20220502 Council Packet
Monday, May 2, 2022
Closed Session – 6:15 p.m.
Regular Session – 7:00 p.m.
Room 102
CALL TO ORDER
CLOSED SESSION
PERSONNEL
PURCHASE OF PROPERTY
SALE OF PROPERTY
REGULAR SESSION
ROLL CALL
PRAYER
PLEDGE OF ALLEGIANCE
PROCLAMATION
PUBLIC SERVICE RECOGNITION WEEK/PUBLIC WORKS WEEK
ASIAN PACIFIC AMERICAN HERITAGE MONTH
JEWISH AMERICAN HERITAGE MONTH
PUBLIC COMMENT
(matters not on the agenda)
ALDERMEN ANNOUNCEMENTS/COMMENTS
MAYORAL ANNOUNCEMENTS/COMMENTS
Motion to Extend Declaration of Civil Emergency
CITY CLERK ANNOUNCEMENTS/COMMENTS
MANAGER’S REPORT
CITY ATTORNEY/GENERAL COUNSEL REPORT
|
CONSENT AGENDA
1. RESOLUTION R-83-22: Awarding the 2022-2024 Multi-Year Holiday Decorating Program Contract to
Four Seasons Décor, Inc., McHenry, Illinois in the Three-Year Amount of $239,810, with Additional Cost of
$29.50 per Light Strand. Budgeted Funds – Street Maintenance.
2. RESOLUTION R-84-22: Releasing the Maintenance Security for Lexington Pointe Planned Unit
Development (PUD) at 783-841 Lee Street in the Amount of $183,433.25
3. RESOLUTION R-85-22: Approving the Purchase of Fire Department Vehicle Maintenance Service from
Legacy Fire Apparatus in an Amount Not-to-Exceed $75,000. Budgeted Funds – Fire Department/Emergency
Services/Repairs & Maintenance Equipment.
4. RESOLUTION R-86-22: Approving an Agreement with Chicago SMSA Limited Partnership d/b/a Verizon
Wireless for the Installation of Underground Conduit and Power for a Small Wireless Facility on City
Property
5. RESOLUTION R-87-22: Approving an Agreement with Health Inspection Professionals, Inc. for Health
Inspection Services in an Amount Not-to-Exceed $63,650 for the Term of May 1, 2022 through December 31,
2022 with the Option for a Two-Year Renewal. Budgeted Funds – Community & Economic
Development/Building & Code Enforcement/Contractual Services/Professional Services.
6. RESOLUTION R-88-22: Awarding the 2022 Contractual Asphalt Milling and Resurfacing Repairs Contract
to Chicagoland Paving Contractors, Inc., Lake Zurich, Illinois in the Amount of $142,906.80. Budgeted
Funds – Street Maintenance.
7. RESOLUTION R-89-22: Awarding the 2022 Thermoplastic/Epoxy Pavement Markings and Raised
Reflector Pavement Marker Replacement Contract – MFT-22-00000-06-GM to Superior Road Striping, Inc.,
Melrose Park, Illinois in the Amount of $64,644.41. Budgeted Funds – Motor Fuel Tax/Other Services.
8. RESOLUTION R-90-22: Approving an Agreement with GovTempsUSA, LLC for Temporary Staffing of
Permit and Code Assistant Positions in the Community & Economic Development Department in the Amount
of $85,000
9. Minutes/Regular Meeting – April 18, 2022
10. RESOLUTION R-92-22: Approving an Agreement with Low Bidder John Neri Construction Co., Addison,
Illinois for the 2022 Capital Improvement Program Street and Utility Improvements in the Amount of
$4,120,230.50. Budgeted Funds – Capital Projects and Water.
11. FIRST READING – ORDINANCE M-17-22: Redistricting the Wards of the City by Adopting and
Approving a New Ward Map and Amending Chapter 11 of Title 1 of the Des Plaines City Code
|
APPOINTMENTS & RE-APPOINTMENTS (for consideration only; no action required)
APPOINTMENTS:
POLICE PENSION BOARD
Don Smith – Term to Expire 5/01/2024
RE-APPOINTMENTS:
BOARD OF FIRE & POLICE COMMISSIONERS
D. MICHAEL ALBRECHT – Term to Expire 4/30/2024
UNFINISHED BUSINESS
1. Discussion of Metropolitan Square Plaza Revised Redesign Options (The Lakota Group) (previously deferred
from 1/18/22 City Council Meeting to the 2/7/22 City Council Meeting)
NEW BUSINESS
1. FINANCE & ADMINISTRATION – Alderman Artur Zadrozny, Chair
a. Warrant Register in the Amount of $2,930,772.07 – RESOLUTION R-91-22
2. LEGAL & LICENSING – Alderman Carla Brookman, Chair
a. Consideration of a Seventh Amendment to the City Manager’s Employment Contract –
RESOLUTION R-93-22
OTHER MAYOR/ALDERMEN COMMENTS FOR THE GOOD OF THE ORDER
ADJOURNMENT
ORDINANCES ON THE AGENDA FOR FIRST READING APPROVAL MAY ALSO, AT THE COUNCIL’S
DISCRETION, BE ADOPTED FOR FINAL PASSAGE AT THE SAME MEETING.
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 meeti ng(s) or have questions about the accessibility of the
meeting(s) or facilities, contact the ADA Coordinator at 391 -5486 to allow the City to make reasonable accommodations for these
persons.
1420 Miner Street
Des Plaines, IL 60016
P: 847.391.5301
desplaines.org
Date:
To:
From:
Cc:
April 20, 2022
Aldermen
Andrew Goczkowski, Mayor
Michael G. Bartholomew, City Manager
Subject: Proclamation
At the beginning of the May 2, 2022 City Council Meeting, we will be issuing a Proclamation declaring the
week of May 1 – 7, 2022 as Public Service Recognition Week.
Page 1 of 2
PROCLAMATION #1.
Page 2 of 2
1420 Miner Street
Des Plaines, IL 60016
P: 847.391.5301
desplaines.org
Date:
To:
From:
Cc:
April 20, 2022
Aldermen
Andrew Goczkowski, Mayor
Michael G. Bartholomew, City Manager
Subject: Proclamation
At the beginning of the May 2, 2022 City Council Meeting, we will be issuing a Proclamation declaring the
month of May as Asian Pacific American Heritage Month.
Page 1 of 2
PROCLAMATION #2.
Page 2 of 2
1420 Miner Street
Des Plaines, IL 60016
P: 847.391.5301
desplaines.org
Date:
To:
From:
Cc:
April 20, 2022
Aldermen
Andrew Goczkowski, Mayor
Michael G. Bartholomew, City Manager
Subject: Proclamation
At the beginning of the May 2, 2022 City Council Meeting, we will be issuing a Proclamation declaring the
month of May as Jewish American Heritage Month.
Page 1 of 2
PROCLAMATION #3.
Page 2 of 2
PUBLIC WORKS AND
ENGINEERING DEPARTMENT
1111 Joseph J. Schwab Road
Des Plaines, IL 60016
P: 847.391.5464
desplaines.org
Date: April 20, 2022
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: Award Bid – 2022-2024 Multi-Year Holiday Decorating Program
Issue: The approved City budget includes funding for the installation and maintenance of downtown
Holiday Decorations.
Analysis: The City has holiday decorations installed yearly by an outside vendor. The specifications
for the bid required the bidders to provide pricing on the items listed below:
•Removal of all existing lighting currently in trees and the installation of new lighting of trees
in the Downtown, Metropolitan Square, and Des Plaines River Road using the following
colors: Red, Blue, Green, Purple, and White in an alternating fashion on each consecutive
tree.
•Installation, maintenance and removal of garland and bows on 210 light poles.
•Installation and maintenance of the holiday tree and associated decorating in Metropolitan
Square.
•The installation of decorative light lines at the downtown train station and Metropolitan
Square Garage.
•Provide unit pricing on replacement light strands in years two and three of the contract.
Two bids for this service were opened on March 31, 2022 with the three-year bid tabulation listed
below:
Contractor 2022 2023 2024 Total Additional
Light Strands
Four Seasons Décor, Inc $189,970 $24,920 $24,920 $239,810 $29.50
B&B Holiday
Decorating
$212,560 $23,520 $23,520 $259,600 $33.00
MEMORANDUM
Page 1 of 23
CONSENT AGENDA #1.
Four Seasons Décor, Inc. submitted the lowest bid for this contract and has previously completed
similar work for the City with favorable results.
Recommendation: We recommend award of the 2022-2024 Multi-Year Holiday Decorating
Program contract to Four Seasons Décor, Inc., 1510 Morgan Trail, McHenry, IL, 60051, in the three-
year amount of $239,810, with additional cost of $29.50 per light strand. Source of funding for this
contract will be the Street Maintenance Miscellaneous Contractual Services account (100-50-530-
0000.6195).
Attachments:
Resolution R-83-22
Exhibit A - Contract
Page 2 of 23
1
CITY OF DES PLAINES
RESOLUTION R - 83 - 22
A RESOLUTION APPROVING A CONTRACT WITH FOUR
SEASONS DÉCOR, INC. FOR THE 2022-2024 MULTI-YEAR
HOLIDAY DECORATING PROGRAM.
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 Streets Maintenance Miscellaneous
Contractual Services Fund for use by the Department of Public Works and Engineering during the
2022 fiscal year for the City’s Multi-Year Holiday Decorating Program ("Program") to provide
for the installation, maintenance, and removal of holiday decorations in various locations within
the City during the 2022-2024 holiday seasons ("Work"); and
WHEREAS, pursuant to Chapter Ten of Title One of the City of Des Plaines City Code
and the City’s purchasing policy, the City solicited bids for the procurement of the Work during
the term of the Program; and
WHEREAS, the City received two bids, which were opened on March 31, 2022; and
WHEREAS, Four Seasons Décor, Inc. ("Contractor") submitted the lowest responsible
bid; and
WHEREAS, the City desires to enter into a contract ("Contract") with Contractor for the
performance of the Work pursuant to the Program in the not-to-exceed amount of: (i) $189,970 for
Work scheduled in 2022; (ii) $24,920 for Work scheduled in 2023; (iii) $24,920 for Work
scheduled in 2024; and (iv) $29.50 per unit for additional light strands; and
WHEREAS, the City Council has determined that it is in the best interest of the City to
enter into the Contract 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 CONTRACT. The City Council hereby approves the
Contract in substantially the form attached to this Resolution as Exhibit A, and in a final form
approved by the General Counsel.
Page 3 of 23
2
SECTION 3: AUTHORIZATION TO EXECUTE CONTRACT. The City Council
hereby authorizes and directs the City Manager and the City Clerk to execute and seal, on behalf
of the City, the final Contract.
SECTION 4: EFFECTIVE DATE. This Resolution shall be in full force and effect from
and after its passage and approval according to law.
PASSED this ___ day of _________________, 2022.
APPROVED this ___ day of ____________________, 2022.
VOTE: AYES _____ NAYS _____ ABSENT _____
MAYOR
ATTEST: Approved as to form:
CITY CLERK Peter M. Friedman, General Counsel
DP-Resolution Approving Bid Award to Four Seasons Décor for the 2022-2024 Holiday Decorating Program
Page 4 of 23
Exhibit A Page 5 of 23
Exhibit A Page 6 of 23
Exhibit A Page 7 of 23
Exhibit A Page 8 of 23
Exhibit A Page 9 of 23
Exhibit A Page 10 of 23
Exhibit A Page 11 of 23
Exhibit A Page 12 of 23
Exhibit A Page 13 of 23
Exhibit A Page 14 of 23
Exhibit A Page 15 of 23
Exhibit A Page 16 of 23
Exhibit A Page 17 of 23
Exhibit A Page 18 of 23
Exhibit A Page 19 of 23
Exhibit A Page 20 of 23
Exhibit A Page 21 of 23
Exhibit A Page 22 of 23
Exhibit A Page 23 of 23
COMMUNITY AND ECONOMIC
DEVELOPMENT DEPARTMENT
1420 Miner Street
Des Plaines, IL 60016
P: 847.391.5380
desplaines.org
Date: April 21, 2022
To: Michael G. Bartholomew, City Manager
From: John T. Carlisle, AICP, Director of Community and Economic Development
Subject: 783-841 Lee Street – Release of the Maintenance Security for Public Improvements
Issue: John Agenlian, Vice President of Land Development with Lexington Homes, LLC (“Developer”), has
submitted a formal request for the release of the 18-month maintenance security (a surety bond) that ensures
maintenance and repair of the required public improvements associated with the project.
Analysis: On August 15, 2016, the City Council adopted Ordinance Z-17-16 granting final approval for the
Lexington Pointe Planned Unit Development at 783-841 Lee Street. In April 2017, Lexington Homes posted
a subdivision improvement security in the form of a bond in the amount of $1,834,332.50, which equaled
125% of the estimate to complete the public improvements. On September 7, 2020 and with the
recommendation of the Public Works and Engineering Department, the City Council via Resolution R-150-
20 accepted the public improvements and released the performance security. However, the developer was
required to post a 10% maintenance security, or $183,433.25, to be held by the City for 18 months, pursuant
to Section 13-2-8 of the Subdivision Regulations (City Code). The developer did so in the form of a surety
bond.
The 18-month period has expired, and the developer has requested formal release of the security. Public Works
and Engineering has reviewed this request, inspected the development and improvements, and concurs that
the maintenance security may be released.
Recommendation: Staff recommends approval of R-84-22, authorizing the release of the maintenance
security in the amount of $183,433.25.
Attachments:
Attachment 1: Public Works and Engineering Department Memo
Resolution
R-84-22
MEMORANDUM
Page 1 of 9
CONSENT AGENDA #2.
PUBLIC WORKS AND
ENGINEERING DEPARTMENT
1420 Miner Street
Des Plaines, IL 60016
P: 847.391.5390
desplaines.org
Date: April 12, 2022
To: John Carlisle, Director of Community and Economic Development
From: John La Berg, P.E., Civil Engineer
Cc: Jon Duddles, P.E., Assistant Director of Public Works and Engineering
Subject: 783-841 Lee St. Lexington Pointe Maintenance Bond
Per your request, Public Works and Engineering has inspected the above for the 18-month maintenance
warranty, and found no issues that would prohibit the release of the bond back to the developer.
JL/jl
MEMORANDUM
Attachment 1 Page 2 of 9
{00126071.1} 1
CITY OF DES PLAINES
RESOLUTION R - 84 - 22
A RESOLUTION RELEASING THE MAINTENANCE
SECURITY FOR LEXINGTON POINTE PLANNED UNIT
DEVELOPMENT (783-841 LEE STREET).________________
WHEREAS, on August 15, 2016, the City Council adopted Ordinance No. Z-17-16,
approving the final plat for the Lexington Pointe Planned Unit Development ("PUD"), which
PUD consists of the property commonly known as 783-841 Lee Street in the City ("Subject
Property"); and
WHEREAS, in connection with the approval of the PUD, John Agenlian of Lexington
Homes, LLC ("Developer") agreed to construct certain public improvements, including, without
limitation, sanitary sewer, water main, storm sewer, catch basins, paving, grading and erosion
control, lighting, landscaping, and other miscellaneous public improvements (collectively, the
"Public Improvements"), and posted a performance bond in the amount of $1,834,332.50 to
secure the completion of the Public Improvements ("Performance Security"); and
WHEREAS, on September 8, 2020, the City Council approved Resolution R-150-20
accepting the Public Improvements and releasing the Performance Security but requiring the
developer to post security for the maintenance and repair of the Public Improvements, in the
amount of $183,433.25, or 10% of the Performance Security, for which the Developer posted a
Maintenance Bond on September 21, 2020, with Great American Insurance Company as Surety
(“Maintenance Security”) for a period of 18 months as required by Section 13-2-8 of the City
Code; and
WHEREAS, the 18-month period has ended and the Developer has submitted a request
to release the Maintenance Security; and
WHEREAS, the Department of Public Works and Engineering has determined that all of
the Public Improvements have been property maintained and recommends release of the
Maintenance Security; and
WHEREAS, pursuant to Section 13-2-8 of the City Code, the City Council has
determined that it is in the best interest of the City to release the Maintenance Security in
accordance with the provisions of this Resolution;
NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Des
Plaines, Cook County, Illinois, in the exercise of its home rule powers, as follows;
SECTION 1: RECITALS. The foregoing recitals are incorporated into, and made a
part of, this resolution as findings of the City Council.
Page 3 of 9
{00126071.1} 2
SECTION 2: LEGAL DESCRIPTION. The Subject Property is legally described as
follows:
PARCEL 1
THAT PART OF LOT 8 IN BLOCK 9 IN PARSON AND LEE'S ADDITION
TO DES PLAINES, BEING A SUBDIVISION OF PARTS OF SECTIONS 17
AND 20, TOWNSHIP 41 NORTH, RANGE 12, EAST OF THE THIRD
PRINCIPAL MERIDIAN, DESCRIBED AS FOLLOWS:
BEGINNING AT THE NORTHWESTERLY OR MOST NORTHERLY
CORNER OF SAID LOT 8; THENCE SOUTHEASTERLY ALONG THE
NORTHEASTER LY LINE THEREOF, A DISTANCE OF 162.00 FEET;
THENCE SOUTHWESTERLY PARALLEL WITH THE NORTHWESTERLY
LINE OF SAID LOT 8, A DISTANCE OF 5.00 FEET; THENCE
NORTHWESTERLY PARALLEL WITH THE NORTHEASTERLY LINE OF
SAID LOT 8, A DISTANCE OF 4.375 FEET (4 FEET 4.5 INCHES) MORE OR
LESS TO A LINE 11 0.5 FEET NORTHWESTERLY OF AND PARALLEL
WITH THE SOUTHEASTERLY LINE OF SAID LOT 8; THENCE
SOUTHWESTERLY ALONG THE SAID LAST PARALLEL LINE. A
DISTANCE OF 1.17 FEET (1 FOOT 2 INCHES); THENCE
NORTHWESTERLY PARALLEL WITH THE NORTHEASTERLY LINE OF
SAID LOT 8, A DISTANCE OF 22 .5 FEET TO A LINE 133.00 FEET
NORTHWESTERLY OF AND PARALLEL WITH THE SOUTHEASTERLY
LINE OF SAID LOT 8: THENCE SOUTHWESTERLY ALONG THE SAID
LAST PARALLEL LINE, A DISTANCE OF 109.875 FEET (109 FEET 10.5
INCHES), MORE OR LESS TO THE SOUTHWESTERLY LINE OF SAID
LOT 8; THENCE NORTHWESTERLY ALONG SAID SOUTHWESTERLY
LINE, A DISTANCE OF 134.5 FEET, MORE OR LESS TO THE
SOUTHWESTERLY CORNER OF SAID LOT 8; THENCE
NORTHEASTERLY ALONG THE NORTHWESTERLY LINE THEREOF, A
DISTANCE OF 116.00 FEET TO THE POINT OF BEGINNING;
ALSO, PARCEL 1A LOTS 1 AND 2 IN MOEHLING'S RESUBDIVISION,
BEING A RESUBDIVISION OF THE NORTHWESTERLY 149.00 FEET OF
LOT 6 AND ALL OF LOT 7 IN BLOCK 9 IN PARSON AND LEE'S
ADDITION TO DES PLAINES, BEING A SUBDIVISION OF PARTS OF
SECTIONS 17 AND 20, TOWNSHIP 41 NORTH, RANGE 12. EAST OF THE
THIRD PRINCIPAL MERIDIAN, ACCORDING TO THE PLAT THEREOF
RECORDED FEBRUARY 24, 1971 AS DOCUMENT 21404624, BEING
SITUATED IN THE CITY OF DES PLAINES, COOK COUNTY, ILLINOIS.
PARCEL 2
THAT PART OF LOT 8 IN BLOCK 9 IN PARSON AND LEE'S ADDITION
TO DES PLAINES, BEING A SUBDIVISION OF PARTS OF SECTIONS 17
Page 4 of 9
{00126071.1} 3
AND 20, TOWNSHIP 41 NORTH, RANGE 12, EAST OF THE THIRD
PRINCIPAL MERIDIAN, DESCRIBED AS FOLLOWS:
COMMENCING AT THE NORTHWESTERLY OR MOST NORTHERLY
CORNER OF SAID LOT 8; THENCE SOUTHEASTERLY ALONG THE
NORTHEASTERLY LINE THEREOF, A DISTANCE OF 162.00 FEET FOR
THE PLACE OF BEGINNING; THENCE SOUTHWESTERLY PARALLEL
WITH THE NORTHWESTERLY LINE OF SAID LOT 8, A DISTANCE OF
5.00 FEET; THENCE NORTHWESTERLY, PARALLEL WITH THE
NORTHEASTERLY LINE OF SAID LOT 8, A DISTANCE OF 4.375 FEET (4
FEET 4.5 INCHES) MORE OR LESS TO A LINE 110.50 FEET
NORTHWESTERLY OF AND PARALLEL WITH THE SOUTHEASTERLY
LINE OF SAID LOT 8; THENCE SOUTHWESTERLY ALONG THE SAID
LAST PARALLEL LINE , A DISTANCE OF 1.17 FEET (1 FOOT 2 INCHES);
THENCE NORTHWESTERLY PARALLEL WITH THE NORTHEASTERLY
LINE OF SAID LOT 8, A DISTANCE OF 22.5 FEET TO A LINE 133.00 FEET
NORTHWESTERLY OF AND PARALLEL WITH THE SOUTHEASTERLY
LINE OF SAID LOT 8; THENCE SOUTHWESTERLY ALONG THE SAID
LAST PARALLEL LINE. A DISTANCE OF 51.83 FEET TO A POINT ON A
LINE THAT IS 58.00 FEET NORTHEASTERLY OF AND PARALLEL WITH
THE SOUTHWESTERLY LINE OF SAID LOT 8; THENCE
SOUTHEASTERLY ALONG THE SAID LAST PARALLEL LINE, A
DISTANCE OF 133.00 FEET TO THE SOUTH EASTERLY LINE OF SAID
LOT 8; THENCE NORTHEASTERLY ALONG SAID SOUTHEASTERLY
LINE. A DISTANCE OF 58.00 FEET TO THE MOST EASTERLY CORNER
OF SAID LOT 8; THENCE NORTHWESTERLY ALONG THE
NORTHEASTERLY LINE OF SAID LOT 8, A DISTANCE OF 106.13 FEET
TO THE PLACE OF BEGINNING; TOGETHER WITH A STRIP OF LAND
LYING SOUTHEASTERLY OF SAID LOT 8 AND NORTHWESTERLY OF
THE NORTHWESTERLY LINE OF CENTER STREET AND
SOUTHWESTERLY OF NORTHEASTERLY LINE, EXTENDED
SOUTHEASTERLY OF LOT 8 AND NORTHEASTERLY OF THE
SOUTHEASTERLY EXTENSION OF A LINE THAT IS 58.00 FEET
NORTHEASTERLY OF AND PARALLEL WITH THE SOUTHWESTERLY
LINE OF SAID LOT 8, BEING SITUATED IN THE CITY OF DES PLAINES,
COOK COUNTY, ILLINOIS.
