Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
02/07/2011
/ CITY OP ItLI DES PLAINES) ILLINOIS City Council Agenda Monday, February 7, 2011 Executive Session — 6:15 p.m. Regular Session — 7:00 p.m. Room 102 Will Soderberg Cable CALL TO ORDER EXECUTIVE SESSION PROBABLE & IMMINENT LITIGATION REGULAR SESSION ROLL CALL PRAYER PLEDGE OF ALLEGIANCE PROCLAMATION MARY SCHURDER - RETIREMENT FROM THE CENTER OF CONCERN CITIZEN PARTICIPATION (matters not on the Agenda) ALDERMEN ANNOUNCEMENTS EXECUTIVE SESSION (if reported out) 1. PROBABLE & IMMINENT LITIGATION DRAFT: 1/31/2011 10:49 AM Monday, February 7, 2011 City of Des Plaines City Council Agenda Pa g e 12 CONSENT AGENDA: 1. Minutes/Regular Meeting — January 3, 2011 2. Minutes/Executive Session — January 3, 2011 3. Minutes/Regular Meeting — January 18, 2011 4. Minutes/Executive Session — January 18, 2011 5. Approve 2011 Salary Schedule for Non -Union, Non -Management Personnel (Schedule IV -B and V -B) 5a. FIRST READING/ORDINANCE M-3-11/2011 Salary Schedules IV -B and V -B 6. Approve Miner Street Pedestrian Refuge Median Design Agreement 6a. RESOLUTION R-15-11/Miner Street Pedestrian Refuge Median Design Agreement 7. Authorize Purchase of Public Safety Scheduling Software from Visual Computer Solutions, 4400 US Highway 9 South, Suite 3500, Freehold, NJ 07728 in the amount of $20,200. Funded through Federal Asset Forfeiture Accounts/No cost to budgeted funds. 7a. RESOLUTION R-11-11/Purchase of Public Safety Scheduling Software 8. Award Bid to Lowest Responsible Bidder for the Painting and Carpeting of First and Second Floors of the Police Department to Leopardo Companies, Inc., 5200 Prairie Stone Parkway, Hoffman Estates, IL 60192 in the amount of $64,850 (to be paid for by Asset Forfeiture Funds) 8a. RESOLUTION R-17-11/Bid Award for Painting and Carpeting of Police Department 9. Accept Proposal for Emerald Ash Borer Management Plan from Natural Path Urban Forestry Consultants 9a. RESOLUTION R-18-11/Proposal from Natural Path Urban Forestry Consultants 10. Award Bid to Lowest Responsible Bidder through the State of Illinois for the Purchase of Nine (9) 2011 Ford Crown Victoria Police Interceptor Squad Cars to Landmark Ford, 2401 Prairie Crossing Drive, Springfield, IL 62711 in the amount of $21,874 per vehicle for a total of $196,866 (to be paid for by Asset Forfeiture Funds) 10a. RESOLUTION R-21-11/Bid Award for Purchase of Nine Police Interceptor Squad Cars 11. Report on Audit No. 66 Covering the Receipts and Disbursements of the Motor Fuel Tax (MFT) Funds by the City for the Period of January 1, 2006 ending December 31, 2009 as Conducted by the Illinois Department of Transportation (IDOT) 12. Approve Commission Appointment from January 18, 2011 to the Architectural Commission of George Geldis (Term to expire 8/31/12) 13. Approve Commission Appointment from January 18, 2011 to the Economic Development Commission of Richard Grosse (Term to expire 4/30/14) 14. Approve Commission Appointment from January 18, 2011 to the Economic Development Commission of Jin Lee (Term to expire 4/30/14) 15. Approve Commission Appointment from January 18, 2011 to the Economic Development Commission of Jim Ulett (Term to expire 4/30/14) Monday, February 7, 2011 City of Des Plaines City Council Agenda g e 13 16. Approve Commission Appointment from January 18, 2011 to the Economic Development Commission of Mary Howard (Term to expire 4/30/14) 17. Approve Commission Appointment from January 18, 2011 to the Zoning Board of Appeals of Arnie Seegers (Tenn to expire 4/30/15) 18. Authorize Public Works/Engineering Department to Issue Notice to Bid for Fuel Purchase Contract 19. Authorize Public Works/Engineering Department to Issue Notice to Bid for a Hot Mix Asphalt Recycler END OF CONSENT AGENDA COMMITTEE OF THE WHOLE 1. FINANCE & ADMINISTRATION — Alderman Jean Higgason, Chair a. Warrant Register in the amount of $5,075,258.08 — Resolution R-19-11 b. Agreement for Internet Website Services with CivicPlus, 317 Houston Street — Suite E, Manhattan, KS 66502 — Resolution R-20-11 IF NO ACTION IS TAKEN UNDER NEW BUSINESS, THESE ITEMS WILL APPEAR ON THE FEBRUARY 22, 2011 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-19-11/Warrant Register b. RESOLUTION R-20-11/Agreement for Internet Website Services with CivicPlus 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 meetine(s) or facilities, contact the ADA Coordinator at 391-5486 to allow the City to make reasonable accommodations for these persons. PROCLAMATION CITY OF OlI Martin J. Moylan OFFICE OF THE MAYOR City of Des Plaines 1420 Miner Street Des Plaines, Illinois 60016 Telephone: 847/391 5301 Fax: 847/391 5378 CITY OF DES PLAINES OFFICE OF THE MAYOR DATE: February 1, 2010 TO: Honorable Aldermen FROM Martin J. Moylan Mayor RE: Proclamation ************************************************************************ At the beginning of the February 7, 2011 City Council meeting, I will be presenting an honorary proclamation to Mary Schurder who retired from the Center of Concern on January 31, 2011. WHEREAS, Mary Schurder was a 10 year board member of The Center of Concern; WHEREAS, Mary Schurder has served the community as Executive Director,'•of The • • •' ,•Center of Concern for 18 years; and . WHEREAS, Mary Schurder was named a Park Ridge ChamberCommiinity, $tar,•; and WHEREAS, The Center of Concern has been honored under Mary Schurdei'1W • leadership with a Hometown Agency of the'Iearr award, and ' , • WHEREAS, The Center•of C'oncern's hoine )laringprogcam wets recognized under., '?, !•.,_ Mary Schurder's leadership with a Best Practices award by the. Dept. of;Ho'using and • Urban Development; and , ' • ' • r` '' • WHEREAS, Mary Schurder has einployed her energy, vision,'and shill to lead her staff ` in tireless service to the norihwest suburban Chicago area; and , WHEREAS, The Center of Concern has.gratly expanded the Scope. and.reach of its. • , services'under Mary Schurder's leadership;, find' • • Wh EREAS, countless elderly clients and petsims of all ages have been helped'by The Center of Concern under Mary Schurder's leadership to sustain'and maintain their homes and their emotional stability; and • WHEREAS, Mary Schurder has announced her intention to retire as Executive Director . • of The Center of Concern, effective January 31, 2011. . • Now, therefore, I MARTINI. MOYLAN, MAYOR OF THE CITY OF DESPLA.INES, do hereby proclaim January 31, 2011 as • In the City of Des Plaines Dated his Mtiyor �n war xs �rz -Z` v�Figti�L.2•. _ _ :T;. 'z: v, s� _ _ 'rs�.C•.:� _ . � s�:: r," ice:. Consent Agenda Item #1 MINUTES OF TIIE REGULAR MEETING OF TIIE CITY COUNCIL OF THE CITY OF DES PLAINES, ILLINOIS HELD IN THE ELEANOR ROIIRBACH MEMORIAL COUNCIL CHAMBERS, DES PLAINES CIVIC CENTER, MONDAY, JANUARY 3, 2011 CALL TO The regular meeting of the City Council of the City of Des Plaines, Illinois, was ORDER: called to order by Mayor Martin J. Moylan at 6700 p.m. in the Eleanor Rohrbach Memorial Council Chambers, Des Plaines Civic Center on Monday, January 3, 2011. ROLL CALL: Roll call indicated the following Aldermen present: Haugeberg, Robinson, Higgason, Brookman, Wilson, and Argus. Alderman Bogusz arrived at 6:12 p.m. Alderman Walsten arrived at 6:49 p.m. Also present were: Acting City Manager Slowinski, Director of Finance Wisniewski, Deputy Police Chief Kozak, Fire Chief Wax, Director of Human Resources Earl, Director of Community & Economic Development Bartholomew, Director of Public Works and Engineering Oakley, Director of Information Technology Duebner, and City Attorney Wiltse. EXECUTIVE Moved by Robinson, seconded by Higgason, to go into Executive Session to SESSION: discuss Pending Litigation and Personnel. Motion passed unanimously. The City Council recessed at 6:01 p.m. The City Council reconvened at 7:10 p.m. Roll call indicated the following Aldermen present: Haugeberg, Robinson, Bogusz, Higgason, Brookman, Walsten, Wilson, and Argus. PRAYER AND The opening prayer was given by The Reverend Tim Roames of the Good PLEDGE: News Christian Center, followed by the Pledge of Allegiance to the Flag. CITIZEN Ms. Allison Ferrini, 612 N. Third Avenue, addressed the City Council regarding PART.: the request by T -Mobile for a cell tower at 877 Central Road; she read a statement in support of re -zoning the property to residential from institutional until which time the City of Des Plaines is financially prepared to construct a fire station/EMS center on the property; she submitted petitions signed by residents of Cumberland Estates and surrounding areas (in Council file) to the City Clerk. EXECUTIVE Moved by Wilson, seconded by Haugeberg, that for 13 non -management, non - SESSION: union positions, a zero percent general wage increase and a zero to three percent merit increase be placed in effect for the 2011 Budget year. Upon roll call, the vote was: AYES: 5-Haugeberg, Robinson, Bogusz, Brookman, Wilson NAYS: 3-Higgason, Walsten, Argus ABSENT: 0 -None Motion declared carried. EXECUTIVE SESSION: (Cont'd) CONSENT AGENDA: TEMP. REORG./ CED DEPT./ REVISED SALARY SCHED.: Consent Agenda Ordinance M-1-11 WETLAND MITIGATION AGR./DES PLAINES RIVER TRAIL: Consent Agenda Resolution R-1-11 Page 2 of 8 1/03/11 Moved by Higgason, seconded by Brookman, that the 41 management employees be eligible for a merit wage increase of zero to one percent, Ibr the 2011 Budget year. Upon roll call, the vote was: AYES: 7-Haugeberg, Robinson, Bogusz, Higgason, Brookman, Wilson, Argus NAYS: 1-Walsten ABSENT: 0 -None Motion declared carried. Motion by Bogusz, seconded by Haugeberg, to establish the Consent Agenda, except for Item 5. Voice Vote — All Ayes. Motion declared carried. Motion by Higgason, seconded by Bogusz, to approve Consent Agenda except for Item 5. Upon roll call, the vote was: AYES: 8-Haugeberg, Robinson, Bogusz, Higgason, Brookman, Walsten, Wilson, Argus NAYS: 0 -None ABSENT: 0 -None Motion declared carried. Staff recommendations and requests were approved; Ordinance M-1-11 was placed on First Reading; Ordinances M-65-10 and M-66-10 were adopted; and Resolutions R-1-11, R-2-11 and R -3-I1 were adopted. Moved by Higgason, seconded by Bogusz, to concur with Staff recommendation to temporarily reorganize the Community and Economic Development Department, and accept revised salary schedule (addition of two new supervisory positions) in the non-union, management salary schedule; and further recommend to place on First Reading Ordinance M-1-11, AN ORDINANCE AMENDING TITLE 1, "ADMINISTRATIVE," CHAPTER 8, "POSITION CLASSIFICATION AND COMPENSATION PLAN," SECTION 4 "ADOPTION OF COMPENSATION PLAN," SUBSECTION A, "CLASSIFIED POSITIONS," SCHEDULE VII -A, "MANAGEMENT PERSONNEL NON-UNION," OF THE DES PLAINES CITY CODE. Motion declared carried as approved unanimously under Consent Agenda. Moved by Higgason, seconded by Bogusz, to concur with Staff recommendation to execute the Wetland Credit agreement with Land and Water Resources, Inc., 9575 W. Higgins Road, Suite 901, Rosemont, Illinois, 60018 for the purchase of 0.36 acres of wetland credits in the Lilly Cache Wetland. The total cost of the wetland credits will be $26,280.00. The credits are to be funded through the City's 2008 CMAG grant and the final total cost to the City, as local match to the grant, will be $5,256.00 (Capital Projects Fund); and further recommend to adopt Resolution R-1-11, A RESOLUTION APPROVING THE EXECUTION OF A WETLAND CREDIT AGREEMENT BETWEEN LAND AND WATER RESOURCES, INC. AND THE CITY OF DES PLAINES FOR THE PURCHASE OF WETLAND CREDITS AT THE LILLY CACHE WETLAND MITIGATION BANK. Motion declared carried as approved unanimously under Consent Agenda. JAI CONSTR. ENG. SVCS. AGR. AMENDMENT/ DES PLAINES RIVER TRAIL: Consent Agenda Resolution R-2-11 AMEND. #2/ AGR. WITH IDOT/ DES PLAINES RIVER TRAIL IMPROV'S.: Consent Agenda Resolution R-3-11 ORDINANCE M-64-10 AMEND CH. 4-4- 19, SEC. A, LIQUOR ORD.: ORDINANCE M-65-10 AMEND RULES/ REG'S/FIRE & POLICE COM.: Consent Page 3 of 8 1/03/11 Moved by Higgason, seconded by Bogusz, to concur with Staff recommendation to approve Construction Engineering Services Agreement Amendment with Civiltcch Engineering, Inc., 450 E. Devon Avenue, #300, Itasca, Illinois 60143, for Des Plaines River Trail Improvements in an amount not -to -exceed $21,331.00 ($17,064.80 — CMAQ Grant Funds and $4,226.20 Capital Project Funds); and further recommend to adopt Resolution R-2-11, A RESOLUTION APPROVING AN AMENDMENT TO THE ILLINOIS DEPARTMENT OF TRANSPORTATION CONSTRUCTION ENGINEERING SERVICES AGREEMENT BETWEEN CIVILTECH ENGINEERING, INC. AND THE CITY OF DES PLAINES. Motion declared carried as approved unanimously under Consent Agenda. Moved by Higgason, seconded by Bogusz, to concur with Staff recommendation to execute the Local Agency Agreement for Federal Participation — Amendment #2 with the Illinois Department of Transportation; and further recommend to adopt Resolution R-3-11, A RESOLUTION AUTHORIZING THE EXECUTION OF LOCAL AGENCY AGREEMENT FOR FEDERAL PARTICIPATION - AMENDMENT #2 BETWEEN THE ILLINOIS DEPARTMENT OF TRANSPORTATION AND THE CITY OF DES PLAINES. Motion declared carried as approved unanimously under Consent Agenda. Alderman Wilson requested that this item be removed from the Consent Agenda for clarification; he has had concerns regarding a clerk who makes a low hourly wage and having to pay $150.00 for a training class. City Attorney Wiltse responded by reviewing Section 4-4-3 and answering Alderman Wilson's concerns. Moved by Wilson, seconded by Higgason, to place on Second Reading and adopt Ordinance M-64-10, AN ORDINANCE AMENDING TITLE 4, "BUSINESS REGULATIONS," CHAPTER 4, "LIQUOR CONTROL," SECTION 19, "ALCOHOL AWARENESS TRAINING," OF THE DES PLAINES CITY CODE. Upon roll call, the vote was: AYES: 8-Haugeberg, Robinson, Bogusz, Higgason, Brookman, Walsten, Wilson, Argus NAYS: 0 -None ABSENT: 0 -None Motion declared carried. Moved by Brookman, seconded by Haugeberg, to concur with Staff recommendation to approve the Rules and Regulations changes made by the Board of Fire and Police Commissioners regarding the 2010 Entrance and Promotional Examination Processes; and further recommend to place on Second Reading and adopt Ordinance M-65-10, AN ORDINANCE ADOPTING THE AMENDMENTS TO THE REVISED RULES AND Page 4 of 8 1/03/11 Agenda REGULATIONS OF THE BOARD OF FIRE & POLICE COMMISSIONERS. Motion declared carried as approved unanimously under Consent Agenda. ORDINANCE M-66-10 ADD PARA. G TO 2-6-4/ RULES/ REG'S/FIRE. POLICE COM.: Consent Agenda COMMISSION REAPP'T.: WARRANT REGISTER: VARIATION/ 1115 E. GRANT: Moved by Higgason, seconded by Walston, to concur with Staff recommendation to approve the addition of a paragraph to the current municipal code providing for three-year eligibility lists under the City's Home Rule authority; and further recommend to place on Second Reading and adopt Ordinance M-66-10, AN ORDINANCE AMENDING TITLE 2, "BOARDS AND COMMISSIONS," CHAPTER 6, "BOARD OF FIRE AND POLICE COMMISSION," SECTION 4, "POWERS," OF THE DES PLAINES CITY CODE BY ADDING PARAGRAPH G. Motion declared carried as approved unanimously under Consent Agenda. COMMISSION RE -APPOINTMENT: YOUTH COMMISSION: Robert Neil — Tenn to Expire 12/01/13 Motion declared carried as approved unanimously under Consent Agenda. MAYOR MOYLAN DECLARED THAT THE CITY COUNCIL WAS NOW RESOLVED INTO A COMMITTEE OF THE WHOLE FINANCE & ADMINISTRATION — Alderman Higgason, Chair Moved by Haugeberg, seconded by Robinson, to recommend to the City Council approval of the January 3, 2010 — Warrant Register, in the total amount of $3,852,100.08; and further recommend that Resolution R-4-11 be adopted at appropriate time this evening. Motion declared carried. COMMUNITY DEVELOPMENT — Alderman Argus, Chair CED Senior Planner Mangum reviewed his Memorandum of December 14, 2010 regarding consideration of a variance request to legalize construction of a new Accessory Structure (garage) at 1115 E. Grant Drive (Case #10-061-V) that is taller than the primary structure (house), where an accessory structure should be subordinate in height to the primary structure in the R-1 zoning district. At its December 14, 2010 meeting, the Zoning Board of Appeals recommended (6-0) that the City Council deny the requested variation for an accessory structure that is taller than the primary structure. Alderman Wilson asked why the garage was not completed. CED Senior Planner Mangum stated that a stop work order was issued because the accessory structure was taller than the house. Alderman Brookman stated that he had a problem with the ordinance requiring the garage to be lower than the house; he is voting to allow the variation because he has a problem with the ordinance. 1115 E. GRANT: (Cont'd) Page 5 of 8 1/03/11 Alderman Bogusz asked about the difference in height discussed in 2009 and 2010. CED Senior Planner Mangum responded that the petitioner had changed the plans. Mrs. Monica Niedrielski, Petitioner's wife, addressed the Committee of the Whole stating that she had signed petitions from the neighbors that they have no objection to the height of the garage. Mrs. Niedrielski answered questions from the aldermen regarding the construction of the garage. Alderman Argus stated that she will not support the variation. Mrs. Niedrielski stated that there is no bathroom, no kitchen, no running water, only electrical wiring. Moved by Argus, seconded by Wilson, to recommend to the City Council to deny the requested variation for an accessory structure that is taller than the primary structure at 1115 E. Grant. Voice Vote — Ayes — Aldermen Haugeberg, Robinson, Higgason, Walsten, Wilson and Argus; 1 Nay — Alderman Brookman; 1 Abstention — Alderman Bogusz. CUMBERLAND CED Senior Planner Mangum reviewed his Memorandum of December 14, TRANSIT 2010 regarding the Cumberland Transit Oriented Development Plan. Through a ORIENTED DEV. competitive process, the City of Des Plaines was awarded a Community PLAN: Planning grant by the Regional Transportation Authority (RTA) to develop a Transit Oriented Development plan for the Cumberland Station area. The 100% grant funding allowed the City to select a consultant team comprised of S. B. Friedman & Company, The Lakota Group Urban Designers, Regina Webster & Associates Consulting Civil Engineers, and DLK Civic Design Architectural Firm. Mr. Steve Friedman of S. B. Friedman & Company, and Mr. Geoff Dickinson, Project Manager, of S. B. Friedman & Company, gave a Power Point presentation of the Cumberland Transit Oriented Development Plan (in Council file) which is developer driven. Mr. Friedman and Mr. Dickinson answered questions from the aldermen regarding business development within the Cumberland TOD Plan. Moved by Wilson, seconded by Higgason, to recommend to the City Council to consider and adopt the Cumberland Transit Oriented Development Plan. Voice Vote — All Ayes. Motion declared carried. LEGAL & LICENSING - Alderman Robinson, Chair MORATORIUM/ City Attorney Wiltse reviewed his Memorandum of December 23, 2010 TAXICAB regarding a Moratorium to Des Plaines Taxi Licensing. The Legal and LICENSING: Licensing Committee met on December 22, 2010 to consider a moratorium on MORATORIUM/ TAXICAB LICENSING: (Cont'd) WARRANT REGISTER: Resolution R-4-11 DENY VARIATION/ 1115 E. GRANT: CUMBERLAND TRANSIT ORIENTED DEV. PLAN: Resolution R-5-11 Page 6 of 8 1/03/11 taxi licensing in Des Plaines for six months to July, 2011. City Attorney Wiltse stated that he conferred with outside Counsel of the Schain Burney Banks and Kenny law firm which concluded that the moratorium should be for all taxi companies and taxi cabs licensed and that the status quo should be maintained while the moratorium is in place. Accordingly, under the proposed draft ordinance, only taxi companies currently licensed and taxis currently licensed will be eligible for re -licensing during the moratorium period. The Police Chief recommended that the taxi license period be set from July 1 to June 30 of the following year. Moved by Walsten, seconded by Wilson, to recommend to the City Council to place on First Reading Ordinance M-2-11. Voice Vote — All Ayes. Motion declared carried. MAYOR MOYLAN ASSUMED THE CHAIR AND DECLARED THE CITY COUNCIL BACK IN SESSION. Moved by Higgason, seconded by Bogusz, to concur with recommendation of Committee of the Whole to adopt Resolution R-4-11, 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: $3,852,100.08. Upon roll call, the vote was: AYES: 8-Haugeberg, Robinson, Bogusz, Higgason, Brookman, Walsten, Wilson, Argus NAYS: 0 -None ABSENT: 0 -None Motion declared carried. Moved by Argus, seconded by Robinson, to concur with recommendation of Committee of the Whole to DENY the requested variation for an accessory structure that is taller than the primary structure at 1115 E. Grant (Case #10- 061-V). Upon roll call, the vote was: AYES: 6-Haugeberg, Robinson, Higgason, Walsten, Wilson, Argus NAYS: 1 -Brookman ABSTAIN: 1-Bogusz ABSENT: 0 -None Motion declared carried. Moved by Argus, seconded by Higgason, to concur with recommendation of Committee of the Whole to adopt Resolution R-5-11, A RESOLUTION AUTHORIZING THE ADOPTION OF THE CUMBERLAND STATION AREA TRANSIT ORIENTED DEVELOPMENT PLAN IN THE CITY OF DES PLAINES. Upon roll call, the vote was: AYES: 8-Haugeberg, Robinson, Bogusz, Higgason, Brookman, Walsten, Wilson, Argus 4- t� R-5-11 (Cont'd) MORATORIUM/ TAXICAB LICENSING: Ordinance M-2-11 ORDINANCE M-2-11 MORATORIUM/ TAXICAB LICENSING: DISCUSSION/ RED LIGHT CAMERA: Page 7 of 8 1/03/11 NAYS: 0 -None ABSENT: 0 -None Motion declared carried. Moved by Robinson, seconded by Walsten, to concur with recommendation of Committee of the Whole to place on First Reading Ordinance M-2-11, AN ORDINANCE ADOPTING A MORATORIUM FOR PUBLIC PASSENGER VEHICLE TAXI COMPANY BUSINESS LICENSES AND PUBLIC PASSENGER TAXI VEHICLE LICENSES WITHIN THE CITY OF DES PLAINES. Voice Vote All Ayes. Motion declared carried. Moved by Robinson, seconded by Higgason, to place on Second Reading and adopt Ordinance M-2-11, AN ORDINANCE ADOPTING A MORATORIUM FOR PUBLIC PASSENGER VEHICLE TAXI COMPANY BUSINESS LICENSES AND PUBLIC PASSENGER TAXI VEHICLE LICENSES WITHIN THE CITY OF DES PLAINES. Upon roll call, the vote was: AYES: 8-Haugeberg, Robinson, Bogusz, Higgason, Brookman, Walsten, Wilson, Argus NAYS: 0 -None ABSENT: 0 -None Motion declared carried. Alderman Brookman requested consensus from the aldermen that the Red Light Camera issue be placed on the January 18, 2011 agenda for further discussion. In a previous discussion with City Attorney Wiltse, Alderman Brookman was advised that if consensus from the aldermen was secured, the issue could be placed on the January 18, 2011 meeting's agenda. Mayor Moylan stated that proper procedure needed to be followed, and that Alderman Brookman should discuss placing this issue on the agenda with Acting City Manager Slowinski. Alderman Walsten stated that he believed the Red Light Camera program was a done deal, and will not support bringing the issue back to the City Council for discussion. Alderman Wilson agreed with Alderman Brookman to bring this issue back to the City Council for further discussion, and that any other issue could be revisited. City Attorney Wiltse stated that January 18, 2011 was the deadline for the City Council to pass an ordinance or resolution to place a referendum question regarding the Red Light Camera issue on the ballot. Aldermen Haugeberg, Robinson, Bogusz, Walsten and Argus did not agree with consensus. Alderman Higgason, Brookman and Wilson did agree with consensus to place the Red Light Camera issue for discussion on the agenda for the January 18, 2011 Council meeting. Due to lack of consensus, the Red Lit Page 8 of 8 1/03/11 Camera issue will not be placed on the agenda for the January 18, 2011 Council meeting for discussion. ADJOURNMENT: Moved by Robinson, seconded by Walsten, that the regular meeting of the City Council adjourn. Motion declared carried. Meeting adjourned at 9:00 p.m. Gloria . Ludwig — C CLERK APPROVED BY ME THIS DAY OF , 2011 Martin J. Moylan, MAYOR Consent Agenda Item #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, TUESDAY, JANUARY 18, 2011 CALL TO The regular meeting of the City Council of the City of Des Plaines, Illinois, was ORDER: called to order by Mayor Martin J. Moylan at 6:30 p.m. in the Eleanor Rohrbach Memorial Council Chambers, Des Plaines Civic Center on Tuesday, January 18, 2011. ROLL CALL: Roll call indicated the following Aldermen present: Haugeberg, Robinson, Bogusz, Higgason, Brookman, Walsten, Wilson, and Argus. Also present were: Acting City Manager Slowinski, Director of Finance Wisniewski, Police Chief Prandini, Fire Chief Wax, Director of Human Resources Earl, Director of Community & Economic Development Bartholomew, Director of Public Works and Engineering Oakley, Director of Information Technology Duebner, and City Attorney Wiltse. EXECUTIVE Moved by Robinson, seconded by Higgason, to go into Executive Session to SESSION: discuss Pending Litigation and Probable and Imminent Litigation. Motion passed unanimously. The City Council recessed at 6:01 p.m. The City Council reconvened at 7:06 p.m. Roll call indicated the following Aldermen present: Haugeberg, Robinson, Bogusz, Higgason, Brookman, Walsten, Wilson, and Argus. PRAYER AND The opening prayer was given by The Reverend Scott Ziegler of The Bridge PLEDGE: Community Church, followed by the Pledge of Allegiance to the Flag. CITIZEN Mr. Stan Zimmerman, 408 S. Wolf Road, addressed the City Council stating PART.: that he reviewed the health insurance coverage provided for government employees; he suggested that if the City employees paid 25% of the cost of health insurance, it would save the City approximately $1.5 million a year. EXECUTIVE Moved by Brookman, seconded by Haugeberg, that Staff continue to proceed SESSION: with the pending litigation matter consistent with direction given in Executive Session. Upon roll call, the vote was: AYES: 6-Haugeberg, Robinson, Higgason, Brookman, Walsten, Argus NAYS: 2-Bogusz, Wilson ABSENT: 0 -None Motion declared carried. CONSENT Motion by Haugeberg, seconded by Argus, to establish the Consent Agenda, AGENDA: except for Items 4, 4a, 5 and 5a. Voice Vote — All Ayes. Motion declared carried. CONSENT AGENDA: (Cont'd) MINUTES: GIS SVC. CONTRACT/2011 SUPPORT SVCS.: Consent Agenda Resolution R-6-11 AGR. WITH AYRES ASSOC./ AERIAL PHOTOGRAPHY: Resolution R-7-11 Page 2 of 10 1/18/11 Motion by Bogusz, seconded by Argus, to approve Consent Agenda except for Items 4, 4a, 5 and 5a. Upon roll call, the vote was: AYES: 8-Haugeberg, Robinson, Bogusz, Higgason, Brookman, Walsten, Wilson, Argus NAYS: 0 -None ABSENT: 0 -None Motion declared carried. The minutes were approved; Staff recommendations and requests were approved; Ordinance M-1-11 was adopted; and Resolutions R-6-11, R-9-11, R- 10-11 and R-13-11 were adopted. Moved by Bogusz, seconded by Argus, to approve minutes of the Regular Meeting of the City Council held December 20, 2010. Motion declared carried as approved unanimously under Consent Agenda. Moved by Bogusz, seconded by Argus, to approve minutes of the Executive Session of the City Council held December 20, 2010. Motion declared carried as approved unanimously under Consent Agenda. Moved by Bogusz, seconded by Argus, to concur with Staff recommendation to approve contract with Municipal GIS Partners, Inc., 701 Lee Street, Suite 1020, Des Plaines, IL 60016 in the amount of $177,034.00 (GIS Fund) to provide support services for 2011; and further recommend to adopt Resolution R-6-11, A RESOLUTION AUTHORIZING THE EXECUTION OF A CONTRACT BETWEEN MUNICIPAL GIS PARTNERS, INC. AND THE CITY OF DES PLAINES FOR GIS DATABASE SERVICES. Motion declared carried as approved unanimously under Consent Agenda. Alderman Wilson requested that this item be removed from the Consent Agenda for discussion. Alderman Wilson asked how this contract helps the Geographical Information System (GIS). Director of Public Works & Engineering Oakley responded that Municipal GIS Partners (MGP) provides support and technical services for the GIS system for the City. Moved by Walsten, seconded by Bogusz, to concur with Staff recommendation that it is in the best interest of the City to waive normal bidding requirements and approve the agreement with Ayres Associates, 1802 Pankratz Street, Madison, WI 53704-3186 in the amount of $47,293.00 (GIS Fund); and further recommend to adopt Resolution R-7-11, A RESOLUTION AUTHORIZING THE EXECUTION OF AN AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN AYRES ASSOCIATES, INC. AND THE CITY OF DES PLAINES FOR AERIAL PHOTOGRAPHY FOR THE GIS SYSTEM. Upon roll call, the vote was: AYES: 8-Haugeberg, Robinson, Bogusz, Higgason, R-7-11 (Cont'd) PURCHASE OF WATER METERS/ REPAIR PARTS: Resolution R-8-11 2011 MOTOR FUEL TAX GEN. MAINT. AGR.: Consent Agenda Resolution R-9-11 DCEO/ CDBG DISASTER RECOVERY «I ,, PROGRAM: Consent Agenda Resolution R-10-11 ONSITE UTILITY MAINT. AGR./ 3000 DES PLAINES RIVER RD.: Consent Agenda Resolution R-13-11 Page 3 of 10 1/18/11 Brookman, Walsten, Wilson, Argus NAYS: 0 -None ABSENT: 0 -None Motion declared carried. Alderman Wilson requested that this item be removed from the Consent Agenda for discussion and that this was a no bid purchase. Director of Public Works & Engineering Oakley answered questions from the Aldermen regarding replacement of older water meters which do not read properly, purchasing replacement parts and adding a fixed -base Automated Meter Reading (AMR) system; it would cost approximately $7 Million over 10 years to replace everything. Moved by Brookman, seconded by Walsten, to send this item back to Committee for further review. Voice Vote — All Ayes. Motion declared carried. Moved by Bogusz, seconded by Argus, to concur with Staff recommendation to approve the Municipal Estimate of Maintenance Costs and adopt Resolution R- 9-11, A RESOLUTION AUTHORIZING THE EXECUTION OF A STATE OF ILLINOIS DEPARTMENT OF TRANSPORTATION "RESOLUTION FOR MAINTENANCE OF STREETS AND HIGHWAYS BY MUNICIPALITY UNDER THE ILLINOIS HIGHWAY CODE," FOR THE PURPOSE OF MAINTAINING STREETS AND HIGHWAYS IN THE CITY (11-00000-00 GM). Motion declared carried as approved unanimously under Consent Agenda. Moved by Bogusz, seconded by Argus, to concur with Staff recommendation to apply for the Department of Commerce & Economic Opportunity (DCEO) Public Infrastructure Program — Community Development Block Grant (CDBG) Disaster Recovery "IKE" Program grant; and further recommend to adopt Resolution R-10-11, A COUNCIL RESOLUTION OF SUPPORT FOR THE APPLICATION TO THE STATE OF ILLINOIS FOR A CDBG DISASTER RECOVERY GRANT PROGRAM. Motion declared carried as approved unanimously under Consent Agenda. Moved by Bogusz, seconded by Argus, to concur with Staff recommendation to approve the Onsite Utility Maintenance Agreement for the Casino; and further recommend to adopt Resolution R-13-11, A RESOLUTION AUTHORIZING THE EXECUTION OF AN ONSITE UTILITY MAINTENANCE AGREEMENT BETWEEN THE CITY OF DES PLAINES AND MIDWEST GAMING & ENTERTAINMENT, LLC. Motion declared carried as approved unanimously under Consent Agenda. AUTHORIZE BID NOTICE/SAFE ROUTES TO SCHOOL: Consent Agenda ORDINANCE M-1-11 TEMP. REORG./ CED DEPT./ REVISED SALARY SCHED.: Consent Agenda REAPP'TS: Page 4 of 10 1/18/11 Moved by Bogusz, seconded by Argus, to concur with Staff recommendation that the Public Works and Engineering Department be authorized to bid the Safe Routes to School — Central School Pedestrian Improvements Project upon receipt of the Illinois Department of Transportation (IDOT) — Springfield paperwork. The project will be advertised in accordance with all IDOT and State regulations. Anticipated bid date is March 11, 2011 at 3:00 p.m. Motion declared carried as approved unanimously under Consent Agenda. Moved by Higgason, seconded by Bogusz, to adopt Ordinance M-1-11, AN ORDINANCE AMENDING TITLE 1, "ADMINISTRATIVE," CHAPTER 8, "POSITION CLASSIFICATION AND COMPENSATION PLAN," SECTION 4 "ADOPTION OF COMPENSATION PLAN," SUBSECTION A, "CLASSIFIED POSITIONS," SCHEDULE VII -A, "MANAGEMENT PERSONNEL NON-UNION," OF THE DES PLAINES CITY CODE. Motion declared carried as approved unanimously under Consent Agenda. REAPPOINTMENTS: Presented for your consideration — NO ACTION REQUIRED ECONOMIC DEVELOPMENT COMMISSION — Reappointments Richard Grosse — Term to expire 04/30/14 Jin Lee — Term to expire 04/30/14 Jim Ulett — Term to expire 04/30/14 Mary Howard — Term to expire 04/30/14 ARCHITECTURAL REVIEW COMMISSION - Reappointment George Geldis — Term to Expire 8/31/12 ZONING BOARD OF APPEALS — Reappointment Arnie Seegers — Term to expire 04/30/15 ADMINISTRATIVE HEARING OFFICER Chris Cohen — Moved by Higgason, seconded by Wilson, to consent to the appointment of Chris Cohen as Administrative Hearing Officer to hear the two case calls for the Police Department. Voice Vote — All Ayes. Motion declared carried. Sandy Sandquist — Moved by Higgason, seconded by Bogusz, to consent to the reappointment of Sandy Sandquist as Administrative Hearing Officer to hear the housing court call and to serve as back up to attorney Chris Cohen if scheduling problems arise. Voice Vote — All Ayes. Motion declared carried. MAYOR MOYLAN DECLARED THAT THE CITY COUNCIL WAS NOW RESOLVED INTO A COMMITTEE OF THE WHOLE Page 5 of 10 1/18/11 FINANCE & ADMINISTRATION — Alderman Higgason, Chair WARRANT Moved by Haugeberg, seconded by Robinson, to recommend to the City REGISTER: Council approval of the January 18, 2010 — Warrant Register, in the total amount of $2,981,299.46; and further recommend that Resolution R-12-11 be adopted at appropriate time this evening. Motion declared carried. COMMUNITY DEVELOPMENT — Alderman Argus, Chair COND. USE/ CED Senior Planner Mangum addressed the Committee of the Whole and 855 E. RAND RD.: reviewed his Memorandum of January 10, 2011 regarding the request of Petitioner Tri-Star Properties, LLC for a Conditional Use Permit to authorize the operation of a motor vehicle sales operation with accessory motor vehicle repair in the C-3 District. Attorney Paul Buikema representing the Petitioner Tri-Star Properties, LLC, 3334 Memorial Highway, Mandan, ND 58554, appeared before the Committee of the Whole and answered questions from the aldermen. Moved by Walsten, seconded by Robinson, to recommend to the City Council approval of the conditional use permit request for a Motor Vehicle Sales operation, based on review of the information presented by the applicant and the findings made, as specified in Section 3.4-5 (Standards for Conditional Use) of the City of Des Plaines Zoning Ordinance, subject to the following Conditions of Approval: 1. Prior to issuance of the Conditional Use Permit, the applicant shall complete site improvements as indicated on the Site and Landscape Plans or post a cash bond equal to an estimate of the total cost of the improvements provided by third party contractor. 2. All landscaping materials shall be maintained in good condition so as to present a healthy and orderly appearance, and plant material not in this condition shall be replaced when necessary and shall be kept free of refuse and debris. 3. Hours of operation are limited to: Monday -Friday: 9:00 a.m. to 9:00 p.m., Saturday 8:00 a.m. to 6:00 p.m. 4. All repairs of vehicles shall occur inside the building. 5. All parking areas shall be surfaced and striped to meet all applicable Building Code hard surface requirements. 6. Prior to the issuance of the Conditional Use Permit, the applicant shall submit a photometric plan that limits the maximum amount of horizontal foot-candles on residential properties to not more than 0.1 foot-candles at the single-family residential property line. 7. Prior to the issuance of the Conditional Use Permit, signs attached to the light posts shall be removed to be brought into compliance with code requirements. 8. Prior to the issuance of the Conditional Use Permit, the applicant shall provide information that ensures compliance with the requirements of Section 3.4-.3 of the Zoning Ordinance (Parties Entitled to Seek Page 6 of 10 1/18/11 855 E. RAND RD.: Conditional Use). (Cont'd) 9. No long-term parking or storage of commercial vehicles shall be allowed. 10. Install and/or maintain in good condition uniform fencing as set forth in L-1, Landscape and Site Plan. Voice Vote - All Ayes. Motion declared carried. COND. USE/ 305 S. CED Senior Planner Mangum addressed the Committee of the Whole reviewing RIVER RD.: his Memorandum of January 10, 2011 regarding the request of Petitioner Luis Contreras for a Conditional Use Permit to authorize the operation of an auto body repair use (auto detailing) in a C-3 District. Petitioner Luis Contreras appeared before the Committee of the Whole to answer questions. Moved by Brookman, seconded by Haugeberg, to amend the conditional use permit to strike "auto body repair" and amend conditional use to read "auto detailing". Voice Vote - All Ayes. Motion declared carried. Moved by Haugeberg, seconded by Higgason, to recommend to the City Council approval of the conditional use permit request for the operation of an auto body repair (auto detailing) in the C-3 District, based on review of the information presented by the applicant and the findings made above, as specified in Section 3.4-5 (Standards for Conditional Uses) of the City of Des Plaines Zoning Ordinance, subject to the following conditions of approval: 1. The applicant shall install a solid 8 feet opaque view screen fence along the east property line between 305 S. River Road and the residential property located at 1568 Hills Avenue. 2. The applicant shall provide the parking spaces as shown on the submitted site plan and be surfaced and striped to meet all applicable building code hard surface requirements. 3. The applicant shall only operate the business between 8 a.m. and 6 p.m. Monday through Saturday and 9 a.m. to 2 p.m. on Sundays. Further, all work to vehicles shall occur inside the building. Moved by Brookman, seconded by Haugeberg, that the Conditional Use be amended to read: under the classification of Auto Body Repair; an Auto Detailing Use. Voice Vote - All Ayes. Motion declared carried. Moved by Haugeberg, seconded by Higgason, to recommend to the City Council approval of the conditional use permit at 305 S. River Road, as amended. Voice Vote All Ayes. Motion declared carried. COND. USE/ 2300 Director of Community & Economic Development Bartholomew answered MANNHEIM RD.: Alderman Wilson's questions regarding electrical connections for the tent COND. USE/ 2300 erected at the Fountain Blue banquet facility. A14- Page 7 of 10 1/18/11 MANNHEIM RD.: (Cont'd) Alderman Argus gave a description of the tent which was installed as an accessory to the banquet facility. Fire Chief Wax answered questions from the aldermen regarding use of sterno or candles. Moved by Brookman, seconded by Walsten, to recommend to the City Council approval of the Conditional Use ordinance allowing the use of a 60' x 100' tent at the Fountain Blue banquet facility, 2300 Mannheim Road, subject to the following conditions and compliance with applicable Fire and other Codes: 1. The Conditional Use Permit is not transferable. 2. The Conditional Use Permit shall be valid for a period of two years from the date of passage and approval of this Ordinance, and is subject to consideration of possible renewal by Council action. 3. The tent capacity is set at 400. 4. Occupancy maximums must be posted in the tent. 5. Exit aisles and spacing between tables must be maintained and meet Life Safety Codes. 6. An evacuation plan is required. 7. A firm floor plan must be posted in the alarm room for the night's events. Floor plans for the anticipated various occupancy loads and set-ups shall be provided to the City for approval within 30 days of the date of this Ordinance. Any significant deviation from previously approved layouts shall be submitted to the Fire Department for approval. 8. An annual inspection must be performed by the tent manufacturer, or seller, between April 1-15 with CED staff and Fire Department present. Installer must certify installation, frame, and fabric are still satisfactory. An annual inspection fee is set at $250.00. 9. A semi-annual inspection with CED staff and Fire Department between October 1-15. A semi-annual inspection fee is set at $250.00. 10. Fire and smoke alarms must be installed and kept in proper working condition. Pull stations must be installed and kept in proper working condition. Plans for the alarms and pull stations are to be submitted to, and approved by the Fire Department. 11. The owner must tie into the existing alarm panel or a have a separate tent alarm panel with connection to the City's alarm board. 12. The alarm system for the main building must be directly connected to City's alarm board. 13. Emergency lighting must be installed and maintained per Code. 14. Fire extinguishers must be consistent with all Code requirements. 15. For any event in the tent, two employees must be present who (M4 COND. USE/ 2300 MANNHEIM RD.: (Cont'd) WARRANT REGISTER: Resolution R-12-11 COND. USE/ 855 E. RAND RD.: Ordinance Page 8 of 10 1/18/11 have received annual training in the use of fire extinguishers and who can assist in evacuating occupants. 16. One exit of 72" or two exits of 36" each on the west end, closer to north wall, must be added. 17. Owner must provide an exit to grade (landing outside). 18. All exit signs must be installed and properly maintained. 19. All gates and doors must have push out panic bars. 20. All exits shall never be obscured. 21. The shrub must be removed from the northwest corner outside of tent inside of fence. 22. No open flames, Sterno warmers, pyrotechnics, or candles shall be used in the tent at any time. An exception shall be allowed for weddings for the use of a "Unity Candle" on a metal or other fire retardant surface, which candle will be extinguished following the lighting ceremony. 23. No cooking shall take place in the tent. 24. Electric food warmers are permissible. 25. Extension cords and wiring must meet all Codes. 26. All decorations and wall coverings shall comply with the International Fire Code, as adopted by the City of Des Plaines. 