket mount TBD 45 Days Motion Train tracks Tight pole south of the train station 1 Panasonic SW458 arm mount 45 Days 24/7 Sub Total 7 Levee 50 Levee 50 existing camera on catwalk 1 Panasonic SW559 T.B.D. 45 Days Motion Levee 50 existing camera on catwalk 1 Panasonic SW559 T.B.D. 45 Days Motion Levee 50 on northwest side exterior over doorway 1 Panasonic SW559 T.B.D. 45 Days Motion Levee 50 on southwest side exterior over pump discharge 1 Panasonic SW559 T.B.D. 45 Days Motion Levee 50 on south side interior wall 1 Panasonic SW155 T. B. D. 45 Days Motion Levee 50 on northeast side exterior wall over pump intake 1 Panasonic SW559 T. B. D. 45 Days Motion Sub -Total 6 TOTAL# of Cameras 76 Exhil cr Page 12 of 22 Page 18 of 28 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: [insert contractor name and address here:] as Principal (hereinafter called the "Contractor") and [insert surety name and address here:] organized and existing under the laws of the State of (hereinafter called the "Surety") are held and firmly bound unto City of Des Plaines, 1420 Miner Street, Des Plaines, Illinois, as the obligee (hereinafter called the "Owner"), in the full and just sum of [insert full contract price here in numerals only.] $ for the payment of which sum of money well and truly to be made, the Contractor and the Surety bind themselves and their heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents, said amount to include payment of actual costs and damages and for attorneys' fees, architectural fees, design fees, engineering fees, accounting fees, testing fees, consulting fees, administrative costs, court costs, interest and any other fees and expenses resulting from or incurred by reason of the Contractor's failure to promptly and faithfully perform its contract with the Owner, said contract being more fully described below, and to include attorneys' fees, court costs and administrative and other expenses necessarily paid or incurred in successfully enforcing performance of the obligation of the Surety under this bond. WHEREAS, the Contractor has entered into a written agreement dated 20 , with the Owner titled [insert contract title here] (the "Contract"), the terms and conditions of which are by this reference incorporated herein as though fully set forth herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH THAT if the Contractor shall well, truly, and promptly perform all the undertakings, covenants, terms, conditions, and agreements of the Contractor under the contract, including but not limited to the Contractor's obligations under the Contract, (1) to provide, perform, and complete at the Work Site and in the manner specified in the Contract all necessary work, labor, services, transportation, equipment, materials, apparatus, machinery, tools, fuels, gas, electric, water, waste disposal, information, data, and other means and items necessary for [insert general description of the Work here.] ; (2) to procure and furnish all permits, licenses, and other governmental approvals and authorizations necessary in connection therewith except as otherwise specifically provided in the Contract; (3) to procure and furnish all bonds, certificates, and policies of insurance specified in the Contract; (4) to pay all applicable federal, state, and local taxes; (5) to do all other things required of the Contractor by the Contract; and (6) to provide, perform, and complete all of the foregoing in a proper and workmanlike manner and in full compliance with, and as required by and pursuant to, the Contract, all of which is herein referred to as the "Work," whether or not any parts of the Work enter into and become component parts of the improvement contemplated, then this obligation shall be null and void; otherwise it shall remain in full force and effect. The Surety, for value received, hereby stipulates and agrees that no changes, modifications, alterations, omissions, deletions, additions, extensions of time, or forbearances on the part of the Owner or the Contractor to the other in or to the terms of said Contract; in or to the schedules, plans, drawings, or specifications; in or to the method or manner of performance of the Work; in or to Owner -furnished Exhibit A Page 13 of 22 Page 19 of 28 facilities, equipment, material, service, or site; or in or to the mode or manner of payment therefor shall in any way release the Contractor and the Surety or either or any of them, or any of their heirs, executors, administrators, successors, or assigns, or affect the obligations of the Surety on this bond, all notice of any and all of the foregoing changes, modifications, alterations, omissions, deletions, additions, extensions of time, or forbearances and notice of any and all defaults by the Contractor or of the Owner's termination of the Contractor being hereby waived by the Surety. Notwithstanding anything to the contrary in the foregoing paragraph, in no event shall the obligations of the Surety under this bond in the event of the Contractor's default be greater than the obligations of the Contractor under the Contract in the absence of the Contractor default. In the event of a default or defaults by the Contractor, the Owner shall have the right to take over and complete the Contract on 30 calendar days' written notice to the Surety, in which event the Surety shall pay the Owner all costs incurred by the Owner in taking over and completing the Contract. At its option, the Owner may instead request that the Surety take over and complete the Contract, in which event the Surety shall take reasonable steps to proceed promptly with completion no later than 30 calendar days after the date on which the Owner notifies the Surety that the Owner wants the Surety to take over and complete the Contract. The Owner shall have no obligation to actually incur any expense or correct any deficient performance of the Contractor to be entitled to receive the proceeds of this bond. No right of action shall accrue on this bond to or for the use of any person or corporation other than the Owner or the heirs, executors, administrators, or successors of the Owner. Signed and sealed on , 20 . Attest/Witness: CONTRACTOR By: By: Title: By: Attest/Witness: SURETY By: By: Title: By: #23203960 v1 2 Exhibit A Page 14 of 22 Page 20 of 28 LABOR AND MATERIAL PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: [insert contractor name and address here:] as Principal (hereinafter called the "Contractor") and [insert surety name and address here:] organized and existing under the laws of the State of (hereinafter called the "Surety") are held and firmly bound unto the City of Des Plaines, 1420 Miner Street, Des Plaines, Illinois 60016, as the obligee (hereinafter called the "Owner"), for the use and benefit of itself and of claimants as hereinafter defined, in the full and just sum of [insert full contract price here in numerals only] $ , to be paid to it or the said claimants or its or their assigns, to which payment well and truly to be made Contractor and Surety bind themselves, their heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents, said amount to include attorneys' fees, court costs, and administrative and other expenses necessarily paid or incurred in successfully enforcing performance of the obligation of Surety under this bond. WHEREAS, Contractor has entered into a written agreement dated , 20, with Owner titled " " (the "Contract"), by and pursuant to which Contractor has the obligation to construct and install certain improvements for the development of (the "Property"), the terms and conditions of which Contract are by this reference incorporated herein as though fully set forth herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH THAT if Contractor shall promptly pay or cause to be paid all sums of money that may be due to any claimant with respect to Contractor's obligations under the Contract: (1) to provide, perform and complete at the Property and in the manner specified in the Contract all necessary work, labor, services, transportation, equipment, materials, apparatus, machinery, tools, fuels, gas, electric, water, waste disposal, information, data, and other means and items necessary for the construction, installation, and completion of the [Insert description of Property improvements and structural improvements] required in the Contract; (2) to procure and furnish all permits, licenses, and other governmental approvals, and authorizations necessary in connection therewith; (3) to pay all applicable federal, state, and local taxes; (4) to do all other things required of Contractor by the Contract; and (5) to provide, perform, and complete all of the foregoing in a proper and workmanlike manner and in full compliance with, and as required by and pursuant to, the Contract; all of which is herein referred to as the "Work," whether or not any of said Work enter into and become component parts of the improvement contemplated, then this obligation shall be null and void; otherwise it shall remain in full force and effect. For purpose of this bond, a claimant is defined as one having a direct contract with Contractor or with a subcontractor of Contractor to provide, perform, or complete any part of the Work. Contractor and Surety hereby jointly and severally agree that every claimant who has not had all just claims for the furnishing of any part of the Work paid in full, including, without limitation, all claims for amounts due for materials, lubricants, oil, gasoline, rentals of or service or repairs on machinery, equipment, and tools consumed or used in connection with the furnishing of any part of the Work, may -1- Exhibit A Page 15 of 22 Page 21 of 28 sue on this bond for the use of such claimant, may prosecute the suit to fmal judgment for such sum or sums as may be justly due such claimant, and may have execution therein; provided, however, that Owner shall not be liable for the payment of any costs or expenses of any such suit. To the extent applicable, the provisions of 30 ILCS 550/1 and 30 ILCS 550/2 shall be deemed inserted herein, including the time limits within which notices of claim must be filed and actions brought under this bond. Contractor and Surety hereby jointly agree that Owner may sue on this bond if Owner is held liable to, or voluntarily agrees to pay, any claimant directly, but nothing in this bond shall create any duty on the part of Owner to pay any claimant. Surety, for value received, hereby stipulates and agrees that no changes, modifications, alterations, omissions, deletions, additions, extensions of time, or forbearances on the part of Owner or Contractor to the other in or to the terms of said Contract; in or to the schedules, plans, drawings, or specifications; in or to the method or manner of performance of the Work; in or to Owner -furnished facilities, equipment, material, service, or site; or in or to the mode or manner of payment therefor shall in any way release Contractor and Surety or either or any of them, or any of their heirs, executors, administrators, successors, or assigns, or affect the obligations of said Surety on this bond, all notice of any and all of the foregoing changes, modifications, alterations, omissions, deletions, additions, extensions of time, or forbearances and notice of any and all defaults by Contractor or of Owner's termination of Contractor being hereby waived by Surety. Signed and sealed this day of 20 CONTRACTOR Attest: By: By: Name: Name: Title: Title: Telephone: SURETY Attest: By: By: Name: Name: Title: Title: Telephone: Exhibit A -2- Page 16 of 22 Page 22 of 28 Cook County Prevailing Wage for July 2015 (Sea explanation of column headings at bottom of wages) Trade Name RG TYP C Base ERMAN M -F>8 OSA OSH H/W Pensn Vac Trng ASBESTOS ABT -GEN ASBESTOS ABT -MEC BOILERMAKER BRICK MASON CARPENTER CEMENT MASON CERAMIC TILE FNSHER COMM. ELECT. ELECTRIC PWR EQMT OP ELECTRIC PWR GRNDMAN ELECTRIC PWR LINEMAN ELECTRICIAN ELEVATOR CONSTRUCTOR FENCE ERECTOR GLAZIER HT/FROST INSULATOR IRON WORKER LABORER LATHER MACHINIST MARBLE FINISHERS MARBLE MASON MATERIAL TESTER I MATERIALS TESTER II MILLWRIGHT OPERATING ENGINEER OPERATING ENGINEER OPERATING ENGINEER OPERATING ENGIINIEER OPERATING ENGIINIEER OPERATING ENGIINIEER OPERATING ENGIINIEER OPERATING ENGIINIEER OPERATING ENGIINIEER OPERATING ENGIINIEER OPERATING ENGIINIEER OPERATING ENGIINIEER OPERATING ENGIINIEER OPERATING ENGINEER OPERATING ENGINEER OPERATING ENGINEER OPERATING ENGINEER OPERATING ENGINEER OPERATING ENGINEER OPERATING ENGINEER ORNAMNTL IRON WORKER PAINTER PAINTER SIGNS PILEDRIVER PIPEFITTER PLASTERER PLUMBER ROOFER SHEETMETAL WORKER SIGN HANGER SPRINKLER FITTER STEEL ERECTOR STONE MASON CURVEY W FRER TERRAZZO FINISHER TERRAZZO MASON TILE MASON TRAFFIC SAFETY WRKR TRUCK DRIVER Exhibit A ALL BLD BLD BLD ALL ALL BLD BLD ALL ALL ALL ALL BLD ALL BLD BLD ALL ALL ALL BLD ALL BLD ALL ALL ALL BLD BLD BLD BLD BLD BLD BLD FLT FLT FLT FLT FLT FLT HWY HWY HWY HWY HWY HWY HWY ALL ALL BLD ALL BLD BLD BLD BLD BLD BLD BLD ALL BLD >NOT IN BLD BLD BLD HWY E ALL 1 39.400 36.340 47.070 43.780 44.350 43.750 36.810 40.000 46.100 37.050 47.500 45.000 50.800 37.340 40.500 48.450 44.200 39.200 44.350 45.350 32.400 43.030 29.200 34.200 44.350 1 48.100 2 46.800 3 44.250 4 42.500 5 51.850 6 49.100 7 51.100 1 53.600 2 52.100 3 46.400 4 38.550 5 55.100 6 35.000 1 46.300 2 45.750 3 43.700 4 42.300 5 41.100 6 49.300 7 47.300 45.000 41.750 33.920 44.350 46.000 43.430 46.650 41.000 42.230 31.310 49.200 42.070 43.780 EFFECT 38.040 41.880 43.840 32.750 35.480 39.950 38.840 51.300 48.160 46.350 45.750 0.000 42.800 51.100 52.500 52.500 48.000 57.150 39.340 42.000 50.950 46.200 39.950 46.350 47.850 34.320 47.330 0.000 0.000 46.350 52.100 52.100 52.100 52.100 52.100 52.100 52.100 53.600 53.650 53.650 53.650 53.600 35.000 50.300 50.300 50.300 50.300 50.300 50.300 50.300 47.500 46.500 38.090 46.350 49.000 46.040 48.650 44.000 45.610 33.810 51.200 44.070 48.160 ALL 0.000 44.880 47.840 34.350 35.680 1.5 1.5 2.0 1.5 1.5 2.0 1.5 1.5 1.5 1.5 1.5 1.5 2.0 1.5 1.5 1.5 2.0 1.5 1.5 1.5 1.5 1.5 1.5 1.5 1.5 2.0 2.0 2.0 2.0 2.0 2.0 2.0 1.5 1.5 1.5 1.5 1.5 1.5 1.5 1.5 1.5 1.5 1.5 1.5 1.5 2.0 1.5 1.5 1.5 1.5 1.5 1.5 1.5 1.5 1.5 1.5 2.0 1.5 1.5 1.5 2.0 1.5 1.5 1.5 1.5 1.5 1.5 2.0 2.0 1.5 2.0 1.5 2.0 1.5 2.0 1.5 1.5 1.5 1.5 1.5 1.5 1.5 1.5 2.0 2.0 2.0 2.0 2.0 2.0 2.0 1.5 1.5 1.5 1.5 1.5 1.5 1.5 1.5 1.5 1.5 1.5 1.5 1.5 2.0 1.5 1.5 1.5 1.5 1.5 1.5 1.5 1.5 1.5 1.5 2.0 1.5 37.000 3 1.5 1.5 1.5 1.5 1.5 1.5 1.5 1.5 1.5 1.5 2.0 2.0 2.0 2.0 2.0 2.0 2.0 2.0 2.0 2.0 1.5 2.0 2.0 2.0 2.0 2.0 2.0 2.0 2.0 2.0 2.0 2.0 2.0 2.0 2.0 2.0 2.0 2.0 2.0 2.0 2.0 2.0 2.0 2.0 2.0 2.0 2.0 2.0 2.0 2.0 2.0 2.0 2.0 2.0 2.0 2.0 1.5 1.5 2.0 2.0 2.0 2.0 2.0 2.0 2.0 2.0 2.0 2.0 13.98 11.47 6.970 10.05 11.79 13.05 10.55 8.670 10.76 8.630 11.06 13.83 13.57 13.05 13.14 11.47 13.65 13.98 13.29 7.260 10.05 10.05 13.98 13.98 13.29 17.55 17.55 17.55 17.55 17.55 17.55 17.55 17.10 17.10 17.10 17.10 17.10 16.60 17.55 17.55 17.55 17.55 17.55 17.55 17.55 13.55 11.50 2.600 13.29 9.000 13.05 13.18 8.280 10.53 4.850 11.75 13.45 10.05 7.750 1.5 2.0 10.55 2.0 10.55 2.0 10.55 2.0 6.550 2.0 8.350 10.72 10.96 18.13 14.43 16.39 14.45 9.230 12.57 14.87 12.28 15.75 15.27 14.21 12.06 16.99 12.16 21.14 10.72 16.39 8.950 13.75 14.10 10.72 10.72 16.39 12.65 12.65 12.65 12.65 12.65 12.65 12.65 11.80 11.05 11.80 11.80 11.80 11.05 12.65 12.65 12.65 12.65 12.65 12.65 12.65 17.94 11.10 2.710 16.39 15.85 14.43 11.46 10.54 20.68 3.280 9.650 19.59 14.43 1.5 11.22 12.51 11.40 6.450 10.50 0.000 0.000 0.000 0.000 0.000 0.000 0.000 1.100 0.000 0.000 0.000 0.000 4.060 0.000 0.000 0.000 0.000 0.000 0.000 1.850 0.000 0.000 0.000 0.000 0.000 1.900 1.900 1.900 1.900 1.900 1.900 1.900 1.900 1.900 1.900 1.900 1.900 1.900 1.900 1.900 1.900 1.900 1.900 1.900 1.900 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 2.0 12 0.000 0.000 0.000 0.000 0.000 0.500 0.720 0.400 1.030 0.630 0.480 0.770 0.750 0.460 0.370 0.480 1.000 0.600 0.300 0.940 0.720 0.350 0.500 0.630 0.000 0.620 0.780 0.500 0.500 0.630 1.250 1.250 1.250 1.250 1.250 1.250 1.250 1.250 1.250 1.250 1.250 1.250 1.250 1.250 1.250 1.250 1.250 1.250 1.250 1.250 0.650 0.770 0.000 0.630 1.780 1.020 0.880 0.530 0.720 0.000 0.550 0.350 1.030 .97 9 930 0.000 0.500 0.720 0.940 0.990 0.500 0.150 Page 17 of 22 Page 23 of 28 TRUCK DRIVER E ALL 2 34.100 34.500 1.5 1.5 2.0 8.150 8.500 0.000 0.150 TRUCK DRIVER E ALL 3 34.300 34.500 1.5 1.5 2.0 8.150 8.500 0.000 0.150 TRUCK DRIVER E ALL 4 34.500 34.500 1.5 1.5 2.0 8.150 8.500 0.000 0.150 TRUCK DRIVER W ALL 1 35.600 35.800 1.5 1.5 1.5 8.250 9.140 0.000 0.150 TRUCK DRIVER W ALL 2 32.700 33.100 1.5 1.5 2.0 6.500 4.350 0.000 0.000 TRUCK DRIVER W ALL 3 32.900 33.100 1.5 1.5 2.0 6.500 4.350 0.000 0.000 TRUCK DRIVER W ALL 4 33.100 33.100 1.5 1.5 2.0 6.500 4.350 0.000 0.000 TUCKPOINTER BLD 43.800 44.800 1.5 1.5 2.0 8.280 13.49 0.000 0.670 Legend: RG (Region) TYP (Trade Type - A11,Highway,Building,Floating,0i1 a Chip, Rivers) C (Class) Base (Base Wage Rate) FRMAN (Foreman Rate) M -F>8 (OT required for any hour greater than 8 worked each day, Mon through Fri. OSA (Overtime (OT) is required for every hour worked on Saturday OSH (Overtime is required for every hour worked on Sunday and Holidays) H/W (Health n Welfare Insurance) Pensn (Pension) Vac (Vacation) Trng (Training) Explanations COOK COUNTY The following list is considered as those days for which holiday rates of wages for work performed apply: New Years Day, Memorial Day, Fourth of July, Labor Day, Thanksgiving Day, Christmas Day and Veterans Day in some classifications/counties. Generally, any of these holidays which fall on a Sunday is celebrated on the following Monday. This then makes work performed on that Monday payable at the appropriate overtime rate for holiday pay. Common practice in a given local may alter certain days of celebration. If in doubt, please check with IDOL. TRUCK DRIVERS (WEST) - That part of the county West of Barrington Road. EXPLANATION OF CLASSES ASBESTOS - GENERAL - removal of asbestos material/mold and hazardous materials from any place in a building, including mechanical systems where those mechanical systems are to be removed. This includes the removal of asbestos materials/mold and hazardous materials from ductwork or pipes in a building when the building is to be demolished at the time or at some close future date. ASBESTOS - MECHANICAL - removal of asbestos material from mechanical systems, such as pipes, ducts, and boilers, where the mechanical systems are to remain. CERAMIC TILE FINISHER The grouting, cleaning, and polishing of all classes of tile, whether for interior or exterior purposes, all burned, glared or unglazed products; all composition materials, granite tiler, warning detectable tiles, cement tiles, epoxy composite materials, pavers, glass, mosaics, fiberglass, and all substitute materials, for tile made in tile -like units; all mixtures in tile like form of cement, metals, and other materials that are for and intended for use as a finished floor surface, stair treads, promenade roofs, walks, walls, ceilings, swimming pools, and all other places where tile is to form a finished interior or exterior. The mixing of all setting mortars including but not limited to thin -set mortars, epoxies, wall mud, and any other sand and cement mixtures or adhesives when used in the preparation, installation, repair, or maintenance of tile and/or similar materials. The handling and unloading of all sand, cement, lime, tile, fixtures, equipment, adhesives, or any other materials to be used in the preparation, installation, repair, or maintenance of tile and/or similar materials. Ceramic Tile Finishers shall fill all joints and voids regardless of method on all tile work, particularly and especially after installation of said tile work. Application of any and all protective coverings to all types of tile installations including, but not be limited to, all soap compounds, paper products, tapes, and all polyethylene coverings, plywood, masonite, cardboard, and any new type of products that may be used to protect tile installations, Blastrac equipment, and all floor scarifying equipment used in preparing floors to receive tile. The clean up and removal of all waste and materials. All demolition of existing tile floors and walls to be re -tiled. COMMUNICATIONS ELECTRICIAN Installation, operation, inspection, maintenance, repair and service Exhibit A Page 18 of 22 Page 24 of 28 of radio, television, recording, voice sound vision production and reproduction, telephone and telephone interconnect, facsimile, data apparatus, coaxial, fibre optic and wireless equipment, appliances and systems used for the transmission and reception of signals of any nature, business, domestic, commercial, education, entertainment, and residential purposes, including but not limited to, communication and telephone, electronic and sound equipment, fibre optic and data communication systems, and the performance of any task directly related to such installation or service whether at new or existing sites, such tasks to include the placing of wire and cable and electrical power conduit or other raceway work within the equipment room and pulling wire and/or cable through conduit and the installation of any incidental conduit, such that the employees covered hereby can complete any job in full. MARBLE FINISHER Loading and unloading trucks, distribution of all materials (all stone, sand, etc.), stocking of floors with material, performing all rigging for heavy work, the handling of all material that may be needed for the installation of such materials, building of scaffolding, polishing if needed, patching, waxing of material if damaged, pointing up, caulking, grouting and cleaning of marble, holding water on diamond or Carborundum blade or saw for setters cutting, use of tub saw or any other saw needed for preparation of material, drilling of holes for wires that anchor material set by setters, mixing up of molding plaster for installation of material, mixing up thin set for the installation of material, mixing up of sand to cement for the installation of material and such other work as may be required in helping a Marble Setter in the handling of all material in the erection or installation of interior marble, slate, travertine, art marble, serpentine, alberene stone, blue stone, granite and other stones (meaning as to stone any foreign or domestic materials as are specified and used in building interiors and exteriors and customarily known as stone in the trade), carrara, sanionyx, vitrolite and similar opaque glass and the laying of all marble tile, terrazzo tile, slate tile and precast tile, steps, risers treads, base, or any other materials that may be used as substitutes for any of the aforementioned materials and which are used on interior and exterior which are installed in a similar manner. MATERIAL TESTER I: Hand coring and drilling for testing of materials; field inspection of uncured concrete and asphalt. MATERIAL TESTER II: Field inspection of welds, structural steel, fireproofing, masonry, soil, facade, reinforcing steel, formwork, cured concrete, and concrete and asphalt batch plants; adjusting proportions of bituminous mixtures. OPERATING ENGINEER - BUILDING Class 1. Asphalt Plant; Asphalt Spreader; Autograde; Backhoes with Caisson Attachment; Batch Plant; Benoto (requires Two Engineers); Boiler and Throttle Valve; Caisson Rigs; Central Redi-Mix Plant; Combination Back Hoe Front End -loader Machine; Compressor and Throttle Valve; Concrete Breaker (Truck Mounted); Concrete Conveyor; Concrete Conveyor (Truck Mounted); Concrete Paver Over 27E cu. ft; Concrete Paver 27E cu. ft. and Under: Concrete Placer; Concrete Placing Boom; Concrete Pump (Truck Mounted); Concrete Tower; Cranes, All; Cranes, Hammerhead; Cranes, (GCI and similar Type); Creter Crane; Spider Crane; Crusher, Stone, etc.; Derricks, A11; Derricks, Traveling; Formless Curb and Gutter Machine; Grader, Elevating; Grouting Machines; Heavy Duty Self -Propelled Transporter or Prime Mover; Highlift Shovel, or Front Endloader 2-1/4 yd. and over; Hoists, Elevators, outside type rack and pinion and similar machines; Hoists, One, Two and Three Drum; Hoists, Two Tugger One Floor; Hydraulic Backhoes; Hydraulic Boom Trucks; Hydro Vac (and similar equipment); Locomotives, All; Motor Patrol; Lubrication Technician; Manipulators; Pile Drivers and Skid Rig; Post Hole Digger; Pre -Stress Machine; Pump Cretes Dual Ram; Pump Cretes: Squeeze Cretes-Screw Type Pumps; Gypsum Bulker and Pump; Raised and Blind Hole Drill; Roto Mill Grinder; Scoops - Tractor Drawn; Slip -Form Paver; Straddle Buggies; Operation of Tie Back Machine; Tournapull; Tractor with Boom and Side Boom; Trenching Machines. Class 2. Boilers; Broom, All Power Propelled; Bulldozers; Concrete Mixer (Two Bag and Over); Conveyor, Portable; Forklift Trucks; Highlift Shovels or Front Endloaders under 2-1/4 yd.; Hoists, Automatic; Hoists, Inside Elevators; Hoists, Sewer Dragging Machine; Hoists, Tugger Single Drum; Laser Screed; Rock Drill (Self -Propelled); Rock Drill (Truck Mounted); Rollers, All; Steam Generators; Tractors, All; Tractor Drawn Vibratory Roller; Winch Trucks with "A" Frame. Class 3. Air Compressor; Combination Small Equipment Operator; Generators; Heaters, Mechanical; Hoists, Inside Elevators (remodeling or renovation work); Hydraulic Power Units (Pile Driving, Extracting, Exhibit A Page 19 of 22 Page 25 of 28 and Drilling); Pumps, over 3" (1 to 3 not to exceed a total of 300 ft.); Low Boys; Pumps, Well Points; Welding Machines (2 through 5); Winches, 4 Small Electric Drill Winches. Class 4. Bobcats and/or other Skid Steer Loaders; Oilers; and Brick Forklift. Class 5. Assistant Craft Foreman. Class 6. Gradall. Class 7. Mechanics; Welders. OPERATING ENGINEERS - HIGHWAY CONSTRUCTION Class 1. Asphalt Plant; Asphalt Heater and Planer Combination; Asphalt Heater Scarfire; Asphalt Spreader; Autograder/GOMACO or other similar type machines: ABG Paver; Backhoes with Caisson Attachment; Ballast Regulator; Belt Loader; Caisson Rigs; Car Dumper; Central Redi-Mix Plant; Combination Backhoe Front Endloader Machine, (1 cu. yd. Backhoe Bucket or over or with attachments); Concrete Breaker (Truck Mounted); Concrete Conveyor; Concrete Paver over 27E cu. ft.; Concrete Placer; Concrete Tube Float; Cranes, all attachments; Cranes, Tower Cranes of all types: Creter Crane: Spider Crane; Crusher, Stone, etc.; Derricks, All; Derrick Boats; Derricks, Traveling; Dredges; Elevators, Outside type Rack & Pinion and Similar Machines; Formless Curb and Gutter Machine; Grader, Elevating; Grader, Motor Grader, Motor Patrol, Auto Patrol, Form Grader, Pull Grader, Subgrader; Guard Rail Post Driver Truck Mounted; Hoists, One, Two and Three Drum; Heavy Duty Self -Propelled Transporter or Prime Mover; Hydraulic Backhoes; Backhoes with shear attachments up to 40' of boom reach; Lubrication Technician; Manipulators; Mucking Machine; Pile Drivers and Skid Rig; Pre -Stress Machine; Pump Cretes Dual Ram; Rock Drill - Crawler or Skid Rig; Rock Drill - Truck Mounted; Rock/Track Tamper; Roto Mill Grinder; Slip -Form Paver; Snow Melters; Soil Test Drill Rig (Truck Mounted); Straddle Buggies; Hydraulic Telescoping Form (Tunnel); Operation of Tieback Machine; Tractor Drawn Belt Loader; Tractor Drawn Belt Loader (with attached pusher - two engineers); Tractor with Boom; Tractaire with Attachments; Traffic Barrier Transfer Machine; Trenching; Truck Mounted Concrete Pump with Boom; Raised or Blind Hole Drills (Tunnel Shaft); Underground Boring and/or Mining Machines 5 ft. in diameter and over tunnel, etc; Underground Boring and/or Mining Machines under 5 ft. in diameter; Wheel Excavator; Widener (APSCO). Class 2. Batch Plant; Bituminous Mixer; Boiler and Throttle Valve; Bulldozers; Car Loader Trailing Conveyors; Combination Backhoe Front Endloader Machine (Less than 1 cu. yd. Backhoe Bucket or over or with attachments); Compressor and Throttle Valve; Compressor, Common Receiver (3); Concrete Breaker or Hydro Hammer; Concrete Grinding Machine; Concrete Mixer or Paver 7S Series to and including 27 cu. ft.; Concrete Spreader; Concrete Curing Machine, Burlap Machine, Belting Machine and Sealing Machine; Concrete Wheel Saw; Conveyor Muck Cars (Haglund or Similar Type); Drills, All; Finishing Machine - Concrete; Highlift Shovels or Front Endloader; Hoist - Sewer Dragging Machine; Hydraulic Boom Trucks (All Attachments); Hydro -Blaster; Hydro Excavating (excluding hose work); Laser Screed; All Locomotives, Dinky; Off -Road Hauling Units (including articulating) Non Self -Loading Ejection Dump; Pump Cretes: Squeeze Cretes - Screw Type Pumps, Gypsum Sulker and Pump; Roller, Asphalt; Rotary Snow Plows; Rototiller, Seaman, etc., self-propelled; Self -Propelled Compactor; Spreader - Chip - Stone, etc.; Scraper - Single/Twin Engine/Push and Pull; Scraper - Prime Mover in Tandem (Regardless of Size); Tractors pulling attachments, Sheeps Foot, Disc, Compactor, etc.; Tug Boats. Class 3. Boilers; Brooms, All Power Propelled; Cement Supply Tender; Compressor, Common Receiver (2); Concrete Mixer (Two Bag and Over); Conveyor, Portable; Farm -Type Tractors Used for Mowing, Seeding, etc.; Forklift Trucks; Grouting Machine; Hoists, Automatic; Hoists, All Elevators; Hoists, Tugger Single Drum; Jeep Diggers; Low Boys; Pipe Jacking Machines; Post -Hole Digger; Power Saw, Concrete Power Driven; Pug Mills; Rollers, other than Asphalt; Seed and Straw Blower; Steam Generators; Stump Machine; Winch Trucks with "A" Frame; Work Boats; Tamper -Form -Motor Driven. Class 4. Air Compressor; Combination - Small Equipment Operator; Directional Boring Machine; Generators; Heaters, Mechanical; Hydraulic Power Unit (Pile Driving, Extracting, or Drilling); Light Plants, All (1 through 5); Pumps, over 3" (1 to 3 not to exceed a total of 300 ft.); Pumps, Well Points; Vacuum Trucks (excluding hose work); Welding Machines (2 through 5); Winches, 4 Small Electric Drill Winches. Class 5. SkidSteer Loader (all); Brick Forklifts; Oilers. Class 6. Field Mechanics and Field Welders Class 7. Dowell Machine with Air Compressor; Gradall and machines of Exhibit A Page 20 of 22 Page 26 of 28 like nature. OPERATING ENGINEER - FLOATING Class 1. Craft Foreman; Master Mechanic; Diver/Wet Tender; Engineer; Engineer (Hydraulic Dredge). Class 2. Crane/Backhoe Operator; Boat Operator with towing endorsement; Mechanic/Welder; Assistant Engineer (Hydraulic Dredge); Leverman (Hydraulic Dredge); Diver Tender. Class 3. Deck Equipment Operator, Machineryman, Maintenance of Crane (over 50 ton capacity) or Backhoe (115,000 lbs. or more); Tug/Launch Operator; Loader/Dozer and like equipment on Barge, Breakwater Wall, Slip/Dock, or Scow, Deck Machinery, etc. Class 4. Deck Equipment Operator, Machineryman/Fireman (4 Equipment Units or More); Off Road Trucks; Deck Hand, Tug Engineer, Crane Maintenance (50 Ton Capacity and Under) or Backhoe Weighing (115,000 pounds or less); Assistant Tug Operator. Class 5. Friction or Lattice Boom Cranes. Class 6. ROV Pilot, ROV Tender SURVEY WORKER - Operated survey equipment including data collectors, G.P.S. and robotic instruments, as well as conventional levels and transits. TERRAllO FINISHER The handling of sand, cement, marble chips, and all other materials that may be used by the Mosaic Terrazzo Mechanic, and the mixing, grinding, grouting, cleaning and sealing of all Marble, Mosaic, and Terrazzo work, floors, base, stairs, and wainscoting by hand or machine, and in addition, assisting and aiding Marble, Masonic, and Terrazzo Mechanics. TRAFFIC SAFETY Work associated with barricades, horses and drums used to reduce lane usage on highway work, the installation and removal of temporary lane markings, and the installation and removal of temporary road signs. TRUCK DRIVER - BUILDING, HEAVY AND HIGHWAY CONSTRUCTION - EAST & WEST Class 1. Two or three Axle Trucks. A -frame Truck when used for transportation purposes; Air Compressors and Welding Machines, including those pulled by cars, pick-up trucks and tractors; Ambulances; Batch Gate Lockers; Batch Hopperman; Car and Truck Washers; Carry -alts; Fork Lifts and Hoisters; Helpers; Mechanics Helpers and Greasers; Oil Distributors 2 -man operation; Pavement Breakers; Pole Trailer, up to 40 feet; Power Mower Tractors; Self-propelled Chip Spreader; Skipman; Slurry Trucks, 2 -man operation; Slurry Truck Conveyor Operation, 2 or 3 man; Teamsters; Unskilled Dumpman; and Truck Drivers hauling warning lights, barricades, and portable toilets on the job site. Class 2. Four axle trucks; Dump Crets and Adgetors under 7 yards; Dumpsters, Track Trucks, Euclids, Hug Bottom Dump Turnapulls or Turnatrailers when pulling other than self -loading equipment or similar equipment under 16 cubic yards; Mixer Trucks under 7 yards; Ready -mix Plant Hopper Operator, and Winch Trucks, 2 Axles. Class 3. Five axle trucks; Dump Crets and Adgetors 7 yards and over; Dumpsters, Track Trucks, Euclids, Hug Bottom Dump Turnatrailers or turnapulls when pulling other than self -loading equipment or similar equipment over 16 cubic yards; Explosives and/or Fission Material Trucks; Mixer Trucks 7 yards or over; Mobile Cranes while in transit; Oil Distributors, 1 -man operation; Pole Trailer, over 40 feet; Pole and Expandable Trailers hauling material over 50 feet long; Slurry trucks, 1 -man operation; Winch trucks, 3 axles or more; Mechanic --Truck Welder and Truck Painter. Class 4. Six axle trucks; Dual-purpose vehicles, such as mounted crane trucks with hoist and accessories; Foreman; Master Mechanic; Self -loading equipment like P.B. and trucks with scoops on the front. Other Classifications of Work: For definitions of classifications not otherwise set out, the Department generally has on file such definitions which are available. If a task to be performed is not subject to one of the classifications of pay set out, the Department will upon being contacted state which neighboring county has such a classification and provide such rate, such rate being deemed to exist by reference in this document. If no neighboring county rate applies to the task, Exhibit A Page 21 of 22 Page 27 of 28 the Department shall undertake a special determination, such special determination being then deemed to have existed under this determination. If a project requires these, or any classification not listed, please contact IDOL at 217-782-1710 for wage rates or clarifications. LANDSCAPING Landscaping work falls under the existing classifications for laborer, operating engineer and truck driver. The work performed by landscape plantsman and landscape laborer is covered by the existing classification of laborer. The work performed by landscape operators (regardless of equipment used or its size) is covered by the classifications of operating engineer. The work performed by landscape truck drivers (regardless of size of truck driven) is covered by the classifications of truck driver. MATERIAL TESTER & MATERIAL TESTER/INSPECTOR I AND II Notwithstanding the difference in the classification title, the classification entitled "Material Tester I" involves the same job duties as the classification entitled "Material Tester/Inspector I". Likewise, the classification entitled "Material Tester II" involves the same job duties as the classification entitled "Material Tester/Inspector II". Exhibit A Page 22 of 22 Page 28 of 28 �DEs L.iES LLINO CONSENT AGENDA #5 & 5a. PUBLIC WORKS AND ENGINEERING DEPARTMENT Des Plaines, IL60016 P: 847.391.5464 desplaines.org MEMORANDUM Date: To: December 10, 2015 Mike Bartholomew, MCP, LEED-AP, City Manager From: Tom Bueser, Superintendent of General Services 'iii. Timothy Watkins, Assistant Director of Public Works and Engineering "7-4.1 Cc: Timothy P. Oakley, P.E., CFM, Director of Public Works and Engineering Subject: 2016 Parkway Tree Maintenance Issue: The 2016 budget includes funding for contractual parkway tree maintenance which includes trimming, stump grinding, and tree removal. Analysis: The City approved a three year contract with Trees R Us, Inc. for tree maintenance services on January 6, 2014. This is the final year of the current contract. The majority of the work in 2016 will be tree trimming. Expenditures under this contract must be approved by the City Council annually based on appropriated and budgeted funds for the current fiscal year. Recommendation: We recommend approval of the third year expenditure of the Parkway Tree Maintenance contract with Trees "R" Us, Inc., PO Box 6014, Wauconda, IL 60084 in the amount of $400,000. This contract will be funded from the Streets and Grounds Maintenance Division (100-50-530-0000.6170) account. Attachments: Attachment 1 — Trees "R" Us, Inc. Contract Resolution R-3-16 Page 1 of 22 Full Name of Bidder Principal Office Address Local Office Address Contact Person CITY OF DES PLAINES CONTRACT FOR Tree Maintenance " 4'6 ,live_ /OB/J)C ‘el /41 / hist '- foot% _5:2 .5-, ,e4 kit L5 !1/ a if (,4 U Aro /L /popes Nick 41//c L f S Telephone Number Q.9 7- 9/3 - 9 o 6 9 ("Bidder") TO: City of Des Plaines ('Owner') 1420 Miner Street Des Plaines, Illinois 60016 Attention: City Clerk Bidder warrants and represents that Bidder has carefully examined the Work Site described below and Its environs and has reviewed and understood all documents Included, referred to, or mentioned In this bound set of documents, including Addenda Nos. None, which are securely stapled to the end of this Contract 1. Work Proposal A. Contract and Work. If this Contract Is accepted, Bidder proposes and agrees that Bidder shall, at Its sole cost and expense, provide, perform, and complete, in the manner specified and described, and upon the terms and conditions set forth, in this Contract and Owner's written notification of acceptance In the form Included In this bound set of documents, all of the following, all of which Is herein referred to as the °Work': 1. Labor. Equipment Materials and Supplies Provide, perform, and complete, in the manner specified and described In this Contract/Proposal, all necessary work, labor, services, transportation, equipment, materials, supplies, Information, data, and other means and items necessary for the Tree and Stump Removal and Routine Trimming of various parkway trees throughout the City (the "Work Site°); 2. Pemuits. Procure and furnish all pennits, licenses, and other governmental approvals and authorizations necessary In connection therewith; 3. Bonds and Insurance. Procure and fumish all bonds and alt insurance certificates specified in this Contract; 4. Taxes. Pay all applicable federal, state, and local taxes; 5. Miscellaneous. Do all other things required of Bidder by this Contract; and 6. Quality. Provide, perform, and complete all of the foregoing In a proper and workmanlike manner, consistent with highest standards of professional and construction practices, in full compliance with, and as required by or pursuant, to this Contract, and with the greatest economy, efficiency, and expedition Exhibit A Attachment 1 consistent therewith, with only new, undamaged, and first quality equipment, materials, and supplies. B. Performance Standards. If this Contract Is accepted, Bidder proposes and agrees that all Work shall be fully provided, performed, and completed in accordance with the specifications attached hereto and by this reference made a part of this Contract. No provision of any referenced standard, specification, manual or code shall change the duties and responsibilities of Owner or Bidder from those set forth in this Contract Whenever any equipment, materials, or supplies are specified or described in this Contract by using the name or other Identifying feature of a proprietary product or the name or other identifying feature of a particular manufacturer or vendor, the specific Item mentioned shalt be understood as establishing the type, function, and quality desired. Other manufacturers' or vendors' products may be accepted, provided that the products proposed are equivalent In substance and function to those named as determined by Owner in its sole and absolute discretion. C. Responsibility for Damage or Loss. If this Contract Is accepted, Bidder proposes and agrees that Bidder shall be responsible and liable for, and shaft promptly and without charge to Owner repair or replace, damage done to, and any loss or injury suffered by, Owner, the Work, the Work Site, or other property or persons as a result of the Work. D. InsoectionlTestlno/Relectioq. Owner shall have the right to inspect all or any part of the Work and to reject all or any Part of the Work that is, In Owner's judgment, defective or damaged or that In any way falls to conform strictly to the requirements of this Contract and Owner, without limiting its other rights or remedies, may require correction or replacement at Bidder's cost, perform or have performed aft Work necessary to complete or correct all or any part of the Work that is defective, damaged, or nonconforming and charge Bidder with any excess cost incurred thereby, or cancel aft or any part of any order or this Contract. Work so rejected may be returned or held at Bidder's expense and nsk. 2. Contract Price Proposal If this Contract is accepted, Bidder proposes, and agrees, that Bidder shall take in full payment for all Work and other matters set forth under Section 1 above, Including overhead and profit; taxes, contributions, and premiums; and Page 2 of 22 compensation to all subcontractors and suppliers, the compensation set forth below. A. Schedule of Prices. For providing, performing, and completing all Work, trimming and removal of parkway trees and stumps as assigned by the City. See Attachment A (Bid Page) B. Basis for Determining Prices. It is expressly understood and agreed that: 1. All prices stated In the Schedule of Prices are firm and shall not be subject to escalation or change; 2. Owner is not subject to state or focal sales, use, and excise taxes that no such taxes are included in the Schedule of Prices, and that all claim or right to claim any additional compensation by reason of the payment of any such tax is hereby waived and released. 3. All other applicable federal, state, and local taxes of every kind and nature applicable to the Work are included in the Schedule of Prices. 4. The approximate quantities set forth in the Schedule of Prices for each Unit Price Item are Owner's estimate only, that Owner reserves the right to increase or decrease such quantities, that payment for each Unit Price Item shall be made only on the actual number of acceptable units of such Unit Price Item installed complete in place in full compliance with this Contract/Proposal, and that all claim or right to dispute or complain of any such estimated quantity, or to assert that there was any misunderstanding in regard to the nature or amount of any Unit Price Item to be provided or performed, is hereby waived and released; and 5. Any items of Work not specifically listed or referred to in the Schedule of Prices, or not specifically included for payment under any Unit Price Item, shall be deemed incidental to the Contract Price, shall not be measured for payment, and shall not be paid for separately except as incidental to the Contract Price, including without limitation extraordinary equipment repair, the cost of transportation, packing, cartage, and containers, the cost of preparing schedules and submittals, the cost or rental of small tools or buildings, the cost of utilities and sanitary conveniences, and any portion of the time of Bidder, its superintendents, or its office and engineering staff. C. Time of Payment. It is expressly understood and agreed that all payments shall be made in accordance with the following schedule: Contractor will submit monthly invoices to the City for the Work, and the City will pay the Consultant for undisputed amounts billed within 45 days after receiving such an invoice All payments may be subject to deduction or setoff by reason of any failure of Bidder to perform under this Contract/Proposal. 2 I..chilnr A 3. Contract Time If this Contract is accepted, Bidder proposes and agrees that Bidder shall commence the Work within 10 days after Owner's acceptance of the Contract provided Bidder shall have fumished to Owner all bonds and all Insurance certificates specified In this Contract (the "Commencement Date"). If this Contract is accepted, Bidder proposes and agrees that Bidder shall perform the Work diligently and continuously and shall complete the Work within the allotted time frames as described in the specifications (Attachment B). 4. Financial Assurance A. Bonds. If this Contract is accepted, Bidder proposes and agrees that Bidder shall provide an annual Performance Bond on forms provided by or otherwise acceptable to, Owner, from a surety company acceptable to Owner, each in the penal sum of the Contract Price, within 10 days after Owner's acceptance of this Contract. B. Insurance. If this Contract is accepted, Bidder proposes and agrees that Bidder shall provide certificates and policies of Insurance evidencing the minimum insurance coverage and limits set forth below within 10 days after Owner's acceptance of this Contract. Such insurance shall be in form, and from companies, acceptable to Owner and shall name Owner, including its Council members and elected and appointed officials, its officers, employees, agents, attomeys, consultants, and representatives, as an Additional Insured. The insurance coverage and limits set forth below shall be deemed to be minimum coverage and limits and shall not be construed in any way as a limitation on Bidder's duty to carry adequate Insurance or on Bidder's liability for losses or damages under this Contract. The minimum insurance coverage and limits that shall be maintained at all times while providing performing, or completing the Work are as follows: 1. Workers' Compensation and Employer's Liability Limits shall not be less than: Worker's Compensation: Statutory Employer's Liability: $500,000 each accident -Injury, $500,000 each employee -disease; $500,000 disease - policy. Such insurance shall evidence that coverage applies to the State of Illinois and provide a waiver of subrogation in favor of Owner. 2. Commercial Motor Vehicle Liability Limits for vehicles owned, non -owned or rented shall not be less than: $1,000,000 Bodily Injury and Property Damage Combined Single Limit 3. Commercial General Liability Limits shall not be less than: $1,000,000 Bodily Injury and Property Damage Combined Single Limit. Attachment 1 Page 3 of 22 Coverage to Include: - Premises Operations - Products/Completed Operations - Independent Contractors - Personal Injury (with Employment Exclusion deleted) - Broad Form Property Damage Endorsement - "X, "C," and •U" - Contractual Liability Contractual Liability coverage shall specifically include the Indemnification set forth below. 