Loading...
20210503 Council PacketMonday, May 3, 2021 Regular Session – 7:00 p.m. As the City of Des Plaines continues to follow social distancing requirements along with Governor Pritzker’s Executive Orders and mandated mitigation restrictions, the City Council Meeting on Monday, May 3, 2021 will be held virtually beginning at 7:00 p.m. The meeting will be live-streamed via: http://desplaines.org/accessdesplaines and played on DPTV Channel 17. The meeting may also be viewed in person at City Hall in the Council Chambers . However, pursuant to the current state-wide executive orders, no more than 10 people (including City staff) can be in the Council Chambers at one time during the meeting . Therefore, the City encourages residents and interested parties to participate in the meeting by watching the live-stream or by submitting written public comments in advance of the meeting. Public comment can be taken during the meeting for those that choose to be physically present, those that follow the instructions below to participate virtually, or by submitting public comments by e-mail to publiccomments@desplaines.org. Public comments received by 5 p.m., Monday, May 3, 2021 will be distributed to City Council members prior to the Council meeting. Please indicate if you wish to have your comment read at the meeting. Public comments read at the meeting are limited to 200 words or less. Public comments should be e-mailed and contain the following information: • In the subject line, identify “City Council Meeting Public Comment” • Name • Address (optional) • City • Phone (optional) • Organization, agency representing, if applicable • Topic or agenda item number of interest If you would like to provide live public comment during the virtual meeting, please send your request to publiccomments@desplaines.org and you will be sent a link with additional information to join the meeting. All e-mails received will be acknowledged. Individuals with no access to e-mail may leave a message with the City Clerk’s Office at 847-391-5311. The City of Des Plaines remains united in ensuring the safety and health of our community and our employees. To protect the public and staff, the City will continue to provide only essential functions and services during the Governor’s Stay-at-Home Order. The City urges residents and businesses to comply with the Order. If residents must leave their home, it is very important to practice social distancing and keep at least six feet between others. For a list of services and additional information during this time, please visit www.desplaines.org. The City encourages individuals to sign up for its e-news for important information from the City and its government partners, including State and Federal authorities. The City updates its website and posts on social media daily. To sign up for electronic newsletters, please visit https://www.desplaines.org/mycity/. Monday, May 3, 2021 Regular Session – 7:00 p.m. Via Zoom Video Conference publiccomments@desplaines.org CALL TO ORDER REGULAR SESSION ROLL CALL PRAYER PLEDGE OF ALLEGIANCE PUBLIC COMMENT – publiccomments@desplaines.org ALDERMEN ANNOUNCEMENTS/COMMENTS MAYORAL ANNOUNCEMENTS/COMMENTS CITY CLERK ANNOUNCEMENTS/COMMENTS MANAGER’S REPORT CITY ATTORNEY/GENERAL COUNSEL REPORT | CONSENT AGENDA 1. RESOLUTION R-79-21: Awarding the Bid for 2021 Asphalt Crack Sealing and Concrete Joint Sealing Project to Low Bidder Denler, Inc., Mokena, Illinois Per Unit Prices Submitted in the Amount of $72,070. Budgeted Funds – Motor Fuel Tax. 2. RESOLUTION R-80-21: Authorizing the Execution of a Grant Agreement with the State of Illinois Department of Commerce and Economic Opportunity for Algonquin Road Street Improvements, Wolf Road to Des Plaines River Road 3. RESOLUTION R-81-21: Awarding Bid to Low Bidder John Neri Construction, Inc., Addison, Illinois for the 2021 CIP Street and Utility Improvements, Contract A in the Amount of $4,379,262.50. Budgeted Funds – Capital Projects and Water Fund. 4. RESOLUTION R-82-21: Awarding Bid to Low Bidder DiNatale Construction, Inc., Addison, Illinois for the 2021 CIP Concrete Improvements in the Amount of $730,388.80. Budgeted Funds – Motor Fuel Tax. 5. RESOLUTION R-84-21: Approving the Purchase of Property Located at 1380 E. Oakton Street, Des Plaines, Illinois in the Amount of $190,619.00. Budgeted Funds – TIF #8. 6. SECOND READING – M-6-21: Authorizing the Disposal of Listed Vehicles and Equipment Through Obenauf Auction Service, Inc., Round Lake, Illinois 7. Minutes/Regular Meeting – April 19, 2021 8. Minutes/Closed Session – April 19, 2021 UNFINISHED BUSINESS n/a NEW BUSINESS 1. FINANCE & ADMINISTRATION – Alderman Malcolm Chester, Chair a. Warrant Register in the Amount of $4,246,474.44 – RESOLUTION R-83-21 COUNCIL RECESS: CEREMONIAL PROCEEDINGS 1. Presentation of Plaques/Outgoing Elected Officials 2. Swearing-In of Newly Elected Officials NEW COUNCIL CONVENES | NEW BUSINESS 1. Formation of Committee on Committees a. Election of Chairman b. Scheduling of Committee on Committees Meeting Date 2. Motion to Extend Declaration of Civil Emergency OTHER MAYOR/ALDERMEN COMMENTS FOR THE GOOD OF THE ORDER ADJOURNMENT City of Des Plaines, in compliance with the Americans With Disabilities Act, requests that persons with disabilities, who req uire certain accommodations to allow them to observe and/or participate in the meeting(s) or have questions about the accessibility of the meeting(s) or facilities, contact the ADA Coordinator at 391 -5486 to allow the City to make reasonable accommodations for th ese persons. PUBLIC WORKS AND ENGINEERING DEPARTMENT 1111 Joseph J. Schwab Road Des Plaines, IL 60016 P: 847.391.5464 desplaines.org Date: April 22, 2021 To: Michael G. Bartholomew, MCP, LEED-AP, City Manager From: Tom Bueser, Superintendent of General Services Cc: Timothy P. Oakley, P.E., CFM, Director of Public Works and Engineering Timothy Watkins, Assistant Director of Public Works and Engineering Subject: Bid Award - 2021 Asphalt Crack Sealing and Concrete Joint Sealing Issue: The approved 2021 budget includes $100,000 for asphalt crack-sealing and concrete joint sealing. Two bids for this service were received on April 8, 2021. Analysis: The Public Works and Engineering Department annually conducts an evaluation of local road conditions and determines the roads most suitable for sealing maintenance. The bid specifications require vendors to provide unit prices for routing 65,000 lineal feet of asphalt cracks and sealing with 22,000 pounds of sealant material along with 95,000 lineal feet of concrete joint sealing. The bids received are shown in the tabulation below: Denler, Inc SKC Contruction Item Estimated Quantity Unit Price Total Unit Price Total Crack Sealing 22,000 LBS $1.26 $27,720 $1.37 $30,140 Crack Routing 65,000 LF $0.01 $650 $0.05 $3,250 Concrete Joint Sealing 95,000 LF $0.46 $43,700 $0.97 $92,150 Extended Total $72,070 $125,540 MEMORANDUM Page 1 of 18 CONSENT AGENDA #1. Denler, Inc. submitted the lowest bid for the 2021 Asphalt Crack Sealing and Concrete Joint Sealing project and has performed similar work for the City in previous years with positive results. Recommendation: We recommend award of the 2021 Asphalt Crack Sealing and Concrete Joint Sealing project, MFT 21-00000-02-GM to Denler, Inc. 19148 S. 104th Avenue, Mokena, IL 60448, per unit prices submitted in the amount of $72,070. Funding for this project will be from budgeted Motor Fuel Tax, Other Services account (230-00-000-0000.6160). Attachments: Resolution R-79-21 Exhibit A – Denler, Inc. Contract Page 2 of 18 1 CITY OF DES PLAINES RESOLUTION R - 79 - 21 A RESOLUTION APPROVING AN AGREEMENT WITH DENLER, INC. FOR ASPHALT CRACK SEALING AND CONCRETE JOINT SEALING. WHEREAS, Article VII, Section 10 of the 1970 Illinois Constitution authorizes the City to contract with individuals, associations, and corporations in any manner not prohibited by law or ordinance; and WHEREAS, the City has appropriated funds in the Capital Projects, Miscellaneous Contractual Services Account for use by the Public Works and Engineering Department during the 2021 fiscal year for asphalt crack-sealing (“Asphalt Services”) and concrete joint sealing (“Concrete Services”) (collectively, the Asphalt Services and Concrete Services are the “Project”); and WHEREAS, pursuant to Chapter Ten of Title One of the City of Des Plaines City Code, the City issued an invitation for bids for the Project; and WHEREAS, the City received two bids, which were opened on April 8, 2021; and WHEREAS, Denler, Inc. ("Vendor") submitted the lowest responsible bid for the Project; and WHEREAS, the City desires to enter into an agreement with Vendor for the Project in the not-to-exceed amount of $72,070 ("Agreement"); and WHEREAS, the City Council has determined that it is in the best interest of the City to enter into the Agreement with Vendor for the Project in the not-to-exceed amount of $72,070; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Des Plaines, Cook County, Illinois, in the exercise of its home rule powers, as follows: SECTION 1: RECITALS. The foregoing recitals are incorporated into, and made a part of, this Resolution as findings of the City Council. SECTION 2: APPROVAL OF AGREEMENT. The City Council hereby approves the Agreement with Vendor in substantially the form attached to this Resolution as Exhibit A, and in a final form to be approved by the General Counsel. SECTION 3: AUTHORIZATION TO EXECUTE AGREEMENT. The City Council hereby authorizes and directs the City Manager and the City Clerk to execute and seal, on behalf of the City, the final Agreement. Page 3 of 18 2 SECTION 4: EFFECTIVE DATE. This Resolution shall be in full force and effect from and after its passage and approval according to law. PASSED this _____ day of ____________, 2021. APPROVED this _____ day of _____________, 2021. VOTE: AYES _____ NAYS _____ ABSENT _____ MAYOR ATTEST: Approved as to form: CITY CLERK Peter M. Friedman, General Counsel DP-Resolution Approving Agreement for Asphalt Crack Sealing and Concrete Joint Sealing with Denler Inc 2021 Page 4 of 18 Exhibit A Page 5 of 18 Exhibit A Page 6 of 18 Exhibit A Page 7 of 18 72,070.00 Exhibit A Page 8 of 18 Exhibit A Page 9 of 18 Exhibit A Page 10 of 18 Exhibit A Page 11 of 18 Exhibit A Page 12 of 18 Exhibit A Page 13 of 18 Exhibit A Page 14 of 18 Exhibit A Page 15 of 18 Exhibit A Page 16 of 18 Exhibit A Page 17 of 18 Exhibit A Page 18 of 18 PUBLIC WORKS AND ENGINEERING DEPARTMENT 1420 Miner Street Des Plaines, IL 60016 P: 847.391.5390 desplaines.org Date: April 22, 2021 To: Michael G. Bartholomew, MCP, LEED-AP, City Manager From: Jon Duddles, P.E., CFM, Assistant Director of Public Works and Engineering Cc: Timothy P. Oakley, P.E., CFM, Director of Public Works & Engineering Subject: Algonquin Road DCEO Grant Agreement 20-203211 Issue: The City of Des Plaines has received a $2 million grant from the Illinois Department of Commerce and Economic Opportunity (DCEO) to resurface the pavement and upgrade ADA sidewalk ramp crossings on Algonquin Road from Wolf Road to Des Plaines River Rd. Analysis: The Algonquin Road corridor is a public roadway that serves a vital east-west travel route through the City of Des Plaines for multiple modes of transportation, including motorists, public transportation, bicyclists and pedestrians. Situated within and adjacent to the project limits are various public and private facilities, including residential homes, restaurants, retail stores, professional offices, day care centers, public schools, churches, and other community centers. The project will benefit the community by making the corridor safer and more accessible to pedestrians and bicyclists. The expected lifespan of the resurfacing improvements is 10-15 years. This grant-funded project includes the removal and replacement of concrete sidewalk ramps and adjacent curb and gutter at crosswalks in order to upgrade to ADA compliancy; removal and replacement of deteriorated curb and gutter, sidewalk and driveway aprons at various locations; asphalt surface removal and resurfacing the asphalt pavement; and placement of pavement markings and street signage. Recommendation: We recommend approval of the intergovernmental grant agreement 20-203211 with the Illinois Department of Commerce and Economic Opportunity (DCEO). Attachments: Resolution R-80-21 Exhibit A – Uniform Grant Budget Exhibit B – Intergovernmental Grant Agreement MEMORANDUM Page 1 of 54 CONSENT AGENDA #2. 1 CITY OF DES PLAINES RESOLUTION R - 80 - 21 A RESOLUTION AUTHORIZING THE EXECUTION OF A GRANT AGREEMENT WITH THE STATE OF ILLINOIS DEPARTMENT OF COMMERCE AND ECONOMIC OPPORTUNITY. WHEREAS, Article VII, Section 10, of the 1970 Illinois Constitution authorizes the City to contract with individuals, associations and corporations, in any manner not prohibited by law or ordinance; and WHEREAS, Article VII, Section 10 of the 1970 Illinois Constitution and the Illinois Intergovernmental Cooperation Act, 5 ILCS 220/1, et seq., authorize and encourage intergovernmental cooperation; and WHEREAS, the City has been awarded a grant from the State of Illinois Department of Commerce and Economic Opportunity ("DCEO") in the amount of $2,000,000.00 ("Grant") to resurface pavement and upgrade ADA sidewalk ramp crossings on Algonquin Road from Wolf Road to River Road ("Work"), which Work is eligible for the Grant; and WHEREAS, in order to receive the Grant, the City must execute a Notice of Grant Award and Uniform Grant Budget ("Grant Budget") and an intergovernmental grant agreement with the DCEO ("Agreement"); and WHEREAS, it is in the best interest of the City to approve and authorize the execution of the Grant Budget and Agreement; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Des Plaines, Cook County, Illinois, in the exercise of its home rule powers, as follows; SECTION 1: RECITALS. The foregoing recitals are incorporated into, and made a part of, this Resolution as the findings of the City Council. SECTION 2: APPROVAL OF GRANT BUDGET. The City Council hereby approves the Grant Budget substantially in the form attached as Exhibit A, and in a final form approved by the General Counsel. SECTION 3: AUTHORIZATION TO EXECUTE GRANT BUDGET. The City Council hereby authorizes the Mayor and the Director of Finance, if necessary and applicable, to execute and seal, on behalf of the City, the final Grant Budget. SECTION 4: APPROVAL OF AGREEMENT. The City Council hereby approves the Agreement substantially in the form attached as Exhibit B, and in a final form approved by the General Counsel. Page 2 of 54 SECTION 5: AUTHORIZATION TO EXECUTE AGREEMENT. The City Council hereby authorizes the Mayor and the Assistant Director of Public Works and Engineering, if necessary and applicable, to execute and seal, on behalf of the City, the final Agreement. SECTION 6: EFFECTIVE DATE. This Resolution will be in full force and effect from and after its passage and approval according to law. PASSED this ____ day of __________________, 2021. APPROVED this _____ day of __________________, 2021. VOTE: AYES _____ NAYS _____ ABSENT _____ MAYOR ATTEST: Approved as to form: CITY CLERK Peter M. Friedman, General Counsel DP-Resolution Approving DCEO Grant for Algonquin Rd Resurfacing and ADA Ramp Crossings Page 3 of 54 Exhibit A Page 4 of 54 Exhibit A Page 5 of 54 Exhibit A Page 6 of 54 Agreement No 20-203211 State of Illinois INTER-GOVERNMENTAL GRANT AGREEMENT FISCAL YEAR 2021 / 2 2 20 Page 1 of 48 INTER-GOVERNMENTAL GRANT AGREEMENT BETWEEN THE STATE OF ILLINOIS, DEPARTMENT OF COMMERCE AND ECONOMIC OPPORTUNITY AND City of Des Plaines The Illinois Department of Commerce and Economic Opportunity (Grantor) with its principal office at 500 E Monroe St, Springfield, IL 62701, and City of Des Plaines (Grantee), with its principal office at 1420 MINER ST, Des Plaines, IL 60016-4484, and payment address (if different than principal office) at N/A, hereby enter into this Inter-governmental Grant Agreement (Agreement), pursuant to the Intergovernmental Cooperation Act, 5 ILCS 220/1 et seq. Grantor and Grantee are collectively referred to herein as “Parties” or individually as a “Party.” PART ONE – THE UNIFORM TERMS RECITALS WHEREAS, it is the intent of the Parties to perform consistent with all Exhibits and attachments hereto and pursuant to the duties and responsibilities imposed by Grantor under the laws of the state of Illinois and in accordance with the terms, conditions and provisions hereof. NOW, THEREFORE, in consideration of the foregoing and the mutual agreements contained herein, and for other good and valuable consideration, the value, receipt and sufficiency of which are acknowledged, the Parties hereto agree as follows: ARTICLE I AWARD AND GRANTEE-SPECIFIC INFORMATION AND CERTIFICATION 1.1. DUNS Number; SAM Registration; Nature of Entity. Under penalties of perjury, Grantee certifies that 074399668 is Grantee’s correct DUNS Number, that N/A is Grantee’s correct UEI, if applicable, that 366005849 is Grantee’s correct FEIN or Social Security Number, and that Grantee has an active State registration and SAM registration. Grantee is doing business as a (check one): Individual Pharmacy-Non Corporate Sole Proprietorship Pharmacy/Funeral Home/Cemetery Corp. Partnership Tax Exempt Corporation (includes Not For Profit) Limited Liability Company (select applicable tax Medical Corporation classification) X Governmental Unit P = partnership Estate or Trust C = corporation If Grantee has not received a payment from the state of Illinois in the last two years, Grantee must submit a W-9 tax form with this Agreement. 1.2. Amount of Agreement. Grant Funds shall not exceed $2,000,000.00 of which $0.00 are federal funds. Grantee agrees to accept Grantor’s payment as specified in the Exhibits and attachments incorporated herein as part of this Agreement. 1.3. Identification Numbers. If applicable, the Federal Award Identification Number (FAIN) is N/A, the federal awarding agency is N/A, and the Federal Award date is N/A. If applicable, the Catalog of Federal Domestic Exhibit B Page 7 of 54 Agreement No 20-203211 State of Illinois INTER-GOVERNMENTAL GRANT AGREEMENT FISCAL YEAR 2021 / 2 2 20 Page 2 of 48 Assistance (CFDA) Name is N/A and Number is N/A. The Catalog of State Financial Assistance (CSFA) Number is 420-00-1758. The State Award Identification Number is 1758-25203. 1.4. Term. This Agreement shall be effective on 04/01/2021 and shall expire on 03/31/2023, unless terminated pursuant to this Agreement. 1.5. Certification. Grantee certifies under oath that (1) all representations made in this Agreement are true and correct and (2) all Grant Funds awarded pursuant to this Agreement shall be used only for the purpose(s) described herein. Grantee acknowledges that the Award is made solely upon this certification and that any false statements, misrepresentations, or material omissions shall be the basis for immediate termination of this Agreement and repayment of all Grant Funds. Exhibit B Page 8 of 54 Agreement No 20-203211 State of Illinois INTER-GOVERNMENTAL GRANT AGREEMENT FISCAL YEAR 2021 / 2 2 20 Page 3 of 48 1.6. Signatures. In witness whereof, the Parties hereto have caused this Agreement to be executed by their duly authorized representatives. ILLINOIS DEPARTMENT OF COMMERCE AND ECONOMIC OPPORTUNITY CITY OF DES PLAINES By: Signature of Sylvia I. Garcia, Acting Director By: Signature of Designee Date: Printed Name: Printed Title: Designee By: Signature of Authorized Representative Date: Printed Name: Matthew Bogusz Printed Title: Mayor Email: MBogusz@desplaines.org By: Signature of First Other Approver, if Applicable Date: Printed Name: Printed Title: Other Approver By: Signature of Second Other Approver, if Applicable Date: Printed Name: Printed Title: Second Other Approver Exhibit B Page 9 of 54 Agreement No 20-203211 State of Illinois INTER-GOVERNMENTAL GRANT AGREEMENT FISCAL YEAR 2021 / 2 2 20 Page 4 of 48 ARTICLE II REQUIRED REPRESENTATIONS 2.1. Standing and Authority. Grantee warrants that: (a) Grantee is validly existing and in good standing, if applicable, under the laws of the state in which it was incorporated, organized or created. (b) Grantee has the requisite power and authority to execute and deliver this Agreement and all documents to be executed by it in connection with this Agreement, to perform its obligations hereunder and to consummate the transactions contemplated hereby. (c) If Grantee is an agency under the laws of jurisdiction other than Illinois, Grantee warrants that it is also duly qualified to do business in Illinois and is in good standing with the Illinois Secretary of State. (d) The execution and delivery of this Agreement, and the other documents to be executed by Grantee in connection with this Agreement, and the performance by Grantee of its obligations hereunder have been duly authorized by all necessary entity action. (e) This Agreement and all other documents related to this Agreement, including the Uniform Grant Application, the Exhibits and attachments to which Grantee is a party constitute the legal, valid and binding obligations of Grantee enforceable against Grantee in accordance with their respective terms. 2.2. Compliance with Internal Revenue Code. Grantee certifies that it does and will comply with all provisions of the federal Internal Revenue Code (26 USC 1), the Illinois Income Tax Act (35 ILCS 5), and all rules promulgated thereunder, including withholding provisions and timely deposits of employee taxes and unemployment insurance taxes. 2.3. Compliance with Federal Funding Accountability and Transparency Act of 2006. Grantee certifies that it does and will comply with the reporting requirements of the Federal Funding Accountability and Transparency Act of 2006 (P.L. 109-282) (FFATA) with respect to Federal Awards greater than or equal to $25,000. A FFATA sub-award report must be filed by the end of the month following the month in which the award was made. 2.4. Compliance with Uniform Grant Rules (2 CFR Part 200). Grantee certifies that it shall adhere to the applicable Uniform Administrative Requirements, Cost Principles, and Audit Requirements, which are published in Title 2, Part 200 of the Code of Federal Regulations, and are incorporated herein by reference. See 44 Ill. Admin. Code 7000.40(c)(1)(A). 2.5. Compliance with Registration Requirements. Grantee shall: (i) be registered with the federal SAM; (ii) be in good standing with the Illinois Secretary of State, if applicable; (iii) have a valid DUNS Number; (iv) have a valid UEI, if applicable; and (v) have successfully completed the annual registration and prequalification through the Grantee Portal. It is Grantee’s responsibility to remain current with these registrations and requirements. If Grantee’s status with regard to any of these requirements change, or the certifications made in and information provided in the Uniform Grant Application changes, Grantee must notify the Grantor in accordance with ARTICLE XVIII. Exhibit B Page 10 of 54 Agreement No 20-203211 State of Illinois INTER-GOVERNMENTAL GRANT AGREEMENT FISCAL YEAR 2021 / 2 2 20 Page 5 of 48 ARTICLE III DEFINITIONS 3.1. Definitions. Capitalized words and phrases used in this Agreement have the following meanings: “2 CFR Part 200” means the Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards published in Title 2, Part 200 of the Code of Federal Regulations. “Agreement” or “Grant Agreement” has the same meaning as in 44 Ill. Admin. Code Part 7000. “Allocable Costs” means costs allocable to a particular cost objective if the goods or services involved are chargeable or assignable to such cost objective in accordance with relative benefits received or other equitable relationship. Costs allocable to a specific Program may not be shifted to other Programs in order to meet deficiencies caused by overruns or other fund considerations, to avoid restrictions imposed by law or by the terms of this Agreement, or for other reasons of convenience. “Allowable Costs” has the same meaning as in 44 Ill. Admin. Code Part 7000. “Award” has the same meaning as in 44 Ill. Admin. Code Part 7000. “Budget” has the same meaning as in 44 Ill. Admin. Code Part 7000. “CFDA” or “Catalog of Federal Domestic Assistance” has the same meaning as in 44 Ill. Admin. Code Part 7000. “Close-out Report” means a report from the Grantee allowing the Grantor to determine whether all applicable administrative actions and required work have been completed, and therefore closeout actions can commence. “Conflict of Interest” has the same meaning as in 44 Ill. Admin. Code Part 7000. “Consolidated Year-End Financial Report” means a financial information presentation in which the assets, equity, liabilities, and operating accounts of an entity and its subsidiaries are combined (after eliminating all inter- entity transactions) and shown as belonging to a single reporting entity. “Cost Allocation Plan” has the same meaning as in 44 Ill. Admin. Code Part 7000. “CSFA” or “Catalog of State Financial Assistance” has the same meaning as in 44 Ill. Admin. Code Part 7000. “Direct Costs” has the same meaning as in 44 Ill. Admin. Code Part 7000. “Disallowed Costs” has the same meaning as in 44 Ill. Admin. Code Part 7000. “DUNS Number” means a unique nine digit identification number provided by Dun & Bradstreet for each physical location of Grantee’s organization. Assignment of a DUNS Number is mandatory for all organizations seeking an Award from the state of Illinois. “FAIN” means the Federal Award Identification Number. Exhibit B Page 11 of 54 Agreement No 20-203211 State of Illinois INTER-GOVERNMENTAL GRANT AGREEMENT FISCAL YEAR 2021 / 2 2 20 Page 6 of 48 “FFATA” or “Federal Funding Accountability and Transparency Act” has the same meaning as in 31 USC 6101; P.L. 110-252. “Financial Assistance” has the same meaning as in 44 Ill. Admin. Code Part 7000. “Fixed-Rate” has the same meaning as in 44 Ill. Admin. Code Part 7000. “Fixed-Rate” is in contrast to fee- for-service, 44 Ill. Admin. Code Part 7000. “GAAP” or “Generally Accepted Accounting Principles” has the same meaning as in 44 Ill. Admin. Code Part 7000. “GATU” means the Grant Accountability and Transparency Unit of GOMB. “GOMB” means the Illinois Governor’s Office of Management and Budget. “Grant Funds” means the Financial Assistance made available to Grantee through this Agreement. “Grantee Portal” has the same meaning as in 44 Ill. Admin. Code Part 7000. “Indirect Costs” has the same meaning as in 44 Ill. Admin. Code Part 7000. “Indirect Cost Rate” means a device for determining in a reasonable manner the proportion of indirect costs each Program should bear. It is a ratio (expressed as a percentage) of the Indirect Costs to a Direct Cost base. If reimbursement of Indirect Costs is allowable under an Award, Grantor will not reimburse those Indirect Costs unless Grantee has established an Indirect Cost Rate covering the applicable activities and period of time, unless Indirect Costs are reimbursed at a fixed rate. “Indirect Cost Rate Proposal” has the same meaning as in 44 Ill. Admin. Code Part 7000. “Net Revenue” means an entity’s total revenue less its operating expenses, interest paid, depreciation, and taxes. “Net Revenue” is synonymous with “Profit.” “Nonprofit Organization” has the same meaning as in 44 Ill. Admin. Code Part 7000. “Notice of Award” has the same meaning as in 44 Ill. Admin. Code Part 7000. “OMB” has the same meaning as in 44 Ill. Admin. Code Part 7000. “Prior Approval” has the same meaning as in 44 Ill. Admin. Code Part 7000. “Profit” means an entity’s total revenue less its operating expenses, interest paid, depreciation, and taxes. “Profit” is synonymous with “Net Revenue.” “Program” means the services to be provided pursuant to this Agreement. “Program Costs” means all Allowable Costs incurred by Grantee and the value of the contributions made by third parties in accomplishing the objectives of the Award during the Term of this Agreement. “Program Income” has the same meaning as in 44 Ill. Admin. Code Part 7000. “Related Parties” has the meaning set forth in Financial Accounting Standards Board (FASB) Accounting Standards Codification (ASC) 850-10-20. Exhibit B Page 12 of 54 Agreement No 20-203211 State of Illinois INTER-GOVERNMENTAL GRANT AGREEMENT FISCAL YEAR 2021 / 2 2 20 Page 7 of 48 “SAM” means the federal System for Award Management (SAM); which is the federal repository into which an entity must provide information required for the conduct of business as a recipient. 2 CFR 25 Appendix A (1)(C)(1). “State” means the state of Illinois. “Term” has the meaning set forth in Paragraph 1.4. “Unallowable Costs” has the same meaning as in 44 Ill. Admin. Code Part 7000. “Unique Entity Identifier” or “UEI” means the unique identifier assigned to the Grantee by SAM. ARTICLE IV PAYMENT 4.1. Availability of Appropriation; Sufficiency of Funds. This Agreement is contingent upon and subject to the availability of sufficient funds. Grantor may terminate or suspend this Agreement, in whole or in part, without penalty or further payment being required, if (i) sufficient funds for this Agreement have not been appropriated or otherwise made available to the Grantor by the State or the federal funding source, (ii) the Governor or Grantor reserves funds, or (iii) the Governor or Grantor determines that funds will not or may not be available for payment. Grantor shall provide notice, in writing, to Grantee of any such funding failure and its election to terminate or suspend this Agreement as soon as practicable. Any suspension or termination pursuant to this Section will be effective upon the date of the written notice unless otherwise indicated. 4.2. Return of Grant Funds. Any Grant Funds remaining that are not expended or legally obligated by Grantee, including those funds obligated pursuant to ARTICLE XVII, at the end of the Agreement period, or in the case of capital improvement Awards at the end of the time period Grant Funds are available for expenditure or obligation, shall be returned to Grantor within forty-five (45) days. A Grantee who is required to reimburse Grant Funds and who enters into a deferred payment plan for the purpose of satisfying a past due debt, shall be required to pay interest on such debt as required by Section 10.2 of the Illinois State Collection Act of 1986. 30 ILCS 210; 44 Ill. Admin. Code 7000.450(c). In addition, as required by 44 Ill. Admin. Code 7000.440(b)(2), unless granted a written extension, Grantee must liquidate all obligations incurred under the Award at the end of the period of performance. 4.3. Cash Management Improvement Act of 1990. Unless notified otherwise in PART TWO or PART THREE, federal funds received under this Agreement shall be managed in accordance with the Cash Management Improvement Act of 1990 (31 USC 6501 et seq.) and any other applicable federal laws or regulations. See 2 CFR 200.305; 44 Ill. Admin. Code Part 7000. 4.4. Payments to Third Parties. Grantee agrees that Grantor shall have no liability to Grantee when Grantor acts in good faith to redirect all or a portion of any Grantee payment to a third party. Grantor will be deemed to have acted in good faith when it is in possession of information that indicates Grantee authorized Grantor to intercept or redirect payments to a third party or when so ordered by a court of competent jurisdiction. 4.5. Modifications to Estimated Amount. If the Agreement amount is established on an estimated basis, then it may be increased by mutual agreement at any time during the Term. Grantor may decrease the estimated amount of this Agreement at any time during the Term if (i) Grantor believes Grantee will not use the funds during the Term, (ii) Grantor believes Grantee has used funds in a manner that was not authorized by this Agreement, (iii) sufficient funds for this Agreement have not been appropriated or otherwise made available to the Grantor by the State or the federal funding source, (iv) the Governor or Grantor reserves funds, or (v) the Governor or Grantor determines that funds will or may not be available for payment. Grantee will be notified, in writing, of any adjustment of the estimated amount of this Agreement. In the event of such reduction, services provided by Exhibit B Page 13 of 54 Agreement No 20-203211 State of Illinois INTER-GOVERNMENTAL GRANT AGREEMENT FISCAL YEAR 2021 / 2 2 20 Page 8 of 48 Grantee under Exhibit A may be reduced accordingly. Grantee shall be paid for work satisfactorily performed prior to the date of the notice regarding adjustment. 2 CFR 200.308. 4.6. Interest. (a) All interest earned on Grant Funds held by a Grantee shall be treated in accordance with 2 CFR 200.305(b)(9), unless otherwise provided in PART TWO or PART THREE. Any amount due shall be remitted annually in accordance with 2 CFR 200.305(b)(9) or to the Grantor, as applicable. (b) Grant Funds shall be placed in an insured account, whenever possible, that bears interest, unless exempted under 2 CFR Part 200.305(b)(8). 4.7. Timely Billing Required. Grantee must submit any payment request to Grantor within fifteen (15) days of the end of the quarter, unless another billing schedule is specified in PART TWO, PART THREE or Exhibit C. Failure to submit such payment request timely will render the amounts billed an unallowable cost which Grantor cannot reimburse. In the event that Grantee is unable, for good cause, to submit its payment request timely, Grantee shall timely notify Grantor and may request an extension of time to submit the payment request. Grantor’s approval of Grantee’s request for an extension shall not be unreasonably withheld. 4.8. Certification. Pursuant to 2 CFR 200.415, each invoice and report submitted by Grantee (or sub- grantee) must contain the following certification by an official authorized to legally bind the Grantee (or sub- grantee): By signing this report [or payment request or both], I certify to the best of my knowledge and belief that the report [or payment request] is true, complete, and accurate; that the expenditures, disbursements and cash receipts are for the purposes and objectives set forth in the terms and conditions of the State or federal pass-through award; and that supporting documentation has been submitted as required by the grant agreement. I acknowledge that approval for any other expenditure described herein shall be considered conditional subject to further review and verification in accordance with the monitoring and records retention provisions of the grant agreement. I am aware that any false, fictitious, or fraudulent information, or the omission of any material fact, may subject me to criminal, civil or administrative penalties for fraud, false statements, false claims or otherwise. (U.S. Code Title 18, Section 1001 and Title 31, Sections 3729-3730 and 3801-3812; 30 ILCS 708/120). ARTICLE V SCOPE OF GRANT ACTIVITIES/PURPOSE OF GRANT 5.1. Scope of Grant Activities/Purpose of Grant. Grantee will conduct the Grant Activities or provide the services as described in the Exhibits and attachments, including Exhibit A (Project Description) and Exhibit B (Deliverables), incorporated herein and in accordance with all terms and conditions set forth herein and all applicable administrative rules. In addition, the State’s Notice of Award is incorporated herein by reference. All Grantor-specific provisions and programmatic reporting required under this Agreement are described in PART TWO (The Grantor-Specific Terms). All Project-specific provisions and reporting required under this Agreement are described in PART THREE. 5.2. Scope Revisions. Grantee shall obtain Prior Approval from Grantor whenever a Scope revision is necessary for one or more of the reasons enumerated in 2 CFR 200.308. All requests for Scope revisions that require Grantor approval shall be signed by Grantee’s authorized representative and submitted to Grantor for approval. Expenditure of funds under a requested revision is prohibited and will not be reimbursed if expended Exhibit B Page 14 of 54 Agreement No 20-203211 State of Illinois INTER-GOVERNMENTAL GRANT AGREEMENT FISCAL YEAR 2021 / 2 2 20 Page 9 of 48 before Grantor gives written approval. See 2 CFR 200.308. 5.3. Specific Conditions. If applicable, specific conditions required after a risk assessment will be included in Exhibit G. Grantee shall adhere to the specific conditions listed therein. ARTICLE VI BUDGET 6.1. Budget. The Budget is a schedule of anticipated grant expenditures that is approved by Grantor for carrying out the purposes of the Award. When Grantee or third parties support a portion of expenses associated with the Award, the Budget includes the non-federal as well as the federal share (and State share if applicable) of grant expenses. The Budget submitted by Grantee at application, or a revised Budget subsequently submitted and approved by Grantor, is considered final and is incorporated herein by reference. 6.2. Budget Revisions. Grantee shall obtain Prior Approval from Grantor whenever a Budget revision is necessary for one or more of the reasons enumerated in 2 CFR 200.308 or 44 Ill. Admin. Code 7000.370(b). All requests for Budget revisions that require Grantor approval shall be signed by Grantee’s authorized representative and submitted to Grantor for approval. Expenditure of funds under a requested revision is prohibited and will not be reimbursed if expended before Grantor gives written approval. 6.3. Discretionary Line Item Transfers. Unless prohibited from doing so in 2 CFR 200.308 or 44 Ill. Admin. Code 7000.370(b), transfers between approved line items may be made without Grantor’s approval only if the total amount transferred does not exceed the allowable variance of the greater of either (i) ten percent (10%) of the Budget line item or (ii) one thousand dollars ($1,000) of the Budget line item. Discretionary line item transfers may not result in an increase to the Budget. 6.4. Non-discretionary Line Item Transfers. Total line item transfers exceeding the allowable variance of the greater of either (i) ten percent (10%) of the Budget line item or (ii) one thousand dollars ($1,000) of the Budget line item require Grantor approval as set forth in Paragraph 6.2. 6.5. Notification. Within thirty (30) calendar days from the date of receipt of the request for Budget revisions, Grantor will review the request and notify Grantee whether the Budget revision has been approved, denied, or the date upon which a decision will be reached. ARTICLE VII ALLOWABLE COSTS 7.1. Allowability of Costs; Cost Allocation Methods. The allowability of costs and cost allocation methods for work performed under this Agreement shall be determined in accordance with 2 CFR 200 Subpart E and Appendices III, IV, and V. 7.2. Indirect Cost Rate Submission. (a) All Grantees must make an Indirect Cost Rate election in the Grantee Portal, even grantees that do not charge or expect to charge Indirect Costs. 44 Ill. Admin. Code 7000.420(d). (b) A Grantee must submit an Indirect Cost Rate Proposal in accordance with federal regulations, in a format prescribed by Grantor. For Grantees who have never negotiated an Indirect Cost Rate before, the Indirect Cost Rate Proposal must be submitted for approval no later than three months after the effective date of the Award. For Grantees who have previously negotiated an Indirect Cost Rate, the Indirect Cost Rate Proposal must be submitted for approval within 180 days of the Grantee’s fiscal Exhibit B Page 15 of 54 Agreement No 20-203211 State of Illinois INTER-GOVERNMENTAL GRANT AGREEMENT FISCAL YEAR 2021 / 2 2 20 Page 10 of 48 year end, as dictated in the applicable appendices, such as: (i) Appendix V and VII to 2 CFR Part 200 governs Indirect Cost Rate Proposals for state and local governments, (ii) Appendix III to 2 CFR Part 200 governs Indirect Cost Rate Proposals for public and private institutions of higher education, (iii) Appendix IV to 2 CFR Part 200 governs Indirect (F&A) Costs Identification and Assignment, and Rate Determination for Nonprofit Organizations, and (iv) Appendix V to Part 200 governs state/Local Governmentwide Central Service Cost Allocation Plans. (c) A Grantee who has a current, applicable rate negotiated by a cognizant federal agency shall provide to Grantor a copy of its Indirect Cost Rate acceptance letter from the federal government and a copy of all documentation regarding the allocation methodology for costs used to negotiate that rate, e.g., without limitation, the cost policy statement or disclosure narrative statement. Grantor will accept that Indirect Cost Rate, up to any statutory, rule-based or programmatic limit. 7.3. Transfer of Costs. Cost transfers between Grants, whether as a means to compensate for cost overruns or for other reasons, are unallowable. See 2 CFR 200.451. 7.4. Higher Education Cost Principles. The federal cost principles that apply to public and private institutions of higher education are set forth in 2 CFR Part 200 Subpart E and Appendix III. 7.5. Government Cost Principles. The federal cost principles that apply to state, local and federally- recognized Indian tribal governments are set forth in 2 CFR Part 200 Subpart E, Appendix V, and Appendix VII. 7.6. Financial Management Standards. The financial management systems of Grantee must meet the following standards: (a) Accounting System. Grantee organizations must have an accounting system that provides accurate, current, and complete disclosure of all financial transactions related to each state- and federally-funded Program. Accounting records must contain information pertaining to state and federal pass-through awards, authorizations, obligations, unobligated balances, assets, outlays, and income. These records must be maintained on a current basis and balanced at least quarterly. Cash contributions to the Program from third parties must be accounted for in the general ledger with other Grant Funds. Third party in-kind (non-cash) contributions are not required to be recorded in the general ledger, but must be under accounting control, possibly through the use of a memorandum ledger. To comply with 2 CFR 200.305(b)(7)(i) and 30 ILCS 708/520, Grantee shall use reasonable efforts to ensure that funding streams are delineated within Grantee’s accounting system. See 2 CFR 200.302. (b) Source Documentation. Accounting records must be supported by such source documentation as canceled checks, bank statements, invoices, paid bills, donor letters, time and attendance records, activity reports, travel reports, contractual and consultant agreements, and subaward documentation. All supporting documentation should be clearly identified with the Award and general ledger accounts which are to be charged or credited. (i) The documentation standards for salary charges to grants are prescribed by 2 CFR 200.430, and in the cost principles applicable to the entity’s organization (Paragraphs 7.4 through 7.5). (ii) If records do not meet the standards in 2 CFR 200.430, then Grantor may notify Grantee in PART TWO, PART THREE or Exhibit G of the requirement to submit Personnel activity reports. See 2 CFR 200.430(i)(8). Personnel activity reports shall account on an after-the-fact basis for one hundred percent (100%) of the employee's actual time, separately indicating the time spent on the grant, other grants or projects, vacation or sick leave, and administrative time, Exhibit B Page 16 of 54 Agreement No 20-203211 State of Illinois INTER-GOVERNMENTAL GRANT AGREEMENT FISCAL YEAR 2021 / 2 2 20 Page 11 of 48 if applicable. The reports must be signed by the employee, approved by the appropriate official, and coincide with a pay period. These time records should be used to record the distribution of salary costs to the appropriate accounts no less frequently than quarterly. (iii) Formal agreements with independent contractors, such as consultants, must include a description of the services to be performed, the period of performance, the fee and method of payment, an itemization of travel and other costs which are chargeable to the agreement, and the signatures of both the contractor and an appropriate official of Grantee. (iv) If third party in-kind (non-cash) contributions are used for Grant purposes, the valuation of these contributions must be supported with adequate documentation. (c) Internal Control. Effective control and accountability must be maintained for all cash, real and personal property, and other assets. Grantee must adequately safeguard all such property and must provide assurance that it is used solely for authorized purposes. Grantee must also have systems in place that provide reasonable assurance that the information is accurate, allowable, and compliant with the terms and conditions of this Agreement. 2 CFR 200.303. (d) Budget Control. Records of expenditures must be maintained for each Award by the cost categories of the approved Budget (including indirect costs that are charged to the Award), and actual expenditures are to be compared with Budgeted amounts at least quarterly. (e) Cash Management. Requests for advance payment shall be limited to Grantee's immediate cash needs. Grantee must have written procedures to minimize the time elapsing between the receipt and the disbursement of Grant Funds to avoid having excess funds on hand. 2 CFR 200.305. 7.7. Federal Requirements. All Awards, whether funded in whole or in part with either federal or State funds, are subject to federal requirements and regulations, including but not limited to 2 CFR Part 200, 44 Ill. Admin. Code 7000.30(b) and the Financial Management Standards in Paragraph 7.6. 7.8. Profits. It is not permitted for any person or entity to earn a Profit from an Award. See, e.g., 2 CFR 200.400(g); see also 30 ILCS 708/60(a)(7). 7.9. Management of Program Income. Grantee is encouraged to earn income to defray program costs where appropriate, subject to 2 CFR 200.307. ARTICLE VIII REQUIRED CERTIFICATIONS 8.1. Certifications. Grantee shall be responsible for compliance with the enumerated certifications to the extent that the certifications apply to Grantee. (a) Bribery. Grantee certifies that it has not been convicted of bribery or attempting to bribe an officer or employee of the state of Illinois, nor made an admission of guilt of such conduct which is a matter of record (30 ILCS 500/50-5). (b) Bid Rigging. Grantee certifies that it has not been barred from contracting with a unit of state or local government as a result of a violation of Paragraph 33E-3 or 33E-4 of the Criminal Code of 1961 (720 ILCS 5/33E-3 or 720 ILCS 5/33E-4, respectively). (c) Debt to State. Grantee certifies that neither it, nor its affiliate(s), is/are barred from receiving an Award because Grantee, or its affiliate(s), is/are delinquent in the payment of any debt to the State, unless Grantee, or its affiliate(s), has/have entered into a deferred payment plan to pay off the Exhibit B Page 17 of 54 Agreement No 20-203211 State of Illinois INTER-GOVERNMENTAL GRANT AGREEMENT FISCAL YEAR 2021 / 2 2 20 Page 12 of 48 debt, and Grantee acknowledges Grantor may declare the Agreement void if the certification is false (30 ILCS 500/50-11). (d) Educational Loan. Grantee certifies that it is not barred from receiving State agreements as a result of default on an educational loan (5 ILCS 385/1 et seq.). (e) International Boycott. Grantee certifies that neither it nor any substantially owned affiliated company is participating or shall participate in an international boycott in violation of the provision of the U.S. Export Administration Act of 1979 (50 USC Appendix 2401 et seq.) or the regulations of the U.S. Department of Commerce promulgated under that Act (15 CFR Parts 730 through 774). (f) Dues and Fees. Grantee certifies that it is not prohibited from receiving an Award because it pays dues or fees on behalf of its employees or agents, or subsidizes or otherwise reimburses them for payment of their dues or fees to any club which unlawfully discriminates (775 ILCS 25/1 et seq.). (g) Pro-Children Act. Grantee certifies that it is in compliance with the Pro-Children Act of 2001 in that it prohibits smoking in any portion of its facility used for the provision of health, day care, early childhood development services, education or library services to children under the age of eighteen (18), which services are supported by federal or state government assistance (except such portions of the facilities which are used for inpatient substance abuse treatment) (20 USC 7181-7184). (h) Drug-Free Work Place. If Grantee is not an individual, Grantee certifies it will provide a drug free workplace pursuant to the Drug Free Workplace Act. 30 ILCS 580/3. If Grantee is an individual and this Agreement is valued at more than $5,000, Grantee certifies it shall not engage in the unlawful manufacture, distribution, dispensation, possession, or use of a controlled substance during the performance of the Agreement. 