27. Plumbing shall meet State Plumbing Code requirements as if at capacity for both the tent and the banquet hall uses. 28. Parking demand may not exceed supply. Voice Vote — Aldermen Haugeberg, Robinson, Higgason, Brookman, Walsten and Argus voted Aye. Aldermen Bogusz and Wilson voted Nay. Motion declared carried. MAYOR MOYLAN ASSUMED THE CHAIR AND DECLARED THE CITY COUNCIL BACK IN SESSION. Moved by Higgason, seconded by Bogusz, to concur with recommendation of Committee of the Whole to adopt Resolution R-12-11, 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: $2,981,299.46. Upon roll call, the vote was: AYES: 8-Haugeberg, Robinson, Bogusz, Higgason, Brookman, Walsten, Wilson, Argus 0 -None 0 -None Motion declared carried. NAYS: ABSENT: Moved by Argus, seconded by Higgason, to concur with recommendation of Committee of the Whole to approve the conditional use permit request for a Motor Vehicle Sales operation at 855 E. Rand Road, and place on First Reading Ordinance Z-1-11, AN ORDINANCE GRANTING A CONDITIONAL USE l�2� ORDINANCE Z-1-11 COND. USE/ 855 E. RAND RD.: COND. USE/ 305 S. RIVER RD.: Ordinance Z-2-11 ORDINANCE Z-2-11 COND. USE/ 305 S. RIVER RD.: COND. USE/ 2300 MANNHEIM RD.: Ordinance Z-3-11 Page 9 of 10 1/18/11 PERMIT IN ACCORDANCE WITH SECTION 7.3-6 C. OF THE DES PLAINES ZONING ORDINANCE TO ALLOW A MOTOR VEHICLE SALES AND MOTOR VEHICLE REPAIR BUSINESS AT 855 EAST RAND ROAD, DES PLAINES, ILLINOIS (CASE #10 -063 -CU). Voice Vote — All Ayes. Motion declared carried. Moved by Argus, seconded by Haugeberg, to advance to Second Reading and Adopt Ordinance Z-1-11, AN ORDINANCE GRANTING A CONDITIONAL USE PERMIT IN ACCORDANCE WITH SECTION 7.3-6 C. OF THE DES PLAINES ZONING ORDINANCE TO ALLOW A MOTOR VEHICLE SALES AND MOTOR VEHICLE REPAIR BUSINESS AT 855 EAST RAND ROAD, DES PLAINES, ILLINOIS (CASE #10 -063 -CU). Upon roll call, the vote was: AYES: 8-Haugeberg, Robinson, Bogusz, Higgason, Brookman, Walsten, Wilson, Argus NAYS: 0 -None ABSENT: 0 -None Motion declared carried. Moved by Argus, seconded by Higgason, to concur with recommendation of Committee of the Whole to approve the conditional use permit at 305 S. River Road, as Amended, and place on First Reading Ordinance Z-2-11, AN ORDINANCE ALLOWING FOR A CONDITIONAL USE PERMIT UNDER SECTION 7.3-6 C. OF THE ZONING ORDINANCE TO PERMIT AN AUTO BODY REPAIR (AUTO DETAILING) USE AT 305 S. RIVER ROAD, DES PLAINES, ILLINOIS. (CASE #10 -058 -CU). Voice Vote — All Ayes. Motion declared carried. Moved by Argus, seconded by Walsten, to advance to Second Reading and adopt Ordinance Z-2-11, AN ORDINANCE ALLOWING FOR A CONDITIONAL USE PERMIT UNDER SECTION 7.3-6 C. OF THE ZONING ORDINANCE TO PERMIT AN AUTO BODY REPAIR (AUTO DETAILING) USE AT 305 S. RIVER ROAD, DES PLAINES, ILLINOIS. (CASE #10 -058 -CU). Upon roll call, the vote was: AYES: 7-Haugeberg, Robinson, Bogusz, Higgason, Brookman, Walsten, Argus NAYS: 1 -Wilson ABSENT: 0 -None Motion declared carried. Moved by Argus, seconded by Robinson, to concur with recommendation of Committee of the Whole to approve the Conditional Use ordinance allowing the use of a 60' x 100' tent at the Fountain Blue Banquet Facility, 2300 Mannheim Road, subject to conditions and compliance with applicable Fire and other Codes, and place on First Reading Ordinance Z-3-11, AN ORDINANCE ALLOWING FOR A CONDITIONAL USE PERMIT TO ALLOW THE USE OF A 60' BY 100' TENT AT 2300 MANNHEIM ROAD, DES PLAINES, ILLINOIS. Voice Vote — Aldermen Haugeberg, Robinson, Higgason, Brookman, Walsten and Argus voted Aye. Aldermen Bogusz and Wilson v(?ted Z-3-11 (Cont'd) ORDINANCE Z-3-11 COND. USE/ 2300 MANNHEIM RD.: Page 10 of 10 1/18/11 Nay. Motion declared carried. Moved by Argus, seconded by Haugeberg, to advance to Second Reading and adopt Ordinance Z-3-11, AN ORDINANCE ALLOWING FOR A CONDITIONAL USE PERMIT TO ALLOW THE USE OF A 60' BY 100' TENT AT 2300 MANNHEIM ROAD, DES PLAINES, ILLINOIS. Upon roll call, the vote was: AYES: 6-Haugeberg, Robinson, Higgason, Brookman, Walsten, Argus NAYS: 2-Bogusz, Wilson ABSENT: 0 -None Motion declared carried. ADJOURNMENT: Moved by Bogusz, seconded by Robinson, that the regular meeting of the City Council adjourn. Motion declared carried. Meeting adjourned at 8:00 p.m. APPROVED BY ME THIS DAY OF , 2011 Martin J. Moylan, MAYOR tbibt Gloria J. Ludwig —'CITY CLERK CITY OF DES PLAINES ILLINOIS Consent Agenda Item #5 & 5a City of Des Plaines City Manager's Office Human Resources Des Plaines, IL 60016 Tel: 847-391-5651 Fax: 847-827-2292 MEMORANDUM Date: January 18, 2011 To: Jason T. Slowinski, Acting Cit ager From: Michael J. Earl, Director of ,I ' esources Re: Approval of 2011 Salary Schedule — Non -Union, Non -Management Employees Issue: At the Executive Session held on January 3, 2011, the City Council discussed the salary schedules for non-union employees. The City Council approved a 0% general wage increase for non-union, non -management employees. While no monetary changes are necessary to the salary schedule for non -management employees, some language cleanup is necessary to reflect the correct date of the schedule and the positions authorized in the 2011 Budget. Analysis: A bold and she-eut version of the 2011 salary schedule compared to the 2010 salary schedule is attached. The positions shown by a she-eut are those that have been eliminated during the budget process or governed by the Joint Emergency Telecommunication System (JETS) Board. The position reflected in bold type, Clerk (PT), reflects authorized part-time positions in the 2011 budget from various City departments. The only other change required to the salary schedule is the effective date of the schedule. You will note that the effective date has been changed to reflect the period of January 1, 2011 to December 31, 2011. Recommendation: Staff recommends the Council adopt Ordinance M -3-I1 which includes language modifications to the salary schedule for the City's non-union, non -management full-time and regular part-time employees and reflects a 0% increase general wage increase. Attachment: Ordinance M-3-11 CITY OF DES PLAINES ORDINANCE M - 3 - 11 AN ORDINANCE AMENDING TITLE 1, "ADMINISTRATIVE," CHAPTER 8, "POSITION CLASSIFICATION AND COMPENSATION PLAN," SECTION 4 "ADOPTION OF COMPENSATION PLAN," SUBSECTION A, "CLASSIFIED POSITIONS," SCHEDULE IV -B, "CLERICAL, ACCOUNTING AND MISCELLANEOUS PERSONNEL —NONUNION," AND SCHEDULE V B, "TECHNICAL, ENGINEERING AND INSPECTION PERSONNEL — NONUNION," OF THE DES PLAINES CITY CODE. BE IT ORDAINED by the City Council of Des Plaines, Cook County, Illinois, in the exercise of its home rule powers, as follows: SECTION 1: That Title 1, "Administrative," Chapter 8, "Position Classification and Compensation Plan," Section 4, "Adoption of Compensation Plan," Subsection A, "Classified Positions," Schedule IV -B, "Clerical, Accounting and Miscellaneous Personnel — Nonunion," and Schedule V -B, "Technical, Engineering and Inspection Personnel — Nonunion," of the City Code of Des Plaines, be amended to read as follows: 1-8-4: ADOPTION OF COMPENSATION PLAN: A. Classified Positions: The compensation plan with annual rates for all classified positions is hereby adopted according to the following schedules: 1 TITLE SCHEDULE IV -B CLERICAL, ACCOUNTING AND MISCELLANEOUS PERSONNEL NON-UNION EFFECTIVE FROM JANUARY 1, 2011 TO DECEMBER 31, 2011 HOURS ADDITIONAL LONGEVITY PER WEEK MINIMUM MIDPOINT AFTER MAXIMUM 10 YEARS AFTER AFTER 15 YEARS 10 YEARS Secretary 37.5 41,187 48,452 Executive Secretary 37.5 46,937 55,219 55,723 1,000 63,504 1,000 1,500 1,500 2,000 2,000 Clerk (PT) 20-29 10.00 -18.00 PER HOUR 0 0 0 SCHEDULE V -B TECHNICAL. ENGINEERING AND INSPECTION PERSONNEL NON-UNION EFFECTIVE FROM JANUARY 1, 2011 TO DECEMBER 31, 2011 HOURS ADDITIONAL LONGEVITY PER AFTER AFTER AFTER TITLE WEEK MINIMUM MIDPOINT MAXIMUM 10 YEARS 15 YEARS 20 YEARS Media Specialist 37.5 51,234 57,971 66,666 1,000 1,500 2,000 Police Social Worker 40.0 57.369 67,494 77,617 1,000 1,500 2,000 Information Technology Specialist 37.5 62,487 73,516 84,547 1,000 1,500 2,000 3-7:3 62;48-7 ,737-546 84444 4000 47300 2000 31,5 62487 .73;5.16 84543 4000 -400 2:009 373 333044 643,160 747470 400 4,300 2:000 Human Resource Specialist 37.5 52,326 61,557 70,794 1,000 1,500 2,000 Compensation Specialist 37.5 52,326 61,557 70,794 1,000 1,500 2,000 Community Social Worker 20 29,688 34,928 40,167 0 0 0 SECTION 2: If any paragraph, section, clause or provision of this Ordinance is held invalid, the remainder shall continue in full force and effect without affecting the validity of the remaining portions of the Ordinance. SECTION 3: That this Ordinance shall be in full force and effect from and after its passage, approval and publication in pamphlet form according to law. PASSED this day of , 2011. APPROVED this day of , 2011. VOTE: AYES NAYS ABSENT ATTEST: CITY CLERK Published in pamphlet form this day of , 2011. CITY CLERK Approved as to form: 9[94ila g David R. Wiltse, City Attorney MAYOR Legal\Ord\Special\Wage and Position Adj\Amend Salary Schedule IV B and V -B 2011 4 � CITY OF 4110 `\ 49a r NES DES PLAINES Consent Agenda Item #6 & 6a City of Des Plaines Public Works and Engineering Department 1420 Miner Street Des Plaines, IL 60016 Tel: 847-391-5390 Fax: 847-391-5619 MEMORANDUM Date: December 28, 2010 To: Jason Slowinski, Acting Ci Ref #: 10-274 From: Jon Duddles, P.E., Assistant r "'mor of Public Works and Engineering Cc: Timothy P. Oakley, P.E., CFM, Director of Public Works and Engineering49 Subject: Miner Street Pedestrian Refuge Median -- Design Engineering Recommendation Issue: In 2006, the City commissioned a Downtown Parking and Traffic Study, as a follow-up to the Metropolitan Square redevelopment. A key recommendation of the study was to construct a pedestrian refuge median in Miner Street, between Lee and Pearson Streets, to increase safety at this heavily -used mid -block crossing. Design of the improvement will be funded entirely from the City's Energy Efficiency and Conservation Block Grant funds. Analysis: This past year, the City secured approval from the US Department of Energy to allocate a portion of the City's Energy Efficiency and Conservation Block Grant (EECBG) funds for the design of the median. The City also met with staff from the Illinois Department of Transportation (IDOT), which has jurisdiction over Miner Street, and received verbal approval to proceed with the design. With funding and preliminary IDOT approval secured, the Public Works and Engineering Department solicited proposals from seven engineering consulting firms for the design of the pedestrian refuge median. In response to our request, we received proposals from five consultants: Christopher B. Burke Engineering, Civiltech Engineering, Gewalt Hamilton Associates, Spaceco and TranSystems The proposals ranged in cost from $9,851 to $42,193. A committee consisting of Director of Public Works and Engineering Oakley, Assistant Director of Public Works and Engineering Duddles, and Civil Engineer Peebles, was formed to review the proposals and select a consultant. In accordance with best practices for professional consulting service contracts, a qualifications based selection approach was used. Proposals were evaluated based upon professional and technical competence, related experience of the firm, experience of the project team, proposed Ref #: 10-274 Page 2 of 2 project approach, inclusion of the requested scope items, and other relevant criteria that emerged during the course of reviewing the proposals. The committee was unanimous in the selection of Christopher B. Burke Engineering (CBBEL) as the most qualified firm with the best proposal for this project. CBBEL submitted the second lowest cost proposal. Among the reasons for this selection are: • CBBEL has a demonstrated experience with local and recent median design projects. This includes projects targeted toward increasing safety for pedestrians. In addition to being functional, the sample CBBEL projects also showed attention to streetscape design. To this end, CBBEL has a landscape architect on staff and assigned to this project. • The CBBEL staff members assigned to the project have substantial experience with the design and permitting of similar projects. • CBBEL's proposal demonstrated an understanding of the project needs and the downtown context in which the project will be constructed. While the use of pedestrian refuge medians is in accordance with national best practices and is endorsed in the Federal Highway Administration's newly -issued Highway Safety Manual, this type of mid -block installation is relatively new to the Chicago region and to IDOT. While City staff have already met with multiple individuals and departments at IDOT and secured verbal approval to proceed with the design, there are still uncertainties associated with the IDOT permitting process for this project. The CBBEL proposal for the design on this project is $14,960.03. The City had originally reserved up to $30,000 of the EECBG grant for design on the project. Recommendation: Staff recommends acceptance of the design proposal from Christopher B. Burke Engineering, LTD., 9575 West Higgins Road, Suite 600, Rosemont, Illinois, 60018 in the not -to -exceed amount of $14,960.03. The design is to be funded entirely from the Energy Efficiency and Conservation Block Grant account. No local match is required. Attachments Vicinity Map CBBEL Design Proposal Purchase Order Resolution TPO/DAP h:\engineering\correspondence\city council meetng\2011\2-7-11\miner st ped refuge median proposals\1 miner st ped refuge median - council memo.docx „it ., STATEMENT OF QUALIFICATIONS & PROPOSAL I!' INER STREET PEDEK:R.:AN ET.ICE 1131E+;I.AN DECEMBER 15, 2010 SUBMITTED TO: DEREK PEEBLES, PE CITY OF DES PLAINES PUBLIC WORKS AND ENGINEERING DEPARTMENT 1420 MINER STREET DES PLAINES, IL 60016 SUBMITTED BY: G. MICHAEL ZIEGLER, PE, PTOE CHRISTOPHER B. BURKE ENGINEERING, LTD. 9575 W. HIGGINS ROAD, SUITE 600 ROSEMONT, IL 60018 847.823.0500 mziegler@cbbel.com CHRISTOPHER B. BURKE ENGINEERING, LTD. 9575 West Higgins Road Suite 600 Rosemont, Illinois 60018 TEL (847) 823-0500 FAX(847) 823-0520 December 15, 2010 City of Des Plaines Public Works and Engineering Department 1420 Miner Street Des Plaines, IL 60016 Attention: Derek Peebles, PE Subject: Statement of Qualifications and Proposal for Miner Street Pedestrian Refuge Median Dear Mr. Peebles: Christopher B. Burke Engineering, Ltd. (CBBEL) is pleased to submit our qualifications and price proposal to design and permit a mid -block pedestrian refuge median as indicated in the RFQ/P. We have a thorough understanding of the requirements for the project through our past experience on similar assignments. CBBEL has a clear understanding of the project scope and more importantly the project process which will include coordination and permitting with IDOT. In addition, we have already developed a sample design illustration for the pedestrian refuge median, which is included in the proposal, that will be refined to develop the City's preferred alternative for the project. We trust that the attached material will also display our understanding of the project, our expertise to perform the assignment, our commitment to complete the work to the satisfaction of the City, and our ability to complete the project in a timely manner. We have included the material you requested and have organized it as shown in our table of contents, which immediately follows this letter. We very much appreciate the opportunity to submit our proposal and look forward to continuing our working relationship with the City of Des Plaines. If you have any questions or need additional information, please do not hesitate to contact me or Mike Ziegler at (847) 823-0500. Sincer Christopher B. President 4111. pv40 47 L. rke, PhD, PE, • .ASCE PROPOSED SCOPE OF WORK INTRODUCTION: We understand that the City wants to construct a mid -block pedestrian refuge median on Miner Street adjacent to the Metra train station to facilitate the safe movement of pedestrians that access the station, various bus stops, local businesses and nearby residential areas. Miner Street (US Route 14) is under the jurisdiction of the Illinois Department of Transportation (IDOT). Therefore, close coordination with IDOT will be required to obtain approval of the plans and the issuance of a permit to perform any work within IDOT's right-of-way. It is anticipated that the proposed median design may incorporate some form of a raised planter median to accommodate ground plantings and other features. In addition, consideration needs to be given to pedestrian safety in terms of driver awareness of the crossing. We will discuss with IDOT their willingness to allow pedestrian actuated rapid flashing beacons to be installed on the Miner Street approaches to augment the pedestrian crossing pavement markings. PROJECT APPROACH: A primary focus of the project team will be early coordination with the City and IDOT with respect to the design of the median improvements, including its location to best serve pedestrian demand. In addition, the use of rapid flashing beacons and a landscaped median will need to be discussed with IDOT to obtain buy in prior to the preparation of plans. IDOT will require a permit to be issued for the proposed traffic signal improvements. Early coordination will include reviewing the proposed plan with Bureau of Traffic Operations staff, including their pedestrian safety engineer. In terms of design criteria, we will follow IDOT standards to the extent that they apply. The alternatives for the pedestrian refuge median include a standard concrete barrier curb median, a barrier median with brick pavers or a raised landscaped median. CBBEL has designed several median improvements both as part of streetscape projects and also as part of the establishment of quiet zones for several municipalities in Cook County. We are well versed in the design and permitting process with IDOT having permitted hundreds of projects over the last 15 years. We have a strong rapport with IDOT permit staff and have a thorough understanding of the highway design guidelines and specifications through our ongoing design projects within District 1. The application of the design guidelines coupled with the latest MUTCD requirements will need to be reviewed in terms of median taper, location, plantings, pedestrian facilities and ADA compliance as they relate to this project. We have developed a typical design illustration for the proposed pedestrian refuge median. It represents a strong visual tool that will be used to refine City preferred design alternative. This will allow the City to consider the various design options and cost implications of each alternative prior to commencing with the development of the formal median improvement plans. r BI: Miner Street Pedestrian Refuge Median PROPOSED SCOPE OF WORK SCOPE OF WORK: Task 1 — Data Collection: This task will include collecting existing roadway plans, traffic and pedestrian data, aerial photography and other related information data from IDOT and the City of Des Plaines. This data will be supplemented by a field reconnaissance of the area to verify existing conditions. In addition, an Origin/Destination (O/D) study will be conducted during the morning and evening peak hours with respect to pedestrian traffic demands that are associated with the train station, local bus stops, businesses and nearby residential areas. This will assess pedestrian travel patterns to assist with location of the midblock crossing and determine if other counter measures should be considered including modifications to bus routes and the location of bus stops in the study area. Task 2 — Topographic Survey: We will conduct a topographic survey of Miner Street within the limits of the project. This information will be used for the development of the median modification plans. The survey information will include horizontal and vertical alignment of Miner Street, drainage facilities, above and below ground utilities, existing right of way, lane usage and roadway cross sections at 25 foot intervals. The survey limits will extend 200 feet east and west of Metropolitan Way along Miner Street. CBBEL will establish the existing right of way based on monumentation found in the field, the plats of highway and other available recorded information. The centerline, including stationing, will be established in the field according to the existing plats of highways for Miner Street in the State Plane Coordinate System. Control points will also be established in the State Plane System within the project limits. CBBEL will establish vertical control to USGS datum along the project corridor. Task 3 — Median Improvement Plans: Upon completion of Tasks 1 and 2, we will proceed with the development of the base sheets and median improvement plans. The base sheets and plans will be prepared at a scale of 1"=20. Task 3.1 — Median Improvements: We will prepare the median improvement plans using the base sheet. The plans will be developed based on City and IDOT standards current at the time said plans are prepared. The median improvement plans will include the following: a. Title Sheet b General Notes and Summary of Quantities c. Preliminary, Pre -final and Final Median Improvement Plans d. Pavement Marking and Signage Plan y Miner Street Pedestrian Refuge Media PROPOSED SCOPE OF WORK e. Landscape Median Details f. ADA Ramp Details g. Technical specifications employing City and IDOT special provisions to the extent that they apply will be assembled Task 3.2 — Estimate of Cost: An engineer's opinion of probable construction cost will be prepared for the median improvements based on the final plans. Task 4 — Meetings: This task will include a variety of meetings that are anticipated as part of the project. We anticipate two meetings with the City, an initial project kick-off meeting to review the overall scope of the project and a plan review meeting to review design criteria. In addition, coordination meetings with PACE and representatives from the Des Plaines Casino are anticipated. Although, one of the meetings may be a joint meeting with PACE and representatives from the Casino two separate coordination meetings with each agency are included in our scope of work. We have also allocated one meeting with IDOT in conjunction with Task 6 of this proposal. Task 5 — Plan Submittals: We will submit preliminary, pre -final and final plans, specifications to IDOT and the City as the plans are completed and review comments are addressed. Task 6 — Coordination and Permits: In addition, we will coordinate plan submittals with IDOT regarding the submittal and review of plans as well as the permit and bond requirements for the project. The permit and bond requirements will be incorporated into the contract bid documents for use by the City. Any meetings required as part of this task will be included under Task 4. Miner Street Pedestrian Refuge Median MINER STREET (US ROUTE 14 ) PEDESTRIAN REFUGE MEDIAN DES PLAINES, IL Imo' Jun - Jul Aug Sep Oct N rn N DECEMBER 15, 2010 CHRISTOPHER B. BURKE ENGINEERING, LTD. d' C) l �I�4 • Q) N Cc) CD LO o r a - co 1. �f egress - Deadline iary b V done Jan I Feb I Mar (Apr M — 4 �- (O a, — M N Trask Name PROJECT KICK OFF MEETING DATA COLLECTION TOPOGRAPHIC SURVEY MEDIAN IMPROVEMENT PLANS SUBMITTAL OF PRELIMINARY PLANS/SPECFICATIONS CITY AND IDOT REVIEW PRE -FINAL PLANS SUBMITTAL OF PRE -FINAL PLANS/SPECIFICATIONS CITY AND IDOT REVIEW FINAL PLANS (SUBMITTAL OF FINAL PLANS/SPECIFICATIONS CITY AND IDOT REVIEW & APPROVAL 0 N CO co co r co co O `- N ORGANIZATIONAL STRUCTURE & RESUMES We have assembled a project team to best meet the needs of the City of Des Plaines and to take advantage of individuals' specific areas of expertise. Their experience in civil engineering design work will allow this project to be undertaken in a comprehensive and cost effective manner to the benefit of the City. An organizational chart is provided below illustrating the structure of the proposed team which will act as a unified team with the ability to give personal attention to the City of Des Plaines. The key personnel described below are extremely versatile in all of the components outlined in the RFQ/P. Our team experience and design strengths provide the ability to adapt to any type of traffic related project that may be assigned to us. We have provided brief staff biographies below for your reference and their detailed resumes are also included at the end of this section. Our current work commitments will allow us to undertake this project on an immediate basis. We will make this project a priority with regards to staffing and scheduling. Our goal is to create a seamless environment between the City, the County, and the Illinois Department of Transportation while delivering a quality, on-time project. 1r.• 1 r -,,441 G. Michael Ziegler, PE, PTOE TOOT PACE John Murphy, PE, PIS Jason Souden, PE Bryan Luke, PE Douglas Gotham, RLA, ASLA Miner Street Pedestrmn Refuge Median ORGANIZATIONAL STRUCTURE & RESUMES Name/Registration Yrs Exp/ T Firm G. Michael Ziegler, PE , PTOE 25/15 Municipal & County Project Experience Mr. Ziegler is a Vice President and Head of Traffic Operations, responsible for projects involving traffic signal and system design, intersection design studies, traffic operations analysis, signal system timing implementation and monitoring, and general traffic engineering studies. Mr. Ziegler serves as Project Manager for a wide variety of public sector traffic and transportation engineering projects and has successfully managed similar projects for IDOT, Lake County Division of Transportation, Cook County Highway Department, Kane County Division of Transportation and several local municipalities. Through his municipal experience, he understands the dynamics associated with municipal transportation systems and the need to balance modal demands. This includes accommodating pedestrian and bicyclists as well as a robust public transportation system. Mr. Ziegler is also certified as a Professional Traffic Operations Engineer and an IMSA level II signal technician. Jason Souden, PE 19/16 Bryan Luke, PE 14/6 Mr. Souden is the Civil Engineering Design Department Head which includes 10 civil engineers, 5 CADD technicians, 2 GIS specialists, and 1 landscape architect. Mr. Souden's experience covers a wide variety of civil and structural engineering projects. His responsibilities include civil and structural engineering project management and design. Civil engineering experience includes design of highways, local roads, parks, bicycle and multi -use trails/paths, stormwater management facilities, streambank stabilization projects, and utility projects. He has designed and managed projects for Lombard, Carol Stream, Schaumburg, Rolling Meadows, Vernon Hills, Rosemont, Bensenville, Naperville, IDOT, Lake County Division of Transportation, DuPage County Division of Transportation and Will County Department of Highways. Mr. Luke's responsibilities include civil project engineering and design. With 14 years of experience in construction and design, Mr. Luke has been involved in a wide variety of civil engineering projects and is familiar with IDOT standards. His experience includes planning and design of highways and local roads for the City of West Chicago, the Village of Northbrook, the Village of Lombard, Lake County Division of Transportation, WisDOT, Chicago Department of Transportation, IDOT, Cook County Highway Department, Lake County Forest Preserves, and ISTHA. Duties include preparation of construction plans, specifications and permits, site planning, agency coordination, and construction cost estimates. Experienced in roadway and utility design including Phase I design, Phase II design and Construction Oversight. Douglas Gotham, RLA, ASLA 31/6 Mr. Gotham is a Senior Landscape Architect with over 31 years of experience in the design of Public Landscape Architecture. He has worked on over 200 park and recreation projects throughout the Midwest. He has served as a public meeting facilitator, cost estimator, grant writer, project designer and project manager. Several of the projects have received Outstanding Facility Awards from the Illinois Park and Recreation Association (IPRA). Projects include Churchill Hunt Park in Gurnee; Sterling Park North and Washington Park in Downers Grove; 2 Miner Street Pedestrian Refuge Median ORGANIZATIONAL STRUCTURE & RESUMES Name/Registration Yrs Exp/ Firm John Murphy, PE, PLS 25/12 Municipal & County Project Experience and Big Rock Forest Preserve in Kane County. Doug has recently completed the landscape architecture for streetscape projects in Chicago, Rolling Meadows, Berwyn, Schaumburg, Roselle and Harwood Heights. Mr. Murphy is the Survey Department Head within the Civil Engineering Department. He currently manages all office personnel and three field crews. He coordinated layout procedures for IL Route 60 and Saunders Road Reconstruction in Lake Forest, DuPage Technology Park in West Chicago, Stearns Road in Kane County/Elgin. His staff also has worked on GIS projects for Clarendon Hills, Rolling Meadows, Huntley, and Glendale Heights. 3 Miner Street Pedestrian Refuge Median Exhibit A-1 W W LL w LL co J a H 0 N W U W N H Z J U) Z 0 LL 0 H 2 I- U) w I- U) 0 0 M O O w H CO CO O 0 re 0 H LL 0 uw = re a >o oV C- ) I- N N .C) C w 7 ▪ d C l0 m a CD 0 o w 5 Cf) O 00 C (0 9 m 2 C (0 W m a % OF GRAND TOTAL 14.47% I 20.57% 0 NO T T V' 0 N- CO M N 0.00% 100.00%I TOTAL (B -G) 2,165.32 (00 co• r O ('o 6,156.29 3,561.81 0 O O (0 Cr) eY ,- DBE TOTAL (H) o 0 0. SERVICES BY OTHERS (G) O O O Outside Direct Costs (F) 1 1,000.001 1,000.001 FIXED FEE (E) L 147.57 389.611 779.62 451.06 O o a0 CO T IN-HOUSE DIRECT COSTS (D) 0 0 0 OVERHEAD 8 FRINGE BENF (C) to T a) (f1 1,571.27 3,144.11 1,819.07 0 (0 N T r PAYROLL (B) 422.60 N (,- ui T. 2,232.56 I 1,291.68 5,062.561 MANHOURS (A) i 121 (0(OC)N 1241 w w t (Data Collection Topographic Survey Median Improvement Plans Meetings Subconsultant DL TOTALS a O o0m Printed 1/3/2011 11:42 AM w cos. mL. ƒ �2 2 0 00 U- 0 0 LU < LU U) 2 Co Printed 1/3/2011 11:42 AM 3< j e a K ■ ) ° Meetings 13 1:11 SI n: 0 cori ,- co ul _ °ul § 0 ■ J1- 1-N N Median Improvement Plan' ,CO co > - 1,2 © - © in .e ° r / to ( roa § @ CO @ N e 2 e o - ,- ,- r C to u, Topographic Survey 4 �� tri - co co - a. 0@ § § @ § 0 § ■ 0 . CO e `- n Data Collection .0 en 01& ° N1- § yi 01 _ es .e co a. @ § @ § § ■ 0 00 _ DI 1- TOTAL PROJECT RATES 7. CI 13) ,v 0)o 471 .-N 2 n(0 � _ ° O. al D1 E co £ k§ a @ m @ CD £ J e m CO @ 2 10 to ,_ Hours o22oR�0000000#�moo2 24 I 0000000 a AVG HOURLY RATES 70.00 CO030)PsCU)0—U)0U) CO a CD 58.55 #Pso��.-@w�c Kwdawa�w(06 #nnt0�nnnOct 40.75 31.75 K 48.50 43.25 oU)0N 'co dada stNoct - 42.48 CO s - w CJ 38.00 20.00 11 27.89 PAYROLL CLASSIFICATION • E k � 'Engineer VI Engineer V >2= CDCD0) §� moo www_ Env. Res. Spec. V Env. Res. Spec.IV Env. Res Spec. III Env. Res. Spec. I/II Env. Res Techniciar >-==_ >s>>s>.> 0) as , mmmmm_ >_ 0 , 0) m a as m Cad Manager (Asst. Cad Manager =— "0"0 (0 Uv Cad I Engineering Tech V Engineering Tech IV J Engineering Tech III Engineering Tech I/II GIS Specialist III GIS Specialist I/II Administrative TOTALS Printed 1/3/2011 11:42 AM CITY OF d n Mal 35 \DES PLAINES ) ILLINOIS 7 CITY OF DES PLAINES 1420 MINER STREET DES PLAINES, ILLINOIS 60016 TELEPHONE: (847) 391-5300 PURCHASE ORDER ORG. NO. 2330 ACCOUNT NO. 920110 PROJ1;('1' ('ODE EECBC DEPT/ DIVISION Engineering VENDOR # PURCHASE ORDER NO. ENC 11-03 VENDOR NAME Christopher B. Burke Engineering Ltd. SHIP TO EXTENDED A'1"I'N Design Engineering for Miner Street Pedestrian Refuge Median Project ADDRESS 9575 West Higgins Road, Suite 600 Per the Request for Proposal CITY, STATE, Rosemont, IL 60018 QUANTITY ITEM / DESCRIPTION UNIT COST EXTENDED I Design Engineering for Miner Street Pedestrian Refuge Median Project $14,960,03 Per the Request for Proposal 0.00 0.00 0.00 0.00 0.00 APPROVED BY MAYOR & CITY COUNCIL ON NOT TO EXCEED - $14,960.03 0.00 0.00 0.00 0.00 0.00 SUB -TOTAL $14,960.03 SHIPPING / OTHER TOTAL $14,960.03 DATE REQUESTED BY DEPARTMENT HEAD FINANCE DIRECTOR CITY MANAGER 1/6/11 Derek Peebles, P.E. TIMOTHY P. OAKLEY PAGE 1 OF 2 Effective 01/01/09 VENDOR SECTION I. ('RICE $30,000.00 CONTACT PERSON ❑ VENDOR NAME Christopher B. Burke Engineering Ltd. PI ZONE (847) 823-0500 ADDRESS 9575 West Higgins Road, Suite 600 FAX (847) 823-0520 CITY, STATE, z.IP Rosemont, IL 60018 EMAIL // EXPLANATION: Qualification based selection of consultant 2. PRICE CON I'AC'I' PERSON VENDOR NAME Gewalt Hamilton Associates, Inc PHONE (847) 478-9700 ADDRESS 850 Forest Edge Drive FAX (847) 478-9701 CITY, STATE, ZIP Vernon Hills, IL 60061 EMAIL 3. PRICE CONTACT PERSON VENDOR NAME TranSystems PHONE 847-605-9600 ADDRESS East Woodfield Road, Suite 600 FAX FAX 847-605-9610 CITY, STATE, LIP Schaumburg, IL 60173-5440 EMAIL VENDOR RECOMMENDED Christopher B. Burke Engineering Ltd. TOTAL AMOUNT BUDGETED $30,000.00 OTHER PROJECT COSTS ❑ ONGOING OPERATING COSTS ❑ THIS PURCHASE AND OTHER PROJECT COSTS ARE EXPECTED TO REMAIN WITHIN THE BUDGET: (CHECK BOX) ® YES ❑ NO PLEASE MARK ALL BOXES BELOW THAT APPLY TO THIS PURCHASE: ❑ APPROVAL OF LOWEST RESPONSIBLE BIDDER ❑ NO PROFESSIONAL SERVICES CONSULTING 0 ❑ EMERGENCY PURCHASE ❑ SOLE SOURCE SUPPLIER ❑ EQUIPMENT STANDARDIZATION ❑ TECHNICAL NATURE OF ITEMS MAKES COMPETITION IMPOSSIBLE ❑ JOINT GOVERNMENT PURCHASING PROGRAM OTHER (PLEASE EXPLAIN BELOW) // EXPLANATION: Qualification based selection of consultant FOR PURCHASES OVER $10,000 A FORMAL REQUEST FOR A RESOLUTION HAS BEEN SUBMITTED TO LEGAL: (CHECK BOX) ►1 YES ❑ NO THIS ITEM HAS BEEN PLACED ON CONSENT AGENDA: (CHECK BOX) ❑ NO 1 YES DATE REQUESTED BY DEPARTMENT HEAD FINANCE DIRECTOR CITY MANAGER 1/6/11 Derek Peeble TIMOTHY P. OAKLEY, P.E. CFM PAGE 2 OF 2 Effective 01/01/09 CITY OF DES PLAINES RESOLUTION R - 15 -11 A RESOLUTION AUTHORIZING THE EXECUTION OF AN AGREEMENT WITH CHRISTOPHER B. BURKE ENGINEERING, LTD. FOR DESIGN SERVICES FOR THE MINER STREET PEDESTRIAN REFUGE MEDIAN. WHEREAS, Article VII, Section 10 of the 1970 Illinois Constitution authorizes the City of Des Plaines to contract with individuals, associations and corporations, in any manner not prohibited by law or ordinance; and WHEREAS, in 2006, the Downtown Parking and Traffic Study recommended the construction of a pedestrian refuge median on Miner Street, between Lee and Pearson Streets, to increase the safety at the heavily -used mid -block crossing; and WHEREAS, the City secured approval from the US Department of Energy to allocate a portion of the City's Energy Efficiency and Conservation Block Grant (EECBG) funds for the design of the median. The City also met with staff from the Illinois Department of Transportation (IDOT), which has jurisdiction over Miner Street, and received verbal approval to proceed with the design; and WHEREAS, the Public Works and Engineering Department solicited proposals from seven engineering consulting firms for the design of a pedestrian refuge median and five consultants responded; and WHEREAS, City Staff determined that Christopher B. Burke Engineering, LTD, is the most qualified firm with the best proposal to design the project; and WHEREAS, it is in the best interest of the City to accept the proposal of Christopher B. Burke Engineering, LTD., for design services for the pedestrian refuge median in Miner Street, between Lee and Pearson Streets and to authorize the Finance Director to issue payment to Christopher B. Burke Engineering, LTD., in an amount not to exceed $14,960.03, which will be funded entirely through EECBG funds; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Des Plaines, County of Cook, Illinois, in the exercise of its home rule powers, as follows: SECTION 1: That the recitals set forth herein above are incorporated herein by reference as the factual basis for this transaction. 1 SECTION 2: That in the best interest of the City, the City Council hereby accepts the proposal from Christopher B. Burke Engineering, LTD., for design services for the pedestrian refuge median in Miner Street, between Lee and Pearson Streets and authorizes the Acting City Manager to execute the General Terms and Conditions, a copy of which is attached hereto and made a part hereof as Exhibit "A.". SECTION 3: That the Director of Finance is hereby authorized to issue payment to Christopher B. Burke Engineering, LTD., 9575 West Higgins Road, Suite 600, Rosemont, Illinois, 60018 in an amount not to exceed $14,960.03. SECTION 4: That this Resolution shall be in full force and effect from and after its passage and approval according to law. PASSED this day of , 2011. APPROVED this day of , 2011. VOTE: AYES NAYS ABSENT ATTEST: Approved as to form: MAYOR CITY CLERK David R. Wiltse, City Attorney LegahRes\2011 \Chris Burke Engineering Miner St Pedestrian Refuge Median 2 CHRISTOPHER B. BURKE ENGINEERING, LTD. GENERAL TERMS AND CONDITIONS 1 Relationship Between Engineer and Client: Christopher B. Burke Engineering, Ltd. (Engineer) shall serve as Client's professional engineer consultant in those phases of the Project to which this Agreement applies. This relationship is that of a buyer and seller of professional services and as such the Engineer is an independent contractor in the performance of this Agreement and it is understood that the parties have not entered into any joint venture or partnership with the other. The Engineer shall not be considered to be the agent of the Client. Nothing contained in this Agreement shall create a contractual relationship with a cause of action in favor of a third party against either the Client or Engineer. Furthermore, causes of action between the parties to this Agreement pertaining to acts of failures to act shall be deemed to have accrued and the applicable statute of limitations shall commence to run not later than the date of substantial completion. 2. Responsibility of the Engineer: Engineer will strive to perform services under this Agreement in accordance with generally accepted and currently recognized engineering practices and principles, and in a manner consistent with that level of care and skill ordinarily exercised by members of the profession currently practicing in the same locality under similar conditions. No other representation, express or implied, and no warranty or guarantee is included or intended in this Agreement, or in any report, opinion, document, or otherwise. Notwithstanding anything to the contrary which may be contained in this Agreement or any other material incorporated herein by reference, or in any Agreement between the Client and any other party concerning the Project, the Engineer shall not have control or be in charge of and shall not be responsible for the means, methods, techniques, sequences or procedures of construction, or the safety, safety precautions or programs of the Client, the construction contractor, other contractors or subcontractors performing any of the work or providing any of the services on the Project. Nor shall the Engineer be responsible for the acts or omissions of the Client, or for the failure of the Client, any architect, engineer, consultant, contractor or subcontractor to carry out their respective responsibilities in accordance with the Project documents, this Agreement or any other agreement concerning the Project. Any provision which purports to amend this provision shall be without effect unless it contains a reference that the content of this condition is expressly amended for the purposes described in such amendment and is signed by the Engineer. 3, Changes: Client reserves the right by written change order or amendment to make changes in requirements, amount of work, or engineering time schedule adjustments, and Engineer and Client shall negotiate appropriate adjustments acceptable to both parties to accommodate any changes, if commercially possible. 4. Suspension of Services: Client may, at any time, by written order to Engineer (Suspension of Services Order) require Engineer to stop all, or any part, of the services required by this Agreement. Upon receipt of such an order, Engineer shall immediately comply with its terms and take all reasonable steps to minimize the costs associated with the services affected by such order. Client, however, shall pay all costs incurred by the suspension, including all costs necessary to maintain continuity and for the resumptions Exhibit "A' 1 of the services upon expiration of the Suspension of Services Order. Engineer will not be obligated to provide the same personnel employed prior to suspension, when the services are resumed, in the event that the period of suspension is greater than thirty (30) days. 5. Termination: This Agreement may be terminated by either party upon thirty (30) days written notice in the event of substantial failure by the other party to perform in accordance with the terms hereof through no fault of the terminating party. This Agreement may be terminated by Client, under the same terms, whenever Client shall determine that termination is in its best interests. Cost of termination, including salaries, overhead and fee, incurred by Engineer either before or after the termination date shall be reimbursed by Client. 6. Documents Delivered to Client: Drawings, specifications, reports, and any other Project Documents prepared by Engineer in connection with any or all of the services furnished hereunder shall be delivered to the Client for the use of the Client. Engineer shall have the right to retain originals of all Project Documents and drawings for its files. Furthermore, it is understood and agreed that the Project Documents such as, but not limited to reports, calculations, drawings, and specifications prepared for the Project, whether in hard copy or machine readable form, are instruments of professional service intended for one-time use in the construction of this Project. These Project Documents are and shall remain the property of the Engineer. The Client may retain copies, including copies stored on magnetic tape or disk, for information and reference in connection with the occupancy and use of the Project. When and if record drawings are to be provided by the Engineer, Client understands that information used in the preparation of record drawings is provided by others and Engineer is not responsible for accuracy, completeness, nor sufficiency of such information. Client also understands that the level of detail illustrated by record drawings will generally be the same as the level of detail illustrated by the design drawing used for project construction. If additional detail is requested by the Client to be included on the record drawings, then the Client understands and agrees that the Engineer will be due additional compensation for additional services. It is also understood and agreed that because of the possibility that information and data delivered in machine readable form may be altered, whether inadvertently or otherwise, the Engineer reserves the right to retain the original tapes/disks and to remove from copies provided to the Client all identification reflecting the involvement of the Engineer in their preparation. The Engineer also reserves the right to retain hard copy originals of all Project Documentation delivered to the Client in machine readable form, which originals shall be referred to and shall govern in the event of any inconsistency between the two. The Client understands that the automated conversion of information and data from the system and format used by the Engineer to an alternate system or format cannot be accomplished without the introduction of inexactitudes, anomalies, and errors. In the event Project Documentation provided to the Client in machine readable form is so converted, the Client agrees to assume all risks associated therewith and, to the fullest 2 extent permitted by law, to hold harmless and indemnify the Engineer from and against all claims, liabilities, losses, damages, and costs, including but not limited to attorney's fees, arising therefrom or in connection therewith. The Client recognizes that changes or modifications to the Engineer's instruments of professional service introduced by anyone other than the Engineer may result in adverse consequences which the Engineer can neither predict nor control. Therefore, and in consideration of the Engineer's agreement to deliver its instruments of professional service in machine readable form, the Client agrees, to the fullest extent permitted by law, to hold harmless and indemnify the Engineer from and against all claims, liabilities, losses, damages, and costs. The foregoing indemnification applies, without limitation, to any use of the Project Documentation on other projects, for additions to this Project, or for completion of this Project by others, excepting only such use as may be authorized, in writing, by the Engineer. 