4. Umbrella Liability Limits shall not be less than: $2,000,000 Bodily Injury and Property Damage Combined Single Limit. This Coverage shall apply in excess of the limits stated in 1, 2, and 3 above. C. Indemnification. If this Contract Is accepted, Bidder proposes and agrees that Bidder shall Indemnify, save harmless, and defend Owner against all damages, liability, claims, losses, and expenses (including attorneys' fees) that may arise, or be alleged to have arisen, out of or In connection with Bidder's performance of, or failure to perform, the Work or any part thereof, or any failure to meet the representations and warranties set forth in Section 6 of this Contract D. penalties. If this Contract Is accepted, Bidder proposes and agrees that Bider shall be solely table for any fines or civil penalties that we Unposed by any governmental or quasi -governmental agency or body that may arise, or be alleged to have arisen, out of or in connection with Bidder's performance of, or failure to perform, the Work or any part thereof. 5. firm Contract All prices and other terms stated in this Contract are firm and shall not be subject to withdrawal, escalation, or change provided Owner accepts this Contract within 45 days after the date the bidder's contract proposal Is opened. 6. Bidder's Representations and Warranties To Induce Owner to accept this Contract, Bidder hereby represents and warrants as follows: A. The Work. The Work, and all of its components, (1) shall be of merchantable quality; (2) shall be free from any latent or patent defects and flaws in workmanship, materials, and design; (3) shall strictly conform to the requirements of this Contract, including ding without limitation the performance standards set forth In Section 18 of this Contract; and (4) shall be fit, sufficient, and suitable for the purposes expressed in, or reasonably intoned from, this Contract and the warranties expressed herein shall be In addition to any other warranties expressed or implied by law, which are hereby reserved unto Owner. Bider, promptly and without charge, shall correct any failure to fulfill the above warranty at any time within one year after final payment or such longer period as may be prescribed In the performance standards set forth In Sedlon 18 of this 3- h.chibit A Attachment 1 Contrail or by taw, The above warranty shall be extended automatically to cover all repaired and replacement parts and labor provided or performed under such warranty and Bidder's obligation to correct Work shall be extended for a period of two years from the date of such repair or replacement. The time period established In this Section 6A relates only to the specific obligation of Bidder to correct Work and shall not be construed to establish a period of limitation with respect to other obligations that Bidder has under this Contract. B. Compliance with Law§. The Work, and all of Its components, shall be provided, performed, and completed in compliance with, and Bidder agrees to be bound by, all applicable federal, state, and local laws, orders, rules, and regulations, as they may be modified or amended from time to time, including without !Imitation the Illinois Prevailing Wage Act, 820 ILCS 130/0.01 tit seg. and any other prevailing wage laws; any statutes requiring preference to laborers of specified classes; the Illinois Steel Products Procurement Ad, 30 ILCS 565/1 g( ggg.; any statutes prohibiting discrtminatlon because of, or requiring affirmative action based on, race, creed, color, national origin, age, sex, or other prohibited classification; and any statutes regarding safety or the perforrnanco of the Work. C. Prevallinn Wage Act. This Contract calls for the constriction of a "public work; within the meaning of the Illinois Prevailing Wage Act, 820 ILCS 130/0.01 gj mg. (the 'Act") A copy of Owner's ordinance ascertaining the prevailing rate of wages, In effect as of the date of this Contract, has been attached as an Appendix to this Contract. If the Illinois Department of Labor revises the prevailing rate of hourly wages to be paid, the revised rate will apply to this Contract Bidder and any subcontractors rendering services under thls Contract must comply with all requirements of the Act, including but not limited to, ati wage, notice, and record- keeping duties and certified payrolls. D. Not Br{ Bidder Is not barred by law from contracting with Owner or with any other unit of state or local government as a result of (I) a violation of either Section 33E-3 or Section 33E-4 of Article 33 of the Criminal Code of 1961, 720 ILCS 5133E-1 tij sig.; or (II) a violation of the USA Patriot Ad of 2001, 107 Public Law 56 (October 26, 2001) (the 'Patriot Act) or other statutes, orders, rules, and regulations of the United States government and its various executive departments, agendas and offices related to the subject matter of the Patriot Ad, including, but not limited to, Executive Order 13224 effective September 24, 2001. Bidder Is not acting, directly or indirectly, for or on behalf of any peen, group, entity or nation named by the United States Treasury Department as a Specially Designated National and Blocked Person, or for or on behalf of any person, group, entity or nation designated in Presidential Executive Order 13224 as a person who commits, threatens to commit, or supports terrorism; and Bidder is not engaged In this transaction directly or Indirectly on behalf of, or facilitating this transaction directly or indirectly on behalf of, any such person, group, entity or nation. E. Qualifier(. Bidder has the requisite experience (minimum of 5 years), ability, capital, facilities, plant, organization, and staff to enable Bidder to perform the Work successfully and promptly and to commence and complete the Work within the Contract Price and Contract lime set forth above Bidder warrants and represents that It has met and will meet all required standards set forth In Owner's Responsible Bidder Ordinance M-66-11 Page 4 of 22 7. Acknowledgements In submitting this Contract, Bidder acknowledges and agrees that: A. Reliance. Owner Is relying on all warranties, representations, and statements made by Bidder in this Contract. B. Reservation of Rights. Owner reserves the right to refect any and all proposals, reserves the right to reject the low price proposal, and reserves such other rights as are set forth in the Instructions to Bidders. C. Acceptance. If this Contract is accepted, Bidder shall be bound by each and every term, condition, or provision contained in this Contract and In Owner's written notification of acceptance In the form Included In this bound set of documents. D. Remedies. Each of the rights and remedies reserved to Owner In this Contract shall be cumulative and additional to any other or further remedies provided in law or equity or in this Contract. E. Time. Time is of the essence for this Contract and, except where stated otherwise, references In this Contract to days shall be construed to refer to calendar days. F. No Waiver. No examination, inspection, Investigation, test, measurement, review, determination, decision, certificate, or approval by Owner, whether before or after Owner's acceptance of this Contract; nor any Information or data supplied by Owner, whether before or after Owner's acceptance of this Contract; nor any order by Owner for the payment of money; nor any payment for, or use, possession, or acceptance of, the whole or any part of the Work by Owner, nor any extension of time granted by Owner, nor any delay by Owner in exercising any right under this Contract; nor any other act or omission of Owner shall constitute or be deemed -4- Exhibit A Attachment 1 to be an acceptance of any defective, damaged, or nonconforming Work, nor operate to waive or otherwise diminish the effect of any representation or warranty made by Bidder, or of any requirement or provision of this Contract; or of any remedy, power, or right of Owner. G. Severability. The provisions of this Contract/ Proposal shall be interpreted when possible to sustain their legality and enforceability as a whole. In the event any provision of this Contract shall be held Invalid, Illegal, or unenforceable by a court of competent jurisdiction, in whole or In part, neither the validity of the remaining part of such provision, nor the validity of any other provisions of this Contract shall be In any way affected thereby. ti. Amendments. No modification, addition, deletion, revision, alteration, or other change to this Contract shall be effective unless and until such change is reduced to writing and executed and delivered by Owner and Bidder, except that Owner ha the right, by written order executed by Owner, to make changes In the Work ('Change Order'). If any Change Order causes an Increase or decrease In the amount of the Work, then an equitable adjustment in the Contract Price or Contract Time may be made. No decrease in the amount of the Work caused by any Change Order shall entitle Bidder to make any claim for damages, anticipated profits, or other compensation. I. Assignment. Neither this Contract, nor any Interest herein, shall be assigned or subcontracted, In whole or In part, by Bidder except upon the prior written consent of Owner. J. Governing Law. This Contract, and the rights of the parties under this Contract shaft be Interpreted according to the internal laws, but not the conflict of law rules, of the State of Illinois, Every provision of law required by law to be inserted Into this Contract/Proposal shall be deemed to be Inserted herein. Page 5 of 22 Bidder's Status: ( ) i LL//t/o($Corporation Partnership ( ) Individual Proprietor () (State) (State) Bidder's Name: /4.f=C..5 n jZ i, (.,S /Ale— Doing Aim Doing Business As (if different): Signature of Bidder or Authorized Agent: (corporate seal) Printed Name: -./ E AI N t w/L L / S (If corporation) Title/Position: PgES/0 EAI T Bidder's Business Address: i o .8OX /c0/`/ W/4 u l'e,llis ri , /L 60.01-9 Bidder's Business Telephone: it/ 7-'99/3 -T06 �/ Facsimile: $'S�7- ief7 - 9753 If a corporation or partnership, list all officers or partners: NAME TITLE ADDRESS SGA/N, rt/,Zi--;S bCs/Utc,UT 3‘05 Ai/ A/U.NC/1E LAJ Nice_ W/ -LIS Vice &es/Dt-a/JT riaN//51902-4,/L k216 7 NNi /1/fLt/5 2E- Asa /eE,e_ / i c K GW/Lzls ✓`&c/zG-%4.2,), 5 Fxhihit A Attachment 1 Page 6 of 22 ACCEPTANCE The Contract attached hereto and by this reference incorporated herein and made a part hereof is hereby accepted by the order of the City of Des Plaines ("Owner") as of 1,47-,--4.-4 d-7 , 2014. This Acceptance, together with the Contract attached hereto, constitutes the entire and only agreement between the parties relating to the accomplishment of the Work and the compensation therefor and supersedes and merges any other prior or contemporaneous discussions, agreements, or understandings, whether written or oral, and shall prevail over any contradictory or inconsistent terms or conditions contained in any purchase order, acceptance, acknowledgement, invoice, or other standard form used by the parties in the performance of the Contract. Any such contradictory or Inconsistent terms or conditions shall be deemed objected to by Owner without further notice of objection and shall be of no effect nor in any circumstances binding upon Owner unless accepted by Owner in a written document plainly labeled "Amendment to Contract." Acceptance or rejection by Owner of any such contradictory or inconsistent terms or conditions shall not constitute acceptance of any other contradictory or inconsistent terms or conditions. CITY OF DES PLAINES Signature: Printed name: Michael G Bartholomew Title: City Manager II IEngineeting Farts and Specs Contracts and SpwilicatiansOneumenls - Typical Coalmen/4K Conlmuts1Masler Short Fonn Contract.dnca -6- Attachment 1 Page 7 of 22 2014-2016 TREE MAINTENANCE BID SPECIFICATIONS General Instructions to Bidders and Conditions of Contract 1. Location The trimming and removal of debris and other work covered by this contract will be limited to trees in public parkways and other City property within the boundaries of Des Plaines. Attached maps define areas of contract and any instructions pertaining to areas. Areas will be trimmed in order starting with Area A and working alphabetically. 2. Crews A tree trimming crew shall consist of not less than five (5) men, including a working foreman, with the required equipment to perform tree -trimming operations satisfactorily. 3. Trhntning Standards Trimming will be done in accordance with the ANSI A300 Standards, as set forth by the National Arborist Association, as required for Class II Pruning, and in a manner satisfactory to the Public Works Director or his designee. In addition, limbs hanging over the roof of a house or other smaller trees shall be removed. A clearance of fourteen feet (14') over public roadways and ten feet (10') over public walks shall be accomplished; there shall be proper clearance around all public streetlights and all sucker growth along the main trunk below the crown outline shall be removed. When the trimming of a tree has been completed, the area beneath the tree shall be raked and the trimming debris shall be removed from the area. Care shall also be taken not to damage other trees, shrubs, or lawn during the tree trimming operations. Payment for this item will be on a per tree basis in five (5) classes as per item #6 - Compensation, and will include the costs of removing and disposing of debris. Measurements will be taken as per Item #5 - measurement. A chipper machine may be used in disposing of trimming debris. Under no circumstances, shall any person working trimming trees, be permitted to wear or use spurs or climbing irons. 4. Definition of Trimming Terms In order to eliminate confusion or uncertainty in the use of certain terms relating to the trimming of parkway trees, the following terms will be used as defined below: a.Interfering Branches Fchihit A Attachment 1 Page 8 of 22 Branches which are growing in contact with man-made structures and, therefore, threatening to or actually damaging them. b. Obstructing Branches Branches which are growing in such a manner that they obstruct the view of traffic control devices or reduce the area of illumination of streetlights. c.Objectionable Branches Branches which are growing in such a manner that they are undesirable if the natural form and shape of a tree is to be achieved. d. Crossing or Rubbing Branches Two (2) or more branches which are growing in contact with each other and are injured and/or weakened by that contact. e.Sucker Growth The bushy and undesirable growth of small shoot on the trunk of a tree or on major limbs in very close proximity to the trunk. 5. Measurement Measurements will be made to the nearest tenth of an inch rounding off to the nearest whole diameter inch. Example: a measurement of 13.4 would be recorded as 13 inch DBH, and a measurement of 13.5 would be recorded as 14 inch DBH. No trees under 3" shall be trimmed. 6. Compensation Compensation for tree trimming shall be calculated on a per tree basis using daily or weekly report totals that will be reviewed and approved by the Director of Public works or his designee. Contractor shall furnish at no additional cost all necessary power saws, ropes, ladders, trucks and any other tools or equipment to do the work in the manner prescribed. Diameter Inch Size: 3" up to and including 12" (DBH) 13" up to and including 24" (DBH) 25" up to and including 36" (DBH) 37" up to and including 48" (DBH) 49" and over (DBH) 7. Emereencv Work The successful bidder shall make available emergency crews and equipment on a 24- hour basis subject to immediate call by the City of Des Plaines, in the event of tree damage due to wind, sleet, stone, or any other reason. Bidders are requested to specify hourly rates for such services as set forth in the bid form. ta,�t,rA Attachment 1 Page 9 of 22 8. Removal of Debris All debris from tree trimming shall be removed from the site and from the City of Des Plaines immediately after trimming. Payment for removal of debris and furnishing of dump is to be included in the unit prices for trimming. No additional compensation shall be paid. 9. Safe During tree trimming, the Contractor will have the responsibility of blocking the entire street at each intersection using proper signs and barricades to prevent any motorized vehicle from entering, with the exception of State or County highways which will not be completely blocked off. Prior to working on any street, the Contractor shall have the responsibility of notifying the Des Plaines Police and Fire Departments. If the entire street is not properly barricaded when performing tree -trimming operations, the City of Des Plaines will stop work until the proper street barricading is accomplished. The Contractor shall also be required to contact the appropriate State or County agency when engaged in removal work on their rights-of-way. 10. Reporting The successful bidder shall keep daily records and submit copies along with invoices, and any other reports as may be deemed necessary to fulfill the terms and provisions of the contract 11. Public Relations The successful bidder shall endeavor at all times to maintain good public relations. 12. Payment The City of Des Plaines shall make payment provided the work is approved by the City, within forty five (45) days after receipt of approved invoices. Bidders are advised that a maximum of up to, but not exceeding $200,000.00 will be available for work under this contract. 13. Bid Security Each proposal shall be accompanied by a certified check or bid bond payable to the City of Des Plaines in the amount of $5,000 as a guarantee that the successful bidder will, within ten (10) days after being awarded the contract, will execute an agreement and file bonds and insurance as required by contract documents. Exhibit A Attachment 1 Page 10 of 22 will execute an agreement and file bonds and insurance as required by contract documents. FORFEITURE CLAUSE If the rate at which the work is performed is not, in the judgment of the Director of Public Works or his designee, such as to insure its progress and completion in the time and manner herein specified, or if, at any time, the Contractor refuses or neglects to prosecute the work with the force sufficient for its completion within the specified time, or if in any event the Contractor fails to proceed with the work in accordance with the requirements and conditions of the Specifications, the City shall have full right and authority after giving ten (10) days written notice to the Contractor of its intention to do so, to take the work out of the hands of the Contractor and/or relet the same to other Contractors. TREE REMOVAL STANDARDS Trees to be removed will consist of those designated by the Public Works Director or his designee, which are located on publicly -owned parkways in Des Plaines. Trees to be removed will be marked by City personnel with a fluorescent orange dot. The Public Works Director or his designee will assign addresses to the Contractor. As a general rule, assigned trees must be removed within 30 days of their assignment. Removal shall consist of cutting down each identified tree in a safe manner so as not to unnecessarily endanger life, limb or property. The bid price is to include removal of the tree to ground level, stump grinding, hauling away all debris to an approved disposal site, and a thorough cleanup of the work site including raking and sweeping. No Togs will be allowed to remain in Des Plaines. Stumps shall not be left higher than three (3) inches above ground level. Ropes shall be used to lower all limbs of sufficient size that may cause damage to other trees or surrounding public or private property. Trees marked for removal that extend through power and/or telephone wires may require topping. It will be the contractor's responsibility to notify the responsible utility company and make arrangements with this utility company for the topping of these trees so that the final removal of these trees will not be delayed. Exhihit A Attachment 1 Page 11 of 22 OTHER REOUIREMENTS Safety During tree removals the Contractor will have the responsibility of blocking the entire street at each intersection using proper signs and barricades to prevent any motorized vehicle from entering, with the exception of State or County highways which will not be completely blocked off. Prior to working on any street, the Contractor shall have the responsibility of notifying the Des Plaines Police and Fire Departments. If the entire street is not properly barricaded when performing tree removal operations, the City of Des Plaines will stop work until the proper street barricading is accomplished. The Contractor shall also be required to contact the appropriate State or County agency when engaged in removal work on their rights-of-way. Debris Removal The Contractor shall arrange to keep sidewalks open for traffic when possible. All debris from tree removal operations shall be removed from the site and from the City of Des Plaines the same day it is placed. No debris is to remain in the street or on the sidewalk overnight. Under no circumstances will debris be left on the parkway over the weekend (Saturday or Sunday). Payment for removal and disposal of debris is to be included in the unit prices for tree removal. The Contractor shall remove all surplus materials and debris from the streets as the work progresses so that the public may have the use of the streets a maximum amount of time. Accident Prevention The Contractor shall exercise every precaution at all times for the protection of persons and properties. The safety provisions of all applicable laws and ordinances shall be strictly observed. Any practice obviously hazardous in the opinion of the Director of Public Works or authorized representative shall be immediately discontinued by the Contractor upon receipt of instructions from the Director of Public Works or authorized representative to discontinue such practice. The Contractor shall abide by all EPA and OSHA safety standards and regulations. Contractor's Representative The Contractor shall have at all times a competent foreman or superintendent on the job who shall have full authority to act for the Contractor and to receive and execute orders from the Director of Public Works or appointed representative, and any instructions given to such superintendent or person executing work for the Contractor shall be binding on the Contractor as though given to him personally. Contractor's representative must be proficient in the use and interpretation of the English language. The Contractor shall endeavor at all times to maintain good public relations. Fyhihit A Attachment 1 Page 12 of 22 Equipment Under no circumstances shall any motorized equipment be permitted to be driven on the parkways, driveways, or public walks while performing work under the provisions of this contract, with the exception of the stump removal machine or as authorized by the Director of Public Works or authorized representative. PAYMENT FOR SERVICES Billings for services will be accepted on a monthly basis for all work performed under this contract. Payment for tree removals will be made on a unit price per size class basis. (Price for removal of each tree will be determined by the diameter at breast height (d.b.h.) of the tree for the particular size class in which the tree falls.) Payment for stump removal will be withheld at the rate of 25% of class bid price per tree until stump is removed. For payment purposes, diameters of trees removed shall be measured with a standard diameter tape at 41/2 feet from the ground. In the case of multi -stemmed trees whose crotch is 41/2 feet from the ground or lower, measurements will be taken one foot below the crotch. Measurement will be rounded to the nearest whole inch, higher or lower, based on % inch intaements. No allowance shall be made for trees that have a crown ratio larger than that of any average tree of same species for that diameter class or for trees that present a particular problem in removing. Payment on any given bill may be withheld by the City for work not completed according to prescribed Specifications. In this event Contractor must correct deficiencies at his own expense before any further payments will be made. STUMP REMOVAL It will be required that all stumps shall be removed within 30 days after the tree has been removed. Stump removal is to include grinding out the stump and surface roots to a minimum of 10 inches below ground level; removing all chips from the stump hole, lawns, sidewalks and streets; and furnishing black soil and back filling the stump hole, graded and seeded with an appropriate sunny grass seed mix. Raking and sweeping of the walks, driveways and streets will be required. The Contractor, when back filling the hole with black soil, shall add extra soil to compensate for soil settling which will occur. Under no circumstances will the City of Des Plaines permit stumps to be ground out and the chips not picked up, or the stump removed, the chips picked up, but no black soil added to the site. If this occurs without justification, the City will assume the Contractor is not satisfactorily performing his stump removal contract with the City of Des Plaines. F Mbit a Attachment 1 Page 13 of 22 REMOVAL OF DEBRIS All debris from stump removals shall be removed from the site and from the City of Des Plaines within two hours after the debris has been placed. No stump removal debris is to remain in the streets or on public sidewalks. Payment for removal of debris is to be included in the unit prices for tree removal. No additional compensation will be made. EMERGENCY WORK The successful bidder shall make available emergency crews and equipment on a 24-hour basis subject to immediate call by the City of Des Plaines, in the event of tree damage due to wind, sleet, storm, or any other reason. Bidders are requested to specify hourly rates for such services as set forth in the bid form. FORFEITURE CLAUSE If the rate at which the work is performed is not, in the judgment of the Director of Public Works or his designee, such as to insure its progress and completion in the time and manner herein specified, or if, at any time, the Contractor refuses or neglects to prosecute the work with the force sufficient for its completion within the specified time, or if in any event the Contractor fails to proceed with the work in accordance with the requirements and conditions of the Specifications, the City shall have full right and authority after giving ten (10) days written notice to the Contractor of its intention to do so, to take the work out of the hands of the Contractor and/or relet the same to other Contractors. If this proposal is accepted and the undersigned shall fail to contract as aforesaid, and to give the bond for faithful performance and all insurance as required within I0 days after date of award of contract, the City of Des Plaines, shall, at its option, determine that the bidder has abandoned this contract and thereupon this proposal and acceptance thereof shall be null and void and the forfeiture of security accompanying this proposal shall operate and the same shall be the property of the City of Des Plaines as liquidated damages. The City of Des Plaines reserves the right to waive the performance bond requirement for the initial or subsequent contract periods. Questions may be directed to Matt Tarver, Forestry Department, at (847) 391-5473 I xhihit a Attachment 1 Page 14 of 22 7/-6d'/1 TREE MAINTENANCE BIDDING SCHEDULE Tree Trimming SIZE CLASS 2014 2015 2016 3" to 12" DBH $ .?'y v c-' $ ,elf, /o $ 5o 13"to24"DBH $ 7r 0u $ 14 So ,241, $ 99. Ca 25"to36"DBH $ 74,•oo $ 7a .5-0 $ 7.3 no 37" to 48" DBH $ 96 . o o $ 96 . 5o $ '76 •7S 49" and over DBH $ /pp, o0 $ /Co. 5a $ /00.75 Tree and Stump Removal Unit Price Per Inch For Each Class SIZE CLASS 2014 TREE 2015 TREE 2016 TREE 2014 STUMP 2015 STUMP 2016 STUMP 15" to 24" DBH $ o %g $ y it g so $ `` o $OF25' $ g. Su 25"to31" DBH $ iU /%• $ ay 023. $3 J ° $ %D, `w $ /p XS $/O.S° 31" to 36" DBH $ v�a 00 $ a3 ^}' $0?3 '`' $/aZ°-1.7 $/d•S $/0?. ,-i 37" and over DBH $$ $a 8. neat/ $a6.so $/� o, � aS $4,,, $/0,7 5c' Emergency Work (per hour) ITEM 2014 2015 2016 r LaLaub $ 90• ao $ g, eLe $ 9s ac k $ 73 " $ 7a,, $ 79 Chipper $ /o , no Aerial Truck $ ,f5ri-o $ gw et) $ 7? a,, Loader $ /00 e -r $ SUS '``'' $ /o.S, etc Attachment A Exhibit A Attachment 1 Page 1 of 1 Page 15 of 22 ADDENDUM No. 2 TO REQUEST FOR PROPOSAL DOCUMENTS City of Des Plaines TREE MAINTENANCE PROPOSAL DUE DATE: TUESDAY DECEMBER 3, 2013 PLEASE SIGN THIS ADDENDUM IN THE SPACE PROVIDED AND ATTACH TO THE FRONT OF YOUR PROPOSAL. COMPANY NAME �CC-CS' `'Y� Nv`C-- SIGNATURE / t ( � DATE \\ LZ\' 13 This addendum is to clarify language in the contract and bid specifications regarding bonds: Item #1 Bid Security Each proposal shall be accompanied by a certified check or bid bond payable to the City of Des Plaines in the amount of $5,000 as a guarantee that the successful bidder will, within ten (I0) days after being awarded the contract. will execute an agreement and file bonds and insurance as required by contract documents. Item #2 Financial Assurance A. Bonds. If this Contract is accepted, Bidder proposes and agrees that Bidder shall provide an annual Performance Bond on forms provided by or otherwise acceptable to, Owner, from a surety company acceptable to Owner, each in the penal sum of the Contract Price, within 10 days after Owner's acceptance of this Contract IFIYOU HAVE y�ANY QUESTIONS, CONTACT THE UNDERSIGNED AT 847/391-5471. Yloa'R'1Ge .//Low By: Howard Moser Superintendent of General Services F.xhihit A Attachment 1 Page 16 of 22 ADDENDUM No. 1 TO REQUEST FOR PROPOSAL DOCUMENTS City of Des Plaines TREE MAINTENANCE PROPOSAL DUE DATE: TUESDAY DECEMBER 3, 2013 COMPANY NAME SIGNATURE PLEASE SIGN THIS ADDENDUM MI THE SPACE PROVIDED AND ATTACH TO THE FRONT OF YOUR PROPOSAL. F9e--s Ausr- DATE Pk 2 0/1 3 This addendum is to clarify language in the Request for Proposals changing the due date. Item #1 The proposal due date is changed from November 29 at 3:00 PM to December 3, 2013 at 3:00 PM. Item #2 The Bid Page is changed to include separate per inch pricing for tree and stump removal. IF YOU HAVE ANY QUESTIONS, CONTACT THE UNDERSIGNED AT 847/391-5471. Woevcwtd 112o4et By: Howard Moser Superintendent of General Services Exhibit A Attachment 1 Page 17 of 22 October 31, 2013 COMPLETE TREE SERVICE RESIDENTIAL & COMMERCIAL PO BOX 6014 Wauconda, IL 60084 Equipment List - All Equipment Owned by Company • 1995 Ford L8000 30yd chip truck • 1992 International 20yd chip truck • 1988 Ford F700 20yd chip truck • 2001 International 20 yard chip truck • 1998 International Forestry chip truck with 55' bucket • 1999 International Forestry chip truck with 55' bucket • 1992 International 60' bucket truck • 1999 Ford F450 Super Duty Truck • 1995 Ford F350 dump truck • 1995 Ford F350 pickup • 2006 Rayco RG Super50 stump grinder • 2005 Vermeer Tow -behind Stumper • 2004 Brush Bandit 15" drum chipper • 1999 Brush Bandit 18" drum chipper • 1992 Brush Bandit 15" disc chipper • 1999 Brush Bandit 15" disc chipper • 2001 Brush Bandit 15" disc chipper • 2012 Brush Bandit Chipper 250 XP • 2013 Brush Bandit Chipper 250 XP • 2013 Brush Bandit Chipper 280 HD • 1999 Mack Log Truck • 1995 Freightliner Log Truck • 1999 Freightliner Log Truck • 2004 Caterpillar 252B skid steer (2) • CAT IT -28-B Wheel Loader • 2000 Brush Bandit Beast #3680 — whole tree grinder/recycler www.treesrusinc.com Phone: 847-913-9069 Fax: 847-487-3753 Tree & Stump Removal • Tree Trimming • Lot Clearing • Mulch • Cabling • Plant Health Care Exhibit A Attachment 1 Page 18 of 22 Nick Willis 097-067 Trees RUs POBox 6014 Wauconda (L 60084 847-913-9059 Lake County Mailing Address: Street Telephone Illinois Department of Agriculture )IS EMERALD ASH BORER COMPLIANCE AGREEMENT Sar, County Disposal or Procesdng YardLocat on (if different than mailing address above): Street City/Town Zip code------------- County--- ------------ Pmslantludic ltsecePetmad lentDiseaseActf5R5lraxis Statutes 90/let Contact Name: Mr./Ms. City/Fawn State &male• AppBeafdetoSlateoFl in eVis)forthe M 1 EAB � regulations go ova fling a Emyrcant td Ash Borer (EAB), quarantine tarn bovadatiec, and •}�n� atddes"*. Wh working within and nearthis agreement and with any eibrprocedmarequired bytheDheobr&tLeUlm* De ofAgrlMtotE may te expired for inspectian. I agree to easwith the procedures Mows listed below in 1. Regulated articles she not be moved out of established quarantine zone(s) at any time unless: a) Me regulated articles have bean chipped/processed to a size measuring les than 1.0 inch in two dimensions: b) the bark and outer 1 inch of sapwood of regulated articles bas been completely removed; or c)the standards for1Gln Sterilization m8°latedmsnt article-, including faewood, have been treated m meet USDA-APHIS-PPQ 2. From May 1 to 1, all ��)• Heat Treatment �1`�)• or Fumigation Treacm,-nt (Tg04-�1-1); township l of toSeptember shall reonly a� articles originating from within the EAB quarantine zone and leaving tenclosed theirbyacalgiacovering, transported within the EAB quarantine zone in an enclosed v any municipality cor ompletely such as canvas, plastic or Uglily woven clot[, adequate to v of vehicle or ra vehicle Borer enviranmenS prevent the passage the Emerald Asn Honer m the 3. Any and all prions or motes the person inti foa ��ag p an of regulated articles within the EAB quarantine sane m another person or entity shall inform Federal quarantine mesons: on of the regulated ankle, either verbally or in writing that the said regulated articles are subject m Sone and 4. to Employers shall inform their employees about tie EAB quarantineerregulations, including EAB quarantine zone employees how dandl)/theEAB and issigns, andregteeacopy ofdnsm agaemenrtpbecamoU boundaries, State t 5. The Illinois Department of Agriculture shall be informed of any suspected EAB ' onFlo working in the Stare ofltiioois; and infestation(s). "Regulated Articles" are hereby defined as the following. 1) The Emerald Ash Borer ) oo (Arita: plop Fpm) in any living stage of development; 2) Ash trees Chadians anysia 3) Ash limbs and breateltg 4) Any cut non.cmrifemns,hardwood firewood 5) Bari from ash nem and wood chips Imre,:than one inch intwo dioranioasfrom ashaees; 6) Ash logs and lumber with ddefithebark atthe oaRrane tail-mdrofsapuoodorbury,a 7) Anyitemtnadefrom orcontaining dewood ofdnash tom which is capable emerald ash boxer; 8) Any other attire, product, or mems of cn eyanm it is determined by thee Direaog r of Agriculture that it presents the risk of spaced of the Emerald Ash Boterin arysageofdevd l State Agency Official Signature is Illinois Depar,ment of Agriculture 2280 Bethany Road, Suite B DeKalb, Illinois 60115 Phone: 815-7875476 Fax: 815-7875488 Date Signed _ /12/10 Compliance Agreement Ne. Illinois Department of Amiculnue P.O. Box 19281 Springfield, Illinois 62794-9281 Phone: 217-785-2427 Fax 217-524.4882 One original signed agreement to be maintained at the Illinois Dept. of Agriculture and a second original signed agreement to be maintained at the company office. For up -to -dale information on EAB please go to: www.11lino'sFac [1112312809, EABCnmplfanceag� tRuoel-----==—r—or vravtstate u5>GAB, F.xhihit A Attachment 1 Page 19 of 22 a`oizo CERTIFICATE OF LIABILITY INSURANCE ii�2i�2o" 3 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the polcy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER RWC Insurance Group Ray Weidenaar & Co. 7239 W. Lara Way Rd. Frankfort IL 60423-7767 CONTACT Barb Bachlada NAME: WPND a FIN(815) 469-6595 (qa. Ne): (015) 469-6165 ADDREss,barb@rwc4ins. com INSURER(S)AFFOROING COVERAGE NAICI INSURER A:Western World Insurance Co. UA&LIT/ COMMERCIAL GENERAL LIABILITY INSURED Trees "R" Us, Inc. DBA Organic Solutions P.O. Box 6014 Wauconda IL 60084-6014 INSURER West American Insurance Co. NPP8144159 INSURER c Commerce & Industry Ins Co. 2/15/2014 INSURER DCarolina Casualty Inc Co. $ 1,000,000 INSURER E :Ohio Casualty Insurance Co. S 100,000 INSURERF :The Hartford CLAIMS -MADE X OCCUR ERTIFICATE 013 2014 #2 • THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POUCIES DESCRIBED HEREIN 15 SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE MR INBR BURR WVD POLICY NUMBER POLICY EFF (MMIDDIYYYY) POLICY EXP IMMIDDM'YY) OMITS A GENERAL X UA&LIT/ COMMERCIAL GENERAL LIABILITY NPP8144159 2/15/2013 2/15/2014 EACH OCCURRENCE $ 1,000,000 D AGE 10 R ED PREM SES Eeo¢grirence) S 100,000 CLAIMS -MADE X OCCUR MED EXP (Any one poison) S 5,000 X Herbicide/Foeticide PERSONAL SADV INJURY S 1,000,000 GENERAL AGGREGATE S 2,000,000 GENL AGGREGATE 7 POLICY LIMIT APPLIES PER I .0 I: 9 1 I LOC PRODUCTS -COMPIOPAGG $ 2,000,000 S B E AUTOMOBILE X _ X W 91UTY ANY AUTO ALL OWNED AUTOS HIRED AUTOS _ X _ X SCHEDULED AUTOS NONOWNED AUTOS Umbrae BAW5503E1279 55055038278 2/15/2013 2/15/2013 2/15/2014 2/15/2014 COMBINED SINGLE LIMIT (Ea acddenll f 1,000,000 BODILY INJURY (Per person) S BODILY INJURY (Per accident) S PROPERTY DAMAGE (Pa a=Nene S Umbrella LleC Om SApp $ 3,000,000 C X UMBRELLA WB EXCESS LAB X OCCUR CLAIMS -MADE 85067910083 GI, & WC 2/15/2013 2/15/2014 EACH OCCURRENCE S 3,000,000 AGGREGATE S 3,000,000 DEO RETENTIONS S D WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ECUTE ANY PROPRE TOORRPARTNEFuEEXCLUDED? N (Mandatory In NN) 11yes dewibe 1PTIuMw ITyS RAOF OPERATIONS Chow YIN y NIA BNUNC0122095 Excluded: Jenna Willie & Nick Willie 11/15/201311/15/2014 X I WC STATU- I IOTH- TORY I IMITS ER E L. EACH ACCIDENT S 1,000,000 E.L. DISEASE - EA EMPLOYEE S 1,000,000 E.L. DISEASE - POLICY LIMIT S 1,000,000 F Inland Marine 83M53G4300 2/15/2013 2/15/2014 Leeled,Rented or Saruwed Equipment $100,000 DESCRIPTION OF OPERATIONS I LOCATIONS 1 VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more pace Is required) RE Tree Maintenance Contract. Additional insured with respects to general liability only when required by written contract on a primary and non-contributory basis: City of Des Plaines. TIFICATE HOLDER CANCELLATION City of Des Plaines 1420 Miner Street Des Plaines, IL 60016 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Mark Duncan/BBACHL age..�.�o.— ACORD 25 (2010/05) INSO2S norms, m Exhibit A Attachment 1 ©1988-2010 ACORD CORPORATION. All rights reserved The A Colin nnnen and Innn aro ronicfered marts of Ar:flDfl Page 20 of 22 CITY OF DES PLAINES RESOLUTION R - 3 - 16 A RESOLUTION AUTHORIZING THE EXPENDITURE OF FUNDS UNDER A TREE MAINTENANCE CONTRACT WITH TREES "R" US, INC. WHEREAS, on January 6, 2014, the City Council adopted R-13-14, approving and authorizing the execution of a three-year contract ("Contract") with Trees "R" Us, Inc. ("Contractor"), for tree trimming and tree and stump removal work within City parkways ("Work") to be performed on a unit price basis as needed by, and at the direction of, the City; and and WHEREAS, the City and the Contractor entered into the Contract as of January 25, 2014; WHEREAS, the City Council appropriated $400,000 in the Streets and Grounds Maintenance Fund for use by the Department of Public Works and Engineering during the 2016 fiscal year for the performance of the Work; and WHEREAS, the City desires to make expenditures in the not -to -exceed amount of $400,000 during the 2016 fiscal year for the performance of the Work by Contractor under the Contract; and WHEREAS, the City Council has determined that it is in the best interest of the City to authorize the expenditure of the not -to -exceed amount of $400,000 during the 2016 fiscal year for the performance of the Work by Contractor under the Contract; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Des Plaines, Cook County, Illinois in the exercise of its home rule powers, as follows: SECTION 1: RECITALS. The foregoing recitals are hereby incorporated into, and made a part of, this Resolution as findings of the City Council. SECTION 2: AUTHORIZATION OF EXPENDITURE. The City Council hereby authorizes the expenditure of the not -to -exceed amount of $400,000 during the 2016 fiscal year for the performance of the Work by Contractor under the Contract. SECTION 3: EFFECTIVE DATE. This Resolution shall be in full force and effect from and after its passage and approval according to law. 1 Page 21 of 22 PASSED this day of , 2016. APPROVED this day of , 2016. VOTE: AYES NAYS ABSENT MAYOR ATTEST: Approved as to form: CITY CLERK Peter M. Friedman, General Counsel DP -Resolution Approving Expenditure of Funds Under Contract with Trees R Us (2016) #38138400_v2 2 Page 22 of 22 �DEs L.iES LLINO CONSENT AGENDA #6 & 6a. PUBLIC WORKS AND ENGINEERING DEPARTMENT Des Plaines, IL 60016 P: 847.391.5464 desplaines.org MEMORANDUM Date: To: December 10, 2015 Mike Bartholomew, MCP, LEED-AP, City Manager From: Tom Bueser, Superintendent of General Services 'iii. Timothy Watkins, Assistant Director of Public Works and Engineering 7-4) Cc: Timothy P. Oakley, P.E., CFM, Director of Public Works and Engineering Subject: 2016 Custodial Services Contract and Change Order 1 Issue: The 2016 budget includes funding for contractual custodial services which includes cleaning services at various City owned buildings and facilities. Analysis: The City approved a two year contract with ABC Commercial, Inc. for custodial services on February 2, 2015. 2016 is the final year of the current contract. This item will be re -bid in 2017. Expenditures under this contract must be approved by the City Council annually based on appropriated and budgeted funds for the current fiscal year. The original contract price for 2016 is $58,500; however, the contract did not include pricing for the second floor of City Hall which was previously used as the 911 Communications Center and storage. Staff has requested pricing as the second floor remodeling project has been completed. A monthly cost is $270 was received from ABC Commercial. This cost is consistent with other areas currently under contract and will result in a change order of $3,240 annually. Recommendation: We recommend approval of the second year expenditure of the Custodial Services contract with ABC Commercial Maintenance Services, Inc. in the amount of $58,500 and Change Order 1 in the amount of $3,240 for a total of $61,740 for 2016. This contract will be funded from the Facilities and Grounds Maintenance, Custodial Services (100-50-535-0000.6145) and T.I.F. #1 Downtown, Custodial Services (201-00- 000-0000.6145) accounts. Attachments: Attachment 1 — ABC Commercial Contract Resolution R-4-16 Exhibit A — Change Order 1 Page 1 of 26 CITY OF DES PLAINES CONTRACT FOR Custodial Work This CONTRACT FOR CUSTODIAL WORK ("Contract") is dated as of the _ day of February, 2015 ("Effective Date"), and is by and between the CITY OF DES PLAINES, an Illinois home rule municipal corporation ("Owner"), and ABC Commercial, Inc., a Custodial Services Contractor ("Contractor"). IN CONSIDERATION OF the recitals and the mutual covenants and agreements set forth in this Agreement, and pursuant to the City's statutory and home rule powers, the parties agree as follows: 1. Work A. Contract and Work. Contractor shall, at its sole cost and expense, provide, perform, and complete, in the mariner specified and described, and upon the terms and conditions set forth, in this Contract, all of the following, all of which is herein referred to as the "Work": 1. Labor, Equipment, Materials and Supplies. Provide, perform, and complete, in the manner specified and described in this Contract, all necessary work, labor, services, transportation, equipment, materials, supplies, information, data, and other means and items necessary for the performance of cleaning and custodial work at certain City -owned buildings and facilities (collectively, the "Work Site"); 2. Permits. Procure and furnish all permits, licenses, and other governmental approvals and authorizations necessary in connection therewith; 3. Insurance. Procure and furnish all insurance certificates specified in this Contract; 4. Taxes. Pay all applicable federal, state, and local taxes; 5. Miscellaneous. Do all other things required of Contractor by this Contract; and 6. Quality. Provide, perform, and complete all of the foregoing in a proper and workmanlike manner, consistent with highest standards of professional custodial practices, in full compliance with, and as required by or pursuant, to this Contract, and with the greatest economy, efficiency, and expedition consistent therewith, with only new, undamaged, and first quality equipment, materials, and supplies. B. Performance Standards. Contractor agrees that all Work shall be fully provided, performed, and completed in accordance with the specifications attached to and, by this reference, made a part of this Contract as Exhibit A. No provision of any referenced standard, specification, manual or code shall change the duties and responsibilities of Owner or Contractor from those set forth in this Contract. Whenever any equipment, materials, or supplies are specified or described in this Contract by using the name or other identifying feature of a proprietary product or the name or other identifying feature of a particular manufacturer or vendor, the specific item mentioned shall be understood as establishing the type, function, and quality desired. Other manufacturers' or vendors' products may be accepted, provided that the products proposed are Attachment 1 Page 2 of 26 equivalent in substance and function to those named as determined by Owner in its sole and absolute discretion. C. Responsibility for Damage or Loss. Contractor shall be responsible and liable for, and shall promptly and without charge to Owner repair or replace, damage done to, and any loss or injury suffered by, Owner, the Work, the Work Site, or other property or persons as a result of the Work. D. Inspection/TestinaWReiection. Owner shall have the right to inspect all or any part of the Work and to reject all or any part of the Work that is, in Owner's judgment, defective or damaged or that in any way fails to conform strictly to the requirements of this Contract and Owner, without limiting its other rights or remedies, may require correction or replacement at Contractor's cost, perform or have performed all Work necessary to complete or correct all or any part of the Work that is defective, damaged, or nonconforming and charge Contractor with any excess cost incurred thereby, or cancel all or any part of any order or this Contract. Work so rejected may be returned or held at Contractor's expense and risk. 2. Contract Price Contractor shall take in full payment for all Work and other matters set forth under Section 1 above, including overhead and profit; taxes, contributions, and premiums; and compensation to all subcontractors and suppliers, the compensation set forth below. A. Schedule of Prices. For providing, performing, and completing all Work, the monthly amounts set forth in the Schedule of Prices attached to and, by this reference, made a part of this Contract as Exhibit B. B. Basis for Determining Prices. It is expressly understood and agreed that: 1. All prices stated in the Schedule of Prices are firm and shall not be subject to escalation or change; 2. Owner is not subject to state or local sales, use, and excise taxes, that no such taxes are included in the Schedule of Prices, and that all claim or right to claim any additional compensation by reason of the payment of any such tax is hereby waived and released. 