30 ILCS 580/4. Grantee further certifies that it is in compliance with the government-wide requirements for a drug-free workplace as set forth in 41 USC 8102. (i) Motor Voter Law. Grantee certifies that it is in full compliance with the terms and provisions of the National Voter Registration Act of 1993 (52 USC 20501 et seq.). (j) Clean Air Act and Clean Water Act. Grantee certifies that it is in compliance with all applicable standards, order or regulations issued pursuant to the Clean Air Act (42 USC §7401 et seq.) and the Federal Water Pollution Control Act, as amended (33 USC 1251 et seq.). (k) Debarment. Grantee certifies that it is not debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this Agreement by any federal department or agency 2 CFR 200.205(a), or by the State (See 30 ILCS 708/25(6)(G)). (l) Non-procurement Debarment and Suspension. Grantee certifies that it is in compliance with Subpart C of 2 CFR Part 180 as supplemented by 2 CFR Part 376, Subpart C. (m) Grant for the Construction of Fixed Works. Grantee certifies that all Programs for the construction of fixed works which are financed in whole or in part with funds provided by this Agreement shall be subject to the Prevailing Wage Act (820 ILCS 130/0.01 et seq.) unless the provisions of that Act exempt its application. In the construction of the Program, Grantee shall comply with the requirements of the Prevailing Wage Act including, but not limited to, inserting into all contracts for such construction a stipulation to the effect that not less than the prevailing rate of wages as applicable to the Program shall be paid to all laborers, workers, and mechanics performing work under the Award and requiring all bonds of contractors to include a provision as will guarantee the faithful performance of such prevailing wage clause as provided by contract. (n) Health Insurance Portability and Accountability Act. Grantee certifies that it is in Exhibit B Page 18 of 54 Agreement No 20-203211 State of Illinois INTER-GOVERNMENTAL GRANT AGREEMENT FISCAL YEAR 2021 / 2 2 20 Page 13 of 48 compliance with the Health Insurance Portability and Accountability Act of 1996 (HIPAA), Public Law No. 104-191, 45 CFR Parts 160, 162 and 164, and the Social Security Act, 42 USC 1320d-2 through 1320d-7, in that it may not use or disclose protected health information other than as permitted or required by law and agrees to use appropriate safeguards to prevent use or disclosure of the protected health information. Grantee shall maintain, for a minimum of six (6) years, all protected health information. (o) Criminal Convictions. Grantee certifies that neither it nor any managerial agent of Grantee has been convicted of a felony under the Sarbanes-Oxley Act of 2002, nor a Class 3 or Class 2 felony under Illinois Securities Law of 1953, or that at least five (5) years have passed since the date of the conviction. Grantee further certifies that it is not barred from receiving an Award under 30 ILCS 500/50- 10.5, and acknowledges that Grantor shall declare the Agreement void if this certification is false (30 ILCS 500/50-10.5). (p) Forced Labor Act. Grantee certifies that it complies with the State Prohibition of Goods from Forced Labor Act, and certifies that no foreign-made equipment, materials, or supplies furnished to the State under this Agreement have been or will be produced in whole or in part by forced labor, convict labor, or indentured labor under penal sanction (30 ILCS 583). (q) Illinois Use Tax. Grantee certifies in accordance with 30 ILCS 500/50-12 that it is not barred from receiving an Award under this Paragraph. Grantee acknowledges that this Agreement may be declared void if this certification is false. (r) Environmental Protection Act Violations. Grantee certifies in accordance with 30 ILCS 500/50-14 that it is not barred from receiving an Award under this Paragraph. Grantee acknowledges that this Agreement may be declared void if this certification is false. (s) Goods from Child Labor Act. Grantee certifies that no foreign-made equipment, materials, or supplies furnished to the State under this Agreement have been produced in whole or in part by the labor of any child under the age of twelve (12) (30 ILCS 584). (t) Federal Funding Accountability and Transparency Act of 2006. Grantee certifies that it is in compliance with the terms and requirements of 31 USC 6101. (u) Illinois Works Review Panel. For Awards made for public works projects, as defined in the Illinois Works Jobs Program Act, Grantee certifies that it and any contractor(s) or sub-contractor(s) that performs work using funds from this Award, shall, upon reasonable notice, appear before and respond to requests for information from the Illinois Works Review Panel. 30 ILCS 559/20-25(d). ARTICLE IX CRIMINAL DISCLOSURE 9.1. Mandatory Criminal Disclosures. Grantee shall continue to disclose to Grantor all violations of criminal law involving fraud, bribery or gratuity violations potentially affecting this Award. See 30 ILCS 708/40. Additionally, if Grantee receives over $10 million in total Financial Assistance, funded by either State or federal funds, during the period of this Award, Grantee must maintain the currency of information reported to SAM regarding civil, criminal or administrative proceedings as required by 2 CFR 200.113 and Appendix XII of 2 CFR Part 200, and 30 ILCS 708/40. ARTICLE X UNLAWFUL DISCRIMINATION Exhibit B Page 19 of 54 Agreement No 20-203211 State of Illinois INTER-GOVERNMENTAL GRANT AGREEMENT FISCAL YEAR 2021 / 2 2 20 Page 14 of 48 10.1. Compliance with Nondiscrimination Laws. Both Parties, their employees and subcontractors under subcontract made pursuant to this Agreement, remain compliant with all applicable provisions of state and federal laws and regulations pertaining to nondiscrimination, sexual harassment and equal employment opportunity including, but not limited to, the following laws and regulations and all subsequent amendments thereto: (a) The Illinois Human Rights Act (775 ILCS 5/1-101 et seq.), including, without limitation, 44 Ill. Admin. Code Part 750, which is incorporated herein; (b) The Public Works Employment Discrimination Act (775 ILCS 10/1 et seq.); (c) The United States Civil Rights Act of 1964 (as amended) (42 USC 2000a- and 2000h-6). (See also guidelines to Federal Financial Assistance Recipients Regarding Title VI Prohibition Against National Origin Discrimination Affecting Limited English Proficient Persons [Federal Register: February 18, 2002 (Volume 67, Number 13, Pages 2671-2685)]); (d) Section 504 of the Rehabilitation Act of 1973 (29 USC 794); (e) The Americans with Disabilities Act of 1990 (as amended) (42 USC 12101 et seq.); and (f) The Age Discrimination Act (42 USC 6101 et seq.). ARTICLE XI LOBBYING 11.1. Improper Influence. Grantee certifies that no Grant Funds have been paid or will be paid by or on behalf of Grantee to any person for influencing or attempting to influence an officer or employee of any government agency, a member of Congress or Illinois General Assembly, an officer or employee of Congress or Illinois General Assembly, or an employee of a member of Congress or Illinois General Assembly in connection with the awarding of any agreement, the making of any grant, the making of any loan, the entering into of any cooperative agreement, or the extension, continuation, renewal, amendment or modification of any agreement, grant, loan or cooperative agreement. 31 USC 1352. Additionally, Grantee certifies that it has filed the required certification under the Byrd Anti-Lobbying Amendment (31 USC 1352), if applicable. 11.2. Federal Form LLL. If any funds, other than federally-appropriated funds, were paid or will be paid to any person for influencing or attempting to influence any of the above persons in connection with this Agreement, the undersigned must also complete and submit Federal Form LLL, Disclosure of Lobbying Activities Form, in accordance with its instructions. 11.3. Lobbying Costs. Grantee certifies that it is in compliance with the restrictions on lobbying set forth in 2 CFR Part 200.450. For any Indirect Costs associated with this Agreement, total lobbying costs shall be separately identified in the Program Budget, and thereafter treated as other Unallowable Costs. 11.4. Procurement Lobbying. Grantee warrants and certifies that it and, to the best of its knowledge, its sub-grantees have complied and will comply with Executive Order No. 1 (2007) (EO 1-2007). EO 1-2007 generally prohibits Grantees and subcontractors from hiring the then-serving Governor’s family members to lobby procurement activities of the State, or any other unit of government in Illinois including local governments, if that procurement may result in a contract valued at over $25,000. This prohibition also applies to hiring for that same purpose any former State employee who had procurement authority at any time during the one-year period preceding the procurement lobbying activity. 11.5. Subawards. Grantee must include the language of this ARTICLE XI in the award documents for Exhibit B Page 20 of 54 Agreement No 20-203211 State of Illinois INTER-GOVERNMENTAL GRANT AGREEMENT FISCAL YEAR 2021 / 2 2 20 Page 15 of 48 any subawards made pursuant to this Award at all tiers. All sub-awardees are also subject to certification and disclosure. Pursuant to Appendix II(I) to 2 CFR Part 200, Grantee shall forward all disclosures by contractors regarding this certification to Grantor. 11.6. Certification. This certification is a material representation of fact upon which reliance was placed to enter into this transaction and is a prerequisite for this transaction, pursuant to 31 USC 1352. Any person who fails to file the required certifications shall be subject to a civil penalty of not less than $10,000, and not more than $100,000, for each such failure. ARTICLE XII MAINTENANCE AND ACCESSIBILITY OF RECORDS; MONITORING 12.1. Records Retention. Grantee shall maintain for three (3) years from the date of submission of the final expenditure report, adequate books, all financial records and, supporting documents, statistical records, and all other records pertinent to this Award, adequate to comply with 2 CFR 200.333, unless a different retention period is specified in 2 CFR 200.333 or 44 Ill. Admin. Code §§ 7000.430(a) and (b). If any litigation, claim or audit is started before the expiration of the retention period, the records must be retained until all litigation, claims or audit exceptions involving the records have been resolved and final action taken. 12.2. Accessibility of Records. Grantee, in compliance with 2 CFR 200.336 and 44 Ill. Admin. Code 7000.430(e), shall make books, records, related papers, supporting documentation and personnel relevant to this Agreement available to authorized Grantor representatives, the Illinois Auditor General, Illinois Attorney General, any Executive Inspector General, the Grantor’s Inspector General, federal authorities, any person identified in 2 CFR 200.336, and any other person as may be authorized by Grantor (including auditors), by the state of Illinois or by federal statute. Grantee shall cooperate fully in any such audit or inquiry. 12.3. Failure to Maintain Books and Records. Failure to maintain books, records and supporting documentation, as described in this ARTICLE XII, shall establish a presumption in favor of the State for the recovery of any funds paid by the State under this Agreement for which adequate books, records and supporting documentation are not available to support disbursement. 12.4. Monitoring and Access to Information. Grantee must monitor its activities to assure compliance with applicable state and federal requirements and to assure its performance expectations are being achieved. Grantor shall monitor the activities of Grantee to assure compliance with all requirements and performance expectations of the award. Grantee shall timely submit all financial and performance reports, and shall supply, upon Grantor’s request, documents and information relevant to the Award. Grantor may make site visits as warranted by program needs. See 2 CFR 200.328 and 200.331. Additional monitoring requirements may be in PART TWO or PART THREE. ARTICLE XIII FINANCIAL REPORTING REQUIREMENTS 13.1. Required Periodic Financial Reports. Grantee agrees to submit financial reports as requested and in the format required by Grantor. Grantee shall file quarterly reports with Grantor describing the expenditure(s) of the funds related thereto, unless more frequent reporting is required by the Grantee pursuant to specific award conditions. 2 CFR 200.207. Unless so specified, the first of such reports shall cover the first three months after the Award begins, and reports must be submitted no later than the due date(s) specified in PART TWO or PART THREE, unless additional information regarding required financial reports is set forth in Exhibit G. Failure to submit the required financial reports may cause a delay or suspension of funding. 30 ILCS 705/1 et seq.; 2 CFR 207(b)(3) and 200.327. Any report required by 30 ILCS 708/125 may be detailed in PART TWO or PART THREE. Exhibit B Page 21 of 54 Agreement No 20-203211 State of Illinois INTER-GOVERNMENTAL GRANT AGREEMENT FISCAL YEAR 2021 / 2 2 20 Page 16 of 48 13.2. Close-out Reports. (a) Grantee shall submit a Close-out Report no later than the date specified in PART TWO or PART THREE following the end of the period of performance for this Agreement or Agreement termination. The format of this Close-out Report shall follow a format prescribed by Grantor. 2 CFR 200.343; 44 Ill. Admin. Code 7000.440(b). (b) If an audit or review of Grantee occurs and results in adjustments after Grantee submits a Close-out Report, Grantee will submit a new Close-out Report based on audit adjustments, and immediately submit a refund to Grantor, if applicable. 2 CFR 200.344. 13.3. Effect of Failure to Comply. Failure to comply with reporting requirements shall result in the withholding of funds, the return of improper payments or Unallowable Costs, will be considered a material breach of this Agreement and may be the basis to recover Grant Funds. Grantee's failure to comply with this ARTICLE XIII, ARTICLE XIV, or ARTICLE XV shall be considered prima facie evidence of a breach and may be admitted as such, without further proof, into evidence in an administrative proceeding before Grantor, or in any other legal proceeding. Grantee should refer to the State of Illinois Grantee Compliance Enforcement System for policy and consequences for failure to comply. ARTICLE XIV PERFORMANCE REPORTING REQUIREMENTS 14.1. Required Periodic Performance Reports. Grantee agrees to submit Performance Reports as requested and in the format required by Grantor. Performance Measures listed in Exhibit E must be reported quarterly, unless otherwise specified in PART TWO, PART THREE or Exhibit G. Unless so specified, the first of such reports shall cover the first three months after the Award begins. If Grantee is not required to report performance quarterly, then Grantee must submit a Performance Report at least annually. Pursuant to 2 CFR 200.207, specific conditions may be imposed requiring Grantee to report more frequently based on the risk assessment or the merit-based review of the application. In such cases, Grantor shall notify Grantee of same in Exhibit G. Pursuant to 2 CFR 200.328 and 44 Ill. Admin. Code 7000.410(b)(2), periodic Performance Reports shall be submitted no later than the due date(s) specified in PART TWO or PART THREE. For certain construction-related Awards, such reports may be exempted as identified in PART TWO or PART THREE. 2 CFR 200.328. Failure to submit such required Performance Reports may cause a delay or suspension of funding. 30 ILCS 705/1 et seq. 14.2. Close-out Performance Reports. Grantee agrees to submit a Close-out Performance Report, in the format required by Grantor, no later than the due date specified in PART TWO or PART THREE following the end of the period of performance or Agreement termination. See 2 CFR 200.343; 44 Ill. Admin. Code 7000.440(b)(1). 14.3. Content of Performance Reports. Pursuant to 2 CFR 200.328(b)(2) all Performance Reports must include Program qualitative and quantitative information, including a comparison of actual accomplishments to the objectives of the award established for the period; where the accomplishments can be quantified, a computation of the cost if required; performance trend data and analysis if required; and reasons why established goals were not met, if appropriate. Appendices may be used to include additional supportive documentation. Additional content and format guidelines for the Performance Reports will be determined by Grantor contingent on the Award’s statutory, regulatory and administrative requirements, and are included in PART TWO or PART THREE of this Agreement. 14.4. Performance Standards. Grantee shall perform in accordance with the Performance Standards set forth in Exhibit F. See 2 CFR 200.301 and 200.210. ARTICLE XV Exhibit B Page 22 of 54 Agreement No 20-203211 State of Illinois INTER-GOVERNMENTAL GRANT AGREEMENT FISCAL YEAR 2021 / 2 2 20 Page 17 of 48 AUDIT REQUIREMENTS 15.1. Audits. Grantee shall be subject to the audit requirements contained in the Single Audit Act Amendments of 1996 (31 USC 7501-7507) and Subpart F of 2 CFR Part 200, and the audit rules and policies set forth by the Governor’s Office of Management and Budget. See 30 ILCS 708/65(c); 44 Ill. Admin. Code 7000.90. 15.2. Consolidated Year-End Financial Reports. (a) This Paragraph 15.2 applies to all Grantees, unless exempted pursuant to a federal or state statute or regulation, which is identified in PART TWO or PART THREE. (b) Grantees shall submit Consolidated Year-End Financial Reports, according to the required audit, namely: (i) For Grantees required to conduct a single audit (or program-specific audit), within the earlier of (a) 9 months after the end of the Grantee’s fiscal year or (b) 30 calendar days following completion of the audit; or (ii) For Grantees required to conduct a Financial Statement Audit or for Grantees not required to perform an audit, within 180 days after the end of Grantee’s fiscal year. These deadlines may be extended at the discretion of the Grantor, but only for rare and unusual circumstances such as a natural disaster. (c) The Consolidated Year-End Financial Report must cover the same period the Audited Financial Statements cover. If no Audited Financial Statements are required, however, then the Consolidated Year-End Financial Report must cover the same period as the Grantee’s tax return. (d) Consolidated Year-End Financial Reports must include an in relation to opinion from the report issuer on the financial statements included in the Consolidated Year-End Financial Report. (e) Consolidated Year-End Financial Reports shall follow a format prescribed by Grantor. 15.3. Audit Requirements. (a) Single and Program-Specific Audits. If, during its fiscal year, Grantee expends $750,000 or more in Federal Awards (direct federal and federal pass-through awards combined), Grantee must have a single audit or program-specific audit conducted for that year as required by 2 CFR 200.501 and other applicable sections of Subpart F of 2 CFR Part 200. The audit report packet must be completed as described in 2 CFR 200.512 (single audit) or 2 CFR 200.507 (program-specific audit), 44 Ill. Admin. Code 7000.90(h)(1) and the current GATA audit manual and submitted to the Federal Audit Clearinghouse, as required by 2 CFR 200.512. The results of peer and external quality control reviews, management letters, AU-C 265 communications and the Consolidated Year-End Financial Report(s) must be submitted to the Grantee Portal. The due date of all required submissions set forth in this Paragraph is the earlier of (i) 30 calendar days after receipt of the auditor’s report(s) or (ii) nine (9) months after the end of the Grantee’s audit period. (b) Financial Statement Audit. If, during its fiscal year, Grantee expends less than $750,000 in Federal Awards, Grantee is subject to the following audit requirements: (i) If, during its fiscal year, Grantee expends $500,000 or more in Federal and state Awards, singularly or in any combination, from all sources, Grantee must have a financial statement audit conducted in accordance with the Generally Accepted Government Auditing Standards (GAGAS). Grantee may be subject to additional requirements in PART TWO, PART THREE or Exhibit G based on the Grantee’s risk profile. Exhibit B Page 23 of 54 Agreement No 20-203211 State of Illinois INTER-GOVERNMENTAL GRANT AGREEMENT FISCAL YEAR 2021 / 2 2 20 Page 18 of 48 (ii) If, during its fiscal year, Grantee expends less than $500,000 in Federal and state Awards, singularly or in any combination, from all sources, but expends $300,000 or more in Federal and state Awards, singularly or in any combination, from all sources, Grantee must have a financial statement audit conducted in accordance with the Generally Accepted Auditing Standards (GAAS). (iii) If Grantee is a Local Education Agency (as defined in 34 CFR 77.1), Grantee shall have a financial statement audit conducted in accordance with GAGAS, as required by 23 Ill. Admin. Code 100.110, regardless of the dollar amount of expenditures of Federal and state Awards. (iv) If Grantee does not meet the requirements in subsections 15.3(a) and 15.3(b)(i- iii) but is required to have a financial statement audit conducted based on other regulatory requirements, Grantee must submit those audits for review. (v) Grantee must submit its financial statement audit report packet, as set forth in 44 Ill. Admin. Code 7000.90(h)(2) and the current GATA audit manual, to the Grantee Portal within the earlier of (i) 30 calendar days after receipt of the auditor’s report(s) or (ii) 6 months after the end of the Grantee’s audit period. 15.4. Performance of Audits. For those organizations required to submit an independent audit report, the audit is to be conducted by the Illinois Auditor General, or a Certified Public Accountant or Certified Public Accounting Firm licensed in the state of Illinois or in accordance with Section 5.2 of the Illinois Public Accounting Act (225 ILCS 450/5.2). For all audits required to be performed subject to Generally Accepted Government Auditing standards or Generally Accepted Auditing standards, Grantee shall request and maintain on file a copy of the auditor’s most recent peer review report and acceptance letter. Grantee shall follow procedures prescribed by Grantor for the preparation and submission of audit reports and any related documents. 15.5. Delinquent Reports. Notwithstanding anything herein to the contrary, when such reports or statements required under this section are prepared by the Illinois Auditor General, if they are not available by the above-specified due date, they will be provided to Grantor within thirty (30) days of becoming available. Otherwise, Grantee should refer to the State of Illinois Grantee Compliance Enforcement System for the policy and consequences for late reporting. 44 Ill. Admin. Code 7000.80. ARTICLE XVI TERMINATION; SUSPENSION; NON-COMPLIANCE 16.1. Termination. (a) This Agreement may be terminated, in whole or in part, by either Party for any or no reason upon thirty (30) calendar days’ prior written notice to the other Party. If terminated by the Grantee, Grantee must include the reasons for such termination, the effective date, and, in the case of a partial termination, the portion to be terminated. If Grantor determines in the case of a partial termination that the reduced or modified portion of the Award will not accomplish the purposes for which the Award was made, Grantor may terminate the Agreement in its entirety. 2 CFR 200.339(a)(4). (b) This Agreement may be terminated, in whole or in part, by Grantor without advance notice: (i) Pursuant to a funding failure under Paragraph 4.1; Exhibit B Page 24 of 54 Agreement No 20-203211 State of Illinois INTER-GOVERNMENTAL GRANT AGREEMENT FISCAL YEAR 2021 / 2 2 20 Page 19 of 48 (ii) If Grantee fails to comply with the terms and conditions of this or any Award, application or proposal, including any applicable rules or regulations, or has made a false representation in connection with the receipt of this or any Grant; (iii) For cause, which may render the Grantee ineligible for consideration for future grants from the Grantor or other State agencies; or (iv) If Grantee breaches this Agreement and either (1) fails to cure such breach within 15 calendar days' written notice thereof, or (2) if such cure would require longer than 15 calendar days and the Grantee has failed to commence such cure within 15 calendar days’ written notice thereof. In the event that Grantor terminates this Agreement as a result of the breach of the Agreement by Grantee, Grantee shall be paid for work satisfactorily performed prior to the date of termination. 16.2. Suspension. Grantor may suspend this Agreement, in whole or in part, pursuant to a funding failure under Paragraph 4.1 or if the Grantee fails to comply with terms and conditions of this or any Award. If suspension is due to Grantee’s failure to comply, Grantor may withhold further payment and prohibit Grantee from incurring additional obligations pending corrective action by Grantee or a decision to terminate this Agreement by Grantor. Grantor may determine to allow necessary and proper costs that Grantee could not reasonably avoid during the period of suspension. 16.3. Non-compliance. If Grantee fails to comply with applicable statutes, regulations or the terms and conditions of this or any Award, Grantor may impose additional conditions on Grantee, as described in 2 CFR 200.207. If Grantor determines that non-compliance cannot be remedied by imposing additional conditions, Grantor may take one or more of the actions described in 2 CFR 200.338. The Parties shall follow all Grantor policies and procedures regarding non-compliance, including, but not limited to, the procedures set forth in the State of Illinois Grantee Compliance Enforcement System. 44 Ill. Admin. Code §§ 7000.80, 7000.260. 16.4. Objection. If Grantor suspends or terminates this Agreement, in whole or in part, for cause, or takes any other action in response to Grantee’s non-compliance, Grantee may avail itself of any opportunities to object and challenge such suspension, termination or other action by Grantor in accordance with any applicable processes and procedures, including, but not limited to, the procedures set forth in the State of Illinois Grantee Compliance Enforcement System. 2 CFR 200.341; 44 Ill. Admin. Code §§ 7000.80, 7000.260. 16.5. Effects of Suspension and Termination. (a) Grantor may credit Grantee for expenditures incurred in the performance of authorized services under this Agreement prior to the effective date of a suspension or termination. (b) Grantee shall not incur any costs or obligations that require the use of these Grant Funds after the effective date of a suspension or termination, and shall cancel as many outstanding obligations as possible. (c) Costs to Grantee resulting from obligations incurred by Grantee during a suspension or after termination of the Agreement are not allowable unless: (i) Grantor expressly authorizes them in the notice of suspension or termination; and (ii) The costs result from obligations properly incurred before the effective date of suspension or termination, are not in anticipation of the suspension or termination, and the costs would be allowable if the Agreement was not suspended or terminated. 2 CFR 200.342. Exhibit B Page 25 of 54 Agreement No 20-203211 State of Illinois INTER-GOVERNMENTAL GRANT AGREEMENT FISCAL YEAR 2021 / 2 2 20 Page 20 of 48 16.6. Close-out of Terminated Agreements. If this Agreement is terminated, in whole or in part, the Parties shall comply with all close-out and post-termination requirements of this Agreement. 2 CFR 200.339(c). ARTICLE XVII SUBCONTRACTS/SUB-GRANTS 17.1. Sub-recipients/Delegation. Grantee may not subcontract nor sub-grant any portion of this Agreement nor delegate any duties hereunder without Prior Approval of Grantor. The requirement for Prior Approval is satisfied if the subcontractor or sub-grantee has been identified in the Uniform Grant Application, such as, without limitation, a Project Description, and Grantor has approved. 17.2. Application of Terms. Grantee shall advise any sub-grantee of funds awarded through this Agreement of the requirements imposed on them by federal and state laws and regulations, and the provisions of this Agreement. In all agreements between Grantee and its sub-grantees, Grantee shall insert term(s) that requires that all sub-grantees adhere to the terms of this Agreement. 17.3. Liability as Guaranty. Grantee shall be liable as guarantor for any Grant Funds it obligates to a sub-grantee or sub-contractor pursuant to Paragraph 17.1 in the event the Grantor determines the funds were either misspent or are being improperly held and the sub-grantee or sub-contractor is insolvent or otherwise fails to return the funds. 2 CFR 200.344; 30 ILCS 705/6; 44 Ill. Admin. Code 7000.450(a). ARTICLE XVIII NOTICE OF CHANGE 18.1. Notice of Change. Grantee shall notify the Grantor if there is a change in Grantee’s legal status, federal employer identification number (FEIN), DUNS Number, UEI, SAM registration status, Related Parties, or address. See 30 ILCS 708/60(a). If the change is anticipated, Grantee shall give thirty (30) days’ prior written notice to Grantor. If the change is unanticipated, Grantee shall give notice as soon as practicable thereafter. Grantor reserves the right to take any and all appropriate action as a result of such change(s). 18.2. Failure to Provide Notification. To the extent permitted by Illinois law, Grantee shall hold harmless Grantor for any acts or omissions of Grantor resulting from Grantee’s failure to notify Grantor of these changes. 18.3. Notice of Impact. Grantee shall immediately notify Grantor of any event that may have a material impact on Grantee’s ability to perform this Agreement. 18.4. Circumstances Affecting Performance; Notice. In the event Grantee becomes a party to any litigation, investigation or transaction that may reasonably be considered to have a material impact on Grantee’s ability to perform under this Agreement, Grantee shall notify Grantor, in writing, within five (5) calendar days of determining such litigation or transaction may reasonably be considered to have a material impact on the Grantee’s ability to perform under this Agreement. 18.5. Effect of Failure to Provide Notice. Failure to provide the notice described in Paragraph 18.4 shall be grounds for immediate termination of this Agreement and any costs incurred after notice should have been given shall be disallowed. Exhibit B Page 26 of 54 Agreement No 20-203211 State of Illinois INTER-GOVERNMENTAL GRANT AGREEMENT FISCAL YEAR 2021 / 2 2 20 Page 21 of 48 ARTICLE XIX STRUCTURAL REORGANIZATION 19.1. Effect of Reorganization. Grantee acknowledges that this Agreement is made by and between Grantor and Grantee, as Grantee is currently organized and constituted. No promise or undertaking made hereunder is an assurance that Grantor agrees to continue this Agreement, or any license related thereto, should Grantee significantly reorganize or otherwise substantially change the character of its corporate structure, business structure or governance structure. Grantee agrees that it will give Grantor prior notice of any such action or changes significantly affecting its overall structure, and will provide any and all reasonable documentation necessary for Grantor to review the proposed transaction including financial records and corporate and shareholder minutes of any corporation which may be involved. This ARTICLE XIX does not require Grantee to report on minor changes in the makeup of its governance structure. Nevertheless, PART TWO or PART THREE may impose further restrictions. Failure to comply with this ARTICLE XIX shall constitute a material breach of this Agreement. ARTICLE XX AGREEMENTS WITH OTHER STATE AGENCIES 20.1. Copies upon Request. Grantee shall, upon request by Grantor, provide Grantor with copies of contracts or other agreements to which Grantee is a party with any other State agency. ARTICLE XXI CONFLICT OF INTEREST 21.1. Required Disclosures. Grantee must immediately disclose in writing any potential or actual Conflict of Interest to the Grantor. 2 CFR 200.112 and 30 ILCS 708/35. 21.2. Prohibited Payments. Grantee agrees that payments made by Grantor under this Agreement will not be used to compensate, directly or indirectly, any person currently holding an elective office in this State including, but not limited to, a seat in the General Assembly. In addition, where the Grantee is not an instrumentality of the State of Illinois, as described in this Paragraph, Grantee agrees that payments made by Grantor under this Agreement will not be used to compensate, directly or indirectly, any person employed by an office or agency of the state of Illinois whose annual compensation is in excess of sixty percent (60%) of the Governor’s annual salary, or $106,447.20 (30 ILCS 500/50-13). An instrumentality of the State of Illinois includes, without limitation, State departments, agencies, boards, and State universities. An instrumentality of the State of Illinois does not include, without limitation, municipalities and units of local government and related entities. 2 CFR 200.64. 21.3. Request for Exemption. Grantee may request written approval from Grantor for an exemption from Paragraph 21.2. Grantee acknowledges that Grantor is under no obligation to provide such exemption and that Grantor may, if an exemption is granted, grant such exemption subject to such additional terms and conditions as Grantor may require. ARTICLE XXII EQUIPMENT OR PROPERTY 22.1. Transfer of Equipment. Grantor shall have the right to require that Grantee transfer to Grantor any equipment, including title thereto, purchased in whole or in part with Grantor funds, if Grantor determines that Grantee has not met the conditions of 2 CFR 200.439. Grantor shall notify Grantee in writing should Grantor Exhibit B Page 27 of 54 Agreement No 20-203211 State of Illinois INTER-GOVERNMENTAL GRANT AGREEMENT FISCAL YEAR 2021 / 2 2 20 Page 22 of 48 require the transfer of such equipment. Upon such notification by Grantor, and upon receipt or delivery of such equipment by Grantor, Grantee will be deemed to have transferred the equipment to Grantor as if Grantee had executed a bill of sale therefor. 22.2. Prohibition against Disposition/Encumbrance. The Grantee is prohibited from, and may not sell, transfer, encumber (other than original financing) or otherwise dispose of said equipment, material, or real property during the Grant Term without Prior Approval of Grantor. Any real property acquired using Grant Funds must comply with the requirements of 2 CFR 200.311. 22.3. Equipment and Procurement. Grantee must comply with the uniform standards set forth in 2 CFR 200.310–200.316 governing the management and disposition of property which cost was supported by Grant Funds. Any waiver from such compliance must be granted by either the President’s Office of Management and Budget, the Governor’s Office of Management and Budget, or both, depending on the source of the Grant Funds used. Additionally, Grantee must comply with the standards set forth in 2 CFR 200.317-200.326 for use in establishing procedures for the procurement of supplies and other expendable property, equipment, real property and other services with Grant Funds. These standards are furnished to ensure that such materials and services are obtained in an effective manner and in compliance with the provisions of applicable federal and state statutes and executive orders. 22.4. Equipment Instructions. Grantee must obtain disposition instructions from Grantor when equipment, purchased in whole or in part with Grant Funds, are no longer needed for their original purpose. Notwithstanding anything to the contrary contained within this Agreement, Grantor may require transfer of any equipment to Grantor or a third party for any reason, including, without limitation, if Grantor terminates the Award or Grantee no longer conducts Award activities. The Grantee shall properly maintain, track, use, store and insure the equipment according to applicable best practices, manufacturer’s guidelines, federal and state laws or rules, and Grantor requirements stated herein. ARTICLE XXIII PROMOTIONAL MATERIALS; PRIOR NOTIFICATION 23.1. Publications, Announcements, etc. Use of Grant Funds for promotions is subject to the prohibitions for advertising or public relations costs in 2 CFR 200.421(e). In the event that Grantor funds are used in whole or in part to produce any written publications, announcements, reports, flyers, brochures or other written materials, Grantee shall obtain Prior Approval for the use of those funds (2 CFR 200.467) and agrees to include in these publications, announcements, reports, flyers, brochures and all other such material, the phrase “Funding provided in whole or in part by the [Grantor].” Exceptions to this requirement must be requested, in writing, from Grantor and will be considered authorized only upon written notice thereof to Grantee. 23.2. Prior Notification/Release of Information. Grantee agrees to notify Grantor ten (10) days prior to issuing public announcements or press releases concerning work performed pursuant to this Agreement, or funded in whole or in part by this Agreement, and to cooperate with Grantor in joint or coordinated releases of information. ARTICLE XXIV INSURANCE 24.1. Maintenance of Insurance. Grantee shall maintain in full force and effect during the Term of this Agreement casualty and bodily injury insurance, as well as insurance sufficient to cover the replacement cost of any and all real or personal property, or both, purchased or, otherwise acquired, or improved in whole or in part, with funds disbursed pursuant to this Agreement. 2 CFR 200.310. Additional insurance requirements may be detailed in PART TWO or PART THREE. Exhibit B Page 28 of 54 Agreement No 20-203211 State of Illinois INTER-GOVERNMENTAL GRANT AGREEMENT FISCAL YEAR 2021 / 2 2 20 Page 23 of 48 24.2. Claims. If a claim is submitted for real or personal property, or both, purchased in whole with funds from this Agreement and such claim results in the recovery of money, such money recovered shall be surrendered to Grantor. ARTICLE XXV LAWSUITS 25.1. Independent Contractor. Neither Grantee nor any employee or agent of Grantee acquires any employment rights with Grantor by virtue of this Agreement. Grantee will provide the agreed services and achieve the specified results free from the direction or control of Grantor as to the means and methods of performance. Grantee will be required to provide its own equipment and supplies necessary to conduct its business; provided, however, that in the event, for its convenience or otherwise, Grantor makes any such equipment or supplies available to Grantee, Grantee’s use of such equipment or supplies provided by Grantor pursuant to this Agreement shall be strictly limited to official Grantor or state of Illinois business and not for any other purpose, including any personal benefit or gain. 25.2. Liability. Neither Party shall be liable for actions chargeable to the other Party under this Agreement including, but not limited to, the negligent acts and omissions of Party’s agents, employees or subcontractors in the performance of their duties as described under this Agreement, unless such liability is imposed by law. This Agreement shall not be construed as seeking to enlarge or diminish any obligation or duty owed by one Party against the other or against a third party. ARTICLE XXVI MISCELLANEOUS 26.1. Gift Ban. Grantee is prohibited from giving gifts to State employees pursuant to the State Officials and Employees Ethics Act (5 ILCS 430/10-10) and Executive Order 15-09. 26.2. Access to Internet. Grantee must have Internet access. Internet access may be either dial-up or high-speed. Grantee must maintain, at a minimum, one business e-mail address that will be the primary receiving point for all e-mail correspondence from Grantor. Grantee may list additional e-mail addresses at any time during the Term of this Agreement. The additional addresses may be for a specific department or division of Grantee or for specific employees of Grantee. Grantee must notify Grantor of any e-mail address changes within five (5) business days from the effective date of the change. 26.3. Exhibits and Attachments. Exhibits A through G, PART TWO, PART THREE, if applicable, and all other exhibits and attachments hereto are incorporated herein in their entirety. 26.4. Assignment Prohibited. Grantee acknowledges that this Agreement may not be sold, assigned, or transferred in any manner by Grantee, to include an assignment of Grantee’s rights to receive payment hereunder, and that any actual or attempted sale, assignment, or transfer by Grantee without the Prior Approval of Grantor in writing shall render this Agreement null, void and of no further effect. 26.5. Amendments. This Agreement may be modified or amended at any time during its Term by mutual consent of the Parties, expressed in writing and signed by the Parties. 26.6. Severability. If any provision of this Agreement is declared invalid, its other provisions shall not be affected thereby. Exhibit B Page 29 of 54 Agreement No 20-203211 State of Illinois INTER-GOVERNMENTAL GRANT AGREEMENT FISCAL YEAR 2021 / 2 2 20 Page 24 of 48 26.7. No Waiver. No failure of either Party to assert any right or remedy hereunder will act as a waiver of either Party’s right to assert such right or remedy at a later time or constitute a course of business upon which either Party may rely for the purpose of denial of such a right or remedy. 26.8. Applicable Law; Claims. This Agreement and all subsequent amendments thereto, if any, shall be governed and construed in accordance with the laws of the state of Illinois. Any claim against Grantor arising out of this Agreement must be filed exclusively with the Illinois Court of Claims. 705 ILCS 505/1 et seq. Grantor does not waive sovereign immunity by entering into this Agreement. 26.9. Compliance with Law. This Agreement and Grantee’s obligations and services hereunder are hereby made and must be performed in compliance with all applicable federal and State laws, including, without limitation, federal regulations, State administrative rules, including 44 Ill. Admin. Code 7000, and any and all license requirements or professional certification provisions. 26.10. Compliance with Confidentiality Laws. If applicable, Grantee shall comply with applicable state and federal statutes, federal regulations and Grantor administrative rules regarding confidential records or other information obtained by Grantee concerning persons served under this Agreement. The records and information shall be protected by Grantee from unauthorized disclosure. 26.11. Compliance with Freedom of Information Act. Upon request, Grantee shall make available to Grantor all documents in its possession that Grantor deems necessary to comply with requests made under the Freedom of Information Act. (5 ILCS 140/7(2)). 26.12. Precedence. (a) Except as set forth in subparagraph (b), below, the following rules of precedence are controlling for this Agreement: In the event there is a conflict between this Agreement and any of the exhibits or attachments hereto, this Agreement shall control. In the event there is a conflict between PART ONE and PART TWO or PART THREE of this Agreement, PART ONE shall control. In the event there is a conflict between PART TWO and PART THREE of this Agreement, PART TWO shall control. In the event there is a conflict between this Agreement and relevant statute(s) or rule(s), the relevant statute(s) or rule(s) shall control. (b) Notwithstanding the provisions in subparagraph (a), above, if a relevant federal or state statute(s) or rule(s) requires an exception to this Agreement’s provisions, or an exception to a requirement in this Agreement is granted by GATU, such exceptions must be noted in PART TWO or PART THREE, and in such cases, those requirements control. 26.13. Illinois Grant Funds Recovery Act. In the event of a conflict between the Illinois Grant Funds Recovery Act and the Grant Accountability and Transparency Act, the provisions of the Grant Accountability and Transparency Act shall control. 30 ILCS 708/80. 26.14. Headings. Article and other headings contained in this Agreement are for reference purposes only and are not intended to define or limit the scope, extent or intent of this Agreement or any provision hereof. 26.15. Entire Agreement. Grantee and Grantor acknowledge that this Agreement constitutes the entire agreement between them and that no promises, terms, or conditions not recited, incorporated or referenced herein, including prior agreements or oral discussions, shall be binding upon either Grantee or Grantor. 26.16. Counterparts. This Agreement may be executed in one or more counterparts, each of which shall be considered to be one and the same agreement, binding on all Parties hereto, notwithstanding that all Parties are not signatories to the same counterpart. Duplicated signatures, signatures transmitted via facsimile, or Exhibit B Page 30 of 54 Agreement No 20-203211 State of Illinois INTER-GOVERNMENTAL GRANT AGREEMENT FISCAL YEAR 2021 / 2 2 20 Page 25 of 48 signatures contained in a Portable Document Format (PDF) document shall be deemed original for all purposes. 26.17. Attorney Fees and Costs. Unless prohibited by law, if Grantor prevails in any proceeding to enforce the terms of this Agreement, including any administrative hearing pursuant to the Grant Funds Recovery Act or the Grant Accountability and Transparency Act, the Grantor has the right to recover reasonable attorneys’ fees, costs and expenses associated with such proceedings. 26.18. Continuing Responsibilities. The termination or expiration of this Agreement does not affect: (a) the right of the Grantor to disallow costs and recover funds based on a later audit or other review; (b) the obligation of the Grantee to return any funds due as a result of later refunds, corrections or other transactions, including, without limitation, final indirect cost rate adjustments and those funds obligated pursuant to ARTICLE XVII; (c) the Consolidated Year-End Financial Report; (d) audit requirements established in ARTICLE XV; (e) property management and disposition requirements established in 2 CFR 200.310 through 2 CFR 200.316 and ARTICLE XXII; or (f) records related requirements pursuant to ARTICLE XII. 44 Ill. Admin. Code 7000.450. THE REMAINDER OF THIS PAGE IS INTENTIONALLY LEFT BLANK. Exhibit B Page 31 of 54 Agreement No 20-203211 State of Illinois INTER-GOVERNMENTAL GRANT AGREEMENT FISCAL YEAR 2021 / 2 2 20 Page 26 of 48 EXHIBIT A PROJECT DESCRIPTION Grantee must complete the Award Activities described on this Exhibit A, the Deliverables and Milestones listed on Exhibit B and the Performance Measures listed on Exhibit E within the term of this Agreement, as provided in paragraph 1.4, herein. AUTHORITY: The Grantor is authorized to make this Award pursuant to 20 ILCS 605/605-55 and/or 20 ILCS 605/605-30. The purpose of this authority is as follows: To make and enter into contracts, including grants, as authorized pursuant to appropriations by the General Assembly, and/or to use the State and federal programs, grants, and subsidies that are available to assist in the discharge of the provisions of the Civil Administrative Code of Illinois. PROJECT DESCRIPTION: The Grantee is a governmental entity providing services to the residents of the City of Des Plains in Cook County. The Algonquin Road corridor is a public roadway that serves a vital east-west travel route through the City of Des Plaines for multiple modes of transportation, including motorists, public transportation, bicyclists and pedestrians. Situated within and adjacent to the project limits are various public and private facilities, including residential homes, restaurants, retail stores, professional offices, day care centers, public schools, churches, and other community centers. This Grant-funded project will include a portion of the costs associated with various roadway improvements within the right-of-way on Algonquin Road from Wolf Road to Des Plaines River Road in the City of Des Plaines. The intersections of Graceland Avenue and Lee Street are omitted from the Grant funds due to IDOT jurisdiction over these two streets. Grant funds will include the removal and replacement of concrete curbs and gutters, the removal and replacement of concrete sidewalks, and the reconstruction of the curbs at the sidewalk ramps in order to upgrade to ADA-compliancy. Grant funds will also include the resurfacing of deteriorated pavement, milling, and repaving of the asphalt pavement as well as the purchase and installation of detectable warnings and street signage. Specifically, Grant funds will include a portion of the costs associated with the project as follows: • Equipment/Material/Labor - to include costs associated with the purchase and installation of detectable warnings and street signage. • Paving/Concrete/Masonry - to include costs associated with the removal and purchase of concrete; paving materials; markings; and related appurtenances for the replacement of concrete curbs, gutters, sidewalks; ramps; and roadway resurfacing to include ADA-compliancy. Completion of this project will benefit the public by making the corridor safer and more accessible to pedestrians and bicyclists. Exhibit B Page 32 of 54 Agreement No 20-203211 State of Illinois INTER-GOVERNMENTAL GRANT AGREEMENT FISCAL YEAR 2021 / 2 2 20 Page 27 of 48 EXHIBIT B DELIVERABLES OR MILESTONES To be stated on the initial submitted Periodic Performance Report (PPR), as directed by the Report Deliverable Schedule, the Grantee will provide a detailed task list of projected deliverables, which must be approved by Grantor. These tasks and associated due dates, and any subsequent revisions, shall be incorporated by reference into this Agreement. These tasks will be used to measure performance throughout the life of the Award and can be updated and reported on each PPR reporting due date. Exhibit B Page 33 of 54 Agreement No 20-203211 State of Illinois INTER-GOVERNMENTAL GRANT AGREEMENT FISCAL YEAR 2021 / 2 2 20 Page 28 of 48 EXHIBIT C PAYMENT Grantee shall receive $2,000,000.00 under this Agreement. Enter specific terms of payment here: The Award amount listed above is not a guarantee of payment, and Grantee’s receipt of Grant Funds is contingent upon all terms and conditions of this Agreement. Variable Advance/Remainder based on cash needs/reimbursement (25% Advance) The Grantor shall authorize an initial disbursement in an amount sufficient to address the Grantee’s immediate cash needs according to their reported and Grantor approved obligations. Thereafter, the payments may be made for the dual purpose of reimbursing for expenditures incurred as well as documented cash needs of the Grantee as approved by the Grantor. Pre-Award Costs Reimbursement of costs incurred prior to the start of the Award Term provided in paragraph 1.4, herein may be allowed only if specifically provided for in the Project Description (Exhibit A), as approved by the Grantor in its sole discretion. If not clearly identified in the Project Description (Exhibit A), any costs incurred prior to the Award Term will be disallowed. Pre-award costs will only be allowed if the costs are directly pursuant to the negotiation and in anticipation of the Award, where such costs are necessary for efficient and timely performance of the Project Description (Exhibit A) and Deliverables or Milestones (Exhibit B). Such costs are allowable only to the extent that they would have been allowable if incurred after the date of the Award. 