7_ Reuse of Documents: All Project Documents including but not limited to reports, opinions of probable costs, drawings and specifications furnished by Engineer pursuant to this Agreement are intended for use on the Project only. They cannot be used by Client or others on extensions of the Project or any other project. Any reuse, without specific written verification or adaptation by Engineer, shall be at Client's sole risk, and Client shall indemnify and hold harmless Engineer from all claims, damages, losses, and expenses including attorney's fees arising out of or resulting therefrom. The Engineer shall have the right to include representations of the design of the Project, including photographs of the exterior and interior, among the Engineer's promotional and professional materials. The Engineer's materials shall not include the Client's confidential and proprietary information if the Client has previously advised the Engineer in writing of the specific information considered by the Client to be confidential and proprietary. 8. Standard of Practice: The Engineer will strive to conduct services under this agreement in a manner consistent with that level of care and skill ordinarily exercised by members of the profession currently practicing in the same locality under similar conditions as of the date of this Agreement. 9. Compliance With Laws: The Engineer will strive to exercise usual and customary professional care in his/her efforts to comply with those laws, codes, ordinance and regulations which are in effect as of the date of this Agreement. With specific respect to prescribed requirements of the Americans with Disabilities Act of 1990 or certified state or local accessibility regulations (ADA), Client understands ADA is a civil rights legislation and that interpretation of ADA is a legal issue and not a design issue and, accordingly, retention of legal counsel (by Client) for purposes of interpretation is advisable. As such and with respect to ADA, Client agrees to waive any action against Engineer, and to indemnify and defend Engineer against any claim arising from Engineer's alleged failure to meet ADA requirements prescribed. Further to the law and code compliance, the Client understands that the Engineer will strive to provide designs in accordance with the prevailing Standards of Practice as previously set forth, but that the Engineer does not warrant that any reviewing agency 3 having jurisdiction will not for its own purposes comment, request changes and/or additions to such designs. In the event such design requests are made by a reviewing agency, but which do not exist in the form of a written regulation, ordinance or other similar document as published by the reviewing agency, then such design changes (at substantial variance from the intended design developed by the Engineer), if effected and incorporated into the project documents by the Engineer, shall be considered as Supplementary Task(s) to the Engineer's Scope of Service and compensated for accordingly. 10. Indemnification: Engineer shall indemnify and hold harmless Client up to the amount of this contract fee (for services) from loss or expense, including reasonable attomey's fees for claims for personal injury (including death) or property damage to the extent caused by the sole negligent act, error or omission of Engineer. Client shall indemnify and hold harmless Engineer under this Agreement, from loss or expense, including reasonable attomey's fees, for claims for personal injuries (including death) or property damage arising out of the sole negligent act, error omission of Client. In the event of joint or concurrent negligence of Engineer and Client, each shall bear that portion of the loss or expense that its share of the joint or concurrent negligence bears to the total negligence (including that of third parties), which caused the personal injury or property damage. Engineer shall not be liable for special, incidental or consequential damages, including, but not limited to loss of profits, revenue, use of capital, claims of customers, cost of purchased or replacement power, or for any other loss of any nature, whether based on contract, tort, negligence, strict liability or otherwise, by reasons of the services rendered under this Agreement. 11. Opinions of Probable Cost: Since Engineer has no control over the cost of labor, materials or equipment, or over the Contractor(s) method of determining process, or over competitive bidding or market conditions, his/her opinions of probable Project Construction Cost provided for herein are to be made on the basis of his/her experience and qualifications and represent his/her judgement as a design professional familiar with the construction industry, but Engineer cannot and does not guarantee that proposal, bids or the Construction Cost will not vary from opinions of probable construction cost prepared by him/her. If prior to the Bidding or Negotiating Phase, Client wishes greater accuracy as to the Construction Cost, the Client shall employ an independent cost estimator Consultant for the purpose of obtaining a second construction cost opinion independent from Engineer. 12. Governing Law & Dispute Resolutions: This Agreement shall be governed by and construed in accordance with Articles previously set forth by (Item 9 of) this Agreement, together with the laws of the State of Illinois. 4 13. Successors and Assigns: The terms of this Agreement shall be binding upon and inure to the benefit of the parties and their respective successors and assigns: provided, however, that neither party shall assign this Agreement in whole or in part without the prior written approval of the other. 14. Waiver of Contract Breach: The waiver of one party of any breach of this Agreement or the failure of one party to enforce at any time, or for any period of time, any of the provisions hereof, shall be limited to the particular instance, shall not operate or be deemed to waive any future breaches of this Agreement and shall not be construed to be a waiver of any provision, except for the particular instance. 15. Entire Understanding of Agreement: This Agreement represents and incorporates the entire understanding of the parties hereto, and each party acknowledges that there are no warranties, representations, covenants or understandings of any kind, matter or description whatsoever, made by either party to the other except as expressly set forth herein. Client and the Engineer hereby agree that any purchase orders, invoices, confirmations, acknowledgments or other similar documents executed or delivered with respect to the subject matter hereof that conflict with the terms of the Agreement shall be null, void and without effect to the extent they conflict with the terms of this Agreement. 16. Amendment: This Agreement shall not be subject to amendment unless another instrument is duly executed by duly authorized representatives of each of the parties and entitled "Amendment of Agreement". 17. Severability of Invalid Provisions: If any provision of the Agreement shall be held to contravene or to be invalid under the laws of any particular state, county or jurisdiction where used, such contravention shall not invalidate the entire Agreement, but it shall be construed as if not containing the particular provisions held to be invalid in the particular state, country or jurisdiction and the rights or obligations of the parties hereto shall be construed and enforced accordingly. 18. Force Majeure: Neither Client nor Engineer shall be liable for any fault or delay caused by any contingency beyond their control including but not limited to acts of God, wars, strikes, walkouts, fires, natural calamities, or demands or requirements of governmental agencies. 19. Subcontracts: Engineer may subcontract portions of the work, but each subcontractor must be approved by Client in writing. 20. Access and Permits: Client shall arrange for Engineer to enter upon public and private property and obtain all necessary approvals and permits required from all governmental authorities having jurisdiction over the Project. Client shall pay costs (including Engineer's employee salaries, overhead and fee) incident to any effort by Engineer toward assisting Client in such access, permits or approvals, if Engineer perform such services. 21. Designation of Authorized Representative: Each party (to this Agreement) shall designate one or more persons to act with authority in its behalf in respect to appropriate 5 aspects of the Project. The persons designated shall review and respond promptly to all communications received from the other party. 22. Notices: Any notice or designation required to be given to either party hereto shall be in writing, and unless receipt of such notice is expressly required by the terms hereof shall be deemed to be effectively served when deposited in the mail with sufficient first class postage affixed, and addressed to the party to whom such notice is directed at such party's place of business or such other address as either party shall hereafter furnish to the other party by written notice as herein provided. 23. Limit of Liability: The Client and the Engineer have discussed the risks, rewards, and benefits of the project and the Engineer's total fee for services. In recognition of the relative risks and benefits of the Project to both the Client and the Engineer, the risks have been allocated such that the Client agrees that to the fullest extent permitted by law, the Engineer's total aggregate liability to the Client for any and all injuries, claims, costs, losses, expenses, damages of any nature whatsoever or claim expenses arising out of this Agreement from any cause or causes, including attorney's fees and costs, and expert witness fees and costs, shall not exceed the total Engineer's fee for professional engineering services rendered on this project as made part of this Agreement. Such causes included but are not limited to the Engineer's negligence, errors, omissions, strict liability or breach of contract. It is intended that this limitation apply to any and all liability or cause of action however alleged or arising, unless otherwise prohibited by law. 24. Client's Responsibilities: The Client agrees to provide full information regarding requirements for and about the Project, including a program which shall set forth the Client's objectives, schedule, constraints, criteria, special equipment, systems and site requirements. 25. Information Provided by Others: The Engineer shall indicate to the Client the information needed for rendering of the services of this Agreement. The Client shall provide to the Engineer such information as is available to the Client and the Client's consultants and contractors, and the Engineer shall be entitled to rely upon the accuracy and completeness thereof. The Client recognizes that it is impossible for the Engineer to assure the accuracy, completeness and sufficiency of such information, either because it is impossible to verify, or because of errors or omissions which may have occurred in assembling the information the Client is providing. Accordingly, the Client agrees, to the fullest extent permitted by law, to indemnify and hold the Engineer and the Engineer's subconsultants harmless from any claim, liability or cost. 26. Payment: Client shall be invoiced once each month for work performed during the preceding period. Client agrees to pay each invoice within forty-five (45) days of its receipt. Suspension of Services. If the Client fails to make payments when due or otherwise is in breach of this Agreement, the Engineer may suspend performance of services upon five (5) calendar days' notice to the Client. The Engineer shall have no liability whatsoever to the Client for any costs or damages as a result of such suspension caused by any breach of this Agreement by the 6 Client. Client will reimburse Engineer for all associated costs as previously set forth in (Item 4 of) this Agreement. January 26, 2011 7 We will bill establish our contract in accordance with the attached General Terms and Conditions. These General Terms and Conditions are expressly incorporated into and are an integral part of this contract for professional services. Please sign and return one copy of this agreement -as an indication of acceptance and notice to proceed: Please feel free to contact us anytime. Sincerely, Christopher B..Burke, PhD, PE, D.WRE, F.ASCE President Encl. Schedule of Charges General Terms and Conditions THIS PROPOSAL, SCHEDULE OF CHARGES AND GENERAL TERMS AND CONDITIONS ACCEPTED FOR CITY OF DES PLAINES BY: TITLE: DATE: CITY OF Consent Agenda Item #7 & 7a _ City of Des Plaines Police Department 1420 Miner Street DES PLAINES Des Plaines, IL 60016 ILLINOIS Tel: 847-391-5400 Fax 847-391-5463 MEMORANDUM Date: December 30, 2010 To: Acting City Manager Jaso From: Chief Jim Prandini, Subj: Request Authorization to Purchase Public Safety Scheduling Software Issue: Shift scheduling for officers assigned to the three shifts in the Patrol Division is a time consuming process due to our current system. This memorandum will outline the police department's request to purchase software that will streamline the scheduling process and reduce the amount of time spent by the records section to process individual time -sheets. This purchase will be made with federal asset forfeiture funds. Analysis: Currently, watch commanders in the patrol division complete their monthly schedule and shift assignments in hand-written form. and manually enter this information into the computer. Improved software programs have been developed to reduce the amount of time spent on the scheduling process by downloading officer's shift rotations for the year and tracking overtime / benefit time. Additionally, these programs allow the officers to review their benefit time, regular days off, compensatory time and any changes made to the schedule (due to unforeseen circumstances) in real-time, as it can be accessed through the internet. Current software programs also benefit the payroll process by eliminating the duplication of data entry and handwritten time -sheets that are currently used ]'racking of overtime can also be completed accurately and efficiently. Deputy Chief Kozak and the three watch commanders researched scheduling software programs for efficiency and cost effectiveness. 1 he following quotes were obtained: Visual Computer Solutions $20,200.00 Tele -Staff $37,700.00 Intelli-Time $65,460.00 The lowest quote and most advantageous program for use by the police department has been received from Visual Computer Solutions. Information Technology Director Michael Duebner was also consulted during this process and recommended the purchase of this software for the department's current and future needs. Recommendation: The police department is seeking authorization to purchase the scheduling software program offered by Visual Computer Solutions, 4400 US Highway 9 South, Suite 3500, Freehold, New Jersey 07728 in the amount of $20,200.00. This expenditure will be funded through federal asset forfeiture accounts at no cost to budgeted funds. Attachments Resolution Vendor Quote Purchase Order CITY OF DES PLAINES RESOLUTION R - 11 - 11 A RESOLUTION AUTHORIZING THE PURCHASE OF PUBLIC SAFETY SCHEDULING SOFTWARE FROM VISUAL COMPUTER SOLUTIONS, INC. FOR THE POLICE DEPARTMENT. 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, shift scheduling for the Police Department's three shifts is a time consuming process, which is currently done by hand before being entered into the computer; and WHEREAS, software programs have been developed to reduce the amount of time spent on the scheduling process; and WHEREAS, the Police Department researched several scheduling software programs for efficiency and cost effectiveness and obtained quotes from three vendors; and WHEREAS, the lowest responsible quote for scheduling software for the Police Department was submitted by Visual Computer Solutions, Inc. in an amount not to exceed $20,200.00; and WHEREAS, it is in the best interest of the City accept the lowest responsible quote from Visual Computer Solutions, Inc., to authorize the purchase of scheduling software from Visual Computer Solutions, Inc. at a cost not to exceed $20,200.00 for the Police Department and to authorize the Director of Finance to issue payment to Visual Computer Solutions, Inc. in an amount not to exceed $20,200.00; 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: That the recitals set forth herein above are incorporated herein by reference. SECTION 2: That in the best interest of the City, the City Council hereby authorizes the purchase of scheduling software from Visual Computer Solutions, Inc. for the Police Department 1 at a cost not to exceed $20,200.00, and that the Acting City Manager is hereby authorized to execute any and all contract documents. SECTION 3: That the Director of Finance is hereby authorized to issue payment to Visual Computer Solutions, Inc., 4400 U.S. Highway 9 South, Suite 3500, Freehold, New Jersey 07728, in an amount not to exceed $20,200.00. SECTION 4: That this Resolution shall be in full force and effect from and after its passage and approval according to law. PASSED this day of , 2011. APPROVED this day of , 2011. VOTE: AYES NAYS ABSENT ATTEST Approved as to form: CITY CLERK Legal\Res\201 I\Public Safety Scheduling Software Purchase MAYOR David R. Wiltse, City Attorney 2 Police Officer Scheduling System Unlimited Workstations; Full Module Capabilities Employee Count: Approximately 120 A. Software License Fees Poss POSS Scheduling System POSS Scheduling Software: Unlimited Workstations $12,000 Modules POSS Web Internet Portal $1,200 Timesheets/Payroll $1,200 Software Total $14,400 B. System Training Online Installation, Data Configuration & Schedule Build Training $1,000 3 Days Onsite Training $4,800 Full Implementation Plan for 100 employees Included implementation Total $5,800 Complete POSS Solution Total $20,200 C. Annual Support & Upgrade Plan (Included year 1) Unlimited support Frequent upgrades and enhancements Training Video Library Optional - Annual Support & Upgrade plan starting year two $2,880 per year. NOTES ► Need Budget options? Ask about our three year interest free financing plans. ► Interested in utilizing State Contracts? VCSI works with several Software Resellers who have State Contracts for software purchases. Call us or e-mail infoPvcssoftware.com to find out more. ► Want to apply for a grant? Try www.grants.gov or www.ncirs.gov/fedgrant.html Third Party Software. POSS software uses Microsoft SQL Server. The cost for SQL Server, as well as its client access license (CAL), is not included in this proposal. The purchase and viability of SQL Server is the responsibility of the client. Microsoft also offers a version of SQL Server, which is called SQL Server Express. SQL Server Express can be downloaded for free from Microsoft. Client must check with their database administrator to see if SQL Server, as well as enough CALs, already exists within Client's network. Confidential Page 11 4400 US HIGHWAY 9 SO ,TH SUITE 3500 FREEHOLD, NJ 07728 888-864-4144 I WWW.POLICESCHEDULING.COM CITY OF DES PLAINES ILLINOIS ORG. NO. I ACCOUNT NO. 1212 2082 CITY OF DES PLAINES 1420 MINER STREET DES PLAINES, ILLINOIS 60016 TELEPHONE: (847) 391-5300 PURCHASE ORDER PROJECT CODE DEPT / DIVISION Police VENDOR NO. PURCHASE ORDER NO. MK12128110 VENDOR NAME Vival Computer Solutions SHIP TO EXTENDED ATTN Police Officer Scheduling System 20,200.00 ADDRESS 4400 US Highway 9 South CITY, STATE, ZIP Freehold, New Jersey 07728 QUANTITY ITEM / DESCRIPTION UNIT COST EXTENDED 1 Police Officer Scheduling System 20,200.00 20,200.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 SUB -TOTAL 20,200.00 SHIPPING / OTHER TOTAL. $20,200.0 0 DATE REQUESTED BY ' --B ' ; TMENT HEAD FINANCE DIRECTOR CITY MANAGER 12/28/10 M.Kozak PAGE 1 OF 2 Effective 01/01(09 VENDOR SECTION 1. PRICE $20,200.00 CONTACT PERSON Aaron Sullivan VENDOR NAME Visual Computer Solutions PHONE 732-730-9009 ADDRESS 4400 US Highway 9 South FAX 732-730-1661 CITY, STATE, ZIP Freehold, New Jersey 07728 EMAIL asullivan@vcssoftware.com EXPLANATION: 2. PRICE $34,700.00 CONTACT PERSON Tenley Glisson VENDOR NAME TeleStaff PHONE 800-850-7374 ADDRESS 50 Corporate Park FAX 714-703-3081 CITY, STATE, ZIP Irvine, CA 92606 EMAIL tenleyg@telestaff.com 3. PRICE $65,460.00 CONTACT PERSON Dennis Peters VENDOR NAME Intellitime Systems Corp. PHONE 714-444-3020 ADDRESS 3700 S. Susan St. #250 FAX 714-444-3263 CITY, STATE, ZIP Santa Ana, CA 92704 EMAIL dpeters@intellitime.com VENDOR Visual Computer Solutions TOTAL AMOUNT $20,200.00 RECOMMENDED 4 BUDGETED EMERGENCY PURCHASE OTHER PROJECT COSTS $0.00 ONGOING OPERATING $2,880.00 ❑ TECHNICAL NATURE OF ITEMS MAKES COMPETITION IMPOSSIBLE COSTS JOINT GOVERNMENT PURCHASING PROGRAM THIS PURCHASE AND OTHER PROJECT COSTS ARE EXPECTED TO REMAIN WITHIN THE BUDGET: (CHECK BOX) ® YES ❑ NO PLEASE MARK ALL BOXES BELOW THAT APPLY TO THIS PURCHASE: REQUESTED BY APPROVAL OF LOWEST RESPONSIBLE BIDDER ❑ PROFESSIONAL SERVICES CONSULTING 4 ❑ EMERGENCY PURCHASE ❑ SOLE SOURCE SUPPLIER ❑ EQUIPMENT STANDARDIZATION ❑ TECHNICAL NATURE OF ITEMS MAKES COMPETITION IMPOSSIBLE ❑ JOINT GOVERNMENT PURCHASING PROGRAM ❑ OTHER (PLEASE EXPLAIN BELOW) EXPLANATION: FOR PURCHASES OVER $10,000 A FORMAL REQUEST FOR A RESOLUTION HAS BEEN SUBMITTED TO LEGAL. (CHECK BOX) ® YES ❑ NO THIS ITEM HAS BEEN PLACED ON CONSENT AGENDA (CHECK BOX) ® YES ❑ NO DATE REQUESTED BY DEPARTMENT HEAD FINANCE DIRECTOR CITY MANAGER 212 PAGE 2 OF 2 Effective 01/01 09 CITY OF DES PLAINES ILLINOIS Consent Agenda Item #8 & 8a City of Des Plaines Police Department 1420 Miner Street Des Plaines, IL 60016 Tel. 847-391-5400 Fax: 847-391-5463 MEMORANDUM Date: January 18, 2011 To: Acting City Manager Jaowinski From: Chief Jim Pran• ini Subj: Award Bid for Painting and Carpet Installation at the Police Department Issue: On Monday, November 15, 2010, the City Council authorized the police department to advertise for bid to select a vendor to paint and install new carpeting in the station. One hundred and thirty (130) vendors were initially contacted through the City Clerk's Office and this memorandum will outline the selection of the lowest responsible bid, which will be funded with federal asset forfeiture monies — at no cost to the City of Des Plaines 2011 budget. Analysis: As part of the city's infrastructure, the police department is a public building that is accessible to police officers, citizens and city officials. It is important to maintain this building as an environment that is safe and presentable to all employees and visitors who conduct business in the station. Over the years, the carpeting on the first and second floors of the station has become worn, frayed and uneven in several offices and hallways. This type of hazard poses a risk for injury to employees, prisoners or visitors. The general appearance of most offices and hallways is dingy and in need of repair as they have not been painted in several years. The need to paint and install new carpeting is most evident on the first floor as this area is used on a twenty-four hour basis . every day of the year. Bids were requested from vendors who could perform both painting and carpet installation services. Furniture, workstations and file cabinets have to be relocated for both phases of this project. This has to be accomplished in time frame that would limit the disruption of routine activity in the station -- especially on the first floor. One hundred and thirty (130) vendors were contacted through the City Clerk's Office and the bid was posted on the City of Des Plaines web -site as well On November 29, 2010, eighteen (18) vendors attended the mandatory meeting to tour the station and six (6) ultimately submitted bids by the December 15, 2010 deadline. Only two (2) vendors were able to meet the bid specifications, which specifically requested their ability to perform both painting and carpet installation. Two vendors met the qualifications as follows: AAA Paint Company Wheaton, Illinois Bid: $79,900.00 Leopardo Companies, Inc. Hoffman Estates, Illinois Bid: $64,850.00 Bids were received from four vendors who could only complete one phase of the project as follows: Am Coat Painting, Inc. Homer Glen, Illinois Bid: $25,558.00 Painting only Flooring Enterprises, Inc. Elk Grove Village, Illinois Bid: $47,800.00 Carpet only Triangle Painting Company Schaumburg, Illinois Bid: $25,800.00 Painting only Scharm Floor Covering Des Plaines, Illinois Bid: $40,706.00 Carpet only Bid specifications indicated qualified vendors must be able to provide labor, materials and equipment for the painting and carpet installation on the first and second floors of the police department. It is important that the vendor selected from this bid process can accommodate all facets of this project — including the responsibilities of general manager to coordinate both phases and limit disruption to the operation of the department. References provided by both vendors who met the bid specifications were reviewed to the satisfaction of the police department. It is in the best interest of the department to select the lowest responsible bid, which was provided by Leopardo Companies, Inc. Recommendation: In an effort to complete this project in a timely manner, it is important to select a vendor who has experience in a municipal infrastructure environment. The bid process for this project revealed that Leopardo Companies, Inc. meets all of the qualifications set forth and the department is recommending their selection as the lowest responsible bidder. I hereby seek authorization to award this bid to Leopardo Companies, Inc. 5200 Prairie Stone Parkway, Hoffman Estates, Illinois 60192 in an amount not to exceed $64,850.00. This expenditure will be made from federal asset forfeiture accounts and will not affect any 2011 City of Des Plaines budgeted funds. Attachments Resolution Leopardo Companies. Inc. Bid Bid Specifications Purchase Order CITY OF DES PLAINES RESOLUTION R - 17 - 11 A RESOLUTION ACCEPTING THE BID FROM LEOPARDO COMPANIES, INC. FOR PAINTING AND CARPET INSTALLATION AT THE POLICE DEPARTMENT. WHEREAS, Article VII, Section 10 of the 1970 Illinois Constitution authorizes the City of Des Plaines to contract with individuals, associations and corporations, in any manner not prohibited by law or by ordinance; and WHEREAS, the Police Department has not been painted in several years and the carpeting has become worn, frayed and uneven and is need of replacement; and WHEREAS, on November 15, 2010, City Council authorized the City to advertise for bids for painting and carpeting the Police Department. City Staff sent bid packets to one hundred thirty vendors and, after a mandatory meeting to tour the facility, in which eighteen vendors attended, only six vendors submitted bids; and WHEREAS, only two vendors were able to meet the bid specifications, which specifically requested their ability to perform both painting and carpet installation; and WHEREAS, the bid received from Leopardo Companies, Inc. was the lowest responsible bid received for painting and carpet installation at the Police Department, which met all of the requested specifications of the City, at cost not to exceed $64,850.00; and WHEREAS, it is in the best interest of the City to accept the lowest responsible bid for painting and carpet installation at the Police Department from Leopardo Companies, Inc. at a cost not to exceed $64,850.00, and to authorize the Director of Finance to issue payment to Leopardo Companies, Inc. in an amount not to exceed $64,850.00; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Des Plaines, County of Cook, Illinois, in the exercise of its home rule powers, as follows: SECTION 1: That the recitals set forth herein above are incorporated herein by reference as the factual basis for this transaction. SECTION 2: That the City Council hereby accepts the lowest responsible bid for painting and carpet installation at the Police Department from Leopardo Companies, Inc. at a 1 cost not to exceed $64,850.00 and authorizes the Acting City Manager to execute the contract documents. SECTION 3: That the Director of Finance is hereby authorized to issue payment to Leopardo Companies, Inc., 5200 Prairie Stone Parkway, Hoffman Estates, Illinois 60192 for painting and carpet installation of the Police Department in an amount not to exceed $64,850.00. SECTION 4: That this Resolution shall be in full force and effect from and after its passage and approval according to law. PASSED this day of , 2011. APPROVED this day of , 2011. VOTE: AYES NAYS ABSENT ATTEST Approved as to form: MAYOR ay.( WAQ, CITY CLERK David R. Wiltse, City Attorney Legal\Res\2011\Leopardo Companies Painting & Carpet Installation PD 2 DES PLAINES ILLINOIS City of Des Plaines City Clerk's Office 1420 Miner Street Des Plaines, IL 60016 Tel: 847 391-5310 Fax: 847-391-5439 ADDENDUM NO. ONE TO CITY OF DES PLAINES SPECIFICATIONS FOR PAINTING & CARPETING OF THE POLICE DEPARTMENT The following information and changes have been issued to provide the prospective bidder wfli the necessary information so that they may submit and accurately complete bid. ADDITIONS/CLARIFICATIONS TO SPECIFICATIONS Total Bid Price: $64,850.00 1. Paint selected walls with a minimum of two coats of latex semi -gloss enamel paint in addition to primer where necessary, to ensure complete coverage. 2. Vendor responsible for moving of items to complete work and replacement to original location (i.e. file cabinets, desks, chairs, etc.) 3. Vendor shall provide boxes/bins for those cabinets that require to be emptied. 4. Vendor responsible for providing dumpster for waste material. 5. Vendor responsible for any and all permits necessary to complete the project. 6. First Floor Hours: Work shall be completed between the hours of 9 AM - 5 AM, Sunday through Saturday. 7. Second Floor Hours: Work shall be completed between the hours of 5 PM 5 AM, Sunday through Saturday. Amend the bid return date to read BID RETURN DATE: WEDNESDAY, DECEMBER 15, 2010, 3:00 P.M. THIS ADDENDUM IS TO BE ATTACHED TO YOUR BID AND ACKNOWLEDGED IN WRITING IN SPACE PROVIDED BELOW. RECEIPT OF ADDENDUM NO. ONE ACKNOWLEDGED Leopardo Companies, Inc. BIDDER CITY CLERK'S OFFICE December 2, 2010 CITY OF DES PLAINES CONTRACTOR'S PRE -AWARD CERTIFICATION STATF:OF Illinois COUNTY OF Cook Leopardo Companies, Inc. SS. PAINTING & CARPETING OF THE POLICE DEPARTMENT Page 5 , as part of its bid on a contract for (general description of item(s) contracted for) with the City of Des Plaines, hereby certifies that said contractor is not barred from executing said contract as a result of a violation of Illinois Compiled Statutes, 2006: ARTICLE 33E. PUBLIC CONTRACTS, 720 ILCS 5/33E 1, 5/33E 3, 5/33E-4, 5/33E-7, 5/33F-8. Bv: Subscribed and sworn to before me by day of gele/n(e.- ,2010. %erL Notary Public OFFICIAL SEAL MICHELE PERRI NOTARY PUBLIC - STATE OF ILLINOIS MY COMMISSION EXPIRES:01/17/12 Auth rized Agent of Contractor CITY OF DES PLAINES CONTRACTOR'S PRE -AWARD CERTIFICATION Si'ATE,oF Illinois 1 SS. COUNTY OF Cook --) Leopardo Companies, Inc. PAINTING & CARPETING OF THE POLICE DEPARTMENT Page 6 , as part of its bid on a contract for (general description of item(s) contracted for) with the City of Des Plaines, hereby certifies that said contractor is in compliant with the Illinois Compiled Statutes, 2006: ACT 130 PREVAILING WAGE ACT, 820 ILCS 130/0/01.. ^7 By: Subscribed and sworn to before me by Phis day of i)er L .t� 2010. Notary Public OFFICIAL SEAL MICHELE PERRI NO ARY PUBLIC- STATE OF ILLINOIS MY COMMISSION EXPIRES:01/17/12 Authorized Agent of Contractor STAIEOF Illinois COUNTY OF Cook CITY OF DES PLAINES CONTRACTOR'S PRE -AWARD CERTIFICATION Leopardo Companies, Inc. SS. PAINTING & CARPETING OF THE POLICE DEPARTMENT Page 7 , as part of its bid on a contract for (general description of item(s) contracted for) with the City of Des Plaines, hereby certifies that said contractor is not delinquent in the payment of any tax administered by the Illinois Department of Revenue (unless the contractor is contesting its liability for such tax in accordance with the appropriate procedures), pursuant to Illinois Compiled Statutes, 2006: Division 42.1 P BLIC CONTRACTS 65 ILCS 5/11-42.1 1 Delinquent Taxpayers. Subscribed and sworn to before me by This /. day of ---% i'i�1 %("' , 2010. �� t✓ 1 Notary Public OFFICIAL SEAL MICHELE PERRI NOTARY PUBLIC - STATE OF IWNOIS MY COMMISSION EXPIRES:01/17/12 By: Authorized Agent of Contractor CITY OF DES PLAINES CONTRACTOR'S PRE -AWARD CERTIFICATION STATE OF Illinois k COUNTY OF Coo� Leopardo Companies, Inc. SS. Page 8 , as part of its bid on d contract for PAINTING & CARPETING OF THE POLICE DEPARTMENT (general description of item(s) contracted for) hereby certifies that said contractor is in compliance with the Illinois Compiled Statutes, 2006; ACT 470 EMPLOYMENT OF ILLINOIS WORKERS PUBLIC WORKS ACT, 30 ILCS 570. , Subscribed and sworn to before me by This day of 0.PCerl , 2010. Notary Public OFFICIAL SEAL MICHELE PERRI NOTARY PUBLIC - STATE OF ILLINOIS MY COMMISSION EXPIRES:01/17/12 By: Authorized Agent of Contractor BID FOR: PAINTING & CARPETING OF'THE POLICE DEPARTMENT BID RETURN DATE: DECEMBER 15, 2010 It is expressly understood and agreed that the City Council of the City of Des Plaines reserves the right to waive any technicalities and to reject any or all bids. IF AN INDIVIDUAL Name of Bidder: Signature: Doing business as Address: City: State: Zip: Tel: IF A PARTNERSHIP Name of Firm: By: (Longhand Signature) Business Address: City: State: Zip: Tel.: NAMES AND ADDRESSES OF ALL FIRM MEMBERS IF A CORPORATION Corporate Name: Leopardo Companies, Inc. A Corp. ation in the State of Illinois 5200 Prairie Stone Parkw Business Address:sy Signed by: John P. Leopardo (Print Name IIere) City: Hoffman Estates NAMES C)F OFFICERS: Attest State: IL 7.ip: 60192 Td.: 847.783.3000 President: Richard S. Mattioda Secretary: John D. Ward 'treasurer: John D . Ward Secretary ACCEEDUYCH "Pile foregoing hid is hereby accepied by the order of the City Cnuneil of the City of Des Plaines, this day of , 2010. MARTIN J. MOYLAN, MAYOR GLORIA J. LUDWIG, CITY CLERK THE AMERICAN INSTITUTE OF ARCHITECTS BOND # LEO121510 AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, that we LEOPARDO COMPANIES,INC. 5200 PRAIRIE STONE PARKWAY HOFFMAN ESTATES, IL 60192 (Here insert full name ,and address or legal title of Contractor) as Principal, hereinafter called the Principal, and CONTINENTAL CASUALTY COMPANY 333 E. BUTTERFIELD ROAD, SUITE 810 LOMBARD, IL 60148 (Here insert full name ,and address or legal title of Surety) a corporation duly organized under the laws of the State of ILLINOIS as Surety, hereinafter called the Surety, are held and firmly bound unto CITY OF DES PLAINES 1420 MINER STREET DES PLAINES, IL 60016-4498 (Here Insert full name ,and address or legal title of Owner) as Obligee, hereinafter called the Obligee, in the sum of FIVE AND 00/100 PERCENT of Amount Bid--------------_ ------- _-_----Dollars ( $ 5 % ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for PAINTING AND CARPETING FOR CITY OF DES PLAINES POLICE DEPARTMENT. (Here insert full name, address and descnption of project) NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 15th day of December 2010 LEOPARDO COMPANIES,INC. (Prirt4al) (Seal) (Title) CONTIN401J TAL CUAL _ COMPANY (Seal) (Title Carl Dohn, Jr., Attorney -in -Fac AIA DOCUMENT A310 BID BOND AIA ® FEBRUARY 1970 ED THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W. WASHINGTON, O.C. 20006 Authorizing By -Laws and Resolutions ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY: This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of Directors of the Company. "Article IX—Execution of Documents Section 3. Appointment of Attorney-in-fact. The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice President may, from time to time, appoint by written certificates attorneys -in -fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such attorneys -in -fact, subject to the limitations set forth in their respective certificates of authority, shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thererto. The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice President or the Board of Directors, may, at any time, revoke all power and authority previously given to any attorney-in-fact." This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the I7ih day of February, 1993. "Resolved, that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to Section 3 of Article IX of the By -Laws, and the signature of the Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Company " ADOPTED BY THE BOARD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA: This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of Directors of the Company. "Article VI—Execution of Documents Section 3 Appointment of Attorney-in-fact. The Chairman of the Board of Directors, the President or any Executive or Senior Vice President may, from time to time, appoint by written certificates attorneys -in -fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such attorneys -in -fact, subject to the limitations set forth in their respective certificates of authority, shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Con pany thereto. The President or any Executive, Senior Vice President or the Board of Directors may at any time revoke all power and authority previously given to any attorney-in-fact." This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 17th day of February, 1993. "Resolved, that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to Section 2 of Article VI of the By -Laws, and the signature of the Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD: This Power of Attorney is made and executed pursuant to and by authonty of the following By -Law duly adopted by the Board of Directors of the Company. "Article VII • Execution of Documents Section 3 Appointment of Attorney -in -Fact The Chairman of the Board of Directors, the President or any Executive or Senior Vice President may, from time to time, appoint by wntten certificates attorneys -in -fact to act in behalf of the Company in the execution of policies of insurance, bonds. undertakings and other obligatory instruments of like nature. Such attorneys -in -fact, subject to the limitations set forth in their respective certificates of authority shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto The Chairman of the Board of Directors, the President or any Executive, Senior Vice President or the Board of Directors, may, at any time. revoke all power and authority previously given to any attorney-in-fact." This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 17th day of February, 1993. "RESOLVED: That the signature of the President, an Executive Vice President or any Senior or Group Vice President and the seal of the Insurance Company may be affixed by facsimile on any power of attorney granted pursuant to the Resolution adopted by this Board of Directors on February 17, 1993 and the signature of a Secretary or an Assistant Secretary and the seal of the Insurance Company may be affixed by facsimile to any certificate of any such power, and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Insurance Company Any such power so executed and sealed and certified by certificate so executed and sealed, shall with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Insurance Company." DES PLAINES ILLINOIS City of Des Plaines City Clerk's Office 1420 Miner Street Des Plaines, IL 60016 Tel: 847-391-5311 Fax: 847-391-5439 SEALED BID FOR: PAINTING & CARPETING OF THE POLICE DEPARTMENT TO BE IN THE HANDS OF THE CITY CLERK, CITY OI' DES PLAINLS, BEFORI? 3:00 P.M., FRIDAY. DECEMBER 15. 2010 INSTRUCTIONS TO BIDDERS All bids submitted must be made substantially as shown under hid and shall be complete with total prices and unit prices, as required. All bids must be signed by an authorized official. Irregular Bids Bids 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 as informal. Experience Questionnaire All bids submitted shall be accompanied by an experience and record submitted in the form of a signed letter addressed to the City of Des Plaines. This record shall indicate the names, addresses and contact person, in addition to the cost and date of completion for each similar project. In particular, the bid shall state if any work has been done in the City of Des Plaines, and if the bidder has prior experience with the City or any other governmental agency. Delivery of Bids Bids may be delivered by mail or in person. Each bid shall be submitted in a scaled envelope plainly marked to indicate its contents. If forwarded b1 mail, the bid shall be placed in an envelope addressed to the City Clerk, City of Des Plaines Civic Center, Room 602, 1420 Miner Street, Des Plaines, Illinois 60016. If forwarded otherwise than by mail, it must be sewed and delivered to the City Clerk. Opening Bids Bids will be publicly opened and read at the time and place specified in the bid notice. Bidder, their authorized agents and interested parties are invited to be present. All bidders must submit, along with bid, evidence of compliance with: Illinois Compiled Statutes, 2006; ARTICLE 33E. PUBLIC CONTRACTS, 720 ILLS 5/33E-1, 5/33E 3, 5/33E-4, 5/33E ry, 5/33E-8 — Interference with Pubhc Contracting — Bid Rigging and Rotating Kickbacks -Bribery; and Illinois Compiled Statutes, 2006: ACT 130 PRFV.ATT.TNG WAGE ACT, 820 ILCS 130; and Illinois Compiled Statutes. 