PARCEL 3
THAT PART OF LOT 8 IN BLOCK 9 IN PARSON AND LEE'S ADDITION
TO DES PLAINES, IN SECTION 17 AND 20, TOWNSHIP 41 NORTH,
RANGE 12, EAST OF THE THIRD PRINCIPAL MERIDIAN, DESCRIBED AS
FOLLOWS:
COMMENCING AT THE SOUTHEASTERLY CORNER OF SAID LOT 8;
THENCE NORTHEASTERLY ALONG THE SOUTHEASTERLY LINE
THEREOF, A DISTANCE OF 58.00 FEET; THENCE NORTHWESTERLY
Page 5 of 9
{00126071.1} 4
ALONG A LINE PARALLEL TO THE SOUTHWESTERLY LINE OF SAID
LOT, A DISTANCE 133.00 FEET; THENCE SOUTHWESTERLY ALONG A
LINE PARALLEL TO THE SOUTHEASTERLY LINE OF SAID LOT, A
DISTANCE OF 58.00 FEET TO THE SOUTHWESTERLY LINE THEREOF;
THENCE SOUTHEASTERLY ALONG THE SOUTHWESTERLY LINE
THEREOF. A DISTANCE OF 133.00 FEET TO THE PLACE OF BEGINNING;
TOGETHER WITH A STRIP OF LAND, LYING SOUTHEASTERLY OF
SAID LOT 8 AND NORTHWESTERLY OF THE NORTHWESTERLY LINE
OF CENTER STREET AND NORTHEASTERLY OF THE
SOUTHWESTERLY LINE. EXTENDED SOUTH EASTERLY OF LOT 8 AND
SOUTHWESTERLY OF THE SOUTHEASTERLY EXTENSION OF A LINE,
THAT IS 58.00 FEET NORTHEASTERLY OF AND PARALLEL WITH THE
SOUTHWESTERLY LINE OF SAID LOT 8, BEING SITUATED IN THE
CITY OF DES PLAINES, COOK COUNTY, ILLINOIS.
PARCEL 4
LOT 16 (EXCEPT THE SOUTH 9.00 FEET THEREOF MEASURED ON
NORTHWESTERLY AND SOUTHEASTERLY LINES) IN BLOCK 9 IN
PARSON AND LEE'S ADDITION TO DES PLAINES, A SUBDIVISION OF
PARTS OF SECTIONS 17 AND 20, TOWNSHIP 41 NORTH. RANGE 12,
EAST OF THE THIRD PRINCIPAL MERIDIAN; TOGETHER WITH A STRIP
OF LAND, LYING SOUTHEASTERLY OF SAID LOT 16 AND
NORTHWESTERLY OF THE NORTHWESTERLY LINE OF CENTER
STREET AND SOUTHWESTERLY OF THE NORTHEASTERLY LINE.
EXTENDED SOUTHEASTERLY OF LOT 16 AND NORTHEASTERLY OF
THE SOUTHEASTERLY EXTENSION OF A LINE THAT IS 9.00 FEET
NORTHEASTERLY OF AND PARALLEL WITH THE SOUTHWESTERLY
LINE OF SAID LOT 16, BEING SITUATED IN THE CITY OF DES PLAINES,
COOK COUNTY, ILLINOIS.
PARCEL 5
LOT 15 (EXCEPT THE NORTHWESTERLY 5.00 FEET THEREOF) AND
THE SOUTH 9.00 FEET (EXCEPT THE NORTHWESTERLY 5.00 FEET
THEREOF) OF LOT 161N BLOCK 9 IN PARSON AND LE E'S ADDITION
TO DES PLAINES, A SUBDIVISION OF PARTS OF SECTIONS 17 AND 20,
TOWNSHIP 41 NORTH, RANGE 12, EAST OF THE THIRD PRINCIPAL
MERIDIAN; TOGETHER WITH A STRIP OF LAND LYING
SOUTHEASTERLY OF SAID LOTS 15 AND 16 AND NORTHWESTERLY
OF THE NORTHWESTERLY LINE OF CENTER STREET AND
NORTHEASTERLY OF THE SOUTHWESTERLY LINE, EXTENDED
SOUTHEASTERLY OF SAID LOT 15 AND SOUTHWESTERLY OF THE
SOUTHEASTERLY EXTENSION OF A LINE, THAT IS 9.00 FEET
NORTHEASTERLY OF AND PARALLEL WITH THE SOUTHWESTERLY
LINE OF SAID LOT 16 BEING SITUATED IN THE CITY OF DES PLAINES,
COOK COUNTY, ILLINOIS.
Page 6 of 9
{00126071.1} 5
PARCEL 6
LOT 14 (EXCEPT THE NORTHWESTERLY 5.00 FEET) IN BLOCK 9 IN
PARSON AND LEE'S ADDITION TO DES PLAINES, A SUBDIVISION OF
PARTS OF SECTIONS 17 AND 20 TOWNSHIP 41 NORTH, RANGE 12,
EAST OF THE THIRD PRINCIPAL MERIDIAN; TOGETHER WITH A STRIP
OF LAND, LYING SOUTHEASTERLY OF SAID LOT 14 AND
NORTHWESTERLY OF THE NORTHWESTERLY LINE OF CENTER
STREET AND BETWEEN THE NORTHEASTERLY AND
SOUTHWESTERLY LINES OF SAID LOT 14 EXTENDED SOUTH
EASTERLY TO THE NORTHWESTERLY LINE OF CENTER STREET,
BEING SITUATED IN THE CITY OF DES PLAINES, COOK COUNTY,
ILLINOIS.
PARCEL 7
LOTS 9, 10, 11 , 12 AND 13 AND THE NORTHWESTERLY 5.00 FEET OF
LOTS 14 AND 15 AND THE NORTHWESTERLY 5.00 FEET OF THE
SOUTHWESTERLY 9.00 FEET OF LOT 16 ALL IN BLOCK 9 IN PARSON
AND LEE'S ADDITION TO DES PLAINES, BEING A SUBDIVISION OF
PARTS OF SECTIONS 17 AND 20, TOWNSHIP 41 NORTH, RANGE 12,
EAST OF THE THIRD PRINCIPAL MERIDIAN; TOGETHER WITH A STRIP
OF LAND, LYING SOUTHEASTERLY OF SAID LOT 13 AND
NORTHWESTERLY OF THE NORTHWESTERLY LINE OF CENTER
STREET AND BETWEEN THE NORTHEASTERLY AND
SOUTHWESTERLY LINES OF SAID LOT 13, EXTENDED
SOUTHEASTERLY TO THE NORTHWESTERLY LINE OF CENTER
STREET; ALSO,
PARCEL 7A
LOTS 1 AND 2 IN MOEHLING'S RESUBDIVISION NO. 2, BEING A
RESUBDIVISION OF PART OF LOTS 146 AND 147 IN THE ORIGINAL
TOWN OF RAND. NOW THE CITY OF DES PLAINES IN THE NORTHEAST
¼ OF SECTION 20, TOWNSHIP 41 NORTH, RANGE 12, EAST OF THE
THIRD PRINCIPAL MERIDIAN ACCORDING TO THE PLAT THEREOF
RECORDED OCTOBER 27, 1981 AS DOCUMENT 26039347, BEING
SITUATED IN THE CITY OF DES PLAINES, COOK COUNTY, ILLINOIS.
PINS: 09-20-200-011-0000, 09-20-200-012-0000, 09-20-200-013-0000,
09-20-200-023-0000, 09-20-200-037-0000, 09-20-200-038-0000,
09-20-200-039-0000, 09-20-200-040-0000, 09-20-200-043-0000,
09-20-200-044-0000, 09-20-200-045-0000, 09-20-200-047-0000
Commonly known as 783-841 Lee Street, Des Plaines, Illinois.
Page 7 of 9
{00126071.1} 6
SECTION 3: RELEASE OF MAINTENANCE SECURITY. In accordance
with Section 13-2-8 of the City Code, the City Council hereby authorizes the release
of the Maintenance Security.
SECTION 4: EFFECTIVE DATE. This Resolution shall be in full force and
effect from and after its passage and approval according to law.
[SIGNATURE PAGE FOLLOWS]
Page 8 of 9
{00126071.1} 7
PASSED this _____ day of ____________, 2022.
APPROVED this _____ day of _____________, 2022.
VOTE: AYES _____ NAYS _____ ABSENT _____
MAYOR
ATTEST: Approved as to form:
CITY CLERK Peter M. Friedman, General Counsel
DP-Resolution Release of Maintenance Security for Lexington Pointe 783-841 Lee Street
Page 9 of 9
FIRE DEPARTMENT
405 S. River Rd
Des Plaines, IL 60016
P: 847.391.5333
desplaines.org
Date: April 14, 2022
To: Michael Bartholomew, City Manager
From: Daniel Anderson, Fire Chief DA
Sam Foster, Deputy of Administration/Support/EMA SF
Subject: Purchase of Fire Department Fleet Maintenance Services
Issue:
During the 2022 Budget Preparation process the Fire Department fleet maintenance and repair
processes were reviewed. Fire Department staff was tasked to work with Public Works staff and a vendor to
assess the fleet, preventive maintenance processes, and perform certain preventive maintenance services.
Analysis:
Fire and Public Works staff met to discuss existing processes and agreed to have several units from
the fire department evaluated by a vendor who specializes in and is certified to perform maintenance of fire
apparatus.
Fire Department staff received information from three vendors who specialized in fire department
fleet maintenance. The vendors reviewed were MacQueen Emergency in Aurora, Fire Service Inc. in
Naperville, and Legacy Fire Apparatus in Shorewood. Each of the vendors had similar pricing structures,
were capable of performing field service and repairs, were located within the Chicago metro area within
reasonable distances from Des Plaines, had certified Emergency Vehicle Technicians (“EVT”), offered
pickup and delivery service, and p erformed fleet services for municipalities or fire districts.
After reviewing each vendor, Legacy Fire Apparatus was chosen to perform the initial assessment
and preventive maintenance of several pieces of apparatus based on their price structure, availability and
pickup/drop off service. Legacy initially performed inspections and preventive maintenance on two pieces
of fire apparatus and an ambulance. Upon inspection of the two fire apparatus, there were some immediate
repairs that needed to be completed. Legacy provided pricing and timeline for the repairs which were
authorized and completed in short time.
Based on the level of services capable of being performed in one location, such as leaf spring
suspension replacement, and a significant reduction in apparatus out of service time, additional pieces of
apparatus were sent for evaluation and preventive maintenance.
Memorandum
Page 1 of 4
CONSENT AGENDA #3.
Staff has determined the level of service and capabilities provided along with the significant
reduction in out of service time and acceptable costs, continued use of Legacy Fire Apparatus would be
appropriate.
A purchase order of in the amount of $19,500 was previously requested and approved. Staff is
requesting an authorization for an additional $55,500 to continue with the fleet maintenance and significant
known repairs throughout the balance of the year for a total amount not to exceed $75,000. The funding
would be through the General Fund 100-70-710-6310.
Recommendation:
Staff recommends City Council authorize an additional $55,500 to the original purchase order and
the continued use of Legacy Fire Apparatus to perform known repairs and preventive maintenance services
in an amount not to exceed $75,000.
Attachments:
Resolution R – 85 – 22
Page 2 of 4
CITY OF DES PLAINES
RESOLUTION R - 85 - 22
A RESOLUTION AUTHORIZING THE PROCUREMENT
OF FLEET MAINTENANCE SERVICES FOR FIRE
DEPARTMENT FLEET VEHICLES FROM LEGACY FIRE
APPARATUS.________________________________________
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 Fire Department has identified the need to procure certain maintenance
services for the Fire Department’s fleet of trucks and apparatus, including the assessment of the
fleet, development of preventative maintenance processes, and performance of certain preventative
maintenance services (collectively, the “Services”); and
WHEREAS, City staff obtained pricing schedules for the Services from three qualified
Vendors who specialize in performing the Services on fire apparatus and staff determined Legacy
Fire Apparatus of Shorewood, Illinois (“Vendor”) has the best overall service structure for the
Fire Department’s needs; and
WHEREAS, the Vendor has previously performed vehicle maintenance services for the
City to the City’s satisfaction; and
WHEREAS, the City previously authorized the expenditure of $19,500 for the Services
from the Vendor administratively; and
WHEREAS, City desires to procure additional Services from the Vendor during the 2022
fiscal year in not to exceed amount of $55,500, for a total expenditure for the Services in the
amount of $75,000; and
WHEREAS, the City Council has determined that it is in the best interest of the City to
waive the competitive bidding requirements and procure the Services from the Vendor in
accordance with the Resolution;
NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Des
Plaines, Cook County, Illinois, in the exercise of its home rule powers, as follows:
SECTION 1: RECITALS. The foregoing recitals are incorporated into, and made a part
of, this Resolution as findings of the City Council.
SECTION 2: WAIVER OF COMPETITIVE BIDDING. The requirement that
competitive bids be solicited for the purchase of the Service is hereby waived.
{00126074.2}
Page 3 of 4
{00126074.2}
SECTION 3: APPROVAL OF PURCHASE. The City Council hereby approves the
purchase of the Service from the Vendor in a total not-to-exceed amount of $75,000.
SECTION 4: AUTHORIZATION OF PURCHASE. The City Council authorizes and
directs the City Manager and the City Clerk to execute and seal documents approved by the
General Counsel, and the City Manager to make payments necessary to complete the purchase of
the Equipment from the Vendor in a total not-to-exceed amount of $75,000.
SECTION 5: EFFECTIVE DATE. This Resolution shall be in full force and effect from
and after its passage and approval according to law.
PASSED this _____ day of ____________, 2022.
APPROVED this _____ day of _____________, 2022.
VOTE: AYES _____ NAYS _____ ABSENT _____
MAYOR
ATTEST: Approved as to form:
CITY CLERK Peter M. Friedman, General Counsel
DP-Res Approving Purchase for FD Fleet Maintenance Service 2022
Page 4 of 4
PUBLIC WORKS AND
ENGINEERING DEPARTMENT
1420 Miner Street
Des Plaines, IL 60016
P: 847.391.5390
desplaines.org
Date: April 20, 2022
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: Proposed License Agreement for the Proposed Wireless Facility Project at 691 Lee Street
Issue: Chicago SMSA Limited Partnership d/b/a Verizon Wireless is requesting a License Agreement that
includes a utility easement behind 691 Lee Street in order to construct a small cell facility at the northeast
corner of Lee Street and Ellinwood Street.
Analysis: The purpose of the License Agreement is for the construction of a proposed wireless facility at the
northeast corner of Lee Street and Ellinwood Street in accordance with the Small Wireless Facilities
Deployment Act and Section 9-5-13 of the City Code. The deployment of small wireless facilities is of vital
interest to the State due to the positive impact of wireless technology.
The proposed 8’-wide easement would begin at the north entrance of the Des Plaines Library Garage and
extend northerly along the west side of the Des Plaines Library a distance of 137.87’ to the Ellinwood Street
right-of-way. Verizon Wireless has provided an appraisal for the subjected easement property (Attachment 1)
and will compensate the City for the 1,103 square foot easement based on the appraised value of $16,545.
Recommendation: We recommend approval of the License Agreement with Chicago SMSA Limited
Partnership d/b/a Verizon Wireless and compensation from the company in the amount of $16,545.
Attachments:
Attachment 1 – Easement Land Value Appraisal
Resolution R-86-22
Exhibit A
MEMORANDUM
Page 1 of 42
CONSENT AGENDA #4.
______ GREAT REALTY ADVISORS ______
401 N. Michigan Ave., Suite 1200, Chicago, IL 60611 (312) 64-GREAT (312) 644-7328 FAX (312) 644-7360
3009 35th Street, Suite 300, Oak Brook, IL 60523 (630) 323-9000 FAX (630) 323-9026
e-mail: knitter@greatrealty.com
City of Des Plaines
Des Plaines, Cook County, Illinois
And
Verizon Wireless
March 15, 2021
Re: Land Value Appraisal of the 1,103 square feet easement for the wireless facility project
at 691 Lee Street, Des Plaines, IL 60016
In accordance with your request, we have prepared this appraisal report format for the above
referenced property. The purpose of this appraisal is to estimate the market value of the subject
property as of March 15, 2021. The intended use of this appraisal is to estimate the value of the
subject property for contract/lease purposes. This appraisal adheres to the Uniform Act Section
24.103 Criteria for Appraisals as well as USPAP (Uniform Standards of Professional Appraisal
Practice).
The subject property is located parallel to Lee Street, southwest of Miner Street and northwest of
Prairie Avenue in the Central Business District of Des Plaines, Cook County, Illinois. The city of
Des Plaines is a northwest suburb of Chicago, surrounded by Mount Prospect to the west, Park
Ridge to the south, Morton Grove and Glenview to the east, and Prospect Heights and
Northbrook to the north. The subject property is located one mile west of I-294 (Tri-State
Tollway) and three miles north of Interstate 90 (Northwest Tollway). The subject is located 21
miles northwest of the Chicago “Loop”.
The parent, larger site which covers the subject easement is property identification number 09-
17-419-037-0000. This larger site is an irregularly shaped site measuring 12,850 SF which wraps
around the building located along Lee Street which is the Library Plaza Retail Center. The
subject site is owned by the City of Des Plaines and is utilized for loading and deliveries to the
retail center tenants and utilized as an access road to the City of Des Plaines Municipal Parking
(garage and surface lot). The proposed easement will run parallel to Lee Street behind the Library
Plaza Retail Center in generally a southwest to northeast direction. The easement is 8 feet wide
and approximately 137.875 feet in length. According to plans provided, the total size of the
easement equates to 1,103 SF.
The proposed location of the subject easement is located in an area zoned C-5 Central Business.
The purpose of the subject easement is to provide underground utilities for a proposed wireless
facility project. The site diagrams are attached on the following pages.
Attachment 1 Page 2 of 42
____________________________________________ GREAT REALTY ADVISORS
2
Attachment 1Page 3 of 42
____________________________________________ GREAT REALTY ADVISORS
3
Attachment 1Page 4 of 42
____________________________________________ GREAT REALTY ADVISORS
4
Attachment 1Page 5 of 42
____________________________________________ GREAT REALTY ADVISORS
5 Attachment 1Page 6 of 42
____________________________________________ GREAT REALTY ADVISORS
6
Scope of the Appraisal
The scope of this appraisal report included the physical inspection of the subject property and the
collection and analysis of pertinent data, analyses of highest and best use and the application of
the appropriate valuation method(s), the Cost Approach, the Sales Comparison Approach, and/or
the Income Capitalization Approach.
Market data compiled for this report include a variety of data including comparable sales and
listings. These data are the result of research specific to the Des Plaines market area and other
similar markets pertinent to the subject. The data were verified by buyers, sellers, brokers,
managers, government officials or other sources regarded as knowledgeable and reliable.
Information and data such as zoning, real estate taxes, assessments, building sizes and
encumbrances were obtained from governmental sources.
Specifically, improved sales were obtained by researching our files and various transactions that
are recorded in the Northwest Suburban Markets. In most cases, sales information was verified
by parties to the transaction, or by brokers involved in the transaction. Where this type of
verification is not available, data recorded in the county records and in published sources were
utilized. Emphasis was placed on transactions for which direct verification was available.
Specific estimates concerning the value per square foot and obsolescence estimate reflect the
judgment of the appraisers based on our interpretation of the available market data. The
reasoning behind these estimates is illustrated throughout the appraisal. The subject is a special
use property and the Sales Comparison Approach has been considered the major determinant of
value.
Definition of Market Value
Market Value is defined as “The most probable price which a property should bring in a
competitive and open market under all condition’s requisite to a fair sale, the buyer and seller
each acting prudently and knowledgeably and assuming the price is not affected by undue
stimulus. Implicit in this definition are the consummation of a sale as of a specified date and the
passing of title from seller to buyer under conditions whereby:
1. Buyer and seller are typically motivated;
2. Both parties are well informed or well advised and acting in what they consider their
own best interests;
3. A reasonable time is allowed for exposure in the open market;
4. Payment is made in terms of cash in U.S. Dollars or in terms of financial arrangements
comparable thereto; and
5. The price represents the normal consideration for the property sold unaffected by special
or creative financing or sales concessions granted by anyone associated with the sale.
This definition of value conforms to FIRREA guidelines. (Per Interagency Guidelines dated
December 2010).
Attachment 1 Page 7 of 42
____________________________________________ GREAT REALTY ADVISORS
7
Exposure Period
Exposure Period considers the marketing efforts, which are assumed to have occurred before the
date of value. The value conclusion, as set forth in this appraisal, is based on a projected
exposure period for the property of approximately nine months from the date of value. We have
estimated the exposure period for the subject based on current and projected industrial market
conditions, the estimated market value of the property stated herein, and upon the listing periods
of recently properties in the market.
Date of Value
This appraisal report with its analyses, conclusions and final expressions of value are specifically
applicable to the date of value, March 15, 2021.
Subject History
The subject site is owned by the City of Des Plaines. The subject site supplements parking and
loading for tenants doing business in the Des Plaines Central Business District. The subject is not
listed for sale, not under contract and there have been no transfers of the subject in the last three
years.
Zoning
According to the City of Des Plaines the proposed location of the subject easement is located in
an area zoned C-5 Central Business.
Flood Plain:
Flooding in the City of Des Plaines is a well-documented concern for residents. According to
FEMA map panel # 17031C0217J, effective on 08/19/2008, the subject is situated in an area
designated Zone “X” which is defined as an area of low flood risk. The flood map appears on the
following page.
Attachment 1 Page 8 of 42
____________________________________________ GREAT REALTY ADVISORS
8
Flood Map
Attachment 1 Page 9 of 42
____________________________________________ GREAT REALTY ADVISORS
9
Appraisal and Valuation Approach
In determining this value estimate, the three most widely used and accepted methods of
evaluation were considered: the Cost, Income Capitalization and the Sales Comparison
Approaches.
The Sales Comparison Approach will be utilized exclusively to determine the value of the
subject (vacant land) “as is”. The Sales Comparison Approach is dependent on a direct
comparative technique of the sale or offering of similar properties. Since no two properties are
ever identical, it is necessary to analyze and determine the degree of comparability between the
subject and the sale properties for differences. The primary unit of comparison utilized in the
valuation of the subject property was the price per square foot gross land area. There were several
comparable sales in the subject area and emphasis has been given to this approach due to the
correlation in estimating the units of comparison, the reliability of the data, the consistency and
amount of information available.
“As is” Land Valuation-Sales Comparison Approach
The market value of the subject land is estimated, via the Sales Comparison Approach. This
approach is based upon the assumption that a prudent buyer would not pay more for a property
than it would cost to acquire a comparable substitute property. Additionally, this approach
involves direct comparison of the property being appraised to other similar type properties that
have sold or are currently offered for sale. Since no two properties are ever identical, adjustments
for differences in quality, location, size, and market appeal are often necessary.