2 CFR 200.458. Exhibit B Page 34 of 54 Agreement No 20-203211 State of Illinois INTER-GOVERNMENTAL GRANT AGREEMENT FISCAL YEAR 2021 / 2 2 20 Page 29 of 48 EXHIBIT D CONTACT INFORMATION CONTACT FOR NOTIFICATION: Unless specified elsewhere, all notices required or desired to be sent by either Party shall be sent to the persons listed below. The Grantee acknowledges and agrees that its address set forth below is its current address and shall be considered its last known address for purposes of receiving any and all notice(s) required under this Agreement. The Grantee further acknowledges and agrees that the Grantor is justified in relying upon the address information furnished to it by the Grantee in absence of notice to the contrary. The Grantee also acknowledges and agrees that it has the burden of notifying the Grantor of its current/last known address. In the event that the Grantee changes its current address, it shall contact its Grant Manager and notify him or her of said change of address. GRANTOR CONTACT GRANTEE CONTACT Name: Heather Harrison Title: Grant Manager Address: 500 E Monroe St Springfield, IL 62701 Phone: 217-785-9968 TTY#: (800) 785-6055 Fax#: N/A Email Address: Heather.Harrison@Illinois.gov Name: Jon Duddles Title: Assistant Director of Public Works and Engineering Address: 1420 MINER ST Des Plaines, IL 60016-4484 Phone: 847-391-5390 TTY#: N/A Fax#: 847-391-5619 Email Address: jduddles@desplaines.org Additional Information: The following are designated as Authorized Designee(s) for the Grantee (See Part Two, Article XXVII): Authorized Designee: Jon Duddles Authorized Designee Title: Assistant Director of Public Works and Engineering Authorized Designee Phone: 847-391-5390 Authorized Designee Email: jduddles@desplaines.org Authorized Designee Signature: Authorized Signatory Approval: Authorized Designee: Authorized Designee Title: Authorized Designee Phone: Authorized Designee Email: Authorized Designee Signature: Authorized Signatory Approval: Exhibit B Page 35 of 54 Agreement No 20-203211 State of Illinois INTER-GOVERNMENTAL GRANT AGREEMENT FISCAL YEAR 2021 / 2 2 20 Page 30 of 48 Authorized Designee: Authorized Designee Title: Authorized Designee Phone: Authorized Designee Email: Authorized Designee Signature: Authorized Signatory Approval: GRANTOR CONTACT FOR AUDIT OR CONSOLIDATED YEAR-END FINANCIAL REPORTS QUESTIONS—AUDIT UNIT Email: externalauditunit@illinois.gov GRANTOR CONTACT FOR FINANCIAL CLOSEOUT QUESTIONS—PROGRAM ACCOUNTANT Name: Michael Bland Email: michael.bland@illinois.gov Phone: 217-782-9991 Fax#: N/A Address: 500 E Monroe St Springfield, IL 62701 Exhibit B Page 36 of 54 Agreement No 20-203211 State of Illinois INTER-GOVERNMENTAL GRANT AGREEMENT FISCAL YEAR 2021 / 2 2 20 Page 31 of 48 EXHIBIT E PERFORMANCE MEASURES To be stated on the initial submitted Periodic Performance Report (PPR), as directed by the Report Deliverable Schedule, the Grantee will incorporate project specific performance measures within the corresponding section of the PPR. The project specific performance measures will encompass the following standardized performance measures listed below. o Did the deliverables specified in the task list submitted pursuant to Exhibit B lead to the completion of the project described in Exhibit A? o Given the total amount of Grant Funds available, does the percent currently drawn and expended directly correlate to the percent of the completion of the project to date? o At the time of Award closeout, has the Grantee fulfilled the public purpose of the project stated in Exhibit A? Exhibit B Page 37 of 54 Agreement No 20-203211 State of Illinois INTER-GOVERNMENTAL GRANT AGREEMENT FISCAL YEAR 2021 / 2 2 20 Page 32 of 48 EXHIBIT F PERFORMANCE STANDARDS The Grantor reserves the right to deny any voucher request(s) at its discretion, based on lack of progress toward meeting completion goals. If the Grantee fails to meet any of the performance measures/goals, and if deemed appropriate at the discretion of the Grantor, the Grant Funds may be decreased by an amount proportionate to the size of the shortfall, and/or the Grantee may be responsible for the return of the Grant Funds in the amount specified by the Grantor. Grantor may initiate a grant modification(s) to de-obligate Grant Funds based on non- performance. The Grantee will submit grant modification requests as necessary in a timely manner, including a request to de-obligate Grant Funds in an amount that the Grantee determines will be unspent by the end of the Grant Agreement Term. Exhibit B Page 38 of 54 Agreement No 20-203211 State of Illinois INTER-GOVERNMENTAL GRANT AGREEMENT FISCAL YEAR 2021 / 2 2 20 Page 33 of 48 EXHIBIT G SPECIFIC CONDITIONS Grantor may remove (or reduce) a Specific Condition included in this Exhibit G by providing written notice to the Grantee, in accordance with established procedures for removing a Specific Condition. The result of the Grantee’s Internal Control Questionnaire indicated that the Grantee must complete the following specific conditions pursuant to 2 C.F.R. Section 200.302: ICQ Section: 03 - Financial and Regulatory Reporting (2 CFR 200.327) Conditions: Requires more detailed reporting; Timeframe: One year. There were no conditions resulting from the Merit-Based Review. There were no conditions resulting from the Programmatic Risk Assessment. Exhibit B Page 39 of 54 Agreement No 20-203211 State of Illinois INTER-GOVERNMENTAL GRANT AGREEMENT FISCAL YEAR 2021 / 2 2 20 Page 34 of 48 PART TWO – THE GRANTOR-SPECIFIC TERMS In addition to the uniform requirements in PART ONE, the Grantor has the following additional requirements for its Grantee: ARTICLE XXVII AUTHORIZED SIGNATORY 27.1. Authorized Signatory. In processing this Award and related documentation, Grantor will only accept materials signed by the Authorized Signatory or Designee of this Agreement, as designated or prescribed herein in paragraph 1.6 or Exhibit D. If the Authorized Signatory chooses to assign a designee to sign or submit materials required by this Agreement to Grantor, the Authorized Signatory must either send written notice to Grantor indicating the name of the designee, or provide notice as set forth in Exhibit D. Without such notice, Grantor will reject any materials signed or submitted on the Grantee’s behalf by anyone other than the Authorized Signatory. The Authorized Signatory must approve each Authorized Designee separately by signing as indicated on Exhibit D. If an Authorized Designee(s) appears on Exhibit D, please verify the information and indicate any changes as necessary. Signatures of both the Authorized Signatory and the Authorized Designee are required in order for the Authorized Designee to have signature authority under this Agreement. ARTICLE XXVIII ADDITIONAL AUDIT PROVISIONS 28.1. Discretionary Audit. The Grantor may, at any time and in its sole discretion, require a program- specific audit, or other audit, SAS 115/AU-C265 letters (Auditor’s Communication of Internal Control Related Matters) and SAS 114/AU-C260 letters (Auditor’s Communication With Those Charged With Governance). ARTICLE XXIX ADDITIONAL MONTORING PROVISIONS 29.1. Access to Documentation. The Award will be monitored for compliance in accordance with the terms and conditions of this Agreement, together with appropriate programmatic rules, regulations, and/or guidelines that the Grantor promulgates or implements. The Grantee must permit any agent authorized by the Grantor, upon presentation of credentials, in accordance with all methods available by law, full access to and the right to examine any document, papers and records either in hard copy or electronic format, of the Grantee involving transactions relating to this Award. 29.2. Cooperation with Audits and Inquiries, Confidentiality. Pursuant to Article XII, above, the Grantee is obligated to cooperate with the Grantor and other legal authorities in any audit or inquiry related to the Award. The Grantor or any other governmental authority conducting an audit or inquiry may require the Grantee to keep confidential any audit or inquiry and to limit internal disclosure of the audit or inquiry to those Grantee personnel who are necessary to support the Grantee’s response to the audit or inquiry. This confidentiality requirement shall not limit Grantee’s right to discuss an audit or inquiry with its legal counsel. If a third party seeks to require the Grantee, pursuant to any law, regulation, or legal process, to disclose an audit or inquiry that has been deemed confidential by the Grantor or other governmental authority, the Grantee shall promptly notify the entity that is conducting the audit or inquiry of such effort so that the entity that is conducting the audit or inquiry may seek a protective order, take other appropriate action, or waive compliance by the Grantee with the confidentiality requirement. ARTICLE XXX ADDITIONAL INTEREST PROVISIONS Exhibit B Page 40 of 54 Agreement No 20-203211 State of Illinois INTER-GOVERNMENTAL GRANT AGREEMENT FISCAL YEAR 2021 / 2 2 20 Page 35 of 48 30.1. Penalty for Non-Interest Bearing Account. If Grantee is required to keep Grant Funds paid in advance of the actual expenditure of funds in an interest-bearing account pursuant to paragraph 4.6(b) of this Agreement, Grantee will be responsible for the payment of interest to Grantor at a rate equal to twelve percent (12%) per annum on any Grant Funds kept in a non-interest bearing account, unless Grantee receives prior written approval from Grantor. Grant Funds paid in reimbursement of previously paid costs may be kept in a non-interest bearing account at the Grantee’s discretion. Exceptions to this paragraph are not permissible without prior written approval by Grantor. 30.2. Interest Earned on Grant Funds. Interest earned on Grant Funds in an amount up to $500 per year may be retained by the Grantee for administrative expenses unless otherwise provided in PART THREE. Any additional interest earned on Grant Funds above $500 per year must be returned to the Grantor pursuant to paragraphs 4.2 and 33.2 herein, or as otherwise instructed by the Grant Manager or as set forth in PART THREE. All interest earned must be expended prior to Grant Funds. Any unspent Grant Funds or earned interest unspent must be returned as Grant Funds to the Grantor as described in paragraphs 4.2 and 33.2 herein. All interest earned on Grant Funds must be accounted for and reported to the Grantor as provided in Article XIII herein. If applicable, the Grantor will remit interest earned and returned by Grantee to the U.S. Department of Health and Human Services Payment Management System through the process set forth at 2 CFR 200.305(b)(9), or as otherwise directed by the federal awarding agency. The provisions of this paragraph 30.2 are inapplicable to the extent any statute or rule provides for different treatment of interest income. Any provision that deviates from this paragraph is set forth in PART THREE. ARTICLE XXXI ADDITIONAL BUDGET PROVISIONS 31.1. Restrictions on Discretionary Line Item Transfers. Unless set forth otherwise in PART THREE herein, Budget line item transfers within the guidelines set forth in paragraph 6.3 herein, which would not ordinarily require approval from Grantor, but vary more than ten percent (10%) of the current approved Budget line item amount, are considered changes in the project scope and require Prior Approval from Grantor pursuant to 2 CFR 200.308. ARTICLE XXXII ADDITIONAL REPRESENTATIONS AND WARRANTIES 32.1. Grantee Representations and Warranties. In connection with the execution and delivery of this Agreement, the Grantee makes the following representations and warranties to Grantor: (a) That it has no public or private interest, direct or indirect, and shall not acquire, directly or indirectly any such interest which does or may conflict in any manner with the performance of the Grantee’s services and obligations under this Agreement; (b) That no member of any governing body or any officer, agent or employee of the State, has a personal financial or economic interest directly in this Agreement, or any compensation to be paid hereunder except as may be permitted by applicable statute, regulation or ordinance; (c) That there is no action, suit or proceeding at law or in equity pending, nor to the best of Grantee’s knowledge, threatened, against or affecting the Grantee, before any court or before any governmental or administrative agency, which will have a material adverse effect on the performance required by this Agreement; (d) That to the best of the Grantee’s knowledge and belief, the Grantee, its principals and key project personnel: Exhibit B Page 41 of 54 Agreement No 20-203211 State of Illinois INTER-GOVERNMENTAL GRANT AGREEMENT FISCAL YEAR 2021 / 2 2 20 Page 36 of 48 (i) Are not presently declared ineligible or voluntarily excluded from contracting with any federal or State department or agency; (ii) Have not, within a three (3)-year period preceding this Agreement, been convicted of any felony; been convicted of a criminal offense in connection with obtaining, attempting to obtain, or performing a public (federal, state, or local) transaction or contract under a public transaction; had a civil judgment rendered against them for commission of fraud; been found in violation of federal or state antitrust statutes; or been convicted of embezzlement, theft, larceny, forgery, bribery, falsification or destruction of records, making a false statement, or receiving stolen property; (iii) Are not presently indicted for, or otherwise criminally or civilly charged, by a government entity (federal, state or local) with commission of any of the offenses enumerated in sub-paragraph (ii) of this certification; and (iv) Have not had, within a three (3)-year period preceding this Agreement, any judgment rendered in an administrative, civil or criminal matter against the Grantee, or any entity associated with its principals or key personnel, related to a grant issued by any federal or state agency or a local government. Any request for an exception to the provisions of this paragraph 32.1(d) must be made in writing, listing the name of the individual, home address, type of conviction and date of conviction; and (e) Grantee certifies that it is not currently operating under, or subject to, any cease and desist order, or subject to any informal or formal regulatory action, and, to the best of Grantee’s knowledge, that it is not currently the subject of any investigation by any state or federal regulatory, law enforcement or legal authority. Should it become the subject of an investigation by any state or federal regulatory, law enforcement or legal authority, Grantee shall promptly notify Grantor of any such investigation. Grantee acknowledges that should it later be subject to a cease and desist order, Memorandum of Understanding, or found in violation pursuant to any regulatory action or any court action or proceeding before any administrative agency, that Grantor is authorized to declare Grantee out of compliance with this Agreement and suspend or terminate the Agreement pursuant to Article XVI herein and any applicable rules. ARTICLE XXXIII ADDITIONAL TERMINATION, SUSPENSION, BILLING SCHEDULE AND NON-COMPLIANCE PROVISIONS 33.1. Remedies for Non-Compliance. If Grantor suspends or terminates this Agreement pursuant to Article XVI herein, Grantor may also elect any additional remedy allowed by law, including, but not limited to, one or more of the following remedies: (a) Direct the Grantee to refund some or all of the Grant Funds disbursed to it under this Agreement; (b) Direct the Grantee to remit an amount equivalent to the “Net Salvage Value” of all equipment or materials purchased with Grant Funds provided under this Agreement. For purposes of this Agreement, “Net Salvage Value” is defined as the amount realized, or that the Parties agree is likely to be realized from, the sale of equipment or materials purchased with Grant Funds provided under this Agreement at its current fair market value, less selling expenses; and (c) Direct the Grantee to transfer ownership of equipment or materials purchased with Grant Funds provided under this Agreement to the Grantor or its designee. Exhibit B Page 42 of 54 Agreement No 20-203211 State of Illinois INTER-GOVERNMENTAL GRANT AGREEMENT FISCAL YEAR 2021 / 2 2 20 Page 37 of 48 33.2. Grant Refunds. In accordance with the Illinois Grant Funds Recovery Act, 30 ILCS 705/1 et seq., the Grantee must, within forty-five (45) days of the effective date of a termination of this Agreement, refund to Grantor, any balance of Grant Funds not spent or not obligated as of said date. 33.3. Grant Funds Recovery Procedures. In the event that Grantor seeks to recover from Grantee Funds received pursuant to this Award that: (i) Grantee cannot demonstrate were properly spent, or (ii) have not been expended or legally obligated by the time of expiration or termination of this Award, the Parties agree to follow the procedures set forth in the Illinois Grant Funds Recovery Act, 30 ILCS 705/1 et seq. (GFRA), for the recovery of Grant Funds, including the informal and formal hearing requirements. All remedies available in Section 6 of the GFRA shall apply to these proceedings. The Parties agree that Grantor’s Administrative Hearing Rules (56 Ill. Admin. Code Part 2605) and/or any other applicable hearing rules shall govern these proceedings. 33.4. Grantee Responsibility. Grantee shall be held responsible for the expenditure of all Grant Funds received through this Award, whether expended by Grantee or a subrecipient or contractor of Grantee. Grantor may seek any remedies against Grantee permitted pursuant to this Agreement and 2 CFR 200.338 for the action of a subrecipient or contractor of Grantee that is not in compliance with the applicable statutes, regulations or the terms and conditions of this Award. 33.5. Billing Schedule. In accordance with paragraph 4.7, herein Grantee must submit all payment requests to Grantor within thirty (30) days of the end of the quarter, unless another billing schedule is specified in PART THREE or Exhibit C. Failure to submit such payment request timely will render the amounts billed an unallowable cost which Grantor cannot reimburse. In the event that Grantee is unable, for good cause, to submit its payment request timely, Grantee shall timely notify Grantor and may request an extension of time to submit the payment request. Grantor’s approval of Grantee’s request for an extension shall not be unreasonably withheld. The payment requirements of this paragraph 33.5 supersede those set forth in paragraph 4.7. ARTICLE XXXIV ADDITIONAL MODIFICATION PROVISIONS 34.1. Modifications by Operation of Law. This Agreement is subject to such modifications as the Grantor determines, in its sole discretion, may be required by changes in federal or State law or regulations applicable to this Agreement. Grantor shall initiate such modifications, and Grantee shall be required to agree to the modification in writing as a condition of continuing the Grant. Any such required modification shall be incorporated into and become part of this Agreement as if fully set forth herein. The Grantor shall timely notify the Grantee of any pending implementation of or proposed amendment to such regulations of which it has notice. 34.2. Discretionary Modifications. If either the Grantor or the Grantee wishes to modify the terms of this Agreement other than as set forth in Articles V and VI and paragraphs 34.1 and 34.3, written notice of the proposed modification must be given to the other party. Modifications will only take effect when agreed to in writing by both the Grantor and the Grantee. However, if the Grantor notifies the Grantee in writing of a proposed modification, and the Grantee fails to respond to that notification, in writing, within thirty (30) days, the proposed modification will be deemed to have been approved by the Grantee. In making an objection to the proposed modification, the Grantee shall specify the reasons for the objection and the Grantor shall consider those objections when evaluating whether to follow through with the proposed modification. The Grantor’s notice to the Grantee shall contain the Grantee name, Grant number, modification number and purpose of the revision. If the Grantee seeks any modification to the Agreement, the Grantee shall submit a detailed narrative explaining why the Project cannot be completed in accordance with the terms of the Agreement and how the requested modification will ensure completion of the Grant Activities, Deliverables, Milestones and/or Performance Measures (Exhibits A, B and E). 34.3. Unilateral Modifications. The Parties agree that Grantor may, in its sole discretion, unilaterally modify this Agreement without prior approval of the Grantee when the modification is initiated by Grantor for the Exhibit B Page 43 of 54 Agreement No 20-203211 State of Illinois INTER-GOVERNMENTAL GRANT AGREEMENT FISCAL YEAR 2021 / 2 2 20 Page 38 of 48 sole purpose of increasing the Grantee’s funding allocation as additional funds become available for the Award during the program year covered by the Term of this Agreement. 34.4. Management Waiver. The Parties agree that the Grantor may issue a waiver of specific requirements of this Agreement after the term of the Agreement has expired. These waivers are limited to non- material changes to specific grant terms that the Grantor determines are necessary to place the Grantee in administrative compliance with the terms of this Agreement. A management waiver issued after the term of the Agreement has expired will supersede the original requirements of this Agreement that would normally require a modification of this Agreement to be executed. The Grantor will make no modifications of this Agreement not agreed to prior to the expiration of the Agreement beyond what is specifically set forth in this section. 34.5. Term Extensions. The Grantee acknowledges that all Grant Funds must be expended or legally obligated, and all Grant Activities, Deliverables, Milestones and Performance Measures (Exhibits A, B and E) must be completed during the Grant Term set forth in paragraph 1.4 herein. Extensions of the Award Term will be granted only for good cause, subject to the Grantor’s discretion. Pursuant to the Grant Funds Recovery Act (30 ILCS 705/1 et seq.), no Award may be extended in total beyond a two (2)-year period unless the Grant Funds are expended or legally obligated during that initial two-year period, or unless Grant Funds are disbursed for reimbursement of costs previously incurred by the Grantee. If Grantee requires an extension of the Award Term, Grantee should submit a written request to the Grant Manager at least sixty (60) days prior to the end of the Grant Award or extended Award Term, as applicable, stating the reason for the extension. If Grantee provides reasonable extenuating circumstances, Grantee may request an extension of the Award Term with less than sixty (60) days remaining. ARTICLE XXXV ADDITIONAL CONFLICT OF INTEREST PROVISIONS 35.1. Bonus or Commission Prohibited. The Grantee shall not pay any bonus or commission for the purpose of obtaining the Grant Funds awarded under this Agreement. 35.2. Hiring State Employees Prohibited. No State officer or employee may be hired to perform services under this Agreement on behalf of Grantee, or be paid with Grant Funds derived directly or indirectly through this Award without the written approval of the Grantor. ARTICLE XXXVI ADDITIONAL EQUIPMENT OR PROPERTY PROVISIONS 36.1. Equipment Management. The Grantee is responsible for replacing or repairing equipment and materials purchased with Grant Funds that are lost, stolen, damaged, or destroyed. Any loss, damage or theft of equipment and materials shall be investigated and fully documented, and immediately reported to the Grantor and, where appropriate, the appropriate authorities. ARTICLE XXXVII APPLICABLE STATUTES To the extent applicable, Grantor and Grantee shall comply with the following: 37.1. Grantee Responsibility. All applicable federal, State and local laws, rules and regulations governing the performance required by Grantee shall apply to this Agreement and will be deemed to be included in this Agreement the same as though written herein in full. Grantee is responsible for ensuring compliance with all applicable laws, rules and regulations, including, but not limited to those specifically referenced herein. Except where expressly required by applicable laws and regulations, the Grantor shall not be responsible for monitoring Grantee's compliance. Exhibit B Page 44 of 54 Agreement No 20-203211 State of Illinois INTER-GOVERNMENTAL GRANT AGREEMENT FISCAL YEAR 2021 / 2 2 20 Page 39 of 48 37.2. Land Trust/Beneficial Interest Disclosure Act (765 ILCS 405/2.1). No Grant Funds shall be paid to any trustee of a land trust, or any beneficiary or beneficiaries of a land trust, for any purpose relating to the land, which is the subject of such trust, any interest in such land, improvements to such land or use of such land unless an affidavit is first filed with the Grantor identifying each beneficiary of the land trust by name and address and defining such interest therein. 37.3. Historic Preservation Act (20 ILCS 3420/1 et seq.). The Grantee will not expend Grant Funds under this Agreement which result in the destruction, alteration, renovation, transfer or sale, or utilization of a historic property, structure or structures, or in the introduction of visual, audible or atmospheric elements to a historic property, structure or structures, which will result in the change in the character or use of any historic property, except as approved by the Illinois Department of Natural Resources, Historic Preservation Division. The Grantee shall not expend Grant Funds under this Agreement for any project, activity, or program that can result in changes in the character or use of historic property, if any historic property is located in the area of potential effects without the approval of the Illinois Department of Natural Resources, Historic Preservation Division. 20 ILCS 3420/3(f). 37.4. Victims’ Economic Security and Safety Act (820 ILCS 180 et seq.). If the Grantee has 50 or more employees, it may not discharge or discriminate against an employee who is a victim of domestic or sexual violence, or who has a family or household member who is a victim of domestic or sexual violence, for taking up to a total of twelve (12) work weeks of leave from work during any twelve (12) month period to address the domestic violence, pursuant to the Victims’ Economic Security and Safety Act. The Grantee is not required to provide paid leave under the Victims’ Economic Security and Safety Act, but may not suspend group health plan benefits during the leave period. Any failure on behalf of the Grantee to comply with all applicable provisions of the Victims’ Economic Security and Safety Act, or applicable rules and regulations promulgated thereunder, may result in a determination that the Grantee is ineligible for future contracts or subcontracts with the State of Illinois or any of its political subdivisions or municipal corporations, and this Agreement may be cancelled or voided in whole or in part, and such other sanctions or penalties may be imposed or remedies invoked, as provided by Statute or regulation. 37.5. Equal Pay Act of 2003 (820 ILCS 112 et seq.). If the Grantee has four (4) or more employees, it is prohibited by the Equal Pay Act of 2003 from paying unequal wages to men and women for doing the same or substantially similar work. Further, the Grantee is prohibited by the Equal Pay Act of 2003 from remedying violations of the Act by reducing the wages of other employees or discriminating against any employee exercising his/her rights under this Act. Any failure on behalf of the Grantee to comply with all applicable provisions of the Equal Pay Act of 2003, or applicable rules and regulations promulgated thereunder, may result in a determination that the Grantee is ineligible for future contracts or subcontracts with the State of Illinois or any of its political subdivisions or municipal corporations, and this Agreement may be cancelled or voided in whole or in part, and such other sanctions or penalties may be imposed or remedies invoked, as provided by Statute or regulation. 37.6. Steel Products Procurement Act (30 ILCS 565 et seq.). The Grantee, if applicable, hereby certifies that any steel products used or supplied in accordance with this Award for a public works project shall be manufactured or produced in the United States per the requirements of the Steel Products Procurement Act (30 ILCS 565 et seq.). 37.7. Minorities, Women, and Persons with Disabilities Act and Illinois Human Rights Act (30 ILCS 575/0.01; 775 ILCS 5/2-105). The Grantee acknowledges and hereby certifies compliance with the provisions of the Business Enterprise for Minorities, Women, and Persons with Disabilities Act, and the equal employment practices of Section 2-105 of the Illinois Human Rights Act for the provision of services which are directly related to the Award Activities to be performed under this Agreement. 37.8. Identity Protection Act (5 ILCS/179 et seq.) and Personal Information Protection Act (815 ILCS 530 et seq.). The Grantor is committed to protecting the privacy of its vendors, grantees and beneficiaries of programs and services. At times, the Grantor will request social security numbers or other personal identifying information. Exhibit B Page 45 of 54 Agreement No 20-203211 State of Illinois INTER-GOVERNMENTAL GRANT AGREEMENT FISCAL YEAR 2021 / 2 2 20 Page 40 of 48 Federal and state laws, rules and regulations require the collection of this information for certain purposes relating to employment and/or payments for goods and services, including, but not limited to, Awards. The Grantor also collects confidential information for oversight and monitoring purposes. Furnishing personal identity information, such as a social security number, is voluntary; however, failure to provide required personal identity information may prevent an individual or organization from using the services/benefits provided by the Grantor as a result of state or federal laws, rules and regulations. To the extent the Grantee collects or maintains protected personal information as part of carrying out the Award Activities, the Grantee shall maintain the confidentiality of the protected personal information in accordance with applicable law and as set forth below. (a) Personal Information Defined. As used herein, “Personal Information” shall have the definition set forth in the Personal Information Protection Act, 815 ILCS 530/5 (“PIPA”). (b) Protection of Personal Information. The Grantee shall use at least reasonable care to protect the confidentiality of Personal Information that is collected or maintained as part of the Award Activities and (i) not use any Personal Information for any purpose outside the scope of the Award Activities and (ii) except as otherwise authorized by the Grantor in writing, limit access to Personal Information to those of its employees, contractors, and agents who need such access for purposes consistent with the Award Activities. If Grantee provides any contractor or agent with access to Personal Information, it shall require the contractor or agent to comply with the provisions of this paragraph 37.8. (c) Security Assurances. Grantee represents and warrants that it has established and will maintain safeguards against the loss and unauthorized access, acquisition, destruction, use, modification, or disclosure of Personal Information and shall otherwise maintain the integrity of Personal Information in its possession in accordance with any federal or state law privacy requirements, including PIPA. Such safeguards shall be reasonably designed to (i) ensure the security and confidentiality of the Personal Information, (ii) protect against any anticipated threats or hazards to the security or integrity of Personal Information, and (iii) protect against unauthorized access to or use of Personal Information. Additionally, Grantee will have in place policies, which provide for the secure disposal of documents and information which contain Personal Information, including but not limited to shredding documents and establishing internal controls over the authorized access to such information. 815 ILCS 530/40. (d) Breach Response. In the event of any unauthorized access to, unauthorized disclosure of, loss of, damage to or inability to account for any Personal Information (a "Breach"), Grantee agrees that it shall promptly, at its own expense (i) report such Breach to the Grantor by telephone with immediate written confirmation sent by e-mail and by mail, describing in detail any accessed materials and identifying any individual(s) who may have been involved in such Breach; (ii) take all actions necessary or reasonably requested by the Grantor to stop, limit or minimize the Breach; (iii) restore and/or retrieve, as applicable, and return all Personal Information that was lost, damaged, accessed, copied or removed; (iv) cooperate in all reasonable respects to minimize the damage resulting from such Breach; (v) provide any notice to Illinois residents as required by 815 ILCS 530/10 or applicable federal law, in consultation with the Grantor; and (vi) cooperate in the preparation of any report related to the Breach that the Grantor may need to present to any governmental body. (e) Injunctive Relief. Grantee acknowledges that, in the event of a breach of this paragraph 37.8, Grantor will likely suffer irreparable damage that cannot be fully remedied by monetary damages. Accordingly, in addition to any remedy which the Grantor may possess pursuant to applicable law, the Grantor retains the right to seek and obtain injunctive relief against any such breach in any Illinois court of competent jurisdiction. Exhibit B Page 46 of 54 Agreement No 20-203211 State of Illinois INTER-GOVERNMENTAL GRANT AGREEMENT FISCAL YEAR 2021 / 2 2 20 Page 41 of 48 (f) Compelled Access or Disclosure. The Grantee may disclose Personal Information if it is compelled by law, regulation, or legal process to do so, provided the Grantee gives the Grantor at least ten (10) days' prior notice of such compelled access or disclosure (to the extent legally permitted) and reasonable assistance if the Grantor wishes to contest the access or disclosure. ARTICLE XXXVIII ADDITIONAL MISCELLANEOUS PROVISIONS 38.1. Workers’ Compensation Insurance, Social Security, Retirement and Health Insurance Benefits, and Taxes. The Grantee shall provide Workers’ Compensation insurance where the same is required and shall accept full responsibility for the payment of unemployment insurance, premiums for Workers’ Compensation, Social Security and retirement and health insurance benefits, as well as all income tax deduction and any other taxes or payroll deductions required by law for its employees who are performing services specified by this Agreement. 38.2. Required Notice. Grantee agrees to give prompt notice to the Grantor of any event that may materially affect the performance required under this Agreement. Any notice or final decision by Grantor relating to (i) a Termination or Suspension (Article XVI), (b) Modifications, Management Waivers or Term Extensions (Article XXXIV) or (c) Assignments (paragraph 26.4) must be executed by the Director of the Grantor or her or his authorized designee. ARTICLE XXXIX ADDITIONAL REQUIRED CERTIFICATIONS The Grantee makes the following certifications as a condition of this Agreement. These certifications are required by State statute and are in addition to any certifications required by any Federal funding source as set forth in this Agreement. Grantee’s execution of this Agreement shall serve as its attestation that the certifications made herein are true and correct. 39.1. Compliance With Applicable Law. The Grantee certifies that it shall comply with all applicable provisions of federal, state and local law in the performance of its obligations pursuant to this Agreement. 39.2. Sexual Harassment. The Grantee certifies that it has written sexual harassment policies that shall include, at a minimum, the following information: (i) the illegality of sexual harassment; (ii) the definition of sexual harassment under State law; (iii) a description of sexual harassment, utilizing examples; (iv) the Grantee’s internal complaint process including penalties; (v) the legal recourse, investigative and complaint process available through the Department of Human Rights and the Human Rights Commission; (vi) directions on how to contact the Department of Human Rights and the Human Rights Commission; and (vii) protection against retaliation as provided by Section 6-101 of the Illinois Human Rights Act (775 ILCS 5/2-105(A)(4)). A copy of the policies shall be provided to the Grantor upon request. 39.3. Federal, State and Local Laws; Tax Liabilities; State Agency Delinquencies. The Grantee is required to comply with all federal, state and local laws, including but not limited to the filing of any and all applicable tax returns. In the event that a Grantee is delinquent in filing and/or paying any federal, state and/or local taxes, the Grantor shall disburse Grant Funds only if the Grantee enters into an installment payment agreement with said tax authority and remains in good standing therewith. Grantee is required to tender a copy of any such installment payment agreement to the Grantor. In no event may Grantee utilize Grant Funds to discharge outstanding tax liabilities or other debts owed to any governmental unit. The execution of this Agreement by the Grantee is its certification that (i) it is current as to the filing and payment of any federal, state and/or local taxes applicable to Grantee; and (ii) it is not delinquent in its payment of moneys owed to any federal, state, or local unit of government. Exhibit B Page 47 of 54 Agreement No 20-203211 State of Illinois INTER-GOVERNMENTAL GRANT AGREEMENT FISCAL YEAR 2021 / 2 2 20 Page 42 of 48 39.4. Lien Waivers. If applicable, the Grantee shall monitor construction to assure that necessary contractor’s affidavits and waivers of mechanics liens are obtained prior to release of Grant Funds to contractors and subcontractors. Exhibit B Page 48 of 54 Agreement No 20-203211 State of Illinois INTER-GOVERNMENTAL GRANT AGREEMENT FISCAL YEAR 2021 / 2 2 20 Page 43 of 48 PART THREE – THE PROJECT-SPECIFIC TERMS In addition to the uniform requirements in PART ONE and the Grantor-Specific Terms in PART TWO, the Grantor has the following additional requirements for this Project: ARTICLE XL REPORT DELIVERABLE SCHEDULE 40.1. External Audit Reports. External Audit Reports may be required. Refer to Article XV of this Agreement to determine whether you are required to submit an External Audit Report and the applicable due date. 40.2. Annual Financial Reports. Annual Financial Reports may be required. Refer to paragraph 15.2 of this Agreement to determine whether you are required to submit Annual Financial Reports. 40.3. Required Periodic Reports. Below is the required periodic reporting schedule for this Award. May 2021 • Monthly Periodic Financial Report (05/31/2021) - Covering Period of 04/01/2021 - 04/30/2021; Send To: Grant Manager • Monthly Periodic Performance Report (05/31/2021) - Covering Period of 04/01/2021 - 04/30/2021; Send To: Grant Manager June 2021 • Quarterly Illinois Works Apprenticeship Report (06/30/2021) - Covering Period of 04/01/2021 - 05/31/2021; Send To: Grant Manager • Monthly Periodic Financial Report (06/30/2021) - Covering Period of 05/01/2021 - 05/31/2021; Send To: Grant Manager • Monthly Periodic Performance Report (06/30/2021) - Covering Period of 05/01/2021 - 05/31/2021; Send To: Grant Manager July 2021 • Monthly Periodic Financial Report (07/30/2021) - Covering Period of 06/01/2021 - 06/30/2021; Send To: Grant Manager • Monthly Periodic Performance Report (07/30/2021) - Covering Period of 06/01/2021 - 06/30/2021; Send To: Grant Manager August 2021 • Monthly Periodic Financial Report (08/30/2021) - Covering Period of 07/01/2021 - 07/31/2021; Send To: Grant Manager • Monthly Periodic Performance Report (08/30/2021) - Covering Period of 07/01/2021 - 07/31/2021; Send To: Grant Manager September 2021 Exhibit B Page 49 of 54 Agreement No 20-203211 State of Illinois INTER-GOVERNMENTAL GRANT AGREEMENT FISCAL YEAR 2021 / 2 2 20 Page 44 of 48 • Monthly Periodic Financial Report (09/30/2021) - Covering Period of 08/01/2021 - 08/31/2021; Send To: Grant Manager • Monthly Periodic Performance Report (09/30/2021) - Covering Period of 08/01/2021 - 08/31/2021; Send To: Grant Manager November 2021 • Monthly Periodic Financial Report (11/01/2021) - Covering Period of 09/01/2021 - 09/30/2021; Send To: Grant Manager • Monthly Periodic Performance Report (11/01/2021) - Covering Period of 09/01/2021 - 09/30/2021; Send To: Grant Manager • Monthly Periodic Financial Report (11/30/2021) - Covering Period of 10/01/2021 - 10/31/2021; Send To: Grant Manager • Monthly Periodic Performance Report (11/30/2021) - Covering Period of 10/01/2021 - 10/31/2021; Send To: Grant Manager December 2021 • Monthly Periodic Financial Report (12/30/2021) - Covering Period of 11/01/2021 - 11/30/2021; Send To: Grant Manager • Monthly Periodic Performance Report (12/30/2021) - Covering Period of 11/01/2021 - 11/30/2021; Send To: Grant Manager January 2022 • Monthly Periodic Financial Report (01/31/2022) - Covering Period of 12/01/2021 - 12/31/2021; Send To: Grant Manager • Monthly Periodic Performance Report (01/31/2022) - Covering Period of 12/01/2021 - 12/31/2021; Send To: Grant Manager March 2022 • Monthly Periodic Financial Report (03/02/2022) - Covering Period of 01/01/2022 - 01/31/2022; Send To: Grant Manager • Monthly Periodic Performance Report (03/02/2022) - Covering Period of 01/01/2022 - 01/31/2022; Send To: Grant Manager • Monthly Periodic Financial Report (03/30/2022) - Covering Period of 02/01/2022 - 02/28/2022; Send To: Grant Manager • Monthly Periodic Performance Report (03/30/2022) - Covering Period of 02/01/2022 - 02/28/2022; Send To: Grant Manager May 2022 • Monthly Periodic Financial Report (05/02/2022) - Covering Period of 03/01/2022 - 03/31/2022; Send To: Grant Manager • Monthly Periodic Performance Report (05/02/2022) - Covering Period of 03/01/2022 - 03/31/2022; Send To: Grant Manager • Monthly Periodic Financial Report (05/30/2022) - Covering Period of 04/01/2022 - 04/30/2022; Send To: Grant Manager • Monthly Periodic Performance Report (05/30/2022) - Covering Period of 04/01/2022 - 04/30/2022; Send To: Grant Manager Exhibit B Page 50 of 54 Agreement No 20-203211 State of Illinois INTER-GOVERNMENTAL GRANT AGREEMENT FISCAL YEAR 2021 / 2 2 20 Page 45 of 48 June 2022 • Monthly Periodic Financial Report (06/30/2022) - Covering Period of 05/01/2022 - 05/31/2022; Send To: Grant Manager • Monthly Periodic Performance Report (06/30/2022) - Covering Period of 05/01/2022 - 05/31/2022; Send To: Grant Manager August 2022 • Monthly Periodic Financial Report (08/01/2022) - Covering Period of 06/01/2022 - 06/30/2022; Send To: Grant Manager • Monthly Periodic Performance Report (08/01/2022) - Covering Period of 06/01/2022 - 06/30/2022; Send To: Grant Manager • Monthly Periodic Financial Report (08/30/2022) - Covering Period of 07/01/2022 - 07/31/2022; Send To: Grant Manager • Monthly Periodic Performance Report (08/30/2022) - Covering Period of 07/01/2022 - 07/31/2022; Send To: Grant Manager September 2022 • Monthly Periodic Financial Report (09/30/2022) - Covering Period of 08/01/2022 - 08/31/2022; Send To: Grant Manager • Monthly Periodic Performance Report (09/30/2022) - Covering Period of 08/01/2022 - 08/31/2022; Send To: Grant Manager October 2022 • Monthly Periodic Financial Report (10/31/2022) - Covering Period of 09/01/2022 - 09/30/2022; Send To: Grant Manager • Monthly Periodic Performance Report (10/31/2022) - Covering Period of 09/01/2022 - 09/30/2022; Send To: Grant Manager November 2022 • Monthly Periodic Financial Report (11/30/2022) - Covering Period of 10/01/2022 - 10/31/2022; Send To: Grant Manager • Monthly Periodic Performance Report (11/30/2022) - Covering Period of 10/01/2022 - 10/31/2022; Send To: Grant Manager December 2022 • Monthly Periodic Financial Report (12/30/2022) - Covering Period of 11/01/2022 - 11/30/2022; Send To: Grant Manager • Monthly Periodic Performance Report (12/30/2022) - Covering Period of 11/01/2022 - 11/30/2022; Send To: Grant Manager January 2023 • Monthly Periodic Financial Report (01/30/2023) - Covering Period of 12/01/2022 - 12/31/2022; Send To: Grant Manager • Monthly Periodic Performance Report (01/30/2023) - Covering Period of 12/01/2022 - 12/31/2022; Send To: Grant Manager Exhibit B Page 51 of 54 Agreement No 20-203211 State of Illinois INTER-GOVERNMENTAL GRANT AGREEMENT FISCAL YEAR 2021 / 2 2 20 Page 46 of 48 March 2023 • Monthly Periodic Financial Report (03/02/2023) - Covering Period of 01/01/2023 - 01/31/2023; Send To: Grant Manager • Monthly Periodic Performance Report (03/02/2023) - Covering Period of 01/01/2023 - 01/31/2023; Send To: Grant Manager • Monthly Periodic Financial Report (03/30/2023) - Covering Period of 02/01/2023 - 02/28/2023; Send To: Grant Manager • Monthly Periodic Performance Report (03/30/2023) - Covering Period of 02/01/2023 - 02/28/2023; Send To: Grant Manager May 2023 • Monthly Periodic Financial Report (05/01/2023) - Covering Period of 03/01/2023 - 03/31/2023; Send To: Grant Manager • Monthly Periodic Performance Report (05/01/2023) - Covering Period of 03/01/2023 - 03/31/2023; Send To: Grant Manager • End of grant Apprenticeship Certification (05/30/2023) - Covering Period of 04/01/2021 - 03/31/2023; Send To: Grant Manager • End of grant Closeout Financial Report (05/30/2023) - Covering Period of 04/01/2021 - 03/31/2023; Send To: Grant Manager • End of grant Closeout Performance Report (05/30/2023) - Covering Period of 04/01/2021 - 03/31/2023; Send To: Grant Manager 40.4. Changes to Reporting Schedule. Changes to the schedules for periodic reporting, the external audit reports and the annual financial reports do not require a formal modification to this Agreement pursuant to paragraph 26.5 and Article XXXIV, and may be changed unilaterally by the Grantor if necessitated by a change in the project schedule or at the discretion of the Grantor. The Grantee may not modify the reporting deliverable schedules in Articles XIII, XIV, XV and XL unilaterally, and must obtain prior written approval from Grantor or the Grant Accountability and Transparency Unit of the Governor’s Office of Management and Budget, if applicable, to change any reporting deadlines. ARTICLE XLI GRANT-SPECIFIC TERMS/CONDITIONS 41.1. Funding. If this Award is bond-funded, all expenditures shall be in accordance with all applicable bondability guidelines. 41.2. Use of Real Property. Grantee shall use any real property acquired, constructed or improved with Grant Funds pursuant to this Agreement to provide the programs and services specified herein for at least the Award Term stated in Paragraph 1.4. Grantee shall comply with the real property use and disposition requirements set forth in 2 CFR 200.311. 41.3. Projects Requiring External Sign-offs. (1) Pursuant to applicable statute(s), this Award requires sign-off by the following State agency(ies). The status of the sign-off is indicated as of the date the Award is sent to the Grantee for execution: AGENCY SIGN-OFF SIGN-OFF Exhibit B Page 52 of 54 Agreement No 20-203211 State of Illinois INTER-GOVERNMENTAL GRANT AGREEMENT FISCAL YEAR 2021 / 2 2 20 Page 47 of 48 RECEIVED OUTSTANDING Illinois State Historic Preservation Office Illinois Dept. of Agriculture Illinois Dept. of Natural Resources Illinois Environmental Protection Agency X NONE APPLICABLE While any external sign-off is outstanding, the provisions of Item (3), immediately below apply with respect to the disbursement of funds under this Award. NOTE: The fact that a sign-off has been received in no way relieves the Grantee of its obligation to comply with any conditions or requirements conveyed by the applicable agency(ies) in conjunction with the issuance of the sign-off for the project funded under this Agreement. (2) For projects subject to review by the Illinois Environmental Protection Agency (IEPA), the Grantee must, prior to construction, obtain a construction permit or “authorization to construct” from the IEPA pursuant to the provisions of the Environmental Protection Act, 415 ILCS 5/1 et seq. (3) External Sign-Off Provisions: a.) The Project described in Exhibit A and funded under this Agreement is subject to review by the external agency(ies) indicated in Item (1) immediately above. Grantee must comply with requirements established by said agency(ies) relative to their respective reviews. Any requirements communicated to the Grantor shall be incorporated into this Agreement as follows: as an attachment to this Agreement (immediately following PART THREE) at the time of the Agreement execution. The Grantee is contractually obligated to comply with such requirements. b.) Grantee is responsible for coordinating directly with the applicable external agency(ies) relative to said reviews. Except as specifically provided below, the Grantor’s obligation to disburse funds under this Agreement is contingent upon notification by the applicable agency(ies) that all requirements applicable to the project described in this Agreement have been satisfied. Upon receipt of said notification, disbursement of the Grant Funds shall be authorized in accordance with the provisions of Exhibit C herein. c.) Prior to notification of compliance by the applicable external agency(ies), the Grantee may request disbursement of funds only for the following purposes: administrative, contractual, legal, engineering, or architectural costs incurred which are necessary to allow for compliance by the Grantee of requirements established by the external agency(ies). FUNDS WILL NOT BE DISBURSED FOR LAND ACQUISITION OR ANY TYPE OF CONSTRUCTION OR OTHER ACTIVITY WHICH PHYSICALLY IMPACTS THE PROJECT SITE PRIOR TO RECEIPT BY THE GRANTOR OF THE REQUIRED NOTIFICATION FROM ALL APPLICABLE AGENCIES. d.) If external sign-offs are indicated in this paragraph 41.3, disbursement of Grant Funds (whether advance or scheduled) are subject to the restrictions set forth by the External Sign- Off Provisions of this paragraph 41.3. Upon receipt of all required sign-offs, the Grantor’s Accounting Division will be notified of authorization to disburse Grant Funds in accordance with the disbursement method indicated herein. Exhibit B Page 53 of 54 Agreement No 20-203211 State of Illinois INTER-GOVERNMENTAL GRANT AGREEMENT FISCAL YEAR 2021 / 2 2 20 Page 48 of 48 41.4. Prevailing Wage Act Compliance. The work to be performed under this Agreement is subject to the Prevailing Wage Act (820 ILCS 130/0.01 et seq.). Grantee shall comply with all requirements of the Prevailing Wage Act, including but not limited to: (a) inserting into all contracts for construction a stipulation to the effect that not less than the prevailing rate of wages as applicable to the project shall be paid to all laborers, workers, and mechanics performing work under the Award and requiring all bonds of contractors to include a provision as will guarantee the faithful performance of such prevailing wage clause as provided by contract and (b) all required reporting and documentation. 