2006; DIVISION 42.1 PUBLIC CONTRACTS 65 ILCS 5/11 42.1 1 Dcltnqucnt Taxpayers; and Illinois Compiled Statutes, 2006; .ICT 570 EMPLOYMENT OF ILLINOIS WORKERS ON PUBLIC WORKS ACT 30 ILCS 570. Page 2 BID NOTICE SEALED BIDS FOR: PAINTING & CARPETING OF THE POLICE DEPARTMENT WILL BE RECEIVED AT THE OFFICE OF THE CITY CLERK, 1420 MINER STREET, DES PLAINES, ILLINOIS UNTIL 3:00 P.M. FRIDAY, DECEMBER 15, 2010 AT WHICH TIME THEY WILL BE PUBLICLY OPENED AND READ ALOUD. The City of Des Plaines is desirous of obtaining bids for the Painting & Carpeting of the Police Department as per detailed specifications contained herein Bid Security Bidders must submit a firm bid. Each bid shall be accompanied by a cashier's check, certified check or bid bond from a recognized surety, in the amount of five percent (5%) of total bid. The outside of the bid must clearly identify the firm, individual, or organization that is submitting the bid. The cost of bid security shall be included in the total price bid. Bid checks shall be returned to the unsuccessful bidders within sixty (60) days of bid opening or within seven (7) days of award whichever comes first. A successful bidder shall forfeit his bid deposit upon failure on his part to enter a contract within ten (10) days after the award. The City, in its discretion, may return the bid deposit when it is determined that such successful bidder's failure to enter a contract did not cause any damage to the City. The City shall retain the right to hold such successful bidder liable for any excess damage or costs over and above the bid deposit retained by the City. Rejection of Bids The Owner, the City of Des Plaines, has the right to reject any or all bids, have pre determined pre -qualifications and/or to waive any informality in any bid. Bid proposals may be rejected where they are incomplete or improperly executed. Contracts shall be awarded to the lowest responsible bidder or to any other bidder the Owner determines will best sen e the interest of the ( ity. Statutory Requirements The PUBLIC WORKS EMPLOYMENT DISCRIMINATION ACT, Illinois Compiled Statues, 2006, 775 ILCS 10/0.01; The ILLINOIS HUMAN RIGHTS ACT, Illinois Compiled Statues. 2006, 775 ILCS 5/1 101; The PRE` 11I.ING WAGE ACT, Illinois Compiled Statutes, 2006, 820 ILCS 130/0/01; The L:JfPLOYME\T 01 ILL \UIS WORKERS ON PUBLIC WORKS ACT, Illinois Compiled Statute, 2006, 30 ILCS 570 shall apply to this bid By order of the CITY COU\CIL, CITY OF DES 'PLAINES May 2009 GLORIA J. LUDWIG, CITY CLERK Page 3 Illinois Compiled Statutes, 2006: ARTICLE 33R PUBLIC CONTRACTS, 720 II.CS 5/33E-1, 5/33E-3, 5/33E-4, 5/33E-7, 5/33E-8: §33E-1. Interference with Public Contracting: It is the finding of the General Assembly that the cost to the public is increased and the quality of goods, services and construction paid for by public monies is decreased when contracts for such goods, services or construction are obtained by any means other then through Independent noncollusive submission of bids or offers by individual contractors or suppliers, and the evaluation of those bids or offers by the governmental unit pursuant only to clitetia publicly announced in advance. §33F-3. Bid -rigging. A person commits the offense of bid -rigging when he knowingly agrees with any person who is, or but for such agreement would be, a competitor of such person concerning any bid submitted or not submitted by such person or another to a unit of State or local government when with the intent that the bid submitted or not submitted will result in the award of the contract to such person or another and he either (1) provides such person or receives from another information concerning the price or other material term or terms of the bid which would otherwise not be disclosed to a competitor in an independent noncollusive submission of bids or (2) submits a bid that is of such a price or other material term or terms that he does not intend the bid to be accepted. Bid -rigging is a Class 3 felony. Any person convicted of this offense or any similar offense of any state or the United States which contains the same elements as this offense shall be barred for 5 years from the date of conviction from contracting with any unit of State or local government. No corporation shall be barred from contracting with any unit of State or local government as a result of a conviction under this Section of any employee or agent of such corporation if the employee so convicted is no longer employed by the corporation and; (1) it has been finally adjudicated not guilty or (2) if it demonstrates to the governmental entity with which it seeks to contract and that entity finds that the commission of the offense was neither authorized, requested, commanded, nor performed by a director, officer or a high managerial agent in behalf of the corporation as provided in paragraph (2) of subsection (a) of Section 5-4 of this Code. §33E-4. Bid Rotating. A person commits the offense of hid rotating when, pursuant to any collusive scheme or agreement with another, he engages in a pattern over time (which, for the purposes of this Section, shall include at least 3 contract bids within a period of 10 years, the most recent of which occurs after the effective date of this amendatory Act of 1988) of submitting sealed bids to units of State or local government with the intent that the award of such bids rotates, or is distributed among, persons or business entities which submit bids on a substantial number of the same contracts. Bid rotating is a Class 2 felony Any person convicted of this offense or any similar offense of any state or the United States which contains the same elements as this offense shall he permanently barred from contracting with any unit of State or local government No corporation shall be barred from contracting with any unit of State or local government as a result of a conviction under this Section of any employee or agent of such corporation if the employee so convicted is no longer employed by the corporation and: (I) it has been finally adjudicated not guilty or (2) if it demonstrates to the governmental entity with which it seeks to contract and that entity finds that the commission of the offense was neither authorized, requested, commanded, nor performed by a director, officer or high managerial agent in behalf of the corporation as provided in paragraph (2) of subsection (a) of Section 5-4 of thi, Code. §33E-7. Kickbacks: (a) A person violates this Section when he knowingly either: (1) provides, s 'tempts to provide or offers to provide any kickback; (2) so' pits, accepts or attempts to accept any kickback; or (3) includes, directy or indire, tly, the amount of any kickback prohibited by paragraphs (I) or (2) of this subsection (a) in the contract price charged by a subcontractor to a prime contractor or a higher tier subcontractor or in the contract pnce charged b) a prime contractor to an' unit of State or local government for a public contract. (h) Any person violates this section when he has received an offer of a kickback, or has been solicited to make a kickback, and fails to report it to law enforcement officials, .ncluding but not '.muted to the Attorney General or the State's Wortley for the county in which the contras' is to be performed Page 4 (c) A violation of subsection (a) is a Class 3 felony. A violation of subsection (b) is a Class 4 felony. (d) Any unit of State or local government may, in a civil action, recover a civil penalty from any person who knowingly engages in conduct which violates paragraph (3) of subsection (a) of this Section in twice the amount of each kickback involved in the violation. This subsection (d) shall in no way limit the ability of any unit of State or local government to recover monies or damages regarding public contracts under any other law or ordinance. A civil action shall be barred unless the action is commenced within 6 years after the later of (1) the date on which the conduct establishing the cause of action occurred or (2) the date on which the unit of State of local government knew or should have known that the conduct establishing the cause of action occurred. §33E-8. Bribery: Bribery of inspector employed by contractor. (a) A person commits bribery of an inspector when he offers to any person employed by a contractor or subcontractor on any public project contracted for by any unit of State of local government any property or other thing of value with the intent that such offer is for the purpose of obtaining wrongful certification or approval of the quality or completion of any goods or services supplied or performed in the course of work on such project. Violation of this subsection is a Class 4 felony. (b) Any person employed by a contractor or subcontractor on any public project contracted for by any unit of State or local government who accepts any property or other thing of value knowing that such was intentionally offered for the purpose of influencing the certification or approval of the quality or completion of any goods or services supplied or performed under subcontract to that contractor, and either before or afterwards issues such wrongful certification, commits a Class 3 felony. Failure to report such offer to law enforcement officials, including but not limited to the Attorney General or the State's Attorney for the county in which the contract is performed, constitutes a Class 4 felony. Illinois Compiled Statutes, 2006: DIVISION 42.1 PUBLIC CONTRACTS 65 ILCS 5/11-42.1-1 Delinquent Taxpayers. §11-42.1-1. (a) Except as provided otherwise in this Section, a municipality may not enter into a contract or agreement with an individual or other entity that is delinquent in the payment of any tax administered by the Department of Revenue unless the individual or other entity is contesting, in accordance with the procedures established by the appropriate revenue Act, its liability for the tax or the amount of tax. Before awarding a contract, the municipality shall obtain a statement under oath from the individual or entity that no such taxes are delinquent. Making a false statement is a Class A misdemeanor. In addition, making a false statement voids the contract and allows the municipality to recover all amounts paid to the individual or entity under the contract in a civil action. A municipality may not regulate contracts with individuals or entities that are delinquent in payment of such taxes in a manner inconsistent with the Section. This Section is a limitation under subsection (i) of Section 6 of Article \'II of the Illinois Constitution on the concurrent exercise by home rule municipalities of powers and functions exercised by the State (b) For purposes of this Section, a person or other entity shall not be considered delinquent in the payment of a tax if the person or entity (1) has entered into an agreement with the Department of Revenue for the payment of all such taxes that are due and (2) is in compliance with the agreement. In that case, the sworn statement required by subsection (a) shall state those facts. (c) Notwithstanding the provisions of subsection (a), a municipality may enter into a contract with an individual or other entit) that is delinquent in the payment of a tax if the contracting authority for the municipality determines that: (1) The contract is for goods or services vital to the public health, safety or welfare; arid (2) The municipality is unable to acquire the goods or services at a comparable price and of comparable quality from other sources. CITY OF DES PLAINES CONTRACTOR'S PRE -AWARD CERTIFICATION STATE OF ) COUNTY OF SS. PAINTING & CARPETING OF THE POLICE DEPARTMENT Page 5 , as part of its bid on a contract for (general description of item(s) contracted for) with the City of Des Plaines, hereby certifies that said contractor is not barred from executing said contract as a result of a violation of Illinois Compiled Statutes, 2006: ARTICLE 33E. PUBLIC CONTRACTS, 720 ILCS 5/33E-1, 5/33E-3, 5/33F, 4, 5/33E-7, 5/33F-8. By: Subscribed and sworn to before me by This day of , 2010. Notary Public Authorized ,lgent of Contractor CITY OF DES PLAINES CONTRACTOR'S PRE -AWARD CERTIFICATION STATE OF ) COUNTY OF SS. PAINTING & CARPETING OF THE POLICE DEPARTMENT Page 6 as part of its bid on a contract for (general description of item(s) contracted for) with the City of Des Plaines, hereby certifies that said contractor is in compliance with the Illinois Compiled Statutes, 2006. ACT 130 PREVAAILING WAGE ACT, 820 ILCS 130/0/01 . By: Authorized A.gent of Contractor Subscribed and sworn to before me by 'ltiis day of , 2010. Notary Public CITY OF DES PLAINES CONTRACTOR'S PRE -AWARD CERTIFICATION STATE OF ) COUNTY OF ) SS. PAINTING & CARPETING OF THE POLICE DEPARTMENT Page 7 , as part of its bid on a contract for (general description of item(s) contracted for) with the City of Des Plaines, hereby certifies that said contractor is not delinquent in the payment of any tax administered by the Illinois Department of Revenue (unless the contractor is contesting its liability for such tax in accordance with the appropriate procedures), pursuant to Illinois Compiled Statutes, 2006: Division 42.1 PUBLIC CONTRACTS 65 ILCS 5/11-421 1 Delinquent Taxpayers. By: Authorized -1gent of Contractor Subscribed and sworn to before me by This d Notary b1 c CITY OF DES PLAINES CONTRACTOR'S PRE -AWARD CERTIFICATION STATE OF ) SS. COUNTY OF ) Page 8 , as part of its bid on a contract for PAINTING & CARPETING OF THE POLICE DEPARTMENT (general description of item(s) contracted for) hereby certifies that said contractor is in compliance with the Illinois Compiled Statutes, 2006; ACT 470 EMPLO1 MINT OF ILLINOIS WORKERS PUBLIC WORKS ACT, 30 ILCS 570. By: Authorized Agent of Contractor Subscribed and sworn to before me by This day of ,2010 Notary Public CITY OF DES PLAINES BID SPECIFICATIONS FOR PAINTING AND CARPETING OF THE POLICE DEPARTMENT SECTION I. INTRODUCTION The City of Des Plaines is seeking bids from qualified vendors to provide a complete project, i.e., all labor, materials, and equipment, for the painting and carpeting to the first and second floors of the police department. SECTION 2. PREPARATION OF BID It is the responsibility of the vendor to carefully examine the specifications and to be familiar with all of the requirements, stipulations, provisions, and conditions surrounding the proposed project. I . All costs incurred in the preparation, submission, and/or presentation of any proposal including any proposal companies' travel or personal expenses shall be the sole responsibility of the vendor and will not be reimbursed by the city. 2. The vendor hereby affirms and states that the price quoted herein constitutes the total cost to the city for all work involved in the respective items and that this cost also includes all insurance, royalties, transportation charges, use of all tools and equipment, superintendence, overhead expenses, all profit and all other work, services, and conditions necessarily involved in the work to be done and materials to be furnished in accordance with the requirements of the contract documents considered severally and collectively. 3. The vendor shall demonstrate to expertise to complete the entire project. 4. The vendor shall comply with regulations/licenses regarding the project. SECTION 3. MANDATORY MEETING the City of Des Plaines that they have the all applicable federal, state, and local There will be a mandatory pre-bid meeting at the police department for all vendors submitting bids on Thursday, November 29, 2010 at 10:00 A.M. The purpose of this meeting is to meet with police department staff for an on-site view of the police department to assess and discuss the exact areas to be painted and carpeted. The police department is located at 1418 E. Miner St. Des Plaines, IL. 60016. SECTION 4. SCOPE OF WORK Paint Preparation Y Remove wall covering in various areas if deemed necessary Y Skim coat walls, where necessary, where wall covering was removed and sand Y Patch, sand, and prime all damaged areas Y Sand all glossy surfaces, i.e., steel doors/frames, to ensure the adhesion of paint Painting Y Paint all steel doors/frames, electrical panels, and other selected metal finish areas with one coat of black alkyd gloss enamel paint > Paint selected walls with two coats of latex semi -gloss enamel paint, color to be decided upon bid award Carpeting > Take up existing glue down carpet and vinyl wall base and haul away > Patch and level (floor prep) any areas in concrete surface underneath old carpeting to ensure proper adhesion of new carpeting > Provide and install a commercial grade carpet loop tile in all areas where carpet was removed, color and pattern to be determined upon bid award > Carpet tiles shall be 24" x 24" in size, 1/10 (39.37 rows per 10cm), solution dyed nylon > Provide and install new vinyl base where new carpet is installed SECTION 5. ADDITIONAL REQUIREMENTS • Prevailing wages shall be paid along with a certified copy of their payroll > Provide Certificate of Liability Insurance • A detailed description of the product they will instal/use - All materials shall be applied in accordance with the manufacturer's specifications D The bid shall include a cost for the moving of all furniture, file cabinets, desks, etc. ' All areas shall be cleaned up at the end of each day and all refuse will be disposed o olf premises D Work shall be performed at various hours, days, nights, weekends, etc. to accommodate the 24/7 schedule of the police department D All extras must be approved by written authorization prior to their commencement SECTION 6. BID RESPONSE Sealed envelopes containing five (5) copies of the bid should be delivered to the City Clerk's Office, Room 602, 1420 Miner Street, Des Plaines, IL, 60016, no later than 3:00 p.m. (local time), Friday, December 15, 2010. As soon as possible thereafter, the bids will be opened; however, award decisions will not be made at the opening. Bids must be typewritten and provided in hardcopy. Bids submitted orally (either by telephone or in person), by facsimile, or via E -email will not be accepted. Include the following with your bid: D Additional product information that might be of interest relative to the specifications listed above. D Product literature describing how your product meets the scope of work. • At least five (5) references describing past projects in an environment that is similar in size and complexity to the city's requirements. D A brief description of how long your company has provided the product. D Implementation lead times and schedule considerations. SECTION 7. REVIEW AND SELECTION PROCESS The City of Des Plaines will designate a screening committee to review all bids. From this review up to three (3) applicants may be selected for a personal interview, in Des Plaines, IL, with the screening committee. Interviews, if required, will last approximately one (1) hour and will include detailed questions regarding methodology, qualifications, and relevant work experience. 3 Bids shall be evaluated on the following criteria: Prior experience Y Review of references Estimated time to complete project > Cost. The contract will be awarded to the vendor that, in the opinion of the screening committee, Chief of Police, City Manager, and City Council, offers the best combination of performance and price while meeting all required specifications. The city reserves the right to waive any informality in any bid and to delete certain items listed in the bid set forth herein. This request for bids does not commit the City of Des Plaines to award a contract, to pay any costs incurred in the preparation of a bid to this request, or to procure a contract for services. All bids submitted shall become the property of the City of Des Plaines. The City of Des Plaines reserves the right to accept or reject any or all bids received as a result of this request, to negotiate with qualified consultants, or to cancel in part or in its entirety the request for bids, if it is determined to be in the best interest of the Municipality. The City may require the vendor selected to participate in negotiations concerning contract price. SECTION 8. CITY CONTACT INFORMATION All questions regarding the requirements stated within this document should be directed to: City of Des Plaines Office of the City Clerk 1420 E. Miner St. Des Plaines, IL. 60016 (847) 391-5300 4 BID FOR: PAINTING & CARPETING OF THE POLICE DEPARTMENT BID RETURN DATE: DECEMBER 15, 2010 It is expressly understood and agreed that the City Council of the City of Des Plaines reserves the right to waive any technicalities and to reject any or all bids. IF AN INDIVIDUAL Name of Bidder: Signature: Doing business as Address: City: State: Zip: Tel.: IF A PARTNERSHIP Name of Firm: By: (Longhand Signature) Business Address: City: State: Zip: Tel.: NAMES AND ADDRESSES OF ALL FIRM MEMBERS IF A CORPORATION Corporate Name: A Corporation in the State of Signed by: (Print Name Ilere) Business Address: City: State: Zip: Tel.: NAMES OF OFFICERS: President: Secretary: Treasurer: Attest Secretary ACCEPTANCE The foregoing bid is hereby accepted by the order of the City Council of the Ciry of Des Plaines, this day of _ , 2010. MARTIN J. MOYLAN, MAYOR GLORIA J. LUDWIG, CITY CLERK GENERAL CONDITIONS OF THE CONTRACT 1. Contract Security Performance and Payment Bonds, with sufficient sureties, in the amount of one hundred percent (100%) of the bid proposal amount, shall be required of the successful bidder for all formal contracts, not only to insure performance of the subsequent contract, but also to save, indemnify and keep harmless the City against all loss, damages, claims, liabilities, judgments, costs and expenses which may in any way result therefrom. For contracts over FIVE THOUSAND DOLLARS ($5,000.00) and less than FIFTEEN THOUSAND DOLLARS ($15,000.00), where only one final payment is expected, a qualified Letter of Credit (LOC) for one hundred -ten percent (110%) of the payment for twelve (12) months following completion, may be substituted for the Performance Bond. The cost of said Bond/LOC shall be included in price bid. 2. Contractor's Insurance The Contractor shall not commence work under this contract until he has obtained all insurance required under this paragraph and such insurance has been approved by the Director of Finance, nor shall the Contractor allow any Sub- contractor to commence work on his contract until all similar insurance required of the Sub -contractor has been so obtained and approved. a. Compensation Insurance The Contractor shall take out and maintain during the life of this contract Workmen's Compensation Insurance for all his employees employed at the site of the project, and, in case any work is sublet, the Contractor shall require all Sub -contractors similarly to provide Workmen's Compensation Insurance for all the latter's employees unless such employees are covered by the protection afforded by the Contractor. In case any class of employees engaged in hazardous work under this contract at the site of the project are not protected under the Workmen's Compensation Statute, the Contractor shall provide and shall cause each Sub -contractor to provide Workmen's Compensation Insurance for the protection of his employees not otherwise protected. The statutory level of workers compensation insurance shall be maintained in an amount no less than $1 million per occurrence. b. Public Liability & Property Damage Insurance The Contractor shall take out and maintain and cause to be taken out and maintained by all Sub -contractors during the life of this contract such Public Liability and Property Damage Insurance as shall protect him and all Sub -contractors performing work covered by this contract from claims for damages for personal injury, including accidental death, as well as from claims for property damages, which may arise from operations under this contract, whether such operations be by himself or by a Sub -contractor or by anyone directly or indirectly employed by either of them and the amounts of such insurance shall be as follows. General Liability/Property Damage/Bodily Injury $2 million each occurance Automobile Bodily Injury Liability/Property Damage $2 million combined single limit General Aggregate $5 million each occurance Excess Liability $3 million each occurance Excess Liability $3 mill ton aggregate Such i isurance shall name the City of Des Plaines as additional insured along with the Contractor and sha hold harmless the City against all suits and claims arising from or as the result of the Contractor or his Sub- contractor Such policies shall not he canceled, permitted to expire, or to be changed without the consent of the City GENERAL CONDITIONS OF CONTRACT Page Two of Four 3. Proof of Insurance The Contractor shall furnish the City with sufficient documentary evidence of insurance coverage, which evidence shall consist of either such original insurance policy, a certified or photostatic copy of each original policy, or a certified statement of the Contractor or Sub -Contractor listing the details of his policy. 4. Specifications Bidders shall inform themselves of all the conditions under which the work is to be performed concerning the site of the work, the obstacles, which may be encountered, and all other relevant matters concerning the work to be performed under this contract. It is the intention of these specifications to provide for this improvement in a complete, thorough and workmanlike manner. The Contractor to whom the work is awarded shall furnish all materials, labor, tools, appliances, appurtenances, and all things necessary to complete the work in accordance with these specifications, and anything omitted herein that may be interpreted as reasonably necessary to completion, is to be merged in the prices contained in the bid for the improvement. 5. Notice of Starting Work The Contractor shall notify the Project Manager seventy-two (72) hours before beginning any work on this contract, or of his intention so to do, and in case of a temporary suspension of the work, he shall give a similar notice before resuming same. 6. Contractor's Representative The Contractor shall have at all times a competent foreman or superintendent on the work, who shall have full authority to act for the Contractor and any instruction given to such superintendent or person executing work for the Contractor, shall be binding on the Contractor as though given to him personally. 7. Workmen The Contractor shall employ competent foremen and laborers, and shall discharge from this Contract, at the request of the Project Manager, any incompetent, unfaithful, abusive or disorderly men in his employ. None but men expert in their respective branches of work shall be employed where special skill is required. 8 Salvaged Material All material of whatever kind encountered in and taken from the site of the work shall be the property of the City and shall be stored by the Contractor at the direction of the Project Manager. 9 Permits Before beginning work and without expense to the City, the Contractor shall obtain all necessary federal, state and local pernuts for all work to be done under this contract. The Contractor shall make all necessary arrangements with public utilities and railroad companies where changes in their installations are contemplated or where crossings over or under right-of-ways or easements are indicated, all without expense to the City. GENERAL CONDITIONS OF CONTRACT Page Three of Four 10 Ordinances The Contractor shall observe all City ordinances in relation to obstructing streets or driveways, maintaining signals, keeping open passageways and protecting same where exposed and generally to observe all laws and ordinances controlling or limiting those engaged in public work, which ordinances and laws are made a part of these specifications, including, but not limited to, the Des Plaines Code of Ethics; Title 1, Chapter 9, Section 1 et. seq. 11. Damage All loss or damage arising out of the nature of the work to be done, or from any delay or unforeseen or unusual obstructions, or from difficulties, which may be encountered in the prosecution of the work or arising from the action of the elements, shall be sustained by the Contractor. The Contractor shall be held responsible for any and all damage to the water, gas or drainpipes, conduits, trees, sidewalks, pavements and all structures, etc., and to interruption of service of the same. The Contractor shall, without extra charge, erect and maintain, and finally remove, strong and suitable barriers and, during the nighttime, such lights as will prevent any accident or harm to life, limb, or property in consequence of such digging up, use of occupancy of any streets, avenues, highways, or public grounds. The Contractor shall, at his own expense, protect, restore, and make good, as may be necessary, all buildings, foundations, and fences injured in the progress of the work. The Contractor shall protect all private and corporate property, such as gas mains, telephone lines, telephone or telegraph poles or conduits, etc., interfering with the work, notifying the several owners of the work to be done, and arranging for the future disposition of their property. The Contractor agrees to hold the City harmless from any such claims or demands of any kind, arising from his negligence in performing this contract. 12. Claims The Contractor further agrees to save and keep harmless the City and the Project Manager from all claims, demands, suits, judgment decrees, including costs, expenses, and attorney fees on account of, or growing out of the use of the streets or sidewalks, or resulting from the excavations, openings, obstructions, or defects that may be made or left in the streets or sidewalks by the Contractor or his several agents, or any other person engaged in the performance of this contract. The Contractor shall save the City and the Project Manager from all suits and actions of any kind whatsoever on account of any infringement of any patent rights or royalties claimed by anyone on account of machinery, instrument tools, materials, principles, or processes used by him in or about said work. 13. Assignment No part of the work herein specified shall be assigned without the consent of the City and the Project Manager. 14. Work on Holidays The work shall not be performed under these specifications at night or on Sunday or on legal holidays without the approval of the Project Manager. It is the intention of these specifications that all labor connected with the work shall be formed during the hours of daylight, being that time elapsing between one hour after sunrise and one hour before sunset. if the Project Manager deems it necessary to continue the work at night or on Sunday or on legal holidays, the Contractor will be charged for inspection. GENERAL CONDITIONS OF CONTRACT Page Four of Four 15. Completion of Work The entire work shall be made in a neat and workmanlike manner, and requirements noted under "Completion of the Work" as hereinbefore appearing in these specifications, shall be complied in detail. The mere fact that some particular part or portion of the work may have been previously cleaned and set in order will not excuse the Contractor from again cleaning any and all portions so that the entire system of work shall be in proper condition for the use intended at the time of turning over same to the City. 16. Prevailing Rates of Wages and Illinois Preference Act The successful bidder will be required to adhere to the Illinois Prevailing Wage Act (Illinois Compiled Statutes, 2004: 820 ILCS 130/0.01), and the Illinois Preference Act (Illinois Compiled Statutes, 2004: 820 1LCS 40/0.01). 17. Employment of Illinois Workers on Public Works Act The Employment of Illinois Works on Public Works Act (Illmois Compiled Statutes, 2004; 30 ILCS 570) shall apply to this bid. If at the time this contract is executed, or if during the term of this contract, there is excessive unemployment in Illinois as defined in the employment of Illinois Workers on Public Works Act, as two consecutive months of unemployment exceeding 5%, the Contractor agrees to employ Illinois laborers. An "Illinois laborer" is defined as any person who has resided in Illinois for at least thirty (30) days and intends to become or remain an Illinois resident. 18. Manner of Payment The work to be constructed may vary in actual units or quantities from those given in the bid, but no additions or deductions in the unit prices bid by the Contractor will be made because of this fact. The bid or contract unit price shall include all cost of the work constructed. During the course of the improvement, if the rate of progress is satisfactory to the Project Manager, and it appears that all claims for labor and materials are satisfied, estimates up to ninety per cent (90%) of the work completed will be prepared by the Project Manager and submitted to the City for payment to the Contractor. Within thirty (30) days after the completion of the work to the satisfaction of the Project Manager, the balance due under the Contract shall be paid. Any payments made to the Contractor during the progress of the work shall in no way lessen the total and final responsibility of the Contractor, nor in any manner whatever waive any of the terms, conditions, covenants, or requirements of this contract, nor be considered a ratification of any act on the part of the Project Manager, agents, or representatives of the City which in any manner may contravene any of the requirements or p: ovision of the contract. It is expressly understood that the City reserves its right to direct that no payment be made to the Contractor should it have reason to believe that said Contractor has failed for any reason to make just payment to any workmen or employee, or for materials used in the work, or in the improvement, until the City is satisfied that full and proper settlement has been made. When required by the City, the Contractor shall secure and file with the City, waivers of lien for a.. materials used and labor employed on the work before payments are issued. January 2009 l,UUK ounty rrevamng wage for November 2010 Trade Name RG TYP C Base FRMAN *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 OPERATING OPERATING OPERATING OPERATING OPERATING OPERATING OPERATING OPERATING OPERATING OPERATING OPERATING ENGINEER ENGINEER ENGINEER ENGINEER ENGINEER ENGINEER ENGINEER ENGINEER ENGINEER ENGINEER ENGINEER 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 TERRAZZO FINISHER TERRAZZO MASON 'PILE MASON TRAFFIC SAFETY WRKR TRUCK DRIVER TRUCK DRIVER TRUCK DRIVER TRUCK DRIVER TRUCK DRIVER TRUCK DRIVER TRUCK DRIVER E E E E W W W ALL 35.200 35.700 1.5 BLD 31.540 0.000 1.5 BLD 43.020 46.890 2.0 BLD 39.030 42.930 1.5 ALL 40.770 42.770 1.5 ALL 41.850 43.850 1.5 BLD 33.600 0.000 2.0 BLD 36.440 38.940 1.5 ALL 40.850 46.430 1.5 ALL 31.860 46.430 1.5 ALL 40.850 46.430 1.5 ALL 40.400 43.000 1.5 BLD 46.160 51.930 2.0 ALL 32.660 34.660 1.5 BLD 38.000 39.500 1.5 BLD 42.050 44.550 1.5 ALL 40.750 42.750 2.0 ALL 35.200 35.950 1.5 ALL 40.770 42.770 1.5 BLD 43.160 45.160 1.5 ALL 29.100 0.000 1.5 BLD 39.030 42.930 1.5 ALL 25.200 0.000 1.5 ALL 30.200 0.000 1.5 ALL 40.770 42.770 1.5 BLD 1 45.100 49.100 2.0 BLD 2 43.800 49.100 2.0 BLD 3 41.250 49.100 2.0 BLD 4 39.500 49.100 2.0 BLD 5 48.850 49.100 2.0 BLD 6 46.100 49.100 2.0 BLD 7 48.100 49.100 2.0 FLT 1 51.300 51.300 1.5 FLT 2 49.800 51.300 1.5 FLT 3 44.350 51.300 1.5 FLT 4 36.850 51.300 1.5 HWY 1 43.300 47.300 1.5 HWY 2 42.750 47.300 1.5 HWY 3 40.700 47.300 1.5 HWY 4 39.300 47.300 1.5 HWY 5 38.100 47.300 1.5 HWY 6 46.300 47.300 1.5 HWY 7 44.300 47.300 1.5 ALL 40.200 42.450 2.0 ALL 38.000 42.750 1.5 BLD 31.740 35.640 1.5 ALL 40.770 42.770 1.5 BLD 43.150 46.150 1.5 BLD 39.250 41.610 1.5 BLD 44.000 46.000 1.5 BLD 37.650 40.650 1.5 BLD 40.460 43.700 1.5 BLD 28.210 29.060 1.5 BLD 49.200 51.200 1.5 ALL 40.750 42.750 2.0 BLD 39.030 42.930 1.5 BLD 35.150 0.000 1.5 BLD 39.010 42.010 1.5 BLU 40.490 44.490 2.0 HWY 24.300 25.900 1.5 ALL 1 30.700 31.350 1.5 ALL 2 30.950 31.350 1.5 ALL 3 31.150 31.350 1.5 ALL 4 31.350 31.350 1.5 ALL 1 32.550 33.100 1.5 ALL 2 32.700 33.100 1.5 ALL 3 32.900 33.100 .5 1.5 2.0 9.130 8.370 0.000 0.400 1.5 2.0 9.670 9.610 0.000 0.620 2.0 2.0 6.720 9.890 0.000 0.350 1.5 2.0 8.800 10.67 0.000 0.740 1.5 2.0 9.840 9.790 0.000 0.490 1.5 2.0 8.600 9.810 0.000 0.220 1.5 2.0 6.950 8.020 0.000 0.540 1.5 2.0 8.420 8.910 0.000 0.700 1.5 2.0 10.27 12.98 0.000 0.310 1.5 2.0 8.010 10.13 0.000 0.240 1.5 2.0 10.27 12.98 0.000 0.310 1.5 2.0 13.83 7.420 0.000 0.750 2.0 2.0 10.03 9.460 2.770 0.000 1.5 2.0 10.67 10.00 0.000 0.500 2.0 2.0 10.19 13.64 0.000 0.790 1.5 2.0 9.670 10.81 0.000 0.620 2.0 2.0 12.45 17.09 0.000 0.300 1.5 2.0 9.130 8.370 0.000 0.400 1.5 2.0 9.840 9.790 0.000 0.490 1.5 2.0 7.640 8.700 0.000 0.000 1.5 2.0 8.800 10.67 0.000 0.740 1.5 2.0 8.800 10.67 0.000 0.740 1.5 2.0 9.130 8.370 0.000 0.400 1.5 2.0 9.130 8.370 0.000 0.400 1.5 2.0 9.840 9.790 0.000 0.490 7.0 2.0 11.70 8.050 1.900 1.150 2.0 2.0 11.70 8.050 1.900 1.150 2.0 2.0 11.70 8.050 1.900 1.150 2.0 2.0 11.70 8.050 1.900 1.150 2.0 2.0 11.70 8.050 1.900 1.150 2.0 2.0 11.70 8.050 1.900 1.150 2.0 2.0 11.70 8.050 1.900 1.150 1.5 2.0 11.70 8.050 1.900 1.150 1.5 2.0 11.70 8.050 1.900 1.150 1.5 2.0 11.70 8.050 1.900 1.150 1.5 2.0 11.70 8.050 1.900 1.150 1.5 2.0 11.70 8.050 1.900 1.150 1.5 7.0 11.70 8.050 1.900 1.150 1.5 2.0 11.70 8.050 1.900 1.150 1.5 2.0 11.70 8.050 1.900 1.150 1.5 2.0 11.70 8.050 1.900 1.150 1.5 2.0 11.70 8.050 1.900 1.150 1.5 2.0 11.70 8.050 1.900 1.150 2.0 2.0 10.67 14.81 0.000 0.500 1.5 1.5 9.750 11.10 0.000 0.770 1.5 1.5 2.600 2.540 0.000 0.000 1.5 2.0 9.840 9.790 0.000 0.490 1.5 2.0 8.460 9.850 0.000 1.770 1.5 2.0 10.60 10.69 0.000 0.550 1.5 2.0 9.860 7.090 0.000 1.030 1.5 2.0 7.750 6.570 0.000 0.430 1.5 2.0 9.830 16.25 0.000 0.630 1.5 2.0 4.450 2.880 0.000 0.000 1.5 2.0 8.500 8.050 0.000 0.450 2.0 2.0 10.95 15.99 0.000 0.300 1.5 2.0 8.800 10.67 0.000 0.740 1.5 2.0 6.950 10.57 0.000 0.380 1.5 2.0 6.950 11.91 0.000 0.510 1.5 2.0 6.950 9.730 0.000 0.610 1.5 2.0 3.780 1.875 0.000 0.000 1.5 2.0 6.750 5.450 0.000 0.150 1.5 2.0 6.750 5.450 0.000 0.150 1.5 2.0 6.750 5.450 0.000 0.150 1.5 2.0 6.750 5.450 0.000 0.150 1.5 2.0 6.500 4.350 0.000 0.000 .5 2.0 6.500 4.350 0.000 0.000 1.5 2.0 6.500 4.350 0.000 0.000 EXHIBIT B COOK COUNTY TRUCK DRIVERS (West) That part of the county West of Barrington Road. The following list is considered as those days for which holiday rates of wages for work performed apply: New Years Day, Memorial/Decoration Day, Fourth of July, Labor Day, Veterans Day, Thanksgiving Day, Christmas Day. 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 such as the day after Thanksgiving or Veterans Day. If in doubt, please check with IDOL. 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, glazed or unglazed products; all composition materials, granite tiles, 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 motars 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 an 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 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, domestc, 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 EXHIBIT B Page Two of Four required in helping a Marble Setter in the handling of all materials 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 TESTING 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. TERRAZZO 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. OPERATING ENGINEERS — BUILDING Class 1. Mechanic; Asphalt Plant; Asphalt Spreader; Autograde; Backhoes with Caisson attachment; Batch Plant; Benoto; 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 Paver; Concrete Placer; Concrete Placing Boom; Concrete Pump (Truck Mounted); Concrete Tower; Cranes, All; Cranes, Hammerhead; Cranes, (GCI and similar Type); Creter Crane; Crusher, Stone, etc.; Derricks, All; Derricks, Traveling; Formless Curb and Gutter Machine; Grader, Elevating; Grouting Machines; Highlift Shovels 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; Pile Drivers and Skid Rig; Post Hole Digger; Pre -Stress Machine; Pump Cretes Dual Ram; Pump Cretes; Squeeze Cretes-screw Type Pumps; Raised and Blind Hole Drill; Roto Mill Grinder; Scoops — Tractor Drawn; Slip -form Paver; Straddle Buggies; Tournapull; Tractor with Boom and Side Boom; Trenching Machines. Class 2. Boilers; Brick Forklift; Broom, All Power Propelled; Bulldozers; Concrete Mixer (Two Bag and Over); Conveyor, Portable; Forklift Trucks; Greaser Engineer; Highlift Shovels or Front Endloaders under 2-1/4 yd.; Hoists, Automatic; Hoists, inside Freight 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 (Rheostat Manual Controlled); Hydraulic Power Units (Pile Driving, Extracting, and Drilling); Pumps, over 3" (1 to 3 not to exceed a total of 300 ft.); Pumps, Well Points; Welding Machines (2 through 5); Winches, 4 small Electric Drill Winches; Bobcat (up to and including 3/ cu. yd.). Class 4. Bobcats and/or other Skid Steer Loaders; Oilers; and Brick Forklift. OPERATING ENGINEERS — FLOATING Class 1 Craft foreman (Master Mechanic), diver/wet tender, engineer (hydraulic dredge) Class 2 Crane/backhoe operator, mechanic/welder, assistant engineer (hydraulic dredge), levennan (hydraulic dredge), and diver tender EXHIBIT B Page Three of Four Class 3. Deck equipment operator (machineryman), maintenance of crane (over 50 ton capacity) or backhoe (96,000 pounds 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) and crane maintenance 50 -ton capacity and under or backhoe weighing 96,000 pounds or less, assistant tug operator. OPERATING ENGINEERS — HEAVY AND HIGHWAY CONSTRUCTION Class 1. Craft Foreman; 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, Hammerhead, Linden, Peco and Machines of a like nature; Crete Crane; Crusher, Stone, etc.; Derricks, All; Derrick Boats; Derricks, Traveling; Dowell Machine with Air Compressor; Dredges; Field Mechanic -Welder; Formless Curb and Gutter Machine; Gradall and Machines of a like nature; Grader, Elevating; Grader, Motor Grader, Motor Patrol, Auto Patrol, Form Grader, Pull Grader, Subgrader; Guard Rail Post Driver Mounted; Hoists, One, Two and Three Drum; Hydraulic Backhoes; Backhoes with Shear Attachments; Mucking Machine; Pile Drivers and Skid Rig; Pre -Stress Machine; Pump Cretes Dual Rain; Rock Drill - Crawler or Skid Rig; Rock Drill — Truck Mounted; Roto Mill Grinder; Slip -Form Paver; Soil Test Drill Rig (Truck Mounted); Straddle Buggies; Hydraulic Telescoping Form (Tunnel); Tractor Drawn Belt Loader (with attached pusher — two Engineers); Tractor with Boom; Tractaire with Attachments; Trenching Machine; Truck Mounted Concrete Pump with Boom; Raised or Blind Hole; Drills (Tunnel Shaft); Underground Boring and/or Mining Machines; 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; Greaser Engineer, Highlift Shovels or Front Endloader, Hoist — Sewer Dragging Machine; Hydraulic Boom Trucks (All Attachments); Hydro -Blaster, All Locomotives, Dinky; Pump Cretes; Squeeze Cretes Screw Type Pumps, Gypsum Bulker and Pump; Roller, Asphalt; Rotory Snow Plows, Rototiller, Seaman, etc., self-propelled; Scoops — Tractor Drawn; Self -Propelled Compactor; Spreader — Chip — Stone, etc.; Scraper; Scraper — Prime Mover in Tandem (Regardless of Size); Tank Car Heater; Tractors, Push, Pulling 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.; Fireman on Boilers; Forklift Trucks; Grouting Machine; Hoists, Automatic; Hoists, All Elevators; Hoists, Tugger Single Drum; Jeep Diggers; 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); Hydro -Blaster; Light Plants, All (1 through 5), Pumps, over 3" (1 to 3 not to exceed a total of 300 ft.); Pumps, Well Points; Tractaire; Welding Machines (2 through 5); Winches, 4 Small Electric Drill Winches. Class 5. Bobcats (All); Brick Forklift; Oilers 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. EXHIBIT B Page Four of Four 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 -alis; 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; Slcipman; Slurry Trucks, 2 -man operation; Slurry Truck Conveyor Operation, 2 or 3 -man; Teamsters, unskilled Dumpmen, 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, 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 (618) 993-7271 for wage rages 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. January 2009 CITY OF DES PLAINES ILLINOIS CITY OF DES PLAINES 1420 MINER STREET DES PLAINES, ILLINOIS 60016 TELEPHONE: (847) 391-5300 PURCHASE ORDER ORG. NO. 2082 ACCOUNT NO. 930020 PROJECT CODE DEPT / DIVISION POLICE VENDOR NO. PURCHASE ORDER NO. NT011811 VENDOR NAME Leopardo Companies, Inc. SHIP TO Des Plaines Police ATTN 1420 E. Miner St. ADDRESS 5200 Prarie Stone Parkway Des Plaines, IL. 60016 CITY, STATE, ZIP Hoffman Estates, IL. 60192 QUANTITY ITEM / DESCRIPTION UNIT COST EXTENDED 0.00 1 Painting/Carpeting project at the police department 64,850.00 64,850.00 0.00 ** Paid by Asset Forfeiture 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 SUB -TOTAL 64,850.00 SHIPPING / OTHER TOTAL $64,850.0 0 DATE REQUESTED BY DEPARTMENT FINANCE DIRECTOR CITY MANAGER 1/18/11 Cmdr. Nick Treantafeles %H_EEAAD. °� PAGE 1 OF 2 Effective 01/01/09 VENDOR RECOMMENDED VENDOR SECTION I. PRICE $79,900.00 CONTACT PERSON Mike Suyko VENDOR NAME MA Paint Company PHONE 630-231-8350 ADDRESS 529 W. Roosevelt Rd. FAX 630-293-9580 CITY, STATE, ZIP Wheaton, IL. 60187 EMAIL Two additional vendors submitted bids for painting only. They are as follows: $25,558.00 - Am Coat Painting 17201 South Parker Homer Glen, IL. TX -815-485-3731 $25,800.00 - Triangle Decorating 710 Remington Rd. Schaumburg, IL. TX -847-490-6600 2. PRICE $47,800.00 CONTACT PERSON David Greenstein VENDOR NAME Flooring Enterprises, Inc. PHONE 847-228-5300 ADDRESS 1342 Ridge Av. FAX 847-228-5353 CITY, STATE, ZIP Elk Grove Village, IL. 60007 EMAIL 3. PRICE $40,706.00 CONTACT PERSON Fred Scharm VENDOR NAME Scharm Floor Covering PHONE 847-298-8233 ADDRESS 1843 E. Oakton St. FAX 847-298-5344 CITY, STATE, ZIP Des Plaines, IL. 60018 EMAIL VENDOR RECOMMENDED Leopardo Companies, Inc. TOTAL AMOUNT BUDGETED PROFESSIONAL SERVICES CONSULTING OTHER PROJECT COSTS ❑ ONGOING OPERATING COSTS ❑ THIS PURCHASE AND OTHER PROJECT COSTS ARE EXPECTED TO REMAIN WITHIN THE BUDGET: (CHECK BOX) ❑ YES ❑ NO PLEASE MARK ALL BOXES BELOW THAT APPLY TO THIS PURCHASE• FOR PURCHASES OVER $10,000 A FORMAL REQUEST FOR A RESOLUTION HAS BEEN SUBMITTED TO LEGAL. (CHECK BOX) APPROVAL OF LOWEST RESPONSIBLE BIDDER ❑ PROFESSIONAL SERVICES CONSULTING I ❑ EMERGENCY PURCHASE ❑ SOLE SOURCE SUPPLIER ❑ EQUIPMENT STANDARDIZATION ❑ TECHNICAL NATURE OF ITEMS MAKES COMPETITION IMPOSSIBLE ❑ JOINT GOVERNMENT PURCHASING PROGRAM ❑ OTHER (PLEASE EXPLAIN BELOW) EXPLANATION: ** Flooring Enterprises and Scharm Flooring submitted bids for carpeting only. Two additional vendors submitted bids for painting only. They are as follows: $25,558.00 - Am Coat Painting 17201 South Parker Homer Glen, IL. TX -815-485-3731 $25,800.00 - Triangle Decorating 710 Remington Rd. Schaumburg, IL. TX -847-490-6600 FOR PURCHASES OVER $10,000 A FORMAL REQUEST FOR A RESOLUTION HAS BEEN SUBMITTED TO LEGAL. (CHECK BOX) REQUESTED BY ❑ NO r YES THIS ITEM HAS BEEN PLACED ON CONSENT AGENDA: (CHECK BOX) CITY MANAGER ❑ NO /�/ YES DATE REQUESTED BY DEPARTMENT HEAD FINANCE DIRECTOR CITY MANAGER 1118111 Cmdr. Nick Treantafeles (j--- ib -2---- PAGE 2 OF 2 Effective 01/01/09 .ice —11' CITY �� e 1'd� P v.'