The reliability of this technique is dependent upon the availability of comparable sales data, the
verification of the sales data, the degree of comparability of each sale with the subject properties,
the date of sale in relation to the date of the appraisal, taking into account market changes during
the interim, and consideration of any atypical conditions affecting the price or terms of the sale.
The price a typical purchaser pays is usually the result of an extensive shopping process in which
available alternatives are compared. The property purchased typically represents the best
available balance between the buyer's specifications and the purchase price. Hence, carefully
verified and analyzed data will generally provide good evidence of value if it represents typical
actions and reactions of buyers and sellers active in the market.
The “As is” Land Valuation-Sales Comparison Approach will provide the basis which the annual
value (rent) of the easement can be determined.
Attachment 1 Page 10 of 42
____________________________________________ GREAT REALTY ADVISORS
10
Land Sales Comparable No. 1
Location 10335 Dearlove Rd. Glenview, IL 60025
Date of Sale 10/07/2020
Sale Price $300,000
Seller Bessie A. Christodoulopoulos
Buyer Not available
Terms All cash
Size 33,411 SF
Zoning Commercial-Redevelopment
Topography Level
Utilities To the edge of the site
Frontage 102 ft. on Dearlove Rd.
Structures Small residence
Price per Square Foot $8.98/SF
This comparable is the recent sale of a land site located in Glenview,
IL just east of the rail tracks. This site is slated for redevelopment
although the plans are not yet revealed. This sale was verified by the
listing broker Jim Tsevis, Eprus Group Inc.
Land Sales Comparable No. 2
Location 19 N. Elmhurst Ave. Mt. Prospect, IL
Date of Sale 01/13/2020
Sale Price $599,000
Seller Park Ter Mt Prospect LLC
Buyer Colleen Ogara
Terms All cash
Size 42,000 SF
Zoning Residential
Topography Level
Utilities To the edge of the site
Frontage 200 ft. N. Elmhurst
Structures None
Price per Square Foot $14.26/SF
This comparable is the recent sale of a vacant site being redeveloped
into 12 attached single-family homes. This site is just north of the UP-
Northwest Line Rail Tracks. This sale we verified with Cook County
Document #2004446011.
Attachment 1 Page 11 of 42
____________________________________________ GREAT REALTY ADVISORS
11
Land Sales Comparable No. 3
Location 1798 S. Elmhurst Rd. Mount Prospect, IL
Date of Sale 08/12/2019
Sale Price $900,000
Seller Bradford Allen Realty Services
Buyer Patel, Nitin
Terms All Cash
Size 38,999 SF
Zoning Commercial/Retail
Topography Level
Utilities All to site
Frontage S. Elmhurst Rd. and Algonquin
Structures Gas Station redevelopment
Price per Square Foot $23.08/SF
This comparable is the sale of redevelopment site located along the
northwest corner of S. Elmhurst Rd. and Algonquin Road in Mount
Prospect. This sale was confirmed with Cook County Document#
1922808038
Land Sales Comparable No. 4
Location 9800 N Milwaukee Ave Des Plaines, IL
Date of Sale 06/03/2019
Sale Price $1,250,000
Seller GB Property Management
Buyer Core Realty group LLC
Terms All cash
Size 47,045 SF
Zoning Retail
Topography Level
Utilities All to site
Frontage 388 ft. N. Milwaukee Ave.
Structures Vacant, graded
Price per Square Foot $26.57/SF
This comparable is the slightly older sale of a highly visible site located
on the southside of North Milwaukee Avenue in Des Plaines, Illinois.
The site was the location of an older retail center that is being
redeveloped. This sale was verified with Cook County Document
#1915417091.
Attachment 1 Page 12 of 42
____________________________________________ GREAT REALTY ADVISORS
12
Comparable Sales Map
Attachment 1 Page 13 of 42
____________________________________________ GREAT REALTY ADVISORS
13
Land Sales Summary/Adjustment Grid
Subject Comparable #1 Comparable #2 Comparable #3 Comparable#4
Property 691 Lee Street
Des Plaines, IL
10335 Dearlove
Glenview, IL
19 N. Elmhurst
Mount Prospect, IL
1798 S. Elmhurst
Mount Prospect, IL
9800 N Milwaukee
Des Plaines, IL
Sale Date Date of Value
03/15/2021 10/07/2020 01/13/2020 08/12/2019 06/03/2019
Land Size 1,103 SF 33,411 SF 42,000 SF 38,999 SF 47,045 SF
Zoning Commercial Commercial Residential Commercial Commercial
Shape Irregular Regular Regular Regular Irregular
Orientation Interior Interior Interior Corner Corner
Selling Price Estimated
$300,000 $599,000 $900,000 $1,250,000
Selling Price $/SF $8.98/SF $14.26/SF $23.08/SF $26.57/SF
Property Rights Conveyed = = = =
Financing Terms = = = =
Conditions of Sale = = = =
Market Conditions = = = =
Adjusted Selling Price $/SF $8.98/SF $14.26/SF $23.08/SF $26.57/SF
Zoning = = = =
Location = = = =
Size ++ ++ ++ ++
Shape -- -- -- =
Accessibility = = = =
Structures = = = =
Frontage -- -- -- --
Orientation = = -- --
Site Improvements = = = =
Net % Adjustment (10%) (10%) (20%) (10%)
Total Adj. Selling Price $/SF $8.08/SF $12.83/SF $18.46/SF $23.91/SF
+ Comparable is inferior to the subject warranting an increase to the comparable’s unadjusted price/SF.
- Comparable is superior to the subject warranting a decrease to the comparable’s unadjusted price/SF.
= Comparable is similar to the subject warranting no adjustment to the comparable’s price/SF.
Each +/- represents a 5% adjustment
We have concluded an estimated land value at $15/SF. This valuation takes into consideration
that subject’s location, zoning, and shape.
Estimated $/SF x Subject Site Size = Estimated Market Land
Value
$15/SF x 1,103 SF $16,545
Attachment 1 Page 14 of 42
____________________________________________ GREAT REALTY ADVISORS
14
Respectfully Submitted,
Richard I. Knitter, MAI, CPM Sherman T. Baker
Principal Appraiser
IL State Certified Appraiser # 553-000586 IL State Associate Appraiser # 557-003773
knitter@greatrealty.com sherman@greatrealty.com
Attachment 1 Page 15 of 42
____________________________________________ GREAT REALTY ADVISORS
15
Highest and Best Use
Highest and best use as defined in The Appraisal of Real Estate, Eleventh Edition, page 297 is as
follows:
"...the reasonably probable and legal use of vacant land or an improved
property, which is physically possible, appropriately supported, financially
feasible, and that results in the highest value."
In determining the highest and best use of the subject property, careful consideration was given
to the economic, legal and social factors that motivate investors to develop, own, buy and sell,
manage, and lease real estate.
In estimating the highest and best use of a vacant parcel of land there are essentially four stages
of analysis:
1. Legally Permissible Use - What uses are permitted by zoning and
deed restrictions on the site in question?
2. Physically Possible Use - What uses of the site in question are
physically possible?
3. Financially Feasible Use - Which possible and permissible uses will
produce a net return to the owner of the site?
4. Maximally Productive Use - Among the feasible uses, which will produce the
highest net return or highest present worth of the site in question?
Based on the information researched for this report and in consideration of the four tests noted
above, as vacant for development, the highest and best use as vacant would be for commercial
development, at such a time where credit tenants can be secured, financing can be obtained and
the market has time to recover from the global pandemic.
Attachment 1 Page 16 of 42
____________________________________________ GREAT REALTY ADVISORS
16
Assumptions and Limiting Conditions
This appraisal report has been prepared and is subject to, the following assumptions and limiting
conditions:
• The value reported is only applicable to the purpose, function, date, and terms stated in this
report and shall not be used for any other purpose.
• Disclosure of the contents of this report is governed by the By-Laws and Regulations of the
Appraisal Institute.
• The appraisers have assumed that the readers of this report are well versed in real estate and
are sophisticated and knowledgeable business individuals.
• No responsibility is assumed for the legal description provided or for matters pertaining to
legal or title considerations. Title to the property is assumed to be good and marketable
unless otherwise stated. The property is appraised free and clear of any or all liens or
encumbrances unless otherwise stated. It is assumed that the use of the land and
improvements is confined within the boundaries or property lines of the property described
and that there are neither encroachments nor encumbrances unless noted in the report.
• Responsible ownership and competent property management are assumed.
• The information furnished by others is believed to be reliable, but no warranty is given for
its accuracy. It is assumed that all information known to the client and relative to the
valuation has been accurately furnished and that there are no undisclosed leases,
agreements, liens, or other information affecting the valuation of the property.
• It is assumed that the property is in full compliance with all applicable federal, state, and
local regulations and laws unless the lack of compliance is stated, described and considered
in the appraisal report.
• The appraisers shall not be required to give testimony as a witness or to appear in any
capacity in any legal or administrative hearing or procedure, or to have any continued
service responsibility unless compensated, by the client of this report, in advance, according
to their fee schedule then in effect.
• The appraisers are not engineers, no warranties are made by references to physical property
characteristics in terms of quality, condition, cost, suitability, soil conditions, flood risk,
obsolescence, etc., and no liability is assumed for any engineering related issues.
Attachment 1 Page 17 of 42
____________________________________________ GREAT REALTY ADVISORS
17
Assumptions and Limiting Conditions - Continued
• Possession of this report or a copy thereof does not imply right of publication, nor use for
any purpose by any other than our client, their participants, and their direct clients, without
the written consent of Great Realty Advisors, Inc.
• The liability of Great Realty Advisors, Inc. is limited to our client, their participants and
their direct clients. This appraisal was prepared specifically for the client to whom this
appraisal was addressed. Third parties, who desire use of an appraisal of the subject
property, should contact Great Realty Advisors, Inc., 401 N. Michigan Avenue, Suite 1200,
Chicago, Illinois 60611, (312) 64-GREAT or 3009 35th Street, Suite 300, Oak Brook,
Illinois 60523 (630) 323-9000.
• Unless otherwise stated in this report, the existence of hazardous materials, which may or
may not be present on the property, was not observed by the appraiser. The appraiser has
no knowledge of the existence of such material on or in the property. The appraiser is not
qualified to detect such substances. The presence of substances such as asbestos, urea-
formaldehyde foam insulation and other potentially hazardous materials may affect the
value of the property. The value estimated is predicated on the assumption that there are no
such materials on or in the property that would cause a loss in value. No responsibility is
assumed for such conditions or for any expertise or engineering knowledge required to
discover them. The client is urged to retain an expert in this field, if desired.
• Cash flow projections are forecasts of estimated future operating characteristics and are
predicated on the information and assumptions contained within the appraisal report. The
achievement of the financial projections will be affected by fluctuating economic
conditions and is dependent upon other future occurrences that cannot be assured. Actual
results may well vary from the projections contained herein. The appraisers do not warrant
that these forecasts will occur. Projections may be affected by circumstances beyond the
current realm of knowledge or control of the appraisers. The appraisers are not trying to
forecast the future but rather are attempting to replicate techniques utilized by market
participants for properties similar to the subject.
• The Americans with Disabilities Act ("ADA") became effective January 26, 1992. We have
not made a specific compliance survey and analysis of this property to determine if it is in
conformity with the various detailed requirements of the ADA. It is possible that a detailed
analysis of the requirements for the ADA could reveal that the property is not in
compliance with one or more of the requirements of the Act. If so, this fact could have a
negative effect upon the value of the property. Since we do not have direct evidence
relating to this issue and are not experts in this field, we have not considered possible lack
of compliance with the requirements of the ADA in estimating the value of the property.
Attachment 1 Page 18 of 42
____________________________________________ GREAT REALTY ADVISORS
18
Signed Certification
We, Richard Knitter and Sherman Baker certify that, to the best of my knowledge and belief:
• The statements of fact contained in this report are true and correct.
• The reported analyses, opinions, and conclusions are limited only by the reported
assumptions and limiting conditions and are my personal, impartial, and unbiased
professional analyses, opinions, and conclusions.
• We have no present or prospective interest in the property that is the subject of this report
and no personal interest with respect to the parties involved.
• We have performed no services, as an appraiser or in any other capacity, regarding the
property that is the subject of this report within the three-year period immediately
preceding acceptance of this assignment.
• We have no bias with respect to the property that is the subject of this report or to the
parties involved with assignment.
• Our engagement in this assignment was not contingent upon developing or reporting
predetermined results.
• Our compensation for completing this assignment is not contingent upon the development
or reporting of a predetermined value or direction in value that favors the cause of the
client, the amount of the value opinion, the attainment of a stipulated result, or the
occurrence of a subsequent event directly related to the intended use of this appraisal.
• Our analyses, opinions, and conclusions were developed, and this report has been
prepared, in conformity with the Uniform Standards of Professional Appraisal Practice.
• That all market data pertaining to the final value estimate has been accumulated from
various sources and where possible, personally examined and verified as to details,
motivation and validity.
• That we have prepared and reviewed the analyses, conclusions and opinions concerning
real estate contained in this report and fully concur with the final value estimate herein
expressed.
• I, Richard Knitter, have made a personal inspection of the property that is the subject of
this report. I, Sherman Baker, have made a personal inspection of the property that is the
subject of this report.
• No one provided significant professional assistance to the persons signing this report.
Attachment 1 Page 19 of 42
____________________________________________ GREAT REALTY ADVISORS
19
• The use of this report is subject to the requirements of the Appraisal Institute relating to
review by its duly authorized representatives.
• As of the date of this report, Richard Knitter has completed the requirements of the
continuing education program of the Appraisal Institute.
Respectfully Submitted,
Richard I. Knitter, MAI, CPM Sherman T. Baker
Principal Appraiser
IL State Certified Appraiser # 553-000586 IL State Associate Appraiser # 557-003773
knitter@greatrealty.com sherman@greatrealty.com
Attachment 1 Page 20 of 42
____________________________________________ GREAT REALTY ADVISORS
20
Qualifications of Richard Knitter, MAI, CPM, FRICS, R/W-AC Education: Master of Business Administration University of Southern California Los Angeles, CA Bachelor of Science, Finance-Real Estate University of Illinois Champaign-Urbana, IL Professional Affiliations: MAI - Member of the Appraisal Institute Designation CPM - Certified Property Manager of the Institute of Real Estate Management FRICS- Fellow of the Royal Institute of Chartered Surveyors R/W-AC International Right of Way Association Chicago Real Estate Council – Past President Appraisal Institute - Admissions Committee, Young Advisory Council Appointment, Demonstration Report Grader, National Research Committee, Ethics and Counseling, and local Chapter Board of Directors International Council of Shopping Centers Licensed Real Estate Managing Broker Urban Land Institute – Chicago Executive District Board American Real Estate Society – past Fellow, author, speaker University of IL Real Estate Alumni Forum - Past President NICAR – Past board member Appraisal Standards Board Member of the Appraisal Foundation Experience: Expert witness and valuation consulting experience on a variety of assignments for retail, office, industrial, mixed-use, and special-use projects. State Certified Real Estate Appraiser in: Illinois, Indiana, Iowa, Kentucky, Michigan, Minnesota, Missouri, Ohio, and Wisconsin Articles Published "What Clients Want From Appraisal Reports" And Presentations Made Five Nation-wide Annual Surveys of Appraisal Clients Presented research at multiple American Real Estate Society Meetings; Teach online university courses since 2000 Presented seminars at the National IREM and National Appraisal Institute Conferences Selected to make presentations at the annual Chicago Market Update Meetings Selected to make presentation at national CMBS meeting in Atlanta and Chicago Appraisal issue presentations to banks Have provided expert witness testimony in an array of cases involving real estate valuation issues concerning environmental contamination, financial, market, tenancy, and other real estate valuation issues.
Attachment 1 Page 21 of 42
____________________________________________ GREAT REALTY ADVISORS
21
Qualifications of Sherman T. Baker
Education: Bachelor of Business Administration, Finance
Eastern Michigan University
Ypsilanti, MI
Appraisal Education: Courses completed include:
IL I Uniform Standards of Professional Appraisal Practice
IL II Principals and Fundamental Concepts of Real Estate
Appraisal
IL III Application and Methods of Real Estate Appraisal
IL 300 GR Real Estate Finance Statistics and Valuation Modeling
IL 405G General Appraiser Report Writing & Case Studies
IL 403G Income Capitalization Approach Part I
IL 404G Income Capitalization Approach Part II
IL N400G General Market Analysis and Highest & Best Use
IL 401G General Appraiser Sales Comparison Approach
IL 402G General Appraiser Site Valuation & Cost Approach
IL 550 Advanced Applications
United States Department of Housing and Urban
Development MAP Valuation Technical Training
Appraisal Experience: IL State Certified Appraiser #553-002238
Additional Experience: Controller/Accounting Manager/Secretary Treasurer for various
private retail entities for over 10 years.
Attachment 1 Page 22 of 42
1
CITY OF DES PLAINES
RESOLUTION R - 86 - 22
A RESOLUTION APPROVING AN AGREEMENT FOR
INSTALLATION OF UNDERGROUND CONDUIT AND
POWER FOR A SMALL WIRELESS FACILITY ON CITY
PROPERTY.
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 owns a parcel of land south and east of 691 Lee Street, Des Plaines,
Illinois ("City Property"); and
WHEREAS, an easement on the City Property was appraised at $16,545; and
WHEREAS, Chicago SMSA Limited Partnership d/b/a Verizon Wireless ("Verizon"),
desires to install and maintain underground electrical power and associated conduit
("Equipment") within City Property for a small wireless facility ("SWF"); and
WHEREAS, the City Staff has prepared an agreement titled “Agreement for Installation
of Underground Conduit and Power Service for SWF” ("Underground Conduit Agreement")
that would allow Verizon to install and maintain the Equipment within the City Property; and
WHEREAS, pursuant to the Underground Conduit Agreement, the City will grant the
easement to Verizon to allow the installation and maintenance of the Equipment, and Verizon will
pay $16,545 to the City; and
WHEREAS, the City Council has determined that it is in the best interest of the City to
enter into the Underground Conduit Agreement with Verizon;
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 UNDERGROUND CONDUIT AGREEMENT. The
City Council hereby approves the Underground Conduit Agreement with Verizon in substantially
the form attached to this Resolution as Exhibit A and in a final form approved by the General
Counsel.
SECTION 3: AUTHORIZATION TO EXECUTE UNDERGROUND CONDUIT
AGREEMENT WITH VERIZON. The City Council hereby authorizes and directs the City
Page 23 of 42
2
Manager to execute, and the City Clerk to seal, on behalf of the City, the final Underground
Conduit Agreement with Verizon.
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 ____________, 2022.
APPROVED this _____ day of _____________, 2022.
VOTE: AYES _____ NAYS _____ ABSENT _____
MAYOR
ATTEST: Approved as to form:
CITY CLERK Peter M. Friedman, General Counsel
DP-Resolution Approving a License Agreement with Verizon for Small Wireless Facilities
Page 24 of 42
{00122874.2}
CITY OF DES PLAINES
AGREEMENT FOR INSTALLATION
OF UNDERGROUND CONDUIT AND POWER SERVICE FOR SWF
This Agreement, dated _____________________, 2022, is made by and between the City
Of Des Plaines, an Illinois home rule municipality (the “City”), and Chicago SMSA Limited
Partnership D/B/A Verizon Wireless, with its principal office located at One Verizon Way, Mail
Stop 4AW100, Basking Ridge, New Jersey 07920 (“Verizon ”).
In consideration of the terms set forth in this Agreement and pursuant to the City’s home
rule powers, the City and Verizon agree as follows:
1. Background
A.The City is the owner of real estate south and east of 691 Lee Street, Des Plaines,
Illinois, which real estate is legally described in Exhibit A to this Agreement (the “Subject
Property”).
B. The Des Plaines Public Library and Public Library parking deck structure (the
“Library Garage”) are located adjacent to the Subject Property.
C. Verizon seeks to install electrical power service line and associated conduit
(“Electrical Line”). The Electrical Line will be underground along the north entrance to the Library
Garage within the Subject Property. The purpose of the Electrical Line is to serve a small wireless
facility (the “SWF”). The SWF is located within the Subject Property in City right-of-way south and
east of 691 Lee Street.
D. The City has agreed to issue Verizon a permit for the installation of the Electrical
Line subject to the terms of this Agreement.
2.Issuance of License
The City approves a permit for Verizon for the Facility, which includes installing,
maintaining, repairing, and removing Electrical Line within the Subject Property in accordance
with the requirements, standards, and other terms of this Agreement (the “Permit”). The Permit
applies only to the Electrical Line and only in approved locations. The Permit does not authorize
any installation, construction, or activity within the Subject Property except as provided in this
Agreement.
3.Plans, Other Documents
Prior to any preparation work within the Subject Property or any work related to the
Electrical Line, Verizon must provide to the City plans, specifications, a map, and any other
document requested by the City (“Key Documents”). Notwithstanding the foregoing, the City
agrees that Verizon may install the Electrical Line and ancillary support items in the manner
and approximate locations as detailed in the site plans attached as Exhibit B.
Exhibit A Page 25 of 42
{00122874.2} 2
4. Compensation for City Costs
Verizon will compensate the City for its time and other incurred costs related to the Permit,
the Electrical Line, and other elements of this Agreement, in the amount of $16,545.00, prior to
commencement of any work on the Electrical Line.
5. Hold Harmless; Indemnification
Verizon agrees to, and must, hold the City harmless from each and every claim, cause of
action, suit, damages, or demand that arises from an installation or any other work or activity
performed by Verizon within the Subject Property. Verizon must indemnify and defend the City
against all claims, demands, causes of action, suits, losses, and damages (collectively “Claims”)
that arise out of any act or omission of Verizon or any of its agents, servants, employees, or
contractors related in any way to the Subject Property, unless caused by the gross negligence or
willful misconduct of the City. In addition, Verizon must indemnify and defend the City against
any Claims of any third party related to the use of Verizon’s facilities or ancillary facilities or
equipment.
6. Facility Construction Standards
A. The Electrical Line must be installed in accordance with all applicable City codes,
ordinances, and specifications, the Key Documents, and all applicable laws and regulations. All
of the work must be done at Verizon’s cost and expense, in a good and workmanlike manner.
B. Verizon must not block, or in any other way restrict, access to or from the Subject
Property and the Library Garage and must not cause interference or interruption of any City
operations on the Subject Property. Verizon must not store any material, machines, or other items
on the Subject Property.
7. Restoration
Immediately after the Electrical Line is installed, Verizon, at its own cost and expense,
must remove all debris from the Subject Property and must restore, or cause to be restored, the
Subject Property to a condition at least as good as before work on the installation was started, to
the satisfaction of the City. In the event Verizon fails to cause the Subject Property to be restored,
the City will have the right to fully restore the Subject Property. In such an event, Verizon must
reimburse the City for all costs and expenses incurred by the City for work performed by the City.
The reimbursement must be paid within 30 days of receiving an invoice from the City for the costs
and expenses.