41.5. Compliance with Illinois Works Jobs Program Act. Grantee must comply with requirements in the Illinois Works Jobs Program Act (30 ILCS 559/Art. 20). For Awards with an estimated total project cost of $500,000 or more, the Grantee will be required to comply with the Illinois Works Apprenticeship Initiative (30 ILCS 559/20- 20 to 20-25) and all applicable administrative rules (see 14 Ill. Admin. Code Part 680). The “estimated total project cost” is a good faith approximation of the costs of an entire project being paid for in whole or in part by appropriated capital funds to construct a public work. Grantee must submit a Budget Supplement Form (available on the Grantor’s website) to the Grantor within ninety (90) days of the execution of this Award. The goal of the Illinois Apprenticeship Initiative is that apprentices will perform either 10% of the total labor hours actually worked in each prevailing wage classification or 10% of the estimated labor hours in each prevailing wage classification, whichever is less. Grantee is permitted to seek from the Grantor a waiver or reduction of this goal in certain circumstances pursuant to 30 ILCS 559/20-20(b). The Grantee must ensure compliance for the life of the entire project, including during the term of the Award and after the Term ends, if applicable, and will be required to report on and certify its compliance. 41.6. Compliance with Business Enterprise Program. Grantee acknowledges that it is required to comply with the Business Enterprise Program for Minorities, Females, and Persons with Disabilities Act (“BEP”) (30 ILCS 575/0.01 et seq.), which establishes a goal for contracting with businesses that have been certified as owned and controlled by persons who are minority, female or who have disabilities. Grantee shall maintain compliance with the BEP Utilization Plan submitted in conjunction with the Agreement and shall comply with all reporting requirements. 41.7 Compliance with the Employment of Illinois Workers on Public Works Act. Grantee acknowledges that it is required to comply with the Employment of Illinois Workers on Public Works Act (30 ILCS 570/0.01 et seq.) (the “Act”), which provides that whenever there is a period of excessive unemployment in Illinois (as defined by the Act), if the Grantee is using Grant Funds for (1) constructing or building any public works, or (2) performing the clean-up and on-site disposal of hazardous waste for the State of Illinois or any political subdivision of the State, then the Grantee shall employ at least 90% Illinois laborers on such project. Illinois laborers refers to any person who has resided in Illinois for at least 30 days and intends to become or remain an Illinois resident. Grantee may receive an exception from this requirement by submitting a request and supporting documents certifying that Illinois laborers are either not available or are incapable of performing the particular type of work involved. The certification must: (a) be submitted to the grant manager within the first quarter of the Award Term; (b) provide sufficient support that demonstrates the exception is met; (c) be signed by an authorized signatory of the Grantee; and (d) be approved by the grant manager. In addition, every contractor on a public works project or improvement or hazardous waste clean-up and on-site disposal project in this State may place on such work no more than 3 (or 6 in the case of a hazardous waste clean-up and on-site disposal project) of the contractor’s regularly employed non-resident executive and technical experts. ARTICLE XLII BOND FUNDED GENERAL GRANT PROVISIONS 42.1. Bond Funded General Grant Provisions. It is the intent of the State that all or a portion of the costs of this Project will be paid or reimbursed from the proceeds of tax-exempt bonds subsequently issued by the State. Exhibit B Page 54 of 54 PUBLIC WORKS AND ENGINEERING DEPARTMENT 1420 Miner Street Des Plaines, IL 60016 P: 847.391.5390 desplaines.org Date: April 22, 2021 To: Michael G. Bartholomew, MCP, LEED-AP, City Manager From: Jon Duddles, P.E., CFM, Assistant Director of Public Works and Engineering Cc: Timothy P. Oakley, P.E., CFM, Director of Public Works & Engineering Subject: Bid Award - 2021 Capital Improvement Program (CIP) Contract A Street and Utility Improvements Issue: Bids for the 2021 CIP Street and Utility Improvements, Contract A were opened on April 13, 2021. Analysis: The scope of work includes installation of new water main and water services, repairs and replacement of miscellaneous storm and sanitary sewers, pavement or pavement and base replacement, replacement or construction of new curb and gutter, driveway apron replacement, replacement or construction of new sidewalk, regrading of parkways, and miscellaneous landscaping restoration at the following locations: LOCATION LIMITS ACTIVITY Church St Bellaire Av to Good Av Reconstruction 12” Water Main Storm Sewer Danbury Ln Dover Dr to Roxbury Ln Rehabilitation 8” Water Main Forest Av Margret St to Lee St Rehabilitation 8” Water Main Margret St Forest Av to Wicke Av Rehabilitation 8” Water Main Mark Av Wolf Rd to Madelyn Dr Rehabilitation 8” Water Main Woodland Av River Rd to East End Reconstruction 8” Water Main Storm Sewer MEMORANDUM Page 1 of 48 CONSENT AGENDA #3. Following are the bid results: BIDDER BID AMOUNT John Neri Construction Company, Inc $4,379,262.50 Copenhaver Construction, Inc $4,509,842.00 A Lamp Concrete Contractors, Inc $4,525,994.54 DiMeo Brothers, Inc $4,594,771.00 Martam Construction, Inc $4,595,949.20 Bolder Contractors, Inc $4,648,640.00 Mauro Sewer Construction, Inc $4,789,647.00 The Engineer’s Estimate was $4,702,486.00. Recommendation: References supplied by John Neri Construction Company, Inc are favorable. We recommend award of the 2021 CIP Contract A - Street and Utility Improvements project to John Neri Construction Company, Inc, 770 Factory Rd, Addison, IL 60101 in the amount of $4,379,262.50. Funding source would be the Capital Projects Fund and Water Fund. Attachments: Attachment 1 - Bid Tabulation Resolution R-81-21 Exhibit A - Contract Page 2 of 48 John Neri Construction Co, Inc Copenhaver Construction, Inc A Lamp Concrete Contractors, Inc DiMeo Brothers, Inc Martam Construction, Inc Bolder Contractors, Inc Mauro Sewer Construction, Inc 770 Factory Road 75 Koppie Drive 1900 Wright Boulevard 720 Richard Lane 1200 Gasket Drive 316 Cary Point Drive 1251 Redeker Road Addison, IL 60101 Gilberts, IL 60136 Schaumburg, IL 60193 Elk Grove, IL 60007 Elgin, IL 60120 Cary, IL 60013 Des Plaines, IL 60016 Attended By: Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total $5.00 $840.00 $100.00 $16,800.00 $50.00 $8,400.00 $135.00 $22,680.00 $100.00 $16,800.00 $100.00 $16,800.00 $150.00 $25,200.00 $5.00 $840.00 $95.00 $15,960.00 $50.00 $8,400.00 $125.00 $21,000.00 $100.00 $16,800.00 $70.00 $11,760.00 $105.00 $17,640.00 $32.00 $4,192.00 $19.00 $2,489.00 $40.00 $5,240.00 $45.00 $5,895.00 $32.00 $4,192.00 $17.00 $2,227.00 $30.00 $3,930.00 $36.00 $3,168.00 $31.00 $2,728.00 $45.00 $3,960.00 $55.00 $4,840.00 $35.00 $3,080.00 $29.00 $2,552.00 $50.00 $4,400.00 $0.10 $101.00 $10.00 $10,100.00 $1.00 $1,010.00 $2.00 $2,020.00 $30.00 $30,300.00 $10.00 $10,100.00 $25.00 $25,250.00 $0.10 $115.00 $32.00 $36,800.00 $1.00 $1,150.00 $6.00 $6,900.00 $20.00 $23,000.00 $0.01 $11.50 $25.00 $28,750.00 $0.01 $71.40 $22.00 $157,080.00 $1.00 $7,140.00 $15.00 $107,100.00 $45.00 $321,300.00 $12.00 $85,680.00 $14.00 $99,960.00 $145.00 $40,310.00 $75.00 $20,850.00 $135.00 $37,530.00 $125.00 $34,750.00 $84.00 $23,352.00 $150.00 $41,700.00 $88.00 $24,464.00 $155.00 $602,485.00 $87.00 $338,169.00 $140.00 $544,180.00 $138.00 $536,406.00 $86.00 $334,282.00 $165.00 $641,355.00 $120.00 $466,440.00 $170.00 $222,700.00 $100.00 $131,000.00 $160.00 $209,600.00 $180.00 $235,800.00 $102.00 $133,620.00 $180.00 $235,800.00 $150.00 $196,500.00 $0.01 $160.80 $6.25 $100,500.00 $0.01 $160.80 $1.00 $16,080.00 $6.00 $96,480.00 $0.01 $160.80 $2.00 $32,160.00 $135.00 $102,330.00 $140.00 $106,120.00 $165.00 $125,070.00 $125.00 $94,750.00 $125.00 $94,750.00 $190.00 $144,020.00 $150.00 $113,700.00 $250.00 $3,000.00 $440.00 $5,280.00 $400.00 $4,800.00 $400.00 $4,800.00 $300.00 $3,600.00 $300.00 $3,600.00 $1,050.00 $12,600.00 $4,800.00 $105,600.00 $4,166.00 $91,652.00 $4,500.00 $99,000.00 $4,500.00 $99,000.00 $4,800.00 $105,600.00 $7,000.00 $154,000.00 $6,000.00 $132,000.00 $6,500.00 $39,000.00 $5,882.00 $35,292.00 $5,500.00 $33,000.00 $5,250.00 $31,500.00 $7,000.00 $42,000.00 $9,000.00 $54,000.00 $9,000.00 $54,000.00 $350.00 $14,000.00 $137.00 $5,480.00 $200.00 $8,000.00 $750.00 $30,000.00 $120.00 $4,800.00 $700.00 $28,000.00 $650.00 $26,000.00 $250.00 $1,500.00 $165.00 $990.00 $250.00 $1,500.00 $225.00 $1,350.00 $150.00 $900.00 $300.00 $1,800.00 $250.00 $1,500.00 $400.00 $5,600.00 $600.00 $8,400.00 $400.00 $5,600.00 $150.00 $2,100.00 $600.00 $8,400.00 $500.00 $7,000.00 $300.00 $4,200.00 $600.00 $7,800.00 $1,100.00 $14,300.00 $650.00 $8,450.00 $300.00 $3,900.00 $800.00 $10,400.00 $500.00 $6,500.00 $450.00 $5,850.00 $6,200.00 $142,600.00 $6,700.00 $154,100.00 $6,500.00 $149,500.00 $6,000.00 $138,000.00 $6,100.00 $140,300.00 $9,000.00 $207,000.00 $7,200.00 $165,600.00 $0.10 $337.00 $56.00 $188,720.00 $1.00 $3,370.00 $12.00 $40,440.00 $35.00 $117,950.00 $11.00 $37,070.00 $35.00 $117,950.00 $500.00 $56,500.00 $305.00 $34,465.00 $525.00 $59,325.00 $250.00 $28,250.00 $150.00 $16,950.00 $100.00 $11,300.00 $500.00 $56,500.00 $1,250.00 $141,250.00 $525.00 $59,325.00 $850.00 $96,050.00 $1,250.00 $141,250.00 $1,600.00 $180,800.00 $1,500.00 $169,500.00 $500.00 $56,500.00 $850.00 $96,050.00 $440.00 $49,720.00 $1,100.00 $124,300.00 $1,500.00 $169,500.00 $1,100.00 $124,300.00 $250.00 $28,250.00 $500.00 $56,500.00 $250.00 $28,250.00 $245.00 $27,685.00 $350.00 $39,550.00 $125.00 $14,125.00 $200.00 $22,600.00 $100.00 $11,300.00 $500.00 $56,500.00 $10.00 $1,800.00 $74.00 $13,320.00 $50.00 $9,000.00 $20.00 $3,600.00 $55.00 $9,900.00 $50.00 $9,000.00 $50.00 $9,000.00 $500.00 $1,500.00 $490.00 $1,470.00 $600.00 $1,800.00 $450.00 $1,350.00 $250.00 $750.00 $400.00 $1,200.00 $1,000.00 $3,000.00 $1,800.00 $5,400.00 $625.00 $1,875.00 $850.00 $2,550.00 $2,000.00 $6,000.00 $2,000.00 $6,000.00 $3,500.00 $10,500.00 $1,000.00 $3,000.00 $1,000.00 $3,000.00 $640.00 $1,920.00 $1,000.00 $3,000.00 $2,800.00 $8,400.00 $1,500.00 $4,500.00 $400.00 $1,200.00 $1,000.00 $3,000.00 $750.00 $2,250.00 $655.00 $1,965.00 $1,250.00 $3,750.00 $200.00 $600.00 $200.00 $600.00 $200.00 $600.00 $1,000.00 $3,000.00 $0.10 $58.00 $70.00 $40,600.00 $1.00 $580.00 $1.00 $580.00 $30.00 $17,400.00 $30.00 $17,400.00 $35.00 $20,300.00 $0.10 $3.10 $80.00 $2,480.00 $250.00 $7,750.00 $100.00 $3,100.00 $300.00 $9,300.00 $110.00 $3,410.00 $150.00 $4,650.00 $50.00 $1,350.00 $640.00 $17,280.00 $600.00 $16,200.00 $1,000.00 $27,000.00 $900.00 $24,300.00 $700.00 $18,900.00 $850.00 $22,950.00 $75.00 $7,650.00 $130.00 $13,260.00 $80.00 $8,160.00 $12.00 $1,224.00 $265.00 $27,030.00 $100.00 $10,200.00 $60.00 $6,120.00 $65.00 $6,630.00 $120.00 $12,240.00 $60.00 $6,120.00 $12.00 $1,224.00 $265.00 $27,030.00 $100.00 $10,200.00 $40.00 $4,080.00 $65.00 $6,630.00 $160.00 $16,320.00 $50.00 $5,100.00 $12.00 $1,224.00 $265.00 $27,030.00 $100.00 $10,200.00 $50.00 $5,100.00 $500.00 $500.00 $1,000.00 $1,000.00 $400.00 $400.00 $3,000.00 $3,000.00 $3,500.00 $3,500.00 $4,000.00 $4,000.00 $1,450.00 $1,450.00 $150.00 $300.00 $300.00 $600.00 $400.00 $800.00 $250.00 $500.00 $300.00 $600.00 $900.00 $1,800.00 $1,250.00 $2,500.00 $180.00 $3,600.00 $260.00 $5,200.00 $250.00 $5,000.00 $375.00 $7,500.00 $425.00 $8,500.00 $220.00 $4,400.00 $265.00 $5,300.00 $200.00 $3,800.00 $360.00 $6,840.00 $275.00 $5,225.00 $425.00 $8,075.00 $465.00 $8,835.00 $240.00 $4,560.00 $275.00 $5,225.00 $225.00 $13,050.00 $160.00 $9,280.00 $300.00 $17,400.00 $500.00 $29,000.00 $475.00 $27,550.00 $260.00 $15,080.00 $300.00 $17,400.00 $250.00 $7,500.00 $170.00 $5,100.00 $325.00 $9,750.00 $550.00 $16,500.00 $725.00 $21,750.00 $300.00 $9,000.00 $350.00 $10,500.00 $46.00 $49,174.00 $40.00 $42,760.00 $55.00 $58,795.00 $46.00 $49,174.00 $45.00 $48,105.00 $39.00 $41,691.00 $55.00 $58,795.00 $5.00 $545.00 $40.00 $4,360.00 $10.00 $1,090.00 $120.00 $13,080.00 $150.00 $16,350.00 $10.00 $1,090.00 $120.00 $13,080.00 $5.00 $1,375.00 $2.00 $550.00 $1.00 $275.00 $5.00 $1,375.00 $5.00 $1,375.00 $6.00 $1,650.00 $7.00 $1,925.00 $1.00 $939.00 $10.00 $9,390.00 $1.00 $939.00 $8.00 $7,512.00 $15.00 $14,085.00 $9.00 $8,451.00 $25.00 $23,475.00 $350.00 $6,650.00 $400.00 $7,600.00 $400.00 $7,600.00 $300.00 $5,700.00 $500.00 $9,500.00 $400.00 $7,600.00 $400.00 $7,600.00 $650.00 $20,800.00 $650.00 $20,800.00 $650.00 $20,800.00 $700.00 $22,400.00 $850.00 $27,200.00 $700.00 $22,400.00 $800.00 $25,600.00 $1,200.00 $22,800.00 $940.00 $17,860.00 $1,500.00 $28,500.00 $1,500.00 $28,500.00 $1,650.00 $31,350.00 $1,500.00 $28,500.00 $2,000.00 $38,000.00 $1,725.00 $56,925.00 $1,150.00 $37,950.00 $1,700.00 $56,100.00 $2,200.00 $72,600.00 $2,200.00 $72,600.00 $3,000.00 $99,000.00 $1,700.00 $56,100.00 $3,950.00 $23,700.00 $2,750.00 $16,500.00 $4,000.00 $24,000.00 $4,500.00 $27,000.00 $3,600.00 $21,600.00 $5,000.00 $30,000.00 $4,000.00 $24,000.00 $4,200.00 $37,800.00 $2,650.00 $23,850.00 $3,850.00 $34,650.00 $4,400.00 $39,600.00 $3,500.00 $31,500.00 $5,000.00 $45,000.00 $3,850.00 $34,650.00 $75.00 $600.00 $80.00 $640.00 $70.00 $560.00 $50.00 $400.00 $125.00 $1,000.00 $200.00 $1,600.00 $45.00 $360.00 $80.00 $1,600.00 $60.00 $1,200.00 $90.00 $1,800.00 $100.00 $2,000.00 $135.00 $2,700.00 $200.00 $4,000.00 $55.00 $1,100.00 $90.00 $1,890.00 $89.00 $1,869.00 $110.00 $2,310.00 $135.00 $2,835.00 $145.00 $3,045.00 $200.00 $4,200.00 $75.00 $1,575.00 $155.00 $177,940.00 $107.00 $122,836.00 $135.00 $154,980.00 $150.00 $172,200.00 $83.00 $95,284.00 $150.00 $172,200.00 $85.00 $97,580.00 $110.00 $3,190.00 $99.00 $2,871.00 $130.00 $3,770.00 $150.00 $4,350.00 $225.00 $6,525.00 $180.00 $5,220.00 $80.00 $2,320.00 $4.00 $28,800.00 $5.00 $36,000.00 $4.00 $28,800.00 $4.00 $28,800.00 $5.00 $36,000.00 $4.00 $28,800.00 $6.00 $43,200.00 $19.00 $136,800.00 $22.00 $158,400.00 $22.00 $158,400.00 $22.00 $158,400.00 $21.00 $151,200.00 $18.00 $129,600.00 $19.00 $136,800.00 $20.50 $108,650.00 $22.00 $116,600.00 $22.00 $116,600.00 $22.00 $116,600.00 $21.00 $111,300.00 $18.00 $95,400.00 $20.00 $106,000.00 $30.00 $4,800.00 $37.00 $5,920.00 $30.00 $4,800.00 $36.00 $5,760.00 $28.00 $4,480.00 $30.00 $4,800.00 $45.00 $7,200.00 $1.50 $26,550.00 $1.00 $17,700.00 $1.20 $21,240.00 $2.00 $35,400.00 $1.00 $17,700.00 $1.50 $26,550.00 $1.75 $30,975.00 $7.00 $215,600.00 $5.40 $166,320.00 $6.65 $204,820.00 $6.00 $184,800.00 $5.50 $169,400.00 $6.00 $184,800.00 $6.75 $207,900.00 $25.00 $21,000.00 $35.00 $29,400.00 $35.00 $29,400.00 $26.00 $21,840.00 $28.00 $23,520.00 $20.00 $16,800.00 $26.00 $21,840.00 $1.50 $5,220.00 $2.00 $6,960.00 $2.00 $6,960.00 $1.00 $3,480.00 $1.00 $3,480.00 $1.50 $5,220.00 $1.00 $3,480.00 $74.00 $207,200.00 $67.00 $187,600.00 $70.00 $196,000.00 $60.00 $168,000.00 $58.00 $162,400.00 $54.00 $151,200.00 $67.00 $187,600.00 $90.00 $16,200.00 $89.00 $16,020.00 $85.00 $15,300.00 $70.00 $12,600.00 $72.00 $12,960.00 $75.00 $13,500.00 $88.00 $15,840.00 $10.00 $1,150.00 $99.00 $11,385.00 $20.00 $2,300.00 $55.00 $6,325.00 $125.00 $14,375.00 $127.00 $14,605.00 $200.00 $23,000.00 $4.25 $9,222.50 $3.30 $7,161.00 $3.00 $6,510.00 $4.00 $8,680.00 $3.20 $6,944.00 $2.80 $6,076.00 $4.00 $8,680.00 $5.00 $42,850.00 $3.30 $28,281.00 $6.50 $55,705.00 $4.00 $34,280.00 $3.20 $27,424.00 $2.80 $23,996.00 $7.00 $59,990.00 $14.00 $110,600.00 $4.50 $35,550.00 $15.00 $118,500.00 $15.00 $118,500.00 $19.00 $150,100.00 $10.00 $79,000.00 $20.00 $158,000.00 $40.00 $30,000.00 $40.00 $30,000.00 $45.00 $33,750.00 $40.00 $30,000.00 $49.00 $36,750.00 $32.00 $24,000.00 $40.00 $30,000.00 $1.00 $900.00 $32.00 $28,800.00 $20.00 $18,000.00 $30.00 $27,000.00 $27.00 $24,300.00 $20.00 $18,000.00 $39.00 $35,100.00 41 42 43 44 45 46 47 48 49 EACH SANITARY SEWER WYE FITTINGS, ANY SIZE $205.00 FOOT $135.00 $178,500.00 FOOT TON $133,400.00 $104,525.00 $4,030.00 11 12 13 14 16 17 SQ YD $6.00 $4.00 EACH 14 $450.00 FOOT 180 $8.00 EACH 3 $20.00 EACH 2 19 20 30 31 32 33 34 35 36 37 38 50 51 52 53 54 55 56 57 58 59 SANITARY SEWER LATERAL, PVC FITTINGS SANITARY SEWER REPAIR, 8", REMOVE AND REPLACE - PVC SANITARY SEWER REPAIR, 10", REMOVE AND REPLACE - PVC TREE TRUNK PROTECTION $25.00 $6,550.00 $25,250.00 FOOT 1010 21 22 23 24 25 26 27 28 29 2 3 4 5 6 7 8 9 10 18 15 39 40 6 $5,400.00 $32,400.00 EACH 168 $100.00 SQ YD 180 $85.00 TON 115 $75.00 SQ YD 2170 $3.00 $6,510.00 FOOT 3480 $2.00 8570 $10.00 SQ YD 2800 $70.00 SQ FT 840 $30.00 SQ FT 30800 SQ FT 17700 $2.00 FOOT 160 $35.00 $36,000.00 $216,000.00 $132,500.00 $5,600.00 $35,400.00 $184,800.00 $25,200.00 $6,960.00 $196,000.00 $15,300.00 FOOT 7200 $5.00 FOOT 7200 $30.00 FOOT 5300 $25.00 Section:2021 CIP - CONTRACT A - STREET AND UTILITY IMPROVEMENTS Estimate:$4,702,486.00 Local Agency:Des Plaines Time:10:00 AM Address of Bidder: County:Cook Date:4/13/2021 Name of Bidder: Item No.Item Unit Quantity Unit Price 1 Approved Engineer's Estimate Jon Duddles Terms: Total $16,800.00 INCH-DIA 131 $50.00 EACH 168 $110.00 $18,480.00 INCH-DIA 88 $70.00 $6,160.00 CU YD 7140 $25.00 TON 1150 $15.00 $17,250.00 FOOT 278 $125.00 $34,750.00 $524,745.00 FOOT 3887 POUND 16080 $2.00 FOOT 1310 $155.00 $203,050.00 $32,160.00 FOOT 758 $130.00 $98,540.00 $48.00 EACH 12 FOOT 40 $170.00 EACH 22 $4,500.00 $99,000.00 $200.00 $6,800.00 EACH 6 $250.00 $1,500.00 $2,800.00 EACH 23 $5,800.00 EACH 13 $500.00 $6,500.00 FOOT 3370 $5.00 $16,850.00 $50,850.00 EACH 113 EACH 113 $925.00 EACH 113 $900.00 $101,700.00 EACH 113 $200.00 $22,600.00 $1,440.00 EACH 3 $925.00 EACH 3 $500.00 $1,500.00 $675.00 $2,775.00 EACH 3 $950.00 $2,850.00 $225.00 FOOT 31 $130.00 FOOT 580 $15.00 $8,700.00 EACH 27 $1,200.00 $32,400.00 $2,040.00 FOOT 102 FOOT 102 $25.00 FOOT 102 $15.00 $1,530.00 $300.00 $2,550.00 EACH 1 $650.00 $650.00 $600.00 FOOT 19 $185.00 FOOT 20 $175.00 $3,500.00 $3,515.00 FOOT 58 $200.00 $11,600.00 $6,150.00 FOOT 30 EACH 109 $125.00 FOOT 1069 $50.00 $53,450.00 $5.00 $13,625.00 FOOT 275 $20.00 $5,500.00 $4,695.00 939 EACH 32 $600.00 EACH 19 $200.00 $3,800.00 $1,700.00 $19,200.00 EACH 19 $1,500.00 $28,500.00 $56,100.00 EACH 33 EACH 9 $4,000.00 EACH 6 $3,500.00 $21,000.00 $70.00 $36,000.00 FOOT 8 $50.00 $400.00 $1,400.00 FOOT 20 FOOT 1148 $90.00 FOOT 21 $80.00 $1,680.00 $103,320.00 29 $100.00 $2,900.00 $8,625.00 $20.00 $85,700.00 $26,250.00 SQ YD 7900 $158,000.00 CU YD 750 $35.00 900 $20.00 $18,000.00 TREE ROOT PRUNING TREE REMOVAL (6 TO 15 INCH DIAMETER) TREE REMOVAL (OVER 15 INCH DIAMETER) EXPLORATION TRENCH TEMPORARY AGGREGATE, CA-6 TRENCH BACKFILL WATER MAIN, 6" DUCTILE IRON PIPE, CL 52 WATER MAIN, 8" DUCTILE IRON PIPE, CL 52 WATER MAIN, 12" DUCTILE IRON PIPE, CL 52 WATER MAIN FITTINGS, RESTRAINED JOINT WATER MAIN, 8" HDPE, DIRECTIONAL DRILL WATER MAIN FITTINGS, HDPE TO DIP RESTRAINED JOINT GATE VALVE 8" IN VAULT 4' DIA, ROUND FRAME CLOSED LID CASING PIPE, 16 INCH CASING SPACERS ABANDON EXISTING VALVE AND VAULT FIRE HYDRANT REMOVAL GATE VALVE 12" IN VAULT 5' DIA, ROUND FRAME CLOSED LID FIRE HYDRANT AND AUXILIARY VALVE WATER SERVICE LINE, 1 1/2 INCH WATER SERVICE SADDLE, 1 1/2 INCH CORPORATION STOP, 1 1/2 INCH CURB STOP, 1 1/2 INCH CURB BOX, 1 1/2 INCH WATER SERVICE LINE, 2 INCH WATER SERVICE SADDLE, 2 INCH CORPORATION STOP, 2 INCH CURB STOP, 2 INCH CURB BOX, 2 INCH ADJUSTING WATER SERVICE LINES ADJUST EXISTING CURB BOX SANITARY MH TO BE ADJUSTED, NEW FRAME AND LID SANITARY SEWER LATERAL REPAIR, 6" REMOVE AND REPLACE - DIP SANITARY SEWER LATERAL REPAIR, 6" REMOVE AND REPLACE - PVC SANITARY SEWER LATERAL REPAIR, 6" REMOVE AND REPLACE - WQP SANITARY SEWER REPAIR, 15", REMOVE AND REPLACE - PVC SANITARY SEWER LINING WITH CURED-IN-PLACE LINER, 8" INLET FILTERS PERIMETER SILT FENCE PIPE REMOVAL, ALL SIZES AND TYPES MH, CB, VV TO BE REMOVED SANITARY SEWER REPAIR, 12", REMOVE AND REPLACE - PVC MH, CB, VV TO BE ADJUSTED, NEW FRAME AND LID MH, CB, VV TO BE RECONSTRUCTED, NEW FRAME & LID CB, TY-C, 2'-DIA, CURB FRAME AND GRATE CB, TY-A, 4'-DIA, CURB FRAME AND GRATE MH, TY-A, 4'-DIA, ROUND FRAME, CLOSED LID STORM SEWER, 4" PVC SDR 26 STORM SEWER, 8" PVC SDR 26 STORM SEWER, 10" DIP CL 52 STORM SEWER, 12" DIP CL 52 COMB CURB & GUTTER REMOVAL COMB CONC CURB & GUTTER REPLACEMENT, VARIOUS TYPES COMB CONC CURB & GUTTER B-6.12 CONC BARRIER CURB B-6 SIDEWALK REMOVAL PCC SIDEWALK STORM SEWER, 15" PVC SDR 26 64 DETECTABLE WARNINGS 65 REINFORCEMENT BARS, EPOXY COATED 66 DRIVEWAY PVMT REMOVAL & PCC REPL, 6 IN. 67 DRIVEWAY PVMT REMOVAL & PCC REPL, 8 IN. 62 63 68 TEMPORARY PAVEMENT PATCH 60 61 69 70 PAVEMENT REMOVAL MILLING, 6" 71 PAVEMENT REMOVAL, 14" 72 EARTH EXCAVATION (WIDENING) 73 AGGREGATE BASE REPAIR PAVEMENT REMOVAL MILLING, 1-3" VARIABLE DEPTH Attachment 1 Page 3 of 48 John Neri Construction Co, Inc Copenhaver Construction, Inc A Lamp Concrete Contractors, Inc DiMeo Brothers, Inc Martam Construction, Inc Bolder Contractors, Inc Mauro Sewer Construction, Inc 770 Factory Road 75 Koppie Drive 1900 Wright Boulevard 720 Richard Lane 1200 Gasket Drive 316 Cary Point Drive 1251 Redeker Road Addison, IL 60101 Gilberts, IL 60136 Schaumburg, IL 60193 Elk Grove, IL 60007 Elgin, IL 60120 Cary, IL 60013 Des Plaines, IL 60016 Attended By: Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Section:2021 CIP - CONTRACT A - STREET AND UTILITY IMPROVEMENTS Estimate:$4,702,486.00 Local Agency:Des Plaines Time:10:00 AM Address of Bidder: County:Cook Date:4/13/2021 Name of Bidder: Item No.Item Unit Quantity Unit Price Approved Engineer's Estimate Jon Duddles Terms: Total $1.75 $14,997.50 $2.00 $17,140.00 $1.00 $8,570.00 $3.00 $25,710.00 $1.50 $12,855.00 $1.35 $11,569.50 $3.00 $25,710.00 $1.75 $13,825.00 $1.40 $11,060.00 $1.00 $7,900.00 $3.00 $23,700.00 $1.00 $7,900.00 $1.50 $11,850.00 $2.00 $15,800.00 $1.00 $900.00 $32.00 $28,800.00 $65.00 $58,500.00 $46.00 $41,400.00 $54.00 $48,600.00 $30.00 $27,000.00 $50.00 $45,000.00 $5.00 $1,000.00 $69.00 $13,800.00 $125.00 $25,000.00 $85.00 $17,000.00 $135.00 $27,000.00 $95.00 $19,000.00 $100.00 $20,000.00 $9.25 $72,890.00 $11.40 $89,832.00 $9.35 $73,678.00 $14.00 $110,320.00 $8.00 $63,040.00 $12.00 $94,560.00 $12.00 $94,560.00 $0.01 $52.20 $0.10 $522.00 $0.01 $52.20 $0.10 $522.00 $0.01 $52.20 $0.01 $52.20 $1.00 $5,220.00 $1.00 $29.00 $1.00 $29.00 $0.01 $0.29 $10.00 $290.00 $1.00 $29.00 $1.00 $29.00 $3.00 $87.00 $3.00 $17,850.00 $4.00 $23,800.00 $3.50 $20,825.00 $3.00 $17,850.00 $3.00 $17,850.00 $2.50 $14,875.00 $4.00 $23,800.00 $1.00 $1,150.00 $103.00 $118,450.00 $175.00 $201,250.00 $85.00 $97,750.00 $1.00 $1,150.00 $50.00 $57,500.00 $40.00 $46,000.00 $73.50 $285,180.00 $71.00 $275,480.00 $75.00 $291,000.00 $70.00 $271,600.00 $72.00 $279,360.00 $67.00 $259,960.00 $73.00 $283,240.00 $82.00 $163,180.00 $80.00 $159,200.00 $74.00 $147,260.00 $80.00 $159,200.00 $83.00 $165,170.00 $76.00 $151,240.00 $77.00 $153,230.00 $56.00 $22,680.00 $46.00 $18,630.00 $45.00 $18,225.00 $50.00 $20,250.00 $47.00 $19,035.00 $45.00 $18,225.00 $40.00 $16,200.00 $2.00 $4,260.00 $1.50 $3,195.00 $1.35 $2,875.50 $2.00 $4,260.00 $1.50 $3,195.00 $1.00 $2,130.00 $4.00 $8,520.00 $3.50 $1,260.00 $3.00 $1,080.00 $1.95 $702.00 $4.00 $1,440.00 $2.00 $720.00 $2.00 $720.00 $6.00 $2,160.00 $14.00 $3,430.00 $9.00 $2,205.00 $7.15 $1,751.75 $12.00 $2,940.00 $8.00 $1,960.00 $15.00 $3,675.00 $20.00 $4,900.00 $40.00 $2,600.00 $20.00 $1,300.00 $100.00 $6,500.00 $275.00 $17,875.00 $50.00 $3,250.00 $65.00 $4,225.00 $30.00 $1,950.00 $11.50 $10,948.00 $18.00 $17,136.00 $15.00 $14,280.00 $25.00 $23,800.00 $10.00 $9,520.00 $15.00 $14,280.00 $14.00 $13,328.00 $22.00 $8,008.00 $20.00 $7,280.00 $25.00 $9,100.00 $15.00 $5,460.00 $20.00 $7,280.00 $26.00 $9,464.00 $22.00 $8,008.00 $5.00 $37,000.00 $1.00 $7,400.00 $3.00 $22,200.00 $5.00 $37,000.00 $12.00 $88,800.00 $2.00 $14,800.00 $10.00 $74,000.00 $12.00 $2,400.00 $65.00 $13,000.00 $10.00 $2,000.00 $25.00 $5,000.00 $15.00 $3,000.00 $8.00 $1,600.00 $35.00 $7,000.00 $15.00 $204,000.00 $10.50 $142,800.00 $11.00 $149,600.00 $13.00 $176,800.00 $12.50 $170,000.00 $9.50 $129,200.00 $15.00 $204,000.00 $12.00 $18,000.00 $6.00 $9,000.00 $8.00 $12,000.00 $9.00 $13,500.00 $9.50 $14,250.00 $8.00 $12,000.00 $12.00 $18,000.00 $75,000.00 $75,000.00 $47,000.00 $47,000.00 $50,000.00 $50,000.00 $50,000.00 $50,000.00 $35,000.00 $35,000.00 $70,000.00 $70,000.00 $80,000.00 $80,000.00 $200.00 $2,600.00 $165.00 $2,145.00 $200.00 $2,600.00 $200.00 $2,600.00 $250.00 $3,250.00 $200.00 $2,600.00 $500.00 $6,500.00 $360,731.00 $360,731.00 $541,670.00 $541,670.00 $300,000.00 $300,000.00 $148,000.00 $148,000.00 $178,000.00 $178,000.00 $380,000.00 $380,000.00 $260,000.00 $260,000.00 $9,500.00 $0.00 $8,200.00 $0.00 $0.00 $0.00 $6,000.00 $0.00 $12,000.00 $0.00 $20,000.00 $0.00 $9,500.00 $0.00 $80.00 $0.00 $160.00 $0.00 $0.00 $0.00 $100.00 $0.00 $120.00 $0.00 $200.00 $0.00 $50.00 $0.00 $2,500.00 $0.00 $850.00 $0.00 $0.00 $0.00 $1,750.00 $0.00 $2,100.00 $0.00 $4,000.00 $0.00 $2,500.00 $0.00 $500.00 $0.00 $390.00 $0.00 $0.00 $0.00 $950.00 $0.00 $900.00 $0.00 $900.00 $0.00 $550.00 $0.00 $2,750.00 $0.00 $1,150.00 $0.00 $0.00 $0.00 $1,750.00 $0.00 $1,800.00 $0.00 $4,000.00 $0.00 $2,000.00 $0.00 $125.00 $0.00 $88.00 $0.00 $0.00 $0.00 $88.00 $0.00 $78.00 $0.00 $250.00 $0.00 $75.00 $0.00 $50.00 $0.00 $42.00 $0.00 $0.00 $0.00 $38.00 $0.00 $63.00 $0.00 $90.00 $0.00 $75.00 $0.00 $60.00 $0.00 $48.00 $0.00 $0.00 $0.00 $35.00 $0.00 $54.00 $0.00 $90.00 $0.00 $65.00 $0.00 $72.00 $0.00 $46.00 $0.00 $0.00 $0.00 $45.00 $0.00 $56.00 $0.00 $90.00 $0.00 $75.00 $0.00 $125.00 $0.00 $90.00 $0.00 $0.00 $0.00 $100.00 $0.00 $250.00 $0.00 $250.00 $0.00 $95.00 $0.00 $90.00 $0.00 $46.00 $0.00 $0.00 $0.00 $55.00 $0.00 $85.00 $0.00 $150.00 $0.00 $100.00 $0.00 $100.00 $0.00 $90.00 $0.00 $0.00 $0.00 $30.00 $0.00 $225.00 $0.00 $400.00 $0.00 $100.00 $0.00 $4,525,994.54 $4,525,994.54 $4,379,262.50 $4,379,262.50 $4,648,640.00 $4,648,640.00 $4,594,771.01 $4,594,771.00 $4,595,949.20 $4,595,949.20 $4,509,842.00 $4,509,842.00 $4,789,647.00 $4,789,647.00 As Read: 0 LEVELING BINDER (MACHINE METHOD), N50 TON 0 $0.00 SQ YD 0 $0.00 $0.00 EARTH EXCAVATION CU YD EACH 0 $0.00 0 $0.00 DRIVEWAY PAVEMENT REMOVAL & HMA REPLACEMENT SANITARY MH TO BE RECONSTRUCTED, NEW FRAME AND LID EACH 0 $0.00 $0.00 $0.00 $5.00 94 TOPSOIL PLACEMENT 4" & SODDING SQ YD 13600 $15.00 0 GRANULAR EMBANKMENT 405 $80.00 $32,400.00 $0.00 SQ YD 0 $0.00 $12.00 CASING PIPE, WATER SERVICE, 4 INCH FOOT 0 $0.00 0 $80,000.00 SMH, DMH, CB, VV TO BE ADJUSTED, SALVAGED FRAME AND LID 0 0 0 0 0 Total Bid: REMOVE AND RESET BRICK PAVER DRIVEWAY APRON INSERTION VALVE, 6" WITH VALVE BOX EACH 0 ITEMS TO BE FURNISHED AND CONSTRUCTED ONLY IF REQUESTED IN WRITING BY THE ENGINEER 0 7400 $5.00 TON STORM SEWER, 12" PVC SDR 26 93 95 TOPSOIL PLACEMENT 4" & SEEDING WITH STRAW BLANKET SQ YD 3880 $80.00 2130 $3.00 $6,390.00 $310,400.00 1990 $90.00 $179,100.00 360 $1,800.00 $103,500.00 CU YD TON 1150 $90.00 $0.00 952 $20.00 $19,040.00 65 $100.00 SQ YD 8570 $5.00 $42,850.00 SQ YD 7900 $2.00 $15,800.00 $76,500.00 $85.00 SQ YD 200 $70.00 $14,000.00 $78,800.00 7880 $10.00 5950 $3.00 $17,850.00 $204,000.00 $18,000.00 $0.00 $0.00 $0.00 0 FOOT 200 $30.00 364 $10,920.00 $30.00 $6,000.00 $37,000.00 1500 TON 29 $2.00 SQ YD GALLON 5220 $5.00 $26,100.00 $58.00 SQ YD 900 88 THERMOPLASTIC PVMT. MARKING LINE, 24-INCH FOOT 245 $150.00 $36,750.00 REMOVE SIGN PANEL ASSEMBLY $6,500.00 FOOT As Calculated: $40,000.00 $2,600.00 74 PREPARATION OF BASE 75 GEOTECHNICAL FABRIC FOR GROUND STABILIZATION 76 PAVEMENT PATCHING, CLASS D, TYPE 1, 6" 77 PAVEMENT PATCHING, CLASS B, TYPE 1, 9" 78 AGGREGATE BASE COURSE, TYPE B, 8" 79 80 BITUMINOUS MATERIAL (PRIME COAT) TON EACH FOOT SQ YD FOOT FOOT 81 82 LEVELING BINDER (HAND METHOD), N50 LONGITUDINAL JOINT SEALER AGGREGATE (PRIME COAT) 83 HOT-MIX ASPHALT BINDER COURSE, IL-19, N50, 4" 84 HOT-MIX ASPHALT SURFACE COURSE, MIX D, N50, 2" 85 DRIVEWAY HMA SURFACE COURSE REMOVAL AND REPLACEMENT 86 THERMOPLASTIC PVMT. MARKING LINE, 4-INCH 87 THERMOPLASTIC PVMT. MARKING LINE, 6-INCH 89 90 TELESCOPING STEEL SIGN SUPPORT EACH 0 $0.00 98 TRAFFIC CONTROL & PROTECTION 91 SIGN PANEL, TYPE 1 SQ FT 92 GRADING AND SHAPING PARKWAYS SQ YD GRADING AND SHAPING DITCHES $0.00 96 CONTRACTOR FURNISHED CONSTRUCTION LAYOUT LUMP SUM 1 $40,000.00 97 PORTABLE TOILETS EA CAL MO 13 $200.00 $0.00 0 LUMP SUM 1 $80,000.00 $0.00 INLET TY-A, 2'-DIA, CURB FRAME AND GRATE 0 0 $0.00 $0.00 $0.00 FOOT 0 $0.00 POROUS GRANULAR EMBANKMENT CU YD 0 $0.00 Attachment 1 Page 4 of 48 1 CITY OF DES PLAINES RESOLUTION R - 81 - 21 A RESOLUTION APPROVING AN AGREEMENT WITH JOHN NERI CONSTRUCTION, INC. FOR THE 2021 CAPITAL IMPROVEMENT PROGRAM STREET AND UTILITY IMPROVEMENTS, CONTRACT A. WHEREAS, Article VII, Section 10 of the 1970 Illinois Constitution authorizes the City to contract with individuals, associations, and corporations in any manner not prohibited by law or ordinance; and WHEREAS, the City has appropriated funds in the Capital Projects Fund and Water Fund for use by the Department of Public Works and Engineering during the 2021 fiscal year for the 2021 Capital Improvement Program Street and Utility Improvements, Contract A, which includes installation of new water main and water services, repairs and replacement of miscellaneous storm and sanitary sewers, pavement or pavement and base replacement, replacement or construction of new curb and gutter, driveway apron replacement, replacement or construction of new sidewalk, regrading of parkways, and miscellaneous landscaping restoration at certain locations (collectively, "Work"); and WHEREAS, pursuant to Chapter 10 of Title 1 of the of the City of Des Plaines City Code and the City purchasing policy, the City solicited bids for the procurement of the Work; and WHEREAS, the City received seven bids, which were opened on April 13, 2021; and WHEREAS, John Neri Construction, Inc. ("Contractor") submitted the lowest responsible bid in the not-to-exceed amount of $4,379,262.50; and WHEREAS, the City desires to enter into a contract with Contractor for the performance of the Work in the not-to-exceed amount of $4,379,262.50 ("Agreement"); and WHEREAS, the City Council has determined that it is in the best interest of the City to enter into the Agreement with Contractor; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Des Plaines, Cook County, Illinois, in the exercise of its home rule powers, as follows: SECTION 1: RECITALS. The foregoing recitals are incorporated into, and made a part of, this Resolution as findings of the City Council. SECTION 2: APPROVAL OF AGREEMENT. The City Council hereby approves the Agreement in substantially the form attached to this Resolution as Exhibit A, and in a final form approved by the General Counsel. Page 5 of 48 2 SECTION 3: AUTHORIZATION TO EXECUTE AGREEMENT. The City Council hereby authorizes and directs the City Manager and the City Clerk to execute and seal, on behalf of the City, final Agreement only after receipt by the City Clerk of at least one executed copy of the Agreement from Contractor; provided, however, that if the City Clerk does not receive one executed copy of the Agreement from Contractor within 60 days after the date of adoption of this Resolution, then this authority to execute and seal the Agreement will, at the option of the City Council, be null and void. SECTION 4: EFFECTIVE DATE. This Resolution shall be in full force and effect from and after its passage and approval according to law. PASSED this ___ day of _________________, 2021. APPROVED this ___ day of ____________________, 2021. VOTE: AYES _____ NAYS _____ ABSENT _____ MAYOR ATTEST: Approved as to form: CITY CLERK Peter M. Friedman, General Counsel DP-Resolution Approving Agreement with John Neri Const for 2021 CIP Contract A Street and Utility Improvements Page 6 of 48 CITY OF DES PLAINES CONTRACT FOR THE CONSTRUCTION OF 2021 CIP – Contract A Street and Utility Improvements Prepared By CITY OF DES PLAINES PUBLIC WORKS AND ENGINEERING DEPARTMENT 1420 MINER STREET/NORTHWEST HIGHWAY DES PLAINES, ILLINOIS 60016 Exhibit A Page 7 of 48 -i- CITY OF DES PLAINES CONTRACT FOR THE CONSTRUCTION OF 2021 CIP – Contract A TABLE OF CONTENTS Page ARTICLE I The Work .............................................................................................. 1 1.1 Performance of the Work ....................................................................... 1 1.2 Commencement and Completion Dates ................................................. 2 1.3 Required Submittals ............................................................................... 2 1.4 Review and Interpretation of Contract Provisions ................................. 3 1.5 Conditions at the Work Site; Record Drawings ..................................... 3 1.6 Technical Ability to Perform .................................................................. 4 1.7 Financial Ability to Perform ................................................................... 4 1.8 Time ........................................................................................................ 4 1.9 Safety at the Work Site ........................................................................... 5 1.10 Cleanliness of the Work Site and Environs ............................................ 5 1.11 Damage to the Work, the Work Site, and Other Property ...................... 5 1.12 Subcontractors and Suppliers ................................................................. 6 1.13 Simultaneous Work By Others ............................................................... 6 1.14 Occupancy Prior to Final Payment ......................................................... 6 1.15 Owner’s Right to Terminate or Suspend Work for Convenience .......... 6 ARTICLE II Changes and Delays .............................................................................. 7 2.1 Changes .................................................................................................. 7 2.2 Delays ..................................................................................................... 7 ARTICLE III Contractor’s Responsibility for Defective Work ............................... 8 3.1 Inspection; Testing; Correction of Defects ............................................. 8 3.2 Warranty of Work ................................................................................... 8 3.3 Owner’s Right to Correct ....................................................................... 9 ARTICLE IV Financial Assurances ............................................................................ 9 4.1 Bonds ...................................................................................................... 9 4.2 Insurance ................................................................................................. 9 4.3 Indemnification ..................................................................................... 10 ARTICLE V Payment ............................................................................................... 10 5.1 Contract Price ....................................................................................... 10 5.2 Taxes and Benefits ............................................................................... 10 Exhibit A Page 8 of 48 -ii- 5.3 Progress Payments ................................................................................ 10 5.4 Final Acceptance and Final Payment ................................................... 11 5.5 Liens ..................................................................................................... 11 5.6 Deductions ............................................................................................ 12 ARTICLE VI Disputes And Remedies ...................................................................... 13 6.1 Dispute Resolution Procedure .............................................................. 13 6.2 Contractor’s Remedies ......................................................................... 13 6.3 Owner’s Remedies ................................................................................ 13 6.4 Owner’s Special Remedy for Delay ..................................................... 15 6.5 Terminations and Suspensions Deemed for Convenience ................... 15 ARTICLE VII Legal Relationships And Requirements ........................................... 15 7.1 Binding Effect ...................................................................................... 15 7.2 Relationship of the Parties .................................................................... 15 7.3 No Collusion/Prohibited Interests ........................................................ 15 7.4 Assignment ........................................................................................... 16 7.5 Confidential Information ...................................................................... 16 7.6 No Waiver ............................................................................................ 16 7.7 No Third Party Beneficiaries ................................................................ 17 7.8 Notices .................................................................................................. 17 7.9 Governing Laws ................................................................................... 17 7.10 Changes in Laws ................................................................................... 18 7.11 Compliance with Laws ......................................................................... 18 7.12 Compliance with Patents ...................................................................... 19 7.13 Time ...................................................................................................... 19 7.14 Severability ........................................................................................... 19 7.15 Entire Agreement .................................................................................. 20 7.16 Amendments ......................................................................................... 20 Contractor’s Certification Attachment 1: Schedule of Prices Attachment 2: Supplemental Schedule of Contract Terms Attachment 3: Specifications Attachment 4: List of Drawings Attachment 5: Special Project Requirements Exhibit A Page 9 of 48 -1- CITY OF DES PLAINES CONTRACT FOR THE CONSTRUCTION OF 2021 CIP – Contract A In consideration of the mutual promises set forth below, the City of Des Plaines, 1420 Miner Street / Northwest Highway, Des Plaines, Illinois 60016, an Illinois municipal corporation (“Owner”), and John Neri Construction Co, Inc, 770 Factory Road, Addison, IL 60101 a Corporation (“Contractor”), make this Contract as of May 3, 2021, and hereby agree as follows: ARTICLE I: THE WORK 1.1 Performance of the Work Contractor, at its sole cost and expense, must provide, perform, and complete all of the following, all of which is herein referred to as the “Work”: 1. Labor, Equipment, Materials, and Supplies. Provide, perform, and complete, in the manner described and specified in this Contract, all necessary work, labor, services, transportation, equipment, materials, apparatus, machinery, tools, fuels, gas, electric, water, waste disposal, information, data, and other means and items necessary to accomplish the Project at the Work Site, both as defined in Attachment 2, in accordance with the specifications attached hereto as Attachment 3, the drawings identified in the list attached hereto as Attachment 4, and the Special Project Requirements attached hereto as Attachment 5. 2. Permits. Except as otherwise provided in Attachment 2, procure and furnish all permits, licenses, and other governmental approvals and authorizations necessary in connection therewith. 3. Bonds and Insurance. Procure and furnish all Bonds and all certificates and policies of insurance specified in this Contract. 4. Taxes. Pay all applicable federal, state, and local taxes. 5. Miscellaneous. Do all other things required of Contractor by this Contract, including without limitation arranging for utility and other services needed for the Work and for testing, including the installation of temporary utility lines, wiring, switches, fixtures, hoses, connections, and meters, and providing sufficient sanitary conveniences and shelters to accommodate all workers and all personnel of Owner engaged in the Work. 6. Quality. Provide, perform, and complete all of the foregoing in a proper and workmanlike manner, consistent with the highest standards of professional and construction practices and in full compliance with, and as required by or Exhibit A Page 10 of 48 2021 CIP – Contract A CONTRACT -2- pursuant to, this Contract, and with the greatest economy, efficiency, and expedition consistent therewith, with only new, undamaged and first quality equipment, materials, and supplies. 1.2 Commencement and Completion Dates Contractor must commence the Work not later than the “Commencement Date” set forth on Attachment 2 and must diligently and continuously prosecute the Work at such a rate as will allow the Work to be fully provided, performed, and completed in full compliance with this Contract not later than the “Completion Date” set forth in Attachment 2. The time of commencement, rate of progress, and time of completion are referred to in this Contract as the “Contract Time.” 1.3 Required Submittals A. Submittals Required. Contractor must submit to Owner all documents, data, and information specifically required to be submitted by Contractor under this Contract and must, in addition, submit to Owner all such drawings, specifications, descriptive information, and engineering documents, data, and information as may be required, or as may be requested by Owner, to show the details of the Work, including a complete description of all equipment, materials, and supplies to be provided under this Contract (“Required Submittals”). Such details must include, but are not limited to, design data, structural and operating features, principal dimensions, space required or provided, clearances required or provided, type and brand of finish, and all similar matters, for all components of the Work. B. Number and Format. Contractor must provide three complete sets for each Required Submittal. All Required Submittals, except drawings, must be prepared on white 8-1/2” x 11”. Two blueline prints and one sepia transparency of each drawing must be provided. All drawings must be clearly marked in the lower right-hand corner with the names of Owner and Contractor. C. Time of Submission and Owner’s Review. All Required Submittals must be provided to Owner no later than the time, if any, specified in this Contract for their submission or, if no time for submission is specified, in sufficient time, in Owner’s sole opinion, to permit Owner to review the same prior to the commencement of the part of the Work to which they relate and prior to the purchase of any equipment, materials, or supplies that they describe. Owner will have the right to require such corrections as may be necessary to make such submittals conform to this Contract. All such submittals will, after final processing and review with no exception noted by Owner, become a part of this Contract. No Work related to any submittal may be performed by Contractor until Owner has completed review of such submittal with no exception noted. Owner’s review and stamping of any Required Submittal will be for the sole purpose of examining the general management, design, and details of the proposed Work, does not relieve Contractor of the entire responsibility for the performance of the Work in full compliance with, and as required by or pursuant to this Contract, and may not be regarded as any assumption of risk or liability by Owner. Exhibit A Page 11 of 48 2021 CIP – Contract A CONTRACT -3- D. Responsibility for Delay. Contractor is responsible for any delay in the Work due to delay in providing Required Submittals conforming to this Contract. 1.4 Review and Interpretation of Contract Provisions Contractor represents and warrants that it has carefully reviewed this Contract, including all of its Attachments, and the drawings identified in Attachment 4, all of which are by this reference incorporated into and made a part of this Contract. Contractor must, at no increase in the Contract Price, provide workmanship, equipment, materials, and supplies that fully conform to this Contract. Whenever any equipment, materials or supplies are specified or described in this Contract by using the name or other identifying feature of a proprietary product or the name or other identifying feature of a particular manufacturer or vendor, the specific item mentioned is understood as establishing the type, function and quality desired. Other manufacturers’ or vendors’ products may be accepted, provided that the products proposed are equivalent in substance and function to those named as determined by Owner in its sole and absolute discretion. Contractor must promptly notify Owner of any discrepancy, error, omission, ambiguity, or conflict among any of the provisions of this Contract before proceeding with any Work affected thereby. If Contractor fails to give such notice to Owner, then the subsequent decision of Owner as to which provision of this Contract governs is final, and any corrective work required does not entitle Contractor to any damages, to any compensation in excess of the Contract Price, or to any delay or extension of the Contract Time. When the equipment, materials, or supplies furnished by Contractor cannot be installed as specified in this Contract, Contractor must, without any increase in the Contract Price, make all modifications required to properly install the equipment, materials, or supplies. Any such modification is subject to the prior review and consent of Owner. 1.5 Conditions at the Work Site; Record Drawings Contractor represents and warrants that it has had a sufficient opportunity to conduct a thorough investigation of the Work Site and the surrounding area and has completed such investigation to its satisfaction. Contractor will have no claim for damages, for compensation in excess of the Contract Price, or for a delay or extension of the Contract Time based upon conditions found at, or in the vicinity of, the Work Site. When information pertaining to subsurface, underground or other concealed conditions, soils analysis, borings, test pits, utility locations or conditions, buried structures, condition of existing structures, and other investigations is or has been provided by Owner, or is or has been otherwise made available to Contractor by Owner, such information is or has been provided or made available solely for the convenience of Contractor and is not part of this Contract. Owner assumes no responsibility whatever in respect to the sufficiency or accuracy of such information, and there is no guaranty or warranty, either expressed or implied, that the conditions indicated are representative of those existing throughout the Work or the Work Site, or that the conditions indicated are representative of those existing at any particular location, or that the conditions indicated may not change, or that unanticipated conditions may not be present. Exhibit A Page 12 of 48 2021 CIP – Contract A CONTRACT -4- Contractor is solely responsible for locating all existing underground installations by prospecting no later than two workdays prior to any scheduled excavation or trenching, whichever is earlier. Contractor must check all dimensions, elevations, and quantities indicated in this Contract within the same time period as set forth above for prospecting underground installations. Contractor must lay out the Work in accordance with this Contract and must establish and maintain such locations, lines and levels. Wherever pre-existing work is encountered, Contractor must verify and be responsible for dimensions and location of such pre-existing work. Contractor must notify Owner of any discrepancy between the dimensions, elevations and quantities indicated in this Contract and the conditions of the Work Site or any other errors, omissions or discrepancies which Contract may discover during such inspections. Full instructions will be furnished by Owner should such error, omission, or discrepancy be discovered, and Contractor must carry out such instructions as if originally specified and without any increase in Contract Price. Before Final Acceptance of the Work, Contractor must submit to Owner two sets of Drawings of Record, unless a greater number is specified elsewhere in this Contract, indicating all field deviations from Attachment 2 or the drawings identified in Attachment 4. 1.6 Technical Ability to Perform Contractor represents and warrants that it is sufficiently experienced and competent, and has the necessary capital, facilities, plant, organization, and staff, to provide, perform and complete the Work in full compliance with, and as required by or pursuant to, this Contract. 1.7 Financial Ability to Perform Contractor represents and warrants that it is financially solvent, and Contractor has the financial resources necessary to provide, perform and complete the Work in full compliance with, and as required by or pursuant to, this Contract. 1.8 Time Contractor represents and warrants that it is ready, willing, able and prepared to begin the Work on the Commencement Date and that the Contract Time is sufficient time to permit completion of the Work in full compliance with, and as required by or pursuant to, this Contract for the Contract Price, all with due regard to all natural and man-made conditions that may affect the Work or the Work Site and all difficulties, hindrances, and delays that may be incident to the Work. 1.9 Safety at the Work Site Contractor is solely and completely responsible for providing and maintaining safe conditions at the Work Site, including the safety of all persons and property during performance of the Work. This requirement applies continuously and is not limited to normal working hours. Exhibit A Page 13 of 48 2021 CIP – Contract A CONTRACT -5- Contractor must take all safety precautions as necessary to comply with all applicable laws and to prevent injury to persons and damage to property. Contractor must conduct all of its operations without interruption or interference with vehicular and pedestrian traffic on public and private rights-of-way, unless it has obtained permits therefor from the proper authorities. If any public or private right-of-way are rendered unsafe by Contractor’s operations, Contractor must make such repairs or provide such temporary ways or guards as are acceptable to the proper authorities. 