- —!A) DES PLAINES Consent Agenda Item_#9 & 91„ City of Des Plaines Public Works and Engineering Department 1111 Joseph Schwab Road Des Plaines, IL 60016 'I'd: 847-391-5464 Fax: 847-297-6801 F ' MEMORANDUM Date: To: From: January 6, 2011 Jason Slowinski, Acting City ► ager Adam M. Boeche, P.E., C t. Director of Public Works and /Ma Cc: Timothy P. Oakley, P.E., CFM, Director of Public Works and Engineering's Subject: Technical Assistance for Emerald Ash Borer Issue: The Public Works and Engineering Department solicited proposals from qualified consulting firms to provide services in preparing an Emerald Ash Borer (EAB) Management Plan as well as conducting a full ash tree inventory with a sample inventory of the City's entire tree population. The project will be funded through the Metropolitan Mayor's Caucus Illinois Technical Assistance Grant for EAB. Analysis: Public Works and Engineering received four proposals from engineering and forestry consulting firms. Staff reviewed each of the proposals and determined the most qualified firm to be Natural Path Urban Forestry Consultants based on various factors including experience, technical approach, and overall cost. The table below shows each of the firms and their proposed costs. FIRM COST Natural Path Urban Forestry Consultants $19,550 Baxter and Woodman Consulting Engineers $25,000 Davey Resource Group $27,100 Hendricksen $60,270 The work includes data collection on every ash tree in the City along with potential risks identified with each tree such as extensive decay, hanging limbs, etc. Preparation of an EAB Management Plan is also part of the proposal. The plan will be utilized in a proactive approach to controlling the spread of a potential infestation. Technical Assistance for Emerald Ash Borer Page 2 of 2 The overall project, including subsequent replacement of ash trees, is eligible for grant funding through the Metropolitan Mayor's Caucus Illinois Technical Assistance Grant for EAB. The Public Works and Engineering budget also allocates funding toward this type of work in the Streets/Grounds Maintenance division, which will cover costs associated with removal of any distressed ash trees encountered. Recommendation: Staff recommends approval of the contract for the tree inventory and EAB management plan to Natural Path Urban Forestry Consultants for a not -to -exceed amount of $19,550. The reimbursement from the Mayor's Caucus will cover the cost of the consulting project, with the up -front funding to be from Streets/Grounds Maintenance -Tree Maintenance (2451/960130). Attachments Proposal Purchase Order Resolution Natural ith Urban Forestry Consultants 1 rt / i acirnii dforertman; mentforurban and nnnlcnmilnumrrer TO: Mr. Howard Moser, Acting Superintendent of General Services City of Des Plaines FROM: Mark Duntemann DATE: December 30, 2010 SUBJECT: Quote to Conduct an Ash Inventory of Public Streets It is my understanding that the City of Des Plaines wishes to apply for an EAB technical assistance grant to conduct an inventory of the City's public ash trees. Additionally, I understand that as part of the grant application process, the City is seeking a quote for professional services to conduct the inventory. Natural Path Urban Forestry (NPUFC) is prepared to work with the City to meet the goals of the EAB technical support funding. NPUFC provides the following quote at no obligation to the City. The proposal intends to meet, and potentially exceed, the minimum requirements of the grant including the completion of an Emerald Ash Borer Management Plan. The following is a brief narrative of a proposed methodology and outcomes. COMPANY OVERVIEW Natural Path Urban Forestry specializes in urban forestry management. Its primary services include: inventorying trees, staff training, creating defensible tree risk management policies, and developing urban forestry management strategies. These services are provided to an international client base. Natural Path was formed 1988 in Chicago, Illinois. The company maintains an expanding client base both within the United States and abroad. The firm's mission is to provide innovative maintenance and management strategies for municipal forestry programs. While Natural Path offers a wide range of urban forestry services, its reputation has been built on an expertise in conducting inventories and policy development. Over the years, Natural Path has become known for providing personal service, establishing proactive policies, and creating defensible risk reduction programs. The company's strength lies in its relationship to its clients and the comprehensiveness of its services. We strive to make a management plan project a team effort by involving client staff in every aspect of the plans development. PO Box 1753, Oak Park, IL 60304 773.699.7284 natpath@earthlink.net www. naturalpathforestry.corn • Page 2 Company Details Complete legal name: Address: Telephone: E -Mail: Web Site: FEIN: Contact Person: ISA -Certification: Natural Path Urban Forestry Consultants PO Box 1753 Oak Park, IL 60304 (773) 699.7284 a. naea.r hlink.I'icl v u -NA. nAl irr-tlpathlor tr'�'.cttnl 36-3699926 Mark Duntemann, Owner RM -131A Mark Duntemann is on the Executive Board of the Illinois Arborist Association and Co -Chair of the Urban Needs Task Group of the Illinois Council on Forestry Development. He is an ISA -certified arborist and a member of the American Society of Consulting Arborist. He writes on urban forestry issues for an international audience and is regularly contracted to provide peer review of ISA and USFS documents. PROJECT OVERVIEW The proposed project is separated into the following four distinct phases. Based on the size of Des Plaines a complete inventory will exceed the maximum amount of grant money available to the City. For this reason, we are submitting a proposal to conduct an inventory of all ash trees and a 6% sample inventory of the entire City street tree population. The sample would use the I -Tree Streets methodology. Phase I - Design If awarded the contract, a meeting with City staff will be immediately scheduled. The purpose of this design phase meeting is to: review the proposed timeline of the project; submit and discuss a draft list of data to be collected; retrieve all pertinent documents on the City's urban forestry policies; establish a protocol for communications between Natural Path and City staff; and finalize anticipated outcomes. Phase II - Data Collection Once the design phase has been completed, data collection can begin. Natural Path staff will be use a PDA to collect data on every ash tree on City right-of-way. The firm has inventoried over 200 municipalities in North America and abroad. The recommended list of data to collect is derived from this extensive experience. The types and number of data fields should be relevant and manageable. The following is a list of the recommended fields: City of Des Plaines - Ash Inventory Proposal Copyright, Natural Path Urban Forestry Consultants, 2011 • Page 3 Location Information Management Area - Geographic subareas defined by the City Street - Name of the street the address of the property is located. Address - Address number of property Land Use - Primary use of property directly adjacent to the right of way tree being inventoried. Quad - Reference location to the adjacent property (Front, Left, Right, Etc.). Sequence - Sequential number within a quad Frontage - The street the tree is physically located on. Tree Information Species - Identification of each tree to a species level Diameter - Diameter measured to the nearest inch Condition - Descriptive code identifying structural/health condition of the tree (Excellent, Good, Fair, Poor, Very Poor and Dead) Structural Defects - Assign a series of structural defects when appropriate. Maintenance Needs - Identify any critical maintenance needs identified. Hardscape Parkway - Defines one of a range of parkway/sidewalk configurations. Utility - Identifies one of three overhead utility scenarios. (None, Service, Transmission) While the proposed project focuses on ash trees, because every street will be covered, the opportunity exists to conduct a sample survey of the whole tree population. A simple methodology and shareware software (I -Tree Streets) developed by the United States Forest Service allows communities to conduct a sample of 6% of the City's street segments. Information retrieved would provide a more comprehensive assessment of the total street tree population being managed by the City. Outcomes from the software would include species and condition distributions; maintenance needs and risk assessments. Additionally, the software would calculate the environmental and economic benefit of the total urban forest managed by the City. The City will be immediately informed of any risk issues identified. The City will also have a Resistograph decay detection device available for their use over the course of the project as both a diagnostic and training tool. City of Des Plaines - Ash Inventory Proposal Copynght, Natural Path Urban Forestry Consultants, 2011 • Page 4 Data will be provided in a relational database system designed in Microsoft Access. The system will provide necessary data summaries and lists. It will also allow easy maintenance updating. Phase III - EAB Management Plan A comprehensive Emerald Ash Borer Management Plan will be developed using four reference elements: data from the inventory; interviews with staff; a review of City policies and budget and an assessment area municipal EAB policies. A thorough understanding of all four elements will inform the development of the EAB plan. Natural Path's intent is to develop an active plan that avoids the development of soft goals --a common problem with strategic and management plans. Our policy is to develop goals that have quantifiable targets, clearly defined outcomes and realistic timelines. All three components are key elements for implementing proactive and sustainable policies. In addition to a summary of the four elements outlined above, the EAB Plan will present recommendations and goals in the following areas: 1. Ordinance modifications 2. Community outreach 3. Ash reduction 4. Species diversity 5. Wood utilization 6. Staff Training 7. Regional cooperation 8. Inspection cycle 9. Removal specifications 10. Planting specification Phase IV - Training and Report Near the completion of the EAB Plan, staff will be trained on managing the tree inventory data and the use of the system as an analysis tool. With the completion of the inventory and EAB Plan phases, a public meeting will be scheduled to summarize the findings and outline the recommendations developed. City of Des Plaines Ash Inventory Proposal Copyright, Natural Path Urban Forestry Consultants, 2011 • Page 5 TIMELINE Based on the number of street miles in the City, we anticipate the data collection to take approximately nineteen data collection days over a two month period. The following timeline is a realistic estimate of the timeline required to complete the project as outlined above. All estimates are based on being awarded a contract in early March. Table 1 - Project Timeline Month Description March Design phase April - June Data collection June - July Development of EAB Management Plan Submission of tree inventory data and provide training August September Submit project summary report, EAB Management Plan. Present at public meeting TECHNICAL SUPPORT Natural Path Urban Forestry Consultants will provide urban forestry management services directly and indirectly related to the tree inventory and EAB Management Plan to the City for a period of one year starting with the day the tree inventory data has been submitted. FEE SCHEDULE Based on the approximate size of the City, I estimate that data collection for the ash and sample inventory would require nineteen data collection days. Natural Path would be able to complete the services outlined above at the cost of $15,150. The EAB Management Plan can be provided for an additional $1,200. The I -Tree Streets option would be an additional $3,200. The total monetary cost of the this option would therefore be $19,550. The prices includes all time, materials and travel required to complete the services listed. All work would be completed by September 15, 2011. Natural Path would be providing the following at no charge. I list the equivalent cost of the services as a potential match for the City to be applied to the grant proposal budget. Urban Forestry Management Technical Support - $3,400 Mark Duntemann, Owner Date City of Des Plaines - Ash Inventory Proposal Copyright, Natural Path Urban Forestry Consultants, 2011 DES PLAINES ILLINOIS CITY OF DES PLAINES 1420 MINER STREET DES PLAINES, ILLINOIS 60016 TELEPHONE: (847) 391-5300 PURCHASE ORDER ORG. NO. 2451 A('('OL NT NO. 960130 plum Eur ('ODE DEPT / DIVISION Street/Grounds VENDOR NO. PURCHASE ORDER NO. PW -GS 11-01 VENDOR NAME Natural Path Urban Forestry SHIP TO EXTENDED ATTN Mark I)untemann 19,550.00 ADDRESS PO Box 1753 CITY, S"A"FE, ZIP Oak Park, IL 60304 QUANTITY ITEM / DESCRIPTION UNIT COST EXTENDED 1 Professional Service on tree inventory and ash tree removal/replacement program 19,550.00 19,550.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 Reimbursement through EAB Technical Assistannce Grant through Metropolitan Mayor's Caucus. 0.00 0.00 SUB -TOTAL 19,550.00 SHIPPING / OTHER TOTAL $19,550.0 0 DATE REQUESTED BY DEPARTMENT HEAD FINANCE DIRECTOR CITY MANAGER 1/6/11 Adam Boeche .-A9 PAGE 1 OF 2 Effective 0I/0I/09 VENDOR SECTION I. l'RIC L $19.550.00 C ONI•AC I• PERSON Mark Duntent,m VENDOR NAME Natural Path Urban Forestry P1IONE 773-699-7284 ADDRESS PO Box 1753 FAX TECHNICAL NATURE OF ITEMS MAKES COMPETITION IMPOSSIBLE CTry. STATE, ZIP Oak Park, IL 60304 EMAI1. natpathwearthlink.net EXPLANATION: 2. PRICE $25,000.00 CONTACT PERSON Kristin Rehg VENDOR NAME Baxter and Woodman Consulting I'l IOM: 815-459-1260 ADDRESS 8678 Ridgefield Rd. FAX CI'T'Y, STATE, ZIP Crystal Lake, IL 60012 EMAIL, 3. PRICE $27,100.00 CONTACT PERSON Josh Behounek VENDOR NAME Davey Resource Group PHONE 573-673-7530 ADDRESS 1101 La Rail Dr. FAX CITY, STATE, GIP Columbia, MO 65203 EMAIL. VENDOR RECOMMENDED Natural Path Urban Forestry TOTAL AMOUN r BUDGETED $19,550.00 OTHER PROJECT COSTS @ ONGOING OPERATING COSTS EMERGENCY PURCHASE THIS PURCHASE AND OTHER PROJECT COSTS ARE EXPECTED TO REMAIN WITHIN THE APPROVAL OF LOWEST RESPONSIBLE BIDDER ❑ NO �.. YES BUDGET: (CHECK BOX) @ ❑ PLEASE MARK ALL BOXES BELOW THAT APPLY TO THIS PURCHASE: FOR PURCHASES OVER $10,000 A FORMAL REQUEST FOR A RESOLUTION HAS BEEN SUBMITTED TO LEGAL: (CHECK BOX) APPROVAL OF LOWEST RESPONSIBLE BIDDER ❑ NO PROFESSIONAL SERVICES CONSULTING ►2 @ ❑ EMERGENCY PURCHASE ❑ SOLE SOURCE SUPPLIER ❑ EQUIPMENT STANDARDIZATION ❑ TECHNICAL NATURE OF ITEMS MAKES COMPETITION IMPOSSIBLE ❑ JOINT GOVERNMENT PURCHASING PROGRAM ❑ OTHER (PLEASE EXPLAIN BELOW) EXPLANATION: FOR PURCHASES OVER $10,000 A FORMAL REQUEST FOR A RESOLUTION HAS BEEN SUBMITTED TO LEGAL: (CHECK BOX) REQUESTED BY ❑ NO �/ YES TE11S ITEM HAS BEEN PLACED ON CONSENT AGENDA: (CHECK BOX) ❑ NO /� YES DATE REQUESTED BY DEPARTMENT HEAD FINANCE DIRECTOR CITY MANAGER - Timothy Oakley PAGE2OF2 Effective 01/01/09 CITY OF DES PLAINES RESOLUTION R - 18 - 11 A RESOLUTION ACCEPTING THE PROPOSAL FROM NATURAL PATH URBAN FORESTRY CONSULTANTS FOR SERVICES IN PREPARING AN EMERALD ASH BORER MANAGEMENT PLAN AND CONDUCTING AN INVENTORY OF THE CITY'S ASH TREE POPULATION. WHEREAS, Article VII, Section 10 of the 1970 Illinois Constitution authorizes the City of Des Plaines to contract with individuals, associations and corporations, in any manner not prohibited by law or by ordinance; and WHEREAS, the Emerald Ash Borer has become a severe threat to ash trees within the City of Des Plaines and an inventory of all ash trees in the City must be performed and a Emerald Ash Borer (EAB) Management Plan must be created; and WHEREAS, the Public Works and Engineering Department solicited proposals from several qualified consulting firms to provide services in preparing an EAB Management Plan as well as conducting a full ash tree inventory with a 6% sample inventory of the City's entire tree population and four firms responded; and WHEREAS, the proposal received from Natural Path Urban Forestry Consultants was the lowest responsible proposal received for providing services in preparing an EAB Management Plan and conducting a full ash tree inventory with a 6% sample inventory of the City's entire tree population at cost not to exceed $19,550.00; and WHEREAS, it is in the best interest of the City to accept the lowest responsible proposal from Natural Path Urban Forestry Consultants for services in preparing an EAB Management Plan as well as conducting a full ash tree inventory with a 6% sample inventory of the City's entire tree population at a cost not to exceed $19,550.00, and to authorize the Director of Finance to issue payment to Natural Path Urban Forestry Consultants in an amount not to exceed $19,550.00; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Des Plaines, County of Cook, Illinois, in the exercise of its home rule powers, as follows: SECTION 1: That the recitals set forth herein above are incorporated herein by reference as the factual basis for this transaction. SECTION 2: That the City Council hereby accepts the lowest responsible proposal from Natural Path Urban Forestry Consultants for services in preparing an EAB Management Plan as 1 well as conducting a full ash tree inventory with a 6% sample inventory of the City's entire tree population at a cost not to exceed $19,550.00 and authorizes the Acting City Manager to execute the contract documents. SECTION 3: That the Director of Finance is hereby authorized to issue payment to Natural Path Urban Forestry Consultants, P.O. Box 1753, Oak Park, Illinois 60304 for services in preparing an EAB Management Plan as well as conducting a full ash tree inventory with a 6% sample inventory of the City's entire tree population in an amount not to exceed $19,550.00. SECTION 4: That this Resolution shall be in full force and effect from and after its passage and approval according to law. PASSED this day of , 2011. APPROVED this day of , 2011. VOTE: AYES NAYS ABSENT ATTEST Approved as to form: MAYOR BoAniet g iiiiii3Q_ CITY CLERK David R. Wiltse, City Attorney Legal\Res\2011\Natural Path Urban Forestry Consultants Emerald Ash Borer 2 DES PLAINES ILUNOIS Consent Agenda Item #10 & l0a City of Des Plaines Police Department 1420 Miner Street Des Plaines, IL 60016 Tel. 847-391-5400 Fax. 847-391-5463 MEMORANDUM Date: January 19, 2011 To: Acting City Manager Jason Slow, From: Chief Jim Prandini Subj: 2011 Fleet Purchase — Ford Crown Victoria Squad Cars Issue: Fleet purchases were approved in the 2011 budget for the police department for the replacement of nine (9) marked squad cars for patrol operations. This memorandum will outline the costs associated with this purchase, which will be funded through federal asset forfeiture accounts. Analysis: The 2011 budget authorizes the police department to purchase nine (9) 2011 Ford Crown Victoria Police Interceptor squad cars that are due to be replaced. These squad cars will be driven by patrol officers during their normal tour of duty and are being rotated on a three year cycle. Most of these vehicles have experienced varying degrees of mechanical problems associated with their advanced mileage. Fleet Coordinator Tim Doherty obtained quotes for the purchase of these vehicles as follows: Landmark Ford (State Bid) Bredemann Ford (NWMC Bid) Currie Motors Ford The lowest quote is determined to Ford in Springfield, Illinois. $21,874.00 (each) $22,359.00 (each) $22,410.00 (each) $196,866.00 (total cost) $201,231.00 (total cost) $201,690.00 (total cost) be offered through the State Bid (#4015559) from Landmark Recommendation: 1 am requesting approval to purchase nine (9) 2011 Ford Crown Victoria Police Interceptor squad cars in the amount of $196,866.00 from Landmark Ford, 2401 Prairie Crossing Drive, Springfield, Illinois 62711-9485. This expenditure will be made from the State Bid and lowest responsible bidder. This expenditure will also be funded through federal asset forfeiture accounts as discussed during the 2011 City of Des Plaines budget hearings. Attachments Resolution Price Comparison Matrix Purchase Order CITY OF DES PLAINES RESOLUTION R - 21 -11 A RESOLUTION AUTHORIZING THE CITY TO ACCEPT THE LOWEST RESPONSIBLE STATE BID OFFER FROM LANDMARK FORD FOR THE PURCHASE OF NINE 2011 FORD CROWN VICTORIA POLICE INTERCEPTOR VEHICLES AT A TOTAL COST OF $196,866.00. 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 Police Department Equipment Replacement Fund for vehicles in the 2011 Budget includes the purchase of nine marked squad cars for the Police Department; and WHEREAS, the City of Des Plaines is allowed to purchase vehicles through the State of Illinois, Central Management Services bid process; and WHEREAS, the lowest responsible bid received by the State of Illinois for 2011 Ford Crown Victoria Police Interceptor vehicles is from Landmark Ford at a cost of $21,874.00 per vehicle, for a total cost not to exceed $196,866.00 for nine vehicles; and WHEREAS, it is in the best interest of the City to accept the state bid from Landmark Ford for the purchase of nine 2011 Ford Crown Victoria Police Interceptor vehicles in an amount not to exceed $196,866.00 and to authorize the Finance Director to issue payment to Landmark Ford in an amount not to exceed $196,866.00; 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: That the recitals set forth herein above are incorporated herein by reference as the factual basis for this transaction. SECTION 2: That the City Council hereby accepts the state bid submitted by Landmark Ford of Springfield and authorizes the Acting City Manager to execute all contract documents. SECTION 3: That the Finance Director is hereby authorized to issue payment to Landmark Ford, 2401 Prairie Crossing Drive, Springfield, Illinois, 62707 for the purchase of 1 nine 2011 Ford Crown Victoria Police Interceptors vehicles in an amount not to exceed $196,866.00. SECTION 4: That this Resolution shall be in full force and effect from and after its passage and approval according to law. PASSED this day of , 2011. APPROVED this day of , 2011. VOTE: AYES NAYS ABSENT MAYOR ATTEST: Approved as to form: o&vki X 21/4,6 CITY CLERK David R. Wiltse, City Attorney Legai\Res\2011\Squad Cars Purchase 2011 2 I 2011 FORD CROWN VICTORIA POLICE INTERCEPTOR 4 DOOR SEDAN STANDARD PACKAGE EXTERIOR COLOR - TWO TONE BLACK & WHITE; INTERIOR COLOR - CHARCOAL BLACK Standard Package Sound Off Dome Light Illk_MarATE BID DESCRIPTION LANDMARK FORD FO RD_ $20,668.00 SUBURBAN PURCHASING COOPERATIVE EDEMANN FORD All Units Keyed Alike (1998-1435X) Trunk Lights -Red & Blue Flashing Tu -Tone Paint Rear Door Handles Inoperative Rear Window Inoperative. Driver side Spotlight $91.00 $50.00 $20,952.00 N/A $375.00 $770.00 $22.00 $42.00 $250.00 $743.00 $22.00 Door Moldings Installed Ignition Overide Switch INCLUDED INCLUDED $21.00 $21.00 $160.00 Delivery Charge TOTAL COST PER UNIT DELETE THE FOLLOWING Cruise Control Wig Wag Flasher Cloth Rear Seat INCLUDED 1 $185.00 $22,183.00 $25.00 CURRIE MOTORS FORD r s $20,865.00 $95.00 $45.00 $335.00 $775.00 $22.00 $22.00 INCLUDED $26.00 $200.00 $285.00 INCLUDED INCLUDED $22,414.00 $22,470.00 FINAL COST ($189.00) ($65.00) ($55.00) INCLUDED INCLUDED INCLUDED INCLUDED ($55 00) (60 00) $21,874.00 I $22,359.00 I $22,410.00 I I FINAL COST FOR 9 UNITS I $196,866.00 I $201,231.00 I $201,690.00 I CITY OF DES PLAINES ILLINOIS CITY OF DES PLAINES 1420 MINER STREET DES PLAINES, ILLINOIS 60016 TELEPHONE: (847) 391-5300 PURCHASE ORDER ORG. NO. 2082 ACCOUNT NO. 980500 PROJECT CODE DEPT / DIVISION Police VENDOR NO. PURCHASE ORDER NO. T001192011 VENDOR NAME Landmark Ford ATTN Lyle Snow ADDRESS 2401 Prairie Crossing Drive CITY, STATE, ZIP Springfield, IL 62711-9485 SHIP TO Des Plaines Police Department Tim Doherty 1418 Miner Street Des Plaines, IL 60016 QUANTITY ITEM / DESCRIPTION 9 2011 Ford Crown Victoria Police Interceptors With the following Options; Sound Off Dome Light, All Units Keyed Alike (1998-1435X) LED Flashing Trunk Lights, Tu -Tone Paint, Rear Dooi Handles Inoperative, Rear Windows Inoperative, Delivery Chanrge. DELETE The Following Options; Cruise Control, Wig Wag Flasher, Cloth Rear Seat *****Paid By Customs Account***** *****Illinois State Bid # 4015559***** SUB -TOTAL SHIPPING / OTHER TOTAL UNIT COST EXTENDED 21,874.00 196,866.0 0 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 196,866.0 0 $196,866. DATE REQUESTED BY 1/19/2011 Tim Doherty DEPARTMENT HEAD if FINANCE DIRECTOR C1rYM NAGER 00 PAGE 1 OF 2 Effective 01/01/09 VENDOR SECTION PRICE $196,866.00 CONTACT PERSON Lyle Snow VENDOR NAME Landmark Ford ADDRESS 2401 Prairie Crossing Drive PHONE FAX (800) 798-9912 CITY, STATE, ZIP Springfield, IL 62711-9485 EMAIL lylesnow@msn.com msn.com 2. PRICE $201,690.00 CONTACT PERSON Tom Sullivan VENDOR NAME Currie Motors ADDRESS 9423 W. Lincoln Hwy PHONE FAX (815) 464-9200 (815) 464-7500 CITY, STATE, ZIP Frankfort, IL 60423 EMAIL thomasfsullivan@msn.com 3. PRICE $201,231.00 VENDOR NAME Bredemann Ford CONTACT PERSON PHONE ADDRESS 2038 North Waukegan Road FAX Duey Schroeder (847) 998-4024 (847) 692-5266 CITY, STATE, ZIP Glenview, IL 60025 EMAIL dueyschroeder@bredemann.com VENDOR RECOMMENDED Landmark Ford TOTAL AMOUNT BUDGETED $0.00 OTHER PROJECT COSTS $0.00 ONGOING OPERATING COSTS $0.00 THIS PURCHASE AND OTHER PROJECT COSTS ARE EXPECTED TO REMAIN WITHIN THE BUDGET: (CHECK BOX) 0 YES ® NO PLEASE MARK ALL BOXES BELOW THAT APPLY TO THIS PURCHASE: APPROVAL OF LOWEST RESPONSIBLE BIDDER EMERGENCY PURCHASE EQUIPMENT STANDARDIZATION JOINT GOVERNMENT PURCHASING PROGRAM PROFESSIONAL SERVICES CONSULTING SOLE SOURCE SUPPLIER TECHNICAL NATURE OF ITEMS MAKES COMPETITION IMPOSSIBLE OTHER (PLEASE EXPLAIN BELOW) EXPLANATION: State of Illinois Joint Purchasing Program Bid #4015559. FOR PURCHASES OVER $10,000 A FORMAL REQUEST FOR A RESOLUTION HAS BEEN SUBMITTED TO LEGAL. (CHECK BOX) THIS ITEM HAS BEEN PLACED ON CONSENT AGENDA: (CHECK BOX) ® YES ® YES ❑ NO ❑ NO DATE REQUESTED BY D - • - • ENT HEAD 7 FINANCE DIRECTOR CITY MANAGER 1119111 Tim Doherty i,, 1 )------ fA PAGE 2 OF 2 Effective 01 01 09 CIS DES PLAINES ILLINOIS Consent Agenda Item #11 City of Des Plaines Finance Department 1420 Miner Street Des Plaines, IL 60016 Tel: 847-391-5325 Fax: 847-391-5402 MEMORANDUM Date: January 18, 2011 To: Jason Slowinski, City Man ( cting) From: Dorothy Wisniewski, mance D' ector Subj: Motor Fuel Tax Audit Issue: To present the report on the audit covering the receipts and disbursements of the Motor Fuel Tax (MFT) Funds by the City for the period beginning January 1, 2006 and ending December 31, 2009 conducted by the Illinois Department of Transportation (IDOT). Analysis: In 1929, the Illinois General Assembly adopted a law placing a tax (e.g., 0.19 cents/gallon and an additional 2.5 cents/gallon on diesel fuel) on the operation of a motor vehicle on public highways and recreational watercraft upon water based consumption of motor fuel. Proceeds from this tax are administered by IDOT, with a portion of these revenues being allotted to counties, townships, and municipalities. The collection and distribution of these funds are outlined in the Motor Fuel Tax Law, and are referred to as the Motor Fuel Tax funds. MFT funds are paid out to units of local government in accordance with the Motor Fuel Tax Fund, 35 ILCS 505/8 provisions. All money collected by the Department of Revenue is distributed after the first day of each month. The MFT account of each local agency is periodically audited by an MFT auditor of the IDOT District Office. Audits are prepared primarily as cash receipt and disbursement audits of the local agency's MFT fund. However, the audit is also made to discover any improper or unapproved uses or expenditures not in accordance with Illinois Statutes. The Finance Department's staff was contacted by IDOT to provide copies of records and supporting information of the receipts and disbursements of MFT funds for the timeframe of January 1, 2006 through December 31, 2009. The specific information requested was as follows: • all cancelled checks and monthly bank statements, • records of investment of MFT funds, • all necessary data to support payment for labor and equipment rental, • vendor's invoices, • payment estimates, and • all other claims to support expenditures from this fund. 1 After conducting a thorough examination, the IDOT office issued a clean audit opinion stating: "We hereby certify that we have audited the books and records of the City of Des Plaines in so far as they pertain to the receipt and disbursement of the MFT fund for the period beginning January 1, 2006 and ending December 31, 2009, and that entries for receipts in these books and records arc true and correct and arc in agreement with the records maintained by the Department of Transportation and that entries for disbursements are supported by cancelled warrants or checks with no exceptions or the audit findings." The last requirement of the MFT audit is to have the report presented to the Mayor and City Council during its regular scheduled City Council Meeting. A copy of Audit Report No. 66 covering the receipts and disbursements of MFT Funds by the City of Des Plaines for the period beginning January 1, 2006 and ending December 31, 2009 is included for the City Council's reference. Recommendation: Staff recommends that this audit report is approved by the City Council and a copy of this report be filed as a permanent record. W/ Attachments: Motor Fuel Tax — Audit Report, For the period beginning January 1, 2006 and ending December 31, 2009 2 Ilknois Department Of Transportalion Division of Highways/Region One / District One 201 West Center Court/Schaumburg, illInois 60196-1096 LOCAL ROADS AND STREETS Motor Fuel Tax — Audit Report City of Des Plaines Cook County December 10, 2010 VIA CERTIFIED MAIL Ms. Gloria J. Ludwig City Clerk City of Des Plaines 1420 Miner Street/NW Highway Des Plaines, IL 60016 Dear Ms. Ludwig: Enclosed Is a copy of Audit Report No. 66 covering the receipt and disbursement of Motor Fuel Tax (MFT) Funds by the City for the period beginning January 1, 2006 and ending December 31, 2009. This report should be presented to the Mayor and City Council at the first regular meeting after receipt of this letter, and filed as a permanent record. If you have any questions or need additional information, please contact Charles Riddle, Program and Office Engineer, at (847) 705-4406 or via email at Charles.Riddie@iilinois.gov. Very truly yours, Diane M. O'Keefe, P.E. Deputy Director of Highways, Region One Engineer By: Christopher J. Holt, P.E. Bureau Chief of Local Roads and Streets Enc=osure cc. Dorothy Wisnlewski, Director of Finance w/encl. F OR DPS PIAINES DEC 142010 epartment of Finaac imstrative Service Illinois Departrpent of lansportahon Audit Cover Sheet Agency: CITY OF DES PLAINES Audit for: Audit Year(s): 2006 - 2009 X Motor Fuel Tax ❑ Township Bridge ❑ Special Assessment Audit Number: 66 ❑ G.O. Bond Issue ❑ MFT Fund Bond Issue Date: April 15, 2010 Page 1 of 1 12/10/2010 8.49 AM BLR 15100 (Eff 5/06) Auditor's Certificate Audit Report No. 66 CITY OF DES PLAINES w c E a) 2 a) .0 .0 0 • M O C C Q r V +-, 0 X SI- O •cC a) V N E • Vl aa) .oN aa) "0 aai O "0r5 C Kai'§c SCC` .CCD m .o • g112 a) N Ol c c c O co a) 0 c ' N .0 11) C c N N 13-a 00 N (c0 = C N • a3 O ▪ • .0 C O 4- cas ai z�° • g13 oV O a .0 a O • W a.'»» 03 C .0 p 0 • a) , O O C • ca • ° 0 Ca 0 o �r 'x80- LI)~ ` ccQ yy 5- c N u_ C p C 0O amici m g �o a) a 0 • r • SO4� REVIEWED AND APPROVED BY BLR '510' Eff 51061 i an co '- 0 00 N 0. Auditor's Comments Audit Report No 66 CITY OF DES PLAINES Audit Period: Jan. 1, 2006 to Dec. 31, 2009 received as follows : O 1- O a) N 10 0 CO r ui CO CO O C') CO 'Q' CO CO C7 N N r d7? The Other Receipts to the Fund were 4- C a) t E 2 t E C 0 N 1 CO e - N CO Ni Total received: BLR 15102 Eff 5.06 Fund Balance and Bank Reconciliation Audit Report No 66 CITY OF DES PLAINES Audit Period Jan. 1, 2006 - Dec. 31, 2009 O 0 N Fund Balance Unoblisated Obligated Total Outstanding Warrants 6 CO O 1A el O LO O CO O N 11) cd) c0 L 6,511,296.56 0 0 O 182,161.20 182,161.20 I 3,575,701.081 6,693,457.76 6,646,428.67 I 6,646,428.67 (122,438.00) 0.00 47, 029.09 [27336 54) 114,259.21 188,624.84 47,029.09 o� 0 1- r-- 0) O r co ro 0 O O -4 0 N Is- it '- O) 0) N ON T M C") N. t CO 'n V' 10,391,596.84 (10,344,567.75) Bank Reconciliation _ l Balance in Fund per Bank Certificate Dec. 31, 2009 Deduct Outstanding Warrants Add Outstanding investments Additions Subtraction's Net Balance in Account Dec. 31, 2009 8,586,127.66 6,356,260.60 14,942,388.26 (4,673,229.42) 10,269,158.84 122,438.00 1Balance Previous Audit • Ilotments otal MFT Funds • pproved Authorizations Other Receipts otal Disbursements i Surplus (Credits) Unex • = nded Balance Certified Correct SLR '5'03 Eff 5x06 Audit Report No. 66 CITY OF DES PLAINES Outstanding Dec. 31 2009 Type of Investment ILLINOIS FUNDS H U, 0 a w 0 Q U 188,624.84 188,624.84 Interest Earned 17,382.58 co a) CV N N CD I I 33,605.51 1 Value at Maturity or Redemption Purchase Cost Date of Maturity or Redemption Date of Purchase w re Ui w 0 In J m z r n 0 V 1 a C iI, .-7. b Omi 0) O t0 M O O N r OI 10 V F'i (D 10 N CO O) O� O N a� 1N. O D.' n a0 Ir. 01 1D t QV Pf N A 1s O� N O N 1n Pf O e 01 CO 0) O e, as N O r- m m 1p a8 �ws N N (OD, aD M 111 l�Y t0 Yf ♦ OW �Np O Q r r O m U) co 1. f. Q O ap ID N OOi CO N aD at aD N t/1 O U) Q 11O0(� Q N Q V m (0 COO a0 O N u) ni N 1D O N 0) CO Y N 0) Ol Q COr N N D. N 11,078,056 88 Prey Accumulated Drsbursernenis OOi ('3 (f O 451 697 23 �(pp pN t8i a 9 18.253 00 1.872.101 72 h � (D N 27.081 93 6 523.51 f0. m N Q N 0, N 6 COr N N 4,782,725.07 Unexpended Balance 27 734.77 800 000.00 348,302.77 (634 286 39) p N O A Di 1D O N m 0) t0 M a (D N N N V/ aD O G N N 4 p O C map ae pp�1 O N - 1 (3.874 29)1 00 0 (L91,95'9Z9'1) 0a1 (D m (+) t0 ON Q u1 aD ��Npp O O O A CD ( CO Ir. n 0 Oi 0 tr.; 0 r u) 01 —O 0~ 0) Ifs W A ID aap ID O lD p 01 O co (0 ... 1A N QI a0 ...: N N O Q VI C. CO ui N aO • - 1tn.7 O N Nf (0 CO Surplus to Unobhgated Balance (Creddsr O 0 B 1 ~a3 0 50,572.59 393 800.00 La N Qi 46,837.86 N (N (1 CO o (AO a) lO ts. o 399.258.04 533,8.98.70 1 (0 (0 d v O a a co ('g 1 N 0) m Z Total Funds Avadable 27 734 77 8P N t(() S ma a0 l+f (634.286.39) OP• N N aD.- lH `-' m (274,119.18) (19,772.64) O U)) M 393,800.00 (79,209.88) (3,874.29) (1 526,584.57) 0.00 �m� Q N N Oi CON (,.,` 0) aD O 0.00 436,367.14 468,703.00 643,396.50 564,866.00 0)0�p (p aO t7 (47,189.75) Nm2 00) ai ..... `, N N ON1 01 Di .CO., Ai . ' O O O y Q ca 0) 18 253.00 I (274,119.18)1 a• fni rtp A pp (Yec)f Yf ap aD N N es N I (1.281,241.12)1 �p 8 ad2 (888,174.38)1 .L°J T O 393,800.00 03 �N 01 tip ((2 O 11a2pp In. (1n+1 �tO to I 3,586,095 42 a 1�( I 27,734 77 O n 8 Np O M O a0 N appE. (7 8 ID 1N., N CO.r Ip 1- O (fp) N N 10 N OM1 O S (D CO `r n Oi aa f: N Oi V '' aro A 03 N Ol M 11-1. N CONSTRUCTIONII Y Ola1$Ir it `n Z rn I s J g $ I 02.00185-OOTL 0 in cc.. $1s 103-00188-00TL ' O. a&&$ 111:10 $.$ CA rc rc °d U) o 85.00143-02WR 87-00150-00FP 1. $� 0.f I I. SUB TOTAL J 0 m LI cu U) ~c c 10 u° 00 g u To W O O 2 w O E H O 0 U 5 co N co U) 0) g io,oro ou 19 304 00 1 245 00 18 328.00 In N DI N N 1�m N a 3 I- O n Ip O 10 t at L 3: 0 — � 14,1JOU.Z0 cc 1.010,ret.a 524.210.89 I0p �o 7 BAgain...) ')1 1n'f a"1 g 1D Q a 01 O Y) S W 0 O 0- 0 O W N S O 10 01 v- N. at n A O N •N- S Yom) tnO. {i O) Sa 0 Y 410 ;�y t�pp 0 A h o 01 O N 10 M co g O r ao �y of n N �y m Orl m t0 1- N co O h N y IA cor ui 10n S 0 co co v N S �p 1+) W 10 41/ N 1470 N 011 47 N Unexpended Balance 10 YN) r VI 0) Y co /�) 8 8 co) N N N co 8 8 co S N w c0 Y S O 0 n a0 N N. N r r O 0 co O O 01 n 0 O 0 �0y1 49 N ��yy 40 O N P. ��iss N m O N 1N 3 3 �p 0 coco� GGGG a C co 4^9 WWWW m v 104 to 10 M CO pW N ,.,o O �} A Oi 0 0) n N S �p 0 01 cri n co Is at • C m h O a 0 0 0 oi v CO0 NCO °Y)4 n 17 (0 O Q 17 In O (34,552.13) (18,678.50) SSS CO o O Q O 0 00 S C 1nr.iomlop8 N .a.. oi �V0 N O. /n A C O^1 m 01, CD NN) r.. (1,256,797.22)1 (524,210.89) (6,860.10) 564,000.00 0 0 0.00 Getri rift Gg0 M. Y .00— 001 t00 f: N" 001 4ocv, 787.75 I Other Receipts 0.00 1 A Total Amount Authorized 23,634.00 SO O g @ 0. �8 h CO al ' gS CS nP.;07388`8con ii ....• v 1` Q 0 0 O1 �i O tyyP�pp�� {Y r �`1 v 4 tQ S 12Sn X X 0_ CO n N co r) S m co D. 99.00177-O0EG 99-00179-0ORS ID! �1�(Q'�S' fflh 0 fflI!, c§ 0 CJ U 5 0 S H� 7W U 3 W t F • 3 m E 3 d1 0 zQ a 4 Eta 15106 (55 5/06) I, Qw m m m U) 10 8828:184 n_ ; i {Ny .- yyv�� N W int; ma I 3 n °i om b m I- n ai RI Prey Accumulated Disbursements n oil con m U) norwr o m m r- ai in. inU) V' VI N��p 0toyi yasoG m 34 Nfi () r $ 0 01 n i) n q xmv0)4 W m ^ - m O C) n A O C s b NO n U) r $ OOV w N N 3 2 S 8 $ N Of n 0 01 co)N0) U NN n... Surplus to Unobltgated Balance (Credits) O O EE 0 N 2��} O N Ic Total Funds Available 2$$$2o a UI N g N ryN ag 0 0 pp 1a I 0.00 0.00] $ o N e?l Por 1 m A 7,933.47 ama N .r '$n co r .- co m 0 of n P) A 939.60 I 18,089.00 I r- '0 °i U) O 0.00 2.233.60 3883 m o n N t7 n a) O O 1 V 0.CCO0 us 03 ai I� 9 Q 8 O m a (476,124.81)1 Total Amount Authorized S 0 I 25,000.00 p� C I N a tN N I 26,582.50 1b I_ 3,847.25 2 3 7 933.47 Oy/ Y/ O O m 8 1111 w aN0 UI o N to 2,233.60 t 633.84 {j 7.271.00 39 315.04 (8,662,510 30) 101-00000-00GM N4AcBQq� 00OO i g 3E a 0}a� Oo U U V OOO O V f- Q eIDiIiiii Q Eta 15106 (55 5/06) 21 0 Audit Report No 66 cn I Total Surplus to Unexpended Prey Accumulated Total Accumulated {tsiursementeJDisbursementsUnca igated (C edi Balance Disbursements Disbursements Balance (Credits AM m P r 0 N 12 534 199 80 iVt. 6 t0 888888. o 0 o c o8' G o 88888888-8 n� v 4 M v N. o 0 0 o y cn 4 V 2 co (10,344 567 75) 8 NX{. N 8 W 8 pl 8 l0 _ 122 438 00 r N 6.646 428 67 Total Funds Available i 000 a 80 a) 10 000 888 0 0 720,000 00 8 0 (4 647 50) 8 0 8 N (17401.56)1 29 212 00 31 734.00 31 375 00 888m .- O el ai G N A 1p I I V IAI.s I (8,431091.70)1 4.873,229 42 I (0 00)1 182,181.20 - (3 575,701 08)f 29,212.00 3 734.00 31.375.00 30,117.00 g 16,783.69 m 2 ' 27411916 129 978 13 3,520 58 44 859 99 AS et 01 3 874.29 Total Amount Authonzed iV i2 v iVv 0 V 2 H N S 3 A = 8 `O'' N 8 I; 3 v V 8§ N Vl — g 9 o I 1 I 10 1. i 1 T I 8 § 11 Allifi*.