3. All other applicable federal, state, and local taxes of every kind and nature applicable to the Work are included in the Schedule of Prices. 4. Any items of Work not specifically listed or referred to in the Schedule of Prices, or not specifically included for payment under any Unit Price Item, shall be deemed incidental to the Contract Price, shall not be measured for payment, and shall not be paid for separately except as incidental to the Contract Price, including without limitation extraordinary equipment repair, the cost of transportation, packing, cartage, and containers, the cost of preparing schedules and submittals, the cost or rental of small tools or buildings, the cost of utilities and sanitary conveniences, and any portion of the time of Contractor, its superintendents, or its office and engineering staff. C. Time of Payment. It is expressly understood and agreed that all undisputed payments shall be made not less than 45 days after receipt by Owner of an invoice from Contractor in a Attachment 1 Page 3 of 26 form acceptable to Owner. All payments may be subject to deduction or setoff by reason of any failure by Contractor to perform in accordance with the terms of this Contract. 3. Contract Time This Contract shall commence on the Effective Date of this Contract, provided that Contractor shall have furnished to Owner all insurance certificates specified in this Contract, and shall end on December 31, 2016 ("Term"). Upon the expiration of the Term, this Contract will automatically renew for one additional one-year term unless the Contractor or the Owner provides written notice of nonrenewal to the other party more than 30 days before the expiration of the Term. 4. Financial Assurance A. Insurance. Contractor shall provide certificates of insurance evidencing the minimum insurance coverage and limits set forth below within 10 days after Owner's execution of this Contract. Such insurance shall be in form, and from companies, acceptable to Owner and shall name Owner, including its Council members and elected and appointed officials, its officers, employees, agents, attorneys, consultants, and representatives, as an Additional Insured. The insurance coverage and limits set forth below shall be deemed to be minimum coverage and limits and shall not be construed in any way as a limitation on Contractor's duty to carry adequate insurance or on Contractor's liability for losses or damages under this Contract. The minimum insurance coverage and limits that shall be maintained at all times while providing, performing, or completing the Work are as follows: 1. Workers' Compensation and Employer's Liability Limits shall not be less than: Worker's Compensation: Statutory Employer's Liability: $500,000 each accident -injury; $500,000 each employee -disease; $500,000 disease -policy. Such insurance shall evidence that coverage applies to the State of Illinois and provide a waiver of subrogation in favor of Owner. 2. Commercial Motor Vehicle Liability Limits for vehicles owned, non -owned or rented shall not be less than: $1,000,000 Bodily Injury and Property Damage Combined Single Limit 3. Commercial General Liability Limits shall not be less than: $1,000,000 Bodily Injury and Property Damage Combined Single Limit. Coverage is to be written on an "occurrence" basis. Coverage to include: Attachment 1 Page 4 of 26 Premises Operations Products/Completed Operations Independent Contractors Personal Injury (with Employment Exclusion deleted) Broad Form Property Damage Endorsement "X," "C," and "U" Contractual Liability Contractual Liability coverage shall specifically include the indemnification set forth below. 4. Umbrella Liability Limits shall not be less than: $2,000,000 Bodily Injury and Property Damage Combined Single Limit. This Coverage shall apply in excess of the limits stated in 1, 2, and 3 above. B. Indemnification. Contractor shall indemnify, save harmless, and defend Owner against all damages, liability, claims, losses, and expenses (including attorneys' fees) that may arise, or be alleged to have arisen, out of or in connection with Contractor's performance of, or failure to perform, the Work or any part thereof, or any failure to meet the representations and warranties set forth in Section 6 of this Contract. C. Penalties. Contractor shall be solely liable for any fines or civil penalties that are imposed by any governmental or quasi -governmental agency or body that may arise, or be alleged to have arisen, out of or in connection with Contractor's performance of, or failure to perform, the Work or any part thereof. 5. Firm Contract All prices and other terms stated in this Contract are firm and shall not be subject to withdrawal, escalation, or change. 6. Contractor's Representations and Warranties To induce Owner to enter into this Contract, Contractor hereby represents and warrants as follows: A. The Work. The Work, and all of its components: (1) shall be of merchantable quality; (2) shall be free from any latent or patent defects and flaws in workmanship, materials, and design; (3) shall strictly conform to the requirements of this Contract, including without limitation the performance standards set forth in Section 1B of this Contract; (4) shall be performed in a manner consistent with the degree of care and skill ordinarily exercised by reputable custodial contractors currently operating under similar circumstances in the Chicago Metropolitan Region; and (5) shall be fit, sufficient, and suitable for the purposes expressed in, or reasonably inferred from, this Contract. The warranties expressed herein shall be in addition to any other warranties expressed or implied by law, which are hereby reserved unto Owner. Contractor, promptly and without charge, shall correct any failure to fulfill the above warranty. Attachment 1 Page 5 of 26 B. Compliance with Laws. The Work, and all of its components, shall be provided, performed, and completed in compliance with, and Contractor agrees to be bound by, all applicable federal, state, and local laws, orders, rules, and regulations, as they may be modified or amended from time to time, including without limitation the Illinois Prevailing Wage Act, 820 ILCS 130/0.01 et seq. and any other prevailing wage laws; any statutes requiring preference to laborers of specified classes; the Illinois Steel Products Procurement Act, 30 ILCS 565/1 et seq.; any statutes prohibiting discrimination because of, or requiring affirmative action based on, race, creed, color, national origin, age, sex, or other prohibited classification; and any statutes regarding safety or the performance of the Work. C. Not Barred. Contractor is not barred by law from contracting with Owner or with any other unit of state or local government as a result of (i) a violation of either Section 33E-3 or Section 33E-4 of Article 33 of the Criminal Code of 1961, 720 ILCS 5133E-1 et seq.; or (ii) a violation of the USA Patriot Act of 2001, 107 Public Law 56 (October 26, 2001) (the "Patriot Act") or other statutes, orders, rules, and regulations of the United States government and its various executive departments, agencies and offices related to the subject matter of the Patriot Act, including, but not limited to, Executive Order 13224 effective September 24, 2001. Contractor is not acting, directly or indirectly, for or on behalf of any person, group, entity or nation named by the United States Treasury Department as a Specially Designated National and Blocked Person, or for or on behalf of any person, group, entity or nation designated in Presidential Executive Order 13224 as a person who commits, threatens to commit, or supports terrorism; and Contractor is not engaged in this transaction directly or indirectly on behalf of, or facilitating this transaction directly or indirectly on behalf of, any such person, group, entity or nation. D. Qualified. Contractor has the requisite experience, ability, capital, facilities, plant, organization, and staff to enable Contractor to perform the Work successfully and promptly and to commence and complete the Work within the Contract Price and in accordance with all of the requirements of this Contract. 7. Acknowledgements Contractor acknowledges and agrees that: A. Reliance. Owner is relying on all warranties, representations, and statements made by Contractor in this Contract. B. Remedies. Each of the rights and remedies reserved to Owner in this Contract shall be cumulative and additional to any other or further remedies provided in law or equity or in this Contract. C. Time. Time is of the essence for this Contract and, except where stated otherwise, references in this Contract to days shall be construed to refer to calendar days. D. No Waiver. No examination, inspection, investigation, test, measurement, review, determination, decision, certificate, or approval by Owner; nor any information or data supplied by Owner; nor any order by Owner for the payment of money; nor any payment for, or use, possession, or acceptance of, the whole or any part of the Work by Owner; nor any extension of time granted by Owner; nor any delay by Owner in exercising any right under this Contract; nor any other act or omission of Owner shall constitute or be deemed to be an acceptance of any defective, damaged, or nonconforming Work, nor operate to waive or otherwise diminish the effect Attachment 1 Page 6 of 26 of any representation or warranty made by Contractor; or of any requirement or provision of this Contract; or of any remedy, power, or right of Owner. E. Severability. The provisions of this Contract shall be interpreted when possible to sustain their legality and enforceability as a whole. In the event any provision of this Contract shall be held invalid, illegal, or unenforceable by a court of competent jurisdiction, in whole or in part, neither the validity of the remaining part of such provision, nor the validity of any other provisions of this Contract shall be in any way affected thereby. F. Amendments. No modification, addition, deletion, revision, alteration, or other change to this Contract shall be effective unless and until such change is reduced to writing and executed and delivered by Owner and Contractor, except that Owner has the right, by written order executed by Owner, to make changes in the Work ("Change Order"). If any Change Order causes an increase or decrease in the amount of the Work, then an equitable adjustment in the Contract Price or Contract Time may be made. No decrease in the amount of the Work caused by any Change Order shall entitle Contractor to make any claim for damages, anticipated profits, or other compensation. G. Assignment. Neither this Contract, nor any interest herein, shall be assigned or subcontracted, in whole or in part, by Contractor except upon the prior written consent of Owner. H. Governing Law. This Contract, and the rights of the parties under this Contract shall be interpreted according to the internal laws, but not the conflict of law rules, of the State of Illinois. Every provision of law required by law to be inserted into this Contract shall be deemed to be inserted herein. IN WITNESS WHEREOF, the Parties have executed this Agreement as of the Effective Date noted above. ATTEST: CITY OF DES PLAINES By: By: City Clerk City Manager Date: Date: ATTEST: ABC Commercial, Inc. By: Title: Date: #34491791_v1 By: Its: Date: Attachment 1 Page 7 of 26 EXHIBIT A BID SPECIFICATIONS City of Des Plaines, Illinois MUNICIPAL BUILDINGS CLEANING AND CUSTODIAL SERVICES INCLUDING: City Hall (excluding Emergency Communications) Police Department Public Works Metropolitan Square Parking Structure DP Public Library Parking Structure Metra Train Station OCTOBER, 2013 CITY OF DES PLAINES 1420 MINER STREET DES PLAINES, I L 60016 Attachment 1 Page 8 of 26 EXHIBIT A SECTION 1. INTRODUCTION The City of Des Plaines ("City") is accepting bids for professional services to provide cleaning and custodial services at six City facilities. The facilities consist of the Police Department, City Hall, Public Works building, Metropolitan Square parking facility, Metra train station depot, and Des Plaines Library parking structure. The City's Emergency Communications Center occupies one-half of the second level in the City Hall building. The scope of work is to include, but is not limited to: cleaning of office spaces, cleaning of stairways and elevators, cleaning of washrooms and locker rooms, cleaning of cafeteria areas and kitchens, cleaning of fitness rooms, cleaning of conference and meeting rooms, cleaning of public areas and lobbies, and general cleaning of outdoor areas adjacent to the facilities. SECTION 2. BACKGROUND Des Plaines is a full-service community located 17 miles northwest of the City of Chicago in Cook County, Illinois. The City consists of both residential and commercial development covering 15 square miles with approximately 58,000 residents and 22,000 housing units. The Police facility is approximately 20,000 sq. ft. consisting of a basement and two levels above grade. The building includes locker rooms, a fitness area, a lock up and holding cells, a cafeteria, washrooms, office spaces, meeting rooms, and a public lobby area. The Police operate on a 24/7 basis and require 7 -day per week cleaning. Cleaning may be conducted between the hours of 2:OOp.m. and 7:OOp.m. The City Hall facility is approximately 46,000 sq. ft. consisting of a basement and six levels above grade. The building includes locker rooms, a fitness area, a cafeteria and kitchen, office spaces, conference rooms, washrooms, City Council chambers, and a public lobby area. City Hall operates 5 - days per week Monday — Friday between the hours of 8:00 a.m. and 5:00 p.m. The building requires 5 -day per week cleaning. Cleaning may be conducted between the hours of 5:00 p.m. and 7:00 a.m. Public meetings are frequently held in the building during the early evening hours however. Therefore, the public washrooms and meeting rooms on the first level may require cleaning between 5:00 p.m. and 6:00 p.m., and again at the end of the evening. The Public Works facility is approximately 54,000 sq. ft. consisting of one level without a basement. The general office area requiring cleaning and included under this proposal is approximately 10,000 sq. ft. The remainder of the building is vehicle storage and not included in this bid. The building includes locker rooms, washrooms, a cafeteria and kitchen, office spaces, and meeting rooms. Public Works operates 5 -days per week Monday — Friday between the hours of 8:00 a.m. and 5:00 p.m. The building requires 5 -day per week cleaning. Cleaning may be conducted between the hours of 5:00 p.m. and 7:00 a.m. The City observes eleven (11) holidays per year. Therefore, City Hall and the Public Works buildings will not require services on those days. The Library parking facility is approximately 185,000 sq. ft. consisting of a basement and three levels above grade. The building consists of parking stalls, stairwells and two elevators. Cleaning to be done once daily between the hours of 2:00 a.m. and 6:00 a.m. Monday through Sunday (7 days per week). The Metropolitan Square parking facility is approximately 229,000 sq. ft. consisting of four levels. The building consists of parking stalls, stairwells and elevators. Cleaning to be done once daily between Attachment 1 Page 9 of 26 EXHIBIT A the hours of 2:00 a.m. and 6:00 a.m. Monday through Sunday (7 days per week). The Metra train station is approximately 4,000 sq. ft. consisting of three offices, two bathrooms and lobby. Cleaning to be done twice daily - once between the hours of 2:00 a.m. and 6:00 a.m. and again between the hours of 1:00 p.m. and 3:00 p.m. Monday through Sunday (7 days per week). SECTION 3. SCOPE CITY HALL, POLICE AND PUBLIC WORKS BUILDINGS The following detailed scope describes the minimum requirements the City desires in a bid for cleaning and custodial services. It may not be all inclusive of the tasks required to maintain the buildings in a high-level manner as described in Section 3.3 below. MATERIALS AND EQUIPMENT 3.1 CITY TO FURNISH In support of this contract, the CITY will supply the following at no cost to the contract: A. All paper products including toilet paper, paper towels, napkins, etc. B. All liquid soaps and creams used in hand dispensers. All deodorant blocks. C. Locations for storage of contractor's equipment and supplies. D. Adequate containers for refuse disposal. 3.2 CONTRACTOR TO FURNISH The contractor shall provide at the contractor's expense and at no additional cost to the contract all materials, equipment and supplies needed to complete the work with the exception of those items being provided by the City as itemized in Section 3.1. The items to be furnished by the contractor shall include but not be limited to the following: A. All materials including properly fitting plastic liners, refuse bags, soaps, waxes, cleaners, and shampoos. Companies proposing the use of environmentally friendly "green" cleaning products are preferred and their use is encouraged by the City. B. All power and hand equipment including wiping and dust rags, mops, brooms, buckets, vacuum cleaners, buffing machines, and specialty equipment including waste collection containers. C. A listing of equipment and materials to be used. All materials and equipment shall be of industrial or commercial type and are to be approved by the City prior to their use. All electrical equipment shall be kept in safe operating condition without frayed cords, broken safety plugs, etc. D. A record of all Material Safely Data Sheets and/or similar documents for those products and Attachment 1 Page 10 of 26 EXHIBIT A materials used or stored on City property. These documents shall be kept on-site in a manner satisfactory to the City. 3.3 CLEANING STANDARDS AND WORKMANSHIP It is the intent of these specifications for the contractor to provide a high level of service in building maintenance and custodial care. The following statements indicate the general standards and workmanship to be furnished under this contract: A. A satisfactory and acceptable floor or carpet will not have dust, streaks, marks or dirt in corners behind doors or under furniture. All paper clips, staples, etc. shall be picked up. The use of vacuuming equipment and/or treated dust mops will be used to keep the floors clean. B. Satisfactory and acceptable wet mopping will present a clean floor free from streaks, smears and dried dirt. The use of dirty water or evidence of same will not be acceptable. Safe, all- purpose detergents will be used on all resilient and hard floor surfaces. Proper warning signs shall be placed advising of wet or slippery floor conditions. C. Satisfactory and acceptable waxing and polishing will be accomplished through the use of a thin coat of evenly layered wax. Floors will be bright and clean under furniture as well as in traveled areas. Wax or polish will not be allowed to dry on wall bases, furniture legs, equipment, etc. D. A satisfactory and acceptable glass, mirror or vitreous surface will be free from streaks, smears, and spots. E. All storage areas and janitorial closets shall be maintained in a clean and orderly condition with all materials and equipment properly sorted at all times. Attachment 1 Page 11 of 26 EXHIBIT A 3.4 TASKS TO BE ACCOMPLISHED DAILY - Items included in this class are to be cleaned on a daily basis. A. General Housekeeping ✓ Gather all waste paper, insert liners, and remove waste to proper disposal area. Nothing shall be removed from desks and/or tables unless specifically marked to be thrown out. ✓ Dust exposed area of desks, tables, counter tops, file cabinets, bookcases and shelves. ✓ Clean and sanitize all telephones. ✓ Spray and wipe clean of fingerprints and beverage rings, working area of desks, tables, file cabinets, chairs, etc. Papers on these surfaces will not be disturbed. ✓ Clean and sanitize drinking fountains. ✓ Clean and sanitize kitchen counters, sinks, appliances, cafeteria tables, and damp wipe seats and backs of chairs. ✓ Spot clean all interior glass including doors, windows and side lights. This includes the interior side of the buildings' windows. ✓ Spot clean interior of elevators. ✓ Damp clean top handrail of all stairways. ✓ Empty exterior waste receptacles and cigarette containers and insert new liners if required. ✓ Pick up debris on and adjacent to sidewalks around exterior of buildings i.e.: cigarette butts, loose papers, cups, etc... (Does not include sidewalks in street rights-of-way). ✓ Sweep exterior walks, steps and landings at entrances. (Does not include sidewalks in street rights-of-way). ✓ Vacuum door track of elevator doors using proper crevice tool. B. Washrooms, Sinks, Fixtures ✓ Clean, sanitize and polish all fixtures including toilet bowls, urinals and hand basins and associated faucets, fittings, etc. ✓ Clean all chrome fittings. ✓ Clean and sanitize toilet seats (both sides) and all counter areas. ✓ Clean mirrors. ✓ Empty all containers and insert new liners. Attachment 1 Page 12 of 26 EXHIBIT A ✓ Damp clean exterior of waste containers. ✓ Dust tops of metal partitions. ✓ Spot clean metal partition doors. ✓ Spot clean walls around sinks and walls around and under towel cabinets and urinals. ✓ Clean and properly refill all dispensers. ✓ Showers - men's and women's - spot clean fixtures, floors and walls with disinfectant. ✓ Clean urinal screens, replace urinal deodorizers and room deodorizers, as needed. C. Floor Care (Resilient and Hard) ✓ Dust mop with treated mop or vacuum all hard floor surfaces including stairways. ✓ Completely damp mop all hard floor surfaces and stairways. ✓ Completely damp mop all rubberized floors in the Police fitness rooms. ✓ Completely mop all entrance floors (mats to be picked up). ✓ Vacuum floor mats. ✓ Detergent mop and rinse all washroom and locker room floors. D. Floor Care (Carpets) ✓ Remove any spots with cleaner as needed. ✓ Vacuum all open carpeted areas - open areas are those areas that can be reached with an upright vacuum or 12" wand type vacuum without moving objects except chairs. This includes elevators and elevator guide tracks and fitness rooms. Vacuum all edges/corners with the appropriate attachments. E. Police Detention Cells All cells will be completely cleaned as needed and available. All fixtures, floors, walls, and ceilings will be cleaned one at a time, on a cell by cell basis. The main desk of the Police Department will provide information as to which cells need cleaning and will provide access to the area. A record must be kept when cells are not available to be cleaned and forwarded to the Public Works Department on a weekly basis. 3.5 TASKS TO BE ACCOMPLISHED WEEKLY - Items included in this class are to be cleaned weekly on Monday. A. General Housekeeping Attachment 1 Page 13 of 26 EXHIBIT A ✓ Low dust all horizontal surfaces to hand height (70"). ✓ Dust all common area sills and unobstructed horizontal surfaces including sills, ledges, moldings, picture frames, wall hangings, and radiators (including washrooms and lunchrooms). ✓ Dust tops of all divider partitions. ✓ Dust all vertical and horizontal blinds. ✓ Clean and polish all railings with approved cleaner. ✓ Completely clean all interior glass including windows and exterior entrance door glass. ✓ Completely clean kick plates on all doors. ✓ Remove fingerprints from doors, moldings and from around light switch plates (including washrooms and lunchrooms). B. Washrooms, Sinks, Fixtures ✓ Damp clean partition doors and remove all writing and graffiti where possible. ✓ Showers - men's and women's - Completely clean (scrub) walls, floors and chrome fittings with scum remover and quaternary disinfectant to hand heights (70"). C. Floor Care (Resilient, Hard and Rubber) ✓ Machine spray buff all resilient tile areas. ✓ All entrance carpet shall be cleaned by means of carpet cleaning machine, as needed. D. Floor Care (Carpets) ✓ Lift and vacuum under all plastic chair mats, damp wipe mat. 3.6 TASKS TO BE ACCOMPLISHED MONTHLY - Items included in this class are to be cleaned monthly during the first week of that month. A. General Housekeeping ✓ High dust above hand height all horizontal surfaces (moldings, ledges, pipes, ducts, heating outlets, picture frames, wall hangings, etc.), including washrooms and lunchrooms. ✓ Completely clean all stainless steel rolling shutter doors. ✓ Vacuum dust from all window blinds. ✓ Vacuum or dust diffuser outlets, walls and ceiling for cobwebs. Attachment 1 Page 14 of 26 EXHIBIT A ✓ Dust tops of lockers. ✓ Vacuum all upholstered chairs and furniture and wipe down legs. ✓ Dust exterior of all lighting fixtures and diffusers. ✓ Completely clean all of the interior glass of all facilities, including the interior of buildings' windows. ✓ Clean all display case glass including shelves. B. Floor Care (Resilient and Hard) ✓ Refinish (machine scrub and wax) high traffic and heavily worn areas. 3.7 TASKS TO BE ACCOMPLISHED QUARTERLY - Items included in this class are to be cleaned quarterly during the first week of January, April, July, and October. A. General Housekeeping ✓ Vacuum all vertical surfaces of room dividers and partitions. B. Washrooms, Sinks, Fixtures ✓ Thoroughly clean all washroom and locker room walls, floors and doors. ✓ Clean exterior of all lockers. C. Floor Care (Resilient and Hard) ✓ Refinish (strip, seal and wax) all high traffic and heavily worn areas. ✓ Machine scrub and refinish all washroom floors. ✓ Scrub and clean all baseboards. D. Floor Care - Carpets ✓ Shampoo and steam clean all high traffic areas, (more often, if needed). ✓ Damp clean and scrub all baseboards. 3.8 TASKS TO BE ACCOMPLISHED SEMI-ANNUALLY - Items included in this class are to be semi- annually during the last week in April and October of each year. A. Floor Care (Resilient and Hard) ✓ Strip and refinish all floors including stairways. 3.9 TASKS TO BE ACCOMPLISHED ANNUALLY - Items included in this class are to be cleaned Attachment 1 Page 15 of 26 EXHIBIT A annually during the last week in April of each year. A. General Housekeeping ✓ Clean and wax all furniture and clean all upholstery with approved cleaning materials. ✓ Clean all upholstered vertical panel dividers using only cleaners approved and recommended by the panel manufacturer. ✓ All upholstered furniture to be shampooed annually. ✓ Clean and polish all wood paneled walls. ✓ Clean all lighting fixtures, diffusers, and lamps. Attachment 1 Page 16 of 26 EXHIBIT A TRAIN STATION TASK SCHEDULE Cleaning to be done twice daily —once between the hours of 2:00 a.m. and 6:00 a.m. and again between the hours of 1:00 p.m. and 3:00 p.m. Monday through Sunday (7 days per week). AREAS TO BE CLEANED Washrooms and lobby area. Offices and snack shop shall not be part of the contract. CLEANING TASKS TO BE PREFORMED TWICE DAILY: ✓ Empty waste receptacles and replace liners as needed. Remove waste to proper disposal area. ✓ Dust and clean payphone, counter tops, partitions, ledges and moldings. ✓ Spot clean walls, partitions, interior windows, doors and woodwork to remove marks, stains and fingerprints. ✓ Clean and polish bright metal entrance door handles, push bars front and rear, interior doors and window frames. ✓ Spray and wipe wooden seats. ✓ Dust and damp mop terrazzo floor. ✓ Clean glass inside/outside front and rear. ✓ Clean and disinfect toilets, urinals, basins, partitions and ceramic tile. Clean and polish mirrors, dispensers, bright metal in rest rooms and refill soap and toilet tissue dispensers. ✓ Pick up debris around exterior of building including bus and cab shelter areas. ✓ Sweep walks and door thresholds at front and rear entrances and vacuum all floor mats. CLEANING TASKS PERFORMED MONTHLY: ✓ Dust vents and suspended light fixtures. ✓ Strip and reseal the terrazzo floor. ✓ Wax all wooden seats and walls. ✓ Sanitize waste receptacles. Attachment 1 Page 17 of 26 EXHIBIT A PARKING GARAGES TASK SCHEDULE Cleaning to be done once daily between the hours of 2 a.m. and 6:00 a.m., Monday through Sunday (7 days per week). AREAS TO BE CLEANED: All four levels of each garage including but not limited to parking stalls, stairwells and elevators. CLEANING TASKS TO BE PERFORMED DAILY: ✓ Empty waste receptacles and replace liners as needed. Remove waste to proper disposal area. Clean smoking areas and empty ashtrays. ✓ Sweep lobbies, landings, and stairwells/mop as needed. Vacuum all floor mats. ✓ Clean and wipe down elevator walls and doors. ✓ Clean windows within reach as needed. ✓ Pick up any trash or debris on each interior level of building including parking stalls. ✓ Pick up any trash and sweep as needed in dumpster areas. ✓ Report any broken building fixtures, burnt out lighting, graffiti, etc. CLEANING TASKS PERFORMED WEEKLY: ✓ Mop lobbies, landings, and stairwells. ✓ Shampoo floor mats as needed. ✓ Clean/sanitize waste receptacles. CLEANING TASKS PERFORMED MONTHLY: ✓ Wash interior of windows full length. ✓ Change air fresheners in elevators. Attachment 1 Page 18 of 26 EXHIBIT A 3.10 PORTER SERVICE OPTION The City conducts an average of 3-4 evening meetings per week at City Hall. The contractor shall include an optional per -hour cost to provide porter service to set-up and take-down tables as needed, and provide City -supplied water pitchers and cups. 3.11 PERSONNEL The contractor may be working in areas containing sensitive or restricted information or materials. All contractor employees must be covered by a blanket fidelity bond in the amount of $10,000, a copy of which must be provided to the City for each contract period. All employees must be employed directly by the contractor. No sub -contracting of employees or companies will be permitted. All contractor employees will display City approved photo identification badges while working on City premises. No employees will be allowed access to any area without displaying the required identification badge. Employees shall wear uniforms with a company identification patch at all times while working on City premises. All employees assigned by the contractor shall be fully capable, experienced, and trained in the work employed to perform. They shall be able to perform the essential functions of the job.. Prior to commencing work, the contractor shall submit to the City the names, home addresses, date of birth, social security numbers and drivers license numbers of all employees to be engaged in work under this contract or having access to the buildings in an inspecting or supervising capacity, and shall cause each employee to furnish completed fingerprint charts and personal history statements. No employee at any time during the contract period shall commence work until the above information has been submitted to the City and the appropriate background investigations have been conducted by the Police Department. The contractor shall provide to the City written authorization from prospective employees under this contract to perform the security clearances required in this contract. The City shall have and exercise full and complete control over granting, denying, withholding, or terminating security clearance for contractor's employees. Employees whom the City deems careless, discourteous, or otherwise objectionable or who cannot meet standards required for security or other reasons except sex, race, and creed or otherwise prohibited by law will be prohibited from entering the buildings to perform work. 3.12 SECURITY AND ACCESS The contractor will be working in several areas which are under secured access and other areas which will be generally opened to the public during reasonable hours for meetings and other uses. All secured areas shall be maintained in a secured condition and these areas shall be locked immediately upon completing the required work. Access to the public meeting areas of City Hall will be secured upon completion of the public use. Schedules of all meetings and uses will be provided to the contractor on a weekly basis. All areas shall be secured when the contractor has completed daily operations. Keys for City Hall will be furnished to the contractor on a daily basis so as to allow access to the Attachment 1 Page 19 of 26 EXHIBIT A various areas to be maintained. The keys will be issued from the Police Department Operations Desk and shall be returned at the completion of each working shift. At no time shall any key be removed from City premises unless authorized by the Director of Public Works and Engineering. SECTION 4. MANDATORY PRE-BID MEETING There will be a MANDATORY pre-bid meeting held on Wednesday, October 16, 2013 at 10:00 a.m. The meeting will be held at the Public Works building 1111 Joseph Schwab Rd., Des Plaines, Illinois 60016. The purpose of the meeting will be to answer any questions and provide an opportunity to tour the facilities and get a better understanding of the scope of services the City requests. SECTION 5. SUBMITTAL INFORMATION The bids shall include a separate monthly cost of services for each of the facilities as well as an annual grand total. Payment for the work completed and accepted shall be made on a per month basis for cleaning and custodial services for each class of work as identified in the proposal. The City desires a three-year agreement with optional extensions. At least four professional references must be submitted with the bid along with the attached Business Disclosure Statement that the company maintains a permanent place of business, address thereof, and members or officers of the business. Sealed envelopes containing the bid should be delivered to the City Clerk's Office, Room 603, 1420 Miner Street, Des Plaines, IL, 60016, no later than 2:00 p.m. (local time), Friday, October 25, 2013. As soon as possible thereafter, the bids will be opened publicly. Bid representatives may be present; however, award decisions will not be made at the opening. Proposals must be typewritten and provided in hardcopy. Bids submitted orally (either by telephone or in person), by facsimile, or via E-mail will not be accepted. After selection of a provider for these services the City will negotiate with the provider to finalize the scope of work, fees and specific contractual arrangements. The City of Des Plaines reserves the right to reject any and all submissions, to negotiate changes in the scope of the work or services to be provided, to withhold the award for any reason it may determine, and to waive or decline to waive any technicalities or irregularities in a submission." SECTION 6. CITY CONTACT INFORMATION All questions regarding the requirements stated within this document should be directed to: Howard Moser Superintendent of General Services City of Des Plaines Public Works Department 1111 Joseph Schwab Road Des Plaines, IL 60016 Telephone: 847-391-5471 Attachment 1 Page 20 of 26 CITY OF DES PLAINES RESOLUTION R - 4 - 16 A RESOLUTION APPROVING CHANGE ORDER NO. 1 AND AUTHORIZING AN EXPENDITURE DURING CALENDAR YEAR 2016 UNDER THE CONTRACT WITH ABC COMMERCIAL MAINTENANCE SERVICES, INC., FOR CUSTODIAL SERVICES. WHEREAS, Article VII, Section 10 of the 1970 Illinois Constitution authorizes the City to contract with individuals, associations, and corporations in any manner not prohibited by law or ordinance; and WHEREAS, on February 2, 2015, the City Council adopted R-29-15, approving and authorizing the execution of a two-year contract ("Contract") with ABC Commercial, Inc. ("Contractor"), for the performance of custodial services ("Work") at certain City -owned buildings and facilities; and WHEREAS, pursuant to the Contract, Contractor agreed to perform the Work during calendar year 2016 for an amount not to exceed $58,500; and WHEREAS, the specifications attached to the Contract do not include performance of the Work on the second floor of City Hall; and WHEREAS, the City now desires to amend the Contract to include performance of the Work on the second floor of City Hall; and WHEREAS, Contractor has agreed to perform the Work on the second floor of City Hall during calendar year 2016 for the additional amount of $3,240 per year, increasing the total Contract price for the performance of the Work during calendar year 2016 to $61,740; and WHEREAS, the City desires to: (i) enter into Change Order No. 1 with Contractor under the Contract for the performance of the Work on the second floor of City Hall during calendar year 2016 in the amount of $3,240 ("Change Order No. 1"); and (ii) authorize the expenditure of a total amount not to exceed $61,740 during calendar year 2016 for the performance of the Work; and WHEREAS, the City has sufficient funds in the Facilities and Grounds Maintenance Fund to expend $61,740 during calendar year 2016 for the performance of the Work; and WHEREAS, the City Council has determined that entering into Change Order No. 1 is: (i) necessary due to circumstances that were not foreseeable at the time the City entered into the Contract; (ii) germane to the Contract in its original form as signed; and (iii) in the best interest of the City and authorized by law; 1 Page 22 of 26 NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Des Plaines, Cook County, Illinois in the exercise of its home rule powers, as follows: SECTION 1: RECITALS. The foregoing recitals are hereby incorporated into, and made a part of, this Resolution as findings of the City Council. SECTION 2: APPROVAL OF CHANGE ORDER NO. 1. The City Council hereby approves Change Order No. 1 in substantially the form attached to this Resolution as Exhibit A, and in a final form approved by the General Counsel. SECTION 3: AUTHORIZATION TO EXECUTE CHANGE ORDER NO. 1. The City Council hereby authorizes and directs the City Manager and City Clerk to execute and seal, on behalf of the City, final Change Order No. 1 only after receipt by the City Clerk of at least one executed copy of Change Order No. 1 from the Contractor; provided, however, that if the City Clerk does not receive an executed copy of Change Order No. 1 from the Contractor within 60 days after the date of adoption of this Resolution, then this authority to execute and seal Change Order No. One will, at the option of the City Council, be null and void. SECTION 4: AUTHORIZATION OF EXPENDITURE. The City Council hereby authorizes the expenditure of an amount not to exceed $61,740 during calendar year 2016 for the performance of the Work under the Contract. SECTION 5: EFFECTIVE DATE. This Resolution shall be in full force and effect from and after its passage and approval according to law. PASSED this day of , 2016. APPROVED this day of , 2016. VOTE: AYES NAYS ABSENT MAYOR ATTEST: Approved as to form: CITY CLERK Peter M. Friedman, General Counsel DP -Resolution Approving Expenditure and Change Order under Contract with ABC Commercial Maintenance #38138256_v2 2 Page 23 of 26 PROJECT NAME: LOCATION: CONTRACTOR: I. A. CITY OF DES PLAINES CHANGE ORDER Custodial Services Contract 1420 Miner Street, Des Plaines ABC Commercial Co. DESCRIPTION OF CHANGES INVOLVED: SHEET 1 OF 3 CHANGE ORDER NO. 1 CONTRACT NO. DATE: 12/15/15 Additional cleaning of second floor of City Hall which was not included in original contract pricing. B. REASON FOR CHANGE: The second floor of City Hall was utilized as the 911 Emergency Center and storage at the time of the execution of the original contract bidding document. The City Hall Second Floor Remodeling contract has been completed and the Police Department records division has been moved to the area which will require custodial services. C. REVISION IN CONTRACT PRICE: Three thousand two -hundred forty dollars ($3,240) Exhibit A Page 24 of 26 SHEET 2 OF 3 CHANGE ORDER NO. 1 II. CHANGE ORDER CONDITIONS: 1. The Completion Date established in the Contract, as signed or as modified by previous Change Orders, is hereby extended by 0 days, making the final Completion Date December 31, 2016. 2. Any Work to be performed under this Change Order shall be provided, performed, and completed in full compliance with, and as required by or pursuant to, the Contract, including any Specifications and Contract Drawings for the Work to be performed under this Change Order and for Work of the same type as the Work to be performed under this Change Order, and as specified in the preceding "Description of Changes Involved." 3. Unless otherwise provided herein, all Work included in this Change Order shall be guaranteed and warranted as set forth in, and Contractor shall not be relieved from strict compliance with, the guaranty and warranty provisions of the Contract. 4. All Work included in this Change Order shall be covered under the Bonds and the insurance coverages specified in the Contract. If the Contract Price, including this Change Order, exceeds the Contract Price set forth in the Contract, as signed, by twenty percent (20%), Contractor shall submit to Owner satisfactory evidence of such increased coverage under the Bonds. III. ADJUSTMENTS IN CONTRACT PRICE: 1. Original Contract Price $58,500.00 2. Net (addition) (reduction) due to all previous Change Orders Nos. to $0.00 3. Contract Price, not including this Change Order $58,500.00 4. (Addition) (Reduction) to Contract Price due to this Change Order $3,240.00 5. Contract Price including this Change Order $61,740.00 Exhibit A Page 25 of 26 IV. FINDINGS: Pursuant to the requirements of Section 33E-9 of the Illinois Criminal Code of 1961, the undersigned do hereby find that the Change Order: [check all that are appropriate] X is necessary due to circumstances that were not foreseeable at the time the Owner entered into the Contract; X is germane to the Contract in its original form as signed; and/or X is in the best interest of the Owner and authorized by law. RECOMMENDED FOR ACCEPTANCE: PROJECT MANAGER: Tom Bueser ACCEPTED: CONTRACTOR: CITY OF DES PLAINES: #24602136_v1 By: By: By: Signature of Authorized Representative A-1 Roofing Company (12/15/2015) Date Signature of Authorized Date Representative Signature of Authorized Date Representative Exhibit A Page 26 of 26 ftDEsPiLzINEs CONSENT AGENDA #7 & 7a. PUBLIC WORKS AND ENGINEERING DEPARTMENT 1420 Miner Street Des Plaines, IL 60016 P: 847.391.5390 desplaines.org MMI'' MEMORANDUM Date: December 15, 2015 To: Michael G. Bartholomew, MCP, LEED-AP, City Manager n From: Jon Duddles, P.E., CFM, Assistant Director of Public Works and Engineering go Timothy Oakley, P.E., CFM, Director of Public Works and Engineering ??,c2 Subject: Renewal of Municipal GIS Partners Contract for 2016 Issue: The City's contract for Geographical Information System (GIS) staffing and services is up for annual renewal in 2016. Municipal GIS Partners (MGP) is the vendor, selected by the GIS Consortium, to provide staffing and technical services for the City's GIS. Analysis: The City has been a member of the GIS Consortium since 2002. There are now 32 other community members. During the preceding year, MGP completed mapping of the City's sewer, water, and street lighting systems and has updated the associated atlas books. They also updated the TIF District boundaries and corrected address data, 1- foot elevation contours, zoning districts and the internet webpage with the City's GIS data. That information is available to all users of the City's computer system, and the general public at www.gisconsortium.org or on the City's website under Des Plaines Interactive Map. Recommendation: We recommend approval ofthe contract with Municipal GIS Partners, Inc., 701 Lee Street, Suite 1020, Des Plaines, IL 60016 in an amount not to exceed $189,398.20. This is a budgeted item from the General Fund. Attachments: Resolution R-5-16 Exhibit A - MGP Contract Page 1 of 6 CITY OF DES PLAINES RESOLUTION R - 5 - 16 A RESOLUTION AUTHORIZING THE EXPENDITURE OF FUNDS UNDER A CONTRACT WITH MUNICIPAL GIS PARTNERS, INC., FOR GEOGRAPHIC INFORMATION SYSTEM SUPPORT SERVICES. WHEREAS, Article VII, Section 10 of the 1970 Illinois Constitution authorizes the City to contract with individuals, associations, and corporations in any manner not prohibited by law or ordinance; and WHEREAS, the City of Des Plaines is a member of the Municipal Geographic Information System Consortium ("Consortium"); and WHEREAS, the Consortium has selected Municipal GIS Partners, Inc., of Des Plaines, Illinois ("MGP"), as the provider of geographic information system services ("Services") for members of the Consortium; and WHEREAS, on January 5, 2015, the City Council adopted R-1-15, approving and authorizing the execution of a three-year contract ("Contract") with MGP for the procurement ofthe Services ; and WHEREAS, pursuant to the Contract, Contractor agreed to perform the Services during the 2016 fiscal year for an amount not to exceed $189,398.20; and WHEREAS, the City has appropriated funds for use by the Department of Public Works and Engineering during the 2016 fiscal year for the procurement of the Services; and WHEREAS, the City desires to make expenditures in the not -to -exceed amount of $189,398.20 during the 2016 fiscal year for the performance of the Services by MGP under the Contract; and WHEREAS, the City Council has determined that it is in the best interest of the City to authorize the expenditure of the not -to -exceed amount of $189,398.20 during the 2016 fiscal year for the performance of the Services by MPG under the Contract; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Des Plaines, Cook County, Illinois, in the exercise of its home rule powers, as follows: SECTION 1: RECITALS. The foregoing recitals are incorporated into, and made a part of, this Resolution as findings of the City Council. 