1.10 Cleanliness of the Work Site and Environs Contractor must keep the Work Site and adjacent areas clean at all times during performance of the Work and must, upon completion of the Work, leave the Work Site and adjacent areas in a clean and orderly condition. 1.11 Damage to the Work, the Work Site, and Other Property The Work and everything pertaining thereto is provided, performed, completed, and maintained at the sole risk and cost of Contractor from the Commencement Date until Final Payment. Contractor is fully responsible for the protection of all public and private property and all persons. Without limiting the foregoing, Contractor must, at its own cost and expense, provide all permanent and temporary shoring, anchoring and bracing required by the nature of the Work in order to make all parts absolutely stable and rigid, even when such shoring, anchoring and bracing is not explicitly specified, and support and protect all buildings, bridges, roadways, conduits, wires, water pipes, gas pipes, sewers, pavements, curbs, sidewalks, fixtures and landscaping of all kinds and all other public or private property that may be encountered or endangered in providing, performing and completing the Work. Contractor will have no claim against Owner because of any damage or loss to the Work or to Contractor’s equipment, materials, or supplies from any cause whatsoever, including damage or loss due to simultaneous work by others. Contractor must, promptly and without charge to Owner, repair or replace, to the satisfaction of Owner, any damage done to, and any loss suffered by, the Work and any damage done to, and any loss suffered by, the Work Site or other property as a result of the Work. Notwithstanding any other provision of this Contract, Contractor’s obligations under this Section exist without regard to, and may not be construed to be waived by, the availability or unavailability of any insurance, either of Owner or Contractor, to indemnify, hold harmless, or reimburse Contractor for the cost of any repair or replacement work required by this Section. 1.12 Subcontractors and Suppliers A. Approval and Use of Subcontractors and Suppliers. Contractor must perform the Work with its own personnel and under the management, supervision, and control of its own organization unless otherwise approved by Owner in writing. All subcontractors, suppliers, and subcontracts used by Contractor must be acceptable to, and approved in advance by, Owner. Owner’s approval of any subcontractor, supplier, and subcontract does not relieve Contractor of full responsibility and liability for the provision, performance, and completion of the Work in full compliance with, and as required by or pursuant to, this Contract. All Work Exhibit A Page 14 of 48 2021 CIP – Contract A CONTRACT -6- performed under any subcontract is subject to all of the provisions of this Contract in the same manner as if performed by employees of Contractor. Every reference in this Contract to “Contractor” is deemed also to refer to all subcontractors and suppliers of Contractor. Every subcontract must include a provision binding the subcontractor or supplier to all provisions of this Contract. B. Removal of Subcontractors and Suppliers. If any subcontractor or supplier fails to perform the part of the Work undertaken by it in a manner satisfactory to Owner, Contractor must immediately upon notice from Owner terminate such subcontractor or supplier. Contractor will have no claim for damages, for compensation in excess of the Contract Price, or for a delay or extension of the Contract Time as a result of any such termination. 1.13 Simultaneous Work By Others Owner has the right to perform or have performed such other work as Owner may desire in, about, or near the Work Site during the performance of the Work by Contractor. Contractor must make every reasonable effort to perform the Work in such manner as to enable both the Work and such other work to be completed without hindrance or interference from each other. Contractor must afford Owner and other contractors reasonable opportunity for the execution of such other work and must properly coordinate the Work with such other work. 1.14 Occupancy Prior to Final Payment Owner will have the right, at its election, to occupy, use, or place in service any part of the Work prior to Final Payment. Such occupancy, use, or placement in service must be conducted in such manner as not to damage any of the Work or to unreasonably interfere with the progress of the Work. No such occupancy, use, or placement in service may be construed as an acceptance of any of the Work or a release or satisfaction of Contractor ’s duty to insure and protect the Work, nor may it, unless conducted in an unreasonable manner, be considered as an interference with Contractor’s provision, performance, or completion of the Work. 1.15 Owner’s Right to Terminate or Suspend Work for Convenience A. Termination or Suspension for Convenience. Owner has the right, for its convenience, to terminate or suspend the Work in whole or in part at any time by written notice to Contractor. Every such notice must state the extent and effective date of such termination or suspension. On such effective date, Contractor must, as and to the extent directed, stop Work under this Contract, cease all placement of further orders or subcontracts, terminate or suspend Work under existing orders and subcontracts, cancel any outstanding orders or subcontracts that may be cancelled, and take any action necessary to protect any property in its possession in which Owner has or may acquire any interest and to dispose of such property in such manner as may be directed by Owner. B. Payment for Completed Work. In the event of any termination pursuant to Subsection 1.15A above, Owner must pay Contractor (1) such direct costs, excluding overhead, as Contractor has paid or incurred for all Work done in compliance with, and as required by or Exhibit A Page 15 of 48 2021 CIP – Contract A CONTRACT -7- pursuant to, this Contract up to the effective date of termination together with ten percent of such costs for overhead and profit; and (2) such other costs pertaining to the Work, exclusive of overhead and profit, as Contractor may have reasonably and necessarily incurred as the result of such termination. Any such payment may be offset by any prior payment or payments and is subject to Owner’s rights to withhold and deduct as provided in this Contract. ARTICLE II: CHANGES AND DELAYS 2.1 Changes Owner has the right, by written order executed by Owner, to make changes in the Contract, the Work, the Work Site, and the Contract Time (“Change Order”). If any Change Order causes an increase or decrease in the amount of the Work, an equitable adjustment in the Contract Price or Contract Time may be made. All claims by Contractor for an equitable adjustment in either the Contract Price or the Contract Time must be made within two business days following receipt of such Change Order, and may, if not made prior to such time, be conclusively deemed to have been waived. No decrease in the amount of the Work caused by any Change Order will entitle Contractor to make any claim for damages, anticipated profits, or other compensation. 2.2 Delays A. Extensions for Unavoidable Delays. For any delay that may result from causes that could not be avoided or controlled by Contractor, Contractor must, upon timely written application, be entitled to issuance of a Change Order providing for an extension of the Contract Time for a period of time equal to the delay resulting from such unavoidable cause. No extension of the Contract Time will be allowed for any other delay in completion of the Work. B. No Compensation for Delays. No payment, compensation, damages, or adjustment of any kind, other than the extension of the Contract Time provided in Subsection 2.2A above, may be made to, or claimed by, Contractor because of hindrances or delays from any cause in the commencement, prosecution, or completion of the Work, whether caused by Owner or any other party and whether avoidable or unavoidable. ARTICLE III: CONTRACTOR’S RESPONSIBILITY FOR DEFECTIVE WORK 3.1 Inspection; Testing; Correction of Defects A. Inspection. Until Final Payment, all parts of the Work are subject to inspection and testing by Owner or its designated representatives. Contractor must furnish, at its own expense, all reasonable access, assistance, and facilities required by Owner for such inspection and testing. B. Re-Inspection. Re-inspection and re-testing of any Work may be ordered by Owner at any time, and, if so ordered, any covered or closed Work must be uncovered or opened Exhibit A Page 16 of 48 2021 CIP – Contract A CONTRACT -8- by Contractor. If the Work is found to be in full compliance with this Contract, then Owner must pay the cost of uncovering, opening, re-inspecting, or re-testing, as the case may be. If such Work is not in full compliance with this Contract, then Contractor must pay such cost. C. Correction. Until Final Payment, Contractor must, promptly and without charge, repair, correct, or replace all or any part of the Work that is defective, damaged, flawed, or unsuitable or that in any way fails to conform strictly to the requirements of this Contract. 3.2 Warranty of Work A. Scope of Warranty. Contractor warrants that the Work and all of its components will be free from defects and flaws in design, workmanship, and materials; must strictly conform to the requirements of this Contract; and will be fit, sufficient, and suitable for the purposes expressed in, or reasonably inferred from, this Contract. The warranty herein expressed is in addition to any other warranties expressed in this Contract, or expressed or implied by law, which are hereby reserved unto Owner. B. Repairs; Extension of Warranty. Contractor, promptly and without charge, must correct any failure to fulfill the above warranty that may be discovered or develop at a ny time within one year after Final Payment or such longer period as may be prescribed in Attachment 2 or Attachment 5 to this Contract or by law. The above warranty may be extended automatically to cover all repaired and replacement parts and labor provided or performed under such warranty and Contractor’s obligation to correct Work may be extended for a period of one year from the date of such repair or replacement. The time period established in this Subsection 3.2B relates only to the specific obligation of Contractor to correct Work and may not be construed to establish a period of limitation with respect to other obligations that Contractor has under this Contract. C. Subcontractor and Supplier Warranties. Whenever Attachment 2 or Attachment 5 requires a subcontractor or supplier to provide a guaranty or warranty, Contractor is solely responsible for obtaining said guaranty or warranty in form satisfactory to Owner and assigning said warranty or guaranty to Owner. Acceptance of any assigned warranties or guaranties by Owner is a precondition to Final Payment and does not relieve Contractor of any of its guaranty or warranty obligations under this Contract. 3.3 Owner’s Right to Correct If, within two business days after Owner gives Contractor notice of any defect, damage, flaw, unsuitability, nonconformity, or failure to meet warranty subject to correction by Contractor pursuant to Section 3.1 or Section 3.2 of this Contract, Contractor neglects to make, or undertake with due diligence to make, the necessary corrections, then Owner is entitled to make, either with its own forces or with contract forces, the corrections and to recover from Contractor all resulting costs, expenses, losses, or damages, including attorneys ’ fees and administrative expenses. Exhibit A Page 17 of 48 2021 CIP – Contract A CONTRACT -9- ARTICLE IV: FINANCIAL ASSURANCES 4.1 Bonds Contemporaneous with Contractor’s execution of this Contract, Contractor must provide a Performance Bond and a Labor and Material Payment Bond, on forms provided by, or otherwise acceptable to, Owner, from a surety company licensed to do business in the State of Illinois with a general rating of A and a financial size category of Class X or better in Best’s Insurance Guide, each in the penal sum of the Contract Price (“Bonds”). Contractor, at all times while providing, performing, or completing the Work, including, without limitation, at all times while correcting any failure to meet warranty pursuant to Section 3.2 of this Contract, must maintain and keep in force, at Contractor’s expense, the Bonds required hereunder. 4.2 Insurance Contemporaneous with Contractor’s execution of this Contract, Contractor must provide certificates and policies of insurance evidencing the minimum insurance coverages and limits set forth in Attachment 2. For good cause shown, Owner may extend the time for submission of the required policies of insurance upon such terms, and with such assurances of complete and prompt performance, as Owner may impose in the exercise of its sole discretion. Such policies must be in a form, and from companies, acceptable to Owner. Such insurance must provide that no change, modification in, or cancellation of any insu rance becomes effective until the expiration of 30 days after written notice thereof has have been given by the insurance company to Owner. Contractor must, at all times while providing, performing, or completing the Work, including, without limitation, at all times while correcting any failure to meet warranty pursuant to Section 3.2 of this Contract, maintain and keep in force, at Contractor’s expense, the minimum insurance coverages and limits set forth in Attachment 2. 4.3 Indemnification Contractor hereby agrees to and will indemnify, save harmless, and defend Owner and all of it elected officials, officers, employees, attorneys, agents, and representatives against any and all lawsuits, claims, demands, damages, liabilities, losses, and expenses, including attorneys’ fees and administrative expenses, that may arise, or be alleged to have arisen, out of or in connection with Contractor’s performance of, or failure to perform, the Work or any part thereof, whether or not due or claimed to be due in whole or in part to the active, passive, or concurrent negligence or fault of Contractor, except to the extent caused solely by the negligence of Owner. ARTICLE V: PAYMENT 5.1 Contract Price Owner must pay to Contractor, in accordance with and subject to the terms and conditions set forth in this Article V and Attachment 2, and Contractor must accept in full satisfaction for providing, performing, and completing the Work, the amount or amounts set Exhibit A Page 18 of 48 2021 CIP – Contract A CONTRACT -10- forth in Attachment 2 (the “Contract Price”), subject to any additions, deductions, or withholdings provided for in this Contract. 5.2 Taxes and Benefits Owner is exempt from and will not be responsible to pay, or reimburse Contractor for, any state or local sales, use, or excise taxes. The Contract Price includes all other applicable federal, state, and local taxes of every kind and nature applicable to the Work as well as all taxes, contributions, and premiums for unemployment insurance, old age or retirement benefits, pensions, annuities, or other similar benefits. All claim or right to claim additional compensation by reason of the payment of any such tax, contribution, or premium is hereby waived and released by Contractor. 5.3 Progress Payments A. Payment in Installments. The Contract Price must be paid in monthly installments in the manner set forth in Attachment 2 (“Progress Payments”). B. Pay Requests. Contractor must, as a condition precedent to its right to receive each Progress Payment, submit to Owner a pay request in the form provided by Owner (“Pay Request”). The first Pay Request must be submitted not sooner than 30 days following commencement of the Work. Owner may, by written notice to Contractor, designate a specific day of each month on or before which Pay Requests must be submitted. Each Pay Request must include (a) Contractor’s certification of the value of, and partial or final waivers of lien covering, all Work for which payment is then requested and (b) Contractor’s certification that all prior Progress Payments have been properly applied to the payment or reimbursement of the costs with respect to which they were paid. C. Work Entire. This Contract and the Work are entire and the Work as a whole is of the essence of this Contract. Notwithstanding any other provision of this Contract, each and every part of this Contract and of the Work are interdependent and common to one another and to Owner’s obligation to pay all or any part of the Contract Price or any other consideration for the Work. Any and all Progress Payments made pursuant to this Article are provided merely for the convenience of Contractor and for no other purpose. 5.4 Final Acceptance and Final Payment A. Notice of Completion. When the Work has been completed and is ready in all respects for acceptance by Owner, Contractor must notify Owner and request a final inspection (“Notice of Completion”). Contractor’s Notice of Completion must be given sufficiently in advance of the Completion Date to allow for scheduling of the final inspection and for completion or correction before the Completion Date of any items identified by such inspection as being defective, damaged, flawed, unsuitable, nonconforming, incomplete, or otherwise not in full compliance with, or as required by or pursuant to, this Contract (“Punch List Work”). Exhibit A Page 19 of 48 2021 CIP – Contract A CONTRACT -11- B. Punch List and Final Acceptance. The Work may be finally accepted when, and only when, the whole and all parts thereof have been completed to the satisfaction of Owner in full compliance with, and as required by or pursuant to, this Contract. Upon receipt of Contractor’s Notice of Completion, Owner must make a review of the Work and notify Contractor in writing of all Punch List Work, if any, to be completed or corrected. Following Contractor’s completion or correction of all Punch List Work, Owner must make another review of the Work and prepare and deliver to Contractor either a written notice of additional Punch List Work to be completed or corrected or a written notice of final acceptance of the Work (“Final Acceptance”). C. Final Payment. As soon as practicable after Final Acceptance, Contractor must submit to Owner a properly completed final Pay Request in the form provided by Owner (“Final Pay Request”). Owner must pay to Contractor the balance of the Contract Price, after deducting therefrom all charges against Contractor as provided for in this Contract (“Final Payment”). Final Payment must be made not later than 60 days after Owner approves the Final Pay Request. The acceptance by Contractor of Final Payment will operate as a full and complete release of Owner of and from any and all lawsuits, claims, demands, damages, liabilities, losses, an d expenses of, by, or to Contractor for anything done, furnished for, arising out of, relating to, or in connection with the Work or for or on account of any act or neglect of Owner arising out of, relating to, or in connection with the Work. 5.5 Liens A. Title. Nothing in this Contract may be construed as vesting in Contractor any right of property in any equipment, materials, supplies, and other items provided under this Contract after they have been installed in, incorporated into, attached to, or affixed to, the Work or the Work Site. All such equipment, materials, supplies, and other items will, upon being so installed, incorporated, attached or affixed, become the property of Owner, but such title will not release Contractor from its duty to insure and protect the Work in accordance with the requirements of this Contract. B. Waivers of Lien. Contractor must, from time to time at Owner’s request and in any event prior to Final Payment, furnish to Owner such receipts, releases, affidavits, certificates, and other evidence as may be necessary to establish, to the reasonable satisfaction of Owner, that no lien against the Work or the public funds held by Owner exists in favor of any person whatsoever for or by reason of any equipment, material, supplies, or other item furnished, labor performed, or other thing done in connection with the Work or this Contract (“Lien”) and that no right to file any Lien exists in favor of any person whatsoever. C. Removal of Liens. If at any time any notice of any Lien is filed, then Contractor must, promptly and without charge, discharge, remove, or otherwise dispose of such Lien. Until such discharge, removal, or disposition, Owner will have the right to retain from any money payable hereunder an amount that Owner, in its sole judgment, deems necessary to satisfy such Lien and to pay the costs and expenses, including attorneys’ fees and administrative expenses, of any actions brought in connection therewith or by reason thereof. Exhibit A Page 20 of 48 2021 CIP – Contract A CONTRACT -12- D. Protection of Owner Only. This Section does not operate to relieve Contractor’s surety or sureties from any of their obligations under the Bonds, nor may it be deemed to vest any right, interest, or entitlement in any subcontractor or supplier. Owner’s retention of funds pursuant to this Section is deemed solely for the protection of its own interests pending removal of such Liens by Contractor, and Owner will have no obligation to apply such funds to such removal but may, nevertheless, do so where Owner’s interests would thereby be served. 5.6 Deductions A. Owner’s Right to Withhold. Notwithstanding any other provision of this Contract and without prejudice to any of Owner’s other rights or remedies, Owner will have the right at any time or times, whether before or after approval of any Pay Request, to deduct and withhold from any Progress or Final Payment that may be or become due under this Contract such amount as may reasonably appear necessary to compensate Owner for any actual or prospective loss due to: (1) Work that is defective, damaged, flawed, unsuitable, nonconforming, or incomplete; (2) damage for which Contractor is liable under this Contract; (3) state or local sales, use, or excise taxes from which Owner is exempt; (4) Liens or claims of Lien regardless of merit; (5) claims of subcontractors, suppliers, or other persons regardless of merit; (6) delay in the progress or completion of the Work; (7) inability of Contractor to complete the Work; (8) failure of Contractor to properly complete or document any Pay Request; (9) any other failure of Contractor to perform any of its obligations under this Contract; or (10) the cost to Owner, including attorneys’ fees and administrative costs, of correcting any of the aforesaid matters or exercising any one or more of Owner’s remedies set forth in Section 6.3 of this Contract. B. Use of Withheld Funds. Owner is entitled to retain any and all amounts withheld pursuant to Subsection 5.6A above until Contractor has either performed the obligations in question or furnished security for such performance satisfactory to Owner. Owner is entitled to apply any money withheld or any other money due Contractor under this Contract to reimburse itself for any and all costs, expenses, losses, damages, liabilities, suits, judgments, awards, attorneys’ fees and administrative expenses incurred, suffered, or sustained by Owner and chargeable to Contractor under this Contract. ARTICLE VI: DISPUTES AND REMEDIES 6.1 Dispute Resolution Procedure A. Notice of Disputes and Objections. If Contractor disputes or objects to any requirement, direction, instruction, interpretation, determination, or decision of Owner, Contractor may notify Owner in writing of its dispute or objection and of the amount of any equitable adjustment to the Contract Price or Contract Time to which Contractor claims it will be entitled as a result thereof; provided, however, that Contractor must, nevertheless, proceed without delay to perform the Work as required, directed, instructed, interpreted, determined, or decided by Owner, without regard to such dispute or objection. Unless Contractor so notifies Owner within two business days after receipt of such requirement, direction, instruction, Exhibit A Page 21 of 48 2021 CIP – Contract A CONTRACT -13- interpretation, determination, or decision, Contractor is conclusively deemed to have waived all such disputes or objections and all claims based thereon. B. Negotiation of Disputes and Objections. To avoid and settle without litigation any such dispute or objection, Owner and Contractor agree to engage in good faith negot iations. Within three business days after Owner’s receipt of Contractor’s written notice of dispute or objection, a conference between Owner and Contractor will be held to resolve the dispute. Within three business days after the end of the conference, Owner must render its final decision, in writing, to Contractor. If Contractor objects to the final decision of Owner, then it must, within three business days, give Owner notice thereof and, in such notice, must state its final demand for settlement of the dispute. Unless Contractor so notifies Owner, Contractor will be conclusively deemed (1) to have agreed to and accepted Owner’s final decision and (2) to have waived all claims based on such final decision. 6.2 Contractor’s Remedies If Owner fails or refuses to satisfy a final demand made by Contractor pursuant to Section 6.1 of this Contract, or to otherwise resolve the dispute which is the subject of such demand to the satisfaction of Contractor, within 10 days after receipt of such demand, then Contractor will be entitled to pursue such remedies, not inconsistent with the provisions of this Contract, as it may have in law or equity. 6.3 Owner’s Remedies If it should appear at any time prior to Final Payment that Contractor has failed or refused to prosecute, or has delayed in the prosecution of, the Work with diligence at a rate that assures completion of the Work in full compliance with the requirements of this Contract on or before the Completion Date, or has attempted to assign this Contract or Contractor’s rights under this Contract, either in whole or in part, or has falsely made any representation or warranty in this Contract, or has otherwise failed, refused, or delayed to perform or satisfy any other requirement of this Contract or has failed to pay its debts as they come due (“Event of Default”), and has failed to cure any such Event of Default within five business days after Contractor’s receipt of written notice of such Event of Default, then Owner will have the right, at its election and without prejudice to any other remedies provided by law or equity, to pursue any one or more of the following remedies: 1. Owner may require Contractor, within such reasonable time as may be fixed by Owner, to complete or correct all or any part of the Work that is defective, damaged, flawed, unsuitable, nonconforming, or incomplete; to remove from the Work Site any such Work; to accelerate all or any part of the Work; and to take any or all other action necessary to bring Contractor and the Work into strict compliance with this Contract. 2. Owner may perform or have performed all Work necessary for the accomplishment of the results stated in Paragraph 1 above and withhold or Exhibit A Page 22 of 48 2021 CIP – Contract A CONTRACT -14- recover from Contractor all the cost and expense, including attorneys’ fees and administrative costs, incurred by Owner in connection therewith. 3. Owner may accept the defective, damaged, flawed, unsuitable, nonconforming, incomplete, or dilatory Work or part thereof and make an equitable reduction in the Contract Price. 4. Owner may terminate this Contract without liability for further payment of amounts due or to become due under this Contract. 5. Owner may, without terminating this Contract, terminate Contractor’s rights under this Contract and, for the purpose of completing or correcting the Work, evict Contractor and take possession of all equipment, materials, supplies, tools, appliances, plans, specifications, schedules, manuals, drawings, and other papers relating to the Work, whether at the Work Site or elsewhere, and either complete or correct the Work with its own forces or contracted forces, all at Contractor’s expense. 6. Upon any termination of this Contract or of Contractor’s rights under this Contract, and at Owner’s option exercised in writing, any or all subcontracts and supplier contracts of Contractor will be deemed to be assigned to Owner without any further action being required, but Owner may not thereby assume any obligation for payments due under such subcontracts and supplier contracts for any Work provided or performed prior to such assignment. 7. Owner may withhold from any Progress Payment or Final Payment, whether or not previously approved, or may recover from Contractor, any and all costs, including attorneys’ fees and administrative expenses, incurred by Owner as the result of any Event of Default or as a result of actions taken by Owner in response to any Event of Default. 8. Owner may recover any damages suffered by Owner. 6.4 Owner’s Additional Remedy for Delay If the Work is not completed by Contractor, in full compliance with, and as required by or pursuant to, this Contract, within the Contract Time as such time may be extended by Change Order, then Owner may invoke its remedies under Section 6.3 of this Contract or may, in the exercise of its sole and absolute discretion, permit Contractor to complete the Work but charge to Contractor, and deduct from any Progress or Final Payments, whether or not previously approved, administrative expenses and costs for each day completion of the Work is delayed beyond the Completion Date, computed on the basis of the “Per Diem Administrative Charge” set forth in Attachment 2, as well as any additional damages caused by such delay. Exhibit A Page 23 of 48 2021 CIP – Contract A CONTRACT -15- 6.5 Terminations and Suspensions Deemed for Convenience Any termination or suspension of Contractor’s rights under this Contract for an alleged default that is ultimately held unjustified will automatically be deemed to be a termination or suspension for the convenience of Owner under Section 1.15 of this Contract. ARTICLE VII: LEGAL RELATIONSHIPS AND REQUIREMENTS 7.1 Binding Effect This Contract is binding on Owner and Contractor and on their respective heirs, executors, administrators, personal representatives, and permitted successors and assigns. Every reference in this Contract to a party is deemed to be a reference to the authorized officers, employees, agents, and representatives of such party. 7.2 Relationship of the Parties Contractor will act as an independent contractor in providing and performing the Work. Nothing in, nor done pursuant to, this Contract may be construed (1) to create the relationship of principal and agent, partners, or joint ventures between Owner and Contractor or (2) except as provided in Paragraph 6.3(6) above, to create any relationship between Owner and any subcontractor or supplier of Contractor. 7.3 No Collusion/Prohibited Interests Contractor hereby represents that the only persons, firms, or corporations interested in this Contract as principals are those disclosed to Owner prior to the execution of this Contract, and that this Contract is made without collusion with any other person, firm, or corporation. If at any time it is found that Contractor has, in procuring this Contract, colluded with any other person, firm, or corporation, then Contractor will be liable to Owner for all loss or damage that Owner may suffer thereby, and this Contract will, at Owner’s option, be null and void. Contractor hereby represents and warrants that neither Contractor nor any person affiliated with Contractor or that has an economic interest in Contractor or that has or will have an interest in the Work or will participate, in any manner whatsoever, in the Work is acting, directly or indirectly, for or on behalf of any person, group, entity or nation named by the United States Treasury Department as a Specially Designated National and Blocked Person, o r for or on behalf of any person, group, entity or nation designated in Presidential Executive Order 13224 as a person who commits, threatens to commit, or supports terrorism, and neither Contractor nor any person affiliated with Contractor or that has an economic interest in Contractor or that has or will have an interest in the Work or will participate, in any manner whatsoever, in the Work is, directly or indirectly, engaged in, or facilitating, the Work on behalf of any such person, group, entity or nation. Exhibit A Page 24 of 48 2021 CIP – Contract A CONTRACT -16- 7.4 Assignment Contractor may not (1) assign this Contract in whole or in part, (2) assign any of Contractor’s rights or obligations under this Contract, or (3) assign any payment due or to become due under this Contract without the prior express written approval of Owner, which approval may be withheld in the sole and unfettered discretion of Owner; provided, however, that Owner’s prior written approval will not be required for assignments of accounts, as defined in the Illinois Commercial Code, if to do so would violate Section 9-318 of the Illinois Commercial Code, 810 ILCS 5/9-318. Owner may assign this Contract, in whole or in part, or any or all of its rights or obligations under this Contract, without the consent of Contractor. 7.5 Confidential Information All information supplied by Owner to Contractor for or in connection with this Contract or the Work must be held confidential by Contractor and may not, without the prior express written consent of Owner, be used for any purpose other than performance of the Work. 7.6 No Waiver No examination, inspection, investigation, test, measurement, review, determination, decision, certificate, or approval by Owner, nor any order by Owner for the payment of money, nor any payment for, or use, occupancy, possession, or acceptance of, the whole or any part of the Work by Owner, nor any extension of time granted by Owner, nor any delay by Owner in exercising any right under this Contract, nor any other act or omission of Owner may constitute or be deemed to be an acceptance of any defective, damaged, flawed, unsuitable, nonconforming or incomplete Work, equipment, materials, or supplies, nor operate to waive or otherwise diminish the effect of any warranty or representation made by Contractor; or of any requirement or provision of this Contract; or of any remedy, power, or right of Owner. 7.7 No Third Party Beneficiaries No claim as a third party beneficiary under this Contract by any person, firm, or corporation other than Contractor may be made or be valid against Owner. 7.8 Notices All notices required or permitted to be given under this Contract must be in writing and are deemed received by the addressee thereof when delivered in person on a business day at the address set forth below or on the third business day after being deposited in any main or branch United States post office, for delivery at the address set forth below by properly addressed, postage prepaid, certified or registered mail, return receipt requested. Notices and communications to Owner must be addressed to, and delivered at, the following address: Exhibit A Page 25 of 48 2021 CIP – Contract A CONTRACT -17- with a copy to: City of Des Plaines Elrod Friedman, LLP 1420 Miner Street 325 North La Salle Street, Suite 450 Des Plaines, Illinois 60016 Chicago, Illinois 60654 Attention: Michael Bartholomew Attention: Peter Friedman Notices and communications to Contractor must be addressed to, and delivered at, the following address: John Neri Construction Co, Inc 770 Factory Road Addison, IL 60101 The foregoing may not be deemed to preclude the use of other non-oral means of notification or to invalidate any notice properly given by any such other non-oral means. By notice complying with the requirements of this Section, Owner and Contractor each have the right to change the address or addressee or both for all future notices to it, but no notice of a change of address is effective until actually received. 7.9 Governing Laws This Contract and the rights of Owner and Contractor under this Contract will be interpreted according to the internal laws, but not the conflict of laws rules, of the State of Illinois. 7.10 Changes in Laws Unless otherwise explicitly provided in this Contract, any reference to laws includes such laws as they may be amended or modified from time to time. 7.11 Compliance with Laws A. Compliance Required. Contractor must give all notices, pay all fees, and take all other action that may be necessary to ensure that the Work is provided, performed, and completed in accordance with all required governmental permits, licenses or other approvals and authorizations that may be required in connection with providing, performing, and completing the Work, and with all applicable statutes, ordinances, rules, and regulations, including without limitation the Illinois Prevailing Wage Act, 820 ILCS 130/0.01 et seq. (see Subsection C of this Section) (a copy of Owner’s ordinance ascertaining the prevailing rate of wages, in effect as of the date of this Contract, has been attached as an Appendix to this Contract; if the Illinois Department of Labor revises the prevailing rate of hourly wages to be paid, the revised rate applies to this Contract); any other applicable prevailing wage laws; the Fair Labor Standards Act; any statutes regarding qualification to do business; any statutes requiring preference to laborers of specified classes; the Illinois Steel Products Procurement Act, 30 ILCS 565/1 et seq.; any statutes prohibiting discrimination because of, or requiring Exhibit A Page 26 of 48 2021 CIP – Contract A CONTRACT -18- affirmative action based on, race, creed, color, national origin, age, sex, or other prohibited classification, including, without limitation, the Americans with Disabilities Act of 1990, 42 U.S.C. §§ 12101 et seq., the Illinois Human Rights Act, 775 ILCS 5/1-101 et seq., and the Public Works Discrimination Act, 775 ILCS 10/0.01 et seq.; and any statutes regarding safety or the performance of the Work, including the Illinois Underground Utility Facilities Damage Prevention Act, 220 ILCS 50/1 et seq., and the Occupational Safety and Health Act of 1970, 29 U.S.C. §§ 651 et seq. B. Liability for Fines, Penalties. Contractor is solely liable for any fines or civil penalties that are imposed by any governmental or quasi-governmental agency or body that may arise, or be alleged to have arisen, out of or in connection with Contractor ’s, or its subcontractors’ or suppliers’, performance of, or failure to perform, the Work or any part thereof. C. Prevailing Wage Act. Contractor and each subcontractor, in order to comply with the Prevailing Wage Act, 820 ILCS 130/0.01 et seq. (the “Act”), must submit to the City a certified payroll on a monthly basis, in accordance with Section 5 of the Act. The certified payroll must consist of a complete copy of those records required to be made and kept by the Act. The certified payroll must be accompanied by a statement signed by the contractor or subcontractor that certifies that (1) such records are true and accurate, (2) the hourly rate paid is not less than the general prevailing rate of hourly wages required by the Act, and (3) the contractor or subcontractor is aware that filing a certified payroll that he or she knows to be false is a Class B misdemeanor. Contractor may rely on the certification of a subcontractor, provided that Contractor does not knowingly rely on a subcontractor’s false certification. On two business days’ notice, Contractor and each subcontractor must make available for inspection the records required to be made and kept by the Act (i) to the City and its officers and agents and to the Director of the Illinois Department of Labor and his or her deputies and agents and (ii) at all reasonable hours at a location within the State. D. Required Provisions Deemed Inserted. Every provision of law required by law to be inserted into this Contract is deemed to be inserted herein. 7.12 Compliance with Patents A. Assumption of Costs, Royalties, and Fees. Contractor will pay or cause to be paid all costs, royalties, and fees arising from the use on, or the incorporation into, the Work, of patented equipment, materials, supplies, tools, appliances, devices, processes, or inventions. B. Effect of Contractor Being Enjoined. Should Contractor be enjoined from furnishing or using any equipment, materials, supplies, tools, appliances, devices, processes, or inventions supplied or required to be supplied or used under this Contract, Contractor must promptly offer substitute equipment, materials, supplies, tools, appliances, devices, processes, or inventions in lieu thereof, of equal efficiency, quality, suitability, and market value, for review by Owner. If Owner should disapprove the offered substitutes and should elect, in lieu of a substitution, to have supplied, and to retain and use, any such equipment, materials, supplies, tools, appliances, devices, processes, or inventions as may by this Contract be required Exhibit A Page 27 of 48 2021 CIP – Contract A CONTRACT -19- to be supplied, Contractor must pay such royalties and secure such valid licenses as may be requisite and necessary for Owner to use such equipment, materials, supplies, tools, appliances, devices, processes, or inventions without being disturbed or in any way interfered with by any proceeding in law or equity on account thereof. Should Contractor neglect or refuse to make any approved substitution promptly, or to pay such royalties and secure such licenses as may be necessary, then Owner will have the right to make such substitution, or Owner may pay such royalties and secure such licenses and charge the cost thereof against any money due Contractor from Owner or recover the amount thereof from Contractor and its surety or sureties notwithstanding that Final Payment may have been made. 7.13 Time The Contract Time is of the essence of this Contract. Except where otherwise stated, references in this Contract to days is construed to refer to calendar days. 7.14 Severability The provisions of this Contract will be interpreted when possible to sustain their legality and enforceability as a whole. In the event any provision of this Contract is held invalid, illegal, or unenforceable by a court of competent jurisdiction, in whole or in part, neither the validity of the remaining part of such provision, nor the validity of any other provisions of this Contract will be in any way affected thereby. 7.15 Entire Agreement This Contract sets forth the entire agreement of Owner and Contractor with respect to the accomplishment of the Work and the payment of the Contract Price therefor, and there are no other understandings or agreements, oral or written, between Owner and Contractor with respect to the Work and the compensation therefor. 7.16 Amendments No modification, addition, deletion, revision, alteration or other change to this Contract is effective unless and until such change is reduced to writing and executed and delivered by Owner and Contractor. Exhibit A Page 28 of 48 2021 CIP – Contract A CONTRACT -20- IN WITNESS WHEREOF, Owner and Contractor have caused this Contract to be executed by their properly authorized representatives in two original counterparts as of the Effective Date. CITY OF DES PLAINES By: _________________________________ Name: Michael Bartholomew Title: City Manager Attest: By: _________________________________ Name: _________________________________ Title: City Clerk JOHN NERI CONSTRUCTION CO, INC By: _________________________________ Name: _________________________________ Title: _________________________________ Attest: By: _________________________________ Name: _________________________________ Title: _________________________________ Exhibit A Page 29 of 48 STATE OF ILLINOIS ) ) SS COUNTY OF __________ ) CONTRACTOR’S CERTIFICATION __________________________________________[contractor’s executing officer], being first duly sworn on oath, deposes and states that all statements herein made are made on behalf of Contractor, that this deponent is authorized to make them, and that the statements contained herein are true and correct. Contractor deposes, states, and certifies that Contractor is not barred from contracting with a unit of state or local government as a result of (i) a violation of either Section 33E-3 or Section 33E-4 of Article 33E of the Criminal Code of 1961, 720 ILCS 5/33E-1 et seq.; or (ii) a violation of the USA Patriot Act of 2001, 107 Public Law 56 (October 26, 2001) (the “Patriot Act”) or other statutes, orders, rules, and regulations of the United States government and its various executive departments, agencies and offices related to the subject matter of the Patriot Act, including, but not limited to, Executive Order 13224 effective September 24, 2001. DATED: ____________________, 20___. JOHN NERI CONSTRUCTION CO, INC By: _________________________________ Name: _________________________________ Title: _________________________________ Attest: By: _________________________________ Name: _________________________________ Title: _________________________________ Subscribed and Sworn to before me on ____________________, 20___. My Commission expires: __________________ ____________________________ Notary Public (SEAL) Exhibit A Page 30 of 48 Exhibit A Page 31 of 48 Exhibit A Page 32 of 48 -1- CITY OF DES PLAINES CONTRACT FOR THE CONSTRUCTION OF 2021 CIP – Contract A ATTACHMENT 2 SUPPLEMENTAL SCHEDULE OF CONTRACT TERMS 1. Project: Street and Utility Improvements The project includes installation of new water main and service connections, abandonment or removal of old water main pipe, installation of new storm sewers, repair and replacement of storm catch basins, replacement of various existing storm and sanitary sewers, sanitary sewer lining, street rehabilitation, pavement and base replacement, curb and gutter replacement, driveway apron replacement, miscellaneous sidewalk repairs, regrading of parkways, and miscellaneous landscaping restoration. 