= I I I o i 1 /m r� sr ni'�OFFICE OF TIRE MAYOR Ad,1 Il City of Des Plaines DES PLAINES—) 1420 Mimi Shoot ILLINOIS Des Plaines, Illinois 60016 Telephone: 841/391 5301 rax: 847/391 5378 Consent Agenda Items #12-17 Martin J. Moylan DATE: February 1, 2010 TO: Honorable Aldermen FROM: Martin J. Moylan Mayor RE: Appointments/Re-appointments to Commissions ************************************************************************ Economic Development Commission — Reappointment Richard Grosse 04/30/14 Jin Lee 04/30/14 Jim Ulett 04/30/14 Mary Howard 04/30/14 Architectural Commission — Reappointment George Geldis 08/31/12 Zoning Board of Appeals — Reappointment Arnie Seegers 04/30/15 ******************************************************** Resume and/or letter of intent is in your hands. These appointments will come before you on the consent agenda of February 7, 2011. Page 1 of 1 ,� T `N2S (It 17 DES PLAINES Consent Agenda Item #I8 City of Des Plaines Public Works and Engineering Department 1111 Joseph SLhwah Road Des Plaines, IL 60016 Tel: 847-391-5464 Fax: 847-297-6801 MEMORANDUM Date: January 26, 2011 To: Jason Slowinski, Acting From: Dave Strzelecki, Vehicl ager Hance Foreman Cc: Timothy P. Oakley, P.E., CFM, Director of Public Works and Engineering'fO Re: Advertise for Bid — Gasoline and Diesel Fuel Issue: The current contract for gasoline and diesel fuel expires on April 29, 2011. Analysis: This bid includes gasoline and diesel fuel purchases for all City vehicles and equipment. Included in the bid packet are the various grades of lead-free gasoline to provide the City with several options. The proposed term is a one-year contract with two optional annual extensions. Attached is a copy of the bid specifications. The table below shows the Department's overall budget for fuel in 2011: Recommendation: Staff requests authorization to advertise for bids for the Gasoline and Diesel Fuel contract. A bid opening date of Friday, March 18, 2010 at 3:00 P.M. is proposed. Gasoline Diesel Vehicle Maintenance $ 300,000 $ 140,000 Water System Maint. 32,000 8,000 Sewer System Maint. 25,000 10,000 $357,000 $ 158,000 Recommendation: Staff requests authorization to advertise for bids for the Gasoline and Diesel Fuel contract. A bid opening date of Friday, March 18, 2010 at 3:00 P.M. is proposed. CITY OF 4S t iy �....., a0 y,__ bV DES PLAINES ILLINOIS Consent Agenda Item #19 City of Des Plaines Public Works and Engineering Department 1111 Joseph Schwab Road Des Plaines, II, 60016 Tel: 847-391-5464 Fax: 847-297-6801 MEMORANDUM Date: January 14, 201 I To: Jason Slowinski, Acting Cilager Cc: Timothy P. Oakley, P.F 'rector of Public Works and Enginccring$ IFrom: Subject: I Iot Mix Asphalt Recycler Adam M. Boeche, P.E., CFM, Assistant Director of Public Works and Engineering/Off Issue: The Public Works Department requests authorization to solicit bids on an asphalt recycler. This piece of equipment was approved in the 2011 Budget and will allow the department to make permanent asphalt repairs with recycled asphalt material. Analysis: The 2011 Budget includes the purchase of a hot mix asphalt recycler within the Equipment Replacement cost center. In brief, the recycler utilizes milled or broken asphalt, heats it, and produces hot mix asphalt that is used for patch material. Since the raw material the machine requires is a by-product of our milling operation, the asphalt recycler can serve as a small batch plant capable of producing up to 10 tons of asphalt per hour with no material expense. The equipment will be used year round to address small to moderate-sized potholes or surface patches. Larger or full -depth patches must be addressed by the Capital Improvement projects or by in-house staff with other equipment. A five to seven year payback on the equipment is anticipated due to the reduction in material purchases that will be realized. Recommendation: Staff requests authorization to solicit bids for a hot mix asphalt recycler with a return date of February 18, 2011 at 3:00 P.M. The 2011 Budget amount is $175,000. Source of funding is the Equipment Replacement/Equipment cost center (702F/980400). Attachments Approved Budget Request Form Bid Specifications cnyor �11 �1a DES PLAINES ILLINOIS 2011 BUDGET REQUEST FORM REQUEST INFORMATION Title: ASPHALT RECYCLER - 190 Priority: ® High 0 Medium OPROVIII , 1 0 Low Description/Justilication: In order to reduce long-term costs associated with pothole repairs and to make whiter patching possible, an asphalt recycler would need to be part of the Public Works fleet. This piece of equipment would allow for Public Works to generate permanent patch repairs anytime during the year, not just during times when asphalt plants arc open (April -October). It replaces one of the 5 -ton dump trucks that is scheduled for replacement this year in the Capital Equipment Replacement Fund. The equipment would have a 5 year payback based on the current cost of labor and material for pothole patching as shown on the attached spreadsheet. The industry standard for service life of this type of equipment is 12-15 years, so it is a sound financial investment. In addition to the economic savings, there are environmental savings as well. By recycling the existing asphalt in lieu of purchasing new hot mix, the City will be saving 16 gallons of oil, 1,870 pounds of stone, and 75 pounds of carbon emissions per ton recycled. Since we use approximately 200 tons of material for pothole patching, the City would save 76 barrels of oil, 187 tons of stone, and reduce its carbon footprint by 15,000 pounds. Fund: EQUIPMENT REPLACEMENT Fund #: 702 Division: EQUIP. REPLACEMENT Division #: 702F Account Account Title Number Item Description Quantity Individual Amount Total Amount 980400 EQUIPMENT 10 ton Asphalt Recycler 1 175,000.00 175,000.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 CITY MANAGER REVIEW Total: $175,000.00 ® Approved Amount: $175,000 0 Not Approved Comment. This request is approved as this piece of equipment will allow for permanent patching of the City's streets at any time during the year. It has numerous environmental benefits and will pay for itself in 5 years. Signature: Afor;zir Date: 94d/ro 346 HOT MIX ASPHALT RECYCLER CITY ' r►OFfts �101,./0 DES PLAINES OWNER CITY OF DES PLAINES Prepared By CITY OF DES PLAINES PUBLIC WORKS AND ENGINEERING DEPARTMENT 1111 JOSEPH SCHWAB ROAD DES PLAINES, ILLINOIS 60016 INVITATION TO BID Bids for I'OT MIX ASPI'ALT RECYCLER for the City of Des Plaines, Illinois, will be received at the Office of the City Clerk, Room 602, 1420 Miner Street, Des Plaines, Illinois until Friday, February 18, 2011, 3:00 p.m., after which time they will be publicly opened and read aloud. This contract includes the following approximate items: HOT MIX ASPHALT RECYCLER Bidders must submit a firm bid. All bids must be accompanied by a Bid Bond, Certified Check, or Bank Cashier's Check made payable to the CITY OF DES PLAINES, in the amount of $5,000. The outside of the bid must clearly identify the firm, individual, or organization that is submitting the bid. Relevant portions of "An Act to Prohibit Discrimination and Intimidation on Account of Race or Color in Employment under Contracts for Public Buildings or Public Works", approved July 8, 1933, as amended, "Fair Employment Practices Act", approved July 21, 1961, as amended and "The Prevailing Wage Act", Illinois Revised Statutes, as amended. (Contract Provisions required by Section 85.38 of the Code of Federal Regulations, US Department of Housing and Urban Development apply to this bid.) Contractor understands amendments to the Illinois Freedom of Information Act (P.A. 96-0542) requiring the Contractor to produce to the Requester any of its company records and documents which are in any way related to the performance of services under this agreement and not exempt from disclosure within five business days of the City's receipt of a request for said records. The Contractor agrees to be bound by the provisions of the Illinois Freedom of Information Act ( 5 ILCS 140/1 et seq.), and agrees to deliver to the City all records in its possession relating to this agreement within three (3) business days of a request by the City for said records. Contractor agrees to reimburse the City any fees, fines, or costs incurred by or assessed against the City for its failure to deliver requested records in the possession of the Contractor, and which the Contractor failed to deliver to the City within three (3) business days of its receipt of a request from the City to do so. An e-mail request for records and documents will be considered received by the Contractor on the day sent. Prior to award of the Contract, the apparent low bidder is required to submit the Contractor Certifications and other information relative to their ability to provide the equipment in a satisfactory manner and within the time specified. Qualification of Bidders: A. Factors. Owner intends to award the Contract only to a Bidder that furnishes satisfactory evidence that it has the requisite experience, ability, capital, facilities, plant, organization and staffing to enable it to provide the equipment for the Contract Prices within the Contract Time. B. Additional Information. Owner reserves the right to require from any Bidder, prior to award of the Contract, a detailed statement regarding the business and technical organizations o Bidder that is available for the work. Information pertaining to financial resources, experience of personnel, contract defaults, litigation history, and pending projects may also be requested. C. Final Determination. The final selection of the final Bidder shall be made on the basis of the amount of the Bidder's Price Proposals, Owner's prior experience with the Bidders, Owner's knowledge of the Bidders performance on other relevant projects, any additional information submitted by Bidders to satisfy the Owner that Bidders are adequately prepared to fulfill the Contract, and all other relevant facts or matters mentioned in the Contract Documents or that the Owner may legally consider in making its determination. Bid Documents may be obtained through the following methods: 1. Via the Internet at www.desplaines.org/ReferenceDesk/BidsProposals.htm - no charge 2. CD/DVD copy in person from the Public Works Department, 1111 Joseph Schwab Road, Des Plaines, IL, 60016. A $5 non-refundable bid deposit is required prior to issuance. 3. Hard copy in person from the Public Works Department, 1111 Joseph Schwab Road, Des Plaines, IL, 60016. Bidders need not return the entire contract proposal when bids are submitted unless otherwise required. Portions of the proposal that must be returned include the following: I . Contract Cover 2. Contract Proposal 3. Contract Schedule of Prices 4. Proposal Bid Bond 5. Contractor Certifications The City of Des Plaines reserves the right to waive any and all technicalities and to reject any or all bids, and to make an award in the best interest of the City. By Order of the CITY COUNCIL, CITY OF DES PLAINES, Gloria Ludwig, City Clerk INSTRUCTIONS TO BIDDERS SCOPE OF WORK The awarded Contractor shall Furnish and provide all labor, materials, tools, equipment, and machinery necessary to provide the City with a fully operational hot mix asphalt recycler. The contractor shall also be responsible for delivery of the equipment to City upon completion. COORDINATION OF SPECIFICATIONS AND SPECIAL PROVISIONS The Specifications and Special Provisions are intended to describe a complete scope of work and are essential parts of the Contract. A requirement occurring in any of them is binding. In case of discrepancy, measured or calculated dimensions will govern over scaled dimensions; Special Provisions will govern over Specifications. The Contractor shall take no advantage of any apparent error or omission in the Specifications and the Owner shall be permitted to make such corrections and interpretations as may be necessary for the fulfillment of the intent of the Specifications. The decision of the Owner in the case of any conflicts, errors or omissions is final. EXAMINATION OF SPECIFICATIONS Bidders shall make a careful examination of the site of the Bid Documents and Specifications before submitting a Bid Proposal. They shall fully inform themselves as to the quality and quantity of equipment required and the character of the work and they shall further investigate the location and make a careful examination of the sources of supply for materials. If their bid is accepted, the bidder is responsible for all errors in their Proposal resulting from their failure or neglect to comply with these instructions. The Owner will in no case be responsible for any change in anticipated profits resulting from such failure or neglect. CONTENTS OF PROPOSAL FORMS All Proposals submitted must be made on the forms included with the Bid Documents and shall be complete with total prices as required. IRREGULAR PROPOSALS Proposals that contain omissions, erasures, alterations, or additions not called for, conditional or alternate bids, or that contain irregularities of any kind or which are not accompanied by the proper Bid Surety, may be rejected as irregular. PROPOSAL GUARANTY Each Proposal must be accompanied by a bid bond, a certified check, or bank cashier's check for $5,000, payable as specified in the Invitation to Bid. DELIVERY OF PROPOSALS Proposals shall be delivered in person to the place and by the time specified in the Invitation to Bid. Bids delivered after the time stated will not be accepted or opened. Each Proposal shall be submitted in a sealed envelope plainly marked: HOT MIX ASPHALT RECYCLER OPENING PROPOSALS Proposals will be publicly opened and read aloud at the time and place specified in the Invitation to Bid. Bidders, their authorized agents and interested parties are invited to be present. DISQUALIFICATION OF BIDS 2 or more proposals from a person, firm, corporation or association, under different names will not be considered. Evidence that any bidder is interested in more than one proposal for the same work will cause rejection of all such proposals. Any or all proposals will be rejected i fthere is evidence of collusion among the bidders. FAIR EMPLOYMENT PRACTICES In accordance with "An Act to Prohibit Discrimination and Intimidation on Account of Race or Color in Employment under Contracts for Public Buildings or Public Works", approved July 8, 1933, as amended, no person shall be refused or denied employment in any capacity on the grounds of race or color, nor be discriminated against in any manner by reason thereof in connection with the performance of this Contract, nor shall any unfair employment practice as defined in the "Fair Employment Practices Act", approved July 21, 1961, as amended, be committed by the Contractor, his subcontractors, suppliers of materials or services to the Contractor or his subcontractors, or any labor organizations furnishing skilled or unskilled labor to the Contractor or his subcontractors. MUNICIPAL REFERENCES AND SUPPLIER RESUME REQUIRED Prior to award, the apparent low bidder shall furnish to the Owner the following information: 3 municipal or commercial references of completed transactions of a similar nature, including the name of the municipality/private party, the dollar value of the equipment purchased, names and telephone numbers of the officials in responsible charge of the completed contracts. Failure to submit the above items may result in disqualification of the bid as incomplete. SELECTION OF BIDDER The Owner reserves the right to govern selection of a bidder in accordance with the equipment to be purchased, qualified labor and superintendence to be furnished, experience, resources, and the lowest priced responsible and complete bid. The Owner reserves the right to waive any or all technicalities and to reject any or all bids, and to make an award in the best interest of the City. AWARD OF CONTRACT Owner reserves the right to accept the Bidder's Proposal that is, in its judgement, the best and most favorable to the interests of the Owner and the public; to reject the low Price proposal; to reject any and all Bidder's Proposals; to accept and incorporate corrections, clarifications or modifications following the opening of the Bidder's Proposals when to do so would not, in the Owner's opinion, prejudice the bidding process or create any improper advantage to any Bidder; and to waive irregularities and informalities in the bidding process or in any Bidder's Proposal submitted; provided that the waiver of any prior defect or informality shall not be considered a waiver of any future or similar defects or informalities and Bidders should not rely upon , or anticipate, such waivers in submitting their Bidder's proposal. EXECUTION OF CONTRACT The individual, firm or corporation to whom or to which a Contract has been awarded shall furnish an executed Contract and Proof of Insurance to the Owner within 15 calendar days after Notice of Award has been received by them from the Owner. FAILURE TO EXECUTE CONTRACT Failure by the Bidder to furnish the Owner with an executed Contract and Proof of Insurance within the 15 calendar days specified shall be just cause for annulment of the award, or of the Contract if executed. In the event of annulment of the award or executed Contract, it is understood by the Bidder that the full amount of the proposal guaranty shall become the property of the Owner and shall be retained by the Owner, not as a penalty, but as liquidated damages. RETURN OF PROPOSAL GUARANTY The proposal guaranty of the successful bidder will be retained until the Owner has accepted the Contractor's executed Contract and Proof of Insurance. The Proposal guaranties of the two next lowest apparent bidders will also be retained until the Contract has been executed by the Owner. GENERAL CONDITIONS AND SPECIAL PROVISIONS flee following General Conditions and Special Provisions supplement the Instruction to Bidders, and in case of conflict with any part or parts of said Instructions, these General Conditions and Special Provisions shall take precedence and shall govern. 1. Pricing: Quoted prices will be in effect for the duration of the contract. 2. Payment: Payment will be made upon submittal of an invoice to the City of Des Plaines Public Works and Engineering Department, by the Contractor on a net 45 basis. Final invoice will not be paid until the equipment has been delivered and fully inspected. Payment shall be based on the unit prices submitted for the equipment specified. 3. Equipment: The City is seeking to procure a hot mix asphalt recycler that meets the following criteria: Performance—I 0 tons per hour, trailer unit, transportable for field or yard use Insulation—I inch (minimum), including doors Frame—Steel, seal weld joints, sandblasted, 2 part epoxy primed and urethane paint Color—Safety Orange Fuel—Diesel Fuel Capacity -40 gallon (minimum) Material accepted—milled or broken asphalt Temperature Gauge—external read for operator Warranty—I year parts and labor All items and attachments must be factory installed. 4. Delivery: The Contractor shall have the item delivered to the City of Des Plaines Public Works facility at 1111 Joseph Schwab Road, Des Plaines, Illinois 60016 between the hours of 8:00 a.m.-3:00 p.m, Monday -Friday, except holidays. The equipment shall be fully equipped and ready to operate upon delivery. The contractor shall notify the City at least one business day prior to delivery by contacting the Public Works facility at (847) 391-5464. 5. Inspection: The City reserves the right to inspect the equipment to determine if it meets contract specifications. Within 30 days of del ivery, if the City determines that the equipment does not meet the contract terms, the City will perform one of the following: I . Reject the equipment and return it to the contractor at the contractor's expense, at which time the City's obligations to the contractor shall become null and void. 2. Request that the vendor conform to the contract specifications and allow for the vendor to provide a product that meets the specifications within the time frame designated by the contract at no cost to the City. 3. f fold back money due to the contractor that reflects the reasonable value of the rejected equipment based on the awarded unit prices. 4. Within one year of the date of procurement, if the City discovers non conforming equipment while performing maintenance or repair that would not be visible during the routine inspection of the equipment upon delivery, the City shall require the contractor to replace such equipment or components at no charge to the City. Note: Any questions regarding specifications should be directed to Adam Boeche, Assistant Director of Public Works and Engineering, between the hours of 7:30 a.m. and 4:00 p.m. Monday through Friday at 847-39I- 6121. PROPOSAL FOR: It is expressly understood and agreed that the City Council of Des Plaines reserves the right to reject any and all bids. IF AN INDIVIDUAL Name of Bidder: Signature: Address: City: State: Zip: Tel.: ( IF A PARTNERS! IIP Name of Firm: By: (Longhand Signature) Business Address: City: State: Zip. Tel.: ( ) NAMES AND ADDRESSES OF ALL FIRM MEMBERS IF A CORPORATION Corporate Name: A corporation in the State of Signed By: Printed Name: Business Address: City: State: Zip: Tel.: ( ) NAMES OF OFFICERS: President Secretary Treasurer Attest Total Bid shall include all costs for providing equipment listed: Hot Mix Asphalt Recycler $ Shipping/Delivery $ Total $ After the bid is awarded, the City of Des Plaines reserves the right to cancel this contract at any time for non-performance. In that case, written notification would be sent to the contractor 10 days in advance of said cancellation. The City of Des Plaines reserves the sole right to award contracts in the best interest of the City. CONTRACTOR'S CERTIFICATION STATE OF C OIJN'I'Y OF , as part of its bid on a contract for HOT MIX ASPHALT RECYCLER with the City of Des Plaines, hereby certifies that said contractor is not barred from executing said contract as a result of a violation of Illinois Compiled Statutes, 2006: ARTICLE 33E. PUBLIC CONTRACTS, 720 ILCS 5/33E-1, 5/33E-3, 5/33E-4, 5/33E-7, 5/33E-8. By. Authorized Agent of Contractor Subscribed and sworn to before me by this day of , 2011 Notary Public CONTRACTOR'S CERTIFICATION STATE OF COUNTY OF , as part of its bid on a contract for HOT MIX ASPHALT RECYCLER with the City of Des Plaines, hereby certifies that said contractor is in compliance with the Illinois Compiled Statutes, 2006: ACT 130 PREVAILING WAGE ACT, 820 ILCS 130/0/01. By• Authorized Agent of Contractor Subscribed and sworn to before me by this day of , 2011 Notary Public CONTRACTOR'S CERTIFICATION STATE OF ) COUNTY OF ) , as part of its bid on a contract for HOT MIX ASPHALT RECYCLER with the City of Des Plaines, hereby certifies that said contractor is not delinquent in the payment of any tax administered by the Illinois Department of Revenue (unless the contractor is contesting its liability for such tax in accordance with the appropriate procedures), pursuant to Illinois Compiled Statutes, 2006: Division 42.1 PUBLIC CONTRACTS 65 ILCS 5/11-42.1-1 Delinquent Taxpayers. By. Subscribed and sworn to before me by: this day of , 2011 Notary Public Authorized Agent of Contractor STATE OF COUNTY OF S S . ) CONTRACTOR'S CERTIFICATION , as part of its bid on a contract for HOT MIX ASPHALT RECYCLER with the City of Des Plaines, hereby certifies that said contractor is in compliance with the Illinois Compiled Statutes, 2006: ACT 470 EMPLOYMENT OF ILLINOIS WORKERS PUBLIC WORKS ACT, 30 ILCS 570. By• Subscribed and sworn to before me by this day of , 2011 Notary Public Authorized Agent of Contractor COMMITTEE OF THE WHOLE PACKET CITY OF Committee of the Whole Item #la City of Des Plaines Finance Department Des Plaines, IL 60016 DES PLAINES Tel: 847-391-5300 ILLINOIS Fax: 847-391-5402 INTEROFFICE MEMORANDUM Date: January 27, 2011 To: Jason Slowinski, Acting Cit a :ger CC: Mayor, City Council, C Attorney, Department Directors From: Dorothy Wisniewski, Director of Finance Subj: Resolution R-19-11 February 7, 2011 Warrant Register I recommend that the above-mentioned Warrant Register be approved in the amount shown below: Warrant Register $5,075,258.08 DW/wj CITY OF DES PLAINES RESOLUTION R-19-11 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. February 7, 2011 FUND # 100 100 100 100 100 100 100 100 100 100 100 100 100 100 100 100 100 100 100 100 100 100 100 100 100 100 FUND TITLE GENERAL FUND GENERAL FUND GENERAL FUND GENERAL FUND GENERAL FUND GENERAL FUND GENERAL FUND GENERAL FUND GENERAL FUND GENERAL FUND GENERAL FUND GENERAL FUND GENERAL FUND GENERAL FUND GENERAL FUND GENERAL FUND GENERAL FUND GENERAL FUND GENERAL FUND GENERAL FUND GENERAL FUND GENERAL FUND GENERAL FUND GENERAL FUND GENERAL FUND GENERAL FUND FUND # FUND TITLE 201 LIBRARY FUND 201 LIBRARY FUND FUND # FUND TITLE 202 LIBRARY CAPITAL PROJECTS FUND # FUND TITLE 203 MOTOR FUEL TAX FUND FUND # FUND TITLE 204 HUD:COM DEV BLOCK GRANT FUND # FUND TITLE 205 T.I.F. #1 DOWNTOWN FUND # FUND TITLE 206 EMERGENCY COMMUNICATIONS FUND # 208 208 208 208 FUND TITLE DPPD SEIZED ASSETS FUND DPPD SEIZED ASSETS FUND DPPD SEIZED ASSETS FUND DPPD SEIZED ASSETS FUND FUND # FUND TITLE 210 T.I.F. #3 W. WILLE RD FUND # FUND TITLE 212 T.I.F. #5 PERRY/LEE CITY OF DES PLAINES ORGANIZATION CHART ORGANIZATION # 0620 0631 0632 0634 0635 0637 0639 0651 0657 0659 1811 1820 1830 1840 1211 1212 1213 1214 1221 1222 1223 1224 1241 2451 2453 2454 ORGANIZATION # 2110 ORGANIZATION TITLE ELECTED OFFICE CITY MANAGER INFORMATION TECHNOLOGY LEGAL MEDIA SERVICES HUMAN RESOURCES HEALTH & HUMAN SERVICES FISCAL SERVICES OVERHEAD -GEN FUND GEOGRAPHIC INFO. SYSTEMS ENGINEERING/GENERAL (PW & ENGINEERING DEPT) BLDG & CODE ENFORCEMENT PLANNING & ZONING ECONOMIC DEVELOPMENT POLICE ADMINISTRATION POLICE UNIFORMED PATROL POLICE CRIMINAL INVEST POLICE SUPPORT SERVICES FIRE ADMINISTRATION FIRE EMERGENCY SERVICES FIRE PREVENTION SERVICES EMA POLICE & FIRE COMMISSION STREET/GROUNDS MAINTENANCE VEHICLE MAINTENANCE DIV PUBLIC WORKS ADMIN ORGANIZATION TITLE LIBRARY SERVICES 2130 IL LIBRARY PER CAP GRANT ORGANIZATION # 202F ORGANIZATION TITLE LIBRARY CAPITAL PROJECTS ORGANIZATION # ORGANIZATION TITLE 203F MOTOR FUEL TAX ORGANIZATION # ORGANIZATION TITLE 204F HUD:COM DEV BLOCK GRANT ORGANIZATION # ORGANIZATION TITLE 205F T.I.F. #1 DOWNTOWN ORGANIZATION # ORGANIZATION TITLE 206F EMERGENCY COMMUNICATIONS ORGANIZATION # 208F 2081 2082 2083 ORGANIZATION # 210F ORGANIZATION # 212F ORGANIZATION TITLE DPPD SEIZED ASSETS FORFEITURE ACCOUNT CUSTOM ASSETS DEA ACCOUNT ORGANIZATION TITLE T I.F. #3 WILLE ROAD ORGANIZATION TITLE T I F. #5 PERRY/LEE FUND # FUND TITLE 213 T.I.F.#6 MANNHEIM/HIGGINS FUND # FUND TITLE 214 T.I.F. #4 FIVE CORNERS FUND # 230 230 230 FUND TITLE GRANT FUNDED PROJECTS GRANT FUNDED PROJECTS GRANT FUNDED PROJECTS FUND # FUND TITLE 414 CAPITAL PROJECTS FUNDS FUND # FUND TITLE 501 METRA LEASED PARKING FUND FUND # 502 502 502 502 502 FUND TITLE WATER/SEWER FUND WATER/SEWER FUND WATER/SEWER FUND WATER/SEWER FUND WATER/SEWER FUND FUND # FUND TITLE 503 CITY OWNED PARKING FUND FUND # FUND TITLE 604 ESCROW FUND FUND # FUND TITLE 625 125 CAFETERIA PLAN FUND # FUND TITLE 701 RISK MANAGEMENT FUND FUND # 702 702 702 702 702 FUND TITLE EQUIPMENT REPLACEMENT EQUIPMENT REPLACEMENT EQUIPMENT REPLACEMENT EQUIPMENT REPLACEMENT EQUIPMENT REPLACEMENT FUND # FUND TITLE 703 I T REPLACEMENT FUND FUND # FUND TITLE 705 HEALTH BENEFITS FUND FUND # FUND TITLE 706 COMPENSATED ABSENCES FUND # FUND TITLE 707 LIBRARY COMPENSATED ABS CITY OF DES PLAINES ORGANIZATION CHART ORGANIZATION # ORGANIZATION TITLE 213F T.I.F. #6 MANNHEIM/HIGGIN ORGANIZATION # ORGANIZATION TITLE 214F T.I.F. #4 FIVE CORNERS ORGANIZATION # 2310 2320 2330 ORGANIZATION TITLE PUBLIC SAFETY GRANTS CAPITAL GRANTS OTHER GRANTS ORGANIZATION # ORGANIZATION TITLE 414F CAPITAL PROJECTS ORGANIZATION # ORGANIZATION TITLE 5011 METRA LEASED LOTS ORGANIZATION # 0655 1612 5023 5024 5025 ORGANIZATION TITLE FISCAL SERVICES/WATER ENGINEERING/WATER (PW & ENGINEERING DEPT) WATER SYSTEMS PW - WATER - PLANT SEWER SYSTEMS ORGANIZATION # ORGANIZATION TITLE 5013 CITY OWNED PARKING OPS ORGANIZATION # ORGANIZATION TITLE 604F ESCROW ORGANIZATION # ORGANIZATION TITLE 625F CAFETERIA PLAN ORGANIZATION # ORGANIZATION TITLE 701F RISK MANAGEMENT ORGANIZATION # 702F 7021 7022 7023 702304 ORGANIZATION TITLE EQUIPMENT REPLACEMENT EQUIPMENT REPCMNT - WATER FIRE DEPT EQUIP REPLCMNT POLICE DEPT EQUIP RPLCMNT SHORT TERM EQUIPMENT LOAN ORGANIZATION # ORGANIZATION TITLE 703F I T REPLACEMENT ORGANIZATION # ORGANIZATION TITLE 705F HEALTH BENEFITS ORGANIZATION # ORGANIZATION TITLE 706F COMPENSATED ABSENCES ORGANIZATION # ORGANIZATION TITLE 707F LIBRARY COMPENSATED ABS SUNGARD PENTAMATION INC FUND ACCOUNTING DA E: 01/27/11 TIME: 13:52:21 SE ECTION CRITERIA: payable.due dale "02/07/2011" FUN: 100 GENERAL FUND ORGAN ZATION ACCOUNT - -- TITLE ----- --- 0620 920110 062:. 920120 062 920204 0620 920220 0620 930590 0620 930590 0620 970100 0620 970100 0620 970100 0620 970100 0620 970100 0620 970100 0620 970620 0620 970620 0620 970900 TOTAL ELECTED OFFICE 0631 920120 0631 970100 0631 970190 0631 970190 0631 970190 0631 970190 0631 970190 0631 970190 TOTAL CITY MANAGER 0632 920120 0632 920.20 0632 920120 0632 920240 0632 930010 0632 930110 0632 930110 0632 930110 0632 970100 0632 970115 0632 970270 0632 9 0270 0632 970.70 0632 970900 0632 97090 0632 970900 PROFESSIONAL SER COMMUNICATION SE TRAINING MEMBERSHIP DUES MISCELLANEOUS EX MISCELLANEOUS EX OFFICE SUPPLIES OFFICE SUPPLIES OFFICE SUPPLIES OFFICE SUPPLIES OFFICE SUPPLIES OFFICE SUPPLIES SUBSCRIPTIONS & SUBSCRIPTIONS & EQUIPMENT c$5,00 COMMUNICATION SE OFFICE SUPPLIES UNIFORMS/APPAREL UNIFORMS/APPAREL UNIFORMS/APPAREL UNIFORMS/APPAREL UNIFORMS/APPAREL UNIFORMS/APPAREL COMMUNICATION SE COMMUNICA :SON SE COMMUNICATION SE RECORDS PRESERVA R & M EQUIPMENT R & M SOFTWARE R & M SOFTWARE R & M SOFTWARE OFFICE SUPPLIES SUPPLIES: DEPT/0 PRINTING-REPROD- PR NTNG Rk.PROD- PRINTING-REPROD- EQUIPMENT .$5 00 EQUIPMENT <$5,00 EQUIPMENT <$5,00 TOTAL INFORMATION TECHNOLOGY 0634 0634 920100 LEGAL FEES 920100 LEGAL FEES 108881 05851 104538 10067 24252 37429 08520 08520 08520 08520 08520 102798 107598 13863 200294 05851 102798 104731 104731 104731 104731 104731 104731 05851 105778 105778 22345 05124 05124 106734 107481 100279 100279 05124 104248 105758 05124 05124 102797 CITY OF DES PLAINES CASH REQUIREMENTS BILI, LIST VENDOR - PAGE NUMBER: 1 ACCTPAYI ACCOUNTING PERIOD: 1/11 -. PURCHASE OR INVOICE RECNO SALES TAX ALFRED G RONAN LTD SPRINT GLORIA LUDWIG INTL INSTITUTE OF MUN OPTIMIST CLUB OF DES DES PLAINES CHAMBER 0 WAREHOUSE DIRECT WAREHOUSE DIRECT WAREHOUSE DIRECT WAREHOUSE DIRECT WAREHOUSE DIRECT HINCKLEY SPRING WATER PADDOCK PUBLICATIONS STERLING CODIFIERS DELL MARKETING LP SPRINT HINCKLEY SPRING WATER LANDS' END BUSINESS 0 LANDS' END BUSINESS 0 LANDS' END BUSINESS 0 LANDS' END BUSINESS 0 LANDS' END BUSINESS 7 LANDS' END BUSINESS 0 SPRINT ILL PUBLIC SAFETY AGE ILL PUBLIC SAFETY AGE MICROSYSTEMS C D W GOVERNMENT INCO C D W GOVERNMENT INCO T K B ASSOCIATES INCO TECH DEPOT GARVEY'S OFFICE PLUS GARVEY'S OFFICE PLUS C D W GOVERNMENT INCO CHICAGO OFFICE TECHNO OCE IMAGISTICS INCORP C D W GOVERNMENT INCO C D W GOVERNMENT INCO PENTEGRA SYSTEMS 08775 RAYMOND BARTEL 08775 RAYMOND BARTEL JAN 2011 655730511107 REIMB JAN 2011-12 01-11-2011 6802A 1003098 1 1003098-0 995657-0 987866-0 954132-0 1651583 1/12-3/08 10415 XF668TXN2 655730511107 1667853 7288308 7273869 9614755 9721007 9743908 9726724 655730511107 33006 33007 63272 VZF4744 VZB9253 8704 BI0124495V1 220510 220280 WBD3661 2596 726885614 WBL8290 WCX7196 45085 22 AMOUNT 381 0.00 5000.00 96 0.00 832.19 590 0 00 25.00 559 0.00 75.00 158 0.00 25.00 571 0.00 90.00 446 0.00 9.54 438 0.00 105.74 474 0.00 38.88 460 0 00 17.42 411 0 00 71.92 562 0.00 34.32 491 0.00 43.00 530 0.00 500.00 408 0.00 237.61 0.00 7105.62 38 0.00 83.50 566 0.00 44.81 595 0.00 26.00 419 0.00 -26.00 180 0.00 15.00 111 0.00 -1.50 113 0 00 -90.50 109 0 00 91.00 0.00 142.31 98 0.00 1189.73 603 0.00 9630.00 550 0.00 3540.00 169 0.00 1510.43 69 0.00 965.00 5B 0.00 793.20 519 0.00 1560.00 188 0.00 572.64 20 0.00 68.13 22 0.00 47.96 345 0.00 254.73 53 0.00 140.60 130 0.00 362.10 343 0.00 153.16 300 0.00 56.45 492 0.00 528.02 376 74 0.00 0.00 0.00 RUN DATE 01/27/2011 TIME 13:52:39 SUNGARD PEN'AMATION INC - FUND ACCOUNTING 21372.15 3556.00 190.00 SUNGARD PENTAMATION INC - FUND ACCOUNTING DATE: 01/27/11 TIME: 13:52:21 SELECTION CRITERIA• payable.due date "02/07/2011" FUND 100 GENERAL FUND ORGANIZATION ACCOUNT ------TITLE 0634 0634 TOTAL LEGAL 920120 COMMUNICATION SE 05851 980600 FURNITURE & FIXT 71891 0635 920120 0635 920220 0635 920220 0635 920220 0635 930010 0635 960990 0635 960990 0635 960990 0635 960990 0635 960990 0635 960990 0635 960990 0635 960990 0635 960990 0635 960990 0635 960990 0635 960990 0635 970620 0635 980400 TOTAL MEDIA SERVICES 0637 920120 0637 920205 0637 960040 0637 960040 0637 960040 0637 960990 0637 970100 0637 970115 0637 970190 0637 970190 0637 970190 0637 970190 0637 970190 0637 970190 0637 970270 TOTAL HUMAN RESOURCES 0639 920"20 0639 9205'0 0639 920540 COMMUNICATION SE MEMBERSHIP DUES MEMBERSHIP DUES MEMBERSHIP DUES R & M EQUIPMENT MISC CONTRACTUAL MISC CONTRACTUAL MISC CONTRACTUAL MISC CONTRACTUAL MISC CONTRACTUAL MISC CONTRACTUAL MISC CONTRACTUAL MISC CONTRACTUAL MISC CONTRACTUAL MISC CONTRACTUAL MISC CONTRACTUAL MTSC CONTRACTUAL SUBSCRIPTIONS & EQUIPMENT COMMUNICATION SE TUITION REIMBURS EMPLOYEE PHYSICA EMPLOYEE PHYSICA EMPLOYEE PHYSICA MISC CONTRACTUAL OFFICE SUPPLIES SUPPLIES: DEPT/0 UNIFORMS/APPAREL UNIFORMS/APPAREL UNIFORMS/APPAREL UNIFORMS/APPAREL UNIFORMS/APPAREL UNIFORMS/A?PAREL PRINTING REPROD- COMMUNICATION SE SUBSIDY:YOUTH CO SUBS:DY:YOU' CO TOTAL HEALTH & HUMAN SERVICES 05851 05535 100481 27034 102797 107880 107880 107997 107997 107997 108070 108070 108070 108445 108779 26298 26298 107598 100081 CITY OF DES PLAINES CASH REQUIREMENTS BILL LIST VENDOR SPRINT RUNCO OFFICE SUPPLY SPRINT ILLINOIS NATOA NATL ASSOC OF TELECOM ASCAP PENTEGRA SYSTEMS JACQUELYN OHLSON JACQUELYN OHLSON CHESLEA HANCOCK CHESLEA HANCOCK CHESLEA HANCOCK DON BARRETT DON BARRETT DON BARRETT HOLLY BUTZ REBECCA MUELLER MUNICIPAL WEB SERVICE MUNICIPAL WEB SERVICE PADDOCK PUBLICATIONS ROSCOR CORPORATION 05851 SPRINT 07598 DAVID KERFMAN 05274 ILLINOIS STATE POLICE 106122 ALEXIAN BROTHERS CORP 108958 OCCUPATIONAL HEALTH C 102341 CITYTECH USA 102798 HINCKLEY SPRING WATER 107855 JANET O'CONNELL 104731 LANDS' END BUSINESS 0 104731 LANDS' END BUSINESS 0 104731 LANDS' END BUSINESS 0 104731 LANDS' END BUSINESS 0 104731 LANDS' END BUSINESS 0 104731 LANDS END BUS NESS 0 05101 ALPHAGRAPHICS 05851 04745 104611 SPRINT ROBERT NEIL SPORTS EMPORIUM PAGE NUMBER: 2 ACCTPAY1 ACCOUNTING PERIOD: 1/11 PURCHASE OR INVOICE RECNO SALES TAX AMOUNT 655730511107 97 0.00 52.72 476860-0 510 0.00 2290.00 0 00 6088.72 655730511107 37 0.00 118 63 2011 544 0.00 60 00 2011 444 0.00 1500.00 2011 378 0.00 615.00 45057 124 0.00 447.50 01-05-2011 498 0.00 37 50 01-06-2011 499 0.00 30.00 01-06-2011 561 0.00 20 00 01-20-2011 568 0.00 40.00 01-05-2011 558 0 00 25 00 01-05-2011 360 0.00 37.50 01-18-2011 352 0 00 22.50 01-06-2011 358 0.00 30.00 01-18-2011 353 0.00 33.75 01-18-2011 470 0.00 22.50 103170 413 0.00 1755.00 103137 175 0.00 2026 00 1/23-3/19 493 0.00 43.00 2064-99 541 0.00 8975 00 0.00 15838.88 655730511107 102 0.00 83 68 REIMB 01-11 7 0 00 487 58 DEC 2010 11 0.00 137.00 389251 377 0.00 150.00 707537822 205 0.00 417.00 1464 344 0.00 390.00 1652108 552 0 00 44.81 REIMB 12-10 132 0.00 20.13 9726724 110 0.00 224.98 9614755 108 0 00 324.47 9743908 114 0 0 -148.98 9721007 112 0.00 -4.00 7288308 596 0 00 19.50 7273869 420 0 ) -19.50 35701 136 0.00 44.25 0 00 2170.92 655730511107 100 0.00 128.96 REIMB 12-10 156 0.00 689 95 481 54 0.00 62 00 0.00 880 91 RjN DATE 01/27/2011 TIME 13:52:40 SUNGARD PENTAMATION .INC FUND ACCOUNTING SUNGARD PENTAMATION INC FUND ACCOUNTING DATE: 01/21/11 TIME: 13:52:21 SELECTION CRITERIA: payable.due_daLe."02/07/2011° FUND • 100 GENERAL FUND .RGANIZATION ACCOUNT - -TITLE 0651 0651 0651 0651 0651 651 0651 0651 0651 0651 0651 0651 0651 0651 0651 920120 920204 920220 920220 920220 960990 970100 970100 970100 970100 970100 980600 980600 980600 980600 TOTAL FISCAL SERVICES 0657 0657 0657 0657 0657 0657 0657 0657 0657 920120 920120 920420 920848 920848 920848 960970 960975 970270 TOTAL OVERHEAD - GEN FUND COMMUNICATION SE TRAINING MEMBERS'IIP DUES MEMBERSHIP DUES MEMBERSHIP DUES MISC CONTRACTUAL OFFICE SUPPLIES OFFICE SUPPLIES OFFICE SUPPLIES OFFICE SUPPLIES OFFICE SUPPLIES FURNITURE & FIXT FURNITURE & FIXT FURNITURE & FIXT FURNITURE 6 FIXT COMMUNICATION SE COMMUNICATION SE SUBSIDY:HISTORIC SUBSIDY: TRAN TO SUBSIDY: TRAN TO SUBSIDY: TRAN TO AMB FEE PROCESSI FINE/FEE COLLECT PRINTING-REPROD CITY OF DES PLAINES CASH REQUIREMENTS BILL LIST 05851 107579 04202. 107579 107579 108124 09638 09638 09638 09638 13942 09638 09638 09638 09638 101343 107140 76310 04829 04829 04829 05697 100706 108942 PAGE NUMBER: 3 ACCTPAY1 ACCOUNTING PERIOD: 1/11 VENDOR -- --- -- PURCHASE OR INVOICE RECNO SALES TAX SPRINT ILLINOIS GOV FINANCE GOVERNMENT FINANCE OF ILLINOIS GOV FINANCE ILLINOIS GOV FINANCE SHRED -IT OFFICE OFFICE OFFICE OFFICE RUBBER OFFICE OFFICE OFFICE OFFICE DEPOT DEPOT DEPOT DEPOT STAMP MAN DEPOT DEPOT DEPOT DEPOT CALL ONE PACIFIC TELEMANAGEMEN DES PLAINES HISTORICA CITY OF DES PLAINES CITY OF DES PLAINES CITY OF DES PLAINES MEDICAL REIMBURSEMENT A R CONCEPTS INCORPOR PRF GRAPHICS 0659 960990 MISC CONTRACTUAL 101162 MUNICIPAL GIS PARTNER 0659 960990 MISC CONTRAC.JAL 106769 PICTOMETRY INTERNATIO TOTAL G1S 100 100 100 100 100 100 100 100 100 100 100 100 100 100 830100 81000 830100 830300 830300 840100 840100 840100 850101 850101 850101 850101 850101 850103 VEHICLE I..TCENSES VEHICLE LICENSES VEHICLE LICENSES BUSINESS BUSINESS BUILDING BU LDING BUILDING LICENSE L-.ENSE PERMITS PERMITS PERMITS ORD FINES:DIRECT ORD FINES:DIRECT ORD FINES:DIRECT ORD FINES:DIRECT ORD FINES:DIRECT COMPLIANCE TICKE 08179 108954 14996 108953 10896- 107693 108950 108959 108951 108952 108955 108962 108963 108949 KATHY CAMINITI URSZULA DWORNIKOWSKA JOHN STRAUB GRAND PRODUCTS INCORP TOM ACTIPES FELDCO FACTORY SAT SHE VADHVANA NEEL MODI GLORY GRANILLO ABRAHAM OR KATARINA M HARISH PATE', AMBER REED V.VIEN OR ERNESTO VER KRZYSZTOF SZYMANEK 655730511107 6 02-11-2011 612 145002 350 2011-B 542 2011-A 543 21432361 523 547616955001 488 546269530001 151 546397173001 152 546124633001 150 3194 539 546255940001 506 541193270001 154 540649779001 146 545625690001 155 101040130000 342 245276 496 FEB 2011 289 FEB 2011 287 FEB 2011 286 FEB 2011 285 2804 178 DEC 2010 270 314150 123 1372 51013990 167 21 REFUND 01-11 295 REFUND 01-11 288 REFUND JAN 524 REFUND 01-11 347 REFUND 01 11 380 10110373 283 P#10100608 459 P #09070105 467 REFUND 01-11 348 REFUND JAN 469 REFUND JAN 490 REFUND JAN 485 REFUND JAN 475 REFUND JAN 525 O 00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 O 00 0.00 0.00 0.00 O 00 O 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 O 00 0.00 0.00 0.00 O :0 0.00 0.00 0.00 0.00 O 00 0.00 0.00 0.00 0.00 RUN DATE 01/27/2011 TIME 13:52:40 SUNGARD PENTAMATION INC FUND ACCOUNTING AMOUNT 167.23 30.00 595.00 255.00 300.00 455 00 5 09 195.19 33.15 8 22 24.00 -571 99 571.99 992 97 -571.99 2488.86 7249.81 78.00 2500 00 2020 34 1397.16 2020.34 5833.96 1544.64 1137 90 23782.15 14606.38 648.00 15254.38 15.00 45.00 30.00 33.00 20.00 35.00 200.00 35.00 45.00 25.00 60 00 25 00 25 00 25 00 SUNGARD PENTAMATION INC - FUND ACCOUNTING DATE: 01/27/11 TIME: 13:52:21 SELECTION CRITERIA: payable. due_ date="02/07/2011" FUND - 100 - GENERAL FUND ORGANIZATION ACCOUNT - •-'1'I'fLE CITY OF DES PLAINES CASH REQUIREMENTS BILL LIST 100 850214 NONRESIDENT AMBU 104101 100 850214 NONRESIDENT AMBU 105996 TOTAL GENERAL FUND 1211 1211 1211 1211 1211 920120 920204 920220 930030 970115 COMMUNICATION SE TRAINING MEMBERSHIP DUES R & M VEHICLES SUPPLIES: DEPT/O TOTAL POLICE ADMINISTRATION 1212 1212 1212 1212 920120 920204 920204 970115 COMMUNICATION SE TRAINING TRAINING SUPPLIES: DEPT/O TOTAL POLICE UNIFORMED PATROL 1213 1213 1213 1213 1213 1213 1213 1213 920120 920204 920220 920220 960990 960990 960990 960990 COMMUNICATION SE TRAINING MEMBERSHIP DUES MEMBERSHIP DUES MISC CONTRACTUAL MISC CONTRACTUAL M1SC CONTRACTUAL MISC CONTRACTUAL TOTAL POLICE CRIMINAL INVEST 1214 1214 1214 1214 1214 1214 1214 1214 1214 1214 1214 1214 1214 1214 1214 1214 1214 1214 1214 920120 920:20 920204 920204 920204 920204 920220 930010 930030 930030 960020 960020 960030 960990 960990 960990 970100 970100 970100 COMMUNICATION SE COMMUNICATION SE TRAINING TRAINING TRAINING TRA_NING MEMBERSHIP DUES R & M EQUIPMENT R & M VEHICLES R & M VEHIC:,ES DISPOSITION OF A DISPOSITION OF A TOW/STORAGE/ABAN MISC CONTRACTUAL MISC CONTRACTUAL MISC CONTRACTUAL OFFICE SUPPLIES OFFICE SUPPLIES OFFICE SUPPLIES 05851 23466 105755 107636 05124 05851 108964 23466 07566 05851 23466 08093 08664 03363 103942 108334 108965 05851 107140 106771 108745 108960 23466 106771 05923 04839 18291 47400 47400 02929 108124 108124 108124 100279 100279 100279 PAGE NUMBER: 4 ACCTPAY1 ACCOUNTING PERIOD: 1/11 VENDOR-- --------- PURCHASE OR INVOICE RECNO SALES TAX AMOUNT STATE FARM INSURANCE BLUE CROSS BLUE SH1EL SPRINT NORTHWEST POLICE ACAD FB INA A CHICAGO HARLEY-DAVIDS C D W GOVERNMENT INCO SPRINT STREET CRIMES NORTHWEST POLICE ACAD ASSOCIATED BAG COMPAN SPRINT NORTHWEST POLICE ACAD ASSOC OF POLICE SOCIA MID -STATES ORGANIZED WEST GROUP TRANS UNION LLC LEXISNEXIS RISK DATA ARC CORPORATION SPRINT PACIFIC TELEMANAGEMEN IATAI NATIONAL ANIMAL CONTR S I U SCHOOL OF MEDIC NORTHWEST POLICE ACAD IATAI NORTHWEST VOLTWAGON ROYAL TOUCH CAR WASH DES PLAINES CAR WASH NORTHWEST ANIMAL HOSP NORTHWEST ANIMAL HOSP SCHIMKA AUTO WRECKERS SHRED IT SHRED -IT SHRED -IT GARVEY'S OFFICE PLUS GARVEY'S OFFICE PLUS GARVEY'S OFFICE PLUS CALLII 379732 CALL8385054 228 0.00 480.00 262 0.00 100.00 655730511107 95 01-13-2011 450 2011-A 282 383431 47 WCX7196 298 655730511107 3164326 01-13 2011 Y800066 94 528 449 379 O 00 1198.00 0.00 0.00 0.00 O 00 0.00 0.00 0.00 O 00 0.00 0.00 0.00 248.32 25.00 85.00 798.38 120.30 1277.00 760.45 395.00 25.00 418.92 1599.37 655730511107 93 0.00 983.58 01-13-2011 447 0 00 25.00 2011 382 0.00 40.00 13039 14042 486 0.0"+ 250.00 822022160 81 0.00 105.70 12055710 85 0.00 50.00 20101231 165 0.00 244.75 10037075 418 0.00 50.00 0.00 1749.03 655730511107 92 0.00 557.42 245276 497 0 00 225.00 01-07-2011 606 0 00 495.00 35477 452 0 00 525.00 02-17-2011 540 0.00 25.00 01-13-2011 445 0 00 25.00 01-07-2011 605 0.00 45.00 92882 442 0.00 57.00 1169 86 0.00 80.00 DEC 2010 49 r 00 300.00 262713 179 0.00 1817.00 261957 131 0 00 5883.00 01-01-2011 39 0.00 120.00 21420516 529 0.00 60.00 21420517 534 0 00 60.00 214205 5 527 0.00 60.00 224610 341 0.00 11.98 223867 346 0.00 16.57 222247 279 0.00 60.13 RUN DATE 01/27/2011 TIME 13:52.41 SUNGARD PENTAMATION INC FUND ACCOUNTING SUNGARD PENTAMATION INC FUND ACCOUNTING DATE: 01/27/11 TIME: 13:52:21 SELECTION CRITERIA: payablc.due dale "02/07/2.011" FUND - 100 GENERAL FUND ORGANIZATION ACCOUNT -.