1 Page 2 of 6 SECTION 2: AUTHORIZATION OF EXPENDITURE. The City Council hereby authorizes the expenditure of the not -to -exceed amount of $189,398.20 during the 2016 fiscal year for the performance of the Services by MGP under the Contract. SECTION 4: EFFECTIVE DATE. This Resolution shall be in full force and effect from and after its passage and approval according to law. PASSED this day of , 2016. APPROVED this day of , 2016. VOTE: AYES NAYS ABSENT MAYOR ATTEST: Approved as to form: CITY CLERK Peter M. Friedman, General Counsel DP -Resolution Approving Expenditure of Funds Under Contract with Municipal GIS Partners for GIS Services 2016 #38138372_v2 2 Page 3 of 6 Supplemental Statement of Work Pursuant to and in accordance with Section 1.2 of that certain GIS Consortium Service Provider Contract dated January 1, 2015 (the "Contract") between the City of Des Plaines, an Illinois municipal corporation (the "Municipality") and Municipal GIS Partners, Incorporated (the "Consultant"), the parties hereby agree to the following SUPPLEMENTAL STATEMENT OF WORK, effective January 1, 2016 ("SOW"): 1. Description of Additional Services: No additional services beyond such Services described in any previously approved SOWs to the Contract are added by this SOW. 2. Project Schedule/Term: This SOW does not amend or renew the Initial Term set forth in the Contract. For the avoidance of doubt, the Initial Term set forth in the Contract expires three (3) years from the Effective Date of January 1, 2015. 3. Projected Utilization: As set forth in Section 4.1(c) of the Contract, the project utilization shall adjust each calendar year in accordance with the annual rates approved by the Board of Directors of GISC. The projected utilization for the calendar year beginning January 1, 2016 and ending December 31, 2016 is set forth in this SOW as follows: A. 1644 hours of GIS Specialist B. X hours of GIS/RAS Specialist C. 164 hours of GIS Coordinator D. 164 hours of GIS Analyst E. 94 hours of GIS Platform Administrator F. 94 hours of GIS Application Developer G. 94 hours of GIS Manager 4. Service Rates: As set forth in Section 4.1(c) of the Contract, the service rates shall adjust each calendar year in accordance with the annual rates approved by the Board of Directors of GISC. The service rates for the calendar year beginning January 1, 2016 and ending December 31, 2016 is set forth in this SOW as follows: A. $ 75.50 per hour for GIS Specialist CHICAGO/#2773452.1 Exhibit A Page 4 of 6 B. $ 79.00 per hour for GIS/RAS Specialist C. $ 96.10 per hour for GIS Coordinator D. $ 96.10 per hour for GIS Analyst E. $ 119.70 per hour for GIS Platform Administrator F. $ 119.70 per hour for GIS Application Developer G. $ 119.70 per hour for GIS Manager Total Not -to -Exceed Amount for Services (Numbers): $189,398.20. Total Not -to -Exceed Amount for Services (Figures): one hundred eighty-nine thousand, three hundred ninety-eight dollars and twenty cents. In the event of any conflict or inconsistency between the terms of this SOW and the Contract or any previously approved SOW, the terms of this SOW shall govern and control with respect to the term, projected utilization rates, service rates and scope of services. All other conflicts or inconsistencies between the terms of the Contract and this SOW shall be governed and controlled by the Contract. Any capitalized terms used herein but not defined herein shall have the meanings prescribed to such capitalized term in the Contract. SIGNATURE PAGE FOLLOWS CHICAGO/#2773452.1 Exhibit A Page 5 of 6 Signature Page to Supplemental Statement of Work IN WITNESS WHEREOF, the undersigned have placed their hands and seals hereto as of 2015. Al LEST: CITY OF DES PLAINES By: By: Name: Name: Its: Its: Al LEST: CONSULTANT: By: Name: Donna Tho 4 Y Its: Office Administrator CHICAGON2773452.1 Exhibit A MUNICIPAL GIS PARTNERS, INCORPORATED By: Name: Thomas Thomey Its: President Page 6of6 ODEs PLAINEs 1 L L 1 N 0 1 S CONSENT AGENDA #8 & 8a. FIRE DEPARTMENT 405 S. River Road Des Plaines, IL 60016 P: 847.391.5333 desplaines.org MEMORANDUM Date: To: From: Subject: December 15, 2015 Michael Bartholomew, City Manager Alan Wax, Fire Chief a Gu Purchase of Heavy -Duty Uniform Jackets Issue: The Fire Department has identified the need to purchase hi -visibility, heavy jackets for use during inclement weather. Analysis: For many years, the Fire Department has issued a particular jacket to personnel to wear during colder weather. This jacket is considered to provide "three -season" protection according to the supplier. Obviously, in this region, there are "four seasons." During severe winter weather, this jacket is not adequate. As such, often emergency response personnel do not wear the jacket, and instead wear their firefighting turnout coat outside, as well as into residences and businesses during ambulance calls and other visits. Inasmuch as firefighting turnout coats often contain smoke and fire residue and odor, these fire products are brought into homes and businesses by Department personnel. It is the Department's goal to provide jackets to personnel that are heavy enough to be worn, and provide adequate protection, during all types of weather — and that will allow an alternative to firefighting coats for entry into homes and businesses during non -fire events. After investigation of options, the jacket selected by the Department is the 5.11 Responder High -Visibility Parka, Model 48073. These jackets are made of a high - visibility material that meets standards for reflectivity and, thus, may be worn in traffic situations in place of traffic vests — adding to firefighter safety. Additionally, the lining may be removed and worn independently as a lighter jacket during less harsh conditions that still require coverage. After lengthy investigation of several vendors for use to provide uniform and clothing items, a vendor was chosen three years ago that provides complete on-line management of clothing issuances, has an exceptionally high order -accuracy rate, and provides the best prices. To assure that this vendor's prices for this purchase are the most cost-effective, written quotes for the purchase of the proposed jackets were obtained, as shown below: Vendor On Time Embroidery, Inc.: Air One Equipment, Inc.: Fire Equipment Associates, Inc.: Price per Jacket 5251.13 5279.00 5294.00 Page 1 of 4 As you may recall, the Fire Department recently received a donation from the estate of a resident who passed away but who included the Fire Department in her will because she was so pleased with the service she received from the paramedics. She donated $42,419 for the benefit of the Department and its members, and this was placed in the Fire Department's special donation escrow account. After careful consideration, the Command Staff of the Fire Department has determined that the provision of these jackets to all personnel would not only provide an increased margin of safety, but would satisfy the wishes of the benefactor. For the initial purchase for all current members, at $251.13 per jacket, the total price is $22,351. The jacket would be included in the initial issue for future new employees, replacing the current jacket. Recommendation: I recommend approval of the resolution authorizing the purchase from On Time Embroidery, Inc., 2201 Lively Boulevard, Elk Grove Village 60007. It is noted that, because this purchase is being made from the donation escrow fund and earmarked monies, there is no impact on the City's General Fund. Attachment: Resolution R-7-16 Page 2 of 4 CITY OF DES PLAINES RESOLUTION R - 7 - 16 A RESOLUTION AUTHORIZING THE PURCHASE OF EMERGENCY RESPONDER JACKETS FROM ON TIME EMBROIDERY, INC. WHEREAS, Article VII, Section 10 of the 1970 Illinois Constitution authorizes the City to contract with individuals, associations, and corporations in any manner not prohibited by law or ordinance; and WHEREAS, the City received a donation of $42,419 for use by the Fire Department ("Donation"); and WHEREAS, the Fire Department desires to use a portion of the Donation to purchase new jackets known as "5.11 Responder High -Visibility Parka, Model 48073" for use by City firefighters ("Parkas"); and WHEREAS, pursuant to Chapter 10 of Title 1 of the City Code of Des Plaines and the City purchasing policy, the City Council desires to waive competitive bidding for the purchase of the Parkas; and WHEREAS, the City sought quotes from qualified vendors for the purchase of the Parkas; and WHEREAS, On Time Embroidery, Inc. ("Vendor"), submitted the low -price quote in the not -to -exceed amount of $251.13 per Parka; and WHEREAS, the City Council desires to purchase the Parkas from Vendor in the not - to -exceed amount of $251.13 per Parka and in the total not -to -exceed amount of $22,351; and WHEREAS, the City Council has determined that it is in the best interest of the City to purchase the Parkas from Vendor; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Des Plaines, Cook County, Illinois, in the exercise of its home rule powers, as follows: SECTION 1: RECITALS. The foregoing recitals are incorporated into, and made a part of, this Resolution as findings of the City Council. SECTION 2: WAIVER OF COMPETITIVE BIDDING. Pursuant to Chapter 10 of Title 1 of the City Code and the City's purchasing policy, the City Council hereby waives competitive bidding for the purchase of the Parkas from Vendor. SECTION 3: APPROVAL OF PURCHASE. The City Council hereby approves the purchase of the Parkas from Vendor in the not -to -exceed amount of $251.13 per Parka and in the total not -to -exceed amount of $22,351. 1 Resolution Page 3 of 4 SECTION 4: AUTHORIZATION TO PURCHASE. The City Council hereby authorizes and directs the City Manager or his designee to execute all documents approved by the General Counsel, and the Finance Director to make all payments, that are necessary to complete the purchase of the Parkas from Vendor in the not -to -exceed amount of $251.13 per Parka and in the total not -to -exceed amount of $22,351. SECTION 5: EFFECTIVE DATE. This Resolution shall be in full force and effect from and after its passage and approval according to law. PASSED this day of , 2016. APPROVED this day of , 2016. VOTE: AYES NAYS ABSENT MAYOR ATTEST: Approved as to form: CITY CLERK Peter M. Friedman, General Counsel DP -Resolution Approving Purchase of Emergency Responder Jackets from On Time Embroidery Inc #38138416_v1 2 Resolution Page 4 of 4 ODEsPLINES CONSENT AGENDA #9 & 9a. FIRE DEPARTMENT 405 S. River Road Des Plaines, IL 60016 P: 847.391.5333 desplaines. org MEMORANDUM Date: December 15, 2015 To: Michael Bartholomew, City Manager From: Alan Wax, Fire Chief a ;,) Subject: Approval of Promotional Testing Vendor Issue: Every three years, consistent with the Rules and Regulations of the Board of Fire and Police Commissioners and the Illinois Fire Department Promotion Act (50 ILCS 742/1, et seq.), the Board of Fire and Police Commissioners conducts a promotional process to establish an eligibility list for the rank of Fire Lieutenant. A third -party vendor is required to administer the process. Analysis: The current Fire Lieutenant Eligibility List expires on March 21, 2016. A vendor will be needed to administer several portions of the process in February, March, and April. This includes an orientation, development and implementation of a four -element assessment center, and a written examination. On March 9, 2015 the Board of Fire and Police Commissioners, in conjunction with the Des Plaines Fire Department Command Staff, met with the following three leading vendors who specialize in Public Safety Testing: Industrial Organizational Solutions, Inc. (IOS), C.O.P.S. & F.I. R. E., and Resource Management. The vendors were evaluated based upon qualifications such as experience, ability, and cost. In addition, the vendors were requested to provide information pertaining to their experiences conducting promotional examinations as well as what they envision for the three phases of the process in which they are to be involved (orientation, assessment center, and written exam). Vendors were ranked in order of qualifications. The unanimous decision of the Board of Fire and Police Commissioners was to move forward with Industrial Organizational Solutions, Inc. Recommendation: The Board of Fire and Police Commissioners and the Des Plaines Fire Department Command Staffrecommend using Industrial Organizational Solutions, Incorporated, 1127 S. Mannheim Road #203, Westchester, IL. 60154 for the promotional process at a cost of $29,715 for 27 candidates. This recommendation is based upon the vendor's significant knowledge of promotional processes and the City's previous experiences with IOS. The source of funding is the Board of Fire and Police Commissioners' line item for Post -Employment Exams, 100-75-000-0000.5345. Attachments: Resolution R-8-16 Page 1 of 3 CITY OF DES PLAINES RESOLUTION R - 8 - 16 A RESOLUTION APPROVING THE PURCHASE OF FIRE PERSONNEL PROMOTIONAL TESTING SERVICES FROM INDUSTRIAL ORGANIZATIONAL SOLUTIONS, INC. WHEREAS, Article VII, Section 10 of the 1970 Illinois Constitution authorizes the City to contract with individuals, associations, and corporations in any manner not prohibited by law or ordinance; and WHEREAS, the City has appropriated funds for use by the Fire Department during the 2016 fiscal year for the procurement of examination testing services for the establishment of an eligibility list for promotions to the rank of Lieutenant ("Services"); and WHEREAS, in accordance with Chapter 10 of Title 1 of the City Code of Des Plaines and the City purchasing policy, the procurement of the Services does not require competitive bidding because the Services require a high degree of professional skill where the ability or fitness of the individual plays an important part; and WHEREAS, the City sought proposals from qualified consultants for the performance of the Services; and WHEREAS, Industrial Organizational Solutions, Inc. ("Consultant"), submitted a proposal in the not -to -exceed amount of $29,715 to perform the Services; and WHEREAS, the City Fire Department and Board of Fire and Police Commissioners have found that the Consultant's proposal is most advantageous to the City; and WHEREAS, the City Council has determined that the Consultant's proposal is most advantageous to the City and that it is in the best interest of the City to purchase the Services from Consultant in the not -to -exceed amount of $29,715; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Des Plaines, Cook County, Illinois, in the exercise of its home rule powers, as follows: SECTION 1: RECITALS. The foregoing recitals are incorporated into, and made a part of, this Resolution as findings of the City Council. SECTION 2: APPROVAL OF PURCHASE. The City Council hereby approves the purchase of the Services from the Consultant in the not -to -exceed amount of $29,715. SECTION 3: EFFECTIVE DATE. This Resolution shall be in full force and effect from and after its passage and approval according to law. 1 Resolution Page 2 of 3 PASSED this day of , 2016. APPROVED this day of , 2016. VOTE: AYES NAYS ABSENT MAYOR ATTEST: Approved as to form: CITY CLERK Peter M. Friedman, General Counsel DP -Resolution Approving Purchase of Fire Personnel Promotional Examination Testing from I0 Solutions Inc. 2 Resolution Page 3 of 3 ftDEs PLAINES ILLI N O l S CONSENT AGENDA #10 & 10a. PUBLIC WORKS AND ENGINEERING DEPARTMENT 1420 Miner Street Des Plaines, IL 60016 P: 847.391.5390 desplaines.org MEMORANDUM Date: To: From: December 16, 2015 Michael Bartholomew, MCP, LEED-AP, City Manager Jon Duddles, P.E., CFM, Assistant Director of Public Works and Engineering go Timothy P. Oakley, P.E., CFM, Director of Public Works and Engineering Subject: Rand Road Sidepath — Phase I Professional Engineering Services - Civiltech Issue: In 2014, the City was awarded $1,281,630 in Illinois Transportation Enhancement Program (ITEP) grant funding for the design and construction of a pedestrian/bicycle sidepath along Rand Road from Central Road to Elk Boulevard. This long -requested facility will close significant gaps in the existing sidewalk network along with carrying the planned 36 -mile Evanston -Elgin Regional Bikeway through the City of Des Plaines. Analysis: In order to access the federal grant funds for the Phase I design engineering the City must enter into a Local Public Agency Agreement for Federal Participation with the Illinois Department of Transportation (IDOT). In addition, the City must execute the Preliminary Engineering Services Agreement for Federal Participation indicating the engineering consultant that will complete the construction engineering. The estimated cost for Phase I engineering of the project is $158,349. The ITEP grant award will provide $126,679 in funding toward the Phase I engineering (80 percent of the cost), with the remaining $31,670 being provided by the City as a local match. This local match is to be funded through a budgeted transfer from the 2016 Capital Projects Fund into the Grant Funded Projects Fund. At the August 8, 2014 City Council meeting, a contract was approved with Civiltech for the combined Phase I and Phase II engineering for this project. However, subsequent to that contract approval, IDOT learned that the federal procedures had changed and they are now requiring these new contract forms in order to allow the project to proceed under the grant. Therefore, the earlier contract will be terminated and replaced by these new agreements. Recommendation: We recommend that the City of Des Plaines execute the Local Public Agency Agreement for Federal Participation with IDOT with a local match for the project not to exceed $31,670. We also recommend that the City of Des Plaines execute the Preliminary Engineering Services Agreement for Federal Participation with Civiltech Engineering, Inc., 450 East Devon Avenue, Suite 300, Itasca, IL 60143 as the engineering consultant. Page 1 of 47 Attachments: Resolution R-10-16 Exhibit A - Local Public Agency Agreement for Federal Participation Exhibit B - Preliminary Engineering Services Agreement for Federal Participation Page 2 of 47 CITY OF DES PLAINES RESOLUTION R - 10 - 16 A RESOLUTION APPROVING THE EXECUTION OF A LOCAL AGENCY AGREEMENT AND AN ENGINEERING SERVICES AGREEMENT IN CONNECTION WITH THE DESIGN AND CONSTRUCTION OF A SIDEPATH ALONG RAND ROAD. WHEREAS, Article VII, Section 10 of the 1970 Illinois Constitution authorizes the City to contract with individuals, associations, and corporations in any manner not prohibited by law or ordinance; and WHEREAS, the City was awarded a grant of federal funds in the amount of $1,281,630 through the Illinois Transportation Enhancement Program ("ITEP") for the design and construction of a pedestrian and bicycle sidepath along Rand Road from Central Road to Elk Boulevard in the City ("Project"); and WHEREAS, in order to commence construction of, and to receive CMAQ funds for, the Project, the Illinois Department of Transportation ("IDOT") requires that the City enter into: (i) a Local Agency Agreement for Federal Participation with IDOT setting forth the rights and responsibilities of the City and IDOT in connection with the completion of the Project ("Local Agency Agreement"); and (ii) a Preliminary Engineering Services Agreement for Federal Participation ("Engineering Services Agreement") with an engineering firm for the procurement of construction engineering services for the Project ("Engineering Services"); and WHEREAS, the estimated cost to complete the Project, including Engineering Services and construction, is $1,602,038; and WHEREAS, pursuant to the terms of the ITEP grant and the Local Agency Agreement, $1,281,630 of the Project cost will be paid by ITEP funds, and up to $320,408 of the Project cost will be paid by the City as a local match ("City Share"); and WHEREAS, the City has appropriated funds in the Capital Projects Fund for use by the Department of Public Works and Engineering during the 2016 fiscal year to pay the City Share of the Project; and WHEREAS, in accordance with Chapter 10 of Title 1 of the City Code of the City of Des Plaines and the City's purchasing policy, the City has determined that procurement of the Engineering Services does not require competitive bidding because the Engineering Services require a high degree of professional skill where the ability or fitness of the individual plays an important part; and 1 Page 3 of 47 WHEREAS, the City has a satisfactory existing relationship with Civiltech Engineering, Inc. ("Consultant"), which has satisfactorily performed engineering services for the City in the past; and WHEREAS, the City desires to enter into the Engineering Services Agreement with Consultant for the performance of the Engineering Services; and WHEREAS, the City Council has determined that is in the best interest of the City to enter into: (i) the Local Agency Agreement with IDOT; and (ii) the Engineering Services Agreement with Consultant; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Des Plaines, Cook County, Illinois, in the exercise of its home rule powers, as follows: SECTION 1: RECITALS. The foregoing recitals are incorporated into, and made a part of, this Resolution as findings of the City Council. SECTION 2: APPROVAL OF LOCAL AGENCY AGREEMENT. The City Council hereby approves the Local Agency Agreement in substantially the form attached to this Resolution as Exhibit A, and in a final form to be approved by the General Counsel. SECTION 3: AUTHORIZATION TO EXECUTE LOCAL AGENCY AGREEMENT. The City Council hereby authorizes and directs the Mayor and the City Clerk to execute and seal, on behalf of the City, the final Local Agency Agreement. SECTION 4: APPROVAL OF ENGINEERING SERVICES AGREEMENT. The City Council hereby approves the Engineering Services Agreement in substantially the form attached to this Resolution as Exhibit B, and in a final form to be approved by the General Counsel. SECTION 5: AUTHORIZATION TO EXECUTE ENGINEERING SERVICES AGREEMENT. The City Council hereby authorizes and directs the Mayor and the City Clerk to execute and seal, on behalf of the City, the final Engineering Services Agreement. SECTION 6: AUTHORIZATION TO PAY CITY SHARE. The City Council hereby authorizes the City Manager, or his designee, to pay, pursuant to and in accordance with the Local Agency Agreement and the Engineering Services Agreement, the City Share. SECTION 7: EFFECTIVE DATE. This Resolution shall be in full force and effect from and after its passage and approval according to law. [SIGNATURE PAGE FOLLOWS] 2 Page 4 of 47 PASSED this day of , 2016. APPROVED this day of , 2016. VOTE: AYES NAYS ABSENT MAYOR ATTEST: Approved as to form: CITY CLERK Peter M. Friedman, General Counsel DP -Resolution Approving Local Agency Agreement with IDOT and Engineering Services Agreement for Rand Rd Side Path #38140818_v1 3 Page 5 of 47 Local for G Public Federal Illinois Department of Transportation Agency Agreement Participation Local Public Agency City of Des Plaines State Contract Day Labor Local Contract X RR Force Account Section 14 -00221 -00 -BT Fund Type ITEP ITEP, SRTS, o HSIP Number(s) 131039 Construction Engineering Right -of -Way Job Number Project Number Job Number Project Number Job Number Project Number P-91-126-16 TE -00D1(027) This Agreement is made and entered into between the above local public agency, hereinafter referred to as the "LPA", and the State of Illinois, acting by and through its Department of Transportation, hereinafter referred to as "STATE". The STATE and LPA jointly propose to improve the designated location as described below. The improvement shall be constructed in accordance with plans prepared by, or on behalf of the LPA, approved by the STATE and the STATE's policies and procedures approved and/or required by the Federal Highway Administration, hereinafter referred to as "FHWA". Location Local Name 1) Rand Road (US 12), 2) Rand Road (US 12) 1)1.43Mi. Route 1) FAP 334, 2) FAU 3523 Length 2)0.98Mi. Termini 1) Central Road to Golf Road, 2) Golf Road to Elk Boulevard Current Jurisdiction STATE TIP Number 03-14-0014 Existing Structure No N/A Project Description Construction of a sidepath on the south side of Rand Road, between Central Road and Elk Boulevard Division of Cost Type of Work ITEP "/u °/u LPA % Total Participating Construction ( ) ( ) ( ) Non -Participating Construction ( ) ( ) ( ) Preliminary Engineering 126,679 ( ) ( ) 31,670 ( BAL ) 158,349 Construction Engineering ( ) ( ) ( ) Right of Way ( ) ( ) ( ) Railroads ( ) ( ) ( ) Utilities ( ) ( ) ( ) Materials TOTAL $ 126,679 $ $ 31,670 $ 158,349 NOTE: * Maximum FHWA (ITEP) participation 80% not to exceed $126,679. The costs shown in the Division of Cost table are approximate and subject to change. The final LPA share is dependent on the final Federal and State participation. The actual costs will be used in the final division of cost for billing and reimbursment. If funding is not a percentage of the total, place an asterisk in the space provided for the percentage and explain above. Local Public Agency Appropriation By execution of this Agreement, the LPA attests that sufficient moneys have been appropriated or reserved by resolution or ordinance to fund the LPA share of project costs. A copy of the authorizing resolution or ordinance is attached as an addendum (required for State -let contracts only) Method of Financing (State Contract Work Only) METHOD A ---Lump Sum (80% of LPA Obligation) METHOD B--- Monthly Payments of due by the of each successive month. METHOD C---LPA's Share Balance divided by estimated total cost multiplied by actual progress payment. (See page two for details of the above methods and the financing of Day Labor and Local Contracts) Printed 12/22/2015 Page 1 of 5 Exhibit A BLR 05310 (Rev. 09/03/15) Page 6 of 47 Agreement Provisions THE LPA AGREES: To acquire in its name, or in the name of the STATE if on the STATE highway system, all right-of-way necessary for this project in accordance with the requirements of Titles II and III of the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, and established State policies and procedures. Prior to advertising for bids, the LPA shall certify to the STATE that all requirements of Titles II and III of said Uniform Act have been satisfied. The disposition of encroachments, if any, will be cooperatively determined by representatives of the LPA, and the STATE and the FHWA, if required. To provide for all utility adjustments, and to regulate the use of the right-of-way of this improvement by utilities, public and private, in accordance with the current Utility Accommodation Policy for Local Agency Highway and Street Systems. To provide for surveys and the preparation of plans for the proposed improvement and engineering supervision during construction of the proposed improvement. To retain jurisdiction of the completed improvement unless specified otherwise by addendum (addendum should be accompanied by a location map). If the improvement location is currently under road district jurisdiction, an addendum is required. To maintain or cause to be maintained, in a manner satisfactory to the STATE and the FHWA, the completed improvement, or that portion of the completed improvement within its jurisdiction as established by addendum referred to in item 4 above. To comply with all applicable Executive Orders and Federal Highway Acts pursuant to the Equal Employment Opportunity and Nondiscrimination Regulations required by the U.S. Department of Transportation. To maintain, for a minimum of 3 years after final project close-out by the STATE, adequate books, records and supporting documents to verify the amounts, recipients and uses of all disbursements of funds passing in conjunction with the contract; the contract and all books, records and supporting documents related to the contract shall be available for review and audit by the Auditor General and the department; and the LPA agrees to cooperate fully with any audit conducted by the Auditor General and the STATE; and to provide full access to all relevant materials. Failure to maintain the books, records and supporting documents required by this section shall establish a presumption in favor of the STATE for the recovery of any funds paid by the STATE under the contract for which adequate books, records and supporting documentation are not available to support their purported disbursement. (8) To provide if required, for the improvement of any railroad -highway grade crossing and rail crossing protection within the limits of the proposed improvement. (9) To comply with Federal requirements or possibly lose (partial or total) Federal participation as determined by the FHWA. (10) (State Contracts Only) That the method of payment designated on page one will be as follows: Method A - Lump Sum Payment. Upon award of the contract for this improvement, the LPA will pay to the STATE within thirty (30) calendar days of billing, in lump sum, an amount equal to 80% of the LPA's estimated obligation incurred under this Agreement. The LPA will pay to the STATE the remainder of the LPA's obligation (including any nonparticipating costs) within thirty (30) calendar days of billing in a lump sum, upon completion of the project based on final costs. Method B - Monthly Payments. Upon award of the contract for this improvement, the LPA will pay to the STATE, a specified amount each month for an estimated period of months, or until 80% of the LPA's estimated obligation under the provisions of the Agreement has been paid, and will pay to the STATE the remainder of the LPA's obligation (including any nonparticipating costs) in a lump sum, upon completion of the project based upon final costs. Method C - Progress Payments. Upon receipt of the contractor's first and subsequent progressive bills for this improvement, the LPA will pay to the STATE within thirty (30) calendar days of receipt, an amount equal to the LPA's share of the construction cost divided by the estimated total cost, multiplied by the actual payment (appropriately adjusted for nonparticipating costs) made to the contractor until the entire obligation incurred under this Agreement has been paid. Failure to remit the payment(s) in a timely manner as required under Methods A, B, or C, shall allow the STATE to internally offset, reduce, or deduct the arrearage from any payment or reimbursement due or about to become due and payable from the STATE to LPA on this or any other contract. The STATE, at its sole option, upon notice to the LPA, may place the debt into the Illinois Comptroller's Offset System (15 ILCS 405/10.05) or take such other and further action as my be required to recover the debt. (11) (Local Contracts or Day Labor) To provide or cause to be provided all of the initial funding, equipment, labor, material and services necessary to construct the complete project. (12) (Preliminary Engineering) In the event that right-of-way acquisition for, or actual construction of, the project for which this preliminary engineering is undertaken with Federal participation is not started by the close of the tenth fiscal year following the fiscal year in which the project is federally authorized, the LPA will repay the STATE any Federal funds received under the terms of this Agreement. (13) (Right -of -/Nay Acquisition) In the event that the actual construction of the project on this right-of-way is not undertaken by the close of the twentieth fiscal year following the fiscal year in which the project is federally authorized, the LPA will repay the STATE any Federal Funds received under the terms of this Agreement. Printed 12/22/2015 Page 2 of 5 Exhibit A BLR 05310 (Rev. 09/03/15) Page 7 of 47 (14) (Railroad Related Work Only) The estimates and general layout plans for at -grade crossing improvements should be forwarded to the Rail Safety and Project Engineer, Room 204, Illinois Department of Transportation, 2300 South Dirksen Parkway, Springfield, Illinois, 62764. Approval of the estimates and general layout plans should be obtained prior to the commencement of railroad related work. All railroad related work is also subject to approval be the Illinois Commerce Commission (ICC). Final inspection for railroad related work should be coordinated through appropriate IDOT District Bureau of Local Roads and Streets office. Plans and preemption times for signal related work that will be interconnected with traffic signals shall be submitted to the ICC for review and approval prior to the commencement of work. Signal related work involving interconnects with state maintained traffic signals should also be coordinated with the IDOT's District Bureau of Operations. The LPA is responsible for the payment of the railroad related expenses in accordance with the LPAtrailroad agreement prior to requesting reimbursement from IDOT. Requests for reimbursement should be sent to the appropriate IDOT District Bureau of Local Roads and Streets office. Engineer's Payment Estimates shall be in accordance with the Division of Cost on page one. (15) And certifies to the best of its knowledge and belief its officials: (a) are not presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from covered transactions by any Federal department or agency; (b) have not within a three-year period preceding this Agreement been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements receiving stolen property; (c) are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State, local) with commission of any of the offenses enumerated in item (b) of this certification; and (d) have not within a three-year period preceding the Agreement had one or more public transactions (Federal, State, local) terminated for cause or default. (16) To include the certifications, listed in item 15 above, and all other certifications required by State statutes, in every contract, including procurement of materials and leases of equipment. (17) (State Contracts) That execution of this agreement constitutes the LPA's concurrence in the award of the construction contract to the responsible low bidder as determined by the STATE. (18) That for agreements exceeding $100,000 in federal funds, execution of this Agreement constitutes the LPA's certification that: (a) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress or any employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any cooperative agreement, and the extension, continuation, renewal, amendment or modification of any Federal contract, grant, loan or cooperative agreement; (b) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress or an employee of a Member of Congress, in connection with this Federal contract, grant, loan or cooperative agreement, the undersigned shall complete and submit Standard Form -LLL, "Disclosure Form to Report Lobbying", in accordance with its instructions; (c) The LPA shall require that the language of this certification be included in the award documents for all subawards at all ties (including subcontracts, subgrants and contracts under grants, loans and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. (19) To regulate parking and traffic in accordance with the approved project report. (20) To regulate encroachments on public right-of-way in accordance with current Illinois Compiled Statutes. (21) To regulate the discharge of sanitary sewage into any storm water drainage system constructed with this improvement in accordance with current Illinois Compiled Statutes. (22) To complete this phase of the project within three (3) years from the date this agreement is approved by the STATE if this portion of the project described in the Project Description does not exceed $1,000,000 (five years if the project costs exceed $1,000,000). (23) To comply with the federal Financial Integrity Review and Evaluation (FIRE) program, which requires States and subrecipients to justify continued federal funding on inactive projects. 23 CFR 630.106(a)(5) defines an inactive project as a project which no expenditures have been charged against Federal funds for the past twelve (12) months. To keep projects active, invoicing must occur a minimum of one time within any given twelve (12) month period. However, to ensure adequate processing time, the first invoice shall be submitted to the STATE within six (6) months of the federal authorization date. Subsequent invoices will be submitted in intervals not to exceed six (6) months. (24) The LPA will submit supporting documentation with each request for reimbursement from the STATE. Supporting documentation is defined as verification of payment, certified time sheets or summaries, vendor invoices, vendor receipts, cost plus fix fee invoice, progress report, and personnel and direct cost summaries.and other documentation supporting the requested reimbursement amount (Form BLRS 05621 should be used for consultant invoicing purposes). LPA invoice requests to the STATE will be submitted with sequential invoice numbers by project. Printed 12/22/2015 Page 3 of 5 Exhibit A BLR 05310 (Rev. 09103115) Page 8 of 47 The LPA will submit to the STATE a complete and detailed final invoice with applicable supporting documentation of all incurred costs, less previous payments, no later than twelve (12) months from the date of completion of this phase of the improvement or from the date of the previous invoice, which ever occurs first. If a final invoice is not received within this time frame, the most recent invoice may be considered the final invoice and the obligation of the funds closed. (25) The LPA shall provide the final report to the appropriate STATE district within twelve months of the physical completion date of the project so that the report may be audited and approved for payment. If the deadline cannot be met, a written explanation must be provided to the district prior to the end of the twelve months documenting the reason and the new anticipated date of completion. If the extended deadline is not met, this process must be repeated until the project is closed. Failure to follow this process may result in the immediate close-out of the project and loss of further funding. (26) (Single Audit Requirements) That if the LPA expends $750,000 or more a year in federal financial assistance they shall have an audit made in accordance with 2 CFR 200. LPAs expending less than $750,000 a year shall be exempt from compliance. A copy of the audit report must be submitted to the STATE (Office of Finance and Administration, Audit Coordination Section, 2300 South Dirksen Parkway, Springfield, Illinois, 62764), within 30 days after the completion of the audit, but no later than one year after the end of the LPA's fiscal year. The CFDA number for all highway planning and construction activities is 20.205. Federal funds utilized for constructon activities on projects let and awarded by the STATE (denoted by an "X" in the State Contract field at the top of page 1) are not included in a LPA's calculation of federal funds expended by the LPA for Single Audit purposes. (27) That the LPA is required to register with the System for Award Management or SAM (formerly Central Contractor Registration (CCR)), which is a web -enabled government -wide application that collects, validates, stores, and disseminates business information about the federal government's trading partners in support of the contract award and the electronic payment processes. To register or renew, please use the following website: https://www.sam.gov/portal/public/SAM/#1. The LPA is also required to obtain a Dun & Bradstreet (D&B) D -U -N -S Number. This is a unique nine digit number required to identify subrecipients of federal funding. A D -U -N -S number can be obtained at the following website: httplitedqov.dnb.com/webform. THE STATE AGREES: (1) To provide such guidance, assistance and supervision and to monitor and perform audits to the extent necessary to assure validity of the LPA's certification of compliance with Titles II and III requirements. (2) (State Contracts) To receive bids for the construction of the proposed improvement when the plans have been approved by the STATE (and FHWA, if required) and to award a contract for construction of the proposed improvement, after receipt of a satisfactory bid. (3) (Day Labor) To authorize the LPA to proceed with the construction of the improvement when Agreed Unit Prices are approved, and to reimburse the LPA for that portion of the cost payable from Federal and/or State funds based on the Agreed Unit Prices and Engineer's Payment Estimates in accordance with the Division of Cost on page one. (4) (Local Contracts) For agreements with Federal and/or State funds in engineering, right-of-way, utility work and/or construction work: (a) To reimburse the LPA for the Federal and/or State share on the basis of periodic billings, provided said billings contain sufficient cost information and show evidence of payment by the LPA; (b) To provide independent assurance sampling, to furnish off-site material inspection and testing at sources normally visited by STATE inspectors of steel, cement, aggregate, structural steel and other materials customarily tested by the STATE. IT IS MUTUALLY AGREED: (1) Construction of the project will utilize domestic steel as required by Section 106.01 of the current edition of the Standard Specifications for Road and Bridge Construction and federal Buy America provisions. (2) That this Agreement and the covenants contained herein shall become null and void in the event that the FHWA does not approve the proposed improvement for Federal -aid participation within one (1) year of the date of execution of this Agreement. (3) This Agreement shall be binding upon the parties, their successors and assigns. (4) For contracts awarded by the LPA, the LPA shall not discriminate on the basis of race, color, national origin or sex in the award and performance of any USDOT — assisted contract or in the administration of its DBE program or the requirements of 49 CFR part 26. The LPA shall take all necessary and reasonable steps under 49 CFR part 26 to ensure nondiscrimination in the award and administration of USDOT — assisted contracts. The LPA's DBE program, as required by 49 CFR part 26 and as approved by USDOT, is incorporated by reference in this Agreement. Upon notification to the recipient of its failure to carry out its approved program, the STATE may impose sanctions as provided for under part 26 and may, in appropriate cases, refer the matter for Printed 12/22/2015 Page 4 of 5 Exhibit A BLR 05310 (Rev. 09/03/15) Page 9 of 47 enforcement under 18 U.S.C. 1001 and/or the Program Fraud Civil Remedies Act of 1986 (31U.S.C. 3801 et seq.). In the absence of a USDOT — approved LPA DBE Program or on State awarded contracts, this Agreement shall be administered under the provisions of the STATE's USDOT approved Disadvantaged Business Enterprise Program. (5) In cases where the STATE is reimbursing the LPA, obligations of the STATE shall cease immediately without penalty or further payment being required if, in any fiscal year, the Illinois General Assembly or applicable Federal Funding source fails to appropriate or otherwise make available funds for the work contemplated herein. (6) All projects for the construction of fixed works which are financed in whole or in part with funds provided by this Agreement and/or amendment shall be subject to the Prevailing Wage Act (820 ILCS 130/0.01 et sea.) unless the provisions of that Act exempt its application. ADDENDA Additional information and/or stipulations are hereby attached and identified below as being a part of this Agreement. Number 1- Location Map, Number 2 — LPA Appropriation Resolution (Insert Addendum numbers and titles as applicable) The LPA further agrees, as a condition of payment, that it accepts and will comply with the applicable provisions set forth in this Agreement and all Addenda indicated above. APPROVED APPROVED Local Public Agency State of Illinois Department of Transportation Matthew Bogusz Name of Official (Print or Type Name) Mayor By: Title (County Board Chairperson/MayorNillage President/etc.) (Signature) Date The above signature certifies the agency's TIN number is 36-6005849 conducting business as a Governmental Entity. DUNS Number 074399668 Randall S. Blankenhorn, Secretary Date Aaron A. Weatherholt, Deputy Director of Highways Date Omer Osman, Director of Highways/Chief Engineer Date William M. Barnes, Chief Counsel Date Jeff Heck, Chief Fiscal Officer (CFO) Date NOTE: If the LPA signature is by an APPOINTED official, a resolution authorizing said appointed official to execute this agreement is required. Printed 12/22/2015 Page 5 of 5 Exhibit A BLR 05310 (Rev. 09/03/15) Page 10 of 47 Local Agency City of Des Plaines p C A L E N C Y 0 Illinois Department of Transportation p N s L Code A N T Consultant Civiltech Engineering, Inc. County Cook Preliminary Engineering Services Agreement For Federal Participation Address 450 E. Devon Avenue, Suite 300 Section 14 -00221 -00 -BT City Itasca Project No.A State IL Job No. Zip 60143 Contact Name/Phone/E-mail Address Mr. Derek Peebles, P.E. 1420 Miner Street Des Plaines. IL 60016 Contact Name/Phone/E-mail Address Mr. Joel E. Christell, P.E. 630.735.3941 JChristell(cDciviltechinc.com 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 PROJECT. Federal -aid funds allotted to the LA by the state of Illinois under the general supervision of the Illinois Department of Transportation (STATE) will be used entirely or in part to finance engineering services as described under AGREEMENT PROVISIONS. Name Rand Road Sidepath Termini Central Road to Elk Boulevard Project Description Route Length 2.4 Mi. Structure No. Description Phase I professional engineering services for the construction of a sidepath along Rand Road between Central Road and Elk Boulevard. Agreement Provisions I. THE ENGINEER AGREES, To perform or be responsible for the performance, in accordance with STATE approved design standards and policies, of engineering services for the LA for the proposed improvement herein described. To attend any and all meetings and visit the site of the proposed improvement at any reasonable time when requested by representatives of the LA or STATE. To complete the services herein described within 500 calendar days from the date of the Notice to Proceed from the LA, excluding from consideration periods of delay caused by circumstances beyond the control of the ENGINEER. 