2. Work Site: Church St Bellaire Av to Good Av Danbury Ln Dover Dr to Roxbury Ln Forest Av Margret St to Lee St Margret St Forest Av to Wicke Av Mark Av Wolf Rd to Madelyn Dr Woodland Av River Rd to East End 3. Permits, Licenses, Approvals, and Authorizations: Contractor must obtain all required governmental permits, licenses, approvals, and authorizations, except: ☒ [Identify permits, licenses, and approvals obtained, or to be obtained, by Owner] IEPA – Public Water Supplies Contruction Permit MWRD – NRI Sanitary Sewer Point Repairs ☐ No Exceptions Exhibit A Page 33 of 48 2021 CIP – Contract A ATTACHMENT 2 -2- 4. Commencement Date: ☐ the date of execution of the Contract by Owner. ☐ ______________ days after execution of the Contract by Owner. ☒ Monday, May 10, 2021 5. Completion Date: Starting and Substantial Completion Dates: The following starting and substantial completion dates apply to this contract as designated by street: ☐ ______________ days after the Commencement Date plus extensions, if any, authorized by a Change Order issued pursuant to Subsection 2.2A of the Contract ☒ Friday, October 08, 2021, plus extensions, if any, authorized by a Change Order issued pursuant to Subsection 2.2A of the Contract Completion includes the approved and acceptable construction of all pay items: including concrete correction (punch) list items, all hot-mix asphalt items including surface courses and all landscape restoration work, including topsoil and sod placement. Street Limit Start Date Substantial Completion Date Church St Bellaire Av to Good Av 5/10/2021 8/13/2021 Danbury Ln Dover Dr to Roxbury Ln 6/21/2021 9/10/2021 Forest Av Margret St to Lee St 7/6/2021 10/8/2021 Margret St Forest Av to Wicke Av 7/6/2021 10/8/2021 Mark Av Wolf Rd to Madelyn Dr 6/8/2021 9/10/2021 Woodland Av River Rd to East End 5/24/2021 8/13/2021 Exhibit A Page 34 of 48 2021 CIP – Contract A ATTACHMENT 2 -3- Days and Hours of Work. Workdays for this Contract are Monday through Friday between the hours of 7AM to 6PM. No work shall be done or equipment operated outside of these permitted hours. No work shall be done on any Saturdays, Sundays or the following specified days unless otherwise approved by the Project Manager. Monday May 31, 2021 Memorial Day Holiday Monday July 5, 2021 Independence Day Holiday Monday September 6, 2021 Labor Day Holiday Monday October 11, 2021 Columbus Day Holiday In the event, the Contractor works on Saturday, Sunday, or holiday, during which time the Engineer and/or Inspector(s) are required to be present, the City of Des Plaines shall pay the cost for such overtime engineering services and shall deduct such cost from payments due the Contractor. Overtime engineering services shall be charged at the Engineer’s standard hourly rate for all time over eight hours on any single weekday and for all hours on Saturday, Sunday, and holidays and/or Inspector(s) standard hourly rate applied on a one and one-half (x 1 ½) basis for all time over eight hours on any single weekday and for all hours on Saturday and a double time (x 2) basis for all Sunday and holiday hours of the Inspector’s standard hourly rate. If the amount due the Contractor is not sufficient to cover the cost of overtime engineering service, the Contractor shall reimburse the City of Des Plaines in the amount necessary to cover such costs. The Project Manager shall approve necessary personnel and time for engineering services. Progress Schedule. The Contractor shall submit, for approval by the Engineer, a Pro gress Schedule, which complies with the requirements of these specifications, and Completion Dates. The Progress Schedule shall include an Estimate of Time and/or Performance Rate for each controlling pay item. Once a Progress Schedule is approved, there shall be no deviation without the written approval of the Engineer. If the Contractor falls 10 or more working days behind the Approved Progress Schedule, they shall provide the Engineer with a revised Progress Schedule that complies with the requirements of the Contract for the Engineer's review. TIME IS OF THE ESSENCE ON THIS CONTRACT AND LIQUIDATED DAMAGES WILL BE ASSESSED FOR EACH DAY THAT THE WORK REMAINS INCOMPLETE PAST THE STATED COMPLETION DATE. 6. Insurance Coverage: A. Worker’s Compensation and Employer’s Liability with limits not less than: (1) Worker’s Compensation: Statutory; (2) Employer’s Liability: $1,000,000 injury-per occurrence; $1,000,000 disease-per employee; $1,000,000 disease-policy limit Exhibit A Page 35 of 48 2021 CIP – Contract A ATTACHMENT 2 -4- Such insurance must evidence that coverage applies in the State of Illinois. B. Comprehensive Motor Vehicle Liability with a combined single limit of liability for bodily injury and property damage of not less than $2,000,000 for vehicles owned, non-owned, or rented. All employees must be included as insureds. C. Comprehensive General Liability with coverage written on an “occurrence” basis and with limits no less than: (1) General Aggregate: $5,000,000. See Subsection F below regarding use of umbrella overage. (2) Bodily Injury: $2,000,000 per person; $2,000,000 per occurrence (3) Property Damage: $2,000,000 per occurrence and $5,000,000 aggregate. Coverage must include: - Premises / Operations - Products / Completed Operations (to be maintained for two years after Final Payment) - Independent Contractors - Personal Injury (with Employment Exclusion deleted) - Broad Form Property Damage Endorsement - Blanket Contractual Liability (must expressly cover the indemnity provisions of the Contract) - Bodily Injury and Property Damage “X”, “C”, and “U” exclusions must be deleted. Railroad exclusions must be deleted if Work Site is within 50 feet of any railroad track. All employees must be included as insured. ☐ D. Builders Risk Insurance. This insurance must be written in completed value form, must protect Contractor and Owner against “all risks” of direct physical loss to buildings, structures, equipment, and materials to be used in providing, performing, and completing the Work, including without limitation fire extended coverage, vandalism and malicious mischief, sprinkler leakage, flood, earth movement and collapse, and must be designed for the circumstances that may affect the Work. Exhibit A Page 36 of 48 2021 CIP – Contract A ATTACHMENT 2 -5- This insurance must be written with limits not less than the insurable value of the Work at completion. The insurable value must include the aggregate value of Owner-furnished equipment and materials to be constructed or installed by Contractor. This insurance must include coverage while equipment or materials are in warehouses, during installation, during testing, and after the Work is completed, but prior to Final Payment. This insurance must include coverage while Owner is occupying all or any part of the Work prior to Final Payment without the need for the insurance company’s consent. ☐ E. Owner’s and Contractor’s Protective Liability Insurance. Contractor, at its sole cost and expense, must purchase this Insurance in the name of Owner with a combined single limit for bodily injury and property damage of not less than $1,000,000. F. Umbrella Policy. The required coverage may be in the form of an umbrella policy above $2,000,000 primary coverage. All umbrella policies must provide excess coverage over underlying insurance on a following-form basis so that, when any loss covered by the primary policy exceeds the limits under the primary policy, the excess or umbrella policy becomes effective to cover that loss. ☐ G. Deductible. Each policy must have a deductible or self-insured retention of not more than $________. ☒ H. Owner as Additional Insured. Owner must be named as an Additional Insured on the following policies: Comprehensive General Liability, Comprehensive Motor Vehicle Liability, and Umbrella Policy. The Additional Insured endorsement must identify Owner as follows: The City of Des Plaines and its boards, commissions, committees, authorities, employees, agencies, officers, voluntary associations, and other units operating under the jurisdiction and within the appointment of its budget. ☐ I. Other Parties as Additional Insureds. In addition to Owner, the following parties must be named as additional insured on the following policies: Exhibit A Page 37 of 48 2021 CIP – Contract A ATTACHMENT 2 -6- Additional Insured Policy or Policies 7. Contract Price: SCHEDULE OF PRICES ☐ A. LUMP SUM CONTRACT For providing, performing, and completing all Work, the total Contract Price of (write in numbers only): $ ________________________________ ☐ All Work will be paid on a force account basis, using the terms of Section 109.04(b) of the IDOT Standard Specifications For Road And Bridge Construction 2016, without limitation to “extra work.” Contractor shall be paid in installments (see below). Contractor must submit Pay Requests including itemized statements of the cost of the Work, accompanied and supported by statements and invoices for all labor, materials, transportation charges and other items of the Work, using standard Illinois Department of Transportation schedules and report forms. ☒ B. UNIT PRICE CONTRACT NOTE: If Owner has provided a separate form Schedule of Pricing attached to this Attachment 1, then that Schedule of Prices will be used and this Subsection B should not be used. If Owner has not provided a separate form Schedule of Prices, then this Subsection B should be used. For providing, performing, and completing all Work, the sum of the products resulting from multiplying the number of acceptable units of Unit Price Items listed below incorporated in the Work by the Unit Price set forth below for such Unit Price Item: Exhibit A Page 38 of 48 2021 CIP – Contract A ATTACHMENT 2 -7- COMPLETE SCHEDULE OF PRICES SEE ATTACHMENT 1 Unit Price Item Unit Approximate Number of Units Price Per Unit Extension 1 $_________ $_______________ 2 $_________ $_______________ 3 $_________ $_______________ TOTAL CONTRACT PRICE (write in numbers only): $ _____________________________________ ☐ C. COMBINED LUMP SUM/UNIT PRICE CONTRACT (1) For providing, performing, and completing all Work related to [describe lump sum work], the total sum of (write in numbers only): $ ______________________________________ (2) For providing, performing, and completing all Work related to [describe unit price work], the sum of the products resulting from multiplying the number of acceptable units of Unit Price Items listed below incorporated in the Work by the Unit Price set forth below for such Unit Price Item: COMPLETE TABLE AS INDICATED Unit Price Item Unit Approximate Number of Units Price Per Unit Extension 1 $_________ $_______________ 2 $_________ $_______________ 3 $_________ $_______________ TOTAL CONTRACT PRICE, being the sum of (1) plus the extension of (2) (write in numbers only): $ ________________________________________ Exhibit A Page 39 of 48 2021 CIP – Contract A ATTACHMENT 2 -8- D. Any items of Work not specifically listed or referred to in the Schedule of Prices, or not specifically included for payment under any Unit Price Item, shall be deemed incidental to the Contract Price, shall not be measured for payment, and shall not be paid for separately except as incidental to the Contract Price, including without limitation extraordinary equipment repair, the cost of transportation, packing, cartage, and containers, the cost of preparing schedules and submittals, the cost or rental of small tools or buildings, the cost of utilities and sanitary conveniences, and any portion of the time of Bidder, its superintendents, or its office and engineering staff. 8. Progress Payments: A. General. Owner must pay to Contractor 90 percent of the Value of Work, determined in the manner set forth below, installed and complete in place up to the day before the Pay Request, less the aggregate of all previous Progress Payments. The total amount of Progress Payments made prior to Final Acceptance by Owner may not exceed 90 percent of the Contract Price. B. Value of Work. The Value of the Work will be determined as follows: (1) Lump Sum Items. For all Work to be paid on a lump sum basis, Contractor must, not later than 10 days after execution of the Contract and before submitting its first Pay Request, submit to Owner a schedule showing the value of each component part of such Work in form and with substantiating data acceptable to Owner (“Breakdown Schedule”). The sum of the items listed in the Breakdown Schedule must equal the amount or amounts set forth in the Schedule of Prices for Lump Sum Work. An unbalanced Breakdown Schedule providing for overpayment of Contractor on component parts of the Work to be performed first will not be accepted. The Breakdown Schedule must be revised and resubmitted until acceptable to Owner. No payment may be made for any lump sum item until Contractor has submitted, and Owner has approved, an acceptable Breakdown Schedule. Owner may require that the approved Breakdown Schedule be revised based on developments occurring during the provision and performance of the Work. If Contractor fails to submit a revised Breakdown Schedule that is acceptable to Owner, Owner will have the right either to suspend Progress and Final Payments for Lump Sum Work or to make such Payments based on Owner’s determination of the value of the Work completed. (2) Unit Price Items. For all Work to be paid on a unit price basis, the value of such Work will be determined by Owner on the basis of the actual number of acceptable units of Unit Price Items installed and complete in place, multiplied by the applicable Unit Price set forth in the Schedule of Prices. The actual number of acceptable units installed and complete Exhibit A Page 40 of 48 2021 CIP – Contract A ATTACHMENT 2 -9- in place will be measured on the basis described in Attachment 1 to the Contract or, in the absence of such description, on the basis determined by Owner. The number of units of Unit Price Items stated in the Schedule of Prices are Owner’s estimate only and may not be used in establishing the Progress or Final Payments due Contractor. The Contract Price will be adjusted to reflect the actual number of acceptable units of Unit Price Items installed and complete in place upon Final Acceptance. C. Application of Payments. All Progress and Final Payments made by Owner to Contractor will be applied to the payment or reimbursement of the costs with respect to which they were paid and will not be applied to or used for any pre- existing or unrelated debt between Contractor and Owner or between Contractor and any third party. 9. Per Diem Administrative Charge: ☒ $ per IDOT SSRB ☐ No Charge 10. Standard Specifications: The Contract includes the following Illinois Department of Transportation standard specifications, each of which are incorporated into the Contract by reference: ☒ "State of Illinois Standard Specifications for Road and Bridge Construction" (SSRB) ☒ "Standard Specifications for Water and Sewer Main Construction in Illinois" (SSWS) ☒ "Illinois Manual on Uniform Traffic Control Devices for Streets and Highways" (MUTCD). The Contract also includes Owner’s City Code and Building Codes. References to any of these manuals, codes, and specifications means the latest editions effective on the date of the bid opening. See Attachment 5 for any special project requirements. Exhibit A Page 41 of 48 -i- CITY OF DES PLAINES CONTRACT FOR THE CONSTRUCTION OF 2021 CIP – Contract A ATTACHMENT 3 SPECIFICATIONS INDEX OF SPECIAL PROVISIONS The following Index is provided for the Bidder's convenience only. Bidders are advised to thoroughly read each Special Provision and familiarize themselves with their content. PAGE NUMBER DESCRIPTION 1 SPECIAL PROVISIONS 1 CONTRACTOR SAFETY RESPONSIBILITY 1 COOPERATION BY CONTRACTOR 2 DIRT ON PAVEMENT 2 OBSTRUCTION OF STREETS AND RIGHTS OF WAY 2 TESTING OF MATERIALS 4 RECORD DRAWING SURVEY POINT FILE 4 EXPLORATION TRENCH 5 TEMPORARY AGGREGATE, CA-6 5 TRENCH BACKFILL 6 WATER MAIN CHLORINATION AND TESTING 7 DUCTILE IRON PIPE WATER MAIN, CLASS 52 8 WATER MAIN RESTRAINED JOINT FITTINGS 9 HDPE WATER MAIN, DIRECTIONAL DRILLED 11 GATE VALVE, VAULT, FRAME AND CLOSED LID 12 CASING PIPE 13 CASING SPACERS 14 ABANDON EXISTING VALVE AND VAULT 14 FIRE HYDRANT REMOVAL 15 FIRE HYDRANT AND AUXILIARY VALVE 17 WATER SERVICE LINE 18 WATER SERVICE SADDLES 19 CORPORATION STOP 19 CURB STOP 20 CURB BOX Exhibit A Page 42 of 48 2021 CIP – Contract A ATTACHMENT 3 -ii- 20 ADJUSTING WATER SERVICE LINES 21 ADJUST EXISTING CURB BOX 21 SANITARY MANHOLE ADJUSTMENT AND RECONSTRUCTION 22 SANITARY SEWER MAIN AND LATERAL REPAIR 24 SEWER LINING WITH CURED-IN-PLACE-PIPE LINER 31 PIPE REMOVAL, ALL TYPES AND SIZES 31 MANHOLE, CATCH BASIN, VALVE VAULT ADJUSTMENT AND RECONSTRUCTION 33 STORM MANHOLE AND CATCH BASIN CONSTRUCTION 35 PVC STORM SEWER 36 STORM SEWER, DUCTILE IRON PIPE 37 COMBINATION CONCRETE CURB AND GUTTER REMOVAL AND REPLACEMENT 38 SIDEWALK REMOVAL PORTLAND CEMENT CONCRETE SIDEWALK DETECTABLE WARNINGS 39 REINFORCEMENT BARS, EPOXY COATED 40 PORTLAND CEMENT CONCRETE DRIVEWAY PAVEMENT REMOVAL AND REPLACEMENT 41 TEMPORARY PAVEMENT PATCH 42 HOT-MIX ASPHALT SURFACE REMOVAL, VARIABLE DEPTH 42 PAVEMENT REMOVAL, 14” 42 AGGREGATE BASE COURSE, TYPE B 43 HOT-MIX ASPHALT DRIVEWAY SURFACE COURSE REMOVAL AND REPLACEMENT 43 TELESCOPING STEEL SIGN SUPPORT 44 SIGN PANEL, TYPE 1 45 GRADING AND SHAPING PARKWAYS AND DITCHES 45 TOPSOIL PLACEMENT 4 INCHES AND SODDING 46 TOPSOIL PLACEMENT 4 INCHES AND SEEDING WITH STRAW BLANKET 47 PORTABLE TOILETS 47 TRAFFIC CONTROL AND PROTECTION 48 INSERTION VALVE, WITH VALVE BOX 49 CASING PIPE, WATER SERVICE 50 HOT-MIX ASPHALT DRIVEWAY PAVEMENT REMOVAL AND REPLACEMENT 51 REMOVE AND RESET BRICK PAVER DRIVEWAY APRON 53 INDEX FOR SUPPLEMENTAL SPECIFICATIONS AND RECURRING SPECIAL PROVISIONS 55 CHECK SHEET FOR RECURRING SPECIAL PROVISIONS 56 CHECK SHEET FOR LOCAL ROADS AND STREETS RECURRING SPECIAL PROVISIONS Exhibit A Page 43 of 48 2021 CIP – Contract A ATTACHMENT 3 -iii- 57 CHECK SHEET FOR BDE SPECIAL PROVISIONS 59 COMPENSABLE DELAY COSTS (BDE) 63 CONSTRUCTION AIR QUALITY – DIESEL RETROFIT (BDE) 66 DISPOSAL FEES (BDE) 68 DOWEL BAR INSERTER (BDE) 75 EMULSIFIED ASPHALTS (BDE) 78 HOT-MIX ASPHALT – BINDER AND SURFACE COURSE (BDE) 85 HOT-MIX ASPHALT – LONGITUDINAL JOINT SEALANT (BDE) 89 MANHOLES, VALVE VAULTS, AND FLAT SLAB TOPS (BDE) 91 PORTLAND CEMENT CONCRETE PAVEMENT PATCHING (BDE) 92 PORTLAND CEMENT CONCRETE PAVEMENT PLACEMENT (BDE) 93 RECLAIMED ASPHALT PAVEMENT AND RECLAIMED ASPHALT SHINGLES (BDE) 103 REMOVAL AND DISPOSAL OF REGULATED SUBSTANCES (BDE) 114 SILT FENCE, INLET FILTERS, GROUND STABILIZATION AND RIPRAP FILTER FABRIC (BDE) 120 SUBCONTRACTOR MOBILIZATION PAYMENTS (BDE) 121 TRAFFIC CONTROL DEVICES - CONES (BDE) 122 WORK ZONE TRAFFIC CONTROL DEVICES (BDE) 124 EQUIPMENT RENTAL RATES (LR109) OTHER ATTACHMENTS: IDOT HIGHWAY STANDARDS TRENCH BACKFILL TABLES NO PARKING SIGN SOIL BORINGS STORM WATER POLLUTION PREVENTION PLAN Exhibit A Page 44 of 48 -1- CITY OF DES PLAINES CONTRACT FOR THE CONSTRUCTION OF 2021 CIP – Contract A ATTACHMENT 4 LIST OF DRAWINGS INDEX OF SHEETS Sheet No. Description 1 COVER SHEET 2 LEGEND 3 SUMMARY OF QUANTITIES 4 TYPICAL SECTIONS - CHURCH ST, DANBURY LN 5 TYPICAL SECTIONS - FOREST AV, MARGRET ST, MARK AV 6 - 7 TYPICAL SECTIONS - WOODLAND AV 8 SCHEDULE OF QUANTITIES - SEWER POINT REPAIRS, LINING AND STORM SEWERS 9 SCHEDULE OF QUANTITIES - PAVEMENT MARKINGS AND SIGNS 10 - 12 CHURCH STREET 13 - 14 DANBURY LANE 15 - 16 FOREST AVENUE 17 MARGRET STREET 18 - 19 MARK AVENUE 20 - 23 WOODLAND AVENUE 24 - 25 TYPICAL DETAILS 26 EROSION AND SEDIMENT CONTROL DETAILS Exhibit A Page 45 of 48 -1- CITY OF DES PLAINES CONTRACT FOR THE CONSTRUCTION OF 2021 CIP – Contract A ATTACHMENT 5 SPECIAL PROJECT REQUIREMENTS PRE-CONSTRUCTION MEETING Prior to commencing any construction operations, there shall be a Pre-Construction Meeting conducted at the Public Works and Engineering Office, Des Plaines Civic Center, 1420 Miner Street, Room 504. The Engineer will set the date and time of the Pre -Construction Meeting after execution of the Contract by both parties. The Contractor's full time Superintendent must attend the Pre-Construction meeting. The following shall be submitted for review at the Pre-Construction meeting: Progress Schedule (submit 3 working days prior) for review Superintendent 24-hour emergency phone number, field phone number, pager number and cellular telephone number Name and 24-hour emergency telephone number of the person in the direct employ of the Contractor who is responsible for administrating the Traffic Control on the Contract. List of Subcontractors, including quantity and type of work to be sublet, their qualifications, references and certified copies of their subcontract agreements. List of Material Suppliers and phone numbers Mix Designs for concrete and hot-mix asphalt items to be incorporated in the Contract All Subcontractors are required to either attend the Pre-Construction meeting or attend a Field Pre-Construction meeting with the Resident Engineer and the Contractor's Superintendent prior to the beginning of any sub-let work. CLAIMS The Contractor agrees to save and hold harmless the Owner and the Engineer from all claims, demands, suits, judgment decrees, including costs, expenses and attorney fees on account of, or arising out of the use of the streets or sidewalks, or resulting from the excavations, openings, Exhibit A Page 46 of 48 2021 CIP – Contract A ATTACHMENT 5 -2- obstructions, or defects that may be made or left in the streets or sidewalks by the Contractor or their several agents, or any other person engaged in the performance of this Contract. The Contractor shall save the Owner and the Engineer harmless from all claims, demands, suits, judgment decrees, including costs, expenses and attorney fees on account of, or arising out of any infringement of any patent rights or royalties claimed by any one on account of machinery, instrument tools, materials, principals or processes used by them or about said work. PROCEDURE FOR RESOLVING PROPERTY DAMAGE CLAIMS The General Contractor agrees to adhere to the following procedure to resolve all property damage claims that are related to the performance of all Work on this Contract. It is the responsibility of the General Contractor to require that all Subcontractors and Material Suppliers follow this claim procedure. The City reserves the right to withhold one and one half times the estimated cost of the damages from sums due the General Contractor until all claims related to performance of their Work are resolved as herein provided. Upon receipt of a claim against the General Contractor for property damage allegedly caused or related to the performance of their Work under this Contract, the General Contractor shall, within 5 working days of receipt of such claim: Acknowledge the claim, in writing, to the property owner. Furnish the Engineer with written acknowledgement of receipt of the claim, including a copy of the claim and all information related to it. If the claim is not settled (or the General Contractor does not agree to settle the claim) within 5 days, the General Contractor shall: Forward the claim to the General Contractor’s Insurance Carrier. Furnish the Engineer with a copy of the Insurance Carrier’s written acknowledgement of receipt of the claim The General Contractor shall either settle or deny the claim within 60 calendar days from initial receipt of the claim, the General Contractor shall: Notify the Engineer, in writing, of claims that have been settled or denied, including the terms of the settlement or the reason for the denial. Notify the property owner if there is a decision to deny their claim and shall include in the Notice of Denial the name and address of the person authorized to accept service of process on behalf of the General Contractor. When a claim is allowed in any amount, within 30 days of the award, pay to the property Exhibit A Page 47 of 48 2021 CIP – Contract A ATTACHMENT 5 -3- owner the amount of the award. If the Contractor does not make payment to the property owner within the 30 day period, the Owner shall be authorized to make the payment in the amount of the award on behalf of the General Contractor and deduct the amount of the payment from the amount due the General Contractor on the next payment due the Contractor under this Contract. Exhibit A Page 48 of 48 PUBLIC WORKS AND ENGINEERING DEPARTMENT 1420 Miner Street Des Plaines, IL 60016 P: 847.391.5390 desplaines.org Date: April 22, 2021 To: Michael G. Bartholomew, MCP, LEED-AP, City Manager From: Jon Duddles, P.E., CFM, Assistant Director of Public Works and Engineering Cc: Timothy P. Oakley, P.E., CFM, Director of Public Works & Engineering Subject: Bid Award - 2021 Capital Improvement Program (CIP) Concrete Improvements MFT 21-00000-01-GM Issue: Bids for the 2021 CIP Concrete Improvements, MFT 21-00000-01-GM were opened on April 14, 2021. Analysis: The scope of work includes removal and replacement of uneven sidewalk, deteriorated or settled curb and gutter, and landscape restoration at various locations throughout the City. The project also includes removal of existing alley pavement and constructing porous concrete pavement at the following locations: LOCATION LIMITS ACTIVITY Alles/Oak Harding to Dead End Alley Reconstruction White/River Henry to Campbell Alley Reconstruction Following are the bid results: BIDDER BID AMOUNT DiNatale Construction, Inc. $ 730,388.80 Copenhaver Construction, Inc. $ 815,463.80 Martam Construction, Inc. $ 868,814.60 A Lamp Concrete Contractors, Inc. $ 888,097.25 Alliance Contractors, Inc. $ 921,600.00 Triggi Construction, Inc. $ 1,103,888.25 The Engineer’s Estimate was $750,000.00. Recommendation: References supplied by the low bidder, DiNatale Construction, Inc. are favorable. We recommend award of the 2021 CIP Concrete Improvements, MFT 21-00000-01-GM project to DiNatale Construction, Inc., 1411 W Bernard Dr., Addison, IL 60101 in the amount of $730,388.80. Source of funding is budgeted Motor Fuel Tax funds. Attachments: Attachment 1 - Bid Tabulation Resolution R-82-21 Exhibit A - Contract MEMORANDUM Page 1 of 23 CONSENT AGENDA #4. Attended By: Unit Quantity S.F.29688 1.50$ S.F.30213 5.83$ S.F.140 26.00$ L.F.990 1.50$ EACH 85 92.00$ IN.-DIA.8 51.67$ IN.-DIA.32 48.33$ L.F.3195 31.00$ L.F.100 14.00$ L.F.900 48.00$ C.Y.75 48.00$ C.Y.28 44.50$ C.Y.75 36.00$ C.Y.10 25.00$ S.Y.740 25.00$ S.Y.543 2.83$ S.Y.98 67.67$ S.Y.180 63.00$ S.Y.543 91.33$ S.Y.784 74.00$ S.Y.1053 65.67$ S.Y 73 71.67$ S.Y.34 54.00$ S.Y.147 120.00$ TON 30 20.00$ L.F.36 75.00$ EACH 13 733.33$ EACH 1 1,500.00$ EACH 1 4,000.00$ EACH 1 866.67$ EACH 8 216.67$ EACH 3 133.33$ L.F. 28 10.00$ S.F.13 17.00$ S.Y.59 14.67$ L.F.15773 3.00$ S.Y.167 3.00$ Ea/CAL MO 3 100.00$ L.S.1 12,000.00$ L.S.1 40,000.00$ C.Y.0 L.F.0 TON 0 C.Y.0 S.Y.0 L.F.0 L.F.0 L.F.0 L.F.0 S.Y.0 80.00$ 100.00$ 200.00$ 65.00$ 50.00$ 1.00$ 543.00$ 180.00$ 30.00$ 900.00$ 1,250.00$ 1,250.00$ 300.00$ 2,400.00$ 25.00$ 700.00$ 35.00$ 455.00$ 25.00$ 1,475.00$ 3.00$ 47,319.00$ 10.00$ 1,670.00$ 10.00$ 30.00$ 10,000.00$ 10,000.00$ 110,000.00$ 110,000.00$ 20.00 AUP 10 GRADING AND SHAPING PARKWAYS 75.00$ 22.00$ 22.00$ 20.00$ $15.00 30.00$ $100.00 75.00 $16.00 50.00 AUP 9 INTEGRAL CURB REMOVAL & REPLACEMENT 70.00$ 55.00$ 49.00$ 25.00 AUP 8 THERMOPLASTIC PVMT. MARKING LINE, 24"120.00$ 49.00$ 10.00$ 50.00$ 35.00$ $8.0060.00$ 35.00$ 5.00$ AUP 7 THERMOPLASTIC PVMT. MARKING LINE, 12 INCH 35.00$ $30.00AUP 6 NEW TY B CURB Dinatale Construction, Inc.Copenhaver Construction, Inc.Martam Construction, Inc. Total Unit Price Total Unit Price Total 176,141.79$ 6.00$ County: Cook Date: 4/15/2021 Name of Bidder: Jon Duddles Terms: Approved Engineer's Estimate Item No.Item Unit Price Total Unit Price Estimate:$749,314.51 1166 Lake Avenue 1975 Powis Rd, POB 235 Section: 2021 CIP Concrete Improvements MFT 21-00000-01 GM Addison, IL 60101 Gilberts, IL 60136 Local Agency: Des Plaines Time: 10:00 AM Address of Bidder:1441 W Bernard Dr 75 Koppie Dr 1200 Gasket Dr 1900 Wright Boulevard West Chicago, IL 60186Woodstock, IL 60098Schaumburg, IL 60193Elgin, IL 60120 2 PCC SIDEWALK 3,640.00$ 15.00$ 2,100.00$ Total Unit Price Total Unit Price TotalUnit Price $2.90 86,095.20$ 3.25 96,486.00$ 2.40$ 71,251.20$ 1.50$ 44,532.00$ 1.50$ 44,532.00$ 5.00 500.00$ $20.00 2,800.00$ 35.00 4,900.00$ 30.00$ 4,200.00$ 30.00$ 4,200.00$ 35.00$ 4,900.00$ 50.00 1,600.00$ 1 SIDEWALK REMOVAL 44,532.00$ 1.50$ 44,532.00$ 3 DETECTABLE WARNINGS 413.36$ 75.00$ 4 REINFORCEMENT BARS, EPOXY COATED 600.00$ 50.00$ 400.00$ 55.00$ 440.00$ 6 TREE REMOVAL (6 TO 15 INCH-DIA.) 120.00$ 10,200.00$ 960.00$ 65.00$ 2,080.00$ 80.00$ 2,560.00$ 39.00$ 203,937.75$ $6.05 182,788.65$ 7.75 234,150.75$ 181,278.00$ 6.60$ 199,405.80$ 6.20$ 187,320.60$ 6.75$ 400.00$ 2,475.00$ 12,750.00$ 124,605.00$ 32.00$ 102,240.00$ $55.80 178,281.00$ 31.00$ 99,045.00$ TREE ROOT PRUNING 7,820.00$ 990.00$ 3.00$ 2,970.00$ $1.00 990.00$ 2.50 1,485.00$ 1.25$ 1,237.50$ 3.00$ 2,970.00$ 1.00$ 150.00 $50.00 4,250.00$ 150.00$ 12,750.00$ 90.00$ 7,650.00$ 110.00$ 9,350.00$ 30.00$ 8 COMB. CURB AND GUTTER, REMOVAL AND REPLACEMENT, VARIOUS TYPES 22,500.00$ 27.00$ 16 30.00$ 2,250.00$ 15.00$ GEOTECHNICAL FABRIC FOR GROUND STABILIZATION 200.00$ 10.00$ 250.00$ 10 CONCRETE RIBBON, PCC PAVEMENT 12 EARTH EXCAVATION (WIDENING) 3,600.00$ 30.00$ 14 11 9,150.00$ 500.00$ 2.00$ 24,300.00$ 750.00$ 2,250.00$ TRENCH BACKFILL 40.00$ 3,000.00$ 122.00$ EARTH EXCAVATION 126.00$ 36.00$ 1,000.00$ 5.00$ 31,500.00$ $30.20 27,180.00$ 35.00$ 5.00$ 500.00$ 32,400.00$ $75.00 500.00$ 3,750.00$ 23 750.00$ 7 TREE REMOVAL (OVER 15 INCH-DIA.)1,546.56$ 60.00$ 1,920.00$ $45.00 1,440.00$ 43,200.00$ 25.00$ 9 CURB KEYWAY 1,400.00$ 99,045.00$ 31.00$ 99,045.00$ $5.00 18 PERVIOUS CONCRETE PAVEMENT, REMOVAL AND REPLACEMENT 17 P.C.C. PAVEMENT, 8" 19 PERVIOUS CONCRETE PAVEMENT, 8 INCH 22 21 20 DRIVEWAY PAVEMENT REMOVAL AND 6" P.C.C. REPL. PAVEMENT PATCHING DRIVEWAY PAVEMENT REMOVAL AND 8" P.C.C. REPL. 13 GRANULAR EMBANKMENT 45.00$ 1,260.00$ 147.00$ 1,125.00$ 78.00$ 5,850.00$ 2,700.00$ 1,260.00$ 4,116.00$ 1,246.00$ 30.00$ 840.00$ 75.00$ 29,520.00$ 118.00$ 21,240.00$ 27,000.00$ 164.00$ 5,880.00$ 250.00$ 25.00$ 150.00$ 8,330.00$ 11,340.00$ 15 PAVEMENT REMOVAL, 20"18,500.00$ 26.00$ 1,536.69$ 1.50$ 814.50$ 60.00$ 6,631.66$ 49,592.19$ 120.00$ 65,160.00$ 3,780.00$ 60,547.50$ 5,110.00$ 148.00$ 80,364.00$ 49,956.00$ 25,900.00$ 20.00$ 14,800.00$ 28.00$ 20,720.00$ 30.00$ 22,200.00$ 7,350.00$ 75.00 7,350.00$ $75.00 1,629.00$ 2.00$ 1,086.00$ 3.00$ 74.00$ 19,240.00$ 7,252.00$ 85.00$ 60.00$ 5,880.00$ 35.00 14,800.00$ $20.00 24,255.00$ $50.00HMA DRIVEWAY SURFACE COURSE, REMOVAL & REPL.1,836.00$ 50.00$ 1,700.00$ 65.00$ 2,210.00$ 65.00$ 2,210.00$ 40.00$ 1,360.00$ 32,400.00$ 53,312.00$ 45.00$ 35,280.00$ 68.00$ 5,231.91$ 70.00$ 69,150.51$ 58,016.00$ 63.00$ 49,392.00$ 15.00$ 450.00$ 40.00$ 17,640.00$ 80.00$ 11,760.00$ 90.00$ 0.01$ 92.00$ 13,230.00$ 165.00$ 0.30$ 600.00$ 65,160.00$ 7,300.00$ 79.00$ 5,767.00$ 88.00$ 6,424.00$ 80.00$ 70.00$ 73,710.00$ 69.00$ 72,657.00$ 100.00 5,840.00$ 81,660.15$ 76,020.00$ 200.00 108,600.00$ 120.00$ 57.50$ 105.00$ 2,700.00$ 7,300.00$ 24 CLASS B PATCH - TYPE II (9" PCC) REMOVAL AND REPLACEMENT 28 CB, TY-C, 2'-DIA, CURB FRAME AND GRATE MH, TY-A, 4'-DIA, ROUND FRAME, CLOSED LID 30 SANITARY MH TO BE ADJUSTED, NEW FRAME & LID STORM SEWER, 12" DIP CL 52 TEMPORARY AGGREGATE, CA-6 35 TOPSOIL PLACEMENT, 4" AND SODDING TOPSOIL PLACEMENT, 4" AND SEEDING 50.00$ 12,000.00$ 20,000.00$ 1,200.00$ 25 4,392.00$ 26 29 16.00$ PORTABLE TOILET INLET FILTER 280.00$ 40 TRAFFIC CONTROL AND PROTECTION 11,050.00$ 2,500.00$ 2,500.00$ 150.00$ 5,400.00$ 122.00$ 850.00$ 4,200.00$ 27 MH, CB, VV TO BE ADJUSTED, NEW FRAME & LID 9,533.29$ 800.00$ 10,400.00$ 1,500.00$ 2,250.00$ 2,250.00$ 1,500.00$ 1,500.00$ 38 10,000.00$ ITEMS TO BE FURNISHED AND CONSTRUCTED ONLY IF REQUESTED IN WRITING BY THE ENGINEER 501.00$ 10.00$ 865.53$ 25.00$ 1,475.00$ 47,319.00$ 1.00$ 15,773.00$ 600.00$ 7,800.00$ 1,425.00$ 1,200.00$ 1,425.00$ 7,300.00$ 3,100.00$ 3,100.00$ 7.00$ 1,169.00$ 4,200.00$ 4,000.00$ 30.00$ 840.00$ 20.00$ 560.00$ 33 TELESCOPING STEEL SIGN SUPPORT 32 850.00$ 850.00$ 866.67$ 400.00$ 3,200.00$ 300.00$ 2,400.00$ 31 CURB BOXES TO BE ADJUSTED 1,733.36$ 135.00$ 1,080.00$ 750.00$ 399.99$ 150.00$ 100.00$ 300.00$ 1,200.00$ 250.00$ 481.00$ 40.00$ 520.00$ 30.00$ 390.00$ 221.00$ 37.00$ 448.00$ SIGN PANEL, TYPE 1 36 34 1,670.00$ 4,175.00$ 2,950.00$ 15.00$ 885.00$ 22.00$ 750.00$ 250.00 300.00$ $100.00450.00$ 150.00$ 18.00$ 10,000.00$ 6,000.00$ 300.00$ 300.00$ 900.00$ 800.00$ 2,400.00$ 250.00$ 750.00$ 6,000.00$ 39 CONTRACTOR FURNISHED CONSTRUCTION LAYOUT 1,670.00$ 3,006.00$ 1,298.00$ 63,092.00$ 0.60$ 9,463.80$ 4.00$ 37 TOPSOIL PLACEMENT 4" & SEEDING WITH STRAW BLANKET 78,000.00$ 40,000.00$ 50,000.00$ 50,000.00$ 85,000.00$ 85,000.00$ 78,000.00$ 20,000.00$ 75.00 79.00$ 88.00$ AUP 3 TEMPORARY PAVEMENT PATCH 80.00$ 59.00$ 90.00$ AUP 2 EXPLORATION TRENCH 350.00$ 335.00$ 320.00$ AUP 1 REMOVAL AND DISPOSAL OF UNSUITABLE MATERIAL 100.00$ 75.00$ 78.00$ 70.00$ 39.00$ 39.00$ 5 AUP 5 DRIVEWAY PAVEMENT REMOVAL AND HMA REPLACEMENT 95.00$ 47.00$ 72.00$ AUP 4 POROUS GRANULAR EMBANKMENT 90.00$ $730,388.80 $815,463.80 $868,814.60 $888,097.25 $921,600.00 $1,103,888.25 Total Bid As Read:$730,388.80 $815,463.80 $868,814.60 $888,097.25 $921,600.00 As Calculated: $100.00 $1,103,888.25 250.00 50.00 50,000.00$ 50,000.00 30,100.00$ $30,100.00 $50.00 50.00 50.00 $100.00 $20.00 $65.00 75.00 $10.00 1,180.00$ 50.00 3.00 19,716.25$ $1.25 25.00 $50.00 5,000.00$ 5,000.00 1,500.00$ $1,500.00 3,000.00$ 1,000.00 3.00$ $1.00 700.00$ 25.00 1,400.00$ $50.00 650.00$ 50.00 390.00$ $30.00 47,319.00$ 4,500.00$ 2,700.00$ 2,000.00$ 9,750.00$ 750.00 7,800.00$ 75.00 5,400.00$ $150.004,500.00$ $600.009,750.00$ 750.00$ 3,000.00 2,400.00$ $2,400.002,000.00$ 3,000.00$ 5,000.00$ 5,000.00 4,500.00$ $4,500.004,500.00$ 125.00$ 4,000.00$ 500.00 800.00$ $100.00 1,000.00$ 1,000.00 1,000.00$ $1,000.00 1,357.50$ 2.50 543.00$ $1.00 $150.00 1,500.00$ 50.00 600.00$ $20.00 $85.75 6,259.75$ 1,700.00$ 75.00 2,550.00$ $140.00 450.00$ 45.00$ 25,725.00$ 175.00 25,725.00$ $175.0022,050.00$ 150.00$ 78,975.00$ 75.00 $77.5577,395.50$ 73.50$ 78,400.00$ 100.00 107,408.00$ $137.0043,120.00$ 55.00$ 42,300.00$ 235.00 27,000.00$ 500.00$ 50.00 Triggi Construction, Inc.Alliance Contractors, Inc.A Lamp Concrete Contractors, Inc. 3,750.00$ $50.003,375.00$ 45.00$ 1,400.00$ $50.001,260.00$ 45.00$ $50.003,375.00$ 45.00$ 50.00 400.00$ $50.00400.00$ 50.00$ 191,700.00$ 60.00 5,625.00$ 3,750.00$ 2,100.00$ 75.00 50.00 30.00 27,000.00$ 75.00 Attachment 1 Page 2 of 23 1 CITY OF DES PLAINES RESOLUTION R - 82 - 21 A RESOLUTION APPROVING AN AGREEMENT WITH DINATALE CONSTRUCTION, INC. FOR THE 2021 CAPITAL IMPROVEMENT PROGRAM CONCRETE IMPROVEMENTS, MFT-21-00000-01-GM. WHEREAS, Article VII, Section 10 of the 1970 Illinois Constitution authorizes the City to contract with individuals, associations, and corporations in any manner not prohibited by law or ordinance; and WHEREAS, the City has appropriated funds in the Motor Fuel Tax Fund for use by the Department of Public Works and Engineering during the 2021 fiscal year for the 2021 Capital Improvement Program Concrete Improvements, which includes the removal and replacement of uneven sidewalk, deteriorated or settled curb and gutters, landscape restoration at various locations throughout the City, and alley reconstruction at two locations in the City ("Work"); and WHEREAS, pursuant to Chapter Ten of Title One of the City of Des Plaines City Code, the City issued an invitation for bids for the performance of the Work; and WHEREAS, the City received six bids, which were opened on April 14, 2021; and WHEREAS, Dinatale Construction, Inc. ("Contractor") submitted the lowest responsible bid in the amount of $730,388.80; and WHEREAS, the City desires to enter into an agreement with Contractor for the performance of the Work in the not-to-exceed amount of $730,388.80 ("Agreement"); and WHEREAS, the City Council has determined that it is in the best interest of the City to enter into the Agreement with Contractor; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Des Plaines, Cook County, Illinois, in the exercise of its home rule powers, as follows: SECTION 1: RECITALS. The foregoing recitals are incorporated into, and made a part of, this Resolution as findings of the City Council. SECTION 2: APPROVAL OF AGREEMENT. The City Council hereby approves the Agreement in substantially the form attached to this Resolution as Exhibit A, and in a final form to be approved by the General Counsel. SECTION 3: AUTHORIZATION TO EXECUTE AGREEMENT. The City Council hereby authorizes and directs the Mayor and the City Clerk to execute and seal, on behalf of the City, final Agreement only after receipt by the City Clerk of at least one executed copy of the Page 3 of 23 2 Agreement from Contractor; provided, however, that if the City Clerk does not receive one executed copy of the Agreement from Contractor within 60 days after the date of adoption of this Resolution, then this authority to execute and seal the Agreement will, at the option of the City Council, be null and void. SECTION 6: EFFECTIVE DATE. This Resolution shall be in full force and effect from and after its passage and approval according to law. PASSED this _____ day of ____________, 2021. APPROVED this _____ day of _____________, 2021. VOTE: AYES _____ NAYS _____ ABSENT _____ MAYOR ATTEST: Approved as to form: CITY CLERK Peter M. Friedman, General Counsel DP-Resolution Approving Agreement with Dinatale Const Inc for 2021 CIP Concrete Improvements Page 4 of 23 Local Public Agency Formal Contract Page 1 of 2 BLR 12320 (Rev. 01/21/21) Local Public Agency Formal Contract Printed 04/15/21 Contractor's Name DiNatale Construction, Inc. Contractor's Address 1441 W Bernard Dr City Addison State IL Zip Code 60101 Local Public Agency CITY OF DES PLAINES County Cook Section Number 21-00000-01-GM STATE OF ILLINOIS Street Name/Road Name VARIOUS Type of Funds MOTOR FUEL TAX CONTRACT BOND (when required) For a County and Road District Project Submitted/Approved Highway Commissioner Signature Date Submitted/Approved County Engineer/Superintendent of Highways Date For a Municipal Project Submitted/Approved/Passed Signature Date Official Title MAYOR Department of Transportation Regional Engineer Signature Date Concurrence in approval of award Exhibit A Page 5 of 23 BLR 12320 (Rev. 01/21/21)Page 2 of 2Printed04/15/21 Local Public Agency CITY OF DES PLAINES County Cook Local Street/Road Name VARIOUS Section Number 21-00000-01-GM 1. THIS AGREEMENT, made and concluded the Day 3rd Month and Year May, 2021 day of between the Local Public Agency Type City of Local Public Agency Des Plaines , known as the party of the first part, and Contractor DiNatale Construction, Inc. its successor, and assigns, known as the party of the second part. 2. For and in consideration of the payments and agreements mentioned in the Proposal hereto attached, to be made and performed by the party of the first part, and according to the terms expressed in the Bond referring this contract, the party of the second part agrees with said party of the first part, at its own proper cost and expense, to do all the work, furnish all materials and all labor necessary to complete the work in accordance with the plans and specifications hereinafter described, and in full compliance with all of the terms of this contract. 3. It is also understood and agreed that the LPA Formal Contract Proposal, Special Provisions, Affidavit of Illinois Business Office, Apprenticeship or Training Program Certification, and Contract Bond hereto attached, and the Plans for Section Local Public Agency CITY OF DES PLAINES ,approved by the Illinois Department of Transportation on Date documents of this contract and are a part hereof. 4. IN WITNESS WHEREOF, the said parties have executed this contract on the date above mentioned. Attest:The Local Public Agency Type City of Name of Local Public Agency Des Plaines Clerk Date By: Party of the First Part Date (If a Corporation)(SEAL) Corporate Name By: President, Party of the Second Part Date (If a Limited Liability Corporation) LLC Name (SEAL) By: Manager or Authorized Member, Party of the Second Part (If a Partnership) Partner Date Attest: Secretary Date Partner Date Partners doing Business under the firm name of (SEAL) Party of the Second Part (If an individual) Party of the Second Part Date , are essentialin Section Number 21-00000-01-GM , Exhibit A Page 6 of 23 Exhibit A Page 7 of 23 STATE OF ILLINOIS ) ) SS COUNTY OF __COOK__ ) CONTRACTOR’S CERTIFICATION [contractor’s executing officer], being first duly sworn on oath, deposes and states that all statements herein made are made on behalf of Contractor, that this deponent is authorized to make them, and that the statements contained herein are true and correct. Contractor deposes, states, and certifies that Contractor is not barred from contracting with a unit of state or local government as a result of (i) a violation of either Section 33E-3 or Section 33E-4 of Article 33E of the Criminal Code of 1961, 720 ILCS 5/33E-1 et seq.; or (ii) a violation of the USA Patriot Act of 2001, 107 Public Law 56 (October 26, 2001) (the “Patriot Act”) or other statutes, orders, rules, and regulations of the United States government and its various executive departments, agencies and offices related to the subject matter of the Patriot Act, including, but not limited to, Executive Order 13224 effective September 24, 2001. DATED: ____________________, 20___. [name of contractor] By: _________________________________ Name: _________________________________ Title: _________________________________ Attest: By: _________________________________ Name: _________________________________ Title: _________________________________ Subscribed and Sworn to before me on ____________________, 20___. My Commission expires: __________________ ____________________________ Notary Public (SEAL) Exhibit A Page 8 of 23 CITY OF DES PLAINES CONTRACT FOR THE CONSTRUCTION OF MFT 21-00000-01 GM ATTACHMENT 1 SUPPLEMENTAL SCHEDULE OF CONTRACT TERMS 1. Project: 2021 Concrete Program – MFT 21-00000-01 GM The scope of work includes removal and replacement of sidewalk, curb and gutter, driveway aprons, pavement patching, alley reconstruction using pervious concrete standards, pervious alley repairs, storm installment, landscape restoration with sod and other miscellaneous items at various locations in Des Plaines. 2. Work Site: ALLEY BETWEEN STREETS LIMITS Curb Replacements Various Sidewalk Replacements Citywide Alles/Oak Harding-Dead End White/River Henry-Campbell The concrete pavement patching will be done at Des Plaines River Rd between Sherwin Ave and Devon Ave. The alley to be repaired is in between Graceland Ave and Laurel Ave. The limits of the alley are from Marion St to Prairie Ave. The storm installment is at Pratt Ave between Scott St and Craig Dr. 3. Permits, Licenses, Approvals, and Authorizations : Contractor must obtain all required governmental permits, licenses, approvals, and authorizations, except: ☒ [Identify permits, licenses, and approvals obtained, or to be obtained, by Owner] SWPP Historical Preservation Notice of Intent ☐ No Exceptions Exhibit A Page 9 of 23 2021 CIP – CONCRETE PROGRAM – MFT 21-00000-01-GM ATTACHMENT 1 -2- 4. Commencement Date: ☒ the date of execution of the Contract by Owner. ☐ ______________ days after execution of the Contract by Owner. 5. Completion Date: Starting and Substantial Completion Dates: The following starting and substantial completion dates apply to this contract as designated by street: ☐ ______________ days after the Commencement Date plus extensions, if any, authorized by a Change Order issued pursuant to Subsection 2.2A of the Contract ☒ Friday, October 01, 2021, plus extensions, if any, authorized by a Change Order issued pursuant to Subsection 2.2A of the Contract Completion includes the approved and acceptable construction of all pay items: including concrete correction (punch) list items, all hot-mix asphalt items including surface courses and all landscape restoration work, including topsoil and sod placement. Days and Hours of Work. Workdays for this Contract are Monday through Friday between the hours of 7AM to 6PM. No work shall be done or equipment operated outside of these permitted hours. No work shall be done on any Saturdays, Sundays or the following specified days unless otherwise approved by the Project Manager. Monday May 31, 2021 Memorial Day Monday July 4, 2021 Independence Day Monday September 6, 2021 Labor Day Monday October 11, 2021 Columbus Day In the event, the Contractor works on Saturday, Sunday, or holiday, during which time the Engineer and/or Inspector(s) are required to be present, the City of Des Plaines shall pay the cost for such overtime engineering services and shall deduct such cost from payments due the Contractor. Overtime engineering services shall be charged at the Engineer’s standard hourly rate for all time over eight hours on any single weekday and for all hours on Saturday, Sunday, and holidays and/or Inspector(s) standard hourly rate applied on a one and one-half (x 1 ½) basis for all time over eight hours on any single weekday and for all hours on Saturday and a double time (x 2) basis for all Sunday and holiday hours of the Inspector’s standard hourly rate. If the amount due the Contractor is not sufficient to cover the cost of overtime engineering service, the Contractor shall reimburse the City of Des Plaines in the amount necessary to cover Exhibit A Page 10 of 23 2021 CIP – CONCRETE PROGRAM – MFT 21-00000-01-GM ATTACHMENT 1 -3- such costs. The Project Manager shall approve necessary personnel and time for engineering services. Progress Schedule. The Contractor shall submit, for approval by the Engineer, a Progress Schedule, which complies with the requirements of these specifications, and Completion Dates. The Progress Schedule shall include an Estimate of Time and/or Performance Rate for each controlling pay item. Once a Progress Schedule is approved, there shall be no deviation without the written approval of the Engineer. If the Contractor falls 10 or more working days behind the Approved Progress Schedule, they shall provide the Engineer with a revised Progress Schedule that complies with the requirements of the Contract for the Engineer's review. TIME IS OF THE ESSENCE ON THIS CONTRACT AND LIQUIDATED DAMAGES WILL BE ASSESSED FOR EACH DAY THAT THE WORK REMAINS INCOMPLETE PAST THE STATED COMPLETION DATE. 6. Insurance Coverage: A. Worker’s Compensation and Employer’s Liability with limits not less than: (1) Worker’s Compensation: Statutory; (2) Employer’s Liability: $1,000,000 injury-per occurrence; $1,000,000 disease-per employee; $1,000,000 disease-policy limit Such insurance must evidence that coverage applies in the State of Illinois. B. Comprehensive Motor Vehicle Liability with a combined single limit of liability for bodily injury and property damage of not less than $2,000,000 for vehicles owned, non-owned, or rented. All employees must be included as insureds. C. Comprehensive General Liability with coverage written on an “occurrence” basis and with limits no less than: (1) General Aggregate: $5,000,000. See Subsection F below regarding use of umbrella overage. (2) Bodily Injury: $2,000,000 per person; $2,000,000 per occurrence (3) Property Damage: $2,000,000 per occurrence and $5,000,000 aggregate. Coverage must include: - Premises / Operations Exhibit A Page 11 of 23 2021 CIP – CONCRETE PROGRAM – MFT 21-00000-01-GM ATTACHMENT 1 -4- - Products / Completed Operations (to be maintained for two years after Final Payment) - Independent Contractors - Personal Injury (with Employment Exclusion deleted) - Broad Form Property Damage Endorsement - Blanket Contractual Liability (must expressly cover the indemnity provisions of the Contract) - Bodily Injury and Property Damage “X”, “C”, and “U” exclusions must be deleted. Railroad exclusions must be deleted if Work Site is within 50 feet of any railroad track. All employees must be included as insured. ☐D. Builders Risk Insurance. This insurance must be written in completed value form, must protect Contractor and Owner against “all risks” of direct physical loss to buildings, structures, equipment, and materials to be used in providing, performing, and completing the Work, including without limitation fire extended coverage, vandalism and malicious mischief, sprinkler leakage, flood, earth movement and collapse, and must be designed for the circumstances that may affect the Work. This insurance must be written with limits not less than the insurable value of the Work at completion. The insurable value must include the aggregate value of Owner-furnished equipment and materials to be constructed or installed by Contractor. This insurance must include coverage while equipment or materials are in warehouses, during installation, during testing, and after the Work is completed, but prior to Final Payment. This insurance must include coverage while Owner is occupying all or any part of the Work prior to Final Payment without the need for the insurance company’s consent. ☐ E. Owner’s and Contractor’s Protective Liability Insurance. Contractor, at its sole cost and expense, must purchase this Insurance in the name of Owner with a combined single limit for bodily injury and property damage of not less than $1,000,000. F. Umbrella Policy. The required coverage may be in the form of an umbrella policy above $2,000,000 primary coverage. All umbrella policies must provide excess coverage over underlying insurance on a following-form basis so that, Exhibit A Page 12 of 23 2021 CIP – CONCRETE PROGRAM – MFT 21-00000-01-GM ATTACHMENT 1 -5- when any loss covered by the primary policy exceeds the limits under the primary policy, the excess or umbrella policy becomes effective to cover that loss. ☐ G. Deductible. Each policy must have a deductible or self-insured retention of not more than $________. ☒ H. Owner as Additional Insured. Owner must be named as an Additional Insured on the following policies: Comprehensive General Liability, Comprehensive Motor Vehicle Liability, and Umbrella Policy. The Additional Insured endorsement must identify Owner as follows: The City of Des Plaines and its boards, commissions, committees, authorities, employees, agencies, officers, voluntary associations, and other units operating under the jurisdiction and within the appointment of its budget. ☐ I. Other Parties as Additional Insureds. In addition to Owner, the following parties must be named as additional insured on the following policies: Additional Insured Policy or Policies 7. Contract Price: SCHEDULE OF PRICES ☐ A. LUMP SUM CONTRACT For providing, performing, and completing all Work, the total Contract Price of (write in numbers only): $ ________________________________ ☐ All Work will be paid on a force account basis, using the terms of Section 109.04(b) of the IDOT Standard Specifications For Road And Bridge Construction 2016, without limitation to “extra work.” Contractor shall be paid in installments (see below). Contractor must submit Pay Requests including Exhibit A Page 13 of 23 2021 CIP – CONCRETE PROGRAM – MFT 21-00000-01-GM ATTACHMENT 1 -6- itemized statements of the cost of the Work, accompanied and supported by statements and invoices for all labor, materials, transportation charges and other items of the Work, using standard Illinois Department of Transportation schedules and report forms. ☒ B. UNIT PRICE CONTRACT NOTE: If Owner has provided a separate form Schedule of Pricing attached to this Attachment 1, then that Schedule of Prices will be used and this Subsection B should not be used. If Owner has not provided a separate form Schedule of Prices, then this Subsection B should be used. For providing, performing, and completing all Work, the sum of the products resulting from multiplying the number of acceptable units of Unit Price Items listed below incorporated in the Work by the Unit Price set forth below for such Unit Price Item: COMPLETE SCHEDULE OF PRICES SEE ATTACHMENT 1 (BLR12201a) Unit Price Item Unit Approximate Number of Units Price Per Unit Extension 1 $_________ $_______________ 2 $_________ $_______________ 3 $_________ $_______________ TOTAL CONTRACT PRICE (write in numbers only): $ _____________________________________ ☐ C. COMBINED LUMP SUM/UNIT PRICE CONTRACT (1) For providing, performing, and completing all Work related to [describe lump sum work], the total sum of (write in numbers only): $ ______________________________________ (2) For providing, performing, and completing all Work related to [describe unit price work], the sum of the products resulting from multiplying the Exhibit A Page 14 of 23 2021 CIP – CONCRETE PROGRAM – MFT 21-00000-01-GM ATTACHMENT 1 -7- number of acceptable units of Unit Price Items listed below incorporated in the Work by the Unit Price set forth below for such Unit Price Item: COMPLETE TABLE AS INDICATED Unit Price Item Unit Approximate Number of Units Price Per Unit Extension 1 $_________ $_______________ 2 $_________ $_______________ 3 $_________ $_______________ TOTAL CONTRACT PRICE, being the sum of (1) plus the extension of (2) (write in numbers only): $ ________________________________________ D. Any items of Work not specifically listed or referred to in the Schedule of Prices, or not specifically included for payment under any Unit Price Item, shall be deemed incidental to the Contract Price, shall not be measured for payment, and shall not be paid for separately except as incidental to the Contract Price, including without limitation extraordinary equipment repair, the cost of transportation, packing, cartage, and containers, the cost of preparing schedules and submittals, the cost or rental of small tools or buildings, the cost of utilities and sanitary conveniences, and any portion of the time of Bidder, its superintendents, or its office and engineering staff. 