-'TITLE- -- 1214 1214 1214 1214 1214 1214 1214 1214 1214 1214 1214 1214 970100 970100 970100 970100 970100 970115 970140 970270 970270 970270 970270 970620 OFFICE OFFICE OFFICE OFFICE OFFICE SUPPLIES SUPPLIES SUPPLIES SUPPLIES SUPPLIES SUPPLIES: DEPT/O POLICE RANGE PRINTING-REPROD PRINTING-REPROD- PRINTING-REPROD- PRINTING-REPROD SUBSCRIPTIONS & TOTAL POLICE SUPPORT SERVICES 100279 100279 100279 100279 100279 102798 101317 09648 09705 09705 108942 03686 1221 920120 COMMUNICATION SE 05851 1221 920220 MEMBERSHIP DUES 04248 1221 920220 MEMBERSHIP DUES 08565 1221 970100 OFFICE SUPPLIES 09638 1221 970100 OFFICE SUPPLIES 09638 1221 970100 OFFICE SUPPLIES 09638 1221 970620 SUBSCRIPTIONS & 06369 TOTAL FIRE ADMINISTRATION 1222 1222 1222 1222 222 222 22 222 222 222 222 222 222 222 222 222 222 222 222 _222 1222 1222 1222 1222 1222 920120 920204 920204 920204 920204 930010 930010 9300 0 930010 930010 930010 960040 960040 970100 9701-5 970115 970115 970115 970115 970115 970115 970170 970170 970170 970190 COMMUNICATION SE TRAINING TRAINING TRAINING TRAINING R & M EQUIPMENT R & M EQUIPMENT R & M EQUIPMENT R & M EQUIPMENT R & M EQUIPMENT R & M EQUIPMENT EMPLOYEE PHYSICA EMPLOYEE PHYSICA OFFICE SUPPLIES SUPPLIES: SUPPLIES: SUPPLIES: SUPPL'ES: SUPPLIES: SUPPLIES: SUPPLIES: DEPT/O DEPT/0 DEPT/O DEPT/O DEPT/O DEPT/O DEPT/O JAN:TORIAL JANITORIAL JAN..ORIAL UNIFORMS/APPAREL 05851 100986 100986 105310 108931 04073 09276 09276 09276 09276 107285 106122 106122 09638 04086 100449 103683 103683 105387 17132 24812 105610 105610 105610 08258 CITY OF DES PLAINES CASH REQUIREMENTS BILL LIST PAGE NUMBER: 5 ACCTPAY1 ACCOUNTING PERIOD: 1/11 ----VENDOR-- -- --- -- PURCHASE OR INVOICE RECNO SALES TAX GARVEY'S OFFICE PLUS GARVEY'S OFFICE PLUS GARVEY'S OFFICE PLUS GARVEY'S OFFICE PLUS GARVEY'S OFFICE PLUS HINCKLEY SPRING WATER LAW ENFORCEMENT TARGE DOCUMENTORS COPYSET CENTER COPYSET CENTER PRF GRAPHICS IL LAW ENFORCEMENT OF SPRINT M A B A S DIVISION 3 METROPOLITAN FIRE CHI OFFICE DEPOT OFFICE DEPOT OFFICE DEPOT NATIONAL FIRE PROTECT SPRINT SOUTHWEST UNITED FIRE SOUTHWEST UNITED FIRE ILLINOIS FIRE CHIEFS' GLOBAL RISK INNOVATIO AIR ONE EQUIPMENT FREDRIKSEN FIRE EQUIP FREDRIKSEN FIRE EQUIP FREDRIKSEN FIRE EQUIP FREDRIKSEN FIRE EQUIP SENSIT TECHNOLOGIES ALEXIAN BROTHERS CORP ALEXIAN BROTHERS CORP OFFICE DEPOT WELDING INDUSTRIAL SU WORLD POINT ECC INCOR ZOLL MEDICAL CORPORAT ZOLL MEDICAL CORPORAT HENRY SCHEIN INCORPOR MENARDS ENVIRONMENTAL SAFETY H P PRODUCTS H P PRODUCTS H P PRODUCTS W S DARLEY & COMPANY 223097 223844 226079 228441 221511 3644384 156328 1169 32784 32775 314150 2011 AMOUNT 272 0.00 268.77 273 0.00 13.49 274 0.00 31.49 284 0.00 29.50 271 0.00 85.98 18 0.00 56.02 168 0.00 363.45 260 0.00 1520.00 51 0.00 722.00 50 0.00 900.00 121 0.00 299.70 610 0.00 60.00 0.00 14773.50 655/30511107 105 0.00 360.73 301 482 0 00 5000.00 2011 471 0.00 120.00 546513633001 439 0 00 40.03 546253045001 507 0.00 -11.62 546253046001 45 0.00 10.26 5081989Y 128 0.00 268.60 0 00 '788.00 655730511107 104 0.00 495.22 C BC11 I . 522 0.00 525,00 CLS1t 1 01 521 0 00 100.00 FO 1012043 599 0 00 600.00 01-05 2011 3.1 0.00 295.00 71315 77 '.00 217.00 128946 277 0.00 187.85 128947 278 0.00 31.85 128909 276 0.00 59.35 128907 280 0.00 59.35 151451 533 0.00 160.56 388014 137 0.0. 618.00 387883 76 .00 309.00 545802113001 106 0.00 6.92 1167121 184 0.00 145.78 5158777 513 .00 378.85 1751043 183 0.00 468.28 1751128 182 0.00 6496.81 7597738 01 14 0.00 249.00 99056 465 0 00 137.23 8828 4 251 0.00 411.00 937225 556 0.00 740.75 938702 557 0.00 50.79 937224 570 0.00 1465.08 890445 82 0.00 194.87 RUN DATE 01/27/2011 TIME 13:52:41 SUNGARD PENTAMATION INC - FUND ACCOUN.'ING SUNGARD PENTAMATION INC - FUND ACCOUNTING DATE: 01/27/11 TIME: 13:52:21 SELECTION CRITERIA: payab]e.due dale "02/07/2011" FUND 100 GENERAL FUND ORGANIZATION ACCOUNT TITLE - 1222 1222 1222 1222 1222 1222 970270 970270 970900 970900 970900 970900 PRINTING-REPROD- PRINTING-REPROD- EQUIPMENT <$5,00 EQUIPMENT <$5,00 EQUIPMENT <$5,00 EQUIPMENT c$5,00 TOTAL FIRE EMERGENCY SERVICES 1223 1223 1223 1223 1223 1223 1223 1223 920120 920204 920220 970100 970190 970190 970190 970190 COMMUNICATION SE TRAINING MEMBERSHIP DUES OFFICE SUPPLIES UNIFORMS/APPAREL UNIFORMS/APPAREL UNIFORMS/APPAREL UNIFORMS/APPAREL TOTAL FIRE PREVENTION SERVICES 1224 1224 1224 1224 TOTAL EMA 1241 920120 960990 960990 970115 COMMUNICATION SE MISC CONTRACTUAL MISC CONTRACTUAL SUPPLIES: DEPT/0 920204 TRAINING TOTAL POLICE & FIRE COMMISSION 08292 108942 06842 24812 48624 48870 05851 08052 08052 08520 105300 105300 105300 105300 05851 108140 108265 62046 CITY OF DES PLAINES CASH REQUIREMENTS BILL LIST PAGE NUMBER: 6 ACCTPAY1 ACCOUNTING PERIOD: 1/11 -VENDOR---•-- - -• PURCHASE OR INVOICE RECNO SALES TAX PRESSTECH PRF GRAPHICS B & H PHOTO ENVIRONMENTAL SAFETY ABT ELECTRONICS & APP LAB SAFETY SUPPLY INC SPRINT ILLINOIS FIRE INSPECT ILLINOIS FIRE INSPECT WAREHOUSE DIRECT UNIFORMITY INCORPORAT UNIFORMITY INCORPORAT UNIFORMITY INCORPORAT UNIFORMITY INCORPORAT SPRINT BRUCE AHLMANN TODD MARSHALL GALLS INC 18576 IL FIRE & POLICE COMM 1811 920120 COMMUNICATION SE 05851 1811 970100 OFFICE SUPPLIES 08520 TOTAL ENGINEERING/GENERAL 1820 1820 1820 1820 1820 1820 1820 920110 920120 920220 930030 970100 970100 970100 PROFESSIONAL SER COMMUNICATION SE MEMBERSHIP DUES R & M VEHICLES OFFICE SUPPLIES OFFICE SUPPLIES OFFICE SUPPLIES TOTAL BLDG & CODE ENFORCEMENT 1830 1830 1830 1830 92011: 920120 920220 920230 PROFESSIONAL SER COMMUNICATION SE MEMBERSHIP DUES PUBLICATION OF N 107699 05851 07010 18291 09638 09638 09638 108890 05851 37285 107767 SPRINT WAREHOUSE DIRECT THOMPSON ELEVATOR INS SPRINT NORTHWEST B 0 C A DES PLAINES CAR WASH OFFICE DEPOT OFFICE DEPOT OFFICE DEPOT STEVEN V GUTIERREZ SPRINT ILLINOIS CITY/COUNTY PADDOCK PUBLICATIONS 25431 40 314150 122 47720383 68 18828-4 253 1224003JZZP 78 1016603278 164 655730511107 103 12215 608 M165 607 C980221-0 409 190275 466 189912 443 189862 455 189872 451 655730511107 107 107 511083878 20201L 34 75 166 15 118 655730511107 32 994013-0 473 11 0001 655730511107 2011 DEC 2010 54641121000 546122494001 54724370600. 12/27-01/21 655730511107 2011 T4244705 83 36 441 55 157 153 503 426 35 547 41 AMOUNT 0.00 585.00 0.00 29.97 0.00 1616.65 0.00 211 00 0.00 728 00 0.00 228.16 0.00 O 00 0.00 0.00 0.00 0.00 0.00 O 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 O 00 0.00 0.00 0.00 0.00 0.00 O 00 O 00 RUN DATE 01/27/2011 TIME 13:52:42 SUNGARD PENTAMATION INC - FUND ACCOUNTING 17802 32 168.03 95 00 95.00 -182.52 70.85 58.85 58.85 63.85 427.91 280.89 625.00 625.00 241.89 1772.78 945.00 945.00 248.15 194.33 442.48 1405.00 320.59 80.00 10.00 161.26 3.62 21.99 2002.46 8576.00 88.64 179.25 37.80 SUNGARD PENTAMATION INC FUND ACCOUNTING DATE: 01/27/11 TIME: 13:52:21 SELECTION CRITERIA: payable.due_daLe="02/07/2011" FUND - 100 - GENERAL FUND ORGANIZATION ACCOUNT ---- -TITLE - --- 1830 1830 1830 1830 1830 1830 1830 920230 920230 970100 970100 970100 970100 970100 TOTAL PLANNING & ZONING 2451 920120 2451 920145 2451 920145 2451 920220 2451 930020 2451 930020 2451 930020 2451 930020 2451 930020 2451 930020 2451 930020 2451 930020 2451 930020 2451 930020 2451 930020 2451 930020 2451 930070 2451 930070 2451 930070 2451 930480 2451 960130 2451 960130 2451 960990 2451 960990 2451 960990 2451 960990 2451 960990 2451 960990 2451 960990 2451 960990 2451 960990 2451 960990 2451 960990 2451 960990 2451 960990 2451 960990 2451 970100 2451 970160 2451 970160 2451 970160 PUBLICATION OF N PUBLICATION OF N OFFICE SUPPLIES OFFICE SUPPLIES OFFICE SUPPLIES OFFICE SUPPLIES OFFICE SUPPLIES 107767 107767 05337 09638 09638 09638 105789 COMMUNICATION SE 0585] J.U.L.I-E. FEES 09757 J.U.L.I E. FEES 09757 MEMBERSHIP DUES 08537 R & M BLDGS & ST 00189 R & M BLDGS & ST 02989 R & M BLDGS & ST 02989 R & M BLDGS & ST 02989 R & M SLOGS & ST 02989 R & M BLDGS & ST 02989 R & M BLDGS & ST 02989 R & M BLDGS & ST 02989 R & M BLOCS & ST 02989 R & M BLDGS & ST 107678 R & M BLDGS & ST 107678 R & M BLDGS & ST 108925 R & M STREET LIG 04422 R & M STREET LIG 04422 R & M STREET LIG 04422 DISPOSAL/DEBRIS 13394 TREE MAINTENANCE 02072 TREE MAINTENANCE 02072 MISC CONTRACTUAL 101864 MISC CONTRACTUAL 107969 MISC CONTRACTUAL 107969 MISC CONTRACTUAL 107969 MISC CONTRACTUAL 107969 MISC CONTRACTUAL 108919 MISC CONTRACTUAL 108919 MISC CONTRACTUAL 108919 MISC CONTRACTUAL 11700 MISC CONTRACTUAL 45282 MISC CONTRACTUAL 45282 MISC CONTRACTUAL 45282 MISC CONTRACTUAL 45282 MISC CONTRACTUAL 45282 OPFIC"' SUPPLIES 09638 TOO'S AND HARDWA 08636 TOOLS AND HARDWA 100268 TOOLS AND HARDWA 200273 CITY OF DES PLAINES CASH REQUIREMENTS BILL LIST PAGE NUMBER: 7 ACCTPAY1 ACCOUNTING PERIOD: 1/11 --• VENDOR---- - - - PURCHASE OR INVOICE RECNO SALES TAX AMOUNT PADDOCK PUBLICATIONS PADDOCK PUBLICATIONS SIGN A RAMA, USA OFFICE DEPOT OFFICE DEPOT OFFICE DEPOT GREAT GLACIER INCORPO SPRINT JULIE, INC JULIE, INC. JOHN PHILLIPS ANDERSON LOCK CO LTD BEDCO BEDCO BEDCO BEDCO BEDCO BEDCO BEDCO BEDCO INC INC INC INC INC INC INC INC COLLEY ELEVATOR COMPA COLLEY ELEVATOR COMPA WILLIAM HACH & ASSOCI H & H ELECTRIC COMPAN H & H ELECTRIC COMPAN H & H ELECTRIC COMPAN ARC DISPOSAL -REPUBLIC ROBERT W HENDRICKSEN ROBERT W HENDRICKSEN WHITE WAY SIGN & MAIN CINTAS #22 CINTAS q22 CINTAS 022 CINTAS #22 SNOW SYSTEMS SNOW SYSTEMS SNOW SYSTEMS CONTINENTAL WEATHER S ANDERSON ANDERSON ANDERSON ANDERSON ANDERSON PEST SOLUTIO PEST SOLUT 0 PEST SOLUTIO PEST SOLUTIO PEST SOLUTIO OFFICE DEPOT ACE DES PLAINES INCOR THOMPSON RENTAL STATI RUSSO POWER EQUIPMENT T4244706 42 0.00 37.80 T4244703 61 0.00 58.05 26679 532 0.00 38.65 547446951001 504 0.00 13.74 546703725001 501 0.00 21.06 546699106001 502 0.00 35.05 2243 16 0.00 7.25 0.00 9093.29 655730511107 91 0.00 812.85 12-10-0434 117 0.00 135.84 2011 0434 604 0.00 497.88 REIMB 12 10 201 0.00 200.00 7023351 70 0.00 285.00 16710 254 0.00 1099.55 16709 265 0.00 570.00 16708 266 0.00 857.20 16731 269 0.00 285.00 16735 310 0.00 1146.20 16736 301 0.00 1134.60 16741 357 0.00 575.00 16742 355 0.00 575.00 101881 307 0.00 265.23 101882 308 0.00 392.53 40001 173 0.00 3727.50 17904 250 0.00 1487.00 17905 248 0.00 187.80 17906 245 0.00 548.15 551008379097 263 0.00 3495.49 2010 377 238 0.00 25955.00 2011 002 237 0.00 '9722.00 CD200805233 225 0.00 66.89 22184964 293 0.00 37.52 22184964 292 0.00 51.69 22191342 3'6 0.00 54.79 22191342 315 0.00 39.76 10-049948 477 0.00 2395.00 10-049947 531 0.00 2395.00 10-049767 240 0.00 2395.00 11243 291 0.00 150.00 1602748 335 0.00 38.77 1602510 336 0.00 36.00 1602747 37 0.00 41.50 1602509 371 0.00 56.50 1602745 372 0.00 41.50 546280366001 204 0.00 83.63 220384 375 0.00 5.41 458847 520 0.00 88.96 897089 489 0.00 123.96 RUN DATE 01/27/2011 TIME 13 52:43 SUNGARD PENTAMATION INC - FUND ACCOUNTING SUNGARD PENTAMATION INC FUND ACCOUNTING DATE: 01/27/11 TIME: 13:52:21 SELECTION CRITERIA: payab]e.due_date "02/07/2011" FUND - 100 • GENERAL FUND f_RGANIZATION ACCOUNT - ----TITLE - -• 2451 970160 2451 970160 2451 970160 2451 970165 2451 970165 2451 970165 2451 970167 2451 970167 2451 970167 2451 970170 2451 970170 2451 970170 2451 970240 2451 970240 2451 970240 2451 970240 2451 970250 2451 970250 2451 970250 2451 970250 2451 970320 2451 970320 2451 970320 2451 970320 2451 970320 2451 970320 2451 970320 2451 970320 2451 970320 2451 970320 2451 970320 2451 970320 2451 970320 2451 970320 2451 970320 2451 970320 2451 970320 2451 970320 2451 970320 2451 970320 2451 970410 2451 970820 2451 970820 2451 970820 2451 970820 2451 970820 TOTAL STREET/GROUNDS MAINT TOOLS AND HARDWA TOOLS AND HARDWA TOOLS AND HARDWA TRAFFIC SAFETY S TRAFFIC SAFETY S TRAFFIC SAFETY S SAFETY EQUIPMENT SAFETY EQUIPMENT SAFETY EQUIPMENT JANITORIAL JANITORIAL JANITORIAL STREET AND TRAFF STREET AND TRAFF STREET AND TRAFF STREET AND TRAFP SUPPLIES: SUPPLIES: SUPPLIES: SUPPLIES: SUPPLIES: SUPPLIES: SUPPLIES: SUPPLIES: SUPPLIES: SUPPLIES: SUPPLIES: SUPPLIES: SUPPLIES: SUPPLIES: SUPPLIES: SUPPLIES: SUPPLIES: SUPPLIES: SUPPLIES: SUPPLIES: SUPPLIES: SUPPLIES: SUPPLIES: SUPPLIES: SUPPLIES: STREET STREET STREET STREET BLDG BLDG BLDG BLDG BLDG BLDG BLDG BLDG BLDG BLDG BLDG BLDG BLDG R R R R R R R R R R R R R BLDG R BLDG R BLDG R BLDG R BLDG R BLDG R BLDG R GRAFFI ELECTRICITY ELECTRICITY ELECTRICITY ELECTRICITY ELECTRICITY 200273 29678 29678 01004 03313 05407 04338 04338 04338 20696 20696 20696 04501 04501 04501 08518 04633 04633 04633 04633 00189 00189 01004 02436 05407 05407 06198 06198 100586 103573 108761 108957 108957 108957 17132 17132 17132 17132 17132 17132 01004 108680 108680 108680 108680 108680 2453 920120 COMMUNICATION SE 05851 CITY OF DES PI.AINES CASH REQUIREMENTS BILL LIST RUSSO POWER EQUIPMENT ADDISON BUILDING MATE ADDISON BUILDING MATE DIAMOND PAINT COMPANY HIGHWAY TECHNOLOGIES HOME DEPOT CREDIT SER PROSAFETY PROSAFETY PROSAFETY RUNGE RUNGE RUNGE THREE THREE THREE PAPER COMPANY, PAPER COMPANY, PAPER COMPANY, M BUSINESS PROD M BUSINESS PROD M BUSINESS PROD HALL SIGNS INCORPORAT ARROW ROAD CONSTRUCTI ARROW ROAD CONSTRUCTI ARROW ROAD CONSTRUCTS ARROW ROAD CONSTRUCTI ANDERSON LOCK CO LTD ANDERSON LOCK CO LTD DIAMOND PAINT COMPANY NORTHWEST ELECTRICAL HOME DEPOT CREDIT SER HOME DEPOT CREDIT SER WHOLESALE DIRECT, INC WHOLESALE DIRECT, INC BATTERY SERVICE CORPO DES PLAINES MATERIAL C C M LIGHTING COMPAN NEHER ELECTRIC SUPPLY NEHER ELECTRIC SUPPLY NEHER ELECTRIC SUPPLY MENARDS MENARDS MENARDS MENARDS MENARDS MENARDS DIAMOND PAINT COMPANY INTEGRYS ENERGY INTEGRYS ENERGY INTEGRYS ENERGY INTEGRYS ENERGY INTEGRYS ENERGY SPRINT SERVI SERVI SERVI SERVI SERVI PAGE NUMBER: 8 ACCTPAYI ACCOUNTING PERIOD: 1/11 PURCHASE OR INVOICE RECNO SALES TAX AMOUNT 894973 185 0.00 80.18 671122 374 0.00 48.99 670305 319 0.00 119.03 189248 25 0.00 482 18 65070703 001 569 0.00 1309.40 6028615 223 0.00 178.58 2-683700 199 0.00 584.75 1-120930 192 0.00 77.40 1-125600 495 0.00 129.21 688698 187 0 00 41.18 684486 186 0.00 50.26 684171 241 0.00 1127.04 SS59601 227 0.00 1242.00 SS60143 518 0.00 861.00 SS60142 526 0.00 447.75 262689 565 0.00 579.12 25721MB 325 0.00 184.68 25707MB 326 0.00 155.52 25726MB 327 0.00 171.72 25690MB 67 0.00 187.92 635209 328 0.00 97.96 635709 373 0.00 28.20 189226 27 0.00 51.90 16954830 461 0.00 201.03 23059 563 0.00 18.86 8014906 567 0.00 35.46 182965 516 0.00 92.28 182765 226 0.00 114.35 206031 364 0.00 440.20 44484 267 0.00 35.10 10488 261 0.00 511.56 308479-00 206 0.00 830.59 308479-01 207 0.00 44.25 308667-00 189 0 00 271.00 94683 210 0 00 10.84 94435 211 0.00 3.55 94474 209 0 00 69 86 98463 480 0 00 5.75 97226 483 0.00 2.24 96444 481 0 00 63 98 189316 26 0 '0 25 50 16509198-1 410 0.00 19836.92 16473426-1-A 390 0.00 33 50 16624610-1 397 '.00 1500.56 16624603-1 391 0.00 317.87 16672338-1 395 0.00 19966.17 0.00 124724-09 655730511107 90 0.00 293.55 RUN DATE 01/27/2011 TIME 13:52:43 SUNGARD PENTAMATION INC FUND ACCOUNTING SUNGARD PRNTAMATION INC FUND ACCOUNTING DA E. 01/27/11 TIME: 13:52:21 SE-.ECTION CRITERIA: payable.due_date="02/07/2011" FUND - 100 - GENERAL FUND ORGANIZATION ACCOUNT TITLE ---•- 2453 920225 245 930030 2453 930030 2453 930230 2453 930230 2453 930230 2453 970160 2453 970310 2453 970310 2453 970310 2453 970310 2453 970310 2453 970330 2453 970330 2453 970330 2453 970330 2453 970330 2453 970330 2453 970330 2453 970330 2453 970330 2453 970330 2453 970330 2453 970330 2453 970330 2453 970330 2453 970330 2453 970330 2453 970330 2453 970330 2453 970330 2453 970330 2453 970330 2453 970330 2453 970330 2453 970330 2453 970330 2453 970330 2453 970330 2453 970330 2453 970330 2453 970330 2453 970330 2453 970330 2453 970330 2453 970330 2453 970330 2453 970330 2453 970330 2453 970330 LICENSING/TITLES R & M VEHICLES R & M VEHICLES RENTAL OF UNIFOR RENTAL OF UNIFOR RENTAL OF UNIFOR TOOLS AND HARDWA SUPPLIES: EQUIP SUPPLIES: EQUIP SUPPLIES: SUPPLIES: SUPPLIES: SUPPLIES: SUPPLIES: SUPPLIES: SUPPLIES: SUPPLIES: SUPPLIES: SUPPLIES: SUPPLIES: SUPPLIES: SUPPLIES: SUPPLIES: SUPPLIES: SUPPLIES: SUPPLIES: SUPPLIES: SUPPLIES: SUPPLIES: SUPPLIES: SUPPLIES: SUPPLIES: SUPPLIES: SUPPLIES: SUPPLIES: SUPPLIES: SUPPLIES: SUPPLIES: SUPPLIES: SUPPLIES: SUPPLIES: SUPPLIES: SUPPLIES: SUPPLIES: SUPPLIES: SUPPLIES: SUPPLIES: SUPPLIES: SUPPLIES: SUPPLIES: EQUIP EQUIP EQUIP VEHICL VEHICL VEHICL VEHICL VEHICL VEHICL VEHICL VEHICL VEHICL VEHICL VEHICL VEHICL VEHICL VEHICL VEHICL VEHICL VEHICL VEHICL VEHICL VEHICL VEHICL VEHICL VEHICL VEHICL VEHICL VEHICL VEHICL VEHICL VEHICL VEHICL VEHICL VEHICL VEHICL VEHICL VEHICL VEHICL VEHICL VEHICL CITY OF DES PLAINES CASH REQUIREMENTS BILL LIST 02955 56360 56360 107969 107969 107969 105649 105649 105649 107772 17132 78502 03064 06198 06198 08636 08636 101935 101935 104329 104553 105649 105649 105649 105649 105649 105649 105649 105649 105649 105649 105649 105649 105649 105649 105649 105649 105649 105649 105649 105649 105824 106836 107709 107772 107772 107772 107772 107772 107772 PAGE NUMBER: 9 ACCTPAY1 ACCOUNTING PERIOD: 1/11 VENDOR------ - PURCHASE OR INVOICE RECNO SALES TAX AMOUNT ILLINOIS SECRETARY OF MORTON GROVE AUTO WES MORTON GROVE AUTO WES CINTAS 022 CINTAS 022 CINTAS 922 LEE AUTO PARTS LEE AUTO PARTS LEE AUTO PARTS NAPA OF DES PLAINE MENARDS ACME TRUCK BRAKE AND R G SMITH EQUIPMENT WHOLESALE DIRECT, INC WHOLESALE DIRECT, INC ACE DES ACE DES KIMBALL KIMBALL CHICAGO PLAINES INCOR PLAINES INCOR MIDWEST MIDWEST INTERNATIONAL GLOBAL EMERGENCY PROD LEE AUTO LEE AUTO LEE AUTO LEE AUTO LEE AUTO LEE AUTO LEE AUTO LEE LEE LEE LEE LEE LEE LEE LEE LEE LEE LEE LEE LBE AUTO AUTO AUTO AUTO AUTO AUTO AUTO AUTO AUTO AUTO AUTO AUTO AUTO PARTS PARTS PARTS PARTS PARTS PARTS PARTS PARTS PARTS PARTS PARTS PARTS PARTS PARTS PARTS PARTS PARTS PARTS PARTS PARTS ASHLAND INCORPORATED UNIVERSAL HYDRAULIC S AUTO ZONE N A N A N A N A N A N A P A OF DES P A OF DES P A OF DES P A OF DES P A OF DES P A OF DES PLAINE PLAINE PLAINE PLAINE PLAINE PLAINE RENEWAL 545 0.00 99.00 49138 463 0.00 145.00 49156 464 0.00 185.00 22191342 314 0.00 47.00 22188175 312 0.00 47.00 22184964 294 0.00 47.00 536599 162 0.00 249.90 533746 160 0.00 3 38 539676 578 0.00 5.49 372493 448 0.00 21 90 97023 479 0.00 33.88 1210030033 339 0.00 80.01 113107 193 0.00 13 52 182867 508 0.00 189.89 182935 515 0.00 31.64 220364 331 0.00 16.43 220350 332 0.00 29 85 1785354 598 0.00 203 79 1785723 609 0.00 460.72 112044442 43 0.00 487.92 AG22887 244 0.00 63.76 536098 161 0.00 2 69 536512 163 0.00 17.90 536096 171 0.00 204.25 537262 601 0 00 7.57 537120 584 0 00 482.66 538666 585 0.00 71 35 538529 586 0.00 28 22 538488 587 0.00 83.38 540014 577 0.00 36.72 538314 588 0 00 73.00 539210 580 0.00 24.76 540048 581 0 00 64.39 541183 582 0.00 -114.73 537770 591 0.00 -100.00 537147 592 0.00 50.78 537797 593 0.00 28.16 537208 583 0 00 25.69 540457 575 0.00 36.29 541225 573 0.00 14.24 540149 576 0.00 38.97 95143639 361 0.00 1232.23 29642 468 0.00 250.00 2571940445 324 0.00 72.84 373358 472 0.0D 241.65 372579 457 0.00 39.12 372402 456 0.00 146.79 373382 505 0 00 20.76 370083 127 0 00 75.87 368664 126 0.00 48.90 RUN DATE 01/27/2011 TIME 13:52:44 SUNGARD PENTAMATION INC - FUND ACCOUNTING SUNGARD PENTAMATION INC - FUND ACCOUNTING DATE 01/27/11 TIME: 13:52:21 SELECTION CRITERIA: payable.due_date•"02/07/2011" FUND 100 GENERAL FUND ORGANIZATION ACCOUNT ----- TITLE 2453 970330 2453 970330 2453 970330 2453 970330 2453 970330 2453 970330 2453 970330 2453 970330 2453 970330 2453 970330 2453 970330 2453 970810 2453 970810 2453 970840 2453 970850 SUPPLIES: SUPPLIES: SUPPLIES: SUPPLIES: SUPPLIES: SUPPLIES: SUPPLIES: SUPPLIES: SUPPLIES: SUPPLIES: SUPPLIES: VEHICL VEHICL VEHICL VEHICL VEHICL VEHICL VEHICL VEHICL VEHICI, VEHICL VEHICL NATURAL GAS NATURAL GAS DIESEL GASOLINE TOTAL VEHICLE MAINTENANCE DIV 2454 2454 2454 2454 2454 2454 2454 920120 920220 930490 970100 970190 970270 970270 TOTAL PUBLIC WORKS ADMIN TOTAL FUND COMMUNICATION SE MEMBERSHIP DUES REFUSE CONTRACT OFFICE SUPPLIES UNIFORMS/APPAREL PRINTING• REPROD- PRINTING-REPROD- 108707 108707 25335 25335 29678 76920 78502 78502 78502 78502 91932 102964 102964 107795 107795 05851 108681 13394 09638 108295 08292 108942 CITY OF DES PLAINES CASH REQUIREMENTS BILL LIST PAGE NUMBER: 10 ACCTPAY1 ACCOUNTING PERIOD: 1/11 -- - VENDOR-- - --- PURCHASE OR INVOICE RECNO SALES TAX CHICAGO CHICAGO HOSKINS HOSKINS ADDISON PARTS & SOUND PARTS & SOUND CHEVROLET INC CHEVROLET INC BUILDING MATE R A ADAMS ENTERPRISES ACME TRUCK BRAKE AND ACME TRUCK BRAKE AND ACME TRUCK BRAKE AND ACME TRUCK BRAKE AND SPRING ALIGN OF PALAT GAS TECHNOLOGY INSTIT GAS TECHNOLOGY INSTIT AL WARREN OIL COMPANY AL WARREN OIL COMPANY SPRINT IPWMAN ARC DISPOSAL REPUBLIC OFFICE DEPOT ADAM BOECHE PRESSTECH PRF GRAPHICS AMOUNT 378795 313 0.00 107.54 377245 304 0.00 529.52 443841 554 0.00 45.47 441694 555 0.00 190.18 669690 73 0.00 30.74 448394 487 0.00 195.40 1203610030 613 0.00 1848 60 1210110018 321 0 00 433.76 1210130130 330 0.00 40.10 1210100055 338 0 00 -77.00 83979 536 0.00 371.06 68701 252 0 00 56.99 68700 215 0.00 63.22 I642100 367 0.00 8993.21 I641265 370 0.00 16960 07 655730511107 89 1125 548 551008379400 323 546280366001 195 REIMB 1-2011 302 25127 572 314150 139 0.00 35748.94 0.00 124.66 0.00 250.00 0.00 106.69 0.00 30.59 0.00 272.48 0.00 9365.00 0 00 9 99 0 00 .0159 41 0.00 324628.48 RUN DATE 01/27/2011 TIME 13:52:45 SUNGARD PENTAMATION INC - FUND ACCOUNTING SUNGARD PENTAMA'I'ION INC FUND ACCOUNTING DAT : 01/27/11 TIME: 13:52:21 CITY OF DES PLAINES CASH REQUIREMENTS BILL LIST PAGE NUMBER: 11 ACCTPAYI ACCOUNTING PERIOD: 1/11 SELECTION CRITERIA: payable.due daLe "02/07/2011" FUND 203 MOTOR FUEL TAX FUND RGANIKATION ACCOUNT - - 77'L'1.E •- -- •- ------VENDOR • - PURCHASE OR INVOICE RECNO SALES TAX AMOUNT 203F 930080 R 6 M TRAFFIC SI 05932 COOK COUNTY TREASURER 2010.4 48 0.00 812.00 203F 970120 ICE CONTROL 03013 SICALCO LTD. 56076 243 0.00 2358.72 203F 970120 ICE CONTROL 08147 CARGILL INCORPORATED 3014977 299 0.00 30968.41 203F 970820 ELECTRICITY 03973 COMMONWEALTH EDISON C 01937-53007 398 0.00 73.87 203F 970820 ELECTRICITY 03973 COMMONWEALTH EDISON C 07250 00037 430 0.00 35.59 203F 970820 ELECTRICITY 03973 COMMONWEALTH EDISON C 36571 36067 429 0.00 167.36 203F 970820 ELECTRICITY 03973 COMMONWEALTH EDISON C 34710-79047 431 0.00 23.77 203F 970820 ELECTRICITY 108659 EXELON ENERGY COMPANY 200214000050 412 0.00 21400.00 203E 970820 ELECTRICITY 108659 EXELON ENERGY COMPANY 200214100060 406 0.00 627.81 203F 970820 ELECTRICITY 108659 EXELON ENERGY COMPANY 200214200060 399 0.00 2507.12 ..TAL MOTOR FUEL TAX TOTAL FUND 0.00 58974.65 0.00 58974.65 RUN DATE 01/27/2011 TIME 13:52:45 SUNGARD PENTAMATION INC FUND ACCOUNTING SUNGARD PENTAMATION INC FUND ACCOUNTING DATE. 01/27/11 TIME: 13:52:21 SELECTION CRITERIA: payable.due date="02/07/2011" FUND - 204 - HUD:COM DEV BLOCK GRANT ORGANIZATION ACCOUNT 204F 204F 204F 204F 204F 204F 204F 204F 204F 204F 920440 920450 920460 920480 920480 920500 920505 920690 920800 920820 -TITLE--- SUBSIDY:EMERGENC SUBSIDY:SHARED H SUBSIDY:DAY CARE SUBSIDY:RESIDENT SUBSIDY:RESIDENT SUBSIDY:HOUSING SUBSIDY:HOMELESS SUBSIDY:EMPLOYME SUBSIDY:AFFORDBL SUBSIDY:TRANSTNA TOTAL HUD:COM DEV BLOCK GRANT L FUND CITY OF DES PLAINES CASH REQUIREMENTS BILL L[S'I' PACE NUMBER: 12 ACCTPAY1 ACCOUNTING PERIOD: 1/11 VENDOR--- - ---- PURCHASE OR INVOICE RECNO SALES TAX 82395 03248 61688 100983 106827 61688 03248 61688 61688 04677 THE HARBOUR, INC. THE CENTER OP CONCERN CEDA NORTHWEST SELF -H THE LEAD INSPECTORS I NORTH WEST HOUSING PA CEDA NORTHWEST SELF -H THE CENTER OF CONCERN CEDA NORTHWEST SELF -H CEDA NORTHWEST SELF -H WINGS PROGRAM, INC. AMOUNT OCT DEC 2010 13 0.00 250.00 OCT-DEC2010B 255 0.00 1875.00 OCT-DEC2010B 257 0.00 1916.00 5314 597 0.00 275.00 OCT -DEC 2010 202 0.00 5400.00 OCT DEC2010D 259 0.00 1250.00 OCT-DEC2010A 256 0.00 1875.00 OCT DEC2010C 258 0.00 1947.75 OCT DEC2010A 44 0.00 485.00 891 232 0.00 2375.00 0.00 0.00 RUN DATE 01/27/2011 TIME 13:52.45 SUNGARD PENTAMATION INC - FUND ACCOUNTING 17648.75 17648.75 SUNGARD PENTAMATION INC - FUND ACCOUNTING ATE 01/27/11 ME: 13:52:21 SELECTION CRITERIA: payable.due_date'"02/07/2011" FUND - 205 - T.I.F. fll DOWNTOWN ORGANIZATION ACCOUNT --- -TITLE- 205F 920110 205F 920110 205F 920110 205F 930020 205F 930020 205F 970222 205F 970820 TOTAL T.T.F. HI DOWNTOWN TOTAL FUND PROFESSIONAL SER PROFESSIONAL SER PROFESSIONAL SER R & M BLOCS & ST R & M BLOCS & ST STREETSCAPE SUPP ELECTRICITY CITY OF DES PLAINES CASH REQUIREMENTS BILL LIST 07989 49501 49501 02989 02989 03017 03973 VENDOR GEWALT HAMILTON ASSOC KANE MC KENNA & ASSOC KANE MC KENNA & ASSOC BEDCO INC BEDCO INC BEVERLY BECKER COMMONWEALTH EDISON C PAGE NUMBER: 13 ACCTPAY1 ACCOUNTING PERIOD: 1/11 PURCHASE OR INVOICE RECNO SALES TAX 3835.400 14 17 10133 8 10134 9 16741 356 16742 354 PAINTING2010 65 53106-58082 432 AMOUNT 0.00 6670.00 0.00 412.50 0.00 700.00 O 00 155.00 0.00 155.00 O 00 500.00 0.00 75.06 0.00 O 00 RUN DATE 01/27/2011 TIME 13:52:45 SUNGARD PENTAMATION INC - FUND ACCOUNT. NG 8667.56 8667.56 SUNGARD PEN'I'AMATION INC FUND ACCOUNTING DATE: 01/27/11 TIME: 13:52:21 SELECTION CRITERIA: payable.due date="02/07/2011" FUND 206 EMERGENCY COMMUNICATIONS ORGANIZATION ACCOUNT 206F 206F 206F 206F 206F 206F 206F 206F 206E 206E 206F 206F 206F 206F 206F 206F 206F 206F 206F 920120 920120 920120 930010 930010 930110 930200 970100 970100 970100 970100 970100 970100 970100 970100 970115 970900 980400 980600 --TITLE- - COMMUNICATION SE COMMUNICATION SE COMMUNICATION SE R & M EQUIPMENT R & M EQUIPMENT R & M SOFTWARE RENTALS & LEASES OFFICE SUPPLIES OFFICE SUPPLIES OFFICE SUPPLIES OFFICE SUPPLIES OFFICE SUPPLIES OFFICE SUPPLIES OFFICE SUPPLIES OFFICE SUPPLIES SUPPLIES: DEPT/O EQUIPMENT c$5,00 EQUIPMENT FURNITURE & FIXT TOTAL EMERGENCY COMMUNICATIONS "'1TAL FUND CITY OF DES PLAINES CASH REQUIREMENTS BILL LIST 05851 101343 92510 93394 93394 101545 104138 05124 09638 09638 09638 09638 09638 09636 09638 09638 09638 200294 09638 PAGE NUMBER: 14 ACCTPAY1 ACCOUNTING PERIOD: 1/11 VENDOR - - - - PURCHASE OR INVOICE RECNO SALES TAX SPRINT CALL ONE NORTHERN ILLINOIS POL CHICAGO COMMUNICATION CHICAGO COMMUNICATION PRIORITY DISPATCH VILLAGE OF NILES C D W GOVERNMENT INCO OFFICE DEPOT OFFICE DEPOT OFFICE DEPOT OFFICE DEPOT OFFICE DEPOT OFFICE DEPOT OFFICE DEPOT OFFICE DEPOT OFFICE DEPOT DELL MARKETING LP OFFICE DEPOT AMOUNT 655730511107 33 0.00 500.41 101040130000 297 0.00 10264.54 7456 129 0.00 311 70 210918 281 0 00 1774.95 210919 303 0.00 192.50 62383 134 0.00 312.00 29931 462 0.00 8211.32 VZH8473 159 0.00 134 99 545756340001 149 0.00 323.60 546138902001 145 0.00 118 61 545373977001 148 0.00 230.78 545373639001 147 0.00 12.97 546448168001 143 0.00 168.96 546288811001 140 0.00 192.16 546289436001 144 0.00 37.02 546457277001 142 0.00 56.68 546139396001 138 0.00 224.72 XF65X6822 46 0.00 1862.58 546289667001 509 0.00 328.30 0 00 0.00 RUN DATE 01/27/2011 TIME 13:52:45 SUNGARD PENTAMAT1ON NC FUND ACCOUNTING 25258.79 25258.79 SUNGARD I'IIN'I'AMATION INC - FUND ACCOUNTING FATE: 01/27/11 AIME: 13:52:21 CITY OF DES PLAINES CASH REQUIREMENTS BILL LIST PAGE NUMBER: 15 ACCTPAY1 ACCOUNTING PERIOD: 1/11 ELECTION CRITERIA: payable. due_ dates"02/0'1/2011" FUND - 208 DPPD SEIZED ASSETS FUND ORGANIZATION ACCOUNT - ----TITLE VENDOR - PURCHASE OR INVOICE RECNO SALES TAX AMOUNT 208 410180 SEIZED, PENDING 104156 ILLINOIS STATE POLICE ISP 102993 28 0.00 700.00 208 410180 SEIZED, PENDING 104156 ILLINOIS STATE POLICE ISP 102912 3 0.00 1590.00 208 410180 SEIZED, PENDING 104156 ILLINOIS STATE POLICE ISP 102995 19 0.00 1800.00 208 410180 SEIZED, PENDING 104156 ILLINOIS STATE POLICE ISP 102912A 2 0.00 4400.00 208 410180 SEIZED, PENDING 104156 ILLINOIS STATE POLICE ISP 102949 4 0.00 380.00 200 410180 SEIZED, PENDING 104156 ILLINOIS STATE POLICE ISP 102940 1 0.00 400,00 208 410180 SEIZED, PENDING 104156 ILLINOIS STATE POLICE ISP 102845 120 0.00 835.00 208 410180 SEIZED, PENDING 104156 ILLINOIS STATE POLICE ISP 102843 119 0.00 200 00 208 410180 SEIZED, PENDING 104156 ILLINOIS STATE POLICE ISP 102795 101 0.00 255.00 208 410180 SEIZED, PENDING 104156 ILLINOIS STATE POLICE ISP 102834 107 0 00 245.00 TOTAL DPPD SEIZED ASSETS FUND 0.00 '0805.00 208 920225 LICENSING/TITLES 02955 ILLINOIS SECRETARY OF TITLE 553 0.00 95 00 208 920225 LICENSING/TITLES 02955 ILLINOIS SECRETARY OF TITLE & REG 551 0.00 194.00 2081 980420 COMPUTER SOFTWAR 102209 INSIGHT PUBLIC SECTOR 1100184081 12 0.00 18473.55 TOTAL FORFEITURE ACCOUNT 0.00 18762.55 2082 960990 MISC CONTRACTUAL 108187 KENT WILLIAMS 12-15-2010 135 0.00 3750.00 2082 970190 UNIFORMS/APPAREL 05529 PROFORMA 718001691 59 0.00 646 92 2082 980600 FURNITURE & FIXT 100279 GARVEY'S OFFICE PLUS 217272 23 0.00 872.18 TOTA' CUSTOM ASSETS 0.00 5269 10 TOTAL FUND 0.00 34836.65 RUN DATE 01/27/2011 TIME 13:52:46 SUNGARD PENTAMATION INC - FUND ACCOUNTING SUNGARD PENTAMATION INC FUND ACCOUNTING DA. E: 01/27/11 TIME: 13:52:21 SELECTION CRITERIA: payable.due_date "02/07/2011" FUND 210 T.I.F. h3 W. WILLE RD CITY OF DES PLATNES CASH REQUIREMENTS BILL LIST PAGE NUMBER: 16 ACCTPAYI ACCOUNTING PERIOD: 1/11 ORGANIZATION ACCOUNT TITLE - --- -- -VENDOR - - PURCHASE OR INVOICE RECNO SALES TAX AMOUNT 210305A 990300 BANK/TRUST/AGENC 07107 AMALGAMATED BANK OF C 1852350009 383 0 00 390.00 TOTAL 2005A 00 BOND 0.00 390.00 TOTAL FUND 0.00 390.00 RUN DATE 01/27/2011 TIME 13:52.46 SUNGARD PENTAMATION INC - FUND ACCOUNTING SUNGARD PENTAMATION INC - FUND ACCOUNTING DATE. 01/27/11 TIME: 13:52:21 SELECTION CRITERIA: payable.due_daLe "02/07/2011" CITY OF DES PLAINES CASH REQUIREMENTS BILL LIST PAGE NUMBER: 17 ACCTPAYI ACCOUNTING PERIOD: 1/11 FUND - 230 - GRANT FUNDED PROJECTS ORGANIZATION ACCOUNT - TITLE• -- - - ---VENDOR- ---• - PURCHASE OR INVOICE RECNO SALES TAX AMOUNT 2330 920110 PROFESSIONAL SER 108420 AECOM 37081291 79 0.00 810.00 TOTAL OTHER GRANTS 0.00 810.00 TOTAL FUND 0.00 810 00 RUN DATE 01/27/2011 TIME 13.52:16 SUNGARD PENTAMATION INC - FUND ACCOUNTING SUNGARD PENTAMATION INC - FUND ACCOUNTING DATE: 01/2.7/11 TIME: 13.52:21 CITY OF DES PLAINES CASH REQUIREMEN'T'S BILL LIST PAGE NUMBER: 18 ACCTPAYI ACCOUNTING PERIOD: 1/11 SELECTION CRITERIA: payable.due_date "02/07/2011° FUND - 414 CAPITAL PROJECTS FUND ORGANIZATION ACCOUNT TITLE VENDOR- -• ---- - PURCHASE OR INVOICE RECNO SALES TAX AMOUNT 414F 920110 PROFESSIONAL SER 108693 U R S CORPORATION 4537413 84 0.00 66308.70 414F 920120 COMMUNICATION SE 05851 SPRINT 655730511107 30 0.00 292.35 414F 980300 IMPROVEMENTS 108454 F H PASCIIEN, S N NIEL PAYMENT 0 10 24 0.00 414774.75 TOTAL CAPITAL PROJECTS 0 00 481375 80 TOTAL FUND 0 00 481375.80 RUN DATE 01/27/2011 TIME 13:52:46 SUNGARD PENTAMATION INC - FUND ACCOUNTING SUNGARD PENTAMATION INC FUND ACCOUNTING DATE: 01/27/11 TIME: 13:52:21 CITY OF DES PLAINES CASH REQUIREMENTS BILL LIST PAGE NUMBER: 19 ACCTPAY1 ACCOUNTING PERIOD: 1/11 SELECTION CRITERIA: payable.due_date "02/07/2011° FUND - 501 METRA LEASED PARKING FUND ORGANIZATION ACCOUNT - -TITLE-- - PURCHASE OR INVOICE RECNO SALES TAX AMOUNT 5011 970820 ELECTRICITY 108680 INTEGRYS ENERGY SERV? 16616587 1 435 0.00 195.60 TOTAL METRA LEASED LOTS 0.00 195.60 0.00 195 60 TOTAL FUND RUN DATE 01/27/2011 TIME 13:52:46 SUNGARD PENTAMATION INC - FUND ACCOUNTING SUNGARD PENTAMATION INC FUND ACCOUNTING DATE: 01/27/11 TIME: 13:52:21 CITY OF DES PLAINES CASH REQUIREMENTS BILL LIST SELECTION CRITERIA: payable.due date="02/07/2011" FUND - 502 WATER/SEWER FUND ORGANIZATION ACCOUNT --- --TITLE---- -------- ----VENDOR - 0655 0655 0655 0655 0655 0655 0655 920120 920150 920150 920150 920150 970100 970100 COMMUNICATION SE METER READING SE METER READING SE METER READING SE METER READING SE OFFICE SUPPLIES OFFICE SUPPLIES 05851 03839 104052 104596 108861 09638 13942 SPRINT FRANK MUS1LIJIMI DANIEL W SUWINSKI JUKKA KALLIO SUSAN SAMUEL OFFICE DEPOT RUBBER STAMP MAN PAGE NUMBER: 20 ACCTPAY1 ACCOUNTING PERIOD: 1/11 - - PURCHASE OR INVOICE RECNO SALES TAX TOTAL FISCAL SERVICES/WATER 1812 920120 COMMUNICATION SE 05851 SPRINT TOTAL ENGINEERING/WATI.R 502 870700 NEW CONSTRUCT:SA 108646 JOHN NERI CONSTRUCTIO TOTAL WATER/SEWER FUND 5023 5023 5023 5023 5023 5023 5023 5023 5023 5023 5023 5023 5023 5023 5023 5023 5023 5023 5023 5023 5023 5023 5023 5023 5023 5023 5023 5023 5023 5023 5023 5023 920120 920120 920145 920145 920220 920225 930020 930020 930040 930040 930480 930480 930480 960980 970115 970115 970160 970160 970160 970160 970160 970167 970167 970167 970190 970190 970310 970310 970310 970330 970330 970330 COMMUNICATION SE COMMUNICATION SE J.U.L.I.E. FEES J.U.L.I E. FEES MEMBERSHIP DUES LICENSING/TITLES R & M BLDGS & ST R & M BLDGS & ST R & M PUMP WATER R & M PUMP WATER DISPOSAL/DEBRIS DISPOSAL/DEBRIS DISPOSAL/DEBRIS WATER SAMPLE TES SUPPLIES: DEPT/O SUPPLIES: DEPT/O TOOLS AND HARDWA TOOLS AND HARDWA TOOLS AND HARDWA TOOLS AND HARDWA TOOLS AND HARDWA SAFETY EQUIPMENT SAFETY EQUIPMENT SAFETY EQUIPMENT UNIFORMS/APPAREL UNIFORMS/APPAREL SUPPLIES: EQUIP SUPPLIES: EQUIP SUPPLIES. EQUIP SUPPLIES. VEHICL SUPPLIES: VEHICL SUPPLIES: VEHICL 05851 101343 09757 09757 16396 09484 108886 95627 106668 107397 108095 108095 108095 28442 08636 08636 05407 05407 103684 17132 29678 04338 04338 04338 04338 87101 09336 107772 54271 105649 105649 105649 SPRINT CALL ONE JULIE, INC. JULIE, INC. AMERICAN WATER WORKS TIMOTHY WATKINS WIRELESS CONSTRUCTION BUILT BEST FENCE CO D S M SOLUTIONS INCOR OUTSIDE PIJINT DAMAGE RAVENSWOOD DISPOSAL S RAVENSWOOD DISPOSAL S RAVENSWOOD DISPOSAL S SUBURBAN LABORATORIES ACE DES PLAINES INCOR ACE DES PLAINES INCOR HOME DEPOT CREDIT SER HOME DEPOT CREDIT SER MILWAUKEE ELECTRIC TO MENARDS ADDISON BUILDING MATE PROSAFETY PROSAFETY PROSAFETY PROSAFETY MICHAEL SCHMID PIRTEK O'HARE N APA OF DES PLAINE WEST SIDE TRACTOR LEE AUTO PAR S LEE AUTO PARTS LEE AUTO PARTS AMOUNT 655730511107 5 0.00 22.73 12/27-01/13 416 0.00 640.05 12/27-01/13 415 0.00 1024.81 12/27-01/13 417 0.00 2452.58 12/27-01/13 414 0.00 301 21 546688678001 500 0.00 18.80 3194 538 0.00 24.00 0.00 4484.18 655730511107 31 0.00 93.50 0.00 93.50 REFUND 1-1-: 546 0.00 -944.10 0 00 944.10 655730511107 88 0 00 847.12 101040130000 318 0.00 78.65 2011-0434 602 0.00 497.89 12-10 0434 116 0.00 135 83 2011 329 0.00 75.00 REIMB JAN 476 0.00 50.00 11300 517 0 00 995.00 25810 268 0 00 750 00 10-025 247 0 01 1200.00 15301 203 0 00 449 62 215 231 0.00 3043.00 212 235 0 00 3043.00 2.3 229 1.00 4564.50 6099 234 0.00 483.00 220275 33s 0.00 10.89 220277 334 0.00 14.44 1971893 222 0.00 635.76 3974049 216 0.00 313.20 1'B09031 2,6 0.00 17.75 9871: 478 0 00 39.43 669701 71 0 00 286.86 2 683840 242 0 00 1047.50 2 683730 97 0 00 392.30 2-682830 196 0.00 16.95 2-683930 ,98 0.00 113.00 REIMB 12-10 190 0.00 143.99 51456485.001 494 0.00 515.23 372466 453 - -0 24.48 W00568 224 225.58 524354 141 6.48 541189 574 17.90 539510 579 0 196.99 RUN DATE 01/27/2011 TIME 13:52:47 SUNGARD PENTAMATION INC - FUND ACCOUNTING SUNGARD PENTAMATION INC FUND ACCOUNTING DATE: 01/27/11 TIME: 13:52:21 SELECTION CRITERIA: payable.due_daLe:."02/07/2011" FUND - 502 WATER/SEWER FUND [ROANIZA'I'ION ACCOUNT - TITLE- -- 5023 970330 5023 970340 5023 970340 5023 970340 5023 970340 5023 970340 5023 970340 5023 970340 5023 970340 5023 970340 5023 970340 5023 970340 5023 970340 5023 970340 5023 970340 5023 970510 5023 970510 5023 970510 5023 970820 5023 970820 5023 970820 5023 970820 5023 970820 5023 970820 5023 970820 5023 970820 5023 970840 5023 970850 TOTAL WATER SYSTEMS 5025 920120 5025 920120 5025 920145 5025 920145 5025 920225 5025 920225 5025 920410 5025 920410 5025 920410 5025 920410 5025 920410 5025 920410 5025 920415 5025 920415 5025 920415 5025 970100 5025 970160 5025 970160 5025 970160 SUPPLIES: SUPPLIES: SUPPLIES: SUPPLIES: SUPPLIES: SUPPLIES: SUPPLIES: SUPPLIES: SUPPLIES: SUPPLIES: SUPPLIES: SUPPLIES• SUPPLIES: SUPPLIES: SUPPLIES: VEI I I CL PUMP/T PUMP/'P PUMP/T PUMP/T PUMP/T PUMP/T PUMP/T PUMP/'I' PUMP/T PUMP/T PUMP/T PUMP/T PUMP/T PUMP/T PURCHASE OF METE PURCHASE OF METE PURCHASE OF METE ELECTRICITY ELECTRICITY ELECTRICITY ELECTRICITY ELECTRICITY ELECTRICITY ELECTRICITY ELECTRICITY DIESEL GASOLINE COMMUNICATION SE COMMUNICATION SE J.U.L.I.E. FEES J.U.L.I.E. FEES LICENSING/TITLES LICENSING/TITLES SUBSIDY:FLOOD AS SUBSIDY:FLOOD AS SUBSIDY:FLOOD AS SUBSIDY:FLOOD AS SUBSIDY:FLOOD AS SUBSIDY:FLOOD AS SEWER LATERAL PR SEWER LATERAL PR SEWER LATERAL PR OFF CE SUPPLIES TOOLS AND HARDWA TOOLS AND HARDWA TOOLS AND HARDWA 105649 03507 04574 04574 04574 105845 105845 105845 105845 105845 105845 105845 108095 108095 108095 15574 15574 15574 03973 03973 03973 03973 03973 108680 108680 108680 107795 107795 05851 101343 09757 09757 05370 106009 102896 108943 108944 108945 108946 108947 106254 108941 26432 09638 05407 08636 17132 CITY OF DES PLAINES CASH REQUIREMENTS BILL LIST PAGE NUMBER: 21 ACCTPAYI ACCOUNTING PERIOD: 1/11 VENDOR - - --- - PURCHASE OR 3NVOICE RECNO SALES TAX AMOUNT LEE AUTO PARTS ZIEBELL WATER SERVICE PRAIRIE MATERIAL SALE PRAIRIE MATERIAL SALE PRAIRIE MATERIAL SALE H D H D H D H D H D H D H D SUPPLY WATERWORKS SUPPLY WATERWORKS SUPPLY WATERWORKS SUPPLY WATERWORKS SUPPLY WATERWORKS SUPPLY WATERWORKS SUPPLY WATERWORKS RAVENSWOOD DISPOSAL S RAVENSWOOD DISPOSAL S RAVENSWOOD DISPOSAL S BADGER METER INC BADGER METER INC BADGER METER INC COMMONWEALTH EDISON C COMMONWEALTH EDISON C COMMONWEALTH EDISON C COMMONWEALTH EDISON C COMMONWEALTH EDISON C INTEGRYS ENERGY SERVI INTEGRYS ENERGY SERVI INTEGRYS ENERGY SERVI AL WARREN OIL COMPANY AL WARREN OIL COMPANY SPRINT CALL ONE JULIE, INC. JULIE, INC. TIMOTHY WRIGHT TIMOTHY O'MALLEY JIM VINCI BRUCE GEBERT ELENORA M AMADOR ANGELA BRIZZOLARA GERTRUDE BRODD CHI LUU VINCENT DELUCA JERRY BERGER JOANNE MARESSO OFFICE DEPOT HOME DEPOT CREDIT SER ACE DES PLAINES INCOR MENARDS 539907 589 0.00 213.73 211075 511 0.00 112.89 94641245 125 0.00 884.20 94640445 191 0.00 1792.00 94640851 200 0.00 655.53 2432989 221 0.00 390.22 2432978 220 0.00 435.00 2435822 217 0.00 81.89 2373971 218 0.00 1209.94 2395144 219 0.00 -1437.98 2468557 560 0.00 612.00 2462490 564 0.00 341.36 212 236 0.00 5275.01 215 233 0.00 5189.34 213 230 0.00 3761.29 90342401 264 0.00 5330.12 90342901 66 0 00 975.84 90787801 363 0.00 410.35 23821-41015 437 0.00 22.37 07180-79040 428 0.00 28.73 16021-49012 423 0.00 238.90 07620-50019 421 0.00 16.23 35261-70000 393 0.00 76.70 16547003-1 400 0.00 2556.68 16616562-1 394 0.00 541.60 16622746-1 405 0.00 13104.80 2642100 366 0 00 1150.30 1641265 369 0.00 2043.38 0.00 66243.76 655730511107 87 0 00 563.11 101040130000 317 0.00 196.81 2011-0434 600 0.00 497.89 12-10-0434 115 0.00 135.83 REIMB JAN 512 0-00 50.00 REIMS JAN 440 ' 00 50.00 FRP10-140 458 0 00 714.09 FRP10-139 349 0.00 604.50 FRP10-141 384 0.00 2000.00 FRP10-142 362 0.00 1320.00 FRP10-144 351 0.00 1208.70 FRP10-143 594 0.00 1675.10 SLP10-078 290 0.00 1575.00 SLP10-076 177 0.00 100.00 SLP10-077 176 0.00 98.04 546280366001 2 3 0.00 67 78 29399 2,F 0.00 39.79 220233 2 0.00 77.69 94624 208 0.00 136 32 RUN DATE 01/27/2011 TIME 13:52:47 SUNGARD PENTAMATION INC - FUND ACCOUNTING SUNGARD PENTAMATION INC - FUND ACCOUNTING DATE: 01/27/11 TIME: 13:52:21 SELECTION CRITERIA: payable.due_date="02/07/2011" FUND 502 WATER/SEWER FUND ORGANIZATION ACCOUNT --- -TITLE CITY OF DES PLAINES CASH REQUIREMENTS BILL LIST 5025 970167 SAFETY EQUIPMENT 04338 5025 970310 SUPPLIES: EQUIP 107772 5025 970310 SUPPLIES: EQUIP 54271 5025 970330 SUPPLIES: VEIIICL 05612 5025 970330 SUPPLIES: VEHICL 05612 5025 970330 SUPPLIES: VEHICL 106361 5025 970820 ELECTRICITY 03973 5025 970820 ELECTRICITY 03973 5025 970820 ELECTRICITY 03973 5025 970820 ELECTRICITY 03973 5025 970820 ELECTRICITY 03973 5025 970820 ELECTRICITY 03973 5025 970820 ELECTRICITY 03973 5025 970820 ELECTRICITY 03973 5025 970820 ELECTRICITY 03973 5025 970820 ELECTRICITY 03973 5025 970820 ELECTRICITY 108680 5025 970820 ELECTRICITY 108680 5025 970820 ELECTRICITY 108680 5025 970840 DIESEL 107795 5025 970850 GASOLINE 107795 TOTAL SEWER SYSTEMS TOTAL FUND PAGE NUMBER: 22 ACCTPAYI ACCOUNTING PERIOD: 1/11 VENDOR --- -- -- PURCHASE OR INVOICE RECNO SALES TAX PROSAFETY N A P A OF DES PLAINE WEST SIDE TRACTOR STANDARD EQUIPMENT CO STANDARD EQUIPMENT CO COFFMAN TRUCK SALES I COMMONWEALTH EDISON COMMONWEALTH EDISON COMMONWEALTH EDISON COMMONWEALTH EDISON COMMONWEALTH COMMONWEALTH COMMONWEALTH COMMONWEALTH COMMONWEALTH COMMONWEALTH C C C C EDISON C EDISON C EDISON C EDISON C EDISON C EDISON C INTEGRYS ENERGY SERVI INTEGRYS ENERGY SERVI INTEGRYS ENERGY SERVI AL WARREN OIL COMPANY AL WARREN OIL COMPANY AMOUNT 2-683830 194 0.00 58 80 372755 454 0.00 12.58 N53899 514 0.00 114.01 C61925 537 0.00 96.93 C61899 535 0.00 2.37 1000641015 305 0.00 79 64 20381-28006 436 0.00 40.30 21480-94073 388 0.00 34 54 50600-90016 387 0.00 153.34 05751-34020 386 0.00 86.40 49950-25051 385 0.00 24.38 06401-44010 389 0.00 72.73 58140-97012 424 0.00 23.32 63310-89024 425 0.00 388.55 35260-09006 422 0 00 66 20 34611-36053 427 0.00 22.05 16584441-1 403 0.00 386.70 16624479-1 401 0.00 1525 11 16591785-1 402 0 00 691 04 1642100 365 0.00 313.72 1641265 368 0.00 1430 37 0.00 0.00 RUN DATE 01/27/2011 TIME 13:52:48 SUNGARD PENTAMATION INC - FUND ACCOUNTING 16733.73 86611.07 SUNGARD PENTAMATION INC FUND ACCOUNTING DATE• 01/27/11 TIME: 13:52:21 SELECTION CRITERIA: payable.due dale "02/07/2011" FUND 503 CITY OWNED PARKING FUND ORGANIZATION ACCOUNT -- ---TITLE CITY OF DES PLAINES CASH REQUIREMENTS BILL LIST -VENDOR PACE NUMBER: 23 ACCTPAY1 ACCOUNTING PERIOD: 1/11 PURCHASE OR INVOICE RECNO SALES TAX AMOUNT 5013 920120 COMMUNICATION SE 101343 CALL ONE 101040130000 320 0.00 349.08 5013 930050 R & M PARKING LO 01250 GRAINGER 9431246116 275 0.00 35.96 5013 930050 R & M PARKING LO 107678 COLLEY ELEVATOR COMPA 101931 306 0.00 392.53 5013 930050 R & M PARKING LO 107678 COLLEY ELEVATOR COMPA 101873 359 0.00 196 27 5013 930050 R & M PARKING LO 13394 ARC DISPOSAL -REPUBLIC 551008384738 322 0.00 78 10 5013 970820 ELECTRICITY 03973 COMMONWEALTH EDISON C 49743-85007 434 0.00 19 26 5013 970820 ELECTRICITY 03973 COMMONWEALTH EDISON C 47223 88001 433 0.00 36.71 5013 970820 ELECTRICITY 108680 INTEGRYS ENERGY SERVI 16624600-1 404 0.00 5962 95 5013 970820 ELECTRICITY 108680 INTEGRYS ENERGY SERVI 16624557-1 396 0.00 1434.82 5013 970820 ELECTRICITY 108680 INTEGRYS ENERGY SERVI 16624608-1 392 0.00 619.21 TOTAL CITY OWNED PARKING OPS TOTAL FUND 0.00 9124 89 0.00 9124.89 RUN DATE 01/27/2011 TIME 13:52:48 SUNGARD PENTAMATION INC - FUND ACCOUNTING SUNGARD PENTAMA'I'ION INC FUND ACCOUNTING DATE: 01/27/11 TIME: 13:52:21 SELECTION CRITERIA: payable.due date "02/07/2011" FUND 604 ESCROW FUND ORGANIZATION ACCOUNT -- ---TITLE - - 604 604 604 604 604 410040 410050 410050 410050 410075 TOTAL ESCROW FUND TOTAL FUND REFUNDABLE BONDS POLICE ESCROW IT POLICE ESCROW IT POLICE ESCROW IT HYDRANT DEPOSITS CITY OF DES PLAINES CASH REQUIREMENTS BILL LISP PAGE NUMBER: 24 ACCTPAY1 ACCOUNTING PERIOD: 1/11 - VENDOR---- ----- - PURCHASE OR INVOICE RECNO SALES TAX 100223 05274 05274 05274 108646 INDESTRUCTO RENTAL CO ILLINOIS STATE POLICE ILLINOIS STATE POLICE ILLINOIS STATE POLICE JOHN NERI CONSTRUCTIO PH10110352 549 DEC 2010 212 DEC 2010 214 DEC 2010 10 REFUND 01-11 611 0.00 0.00 0.00 0.00 0.00 0 00 0.00 RUN DATE 01/27/2011 TIME 13:52:48 SUNGARD PENTAMATION INC - FUND ACCOUNTING AMOUNT 250.00 68.50 205.50 445.25 1100.00 2069.25 2069.25 SUNGARD PEN'I'AMATION INC FUND ACCOUNTING DATE: 01/27/11 TIME: 13:52:21 SELECTION CRITERIA: payable.due_daLe "02/07/2011" FUND 701 - RISK MANAGEMENT FUND ORGANIZATION ACCOUNT ---- -TITLE - - 701F 701F 701F 701F 701F 701F 701F 701F 701F 701F 920115 920320 920345 920345 920345 920350 920350 920350 920350 960040 TOTAL RISK MANAGEMENT TOTAL FUND SUBSTANCE ABUSE UNEMPLOYMENT CLA MICA DEDUCTIBLE MICA DEDUCTIBLE MICA DEDUCTIBLE WORKMENS COMPENS WORKMENS COMPENS WORKMENS COMPENS WORKMENS COMPENS EMPLOYEE PHYSICA 106122 64032 08243 08243 08243 05050 05050 107970 107970 106122 CITY OF DES PLAINES CASH REQUIREMENTS BILL LIST PAGE NUMBER: 25 ACCTPAYI ACCOUNTING PERIOD: 1/11 -VENDOR -• -- - - PURCHASE OR INVOICE RECNO SALES TAX ALEXIAN BROTHERS CORP IL DEPT OF EMPLOYMENT MUNICIPAL INSURANCE C MUNICIPAL INSURANCE C MUNICIPAL INSURANCE C THOMAS RICHARD THOMAS RICHARD COVENTRY FIRST SCRIPT COVENTRY FIRST SCRIPT ALEXIAN BROTHERS CORP AMOUNT 388107 133 0.00 75.00 DC 611012755 407 0.00 28605.00 04-05 2010 170 0.00 1000.00 02-25-2010 172 0.00 152.78 01 11-2010 174 0.00 431.69 12/21 1/3/11 99 0.00 989.12 01/04 01/17 484 0.00 989.12 FSPBM1209139 239 0.00 50.54 1209138 52 0.00 336.97 388186 80 0.00 70.00 0.00 0.00 RUN DATE 01/27/2011 TIME 13:52.48 SUNGARD PENTAMATION INC - FUND ACCOUNTING 32700.22 32700.22 SUNGARD PRNTAMATION INC DATE 01/27/11 TIME: 13:52:21 FUND ACCOUNTING CITY OF DES PLAINES CASH REQUIREMENTS BILL LIST PAGE NUMBER: 26 ACCTPAY1 ACCOUNTING PERIOD: 1/11 SELECTION CRITERIA: payable.due dale "02/07/2011" FUND 702 - EQUIPMENT REPLACEMENT ORGANIZATION ACCOUNT ---- TITLE -- VENDOR -- PURCHASE OR INVOICE RECNO SALES TAX AMOUNT 7022 980400 EQUIPMENT 103683 ZOLL MEDICAL CORPORAT 1751892 181 0.00 20942.00 TOTAL FIRE DEPT EQUIP REPLCMNT 0.00 20942.00 TOTAL FUND 0.00 20942.00 RUN DATE 01/27/2011 TIME 13:52:48 SUNGARD PENTAMATION INC - FUND ACCOUNTING SUNGARD PENTAMATION INC FUND ACCOUNTING DATE: 01/27/11 TIME: 13:52:21 CITY OF DES PLAINES CASH REQUIREMENTS BILL LIST PAGE NUMBER: 27 ACCTPAY1 ACCOUNTING PERIOD. 