4. The classifications of the employees used in the work should be consistent with the employee classifications and estimated man- hours shown in EXHIBIT A. If higher -salaried personnel of the firm, including the Principal Engineer, perform services that are indicated in Exhibit A to be performed by lesser -salaried personnel, the wage rate billed for such services shall be commensurate with the payroll rate for the work performed. That the ENGINEER is qualified technically and is entirely conversant with the design standards and policies applicable for the PROJECT; and that the ENGINEER has sufficient properly trained, organized and experienced personnel to perform the services enumerated herein. That the ENGINEER shall be responsible for the accuracy of the work and shall promptly make necessary revisions or corrections resulting from the ENGINEER's errors, omissions or negligent acts without additional compensation. Acceptance of work by the STATE will not relieve the ENGINEER of the responsibility to make subsequent correction of any such errors or omissions or for clarification of any ambiguities. That all plans and other documents furnished by the ENGINEER pursuant to this AGREEMENT will be endorsed by the ENGINEER and will affix the ENGINEER's professional seal when such seal is required by law. Plans for structures to be built as a part of the improvement will be prepared under the supervision of a registered structural engineer and will affix structural engineer seal when such seal is required by law. It will be the ENGINEER's responsibility to affix the proper seal as required by the Bureau of Local Roads and Streets manual published by the STATE. That the ENGINEER will comply with applicable federal statutes, state of Illinois statutes, and local laws or ordinances of the LA. Page 1 of 7 BLR 05610 (Rev. 11/21/13) Printed on 10/8/2015 10:41:06 AM Exhibit B Page 11 of 47 9. The undersigned certifies neither the ENGINEER nor I have: a. employed or retained for commission, percentage, brokerage, contingent fee or other considerations, any firm or person (other than a bona fide employee working solely for me or the above ENGINEER) to solicitor secure this AGREEMENT, b. agreed, as an express or implied condition for obtaining this AGREEMENT, to employ or retain the services of any firm or person in connection with carrying out the AGREEM ENT or c. paid, or agreed to pay any firm, organization or person (other than a bona fide employee working solely for me or the above ENGINEER) any fee, contribution, donation or consideration of any kind for, or in connection with, procuring or carrying out the AGREEMENT. d. are not presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from covered transactions by any Federal department or agency, e. have not within a three-year period preceding the AGREEMENT been convicted of or had a civil judgment rendered against them for commission of fraud or criminal offense in connection with obtaining, attempting to obtain or performing a public (Federal, State or local) transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements or receiving stolen property, t are not presently indicted for or otherwise criminally or civilly charged by a government entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (e) and g. have not within a three-year period preceding this AGREEM ENT had one or more public transactions (Federal, State or local) terminated for cause or default. 10. To pay its subconsultants for satisfactory performance no later than 30 days from receipt of each payment from the LA. 11. To submit all invoices to the LA within one year of the completion of the work called for in this AGREEMENT or any subsequent Amendment or Supplement. 12. To submit BLR 05613, Engineering Payment Report, to the STATE upon completion of the project (Exhibit B). 13. Scope of Services to be provided by the ENGINEER: Make such detailed surveys as are necessary for the planning and design of the PROJECT. ❑ Make stream and flood plain hydraulic surveys and gather both existing bridge upstream and downstream high water data and flood flow histories. ❑ Prepare applications for U.S. Army Corps of Engineers Permit, Illinois Department of Natural Resources Office of Water Resources Permit and Illinois Environmental Protection Agency Section 404 Water Quality Certification. ❑ Design and/or approve cofferdams and superstructure shop drawings. ❑ Prepare Bridge Condition Report and Preliminary Bridge Design and Hydraulic Report, (including economic analysis of bridge or culvert types and high water effects on roadway overflows and bridge approaches). ® Prepare the necessary environmental and planning documents including the Project Development Report, Environmental Class of Action Determination or Environmental Assessment, State Clearinghouse, Substate Clearinghouse and all necessary environmental clearances. ❑ Make such soil surveys or subsurface investigations including borings and soil profiles as may be required to furnish sufficient data for the design of the proposed improvement. Such investigations to be made in accordance with the current Standard Specifications for Road and Bridge Construction, Bureau of Local Roads and Streets Administrative Policies, Federal -Aid Procedures for Local Highway Improvements or any other applicable requirements of the STATE. ❑ Analyze and evaluate the soil surveys and structure borings to determine the roadway structural design and bridge foundation. ❑ Prepare preliminary roadway and drainage structure plans and meet with representatives of the LA and STATE at the site of the improvement for review of plans prior to the establishment of final vertical and horizontal alignment, location and size of drainage structures, and compliance with applicable design requirements and policies. ® 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. ❑ Complete the general and detailed plans, special provisions and estimate of cost. Contract plans shall be prepared in accordance with the guidelines contained in the Bureau of Local Roads and Streets manual. The special provisions and detailed estimate of cost shall be furnished in quadruplicate. ❑ Furnish the LA with survey and drafts in quadruplicate all necessary right-of-way dedications, construction easements and borrow pit and channel change agreements including prints of the corresponding plats and staking as required. Page 2 of 7 Printed on 10/8/2015 10:41:06 AM Exhibit B BLR 05610 (Rev. 11/21/13) Page 12 of 47 II. THE LA AGREES, 1. To furnish the ENGINEER all presently available survey data and information 2. To pay the ENGINEER as compensation for all services rendered in accordance with this AGREEMENT, on the basis of the following compensation formulas: Cost Plus Fixed Fee Specific Rate Lump Sum • CPFF = 14.5%[DL + R(DL) + OH(DL) + IHDC], or ❑ CPFF = 14.5%[DL + R(DL) + 1.4(DL) + IHDC], or ❑ CPFF = 14.5%[(2.3 + R)DL + IHDC] Where: DL = Direct Labor IHDC = In House Direct Costs OH = Consultant Firm's Actual Overhead Factor R = Complexity Factor ❑ (Pay per element) 3. To pay the ENGINEER using one of the following methods as required by 49 CFR part 26 and 605 ILCS 5/5-409: ❑ With Retainage a) For the first 50% of completed work, and upon receipt of monthly invoices from the ENGINEER and the approval thereof by the LA, monthly payments for the work performed shall be due and payable to the ENGINEER, such payments to be equal to 90% of the value of the partially completed work minus all previous partial payments made to the ENGINEER. b) After 50% of the work is completed, and upon receipt of monthly invoices from the ENGINEER and the approval thereof by the LA, monthly payments covering work performed shall be due and payable to the ENGINEER, such payments to be equal to 95% of the value of the partially completed work minus all previous partial payments made to the ENGINEER. c) Final Payment — Upon approval of the work by the LA but not later than 60 days after the work is completed and reports have been made and accepted by the LA and the STATE, a sum of money equal to the basic fee as determined in this AGREEMENT less the total of the amounts of partial payments previously paid to the ENGINEER shall be due and payable to the ENGINEER. ▪ Without Retainage a) For progressive payments — Upon receipt of monthly invoices from the ENGINEER and the approval thereof by the LA, monthly payments for the work performed shall be due and payable to the ENGINEER, such payments to be equal to the value of the partially completed work minus all previous partial payments made to the ENGINEER. b) Final Payment — Upon approval of the work by the LA but not later than 60 days after the work is completed and reports have been made and accepted by the LA and STATE, a sum o money equal to the basic fee as determined in this AGREEMENT less the total of the amounts of partial payments previously paid to the ENGINEER shall be due and payable to the ENGINEER. 4. The recipient shall not discriminate on the basis of race, color, national origin or sex in the award and performance of any DOT - assisted contract or in the administration of its DBE program or the requirements of 49 CFR part 26. The recipient shall take all necessary and reasonable steps under 49 CFR part 26 to ensure nondiscrimination in the award and administration of DOT -assisted contracts. The recipients DBE program, as required by 49 CFR part 26 and as approved by DOT, is incorporated by reference in this agreement. Implementation of this program is a legal obligation and failure to carry out its terms shall be treated as violation of this agreement. Upon notification to the recipient of its failure to carry out its approved program, the Department may impose sanctions as provided for under part 26 and may, in appropriate cases, refer the matter for enforcement under 18 U.S.C. 1001 and/or the Program Fraud Civil Remedies Act of 1986 (31 U.S.C. 3801 et seq.). III. IT IS MUTALLY AGREED, 1. That no work shall be commenced by the ENGINEER prior to issuance by the LA of a written Notice to Proceed. 2. That tracings, plans, specifications, estimates, maps and other documents prepared by the ENGINEER in accordance with this AGREEMENT shall be delivered to and become the property of the LA and that basic survey notes, sketches, charts and other data prepared or obtained in accordance with this AGREEMENT shall be made available, upon request, to the LA or to the STATE, without restriction or limitation as to their use. Page 3 of 7 Printed on 10/8/2015 10:41:06 AM Exhibit B BLR 05610 (Rev. 11/21/13) Page 13 of 47 3. That all reports, plans, estimates and special provisions furnished by the ENGINEER shall be in accordance with the current Standard Specifications for Road and Bridge Construction, Bureau of Local Roads and Streets Administrative Policies, Federal -Aid Procedures for Local Highway Improvements or any other applicable requirements of the STATE, it being understood that all such furnished documents shall be approved by the LA and the STATE before final acceptance. During the performance of the engineering services herein provided for, the ENGINEER shall be responsible for any loss or damage to the documents herein enumerated while they are in the ENGINEER's possession and any such loss or damage shall be restored at the ENGINEER's expense. 4. That none of the services to be furnished by the ENGINEER shall be sublet, assigned or transferred to any other party or parties without written consent of the LA. The consent to sublet, assign or otherwise transfer any portion of the services to be furnished by the ENGINEER shall not be construed to relieve the ENGINEER of any responsibility for the fulfillment of this agreement. 5. To maintain, for a minimum of 3 years after the completion of the contract, adequate books, records and supporting documents to verify the amounts, recipients and uses of all disbursements of funds passing in conjunction with the contract; the contract and all books, records and supporting documents related to the contract shall be available for review and audit by the Auditor General and the STATE; and to provide full access to all relevant materials. Failure to maintain the books, records and supporting documents required by this section shall establish a presumption in favor of the STATE for the recovery of any funds paid by the STATE under the contract for which adequate books, records and supporting documentation are not available to support their purported disbursement. 6. The payment by the LA in accordance with numbered paragraph 3 of Section II will be considered payment in full for all services rendered in accordance with this AGREEMENT whether or not they be actually enumerated in this AGREEM ENT. 7. That the ENGINEER shall be responsible for any and all damages to property or persons arising out of an error, omission and/or negligent act in the prosecution of the ENGINEER's work and shall indemnify and save harmless the LA, the STATE, and their officers, agents and employees from all suits, claims, actions or damages of any nature whatsoever resulting there from. These indemnities shall not be limited by the listing of any insurance policy. 8. This AGREEMENT may be terminated by the LA upon giving notice in writing to the ENGINEER at the ENGINEER's last known post office address. Upon such termination, the ENGINEER shall cause to be delivered to the LA all drawings, plats, surveys, reports, permits, agreements, soils and foundation analysis, provisions, specifications, partial and completed estimates and data, if any from soil survey and subsurface investigation with the understanding that all such material becomes the property of the LA. The LA will be responsible for reimbursement of all eligible expenses to date of the written notice of termination. 9. This certification is required by the Drug Free Workplace Act (30ILCS 580). The Drug Free Workplace Act requires that no grantee or contractor shall receive a grant or be considered for the purpose of being awarded a contract for the procurement of any property or service from the State unless that grantee or contractor will provide a drug free workplace. False certification or violation of the certification may result in sanctions including, but not limited to, suspension of contract or grant payments, termination of a contract or grant and debarment of the contracting or grant opportunities with the State for at least one (1) year but no more than five (5) years. For the purpose of this certification, "grantee" or "contractor" means a corporation, partnership or other entity with twenty-five (25) or more employees at the time of issuing the grant, or a department, division or other unit thereof, directly responsible for the specific performance under a contract or grant of $5,000 or more from the State, as defined in the Act. The contractor/grantee certifies and agrees that it will provide a drug free workplace by: a. Publishing a statement: (1) Notifying employees that the unlawful manufacture, distribution, dispensing, possession or use of a controlled substance, including cannabis, is prohibited in the grantee's or contractor's workplace. (2) Specifying the actions that will be taken against employees for violations of such prohibition. (3) Notifying the employee that, as a condition of employment on such contract or grant, the employee will: (a) abide by the terms of the statement; and (b) notify the employer of any criminal drug statute conviction for a violation occurring in the workplace no later than five (5) days after such conviction. b. Establishing a drug free awareness program to inform employees about: (1) The dangers of drug abuse in the workplace; (2) The grantee's or contractor's policy of maintaining a drug free workplace; (3) Any available drug counseling, rehabilitation and employee assistance program; and (4) The penalties that may be imposed upon an employee for drug violations. c. Providing a copy of the statement required by subparagraph (a) to each employee engaged in the performance of the contract or grant and to post the statement in a prominent place in the workplace. d. Notifying the contracting or granting agency within ten (10) days after receiving notice under part (B) of paragraph (3) of subsection (a) above from an employee or otherwise receiving actual notice of such conviction. e. Imposing a sanction on, or requiring the satisfactory participation in a drug abuse assistance or rehabilitation program by, f. Assisting employees in selecting a course of action in the event drug counseling, treatment and rehabilitation is required and indicating that a trained referral team is in place. g. Making a good faith effort to continue to maintain a drug free workplace through implementation of the Drug Free Workplace Act. Page 4of7 Printed on 10/8/2015 10:41:06 AM Exhibit B BLR 05610 (Rev. 11/21/13) Page 14 of 47 10. The ENGINEER or subconsultant shall not discriminate on the basis of race, color, national origin or sex in the performance of this AGREEMENT. The ENGINEER shall carry out applicable requirements of 49 CFR part 26 in the administration of DOT assisted contracts. Failure by the ENGINEER to carry out these requirements is a material breach of this AGREEMENT, which may result in the termination of this AGREEMENT or such other remedy as the LA deems appropriate. Agreement Summary Prime Consultant: TIN Number Agreement Amount Civiltech Engineering, Inc. $117,618.82 Sub -Consultants: TIN Number Agreement Amount Stuedemann Environmental Consulting, LLC $12,393.02 Compass Surveying, Ltd. $22,450.00 Hitchcock Design Group $5,886.28 Sub -Consultant Total: $40,729.30 Prime Consultant Total: $117,618.82 Total for all Work: $158,348.82 Executed by the LA: ATTEST: By: By: Clerk Title: (SEAL) (Municipality/Township/County) Executed by the ENGINEER: ATTEST: By: Title: Page 5 of 7 Printed on 10/8/2015 10:41:06 AM Exhibit B By: Title: BLR 05610 (Rev. 11/21/13) Page 15 of 47 Rand Road Sidepath Central Road to Elk Boulevard City of Des Plaines, Illinois SCOPE OF SERVICES Phase I Engineering The proposed improvement will include a sidepath that extends along the south side of Rand Road from Central Road to Elk Boulevard. This project will include two railroad crossings and the design of two pedestrian signals. The Phase I Engineering for this project will include environmental and location -design studies needed to develop and refine geometric improvements, evaluate costs and impacts, and undertake coordination with jurisdictional agencies and the public. The primary objective of the Phase I Engineering Study is to develop a conceptual improvement plan which provides the desired level of safety and operation, minimizes impacts to adjacent properties, and which fulfills all of the requirements for processing and funding of this project by the City of Des Plaines, Illinois Department of Transportation (IDOT), and the Federal Highway Administration (FHWA). This Scope of Services assumes that this project will be processed as a Categorical Exclusion Group I with the preparation of a Project Development Report. Following is the proposed scope of services for the Rand Road Sidepath: Item 1 - Early Coordination and Data Collection - This work item will include collecting available existing information as follows: a. Collect and review previous studies and existing roadway plans. b. Collect Land Use, Zoning, School District, Park District, etc. maps and plans. c. Obtain public and private utility atlases. d. Perform project area reconnaissance and prepare a photolog. e. Obtain recent digital aerial photography of study area at a scale of 1" = 50'. f. Prepare and process Environmental Survey Request forms (if necessary). g. Prepare Project Program Information (PPI) Form as per IDOT requirements. h. Prepare Initial Coordination Meeting Data Form (BLR 22410) as per IDOT requirements. Item 2 - Field Survey - In order to develop accurate construction costs and right-of-way analysis, a complete design topographic survey will be conducted as part of the project. This survey will include topographic information, cross sections and a drainage and utility survey. Cross sections will also be taken at all intersecting side streets and driveways to aid in the final design. An attempt will be made to recover as many property and/or other survey monuments as can be located. We will input the existing topographic survey information and develop plan base sheets at a scale of 1 "=50'. Cross sections will be prepared at 50 -foot intervals at high and low points along the roadway profile. Half width cross sections will be prepared at driveways and access points. Any updated existing utility information that has been obtained during the data collection phase Exhibit B Page 16 of 47 will also be plotted on the base sheets. Field survey will be performed by a subconsultant, Compass Surveying, Ltd. and a copy of their qualifications is contained in Exhibit B. Item 3 - Alternate Geometric Studies — A preliminary investigation of the proposed sidepath alignment and profile will be conducted to determine impacts to the area. Geometrics will meet City of Des Plaines, American Association of State Highway Transportation Officials (AASHTO), and IDOT design criteria or, where not feasible, justifications for design deviations will be developed. The studies will include: a. Preparation of preliminary horizontal geometrics on topographic base sheets for up to three alternatives for providing a continuous sidepath along the south side of Rand Road. b. Define vertical sidepath geometrics including preliminary analysis of proposed cross-sections for the sidepath. c. Identification of right-of-way acquisition and grading easement limits. d. Submittal of preliminary geometrics to City of Des Plaines for review. e. Refine horizontal and vertical geometrics based upon review comments. Item 4 — Environmental Studies — This item will include wetland studies, NEPA Support, and a Tree Survey. This task will be performed by a subconsultant, Stuedemann Environmental Consulting (SEC), LLC. Wetland -Riparian Submittal Reports and NEPA Support SEC will prepare a Wetland Determination Memorandum confirming that no wetland related permitting is necessary. A preliminary resource review has been conducted, and it is riot expected that wetlands are within the project corridor or within 100 feet of the project corridor, per the MWRD WMO. Therefore, wetland delineations are not part of the scope of work. To verify and document this for permitting purposes, however, a wetland investigation will be conducted and a Wetland Determination Memorandum will be prepared. SEC will also prepare a Riparian Environment Memorandum, as a portion of the project corridor is located in a Flood Protection Area. This field investigation will occur concurrently with the wetland investigation. SEC will submit an Ecological Compliance Assessment Tool (EcoCAT) report request to the Illinois Department of Natural Resources (IDNR) for identification of state listed endangered or threatened species and Natural Areas within, adjoining, and adjacent to the Project Corridor. SEC will also prepare the preliminary Section 7 consultation memorandum to the U.S. Fish and Wildlife Service (USFWS) for identification of federal listed endangered or threatened species within, adjoining, and adjacent to the Project Corridor. SEC will work closely with Civiltech to complete IDOT's Wetland Impact Evaluation (WIE) and Environmental Survey Request (ESR) submittals. These reports are also required for MWRD WMO permitting. Tree Survey SEC will conduct an on-site tree survey and to prepare a Tree Survey Report for the Rand Road Sidepath Project. Tree survey services presented in this proposal include a tagged tree survey of Exhibit B Page 17 of 47 all trees 4 inches diameter at breast height (DBH) and greater, and an inventory tree survey of all trees between 2 inches DBH and 4 inches DBH. Trees will be surveyed in accordance with the appropriate IDOT tree survey methodologies. A copy of their qualifications is included in Exhibit C. Item 5 — Section 4(f) Evaluation (If necessary) - If right-of-way acquisition is required from the Forest Preserve District of Cook County (FPDCC) for the implementation of this project, it may be necessary to complete a Section 4(0 Evaluation even if the FPDCC is amenable to the acquisition of the property. Therefore, it is anticipated that it will be necessary to complete a Section 4(f) Evaluation. It is assumed that the Section 4(f) Evaluation will consist of preparing the necessary documentation to result in a de minimis finding. This documentation would include the following items: a. Complete checklist and appendices. b. Prepare 4(f) exhibits. c. Address any public comments. d. Prepare materials for Forest Preserve District of Cook County review e. Provide draft letter to Forest Preserve District of Cook County for their signature. f. Submit documentation to IDOT/FHWA for approval. Note: This item will only be completed if required by IDOT/FHWA. Item 6 - Drainage Study — Although a formal Location Drainage Study will not be necessary as part of this project, an analysis of the existing drainage patterns, proposed improvements, and impacts to the existing floodplain will be necessary. The following items will be performed as part of this task. Existing Drainage Plan a. Prepare General Location Drainage Map. b. Develop watershed divides and identify drainage features. c. Identify outlets and determine interpreted drainage divides. d. Determine base floodplain elevations (includes datum correlation). e. Develop Overall Existing Drainage Plan. Proposed Drainage Plan a. Determine existing and proposed runoff coefficients. b. Identify and quantify floodplain encroachments. c. Investigate compensatory storage areas. (if required, riot anticipated) d. Evaluate impacts to existing drainage system and determine modifications to proposed drainage system. e. Identify right-of-way requirement for proposed drainage system. f. Develop Proposed Drainage Plan. (Not anticipated). Exhibit B Page 18 of 47 Item 7 - Draft Project Development Report — This work task will involve integration of project data and engineering studies into a Draft Project Development Report that meets requirements as contained in BLR Form 22211. Specifically this work item will include the following: a. Prepare report exhibits, including a location map, a land use exhibit, existing and proposed typical sections. b. Prepare a detailed construction cost estimate for proposed improvements. c. Write, proofread and edit the Draft PDR. d. Print, bind and deliver Draft PDR. e. Attend review meeting with IDOT and City if required. f. Revise Draft PDR. Item 8 - Agency Coordination - The efficiency and timeliness of executing a project can hinge on the level and frequency of coordination with applicable jurisdictional agencies. In order to avoid delays and costly multiple design revisions, we believe it will be helpful to have regular coordination meetings with all agencies involved. a. Kick-off meeting with City. b. Kick-off meeting with the City and IDOT. c. Meetings with Canadian National Railway, Union Pacific Railroad and ICC (assume 1 meeting each). d. Meeting with FPDCC. e. IDOT/FHWA Coordination Meeting. f. Meeting with IDOT to discuss project progress. All meetings will include preparation for, attendance at, and preparation of meeting minutes. Item 9 - Stakeholder Coordination and Public Involvement— There are numerous stakeholders that have a vested interest in the implementation of this project besides the City. Early involvement of the stakeholders in projects of this nature will minimize delays in the project schedule by identifying and addressing any unforeseen concerns. It is recommended that the following coordination occur during the course of the project: a. Stakeholder Meetings — It is anticipated that 2 meetings will be held with the adjacent property owners. Each meeting will include the following items: 1. Preparation of meeting exhibits. 2. Attendance at meetings. 3. Preparation of meeting summaries. b. Public Information Meeting 1. Preparation of public meeting newspaper advertisements. Exhibit B Page 19 of 47 2. Preparation of public meeting brochure, comment forms and sign -in sheets. 3. Preparation of public meeting exhibits. 4. Dry run with City staff. 5. Revisions to presentation materials based on dry run. 6. Attendance at public meeting. 7. Preparation of public meeting transcript (by court reporter). 8. Preparation of meeting summary and disposition of comments. c. Public Hearing — At this time, it is uncertain as to whether or not a Public Hearing will be required for this project. Typically, a holding a formal hearing would not be required due to the small number of affected property owners. However, if it is determined that there are impacts to Section 4(f) properties, it will be necessary to hold a Public Hearing. Therefore, this item will include everything required to conduct a formal public hearing in an Open House format. 1. Preparation of public hearing newspaper advertisements. 2. Preparation of public hearing brochure, comment forms and sign -in sheets. 3. Preparation of public hearing exhibits. 4. Dry run with City staff. 5. Revisions to presentation materials based on dry run. 6. Attendance at public hearing. 7. Preparation of public hearing transcript (by court reporter). 8. Preparation of meeting summary and disposition of comments. Item 10 - Final Project Development Report - Based on the outcome of the draft report review and municipal input, the final Project Development Report will be prepared and printed. Design Approval would be requested from IDOT. This work item will include the following tasks: a. Revise draft PDR exhibits. b. Revise construction cost estimate for improvements. c. Revise draft PDR report, proofread and edit. d. Print, bind and deliver final PDR Report. e. Preparation and publication of Design Approval legal notices. Item 11 - Supervision, Administration and Project Coordination - This item includes project setup, monthly invoicing and preparation of status reports, quarterly client coordination meetings as needed and in-house coordination meetings. This item also includes implementation of Civiltech's quality control/quality assurance in-house review process. Item 12 — Landscape Architecture - This item will be conducted by Hitchcock Design Group, and includes the tasks necessary for creating a concept landscaping design, determining the size, horizontal and vertical geometry, structure, materials, and finish for walks and pedestrian surfaces, site improvements, and landscape improvements. A cost estimate will be prepared as part of this item. A copy of their qualifications is contained in Exhibit D. Exhibit B Page 20 of 47 Preliminary and Design Engineering Rand Road Side 2 � Oo >' 0 -a R a) — c .c an c `) E a) 0 0 0 a) a 0 O 0 1- 0 9 N N O O Method of Compensation: See Exibit A-1 for Scope of Services 14.5%[DL + R(DL) + OH(DL) + IHDC] See Exhibit A-2 for a detailed workhour estimate. 14.5%[DL + R(DL) + 1.5(DL) + IHDC] See Exhibit A-3 for detailed Services by Others and In -House Direct Costs. 14.5%[(2.3 + R)DL + IHDC] NODEID Fixed Fee 1 a O U Cost Plus Fixed Fee 2 Cost Plus Fixed Fee 3 R 0 CO 41 N N $ 267.371 N O el N 63 N (. v3 v3 $ 620.30 1 N N v3 $ 22,450.001 63 ti ((f) N N 00) N N (^O ('01 v3 v3 v3 N 69- Profit V, m o 69- ' 64 m 0) 0) 64 CO o O ER V) o N ER ER 0) ti 64 ' 64 ' 64 ER ER ER ti r co 64 CO mi N 64 ' 64 $ 176.74 ER ER ' 64 ' 64 In -House Direct Costs (IHDC) $ 5.75 V3 Services by Others 64 $ 22,450.00 it CD E > 0 v3 (i) v3 N- ([i ui N ([i ui ui $ 309.74 v3 v3 ui ui $ 267.02 $ 493.99 v3 N 0) CO 69. u4 44 v3 V. Payroll Costs (DL) v3 $ 100.00 $ 888.00 o 0 m ([J o 64 64 o 0 c‘i M N v3 v3 v3 64 64 $ 200.00 $ 370.00 v3 $ 522.00 64 64 v3 v3 Payroll Rate Ro o r- V. $ 50.00 0 0 r- 0) 44 $ 33.00 $ 29.00 $ 29.00 $ 36.00 0 o r- V. $ 17.00 0 o r- 44 $ 50.00 $ 37.00 $ 33.00 $ 29.00 $ 29.00 (a co 44 0 o r• - -v3 V. $ 17.00 Man- hours O N 24 N O 0 O O O O 0 0 CO 0 0 0 0 Employee Classification Department Head Project Manager Project Engineer Design Engineer II Design Engineer I Design Technician Traffic Signals Engineer QC/QA Engineer Administrative Assistant Department Head Project Manager Project Engineer Design Engineer II Design Engineer I Design Technician Traffic Signals Engineer QC/QA Engineer Administrative Assistant Element of Work Early Coordination and Data Collection Field Survey Exhibit B Page 21 of 47 BLR 05610 (Rev. 11/21/13) October 9, 2015 Prepared by: Civiltech Engine CO 0 I- 0 44 $ 748.63 $ 2,138.95 $ 6,727.00 44 N N O c')N 44 44 H3 0 r• co H3 H3 0 O r') 44 44 $ 267.37 ! H3 H3 H3 44 44 44 H3 H3 H3 .-.- O co 44 0 - 44 44 N N H3 $ 1,705.81 ! H3 44 m 0 44 44 t0 I� H3 H3 $ 1,582.82 ! Mc! r 00 44 44 r.- N dol V3 V3 to w co V3 Profit N 63 0 a O 63 CO.~ 0 N 43 CO.0 CO 63 ' 64 O Cr, 3 64 ' 64 i 43 $ 47.40 i 43 64 64 CO 0-, M 64 i 43 i 43 i 43 64 413 413 i 43 i 4,13 i 43 CO 0. _ O 64 am') c 0 ,r,N 64 64 43 O to 43 ' 43 64 O 0) N 64 64 00 a O 43 i 43 $ 200.44 $ 1,027.96 63 $ 274.93 i 63 i 43 O co V' 43 In -House Direct Costs (IHDC) $ 77.50 69. El, 69. Services by Others H4 N O (0 O) co N 63 43 63 Overhead* 64 $ 373.83 $ 1,068.08 oi' Lo u7 r7 r-0 63 b4 $ 6,504.61 b4 63 m co 00 63 63 b4 b4 $ 133.51 63 63 63 b4 b4 b4 63 63 63 $ 400.53 Or N 0) 47 b4 b4 a m l0 63 ti K) 00 63 63 b4 0 0) b4 b4 m ri 1- r0 63 • 63 co o(0 0) 1� 63 c 10 0 a b4 b4 $ 1,084.10 63 63 m ,- 00 63 Payroll Costs (DL) 69. 00 N 63 0 0 000 63 0 u7 0) 63 b4 $ 4,872.00 b4 63 $ 140.00 63 b4 b4 0 0 O b4 63 63 63 b4 b4 b4 63 63 63 O0 b4 $ 444.00 b4 $ 464.00 0 W 63 63 b4 $ 68.00 b4 $ 280.00 63 $ 592.00 0co O c'0 b4 b4 $ 812.00 63 63 $ 136.00 0 0 74 a� 0 O 0 ti H3 $ 50.00 $ 37.00 $ 33.00 0 0 0) N b4 0 0 o) N b4 $ 36.00 0 0 o ti 63 0 0 r 63 0 0 o r• b4 $ 50.00 $ 37.00 $ 33.00 0 0 ai N 63 $ 29.00 0 0 m c0 44 0 0 o N. 44 0 0 r H3 0 0 o ti H3 $ 50.00 $ 37.00 $ 33.00 0 0 ai N 63 0 0 ai N 63 $ 36.00 0 0 o r• b4 $ 17.00 0 0 0 ti 63 $ 50.00 $ 37.00 $ 33.00 0 0 0) N 44 0 0 o) N 44 $ 36.00 0 0 o ti H3 0 0 r 63 CI) C .- O7= R7 mO .0 d. tO CO O CO 00 N O 0 N 0 0 0 0 O 0 0 0 (p N 0 COto 22 0 0 et '7 0 l0 O 28 0 0 CO Employee Classification Department Head Project Manager Project Engineer Design Engineer II Design Engineer I .. R ._ LL U 0 F C Zn VI 0 Traffic Signals Engineer QC/QA Engineer Administrative Assistant Department Head Project Manager Project Engineer Design Engineer II Design Engineer I Design Technician Traffic Signals Engineer QC/QA Engineer Administrative Assistant Department Head Project Manager Project Engineer Design Engineer II Design Engineer I Design Technician (Traffic Signals Engineer QC/QA Engineer Administrative Assistant Department Head Project Manager Project Engineer Design Engineer II Design Engineer I R ._ U 0) F = Zn a) Traffic Signals Engineer QC/QA Engineer Administrative Assistant Element of Work !Alternate Geometric Studies Environmental Studies Section 4(t) Evaluation Drainage Studies Exhibit B Page 22 of 47 BLR 05610 (Rev. 11/21/13) October 9, 2015 Prepared by: Civiltech Engine R Q I- V f� m 0 43 $ 374.32 $ 802.11 I co co co a O 43 f- N CO N O M 43 43 O co Om C.0 m a- 43 43 43 CO. m 43 O 0 a 43 $ 1,497.27I VO O m N 43 $ 3,561.35 I 43 43 43 43 43 43 $ 1,427.64I 0 0) 6 v N N 43 f- N 0 a )O 4 43 $ 7,518.41 I 0 ri to N •0 43 43 $ 8,994.29I 43 43 43 0) co c 0 43 N co e r- co 43 $ 802.11 $ 1,978.53 0 O to a co N 43 43 $ 1,240.59I 43 ' 43 O m 43 Profit N 43 $ 47.40 COet 0)0. O fA a1 0) t0 fA O) [ti 43 43 $ 235.66 i 43 i 43 N O co N 43 )[) 43 O O co 43 $ 270.87 $ 451.00 i 43 i 43 43 43 43 i 43 ti O co fA V a co fA $ 575.60 N 43 $ 670.41 i 43 O co 43 i 43 43 43 ...1 N 43 "r. 43 u07 O 43 $ 250.56 $ 335.20 43 $ 157.11 i 43 i 43 O co N 43 In -House Direct Costs (IHDC) $ 77.50 $ 40.25 0) co a N 43 $ 147.50 1 1 1 1 Services by Others 43 43 43 43 Overhead* 43 41 00 43 $ 400.53 $ 2,469.94 M co O n 43 43 M N N co 43 43 43 Cr, 1I O) 43 43 $ 747.66 CO O 0 O 43 $ 1,778.35 43 43 43 43 43 43 43 CO * N 43 1- 0 co N N 43 o co 0 t- co 43 $ 2,643.50 43 m N 0) a et 43 43 43 43 43 0) co 43 $ 400.53 $ 987.97 0 f- N co,, 43 43 m ar- O 43 43 43 0) to 0) En- Payroll Costs (DL) 43 $ 140.00 $ 300.00 o O O 00 43 o O O 4'')) 43 43 o O 0 0 43 43 43 0 O 00 O 43 43 0 o O 0 �f) 43 0 o O r 0 43 0 O N 4') r 43 43 43 43 43 43 43 43 $ 840.00 0 O O O 43 0 O N O N 43 0 O O 0 43 ' 43 $ 3,364.00 43 43 43 43 $ 140.00 $ 300.00 $ 740.00 o O O 00) 43 43 $ 464.00 43 43 0 O 00 O En- Q a) aCe o O 0 1- 43 $ 50.00 $ 37.00 $ 33.00 o O 0) N 43 O O o) N 43 $ 36.00 o O o 4- 43 0 O r 43 0 O o n 43 $ 50.00 $ 37.00 $ 33.00 o O ai N 43 $ 29.00 O O 0 M 43 O O o 1,- 43 O O r ,- 43 O O o ti 43 $ 50.00 $ 37.00 $ 33.00 o O ai N 43 0 O ai N 43 $ 36.00 0 O o n 43 $ 17.00 o O 0 ti 43 $ 50.00 $ 37.00 $ 33.00 O O 0) N 43 O O o) N 43 $ 36.00 O O o I` 43 O O r En N C .- CO 10 7 rm O .0 N t0 50 0 .7 V 0 24 0 0.7 CO 0 .- 0 40 0 00 0 0 0 C0.70000 a- M f'- 0 0 0 0 N l0 20 0 co 0 0 0 0 cc - Employee Classification Department Head Project Manager Project Engineer Design Engineer II Design Engineer 1 . R ._ L NU = U) .y N Traffic Signals Engineer QC/QA Engineer Administrative Assistant Department Head Project Manager Project Engineer Design Engineer II Design Engineer 1 Design Technician Traffic Signals Engineer QC/QA Engineer Administrative Assistant Department Head Project Manager Project Engineer Design Engineer II Design Engineer 1 Design Technician Traffic Signals Engineer QC/QA Engineer Administrative Assistant Department Head Project Manager Project Engineer Design Engineer II Design Engineer 1 Design Technician Traffic Signals Engineer QC/QA Engineer Administrative Assistant Element of Work tO Q 0) E N E C O 0) J 01 t) !DE d C R Agency Coordination Stakeholder Coordination and Public Involvement Final Project Development Report Exhibit B N Iv V O LM a) a) • R N d N `0 0 a) CQ E W a) a) ❑ cri ❑ w ❑ 'a>7 0 rtzE .a) a Page 23 of 47 BLR 05610 (Rev. 11/21/13) October 9, 2015 Prepared by: Civiltech Engine 0 H 64 i 69- $ 8,288.44' uO7 F1 69- $ 529.39' 44 N 6 V 44 i HT i HT NI N N HT CO c CO 0 44 44 $ 1,06948' i HT i HT i HT 6 64 b4 i 69- Totals 1 1 12161 1 $ 43,308.00 1 $ 57,820.51 1 $ 40,729.30 1 $ 1,595.35 1 $ 14,894.96 1 $ 158,348.12 ,415 0 L 0 $ 1,049.63 Lri 1� C. r- o w m 0 u,-, -4- M 0 v In -House Direct Costs (IHDC) 49 H7 Services by Others H4 $ 5,886.28 k - 0 d c > 0 EA vi CO o ,- a vi COM W N N vi 0 ,- V us fn M N N us i vi i vi CO CO vi us fn $ 534.04 i vi i vi i vi us fn us i 69- i0 Payroll Costs (DL) 44 HT en 0 O O HT 0 0 N N N HT 0 0 N CO 44 b4 $ 174.00 i 69- i 69- 0 0 N o 69- b4 b4 $ 400.00 i 69- i 69- i 69- b4 44 44 i 69- T0 N aCe o 0 $ 50.00 $ 37.00 $ 33.00 0 0 NNo 0 0 $ 36.00 0 0 0 0 ,- 0 0 o $ 50.00 $ 37.00 $ 33.00 0 0 N 0 0 NO 0 0 0 0 $ 17.00 N L 0 O N 0 4.0 0 0 0 0 0 4.0 0 CO 0 0 0 0 0 0 0 Employee Classification [epartment Head Project Manager Project Engineer Design Engineer II Design Engineer I c m u d F 0 Ta0 O Traffic Signals Engineer [C/QA Engineer Administrative Assistant Department Head Project Manager (Project Engineer 'Resign Engineer II Design Engineer I Design Technician Traffic Signals Engineer [aC/QA Engineer Administrative Assistant Element of Work 'Supervision, Administration & Project Coordination Landscape Architecture Exhibit B Page 24 of 47 October 9, 2015 Prepared by: Civiltech Enginee E 3 o i Q e - 0 M 0 0. 0 0 co co 0 O M __ 0 0 0 O,_ 0 0 O 0 m 0 8 0 M O co O 6 O =N 0 0 �,_�` (0 coO N (D CO 0 m [D N N SOR O CO'D N N N Oc N CrED I— 0 Personnel & Hours Department Project Project Design Design Design Traffic QA/QC Admin. Head Manager Engineer Engineer II Engineer I Technician Signals Engineer Asst. Engineer a Q o N 04 0 0 0 O 0 co co 0 O 0 N 0 0 oc 7 N N N N N QN �D N N N 0 N N C N 0 0 R Early Coordination and Data Collection Collect and review previous studies and existing roadway plans. Collect Land Use. Zoning. School District. Park District. etc. maps and plans. Obtain public and private utility atlases. Perform project area reconnaissance and prepare a photolog. Obtain recent digital aerial photography of study area at a scale of 1" = 50'. Prepare and process Environmental Survey Request forms (if necessary). Prepare a photolog of buildings 50 years or older. Prepare Project Program Information (PPI) Form as per IDOT requirements. I.11Prepare Initial Coordination Meeting Data Form (BLR 22410) as per IDOT requirements. Sub -total Item 1 F E o CO doociouiu 0 d± N z ,- 7 0t 0t Exhibit Exhibit B 0 0 0 0 O LD O LD O n N O N Q O M O O O O co O 0 Q O Compass Surveying, Ltd. a 4) ad N 0 'i O O 0 o N 'i C E• a a E 0 a co O E C Z. E O 00 co 0 0 Page 25 of 47 October9, 2015 - 0 M 0 0 m 0 0 ocD 0 0 �O O N 0 0 0 oO O O O 0 0 0 �,_�` (0 coO 0 0 ti, (0 (0 0 0° MOO 0 m 0 0 m m m PI CO'D N N N Oc N CrED N OO (04 0 0 a Q N 04 0 0 0 0 0 0 0 C N N 0 �D tD co co co (D 0 '0 '0 N C N 0 0 0 0,- CO 0 Q N N N N 7 0t 0t •1 (0 N N N N N O C Q 4 (Environmental Studies 0 5 [Section 4(f) Evaluation 1 0 Altemate Geometric Studies Preparation of preliminary horizontal geometrics on topographic base sheets for up to three alternatives. Define vertical sidepath geometrics including preliminary analysis of proposed cross-sections for the bike path. Identification of right-of-way acquisition and grading easement limits. Submittal of preliminary geometrics to City of Des Plaines for review. E.IRefine horizontal and vertical geometrics based upon review comments. Sub -total Item 3 A.IThe environmental studies will be conducted by Stuedemann Environmental Consulting Sub -total Item 4 Complete checklist and appendices. Prepare 4(f) exhibits. Address any public comments. Prepare materials for Bensenville Park District review. E. Provide draft letter to Bensenville Park District for their signature. F. Submit documentation to IDOTIFHWA for approval. co Q f0 U 0 Q f0 V❑ 'i O O 0 o N 'i C E• a a E 0 a co O E C Z. E O 00 co 0 0 Page 25 of 47 October9, 2015 Exhibit \ 1 Personnel & Hours Department Project Project Design Design Design Traffic CA/QC Admin. Head Manager Engineer Engineer II Engineer I Technician Signals Engineer Asst. Engineer 0 o o 0 o o 0 o o 0 Sub -total Item 61 4 R Develop Overall Existing Drainage Plan. Proposed Drainage Plan Determine existing and proposed runoff coefficients. Identify and quantify floodplain encroachments. Investigate compensatory storage areas (if required... not anticipated). Evaluate impacts to existing drainage system and determine modifications to proposed. Identify right-of-way requirements for drainage. Develop Proposed Drainage Plan (not anticipated). Draft Project Development Report Prepare report exhibits, including a location map, a land use exhibit, and existing and proposed typical sections. Prepare a detailed construction cost estimate. Write, proofread, and edit Draft Project Development Report. Print, bind and deliver Draft Project Development Report. Attend review meeting with IDOT and City, if required. F.IRevise Draft Project Report. Sub -total Item 7 f/ u kmOOW� �k mOOW Exhibit Page 26 of 47 WORKHOUR ESTIMATE n 0 � 0 October9, 2015 0 0 0 0 Agency Coordination Kick-off meeting with City. Kick-off meeting with City and IDOT Meetings with Canadian National Railway, Union Pacific Railroad and ICC (assume 1 meeting each). Meetings with FPDCC (if necessary). IDOT/FHWA Coordination Meeting. F.IMeeting with IDOT to discuss project progress. Sub -total Item 8 Stakeholder Coordination and Public Involvement Stakeholder Meetings — It is anticipated that 2 meetings with adjacent property owners. 1. Preparation of meeting exhibits. 2. Attendance at meetings. 3. Preparation of meeting summaries. Public Information Meeting 1. Preparation of public meeting newspaper advertisements. 2. Preparation of public meeting brochure, comment forms and sign -in sheets. 3. Preparation of public meeting exhibits. 4. Dry run with City staff. 5. Revisions to presentation materials based on dry run. 6. Attendance at public meeting. 7. Preparation of public meeting transcript (by court reporter). 8. Preparation of meeting summary and disposition of comments. Public Hearing 1. Preparation of public hearing newspaper advertisements. 2. Preparation of public hearing brochure, comment forms, and sign -in sheets. 3. Preparation of public hearing exhibits. co au ,k d Page 26 of 47 WORKHOUR ESTIMATE n 0 � 0 October9, 2015 E m w0 a z 7 O n 20. _ LLI Qf m .a ~ w aY — w Z •W W N W 5 'aav a 0 0 7 w a ° = W �� YN TUU cea 0 4 �a m 0 klhit o 0 '6-9'6-90 O ,-- 0 Q ti ti Q O O 0 O �� W M O M No 0 VJ O(O 0 O ���0 Li-) Q o O G="O 7 0 12 Landscape Architecture 1 1 1 1 1 1 1 1 1 1 AjClient Coordination. 8 00 0% Sub -total Item 12 0 8 0 0 0 0 0 0 0 8 100.0% e 0 _(0 R I— N (0 0) N N N N Q N CO - 0 M W Personnel & Hours Traffic Department Project Project Design Design Design QA/QC Admin. HeadManager Engineer Engineer 11 Engineer 1 Technician Signals Engineer Asst. Engineer o 7 Q .i [O O o O O O O to cIp -, . O o O Y Y o T sD co N M .i [O a s (0 N N a W PJ N ^ (0 N N -1 Q f0 N -1 :L 19 , N N 0 COCol F 4. Dry run with City staff. 5. Revisions to presentation materials based on dry run. 8. Attendance at public hearing. 7. Preparation of public hearing transcript (by court reporter). 