8. Progress Payments: A. General. Owner must pay to Contractor 90 percent of the Value of Work, determined in the manner set forth below, installed and complete in place up to the day before the Pay Request, less the aggregate of all previous Progress Payments. The total amount of Progress Payments made prior to Final Acceptance by Owner may not exceed 90 percent of the Contract Price. B. Value of Work. The Value of the Work will be determined as follows: (1) Lump Sum Items. For all Work to be paid on a lump sum basis, Contractor must, not later than 10 days after execution of the Contract and before submitting its first Pay Request, submit to Owner a schedule showing the value of each component part of such Work in form and with substantiating data acceptable to Owner (“Breakdown Schedule”). The sum of the items listed in the Breakdown Schedule must equal the Exhibit A Page 15 of 23 2021 CIP – CONCRETE PROGRAM – MFT 21-00000-01-GM ATTACHMENT 1 -8- amount or amounts set forth in the Schedule of Prices for Lump Sum Work. An unbalanced Breakdown Schedule providing for overpayment of Contractor on component parts of the Work to be performed first will not be accepted. The Breakdown Schedule must be revised and resubmitted until acceptable to Owner. No payment may be made for any lump sum item until Contractor has submitted, and Owner has approved, an acceptable Breakdown Schedule. Owner may require that the approved Breakdown Schedule be revised based on developments occurring during the provision and performance of the Work. If Contractor fails to submit a revised Breakdown Schedule that is acceptable to Owner, Owner will have the right either to suspend Progress and Final Payments for Lump Sum Work or to make such Payments based on Owner’s determination of the value of the Work completed. (2) Unit Price Items. For all Work to be paid on a unit price basis, the value of such Work will be determined by Owner on the basis of the actual number of acceptable units of Unit Price Items installed and complete in place, multiplied by the applicable Unit Price set forth in the Schedule of Prices. The actual number of acceptable units installed and complete in place will be measured on the basis described in Attachment 1 to the Contract or, in the absence of such description, on the basis determined by Owner. The number of units of Unit Price Items stated in the Schedule of Prices are Owner’s estimate only and may not be used in establishing the Progress or Final Payments due Contractor. The Contract Price will be adjusted to reflect the actual number of acceptable units of Unit Price Items installed and complete in place upon Final Acceptance. C. Application of Payments. All Progress and Final Payments made by Owner to Contractor will be applied to the payment or reimbursement of the costs with respect to which they were paid and will not be applied to or used for any pre- existing or unrelated debt between Contractor and Owner or between Contractor and any third party. 9. Per Diem Administrative Charge: ☒$ per IDOT SSRB ☐No Charge Exhibit A Page 16 of 23 2021 CIP – CONCRETE PROGRAM – MFT 21-00000-01-GM ATTACHMENT 1 -9- 10. Standard Specifications: The Contract includes the following Illinois Department of Transportation standard specifications, each of which are incorporated into the Contract by reference: ☒"State of Illinois Standard Specifications for Road and Bridge Construction" (SSRB) ☒"Standard Specifications for Water and Sewer Main Construction in Illinois" (SSWS) ☒"Illinois Manual on Uniform Traffic Control Devices for Streets and Highways" (MUTCD). The Contract also includes Owner’s City Code and Building Codes. References to any of these manuals, codes, and specifications means the latest editions effective on the date of the bid opening. See Attachment 5 for any special project requirements. Exhibit A Page 17 of 23 CITY OF DES PLAINES CONTRACT FOR THE CONSTRUCTION OF MFT 21-00000-01 GM ATTACHMENT 2 SPECIFICATIONS INDEX OF SPECIAL PROVISIONS The following Index is provided for the Bidder's convenience only. Bidders are advised to thoroughly read each Special Provision and familiarize themselves with their content. PAGE NUMBER DESCRIPTION 1 SPECIAL PROVISIONS 1 CONTRACTOR SAFETY RESPONSIBILITY 1 COOPERATION BY CONTRACTOR 2 DIRT ON PAVEMENT 2 TESTING OF MATERIALS 3 RECORD DRAWING SURVEY POINT FILE 4 SIDEWALK REMOVAL PORTLAND CEMENT CONCRETE SIDEWALK DETECTABLE WARNINGS 5 AGGREGATE BASE COURSE, TYPE B 5 REINFORCEMENT BARS, EPOXY COATED 5 COMBINATION CONCRETE CURB AND GUTTER REMOVAL AND REPLACEMENT 6 CURB KEYWAY 7 CONCRETE RIBBON, PCC PAVEMENT 8 TRENCH BACKFILL 9 PAVEMENT REMOVAL, 20” 9 PORTLAND CEMENT CONCRETE PAVEMENT REMOVAL AND REPLACEMENT 10 PERVIOUS CONCRETE PAVEMENT, REMOVAL AND REPLACEMENT 12 PERVIOUS CONCRETE PAVEMENT, 8 INCH 14 PAVEMENT PATCHING 15 PORTLAND CEMENT CONCRETE DRIVEWAY PAVEMENT REMOVAL AND REPLACEMENT 16 HOT-MIX ASPHALT DRIVEWAY SURFACE COURSE REMOVAL AND REPLACEMENT 16 TEMPORARY AGGREGATE, CA-6 Exhibit A Page 18 of 23 2020 CIP – CONCRETE PROGRAM – MFT 20-00000-01-GM ATTACHMENT 2 17 STORM SEWER, DUCTILE IRON PIPE 17 MANHOLE, CATCH BASIN, VALVE VAULT ADJUSTMENT AND RECONSTRUCTION 19 STORM MANHOLE AND CATCH BASIN CONSTRUCTION 20 SANITARY MANHOLE ADJUSTMENT AND RECONSTRUCTION 21 CURB BOXES TO BE ADJUSTED 22 TELESCOPING STEEL SIGN SUPPORT 22 SIGN PANEL, TYPE 1 23 TOPSOIL PLACEMENT 4 INCHES AND SODDING 24 TOPSOIL PLACEMENT 4 INCHES AND SEEDING 25 TOPSOIL PLACEMENT 4 INCHES AND SEEDING WITH STRAW BLANKET 25 PORTABLE TOILETS 26 TRAFFIC CONTROL AND PROTECTION 27 EXPLORATION TRENCH 27 POROUS GRANULAR BASE COURSE, 12 INCH 27 INTEGRAL CURB AND GUTTER REMOVAL AND REPLACEMENT 29 GRADING AND SHAPING PARKWAYS AND DITCHES OTHER ATTACHMENTS: SUPPLEMENTAL SPECIFICATIONS AND RECURRING SPECIAL PROVISIONS IDOT HIGHWAY STANDARDS NO PARKING SIGN Exhibit A Page 19 of 23 CITY OF DES PLAINES CONTRACT FOR THE CONSTRUCTION OF MFT 21-00000-01 GM ATTACHMENT 3 LIST OF DRAWINGS INDEX OF SHEETS Sheet No. Description 1 COVER SHEET 2 LEGEND 3 SUMMARY OF QUANTITIES 4 TYPICAL SECTIONS 5 ALLES-OAK ALLEY 6 WHITE-RIVER ALLEY 7 PRATT AVE - CURB AND DRAINAGE PLAN 8-9 TYPICAL DETAILS 10 EROSION AND SEDIMENT CONTROL DETAILS Exhibit A Page 20 of 23 CITY OF DES PLAINES CONTRACT FOR THE CONSTRUCTION OF MFT 21-00000-01 GM ATTACHMENT 4 SPECIAL PROJECT REQUIREMENTS PRE-CONSTRUCTION MEETING Prior to commencing any construction operations, there shall be a Pre-Construction Meeting conducted at the Public Works and Engineering Office, Des Plaines Civic Center, 1420 Miner Street, Room 504. The Engineer will set the date and time of the Pre-Construction Meeting after execution of the Contract by both parties. The Contractor's full time Superintendent must attend the Pre-Construction meeting. The following shall be submitted for review at the Pre-Construction meeting: Progress Schedule (submit 3 working days prior) for review Superintendent 24-hour emergency phone number, field phone number, pager number and cellular telephone number Name and 24-hour emergency telephone number of the person in the direct employ of the Contractor who is responsible for administrating the Traffic Control on the Contract. List of Subcontractors, including quantity and type of work to be sublet, their qualifications, references and certified copies of their subcontract agreements. List of Material Suppliers and phone numbers Mix Designs for concrete and hot-mix asphalt items to be incorporated in the Contract All Subcontractors are required to either attend the Pre-Construction meeting or attend a Field Pre-Construction meeting with the Resident Engineer and the Contractor's Superintendent prior to the beginning of any sub-let work. CLAIMS The Contractor agrees to save and hold harmless the Owner and the Engineer from all claims, demands, suits, judgment decrees, including costs, expenses and attorney fees on account of, or arising out of the use of the streets or sidewalks, or resulting from the excavations, openings, Exhibit A Page 21 of 23 obstructions, or defects that may be made or left in the streets or sidewalks by the Contractor or their several agents, or any other person engaged in the performance of this Contract. The Contractor shall save the Owner and the Engineer harmless from all claims, demands, suits, judgment decrees, including costs, expenses and attorney fees on account of, or arising out of any infringement of any patent rights or royalties claimed by any one on account of machinery, instrument tools, materials, principals or processes used by them or about said work. PROCEDURE FOR RESOLVING PROPERTY DAMAGE CLAIMS The General Contractor agrees to adhere to the following procedure to resolve all property damage claims that are related to the performance of all Work on this Contract. It is the responsibility of the General Contractor to require that all Subcontractors and Material Suppliers follow this claim procedure. The City reserves the right to withhold one and one half times the estimated cost of the damages from sums due the General Contractor until all claims related to performance of their Work are resolved as herein provided. Upon receipt of a claim against the General Contractor for property damage allegedly caused or related to the performance of their Work under this Contract, the General Contractor shall, within 5 working days of receipt of such claim: Acknowledge the claim, in writing, to the property owner. Furnish the Engineer with written acknowledgement of receipt of the claim, including a copy of the claim and all information related to it. If the claim is not settled (or the General Contractor does not agree to settle the claim) within 5 days, the General Contractor shall: Forward the claim to the General Contractor’s Insurance Carrier. Furnish the Engineer with a copy of the Insurance Carrier’s written acknowledgement of receipt of the claim The General Contractor shall either settle or deny the claim within 60 calendar days from initial receipt of the claim, the General Contractor shall: Notify the Engineer, in writing, of claims that have been settled or denied, including the terms of the settlement or the reason for the denial. Notify the property owner if there is a decision to deny their claim and shall include in the Notice of Denial the name and address of the person authorized to accept service of process on behalf of the General Contractor. When a claim is allowed in any amount, within 30 days of the award, pay to the property Exhibit A Page 22 of 23 owner the amount of the award. If the Contractor does not make payment to the property owner within the 30 day period, the Owner shall be authorized to make the payment in the amount of the award on behalf of the General Contractor and deduct the amount of the payment from the amount due the General Contractor on the next payment due the Contractor under this Contract Exhibit A Page 23 of 23 1420 Miner Street Des Plaines, IL 60016 P: 847.391.5488 desplaines.org Date: April 21, 2021 To: Mayor Bogusz and Aldermen of the City Council From: Michael G. Bartholomew, City Manager Subject: Purchase of Property – 1380 East Oakton, Des Plaines, Illinois Issue: The City of Des Plaines wishes to purchase vacant land commonly known as 1380 East Oakton Street, Des Plaines, Illinois 60018. Analysis: The City believes it is in the best interest of its residents to purchase said land from 5580 Northwest Highway, LLC. Recommendation: I recommend City Council approve the resolution and purchase and sale agreement as presented for the purchase of 1380 East Oakton Street, Des Plaines, Illinois in the amount of $190,619.00 to be funded from contingency TIF #8 funds. Attachments: Attachment 1 – Map of 1380 East Oakton Street Resolution R-84-21 Exhibit A: Legal Description, 1380 East Oakton Street Exhibit B: Purchase and Sale Agreement Page 1 of 27 CONSENT AGENDA #5. Page 2 of 27Attachment 1 {00120232.3} 1 CITY OF DES PLAINES RESOLUTION R - 84 - 21 A RESOLUTION AUTHORIZING THE PURCHASE OF THE PROPERTY LOCATED AT 1380 E. OAKTON AVE, DES PLAINES, ILLINOIS.______________________________ WHEREAS, Article VII, Section 10 of the 1970 Illinois Constitution authorizes the City to contract with individuals, associations, and corporations in any manner not prohibited by law or ordinance; and WHEREAS, the City has contingency funds available for property acquisition in Tax Increment Fund #8 for the purchase of real property during the 2021 fiscal year; and WHEREAS, 5580 Northwest Highway, LLC, an Illinois limited liability company, is the record title owner ("Owner") of that certain property commonly known as 1380 E. Oakton Ave Des Plaines, Illinois 60018 also known as 1380 Oakton Ave, Des Plaines Illinois 60018, and legally described in Exhibit A attached to, and by this reference made a part of, this Resolution ("Property"); and WHEREAS, the Property is vacant land; and WHEREAS, the City desires to purchase the Property for the purchase price of $190,619.00 (“Purchase Price”), which purchase is conditioned on the fulfillment of all terms, conditions, and purposes set forth in that certain Agreement of Purchase and Sale by and between the City and the Owner (“Agreement”); and WHEREAS, the City Council has determined that it is in the best interest of the City to enter into the Agreement with the Owner for the purchase of the Property; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Des Plaines, Cook County, Illinois, in the exercise of its home rule powers, as follows: SECTION 1: RECITALS. The foregoing recitals are incorporated into, and made a part of, this Resolution as findings of the City Council. SECTION 2: APPROVAL OF AGREEMENT. The City Council hereby approves the Agreement with the Owner for the purchase of the Property for the Purchase Price in substantially the form attached to this Resolution as Exhibit B, and in a final form to the approved by the City Manager and General Counsel. SECTION 3: AUTHORIZATION TO EXECUTE DOCUMENTS. The City Council hereby authorizes and directs the Mayor and the City Clerk to execute and seal, on behalf of the City, the final Agreement and the Mayor, City Manager, City Clerk, and City Attorney, and such Page 3 of 27 {00120232.3} 2 other officials as may be necessary, are hereby authorized to execute all agreements, legal instruments and other documents required to effectuate the intent of this resolution. SECTION 4: EFFECTIVE DATE. This Resolution shall be in full force and effect from and after its passage and approval according to law. PASSED this ___ day of _________________, 2021. APPROVED this ___ day of ____________________, 2021. VOTE: AYES _____ NAYS _____ ABSENT _____ MAYOR ATTEST: Approved as to form: CITY CLERK Peter M. Friedman, General Counsel DP-Resolution Approving the Purchase of the Property Located at 1380 E. Oakton Ave. Page 4 of 27 {00120232.3} 3 EXHIBIT A PARCEL: LOT 7 (EXCEPT WESTERLY 40 FEET) AND LOT 8 IN BLOCK 17 IN ARTHUR T. MCINTOSH AND COMPANY’S ADDITION TO DES PLAINES HEIGHTS BEING A SUBDIVISION OF THAT PART EAST OF RAILROAD OF THE SOUTH ½ OF THE SOUTH EAST ¼ OF SECTION 20, TOWNSHIP 41 NORTH, RANGE 12 EAST OF THE THIRD PRINCIPAL MERIDIAN, AND THAT PART WEST OF DES PLAINES ROAD OF THE SOUTH ½ OF THE SOUTHWEST ¼ (EXCEPT 4 ACRES IN THE NORTHEAST CORNER THEREOF) OF SECTION 21, TOWNSHIP 41 NORTH, RANGE 12, EAST OF THE THIRD PRINCIPAL MERIDIAN, IN COOK COUNTY, ILLINOIS. P.I.N.s: 09-20-416-008-0000 and 09-20-416-016-0000 Commonly known as 1380 E. Oakton Street, Des Plaines, Illinois Page 5 of 27Exhibit A Page 6 of 27Exhibit B Page 7 of 27Exhibit B Page 8 of 27Exhibit B Page 9 of 27Exhibit B Page 10 of 27Exhibit B Page 11 of 27Exhibit B Page 12 of 27Exhibit B Page 13 of 27Exhibit B Page 14 of 27Exhibit B Page 15 of 27Exhibit B Page 16 of 27Exhibit B Page 17 of 27Exhibit B Page 18 of 27Exhibit B Page 19 of 27Exhibit B Page 20 of 27Exhibit B Page 21 of 27Exhibit B Page 22 of 27Exhibit B Page 23 of 27Exhibit B Page 24 of 27Exhibit B Page 25 of 27Exhibit B Page 26 of 27Exhibit B Page 27 of 27Exhibit B PUBLIC WORKS AND ENGINEERING DEPARTMENT 1111 Joseph Schwab Road Des Plaines, IL 60016 P: 847.391.5464 desplaines.org Date: April 8, 2021 To: Michael G. Bartholomew, MCP, LEED-AP, City Manager From: Tom Bueser, Superintendent of General Services Cc: Timothy P. Oakley, P.E., CFM, Director of Public Works and Engineering Timothy Watkins, Assistant Director of Public Works and Engineering Subject: Disposal of City Vehicles/Equipment - Obenauf Auction Service Issue: The City has a surplus of vehicles and equipment due to the purchase of replacements and maintaining right sizing of the City fleet. The vehicles/equipment have reached their useful life and are no longer of use to the City’s departments. Analysis: The Public Works and Engineering Vehicle Maintenance Division has evaluated the existing fleet and has compiled the attached list of 15 vehicles/equipment that are no longer of use to the City. Utilization of the online auction allows us to manage our own web listings and retain the vehicles/equipment at the Public Works facility. These vehicles do not have to be delivered to a remote location which frees up staff time. Obenauf’s three percent commission is competitive with similar auction vendors. Recommendation: We request authorization from the City Council to dispose of the listed vehicles/equipment through Obenauf Auction Service, Inc., 810 Magna Drive, Round Lake, IL 60073. Attachments: Attachment 1 – Obenauf Auction Services Consignment Form Ordinance M-6-21 Exhibit A - Auction List of Vehicles and Equipment MEMORANDUM Page 1 of 7 CONSENT AGENDA #6. Form to Consign an Item to the Obenauf Auction Service “OnLine” Auction Website www.ObenaufAuctionsOnLine.com To list your item on this site - email all information to: Auctionjim@comcast.net NAME OR COMPANY: ADDRESS: PHONE NUMBER(S): EMAIL ADDRESS: CONTACT PERSON: ~ Complete Description ~ Description Type in complete description (SAMPLE DESCRIPTIONS BELOW) .01 2014 GMC Yukon Denali VIN: ----------------- (72,633 miles) black, 5.7L gas, auto trans, 4x4, leather heated seats front and rear, power windows, running boards, double door in back, Bose stereo with 6 disc CD changer, interior in good condition with minor wear, fold down back seats, exterior has minor scratches and some small dings, tires like new, just had recent tune up, no rust, low miles for age. Start @ $500 Reserve @ $3,500 .02 Kenmore 24 cu. inch almond side-by-side refrigerator/freezer, in good working condition and very clean, with bottom drawers. Keeps items cold, great for second refrigerator. Exterior has no dents or scratches. Start @ $15 (SAMPLE) .03 Craftsman roll-around bottom tool box with 3 large drawers and one flip open huge storage space 24” x 18” x 30” and “Vulcan” top tool box with 10 drawers and flip open top 24” x 16” x 18”. All drawers work although a few stick. Very light surface rust on sides. Start @ $5 (SAMPLE) Type in multiple items in this space. Attachment 1 Page 2 of 7 ~ Inspection and Pickup arrangements ~ CONTACT PERSON: LOCATION: HOURS: PHONE NUMBER: All funds will be collected by Obenauf Auction Service, Inc. and paid to the consignor via an OAS check within approximately 30 days of the completion of the auction. A Sellers Fee of 3% will be deducted from the settlement check (All information and pictures provided via email by the consignor). If OAS has to come to your facility to compile the item(s) information and take pictures an additional rate of $35 per man hour will be deducted from your settlement. A Sellers Fee of 15% will be deducted from the settlement check if items are brought to OAS facility (OAS will come to your facility and pickup item(s) for a charge, take pictures and post your item(s) on our OnLine Internet Auction site at an additional rate of $35 per hour). I HEREBY COMMISSION OBENAUF AUCTION SERVICE, INC. TO SELL THE ITEMS LISTED. I CERTIFY THAT I AM THE OWNER OF THE LISTED MERCHANDISE AND HAVE GOOD TITLE FOR DELIVERY TO PURCHSER AND THAT ALL ITEMS ARE FREE FROM ANY AND ALL ENCUMBRANCES. I AGREE TO ACCEPT ALL RESPONSIBILITY FOR PROVIDING ACCURATE DESCRIPTION OF MERCHANDISE SOLD (IF ANY MERCHANDISE DESCRIPTION IS MIS-REPRESENTATED BY THE SELLER, YOU WILL BE REQUIRED TO TAKE YOUR ITEM BACK OR NEGOTIATE PRICE). I AGREE TO HOLD HARMLESS OBENAUF AUCTION SERVICE, INC. AGAINST ANY CLAIMS ARISING BECAUSE OF ANY BREACH OF THE ABOVE CONDITIONS. Seller___________________________________________Date: ______________ Typed name & date by e-mail transmission will constitute your signature. Obenauf Auction Service, Inc. 810 Magna Drive Round Lake, IL 60073 847-546-2095 office 847-546-2097 fax Attachment 1 Page 3 of 7 1 CITY OF DES PLAINES ORDINANCE M - 6 - 21 AN ORDINANCE AUTHORIZING THE DISPOSITION OF SURPLUS PERSONAL PROPERTY OWNED BY THE CITY OF DES PLAINES. WHEREAS, the City is a home rule municipal corporation in accordance with Article VII, Section 6(a) of the Constitution of the State of Illinois of 1970; and WHEREAS, the City is the owner of certain surplus vehicles and equipment (collectively, "Surplus Personal Property") described in detail in Exhibit A, attached to and, by this reference, made a part of this Ordinance; and WHEREAS, the City Council has determined that the Personal Property is no longer necessary or useful to, or for the best interest of, the City; and WHEREAS, Obernauf Auction Service, Inc. ("Obernauf") operates an Internet-based auction service for the sale of property that meets the needs of the City; and WHEREAS, the City desires to dispose of the Personal Property through an auction conducted by Obernauf; and WHEREAS, the City Council has determined that it is in the best interest of the City to dispose of the Personal Property at in the manner set forth in this Ordinance; NOW, THEREFORE, BE IT ORDAINED, by the City Council of the City of Des Plaines, Cook County, Illinois, in the exercise of its home rule powers, as follows: SECTION 1: RECITALS. The foregoing recitals are incorporated into, and made a part of, this ordinance as the findings of the City Council. SECTION 2: AUTHORIZATION TO DISPOSE OF PERSONAL PROPERTY. Pursuant to Section 11-76-4 of the Illinois Municipal Code, 65 ICLS 5/11-76-4, Section 1-12-4 of the City Code of the City of Des Plaines, and the home rule powers of the City, the City Council hereby finds that the Personal Property is no longer necessary or useful to, or for the best interest of, the City. The City Manager, or his designee, is hereby authorized to sell the Personal Property at an auction conducted by Obernauf; provided, however, that no item of Surplus Personal Property Page 4 of 7 2 will be sold for a price that is less than the Minimum Sales Price for that item set forth in Exhibit A. SECTION 3: AUTHORIZATION TO EXECUTE REQUIRED DOCUMENTS. The City Council hereby authorizes and directs the City Manager and the City Clerk to execute and seal, on behalf of the City, all documents approved by the General Counsel and necessary to complete the disposition of the Surplus Personal Property in accordance with Section 2 of this Agreement. SECTION 4: DEPOSIT OF AUCTION SALE PROCEEDS. The City Council hereby directs the City Manager and the Director of Finance to deposit into the City’s General Fund the proceeds from the disposition of the Surplus Personal Property pursuant to Section 2 of this Ordinance. SECTION 5: EFFECTIVE DATE. This Ordinance shall be in full force and effect from and after its passage, approval and publication in pamphlet form according to law. [SIGNATURE PAGE FOLLOWS] Page 5 of 7 3 PASSED this _____ day of _________________, 2021. APPROVED this _____ day of ___________________, 2021. VOTE: AYES ______ NAYS ______ ABSENT ______ MAYOR ATTEST: CITY CLERK Published in pamphlet form this Approved as to form: ____ day of ____________, 2021. CITY CLERK Peter M. Friedman, General Counsel DP-Ordinance Authorizing Disposition of Property Vehicles and Equipment via Obenauf Auction Service 2021 Page 6 of 7 Exhibit A Page 7 of 7 MINUTES OF THE REGULAR MEETING OF THE CITY COUNCIL OF THE CITY OF DES PLAINES, ILLINOIS HELD VIA ZOOM VIDEO CONFERENCE ON MONDAY, APRIL 19, 2021 CALL TO ORDER: The regular meeting of the City Council of the City of Des Plaines, Illinois, was called to order by Mayor Bogusz at 7:01 p.m. The meeting was lived-streamed via: http://desplaines.org/accessdeplaines and played on DPTV Channel 17 on Monday, April 19, 2021. ROLL CALL: Roll call indicated the following Aldermen present: Lysakowski, Moylan, Rodd, Zadrozny, Brookman, Chester, Smith, Goczkowski. A quorum was present. Also present were: City Manager Bartholomew, Assistant City Manager/Director of Finance Wisniewski, Director of Public Works and Engineering Oakley, Community and Economic Development Director McMahon, Fire Chief Anderson, Police Chief Anderson, and General Counsel Friedman. PRAYER AND PLEDGE: The prayer was offered by Alderman Rodd followed by the Pledge of Allegiance to the Flag of the United States of America offered by Alderman Rodd. New Business Item 2A - Consideration of a Conditional Use for the Property located at 110 S River Road – Ordinance Z-32-21- was removed from the agenda at the request of staff. PUBLIC COMMENT: The City of Des Plaines continues to follow social distancing requirements. In response to the risks created by the COVID-19 outbreak, Governor Pritzker issued Executive Order 2020-07 on March 16, 2020, suspending the Open Meetings Act provision relating to in-person attendance by the members of the public body. Tonight’s meeting is allowed to be conducted via video conferencing. Public comments were allowed to be e-mailed to publiccomments@desplaines.org or phoned in to the City Clerk’s Office by 5:00 p.m. on April 19, 2021. No public comments were submitted to the City Council. MAYORAL ANNOUNCEMENT On March 16, 2020, a Declaration of Civil Emergency for the City of Des Plaines related to the COVID-19 emergency was authorized. The Declaration provided that: (1)the City may enter into contracts for the emergency purchase of goods and services; (2) the City Manager may implement emergency staffing protocols pursuant to the City’s respective collective bargaining agreements; and (3) directed City officials and employees to cooperate with other government agencies. In accordance with Illinois statutes, the Mayor’s Declaration lasted only for a period of seven days, unless it was extended by action of the City Council. At each subsequent City Council meeting, the City Council, by motion, extended the Declaration until the next adjournment of the next special or City Council meeting. This extension of the Declaration includes Mayor Bogusz’s Supplemental Order dated July 29, 2020. CONSENT AGENDA #7. Page 2 of 5 04/19/2021 (Cont.) Moved by Brookman, seconded by Moylan, to extend the Mayor’s March 16, 2020 Declaration of Civil Emergency until the adjournment of the next regular, special, or emergency meeting of the City Council. Upon roll call, the vote was: AYES: 8 - Lysakowski, Moylan, Rodd, Zadrozny Brookman, Chester, Smith, Goczkowski NAYS: 0 - None ABSENT: 0 - None Motion declared carried. CITY CLERK ANNOUNCEMENT None. MANAGER’S REPORT: None. CITY ATTORNEY/ GEN. COUNSEL REPORT CONSENT AGENDA: None. Moved by Moylan, seconded by Goczkowski, to establish the Consent Agenda. Upon voice vote, the vote was: AYES: 8 - Lysakowski, Moylan, Rodd, Zadrozny Brookman, Chester, Smith, Goczkowski NAYS: 0 - None ABSENT: 0 - None Motion declared carried. Moved by Brookman, seconded by Rodd, to approve the Consent Agenda. Upon roll call, the vote was: AYES: 8 - Lysakowski, Moylan, Rodd, Zadrozny Brookman, Chester, Smith, Goczkowski NAYS: 0 - None ABSENT: 0 - None Motion declared carried. Minutes were approved; Resolutions R-76-21, R-77-21, R-78-21; Ordinance M-5-21 were adopted. AUTHORIZE DISPOSAL VEHICLES/EQUIP Consent Agenda Ordinance M-6-21 Moved by Brookman, seconded by Moylan to Approve First Reading of Ordinance M-6-21: Authorizing the Disposal of Listed Vehicles and Equipment Through Obenauf Auction Service, Inc., Round Lake, Illinois Motion declared carried as approved unanimously under Consent Agenda. Page 3 of 5 04/19/2021 TERMINATE LICENSE AGREEMENT W/CRAFT MANAGEMENT Consent Agenda Resolution R-76-21 Moved by Brookman, seconded by Moylan to Approve Ordinance R-76-21: Terminating the License Agreement with Craft Management, Inc., for the Operation of a Concession in the Downtown Train Station Motion declared carried as approved unanimously under Consent Agenda. APPROVE LICENSE AGREEMENT W/JUICE & BERRY Consent Agenda Resolution R-77-21 Moved by Brookman, seconded by Moylan to Approve Ordinance R-77-21: Approving a License Agreement with Juice & Berry, LLC for the Operation of a Concession in the Downtown Train Station Motion declared carried as approved unanimously under Consent Agenda. APPROVE PROF SERVICES AGREEMENT W/NORTHWEST COMMUNITY HEALTHCARE Consent Agenda Resolution R-78-21 Moved by Brookman, seconded by Moylan to Approve Ordinance R-78-21: Approving a Professional Services Agreement with Northwest Community Healthcare for Occupational Health Services for the Period of May 1, 2021 Through May 31, 2024 Motion declared carried as approved unanimously under Consent Agenda. APPROVE MINUTES: Consent Agenda Moved by Brookman, seconded by Moylan, to approve the Minutes of the City Council meeting of April 5, 2021, as published. Motion declared carried as approved unanimously under Consent Agenda APPROVE CLOSED SESSION MINUTES: Consent Agenda Moved by Rodd, seconded by Chester, to approve the Minutes of the City Council Closed Session meeting of April 5, 2021, as published. Motion declared carried as approved unanimously under Consent Agenda NEW BUSINESS: FINANCE & ADMINISTRATION – Alderman Chester, Chairman WARRANT REGISTER: Resolution R-72-21 Moved by Chester, seconded by Rodd, to approve the Warrant Register of April 19, 2021 in the Amount of $3,297,620.13 and approve Resolution R-72-21. Upon roll call, the vote was: AYES: 8 - Lysakowski, Moylan, Rodd, Zadrozny, Brookman, Chester, Smith, Goczkowski NAYS: 0 - None ABSENT: 0 - None Motion declared carried. Page 4 of 5 04/19/2021 LEGAL & LICENSING –Alderman Carla Brookman, Chair CONSIDER AMENDMENT/ CITY MANAGER’S EMPLOYMENT CONTRACT: Resolution R-60-21 The Sixth Amendment to the City Manager’s Employment Agreement was presented for consideration. The Employer and the Employee entered into a "City Manager Employment Agreement" dated April 16, 2012, as amended by the First Amendment to the Agreement on November 4, 2013, the Second Amendment to the Agreement on July 20, 2015, the Third Amendment to the Agreement on April 2, 2018, the Fourth Amendment to the Agreement on April 21, 2019 and the Fifth Amendment on September 8, 2020. Moved by Lysakowski, seconded by Rodd, to approve Resolution R -60-21, A RESOLUTION APPROVING A SIXTH AMENDMENT TO THE CITY MANAGER EMPLOYMENT AGREEMENT BETWEEN THE CITY OF DES PLAINES AND MICHAEL G BARTHOLOMEW to include a 6.39 percent salary increase. Upon roll call, the vote was: AYES: 8- Lysakowski, Moylan, Rodd, Zadrozny Brookman, Chester, Smith, Goczkowski NAYS: 0- None ABSENT: 0- None Motion declared carried. COMMUNITY SERVICES –Alderman Andrew Goczkowski, Chair CONSIDER GRANT RECIPIENTS/ 2021 SOCIAL SERVICES PROGRAM As part of the FY2021 Budget, City Council allocated $160,000.00 for disbursement to social service agencies that provide services to Des Plaines residents in need. The Health and Human Services Division (HHS) has solicited and evaluated grant requests from social service agencies that serve the Des Plaines community. This year 28 agencies submitted applications requesting funding through the City of Des Plaines. All of the agencies expressed gratitude for the City’s program and stressed how valuable local support is for leveraging funding from other sources, which strengthens their service capabilities for our residents. Caryn Fliegler, Grant Manager, The Josselyn Center, expressed her gratitude for the grant funding they are receiving. Staff recommended approval of Resolution R-75-21. Moved by Chester, seconded by Zadrozny, to Approve Resolution R-75-21, A RESOLUTION AUTHORIZING THE DISBURSEMENT OF SOCIAL SERVICES FUNDS TO TWENTY_EIGHT SOCIAL SERVICE AGENCIES. Upon roll call, the vote was: AYES: 8- Lysakowski, Moylan, Rodd, Zadrozny Brookman, Chester, Smith, Goczkowski NAYS: 0- None ABSENT: 0- None Motion declared carried. Page 5 of 5 04/19/2021 Jennifer Tsalapatanis, City Clerk APPROVED BY ME THIS DAY OF , 2021 ______________________________ Matthew J. Bogusz, MAYOR CLOSED SESSION: Moved by Brookman, seconded by Moylan to adjourn to Closed Session to discuss Sale or Purchase of Property. Upon roll call, the vote was: AYES: 8 - Lysakowski, Moylan, Rodd, Zadrozny Brookman, Chester, Smith, Goczkowski NAYS: 0 - None ABSENT: 0 - None Motion declared carried. ADJOURNMENT: The meeting adjourned at 7:29 p.m. FINANCE DEPARTMENT 1420 Miner Street Des Plaines, IL 60016 P: 847.391.5300 desplaines.org Date: April 21, 2021 To: Michael G. Bartholomew, City Manager From: Dorothy Wisniewski, Assistant City Manager/Director of Finance Subject: Resolution R-83-21, May 3, 2021 Warrant Register Recommendation: I recommend that the City Council approve the May 3, 2021 Warrant Register Resolution R-83-21. Warrant Register……………………………$4,246,474.44 MEMORANDUM Estimated General Fund Balance Balance as of 02/28/2021: $18,062,542 Please use caution when evaluating this number as revenues fluctuate dramatically from month to month due to delays in receiving sales tax revenue from the State and 1st & 2nd installments of property tax revenue. Page 1 of 32 NEW BUSINESS #1A. CITY OF DES PLAINES RESOLUTION R-83-21 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. May 3, 2021 Page 2 of 32 Line #Vendor Invoice Invoice Description Amount 1 6000 Professional Services 7692 Advantage Government Strategies LLC 2031 Lobbyist Services March 2021 R-183-20 5,000.00 2 6000 Professional Services 1016 Alfred G Ronan LTD April 2021 Lobbyist Services - April 2021 - R-182-20 5,000.00 3 7000 Office Supplies 1644 Warehouse Direct Inc 4925640-0 Plasticware, Scissors, File Folders, Boxes, Etc. 88.63 4 7000 Office Supplies 1644 Warehouse Direct Inc 4925640-1 Paper Clip Mesh Cup 2.02 5 7200 Other Supplies 1644 Warehouse Direct Inc 4925640-0 Plasticware, Scissors, File Folders, Boxes, Etc. 27.20 10,117.85 6 6100 Publication of Notices 1069 Paddock Publications Inc 176038 Legal Notice - 2021 CIP Contract A & 2021 CIP Concrete Prog 83.70 7 6120 Recording Fees 1139 Cook County of Illinois 29003312021 March 2021 Recorded Documents 708.00 8 7200 Other Supplies 1046 Hinckley Spring Water Co 2533573 041021 Water Delivery 04/01/2021 7.00 9 7500 Postage & Parcel 1041 Federal Express 7-324-10330 Delivery Service 03/17 & 03/29/2021 40.04 838.74 10,956.59 10 7000 Office Supplies 1644 Warehouse Direct Inc 4925497-0 1 Box of Confidential Envelopes 62.77 11 7200 Other Supplies 1046 Hinckley Spring Water Co 2533573 041021 Water Delivery 04/01/2021 64.23 127.00 12 6010 Legal Fees - Labor & Employment 1127 Clark Baird Smith LLP 13900 Legal Fees 3/1/2021 - 3/31/2021 1,955.00 1,955.00 13 6110 Printing Services 4889 Konica Minolta Business Solutions USA Inc 9007085801 Konica Copier Usage For 08/01/20-08/31/20 645.48 14 6110 Printing Services 4889 Konica Minolta Business Solutions USA Inc 9007117686 Konica Copier Usage For 08/03/20-09/02/20 297.08 15 6110 Printing Services 4889 Konica Minolta Business Solutions USA Inc 9007122078 Konica Copier Usage For 09/03/20-09/03/20 14.43 16 6300 R&M Software 5952 Neogov INV-19907 Insight Subscription Renewal 5/18/21 - 5/17/22 8,126.52 17 6305 R&M Equipment 8355 Curvature Technologies LLC 90607194 Server Maintenance Contract 04/01/21-04/30/21 117.00 Division: 230 - Information Technology Total 210 - City Manager Division: 220 - Legal Total 220 - Legal Total 10 - Elected Office City Administration Division: 210 - City Manager Division: 110 - Legislative Total 110 - Legislative Division: 120 - City Clerk Total 120 - City Clerk City of Des Plaines Warrant Register 05/03/2021 Account Fund: 100 - General Fund Elected Office Page 3 of 32 Line #Vendor Invoice Invoice Description Amount City of Des Plaines Warrant Register 05/03/2021 Account 18 7005 Printer Supplies 1820 Datasource Ink 21111 10 Toner Cartridges For Various City Printers 1,230.00 19 7200 Other Supplies 1046 Hinckley Spring Water Co 2533573 041021 Water Delivery 04/01/2021 44.76 20 7320 Equipment < $5,000 1322 Insight Public Sector 1100821706 Ubiquiti Access Point And Antenna 721.64 11,196.91 21 6195 Miscellaneous Contractual Services 6622 EarthCam Inc WS0401210998 Subscription for Video of Downtown Project 5/8/21 - 5/8/22 6,195.00 22 6305 R&M Equipment 3294 AVI Systems Inc 88727261 Service Call 2/4/2021 Regarding Zoom Conference Computer 260.00 6,455.00 23 5340 Pre-Employment Testing 1015 Alexian Brothers Corporate Health Svcs 718561 New Hire Pre-Employment Testing 03/02-03/12/2021 527.00 24 5340 Pre-Employment Testing 8291 Accurate Employment Screening LLC AUR2033338 Applicant Background Screenings 03/01-03/31/2021 338.75 25 5345 Post-Employment Testing 1015 Alexian Brothers Corporate Health Svcs 719224 DPFD 1st Year Random Testing 03/30/2021 80.00 26 6100 Publication of Notices 1485 ILCMA - IL City/County Management Assoc 2534 HR & CED Job Ads 03/31- 04/17/2021 100.00 27 7200 Other Supplies 1046 Hinckley Spring Water Co 2533573 041021 Water Delivery 04/01/2021 28.27 28 7500 Postage & Parcel 1041 Federal Express 7-324-10330 Delivery Service 03/17 & 03/29/2021 27.71 1,101.73 20,835.64 29 7200 Other Supplies 1046 Hinckley Spring Water Co 2533573 041021 Water Delivery 04/01/2021 86.72 86.72 30 6025 Administrative Services 7961 BridgePay Network Solutions LLC 7600 Utility Web & Business License Transaction Fee for March 2021 3.20 31 7200 Other Supplies 1046 Hinckley Spring Water Co 2533573 041021 Water Delivery 04/01/2021 76.23 79.43 32 6000 Professional Services 5215 CoStar Realty Information Inc 113653743-1 April 2021 Available Property Database 398.79 Division: 410 - Building & Code Enforcement Total 410 - Building & Code Enforcement Division: 430 - Economic Development Department: 30 - Finance Total 30 - Finance Community Development Division: 250 - Human Resources Total 250 - Human Resources Total 20 - City Administration Total 230 - Information Technology Division: 240 - Media Services Total 240 - Media Services Page 4 of 32 Line #Vendor Invoice Invoice Description Amount City of Des Plaines Warrant Register 05/03/2021 Account 33 6601 Incentive - Business Assistance 8394 Bowl and BBQ Restaurant Inc GRANT - 4/14/21 Small Business Safe Reopening Grant - 4/14/21 - R-50-21 470.00 34 6601 Incentive - Business Assistance 6228 Charcoal Delights on Oakton Inc GRANT - 4/14/21 Small Business Safe Reopening Grant - 4/14/21 - R-50-21 329.95 35 6601 Incentive - Business Assistance 8393 TKY Inc GRANT - 4/14/21 Small Business Safe Reopening Grant - 4/14/21 - R-50-21 1,196.54 2,395.28 2,474.71 36 6025 Administrative Services 7615 Sebis Direct Inc 31958 Utility Bill Rendering Serv - Bill Drop Dates 03/18- 03/19/2021 184.84 37 6025 Administrative Services 7961 BridgePay Network Solutions LLC 7600 Utility Web & Business License Transaction Fee for March 2021 43.96 38 6040 Waste Hauling & Debris Removal 1021 Republic Services Inc 0551-015136717 Waste/Recycling Overage 3/1/21 30.00 39 6300 R&M Software 6646 Tracker Software Corporation 303-012 PubWorks Annual Support - 05/01/2021-04/30/2022 5,199.00 5,457.80 40 6195 Miscellaneous Contractual Services 1060 Municipal GIS Partners Inc 5540 Geographic Information System Support 03/01- 03/31/2021 17,376.17 17,376.17 41 6040 Waste Hauling & Debris Removal 7144 Sivi Group LLC, The 841 Spoils Disposal 2020; 11/30/20-12/4/20 5,506.66 42 6170 Tree Maintenance 6555 Landscape Concepts Management Inc 3470 587 Trees Trimmed; 3/11/21- 4/9/21; R-169-19 19,728.75 43 6170 Tree Maintenance 6555 Landscape Concepts Management Inc 3505 Tree Trimming - Rand/Wolf & 596 Columbia - 04/12/2021, R- 169-19 3,238.00 44 6195 Miscellaneous Contractual Services 7409 Aquamist Plumbing & Lawn Sprinkling Co Inc 109931 Irrigation Repair - 2201 Pine Plow Damage - 03/30/2021 288.60 45 6195 Miscellaneous Contractual Services 5399 Beary Landscape Management 190749 Spring Clean Up - Downtown - 03/31/2021 2,356.00 46 6195 Miscellaneous Contractual Services 5399 Beary Landscape Management 191041 Greenspace Spring Clean Ups - 03/31/2021, R-27-21 3,970.00 47 6195 Miscellaneous Contractual Services 8282 JM Irrigation LLC 45244B Spring Start Up and Repairs- Ellinwood Pearson-River 04/06/2021 371.60 48 6195 Miscellaneous Contractual Services 7706 Lakeshore Recycling Systems LLC PS364065 City-Wide Street Sweeping - 03/31/2021, R-5-21 15,759.00 Division: 530 - Street Maintenance Total 100 - Administration Division: 520 - Geographic Information Systems Total 520 - Geographic Information Systems Total 40 - Community Development Public Works & Engineering Division: 100 - Administration Total 430 - Economic Development Page 5 of 32 Line #Vendor Invoice Invoice Description Amount City of Des Plaines Warrant Register 05/03/2021 Account 49 6325 R&M Street Lights 1044 H&H Electric Co 36619 Street Light Repairs at Six Locations 03/08/2021; R-78- 19 1,084.20 50 6325 R&M Street Lights 1044 H&H Electric Co 36620 Streetlight Repair at 2 Locations 03/09/2021; R-78- 19 465.42 51 7000 Office Supplies 1057 Menard Incorporated 77329 Clipboard 22.73 52 7030 Supplies - Tools & Hardware 1057 Menard Incorporated 71665 Hose Nozzles 32.45 53 7030 Supplies - Tools & Hardware 1057 Menard Incorporated 77081 Materials for Water Truck # 5090 69.56 54 7030 Supplies - Tools & Hardware 1057 Menard Incorporated 77328 Hammers, Tape Measure, Etc.140.02 55 7030 Supplies - Tools & Hardware 1550 Addison Building Material Co 944841 Engraver Tool 26.49 56 7030 Supplies - Tools & Hardware 1550 Addison Building Material Co 945856 2 Squeegees & 2 Metal Handles 57.74 57 7030 Supplies - Tools & Hardware 1520 Russo Power Equipment SPI10567129 Shovel 26.99 58 7050 Supplies - Streetscape 1757 JCK Contractors Inc 28727 20-22 Cu Yds Top Soil - Parkway Restorations - 03/27/2021 355.00 59 7050 Supplies - Streetscape 1516 Arthur Clesen Inc 358575 50# Bag Grass Seed - Parkways - 04/02/2021 127.50 60 7050 Supplies - Streetscape 1347 Lurvey Landscape Supply T1-10377089 Top Soil for Parkway Restorations 118.60 61 7050 Supplies - Streetscape 1347 Lurvey Landscape Supply T1-10377611 Top Soil for Parkway Restorations/Repairs 88.95 62 7050 Supplies - Streetscape 1347 Lurvey Landscape Supply T1-10377679 Top Soil for Restorations 118.60 63 7055 Supplies - Street R&M 1047 Home Depot Credit Svcs 0620203 6 Cans Spray Paint - Graffiti Library Deck 53.40 64 7055 Supplies - Street R&M 7691 Builders Asphalt LLC 74075 Asphalt for Water Main Break Restorations; R-38-21 283.92 65 7055 Supplies - Street R&M 7691 Builders Asphalt LLC 74125 Asphalt for Main Break Restoration; R-38-21 614.04 66 7055 Supplies - Street R&M 7691 Builders Asphalt LLC 74225 15.92 Tons Asphalt - Restorations - 04/09/2021, R- 38-21 668.64 55,572.86 67 6000 Professional Services 7619 Henneman Engineering Inc 77098 Civic Center HVAC Replacement; 3/1/21- 3/31/21;R-180-19 31,158.20 68 6195 Miscellaneous Contractual Services 6420 International Exterminator Company Inc 04-1565 Pest Control for PD and City Hall Exterior 04/01/2021 80.00 69 6195 Miscellaneous Contractual Services 6420 International Exterminator Company Inc 04-1566 Pest Control for PD and City Hall Interior 04/01/2021 193.00 Total 530 - Street Maintenance Division: 535 - Facilities & Grounds Maintenance Page 6 of 32 Line #Vendor Invoice Invoice Description Amount City of Des Plaines Warrant Register 05/03/2021 Account 70 6195 Miscellaneous Contractual Services 1029 Cintas Corporation 4080161800 Mat Service - Metra Train Station - 03/31/2021 35.00 71 6195 Miscellaneous Contractual Services 1029 Cintas Corporation 4080817288 Metra Station Mat Service 04/07/2021 35.00 72 6195 Miscellaneous Contractual Services 1029 Cintas Corporation 4080817425 Police Station Mat Service 04/07/2021 122.24 73 6195 Miscellaneous Contractual Services 5214 State Industrial Products 901934859 Drain Maintenance Program for City Hall Sewer 04/08/2021 109.27 74 6315 R&M Buildings & Structures 7689 Ambius 016730CS306535 April 2021 Bill for Plant Maintenance 361.94 75 6315 R&M Buildings & Structures 1025 Bedco Inc 096957 Coil Repair City Hall 03/18/2021 1,265.00 76 6315 R&M Buildings & Structures 1025 Bedco Inc 096967 Coil Testing and Repair 03/26/2021 3,718.70 77 6315 R&M Buildings & Structures 1025 Bedco Inc 096975 2nd Flr Air Handler Start-Up After Repairs 04/01/2021 460.00 78 6315 R&M Buildings & Structures 2027 American National Skyline Inc 291853 Window Washing at Depot 06/10/2020 223.22 79 6315 R&M Buildings & Structures 1237 Pro-Line Door Systems Inc 89627 Fix Garage Doors in EMA Bldg 01/22/2021 857.30 80 7025 Supplies - Custodial 1028 Case Lots Inc 3853 Janitorial Supplies for City Hall 2,105.25 81 7025 Supplies - Custodial 1029 Cintas Corporation 4080161840 Cleaners, Paper Towels, Air Freshener, Etc - PW - 03/31/2021 143.85 82 7025 Supplies - Custodial 1029 Cintas Corporation 4080817475 Custodial Supplies 254.43 83 7045 Supplies - Building R&M 1018 Anderson Lock Company LTD 1062243 Cylinder for PD 76.40 84 7045 Supplies - Building R&M 1018 Anderson Lock Company LTD 1062409 Hinge for City Hall 14.88 85 7045 Supplies - Building R&M 3378 Michael Wagner & Sons Inc 1508027 PVC Plumbing for the 6th Floor Suite Remodel 5.68 86 7045 Supplies - Building R&M 1047 Home Depot Credit Svcs 3031661 4" Clamp for A/C Unit in Finance Dept 7.08 87 7045 Supplies - Building R&M 1057 Menard Incorporated 74690 Outlet for Station 61 19.99 88 7045 Supplies - Building R&M 1057 Menard Incorporated 74707 Tapcons for Door System Install 18.43 89 7045 Supplies - Building R&M 1057 Menard Incorporated 76520 5 Replacement Outlets - Police Station 9.95 90 7045 Supplies - Building R&M 1057 Menard Incorporated 76619 Painters Tape/Plastic/Etc for City Hall 111.46 91 7045 Supplies - Building R&M 1057 Menard Incorporated 76637 Fire Station 62 Door Repair Parts 17.77 92 7045 Supplies - Building R&M 1057 Menard Incorporated 76906 Garage Door Repair Parts Fire Station 62 12.28 93 7045 Supplies - Building R&M 1057 Menard Incorporated 76950 Wood and Shims for Door 68.04 94 7045 Supplies - Building R&M 1057 Menard Incorporated 76965 Door Jamb and Mortise Kit City Hall 59.96 95 7045 Supplies - Building R&M 1057 Menard Incorporated 77028 Electric Supplies for the IT Room at PW 84.96 Page 7 of 32 Line #Vendor Invoice Invoice Description Amount City of Des Plaines Warrant Register 05/03/2021 Account 96 7045 Supplies - Building R&M 1057 Menard Incorporated 77029 IT Room at PW Electric Supplies 21.20 97 7045 Supplies - Building R&M 1057 Menard Incorporated 77330 Condensate Pump for Food Pantry 49.99 98 7045 Supplies - Building R&M 1550 Addison Building Material Co 948779 New Duct Work for Temp A/C Unit in Finance 84.57 99 7045 Supplies - Building R&M 1043 WW Grainger Inc 9853901222 Overhead Door Belt - Fire Station #62 11.51 100 7045 Supplies - Building R&M 2313 City Electric Supply Company (CES) DEP/050030 CAT 6 Cable - Civic Deck 4,380.00 46,176.55 101 6115 Licensing/Titles 1710 Cumberland Servicenter Inc 51401 Safety Lane Coupons - 04/13/2021 483.00 102 6135 Rentals 1029 Cintas Corporation 4080133466 Mechanic's Uniform Rental - 03/31/2021 137.54 103 6135 Rentals 1029 Cintas Corporation 4080806368 Mechanics Uniform Rental 04/07/2021 137.54 104 6190 Tow/Storage/Abandon ed Fees 5874 Suburban Towing & Recovery Inc 151629 Towing Services - PW 5082 - 02/23/2021 407.00 105 6195 Miscellaneous Contractual Services 1741 Praxair Distribution Inc 62645529 Oxygen & Acetylene Cylinders - PW Stock 188.39 106 6305 R&M Equipment 2168 Petroleum Technologies Equipment, Inc 25128 Gas Pump Repair - PW 5PW3 - 04/07/2021 1,326.75 107 6305 R&M Equipment 1088 Atlas Bobcat LLC 716809 Tire Replacement 02/28/2021 1,636.50 108 6310 R&M Vehicles 1739 Morton Grove Automotive Inc 03/26/2021 Rebuilt Alternator FD 7802 1,500.00 109 6310 R&M Vehicles 2015 Drivetrain Service & Components Inc 279029 Replaced Support Bearing and Balanced PW#5090 02/17/2021 242.80 110 6310 R&M Vehicles 1643 Golf Mill Ford 832866 R&R L/R Tire Sensor and Engine V-Belt PD#6091 03/31/2021 135.82 111 7000 Office Supplies 4177 Uline Inc 131803930 Binder Pages 96.92 112 7030 Supplies - Tools & Hardware 1062 NAPA of Des Plaines 5741-792196 Shop Tool Adapter 51.60 113 7030 Supplies - Tools & Hardware 1450 Terrace Supply Co 70494714 Torch Tips 152.20 114 7035 Supplies - Equipment R&M 1062 NAPA of Des Plaines 5741-787357 Battery - PW 5097 117.57 115 7035 Supplies - Equipment R&M 1062 NAPA of Des Plaines 5741-787383 Returned V-Belt - PW 5011 (89.49) 116 7035 Supplies - Equipment R&M 1053 Kimball Midwest 8652222 10 Lynch Pins & 50 Bolts - PW 5097 41.08 117 7035 Supplies - Equipment R&M 1088 Atlas Bobcat LLC BI0722 V-Belt, Antifreeze, Gasket, T- Stat, Alternator; PW #5011 376.94 118 7035 Supplies - Equipment R&M 1088 Atlas Bobcat LLC BI1523 Hydraulic Hoses - PW Stock 250.12 119 7035 Supplies - Equipment R&M 1154 West Side Tractor Sales W89595 Electrical Harness - PW#5T13 74.78 Division: 540 - Vehicle Maintenance Total 535 - Facilities & Grounds Maintenance Page 8 of 32 Line #Vendor Invoice Invoice Description Amount City of Des Plaines Warrant Register 05/03/2021 Account 120 7040 Supplies - Vehicle R&M 1677 Wholesale Direct Inc 000250330 Electrical Connectors - FD Stock 496.76 121 7040 Supplies - Vehicle R&M 1673 Chicago Parts & Sound LLC 1-0187224 Purge Valve, Brake Parts, & Shocks - Police Stock 807.60 122 7040 Supplies - Vehicle R&M 1673 Chicago Parts & Sound LLC 1-0187582 16 Wiper Blades - Police Stock 156.32 123 7040 Supplies - Vehicle R&M 1673 Chicago Parts & Sound LLC 1-0194239 4 Tire Pressure Sensors - Police Stock 208.80 124 7040 Supplies - Vehicle R&M 1673 Chicago Parts & Sound LLC 1-0195902 Brake Pads, Brake Rotors, & Filters - Police Stock 592.86 125 7040 Supplies - Vehicle R&M 6244 Valvoline LLC 133081792 Engine Oil, Washer Solvent, Penetrating Oil 1,003.47 126 7040 Supplies - Vehicle R&M 1501 Foster Coach Sales Inc 21551 Door Latch and Handle - FD#7707 316.83 127 7040 Supplies - Vehicle R&M 1071 Pomp's Tire Service Inc 280118120 4 Truck Tires 1,287.00 128 7040 Supplies - Vehicle R&M 8244 Des Plaines Ace Hardware 450 /2 Nuts and Fasteners PW #5097 50.47 129 7040 Supplies - Vehicle R&M 1643 Golf Mill Ford 5005465P Side Mirror - PD #6920 409.26 130 7040 Supplies - Vehicle R&M 3480 Moore Industrial Hardware 519109 Grab Handles, Latches, & Chain Hooks - Fire 7801 286.82 131 7040 Supplies - Vehicle R&M 1062 NAPA of Des Plaines 5741-786799 Air Tool Oil - PW 5089, 5090, & 5091 13.86 132 7040 Supplies - Vehicle R&M 1062 NAPA of Des Plaines 5741-787770 Windshield Wash & Diesel Transmission Fluid - PW Stock 414.52 133 7040 Supplies - Vehicle R&M 1062 NAPA of Des Plaines 5741-787957 Brake Chamber - PW Stock 80.30 134 7040 Supplies - Vehicle R&M 1062 NAPA of Des Plaines 5741-791629 Gas Cap - PD#6004 11.89 135 7040 Supplies - Vehicle R&M 1062 NAPA of Des Plaines 5741-792610 Air Filters for PW Stock 66.16 136 7040 Supplies - Vehicle R&M 1062 NAPA of Des Plaines 5741-792687 Strobe Light PW 5052 106.99 137 7040 Supplies - Vehicle R&M 1057 Menard Incorporated 76739 Cleaning Supplies - Truck 5101 5.99 138 7040 Supplies - Vehicle R&M 1053 Kimball Midwest 8644161 Plow Bolts & Nuts - PW Stock 598.40 139 7040 Supplies - Vehicle R&M 1053 Kimball Midwest 8645812 20 Plow Bolts - PW Stock 93.54 140 7040 Supplies - Vehicle R&M 1053 Kimball Midwest 8648617 Plow Bolts & Nuts - PW Stock 345.59 141 7040 Supplies - Vehicle R&M 1053 Kimball Midwest 8649242 75 Plow Bolts - PW Stock 88.65 142 7040 Supplies - Vehicle R&M 1053 Kimball Midwest 8654712 50 Plow Bots - PW Stock 107.35 143 7040 Supplies - Vehicle R&M 1053 Kimball Midwest 8776540 Fuses, Shrink Wrap, Electrical Connectors, Drill Bits, Washers 426.22 144 7040 Supplies - Vehicle R&M 1053 Kimball Midwest 8776541 Penetrating Grease; PW Stock 107.87 Page 9 of 32 Line #Vendor Invoice Invoice Description