8. Alterations; Additional Facilities
A. If Verizon must relocate or reinstall the Electrical Line, then Verizon must provide
to the City, prior to undertaking any relation work on the Electrical Line, the Key Documents
applicable to the relocation. The City will promptly review the Key Documents and provide to
Verizon the City’s determination as to the relocation or reinstallation. Verizon must pay all costs
and expenses of the relocation or reinstallation incurred by Verizon and by the City.
B. The Permit is solely for the installation of the Electrical Line. If Verizon seeks to
install other fiber optic cable to service another small wireless facility, then Verizon must provide
the City all Key Documents for that other installation as set forth in Section 3 of this Agreement
Exhibit A Page 26 of 42
{00122874.2} 3
and Verizon must comply with all other applicable standards in this Agreement, including without
limitation securing a permit from the City for the additional installation.
C. At any time the City determines that an improvement, maintenance, construction,
or any other activity is required on the Subject Property (a “City Project“) is required, and the City
Project requires relocation or other change to the Electrical Line, the City will make a reasonable
attempt to provide an alternative location within the Subject Property and Verizon will bear the
sole cost and expense to alter or relocate the Electrical Line as required by the City. Prior to work
on a Project, the City must provide notice to Verizon not less than 120 days prior to the
commencement of the work.
9. Verizon Responsibilities
In addition to all other provisions of this Agreement, the Electrical Line must be installed
in a manner that does not interfere with efficient use of the Subject Property, or the use of the
Library Garage, or any other business operations or activities being conducted by the City, the
City’s tenants or permittees on the Subject Property and so as not to prevent or unreasonably
interfere with use and enjoyment of the Subject Property by the City, its employees, agents or
permittees for the purpose(s) to which the Subject Property is now, or may hereafter be committed
by the City. Nothing may be done or caused to be done by Verizon that will impair the usefulness
or safety of the Subject Property.
10. Insurance
Not later than 10 days after the Verizon signs this Agreement, Verizon must provide to the
City evidence reasonably satisfactory to the City of general liability insurance coverage with limits
of $5,000,000 per occurrence for bodily injury and property damage and $5,000,000 general
aggregate. Verizon must include the City as an additional insured as its interest may appear
under this Agreement. Verizon shall provide the City a certificate of insurance and a copy of the
blanket of additional insured endorsement as evidence of the status as an additional insured. No
Permit will be issued to Verizon until the certificate and endorsement are provided to the City.
11 Term; Termination
A. This Agreement is for a term of 15 years (the “Term”). If Verizon is not in default of
any substantive provision of this Agreement then the Term and the Permit will be extended for an
additional 15 years. A 15-extension will automatically continue to occur at the end of each 15-
year period so long as Verizon is not default of any substantive provision of this Agreement, as
reasonably determined by the City.
B. The City may terminate this Agreement on 30-days notice to Verizon in the event
of a default of, or noncompliance with, a substantive provision of this Agreement as stated in the
notice. In the event that the noncompliance cannot reasonably be cured within the 30-day period,
the City will postpone the termination so long as Verizon actively, diligently, continuously, and
fully cures the default or noncompliance. Verizon may terminate this Agreement at any time upon
30-days notice to City.
12. Transfer of Agreement, Permit
Verizon may transfer this Agreement and the Permit to (i) any entity in which Verizon
directly or indirectly holds an equity or similar interest or any entity directly or indirectly under
common control with Verizon. (ii) any entity which directly or indirectly holds an equity or similar
Exhibit A Page 27 of 42
{00122874.2} 4
interest in Verizon. or (iii) any entity directly or indirectly under common control with the Verizon.
Verizon may assign this Agreement to any entity which acquires all or substantially all of Verizon's
assets in the market defined by the FCC in which the Subject Property is located by reason of a
merger, acquisition or other business reorganization without approval or consent of the City.
Verizon must give the City notice of any transfer not less than 60 days prior to the transfer.
13. Notice
All notices and other communications must be in writing. A communication will be deemed
to have been delivered if (a) sent by certified or registered mail, return receipt requested, with
proper postage prepaid or (b) hand delivered to the addresses or addresses shown below or (c)
by commercial courier, provided the courier's regular business is delivery service and provided
further that it guarantees delivery to the addressee by the end of the next business day following
the courier's receipt from the sender, addressed as follows (or any other address that the party to
be notified may have designated to the sender by like notice). A communication will be considered
delivered to recipient on the second business day after deposit in the U.S. Mail or on the day of
delivery if hand delivered.
Notices to the City: With a copy to:
City of Des Plaines Elrod Friedman LLP
1420 Miner Street 325 N. LaSalle Street, Suite 450
Des Plaines, IL 60018 Chicago, IL 60654
Attn: Michael Bartholomew, City Manager Attn: Peter Friedman
Notices to Verizon:
Chicago SMSA Limited Partnership d/b/a Verizon Wireless
180 Washington Valley Road
Bedminster, New Jersey 07921
Attention: Network Real Estate
14. Amendment
This Agreement may be amended only by the written agreement of the City and the
Grantee.
15. Exhibits
Exhibit A and B to this Agreement are attached to and incorporated into this Agreement.
16. Entire Agreement
This Agreement and its attachment constitutes the entire agreement between Verizon and
the City.
17. Interpretation
This Agreement must be construed without regard to who drafted the various provisions
of this Agreement. In addition, each provision of this Agreement must be construed as though
the City and Verizon participated equally in the drafting of this Agreement. Any rule or
Exhibit A Page 28 of 42
{00122874.2} 5
construction that a document is to be construed against the drafting party thus is not applicable
to this Agreement.
18. No Third-Party Beneficiaries
This Agreement has been written carefully and specifically so that there is, and there
cannot be construed to be, any valid claim as a third-party beneficiary under this Agreement by
any person.
19. Governing Law
This Agreement is governed only by the internal laws, but not the conflicts of laws rules,
of the State of Illinois.
IN WITNESS WHEREOF, the City and Verizon have caused this instrument to be executed on
the date written on the first paragraph of this Agreement.
City Of Des Plaines Attest:
_________________________________ By: ________________________________
Michael Bartholomew, City Manager
_________________________________
Chicago SMSA Limited Partnership D/B/A Verizon Wireless
By: Cellco Partnership, its general partner
By: _________________________________
_________________________________
Attest:
By: _________________________________
_________________________________
Exhibit A Page 29 of 42
{00122874.2} 6
ACKNOWLEDGEMENTS
STATE OF ILLINOIS )
) SS
COUNTY OF COOK )
This instrument was acknowledged before me on _________________, 2022 by Michael
______________________________, the City Manager of the City Of Des Plaines an Illinois
municipality, and by _____________________, the City Clerk of City Of Des Plaines.
_______________________________
Signature of Notary SEAL
My Commission expires: ____________________
______________________________________________________________________
STATE OF ILLINOIS )
) SS
COUNTY OF COOK )
This instrument was acknowledged before me on __________________, 2022 by
________________________________, ____________________ of Cellco Partnership,
general partner of Chicago SMSA Limited Partnership d/b/a Verizon Wireless, and
____________________, Secretary of said corporation, which individuals are known to me to be
the identical persons who signed the foregoing instrument as such officers of the corporation for
and in behalf of said corporation, and that they executed the same as their free and voluntary act
and deed and as the free and voluntary act of the corporation, for the uses and purposes herein
mentioned.
_______________________________ SEAL
Signature of Notary
My Commission expires: ____________________
Exhibit A Page 30 of 42
{00122874.2} 7
EXHIBIT A
Legal Description of the Subject Property (Proposed Utility Easement)
THAT PART OF LOT 6 IN LIBRARY PLAZA SUBDIVISION OF THAT PART OF SECTION 17,
TOWNSHIP 41 NORTH, RANGE 12 EAST OF THE PRINCIPAL MERIDIAN, BEING SITUATED
IN THE CITY OF DES PLAINES, ACCORDING TO THE PLAT THEREOF RECORDED AUGUST
17, 1999, AS DOCUMENT NUMBER 99784926, DESCRIBED AS FOLLOWS: COMMENCING
AT THE MOST NORTHERLY CORNER OF SAID LOT 6; THENCE SOUTH 59°15′50″ EAST,
ALONG THE NORTHWEST LINE OF SAID LOT 6, 12.59 FEET TO A POINT OF BEGINNING;
THENCE CONTINUING SOUTH 59°15′50″ EAST ALONG SAID NORTHWEST LINE, 8.00
FEET; THENCE SOUTH 29°48′07″ WEST 88.14 FEET; THENCE SOUTH 64°34′53″ WEST
49.46 FEET, MORE OR LESS, TO A POINT ON THE SOUTHWEST LINE OF SAID LOT THAT
IS 46.83 FEET NORTHWEST OF THE MOST SOUTHERLY CORNER OF SAID LOT AS
MEASURED ALONG SAID SOUTHWEST LINE; THENCE NORTH 59°15′50″ WEST, ALONG
SAID SOUTHWEST LINE; 9.63 FEET; THENCE NORTH 64°34′53″ EAST 52.31 FEET; THENCE
NORTH 29°48′07″ EAST 85.76 FEET TO THE POINT OF BEGINNING, ALL IN COOK COUNTY,
ILLINOIS, CONTAINING 1,103 SQUARE FEET, MORE OR LESS, THEREIN.
City Owned Property South and East of 691 Lee Street, Des Plaines, Illinois.
Exhibit A Page 31 of 42
PROJECT #: 20151232386
LOCATION #: 299583
DP METRA SC
691 LEE STREET
DES PLAINES, IL 60016
SHEET NUMBER:
SHEET TITLE:
DRAWN BY: AM
GMSAPPROVED BY:CHECKED BY:RH
CHECKED BY: GMS
ONCORDIA WIRELESS, INC.C
CONCORDIA, LTD
A PROFESSIONAL DESIGN FIRM
LICENSE # 3323-011- D.B.A.
361 RANDY ROAD
UNIT 101
CAROL STREAM,IL 60188
MAIN: (847) 981-0801
CHICAGO
SMSA
limited partnership
d/b/a VERIZON WIRELESS
(C) Concordia 2001-2020, Copyright Notice: These Documents/Drawings Are Produced by and Are Therefore The Intellectual Property of Concordia Group Of Companies. Do Not Copy, Reproduce, Reverse-Engineer or Replicate Any Parts of These Documents In any Manner Without Obtaining Written Consent From The Concordia Group.
TITLE SHEET
T-1
1
No.
03/09/20
Revision/Issue Date Initial
AMPRELIMINARY CD's
SITE ACQ.
FIELD OPS
RF
NET OPS
CONST.
LANDLORD
REDLINED
APPROVALS
2 04/09/20 SK/AASRFDS REVISION
3 12/07/20 RE/AASFINAL
I CERTIFY THAT THESE DRAWINGS WERE PREPARED
BY ME OR UNDER MY DIRECT SUPERVISION AND
CONTROL AND TO THE BEST OF MY KNOWLEDGE
AND BELIEF COMPLY WITH THE REQUIREMENTS OF
THE GOVERNING LOCAL BUILDING CODE.
PROJECT INFORMATIONPROFESSIONAL LICENSURE
691 LEE ST
DES PLAINES, IL 60016
299583
SHEET INDEX
DRIVING DIRECTIONS FROM 1515 WOODFIELD RD, SCHAUMBURG
SCOPE OF WORK
DP METRA SC
SITE
LOCATION
AERIAL MAP
DRIVING DIRECTIONS
SHEET DESCRIPTIONNO.
MAPS & EXHIBIT PHOTOS
GENERAL NOTES AND SPECIFICATIONS
A-0
SP-2
EQUIPMENT SPECIFICATIONSA-4A
SCHEMATIC DIAGRAM
A-2 PROPOSED POLE WITH EQUIPMENT ELEVATION
A-3
A-4B EQUIPMENT SPECIFICATIONS
A-4C
TITLE SHEETT-1
EQUIPMENT SPECIFICATIONS
GENERAL NOTESSP-1
ELECTRICAL DIAGRAM & DETAILSE-1
GROUNDING DETAILSG-1
SITE PLAN
LICENSED STRUCTURAL ENGINEER - STATE OF ILLINOIS - LICENSE # 081-3377
EXPIRES:SIGNED:
VERIZON WIRELESS
PHYLLIS SWAIN
1515 WOODFIELD ROAD
SUITE 1000
SCHAUMBURG, IL 60173
PHONE: (847) 619-5060
20151232386
PROJECT MANAGER
CONTACT:
ENGINEERING
& SURVEYING
CONTACT:
CONTACT:
Site Name Site AddressLocation NumberProject Number
N 42° 02' 28.06" (NAD 83)
N 42.041128 (NAD 83)
W 87° 53' 16.40" (NAD 83)
W 87.887889 (NAD 83)
641.41' AMSL (NAVD 88)
LIGHT POLE
CITY OF DES PLAINES
COOK
CITY OF DES PLAINES
COMED (ACC#: 06871-66258)
MCI METRO ATS
LP-1
CONTRACTOR SHALL VERIFY ALL
PLANS AND EXISTING DIMENSIONS
AND CONDITIONS AT THE PROJECT
SITE AND SHALL IMMEDIATELY
NOTIFY THE ENGINEER IN WRITING
OF ANY DISCREPANCIES BEFORE
PROCEEDING WITH THE WORK OR BE
RESPONSIBLE FOR SAME.
GC SHALL CONTACT THE A&E FIRM
PRIOR TO BIDWALK AND
CONSTRUCTION START TO CONFIRM
THAT DRAWINGS ARE THE MOST
RECENT SET.
Know what's below.
before you dig.Call
R
CALL J.U.L.I.E. FOR
UNDERGROUND UTILITIES
PRIOR TO DIGGING
811 OR 1-800-242-8511
FIBER DROP CABLE DETAILS A-3A
RFDS SHEETSA-3C
RFDS SHEETSA-3D
A-1 TRAFFIC CONTROL PLAN
LATITUDE:
LONGITUDE:
GROUND ELEV:
(PER 1A LETTER DATED 04-21-20)
SITE TYPE:
JURISDICTION:
COUNTY:
R.O.W.:
UTILITIES:
POWER:
FIBER:
A-4D EQUIPMENT SPECIFICATIONS
A-4E EQUIPMENT SPECIFICATIONS
CHICAGO SMSA
LIMITED PARTNERSHIP
d.b.a. VERIZON WIRELESS
1515 WOODFIELD ROAD
SUITE 1000
SCHAUMBURG, IL 60173
APPLICANT:
CONCORDIA WIRELESS, INC.
361 RANDY ROAD
UNIT 101
CAROL STREAM, IL 60188
SITE ACQUISITION:
CONTACT:MARISA GREEN
PHONE: (847) 981-0801
POLE OWNER:CITY OF DES PLAINES
PATRYK STELMASZAK
PHONE: (847) 981-0801
CONCORDIA WIRELESS, INC.
GM SADAT, PE
PHONE: (847) 981-0801
FAX: (847) 981-0803
PLAT OF SURVEYP-1
CHICAGO SMSA
limited partnership
d/b/a VERIZON WIRELESS
1. HEAD NORTH 0.2 MI
2. CONTINUE ONTO PLAZA DR 0.5 MI
3. TURN RIGHT ONTO IL-58 E/E GOLF RDPASS BY BOSTON MARKET (ON THE RIGHT IN
5.3 MI) 14 MIN (6.8 MI)
4. TURN RIGHT ONTO S WOLF RD 0.8 MI
5. TURN LEFT ONTO E PRAIRIE AVE 1.1 MI
6. TURN LEFT ONTO LEE ST 28 S (433 FT)
7. TURN RIGHT ONTO ELLINWOOD ST 26 FT
DESTINATION WILL BE ON THE LEFT
TOTAL TRAVEL ESTIMATE: 9.4 MI, 22 MINS
11/30/22 12/14/20
RFDS SHEETSA-3E
A-5 EQUIPMENT MOUNTING DETAILS
(1) 3'x3' CONCRETE PAD W/ FUTURE EQUIPMENT CABINET
(1) FUTURE LESSEE CANISTER ANTENNA
(3) NEW LESSEE ERICSSON RADIOS
W/INTEGRATED ANTENNAS
(2) FUTURE DUAL RADIO SUPPORT UNITS
(W/LAA/CBRS ANTENNAS)
MOUNTED ON NEW 35'-6" HIGH REPLACEMENT LIGHT POLE
POWER: UNDERGROUND
FIBER: UNDERGROUND
A-4F EQUIPMENT SPECIFICATIONS
UTILITY DETAILSE-1A
1. INTERNATIONAL BUILDING CODE 2015
2. NATIONAL ELECTRIC CODE (IEEE)
3. AMERICAN CONCRETE INSTITUTE (ACI) 318,
BUILDING CODE REQUIREMENTS FOR
STRUCTURAL CONCRETE
4. AMERICAN INSTITUTE OF STEEL
CONSTRUCTION (AISC), MANUAL OF STEEL
CONSTRUCTION
5. TELECOMMUNICATIONS INDUSTRY
ASSOCIATION (TIA) 222-G, STRUCTURAL
STANDARDS FOR STEEL TOWER AND ANTENNA
SUPPORTING STRUCTURES
6. TIA 607, COMMERCIAL BUILDING GROUNDING
AND BONDING REQUIREMENTS FOR
TELECOMMUNICATIONS
7. ANSI C2 2007 (NESC 2007)
NEW POLE DRAWINGS (BY OTHERS)
P-2
P-3
PLAT OF SURVEY
PLAT OF SURVEY
FIBER CONNECTION DETAILSA-3B
NOTE:
1. GC TO PAINT ALL NEW EQUIPMENT & CABLING UNIFORMLY TO MATCH POLE COLOR &
SURROUNDING ENVIRONS (PAINT: BLACK, COLOR (SW 6691) OR APPROVED
EQUIVALENT)
2. GC TO USE RF ALLOWABLE PAINT (NO METALLIC/LEAD-BASED PAINT ALLOWED) TO
PAINT LAA/CBRS UNITS
3. GC TO APPLY 3M FILM TO ANTENNAS: HYDROPHOBIC MMW, ANTENNA WRAP, IN
CUSTOM COLOR TO MATCH KRYLON FUSION (COLOR SW 6691 "BLACK")
A-4G EQUIPMENT SPECIFICATIONS
P-4 PLAT OF SURVEY
E-1B POWER SOURCE (MMP)
IMPORTANT NOTES:
1. LESSEE GC TO CONTACT CITY OF DES PLAINES AT LEAST 48
HOURS PRIOR TO THE START OF CONSTRUCTION
(CONTACT: ERIK SANCHEZ AT 847-391-5616).
2. LESSEE GC TO COORDINATE RETURN OF EXISTING CITY LIGHT
POLE WITH CITY OF DES PLAINES
(CONTACT: ERIK SANCHEZ AT 847-391-5616).
4 12/14/20 PSPERMIT SUBMITTAL
EXHIBIT B - Site Plan of Proposed Verizon Electrical Line Installation
Exhibit A Page 32 of 42
PROJECT #: 20151232386
LOCATION #: 299583
DP METRA SC
691 LEE STREET
DES PLAINES, IL 60016
SHEET NUMBER:
SHEET TITLE:
DRAWN BY:AM
GMSAPPROVED BY:CHECKED BY:RH
CHECKED BY:GMS
ONCORDIA WIRELESS, INC.C
CONCORDIA, LTD
A PROFESSIONAL DESIGN FIRM
LICENSE # 3323-011- D.B.A.
361 RANDY ROAD
UNIT 101
CAROL STREAM,IL 60188
MAIN: (847) 981-0801
CHICAGO
SMSA
limited partnership
d/b/a VERIZON WIRELESS
(C) Concordia 2001-2020, Copyright Notice: These Documents/Drawings Are Produced by and Are Therefore The Intellectual Property of Concordia Group Of Companies. Do Not Copy, Reproduce, Reverse-Engineer or Replicate Any Parts of These Documents In any Manner Without Obtaining Written Consent From The Concordia Group.
SP-1
GENERAL NOTES
COAXIAL CABLE
CHAIN LINK FENCING
OVERHEAD ELECTRIC/TELEPHONE
CONDUCTORS
BELOW GRADE ELECTRICAL CONDUIT
BELOW GRADE TELEPHONE CONDUIT
GROUND CONDUCTOR
PROPERTY/LEASE LINE
GROUT OR PLASTER
WORK POINT
MATCH LINE
CENTERLINE
WOOD BLOCKING
WOOD CONT.
(E) MASONRY
X-X
X-X
X
X
X
1
T
DETAIL REFERENCE
ELEVATION REFERENCE
OE/OT
X
A
GRID REFERENCE
SET POINT
REVISION
FND. MONUMENT
SPOT ELEVATION
TELEPHONE BOX
LIGHT POLE
UE
UT
STEEL
E
GROUND BUS BAR
GROUND ACCESS WELL
ELECTRIC BOX
CAD WELD
MECHANICAL GRND. CONN.
GROUND ROD
EXISTING ANTENNA
NEW ANTENNA
CONCRETE
PLYWOOD
SAND
GRAVEL
EARTH
(E) BRICK
T.O.P.
U.N.O.
T.O.W.
T.O.S.
T.O.F.
T.O.A.
STRUC.
TEMP.
T.O.C.
REQ'D.
SPEC.
P.S.F.
REINF.
RAD.(R)
NO.(#)
N.T.S.
OPNG.
MECH.
LB.(#)
MDCMC
CLR. CLEAR PCS
F.G. FINISH GRADE
GROWTH (CABINET)
GLOBAL POSITIONING SYSTEM
GALVANIZE(D)
GROUND FAULT CIRCUIT INTERRUPTER
FOUNDATION
FINISH SURFACE
FACE OF CONCRETE
FACE OF STUD
FACE OF WALL
FACE OF MASONRY
FOOT(FEET)
GND.
HGR.
HT.
G.F.I.
GPS
GI.
HEIGHT
GROUND
HANGER
F.O.S.
FT.(')
FTG.
GA.
G.
F.O.W.
F.S.
FDN.
F.O.M.
F.O.C.
FLR.
FIN.
GAUGE
FOOTING
FLOOR
FINISH(ED)
WAP.
LC
LP
WT.
WCS
U.G.
V.I.F.
W
W/
U.L.
TYP.
FINISH FLOOR
FABRICATION(OR)
ELECTRICAL METALLIC TUBING
DEPARTMENT
ELECTRICAL
DRAWING(S)
CONSTRUCTION
CONTINUOUS
CONNECTION(OR)
EQ.
EXT.
FAB.
F.F.
EXIST.(E)
EXP.
ELEV.
EMT.
ENG.
ELEC.
EA.
EL.
EQUAL
EXPANSION
EXTERIOR
EXISTING
ENGINEER
EACH
ELEVATOR
ELEVATION
DWL.
DWG.
DIM.
DIAG.
DEPT.
DIA.
CONN.
CONST.
CONT.
DBL.
CONC.
COL.
DOWEL(S)
DIAMETER
DIMENSION
DIAGONAL
DOUBLE
CONCRETE
COLUMN
RGS.