18. Preparation of meeting summary and disposition of comments. Sub -total Item 9 Final Project Development Report Revise Draft Project Development Report exhibits. Revise construction cost estimate for improvements. Revise Draft Project Development Report, proofread and edit. Print, bind and deliver final PDR Report. E.lPreparation and publication of Design Approval legal notices. Sub -total Item 10 Supervision, Administration & Project Coordination Project setup, monthly invoicing, status reports & schedule monitoring. Client Coordination. C.1In-House coordination meetings. Sub -total Item 11 E o 13 Z o Q [L Ci O Q co N N N CO m Total Hours: O N (0. N %of Hours: Page 27 of 47 WORKHOUR ESTIMATE M 4- 0 M a October9, 2015 Rand Road Sidepath Central Road to Elk Boulevard City of Des Plaines PHASE I ENGINEERING DIRECT COSTS AND SUBCONSULTANT SERVICES Direct Cost Phase I Engineering Subconsultant Expense Item 1 Early Coordination and Data Collection Mileage 1 trips @ 10 miles @ $0.575 $5.75 Item 2 Field Survey Subconsultant Expense - Compass Surveying, Ltd. See Exhibit B $22,450.00 Item 3 Alternate Geometric Studies Printing (Assume 10 copies) 25 sheets @ $0.50 100 sheets @ $0.15 Postage 2 packages @ $25.00 $12.50 $15.00 $50.00 Item 4 Environmental Studies Subconsultant Expense - Stuedemann Environmental Consulting, LLC See Exhibit D $12,393.02 Item 7 Draft Project Development Report Printing (Assume 10 copies) 25 sheets @ $0.50 100 sheets @ $0.15 Postage $12.50 $15.00 2 packages @ $25.00 $50.00 Item 8 Agency Coordination Mileage 7 trips @ 10 miles @ $0.575 $40.25 Item 9 Stakeholder Coordination and Public Involvement Mileage 2 trips @ 10 miles @ $0.575 $11.50 2 trips @ 9 miles @ $0.575 $10.35 Court Reporter 1 Lump Sum $1,000.00 $1,000.00 Printing 100 sheets @ $0.25 $25.00 Legal Notices 2 each $100.00 $200.00 Item 10 Final Project Development Report Printing (Assume 10 copies) 25 sheets @ $0.50 100 sheets @ $0.15 Legal Notices 2 notices @ $35.00 Postage 2 packages @ $25.00 $12.50 $15.00 $70.00 $50.00 Item 12 Landscape Architecture Subconsultant Expense - Hitchcock Design Group See Exhibit B $5,886.28 TOTAL: $1,595.35 $40,729.30 October 9, 2015 Page 1 of 1 Exhibit B Page 28 of 47 ATTACHMENT B Subconsultant Proposal Compass Surveying, Ltd. Exhibit B Page 29 of 47 COST PLUS FIXED FEE COST ESTIMATE OF CONSULTANT SERVICES W H 0 0 0 H L11a gLL } Q0 I- W W = J a CC • E > 0 O U Compass Surveying Ltd Exhibit B TOTAL (B -G) 2,566.271 8,305.591 6,834.28 4,454.061 0 0o O co N 0 0 O 0 0 O Lo Tr N DBE TOTAL (H) O O 0 SERVICES BY OTHERS (G) 0 0 0 Outside Direct Costs (F) 0 0 � pL( Lu x W W Ly V" 381.79 0 co r m co O r 662.65 0 O 0 0 CO (0 N (6 IN-HOUSE DIRECT COSTS (D) 0 CO CO N 0 CO 0) CO N OVERHEAD FRINGE BENF (C) 0m m N L) rI•-• •,— CO O co CO_ 3,069.52 2,000.48 0.00 9,952.93 PAYROLL (B) co co m c)., 3,339.60 2,748.00 1,790.94 0 0 0 8,910.41 MANHOURS (A) Ln N r (o r N r Lr) r r Ln Lc, c4 Lc) Lcj (o (o w 1— _ Surveying - PM 1 0 0_ 5) c T a) 2 Surveying - IM 1 Surveying - CAD 1 Direct Costs Subconsultant DL TOTALS a oO om Page 30 of 47 Printed 3/2/2015 2:02 PM PREPARED BY THE AGREEMENTS UNIT DF -824-039 4 \ i AVERAGE HOURLY PROJECT RATES Compass Surveying Ltd 2 L DATE 03102115 I0 \ k.1 Fri d2 Page 31 of 47 Printed 3/2/2015 1:52 PM PREPARED BY THE AGREEMENTS UNIT \} \ a0. ® _ 0 x ° Surveying - CAD 1 \� N N 64 a% 0. / / x 2 2 Surveying - IM 1 \� e o _ y CO / a / 2 J J Surveying - PC 1 /co 4 N N co 64 a% O. / / § x / / Surveying - PM 1 \� r N 01 _ z# O. \ / xco »=co , TOTAL PROJECT RATES if m==w co _N a% 0- \N ( cO Hours o§ 100 @ 140 o c c o c c o o c c o o c c o o c c o o c c § AVG HOURLY RATES 24.00 32.45 (9 oocc ( ream CV c 1.0 N - PAYROLL CLASSIFICATION PLS Project Manager 1 CAD Technician 1 Party Chief 1 Instrument Person 1 [ J TOTALS Page 31 of 47 Printed 3/2/2015 1:52 PM PREPARED BY THE AGREEMENTS UNIT PAYROLL RATES FIRM NAME Compass Surveying Ltd DATE PRIME/SUPPLEMENT S-1 PSB NO. ESCALATION FACTOR 0.00% 03/02/15 CLASSIFICATION CURRENT RATE CALCULATED RATE PLS Project Manager 1 CAD Technician 1 Party Chief 1 Instrument Person 1 Admin Exhibit B $36.06 $33.02 $26.05 $27.60 $24.00 $32.45 $36.06 $33.02 $26.05 $27.60 $24.00 $32.45 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 DF -824-039 REV 12/04 PREPARED BY THE AGREEMENTS UNIT Printed 3/2/2015 1:52 PM Page 32 of 47 ATTACHMENT C Subconsultant Proposal Stuedemann Environmental Consulting, LLC. Exhibit B Page 33 of 47 TUEDEMANN NVIRONMENTAL CONSULTING March 3, 2015 Joel E. Christell, P.E. Project Manager Civiltech Engineering, Inc. 450 East Devon Avenue, Suite 300 Itasca, IL 60143 SUBJECT: Proposal to Provide Environmental Science Services Rand Road Sidepath, Central Road to Elk Boulevard Des Plaines, Cook County, Illinois Dear Mr. Christell: Stuedemann Environmental Consulting, LLC (SEC) is pleased to present Civiltech Engineering, Inc. (Civiltech) with this proposal to provide environmental science services for the City of Des Plaines' Rand Road Sidepath, Central Road to Elk Boulevard (Rand Road Sidepath Project) project located in Des Plaines, Cook County, Illinois. Services presented herein coincide with the Rand Road Sidepath Project transportation engineering related services provided by Civiltech to the City of Des Plaines. SEC presents this proposal in the following sections: project understanding, scope of work, project team, project schedule, project costs, and proposal acceptance. PROJECT UNDERSTANDING SEC understands that Civiltech has been retained by the City of Des Plaines to perform Phase 1 transportation related design services for the construction of a ten -foot sidepath within the existing Rand Road right-of-way (ROW) between Central Road and Elk Boulevard. Through phone and e-mail correspondence, Civiltech presented the project area and scope of work to SEC in two documents: the August 20, 2013, ITEP Application Award for U.S. Route 12 (Rand Road) Sidepath from the Illinois Department of Transportation (IDOT); and the June 11, 2014, Request for Qualifications for Design Engineering Services Ref #14-08 from the City of Des Plaines. Civiltech has retained SEC to perform environmental related services in conjunction with the transportation services to be provided by Civiltech. These environmental services include wetland - riparian report production, National Environmental Policy Act (NEPA) support, and U.S. Army Corps of Engineers (USACE) and Metropolitan Water Reclamation District of Greater Chicago (MWRD) preliminary permit coordination. These services are to be performed in relation to all areas within the project area as described in the documents provided to SEC by Civiltech. SEC herein refers to this project area as the Project Corridor, which includes all areas within the Rand Road ROW between Central Road and Elk Boulevard, plus an additional 100 feet outside this ROW per April 17, 2014, MWRD Watershed Management Ordinance (WMO) requirements. ON419 Taylor Drive, Geneva, IL 60134 1 331-588-1805 1 main@stuedenv.com www.stuedemannec.com Exhibit B Page 34 of 47 Joel E. Christell, P.E. Rand Road Sidepath Project Des Plaines, Cook County, IL In preparing this proposal, SEC has made the following assumptions: 1. There are no USACE or MWRD jurisdictional wetlands within or adjacent to the Project Corridor; 2. USACE and MWRD Phase II transportation related environmental services are not included in this scope of work; 3. USACE and MWRD permit submittals and coordination are not included in this scope of work; and, 4. There are no environmental concerns within the Study Area beyond what is referenced in this proposal that would impede the USACE and MWRD permit process, such as the presence of state and federal endangered and threatened species, protected historical and cultural sites, and environmental due diligence. Should additional environmental concerns be determined through the execution of the proposed scope of work, SEC will consult Civiltech regarding the appropriate course of action. SCOPE OF WORK SEC proposes to complete the requested wetland services in two tasks as follows. Task 1— Wetland -Riparian Submittal Reports and NEPA Support SEC will prepare a Wetland Determination Memorandum confirming that no wetlands are located within the Project Corridor. To verify and document this for WMO permitting purposes, a wetland investigation will be conducted and a Wetland Determination Memorandum will be prepared. SEC will also prepare a Riparian Environment Memorandum, as a portion of the Project Corridor is located in a Flood Protection Area as defined in the WMO. This field investigation includes a Floristic Quality Assessment (FQA) and functional analysis of the riparian environments, and will occur concurrently with the wetland investigation. Both documents will be prepared and provided to Civiltech for IDOT, USACE, and MWRD coordination. SEC will assist Civiltech in obtaining IDOT's Transportation Review for Ecological Compliance (TREC) Report with regard to the Illinois Department of Natural Resources (IDNR) requirements for identification of state listed endangered or threatened species and Natural Areas within, adjoining, and adjacent to the Project Corridor. SEC will prepare the preliminary Section 7 consultation memorandum to the U.S. Fish and Wildlife Service (USFWS) for identification of federal listed endangered or threatened species within, adjoining, and adjacent to the Project Corridor. SEC will work closely with Civiltech to complete IDOT's Wetland Impact Evaluation (WIE) and Environmental Survey Request (ESR) submittals. These reports will also be prepared and provided to Civiltech for IDOT, USACE, and MWRD coordination as needed. SEC will work with Civiltech until all necessary wetland related coordination is complete. Task 2 — Tree Survey SEC will conduct an on-site tree survey and will prepare a Tree Survey Report for the Rand Road Sidepath Project. Tree survey services presented in this proposal include a tagged tree survey of all trees 4 inches diameter at breast height (DBH) and greater, and an inventory tree survey of all trees between March 3, 2015 Exhibit B Page 2 of 4 Page 35 of 47 Joel E. Christell, P.E. Rand Road Sidepath Project Des Plaines, Cook County, IL 2 inches DBH and 4 inches DBH. Trees will be surveyed in accordance with the appropriate IDOT tree survey methodologies. A Tree Survey Report will be prepared and provided to Civiltech for IDOT, USACE, and MWRD coordination as needed. PROJECT TEAM SEC proposes to manage this project out of our Geneva, Illinois office. Mr. Barry Stuedemann, P.E., P.W.S., who has experience in conducting environmental science services in Cook County, will serve as the Professional Wetland Scientist and Project Manager. PROJECT SCHEDULE SEC will proceed with the scope of work presented in this proposal immediately upon authorization from Civiltech. Specific schedules for each task are unknown at this time and will be coordinated with Civiltech throughout the duration of the Rand Road Sidepath Project. Wetland field investigations, wetland field meetings with the USACE and/or MWRD, and the FQA will be completed during the Cook County growing season, from April 30th to October 12th as presented in the WMO. The schedule to complete each task is influenced by the responses, concerns, and requests of Civiltech and the pertaining agencies. PROJECT COSTS SEC estimates the cost to complete tasks outlined in this proposal to be a Cost Plus Fixed Fee of $12,393.02. An itemization of these costs is presented in attached IDOT Cost Plus Fixed Fee, Cost Estimate of Consulting Services table. The following is a summary of these costs: SCOPE OF WORK COSTS Task 1: Wetland -Riparian Submittal Reports and NEPA Support $6,718.80 Task 2: Tree Survey $5,674.22 Total: $12,393.02 March 3, 2015 Exhibit B SEC Page 3 of 4 Page 36 of 47 Joel E. Christell, P.E. Rand Road Sidepath Project Des Plaines, Cook County, IL PROPOSAL ACCEPTANCE To indicate your acceptance of this proposal, please notify me by mail or e-mail. If you would like to authorize services by task, please indicate which tasks you are authorizing. SEC will assume the mail or e-mail correspondence to be your signature and date for our authorization to proceed with the tasks presented in this proposal. SEC appreciates this opportunity to provide environmental science services to Civiltech. If you have any questions, please do not hesitate to contact me at your convenience. Sincerely, Baron H. Stuedemann, P.E., P.W.S. Technical Director 1 Managing Member Stuedemann Environmental Consulting, LLC Mobile: 630-664-4550 E -Mail: bstuedemann@stuedenv.com March 3, 2015 Exhibit B EC Page 4 of 4 Page 37 of 47 COST PLUS FIXED FEE COST ESTIMATE OF CONSULTANT SERVICES 0 0 H au- o_ wLu I J cca w� U 0 O J ai c 0 0 c c E c 0 L w c R E 7 0 Civiltech Engineering, Inc. H Z W LU W J a a CO X• 022 L L d LLa Exhibit B TOTAL (B -G) 6,718.801 0 O 0 M 0 CO N ..- DBE TOTAL (H) 0 0 0 0 SERVICES BY OTHERS (G) 0 0 O Outside Direct Costs (F) O O O 0 LL ILI LL 0 CO CO N CO 686.72 O O O 1,515.52 IN-HOUSE DIRECT COSTS (D) 290.00 347.50 0 C. - CO C4 OVERHEAD & FRINGE BENF (C) 3,360.00 0 0 0 m N 0 0 4 v CO' PAYROLL (B9 2,240.00 1,856.00 0 0 CO rn 0 v MANHOURS (A) M N CO W2 F r- Y fll N Y V) t Subconsultant DL TOTALS a mrLo oom w m w 0 Page 38 of 47 Printed 3/3/15 9:10 AM PREPARED BY THE AGREEMENTS UNIT ATTACHMENT D Subconsultant Proposal Hitchcock Design Group i� i� Page 39 of 47 HITCHCOCK JIeSIGN GROUP creatingbetterplaces March 2, 2015 City of Des Plaines -Rand Road Sidepath Page 1 Scope of Services PHASE I — PRELIMINARY DESIGN AND ENGINEERING The goal for this part of the engagement is to advance the schematic design of the improvements that received ITEP funding and obtain IDOT Phase I approval for the project. Preliminary Design and Engineering Objective: Advance the design and engineering, and prepare and submit the necessary documentation to secure Phase I approval from IDOT. Process: Hitchcock Design Group will: 1. Attend a kick-off meeting with project team members to discuss the project expectations and schedule. 2. Using a topographic and boundary survey provided by others, prepare base maps at appropriate scales for the design of the sidepath. 3. Determine the size, horizontal and vertical geometry, structure, materials and finish for the ITEP eligible improvements, including: a. Walks and other pedestrian surfaces b. Site improvements c. Landscape im provem en ts 4. Document the design on previously prepared base maps and supplementary drawings as appropriate. 5. Prepare outline special provisions, including the products, materials and finishes of each component or system. 6. Prepare a preliminary list of pay items, summary of quantities, and construction cost opinion. 7. Review the drawings, special provisions, product data and material samples with client representatives and other team members. 8. Revise the drawings and supporting materials as required. 9. Submit the information to Civiltech to include with the required IDOT Phase I documents. 10. Revise the documents, prepare a disposition of comments, and resubmit to IDOT to facilitate Phase I approval. GENERAL PROJECT ADMINISTRATION In addition to the services outlined above, HDG will administer the performance of its own work throughout the term of the contract by providing the following services: Communications 1. Schedule, create agendas and summarize the highlights of periodic meetings 2. Rehearse, attend and present at public forums identified 3. Collect and disseminate communications from other parties 4. Periodically inform your representative about our progress Exhibit B Page 40 of 47 HITCHCOCK DESIGN GROUP cneatingbetterplaaes March 2, 2015 City of Des Plaines -Rand Road Sidepath Page 2 Schedules 1. Create, periodically update and distribute the project schedule 2. Coordinate the activities of our staff and our consultants Staffing 1. Select and assign staff members and consultants to appropriate tasks and services 2. Prepare and administer consultant agreements File Maintenance 1. Establish and maintain appropriate correspondence, financial, drawing and data files 2. Obtain appropriate insurance certificates from consultants 3. Maintain appropriate time and expense records OPTIONAL, ADDITIONAL SERVICES Services, meetings, or revisions to previously completed work not specified in this scope of services will be considered Additional Services. If circumstances arise during HDG's performance of the outlined services that require additional services, HDG will promptly notify Client about the nature, extent and probable additional cost of the Additional Services, and perform only such Additional Services following Client's written authorization. Exhibit B Page 41 of 47 ✓ v CO O O N ✓ ..,- (N (N W o w o J Z m H W o a z N 2 1- JQ as O U) w w J J z 0 z > a a a_ Hitchcock Design Group 1- z w 2 w J W a.a a(r) zW re 1• 2 E a 0 a 0 H w 0 gLL G H W W X J a w 2 00 (17x 1- z 0 2 N r 0 N N M 0 0 C M OF RAISE ANNIVERSARY ESCALATION PER YEAR DETERMINE THE MID POINT OF THE AGREEMENT 1- 0 Q cc 1— z O 0w = 1— u_ 0 1— z_ O a oE w = 1- o 0 cc U 0 co a u_ .,- z z LO Q J a 0 w w 1— w 1— et Q J v J Q 0 0 O LC) T The total escalation for this project would be: Exhibit B Page 42 of 47 Printed 3/2/2015 4:42 PM Bureau of Design and Environment PAYROLL RATES FIRM NAME Hitchcock Design Group DATE 03/02/15 PRIME/SUPPLEMENT PTB NO. ESCALATION FACTOR 1.50% CLASSIFICATION CURRENT RATE CALCULATED RATE Principal II Associate I Exhibit B $52.19 $29.27 $52.97 $29.71 $0.40 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 DF -824-034 REV 12/04 PREPARED BY THE AGREEMENTS UNIT Printed 3/2/2015 4:42 PM Page 43 of 47 Subconsultants FIRM NAME DATE 03/02/15 PRIME/SUPPLEMENT PSB NO. NAME Direct Labor Total Contribution to Prime Consultant Total 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 Exhibit B Page 44 of 47 COST PLUS FIXED FEE COST ESTIMATE OF CONSULTANT SERVICES W 1- OVERHEAD RATE Hitchcock Design Group COMPLEXITY FACTOR Exhibit B % OF GRAND TOTAL 0 r 6) 0 a)) N 0 co N N 23.92%I 0 co N 0 co 6 0 O O •- 0 N I: •- 0 CCD LLri 0 O O 0 O O O TOTAL (B -G) CO ai Lo O Cfl r h r M rr r O o Cfl Lo 332.94 589.86 1,017.90 332.94 O O CO C co kti DBE TOTAL (H) O O 0 SERVICES BY OTHERS (G) O O O Outside Direct Costs IF) O O O p Xw W WIL LL LL co r co co N 166.34 co CbCfl LL) r O O) r co L ) co •- CO ••- co LL) O O O 716.48 IN-HOUSE DIRECT COSTS (D) O O O 100.00 o O O Lo OVERHEAD & FRINGE BENF (C) M M N CD V CO lf) N- 756.89 84.35 O r ICO M C') co L 547.14 178.96 3,083.37 PAYROLL (8) CD CO ,./-i ,.t7 r 59.42 CD L) O) vv V Cr) 6 52.97 a) M N r. CO 6 - N Cfl MN co,- Q) CO CO -1- cc; rn MANHOURS (A) V N N r CD r r CO V O •- CO LC) LC) 2 Kick off meeting Base maps Schematic design Document design Outline special provisions Preliminary budget costs Review meeting a 0 N .7 o rY Submit for Phase I review Subconsultant DL TOTALS a 111 0 oom DBE 0.00% W 0 Page 45 of 47 Printed 3/2/2015 4:42 PM PREPARED BY THE AGREEMENTS UNIT \\ j AVERAGE HOURLY PROJECT RATES Hitchcock Design Group 2 I0 _ 0 \ w < w _ 1 n m R 0 PRIME/SUPPLEMENT Outline special provisions 1 �_\ k§ \ 9 e e\ 6 20 s / ! / 1 _ .. .. .. .. . .. .. ... - Document design < \ e 2\ / %00 4 % 0 _CO.. (0 CO . Schematic design 22$\ /k22 •71- \ % Part. JJ co\ %G $ @ - ) 2 »e 2 Base maps _ Cil k ,,, % j \ G E9 % Part. \ 60 _ \ _ ! ! _ n m Kick off meeting \>+� 4\2 / / e\\\ aoo 77 Lc) Lc) y S -,— ! ! _ nn TOTAL PROJECT RATES �/\ CO CO e ed ®J\/ JJ -e na y / § 0 _ ,i- ,i- y AVG HOURLY RATES 52.97 % \ PAYROLL CLASSIFICATION 2 0 I Associate 1 TOTALS Page 46 of 47 Printed 3/2/2015 4:42 PM PREPARED BY THE AGREEMENTS UNIT DF -824-034 N W AVERAGE HOURLY PROJECT RATES Hitchcock Design Group 2 LL 0 0 LO LL 0 N w 1- 1- w Q w O 2 d PRIME/SUPPLEMEN1 k.1 ir:Jit. Fri Page 47 of 47 Printed 3/2/2015 4:42 PM PREPARED BY THE AGREEMENTS UNIT 0) Q C)m .8-=, CO a o o N O 2 O Revise and finalize co CO 0 (d a c h c7 c, CO r CO co CO o O 0 E O 2 r N CO Submit for Phase I review Q rn CD r' --: CO 0 R O CO cO CO CO co CO O'''''' Co -- E O 2 r N CO Revisions Q1 t, Q L007 Or ti N CO CO ER 0 m00 LL 0 o N 0 o CO 0 O O E O 2 N co O Review meeting Q1 Q V CO c0 V •71- CO ER % Part. O O O O O O o O O r E 7 0 2 N N '71- Preliminary budget costs Cr) CO CO CD ER 0 (d a CO c, CO CD co CD o O 0 E O 2 N CO AVG HOURLY RATES 52.97 ti O N PAYROLL CLASSIFICATION Principal II Associate I TOTALS Page 47 of 47 Printed 3/2/2015 4:42 PM PREPARED BY THE AGREEMENTS UNIT DES LAJNTES CONSENT AGENDA #11. INFORMATION TECHNOLOGY DEPARTMENT 1420 Miner Street Des Plaines, IL 60016 P: 847.391.5300 desplaines.org MEMORANDUM Date: December 11, 2015 To: Michael G. Bartholomew, City Manager From: Romeo Sora, Director of Information Technology Subject: Request for Bid — Nimble Storage Drive Issue: The City is in need of adding additional hard drive storage capacity to its current Nimble storage device. Analysis: As the City of Des Plaines moves forward with its document imaging initiative, the scanning and conversion of the City's hard copy media into an electronic format will require additional hard drive space. Also, the City's current SQL databases, and employee file / data volumes are growing in size, in addition to the longer retention periods all culminating to a requirement for additional hard drive space. To meet the additional storage demands, I recommend the purchase of a Nimble hard drive (storage shelf). I recommend the purchase of a 45TB RAW hard drive, which will equate to 34TB of usable storage space plus three year support. Recommendation: I recommend that the City Council authorize the City Clerk to advertise for bid for the Nimble storage drive. Page 1 of 1 DES LAJNTES CONSENT AGENDA #12. INFORMATION TECHNOLOGY DEPARTMENT 1420 Miner Street Des Plaines, IL 60016 P: 847.391.5300 desplaines.org MEMO RAN D UM Date: December 11, 2015 To: Michael G. Bartholomew, City Manager From: Romeo Sora, Director of Information Technology E.5 Subject: Request for Bid — Barracuda Backup Issue: The City is in need of replacing its current Barracuda Backup appliance with an upgrade Barracuda Backup appliance that has a larger storage capacity. Analysis: The City of Des Plaines utilizes the Barracuda Backup 890 appliance for its data backup needs. This device has been in place for approximately three years, and has an internally rated capacity of 16TB. Over the course of the past three years, the City's data volumes have increase in addition to retention time. The City of Des Plaines is holding on to more data for longer periods of time. The Information Technology Department is presently backing up approximately 16TB of data, and "maxing out" the Barracuda 890's 16TB internal capacity. In order to keep pace with the growing data volumes, I recommend the City purchase the next tier Barracuda Backup 990 appliance with an internally rated capacity of 33TB, unlimited cloud storage, energizer updates, and instant replacement. Recommendation: I recommend that the City Council authorize the City Clerk to advertise for bid for the Barracuda Backup 990 appliance. Page 1 of 1 ODES PLAINES CONSENT AGENDA #13. PUBLIC WORKS AND ENGINEERING DEPARTMENT 1111 Joseph J. Schwab Road Des Plaines, IL 60016 P: 847.391.5464 desplaines.org MEMORANDUM Date: December 14, 2015 To: Mike Bartholomew, MCP, LEED-AP, City Manager From: Timothy P. Oakley, P.E., CFM, Director of Public Works and EngineeringO Timothy Watkins, Assistant Director of Public Works and Engineering Subject: O'Hare Lake Pumping Station Improvements — Bid Notice Issue: Specifications for the O'Hare Lake Pumping Station Improvements project are near completion and the project will be ready for bidding next month. Analysis: As part of the O'Hare Lake Stormwater Easement and Utility agreement the City is required to perform upgrades to the pumping station to improve its operations. These upgrades include the installation of electrical surge protection to the facility and improved control and monitoring of pumping operations and lake levels with the implementation of a remote SCADA system. These upgrades will help reduce future failures at the facility. Recommendation: We recommend the O'Hare Lake Pumping Station Improvements project be advertised for bid. Page 1 of 1 ftDEs PLAINES ILLINOIS COMMITTEE OF THE WHOLE #1a. FINANCE DEPARTMENT 1420 Miner Street Des Plaines, IL 60016 P: 847.391.5300 desplaines.org MEMORANDUM Date: December 24, 2015 To: Michael G. Bartholomew, City Manager From: Dorothy Wisniewski, Assistant City Manager/Director of Finance Subject: Resolution R-11-16, January 4, 2016 Warrant Register Recommendation: I recommend that the City Council approve the January 4, 2016 Warrant Register Resolution R-11-16. Warrant Register $4,863,518.18 Estimated General Fund Balance Balance as of 11/30/2015: $21,793,436 Please use caution when evaluating this number as revenues fluctuate dramatically from month to month due to delays in receiving sales tax revenue from the State and 1st & 2°`f installments of property tax revenue. Page 1 of 32 CITY OF DES PLAINES RESOLUTION R-11-16 Be it resolved by the City Council of the City of Des Plaines that the following bills are due and payable and that the Mayor and City Clerk be and are hereby authorized to make payment for same. January 4, 2016 Page 2 of 32 Line # Org Account City of Des Plaines Warrant Register 01/04/2016 Vendor Invoice Invoice Desc Amount 1 Fund: 100 - General Fund 2 00 4160 Real Estate Transfer Tax 5909 Ciero, Rebecca L Refund 12/16/15 Real Estate Transfer Tax Refund 12/16/2015 710.00 3 00 4160 Real Estate Transfer Tax 5912 DeFilippo, Brian M Refund 12/10/15 Real Estate Transfer Tax Refund 12/10/2015 250.00 4 00 4300 Vehicle Licenses 5911 Modi, Neel Refund 12/11/15 Vehicle Sticker Refund 12/11/2015 10.00 5 00 4400 Building Permits 5913 Fernandez, Efrain 2015-09000206 Sewer Permit Refund 12/17/2015 300.00 6 00 4400 Building Permits 5901 Carlson, Richard 2015-01200060 Sewer Permit Refund 12/11/2015 300.00 7 00 4400 Building Permits 5894 White Knight Rescue Plumbing Inc 2015-01200013 Sewer Permit Refund 12/03/2015 300.00 8 00 4400 Building Permits 5034 Mauro Sewer Construction Inc 2015-01100140 Sewer Permit Refund 12/03/2015 300.00 9 00 4400 Building Permits 5075 Precision Plumbing Services Inc 2015-01100188 Sewer Permit Refund 12/17/2015 300.00 10 00 4400 Building Permits 3597 Home Comfort Heating & Cooling Inc 2015-01100170 Voided Sewer Permit Refund 12/09/2015 425.00 11 00 4400 Building Permits 2516 Capps Plumbing & Sewer 2015-01200029 Sewer Permit Refund 12/10/2015 300.00 12 00 4631 Nonresident Ambulance Fees 5910 Gorr, Thomas 14-41738 Medical Reimbursement for 12/16/2014 100.00 13 00 4635 Zoning & Subdivision Fees 5902 O'Toole, Kevin 15-079-V Variation Refund 12/15/2015 110.00 14 Total 00- Non Departmental 3,405.00 15 Elected Office 16 10 5310 Membership Dues 1453 International Institute of Municipal Clerks 2016 Dues 2016 Membership Dues - Deputy Clerk 95.00 17 10 6000 Professional Services 5852 Jurassic Parliament 10/09/2015 Professional Review of City Council Minutes 10/29/2015 150.00 18 10 6000 Professional Services 1016 Alfred G Ronan LTD Dec 2015 Lobbyist Services - December 2015 5,000.00 19 10 7200 Other Supplies 1046 Hinckley Spring Water Co 2533573 121015 Water Supply 12/03/2015 16.16 20 Total 10 - Elected Office 5340 5,261.16 21 City Administration 22 20 5340 Pre -Employment Exams 4711 Stivers Staffing Services 5400982 Pre -Employment Testing Charge 11/25/2015 50.001 23 20 5340 Pre -Employment Exams 4711 Stivers Staffing Services 5400984 Pre -Employment Testing Charge 11/24/2015 50.00 24 20 5340 Pre -Employment Exams 4711 Stivers Staffing Services 5400983 Pre -Employment Testing Charge 11/25/2015 50.00 25 20 5340 Pre -Employment Exams 4820 Aurico Reports Incorporated 250471 Criminal Background Checks 11/01-11/30/2015 903.00 26 20 5340 Pre -Employment Exams 1015 Alexian Brothers Corporate Health Svcs 582330 New Hire Pre -Employment Screenings 10/28-11/06/2015 336.00 27 20 6000 Professional Services 1168 TKB Associates Inc 11666 On-site LaserFiche Citywide Training 10/28/2015 712.50 28 20 6009 Legal Fees - Admin Hearings/Prosecution s 1073 Bartel, Raymond 15-23 Legal Services 12/03- 12/16/2015 1,205.00 Page 3 of 32 City of Des Plaines Warrant Register 01/04/2016 Line # 29 Org 20 Account 6010 Legal Fees - Labor & Employment Vendor 1127 Clark Baird Smith LLP Invoice 6663 Invoice Desc Legal Services Nov 2015 Amount 4,468.75 30 120 6110 Printing Services 1233 Presstech Inc 37259 1 Box of Business Cards 20.00 31 20 6110 Printing Services 1119 Chicago Office Technology Group Inc IN252293 Copy Charges 10/22/2015 - 11/21/2015 V7253 36.95 32 20 6110 Printing Services 4889 Konica Minolta Business Solutions USA Inc 9001969063 Copy Charges For All City Copiers 11/03/2015 - 12/02/2015 2,497.23 33 20 6120 Recording Fees 1139 Cook County of Illinois 29011302015 Recording Fees - Lien/Ordinance 11/16/2015 134.00 34 20 6535 Subsidy - Youth Commission 1076 Sam's Club Direct 000000 GKAVJT Youth Commission's Santa Hoopla Supplies 12/12/2015 84.28 35 20 6550 Subsidy - Senior Citizen Cab Service 1070 Park Ridge Taxi & Livery LTD 00002171 Subsidized Taxi Voucher Program for Nov 2015 M-12-11 2,100.00 36 20 6550 Subsidy - Senior Citizen Cab Service 1007 303 Taxi 27589 Subsidized Taxi Voucher Program for Nov 2015 M-12-11 99.00 37 20 6550 Subsidy - Senior Citizen Cab Service 1421 American Charge Service 97660 Subsidized Taxi Cab Program for Nov 2015 M-12-11 237.00 38 20 6550 Subsidy - Senior Citizen Cab Service 2200 Rosemont Elite Taxi Dispatch 3772 Subsidized Taxi Voucher Program for Nov 2015 M-12-11 45.00 39 20 7000 Office Supplies 1220 Runco Office Supply 632367-1 Four Binders 28.08 40 20 7000 Office Supplies 1220 Runco Office Supply C 62367-1 Return of Four Binders (28.08) 41 20 7000 Office Supplies 1220 Runco Office Supply 633412-0 Calendars (2) 22.48 42 20 7000 Office Supplies 1220 Runco Office Supply 634138-0 3 Boxes of Copy Paper 98.97 43 20 7200 Other Supplies 1046 Hinckley Spring Water Co 2533573 121015 Water Supply 12/03/2015 43.13 44 20 7200 Other Supplies 1046 Hinckley Spring Water Co 2533573 121015 Water Supply 12/03/2015 21.55 45 20 7200 Other Supplies 1046 Hinckley Spring Water Co 2533573 121015 Water Supply 12/03/2015 37.86 46 20 7310 Publications 5166 HR Direct INV3395316 HR State Federal Poster Renewal 11/15/2015 69.99 47 20 7310 Publications 5166 HR Direct INV3395317 FIRE 61 State Federal Poster Renewal 11/16/2015 69.99 48 20 7310 Publications 5166 HR Direct INV3395318 FIRE 62 State Federal Poster Renewal 11/16/2015 69.99 49 20 7310 Publications 5166 HR Direct INV3395319 FIRE 63 State Federal Poster Renewal 11/16/2015 69.99 50 20 7310 Publications 5166 HR Direct INV3395321 POLICE 1 State Federal Poster Renewal 11/16/2015 69.99 51 20 7310 Publications 5166 HR Direct INV3395322 POLICE 2 State Federal Poster Renewal 11/16/2015 69.99 52 20 7310 Publications 5166 HR Direct INV3395323 PW 1 State Federal Poster Renewal 11/16/2015 69.99 53 20 7310 Publications 5166 HR Direct INV3395324 PW 2 State Federal Poster Renewal 11/16/2015 69.99 54 20 7320 Equipment <$5,000 4715 SHI International Corporation B04304766 Cisco Power Injector 151.00 55 20 7320 Equipment < $5,000 4346 Forte Payment Systems Incorporated 20684 1 Credit Card Machine for Finance 319.00 56 20 7320 Equipment <$5,000 4715 SHI International Corporation B04304749 Expansion Module 10 GB 299.00 57 20 7320 Equipment <$5,000 5576 1060 Technology Inc 5469 HID Proximity Card Reader 2,667.00 58 Total 20- City Administration 17,248.62 Page 4 of 32 City of Des Plaines Warrant Register 01/04/2016 Line # 59 Org Account Vendor Finance Invoice Invoice Desc Amount 1 CDBG IDIS Onsite Class 12/14/15 -Assoc Planner & Planning Intern 60 30 7000 Office Supplies 3510 RR Donnelley 277533839 FY2015 W-2 & 1099 Tax Forms for Payroll and Accounts Payable 323.99 61 30 7000 Office Supplies 1066 Office Depot 810175865001 1 Case of Copy Paper, 3 Pks of Calculator Rolls, 1 Pk of Clips 53.11 62 30 7200 Other Supplies 1046 Hinckley Spring Water Co 2533573 121015 Water Supply 12/03/2015 52.12 63 Total 30 -Finance 40 429.22 64 Community Development 65 40 5325 Training 5914 Usona Development LLC 1 CDBG IDIS Onsite Class 12/14/15 -Assoc Planner & Planning Intern 712.50 66 40 6000 Professional Services 3309 Elevator Inspection Services Inc 55998 1 Elevator Inspection 11/18/2015 75.00 67 40 6000 Professional Services 3309 Elevator Inspection Services Inc 55999 Two Elevator Inspections 11/18/2015 150.00 68 40 6000 Professional Services 3309 Elevator Inspection Services Inc 56004 1 Elevator Plan Review 12/03/2015 40.00 69 40 6000 Professional Services 3309 Elevator Inspection Services Inc 55960 1 Elevator Plan Review 12/01/2015 40.00 70 40 6000 Professional Services 3309 Elevator Inspection Services Inc 56068 1 Elevator Plan Review 12/07/2015 40.00 71 40 6000 Professional Services 3309 Elevator Inspection Services Inc 56230 1 Elevator Plan Review 12/14/2015 40.00 72 40 6000 Professional Services 3309 Elevator Inspection Services Inc 56005 26 Elevator Inspections 11/18- 11/20/2015 580.00 73 40 6000 Professional Services 3309 Elevator Inspection Services Inc 56229 Elevator Plan Review 11/14/2015 40.00 74 40 6000 Professional Services 3309 Elevator Inspection Services Inc 56231 Elevator Plan Review 12/14/2015 40.00 75 40 6100 Publication of Notices 1050 Journal & Topics 167623 Plan Commission Legal Notice 11/27/2015 292.49 76 40 6110 Printing Services 1106 Chromatech Printing Inc 6900/24200 3000 Business Assistance Postcard for Survey Responses 348.00 77 40 6110 Printing Services 1106 Chromatech Printing Inc 6879/24166 5,250 Business License Envelopes 1,575.00 78 40 7000 Office Supplies 1066 Office Depot 810217610001 1 Self -Inking Stamp for Sewer 21.99 79 40 7000 Office Supplies 1066 Office Depot 810217520001 2 Cases of Copy Paper, 2 Pks of File Folders & 1 Pk of Staples 50.24 80 40 7000 Office Supplies 1066 Office Depot 810217520001 2 Cases of Copy Paper, 2 Pks of File Folders & 1 Pk of Staples 37.49 81 40 7200 Other Supplies 1046 Hinckley Spring Water Co 2533573 121015 Water Supply 12/03/2015 59.30 82 Total 40 - Community Development 4,142.01 83 Public Works & Engineering 84 50 5325 Training 4281 Watkins, Timothy Reimb 12/15/2015 APWA Lake Branch Meeting - 12/15/2015 35.001 85 50 6040 Waste Hauling & Debris Removal 2224 Midwest Lamp Recycling Inc 25939 Light Bulb Recycling - 12/10/2015 698.92 Page 5 of 32 City of Des Plaines Warrant Register 01/04/2016 Line # Org Acco i ail- Vendor Invoice Invoice De Amount 86 50 6040 Waste Hauling & Debris Removal 5377 Keeling Family Foundation 11302015 Electronic Recycling - 11/30/2015 290.00 87 150 6135 Rentals - Uniforms 1029 Cintas #22 022242183 Mechanics Uniform Rental - 12/07/2015 100.26 88 50 6170 Tree Maintenance 1176 Trees "R" Us Inc 18411 33 Tree Stumps Removed/Pkwy Restored - 08/25 -12/02/2015 - R-41-15 8,356.00 89 50 6170 Tree Maintenance 1176 Trees "R" Us Inc 18412 4 Tree Stumps Removed/Pkwy Restored -10/19-12/02/2015 - R-41-15 3,582.88 90 50 6170 Tree Maintenance 1176 Trees "R" Us Inc 18410 33 Tree Removals - 08/25- 12/02/2015 - R-41-15 18,185.68 91 50 6170 Tree Maintenance 1176 Trees "R" Us Inc 18418 782 Trees Trimmed - 11/13- 12/04/2015 - R-41-15 34,683.80 92 50 6170 Tree Maintenance 1176 Trees "R" Us Inc 18408 62 Tree Removals - 7/28- 12/02/2015 - R-41-15 30,545.24 93 50 6170 Tree Maintenance 1176 Trees "R" Us Inc 18409 62 Stumps Removed/Restored Parkway -07/28-12/02/2015 - R-41-15 13,762.75 94 50 6170 Tree Maintenance 1176 Trees "R" Us Inc 18404 35 Tree Removals - 11/30/2015 - R-41-15 21,884.12 95 50 6170 Tree Maintenance 1176 Trees "R" Us Inc 18405 35 Stumps Removed - 11/30/2015 - R-41-15 9,955.00 96 50 6195 Miscellaneous Contractual Services 1385 GIS Consortium 408 Fee to Support Shared Assets of GIS 01/01-12/31/2015 3,277.99 97 50 6195 Miscellaneous Contractual Services 1029 Cintas#22 022243126 Mat Rental City Hall, Police and PW -12/08/2015 227.17 98 50 6195 Miscellaneous Contractual Services 5399 Beary Landscape Management 40939N 2015 Landscape Maintenance Services -11/30/2015 14,104.57 99 50 6195 Miscellaneous Contractual Services 1559 Continental Weather Svc 14878 Weather Forecasting Service - December2015 150.00 100 50 6305 R&M Equipment 2252 K&K Sales & Services Inc 2064 Remove and Replace Vehicle Hoist Piston - PW 12/09/2015 7,350.00 101 50 6310 R&M Vehicles 1278 Dave & Jim's Auto Body Inc 151101 Front End Alignment - PW 5077 12/16/2015 60.00 102 50 6310 R&M Vehicles 5035 Northwest Trucks Inc 106425 Programmed Engine to Read Mileage - Fire 7603 125.00 103 50 6315 City Hall 1018 Anderson Lock Company LTD 7057228 Installation of 6 Door Locks, 8 Keys - Police/City Hall 12/04/15 870.23 104 50 6315 City Hall 2350 Anderson Elevator Co 177512 Monthly Elevator Inspections- December 2015 626.84 105 50 6315 Public Works 5698 Doors Done Right Inc 7740 Public Works Locker Room Door Installation - 12/09/2015 1,415.00 106 50 6315 Fire Station #61 5899 Surface Saver LLC 163 Countertop Repair & Sink Replacement 12/04/2015 -Fire Station #61 1,825.00 Page 6 of 32 City of Des Plaines Warrant Register 01/04/2016 Line # Org Acco iti Vendor 1525 Hastings Air -Energy Control Inc Invoice 159205 Invoice Desc Exhaust Repair at Fire Station 61 on 11/09/2015 Amount 689.95 107 50 6315 Fire Station #61 108 150 6315 Fire Station #62 5691 Corbrook Enterprises Inc 12041520 Drywall Repairs at Fire Station #62 12/03-12/04/2015 2,470.00 109 50 6315 Fire Station #62 5698 Doors Done Right Inc 7753 Remove & Replace Basement Exterior Door 12/14 @ Fire Station #62 1,820.00 110 50 6315 Other 1402 DiNatale Construction Inc 2015/129-01 Remove and Replace Rear Sidewalk at Food Pantry - 12/01/2015 2,850.00 111 50 6315 Other 1025 Bedco Inc 093105 Belt Motor Repair at Fire Station #63 -12/01/2015 121.25 112 50 6315 Other 1025 Bedco Inc 093109 Heat Repair at Gun Range - 12/02/2015 230.00 113 50 6315 Other 1025 Bedco Inc 093110 Insulate Valve in Police Bldg Basement - 12/04/2015 212.90 114 50 6315 Other 1025 Bedco Inc 093118 Repaired Heat at Food Pantry - 12/08/2015 172.50 115 50 6325 R&M Street Lights 1044 H&H Electric Co 24931 Repairs at 1722 Mannheim, Metro Square & 290 Westgate - 10/21/2015 935.06 116 50 6325 R&M Street Lights 1044 H&H Electric Co 24930 Remove/Replace Street Light Pole - 1718 Mannheim - 10/21/2015 832.06 117 50 7000 Office Supplies 1066 Office Depot 810457101001 1 Case Spiral Notebooks, 2 Cases of Copy Paper 76.75 118 50 7000 Office Supplies 1106 Chromatech Printing Inc 6901/24204 2,000 PW #9 Return Envelopes 230.00 119 50 7000 Office Supplies 1233 Presstech Inc 37282 2000 City Letter Envelopes 335.00 120 50 7000 Office Supplies 1505 Clifford -Wald & Co IN00093893 4 Rolls KIP Printer Paper 136.44 121 50 7025 Supplies - Custodial 1029 Cintas #22 022242184 Soap, Floor Cleaner, Toilet Paper and Paper Towels - PW 136.03 122 50 7025 Supplies - Custodial 5699 March Industries Inc 150009 12 Cans - Spray Cleaner 74.88 123 50 7025 Supplies - Custodial 5699 March Industries Inc 150013 Misc Cleaning Supplies for City Hall 269.08 124 50 7030 Supplies -Tools & Hardware 1043 WW Grainger Inc 9915432703 Electrical Meter 189.99 125 50 7030 Supplies -Tools & Hardware 1057 Menards Incorporated 68472 Adhesive Trowel and Screwdriver 11.37 126 50 7030 Supplies - Tools & Hardware 1057 Menards Incorporated 68578 4 Rolls of Red Duck Tape, 10 - 18" Bungie Cords 25.66 127 50 7030 Supplies - Tools & Hardware 1043 WW Grainger Inc 9915432695 2 Digital Temperature Guns 195.30 128 50 7030 Supplies - Tools & Hardware 1047 Home Depot Credit Svcs 0590281 Cutoff Blades and Wheels 23.76 129 50 7030 Supplies - Tools & Hardware 1047 Home Depot Credit Svcs 2054947 Electrical Meter 59.97 130 50 7030 Supplies - Tools & Hardware 1047 Home Depot Credit Svcs 9015178 Blacktop Repair Patch, Mailbox, Staples, Mounting Board 132.68 131 50 7030 Supplies - Tools & Hardware 1047 Home Depot Credit Svcs 1590145 Replacement Reciprocating Saw and Blades 110.88 Page 7 of 32 City of Des Plaines Warrant Register 01/04/2016 Line # 132 Org 50 Account 7030 Supplies - Tools & Hardware Vendor 1520 Russo Power Equipment Invoice 2821897 Invoice Desc 2 Chainsaw Chains, Arborist Rope & Chaps Amount 231.97 133 50 7035 Supplies - Equipment R&M 1087 Ashland Inc 131434229 150 Gallons of Automatic Transmission Fluid - PW Lift 3 2,245.50 134 50 7035 Supplies - Equipment R&M 1054 Lee Auto Parts 408-981705 Air Regulator - PW Shop 6305 58.79 135 50 7040 Supplies - Vehicle R&M 1062 NAPA of Des Plaines 584435 Air Filter - PW 5082 17.18 136 50 7040 Supplies - Vehicle R&M 1062 NAPA of Des Plaines 587054 Oil Filter - PW 8022 58.84 137 50 7040 Supplies - Vehicle R&M 1057 Menards Incorporated 67653 Misc PVC Parts for Anti Ice Unit - PW 140 47.41 138 50 7040 Supplies - Vehicle R&M 1057 Menards Incorporated 68563 7 Tubs of Car Wax, 4 Cases Protectant Wipes, Glass Rain Repellent 71.60 139 50 7040 Supplies - Vehicle R&M 1088 Atlas Bobcat LLC BC0409 2 Mirrors - PW #43A/5039 89.42 140 50 7040 Supplies - Vehicle R&M 1078 Acme Truck Brake & Supply Co 1253450221 Electric Coil - PW 5055 22.65 141 50 7040 Supplies - Vehicle R&M 1071 Pomp's Tire Service Inc 410337003 3 Tires - Fire Stock 347.09 142 50 7040 Supplies - Vehicle R&M 1071 Pomp's Tire Service Inc 410336532 6 Tires - 2 PW 5077, 4 Stock 889.16 143 50 7040 Supplies - Vehicle R&M 1071 Pomp's Tire Service Inc 410337698 6 Tires - 2 PW 5077, 4 Stock 918.54 144 50 7040 Supplies - Vehicle R&M 1054 Lee Auto Parts 408-982062 10 Mini Lamps - Fire #7500 14.40 145 50 7040 Supplies - Vehicle R&M 1054 Lee Auto Parts 408-981949 Spark Plugs & Ignition Coil - Fire #7500 146.75 146 50 7040 Supplies - Vehicle R&M 1054 Lee Auto Parts 408-981977 Turn Indicator Switch - PW #281/5046 87.69 147 50 7040 Supplies - Vehicle R&M 1054 Lee Auto Parts 408-983068 Power Window Switch - ENG 2006 74.69 148 50 7040 Supplies - Vehicle R&M 1054 Lee Auto Parts 408-983069 Power Window Switch - ENG 2006 30.09 149 50 7040 Supplies - Vehicle R&M 1054 Lee Auto Parts 408-981900 Brake Rotor - PW #260/5077 79.79 150 50 7040 Supplies - Vehicle R&M 1054 Lee Auto Parts 408-982819 4 Front Axel Seals, 2 Axel Spindles - PW 5077 182.94 151 50 7040 Supplies - Vehicle R&M 1054 Lee Auto Parts 408-982860 Fuel Pump - Fire 7502 190.69 152 50 7040 Supplies - Vehicle R&M 1054 Lee Auto Parts 408-981899 Brake Pads & Rotors - PW #260/5077 335.35 153 50 7040 Supplies - Vehicle R&M 1054 Lee Auto Parts 408-982821 Fuel and Air Filter - PW 5013 75.57 154 50 7040 Supplies - Vehicle R&M 1054 Lee Auto Parts 408-982035 8 Spark Plugs - Fire #7500 86.32 155 50 7040 Supplies - Vehicle R&M 1054 Lee Auto Parts 408-982039 Wiper Motor - PW #281/5046 102.29 156 50 7040 Supplies - Vehicle R&M 1054 Lee Auto Parts 408-982350 12 Qts Transmission Fluid - Police - Stock 56.28 157 50 7040 Supplies - Vehicle R&M 1054 Lee Auto Parts 408-980017 2 Air Filters - Fire 7301, 7302 27.06 Page 8 of 32 City of Des Plaines Warrant Register 01/04/2016 Line # Org Account Vendor Invoice Invoice Desc Amount 158 50 7040 Supplies - Vehicle R&M 1054 Lee Auto Parts 408-980018 6 Quarts of Oil, Oil Filter - Fire 7302 35.04 159 50 7040 Supplies - Vehicle R&M 1054 Lee Auto Parts 408-980077 J Hook - Fire 7301 2.19 160 50 7040 Supplies - Vehicle R&M 1054 Lee Auto Parts 408-980079 Return - 3 U Joints, 1 Bearing - Fire 7701 (102.83) 161 50 7040 Supplies - Vehicle R&M 1054 Lee Auto Parts 408-980700 4 Fuel Filters - Police Stock 53.16 162 50 7040 Supplies - Vehicle R&M 1054 Lee Auto Parts 408-980740 Fuse Block and Fuse - PW 5055 22.75 163 50 7040 Supplies - Vehicle R&M 1054 Lee Auto Parts 408-981363 Battery Charger - Fire 7407 36.99 164 50 7040 Supplies - Vehicle R&M 1054 Lee Auto Parts 408-980742 Fuse - PW 5055 23.30 165 50 7040 Supplies - Vehicle R&M 1054 Lee Auto Parts 408-981700 3 Radiator Hoses, 2 Pullies, 2 Belts, Filter Kit - Police 6013 246.49 166 50 7040 Supplies - Vehicle R&M 1643 Golf Mill Ford 388506P Power Steering Hose - Police 6013 23.46 167 50 7040 Supplies - Vehicle R&M 2052 Coffman Truck Sales Inc 1001009850 Power Steering Hose and Fitting - PW 5012 175.78 168 50 7040 Supplies - Vehicle R&M 1941 Global Industrial Equipment 108895410 2 Hydraulic Motors - PW #230/5075 357.26 169 50 7040 Supplies - Vehicle R&M 1643 Golf Mill Ford 388839P Drivers Seat Belt - Police 6053 284.54 170 50 7040 Supplies - Vehicle R&M 1673 Chicago Parts & Sound LLC 715915 Exhaust EGR Valves - Stock 18.96 171 50 7040 Supplies - Vehicle R&M 1673 Chicago Parts & Sound LLC 724382 Water Pump, Belt Tensioner, Heater Hose - EMA 7403 160.55 172 50 7040 Supplies - Vehicle R&M 1677 Wholesale Direct Inc 000217774 10 Low Beam Lights, 20 60W Bulbs, 6 Red Bulbs, Misc - PW Stock 221.04 173 50 7040 Supplies - Vehicle R&M 1677 Wholesale Direct Inc 000218052 Red LED Light - Police Stock 74.36 174 50 7040 Supplies - Vehicle R&M 1677 Wholesale Direct Inc 000218080 2 Low Beam Bulb - PW Stock 31.45 175 50 7040 Supplies - Vehicle R&M 3480 Moore Industrial Hardware 454532 3 Handles - Fire 7801 46.56 176 50 7040 Supplies - Vehicle R&M 4280 Rush Truck Centers of Illinois Inc 3000911416 Washer Pump and Mirror Brackets - PW Stock 189.22 177 50 7040 Supplies - Vehicle R&M 4328 Batteries Plus Bulbs 490-102355-01 12V Battery - Police 6003 108.95 178 50 7040 Supplies - Vehicle R&M 4328 Batteries Plus Bulbs 490-102025-01 5 Batteries - Police & PW Stock 257.70 179 50 7040 Supplies - Vehicle R&M 4328 Batteries Plus Bulbs 490-102025-01 5 Batteries - Police & PW Stock 156.80 180 50 7040 Supplies - Vehicle R&M 4328 Batteries Plus Bulbs 490-102155-01 4 Batteries - Fire #7604 & PW #5051 242.54 181 50 7040 Supplies - Vehicle R&M 4328 Batteries Plus Bulbs 490-102155-01 4 Batteries - Fire #7604 & PW #5051 58.50 182 50 7040 Supplies - Vehicle R&M 4280 Rush Truck Centers of Illinois Inc 3000897118 Mirror Bracket and Washer Pump - PW 5055 and 5037 143.76 183 50 7040 Supplies - Vehicle R&M 4280 Rush Truck Centers of Illinois Inc 3000908756 Return - Exhaust Pipe - PW 5063 (56.39) Page 9 of 32 City of Des Plaines Warrant Register 01/04/2016 Line # Org Account I= Vendor 4280 Rush Truck Centers of Illinois Inc Invoice 3000911369 Invoice Desc Mirror Brackets, Wash Pump Motors - PW 5055 and Stock Amount 385.82 184 50 7040 Supplies - Vehicle R&M 185 150 7040 Supplies - Vehicle R&M 5731 Advance Auto Parts 6027534433223 2 Filters - Stock 47.52 186 50 7040 Supplies - Vehicle R&M 5731 Advance Auto Parts 6027534433224 6 Filters - Stock 93.44 187 50 7040 Supplies - Vehicle R&M 5731 Advance Auto Parts 6027534433168 6 Filters - PW Stock 33.24 188 50 7045 Supplies - Building R&M 1057 Menards Incorporated 68489 2 Vinyl Tile Adhesive - PW 73.98 189 50 7045 Supplies - Building R&M 1057 Menards Incorporated 68383 Traps and Bait - PW 4.19 190 50 7045 Supplies - Building R&M 1057 Menards Incorporated 67728 3 Boxes of Tapcon Anchors, 5 Boxes Drill Bits - PW Locker Room 65.68 191 50 7045 Supplies - Building R&M 1057 Menards Incorporated 67666 Concrete Patch, 2 Paint Rollers, 2 Paint Trays - PW 28.63 192 50 7045 Supplies - Building R&M 1057 Menards Incorporated 68390 2 Rolls of Frost Glass Film, 2 Outlets, 2 Brackets - City Hall 49.79 193 50 7045 Supplies - Building R&M 1057 Menards Incorporated 68448 Sheet of Plywood, 7 Pine Boards, Wall Anchors - City Hall 79.19 194 50 7045 Supplies - Building R&M 1018 Anderson Lock Company LTD 0895100 24 CED Keys 111.00 195 50 7045 Supplies - Building R&M 1018 Anderson Lock Company LTD 7057255 6 Fire Station #61 Keys 257.00 196 50 7045 Supplies - Building R&M 1527 Sherwin Williams 3547-7 Painting Supplies - Fire Station #62 54.46 197 50 7045 Supplies - Building R&M 1527 Sherwin Williams 3565-9 5 Gals Paint - City Hall Second Floor 162.95 198 50 7045 Supplies - Building R&M 1527 Sherwin Williams 4503-9 5-5 Gals Primer & 3 Gals Paint - Fire Station #62 157.17 199 50 7045 Supplies - Building R&M 1187 Scharm Floor Covering 12779 Floor Leveling Compound - PW 45.50 200 50 7045 Supplies - Building R&M 2313 City Electric Supply (CES) DEP/031374 20 Outlets for City Hall Second Floor 35.00 201 50 7045 Supplies - Building R&M 2313 City Electric Supply (CES) DEP/031513 100 Conduit Hangers, 50 Connectors - PW Locker Room 95.46 202 50 7045 Supplies - Building R&M 2313 City Electric Supply (CES) DEP/031291 Electrical Supplies for City Hall Second Floor Improvements 649.47 203 50 7045 Supplies - Building R&M 2313 City Electric Supply (CES) DEP/031313 Electrical Supplies for City Hall Second Floor 170.67 204 50 7045 Supplies - Building R&M 2313 City Electric Supply (CES) DEP/031539 Electric Cover for Police Garage 6.26 205 50 7045 Supplies - Building R&M 5699 March Industries Inc 150012 2 Pkgs Ceiling Tiles - EMA 147.00 206 50 7050 Supplies - Streetscape 1347 Lurvey Landscape Supply T1-10128696 Additional Amount for Replacement Tree on Perry Street 35.00 207 50 7050 Supplies - Streetscape 1057 Menards Incorporated 68562 48 Driveway Markers for Curb Cuts and Downtown Electrical 95.52 Page 10 of 32 