Amount City of Des Plaines Warrant Register 05/03/2021 Account 145 7040 Supplies - Vehicle R&M 8104 MacQueen Emergency Group P08414 Oil Pressure Switch, Gear Counter Motor, Etc - Fire 7801 853.76 146 7040 Supplies - Vehicle R&M 8104 MacQueen Emergency Group P08628 Rocker Switches - Fire 7608 376.90 147 7040 Supplies - Vehicle R&M 4328 Batteries Plus Bulbs (#490)P38549368 3 Batteries - PW Stock 121.01 148 7040 Supplies - Vehicle R&M 5035 Northwest Trucks Inc X101029869:01 Top Dash Panel PD7707 170.87 149 7040 Supplies - Vehicle R&M 5035 Northwest Trucks Inc X101029889:01 Dash Trim Plate FD7707 103.72 150 7040 Supplies - Vehicle R&M 5035 Northwest Trucks Inc X101029898:01 Panel Trim Plate FD7707 103.72 151 7040 Supplies - Vehicle R&M 5035 Northwest Trucks Inc X101029903:01 Starter FD7706 232.30 152 7040 Supplies - Vehicle R&M 5035 Northwest Trucks Inc X101030021:01 Returned Panel Trim Plate FD7707 (103.72) 153 7120 Gasoline 7349 Wex Inc 70997349 Fuel Purchases-FD & PD 02/26-03/29/2021 274.03 154 7130 Diesel 7349 Wex Inc 70997349 Fuel Purchases-FD & PD 02/26-03/29/2021 555.45 18,038.62 142,622.00 155 5325 Training 7221 Imprimus Forensic Services LLC 951 Fingerprint Development & Recovery Class 5/24- 5/26/2021 (2 Ofc) 838.00 156 5325 Training 7221 Imprimus Forensic Services LLC 952 Physical Evidence in Burglary Invest Class 9/15/2021 (2 Ofc) 198.00 157 7200 Other Supplies 2508 Doje's Forensic Supplies 22068 8 Polyvinylsiloxane PVS Cartridges 162.36 1,198.36 158 6195 Miscellaneous Contractual Services 1572 LexisNexis Risk Solutions 1037713- 20210331 Investigations Database March 2021 343.25 343.25 159 5310 Membership Dues 1261 Northeast Multiregional Training 281555 Annual Membership Fee 07/01/2021-07/01/2022- Police Dept 9,310.00 160 6000 Professional Services 5975 Aero Removals Trisons Inc 21053A Removal and Transport of 4 Deceased 2021 March 1,400.00 161 6000 Professional Services 7510 RE Walsh & Associates Inc 23659 FBI-NGI Fingerprint Services- Case #05-04641 03/05/2021 687.50 Division: 620 - Criminal Investigation Total 620 - Criminal Investigation Division: 630 - Support Services Police Department Division: 610 - Uniformed Patrol Total 610 - Uniformed Patrol Total 540 - Vehicle Maintenance Total 50 - Public Works & Engineering Page 10 of 32 Line #Vendor Invoice Invoice Description Amount City of Des Plaines Warrant Register 05/03/2021 Account 162 6110 Printing Services 1233 Press Tech Inc 47682 12 Boxes of Business Cards 3/31/2021 240.00 163 6185 Animal Control 1266 Northwest Animal Hospital PC 00433773 Stray Animals January 2021 (4) 254.00 164 6185 Animal Control 1266 Northwest Animal Hospital PC 00433775 Stray Animals February 2021 (7) 325.00 165 6185 Animal Control 1266 Northwest Animal Hospital PC 00433776 Stray Animals March 2021 (7)534.50 166 6195 Miscellaneous Contractual Services 1818 Northwest VoltWagon 108883 Battery Booster Rental 2nd Quarter 2021 84.00 167 6195 Miscellaneous Contractual Services 7736 Velan Solutions LLC 285 Police Peer Support Network System Renewal 5/16/2021- 5/15/2022 2,256.00 168 6195 Miscellaneous Contractual Services 1077 Shred-It USA LLC 8181795866 Shredding Services PD 3/12, 3/19, 3/26, 4/2/2021 497.89 169 7000 Office Supplies 1644 Warehouse Direct Inc 4927490-0 Paper, Note Pad, Paper Plates 178.63 170 7000 Office Supplies 1644 Warehouse Direct Inc 4927503-0 Thumb Drives, Paper, Note Pads, DVD-R, CD-R 445.15 171 7015 Supplies - Police Range 5197 Kieslers Police Supply Inc IN162596 2020 Departmental Ammunition 9MM (14 Cases) 2,665.60 172 7200 Other Supplies 1580 Mighty Mites Awards Inc 15202 Retirement Plaque (1 Ofc)93.00 173 7200 Other Supplies 1644 Warehouse Direct Inc 4927490-0 Paper, Note Pad, Paper Plates 25.36 174 7300 Uniforms 1489 JG Uniforms Inc 83190 New CSO Uniform 4 Shirts, 2 Pants, Belt, Traffic Vest 282.50 19,279.13 20,820.74 175 5310 Membership Dues 1743 IL Fire Chiefs Association 2065 Membership Renewal 2021-9 Fire Dept Employees 750.00 176 6195 Miscellaneous Contractual Services 1580 Mighty Mites Awards Inc 15213 Name Plate for Door at Station 61 35.00 177 7300 Uniforms 3212 On Time Embroidery Inc 80886 NFPA Station Pants - Fire Chief 56.00 178 7300 Uniforms 3212 On Time Embroidery Inc 80997 2 New Dimension Shirts, Pants - 1 Deputy Chief 148.00 179 7300 Uniforms 3212 On Time Embroidery Inc 82298 3 Shirt Badges - Division Chief 255.00 180 7300 Uniforms 3212 On Time Embroidery Inc 82470 2 Trousers - 1 Div Chief 144.00 181 7300 Uniforms 3212 On Time Embroidery Inc 82471 EMS Responder Jacket - Deputy Chief 294.00 182 7300 Uniforms 3212 On Time Embroidery Inc 84008 Class A Rain Coat - 1 Deputy Chief 199.00 1,881.00Total 100 - Administration Total 60 - Police Department Fire Department Division: 100 - Administration Total 630 - Support Services Page 11 of 32 Line #Vendor Invoice Invoice Description Amount City of Des Plaines Warrant Register 05/03/2021 Account 183 5345 Post-Employment Testing 1015 Alexian Brothers Corporate Health Svcs 718861 Return To Work Eval -1 Paramedic 03/16/2021 95.00 184 6000 Professional Services 8192 Rebound 1779 Consulting-Orthopedic Patient Navigator Contract- April 2021 823.39 185 6035 Dispatch Services 5973 Emergency Twenty Four Inc 30386 Elevator Alarm Dispatch March 2021 1,828.00 186 6195 Miscellaneous Contractual Services 1745 Suburban Accents Inc 30328 Remove & Replace Decals Dive Veh. Squad 63 & Rescue 63 1,175.00 187 6300 R&M Software 8391 Kno2 LLC 5781 Annual Instance Fees for Image Trend 04/01/21- 03/31/2022 1,300.00 188 6305 R&M Equipment 1519 Sensit Technologies 0307131-IN Repair to Sensit Meter 03/26/2021 585.40 189 6305 R&M Equipment 1080 Air One Equipment Inc 167289 5 SCBA Cylinder Hydrotests 03/31/2021 107.50 190 6305 R&M Equipment 2440 DJS Scuba Locker Inc SSA58567 Annual Service Dive Equipment, 03/02/2021 2,305.02 191 7025 Supplies - Custodial 8019 Ferguson Facilities 0283176-1 2 Cs Dishwasher Detergent 70.42 192 7035 Supplies - Equipment R&M 1747 Murphy's Contractors Equipment Inc 213314 Parts for T61 Entry Saw 24.30 193 7200 Other Supplies 1076 Sam's Club Direct 0630 42 Cs Bottled Water For All Stations 141.12 194 7200 Other Supplies 3297 Bound Tree Medical LLC 84007893 5 CPR Masks, 6 Airways, Cannula, Oxygen Mask, 2 Trauma Bags 1,346.55 195 7200 Other Supplies 1571 Welding Industrial Supply R02691218 15 Therapy Oxygen Cylinders, March 2021 207.97 196 7300 Uniforms 3212 On Time Embroidery Inc 76613 Rain Coat - Paramedic 189.00 197 7300 Uniforms 3212 On Time Embroidery Inc 80686 2 Zip Job Shirts - 1 Lieutenant 152.00 198 7300 Uniforms 3212 On Time Embroidery Inc 81266 Trousers - 1 Engineer 72.00 199 7300 Uniforms 3212 On Time Embroidery Inc 81286 2 Trousers - 1 Engineer 144.00 200 7300 Uniforms 3212 On Time Embroidery Inc 81335 2 Trousers - 1 Paramedic 144.00 201 7300 Uniforms 3212 On Time Embroidery Inc 82283 2 T-Shirts - Paramedic 18.00 202 7300 Uniforms 3212 On Time Embroidery Inc 82296 Zip Tactical Fleece Jacket, Cargo Pants - 1 Paramedic 181.00 203 7300 Uniforms 3212 On Time Embroidery Inc 82370 Oxford Safety Toe - Paramedic 89.00 204 7300 Uniforms 3212 On Time Embroidery Inc 82384 Fleece jacket, Trousers - Paramedic 191.00 205 7300 Uniforms 3212 On Time Embroidery Inc 82406 Polo - Paramedic 46.00 206 7300 Uniforms 3212 On Time Embroidery Inc 82472 L/S Polo - 1 Paramedic 49.00 207 7300 Uniforms 3212 On Time Embroidery Inc 82473 New Hire Uniform Items - New Candidate 1,124.00 208 7300 Uniforms 3212 On Time Embroidery Inc 82504 2 Trousers - 1 Paramedic 144.00 209 7300 Uniforms 3212 On Time Embroidery Inc 82517 3 Station Pants, Short, Polo - 1 Paramedic 257.00 210 7300 Uniforms 3212 On Time Embroidery Inc 82585 3 S/S Polo's - Paramedic 126.00 Division: 710 - Emergency Services Page 12 of 32 Line #Vendor Invoice Invoice Description Amount City of Des Plaines Warrant Register 05/03/2021 Account 211 7300 Uniforms 3212 On Time Embroidery Inc 82848 Zip Job Shirt, NFPA Station Pants, Polo - 1 Engineer 169.00 212 7300 Uniforms 3212 On Time Embroidery Inc 82852 Job Shirt, 2 S/S Polo's, 2 L/S Polo's - Paramedic/Engineer 247.00 213 7300 Uniforms 3212 On Time Embroidery Inc 82944 2 Job Shirts - Paramedic 130.00 214 7300 Uniforms 3212 On Time Embroidery Inc 82962 Fleece Jacket - Paramedic 119.00 215 7300 Uniforms 3212 On Time Embroidery Inc 82974 Job Shirt, 2 S/S Polo's, L/S Polo - Paramedic 208.00 216 7300 Uniforms 3212 On Time Embroidery Inc 82998 2 Trousers - Paramedic 144.00 217 7300 Uniforms 3212 On Time Embroidery Inc 83017 2 Shorts, Steel Toe Boot, Knit Cap - 1 Paramedic 239.00 218 7300 Uniforms 3212 On Time Embroidery Inc 83196 NFPA Station Pants -1 Engineer 56.00 219 7300 Uniforms 3212 On Time Embroidery Inc 83197 Polo - 1 Engineer 46.00 220 7300 Uniforms 3212 On Time Embroidery Inc 83198 Steel Toe Boot - Paramedic 159.00 221 7300 Uniforms 3212 On Time Embroidery Inc 83199 New Uniform Items for New Candidate 741.00 222 7300 Uniforms 3212 On Time Embroidery Inc 83316 Leather Belt - Paramedic 26.00 223 7300 Uniforms 3212 On Time Embroidery Inc 83433 3 T-Shirts - 1 Engineer 36.00 224 7300 Uniforms 3212 On Time Embroidery Inc 83551 2 T-Shirts, Mock Turtleneck - 1 Paramedic 40.00 225 7300 Uniforms 3212 On Time Embroidery Inc 83552 Twill Cap, Pocketed Short, 3 T- Shirts - Paramedic 65.00 226 7300 Uniforms 3212 On Time Embroidery Inc 83553 4 T-Shirts, Long Sleeve T-Shirt - Paramedic 72.00 227 7300 Uniforms 3212 On Time Embroidery Inc 83554 4 T-Shirts - 1 Paramedic 36.00 228 7300 Uniforms 3212 On Time Embroidery Inc 83555 2 L/S T-Shirts - Paramedic/Engineer 24.00 229 7300 Uniforms 3212 On Time Embroidery Inc 83773 2 BDU Shorts, Paramedic 58.00 230 7300 Uniforms 3212 On Time Embroidery Inc 83814 6" Side Zip Waterproof Boots - 1 Engineer 119.00 231 7300 Uniforms 3212 On Time Embroidery Inc 84009 2 Polos - 1 Paramedic 84.00 232 7300 Uniforms 3212 On Time Embroidery Inc 84010 2 T-Shirts- Paramedic 24.00 233 7300 Uniforms 3212 On Time Embroidery Inc 84011 Steel Toe Boot - Paramedic 159.00 234 7300 Uniforms 3212 On Time Embroidery Inc 84012 Knit Cap, 4 T-Shirt's - Paramedic 63.00 235 7300 Uniforms 3212 On Time Embroidery Inc 84013 Gold Patch, Gold Flag, Silver Braid - Lieutenant 25.00 236 7300 Uniforms 3212 On Time Embroidery Inc 84560 Fleece Jacket, 2 Polo's - Paramedic 203.00 237 7300 Uniforms 3212 On Time Embroidery Inc 84561 2 Trousers - Paramedic 152.00 238 7300 Uniforms 3212 On Time Embroidery Inc 85376 4 T-Shirts - 1 Paramedic 36.00 239 7300 Uniforms 3212 On Time Embroidery Inc 85377 3 T-Shirts, 3 L/S T-Shirts, Twill Cap - 1 Paramedic 94.00 240 7300 Uniforms 3212 On Time Embroidery Inc 85378 Twill Cap, Turtleneck, L/S T- Shirt, Pocketed Short - Paramedic 72.00 241 7300 Uniforms 3212 On Time Embroidery Inc 85379 2 T-Shirts, 2 L/S T-Shirts, Twill Cap - 1 Engineer 67.00 242 7300 Uniforms 3212 On Time Embroidery Inc 85380 Twill Cap, Belt, 5 T-Shirts - Lieutenant 90.00 Page 13 of 32 Line #Vendor Invoice Invoice Description Amount City of Des Plaines Warrant Register 05/03/2021 Account 243 7300 Uniforms 3212 On Time Embroidery Inc 85381 6 T-Shirts, Twill Cap, Sweatpants - 1 Lieutenant 93.00 244 7300 Uniforms 3212 On Time Embroidery Inc 85382 3 T-Shirts, 2 Shorts - 1 Paramedic 85.00 245 7300 Uniforms 3212 On Time Embroidery Inc ES 78678 2 Trousers - 1 Paramedic 144.00 246 7300 Uniforms 3212 On Time Embroidery Inc OES 77780 5 Polo's - Lieutenant 235.00 247 7300 Uniforms 3212 On Time Embroidery Inc OES 77781 5 Polos - 1 Lieutenant 235.00 248 7300 Uniforms 3212 On Time Embroidery Inc OES 77782 5 Polos - 1 Lieutenant 235.00 249 7300 Uniforms 3212 On Time Embroidery Inc OES 77783 4 Polo's - Lieutenant 188.00 250 7320 Equipment < $5,000 2440 DJS Scuba Locker Inc 58444 Rescuer, Fins, Boots 437.45 251 7320 Equipment < $5,000 1291 Elevated Safety LLC INV00001262 2 CMC Ladder Belt XL 412.00 252 7500 Postage & Parcel 1566 UPS Store The 1 Q Invoice-Fire UPS Charges 01/2/2021- 3/19/2021 171.80 253 7550 Miscellaneous Expenses 3545 Glenview, Village of 9111 10 Thermometers 1,251.13 20,226.05 254 7200 Other Supplies 1046 Hinckley Spring Water Co 2533573 041021 Water Delivery 04/01/2021 16.78 255 7300 Uniforms 3212 On Time Embroidery Inc OES 77792 2 S/S Polo's - Division Chief 84.00 100.78 22,207.83 220,004.23 256 6000 Professional Services 2785 Walker Parking Consultants/Engineers Inc 31848200023-Rev R-205-19 Design Svcs-Civic Ctr Parking Facility-2/1/-2/25/21 4,747.50 257 6315 R&M Buildings & Structures 5440 Manusos General Contracting Inc 6169A Task Order #2-Construction Services 3/1/21 2,253.48 258 6315 R&M Buildings & Structures 7016 Amici Terrazzo ATDT2021 Flooring Installation - Theater - 04/14/2021, R-122-20 157,254.95 259 6315 R&M Buildings & Structures 1135 Colley Elevator Co Elevator P-3 Theatre Elevator Installation- Retainage Only-3/31/21 13,456.12 177,712.05 260 8375 Bank/Trust/Agency Fees 1718 Amalgamated Bank of Chicago 1853130004-2021 Bank/Agency Fees Bond Series 2008 for 04/01/2021- 12/01/2021 266.67 266.67 266.67 Fund: 203 - TIF #3 Wille Road Fund Program: 08A0 - 2008A Refunding 01C Total 08A0 - 2008A Refunding 01C Total 203 - TIF #3 Wille Road Fund Total 100 - General Fund Fund: 201 - TIF #1 Downtown Fund Total 201 - TIF #1 Downtown Fund Division: 720 - Fire Prevention Total 720 - Fire Prevention Total 70 - Fire Department Total 710 - Emergency Services Page 14 of 32 Line #Vendor Invoice Invoice Description Amount City of Des Plaines Warrant Register 05/03/2021 Account 261 6555 Subsidy - Emergency Shelter for Homeless Youth 1170 Harbour Inc, The Jan-Mar 2021 HY Emergency Shelter & Transitional Housing B-20 - 1/1/21-3/31/21 1,250.00 262 6560 Subsidy - Shared Housing & Homeless Prevention 1169 Center of Concern 040821DP2Q Homeless Prevention and Housing Counseling B-18/B- 20 1/1-3/31/21 2,149.66 263 6563 Subsidy - Senior Housing and Supportive Services 1169 Center of Concern 04082111s Senior Housing and Support Services B-20-1/1/21-3/31/21 2,809.97 264 6580 Subsidy - Housing Counseling 4912 Northwest Compass Inc HC - 12/20-3/21 Housing Counseling B-20 12/28/20-3/21/21 4,064.04 10,273.67 265 6000 Professional Services 1394 Gewalt Hamilton Associates Inc 5693.000-13 Construction Engr-Lee-Forest Signalization 03/01- 03/28/2021 18,450.41 266 6005 Legal Fees 8169 Burke, Warren, MacKay & Serritella PC 242915-0M70009 Legal Fees-Rand Rd Sidepath 1507 Rand 01/04-01/20/2021 544.56 18,994.97 18,994.97 267 8015 Equipment 1091 B&H Photo-Video 186791954 Vello TTL Off-Camera Cord 14.00 14.00 268 7300 Uniforms 1164 Uniform Den East Inc 72781 (2) Helix Brand Level II Ballistic Vests (New Officers) 1,138.90 269 8005 Computer Hardware 1035 Dell Marketing LP 10479507329 5 Dell Latitudes, 5 OptiPlex Micros, 10 Dell Monitors 6,674.15 270 8015 Equipment 6072 Direct Fitness Solutions LLC 0033923 Police Department Exercise Equipment 17,665.00 25,478.05 25,492.05 271 6000 Professional Services 1647 RJN Group Inc 35460308 Fire Station 61 Evaluate MWRD Overflow; 3/1/21- 4/2/21 1,762.50 272 6140 Leases 1562 Wisconsin Central LTD 9500223827 Storm Sewer Crossing- Prospect Ave 5/1/21-4/30/22 2355/3003662 452.05 Total 2620 - DEA Total 260 - Asset Seizure Fund Fund: 400 - Capital Projects Fund Fund: 260 - Asset Seizure Fund Program: 2610 - Customs Total 2610 - Customs Program: 2620 - DEA Program: 2520 - Capital Grants Total 2520 - Capital Grants Total 250 - Grant Projects Fund Fund: 240 - CDBG Fund Total 240 - CDBG Fund Fund: 250 - Grant Projects Fund Page 15 of 32 Line #Vendor Invoice Invoice Description Amount City of Des Plaines Warrant Register 05/03/2021 Account 273 6140 Leases 1562 Wisconsin Central LTD 9500223831 Water Line Crossing- Woodlawn Ave 5/1/21- 4/30/22 2355/3004063 437.84 2,652.39 274 6140 Leases 5109 Konica Minolta Premier Finance 5014542228 Konica Minolta Lease 03/21- 04/20/2021 7,304.18 275 6140 Leases 5109 Konica Minolta Premier Finance 5014542231 Konica Minolta Lease 04/21/21-05/20/21 7,304.18 276 8000 Computer Software 5068 IT Savvy LLC 01256905 VMWare Licenses and Support for New Servers 03/30/21 - 03/29/22 15,895.12 30,503.48 277 6195 Miscellaneous Contractual Services 8073 Crystal Maintenance Services Corporation 27400 Cleaning Services at Theatre 3/16/21 and 3/17/21 320.00 278 6195 Miscellaneous Contractual Services 1931 Oui Oui Enterprises LLC 72255 Portable Restroom Services 2/14/21-3/13/21 110.00 279 6315 R&M Buildings & Structures 5972 Cobra Concrete Cutting Services Co 20051 Saw Cutting at Theatre 03/10/2021 1,140.00 280 6315 R&M Buildings & Structures 5440 Manusos General Contracting Inc 6169B Theatre Construction Services- 3/1/21-3/27/21; R-47-21 73,667.28 281 7045 Supplies - Building R&M 1018 Anderson Lock Company LTD 1062053 Cylinder for Theatre 42.27 282 7045 Supplies - Building R&M 1047 Home Depot Credit Svcs 2021421 Building Supplies for the Bathrooms at 1486 Miner St 145.21 283 7045 Supplies - Building R&M 1047 Home Depot Credit Svcs 2021422 Oscillating Tool Blade Kit for the Theater 69.97 284 7045 Supplies - Building R&M 8283 Banner Plumbing Supply Company LLC 2714925 Plumbing Supplies for Theatre 996.08 285 7045 Supplies - Building R&M 8283 Banner Plumbing Supply Company LLC 2715648 Plumbing Supplies for Theatre 462.06 286 7045 Supplies - Building R&M 8283 Banner Plumbing Supply Company LLC 2716043 Plumbing Supplies for Theatre 1,453.67 287 7045 Supplies - Building R&M 1047 Home Depot Credit Svcs 3021283 Building Supplies for the Theater 428.02 288 7045 Supplies - Building R&M 1057 Menard Incorporated 73940 Plastic for Theatre 24.98 289 7045 Supplies - Building R&M 1057 Menard Incorporated 76626 Strainers and Pipe for Theatre 38.16 290 7045 Supplies - Building R&M 1057 Menard Incorporated 76691 Lights and Breaker for Theatre 16.92 291 7045 Supplies - Building R&M 1057 Menard Incorporated 76744 PVC Plumbing Parts for the Theater 12.26 292 7045 Supplies - Building R&M 1057 Menard Incorporated 76745 Metal Studs/Wood/Screws/Etc for Theatre 69.08 293 7045 Supplies - Building R&M 1057 Menard Incorporated 76747 Lamp Guard for Lights at Theater 2.58 Fund: 430 - Facilities Replacement Fund Total 400 - Capital Projects Fund Fund: 420 - IT Replacement Fund Total 420 - IT Replacement Fund Page 16 of 32 Line #Vendor Invoice Invoice Description Amount City of Des Plaines Warrant Register 05/03/2021 Account 294 7045 Supplies - Building R&M 1057 Menard Incorporated 77034 Sanding Disks/Paper for Theatre 27.64 295 7045 Supplies - Building R&M 1057 Menard Incorporated 77076 Paint, Primer, Paint Liners for the Theater 224.85 296 7045 Supplies - Building R&M 1057 Menard Incorporated 77082 Building Supplies for Doors at 1486 Miner St 107.04 297 7045 Supplies - Building R&M 1057 Menard Incorporated 77089 Plumbing Supplies for the Basement of the Theater 61.90 298 7045 Supplies - Building R&M 1057 Menard Incorporated 77182 Floor Covering for 2nd Floor of Theater 215.60 299 7045 Supplies - Building R&M 1057 Menard Incorporated 77183 Plumbing Supplies for 1486 Miner St 73.88 300 7045 Supplies - Building R&M 1057 Menard Incorporated 77339 Oak Flush Door 1486 211.00 301 7045 Supplies - Building R&M 1047 Home Depot Credit Svcs 8020386 Building Supplies for the Theater 430.06 302 7045 Supplies - Building R&M 1550 Addison Building Material Co 939283R Return Pipe from Theatre (184.28) 303 7045 Supplies - Building R&M 1043 WW Grainger Inc 9866051155 Plumbing Fixtures for Theatre 331.96 304 7045 Supplies - Building R&M 2313 City Electric Supply Company (CES) DEP/050221 Light Bases for Theatre 45.50 305 7045 Supplies - Building R&M 1208 Steiner Electric Company S006853397.009 Receptacles for Theatre 17.59 306 7045 Supplies - Building R&M 1208 Steiner Electric Company S006865965.001 Electric Supplies for the Theater 48.16 307 7045 Supplies - Building R&M 1208 Steiner Electric Company S006866960.001 Electric Supplies for 1486 Miner 1,353.20 308 7045 Supplies - Building R&M 1208 Steiner Electric Company S006867871.001 Electric Supplies for Theatre 503.44 309 7045 Supplies - Building R&M 1208 Steiner Electric Company S006870257.001 Electric Supplies for Theatre 503.08 310 7045 Supplies - Building R&M 1208 Steiner Electric Company S006871194.001 Electric Supplies for Theatre 62.62 311 7045 Supplies - Building R&M 1208 Steiner Electric Company S006872172.001 Electric Supplies for Theatre 665.13 312 7045 Supplies - Building R&M 1208 Steiner Electric Company S006872172.002 Electric Supplies for Theatre 793.41 313 7045 Supplies - Building R&M 1208 Steiner Electric Company S006872172.003 Electric Supplies for Theatre 129.16 314 7045 Supplies - Building R&M 1208 Steiner Electric Company S006873138.001 Electric Supplies for Theatre 206.63 315 7045 Supplies - Building R&M 8366 Connexion S1763636.002 Switches for Theatre 142.00 316 7045 Supplies - Building R&M 8366 Connexion S1763636.003 Electric Supplies for Theatre 698.25 Page 17 of 32 Line #Vendor Invoice Invoice Description Amount City of Des Plaines Warrant Register 05/03/2021 Account 317 7045 Supplies - Building R&M 8366 Connexion S1766844.001 Circuit Breakers for Theatre 412.80 318 8100 Improvements 8070 Walsh Construction Company II LLC CivicDeck-14 Civic Center Parking Deck Replacement-3/1/21-3/31/21 R-204-19 476,490.00 562,569.16 319 4601 New Construction - Sale of Water 3026 National Power Rodding Corp Refund 04/06/21 Hydrant Usage Refund 04/01/2021 (742.66) (742.66) 320 6040 Waste Hauling & Debris Removal 1328 John Neri Construction Company Inc 03/29/2021 Materials and Spoils Disposal 3/15/21-3/19/21; R-175-20 19,566.00 321 6040 Waste Hauling & Debris Removal 1328 John Neri Construction Company Inc 04/05/2021 Multi-year Aggregate Materials and Spoils Disposal 03/19/2021 508.00 322 6040 Waste Hauling & Debris Removal 7144 Sivi Group LLC, The 841 Spoils Disposal 2020; 11/30/20-12/4/20 5,506.68 323 6115 Licensing/Titles 1710 Cumberland Servicenter Inc 51401 Safety Lane Coupons - 04/13/2021 138.00 324 6180 Water Sample Testing 1642 Suburban Laboratories, Inc 186992 IEPA Testing - 03/02- 03/23/2021 780.00 325 6195 Miscellaneous Contractual Services 1467 HBK Water Meter Service Inc 210167 14 Meter Bench Tests - 04/01/2021 375.36 326 6195 Miscellaneous Contractual Services 4022 M E Simpson Co Inc 36672 TO#13 Valve Shutdown Program - 03/08-04/01/2021, R-26-19 8,950.00 327 6305 R&M Equipment 1088 Atlas Bobcat LLC 716809 Tire Replacement 02/28/2021 1,636.50 328 6335 R&M Water Distribution System 3781 Smith Ecological Systems Company 23297 Chlorine Analyzer Replacement - Central PS - 03/31/2021 12,705.78 329 7030 Supplies - Tools & Hardware 1047 Home Depot Credit Svcs 2031825 Saw & Batteries 298.97 330 7030 Supplies - Tools & Hardware 1047 Home Depot Credit Svcs 3080913 Cordless Tool Batteries 169.00 331 7030 Supplies - Tools & Hardware 1047 Home Depot Credit Svcs 6542061 Storage Bin & Drill Bit Kit 30.24 332 7030 Supplies - Tools & Hardware 1550 Addison Building Material Co 946968 Torch Head 44.99 333 7030 Supplies - Tools & Hardware 1520 Russo Power Equipment SPI10535197 Drain Spade 121.98 334 7035 Supplies - Equipment R&M 1520 Russo Power Equipment SPI10535186 Stihl Belt 10.32 335 7035 Supplies - Equipment R&M 1154 West Side Tractor Sales W88523 Window for Water Vehicle #9014 329.36 336 7035 Supplies - Equipment R&M 1154 West Side Tractor Sales W88682 Window and Seals for Water Vehicle #9009 434.99 Division: 000 - Non Divisional Total 000 - Non Divisional Division: 550 - Water Systems Total 430 - Facilities Replacement Fund Fund: 500 - Water/Sewer Fund Non Departmental Page 18 of 32 Line #Vendor Invoice Invoice Description Amount City of Des Plaines Warrant Register 05/03/2021 Account 337 7040 Supplies - Vehicle R&M 1677 Wholesale Direct Inc 000250515 Light - PW#9030 56.64 338 7040 Supplies - Vehicle R&M 1078 Acme Truck Brake & Supply Co 01_173961 Mud Flaps; Water Division Stock 272.60 339 7040 Supplies - Vehicle R&M 1078 Acme Truck Brake & Supply Co 01_173962 Mud Flaps #9031 136.30 340 7040 Supplies - Vehicle R&M 1062 NAPA of Des Plaines 5741-791742 Battery - PW#9024 95.63 341 7045 Supplies - Building R&M 1057 Menard Incorporated 77153 Batteries for Central Rd Pumping Station Gate 14.94 342 7050 Supplies - Streetscape 1347 Lurvey Landscape Supply T1-10375891 3.0 Cu Yds Top Soil - Parkway Repairs - 03/29/2021 88.95 343 7050 Supplies - Streetscape 1347 Lurvey Landscape Supply T1-10375927 3.00 Cu Yds Top Soil - Parkway Repairs - 03/29/2021 88.95 344 7050 Supplies - Streetscape 1347 Lurvey Landscape Supply T1-10375965 7# Bag Grass Seed 28.00 345 7050 Supplies - Streetscape 1347 Lurvey Landscape Supply T1-10375978 3.00 Cu Yds Top Soil - Parkway Repairs - 03/29/2021 88.95 346 7050 Supplies - Streetscape 1347 Lurvey Landscape Supply T1-10376500 3.00 Cu Yds Top Soil - 04/02/2021 88.95 347 7050 Supplies - Streetscape 1347 Lurvey Landscape Supply T1-10377433 Top Soil 88.95 348 7050 Supplies - Streetscape 1347 Lurvey Landscape Supply T1-10377548 Top Soil & Seed for Restorations 153.95 349 7050 Supplies - Streetscape 1347 Lurvey Landscape Supply T1-10377686 Top Soil for Restorations 88.95 350 7070 Supplies - Water System Maintenance 1703 Prosafety Inc 2/877380 Marking Paint/Hardhats, Safety Gloves 410.40 351 7070 Supplies - Water System Maintenance 1709 Ziebell Water Service Products Inc 253331-000 Sewer Cap 145.00 352 7070 Supplies - Water System Maintenance 1709 Ziebell Water Service Products Inc 253375-000 Water Main Parts 951.00 353 7070 Supplies - Water System Maintenance 1709 Ziebell Water Service Products Inc 253412-000 Hydrant Extension 1,390.77 354 7070 Supplies - Water System Maintenance 1709 Ziebell Water Service Products Inc 253450-000 B-Boxes 66.00 355 7070 Supplies - Water System Maintenance 1086 Arrow Road Construction Company 26514 6.80 Tons UPM Cold Mix - Street Repair - 02/26/2021 952.00 356 7070 Supplies - Water System Maintenance 1072 Prairie Material 889937981 3.5 Cu Yds Concrete - Driveway Repair - 03/29/2021 586.38 357 7070 Supplies - Water System Maintenance 1072 Prairie Material 889939580 Concrete for Driveway Repair 586.38 Page 19 of 32 Line #Vendor Invoice Invoice Description Amount City of Des Plaines Warrant Register 05/03/2021 Account 358 7070 Supplies - Water System Maintenance 1072 Prairie Material 889939581 Concrete for Curb 199.88 359 7070 Supplies - Water System Maintenance 1072 Prairie Material 889942073 2.50 Cu Yds Concrete - Driveway - 03/31/2021 493.13 360 7070 Supplies - Water System Maintenance 1072 Prairie Material 889942074 1.00 Cu Yds Concrete - Driveway - 03/31/2021 133.25 361 7070 Supplies - Water System Maintenance 1072 Prairie Material 889943388 Concrete For Curb 406.50 362 7070 Supplies - Water System Maintenance 1072 Prairie Material 889945621 Concrete for Street Repair 882.75 363 7070 Supplies - Water System Maintenance 1072 Prairie Material 889948780 1.25 Cu Yds Concrete - 04/07/2021 154.06 364 7070 Supplies - Water System Maintenance 6992 Core & Main LP N679519 Meter Smart Points - 02/01/2021, R-9-21 850.00 365 7070 Supplies - Water System Maintenance 6992 Core & Main LP N749529 12 Repair Clamps 864.00 366 7070 Supplies - Water System Maintenance 6992 Core & Main LP N972028 8" Material - Lee & Forest - 03/30/2021 1,785.00 367 7070 Supplies - Water System Maintenance 6992 Core & Main LP N980422 Meter Wire 578.00 368 7070 Supplies - Water System Maintenance 6992 Core & Main LP N999966 2" Corp for Flushing 303.02 369 7105 Wholesale Water - NWWC 2901 Northwest Water Commission 43052021 Wholesale Water Purchase - 03/01/2021-03/31/2021, R- 183-14 295,379.84 370 7150 Water Treatment Chemicals 1082 Alexander Chemical Corporation 37396 CL2 Tank Rental - 03/30/2021 131.00 360,146.29 371 6040 Waste Hauling & Debris Removal 7144 Sivi Group LLC, The 841 Spoils Disposal 2020; 11/30/20-12/4/20 5,506.66 372 6115 Licensing/Titles 1710 Cumberland Servicenter Inc 51401 Safety Lane Coupons - 04/13/2021 69.00 373 6195 Miscellaneous Contractual Services 1559 Continental Weather Svc 193661 April 2021 Weather Forecasting 150.00 374 6195 Miscellaneous Contractual Services 1202 Standard Equipment Co P27928 Freight for Sonetics Billed on Inv P27030 79.07 375 6310 R&M Vehicles 2476 Sauber Manufacturing Co PSI216836 Sliding Tool Box Repair - PW 9059 - 03/31/2021 650.13 376 6310 R&M Vehicles 5823 Interstate Power Systems Inc R042031953:01 Checked TCU Programming Sewer #8020 04/02/2021 520.00 Division: 560 - Sewer Systems Total 550 - Water Systems Page 20 of 32 Line #Vendor Invoice Invoice Description Amount City of Des Plaines Warrant Register 05/03/2021 Account 377 7020 Supplies - Safety 1703 Prosafety Inc 2/877380 Marking Paint/Hardhats, Safety Gloves 217.90 378 7030 Supplies - Tools & Hardware 8244 Des Plaines Ace Hardware 606 /2 Misc Hardware; Eye Screw, Spring Snaps 26.18 379 7030 Supplies - Tools & Hardware 1043 WW Grainger Inc 9829855874 Gas Can Funnels, Lockout Padlocks 59.44 380 7030 Supplies - Tools & Hardware 1043 WW Grainger Inc 9829855890 Lock Out/Tag Out Hasp & Tags 63.26 381 7035 Supplies - Equipment R&M 8244 Des Plaines Ace Hardware 613 /2 USB Charger Cord for iPad 21.58 382 7075 Supplies - Sewer System Maintenance 1424 Bushnell Inc 0017396700 12 PVC Fittings - Levee 50 PS 264.22 383 7075 Supplies - Sewer System Maintenance 1328 John Neri Construction Company Inc 03/29/2021 Materials and Spoils Disposal 3/15/21-3/19/21; R-175-20 9,932.20 384 7075 Supplies - Sewer System Maintenance 1437 Des Plaines Material & Supply LLC 412155 12" PVC SDR26 Pipe 233.06 385 7075 Supplies - Sewer System Maintenance 1437 Des Plaines Material & Supply LLC 412172 15" No Shear Coupling & Bushing 419.16 386 7075 Supplies - Sewer System Maintenance 6992 Core & Main LP N994317 PVC Clean Out Adapters & Plugs 451.20 18,663.06 387 6000 Professional Services 2506 Trotter & Associates Inc 18213 Maple St Electrical Modifications TO#3; 3/18/2021 104.00 388 6000 Professional Services 2506 Trotter & Associates Inc 18214 Drain Pump Review at Holy Tank; 03/01/2021 104.00 389 6000 Professional Services 2506 Trotter & Associates Inc 18215 TO#10 - Central Pumps Air Locking 03/15-03/23/2021 1,300.00 390 6000 Professional Services 2506 Trotter & Associates Inc 18216 TO#11 – Water System Transmission Main Improv 03/15-03/26/2021 8,513.25 391 6000 Professional Services 2506 Trotter & Associates Inc 18217 TO#8 - Prof Eng Services for Maple Pump Station 03/08- 03/17/2021 377.50 392 6000 Professional Services 2506 Trotter & Associates Inc 18218 TO#9 Contracted Services for Levee 50 Project 03/02- 03/26/2021 6,500.00 393 6000 Professional Services 1647 RJN Group Inc 35460104 Annual MWRD IICP Report TO#1; 3/1/21-4/2/21 665.00 394 6000 Professional Services 1647 RJN Group Inc 35460502 Annual MWRD IICP Report TO#5 04/02/2021 1,147.50 395 8100 Improvements 7969 Newcastle Electric Inc Maple-P2 Electrical Modifications - Maple PS - 03/19/2021, R-155- 20 8,133.00 26,844.25 404,910.94 Total 580 - CIP - Water/Sewer Total 00 - Non Departmental Total 560 - Sewer Systems Division: 580 - CIP - Water/Sewer Page 21 of 32 Line #Vendor Invoice Invoice Description Amount City of Des Plaines Warrant Register 05/03/2021 Account 396 6025 Administrative Services 7615 Sebis Direct Inc 31958 Utility Bill Rendering Serv - Bill Drop Dates 03/18- 03/19/2021 902.46 397 6025 Administrative Services 7961 BridgePay Network Solutions LLC 7600 Utility Web & Business License Transaction Fee for March 2021 214.64 1,117.10 406,028.04 398 6025 Administrative Services 7960 Passport Labs Inc INV-1020767 Mobile Pay Parking Transaction Fee - March 2021 4.81 4.81 399 6025 Administrative Services 7960 Passport Labs Inc INV-1020767 Mobile Pay Parking Transaction Fee - March 2021 25.16 25.16 400 5545 MICA Deductible 1061 Municipal Insurance Cooperative Agency 3363677 051155 MICA Claim Deductible 01/30/2021 L003363677 1,000.00 401 5545 MICA Deductible 1061 Municipal Insurance Cooperative Agency 3365309 051156 MICA Claim Deductible 01/31/2021 L003365309 1,000.00 402 5570 Self Insured P&L Expense 1089 Autokrafters of Des Plaines 02/19/21 Unit 84 Body & Suspension Repair - Police 6104 - 03/08/2021 4,722.04 403 5570 Self Insured P&L Expense 1666 Des Plaines Glass Company 11924 Police Department Glass Replacement 04/01/2021 3,960.00 10,682.04 404 6195 Miscellaneous Contractual Services 8374 Wex Health Incorporated 0001322170-IN Commuter & FSA Monthly 03/01-03/31/2021 560.00 560.00 405 2460 Refundable Bonds 8392 Westbrook Electric Construction LLC Refund - 4/6/21 Bond Refund - 2010- 01100139 - Permit Issued 1/7/2021 5,000.00 406 2464 Hydrant Deposits 3026 National Power Rodding Corp Refund 04/06/21 Hydrant Usage Refund 04/01/2021 1,100.00 6,100.00 1,471,868.72 Fund: 700 - Escrow Fund Total 700 - Escrow Fund Grand Total Fund: 600 - Risk Management Fund Total 600 - Risk Management Fund Fund: 610 - Health Benefits Fund Total 610 - Health Benefits Fund Total 510 - City Owned Parking Fund Fund: 520 - Metra Leased Parking Fund Total 520 - Metra Leased Parking Fund Total 30 - Finance Total 500 - Water/Sewer Fund Fund: 510 - City Owned Parking Fund Department: 30 - Finance Page 22 of 32 Line #Vendor Invoice Invoice Description Amount 407 6015 Communication Services 1009 AT&T 847R18054603-21 Communication Service 03/28- 04/27/2021 63.55 63.55 63.55 408 6015 Communication Services 1032 Comcast 03/21/21 x0683 Internet/Cable Service 03/25- 04/24/2021 308.30 308.30 371.85 409 4805 Reimb Work Comp Lost Time Claim 1061 Municipal Insurance Cooperative Agency #W001672111 Excess Reimbursement #W001672111 32,998.51 32,998.51 33,370.36Grand Total Warrant Register 05/03/2021 Fund: 600 - Risk Management Fund Total 600 - Risk Management Fund Department: 90 - Overhead Total 90 - Overhead Total 100 - General Fund Division: 630 - Support Services Total 630 - Support Services Total 60 - Police Department Police Department City of Des Plaines Manual Payments Account Fund: 100 - General Fund Page 23 of 32 Line #Vendor Invoice Invoice Description Amount 410 7310 Publications 1050 Journal & Topics Newspapers PC - 31090 March 2021 Online Newspaper Subscription - Mayor's Office 5.99 5.99 411 5310 Membership Dues 6792 American Association of Notaries PC - 31118 Notary Public Bond and Stamp for Executive Secretary 49.90 412 7300 Uniforms 1538 Lands' End Business Outfitters PC - 31117 Return 1 Uniform Cardigan for Clerk's Office (34.91) 413 7300 Uniforms 1538 Lands' End Business Outfitters PC - 31119 1 Uniform Cardigan for Clerk's Office 34.91 49.90 55.89 414 6195 Miscellaneous Contractual Services 8153 Zoom Video Communications Inc PC - 31126 Zoom Subscription 02/26- 03/25/2021 14.99 415 6195 Miscellaneous Contractual Services 8153 Zoom Video Communications Inc PC - 31127 Zoom Subscription 03/26- 04/25/2021 14.99 29.98 416 6000 Professional Services 4444 Misc Vendor for Procurement Card PC - 31200 Microsoft Support Call 3/9/21- Never Happened-See Related Credit 499.00 417 6000 Professional Services 4444 Misc Vendor for Procurement Card PC - 31203 Microsoft Support Call Refund 03/09/2021 (499.00) 418 6195 Miscellaneous Contractual Services 8153 Zoom Video Communications Inc PC - 31195 Zoom Webinar Subscription 2/28/2021 - 3/29/2021 40.00 419 6195 Miscellaneous Contractual Services 6008 Network Solutions LLC PC - 31196 Cityofdesplaines.net Renewal 3/1/21 - 2/28/22 85.96 420 6195 Miscellaneous Contractual Services 6008 Network Solutions LLC PC - 31201 Monthly Secure Express Renewal 3/8/21 - 4/6/21 7.99 421 6195 Miscellaneous Contractual Services 6008 Network Solutions LLC PC - 31212 Dpcitynet.org Renewal 3/24/21 - 3/23/22 15.99 422 6195 Miscellaneous Contractual Services 3875 Apple Inc PC - 31213 RoboKiller Spam Blocker for IT Department 42.49 City of Des Plaines JPMorgan Chase Account Fund: 100 - General Fund Elected Office Total 10 - Elected Office City Administration Division: 210 - City Manager Division: 110 - Legislative Total 110 - Legislative Division: 120 - City Clerk Total 120 - City Clerk Total 210 - City Manager Division: 230 - Information Technology Warrant Register 05/03/2021 Page 24 of 32 Line #Vendor Invoice Invoice Description Amount City of Des Plaines JPMorgan Chase Account Warrant Register 05/03/2021 423 6195 Miscellaneous Contractual Services 8153 Zoom Video Communications Inc PC - 31217 Zoom Account Renewal 3/30/21 - 4/29/22 339.80 424 7005 Printer Supplies 4348 Amazon.Com PC - 31202 Fargo HDP Film for HP5000 for IT Department 80.37 425 7005 Printer Supplies 4348 Amazon.Com PC - 31206 Aonomi DYMO Label Maker Tape Replacement for IT Department 18.59 426 7320 Equipment < $5,000 4348 Amazon.Com PC - 31192 Data Comm Low Voltage Cable for City Use 6.09 427 7320 Equipment < $5,000 4348 Amazon.Com PC - 31193 Low Voltage Mounting Bracket Wall Plate for Media Dir's Office 6.49 428 7320 Equipment < $5,000 4348 Amazon.Com PC - 31194 Cable Matters HDMI Wall Plate for Media Director's Office 76.07 429 7320 Equipment < $5,000 4348 Amazon.Com PC - 31197 iPhone Case for Engineering 10.98 430 7320 Equipment < $5,000 4348 Amazon.Com PC - 31198 Cable Matters Display Port Cable for City Use 43.60 431 7320 Equipment < $5,000 8260 GPSCity.com PC - 31199 RAM Mounting Kit for Police Squad Cars 525.73 432 7320 Equipment < $5,000 4348 Amazon.Com PC - 31205 RJ45 and Cat6 Connectors for Police Squad Cards 130.72 433 7320 Equipment < $5,000 8244 Des Plaines Ace Hardware PC - 31207 Fasteners for Police Squad Cars 8.60 434 7320 Equipment < $5,000 4348 Amazon.Com PC - 31208 Memory for Police Squad Car Computers 104.97 435 7320 Equipment < $5,000 4348 Amazon.Com PC - 31209 USB Charger Adapters for Police Squad Cars 59.94 436 7320 Equipment < $5,000 4348 Amazon.Com PC - 31210 HDMI and Display Port Cables for Media Director's Office 167.18 437 7320 Equipment < $5,000 4348 Amazon.Com PC - 31211 Pure Sine Power Inverter for Police Squad Cars 155.88 438 7320 Equipment < $5,000 4348 Amazon.Com PC - 31214 Replacement Battery for PW UPS 213.65 439 7320 Equipment < $5,000 4348 Amazon.Com PC - 31215 APC Network Card for PW UPS 137.94 440 7320 Equipment < $5,000 4348 Amazon.Com PC - 31216 Pure Sine Power Inverter for Police Squad Cars 200.83 2,479.86 441 5310 Membership Dues 1485 ILCMA - IL City/County Management Assoc PC - 31124 Membership 03/22/21 - 3/22/22 / Media Services Director 192.75 442 6000 Professional Services 4444 Misc Vendor for Procurement Card PC - 31087 2021 Hometown Media Awards Submissions Fee 100.00 443 6108 Public Relations & Communications 6100 Town Square Publications LLC PC - 31123 Full Page Ad Des Plaines Chamber of Commerce Com Guide July 2021 1,885.00 Division: 240 - Media Services Total 230 - Information Technology Page 25 of 32 Line #Vendor Invoice Invoice Description Amount City of Des Plaines JPMorgan Chase Account Warrant Register 05/03/2021 444 6195 Miscellaneous Contractual Services 5096 iStock PC - 31091 iStock Essentials 25/Pkg for Illustration Rights 2/28- 3/27/21 65.00 445 6195 Miscellaneous Contractual Services 4652 Survey Monkey PC - 31092 Standard Annual Plan 2/27/21-2/26/22 336.00 446 6195 Miscellaneous Contractual Services 5096 iStock PC - 31093 iStock Essentials 25/Pkg for Illustration Rights 3/28- 4/27/21 65.00 447 7320 Equipment < $5,000 5278 Walmart Neighborhood Market PC - 31125 1 Stool for Video Filming 25.96 2,669.71 448 5310 Membership Dues 3248 Society For Human Resource Management PC - 31105 Professional Membership 04/01/2021-03/31/2022-Dir of HR 219.00 449 5325 Training 4360 Paypal PC - 31103 ISIA 2021 Virtual 3 Day Nuts and Bolts Workshop - HR 169.95 450 5325 Training 4444 Misc Vendor for Procurement Card PC - 31106 Effective Digital Imagery Policy Webinar 3/31/21-RM Analyst 50.00 451 6100 Publication of Notices 1440 IGFOA IL Government Finance Officers Assoc PC - 31102 Accounting Manager Job Posting 03/12-03/29/2021 250.00 452 7550 Miscellaneous Expenses 4444 Misc Vendor for Procurement Card PC - 31104 10 Yards of Thank You Ribbon 72.85 761.80 5,941.35 453 5310 Membership Dues 1440 IGFOA IL Government Finance Officers Assoc PC - 31116 2021 Membership for IGFOA - Dir and Asst Dir of Finance 400.00 454 7320 Equipment < $5,000 4348 Amazon.Com PC - 31218 1 Foot Rest for Finance Dept 25.58 455 7320 Equipment < $5,000 4348 Amazon.Com PC - 31219 1 Electric Stapler for Finance Dept 57.92 483.50 456 5325 Training 1214 Suburban Building Officials Conference PC - 31107 2021 SBOC Training Inst for 3 Bldg Staff 03/12-03/19/21 195.00 457 5325 Training 1452 IACE - IL Association of Code Enforcement PC - 31110 April 2021 IACE Training for Code Enforcement/Permit Coor 52.65 458 5325 Training 1452 IACE - IL Association of Code Enforcement PC - 31111 April 2021 IACE Training for Code Enforcement Inspector 52.65 Total 240 - Media Services Division: 250 - Human Resources Total 250 - Human Resources Community Development Division: 410 - Building & Code Enforcement Total 20 - City Administration Department: 30 - Finance Total 30 - Finance Page 26 of 32 Line #Vendor Invoice Invoice Description Amount City of Des Plaines JPMorgan Chase Account Warrant Register 05/03/2021 459 5325 Training 1452 IACE - IL Association of Code Enforcement PC - 31112 April 2021 IACE Training for Code Enforcement Inspector 52.65 460 5325 Training 1447 International Code Council Inc PC - 31115 Certificate Renewal-Code Enf/Permit Coor 7/14/2021- 7/14/2024 95.00 447.95 461 6110 Printing Services 2016 Signarama PC - 31109 For Sale Sign for City-Owned Property 299.50 462 7000 Office Supplies 1066 Office Depot PC - 31108 2 Sets of Index Tabs for CDBG Program 21.53 463 7000 Office Supplies 1066 Office Depot PC - 31113 3 Sets of Index Tabs for CDBG Program 17.37 464 7000 Office Supplies 1066 Office Depot PC - 31114 11 Sets of Index Tabs for CDBG Program 63.69 402.09 850.04 465 6195 Miscellaneous Contractual Services 8153 Zoom Video Communications Inc PC - 31088 Zoom Subscription 3/7/21 to 4/6/21 14.99 14.99 466 5310 Membership Dues 1563 American Water Works Assoc (AWWA) PC - 31097 04/01/2021-03/31/2022 Membership Dues-Asst Dir PW/ENG (231.00) 467 5310 Membership Dues 1563 American Water Works Assoc (AWWA) PC - 31161 04/01/2021-03/31/2022 Membership Dues-Dir PW/ENG (83.00) 468 5320 Conferences 7664 IL Assoc for Floodplain & Stormwater Mgmt (IAFSM) PC - 31160 03/10-03/11/2021 Virtual Conference-Dir PW/ENG 225.00 469 7200 Other Supplies 4348 Amazon.Com PC - 31096 Case for IPhone 16.25 470 7310 Publications 1576 Illinois Section American Water Works Association PC - 31159 2020 Best Practices Report 42.00 (30.75) 471 5325 Training 1753 American Public Works Association - APWA PC - 31170 Facilities Workshop for Facilities Foreman 4/6/21 200.00 472 7045 Supplies - Building R&M 8366 Connexion PC - 31162 Cat 6 Cable for New Parking Deck PO 2021-118 3,300.00 473 7200 Other Supplies 1076 Sam's Club Direct PC - 31164 Conference Room Supplies City Hall 294.81 474 7200 Other Supplies 1076 Sam's Club Direct PC - 31171 Conference Room Supplies for City Hall 97.71 Total 410 - Building & Code Enforcement Public Works & Engineering Division: 100 - Administration Total 100 - Administration Division: 510 - Engineering Division: 420 - Planning & Zoning Total 420 - Planning & Zoning Total 40 - Community Development Total 510 - Engineering Division: 535 - Facilities & Grounds Maintenance Page 27 of 32 Line #Vendor Invoice Invoice Description Amount City of Des Plaines JPMorgan Chase Account Warrant Register 05/03/2021 475 7320 Equipment < $5,000 4348 Amazon.Com PC - 31165 Coffee Maker for 1st Floor Conference Room 249.99 476 7320 Equipment < $5,000 4348 Amazon.Com PC - 31166 Coffee Maker for 6th Floor Conference Room 249.99 477 7320 Equipment < $5,000 4348 Amazon.Com PC - 31168 Coffee Maker for City Hall 249.99 4,642.49 478 7030 Supplies - Tools & Hardware 4348 Amazon.Com PC - 31095 Battery Jump Starter 213.61 213.61 4,840.34 479 5325 Training 7221 Imprimus Forensic Services LLC PC - 31182 Fingerprint Develop/Lift Class 1 Officer 5/24-5/26/2021 419.00 480 6195 Miscellaneous Contractual Services 6695 Finalcover LLC PC - 31191 Video Redaction Software Access Fee 03/22/2021- 03/21/2022 2,311.00 2,730.00 481 5310 Membership Dues 1438 Association of Police Social Workers PC - 31175 2021 Membership for Social Worker 60.00 482 5325 Training 4444 Misc Vendor for Procurement Card PC - 31186 Online Training for Sexual Harassment Prev - Social Worker 42.95 483 5335 Travel Expenses 5447 Travelocity.Com PC - 31184 Hotel/Rental Car for Background Investigation 4/6- 4/8/21-1 Det 238.49 484 5335 Travel Expenses 4388 United Airlines PC - 31188 Flights for Background Investigation 4/6/-4/7/2021-1 Det 626.05 967.49 485 5325 Training 4444 Misc Vendor for Procurement Card PC - 31098 Smile Conference Training 1 Officer 11/30-12/03/2021 499.00 486 5325 Training 4388 United Airlines PC - 31099 Flight to Smile Conference 11/30-12/03/2021-1 Officer 196.80 487 5325 Training 4444 Misc Vendor for Procurement Card PC - 31100 Real World De-Escalation Training Course 4/8/2021 - 1 Officer 80.00 488 5325 Training 1470 IL Tactical Officers Assoc PC - 31178 Self Care/Buddy Aid Instructor Class -1 Sgt. 5/3- 5/5/2021 540.00 Division: 540 - Vehicle Maintenance Total 540 - Vehicle Maintenance Total 50 - Public Works & Engineering Total 535 - Facilities & Grounds Maintenance Total 620 - Criminal Investigation Division: 630 - Support Services Police Department Division: 610 - Uniformed Patrol Total 610 - Uniformed Patrol Division: 620 - Criminal Investigation Page 28 of 32 Line #Vendor Invoice Invoice Description Amount City of Des Plaines JPMorgan Chase Account Warrant Register 05/03/2021 489 5325 Training 1470 IL Tactical Officers Assoc PC - 31183 Ballistic Shield Instructor Course 1 Officer 7/24- 7/26/2021 430.00 490 7000 Office Supplies 4348 Amazon.Com PC - 31173 3 Ring Binders 21.95 491 7000 Office Supplies 6795 Rimage Corporation PC - 31189 4 Ribbons, 6 Transfer Ribbons for Body Camera System 537.90 492 7035 Supplies - Equipment R&M 4348 Amazon.Com PC - 31185 Replacement Power Cord for Jumper Battery 19.98 493 7200 Other Supplies 4348 Amazon.Com PC - 31174 Wet Wipes 79.99 494 7500 Postage & Parcel 1700 United States Postal Service PC - 31179 Postage for Narcan Return 03/15/2021 9.55 495 7550 Miscellaneous Expenses 2318 Jewel Food Stores PC - 31177 Cake for Retirement Function 3/11/2021 28.49 496 7550 Miscellaneous Expenses 2318 Jewel Food Stores PC - 31181 Cake for Retirement Functions 3/19/2021 28.49 497 8010 Furniture & Fixtures 4348 Amazon.Com PC - 31176 Dry Erase Board 58.89 2,531.04 6,228.53 498 5325 Training 4444 Misc Vendor for Procurement Card PC - 31172 Class-Drafting/Implement-Eff Digital Imagery Policy 3/31/21 DC 50.00 50.00 499 6115 Licensing/Titles 1472 IL Department of Public Health PC - 31137 1 EMT-P System License Renewal 03/31/21-03/31/25 - 1 Lt 41.00 500 6115 Licensing/Titles 1472 IL Department of Public Health PC - 31138 1 EMT-P System License Renewal 04/30/21-04/30/25 - 1 Lt 41.00 501 6115 Licensing/Titles 1472 IL Department of Public Health PC - 31140 5 IDPH Annual Ambulance License Renewals 127.81 502 7200 Other Supplies 1057 Menard Incorporated PC - 31128 Nut Driver Set and Screws 42.95 503 7200 Other Supplies 4348 Amazon.Com PC - 31132 60X30 Dry Erase Board-Work Bench Area-Sta 61 79.84 504 7200 Other Supplies 4348 Amazon.Com PC - 31133 60X40 Dry Erase Board for Training 129.00 505 7200 Other Supplies 4348 Amazon.Com PC - 31134 6 Diamond Cutter Saws 80.10 506 7200 Other Supplies 4348 Amazon.Com PC - 31135 12 Torch Sawzall Reciprocating Saw Blades 209.28 507 7200 Other Supplies 2219 Jones & Bartlett Learning LLC PC - 31136 HazMat Books - 1 Paramedic 93.21 508 7200 Other Supplies 4348 Amazon.Com PC - 31139 2 Surge Protectors and 3 Ft HDMI Cable 29.09 509 7200 Other Supplies 2219 Jones & Bartlett Learning LLC PC - 31141 Books for Fire Officer Enhanced - 1 Lieutenant 89.10 Total 630 - Support Services Division: 710 - Emergency Services Total 60 - Police Department Fire Department Division: 100 - Administration Total 100 - Administration Page 29 of 32 Line #Vendor Invoice Invoice Description Amount City of Des Plaines JPMorgan Chase Account Warrant Register 05/03/2021 510 7320 Equipment < $5,000 1939 Northern Tool & Equipment PC - 31131 Sand/Trash Submersible Water Pump for TRT Trailer 327.87 1,290.25 1,340.25 19,739.90 511 6310 R&M Vehicles 1496 Des Plaines Honda PC - 31120 Replacement of Left Switch Handle on ATV 03/18/2021 273.99 512 6310 R&M Vehicles 1496 Des Plaines Honda PC - 31180 Inspection for 2005 ATV 03/09/2021 152.99 513 8015 Equipment 1091 B&H Photo-Video PC - 31187 Lithium Battery Pack for Detectives' Camera 54.95 481.93 514 6115 Licensing/Titles 1744 IL Secretary of State PC - 31190 Squad # 2 Vehicle Registration for 2021 154.40 515 6195 Miscellaneous Contractual Services 7186 Bentley's Pet Stuff-SC PC - 31121 Dog Wash for K9 Jager 3/7/2021 15.30 516 7200 Other Supplies 5010 Petsmart Home Office, Inc PC - 31122 Food for K9 Jager 3/7/2021 62.99 232.69 714.62 517 8005 Computer Hardware 4348 Amazon.Com PC - 31204 Seagate 10TB Hard Drive for Parking Garage Camera DVR 1,749.93 1,749.93 518 6315 R&M Buildings & Structures 7287 House of Granite & Marble Company PC - 31163 Granite for Theater 03/05/2021 1,575.00 519 7045 Supplies - Building R&M 8375 Tile Shop LLC, The PC - 31094 Tile for Theater PO 2021-140 9,914.02 520 7045 Supplies - Building R&M 8375 Tile Shop LLC, The PC - 31101 Tile for Theater PO 2021-140 9,914.02 521 7045 Supplies - Building R&M 4444 Misc Vendor for Procurement Card PC - 31167 Paint for Theater 250.40 522 7045 Supplies - Building R&M 7287 House of Granite & Marble Company PC - 31169 Granite for the Basement Bathrooms 1,223.64 22,877.08 Fund: 260 - Asset Seizure Fund Program: 2610 - Customs Total 710 - Emergency Services Total 70 - Fire Department Fund: 420 - IT Replacement Fund Total 420 - IT Replacement Fund Fund: 430 - Facilities Replacement Fund Total 430 - Facilities Replacement Fund Total 260 - Asset Seizure Fund Total 2610 - Customs Program: 2640 - Forfeit Total 2640 - Forfeit Total 100 - General Fund Page 30 of 32 Line #Vendor Invoice Invoice Description Amount City of Des Plaines JPMorgan Chase Account Warrant Register 05/03/2021 523 5310 Membership Dues 1563 American Water Works Assoc (AWWA) PC - 31089 2021 Utility City-Wide Membership PO 2021-168 2,717.00 2,717.00 2,717.00 47,798.53 Total 500 - Water/Sewer Fund Grand Total Fund: 500 - Water/Sewer Fund Division: 550 - Water Systems Total 550 - Water Systems Page 31 of 32 Amount Transfer Date Automated Accounts Payable 1,471,868.72$ **5/3/2021 Manual Checks 33,370.36$ **4/9/2021 Payroll 1,265,319.36$ 4/9/2021 Payroll 1,323,381.07$ 4/23/2021 -$ Electronic Transfer Activity: JPMorgan Chase Credit Card 47,798.53$ **4/25/2021 Chicago Water Bill ACH 101,736.40$ 4/30/2021 Postage Meter Direct Debits 3,000.00$ 4/19/2021 Utility Billing Refunds -$ Debt Interest Payment -$ IMRF Payments -$ Employee Medical Trust -$ Total Cash Disbursements:4,246,474.44$ * Multiple transfers processed on and/or before date shown ** See attached report Adopted by the City Council of Des Plaines This Third Day of May 2021 Ayes ______ Nays _______ Absent _______ Jennifer L. Tsalapatanis, City Clerk Matthew J. Bogusz, Mayor City of Des Plaines Warrant Register 05/03/2021 Summary RHS Payout Page 32 of 32