THK.
STL.
STD.
S.S.
SQ.
SCH.
SHT.
SIM.
PWR.
REF.
QTY.
P.T.
P.S.I.
PRC
PLY.
BARE TINNED COPPER WIRE
BACK-UP CABINET
CANTILEVER(ED)
CAST IN PLACE
BOTTOM OF FOOTING
AMERICAN WIRE GAUGE
ABOVE FINISHED FLOOR
APPROXIMATE(LY)
ARCHITECT(URAL)
ABOVE FINISHED GRADE
AWG.
B.O.F.
CANT.
C.I.P.
CLG.
B/U
CAB.
BLKG.
BTCW.
BM.
BLDG.
BLK.
CEILING
CABINET
BLOCK
BEAM
BLOCKING
BUILDING
ARCH.
APPRX.
ANT.
ALUM.
A.F.G.
ALT.
ADD'L
A.F.F.
ABV.
ANTENNA
ALUMINUM
ALTERNATE
ADDITIONAL
ABOVE
O.C.
MTL.
(N)
MFR.
MISC.
MIN.
MAX.
MAS.
L.F.
L.
ICGB.
INT.
IN.(")
PERSONAL COMMUNICATION SERVICES
TOP OF CURB
WIRELESS COMMUNICATION SERVICE
WIRED ACCESSED POINT
CENTERLINE
PLATE
WEIGHT
.
UNLESS NOTED OTHERWISE
UNDERWRITERS LABORATORY
WIDE(WIDTH)
TOP OF PLATE (PARAPET)
VERIFY IN FIELD
TOP OF WALL
TOP OF STEEL
UNDER GROUND
TOP OF FOUNDATION
WITH
TYPICAL
RIGID GALVANIZED STEEL
TOP OF ANTENNA
THICK(NESS)
TEMPORARY
STRUCTURAL
STAINLESS STEEL
SPECIFICATION(S)
STANDARD
SCHEDULE
STEEL
SQUARE
SIMILAR
SHEET
POUNDS PER SQUARE FOOT
POUNDS PER SQUARE INCH
REQUIRED
POWER (CABINET)
REINFORCEMENT(ING)
PRESSURE TREATED
REFERENCE
PRIMARY RADIO CABINET
QUANTITY
RADIUS
PLYWOOD
ISOLATED COPPER GROUND BUS
CONSTRUCTION MANAGEMENT
NOT TO SCALE
ON CENTER
& CONTRACTING
MISCELLANEOUS
MANUFACTURER
MECHANICAL
OPENING
NUMBER
METAL
NEW
MINIMUM
POUND(S)
METRICOM DESIGNATED
LONG(ITUDINAL)
LINEAR FEET (FOOT)
MASONRY
MAXIMUM
INCH(ES)
INTERIOR
PROCTOR DENSITY.
TO 1 VERTICAL SHALL BE PROPERLY BENCHED INTO THE EXISTING SLOPE AS DIRECTED
14. ANY FILLS PLACED ON EXISTING SLOPES THAT ARE STEEPER THAN 10 HORIZONTAL
EXCEED THAT WHICH CAN BE PROPERLY COMPACTED THROUGHOUT ITS ENTIRE DEPTH
13. ALL FILL SHALL BE PLACED IN UNIFORM LIFTS. THE LIFTS THICKNESS SHOULD NOT
12. NEW GRADES NOT IN BUILDING AND DRIVEWAY IMPROVEMENT AREA TO BE ACHIEVED
ETC., SHALL BE PROPERLY LAID BACK OR BRACED IN ACCORDANCE WITH CORRECT
BY A GEOTECHNICAL ENGINEER.
WITH THE EQUIPMENT AVAILABLE.
BY FILLING WITH APPROVED CLEAN FILL AND COMPACTED TO 95% OF STANDARD
MAXIMUM STANDARD PROCTOR DRY DENSITY.
11. STRUCTURAL FILLS SUPPORTING PAVEMENTS SHALL BE COMPACTED TO 100% OF
OCCUPATIONAL SAFETY AND HEALTH ADMINISTRATION (OSHA) REQUIREMENTS.
10. ALL EXCAVATIONS FOR THE INSTALLATION OF FOUNDATIONS, UTILITIES,
SLOPE AND IS TO FEATHER INTO EXISTING GRADES AT THE GRADING LIMITS.
9. GRADING OF THE SITE WORK AREA IS TO BE SMOOTH AND CONTINUOUS IN
STIPULATED BY THE CODE ENFORCEMENT OFFICIAL HAVING JURISDICTION.
AT LEAST TWO WORKING DAYS PRIOR TO THE COMMENCEMENT OF WORK OR AS
8. THE BUILDING DEPARTMENT ISSUING THE BUILDING PERMIT SHALL BE NOTIFIED
FULL DAYS PRIOR TO COMMENCEMENT OF CONSTRUCTION.
3. DO NOT SCALE BUILDING DIMENSIONS FROM DRAWINGS.
AND ISSUED TO ARCHITECT/ENGINEER AT COMPLETION OF PROJECT.
BE ACCURATELY NOTED AND PLACED ON AS-CONSTRUCTED DRAWINGS
LOCATION AND TYPE OF ANY UNDERGROUND UTILITIES OR IMPROVEMENTS SHALL
RETURNED TO ITS ORIGINAL CONDITION PRIOR TO COMPLETION OF WORK. SIZE,
4. ANY DRAIN AND/OR FIELD TILE ENCOUNTERED DURING CONSTRUCTION SHALL BE
2. DO NOT EXCAVATE OR DISTURB BEYOND THE PROPERTY LINES OR LEASE LINES,
1. REPRESENTATIVES OF THE OWNER MUST BE NOTIFIED AT LEAST TWO
UNLESS OTHERWISE NOTED.
REMOVING OR ADJUSTING EXISTING UTILITIES.
REMOVAL OR ADJUSTMENT. CONTRACTOR SHALL BE RESPONSIBLE FOR DETERMINING
6. CONTRACTOR SHALL VERIFY ALL EXISTING UTILITIES BOTH HORIZONTALLY AND
DETAILED INFORMATION RELATIVE TO WORKING SCHEDULES AND METHODS OF
CONSTRUCTION. CONTRACTOR SHALL ALSO OBTAIN FROM EACH UTILITY COMPANY
EXACT LOCATION OF ALL EXISTING UTILITIES AND FACILITIES PRIOR TO START OF
ON PLANS HAVE BEEN PLOTTED FROM AVAILABLE RECORDS. THE ARCHITECT/ENGINEER
ACCURACY OF THE INFORMATION SHOWN ON THE PLANS OR THE MANNER OF THEIR
AND OWNER ASSUME NO RESPONSIBILITY WHATSOEVER AS TO THE SUFFICIENCY OR
5. ALL EXISTING UTILITIES, FACILITIES, CONDITIONS, AND THEIR DIMENSIONS SHOWN
DISTURBED BY CONSTRUCTION SHALL BE ADJUSTED TO FINISH ELEVATIONS PRIOR
7. ALL NEW AND EXISTING UTILITY STRUCTURES ON SITE AND IN AREAS TO BE
FOR UTILITY LOCATIONS 48 HOURS PRIOR TO START OF CONSTRUCTION.
AND EXPENSE. CONTRACTOR SHALL CALL J.U.L.I.E. AT 1-(800)-892-0123
INSTRUCTION MEANS CONTRACTOR WILL HAVE WORKED AT HIS/HER OWN RISK
CORRECTED BY THE ARCHITECT/ENGINEER. FAILURE TO SECURE SUCH
WORK SHALL BE PERFORMED UNTIL THE DISCREPANCY IS CHECKED AND
THE ARCHITECT/ENGINEER FOR RESOLUTION AND INSTRUCTION, AND NO FURTHER
AS TO THE INTERPRETATION OF PLANS SHOULD BE IMMEDIATELY REPORTED TO
VERTICALLY PRIOR TO START OF CONSTRUCTION. ANY DISCREPANCIES OR DOUBTS
TO FINAL INSPECTION OF WORK.
IMPROVEMENTS SHALL BE PROTECTED.
17. ALL TREES AND SHRUBS WHICH ARE NOT IN DIRECT CONFLICT WITH THE
MATERIALS COLLECTED DURING CLEANING OPERATIONS SHALL BE DISPOSED OF
PAPERS, TRASH, WEEDS, BRUSH OR ANY OTHER DEPOSITS WILL REMAIN. ALL
16. CONTRACTOR SHALL CLEAN ENTIRE SITE AFTER CONSTRUCTION SO THAT NO
ACHIEVING FINISH GRADE BY ADDING 6" OF 3/4" CRUSHED STONE-NO FINES.
WITH 6 MIL. VISQUENE (1' OVERLAP AT SEAMS) FOR WEED SUPPRESSION, THEN
CLEAN FILL TO A DENSITY OF 90% OF STANDARD PROCTOR COVERING THE AREA
15. THE GRADES WITHIN THE FENCED-IN AREA ARE TO BE ACHIEVED BY COMPACTING
OFF-SITE.
GENERAL NOTES
SCALE: NTS3
PROJECT ABBREVIATIONS
SCALE: NTS2PROJECT SYMBOLS
SCALE: NTS1
18. GC TO HIRE JULIE PUBLIC & PRIVATE LOCATE SERVICE IN ORDER TO LOCATE AND PROTECT
ANY AND ALL SURFACE UTILITIES. DO NOT SCALE OFF THESE PLANS FOR ANY BELOW GRADE UTILITIES.
19. THESE PLANS MAY NOT CONTAIN OR REVEAL ALL SUBSURFACE UTILITIES; GC IS RESPONSIBLE OF
LOCATING AND PROTECTING ALL UTILITIES DURING CONSTRUCTION
EXHIBIT B - Site Plan of Proposed Verizon Electrical Line Installation
Exhibit A Page 33 of 42
PROJECT #: 20151232386
LOCATION #: 299583
DP METRA SC
691 LEE STREET
DES PLAINES, IL 60016
SHEET NUMBER:
SHEET TITLE:
DRAWN BY:AM
GMSAPPROVED BY:CHECKED BY:RH
CHECKED BY:GMS
ONCORDIA WIRELESS, INC.C
CONCORDIA, LTD
A PROFESSIONAL DESIGN FIRM
LICENSE # 3323-011- D.B.A.
361 RANDY ROAD
UNIT 101
CAROL STREAM,IL 60188
MAIN: (847) 981-0801
CHICAGO
SMSA
limited partnership
d/b/a VERIZON WIRELESS
(C) Concordia 2001-2020, Copyright Notice: These Documents/Drawings Are Produced by and Are Therefore The Intellectual Property of Concordia Group Of Companies. Do Not Copy, Reproduce, Reverse-Engineer or Replicate Any Parts of These Documents In any Manner Without Obtaining Written Consent From The Concordia Group.
GENERAL NOTES
& SPECIFICATIONS
A.
C.
B.
A.
B.
A.
F.
G.
E.
D.
A.
B.
C.
FALL PROTECTION
CONFINED SPACE
ELECTRICAL SAFETY
TRENCHING AND EXCAVATION
6.
CONTRACTOR SHALL ESTABLISH GRADE AND LINE STAKES PRIOR TO CONSTRUCTION.
CONTRACTOR IS RESPONSIBLE FOR LAYOUT AND CONSTRUCTION STAKING.
6. PROTECTION
2. ALL COAXIAL CABLE GROUNDING KITS ARE TO BE INSTALLED ON STRAIGHT
RUNS OF COAXIAL CABLE (NOT WITHIN BENDS).
ANTENNA AND COAXIAL CABLE GROUNDING:
1. ALL EXTERIOR #6 GREEN GROUND WIRE "DAISY CHAIN" CONNECTIONS
ARE TO BE WEATHER SEALED WITH RFS CONNECTOR/SPLICE
WEATHERPROOFING KIT #221213 OR EQUAL.
LOCATION UNLESS OTHERWISE STATED.
TERMINATE ALL COAXIAL CABLE THREE (3) FEET IN EXCESS OF ENTRY PORT
INSTALL COAXIAL CABLES AND TERMINATING BETWEEN ANTENNAS AND EQUIPMENT
PER MANUFACTURER'S RECOMMENDATIONS. WEATHERPROOF ALL CONNECTORS
BETWEEN THE ANTENNA AND EQUIPMENT PER MANUFACTURER'S REQUIREMENTS.
AND SUBMITTED WITHIN ONE WEEK OF WORK COMPLETION.
SHALL BE PERFORMED BY AN INDEPENDENT TESTING SERVICE AND BE BOUND
FOR ANTENNA AND HELIAX COAXIAL CABLE SYSTEMS" DATED 10/5/93. TESTING
CONTRACTOR SHALL PROVIDE FOUR (4) SETS OF SWEEP TESTS USING ANRITZU-
PACKARD 8713B RF SCALAR NETWORK ANALYZER. SUBMIT FREQUENCY DOMAIN
REFLECTOMETER(FDR) TESTS RESULTS TO THE PROJECT MANAGER. SWEEP TESTS
SHALL BE AS PER ATTACHED RFS "MINIMUM FIELD TESTING RECOMMENDED
PROVIDE PRINTOUT OF THAT TEST.
INSTALL FURNISHED GALVANIZED STEEL OR ALUMINUM WAVEGUIDE AND
INSTALL GALVANIZED STEEL ANTENNA MOUNTS AS INDICATED ON DRAWINGS.
INSTALL ANTENNAS AS INDICATED ON DRAWINGS AND VERIZON WIRELESS SPECIFICATIONS.
CONTRACTOR SHALL BE RESPONSIBLE FOR THE PROTECTION OF PERSONNEL AND
PROPERTY.
CONTRACTOR IN TERMS OF COORDINATION AND SITE ACCESS. ERECTION SUB-
ANTENNA INSTALLATION
1.
DIVISION 13 - SPECIAL CONSTRUCTION
ANTENNAS AND COAXIAL CABLES ARE FURNISHED BY VERIZON WIRELESS UNDER A
SEPARATE CONTRACT. THE CONTRACTOR SHALL ASSIST ANTENNA INSTALLATION
WORK INCLUDED:
ZINC BASED PAINT. COLOR TO MATCH THE GALVANIZING PROCESS.
UPON COMPLETION OF ERECTION INSPECT ALL GALVANIZED STEEL
AND PAINT ANY FIELD CUTS, WELDS, OR GALVANIZED BREAKS WITH
FIELD WELDING SHALL BE DONE AS PER AWSD1.1 REQUIREMENTS VISUAL
INSPECTION IS ACCEPTABLE.
USED IN THE SUBMERGED ARC PROCESS SHALL CONFORM TO AISC SPECIFICATIONS.
WELDING ELECTRODES FOR MANUAL SHIELDED METAL ARC WELDING SHALL
CONFORM TO ASTM A-233, E70 SERIES. BARE ELECTRODES AND GRANULAR FLUX
REQUESTED.
5.
ALL WELDING SHALL BE DONE BY CERTIFIED WELDERS. CERTIFICATION DOCUMENTS
WELDING
SHALL BE MADE AVAILABLE FOR ENGINEER'S AND/OR OWNER'S REVIEW IF
SPRAYING DEVICES.
SUCCESSFUL CURING SHALL BE OBTAINED BY USE OF AN AMPLE WATER SUPPLY
UNDER PRESSURE IN PIPES, WITH ALL NECESSARY APPLIANCES OF SPRINKLERS, AND
AND FREE FROM ACID, ALKALI, SALTS, OIL SEDIMENT, AND ORGANIC MATTER.
C. ALL CONCRETE SHALL BE WATER CURED BY CONTINOUS (NOT PERIODIC) FINE
MIST SPRAYING OR SPRINKLING ALL EXPOSED SURFACES. WATER SHALL BE CLEAN
B. CONCRETE SHALL BE MAINTAINED WITH MINIMAL MOISTURE LOSS AT RELATIVELY
CONSTANT TEMPERATURE FOR A PERIOD NECESSARY FOR HYDRATION OF CEMENT AND
HARDENING OF CONCRETE.
10. PROTECTION
MECHANICAL INJURY. FINISHED WORK SHALL BE PROTECTED.
FROM PREMATURE DRYING, EXCESSIVELY HOT OR COLD TEMPERATURES, AND
A. IMMEDIATELY AFTER PLACEMENT, THE CONTRACTOR SHALL PROTECT THE CONCRETE
B. PLACEMENT OF CONCRETE SHALL BE IN ACCORDANCE WITH ACI 301.
AND GIVEN APPROVAL TO START PLACEMENT IN WRITING.
THE WORK AS SPECIFIED. CONCRETE MAY NOT BE ORDERED FOR PLACEMENT UNTIL ALL
ITEMS HAVE BEEN APPROVED AND VERIZON WIRELESS HAS PERFORMED A FINAL INSPECTION
BEEN APPROVED, AND UNTIL FACILITIES ACCEPTABLE TO THE VERIZON WIRELESS
REPRESENTATIVE HAVE BEEN PROVIDED AND MADE READY FOR ACCOMPLISHMENT OF
A. THE ENGINEER SHALL BE NOTIFIED NOT LESS THAT 24 HOURS IN ADVANCE OF
CONCRETE SHALL BE PERFORMED ONLY IN THE PRESENCE OF THE ENGINEER.
CONCRETE PLACEMENT, UNLESS INSPECTION IS WAIVED IN EACH CASE, PLACING OF
CONCRETE SHALL NOT BE PLACED UNTIL ALL FORMWORK, EMBEDDED PARTS, STEEL
REINFORCEMENT, FOUNDATION SURFACES AND JOINTS INVOLVED IN THE PLACING HAVE
9. PLACING CONCRETE
C. ONE SLUMP TEST SHALL BE TAKEN FOR EACH SET OF TEST CYLINDERS TAKEN.
B. ONE ADDITIONAL TEST CYLINDER SHALL BE TAKEN DURING COLD WEATHER AND
CURED ON SITE UNDER SAME CONDITIONS AS CONCRETE IT REPRESENTS.
A. FIVE CONCRETE TEST CYLINDERS SHALL BE TAKEN OF THE TOWER PIER FOUNDATION.
TWO SHALL BE TESTED @ THREE DAYS, TWO @ TWENTY-EIGHT DAYS. THE FIFTH
CYLINDER SHALL BE KEPT SEPARATELY, IF REQUIRED TO BE USED IN THE FUTURE.
IS DISCOVERED NOR SHALL IT OBLIGATE THE ENGINEER FOR FINAL ACCEPTANCE.
8. TESTS
CONCRETE MATERIALS AND OPERATIONS SHALL BE TESTED AND INSPECTED BY THE
ENGINEER AS THE WORK PROGRESSES. FAILURE TO DETECT ANY DEFECTIVE WORK
OR MATERIAL SHALL NOT IN ANY WAY PREVENT LATER REJECTION WHEN SUCH DEFECT
14. CONTRACTOR SHALL SUBMIT AT THE END OF THE PROJECT A COMPLETE SET OF
AS BUILT DRAWINGS TO VERIZON WIRELESS'S ' PROJECT ENGINEER.
GENERAL NOTES (CONT'D):
1.
2.
3.
4.
5.
6.
7.
4.
3.
2.
1.
5.
4.
3.
2.
8.
7.
6.
5.
4.
3.
2.
1.
13.
12
11
10.
9.1.
DIVISION 5 - STRUCTURAL STEEL:
DIVISION 2 - SITE WORK:
A. ASTM A36, GRADE 36; ROLLED STEEL, RODS, PLATES,
B. ASTM A325 BOLTS, BEARING TYPE
C. ALL STEEL SHALL BE HOT-DIP GALVANIZED IN ACCORDANCE WITH ASTM A123.
U-BOLTS AND ANCHOR BOLTS.
LATEST AISC MANUAL OF STEEL CONSTRUCTION (ASD), AWS D1.1, AND THE
DETAIL, FABRICATE AND ERECT STRUCTURAL STEEL IN ACCORDANCE WITH THE
BASIC BUILDING CODE. STRUCTURAL STEEL SHALL BE AS FOLLOWS:
THE CONTRACTOR SHALL PROVIDE ADEQUATE SHORING AND/OR BRACING WHERE
REQUIRED DURING CONSTRUCTION UNTIL ALL CONNECTIONS ARE COMPLETE.
A FEW IMPACTS OF A IMPACT WRENCH
THE FULL EFFORT OF A PERSON USING A SPUD WRENCH.
ENGINEER, AND VERIZON PROJECT MANAGER IN WRITING
TIGHTEN HIGH STRENGTH BOLTS TO A SNUG TIGHT CONDITION WHERE ALL PLIES
IN A JOINT ARE IN FIRM CONTACT BY EITHER
ANY FIELD CHANGES OR SUBSTITUTIONS SHALL HAVE PRIOR APPROVAL FROM THE
OF ENGINEERING.
NOT INTERFERE WITH THE EXECUTION OF THE WORK, SUBJECT TO THE APPROVAL
AND/OR CAPPED, PLUGGED OR OTHERWISE DISCONTINUED AT POINTS WHICH WILL
WHICH INTERFERE WITH THE EXECUTION OF THE WORK, SHALL BE REMOVED
ALL EXISTING INACTIVE SEWER, WATER, GAS, ELECTRIC AND OTHER UTILITIES,
SLOPE, FERTILIZED, SEEDED, AND COVERED WITH MULCH
COVERED BY THE BUILDING OR DRIVEWAY, SHALL BE GRADED TO A UNIFORM
THE AREAS OF THE OWNERS PROPERTY DISTURBED BY THE WORK AND NOT
CONSTRUCTION.
CONSTRUCTION. EROSION CONTROL MEASURES, AS REQUIRED DURING
CONTRACTOR SHALL MINIMIZE DISTURBANCE TO EXISTING SITE DURING
DIVISION 3 - CONCRETE:
C172, ASTM C31 AND ASTM C39 UNLESS OTHERWISE NOTED.
AMERICAN SOCIETY FOR TESTING AND MATERIALS METHODS STANDARDS ASTM
4000 PSI AT 28 DAYS WHEN TESTED IN ACCORDANCE WITH THE
MINIMUM ALLOWABLE CONCRETE COMPRESSIVE STRENGTH SHALL BE
WELDED WIRE FABRIC SHALL CONFORM TO ASTM A-185.
CHAMFER ALL EXPOSED EDGES OF CONCRETE 3/4".UNLESS OTHERWISE NOTED.
DETAILING REINFORCED CONCRETE STRUCTURES (ACI STD-315 LATEST EDITION).
DETAILING SHALL BE IN ACCORDANCE WITH MANUAL OF STANDARD PRACTICE OF
OF 60,000 PSI (40,000 PSI GRADE MAY BE USED FOR TIES & STIRRUPS).
REBARS SHALL BE ASTM A-615 DEFORMED TYPE WITH MINIMUM YIELD STRENGTH
SPECIFICATION FOR STRUCTURAL CONCRETE.