1/11 SELECTION CRITERIA: payable.due_date="02/07/2011" FUND • 703 - 1 T REPLACEMENT FUND ORGANIZATION ACCOUNT TITLE-• -- -VENDOR- --- - •-- PURCHASE OR INVOICE RECNO SALES TAX AMOUNT 703F 980410 COMPUTER HARDWAR 05124 C D W GOVERNMENT INCO VXZ3373 62 0.00 2023.50 703F 980410 COMPUTER HARDWAR 05124 C D W GOVERNMENT INCO VXX1222 63 0.00 1325.00 703F 980410 COMPUTER HARDWAR 05124 C D W GOVERNMENT INCO VWG7413 57 0.00 210.00 703F 980410 COMPUTER HARDWAR 05124 C D W GOVERNMENT INCO VXV3348 60 0.00 870.00 703F 980410 COMPUTER HARDWAR 05124 C D W GOVERNMENT INCO VXX3914 29 0.00 -210.00 703F 980410 COMPUTER HARDWAR 05124 C D W GOVERNMENT INCO WCP7674 296 0.00 203.00 703F 980410 COMPUTER HARDWAR 05124 C D W GOVERNMENT INCO WDH3578 340 0.00 203.00 703F 980410 COMPUTER HARDWAR 200294 DELL MARKETING LP XF66673X3 64 0.00 6072.90 703F 980410 COMPUTER HARDWAR 200294 DELL MARKETING LP XF63TFCJ1 56 0.00 368.62 703F 980420 COMPUTER SOFTWAR 05124 C D W GOVERNMENT INCO WCH7956 309 0.00 6136.95 TOTAL I T REPLACEMENT 0.00 '7202.97 AL FUND 0.00 17202.97 AL REPORT 0.00 1121436.68 RUN DATE 01/27/2011 TIME 13:52:49 SUNGARD PENTAMATION INC - FUND ACCOUNTING SUNGARD PENTAMATION INC FUND ACCOUNTING DA E: 01/27/11 TIME: 14:17:10 CITY OF DES PLAINES CHECK REGISTER DISBURSEMENT FUND Manual Checks - Various Funds & Accounts Page 28 "ASH ACCT CHECK NO ISSUE DT - -- -- ----VENDOR---- - - ORGANIZATION -DESCRIPTION SALES TAX AMOUNT .02005 404485 01/10/11 107692 A T & T MOBILITY 0632 2870253339593(12282010 0.00 482.05 102005 404486 01/10/11 05261 MICHAEL BERNAR 604 US SAVINGS BONDS 0.00 10.92 102005 404487 01/10/11 100252 ROBERT T. BLANCHARD 604 US SAVINGS BONDS 0.00 44.48 102005 404488 01/10/11 108294 ANJANETTE BRZEZINSKI 604 US SAVINGS BONDS 0.00 4.04 102005 404489 01/10/11 62436 CAROL DOUGHERTY 604 US SAVINGS BONDS 0.00 42.48 102005 404490 01/10/11 102487 JIM HALL 604 US SAVINGS BONDS 0.00 31.48 102005 404491 01/10/11 200111 WILLIAM H HENRY 604 US SAVINGS BONDS 0.00 15 74 102005 404492 01/10/11 06124 ANTONIO JACKSON 604 US SAVINGS BONDS 0.00 22.09 102005 404493 01/10/11 108938 TOM J LEWIS 604 US SAVINGS BONDS 0.00 31.48 102005 404494 01/10/11 108936 JAMES P MULVIHILL JR 604 US SAVINGS BONDS 0.00 15.74 102005 404495 01/10/11 108939 KENNETH L PALENIK 604 US SAVINGS BONDS 0.00 31.48 102005 404496 01/10/11 73801 EDWARD PAPROCKI 604 US SAVINGS BONDS 0.00 20 83 102005 404497 01/10/11 00828 PETTY CASH 102005 404497 01/10/11 00828 PETTY CASH 102005 404497 01/10/11 00828 PETTY CASH 102005 404497 01/10/11 00828 PETTY CASH 102005 404497 0'/10/11 00828 PETTY CASH 102005 404497 01/10/11 00828 PETTY CASH 102005 404497 A./10/11 00828 PETTY CASH 102005 404497 01/10/11 00828 PETTY CASH 102005 404497 01/10/11 00828 PETTY CASH 102005 404497 01/10/11 00828 PETTY CASH 102005 404497 01/10/11 00828 PETTY CASH 102005 404497 01/10/11 00828 PETTY CASH 102005 404497 0:/10/11 00828 PETTY CASH 102005 404497 01/10/11 00828 PETTY CASH 102005 404497 01/'0/ 1 00828 PETTY CASH 102005 404497 01/10/11 00828 PETTY CASH TOTAL CHECK 0620 2454 0637 0637 0637 0637 0639 0639 0634 0639 0639 0639 0639 0639 0639 0639 COFFEE SODA & WATER FOOD MILEAGE MILEAGE MILEAGE TRAIN TRAIN TRAIN TRAIN & CAB DOLLAR TREE 11/24/10 WATER BIL ASST PROG WATER BIL ASST PROG WATER BIL ASST PROG WATER BIL ASST PROG WATER BIL ASST PROG 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 O 00 O 00 0.00 0.00 0.00 0.00 0.00 O 00 6.99 15.97 27 28 10.55 10 55 9 74 9.00 8 00 32 30 20 00 18 00 50.00 50.00 50.00 50.07 50 00 418 38 102005 404498 01/10/11 102847 DANIEL S PIETRUSIEWICZ 604 US SAVINGS BONDS 0.00 4 59 102005 404 99 01/10/11 100934 LEONE RYAN 604 US SAVINGS BONDS 0 00 15 29 102005 `04500 01/10/11 105700 JEFF SCH. K 604 US SAVINGS BONDS 2 RUN DATE 01/27/11 TIME 14:17:11 SUNGARD PENTAMATION INC - FUND ACCOUNTING SUNGARD PENTAMATION INC FUND ACCOUNTING DATE: 01/27/11 TIME: 14:17:10 CITY OF DES PLAINES CHECK REGISTER - DISBURSEMENT FUND Manual Checks - Various Funds & Accounts CASH ACCT CHECK NO 102005 404501 102005 404502 102005 404503 102005 404504 102005 404505 102005 404519 102005 404519 TOTAL CHECK 102005 404520 102005 404521 102005 404708 ;02005 404708 If.TAL CHECK 102005 102005 102005 102005 404709 404710 404711 404712 102005 404713 102005 4047.3 TOTAL CHECK ISSUE DT ----VENDOR---- -- ----- ORGANIZATION 01/10/11 108937 DAVID G SCHUMAN 01/10/11 108935 ARLENE K STEINER 01/10/11 105062 U S BANK 01/10/11 100765 LENORA WIESE 01/10/11 108940 LESTER D WILSON 01/14/11 101888 A T & T 01/14/11 101888 A T & T 01/14/11 107692 A T & T MOBILITY 01/14/11 102970 COMCAST CABLE 01/21/11 101888 A T & T 01/21/11 101888 A T & T 01/21/11 108956 CANADIAN NATIONAL 01/21/11 108686 MAILFINANCE 01/21/11 27917 NICOR 01/26/1- 108890 STEVEN V GUTIERREZ 01/26/11 27917 NICOR 01/26/11 27917 NICOR --DESCRIPTION 604 US SAVINGS BONDS 604 US SAVINGS BONDS 703F L5000130210000 01/21 604 US SAVINGS BONDS 604 US SAVINGS BONDS 0657 01-04 TO 02-03-11 1214 12-28-10 TO 01-27-11 0632 INV839230867X01112011 0632 ACCT 8771100710151141 206F 12-07-10 TO 01-06 11 206E 01-07 TO 02 06-2011 414F 2011 CIP CONTRACT A 0657 02-10 TO 03.09 2011 205F 12-13-10 TO 01-13-11 1830 INTERIM DIR OF CED 5023 12-16-10 TO 01-18-11 5023 12-14-10 TO 01-14-11 102005 4047.4 01/26/11 05042 UNITED STATES MARSHALS S 2083 TOTAL CASH ACCOUNT TOTAL FUND TOTAL REPORT RUN DATE 01/27/11 TIME 14.17:11 CASE 111 08-0304 Page 29 SALES TAX AMOUNT 0.00 15.74 0.00 28.28 0.00 349.00 0.00 1.59 0.00 20 08 0.00 4869.60 0.00 62.76 O 00 4932.36 0.00 15.59 0.00 99.27 0.00 40.10 0.00 386.68 0.00 426.78 0.00 750.00 0.00 370.92 0.00 85.25 0.00 4941.25 0.00 71.40 0.00 83.53 O 00 154.93 0.00 1300.00 0.00 14684.42 O 0, 14684.42 0.00 14684.42 SUNGARD PENTAMATION INC - FUND ACCOUNTING SUNGARU PENTAMATION INC DATE: 01/2'1/11 TIME: 14:12:08 FUND ACCOUNTING CITY OF DES PLAINES CHECK REGISTER - DISBURSEMENT FUND Auto Debits - Various Funds & Accounts Page 30 CAS • ACCT CHECK NO ISSUE DT ---- VENDOR ORGANIZATION ---- DESCRIPTION- - - SALES TAX AMOUNT 102008 AD100090 01/28/11 03325 CITY OF CHICAGO 5023 ACCOUNT 430868 0.00 102405.00 102008 AD100090 01/28/11 03325 CITY OF CHICAGO 5023 ACCOUNT 430870 0.00 98760 00 102008 AD100090 01/28/11 03325 CITY OF CHICAGO 5023 ACCOUNT 430869 0.00 99030 00 102008 AD100090 01/28/11 03325 CITY OF CHICAGO 5023 ACCOUNT 430867 0.00 102210.00 TOTAL CHECK 0.00 402405.00 102008 AD100091 01/20/11 107204 BANK OF AMERICA 206F FRED PRYOR CAREERTRACK 0.00 -20.00 102008 AD100091 01/20/11 107204 BANK OF AMERICA 206E LANDS END BUSINESS 0.00 80 95 102008 AD100091 01/20/11 107204 BANK OF AMERICA 206F FECHHEIMER BROTHERS CO 0.00 152.97 102008 AD100091 01/20/11 107204 BANK OF AMERICA 206F SQUARE DEAL SHOE STORE 0 00 139.99 102008 AD100091 01/20/11 107204 BANK OF AMERICA 206F BORDERS.COM 0.00 1.11 102008 AD100091 01/20/11 107204 BANK OF AMERICA 1224 MUGS PIZZA & RIBS 0.00 67.67 102008 AD100091 01/20/11 107204 BANK OF AMERICA 0631 STAPLES DIRECT 0.00 5.99 102008 AD100091 01/20/11 107204 BANK OF AMERICA 1214 GAL GALLS INC 0.00 128.33 102008 AD100091 01/20/11 107204 BANK OF AMERICA 206F FRED PRYOR CAREERTRACK 0.00 -20.00 102008 AD100091 01/20/11 107204 BANK OF AMERICA 0634 LAW BULLETIN 0.00 22.00 102008 AD100091 01/20/11 107204 BANK OF AMERICA 1811 MANTA - ENR.COM 0.00 9.95 102008 AD100091 01/20/11 107204 BANK OF AMERICA 0651 NIU OUTREACH 0.00 60.00 102008 AD100091 01/20/11 107204 BANK OF AMERICA 0634 EAGLE DAY PLANNER 0.00 55.40 102008 AD100091 01/20/11 107204 BANK OF AMERICA 0637 NIU OUTREACH 0.00 60.00 102008 AD100091 01/20/11 107204 BANK OF AMERICA 0631 NIU OUTREACH 0.00 95.00 102008 AD100091 01/20/11 107204 BANK OF AMERICA 1840 D & B SMALL BUSINESS 0.00 149.00 102008 AD100091 01/20/11 107204 BANK OF AMERICA 0631 STAPLES DIRECT 0.00 49.47 102008 AD100091 01/20/11 107204 BANK OF AMERICA 1223 VICTORYSTORE.COM 0.00 162.30 102008 AD100091 01/20/11 107204 BANK OF AMERICA 1223 STAPLES 0.00 119.73 102008 AD100091 01/20/11 307204 BANK OF AMERICA 1223 STAPLES 0.00 119.73 102008 AD100091 01/20/11 107204 BANK OF AMERICA 0635 AMAZON MKTPLACE 0.00 1049.90 102008 AD100091 01/20/11 107204 BANK OF AMERICA 0635 STAPLES DIRECT 0.00 20.34 102008 AD100091 01/20/11 107204 BANK OF AMERICA 0639 DTI DAY -TIMERS INC 0.00 11 99 102008 AD100091 01/20/11 107204 BANK OF AMERICA 0639 NASW 0.00 190.00 102008 AD100091 0,/20/11 107204 BANK OF AMERICA 0639 LANDS END BUSINESS 0.00 99.65 102008 AD100091 01/20/11 107204 BANK OF AMERICA 1223 STAPLES 0.00 119.73 102008 AD100091 01/20/11 107204 BANK OF AMERICA 0639 AMAZON MKTPLACE 0.00 63.98 102008 AD100091 01/20/11 107204 BANK OF AMERICA 0639 MIGHTY MITES AWARDS 0.00 94.80 102008 AD100091 01/20/11 107204 BANK OF AMERICA 0635 STAPLES DIRECT 0.00 74.35 102008 AD100091 01/20/11 107204 BANK OF AMERICA 0639 FEDEX OFFICE 0.00 17 57 102008 AD100091 01/20/11 107204 BANK OF AMERICA 0639 RELISH QPS 0.00 19.30 102008 AD100091 01/20/11 107204 BANK OF AMERICA 206F RCM HEADSETS 0 00 749.83 102008 AD100091 01/20/11 .07204 BANK OF AMERICA 206F INFO.KAGI.COM 0.0 59.95 102008 AD100091 01/20/11 107204 BANK OF AMERICA 206F REBEL'S TROPHIES 0.00 331.18 102008 AD100091 01/20/11 107204 BANK OF AMERICA 206F SQUARE DEAL SHOE STORE 0.00 109.99 102008 AD100091 01/20/11 107204 BANK OF AMERICA 206F FRED PRYOR CAREERTRACK 0 00 -20.00 102008 AD100091 01/20/1, 107204 BANK OF AMERICA 2082 ILLINOIS TACTICAL OFFI 0.00 855 00 102008 AD100091 01/20/11 107204 BANK OF AMERICA 206F FRED PRYOR CAREERTRACK 0.00 20 00 102008 AD100091 01/20/11 107204 BANK OF AMERICA 206F MEDICAL PRIORITY CONSU 0.00 -320.00 102008 AD100091 01/20/11 107204 BANK OF AMERICA 206F RCM HEADSETS 0.00 510.00 102008 AD100091 01/20/11 107204 BANK OF AMERICA 0635 CDW GOVERNMENT 0.00 355.90 102008 AD100091 01/20/11 107204 BANK OF AMERICA 0639 MARRIOTT 0.00 40.00 RUN DATE 01/27/11 TIME 14:12:10 SUNGARD PENTAMATION INC - FUND ACCOUNTING SUNGARD PENTAMATION INC - FUND ACCOUNTING DATE: 01/27/11 TIME: 14:12:08 CITY OF DES PLAINES CHECK REGISTER • DISBURSEMENT FUND Auto Debits - Various Funds & Accounts Page 31 CASH ACCT CHECK NO ISSUE DT --•- VENDOR- - - - - ORGANIZATION - ---DESCRIPTION SALES TAX AMOUNT 102008 AD100091 01/20/11 107204 BANK OF AMERICA 0639 CICI'S PIZZA 0.00 99.29 102008 AD100091 01/20/11 107204 BANK OF AMERICA 0639 CICI'S PIZZA 0.00 9 44 102008 AD100091 01/20/11 107204 BANK OF AMERICA 0639 USPS 0 00 4.90 102008 AD100091 01/20/11 107204 BANK OF AMERICA 0639 AMAZON.COM 0.00 99.06 102008 AD100091 01/20/11 107204 BANK OF AMERICA 0639 DTI DAY -TIMERS INC 0.00 8.99 102008 AD100091 01/20/11 107204 BANK OF AMERICA 0639 AMERICAN RED CROSS 0.00 403 75 102008 AD100091 01/20/11 107204 BANK OF AMERICA 0639 USPS 0.00 22.56 102008 AD100091 01/20/11 107204 BANK OF AMERICA 0639 MOORE MEDICAL LLC 0.00 539.58 102008 AD100091 01/20/11 107204 BANK OF AMERICA 0620 ROSS ISAAC 0.00 93.00 102008 AD100091 01/20/11 107204 BANK OF AMERICA 0620 STRATTON BLDG CONST 0.00 19 85 102008 AD100091 01/20/11 107204 BANK OF AMERICA 0620 EXPRESS FOOD MART 0.00 29.00 102008 AD100091 01/20/11 107204 BANK OF AMERICA 0620 CUZZINS 0.00 -131.69 102008 AD100091 01/20/11 107204 BANK OF AMERICA 0620 CROWNE PLAZA 0 00 156.80 102008 AD100091 01/20/11 107204 BANK OF AMERICA 0632 THE UPS STORE 0.00 9.23 102008 AD100091 01/20/11 107204 BANK OF AMERICA 0632 VOICE NATION 0.00 9.95 102008 AD100091 01/20/11 107204 BANK OF AMERICA 0632 AMAZON.COM 0.00 39.38 102008 AD100091 01/20/11 107204 BANK OF AMERICA 0632 AMAZON.COM 0.00 144.48 102008 AD100091 01/20/11 107204 BANK OF AMERICA 0632 EXPERTS EXCHANGE LLC 0.00 59.95 102008 AD100091 01/20/11 107204 BANK OF AMERICA 703F NEXT INTERNATIONAL INC 0.00 286.13 102008 AD100091 01/20/11 107204 BANK OF AMERICA 0632 AMAZON SERVICES -KINDLE 0.00 34.01 102008 AD100091 01/20/11 107204 BANK OF AMERICA 0632 DISCOUNTECHNOLOGY.COM 0.00 12.34 102008 AD100091 01/20/11 107204 BANK OF AMERICA 0632 BUY.COM 0.00 7.25 102008 AD100091 01/20/11 107204 BANK OF AMERICA 703F GOGGLE B H PHOTO 0.00 777.65 102008 AD100091 01/20/11 107204 BANK OF AMERICA 0632 PAYPAL NETWORKANALYSIS 0.00 128.68 102008 AD100091 01/20/11 107204 BANK OF AMERICA 703F GOGGLE BEEZWAX 0.00 514.74 102008 AD100091 01/20/11 107204 BANK OF AMERICA 0632 BUY.COM 0.00 103.33 102008 AD100091 01/20/11 107204 BANK OF AMERICA 0632 BARRACUDA NETWORKS 0.00 699.00 102008 AD100091 01/20/11 107204 BANK OF AMERICA 0637 SHRED -IT 0.00 123.76 10200B AD100091 01/20/11 107204 BANK OF AMERICA 0637 4IMPRINT 0.00 599 04 102008 AD100091 01/20/11 107204 BANK OF AMERICA 206F FRED PRYOR CAREERTRACK 0.00 -20.00 102008 AD100091 01/20/11 107204 BANK OF AMERICA 1224 JIMMY JOHNS 0.00 79.01 102008 AD100091 01/20/11 107204 BANK OF AMERICA 2081 DES PLAINES CHRIYSLER 0 00 177.00 102008 AD100091 01/20/11 107204 BANK OF AMERICA 1213 IAFCI 0.00 30.00 102008 AD100091 01/20/11 107204 BANK OF AMERICA 2454 MAPONICS LLC 0.00 57.00 102008 AD100091 01/20/11 107204 BANK OF AMERICA 206F FRED PRYOR CAREERTRACK 0.00 -20.00 102008 AD100091 01/20/11 107204 BANK OF AMERICA 206F FRED PRYOR CAREERTRACK 0 00 -20.00 102008 AD100091 01/20/11 107204 BANK OF AMERICA 206P FRED PRYOR CAREERTRACK 0.00 -20.00 102008 AD100091 01/20/11 107204 BANK OF AMERICA 206F AMAZON.COM 0.00 56.08 TOTAL CHECK 0 00 8328.73 102008 AD100092 01/20/11 107204 BANK OF AMERICA 206F APCO INTERNATIONAL 0.00 92.00 102008 AD100092 01/20/11 107204 BANK OF AMERICA 1811 ASFPM 0.00 100.00 102008 AD100092 01/20/11 107204 BANK OF AMERICA 1212 FBI NATIONAL ACADEMY A 0 00 87.00 TOTAL CHECK 0 00 279.00 TOTAL CASH ACCOUNT 0.00 411012.73 TOTAL FUND 0.00 411012.73 RUN DATE 01/27/11 TIME 14:12:11 SUNGARD PENTAMATION INC - FUND ACCOUNTING for Warrant Register February 7, 2011 Page 32 Amount Transfer Date Automated Accounts Payable $1,121,436.68 02-07-2011 Manual Checks $14,684.42 ** Payroll Activity: Payroll $1,526,036.86 ** 01-14-2011 Payroll $1,321,239.45 ** 01-28-2011 RHS Payments - Electronic Transfer $0.00 * 01-24-2011 Electronic Transfer Activity: Bank of America Credit Card $8,607.73 ** 01-20-2011 Chicago Water Bill ACH $402,405.00 ** 01-28-2011 Postage Meter Direct Debits $6,082.28 * 01-24-2011 First Merit Bank Fees $195.30 01-13-2011 IMRF Payments $0.00 MICA Payment $641,959.34 01-06-2011 Property Taxes $0.00 Short Term Loan Payoff $0.00 Debt Service Payments $0.00 Employee Medical/Dental Trust $32,611.02 * 01-26-2011 * Multiple transfers processed on or before date shown **See attached report Total Cash Disbursements: $5,075,258.08 ADOPTED BY THE CITY COUNCIL OF DES PLAINES THIS SEVENTH DAY OF FEBRUARY 2011 AYES NAYS ABSENT Gloria J. Ludwig - City Clerk Martin J. Moylan - Mayor CITY OF DES PLAINES ILLINOIS Committee of the Whole Item #1b City of Des Plaines Media Services Office 1420 Miner Street Des Plaines, IL 60016 Tel: 847-391-5327 Fax: 847-391-5451 MEMORANDUM Date: January 27, 2011 To: Jason Slowinski, Actin From: William Soderberg, �` ecialist CC: anager Karen Kozenczak, Media Services Director Michael Duebner, Director of Information Technology Subject: Contract for Internet Web Design, Hosting and Maintenance Services Issue: Website design, hosting and maintenance services for the City of Des Plaines official website (www.desplaines.org) were originally awarded to Municipal Web Services (Muniweb) in December 2000. The contract was last reviewed before the City Council and renewed by resolution on July 6, 2004. The contract has been extended by mutual option in 1 -year terms since January 1, 2006. A review of this service was started by staff in late 2009 and a Request for Proposals (RFP) was issued. The 2011 budget includes $30,000 for website maintenance. Analysis: Nine vendors responded to the RFP. Seven of the vendors proposed services utilizing Content Management Systems (CMS). A CMS would allow city staff to directly update web pages, with minimal assistance from the vendor beyond training and technical support, resulting in more timely and less expensive updates. Staff reviewed demonstrations from each of the vendors that submitted proposals. Vendor (CMS) Development cost Annual cost Projected cost (3 years) Projected cost (5 years) CivicPlus (custom CMS) $ 32,786.00 $ 4,766.00 $ 47,085.00 $ 56,616.00 MSF&W (OneNet CMS) $ 46,100.00 $ 1,500.00 $ 50,600.00 $ 53,600.00 MuniWeb (Kentico CMS) $ 15,800.00 $ 12,000.00 $ 51,800.00 $ 75,800.00 WebSolutions (Ektron CMS) $ 34,865.00 $ 10,400.00 $ 63,465.00 $ 84,265.00 Vision Internet (custom CMS) $ 57,870.00 to 73,340.00 $ 2,400.00 $ 65,070.00 to 80,540.00 $ 69,870.00 to 85,340.00 Artemis (DotNetNuke CMS) $ 46,500.00 to 55,500.00 $ 3,978.00 $ 67,434.00 $ 75,390.00 Yoodle (Kentico CMS) $ 18,000.00 $ 12,000.00 $ 54,000.00 $ 78,000.00 Over the past three years, the city has paid an average of approximately $30,000 per year to MuniWeb. By switching to a Content Management System, and having city staff make changes directly, using the CMS software, a cost savings of up to 50% can be realized. The CMS systems resemble a word-processing program, or a forms template, using icons familiar to Microsoft word users. Each department will be able to have staff trained in the use of this system. Additional support will be provided by Media Services and Information Technology. If a department requires additional assistance, Media Services crew could be utilized for making some updates. Staff already use some Content Management Systems on the website, in areas such as the city meetings calendar and the emergency notification utility. In evaluating the service providers, factors considered included cost of development and annual maintenance, the content management system as presented during the demonstrations, and references. CivicPlus offered substantial cost advantages when compared to other proposals. The CivicPlus custom CMS compared favorably to the other systems that were presented for consideration. CivicPlus currently provides web services to Illinois municipalities including Lombard, Libertyville and Buffalo Grove. Recommendation: CivicPlus (Manhattan, Kansas) is the recommended vendor to redesign and implement the City of Des Plaines official website (www.desplaines.org) for a period of the next three years, at a cost of $15,695 per year for three years. This price spreads the initial development cost across three years. A redesign would be offered in year four at the same annual price point of $15,695. The proposal includes training for up to 10 employees in the administration of the Content Management System. CITY OF DES PLAINES RESOLUTION R - 20 - 11 A RESOLUTION ACCEPTING A PROPOSAL FROM ICON ENTERPRISES D/B/A CIVICPLUS FOR A CONTENT MANAGEMENT SYSTEM FOR THE OFFICIAL WEBSITE OF THE CITY OF DES PLAINES. 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 contract for website design, hosting and maintenance services for the City of Des Plaines official website was originally awarded in December 2000, renewed in July of 2004 and has been extended several times since then; and WHEREAS, since the contract for internet web services has not been reviewed since 2004, a Request for Proposal was sent out in 2009; and WHEREAS, nine vendors responded to the original Request for Proposals sent out in 2009. Of the nine vendors, six proposed services utilizing Content Management Systems, which was not part of the original Request for Proposals; and WHEREAS, a Content Management System (CMS) would allow City staff to directly update web pages with minimal assistance from the vendor resulting in a lower overall cost to the City; and WHEREAS, the three vendors that did not submit a CMS option were given the opportunity to submit an additional CMS option; and WHEREAS, the lowest responsible proposal for a Content Management System for the City's official website was submitted by Icon Enterprises d/b/a CivicPlus in an amount not to exceed $15,695.00 per year for a period of three years. This amount reflects an initial development cost of $32,786.00, which is to be spread out over a three year period, along with an annual cost of $4,766.00; and WHEREAS, it is in the best interest of the City accept the lowest responsible proposal from CivicPlus for a Content Management System for the City's official website at a cost not to exceed $15,695.00 per year for a period of three years and to authorize the Director of Finance to issue payment to CivicPlus in an amount not to exceed $15,695.00 per year for a period of three years; 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; 1 SECTION 1: That the recitals set forth herein above are incorporated herein by reference. SECTION 2: That in the best interest of the City, the City Council hereby accepts the lowest responsible proposal from CivicPlus for a Content Management System for the City's official website at a cost not to exceed $15,695.00 per year for a period of three years, and that the Acting City Manager is hereby authorized to execute the Service & License Agreement, a copy of which is attached hereto and made a part hereof as Exhibit "A." SECTION 3: That the Director of Finance is hereby authorized to issue payment to CivicPlus, 317 Houston Street, Suite E, Manhattan, Kansas 66502, in an amount not to exceed $15,695.00 per year for a period of three years. SECTION 4: That this Resolution shall be in full force and effect from and after its passage and approval according to law. PASSED this day of , 2011. APPROVED this day of , 2011. VOTE. AYES NAYS ABSENT MAYOR ATTEST Approved as to form: 06-442,ei R )1/ CITY CLERK David R. Wiltse, City Attorney Legai\Res\201 I\ CivicPlus Municipal Web Services 2 kCivic I P us Building The Future of eGovernment" Organization City of Des Plaines Street Address 1420 Miner St Address 2 City Des Plaines URL State IL Postai Code Service & License Agreement for Des Plaines, IL http://www.desplaines.org/ 60016 CivicPius provides telephone support for all trained clients from 7am -7pm Central Time, Monday -Friday (excluding holidays). Emergency Support Is provided on a 24/7/365 basis for representatives named by the Client Client is responsible for ensuring CivicPius has current updates. Emergency Contact & Mobile Phone William Soderberg 847.954.9073 (Media Specialist) Emergency Contact & Mobile Phone Karen Kozenczak 847.878.5304 (Media Services Director) Emergency Contact & Mobile Phone Michael Duebner 847.878.7937 (IT Dir) Jason Slowinski 847.391.6125 (City Mgr) Billing Contact William Soderberg Phone 847.391.5327 Ext Billing Address 1420 Miner St Address 2 City Des Plaines Tax ID # 36-6005849 Billing Terms Annual Info Required on Invoice (P0 or Job #) Contract Contact William Soderberg Phone ST IL 847.391.5327 Ext. E -Mall Fax wsoderberg@desplaines.org Postal Code Sales Tax Exempt # Account Rep 847.391.5451 60016 E 9998-1793-06 Bryan Hahlbeck Email wsoderberg@desplaines.org Fax 847.391.5451 Project Contact William Soderberg Phone Email wsoderberg@desplaines.org 847.391.5327 Ext Fax 847.391.5451 Terms & Conditions Client Deliverable 1. Icon Enterprises, Inc , d/b/a CivicPlus will create a unique website for the City of Des Plaines, IL (Client) that includes all functionality as defined in Exhibit A - CivicPlus Project Deliverables, attached hereto. 2. The website shall be made accessible to the public on the Internet ("Go -Live") by August 19, 2011. Meeting the stated Go- 've date is contingent upon contract being signed and initial timeline meeting held no later than February 11, 2011 as well as meeting all future mutually agreed upon deadlines. Should the Client fail to meet any deadlines, the parties will mutually ag.ee to extend the affected milestone dates under this Agreement. CivicPlus will not be held liable under this Agreement for any delays caused by Client Page 1 of 4 CivicPlus ' 317 Houston St, Suite E • Manhattan KS 66502 • www CivicPlus com Toll Free 888 228-233 • Accounting Ext 215 • Support Ext 307 • Fax 785-587-8951 CivicPlus Building The Future of eGovernment' Additional Services Service & License Agreement for Des Plaines, IL 3. Client may contract with CivicPlus for additional Consulting, Website Design, Setup, Programming, and Training services (CivicPlus Project Deliverables) that exceed those defined in Exhibit A. CivicPlus will invoice Client for the additional services immediately prior to project Go -Live. 4. Client may contract with CivicPlus for additional Annual Support, Maintenance & Hosting services that exceed those defined in Exhibit A. CivicPlus will invoice Client for annual services immediately prior to project Go -Live. 5. Services that involve billable time beyond the contracted amount will be documented and invoiced. Written approval by the client is necessary before billable time is incurred. 6. Additional module upgrades may be purchased and activated at any time. CivicPlus Advantage Billing & Payment Terms The following agreement terms apply to the CivicPlus Advantage Plan — whereby the initial project development fees and recurring fees are paid equally over a three (3) year period. See Exhibit A for complete details and fee options. 7. Billing for the CivicPlus Advantage Plan begins on the first day of the fourth month following the signing of this agreement, or upon Project Go -Live, whichever happens first. 8. The Client shall sign a project completion and acceptance form prior to Project Go -Live. All Parties agree that the website will not go -live until the project is accepted in writing by the Client. 9. The CivicPlus Advantage Plan provides a fixed fee for an Agreement term of 36 months from the first date of billing. At 36 months, Client has the following options: a. Renew the CivicPlus Advantage Plan for an additional 12 months by providing written notice of renewal. At the end of 48 total months on the CivicPlus Advantage Plan, client is entitled to receive a basic redesign of their website at no additional cost, subject to the restrictions detailed in Exhibit B — Basic Redesign of Website. b. Terminate the CivicPlus Advantage Plan by providing written notice as noted in item 13 and contract for Annual Support, Maintenance & Hosting services with CivicPlus. c. Provide written notice to terminate services with CivicPlus. 10. Fees for the Plan will be invoiced annually in advance and are due by the first of the following month, but no sooner than 45 days from invoice date. 11. Service will be discontinued if payment is not made within 45 days after the invoice due date. 12. If the Client's account exceeds 90 days past due, the web service may be temporarily removed from service until the Client's account is made current. Client will be given 30 days notice prior to removal of the website for non-payment. 13. Provided the Client's account is current, at any time the Client may request an electronic copy of the website Customer Content and Content Management System (CMS) Software. Client agrees to pay $250 per completed request Provided the Client's account is current, upon termination of services client may request a complimentary electronic copy of website Customer Content and CMS Software. Agreement Renewal 14. This Agreement will terminate on the Contract Expiration Date, which is thirty-six (36) months after the original contract was signed by the Client. Renewal Options are listed in Item 9 of this Agreement. 15 Client may terminate this Agreement if CivicPlus is found in default of any obligation hereunder which has not been cured within thirty (30) days after receipt of written notice of such default. In addition, if at any time after commencement of service, client determines that such services are inadequate, unsatisfactory, or substantially not conforming to the descriptions, warranties, or representations contained herein, the client may terminate the Agreement upon 30 days written notice to CivicPlus. 16. In the event of early termination of this Agreement by the client, full payment for services rendered is due within 45 days of termination. CivicPlus • 317 Houston St , Suite E • Manhattan. KS 66502 • www CivicPlus corn Toll Free 888-228-233 Accounting Ext. 215 • Support Ext. 307 • Fax 785-587-8951 Page 1 of 4 .ivicPius Building The Future of eGovemment" Service & License Agreement for Des Plaines, IL Support 17. CivicPlus will provide unlimited telephone support Monday -Friday, 7:00 am — 7:00 pm (Central Time) excluding holidays, for all trained Client staff. Emergency Support is provided on a 24/7/365 basis for emergency contacts named by the Client. Client is responsible for providing CivicPlus with contact updates. 18. Support includes providing technical support of the CivicPlus CMS System, application support (pages and modules), and maintenance of Client's website. Following initial setup, additional page design, graphic design, user training, site modification, and custom programming may be contracted separately for an additional fee. 19. During the period of this agreement and subsequent annual renewals, CivicPlus warrants that it will, without additional charge to the client, immediately correct any problems or defects discovered in the System and reported to CivicPlus by the client, such warranty to include ongoing maintenance upgrades and technical error correction. 20. CivicPlus guarantees an average uptime of 99.7 percent. Scheduled downtime does not count against the 99.97 uptime specifications. 21. CivicPlus provides online website statistics software at no extra charge. If Client desires to use another website statistic software, CivicPlus will provide the necessary log file access. Marketing 22. If applicable, Client agrees to work with the CivicPlus Marketing Department to gather information and meet deadlines associated with website award contest entries throughout the term of this Agreement. Client permits CivicPlus to include an example of the Client's home page and a link to the Client's website on the CivicPlus corporate website. 23. Client will cooperate with the CivicPlus Marketing Department to create a news item to be released in conjunction with their project Go -Live date. Client will provide CivicPlus with contact information for local and regional media outlets CivicPlus may use the press release in any marketing materials as desired throughout the term of this Agreement. 24. Client will cooperate with the CivicPlus Marketing Department to create a case study related to their website. 25. Client agrees to allow CivicPlus to display a "Powered by CivicPlus" insignia and web link at the bottom of their web pages. Client understands that the pricing and any related discount structure provided under this Agreement assumes such perpetual permission. Intellectual Property, Ownership & Content Responsibility 26. Upon full and complete payment of submitted invoices for the project development and launch of the website, client will own the graphic designs, web content, page designs and banners ("Customer Content") as well as the CMS Software. 27. Upon completion of the development of the site, client will assume full responsibility for Web site content maintenance and content administration. Client, not CivicPlus, shall have sole responsibility for the accuracy, quality, integrity, legality, reliability, appropriateness, and intellectual property ownership or right to use of all Customer Content. 28- Client shall not (i) license, sublicense, sell, resell, transfer, assign, distribute or otherwise commercially exploit or make available to any third party the Software in any way; (ii) modify or make derivative works based upon the software, (iii) create Internet "links' to the Software or "frame" or "mirror" any functionality on any other server or wireless or Internet -based device; or (iv) reverse engineer or access the Software in order to (a) build a competitive product or service, (b) build a product using similar ideas, features, functions or graphics of the Software, or (c) copy any ideas, features, functions or graphics of the Software. 29 The Civic Plus name, the CivicPlus logo, and the product and module names associated with the System are trademarks of CivicPlus, and no right or license is granted to use them Indemnification 30. Client shall defend, indemnify and hold harmless CivicPlus, its partners, employees, and agents from and against any and all lawsuits, claims, demands, penalties, losses, fines, liabilities, damages, and expenses, without limitation, in connection with the operations of and installation of software contemplated by this Agreement: or otherwise arising out of or in any way connected with the CivicPlus provision of service and performance under this Agreement. This section shall not apply to the extent that any loss or damage is caused by the negligence or willful misconduct on the part of CivicPlus Page 3 of 4 CivicPlus • 317 Houston St. Suite E • Manhattan, KS 66502 • www CivicPlus corn Toll Free 888-228-233 • Accounting Ext. 215 • Support Ext. 307 • Fax 785-587-8951 kCivic Plus Building The Future of eGovernment"' Service & License Agreement for Des Plaines, IL 31. CivicPlus will not be liable for any act, omission of act, negligence or defect in the quality of service of any underlying carrier or other service provider whose facilities or services are used in furnishing any portion of the service received by the customer. CivicPlus will not be liable for any failure of performance that is caused by or the result of any act or omission by customer or any entity other than CivicPlus that furnishes services, facilities or equipment used in connection with CivicPlus services or facilities. 32. Except as expressly provided in this Agreement, CivicPlus makes no expressed or implied representations or warranties, including any warranties regarding merchantability or fitness for a particular cause. Miscellaneous Provisions 33. The parties agree to pay their own attorney's fees and costs in any disputes arising hereunder. Disputes hereunder shall be constructed under Illinois law and venue is in the Circuit Court of Cook County, Second District, should the parties be unable to agree to settle differences arising hereunder. There is no arbitration under this contract. The duties and responsibilities of this contract are not assignable to any third party. Any changes to this contract must be made in writing and signed by both parties. Acceptance We, the undersigned, agreeing to the conditions specified in this document, understand and authorize the provision of services outlined in this Agreement. City of Des Plaines Date CivicPlus Date Sign and Fax this Copy Attn: Contract Manager Fax 785-587-8951 And — Mail Two (2) Signed Originals CivicPlus Contract Manager 317 Houston St., Suite E Manhattan, KS 66502 We will fax a counter -signed copy of the faxed contract back to you so we can begin your project. Upon receipt of two signed originals, we will counter -sign and return one copy for your files. —Remainder of this page left intentionally blank— CivicPlus • 317 Houston St . Suite E • Manhattan KS 66502 • www CivicPlus corn Toll Free 888-228-233 • Accounting Ext 215 • Support Ext 307 • Fax 785-587 8951 Page 4 of 4 kCivicPIus Building The Future of eGovernment" 'lit A - CivicPlus Project Deliverables Service & License Agreement for Des Plaines, IL All Quotes are in US Dollars and Valid for 60 Days from December 7, 2010 Project Development $32,786 Annual Support, Maintenance & Hosting Server Storage not to exceed 20 GB; Media Center Storage not to exceed 10 GB $4,766 Total Fees Year 1 $37,552 At the request of the City of Des Plaines, CivicPlus agrees to redistribute their standardized pricing as follows: CivicPlus Advantage Project Development & Annual Maintenance, Support & Hosting Year One $15,695 Year Two $15,695 Year Three (Contract terminates at the end of 36 months. client must select a renewal option as shown in Item 8 of the Terms & Conditions) $15,695 —Remainder of this page left intentionally blank— Exhibit A 1 of 3 CivicPlus 317 Houston St Suite E • Manhattan, KS 66502 www CivicPlus com Toll Free 888-228-233 • Accounting Ext. 215 • Support Ext. 307 • Fax 785-587 8951 kCivic Plus Building The Future of eGovernment" Project Development Service & License Agreement for Des Plaines, IL Objective 1: Establishing Your Site's Focus Phase 1: Analysis and Timeline Development Deliverable: Project Timeline and worksheets $3,247 Phase 2: Website Design Deliverable: Website Design Composition $6,128 Phase 3: Navigation Architecture Development Deliverable: Navigation structure optimized for your website $1,539 Objective 2: Content Development and Page Layout Phase 4: Modules and Site Setup Deliverable: Set up fully functional site, software that runs the site, and site's statistical $3,725 analysis. Phase 5: Content Development of 200 standard pages and up to 1000 supporting elements Deliverable: Website content development and module content. $7,695 Phase 6: Test and Review, Establish Future Expectations Deliverable: List of items that need to be addressed $2,688 Objective 3: Equipping Your Staff for Successful Website Maintenance Phase 7: 3 Days of On -Site Training for up to 10 employees Quote includes travel expenses Deliverable: Train System Administrator(s) on CMS Administration, permissions, $5,890 setting up groups and users, module administration. Basic User training on pages module entries, applying modules to pages. Applied use and usability consulting to result in effective communication through your website. Objective 4: Website Deployment Phase 8: Go -Live and Project Review Deliverable: Final project review report $1,624 Phase 9: Marketing Deliverable: Registration of site with all major search engines $250 Phase 10: Ongoing Consultation Deliverable: Site review with recommendations for enhancements to improve visitor Included interaction; layout, design and content recommendations. Module Upgrades None n/a Functionality Upgrades Mobile Website Detection & Browsing Included Google Translation Tool Included ---- - - Gov 2.0 Upgrades -- - - Blog Share Included Facebook Integration Twitter Integration Included _ Options Included In One -Time Fee None F n/a Total Project Development Fee $32,786 First Year Annual Support, Maintenance and Hosting Fee Server storage not to exceed 20 GB; Media Center storage not to exceed 10 GB. Average uptime of 99.7 percent guaranteed. $4,766 Total, Year Total Fee $37,552 Exhibit A 2 of 3 C'vicPlus • 317 Houston 5t.. Suite E • Manhattan, KS 66502 • www CivicPlus corn Toll Free 888-228-233 • Accounting Ext. 215 • Support Ext. 307 • Fax 785-587-8951 ktivjcPius Building The Future of eGovernment" Service & License Agreement for Des Plaines, IL P rojent Develop► tont Includes the Following. Modules Functionality • Archive Center • Bid Postings • Business/Resource Directory • Calendar • Carbon Calculator • Document Center • Emergency Alert Notification • ePay • Facilities & Reservations w/50 Facilities • FAQs • Featured Info Module • Forms Development Tool • Healthy City Initiative • Intranet • Job Postings • Media Center • NewsFlash • NotifyMe Email Subscription • Online Job Application w/1 Generic Application • Opinion Poll • Photo Gallery • Postcard Module • Quick Links • Real Estate Locator w/25 Properties • Request Tracker (5 users) • Staff Directory • Action Items Queue • Audit Trail / History Log • Automated PDF Converter • Automatic Content Archiving • Content Library • Dynamic Breadcrumbs • Dynamic Sitemap • Expiring Items Library • Graphic Link Administration • Links Redirect and Broken Links Finder • Menu Management • Mouse -over Menu Structure • Online Editor for Editing and Page Creation (WYSIWYG) • Online Web Statistics (Only with CivicPlus Hosting) • Page Wizard w/Multiple Layouts • Printer Friendly/Email Page • Rotating Content • RSS • Search Engine Registration • Site Layout Options • Site Search & Entry Log • Slideshow • User & Group Administration Rights • Web Page Upload Utility • Website Administrative Log Annual Support, Maintenance & Hosting Service Include the Following: Support Maintenance of ClvicPlus Hosting Application & Modules 7-7 (CST) Mon -Fri (excluding holidays) Install Service Patches for OS Shared Web/SQL Server 24/7 Emergency Support Upgrades DNS Consulting & Maintenance Dedicated Support Personnel Fixes Monitor Bandwidth -Router Traffic 2 -hour Response during Normal Hours Improvements Redundant ISP Usability Improvements Integration Redundant Cooling Integration New & Upgraded Services Testing Natural Gas Powered Generator Proactive Support for Updates & Fixes Development Daily Tape Backup Online Training Manuals Usage License Intrusion Detection & Prevention Monthly Newsletters Antivirus Protection Phone Consulting Upgrade Hardware CivicPlus Connection CivicPlus University __ . _ Exhibit A 3 of 3 CivicPlus • 317 Houston St., Suite E • Manhattan, KS 66502 • www.CivicPlus.com Toll Free 888-228-233 • Accounting Ext. 215 • Support Ext 307 • Fax 785-587-8951 kCivicPlus Budding The Future of eGovernment`" Exhibit B — Basic Redesign of Website Service & License Agreement for Des Plaines, IL Basic Redesign of Website Package includes: • New design • Redevelop banner • Up to 3 graphic buttons to promote special services • Redevelop navigation method (may choose top drop-down or other options) • Select color scheme to match new graphics • Design setup - wireframe • Print this page option • Email this page option • Breadcrumbs • Sitemap • Redevelop graphic elements of website (Newsflash, FAQs, Calendar, etc.) • Project Management • Testing • Review • Content Migration includes retouching of all existing pages on the redesigned website to ensure proper formatting, menu structure, and application of new site styles. Note: Content will not be rewritten or pages broken up (shortened or resectioned) • Site styles and page layouts will be touched so all pages match the new design and migrate cleanly CivicPlus • 317 Houston St Suite E • Manhattan, KS 66502 • www CivicPlus corn Toll Free 888-228-233 • Accounting Ext. 215 • Support Ext 307 • Fax 785-587 8951 Exhibit B 1 of 1