City of Des Plaines Warrant Register 01/04/2016 Line # Org Account 60 Vendor Invoice Invoice Des -4 Amount 208 50 7055 Supplies - Street R&M 1067 Orange Crush 2015-00000666 7.08 Tons Asphalt, Potholes - 11/25/2015 260.54 209 150 7055 Supplies - Street R&M 1086 Arrow Road Construction 56494MB 3.06 Tons of Cold Patch for Potholes Delivered 12/03/2015 400.86 210 50 7055 Supplies - Street R&M 1067 Orange Crush 500938 12.04 Tons Asphalt, Main Break Restoration - 11/13/2015 443.07 211 50 7055 Supplies - Street R&M 1067 Orange Crush 502445 1.25 Tons Asphalt, Potholes - 12/08/2015 46.00 212 50 7055 Supplies - Street R&M 1067 Orange Crush 502625 7.26 Tons Asphalt, Sewer Restoration - 12/10/2015 267.17 213 50 7055 Street Light Supplies 2313 City Electric Supply (CES) DEP/031372 3 Light Bulbs for Street Lights 214.29 214 50 7055 Street Sign Supplies 1732 Traffic Control & Protection Inc 85210 50 Sign Post Anchors 560.00 215 50 7055 Street Sign Supplies 1174 3M Co TP71717 1 Roll of White Sheeting for Signs 337.50 216 50 7055 Other Supplies 1057 Menards Incorporated 67733 2 Scrapers, AA, AAA Batteries - Door Openers & Calcium Tank 43.21 217 50 7055 Other Supplies 1550 Addison Building Material Co 817332 4 Cans of Insulation Expanding Foam 24.66 218 50 7120 Gasoline 5415 Gas Depot Inc 23006 5,000 Gals Unleaded Fuel - 12/08/2015 6,122.59 219 50 7130 Diesel 5415 Gas Depot Inc 23011 3,000 Gals Diesel - 12/08/2015 4,084.62 220 50 7160 Ice Control 5364 Conserv FS Inc 65003040 19.51 Tons Salt for Downtown Walks - 11/30/2015 1,904.18 221 50 7160 Ice Control 5847 SNI Solutions Inc 135455 Anti -Icing Bio -Melt Brine - 11/24/2015 3,037.50 222 50 7160 Ice Control 5847 SNI Solutions Inc 135455 Anti -Icing Bio -Melt Brine - 11/24/2015 62.10 223 50 7320 Equipment < $5,000 5805 Banner Plumbing Supply Co Inc 2112250 Wash Station for Locker Room at PW -12/04/2015 3,443.00 224 Total 50- Public Works & Engineering 217,888.38 225 Police Department 226 60 6000 Professional Services 5879 Corporate Risk Group Inc 151118 Internal Investigation 11/18/15 2,500.00 227 60 6110 Printing Services 1233 Presstech Inc 37258 1 Box of Business Cards 20.00 228 60 6185 Animal Control 1266 Northwest Animal Hospital PC 00344210 Stray Animals 10/26- 11/28/2015 (8 Animals) 368.00 229 60 6185 Animal Control 2950 When Nature Calls 8075 Nuisance Animal Pickup September, 2015 5,900.00 230 60 6190 Tow/Storage/Abando ned Fees 1567 Schimka Auto Wreckers, Inc 12/01/2015 Towing Service PD November 2015 25.00 231 60 6195 Miscellaneous Contractual Services 3682 Belvidere, City of 1505 6 Days of Outdoor Range Use Between 09/8-10/28 2015 700.00 232 60 6195 Miscellaneous Contractual Services 1077 Shred -It USA LLC 9408517132 Shredding Service PD December4, 2015 134.16 Page 11 of 32 City of Des Plaines Warrant Register 01/04/2016 Line # Org Acco 1till_ Vendor 1683 Thomson Reuters Invoice 833042771 Invoice Desc Investigations Database November 2015 Amount 134.91 233 60 6195 Miscellaneous Contractual Services 234 60 6195 Miscellaneous Contractual Services 1572 LexisNexis Risk Data Management Inc 1037713- 20151130 Investigations Database November 2015 169.25 235 60 6310 R&M Vehicles 1745 Suburban Accents Inc 22915 Install of 47 Emblems on City Vehicles 11/06/2015 900.00 236 60 6345 R&M Police Range 2066 Sarge's Range Service Inc SRS -230 Hepa-Vacuum Range Nov. 6 & 19, 2015 300.00 237 60 7000 Office Supplies 1389 Garvey's Office Products Inc PINV1064002 3 Cartons of File Boxes 84.60 238 60 7000 Office Supplies 1389 Garvey's Office Products Inc PINV1069416 Hanging Folders -4 Boxes, 2 Grey Bulletin Boards, Pens -1 Box 449.45 239 60 7000 Office Supplies 1389 Garvey's Office Products Inc PINV1069144 Clear Tape -1 case, Correction Tape -1 Box, Glue Stix -1 Box 126.03 240 60 7010 Supplies -Community Relations 1362 Manzo's Banquets 00813 Volunteer Appreciation Banquet Dec.10, 2015 3,292.20 241 60 7015 Supplies - Police Range 1722 Brownells Inc 11916134.00 Range Supplies (15 Brushes, 100 Foam Plugs, Cleaning Patches) 216.52 242 60 7200 Other Supplies 1046 Hinckley Spring Water Co 2533573 121015 Water Supply 12/03/2015 81.00 243 60 7200 Other Supplies 1580 Mighty Mites 5665 3 Retirement Plaques (Cmdr, Sgt, Ofcr) 853.001 244 60 7200 Other Supplies 1046 Hinckley Spring Water Co 2533573 121015 Water Supply 12/03/2015 74.09 245 60 7200 Other Supplies 1018 Anderson Lock Company LTD 0896109 4 Keys (2-B, 2 Records Warrant Box) 18.50 246 60 7200 Other Supplies 1046 Hinckley Spring Water Co 2533573 121015 Water Supply 12/03/2015 81.01 247 60 7300 Uniforms 1117 Chicago Badge & Insignia Co 13944 6 Pair of Commander Insignia 114.89 248 60 7300 Uniforms 1117 Chicago Badge & Insignia Co 13942 3 Sergeant & 1 Commander Hat Shields 226.09 249 Total 60- Police Department 16,768.70 250 Emergency Management Agency 251 65 6015 Communication Services 1936 Telvent DTN Inc 4742682 EOC Weather Services For Dec 7, 2015 To Jan. 7, 2016 654.00 252 65 6195 Miscellaneous Contractual Services 3429 Carroll, Beverly S 15-3 EMC Emergency Management Division Coordinator Services 3rd Qtr 2015 625.00 253 65 6195 Miscellaneous Contractual Services 3429 Carroll, Beverly S 15-3 CCC Citizen Corps Division Coordinator Services 3rd Qtr 2015 625.00 254 65 6310 R&M Vehicles 1745 Suburban Accents Inc 22915 Install of 47 Emblems on City Vehicles 11/06/2015 250.00 255 Total 65 - Emergency Management Agency 2,154.00 256 Fire Department 257 70 5325 Training 2036 Fire Investigators Strike Force Dec. 11, 2015 4 Inspectors -FP Class 12/09/2015 100.00 258 70 5325 Training 1252 NIPSTA 14603 F011: Instructor II Class -1 Engineer 10/19-10/21 & 10/26- 10/27 350.00 Page 12 of 32 City of Des Plaines Warrant Register 01/04/2016 Line # Org Account RIM Vendor Invoice Invoice Desc Amount 259 70 5330 In -Service Training 1267 Northwest Community Hospital E160032 In-Sta Con't Ed Classes Aug -Oct 2015 & Admin Fee 2nd Qtr 2015 5,904.00 260 70 5345 Post -Employment Exams 1015 Alexian Brothers Corporate Health Svcs 583110 3 Annual Physicals 10/30, 11/3 & 11/4 & 2 Flu Shots 11/17 &11/23 1,096.00 261 70 5345 Post -Employment Exams 1015 Alexian Brothers Corporate Health Svcs 584213 FIu Shot - Paramedic 1/10/2015 30.00 262 70 5345 Post -Employment Exams 1015 Alexian Brothers Corporate Health Svcs 583197 19 On -Site FIu Shots & Nurse Fees 11/9 & 11/10/2015 575.00 263 70 6000 Professional Services 3212 On Time Embroidery Inc O 29157 Sew on 21 Patches 12/09/2015 86.50 264 70 6305 R&M Equipment 1659 Hobart Service 32336078 Repairs to Stove/Oven Sta 63 11/13 & 11/25/2015 571.06 265 70 6305 R&M Equipment 2055 Grace Industries Inc 1512161 Repairs to I -Pass Devices 12/16/2015 281.86 266 70 6305 R&M Equipment 5882 Ameri-Tex Inc 81403 TRT Uniform Repairs 11/13/2015 30.00 267 70 6310 R&M Vehicles 1745 Suburban Accents Inc 22915 Install of 47 Emblems on City Vehicles 11/06/2015 25.00 268 70 7000 Office Supplies 1220 Runco Office Supply 633121-0 Window Envelopes, 3V, AA & AAA Batteries, Post -It Notes 104.03 269 70 7000 Office Supplies 1220 Runco Office Supply 633121-1 1 Box AA Batteries (Were on B/0) 22.18 270 70 7035 Supplies - Equipment R&M 1003 AFC International Inc 45397 SCBA Parts -O -Rings, Gauge Boots, LDV Holders, Hairnets for Panorama Nova 1,477.84 271 70 7200 Other Supplies 1057 Menards Incorporated 68695 Tarps for Inventory & Tower 61 97.72 272 70 7200 Other Supplies 1758 BBC Lighting & Supply 187784 30 N Size & 24 AAA Batteries for SCBA 44.03 273 70 7200 Other Supplies 2265 WorldPoint ECC Inc 5520390 50 Pack Practi-Valves & 48 BLS Cards 95.55 274 70 7200 Other Supplies 1571 Welding Industrial Supply R 1854715 17 Oxygen Cylinders -Nov 2015 188.97 275 70 7200 Other Supplies 1046 Hinckley Spring Water Co 2533573 121015 Water Supply 12/03/2015 12.16 276 ' 70 7300 Uniforms 1570 Public Safety Center Inc 5639785 3 Pairs Extrication Gloves 122.00 277 70 7550 Miscellaneous Expenses 1076 Sam's Club Direct 0486 Food @ UST Survival Dive Class 11/1-Reimb by Tuition Charged by City 12.78 278 Total 70- Fire Department 11,226.68 279 Overhead 280 90 5310 Membership Dues 1076 Sam's Club Direct CF151204- 7584835 2016 Admin Fee for Sam's Club 50.00 281 90 6015 Communication Services 1027 Call One 12-15-2015 Communication Service 12/15/2015-01/14/2016 3,245.79 282 90 6140 Leases 3827 Pitney Bowes Inc 2374611-DC15 Dec 2015 Connect+2000 Postage Machine Lease Exp 6/29/2018 348.34 283 90 7200 Other Supplies 1046 Hinckley Spring Water Co 2533573 121015 Water Supply 12/03/2015 48.41 284 Total 90 - Overhead 3,692.54 285 Total 100 - General Fund 282,216.31 Page 13 of 32 City of Des Plaines Warrant Register 01/04/2016 Line # 286 Org Account Vendor Fund: 201- TIF #1 Downtown Invoice Fund Invoice Desc Amount 126627 Engr Svcs - Orchard Place Reconstruction 11/01- 11/28/2015 287 100 6000 Professional Services 1199 Spaceco Inc 66712 Const Engr Svc -Downtown Streetscape, Phase 2 11/01- 11/28/2015 540.00 288 00 6150 City Maintenance 5399 Beary Landscape Management 40939N 2015 Landscape Maintenance Services -11/30/2015 9,611.28 289 00 6195 Miscellaneous Contractual Services 1025 Bedco Inc 093108 New Heater Installation at Metro Garage -11/30/2015 524.00 290 00 6325 R&M Street Lights 1044 H&H Electric Co 24930 Remove/Replace Street Light Pole - 1718 Mannheim - 10/21/2015 667.14 291 00 6325 R&M Street Lights 1044 H&H Electric Co 24931 Repairs at 1722 Mannheim, Metro Square & 290 Westgate - 10/21/2015 749.74 292 00 7050 Supplies - Streetscape 1057 Menards Incorporated 68210 10 Packs Magnets for Metro Square Stage Skirt 29.90 293 00 7050 Supplies - Streetscape 1057 Menards Incorporated 68198 8 Packs of Ribbon, 2 Wall Decor - Metro Square Tree Stand Decor 39.92 294 00 7050 Supplies - Streetscape 1057 Menards Incorporated 68003 38 Boxes of Clear Christmas Lights - Metro Square Trees 143.64 295 00 7050 Supplies - Streetscape 5699 March Industries Inc 150014 5 Light Bulbs - Metro Square Christmas Lighting 203.25 296 00 8100 Improvements 1067 Orange Crush 2015 -C -P7 R-85-15 Contractor 2015 CIP Street & Utility Impr 10/30- 12/8/15 7,543.71 297 Total 00 - Non Departmental 20,052.58 298 Total 201 -TIF#1 Downtown Fund 20,052.58 299 Fund: 207 - TIF #7 Mannheim/Higgins South 300 00 6000 Professional Services 1123 Christopher B Burke Engineering LTD 126627 Engr Svcs - Orchard Place Reconstruction 11/01- 11/28/2015 4,522.50 301 Total 00- Non Departmental 7160 4,522.50 302 Total 207 -TIF #7 Mannheim/Higgins South 4,522.50 303 Fund: 230- Motor Fuel Tax Fund 304 00 6155 Sidewalk Improvements 1402 DiNatale Construction Inc 2015-0-P6 R-70-15 Contractor -2015 CIP Concrete Imp 10/02- 12/31/2015 414.20 305 00 7160 Ice Control 1372 Morton Salt 5400927762 9 Loads Rock Salt - 12/01/2015 13,143.89 306 00 7160 Ice Control 1372 Morton Salt 5400929001 7 Loads Rock Salt - 12/02/2015 10,218.24 307 00 7160 Ice Control 1372 Morton Salt 5400929002 1 Load Rock Salt - 12/02/2015 1,440.70 308 00 7160 Ice Control 1372 Morton Salt 5400930212 1 Load Rock Salt - 12/03/2015 1,489.79 Page 14 of 32 Line # Org Account 309 00 8100 City of Des Plaines Warrant Register 01/04/2016 Improvements Vendor 1402 DiNatale Construction Inc Invoice 2015-0-P6 310 Total 00 - Non Departmental Invoice Desc R-70-15 Contractor -2015 CIP Concrete Imp 10/02- 12/31/2015 Amount 82,534.52 109,241.34 311 Total 230 - Motor Fuel Tax Fund 109,241.34 312 Fund: 250 - Grant Projects Fund 313 00 6000 Professional Services 1163 URS Corp 37670082 R-180-14 Construction Engr- River Rd Recon Ph 2 10/03- 10/30/2015 69,141.98 314 00 8100 Improvements 5048 Greco Contractors Inc 2014 -River -P14 R-179-14 Construction -River Rd Ph 2 11/26-12/11/2015 352,696.38 315 00 8100 Improvements 1402 DiNatale Construction Inc 2015/128-01 Sidewalk Repl & Removal -5 Locations on Big Bend 12/01/2015 4,658.25 316 Total 00- Non Departmental 426,496.61 317 Total 250 - Grant Projects Fund 426,496.61 318 Fund: 260 - Asset Seizure Fund 319 00 6195 Miscellaneous Contractual Services 5168 Golf Rose Animal Hospital 146496 Canine Exam and Medications 4/17/15 & 6/24/15 478.52 320 00 6305 R&M Equipment 5389 Red Hawk Fire & Security SM218361 Repair Camera in Prisoner CeII (Tank) 11/20/15 161.50 321 00 7320 Equipment <$5,000 1045 Havey Communications 5997 (2) Code 3 Visor Emergency Lights for Delta 312.20 322 Total 00 - Non Departmental 952.22 323 N/A 2484 Seized/Pending 1320 IL State Police 15-20087 Forfeiture Award 14,794.00 Communication Service 12/15/2015-01/14/2016 10,459.90 329 Forfeit 10,459.90 324 N/A 2484 Seized/Pending 1320 IL State Police 15-24030 Forfeiture Award 2,490.00 Forfeit 325 Total N/A 17,284.00 326 Total 260 - Asset Seizure Fund 18,236.22 327 Fund: 280 - Emergency Telephone System Fund 328 60 6015 Communication Services 1027 Call One 12-15-2015 Communication Service 12/15/2015-01/14/2016 10,459.90 329 Total 60 - Police Department 10,459.90 330 Total 280 - Emergency Telephone System Fund 10,459.90 331 Fund: 400 - Capital Projects Fund 332 00 5320 Conferences 4240 Duddles, Jon Reimb 11/30-12/4 AutoDesk Univ Conf 11/30- 12/04/2015 Asst Dir of Engineering 398.31 Page 15 of 32 City of Des Plaines Warrant Register 01/04/2016 Line # Org Account 00 Vendor 3337 HR Green Inc Invoice 101812 Invoice Desc Construction Engineering Services - TO #3 - 10/17- 11/13/2015 Amount 2,091.63 333 00 6000 Professional Services 334 00 6000 Professional Services 2436 Haeger Engineering LLC 77715 2016 Topographic Surveying Svcs 10/21-12/12/2015 18,486.44 335 00 6155 Sidewalk Improvements 1402 DiNatale Construction Inc 2015-0-P6 R-70-15 Contractor -2015 CIP Concrete Imp 10/02- 12/31/2015 40,747.41 336 00 6315 R&M Buildings & Structures 5533 Rausch Infrastructure LLC 2015 -Bridge P#2 2015 Bridge & Levee 50 Repairs - P#2 - R-97-15 - 09/1- 11/09/2015 59,015.70 337 00 7065 Supplies - Capital Maintenance 1067 Orange Crush 2015-00000666 7.08 Tons Asphalt, Potholes - 11/25/2015 65.14 338 00 7065 Supplies - Capital Maintenance 1067 Orange Crush 502625 7.26 Tons Asphalt, Sewer Restoration - 12/10/2015 66.79 339 00 7065 Supplies - Capital Maintenance 1067 Orange Crush 502445 1.25 Tons Asphalt, Potholes - 12/08/2015 11.50 340 00 7065 Supplies - Capital Maintenance 1067 Orange Crush 500938 12.04 Tons Asphalt, Main Break Restoration - 11/13/2015 110.77 341 00 8100 Improvements 1086 Arrow Road Construction 2014 -E -P6 FINAL R-142-14 2014 CIP Street Resurfacing 11/15-12/22/2015 116,599.36 342 00 8100 Improvements 1067 Orange Crush 2015 -C -P7 R-85-15 Contractor 2015 CIP Street & Utility Impr 10/30- 12/8/15 346,851.43 343 00 8100 Improvements 1328 John Neri Construction Company Inc 120715 875 Seegers Site Remediation 10/01-12/04/15 R-140-15 492,604.14 344 Total 00 - Non Departmental 1,077,048.62 345 Total 400 - Capital Projects Fund 1,077,048.62 346 Fund: 420- IT Replacement Fund 347 00 8005 Computer Hardware 4715 SHI International Corporation B04197056 Smartnet Extended Service Agreement 11/11/2015- 11/10/2016 687.96 348 00 8005 Computer Hardware 4715 SHI International Corporation B04058478 Cisco 48 Port Switch for City Hall 2nd Floor 6,852.00 349 Total 00- Non Departmental 6015 7,539.96 350 Total 420 - IT Replacement Fund 7,539.96 351 Fund: 500 - Water/Sewer Fund 352 00 5310 Membership Dues 1563 American Water Works Assoc (AWWA) 7001104373 AWWA Renewal - Utility Services Supt - 02/01/2016 to 01/31/2017 83.00 353 00 6015 Communication Services 1027 Call One 12-15-2015 Communication Service 12/15/2015-01/14/2016 342.57 354 00 6015 Communication Services 1027 Call One 12-15-2015 Communication Service 12/15/2015-01/14/2016 283.76 355 00 6180 Water Sample Testing 1642 Suburban Laboratories, Inc 129914 Water Sample Testing -12/1- 12/8/2015 345.00 Page 16 of 32 City of Des Plaines Warrant Register 01/04/2016 Line # Org Acco __ Vendor 1642 Suburban Laboratories, Inc Invoice 129255 Invoice Desc Water Sample Testing -11/3- 11/17/2015 Amount 510.00 356 00 6180 Water Sample Testing 357 100 6180 Water Sample Testing 1642 Suburban Laboratories, Inc 129556 Water Sample Testing - 11/24/2015 165.00 358 00 6190 Tow/Storage/Abando ned Fees 1567 Schimka Auto Wreckers, Inc 12-04-2015 Tow Service - Sewer 8026 - 12- 04-2015 131.00 359 00 6195 Miscellaneous Contractual Services 1467 HBK Water Meter Service Inc 15-693 Water Meter Bench Test - 12/07/2015 37.00 360 00 6195 Miscellaneous Contractual Services 1467 HBK Water Meter Service Inc 15-679 Water Meter Bench Test - 12/02/2015 21.00 361 00 6195 Miscellaneous Contractual Services 1467 HBK Water Meter Service Inc 15-681 3 Water Meter Bench Tests - 12/04/2015 96.00 362 00 6300 R&M Software 5236 Revere Electric Supply Co 52488214.001 Water Plant Automation Software Upgrade 01/29/2015 2,360.00 363 00 6300 R&M Software 5236 Revere Electric Supply Co 52488214.003 Water Plant Automation Software Upgrade - Maint for FY2015 491.00 364 00 6300 R&M Software 5236 Revere Electric Supply Co 52488214.001 Water Plant Automation Software Upgrade 01/29/2015 17.50 365 00 6310 R&M Vehicles 4280 Rush Truck Centers of Illinois Inc 3000964420 Repaired Oil Cooler in Engine- Sewer 8021 12/09/2015 1,780.22 366 00 6310 R&M Vehicles 5874 Suburban Towing & Recovery Inc 108896 Tow Truck to Dealer Grayslake - Sewer 8021- 12/05/2015 461.50 367 00 6315 Public Works 3320 Electronic Entry Systems Inc 201406274 Replace Keypad & Pole - Water Plant 11/20/2015 392.50 368 00 6340 R&M Sewer System 5533 Rausch Infrastructure LLC 2015 -Bridge P#2 2015 Bridge & Levee 50 Repairs - P#2 - R-97-15 - 09/1- 11/09/2015 4,951.02 369 00 6510 Subsidy - Flood Assistance 5905 Grendahl, Cheryl A FRP15-028 Flood Rebate 11/9/2015 2,000.00 370 00 6510 Subsidy - Flood Assistance 5906 Kane, Tory M FRP15-030 Flood Rebate 12/16/2015 912.00 371 00 6510 Subsidy - Flood Assistance 5907 Uehling, Lee A FRP15-031 Flood Rebate 12/16/2015 1,098.00 372 00 6510 Subsidy - Flood Assistance 2582 Hibbert, Carlton H FRP15-029 Flood Rebate 12/16/2015 1,290.00 373 00 7000 Office Supplies 1066 Office Depot 809919136001 2 Ctns Paper, 14 Mechanical Pencils, Post -It Notes & 5 Calendars 137.04 374 00 7020 Supplies - Safety 2067 Cutler Workwear 64162 Exchange Winter Bibs from 12/15/2014 (24.30) 375 00 7020 Supplies - Safety 1703 Prosafety Inc 2/812990 1 Pair of Buckle Boots 21.95 376 00 7020 Supplies - Safety 1703 Prosafety Inc 2/813330 144 Pairs of Gloves 79.20 377 00 7030 Supplies -Tools & Hardware 1057 Menards Incorporated 68340 3 Lb Peen Hammer, 20 Oz Fiberglass Hammer, Propane & Torch Card 86.87 378 00 7030 Supplies - Tools & Hardware 1550 Addison Building Material Co 818850 6 Brooms & Handles 58.80 Page 17 of 32 City of Des Plaines Warrant Register 01/04/2016 Line # Org Account Vendor 1274 O'Learys Contractors Equipment & Supply Inc Invoice 161784 Invoice Desc 2 Slings Amount 89.00 379 00 7030 Supplies - Tools & Hardware 380 100 7030 Supplies - Tools & Hardware 1047 Home Depot Credit Svcs 0090044 3/8" Socket, 2 Pails & 2 Buckets 22.18 381 00 7030 Supplies -Tools & Hardware 1047 Home Depot Credit Svcs 8026534 Rapid Charger, Rechargeable Batteries & Impact Tool 566.00 382 00 7030 Supplies - Tools & Hardware 5455 Ace Park Ridge 152288 Sledge Hammer & 2 Couplings 12.66 383 00 7035 Supplies - Equipment R&M 1062 NAPA of Des Plaines 586155 2 Air Filters - PW 10W/9014 69.73 384 00 7035 Supplies - Equipment R&M 1564 EJ Equipment Inc P00229 TV Camera Repair Parts 1,581.10 385 00 7035 Supplies - Equipment R&M 1437 Des Plaines Material & Supply LLC 170746 5 Library Parking Deck Bumpers 192.50 386 00 7040 Supplies - Vehicle R&M 1643 Golf Mill Ford 388324P Brake Cylinder and Pressure Switch - Sewer 8026 336.21 387 00 7040 Supplies -Vehicle R&M 1053 Kimball Midwest 4586372 Hydraulic Coupling - Sewer Stock 119.33 388 00 7040 Supplies - Vehicle R&M 1054 Lee Auto Parts 408-981599 Poly Arm, 2 Steel Nuts and 2 Unions - Sewer 8026 7.65 389 00 7040 Supplies - Vehicle R&M 1054 Lee Auto Parts 408-981239 1 Gallon of Brake Fluid - Sewer 8026 21.99 390 00 7040 Supplies - Vehicle R&M 5731 Advance Auto Parts 6027534433248 4 Ball Joints - PW #294/8027 145.04 391 00 7040 Supplies - Vehicle R&M 1062 NAPA of Des Plaines 587249 Exhaust Hanger- Water 9022 7.49 392 00 7040 Supplies - Vehicle R&M 1053 Kimball Midwest 4586957 Grease, Hydraulic Fittings, Washers, Bolts, Bits - Water Stock 342.76 393 00 7040 Supplies - Vehicle R&M 1053 Kimball Midwest 4607405 100 Nuts, 250 Washers, 10 Hose Clamps - Water Stock 106.22 394 00 7040 Supplies - Vehicle R&M 1054 Lee Auto Parts 408-977937 Return - 8 Bearings - Water 9007 (69.92) 395 00 7040 Supplies - Vehicle R&M 1054 Lee Auto Parts 408-981650 2 Brake Calipers - Water 9022 261.98 396 00 7040 Supplies - Vehicle R&M 1054 Lee Auto Parts 408-981897 Core Credit -2 Calipers, Purchase Brake Rotor - Water 9022 (120.00) 397 00 7040 Supplies - Vehicle R&M 1054 Lee Auto Parts 408-981428 2 Pairs Brake Pads and 4 Rotors - Water 9022 405.84 398 00 7040 Supplies - Vehicle R&M 1643 Golf Mill Ford 388560P Tail Light - Water 9022 32.07 399 00 7040 Supplies - Vehicle R&M 1670 Arlington Power Equipment Inc 661461 Carburetor Rod - PW #267/9024 3.44 400 00 7040 Supplies - Vehicle R&M 1670 Arlington Power Equipment Inc 661239 Muffler Support Bracket - PW #267/9024 37.72 401 00 7040 Supplies - Vehicle R&M 1677 Wholesale Direct Inc 000218048 LED Beacon Light - Water 9031 194.93 402 00 7040 Supplies - Vehicle R&M 5731 Advance Auto Parts 6027533632563 1 Gallon Power Steering Fluid - Water 9022 8.27 403 00 7070 Other 1709 Ziebell Water Service Products Inc 231700-000 3-2" Boxes & 3 Bushings 186.90 404 00 7070 Other 4093 HDS White Cap Construction Supply 10004485376 4 Red Bricks for Sidewalk Repair/Restoration - 12/08/2015 695.96 Page 18 of 32 City of Des Plaines Warrant Register 01/04/2016 Line # Org Acco 1 IL Vendor Invoice Invoice De Amount 405 00 7070 Other 1303 HD Supply Waterworks LTD E870771 4 Couplings - Compression Fittings 248.00 406 100 7070 Other 1072 Prairie Material Sales Inc 886500451 4.0 Cu Yds Concrete Repairs - 12/07/2015 700.00 407 00 7070 Other 1072 Prairie Material Sales Inc 886503626 1.75 Cu Yds Concrete Repair Watermain Break - 12/10/2015 459.88 408 00 7070 Other 1072 Prairie Material Sales Inc 886503627 1.5 Cu Yds Concrete Repair Water Main Break - 12/10/2015 422.75 409 00 7070 Other 5455 Ace Park Ridge 151708 2 Couplings and 4 Sizes of Galvanized Nipples 38.86 410 00 7070 Other 5455 Ace Park Ridge 152288 Sledge Hammer & 2 Couplings 12.65 411 00 7070 Other 5455 Ace Park Ridge 152760 2 Galvanized Couplings & 2 Galvanized Nipples 28.39 412 00 7075 Supplies - Sewer System Maintenance 1072 Prairie Material Sales Inc 886500450 1.75 Cu Yds Concrete Repairs- 12/07/2015 259.88 413 00 7075 Supplies - Sewer System Maintenance 1072 Prairie Material Sales Inc 886509321 3.50 Cu Yds Concrete Repairs- 12/08/2015 654.75 414 00 7075 Supplies - Sewer System Maintenance 3214 Kieft Brothers Inc 215796 106 Multi -Sized Gaskets & 64 Cinder Blocks 1,397.32 415 00 7120 Gasoline 5415 Gas Depot Inc 23006 5,000 Gals Unleaded Fuel - 12/08/2015 432.18 416 00 7120 Gasoline 5415 Gas Depot Inc 23006 5,000 Gals Unleaded Fuel - 12/08/2015 648.27 417 00 7130 Diesel 5415 Gas Depot Inc 23011 3,000 Gals Diesel - 12/08/2015 432.49 418 00 7130 Diesel 5415 Gas Depot Inc 23011 3,000 Gals Diesel - 12/08/2015 288.33 419 00 7200 Other Supplies 1047 Home Depot Credit Svcs 5065858 8 AA Rechargeable Batteries 18.48 420 00 7300 Uniforms 2067 Cutler Workwear 73445 1 Pair of Safety Toe Shoes 125.96 421 00 7300 Uniforms 2067 Cutler Workwear 73444 2 Winter Jackets 188.08 422 00 7320 Equipment < $5,000 1520 Russo Power Equipment 2702892 Chainsaw & Accessories 531.97 423 00 8100 Improvements 1067 Orange Crush 2015 -C -P7 R-85-15 Contractor 2015 CIP Street & Utility Impr 10/30- 12/8/15 72,518.79 424 Total 00 - Non Departmental 102,791.71 425 Total 500 - Water/Sewer Fund 102,791.71 426 Fund: 510 -City Owned Parking Fund 427 00 4665 Parking Fees 4300 Passport Parking Incorporated 2626 Parking Fees for Nov 2015 98.79 428 00 6015 Communication Services 1027 Call One 12-15-2015 Communication Service 12/15/2015-01/14/2016 107.46 429 00 6015 Communication Services 1027 Call One 12-15-2015 Communication Service 12/15/2015-01/14/2016 538.72 430 00 6320 R&M Parking Lots 1025 Bedco Inc 093088 Repair Heater at Library Deck- 11/23/2015 345.00 431 00 6320 R&M Parking Lots 1025 Bedco Inc 093097 Repair Heater- Metro Square Deck - 11/28/2015 230.00 Page 19 of 32 Line # 432 433 00 7060 R&M Parking Lots Supplies - Parking Lots 434 Total 00 - Non Departmental City of Des Plaines Warrant Register 01/04/2016 5827SimplexGrinnell LP Invoice 81957016 2313 City Electric Supply (CES) DEP/031631 Invoice Desc Repair Sprinkler Air Compressor 11/18/2015 - Library Deck 12 Light Bulbs for Library Deck Amount 704.00 161.40 2,185.37 435 Total 510 - City Owned Parking Fund 2,185.37 436 Fund: 520 - Metra Leased Parking Fund 437 00 4665 Parking Fees 4300 Passport Parking Incorporated 2626 Parking Fees for Nov 2015 405.89 438 00 4665 Parking Fees 1165 Union Pacific Railroad Nov 2015 Parking Fees for Nov 2015 3,183.33 439 Total 00- Non Departmental 5545 3,589.22 440 Total 520 - Metra Leased Parking Fund 3,589.22 441 Fund: 600 - Risk Management Fund 442 00 5545 MICA Deductible 1061 Municipal Insurance Cooperative 016308 050119 MICA Deductible 07/18/2015 122.50 443 00 5545 MICA Deductible 1061 Municipal Insurance Cooperative Agency 016363 050116 MICA Deductible 08/16/2011 440.19 444 00 5545 MICA Deductible 1061 Municipal Insurance Cooperative Agency 016435 050118 MICA Deductible 09/03/2015 1,000.00 445 00 5545 MICA Deductible 1061 Municipal Insurance Cooperative Agency 016458 050117 MICA Deductible 11/06/2015 1,000.00 446 00 5555 Workers' Comp Expense 1657 Richard, Thomas 12/01-12/14/2015 Workers Compensation 12/01- 12/14/2015 989.12 447 00 5565 Claims Administration Fee 2243 Sedgwick CMS B1061917 Administrative Services 01/19- 04/19/2016 550.00 448 00 6195 Miscellaneous Contractual Services 5915 TRA Transportation Resource Associates Inc 2015-1396 Risk Mgmt Subscription 10/26- 11/26/2015 74.00 449 Total 00 - Non Departmental 4,175.81 450 Total 600 - Risk Management Fund 4,175.81 451 Fund: 610 - Health Benefits Fund 452 00 6195 Miscellaneous Contractual Services 5210 Employee Benefit Specialists Inc 0072731 -IN Benefits Administration Services 11/01-11/30/2015 1,257.70 453 Total 00- Non Departmental 2405 1,257.70 454 Total 610 - Health Benefits Fund 1,257.70 455 Fund: 700 - Escrow Fund 456 N/A 2405 Escrow - Casino 3772 Rivers Casino 10030116C Relocation Refund Escrow for Main/Sewer 12/17/2015 21,763.38 457 N/A 2405 Escrow - Casino 3772 Rivers Casino 10030116D Installation of Liner for Sanitary Sewer Manhole 12/17/2015 12,105.87 458 N/A 2405 Escrow - Casino 3772 Rivers Casino 10030116B Relocation Refund Escrow for Storm Sewer 12/17/2015 8,324.38 Page 20 of 32 City of Des Plaines Warrant Register 01/04/2016 Line # 459 Org N/A Account 2405 Escrow - Casino Vendor 3772 Rivers Casino Invoice 10030116A Invoice Desc Amount Refund Escrow for Fire Hydrant Extension & Water Main 12/17/2015 42,181.25 460 N/A 2430 Escrow - Police Items 1320 IL State Police Cost 01755-11/15 Background Check Services Nov 2015 Fingerprints 565.25 461 N/A 2460 Refundable Bonds 1498 Indestructo Rental Company Inc 2015-01100154 Temporary Tent Refund 12/15/2015 200.00 462 N/A 2460 Refundable Bonds 1273 Generations Health Care Netwk@Oakton Pavillion LLC 2015-07000172 Temporary Tent Refund 12/17/2015 200.00 463 N/A 2460 Refundable Bonds 3370 St Stephen Church 2015-07000286 Temporary Tent Refund 12/09/2015 200.00 464 N/A 2460 Refundable Bonds 3370 St Stephen Church EventRefund Bond Refund for Event on Public Property 12/17/2015 500.00 465 N/A 2460 Refundable Bonds 3424 AMA Dancers & Co 2015-06000316 Temporary Tent Refund 12/08/2015 200.00 466 N/A 2460 Refundable Bonds 1983 St Zachary Parish 2015-07000293 Temporary Tent Refund 12/08/2015 200.00 467 N/A 2460 Refundable Bonds 4245 Islamic Community Center 2015-08000252 Temporary Tent Refund 12/17/2015 200.00 468 N/A 2460 Refundable Bonds 4726 Bridge Community Church, The 5k Event Refund Refund Bond for Event on Public Property 12/09/2015 500.00 469 N/A 2460 Refundable Bonds 5252 St Agnes of Bohemia Parish EventRefundPP Refund Bond for Event on Public Property 12/17/2015 500.00 470 N/A 2460 Refundable Bonds 5893 J Frank Wheels Inc 2015-09000071 Temporary Tent Refund 12/08/2015 200.00 471 N/A 2460 Refundable Bonds 5900 Soleimany, Mark Dump 010 Refund for Dumpster Permit 12/11/2015 100.00 472 N/A 2464 Hydrant Deposits 1328 John Neri Construction Company Inc Refund 12/14/15 Hydrant Usage Refund 12/14/2015 1,100.00 473 N/A 2464 Hydrant Deposits 1067 Orange Crush Refund 12/14/15 Hydrant Usage Refund 12/14/2015 1,100.00 474 N/A 2486 Additional Contracts - Engineering 1086 Arrow Road Construction 2014 -E -P6 FINAL R-142-14 2014 CIP Street Resurfacing 11/15-12/22/2015 21.73 475 N/A 2486 Additional Contracts - Engineering 1402 DiNatale Construction Inc 2015-0-P6 R-70-15 Contractor -2015 CIP Concrete Imp 10/02- 12/31/2015 803.70 476 Total N/A 90,965.56 477 Total 700 - Escrow Fund 90,965.56 478 GRAND TOTAL 2,160,779.41 Page 21 of 32 City of Des Plaines Warrant Register - 01/04/2016 Manual Checks Line # Org Account Vendor Invoice Invoice Desc Amount 479 Fund: 100 - General Fund 480 00 4400 Building Permits 5896 Karl RToman 2015-01000030 Sewer Permit Refund 12/14/2015 300.00 481 Total 00 - Non Departmental December 2015 Retainer 300.00 482 20 6005 Legal Fees 3447 Holland & Knight LLP NOV 2015 RET November 2015 Retainer 18,500.00 483 20 6005 Legal Fees 3447 Holland & Knight LLP DEC2015 RET December 2015 Retainer 18,500.00 484 20 6005 Legal Fees 3447 Holland & Knight LLP 3279084 11-15 Non -Retainer IEMA and FEMA Review 3,669.00 485 20 6005 Legal Fees 3447 Holland & Knight LLP 3279101 11-15 Non -Retainer Litigation* 1,836.20 486 20 6005 Legal Fees 3447 Holland & Knight LLP 3279102 11-15 Non -Retainer Litigation* 1,287.00 487 20 6005 Legal Fees 3447 Holland & Knight LLP 3279090 11-15 Non -Retainer Litigation* 2,482.00 488 20 6005 Legal Fees 3447 Holland & Knight LLP 3279089 11-15 Reimb Casino Matters 374.00 489 20 6015 Communication Services 1010 AT&T Mobility 287025333959121 5 Communication Service 11/04- 12/03/2015 822.51 490 20 6015 Communication Services 1010 AT&T Mobility 839230867x121115 Communication Service 11/04- 12/03/2015 15.75 491 20 6015 Communication Services 1032 Comcast Cable 12/11/2015 x1141 Internet/Cable Service 12/18/2015-01/17/2016 242.55 492 20 6195 Miscellaneous Contractual Services 4272 Cosgriff, Bryan 12/07/2015 Edited Tree Lighting Event Video 12/07/2015 119.00 493 20 6195 Miscellaneous Contractual Services 4272 Cosgriff, Bryan 12/22/2015 Completed Spreadsheet for Redirects & Took Inventory 12/22/2015 76.50 494 20 6195 Miscellaneous Contractual Services 4272 Cosgriff, Bryan 12/21/2015 Phone Dir Mod Spreadsheet/Logged Redirects for Website 12/21/15 76.50 495 20 6195 Miscellaneous Contractual Services 4272 Cosgriff, Bryan 12/18/2015 Edited Council Excerpt & Worked on Website Spreadsheet 12/18/15 85.00 496 20 6195 Miscellaneous Contractual Services 4272 Cosgriff, Bryan 12/17/2015 Photoshop Work & Attended Civica Meeting 12/17/2015 93.50 497 20 6195 Miscellaneous Contractual Services 4272 Cosgriff, Bryan 12/16/2015 Edited FOIA Video and Moved Equipment 12/16/2015 68.00 498 20 6195 Miscellaneous Contractual Services 4272 Cosgriff, Bryan 12/09/2015 Edited Logo on Coyote Public Service Announcement 12/09/2015 42.50 499 20 6195 Miscellaneous Contractual Services 4272 Cosgriff, Bryan 12/15/2015 Edited Fire Dept CPR Training Video 12/15/2015 59.50 500 20 6195 Miscellaneous Contractual Services 4272 Cosgriff, Bryan 12/11/2015 Filmed CPR Training/Upload DP @ Your Service & Tree Event 12/11 93.50 501 20 6195 Miscellaneous Contractual Services 4272 Cosgriff, Bryan 12/10/2015 Exported & Edited DP @ Your Service &Tree Lighting Event 12/10 68.00 * On-going City litigation items provided separately to the City Council Page 22 of 32 City of Des Plaines Warrant Register - 01/04/2016 Manual Checks Line # 502 Org 20 Account 6195 Miscellaneous Contractual Services Vendor 4272 Cosgriff, Bryan Invoice 12/08/2015 Invoice Desc Edited Tree Lighting Event Video & Unpacked Eqpt 12/08/2015 515.53 68.00 503 20 6195 Miscellaneous Contractual Services 4272 Cosgriff, Bryan 12/04/2015 Pre -Production Meeting & Filmed Tree Lighting Event 12/04/15 161.50 504 20 6195 Miscellaneous Contractual Services 1038 Barrett, Don 12/04/2015 Filmed Tree Lighting Event 12/04/2015 68.00 505 20 6195 Miscellaneous Contractual Services 3703 Johnson, Mitchell 12/04/2015 Filmed Tree Lighting Event 12/04/2015 140.25 506 20 6195 Miscellaneous Contractual Services 4086 Cumbee, Adam 12/04/2015 Filmed Tree Lighting Event 12/04/2015 127.50 507 20 6195 Miscellaneous Contractual Services 4086 Cumbee, Adam 12/11/2015 Filmed Fire Dept CPR Training 12/11/2015 76.50 508 20 6195 Miscellaneous Contractual Services 3703 Johnson, Mitchell 12/11/2015 Produced DP @ Your Service- Business Assistance Prog 10/29-11/30 750.00 509 20 6195 Miscellaneous Contractual Services 1038 Barrett, Don 12/21/2015 Filmed City Council Meeting 12/21/2015 63.75 510 20 6195 Miscellaneous Contractual Services 4086 Cumbee, Adam 12/07/2015 Filmed City Council Meeting 12/07/2015 68.00 511 20 6195 Miscellaneous Contractual Services 1630 Ivanovic, Amanda 12/21/2015 Filmed City Council Meeting 12/21/2015 76.50 512 20 6195 Miscellaneous Contractual Services 1630 Ivanovic, Amanda 12/07/2015 Filmed City Council Meeting 12/07/2015 68.00 513 Total 20 - City Administration 50,179.01 514 40 6005 Legal Fees 3447 Holland & Knight LLP 3279094 11-15 Non -Retainer Property 515.53 517 Total 60 - Police Department 5325 63.08 5413 MABAS-Mutual Aid Box Alarm System Division 10 15 -Rept Ck Enforcement Matters 25.00 515 Total 40 - Community Development 6015 515.53 516 60 6015 Communication Services 1009 AT&T 847R18054611-15 Communication Service 11/28- 12/27/2015 63.08 517 Total 60 - Police Department 5325 63.08 518 70 5325 Training 2417 Orland Fire Protection District 10070 -Rept Replaces Lost Check 119544 for 4 Blue Card Training Fees 1,640.00 519 70 5325 Training 5413 MABAS-Mutual Aid Box Alarm System Division 10 15 -Rept Ck Replaces Stale Check 118945 for Annual Symposium 25.00 522 90 6015 Communication 1009 AT&T 630261323012-15 03/25/2015 4,816.98 520 Total 70 - Fire Department 1,665.00 521 90 6015 Communication 1533 Wide Open West 12/02/2015 x1246 Internet/Cable Service Dec 1,644.15 Services 2015 522 90 6015 Communication 1009 AT&T 630261323012-15 Communication Service 4,816.98 Services 12/04/2015-01/03/2016 Page 23 of 32 Line # Org Account 523 90 6015 Communication Services City of Des Plaines Warrant Register - 01/04/2016 Manual Checks Vendor 1533 Wide Open West Invoice Invoice Desc 12/02/15 x1245 Internet/Cable Service Dec 2015 Amount 2,010.53 524 Total 90 - Overhead 8,471.66 525 N/A 2471 Red Light Payable 4297 Des Plaines Photo Enforcement Program 170560035358069 6 Red Light Cash Payment 12/18/2015 100.00 526 N/A 2471 Red Light Payable 4297 Des Plaines Photo Enforcement 170560034629178 Red Light Cash Payment 100.00 Natural Gas Service 11/12- 12/15/2015 80.20 534 00 Program 9 12/08/2015 12/15/15 x603131 527 N/A 2471 Red Light Payable 4297 Des Plaines Photo Enforcement 170560034764392 Red Light Cash Payment 100.00 Program 4 12/15/2015 528 N/A 2471 Red Light Payable 4297 Des Plaines Photo Enforcement 170560035680512 Red Light Cash Payment 100.00 Program 6 12/10/2015 529 Total N/A 400.00 530 Total 100 - General Fund 61,594.28 531 Fund: 201- TIF #1 Downtown Fund 532 00 6005 Legal Fees 3447 Holland & Knight LLP 3279092 11-15 Non-RetainerTlF#1 Matters 808.00 533 00 7110 Natural Gas 1064 Nicor 12/15/15 x550488 Natural Gas Service 11/12- 12/15/2015 80.20 534 00 7110 Natural Gas 1064 Nicor 12/15/15 x603131 Natural Gas Service 11/12- 12/14/2015 43.28 535 Total 00 - Non Departmental 931.48 536 Total 201- TIF #1 Downtown Fund 931.48 537 Fund: 207 - TIF #7 Mannheim/Higgins South 538 00 6005 Legal Fees 3447 Holland & Knight LLP 3279091 11-15 Non-RetainerTlF#7 Matters 16,556.00 539 Total 00 - Non Departmental 16,556.00 540 Total 207 - TIF #7 Mannheim/Higgins South 16,556.00 541 Fund: 280 - Emergency Telephone System Fund 542 60 6015 Communication 1009 AT&T 847734623712-15 Communication Service 11/08- 219.32 547 Total 00 - Non Departmental Services 12/07/2015 543 Total 60 - Police Department 219.32 544 Total 280 - Emergency Telephone System Fund 219.32 545 Fund: 420 - IT Replacement Fund 546 00 6140 Leases 1068 PNC Equipment Finance LLC 5418914 Copier Lease #145924000 12/30-01/29/2016 270.00 547 Total 00 - Non Departmental 270.00 548 Total 420 - IT Replacement Fund 270.00 Page 24 of 32 City of Des Plaines Warrant Register - 01/04/2016 Manual Checks Line # 549 Org Account Vendor Invoice Invoice Desc Amount Fund: 500 - Water/Sewer Fund 550 00 7110 Natural Gas 1064 Nicor 12/18/15 x500009 Natural Gas Service 11/17- 12/18/2015 90.25 551 00 7110 Natural Gas 1064 Nicor 12/15/15 x400005 Natural Gas Service 11/13- 12/15/2015 78.26 552 00 7110 Natural Gas 1064 Nicor 12/18/15 x500005 Natural Gas Service 11/17- 12/18/2015 170.25 553 Total 00 - Non Departmental 338.76 554 Total 500 - Water/Sewer Fund 338.76 555 GRAND TOTAL 79,909.84 Page 25 of 32 City of Des Plaines Warrant Register 01/04/2016 Bank of America Credit Card Line # 556 Org Account Vendor Fund: 100 - General Invoice Invoice Desc Amou Fund 557 10 7300 Uniforms 1538 Lands' End Business Outfitters PC - 9068 5 Cardigans, 3 Jackets, 1 Vest - Clerk's Office (Less Vouchers) 141.49 558 Total 10- Elected Office ILCMA Professional Development Seminar for City Manager 11/19/15 141.49 559 20 5310 Membership Dues 4626 National Association of Social Workers - NASW PC - 9071 CSW's Annual NASW Membership Expires 11/30/2016 225.00 560 20 5320 Conferences 1485 ILCMA - IL City/County Management Assoc PC - 9085 ILCMA Professional Development Seminar for City Manager 11/19/15 25.00 561 20 5325 Training 4348 Amazon.Com PC - 9072 Mastering Vmware Book for IT Department 35.99 562 20 6100 Publication of Notices 4444 Misc Vendor for Procurement Card PC - 9148 Job Ad for Senior Clerk/Finance 10/26/2015 -10/31/2015 28.28 563 20 6108 Public Relations & Communications 5052 Executive Advertising, The PC - 9146 240 Customized Water Bottles for Public Outreach and Promotion 442.00 564 20 6535 Subsidy - Youth Commission 3650 Hilton Garden Inn -O'Hare PC - 9113 Youth Commission's YES Seminar Speaker's Hotel 11/06/15 140.12 565 20 6535 Subsidy - Youth Commission 4624 Little Caesars PC - 9156 Youth Commission's Halloween Fest 35 Pizzas 10/24/15 175.00 566 20 6535 Subsidy - Youth Commission 4624 Little Caesars PC - 9063 Youth Commission's Pizzas for Teen Night on 09/12/15 133.50 567 20 6535 Subsidy - Youth Commission 4347 Oriental Trading Co PC - 9094 Youth Commission's Craft Supplies for Santa Hoopla on 12/12/2015 131.68 568 20 6535 Subsidy - Youth Commission 4348 Amazon.Com PC - 9097 Youth Commission's Mentoring Group Craft Supplies 57.19 569 20 7200 Other Supplies 2487 Moore Medical LLC PC - 9140 Cholesterol Testing Supplies (2) Cassettes 166.23 570 20 7200 Other Supplies 2487 Moore Medical LLC PC - 9103 Cholesterol Supplies (1) Package of Lancets 68.68 571 20 7200 Other Supplies 4633 Walgreens PC - 9086 Bottles Water for On -Site Media Services Crew 11/16/2015 11.96 572 20 7310 Publications 4351 Crain's Chicago Business PC - 9127 Subscription Renewal 09/01/2015-08/31/2016 - City Manager 99.00 573 20 7320 Equipment <$5,000 1057 Menards Incorporated PC - 9080 Casters, Nuts and Bolts for Second Floor Network Rack 38.23 574 20 7320 Equipment < $5,000 4348 Amazon.Com PC - 9088 1 Foot Cat5e Ethernet Patch Cable for City Wide Use 26.98 575 20 7320 Equipment < $5,000 4348 Amazon.Com PC - 9069 iPhone 6 Car Charger for Fire Department 9.99 576 20 7320 Equipment <$5,000 4348 Amazon.Com PC - 9132 Cisco Unified IP Phone 7960 for City Wide Use 165.00 Page 26 of 32 City of Des Plaines Warrant Register 01/04/2016 Bank of America Credit Card Line # 577 Org 20 Account 7320 Equipment < $5,000 Vendor 4348 Amazon.Com Invoice Invoice Desc Amount PC - 9145 USB 2.0 A To Left Angle B Cable for City Wide Use 29.94 578 20 7320 Equipment < $5,000 4348 Amazon.Com PC - 9110 6 Foot Cat5e Ethernet Patch Cable for City Wide Use 91.96 579 20 7320 Equipment < $5,000 4348 Amazon.Com PC - 9111 5 Foot Cat5e Ethernet Patch Cable for City Wide Use 195.96 580 20 7320 Equipment < $5,000 4348 Amazon.Com PC - 9112 USB 2.0 Serial Converter Cable for EOC 9.99 581 20 7320 Equipment < $5,000 4348 Amazon.Com PC - 9124 Cable Wrap Braided Sleeving for IT Department 13.75 582 20 7320 Equipment < $5,000 4348 Amazon.Com PC - 9125 2 Foot Cat5e Ethernet Patch Cable for City Wide Use 109.99 583 20 7320 Equipment < $5,000 4348 Amazon.Com PC - 9126 1 Foot Cat5e Ethernet Patch Cable for City Wide Use 97.98 584 20 7320 Equipment <$5,000 4348 Amazon.Com PC - 9121 Panduit Cable Bundle Organizing Tool for IT Department 56.39 585 20 7320 Equipment <$5,000 5897 Newegg Inc PC - 9131 Cisco Unified IP Phone 7960 for City Wide Use 441.96 586 20 7550 Miscellaneous Expenses 5096 iStock PC - 9077 Photo Subscription -Dec 2015 Newsletter & 2016 Calendar 40.00 587 20 7550 Miscellaneous Expenses 5758 Mars Retail Group PC - 9117 Customized M&Ms for Public Outreach and Promotion 5 LB. Bag 154.98 588 Total 20 - City Administration 3,222.73 589 30 5310 Membership Dues 5223 NIGP Nat'l Inst of Governmental Purchasing Inc PC - 9081 NIGP Membership Renewal 12/01/2015-11/30/2016 - Finance Analyst 190.00 590 30 5310 Membership Dues 5895 Illinois CPA Society PC - 9102 Membership Dues 06/01/2015- 05/31/2016 -Asst Finance Dir 173.00 591 30 5325 Training 1440 IGFOA IL Government Finance Officers Assoc PC - 9108 IGFOA Workers Comp/Payroll Seminar 11/19/2015 -Asst Finance Dir 95.00 592 Total 30 -Finance 458.00 593 40 5310 Membership Dues 2489 American Planning Association PC -9084 APA Membership for EDC Coordinator 4/1/15-3/31/16 74.00 594 40 5320 Conferences 5058 Bisnow LLC PC - 9155 Hospitality Boom Chicago Hotel and Investment Conf 10/29/2015 69.00 595 40 5335 Travel Expenses 4345 Metra Ogilvie QPS PC - 9079 Transportation for Dir of CED to IL Economic Assoc 11/18/2015 11.00 596 Total 40 - Community Development 154.00 597 50 5310 Membership Dues 5172 Association of State Floodplain PC - 9065 Civil Engr-Floodplain Manager 50.00 Managers -ASFPM, The Membership 02/01/2016- 1/31/2018 Page 27 of 32 City of Des Plaines Warrant Register 01/04/2016 Bank of America Credit Card Line # 598 Org 50 Account 5310 Membership Dues Vendor 5172 Association of State Floodplain Managers - ASFPM, The Invoice Invoice Desc Amount PC -9066 Floodplain Mgr Membership Renewal 2/1/16 -1/31/18 -Dir PW/ENG 50.001 599 50 5310 Membership Dues 5087 American Society of Civil Engineers PC - 9128 Membership Renewal 01/01- 12/31/2016 -Dir of PW/ENG 255.00 600 50 5325 Training 4444 Misc Vendor for Procurement Card PC - 9107 IL Class C Oper Class Undergrnd Fuel Storage -Mechanic 11/09/15 12.95 601 50 6115 Licensing/Titles 2493 IL Dept of Financial & Professional Regulation PC - 9122 Engineer License Renewal 12/01/2015-11/30/2017 61.50 602 50 6115 Licensing/Titles 2493 IL Dept of Financial & Professional Regulation PC - 9123 Engineer License Renewal 12/01/2015-11/30/2017 61.50 603 50 6115 Licensing/Titles 2493 IL Dept of Financial & Professional Regulation PC - 9142 Engineer License Renewal 12/01/2015-11/30/2017 61.50 604 50 6115 Licensing/Titles 2493 IL Dept of Financial & Professional Regulation PC - 9105 Engineer License Renewal 12/01/2015-11/30/2017 61.50 605 50 7030 Supplies - Tools & Hardware 4348 Amazon.Com PC - 9096 Electric Stapler 89.97 606 50 7110 Natural Gas 4315 Chicago GTI/Clean Energy PC - 9099 Natural Gasoline 11/09/2015 12.77 607 50 7110 Natural Gas 4315 Chicago GTI/Clean Energy PC - 9136 Natural Gasoline 11/02/2015 13.30 608 50 7110 Natural Gas 4315 Chicago GTI/Clean Energy PC - 9075 Natural Gasoline 11/18/2015 12.92 609 Total 50- Public Works & Engineering 742.91 610 60 6135 Rentals - Other 5856 Payless Car Rental PC - 9130 Credit for Car Rental in Oct 2015 / Refer to invoice PC - 8801 (188.07) 611 60 6195 Miscellaneous Contractual Services 5890 Rentacrate LLC PC - 9076 Container Rental for Police Records Move 12/4- 12/14/2015 195.00 612 60 7010 Supplies - Community Relations 5730 Drop Zone Portable Services Inc PC - 9151 2 Port -A -Potties for National Night Out 8/4/2015 325.00 613 60 7015 Supplies - Police Range 1047 Home Depot Credit Svcs PC - 9153 Disposable Foam Earplugs for Range 156.74 614 60 7015 Supplies - Police Range 1047 Home Depot Credit Svcs PC - 9095 3 Boxes of 3 Volt Batteries 67.17 615 60 7310 Publications 5462 Progressive Business Publications PC - 9152 Public Employment Law Report and Desk Encyclopedia 124.95 616 60 7320 Equipment < $5,000 5891 Vang Comp Systems Inc PC - 9092 2 Shotgun Standoff Devices 235.00 617 Total 60- Police Department 915.79 618 65 7320 Equipment < $5,000 1047 Home Depot Credit Svcs PC - 9074 1 Vacuum Cleaner - Emergency 147.91 Operations Center 619 65 7550 Miscellaneous 2412 Giuseppe's La Cantina PC - 9150 Food For Volunteers Oct 31 141.36 Expenses Halloween Patrol 620 65 7550 Miscellaneous 3356 Rand Red Hots LLC PC - 9149 Food For Volunteers Oct 31 21.90 Expenses Halloween Patrol 621 Total 65 - Emergency Management Agency 311.17 Page 28 of 32 City of Des Plaines Warrant Register 01/04/2016 Bank of America Credit Card Line # Org Account Vendor 3296 ISFSI- Intl Society of Fire Service Instructors Invoice PC - 9067 Invoice Desc Membership Renewal -Div Chief 11/30/2015-11/30/2016 Amount 125.00 622 70 5310 Membership Dues 623 70 5325 Training 1551 IL Fire Inspectors Assoc PC -9139 Kitchen Suppression Systems Class -Div Chief 11/20/2015 50.00 624 70 5325 Training 1551 IL Fire Inspectors Assoc PC -9087 Kitchen Suppression Systems Class -Part -Time Inspector 11/20/2015 25.00 625 70 5325 Training 1239 Public Agency Training Council Inc PC -9064 Cell Phone Technology Class- Part -Time Inspector 11/23- 11/24/2015 295.00 626 70 5325 Training 2419 FireCompanies.com PC - 9147 Websites Domain Name Registration 11/01/2015- 01/31/2016 20.00 627 70 5325 Training 5577 Hilton Garden Inn - Champaign PC - 9090 Hotel -Fire Ground Command Officer Class -1 Lieutenant 11/08-11/13 687.75 628 70 5325 Training 5577 Hilton Garden Inn - Champaign PC - 9091 Hotel -Fire Ground Company Officer Class -1 Lieutenant 11/08-11/13 687.75 629 70 6110 Printing Services 5889 Groupon Inc PC - 9114 125th Anniversary Project -4 Pictures -All Stations 72.00 630 70 6110 Printing Services 5889 Groupon Inc PC - 9115 125th Anniversary Project -8 Pictures -All Stations 144.00 631 70 6110 Printing Services 5889 Groupon Inc PC - 9116 125th Anniversary Project -8 Pictures -All Stations 144.00 632 70 6110 Printing Services 5889 Groupon Inc PC - 9118 125th Anniversary Project -4 Pictures -All Stations 72.00 633 70 6110 Printing Services 5889 Groupon Inc PC - 9119 125th Anniversary Project -4 Pictures -All Stations 72.00 634 70 6110 Printing Services 5889 Groupon Inc PC - 