REQUIREMENTS FOR REINFORCED CONCRETE AND (ACI 301) STANDARD
EDITION OF THE AMERICAN CONCRETE INSTITUTE (ACI 318) BUILDING CODE
ALL CONCRETE CONSTRUCTION SHALL MEET THE REQUIREMENTS OF THE LATEST
OBTAIN SLUMP OVER 3-INCHES.
CONTROL TOTAL AIR CONTENT, WATER REDUCING ADMIXTURE PERMITTED TO
PERCENT TO 7 PERCENT BY VOLUME. AIR ENTRAINING ADMIXTURE REQUIRED TO
AGGREGATE, SLUMP RANGE 3 INCHES TO 5 INCHES, TOTAL AIR CONTENT 4
CONCRETE MINIMUM CEMENT CONTENT FOR 1-INCH MAXIMUM SIZE
CONCRETE FOR ALL FOUNDATIONS: 540 LBS PER CUBIC YARD OF
#5 BAR AND SMALLER ... 1-1/2"
#6 THROUGH #18 ... 2"
EXPOSED TO EARTH OR WEATHER:
CAST AGAINST AND PERMANENTLY EXPOSED TO EARTH ... 3"
MINIMUM COVER (INCHES)
D.
C.
B.
A.
WORKING CREW. THIS WILL INCLUDE BUT NOT LIMITED TO:
NEAR UTILITIES. CONTRACTOR SHALL PROVIDE SAFETY TRAINING FOR THE
BE USED BY THE CONTRACTOR WHEN EXCAVATING OR PIER DRILLING AROUND OR
RELOCATED AS DIRECTED BY THE PROJECT MANAGER. EXTREME CAUTION SHOULD
WHERE REQUIRED FOR THE PROPER EXECUTION OF THE WORK, SHALL BE
WHERE ENCOUNTERED IN THE WORK SHALL BE PROTECTED AT ALL TIMES, AND
ALL EXISTING ACTIVE SEWER, WATER, GAS, ELECTRIC, AND OTHER UTILITIES
LEGAL MANNER.
CONTAMINATED OR DANGEROUS TRASH AND DEBRIS, AND DISPOSE OF IN A
EXCAVATED MATERIAL INCLUDING MATERIAL CLASSIFIED UNSATISFACTORY,
REMOVE FROM SITE/OWNER'S PROPERTY ALL WASTE MATERIALS, UNUSED
THE CONTRACTOR SHALL CALL UTILITIES PRIOR TO THE START OF CONSTRUCTION.
SHALL BE PROVIDED, EXCEPT AS NOTED ON DRAWINGS.
DRAWINGS. THE FOLLOWING MINIMUM COVER (INCHES) FOR REINFORCEMENT
IN POSITION. LOCATION OF REINFORCEMENT SHALL BE INDICATED ON THE
REINFORCING STEEL SHALL BE ACCURATELY PLACED AND ADEQUATELY SECURED
AFFECTED UTILITIES.
RELATIVE TO WORKING SCHEDULES AND METHODS OF REMOVING OR ADJUSTING
SHALL ALSO OBTAIN FROM EACH UTILITY COMPANY DETAILED INFORMATION
SAID UTILITIES AND FACILITIES PRIOR TO START OF CONSTRUCTION. CONTRACTOR
CONTRACTOR SHALL BE RESPONSIBLE FOR DETERMINING EXACT LOCATION OF ALL
ON THE PLANS OR THE MANNER OF THEIR REMOVAL OR ADJUSTMENT.
WHATEVER AS TO THE SUFFICIENCY OR ACCURACY OF THE INFORMATION SHOWN
ARCHITECT/ENGINEER AND OWNER (VERIZON WIRELESS) ASSUME NO RESPONSIBILITY
ON PLANS HAVE BEEN PLOTTED FROM AVAILABLE RECORDS. THE
ALL EXISTING UTILITIES, FACILITIES, CONDITIONS, AND THEIR DIMENSIONS SHOWN
EXPENSE.
INSTRUCTION MEANS CONTRACTOR WILL HAVE WORKED AT HIS OWN RISK AND
CORRECTED BY THE ARCHITECT/ENGINEER. FAILURE TO SECURE SUCH
NO FURTHER WORK SHALL BE PERFORMED UNTIL DISCREPANCY IS CHECKED AND
REPORTED TO THE PROJECT MANAGER FOR RESOLUTION AND INSTRUCTION, AND
DOUBTS AS TO THE INTERPRETATION OF PLANS SHOULD BE IMMEDIATELY
AND VERTICALLY PRIOR TO START OF CONSTRUCTION. ANY DISCREPANCIES OR
CONTRACTOR SHALL FIELD VERIFY ALL EXISTING UTILITIES BOTH HORIZONTALLY
JURISDICTION OVER THIS LOCATION.
LOCAL GAS, ELECTRIC, TELEPHONE, AND ANY OTHER UTILITY COMPANIES HAVING
ALL SITE WORK SHALL BE CAREFULLY COORDINATED BY THE CONTRACTOR WITH
COORDINATED WITH THE BUILDING/PROPERTY OWNER.
BUILDING/PROPERTY OWNER AND ANY SUCH SHUTDOWN TIME SHALL BE
SHALL BE MADE WITH A MINIMUM AMOUNT OF INCONVENIENCE TO THE
SUCH INTERRUPTION, AT LEAST 72 HOURS IN ADVANCE. ANY INTERRUPTION
SECURE PERMISSION IN WRITING FROM THE BUILDING/PROPERTY OWNER FOR
NECESSARY TO INTERRUPT ANY SERVICE OR UTILITY, THE CONTRACTOR SHALL
UTILITIES OF THE BUILDING/SITE WITHOUT INTERRUPTION. SHOULD IT BE
DURING CONSTRUCTION, THE CONTRACTOR SHALL AT ALL TIMES MAINTAIN THE
DISPOSED OF OFF-SITE BY THE CONTRACTOR.
MATERIALS COLLECTED DURING CLEANING OPERATIONS SHALL BE PROPERLY
PAPERS, TRASH, DEBRIS, WEEDS, BRUSH, OR ANY OTHER DEPOSITS REMAIN. ALL
CONTRACTORS SHALL CLEAN ENTIRE SITE AFTER CONSTRUCTION SUCH THAT NO
CONSTRUCTION.
CONSTRUCTION. EROSION CONTROL MEASURES, IF REQUIRED DURING
CONTRACTOR SHALL MINIMIZE DISTURBANCE TO EXISTING SITE DURING
LABEL.
REQUIREMENTS OF THE UNDERWRITERS' LABORATORIES (U.L.) AND BEAR THE U.L.
(EXCEPT WHERE OTHERWISE NOTED) AND SHALL COMPLY WITH THE
ELECTRICAL EQUIPMENT PROVIDED UNDER THIS CONTRACT SHALL BE NEW
APPLICABLE FEDERAL, STATE, AND LOCAL LAWS AND ORDINANCES. ALL
ELECTRICAL CODE (NEC). NATIONAL ELECTRICAL SAFETY CODE, OSHA, AND ALL
OF THE LATEST EDITIONS AND INTERIM AMENDMENTS OF THE NATIONAL
ALL WORK, MATERIAL, AND EQUIPMENT SHALL COMPLY WITH ALL REQUIREMENTS
CONTRACTOR AT NO COST TO THE OWNER.
DUE TO DEFECTS IN MATERIALS OR WORKMANSHIP SHALL BE CORRECTED BY THE
ACCEPTANCE, UNLESS NOTED OTHERWISE. ANY FAILURE OF EQUIPMENT OR WORK
WORKMANSHIP FOR A PERIOD OF ONE (1) YEAR FROM THE DATE OF FINAL
DOCUMENTS SHALL BE GUARANTEED AGAINST DEFECTS IN MATERIALS OR
ALL EQUIPMENT FURNISHED AND WORK PERFORMED UNDER THE CONTRACT
COST TO THE OWNER OR HIS ARCHITECT/ENGINEER.
REQUIREMENTS OF THE CONTRACT DOCUMENTS BY THE CONTRACTOR AT NO
EQUIPMENT SHALL BE REPLACED WITH EQUIPMENT CONFORMING TO THE
THE CONTRACT DOCUMENTS, EITHER BEFORE OR AFTER INSTALLATION AND THE
EQUIPMENT OR MATERIALS WHICH, IN HIS OPINION ARE NOT IN COMPLIANCE WITH
VERIZON WIRELESS OR HIS ARCHITECT/ENGINEER RESERVES THE RIGHT TO REJECT ANY
ITS ORIGINAL CONDITION AT HIS OWN EXPENSE.
AFTER IT HAS BEEN INSPECTED, THE CONTRACTOR SHALL RESTORE THE WORK TO
INSPECTION AND TEST SHALL BE UNCOVERED AT THE CONTRACTOR'S EXPENSE;
AUTHORITIES. ANY WORK THAT IS ENCLOSED OR COVERED UP BEFORE SUCH
COVERED UP OR ENCLOSED UNTIL IT HAS BEEN INSPECTED BY THE GOVERNING
THE CONTRACTOR SHALL NOT ALLOW OR CAUSE ANY OF THE WORK TO BE
DIMENSIONS WHICH AFFECT THE NEW CONSTRUCTION.
EXISTING STRUCTURES DURING CONSTRUCTION. FIELD VERIFY ALL EXISTING
REQUIRED. CONTRACTOR IS SOLELY RESPONSIBLE FOR THE PROTECTION OF ANY
THE CONTRACTOR SHALL SUPPORT, BRACE AND SECURE EXISTING STRUCTURE AS
CONTRACTOR TO FURNISH AND INSTALL THE FOLLOWING:
RESPONSIBLE FOR PICKUP AND PAYMENT OF REQUIRED PERMITS.
IT IS THE POSITION OF VERIZON WIRELESS TO APPLY FOR PERMITTING AND CONTRACTOR
SPECIFICATIONS.
REQUIRED TO COMPLETE THE JOB ACCORDING TO THE DRAWINGS AND
NON-STANDARD ANTENNA FRAMES AND ALL OTHER MATERIAL AND LABOR
AND/OR AUGER MOUNTS, MISCELLANEOUS FASTENERS, CABLE TRAYS,
DRILLING, SLEEPERS AND RUBBER MATTING, REBAR, CONCRETE CAISSONS, PADS
ELECTRICAL POWER, CONDUIT, LANDSCAPING COMPOUND STONE, CRANES, CORE
TRANSFORMERS AND DISCONNECT SWITCHES WHERE APPLICABLE, TEMPORARY
WIRES, COPPER-CLAD OR XIT CHEMICAL GROUND ROD(S), BUSS BARS,
PLATFORM, ROOFING LABOR AND MATERIALS, GROUNDING RINGS, GROUNDING
MATERIALS AS FENCING, STRUCTURAL STEEL SUPPORTING SUB-FRAME FOR
COMPLETE INSTALLATION OF THE SITE INCLUDING, BUT NOT LIMITED TO, SUCH
THE CONTRACTOR IS RESPONSIBLE TO PROVIDE ALL OTHER MATERIALS FOR THE
GENERAL NOTES:
THE EQUIPMENT AFTER PICKING UP.
OPERATION, READY FOR USE. THE CONTRACTOR SHALL BE RESPONSIBLE FOR
CONTRACTOR WITH ALL APPURTENCES REQUIRED TO PLACE THE EQUIPMENT IN
WAREHOUSE, NO LATER THAN 48HR AFTER BEING NOTIFIED INSURED, STORED,
VERIZON WIRELESS FURNISHED EQUIPMENT SHALL BE PICKED-UP AT THE VERIZON WIRELESS
CONTRACTOR SHALL FIELD LOCATE ALL BELOW
GRADE GROUND LINES AND UTILITY LINES PRIOR
TO CONSTRUCTION. CONTRACTOR IS
RESPONSIBLE FOR RELOCATION OF ALL
UTILTITIES AND GROUND LINES THAT MAY
BECOME DISTRUBED OR CONFLICTING IN THE
COURSE OF CONTSTRUCTION.
, UNCRATED, PROTECTED AND INSTALLED BY THE
15. GC WILL NOT START THE CONSTRUCTION UNTIL AFTER THEY RECEIVE THE PRE CON
PACKAGE AND HAVE A PRE CON WALK WITH THE PROJECT MANAGER.
SCOPE OF WORK FOR THESE PLANS DOES NOT INVOLVE VALUE ENGINEERING AS WELL AS
MAINTAINABILITY OPERATIONS OF THE SITE, ACCESS OR UTILITIES.
CONCORDIA IS NOT RESPONSIBLE FOR THE MAINTENANCE AND/OR OPERATIONAL FEASIBILITY.
ORIGINAL CONDITIONS AND REPLACE ANY AND ALL DISTURBED TREES OR LANDSCAPING.
STEEL, CONCRETE AND CRANES TO THE PROPOSED LEASE AREA. GC SHALL RESTORE SITE TO
CONSTRUCTABILITY OF THE SITE AND DELIVERY OF CRITICAL MATERIALS SUCH AS THE TOWER,
VERIZON REPRESENTATIVE AND LANDLORD WITH EXACT LOGISTICS TO FACILITATE
EASEMENTS ARE SUFFICIENT FOR CONSTRUCTION TRAFFIC. GC SHALL CONSULT WITH A
CONCORDIA DOES NOT GUARANTEE OR WARRANT THAT THE AFOREMENTIONED
9.
8.
7.
SP-2
EXHIBIT B - Site Plan of Proposed Verizon Electrical Line Installation
Exhibit A Page 34 of 42
EXHIBIT B - Site Plan of Proposed Verizon Electrical Line InstallationExhibit APage 35 of 42
EXHIBIT B - Site Plan of Proposed Verizon Electrical Line InstallationExhibit APage 36 of 42
EXHIBIT B - Site Plan of Proposed Verizon Electrical Line InstallationExhibit APage 37 of 42
EXHIBIT B - Site Plan of Proposed Verizon Electrical Line InstallationExhibit APage 38 of 42
PROJECT #: 20151232386
LOCATION #: 299583
DP METRA SC
691 LEE STREET
DES PLAINES, IL 60016
SHEET NUMBER:
SHEET TITLE:
DRAWN BY: AM
GMSAPPROVED BY:CHECKED BY:RH
CHECKED BY: GMS
ONCORDIA WIRELESS, INC.C
CONCORDIA, LTD
A PROFESSIONAL DESIGN FIRM
LICENSE # 3323-011- D.B.A.
361 RANDY ROAD
UNIT 101
CAROL STREAM,IL 60188
MAIN: (847) 981-0801
CHICAGO
SMSA
limited partnership
d/b/a VERIZON WIRELESS
(C) Concordia 2001-2020, Copyright Notice: These Documents/Drawings Are Produced by and Are Therefore The Intellectual Property of Concordia Group Of Companies. Do Not Copy, Reproduce, Reverse-Engineer or Replicate Any Parts of These Documents In any Manner Without Obtaining Written Consent From The Concordia Group.
1
AERIAL MAP
SCALE: N.T.S.WNW
SWS ENEN
SE32
COOK COUNTY GIS MAP
SCALE: N.T.S.WNWSWS EN
E
N
SEEXHIBIT PHOTOS OF EXISTING LIGHT POLE
SCALE: N.T.S.
LP-1
MAPS & EXHIBIT
PHOTOS
PROPOSED LOCATION
OF NEW LESSEE SMALL
CELL INSTALLATION
PROPOSED LOCATION
OF NEW LESSEE SMALL
CELL INSTALLATION
EXISTING LIGHT
POLE TO BE
REPLACED BY
LESSEE & UTILIZED
FOR NEW LESSEE
EQUIPMENT
INSTALLATION
EXISTING LIGHT
POLE TO BE
REPLACED BY
LESSEE & UTILIZED
FOR NEW LESSEE
EQUIPMENT
INSTALLATION
EXISTING LIGHT
POLE TO BE
REPLACED BY
LESSEE & UTILIZED
FOR NEW LESSEE
EQUIPMENT
INSTALLATION
EXISTING LIGHT
POLE TO BE
REPLACED BY
LESSEE & UTILIZED
FOR NEW LESSEE
EQUIPMENT
INSTALLATION
EXHIBIT B - Site Plan of Proposed Verizon Electrical Line Installation
Exhibit A Page 39 of 42
W
W
W
W
W
W
W
W
W
W
W
W
W
WEEEEEEEEE
E
E
E
E
E
E
E
EEEE
E
E
E
E
E
E
E
E
E
E
E
EEEE EE>>>
>
>
>
>>>>>>>>>>
>
>
>
>
>
>
>
>
>
>
>
>
>>
>>
>>
>>
>>
>>>>>>>>>
>>
>>
>>>>>>>>
>>
>>
>>
>>
>>>>>)>)>)>)>)>)>)>>>)>)>)>)W
WEEEEE
>>>>>>>>>>>>>>>>>>>>>EEEE
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
E
CITY
RUST TRACT
(DOC 87676826)
5
4
3
2
1
2
75
76
15
TOWN
OF RAND WINKLEMANS
SUBDIVISION
TRACT
(DOC 87676825)
PARSON AND
LEE’S ADDITION
TO DES PLAINES
(BLOCK 8)
TT E
43'-6"±60'-0"EEEEEEEEEEEEEEEEEEEEEEEEE5'-0"
CO
AX
CO
AX 2'-6"A-0
SITE PLAN
PROJECT #: 20151232386
LOCATION #: 299583
DP METRA SC
691 LEE STREET
DES PLAINES, IL 60016
SHEET NUMBER:
SHEET TITLE:
DRAWN BY:AM
GMSAPPROVED BY:CHECKED BY:RH
CHECKED BY:GMS
ONCORDIA WIRELESS, INC.C
CONCORDIA, LTD
A PROFESSIONAL DESIGN FIRM
LICENSE # 3323-011- D.B.A.
361 RANDY ROAD
UNIT 101
CAROL STREAM,IL 60188
MAIN: (847) 981-0801
CHICAGO
SMSA
limited partnership
d/b/a VERIZON WIRELESS
(C) Concordia 2001-2020, Copyright Notice: These Documents/Drawings Are Produced by and Are Therefore The Intellectual Property of Concordia Group Of Companies. Do Not Copy, Reproduce, Reverse-Engineer or Replicate Any Parts of These Documents In any Manner Without Obtaining Written Consent From The Concordia Group.
TRAFFIC SIGNAL
OVERHEAD WIRES
CHAIN LINK FENCE
VALVE BOX
BUFFALO BOX
SIGN
MANHOLE
LIGHT STANDARD
TREE
CATCH BASIN
INLET
UTILITY POLE
FIRE HYDRANT
TELCO PEDESTAL
HANDICAPPED PARKING SPACE
LOT LINE
TREE LINE
CENTER LINE
PROPERTY LINE
LEGEND & SYMBOLS
OHW
OVERHEAD ELECTRIC WIRESOE
OVERHEAD FIBER OPTIC WIRESOF
UNDERGROUND GASGAS
UNDERGROUND COMMUNICATION WIRESC
UNDERGROUND ELECTRIC WIRESE/UE
UNDERGROUND FIBER OPTIC WIRESUF
UNDERGROUND TELCO WIREST
1 OVERALL SITE PLAN
SCALE: 1"=20' (1"=40' IF 11X17 SHEET SIZE)WNW
SWS EN
E
N
SEEXISTING
ASPHALT
PARKING
LOT
(ASPHALT)EXISTING
PLATFORM
EXISTING TREE (TYP.)
EXISTING LIGHT POLE
(TYP.)
EXISTING WROUGHT
IRON FENCE (TYP.)EXISTING TRAFFIC
SIGNAL (TYP.)
EXISTING MANHOLE
(TYP.)
EXISTING CATCH
BASIN (TYP.)
EXISTING
BUILDING
EXISTING CONCRETE
SIDEWALK (TYP.)
EXISTING FIRE
HYDRANT (TYP.)
EXISTING SIGN (TYP.)
PROPERTY LINE
PROPERTY LINEAPPROX. PROPERTY LINEEXISTING
CABINET (TYP.)
2 LIGHT POLE DETAIL
SCALE: 1/2"=1'-0" (1/2" = 2'-0" IF 11X17 SHEET SIZE)WNW
SWS EN
E
N
SEPROPERTY LINE
APPROX. PROPERTY LINE
UE
UEPROPERTY LINEUE
(1) FUTURE LESSEE ANTENNA TO
BE MOUNTED ON NEW POLE
(3) NEW LESSEE RADIOS
W/INTEGRATED ANTENNAS TO BE
MOUNTED TO NEW LIGHT POLE
EXISTING MCI METRO ATS FIBER
HANDHOLE WITH MHT TERMINAL
TO BE UTILIZED
(2) NEW UNDERGROUND SDR11
CONDUITS FROM QUAZITE BOX TO POLE
BASE FOR POWER & FIBER: (1) 1 1/4" FOR
FIBER & MULE TAPE & (1) 1 1/4" FOR
POWER; APPROXIMATE CONDUIT
LENGTH= ±8 L.F.
FUTURE CHARLES GROUND
MOUNTED CABINET W/INTERNAL
RRUS, TRIPLEXERS, FIBER
ENCLOSURE & POWER UNITS
EXISTING FIRE
HYDRANT (TYP.)
EXISTING SIGN (TYP.)
EXISTING CONCRETE
SIDEWALK (TYP.)EXISTING RETAINING
WALL (TYP.)
EXISTING
BUILDING
EXISTING
GARAGE
NEW DIRECTIONAL BORE
LOCATION
EXISTING TRANSFORMER TO BE
UTILIZED AS POWER SOURCE
(SEE DETAIL 3 THIS SHEET)
GC TO DIRECTIONAL BORE (1) NEW 4"
HDPE SDR11 UNDERGROUND CONDUIT
W/(3) #2 CU XHHW WIRES FOR POWER
FROM PAD MOUNTED TRANSFORMER TO
NEW LESSEE HANDHOLE; APPROXIMATE
CONDUIT LENGTH= ±400L.F.
(REFER TO SHEET E-1B FOR POWER
ROUTE DETAILS)
GC TO DIRECTIONAL BORE (1) NEW 4"
HDPE SDR11 UNDERGROUND CONDUIT
W/(3) #2 CU XHHW WIRES FOR POWER
FROM PAD MOUNTED TRANSFORMER TO
NEW LESSEE CABINET; APPROXIMATE
CONDUIT LENGTH= ±400L.F.
(REFER TO SHEET E-1B FOR POWER
ROUTE DETAILS)
EXISTING BOLLARD
(TYP.)
EXISTING STREET LIGHT TO BE
REPLACED & UTILIZED FOR
NEW LESSEE EQUIPMENT
INSTALLATION; SEE SHEET A-2
FOR DETAILS
EXISTING STREET LIGHT TO BE
REPLACED & UTILIZED FOR NEW
LESSEE EQUIPMENT INSTALLATION;
SEE SHEET A-2 FOR DETAILS
NOTE: GC TO RESTORE THE SITE TO ITS ORIGINAL
CONDITION AFTER CONSTRUCTION COMPLETION
(66' R.O.W.)AZI
MUTH340°AZIMUTH220°A N T EN N A
A
N
T
E
N
N
A
(2) FUTURE LESSEE DUAL RADIO
SUPPORT UNITS W/(2) RADIOS
W/INTEGRATED ANTENNAS TO BE
BANDED TO NEW LIGHT POLE
AZIMUTH100°ANTENNAAZIMUTH
90°CBRSAZIMUTH
270°CBRSU E UEUEUEUE
UE
UE
UE
UF
UN
ION
P
ACIFIC RAI
LROAD
NEW 8-FT WIDE UTILITY
EASEMENT IN FAVOR OF
LESSEE
EXISTING CAR
CHARGING
POST
EXISTING TRAFFIC
MANHOLE (TYP.)
EXISTING ELECTRIC
MANHOLE
LEE STUE(1) NEW BURIED QUAZITE HANDHOLE FOR
POWER AND FIBER CONNECTIONS
FURNISHED & INSTALLED LESSEE GC
NEW SERVICE DISCONNECT
BREAKER BOX TO BE BANDED TO
NEW LIGHT POLE
NEW FIBER BOX TO BE BANDED TO
NEW POLE (FURNISHED &
INSTALLED BY LESSEE GC)UF(1) NEW 3"Ø UNDERGROUND HDPE SDR11
CONDUIT FROM NEW LIGHT POLE BASE FOR
FUTURE COAX JUMPERS;
APPROXIMATE CONDUIT LENGTH= ±5L.F.
GC TO LEAVE CONDUIT FLAT AND CAPPED
EXISTING
MULCH
AREA
EXISTING
GRASS AREA (TYP.)
EXISTING
UTILITY
EASEMENT
(TYP.)UEIMPORTANT NOTES:
1. GC TO HIRE PUBLIC JULIE & PRIVATE LOCATE
SERVICE IN ORDER TO LOCATE AND PROTECT ANY
AND ALL SURFACE UTILITIES. DO NOT SCALE OFF
THESE PLANS FOR ANY BELOW GRADE UTILITIES.
2.THESE PLANS MAY NOT CONTAIN OR REVEAL ALL
SUBSURFACE UTILITIES; GC IS RESPONSIBLE FOR
LOCATING AND PROTECTING ALL UTILITIES DURING
CONSTRUCTION
3. GC TO POTHOLE TEST-WINDOWS AT ALL UTILITY
CROSSINGS TO VERIFY THERE IS A 2-FOOT
VERTICAL SEPARATION BETWEEN THE PROPOSED
CONDUIT AND EXISTING UTILITIES. SEPARATION
MUST BE APPROVED BY THE CITY OF DES PLAINES.
4. ALL EXCAVATIONS SHALL BE FILLED TO GRADE
AND MADE AS AESTHETICALLY PLEASING AS
POSSIBLE DURING WINTER MONTHS. THE
DISTURBED AREAS SHALL BE MONITORED
THROUGHOUT THE WINTER. EARTHEN FILL IS TO BE
ADDED TO MAINTAIN GRADE IN PARKWAYS AND
ASPHALT ADDED TO PAVED AREAS WHENEVER
SETTING HAS OCCURRED.
5. ALL TRENCHING WITHIN TWO-FEET OF ANY PAVED
SURFACE SHALL BE FILLED WITH COMPACTED
TRENCH BACKFILL.
6. PLEASE REFER TO PLAT OF SURVEY FOR
RIM/INVERT/TOP OF PIPE ELEVATION FOR
UNDERGROUND SEWER/WATER LINES
7. LESSEE GC TO CONTACT CITY OF DES PLAINES
AT LEAST 48 HOURS PRIOR TO THE START OF
CONSTRUCTION
(CONTACT: ERIK SANCHEZ AT 847-391-5616).
8. LESSEE GC TO COORDINATE RETURN OF
EXISTING CITY LIGHT POLE WITH CITY OF DES
PLAINES
(CONTACT: ERIK SANCHEZ AT 847-391-5616).
(1) NEW UNDERGROUND HDPE
SDR11 CONDUIT FROM EXISTING
MCI FIBER HANDHOLE TO NEW
LESSEE HANDHOLE
EXHIBIT B - Site Plan of Proposed Verizon Electrical Line Installation
Exhibit A Page 40 of 42
PROJECT #: 20151232386
LOCATION #: 299583
DP METRA SC
691 LEE STREET
DES PLAINES, IL 60016
SHEET NUMBER:
SHEET TITLE:
DRAWN BY: AM
GMSAPPROVED BY:CHECKED BY:RH
CHECKED BY: GMS
ONCORDIA WIRELESS, INC.C
CONCORDIA, LTD
A PROFESSIONAL DESIGN FIRM
LICENSE # 3323-011- D.B.A.
361 RANDY ROAD
UNIT 101
CAROL STREAM,IL 60188
MAIN: (847) 981-0801
CHICAGO
SMSA
limited partnership
d/b/a VERIZON WIRELESS
(C) Concordia 2001-2020, Copyright Notice: These Documents/Drawings Are Produced by and Are Therefore The Intellectual Property of Concordia Group Of Companies. Do Not Copy, Reproduce, Reverse-Engineer or Replicate Any Parts of These Documents In any Manner Without Obtaining Written Consent From The Concordia Group.
A-1
TRAFFIC CONTROL PLAN
EXHIBIT B - Site Plan of Proposed Verizon Electrical Line Installation
Exhibit A Page 41 of 42
1'-2"2'-1"5"ERICSSON
ERICSSON2'-9"8"2'-1"5"8"A-2
PROPOSED POLE W/
EQUIPMENT ELEVATION
PROJECT #: 20151232386
LOCATION #: 299583
DP METRA SC
691 LEE STREET
DES PLAINES, IL 60016
SHEET NUMBER:
SHEET TITLE:
DRAWN BY:AM
GMSAPPROVED BY:CHECKED BY:RH
CHECKED BY:GMS
ONCORDIA WIRELESS, INC.C
CONCORDIA, LTD
A PROFESSIONAL DESIGN FIRM
LICENSE # 3323-011- D.B.A.
361 RANDY ROAD
UNIT 101
CAROL STREAM,IL 60188
MAIN: (847) 981-0801
CHICAGO
SMSA
limited partnership
d/b/a VERIZON WIRELESS
(C) Concordia 2001-2020, Copyright Notice: These Documents/Drawings Are Produced by and Are Therefore The Intellectual Property of Concordia Group Of Companies. Do Not Copy, Reproduce, Reverse-Engineer or Replicate Any Parts of These Documents In any Manner Without Obtaining Written Consent From The Concordia Group.
NEW (15 12" X 25") BURIED QUAZITE HANDHOLE
FOR FIBER & POWER CONNECTIONS TO BE
FURNISHED BY FIBER PROVIDER & INSTALLED BY
LESSEE GC; LESSEE GC TO PROVIDE 30A IN-LINE
FUSES
1 EXISTING POLE ELEVATION - NORTHEAST
SCALE: 3/8"=1'-0" (3/8"=2'-0" IF 11X17 SHEET SIZE)
GRADE LEVEL
ELEV. 0'-0" (AGL)
BOTTOM OF EXISTING BANNER
ELEV. ±15'-2" (AGL)
TOP OF EXISTING BANNER
ELEV. ±19'-2" (AGL)
C.L. OF EXISTING FLAG BRACKET
ELEV. ±21'-11" (AGL)
C.L. OF EXISTING GFCI
ELEV. ±19'-8" (AGL)
TOP OF EXISTING LIGHT POLE
ELEV. ±30'-6" (AGL)
TOP OF EXISTING STREET LIGHT
(EXISTING OVERALL STRUCTURE HEIGHT)
ELEV. ±31'-10" (AGL)
GRADE LEVEL
ELEV. 0'-0" (AGL)
BOTTOM OF TRANSFERRED BANNER
ELEV. ±15'-0" (AGL)
TOP OF TRANSFERRED BANNER
ELEV. ±19'-0" (AGL)
C.L. OF TRANSFERRED FLAG BRACKET
ELEV. ±21'-9" (AGL)
C.L. OF TRANSFERRED GFI
ELEV. ±20'-0" (AGL)
C.L. OF TOP OF TRANSFERRED
STREET LIGHT ARM
ELEV. ±32'-6" (AGL)
ELEV. ±33'-0" (AGL)
TOP OF NEW LIGHT POLE
ELEV. ±35'-6" (AGL)
ELEV. ±37'-0" (AGL)
C.L. OF FUTURE
LESSEE ANTENNA
TOP OF FUTURE ANTENNA
(FUTURE OVERALL STRUCTURE HEIGHT)
ELEV.±38'-0" (AGL)
(2) NEW 1 1/4" Ø UNDERGROUND
HDPE SDR11 CONDUITS FROM
QUAZITE BOX TO POLE BASE;
CONDUITS TO BE TERMINATED 9"
ABOVE CONCRETE BASE
EXISTING POWER FEED TO
BE REROUTED TO NEW
POLE BY LESSEE GC
NEW LIGHT POLE
FOUNDATION TO BE
FURNISHED & INSTALLED
BY LESSEE GC
NEW LIGHT POLE SHOWING NEW LESSEE
EQUIPMENT (SEE MANUFACTURER'S
DRAWINGS - DESIGN BY OTHERS)
(1) FUTURE LESSEE
ANTENNA TO BE MOUNTED
ON NEW LIGHT POLE
EXISTING LIGHT
FIXTURE
TRANSFERRED TO
NEW POLE BY
LESSEE GC
NEW 3"x5" HANDHOLE
PORT FOR CABLE ROUTING
C.L. @ ELEV. ±32'-0" (AGL)
NEW 3"x5" HANDHOLE PORT FOR
CABLE ROUTING
C.L. @ ELEV. ±26'-0" (AGL)
GRADE LEVEL
ELEV. 0'-0" (AGL)
BOTTOM OF TRANSFERRED BANNER
ELEV. ±15'-0" (AGL)
TOP OF TRANSFERRED BANNER
ELEV. ±19'-0" (AGL)
C.L. OF TRANSFERRED FLAG BRACKET
ELEV. ±21'-9" (AGL)
C.L. OF TRANSFERRED GFI
ELEV. ±20'-0" (AGL)
C.L. OF TOP OF TRANSFERRED
STREET LIGHT ARM
ELEV. ±32'-6" (AGL)
ELEV. ±33'-0" (AGL)
TOP OF NEW LIGHT POLE
ELEV. ±35'-6" (AGL)
ELEV. ±37'-0" (AGL)
C.L. OF FUTURE
LESSEE ANTENNA
TOP OF FUTURE ANTENNA
(NEW OVERALL STRUCTURE HEIGHT)
ELEV.±38'-0" (AGL)
(2) NEW 1 1/4" Ø UNDERGROUND
HDPE SDR11 CONDUITS FROM
QUAZITE BOX TO POLE BASE;
CONDUITS TO BE TERMINATED 9"
ABOVE CONCRETE BASE
EXISTING POWER FEED TO
BE REROUTED TO NEW
POLE BY LESSEE GC
NEW LIGHT POLE
FOUNDATION TO BE
FURNISHED & INSTALLED
BY LESSEE GC
NEW LIGHT POLE SHOWING NEW LESSEE
EQUIPMENT (SEE MANUFACTURER'S
DRAWINGS - DESIGN BY OTHERS)
(1) FUTURE LESSEE
ANTENNA TO BE MOUNTED
ON NEW LIGHT POLE
EXISTING LIGHT FIXTURE
TRANSFERRED TO NEW
POLE BY LESSEE GC
NEW 3"x5" HANDHOLE
PORT FOR CABLE ROUTING
C.L. @ ELEV. ±32'-0" (AGL)
NEW 3"x5" HANDHOLE PORT FOR
CABLE ROUTING
C.L. @ ELEV. ±26'-0" (AGL)
2 PROPOSED POLE ELEVATION - NORTHEAST
SCALE: 3/8"=1'-0" (3/8"=2'-0" IF 11X17 SHEET SIZE)3 PROPOSED POLE ELEVATION - SOUTHEAST
SCALE: 3/8"=1'-0" (3/8"=2'-0" IF 11X17 SHEET SIZE)
1. STRUCTURAL/ DESIGN & ANALYSIS SHALL BE APPROVED BY POLE
OWNER AND MANUFACTURER (DESIGN BY OTHERS)
2. CONTRACTOR TO THOROUGHLY REVIEW THE POLE STRUCTURAL
ANALYSIS FOR INFORMATION PERTAINING TO POLE, MOUNTING TYPES,
ANTENNA HEIGHTS, AND CABLE ROUTING, ANY OTHER DISCREPANCIES
BETWEEN THE DRAWINGS, STRUCTURAL ANALYSIS, AND POLE PLANS
SHOULD BE BROUGHT TO THE ATTENTION OF THE PROJECT MANAGER
PRIOR TO BIDDING AND INSTALLATION.
SPECIAL NOTES:NOTES:
1. GC TO TERMINATE ALL UNUSED PORTS
WITH LOADS OF RETURN LOSS>32dB
2. GROUNDING NOT SHOWN FOR
CLARITY; SEE SHEET G-1 FOR DETAILS
C.L. OF NEW LESSEE RADIO W/
INTEGRATED ANTENNA
(3) NEW LESSEE RADIOS
W/INTEGRATED ANTENNAS TO BE
MOUNTED TO NEW LIGHT POLE
EXTENSION
(3) NEW LESSEE RADIOS
W/INTEGRATED ANTENNAS TO BE
MOUNTED TO NEW LIGHT POLE
EXTENSION
C.L. OF NEW LESSEE RADIO W/
INTEGRATED ANTENNA
ELEV. ±27'-6" (AGL)
C.L. OF FUTURE DUAL RADIO
SUPPORT UNITS
ELEV. ±27'-6" (AGL)
C.L. OF FUTURE DUAL RADIO
SUPPORT UNITS
(2) FUTURE LESSEE DUAL RADIO
SUPPORT UNITS W/(2) RADIOS
W/INTEGRATED ANTENNAS
BANDED TO THE POLE
(2) FUTURE LESSEE DUAL RADIO
SUPPORT UNITS W/(2) NEW
RADIOS ANTENNAS BANDED TO
THE POLE
6' LIGHT ARM
6' LIGHT ARM
TOP OF EXISTING SIGN
ELEV. ±6'-4" (AGL)
BOTTOM OF EXISTING SIGN
ELEV. ±4'-4" (AGL)
TOP OF TRANSFERRED SIGN
ELEV. ±6'-4" (AGL)
BOTTOM OF
TRANSFERRED SIGN
ELEV. ±4'-4" (AGL)
TOP OF TRANSFERRED SIGN
ELEV. ±6'-4" (AGL)
BOTTOM OF TRANSFERRED SIGN
ELEV. ±4'-4" (AGL)
C.L. OF NEW SERVICE DISCONNECT
BREAKER BOX & FIBER ENCLOSURE
ELEV. ±13'-8" (AGL)
C.L. OF NEW SERVICE DISCONNECT
BREAKER BOX & FIBER ENCLOSURE
ELEV. ±13'-8" (AGL)
NEW FIBER BOX, FURNISHED &
INSTALLED BY LESSEE GC
NEW FIBER BOX, FURNISHED &
INSTALLED BY LESSEE GC
NEW SERVICE DISCONNECT
BREAKER BOX
NOTE:
1. GC TO PAINT ALL NEW EQUIPMENT & CABLING UNIFORMLY TO MATCH POLE COLOR &
SURROUNDING ENVIRONS (PAINT: BLACK, COLOR (SW 6691) OR APPROVED
EQUIVALENT)
2. GC TO USE RF ALLOWABLE PAINT (NO METALLIC/LEAD-BASED PAINT ALLOWED) TO
PAINT LAA/CBRS UNITS
3. GC TO APPLY 3M FILM TO ANTENNAS: HYDROPHOBIC MMW, ANTENNA WRAP, IN
CUSTOM COLOR TO MATCH KRYLON FUSION (COLOR SW 6691 "BLACK")
(1) NEW 3"Ø UNDERGROUND
HDPE SDR11 CONDUIT FROM
FUTURE CABINET TO NEW LIGHT
POLE BASE FOR (4) COAX
JUMPERS; CONDUITS TO BE
TERMINATED 9" ABOVE
CONCRETE BASE
(1) NEW 3"Ø UNDERGROUND
HDPE SDR11 CONDUIT FROM
FUTURE CABINET TO NEW LIGHT
POLE BASE FOR (4) COAX
JUMPERS; CONDUITS TO BE
TERMINATED 9" ABOVE
CONCRETE BASE
(2) 1-1/2"Ø NEW POLE OPENINGS FOR
INCOMING POWER & FIBER SERVICE
NEW 2.5"x5" HANDHOLE PORT FOR
CABLE ROUTING
C.L. @ ELEV. ±12'-9" (AGL)
NEW 2.5"x5" HANDHOLE PORT FOR
CABLE ROUTING
C.L. @ ELEV. ±12'-9" (AGL)
NEW 4"x6.5" HANDHOLE
EXHIBIT B - Site Plan of Proposed Verizon Electrical Line Installation
Exhibit A Page 42 of 42
COMMUNITY AND ECONOMIC
DEVELOPMENT DEPARTMENT
1420 Miner Street
Des Plaines, IL 60016
P: 847.391.5380
desplaines.org
Date: April 14, 2022
To: Michael G. Bartholomew, City Manager
From: Ryan Johnson, Assistant Director of Community and Economic Development
Cc: John T. Carlisle, AICP, Director of Community & Economic Development
Subject: Health Inspection Professionals, Inc. – Professional Service Agreement
Issue: In February, the Community and Economic Development Department (CED) issued a Request for
Qualifications (RFQ) to retain a third-party health inspection service firm for a long-term, multi-year contract.
The City currently utilizes the services of TPI Building Code Consultants, Inc. on a temporary basis for health
inspections and health plan reviews.
Analysis: The City conducts approximately 650 regular food preparation safety inspections, 20 kitchen plan
reviews, and fields approximately ten foodborne illness complaints per year. The City’s health inspection
services RFQ on February 11, 2022 was made public on the City’s website and was published in a local
newspaper. Three responses were received to the RFQ in time for the March 4, 2022 deadline. Staff reviewed
the responses, conducted interviews with each firm, and contacted references. Staff subsequently determined
that Health Inspection Professionals, Inc. offered an approach that would best suit the needs of City, with
competitive hourly rates, flexibility for special event inspections, and effective methods for guiding local
establishments towards compliance with applicable health codes.
City staff is requesting a professional service agreement with Health Inspection Professionals, Inc. at an hourly
rate of $65.00 for inspections and plan reviews, and $40.00 per hour for Administrative Duties, in an amount
not to exceed $95,000 annually, which would be prorated to $63,650 for eight months of service in 2022. This
amount has been budgeted under Professional Services for 2022.
Recommendation: We recommend approval of the professional services agreement with Health Inspection
Professionals, Inc. in an amount not to exceed $63,650, for the term of May 3, 2022 through December 31,
2022, with the option for a two-year renewal upon completion of the initial term, at an annual not-to-exceed
amount of $95,000.
Attachment:
Attachment 1: Resolution R-87-22
MEMORANDUM
Page 1 of 21
CONSENT AGENDA #5.
CITY OF DES PLAINES
RESOLUTION R - 87 - 22
A RESOLUTION APPROVING AN AGREEMENT WITH
HEALTH INSPECTION PROFESSIONALS, INC. FOR HEALTH
INSPECTION SERVICES._________________________________
WHEREAS, Article VII, Section 10 of the 1970 Illinois Constitution authorizes the City
to contract with individuals, associations, and corporations in any manner not prohibited by law
or ordinance; and
WHEREAS, the Community and Economic Development Department requested
proposals for the procurement of health inspection services as such services are needed by the City
on an as-needed basis (collectively, “Services”); and
WHEREAS, the City has determined that the proposal submitted by Health Inspection
Professionals, Inc. ("Vendor”) is the most appropriate for the provision of the Services to the City;
and
WHEREAS, the City desires to enter into a one-year agreement with Vendor for the
provision of the Services in the not-to-exceed amount of $95,000 (“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 Services;
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 Agreement with Vendor for the
Services in an amount not to exceed $95,000.00 is hereby approved in substantially the form
attached as Exhibit A, and in a final form approved by the General Counsel.
SECTION 3: EXECUTION. The City Council hereby authorizes and directs the City
Manager and City Clerk to execute and seal, on behalf of the City, the final Agreement only after
receipt by the City Clerk of at least two executed copies of the Agreement from Vendor; provided,
however, that if the City Clerk does not receive such executed copies of the Agreement from
Vendor within 60 days after the date of adoption of this Resolution, then this authority to execute
and seal the Agreement shall, 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.
[SIGNATURE PAGE FOLLOWS]
Page 2 of 21Attachment 1
PASSED this _____ day of ____________, 2022.
APPROVED this _____ day of _____________, 2022.
VOTE: AYES _____ NAYS _____ ABSENT _____
MAYOR
ATTEST: Approved as to form:
CITY CLERK Peter M. Friedman, General Counsel
Page 3 of 21Attachment 1
CITY OF DES PLAINES
PROFESSIONAL SERVICES AGREEMENT
FOR HEALTH PLAN REVIEW AND INSPECTION SERVICES
THIS AGREEMENT is dated as of the ____ day of ___________, 2022 (“Agreement”)
and is by and between the CITY OF DES PLAINES, an Illinois home rule municipal corporation
(“City”) and the Consultant identified in Subsection 1A below.
IN CONSIDERATION OF the recitals and the mutual covenants and agreements set forth
in the Agreement, and pursuant to the City’s statutory and home rule powers, the parties agree
as follows:
SECTION 1. CONSULTANT.
A.Engagement of Consultant. The City desires to engage the Consultant identified
below to provide all necessary professional consulting services and to perform the work in
connection with the project identified below:
Health Inspection Professionals, Inc. (“Consultant”)
411 East Central Ave.
Lombard, IL 60148
Telephone: (224) 257-0774
Email: healthinspectpros@gmail.com
B.Project Description. Rendering of health plan reviews and health inspection
services including, without limitation, commercial kitchen and food processing areas; plumbing;
restaurant exhaust hoods; special events; temporary food permits; foodborne illness complaints;
miscellaneous food service complaints; routine follow up inspections; building permit health
inspections; health and food-related service inquiries (collectively, “Services”).
C.Representations of Consultant. The Consultant has submitted to the City a
Scope of Services that further describes the services to be provided by the Consultant, a copy of
which is attached as Exhibit A to this Agreement (“Scope of Services”). The Consultant
represents that it is financially solvent, has the necessary financial resources, and is sufficiently
experienced and competent to perform and complete the professional consulting services set
forth in Exhibit A in a manner consistent with the standards of profession affordable al practice by
recognized consulting firms providing services of a similar nature.
D.Agreement Amount. The total amount billed by the Consultant for the Services
under this Agreement shall not exceed $95,000 annually, at the unit prices outlined in Scope of
Services, including reimbursable expenses as identified in the Scope of Work, unless amended
pursuant to Subsection 8A of this Agreement. The first year of this Agreement shall be prorated
for eight (8) months of Service at a total amount that shall not exceed $63,650.