9120 125th Anniversary Project -4 Pictures -All Stations 72.00 635 70 6110 Printing Services 5889 Groupon Inc PC - 9129 125th Anniversary Project -4 Pictures -All Stations 72.00 636 70 6110 Printing Services 2016 Signarama PC - 9137 Refund for Overcharge of Laminating Service 11/03/2015 (40.00) 637 70 6110 Printing Services 2016 Signarama PC - 9154 Laminating 30 Double -Sided Wall Maps 300.00 638 70 7035 Supplies - Equipment R&M 5861 Blick Art Materials LLC PC - 9093 Materials for Statue at Station 63 157.28 639 70 7200 Other Supplies 1018 Anderson Lock Company LTD PC - 9133 Locks for MCI Training 11/04/2015 23.04 640 70 7200 Other Supplies 1047 Home Depot Credit Svcs PC - 9141 Totes for Temporary Move of Station 62 to Rosemont 215.46 641 70 7300 Uniforms 1538 Lands' End Business Outfitters PC - 9138 15 Administrative Shirts 132.63 642 70 7320 Equipment < $5,000 4348 Amazon.Com PC - 9089 2 Inch Side Entry Cable Wrap Braided Sleeving for IT Department 108.99 643 70 7500 Postage & Parcel 4360 Paypal PC - 9070 Shipping for 125th Anniversary Picture Project 19.95 Page 29 of 32 City of Des Plaines Warrant Register 01/04/2016 Bank of America Credit Card Line # 644 Org 70 Account 7550 Miscellaneous Expenses Vendor 4444 Misc Vendor for Procurement Card Invoice Invoice Desc Amount PC - 9098 Lunch for UST Survival Dive Class 11/10/2015 38.98 645 70 7550 Miscellaneous Expenses 4444 Misc Vendor for Procurement Card PC - 9135 Lunch for UST Survival Dive Class 11/03/2015 35.99 646 70 7550 Miscellaneous Expenses 5888 Jimmy Johns Gourmet Sandwiches PC - 9143 Lunch for UST Survival Dive Class 11/02/2015 94.46 647 70 7550 Miscellaneous Expenses 5222 Joe Caputo & Sons Inc PC - 9109 Lunch for UST Survival Dive Training Class 11/09/2015 45.48 648 70 7550 Miscellaneous Expenses 2362 Kmart PC - 9134 Supplies for Temporary Relocation of Station 62 90.01 649 Total 70- Fire Department 3,760.77 650 Total 100 - General Fund 9,706.86 651 Fund: 250 - Grant Projects Fund 652 00 6195 Miscellaneous Contractual Services 5846 Club Casa Cafe PC - 9100 Meals for Tobacco Sting Participants (Tobacco Grant) 11/10/2015 53.15 653 Total 00 - Non Departmental 6115 53.15 654 Total 250 - Grant Projects Fund 53.15 655 Fund: 400 - Capital Projects Fund 656 00 5335 Travel Expenses 4444 Misc Vendor for Procurement Card PC - 9083 CAV Meeting Parking Fee 11/17/2015 26.00 657 00 6115 Licensing/Titles 2493 IL Dept of Financial & Professional Regulation PC - 9144 Engineer License Renewal - 12/01/2015-11/30/2017 61.50 658 Total 00 - Non Departmental 87.50 659 Total 400 - Capital Projects Fund 87.50 660 Fund: 420- IT Replacement Fund 661 00 8000 Computer Software 5898 CrushFTP.Com PC - 9078 File Transfer Protocol (FTP) Application for City Wide Use 1,000.00 662 Total 00 - Non Departmental 1,000.00 663 Total 420 - IT Replacement Fund 1,000.00 664 Fund: 500 - Water/Sewer Fund 665 00 7040 Supplies - Vehicle R&M 5877 Utilimaster Corporation PC - 9104 Door Latches, Handles and Cylinders for Truck 267/9024 289.65 666 Total 00- Non Departmental 289.65 667 Total 500 - Water/Sewer Fund 289.65 Page 30 of 32 Invoice Invoice Desc Amount Line# Org Account City of Des Plaines Warrant Register 01/04/2016 Bank of America Credit Card Vendor 668 Fund: 700 - Escrow Fund 669 N/A 2400 Escrow 2337 Shop & Save Market PC - 9082 Supplies for Temporary Relocation of Station 62 - Reimbursed 29.32 670 N/A 2400 Escrow 5689 Expedia PC - 9061 Bank of America Error 691.00 671 N/A 2400 Escrow 5689 Expedia PC - 9062 Bank of America Error (691.00) 672 N/A 2400 Escrow 5895 Illinois CPA Society PC - 9101 Reimbursed by Member for Personal Contribution 5.00 673 N/A 2493 Escrow Projects 4633 Walgreens PC - 9106 12/04/2015 Holiday Lighting Ceremony Candy Canes and Decorations 59.94 674 N/A 2493 Escrow Projects 4639 Google PC - 9073 2015 Restaurant Week Ad 10/16/2015-10/25/2015 195.38 675 Total N/A 289.64 676 Total 700 - Escrow Fund 289.64 677 GRAND TOTAL 11,426.80 Page 31 of 32 City of Des Plaines Warrant Register 01/04/2016 Summary Automated Accounts Payable Manual Checks Payroll RHS Payout Electronic Transfer Activity: Bank of America Credit Card Chicago Water Bill ACH Postage Meter Direct Debits Utility Billing Refunds First Merit Bank Fees IMRF Payments Debt Service Employee Medical/Dental Trust Total Cash Disbursements: Amount 2,160,779.41 79,909.84 1,211,377.57 $ 11,426.80 $ 721,384.88 $ 6,325.91 $ 3,200.83 $ 116.30 $ $ $ 668,996.64 $ 4,863,518.18 * Multiple transfers processed on and/or before date shown ** See attached report ** ** Transfer Date 1/4/2016 12/23/2015 12/24/2015 12/20/2015 12/31/2015 12/22/2015 12/22/2015 12/15/2015 1/2/2016 Adopted by the City Council of Des Plaines This Fourth Day of January 2016 Ayes _ Nays Absent Gloria J. Ludwig, City Clerk Matthew J. Bogusz, Mayor Page 32 of 32 4DES PLAINES COMMITTEE OF THE WHOLE #2a. FIRE DEPARTMENT 405 S. River Road Des Plaines, IL60016 P: 847.391.5333 desplaines.org MEMORANDUM Date: December 15, 2015 To: Michael Bartholomew, City Manager From: Alan Wax, Fire Chief G{ Subject: Updates of Automatic Aid Agreements Issue: The Fire Department has automatic aid agreements in place with the North Maine Fire Protection District, Park Ridge Fire Department, Rosemont Department of Public Safety, Elk Grove Village Fire Department, and Mount Prospect Fire Department. Some of these date back to the late 1980s or early 1990s. They are outdated, often include specific response areas and vehicles that have long since been modified, and are in general need of updating. Analysis: Fire Department mutual aid involves calling for help when an incident is too big for one department to handle alone, or when multiple simultaneous incidents cause a department to need assistance. This is implemented by special request or by activation of the systems established by the Mutual Aid Box Alarm System (MABAS). Mutual aid occurs as needed based on situations encountered. Automatic aid, by contrast, involves agreements for initial -call responses by neighboring fire departments based on proximity to any given incident. It is reflective of a regional approach to emergency response, and involves closest -unit response regardless of municipal or fire district borders. The Fire Department's automatic aid agreements with its neighbors have not been updated in many years. Several of the agreements provide for specific vehicles to respond to specific areas within neighboring jurisdictions, however, through the years, the specific areas and vehicles have changed as responses have been modified — with no associated updates made to the agreements. The Fire Department seeks to update the automatic aid agreements to be more modem from a legal perspective, but also to provide that units due and response areas of those units will be as developed in each fire department's response and deployment policies or plans, which may be modified from time -to -time. Amendments by any agency receiving aid will not be implemented unless the agency providing aid is notified and agrees in writing. Recommendation: I recommend approval of the proposed automatic aid agreement. Instead of bringing each identical agreement to the Council for approval as each automatic aid partner agrees to the update, the Fire Department seeks approval to update the agreements with the North Maine, Park Ridge, Rosemont, Elk Grove Village, and Mount Prospect Fire Departments/Districts using the proposed form, and will then seek implementation of the approved form with each automatic aid partner. If there are any new automatic aid agreements with other fire departments contemplated in the future, such will be brought to the City Council individually. These agreements have no budget implications that need to be considered. Attachments: Resolution R-12-16 with proposed agreement Page 1 of 5 CITY OF DES PLAINES RESOLUTION R - 12 - 16 A RESOLUTION APPROVING AUTOMATIC AID RENEWAL AGREEMENTS BETWEEN THE CITY OF DES PLAINES AND THE NORTH MAINE FIRE PROTECTION DISTRICT, CITY OF PARK RIDGE, VILLAGE OF ROSEMENT, ELK GROVE VILLAGE, AND VILLAGE OF MOUNT PROSPECT. WHEREAS, Article VII, Section 10 of the 1970 Illinois Constitution and the Illinois Intergovernmental Cooperation Act, 5 ILCS 220/1, et seq., authorize and encourage intergovernmental cooperation; and WHEREAS, the City is an Illinois home -rule municipal corporation authorized to exercise any power or perform any function pertaining to its government and affairs; and WHEREAS, the City and neighboring municipalities and fire protection districts use a regional emergency response system that allows the department or district with a unit nearest to the emergency to respond regardless of municipal or district boundaries ("Automatic Aid"); and WHEREAS, the City has entered into Automatic Aid agreements ("Automatic Aid Agreements") with the North Maine Fire Protection District, the City of Park Ridge, the Village of Rosemont, Elk Grove Village, and the Village of Mount Prospect (collectively, the "Parties") WHEREAS, pursuant to the Automatic Aid Agreements, each of the Parties provides necessary Automatic Aid in the event of a qualifying emergency; and WHEREAS, the City desires to update and clarify the Automatic Aid Agreements by entering into Automatic Aid Renewal Agreements ("Renewal Agreements") with each of the Parties; and WHEREAS, the City Council has determined that is in the best interest of the City to enter into the Renewal Agreements with the Parties; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Des Plaines, Cook County, Illinois, in the exercise of its home rule powers, as follows: SECTION 1: RECITALS. The foregoing recitals are incorporated into, and made a part of, this Resolution as findings of the City Council. SECTION 2: APPROVAL OF RENEWAL AGREEMENTS. The City Council hereby approves the Renewal Agreements in substantially the form attached to this Resolution as Exhibit A, and in a final form to be approved by the General Counsel. 1 Resolution Page 2 of 5 SECTION 3: EXECUTION OF RENEWAL AGREEMENTS. The City Manager and City Clerk are hereby authorized and directed to execute and seal, on behalf of the City, the final Renewal Agreements with each of the Parties. SECTION 4: EFFECTIVE DATE. This Resolution shall be in full force and effect from and after its passage and approval according to law. PASSED this day of , 2016. APPROVED this day of , 2016. VOTE: AYES NAYS ABSENT MAYOR ATTEST: Approved as to form: CITY CLERK Peter M. Friedman, General Counsel DP -Resolution Approving Automatic Mutual Aid Agreements with Various Fire Departments #38138433_v1 2 Resolution Page 3 of 5 EXHIBIT A RENEWAL AGREEMENT FORM AUTOMATIC FIRE DEPARTMENT MUTUAL AID AGREEMENT BETWEEN THE , ILLINOIS AND THE CITY OF DES PLAINES, ILLINOIS In accordance with 65 ILCS 5/11-6-1 of the Illinois Compiled Statutes, which empowers municipalities [and fire protection districts] to enter into "Mutual Aid Agreements," and in accordance with the Mutual Aid Box Alarm System (MABAS) Agreement entered into by the and the City of Des Plaines in and renewed in and , the and the City of Des Plaines (collectively, the "Agencies") agree to provide automatic mutual aid to each other on structural fire alarms and other emergency responses as follows: A. GENERAL CONDITIONS 1. The Agency responding on an automatic mutual aid response to the other Agency with Fire and Emergency Medical Services ("EMS") equipment shall strive to staff a minimum of (a) three fire department personnel per engine or truck, and (b) two fire department personnel per ambulance or squad. 2. Although additional aid units may be requested, and may respond, only one fire suppression, rescue, or EMS unit from the Agency providing aid shall be required to respond at any one time under this Agreement. In the event that the unit due is unavailable (e.g., out of service, committed to another call), no backup or alternate unit from the Agency providing aid shall be required to respond. 3. At all times, the Agency in whose jurisdiction the emergency exists will be in charge of, and responsible for, operations at the emergency scene. If the Agency providing aid is the first on the scene, the company officer or person -in -charge of that unit shall exercise his/her discretion as to the appropriate action to be taken. Upon the arrival of the first fire officer from the Agency having jurisdiction, command of the emergency scene shall be transferred in a smooth and efficient manner to that officer. Principles of the National Incident Management System (NIMS) and standard practices for Incident Command shall be utilized. 4. Each Agency shall be responsible for providing a communications system that allows for the immediate dispatching of all units due to respond from the assisting Agency, as well as apparatus -to -apparatus and company -to -Command communications during all incidents. 5. Each Agency agrees to participate in training sessions between the Agencies. 6. Each Agency agrees that the general provisions of the MABAS Agreement apply to this Agreement, except as modified by this Agreement. 7. Each Agency shall bear its own costs and expenses arising from, and out of, services under this Agreement. Injuries to, or death of, personnel and/or damages to equipment shall be Resolution Exhibit A - Auto Aid Renewal Agreement Page 4 of 5 treated as if such injuries, death, or damage occurred within the jurisdiction of the Agency whose personnel or equipment are involved in such injuries, death or damage. 8. Each Agency agrees to waive all claims against the other for compensation for any loss, damage, personal injury, or death occurring as a result of performance pursuant to this Agreement. General liability insurance, personal injury insurance, and property/vehicle insurance shall be the responsibility of each individual Agency. B. RESPONSES 1. Each Agency shall respond to the other pursuant to established and documented running orders, deployment plans, or run cards of the respective agencies, which running orders, deployment plans, or run cards may be modified from time -to -time; provided, however, that any such modification with respect to the provision of aid from the other Agency must be mutually agreed upon, in writing and in advance, by both Agencies. C. GOVERNING LAW AND SEVERABILITY 1. This Agreement shall be governed, interpreted, and construed in accordance with the laws of the State of Illinois. 2. If any provision of this Agreement is held invalid by a court of competent jurisdiction, such provision shall be stricken and shall not affect any other provision of this Agreement. D. TERMINATION OF AGREEMENT Either Agency may terminate this agreement by notifying the Fire Chief of the other Agency, in writing, 60 days prior to the termination date. E. TERM OF AGREEMENT This agreement shall be effective as of at hours and shall continue in full force until terminated by either Agency in accordance with Section D, above. [INSERT AGENCY] CITY OF DES PLAINES Michael Bartholomew, City Manager Fire Chief Alan Wax, Fire Chief Resolution Exhibit A - Auto Aid Renewal Agreement Page 5 of 5 ODEsPLINES COMMITTEE OF THE WHOLE #2b. FIRE DEPARTMENT 405 S. River Road Des Plaines, IL 60016 P: 847.391.5333 desplaines.org Date: December 15, 2015 To: Michael Bartholomew, City Manager From: Alan Wax, Fire Chief a0 Subject: Application for a FIRE Act Grant for Self -Contained Breathing Apparatus Issue: The Des Plaines Fire Department ("Department") has identified an opportunity to apply for grant funds for critical and costly equipment replacement, and seeks the City Council's authorization to apply for grant funding for the purchase. Analysis: One of the most critical pieces of equipment used by firefighters to provide service is the Self - Contained Breathing Apparatus (SCBA). SCBA are the air tanks and masks that firefighters are required to wear that allow them to enter smoke-, heat-, and flame -filled atmospheres safely. Instead of breathing dangerous atmospheres, SCBA allows a firefighter to breathe fresh air that is compressed into a bottle and carried into the dangerous atmosphere, thus allowing for longer work times when rescuing victims, extinguishing fires, and mitigating hazards. Each SCBA unit consists of an air tank, a backpack with straps and harness, a regulator to control the airflow, and a face piece that shields the wearer from the hazards and provides fresh air from the tank. For continuity of use and training, and interchanging of equipment, the Department's entire SCBA system (all tanks, backpacks, regulators, and masks) must be replaced at the same time. The expected service life for SCBA equipment is fifteen (15) years, and the current equipment is scheduled for replacement from the Equipment Replacement Fund (ERF) in 2017. The anticipated 2017 cost is over $400,000. This expense will need to be made in 2017. Each year, the Federal Emergency Management Agency (FEMA) provides grant funding to fire departments for equipment under the Assistance to Firefighters Grant Program (FIRE Act Grants). This year, the grant program was opened on December 7th, and closes on January 16th of 2016. Included in the grant announcement was that one of the priorities for funding in the current grant period is for the upgrading of SCBA equipment — particularly SCBA equipment that is more than two code -versions behind. The Des Plaines Fire Department's SCBA is, in fact, three code -versions, and, in some cases, four code -versions behind regarding its ability to meet Chemical, Biological, Radiological, and Nuclear (CBRN) resistance standards. The Department recognizes that it would be advantageous and fiscally responsible to seek grant funding for this purchase in 2016, when SCBA is a priority grant item, in order to avoid the very large expense in 2017. With a total project cost of $400,000, the 20% local match would be $80,000. While such purchase was not included in the 2016 proposed budget because, at the time of budget preparation, the FIRE Act Grant priorities were not known and the purchase was not anticipated to be made until the SCBA replacement date of 2017, Page l of 4 Assistant City Manager/Finance Director Wisniewski has determined that, should the grant be awarded, there are enough current ERF dollars to support this 20% local match, thus avoiding the larger ERF expenditure for the entire purchase in 2017. Because Des Plaines previously rejected an awarded grant due to a determination not to fund the local match, it is believed that a confirmation of the local match and grant acceptance, should the grant be awarded this time, would be helpful in evaluation of the grant application by FEMA. Recommendation: I recommend that the City Council approve the resolution confirming the Department's submittal for the FIRE Act Grant and indicating that the City agrees to fund the 20% local match if a grant is, in fact, awarded by FEMA for the SCBA. Attachment: Resolution R-13-16 Page 2 of 4 CITY OF DES PLAINES RESOLUTION R - 13 - 16 A RESOLUTION AUTHORIZING AN APPLICATION FOR A GRANT AND PLEDGING $80,000 IN CITY FUNDS FOR THE PURCHASE OF BREATHING APPARATUS EQUIPMENT. WHEREAS, Article VII, Section 10, of the 1970 Illinois Constitution authorizes the City to contract with individuals, associations and corporations, in any manner not prohibited by law or ordinance; and WHEREAS, Article VII, Section 10 of the 1970 Illinois Constitution and the Illinois Intergovernmental Cooperation Act, 5 ILCS 220/1, et seq., authorize and encourage intergovernmental cooperation; and WHEREAS, the Federal Emergency Management Agency ("FEMA") issues grants through the Assistance to Firefighters Grant Program ("AFGP"); and WHEREAS, AFGP grants may be used to fund 80 percent of the cost of purchasing self-contained breathing apparatus equipment ("SCBA Equipment") for firefighters; and WHEREAS, the City Fire Department has identified a critical need to replace its SCBA Equipment at a cost of approximately $400,000 ("Replacement Cost"); and WHEREAS, the City desires to apply for an AFGP grant to pay for 80 percent, or approximately $320,000, of the Replacement Cost; and WHEREAS, if the AFGP grant were awarded to the City, the City would be responsible for 20 percent, or approximately $80,000, of the Replacement Cost; and WHEREAS, the City Council has determined that it is in the best interest of the City to: (i) apply for an AFGP grant for the purchase of the SCBA Equipment; and (ii) pledge $80,000 in City funds for the purchase of the SCBA Equipment if FEMA awards the AFGP grant to the City; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Des Plaines, Cook County, Illinois, in the exercise of its home rule powers, as follows: SECTION 1: RECITALS. The foregoing recitals are incorporated into, and made a part of, this Resolution as findings of the City Council. SECTION 2: AUTHORIZATION OF AFGP GRANT APPLICATION. The City Council hereby authorizes the filing of an application, and all necessary documentation related thereto, for an AFGP Grant for the purchase of the SCBA Equipment. Resolution Page 3 of 4 SECTION 3: PLEDGE OF CITY FUNDING. The City Council hereby pledges to provide $80,000 in City funds for the purchase of the SCBA Equipment if FEMA awards the AFGP grant to the City for the purchase of the SCBA Equipment. SECTION 4: EFFECTIVE DATE. This Resolution shall be in full force and effect from and after its passage and approval according to law. PASSED this day of , 2016. APPROVED this day of , 2016. VOTE: AYES NAYS ABSENT MAYOR ATTEST: Approved as to form: CITY CLERK Peter M. Friedman, General Counsel DP -Resolution Authorizing Grant Application for Purchase of Breathing Apparatus Equipment #38138397_1/2 Resolution Page 4 of 4 ODEsPLINES COMMITTEE OF THE WHOLE #2c. FIRE DEPARTMENT 405 S. River Road Des Plaines, IL 60016 P: 847.391.5333 desplaines.org 1 MEMORA Date: December 15, 2015 To: Michael Bartholomew, City Manager From: Alan Wax, Fire Chief a G ) Subject: Approval of Uniform Purchases to Initiate a Quartermaster System in the Fire Depai 'lent from On Time Embroidery, Inc. Issue: The Fire Department seeks to implement a quartermaster system of uniform provision in place of the previous uniform allowance. To do this, the Department seeks to purchase a starting issue of uniform items per employee under the program. Analysis: Pursuant to Union Contracts, the Fire Department has operated under a uniform allowance program since as far back as the early 1970's, and possibly earlier. Under this program, each year, each employee is given a cash amount for the purchase of uniforms throughout the year. In recent years, the amount has been $700 per firefighter and $750 per officer, pre-tax. Each member is expected to have serviceable uniforms, and may be ordered to purchase new uniforms if deficiencies are identified. However, until recently, the actual dollar amount spent for purchasing uniforms was not tracked. In 2012, after years of continuous and frustrating problems with multiple uniform vendors, the Department began to use a new vendor that provided excellent service at low prices. Uniform orders were timely and accurate. Most beneficially, the vendor provided a web -based system to allow ordering, tracking, approvals, and departmental management of the uniform procurement process, as well as readily accessible records - keeping and statistic -gathering. Through this vendor, the following information was derived: 2013 2014 2015 Uniform Allowances Paid to Employees: $62,100 $62,100 $64,950 Spent by Employees on Uniforms From the Vendor: $27,786 $17,278 $23,858 Recognizing the potential for considerably less spending on uniforms by implementing a quartermaster system, where dollars are expended only when specific uniform items need replacing, the provision to allow a quartermaster system was negotiated into the Firefighters' Union contract. The Department seeks to implement that quartermaster system at the start of 2016, using the current vendor, On Time Embroidery, Inc. of Elk Grove Village, in order to realize dozens of thousands of dollars in savings to the City per year. There is no other vendor with the robust web -based system that allows for individualized accounts per employee, on-line approval by the quartermaster, department management of the process, and detailed reporting — thus, this can be considered a "Special Requirements Purchase" under the City's purchasing policy, which does not require sealed bidding. Because the system is web -based, On Time Embroidery does not have a "showroom" and its associated overhead, and thus its prices are low. To confirm Page l of 4 such, the Department compared prices to other area uniform vendors for uniforms to be issued to start the quartermaster system, and found the following: 3 Polo Shirts: 3 T -Shirts: 1 Job Shirt: Prices for Starting Issue of Uniforms Under the Quartermaster System On Time Embroidery Chicago Uniform VCG $126.00 $152.25 $146.85 $27.00 $46.50 $32.85 $65.00 $70.00 $73.95 Total: $218.00 $268.75 $253.65 Additionally, On Time Embroidery's accuracy rate on orders and billing far exceeds anything the Department has experienced with several other vendors through the years. To implement the quartermaster system, to upgrade some of the clothing items issued in order to improve "wearability," and to assure only the issued clothing gets replaced going forward, the Department plans to transition to the quartermaster program at the start of 2016 by providing each member with a "starting allotment" of uniforms. In the future, only the items issued under the program may be replaced. The expenditure to start the quartermaster system as described is $27,610 (compared with $56,157 that would be paid in uniform allowances if the quartermaster system were not starting). In future years, the expenditure is expected to be even less. Recommendation: I recommend approval of the Resolution which authorizes the purchases from On Time Embroidery for the starting allotment of uniform items under the quartermaster system for a price of $27,610. Attachment: Resolution R-9-16 Page 2 of 4 CITY OF DES PLAINES RESOLUTION R - 9 - 16 A RESOLUTION AUTHORIZING THE PURCHASE OF FIRE DEPARTMENT UNIFORMS FROM ON TIME EMBROIDERY, INC. WHEREAS, Article VII, Section 10 of the 1970 Illinois Constitution authorizes the City to contract with individuals, associations, and corporations in any manner not prohibited by law or ordinance; and WHEREAS, the City's Fire Department desires to purchase uniforms for use by Fire Department personnel ("Uniforms") through a "Quartermaster System," under which the City will purchase uniforms from a designated vendor, provide them to Fire Department personnel, and, subject to approval by a Fire Department quartermaster, allow personnel to replace uniforms in the future through a web -based City account established with the designated vendor; and WHEREAS, the Fire Department has researched uniform vendors and has determined that only On Time Embroidery, Inc. ("Vendor"), has established and maintains a web -based purchasing system that supports the Quartermaster system by allowing: (i) each Fire Department employee to establish an online account for the purpose of purchasing Uniforms; (ii) the Fire Department quartermaster to review and approve orders placed by employees; and (iii) the generation of detailed reports regarding purchases and expenditures; and WHEREAS, the City sought competitive quotes from qualified vendors for the purchase of the Uniforms, and Vendor submitted the low -price quote; and WHEREAS, pursuant to Chapter 10 of Title 1 of the City Code and the City's purchasing policy, the City has determined that the purchase of Uniforms from Vendor is a special requirements purchase and therefore does not require competitive bidding because only Vendor can provide the Uniforms within the special parameters required by the City for, and the overall plan for procurement through, the Quartermaster System, which will achieve improved public service and long-term operational efficiencies for the City; and WHEREAS, the City desires to begin implementation of the Quartermaster System by purchasing Uniforms from Vendor in an amount not to exceed $27,610; and WHEREAS, the City Council has determined that it is in the best interest of the City to purchase Uniforms from the Vendor in an amount not to exceed $27,610; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Des Plaines, Cook County, Illinois, in the exercise of its home rule powers, as follows: SECTION 1: RECITALS. The foregoing recitals are incorporated into, and made a part of, this Resolution as findings of the City Council. Resolution Page 3 of 4 SECTION 2: APPROVAL OF PURCHASE. The City Council hereby approves the purchase by the City of Uniforms from Vendor in the not -to -exceed amount of $27,610. SECTION 3: AUTHORIZATION OF PURCHASE. The City Manager and the City Clerk are hereby authorized and directed to execute and seal such documents approved by the General Counsel, and the Finance Director is authorized to make such payments, on behalf of the City, as are necessary to complete the purchase of Uniforms from Vendor in the not -to -exceed amount of $27,610. SECTION 4: EFFECTIVE DATE. This Resolution shall be in full force and effect from and after its passage and approval according to law. PASSED this day of , 2016. APPROVED this day of , 2016. VOTE: AYES NAYS ABSENT MAYOR ATTEST: Approved as to form: CITY CLERK Peter M. Friedman, General Counsel DP -Resolution Approving Purchase of Uniforms from On Time Embroidery Inc #38138556_v1 2 Resolution Page 4 of 4 ODEs PLAINEs 1 L L 1 N 0 1 S COMMITTEE OF THE WHOLE #2d. FIRE DEPARTMENT 405 S. River Road Des Plaines, IL 60016 P: 847.391.5333 desplaines.org MEMORANDUM Date: December 15, 2015 To: Michael Bartholomew, City Manager From: Alan Wax, Fire Chief a&) Subject: Intergovernmental Hold -Harmless Agreements with Arlington Heights and Niles Providing for Borrowing and Loaning of Emergency Response Vehicles Issue: From time -to -time, it is necessary to borrow emergency vehicles from neighboring fire departments in order to maintain a full complement of in-service emergency response vehicles. Similarly, our neighbors sometimes need to borrow Des Plaines' reserve apparatus. Analysis: Occasionally, because of multiple breakdowns in emergency response apparatus (especially as vehicles get older and start requiring more frequent and lengthy repairs) or due to lack of reserve apparatus of a particular type, it is necessary to borrow a neighboring fire department's apparatus in order to properly maintain an effective emergency response force. It is impractical for any suburban fire department to maintain such numbers of reserve apparatus to always be able to replace multiple vehicles of a single type (engine, ambulance, truck, etc.) being taken out -of -service. While the practice of borrowing other departments' equipment has been common, and liability and responsibilities have been understood between the fire department chiefs, it is good practice to formalize these understandings so that legal issues do not arise should problems with borrowed apparatus occur. The following four hold -harmless agreements have been prepared: • Des Plaines borrowing Arlington Heights apparatus • Des Plaines borrowing Niles apparatus • Arlington Heights borrowing Des Plaines apparatus • Niles borrowing Des Plaines apparatus These are similar to agreements already in place with the Mount Prospect Fire Department, North Maine Fire Protection District, and Park Ridge Fire Department. Recommendation: I recommend that the City Council approve the Resolution authorizing entrance into the four intergovernmental hold -harmless agreements. These agreements have no budget implications that need to be considered. Attachments: Resolution R-6-16 anti four associateci holci-harmless agreements Page 1 of 7 CITY OF DES PLAINES RESOLUTION R - 6 - 16 A RESOLUTION APPROVING HOLD HARMLESS AGREEMENTS BETWEEN THE CITY OF DES PLAINES AND THE VILLAGES OF NILES AND ARLINGTON HEIGHTS FOR THE SHARING OF FIRE EQUIPMENT WHEREAS, Article VII, Section 10 of the 1970 Illinois Constitution authorizes the City to contract with individuals, associations, and corporations in any manner not prohibited by law or ordinance; and WHEREAS, Article VII, Section 10 of the 1970 Illinois Constitution, and the Illinois Intergovernmental Cooperation Act, 5 ILCS 220/1, et seq., authorize and encourage intergovernmental cooperation; and WHEREAS, from time to time the Des Plaines Fire Department ("DPFD"), Arlington Heights Fire Department ("AHFD"), and Niles Fire Department ("NFD") (collectively, the "Parties") need to borrow from or lend to each other reserve emergency response vehicles; and WHEREAS, the City desires to enter into hold harmless agreements with the other Parties ("Hold Harmless Agreements") regarding the Parties' respective rights and obligations in connection with the sharing of emergency response vehicles by and between the Parties; and WHEREAS, the City Council has determined that it is in the best interest of the City to approve the Hold Harmless Agreements; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Des Plaines, Cook County, Illinois, in the exercise of its home rule powers, as follows: SECTION 1: RECITALS. The foregoing recitals are incorporated into, and made a part of, this Resolution as findings of the City Council. SECTION 2: APPROVAL OF AGREEMENTS. The City Council hereby approves the following Hold Harmless Agreements in substantially the form attached to this Resolution, and in a final form to be approved by the General Counsel: A. The Hold Harmless Agreement between DPFD and AHFD, applicable to the lending by DPFD of any emergency response vehicle to AHFD, which agreement is attached to this Resolution as Exhibit A; B. The Hold Harmless Agreement between AHFD and DPFD, applicable to the lending by AHFD of any emergency response vehicle to DPFD, which agreement is attached to this Resolution as Exhibit B; 1 Resolution Page 2 of 7 C. The Hold Harmless Agreement between DPFD and NFD, applicable to the lending by DPFD of any emergency response vehicle to NFD, which agreement is attached to this Resolution as Exhibit C; and D. The Hold Harmless Agreement between NFD and DPFD, applicable to the lending by NFD of any emergency response vehicle to DPFD, which agreement is attached to this Resolution as Exhibit D. SECTION 3: AUTHORIZATION TO EXECUTE AGREEMENTS. The City Council hereby authorizes and directs the City Manager and the City Clerk to execute and seal, on behalf of the City, the final Hold Harmless Agreements. SECTION 4: SEVERABILITY. If any paragraph, section, clause or provision of this Resolution is held invalid, the remainder shall continue in full force and effect without affecting the validity of the remaining portions of this Resolution. SECTION 5: EFFECTIVE DATE. This Resolution shall be in full force and effect from and after its passage and approval according to law. PASSED this day of , 2016. APPROVED this day of , 2016. VOTE: AYES NAYS ABSENT MAYOR ATTEST: Approved as to form: CITY CLERK Peter M. Friedman, General Counsel DP -Resolution Approving Hold Harmless with AH and Niles for Shared Fire Equipment #38138402_v1 2 Resolution Page 3 of 7 EXHIBIT A HOLD HARMLESS AGREEMENT In consideration of the City of Des Plaines ("Des Plaines") granting the Village of Arlington Heights ("Arlington Heights") permission to use fire suppression vehicles and emergency medical services vehicles owned by Des Plaines ("Emergency Vehicles") when such vehicles owned by Arlington Heights are unavailable for use, and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged, Des Plaines and Arlington Heights hereby agree as follows: 1. Assumption of Risk. To the extent permitted by law, and without waiving any immunity from liability to which Arlington Heights is entitled by law, Arlington Heights shall, and does hereby, assume the full risk of all injuries, including death, all damage to real and personal property, and all costs, damages, and losses that may arise from the use of the Emergency Vehicles, and the equipment thereon, by Arlington Heights, whether or not caused in whole or in part by the negligence or wrongful acts of Arlington Heights. 2. Indemnification. Arlington Heights shall, and does hereby, agree to indemnify and hold harmless Des Plaines, its officers, agents, representatives, attorneys, independent contractors, and employees from any and all claims, causes of action, suits, damages, demands, liabilities, losses, costs, expenses, or judgments arising in any manner out the use of the Emergency Vehicles, and the equipment thereon, by Arlington Heights, whether or not caused in whole or in part by the negligence or wrongful acts of Arlington Heights; provided, however that Arlington Heights and Des Plaines do not agree to waive any immunity from liability to which Arlington Heights and Des Plaines are entitled by law. 3. Repair. Arlington Heights shall, and does hereby, agree to pay for any repair of damage to the Emergency Vehicles, or the equipment thereon, that is caused by the use of the Emergency Vehicles, and the equipment thereon, by Arlington Heights. 4. Acknowledgment of Property Ownership. Arlington Heights acknowledges and agrees that the Emergency Vehicles, and the equipment thereon, shall at all times remain the exclusive property of Des Plaines. Dated this day of , 20 . CITY OF DES PLAINES VILLAGE OF ARLINGTON HEIGHTS By: By: Its: Its: State of Illinois County of Subscribed before me this day of , 20 by (seal) Notary Public Resolution Exhibit A - DP Loaning to AH Page 4 of 7 EXHIBIT B HOLD HARMLESS AGREEMENT In consideration of the Village of Arlington Heights ("Arlington Heights ") granting the City of Des Plaines ("Des Plaines") permission to use fire suppression vehicles and emergency medical services vehicles owned by Arlington Heights ("Emergency Vehicles") when such vehicles owned by Des Plaines are unavailable for use, and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged, Arlington Heights and Des Plaines hereby agree as follows: 1. Assumption of Risk. To the extent permitted by law, and without waiving any immunity from liability to which Des Plaines is entitled by law, Des Plaines shall, and does hereby, assume the full risk of all injuries, including death, all damage to real and personal property, and all costs, damages, and losses that may arise from the use of the Emergency Vehicles, and the equipment thereon, by Des Plaines, whether or not caused in whole or in part by the negligence or wrongful acts of Des Plaines. 2. Indemnification. Des Plaines shall, and does hereby, agree to indemnify and hold harmless Arlington Heights, its officers, agents, representatives, attorneys, independent contractors, and employees from any and all claims, causes of action, suits, damages, demands, liabilities, losses, costs, expenses, or judgments arising in any manner out the use of the Emergency Vehicles, and the equipment thereon, by Des Plaines, whether or not caused in whole or in part by the negligence or wrongful acts of Des Plaines; provided, however that Des Plaines and Arlington Heights do not agree to waive any immunity from liability to which Des Plaines and Arlington Heights are entitled by law. 3. Repair. Des Plaines shall, and does hereby, agree to pay for any repair of damage to the Emergency Vehicles, or the equipment thereon, that is caused by the use of the Emergency Vehicles, and the equipment thereon, by Des Plaines. 4. Acknowledgment of Property Ownership. Des Plaines acknowledges and agrees that the Emergency Vehicles, and the equipment thereon, shall at all times remain the exclusive property of Arlington Heights. Dated this day of , 20 . VILLAGE OF ARLINGTON HEIGHTS CITY OF DES PLAINES By: By: Its: Its: State of Illinois County of Subscribed before me this day of , 20 by (seal) Notary Public Resolution Exhibit B - AH Loaning to DP Page 5 of 7 EXHIBIT C HOLD HARMLESS AGREEMENT In consideration of the City of Des Plaines ("Des Plaines") granting the Village of Niles ("Niles") permission to use fire suppression vehicles and emergency medical services vehicles owned by Des Plaines ("Emergency Vehicles") when such vehicles owned by Niles are unavailable for use, and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged, Des Plaines and Niles hereby agree as follows: 1. Assumption of Risk. To the extent permitted by law, and without waiving any immunity from liability to which Niles is entitled by law, Niles shall, and does hereby, assume the full risk of all injuries, including death, all damage to real and personal property, and all costs, damages, and losses that may arise from the use of the Emergency Vehicles, and the equipment thereon, by Niles, whether or not caused in whole or in part by the negligence or wrongful acts of Niles. 2. Indemnification. Niles shall, and does hereby, agree to indemnify and hold harmless Des Plaines, its officers, agents, representatives, attorneys, independent contractors, and employees from any and all claims, causes of action, suits, damages, demands, liabilities, losses, costs, expenses, or judgments arising in any manner out the use of the Emergency Vehicles, and the equipment thereon, by Niles, whether or not caused in whole or in part by the negligence or wrongful acts of Niles; provided, however that Niles and Des Plaines do not agree to waive any immunity from liability to which Niles and Des Plaines are entitled by law. 3. Repair. Niles shall, and does hereby, agree to pay for any repair of damage to the Emergency Vehicles, or the equipment thereon, that is caused by the use of the Emergency Vehicles, and the equipment thereon, by Niles. 4. Acknowledgment of Property Ownership. Niles acknowledges and agrees that the Emergency Vehicles, and the equipment thereon, shall at all times remain the exclusive property of Des Plaines. Dated this day of , 20 . CITY OF DES PLAINES VILLAGE OF NILES By: By: Its: Its: State of Illinois County of Subscribed before me this day of , 20 by (seal) Notary Public Resolution Exhibit C - DP Loaning to Niles Page 6 of 7 EXHIBIT D HOLD HARMLESS AGREEMENT In consideration of the Village of Niles ("Niles ") granting the City of Des Plaines ("Des Plaines") permission to use fire suppression vehicles and emergency medical services vehicles owned by Niles ("Emergency Vehicles") when such vehicles owned by Des Plaines are unavailable for use, and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged, Niles and Des Plaines hereby agree as follows: 1. Assumption of Risk. To the extent permitted by law, and without waiving any immunity from liability to which Des Plaines is entitled by law, Des Plaines shall, and does hereby, assume the full risk of all injuries, including death, all damage to real and personal property, and all costs, damages, and losses that may arise from the use of the Emergency Vehicles, and the equipment thereon, by Des Plaines, whether or not caused in whole or in part by the negligence or wrongful acts of Des Plaines. 2. Indemnification. Des Plaines shall, and does hereby, agree to indemnify and hold harmless Niles, its officers, agents, representatives, attorneys, independent contractors, and employees from any and all claims, causes of action, suits, damages, demands, liabilities, losses, costs, expenses, or judgments arising in any manner out the use of the Emergency Vehicles, and the equipment thereon, by Des Plaines, whether or not caused in whole or in part by the negligence or wrongful acts of Des Plaines; provided, however that Des Plaines and Niles do not agree to waive any immunity from liability to which Des Plaines and Niles are entitled by law. 3. Repair. Des Plaines shall, and does hereby, agree to pay for any repair of damage to the Emergency Vehicles, or the equipment thereon, that is caused by the use of the Emergency Vehicles, and the equipment thereon, by Des Plaines. 4. Acknowledgment of Property Ownership. Des Plaines acknowledges and agrees that the Emergency Vehicles, and the equipment thereon, shall at all times remain the exclusive property of Niles. Dated this day of , 20 . VILLAGE OF NILES CITY OF DES PLAINES By: By: Its: Its: State of Illinois County of Subscribed before me this day of , 20 by (seal) Notary Public Resolution Exhibit D - Niles Loaning to DP Page 7 of 7 ODEsPLINES Date: December 22, 2015 To: Michael Bartholomew, City Manager From: Alan Wax, Fire Chief a Gtr Subject: Request for Bid — Fire Engine COMMITTEE OF THE WHOLE #2e. FIRE DEPARTMENT 405 S. River Road Des Plaines, IL 60016 P: 847.391.5333 desplaines.org Issue: The City is in need of replacing one of the fire engines/pumpers as part of the equipment replacement schedule. Analysis: The City budgeted for the replacement of a triple -combination fire pumper during 2015. According to the replacement schedule, one pumper is to be replaced every four years. Each pumper would remain in front-line service for 12 years, go into reserve service for 4 years, and serve as a backup for 4 years. The most recent purchase was in 2009. Due to the economy and the status of the equipment replacement fund, the scheduled 2013 purchase has been delayed. The need to work back into the replacement schedule of a pumper purchase every four years has been identified — otherwise, at some point, the undesirable requirement of making multiple large -dollar pumper purchases may be necessary in a short time period, as was experienced with the purchase of two pumpers in 2005. Originally, there were pumpers available through the Northwest Municipal Conference's (NWMC) Suburban Purchasing Cooperative (SPC). The joint purchase contract for pumpers was terminated in 2014. The purchase was delayed until the filling of the Department's Administrative Analyst position in mid -2015. The City then joined a couple of purchasing cooperatives in order to take advantage of group -purchase discounts. The City's General Counsel opined that purchases of fire apparatus through the purchasing cooperatives met the requirements of the Illinois open purchasing laws, as well as the City's policies. A planned purchase of an engine through one of the purchasing cooperatives yielded a price above the $571,650 budget. Due to this, and because the City Council expressed a desire for the City to go out to bid even when a joint -purchasing price was available, the Fire Department Staff and the City's Purchasing Manager have spent several months creating a detailed specification that can be used for general bidding. The bid specs are now ready to be distributed for bid. Recommendation: I recommend that the City Council authorize the City Clerk to advertise for bids for a triple -combination pumper pursuant to the specifications established. Page 1of1