SECTION 2. SCOPE OF SERVICES.
A.Retention of the Consultant. The City retains the Consultant to perform, and the
Consultant agrees to perform, the Services.
B.Services. The Consultant shall provide the Services pursuant to the terms and
conditions of this Agreement.
Page 4 of 21Exhibit A
C. Commencement; Time of Performance. The Consultant shall commence the
Services on May 3, 2022 upon receipt of written notice from the City that this Agreement has been
fully executed by the Parties (the “Commencement Date”). The Consultant shall diligently and
continuously prosecute the Services until December 31, 2022 (“Time of Performance”). The
City and the Consultant may choose to renew this Agreement for a subsequent two-year term,
extending Services from January 1, 2023 until December 31, 2024.
D. Reporting. The Consultant shall regularly report to the City Manager, or his
designee, regarding the progress of the Services during the term of this Agreement. The City
Manager’s designee shall be the person identified in Section 8.D to receive notice, unless the City
Manager otherwise designates in writing.
SECTION 3. COMPENSATION AND METHOD OF PAYMENT.
A. Agreement Amount. The total amount billed for the Proposal and paid by the City
during the term of this Agreement shall not exceed the amount identified as the Agreement
Amount in Subsection 1D of this Agreement, without the prior express written authorization of the
City.
B. Invoices and Payment. The Consultant shall be paid as provided in Exhibit A.
The Consultant shall submit invoices to the City in an approved format for those portions of the
Services performed and completed by the Consultant. The amount billed in any such invoice
shall be based on the method of payment set forth in the Scope of Services. The City shall pay
to the Consultant the amount billed in accordance with the Illinois Local Government Prompt
Payment Act, 50 ILCS 505/1 et seq.
C. Records. The Consultant shall maintain records showing actual time devoted and
costs incurred, and shall permit the City or its authorized representative to inspect and audit all
data and records of the Consultant for work done under the Agreement. The records shall be
made available to the City at reasonable times during the Agreement period, and for three years
after the termination of the Agreement.
D. Claim in Addition to Agreement Amount. If the Consultant wishes to make a
claim for additional compensation as a result of action taken by the City, the Consultant shall
provide written notice to the City of such claim within 7 days after occurrence of such action as
provided by Subsection 8D of this Agreement, and no claim for additional compensation shall be
valid unless made in accordance with this Subsection. Any changes in the Agreement Amount
shall be valid only upon written amendment pursuant to Subsection 8A of this Agreement.
Regardless of the decision of the City relative to a claim submitted by the Consultant, the
Consultant shall proceed with all of the work required to complete the Services under this
Agreement as determined by the City without interruption.
E. Taxes, Benefits and Royalties. The Agreement Amount includes all applicable
federal, state, and local taxes of every kind and nature applicable to the Services as well as all
taxes, contributions, and premiums for unemployment insurance, old age or retirement benefits,
pensions, annuities, or similar benefits and all costs, royalties and fees arising from the use on,
or the incorporation into, the Services, of patented or copyrighted equipment, materials, supplies,
tools, appliances, devices, processes, or inventions. All claim or right to claim additional
compensation by reason of the payment of any such tax, contribution, premium, costs, royalties,
or fees is hereby waived and released by Consultant.
Page 5 of 21Exhibit A
F. Final Acceptance. The Services, or, if the Services are to be performed in
separate phases, each phase of the Services, shall be considered complete on the date of final
written acceptance by the City of the Services or each phase of the Services, as the case may
be, which acceptance shall not be unreasonably withheld or delayed.
SECTION 4. PERSONNEL; SUBCONTRACTORS.
A. Key Project Personnel. The Key Project Personnel identified in Exhibit A, or
otherwise provided by the Consultant, shall be primarily responsible for carrying out the Services
on behalf of the Consultant. Consultant shall notify the City as soon as practicable following
resignation or termination of Key Project Personnel. No new Key Project Personnel shall be
reassigned or added without the City’s prior written approval.
B. Availability of Personnel. The Consultant shall provide all personnel necessary
to complete the Services including, without limitation, any Key Project Personnel identified in this
Agreement. The Consultant shall notify the City as soon as practicable prior to terminating the
employment of, reassigning, or receiving notice of the resignation of, any Key Project Personnel.
The Consultant shall have no claim for damages and shall not bill the City for additional time and
materials charges as the result of any portion of the Services which must be duplicated or redone
due to such termination or for any delay or extension of the Time of Performance as a result of
any such termination, reassigning, or resignation.
C. Approval and Use of Subcontractors. The Consultant shall perform the
Services with its own personnel and under the management, supervision, and control of its own
organization unless otherwise approved by the City in writing. All subcontractors and
subcontracts used by the Consultant shall be acceptable to, and approved in advance by, the
City. The City’s approval of any subcontractor or subcontract shall not relieve the Consultant of
full responsibility and liability for the provision, performance, and completion of the Services as
required by the Agreement. All Services performed under any subcontract shall be subject to all
of the provisions of this Agreement in the same manner as if performed by employees of the
Consultant. For purposes of this Agreement, the term “Consultant” shall be deemed also to refer
to all subcontractors of the Consultant, and every subcontract shall include a provision binding
the subcontractor to all provisions of this Agreement.
D. Removal of Personnel and Subcontractors. If any personnel or subcontractor
fails to perform the Services in a manner satisfactory to the City, the Consultant shall immediately
upon notice from the City remove and replace such personnel or subcontractor. The Consultant
shall have no claim for damages, for compensation in excess of the amount contained in this
Agreement or for a delay or extension of the Time of Performance as a result of any such removal
or replacement.
SECTION 5. CONFIDENTIAL INFORMATION.
A. Confidential Information. The term “Confidential Information” shall mean
information in the possession or under the control of the City relating to the technical, business or
corporate affairs of the City; City property; user information, including, without limitation, any
information pertaining to usage of the City's computer system, including and without limitation,
any information obtained from server logs or other records of electronic or machine readable form;
and the existence of, and terms and conditions of, this Agreement. City Confidential Information
shall not include information that can be demonstrated: (i) to have been rightfully in the
possession of the Consultant from a source other than the City prior to the time of disclosure of
Page 6 of 21Exhibit A
said information to the Consultant under this Agreement (“Time of Disclosure”); (ii) to have
been in the public domain prior to the Time of Disclosure; (iii) to have become part of the public
domain after the Time of Disclosure by a publication or by any other means except an
unauthorized act or omission or breach of this Agreement on the part of the Consultant or the
City; or (iv) to have been supplied to the Consultant after the Time of Disclosure without restriction
by a third party who is under no obligation to the City to maintain such information in confidence.
B. No Disclosure of Confidential Information by the Consultant. The Consultant
acknowledges that it shall, in performing the Services for the City under this Agreement, have
access to or be directly or indirectly exposed to Confidential Information. The Consultant shall
hold confidential all Confidential Information and shall not disclose or use such Confidential
Information without express prior written consent of the City. The Consultant shall use reasonable
measures at least as strict as those the Consultant uses to protect its own confidential information.
Such measures shall include, without limitation, requiring employees and subcontractors of the
Consultant to execute a non-disclosure agreement before obtaining access to Confidential
Information.
SECTION 6. STANDARD OF CARE; INDEMNIFICATION; INSURANCE.
A. Standard of Care for Services. The Consultant represents and certifies that the
Services shall be performed in accordance with the highest standards of professional practice,
care, and diligence practiced by recognized consulting firms in performing services of a similar
nature in existence at the Time of Performance. The representations and certifications expressed
shall be in addition to any other representations and certifications expressed in this Agreement,
or expressed or implied by law, which are hereby reserved unto the City.
B. Indemnification. The Consultant shall, without regard to the availability or
unavailability of any insurance, either of the City or the Consultant, indemnify, save harmless, and
defend the City, and its officials, employees, agents, and attorneys against any and all lawsuits,
claims, demands, damages, liabilities, losses, and expenses, including attorneys’ fees and
administrative expenses, that arise, or may be alleged to have arisen, out of or in connection with,
the Consultant’s performance of, or failure to perform, the Services or any part thereof, or any
failure to meet the representations and certifications pursuant to Subsection 6.A of this Agreement
(but not the performance or failure of a contractor not retained by Consultant), whether or not due
or claimed to be due in whole or in part to the active, passive, or concurrent negligence or fault of
the Consultant, except to the extent caused by the sole negligence of the City.
C. Insurance. Contemporaneous with the Consultant’s execution of this Agreement,
the Consultant shall provide certificates and policies of insurance, all with coverages and limits
acceptable to the City, and evidencing at least the minimum insurance coverages and limits as
set forth in Exhibit B to this Agreement. For good cause shown, the City Manager 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 the City Manager may impose in the
exercise of his sole discretion. Such certificates and policies shall be in a form acceptable to the
City and from companies with a general rating of A minus, and a financial size category of Class
X or better, in Best's Insurance Guide. Such insurance policies shall provide that no change,
modification in, or cancellation of, any insurance shall become effective until the expiration of 30
days after written notice thereof shall have been given by the insurance company to the City. The
Consultant shall, at all times during the term of this Agreement, maintain and keep in force, at the
Consultant’s expense, the insurance coverages provided above, including, without limitation, at
Page 7 of 21Exhibit A
all times while correcting any failure to meet the warranty requirements of Subsection 6A,
Warranty of Services, of this Agreement.
D. No Personal Liability. No elected or appointed official, or employee of the City
shall be personally liable, in law or in contract, to the Consultant as the result of the execution of
this Agreement.
SECTION 7. CONSULTANT AGREEMENT GENERAL PROVISIONS.
A. Relationship of the Parties. The Consultant shall act as an independent
contractor in providing and performing the Services. Nothing in, nor done pursuant to, this
Agreement shall be construed (i) to create the relationship of principal and agent, employer and
employee, partners, or joint venturers between the City and Consultant; or (ii) to create any
relationship between the City and any subcontractor of the Consultant.
B. Conflict of Interest. The Consultant represents and certifies that, to the best of its
knowledge, (1) no elected or appointed City official, employee or agent is interested in the
business of the Consultant or in this Agreement, or has personally received payment or other
consideration for this Agreement; (2) as of the date of this Agreement neither the Consultant nor
any person employed or associated with the Consultant has any interest that would conflict in any
manner or degree with the performance of the obligations under this Agreement; and (3) neither
the Consultant nor any person employed by or associated with the Consultant shall at any time
during the term of this Agreement obtain or acquire any interest that would conflict in any manner
or degree with the performance of the obligations under this Agreement.
C. No Collusion. The Consultant represents and certifies that the Consultant is not
barred from contracting with a unit of state or local government as a result of (i) a delinquency in
the payment of any tax administered by the Illinois Department of Revenue unless the Consultant
is contesting, in accordance with the procedures established by the appropriate revenue act, its
liability for the tax or the amount of the tax, as set forth in Section 11-42.1-1 et seq. of the Illinois
Municipal Code, 65 ILCS 5/11-42.1-1 et seq.; or (ii) 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. The Consultant
represents that the only persons, firms, or corporations interested in this Agreement as principals
are those disclosed to the City prior to the execution of this Agreement, and that this Agreement
is made without collusion with any other person, firm, or corporation. If at any time it shall be
found that the Consultant has, in procuring this Agreement, colluded with any other person, firm,
or corporation, then the Consultant shall be liable to the City for all loss or damage that the City
may suffer, and this Agreement shall, at the City’s option, be null and void.
D. Sexual Harassment Policy. The Consultant certifies that it has a written sexual
harassment policy in full compliance with Section 2-105(A)(4) of the Illinois Human Rights Act,
775 ILCS 5/2-105(A)(4).
E. Patriot Act Compliance. The Consultant represents and warrants to the City that
neither it nor any of its principals, shareholders, members, partners, or affiliates, as applicable, is
a person or entity named as a Specially Designated National and Blocked Person (as defined in
Presidential Executive Order 13224) and that it is not acting, directly or indirectly, for or on behalf
of a Specially Designated National and Blocked Person. The Consultant further represents and
warrants to the City that the Consultant and its principals, shareholders, members, partners, or
affiliates, as applicable, are not, directly or indirectly, engaged in, and are not facilitating, the
transactions contemplated by this Agreement on behalf of any person or entity named as a
Page 8 of 21Exhibit A
Specially Designated National and Blocked Person. The Consultant hereby agrees to defend,
indemnify and hold harmless the City, its corporate authorities, and all City elected or appointed
officials, officers, employees, agents, representatives, engineers, and attorneys, from and against
any and all claims, damages, losses, risks, liabilities, and expenses (including reasonable
attorneys' fees and costs) arising from or related to any breach of the representations and
warranties in this subsection.
F. Termination. Notwithstanding any other provision hereof, the City may terminate
this Agreement at any time upon 15 days prior written notice to the Consultant. In the event that
this Agreement is so terminated, the Consultant shall be paid for Services actually performed and
reimbursable expenses actually incurred or reasonable expenses that Consultant is legally
obligated to pay, if any, prior to termination, not exceeding the value of the Services completed
as determined as provided in Exhibit A.
G. Term. The Time of Performance of this Agreement, unless terminated pursuant
to the terms of this Agreement, shall expire on the date the City Manager determines that all of
the Services under this Agreement, including warranty services, are completed. A determination
of completion shall not constitute a waiver of any rights or claims which the City may have or
thereafter acquire with respect to any breach hereof by the Consultant or any right of
indemnification of the City by the Consultant.
H. Compliance with Laws and Grants. Consultant shall give all notices, pay all fees,
and take all other action that may be necessary to ensure that the Services are 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 Services, and with all applicable statutes, ordinances, rules, and regulations,
including without limitation the Fair Labor Standards Act; any statutes regarding qualification to
do business; any statutes prohibiting discrimination because of, or requiring 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., and
the Illinois Human Rights Act, 775 ILCS 5/1-101 et seq. Consultant shall also comply with all
conditions of any federal, state, or local grant received by Owner or Consultant with respect to
this Contract or the Services.
Consultant shall be solely liable for any fines or civil penalties that are imposed by any
governmental or quasi-governmental agency or body that may arise, or be alleged to have arisen,
out of or in connection with Consultant’s, or its subcontractors’, performance of, or failure to
perform, the Services or any part thereof.
Every provision of law required by law to be inserted into this Contract shall be deemed to
be inserted herein.
I. Default. If it should appear at any time that the Consultant has failed or refused
to prosecute, or has delayed in the prosecution of, the Services with diligence at a rate that
assures completion of the Services in full compliance with the requirements of this Agreement, or
has otherwise failed, refused, or delayed to perform or satisfy the Services or any other
requirement of this Agreement (“Event of Default”), and fails to cure any such Event of Default
within ten business days after the Consultant’s receipt of written notice of such Event of Default
from the City, then the City shall have the right, without prejudice to any other remedies provided
by law or equity, to pursue any one or more of the following remedies:
Page 9 of 21Exhibit A
1. Cure by Consultant. The City may require the Consultant, within a
reasonable time, to complete or correct all or any part of the Services that are the subject
of the Event of Default; and to take any or all other action necessary to bring the Consultant
and the Services into compliance with this Agreement.
2. Termination of Agreement by City. The City may terminate this
Agreement without liability for further payment of amounts due or to become due under
this Agreement.
3. Withholding of Payment by City. The City may withhold from any
payment, whether or not previously approved, or may recover from the Consultant, any
and all costs, including attorneys’ fees and administrative expenses, incurred by the City
as the result of any Event of Default by the Consultant or as a result of actions taken by
the City in response to any Event of Default by the Consultant.
J. No Additional Obligation. The Parties acknowledge and agree that the City is
under no obligation under this Agreement or otherwise to negotiate or enter into any other or
additional contracts or agreements with the Consultant, or with any vendor solicited or
recommended by the Consultant.
K. City Council Authority. Notwithstanding any provision of this Agreement, any
negotiations or agreements with, or representations by the Consultant to vendors shall be subject
to the approval of the City Council. The City shall not be liable to any vendor or other third party
for any agreements made by the Consultant, purportedly on behalf of the City, without the
knowledge and approval of the City Council.
L. Mutual Cooperation. The City agrees to cooperate with the Consultant in the
performance of the Services, including meeting with the Consultant and providing the Consultant
with such non-confidential information that the City may have that may be relevant and helpful to
the Consultant’s performance of the Services. The Consultant agrees to cooperate with the City
in the performance of the Services to complete the Work and with any other consultants engaged
by the City.
M. News Releases. The Consultant shall not issue any news releases or other public
statements regarding the Services without prior written approval from the City Manager.
N. Ownership. Designs, drawings, plans, specifications, photos, reports,
information, observations, calculations, notes, and any other documents, data, or information, in
any form, prepared, collected, or received by the Consultant in connection with any or all of the
Services to be performed under this Agreement (“Documents”) shall be and remain the
exclusive property of the City. At the City’s request, or upon termination of this Agreement, the
Consultant shall cause the Documents to be promptly delivered to the City.
O. City Data. The City has developed various types of data and information, such as
digital map information through Geographic Information Systems Technology and through
Auto CAD and other methods (collectively “City Data”) concerning the real property located
within the City. If requested to do so by the Consultant, the City agrees to supply the Consultant
with a digital copy of the City Data, subject to the following conditions:
1. Limited Access to City Data. The City Data provided by the City shall be
limited to the scope of the Work that the Consultant is to provide for the City;
Page 10 of 21Exhibit A
2. Purpose of City Data. The Consultant shall limit its use of the City Data
to its intended purpose of furtherance of the Work; and
3. Agreement with Respect to City Data. The Consultant does hereby
acknowledge and agree that:
a. Trade Secrets of the City. The City Data constitutes proprietary materials
and trade secrets of the City and, shall remain the property of the City;
b. Consent of City Required. The Consultant will not provide or make
available the City Data in any form to anyone without the prior written consent of the City
Manager;
c. Supply to City. At the request of the City, the Consultant shall supply the
City with any and all information that may have been developed by the Consultant based
on the City Data;
d. No Guarantee of Accuracy. The City makes no guarantee as to the
accuracy, completeness, or suitability of the City Data in regard to the Consultant’s
intended use thereof; and
e. Discontinuation of Use. At such time as the Services have been
completed to the satisfaction of the City, the Consultant shall cease its use of the City Data
for any purpose whatsoever; and, upon request, an authorized representative of the City
shall be afforded sufficient access to the Consultant’s premises and data processing
equipment to verify that all use of the City Data has been discontinued.
P. Non-Solicitation of Employees. In consideration of the mutual promises
contained in this Agreement, including the understanding that the Consultant will be providing the
City with consultants specially-trained by the Consultant and who will utilize the Consultant’s
confidential information and trade secrets, and in recognition that the services to be rendered to
the City by the Consultant are of a special and unique character, the City covenants, warrants
and agrees that during the period of time that any individual employee of the Consultant provides
consultation to the City and for a period of one (1) year following the last day in which any such
employee provides such consulting services for the City, the City shall not, either directly or
indirectly, without the prior written consent of the Consultant, solicit, induce or otherwise offer
employment to, or engage in discussions regarding employment with, any such Consultant
employee, or assist any third party with respect to any of these actions, unless that Consultant
employee has been separated from his or her employment or other relationship with the
Consultant for a period of six (6) consecutive months.
SECTION 8. GENERAL PROVISIONS.
A. Amendment. No amendment or modification to this Agreement shall be effective
unless and until such amendment or modification is in writing, properly approved in accordance
with applicable procedures, and executed.
B. Assignment. This Agreement may not be assigned by the City or by the
Consultant without the prior written consent of the other party.
Page 11 of 21Exhibit A
C. Binding Effect. The terms of this Agreement shall bind and inure to the benefit of
the Parties hereto and their agents, successors, and assigns.
D. Notice. Any notice or communication required or permitted to be given under this
Agreement shall be in writing and shall be delivered (i) personally, (ii) by a reputable overnight
courier, (iii) by certified mail, return receipt requested, and deposited in the U.S. Mail, postage
prepaid, (iv) by facsimile, or (v) by electronic internet mail (“e-mail”). Facsimile notices shall be
deemed valid only to the extent that they are (a) actually received by the individual to whom
addressed and (b) followed by delivery of actual notice in the manner described in either (i), (ii),
or (iii) above within three business days thereafter at the appropriate address set forth below. E-
mail notices shall be deemed valid and received by the addressee thereof when delivered by e-
mail and (a) opened by the recipient on a business day at the address set forth below, and (b)
followed by delivery of actual notice in the manner described in either (i), (ii) or (iii) above within
three business days thereafter at the appropriate address set forth below. Unless otherwise
expressly provided in this Agreement, notices shall be deemed received upon the earlier of (a)
actual receipt; (b) one business day after deposit with an overnight courier as evidenced by a
receipt of deposit; or (c) three business days following deposit in the U.S. mail, as evidenced by
a return receipt. By notice complying with the requirements of this Subsection, each Party shall
have the right to change the address or the addressee, or both, for all future notices and
communications to such party, but no notice of a change of addressee or address shall be
effective until actually received.
Notices and communications to the City shall be addressed to, and delivered at, the following
address:
City of Des Plaines
1420 Miner Street
Des Plaines, Illinois 60018
Attention: Michael Bartholomew, City Manager
E-mail: mbartholomew@desplaines.org
With a copy to:
Elrod Friedman LLP
325 N. LaSalle Street, Suite 450
Chicago, Illinois 60654
Attention: Brooke Lenneman
E-mail: brooke.lenneman@elrodfriedman.com
Notices and communications to the Consultant shall be addressed to, and delivered at, the
following address:
Health Inspection Professionals, Inc.
411 East Central Ave.
Lombard, IL 60148
Attention: Lynn Hoette
Telephone: (224) 257-0774
Email: healthinspectpros@gmail.com
E. Third Party Beneficiary. No claim as a third party beneficiary under this
Agreement by any person, firm, or corporation other than the Consultant shall be made or be valid
against the City.
Page 12 of 21Exhibit A
F. Provisions Severable. If any term, covenant, condition, or provision of this
Agreement is held by a court of competent jurisdiction to be invalid, void, or unenforceable, the
remainder of the provisions shall remain in full force and effect and shall in no way be affected,
impaired or invalidated.
G. Time. Time is of the essence in the performance of this Agreement.
H. Governing Laws. This Agreement shall be interpreted according to the internal
laws, but not the conflict of laws rules, of the State of Illinois.
I. Entire Agreement. This Agreement constitutes the entire agreement between the
parties and supersedes any and all previous or contemporaneous oral or written agreements and
negotiations between the City and the Consultant with respect to the Proposal and the Services.
J. Waiver. No waiver of any provision of this Agreement shall be deemed to or
constitute a waiver of any other provision of this Agreement (whether or not similar) nor shall any
such waiver be deemed to or constitute a continuing waiver unless otherwise expressly provided
in this Agreement.
K. Consents. Unless otherwise provided in this Agreement, whenever the consent,
permission, authorization, approval, acknowledgement, or similar indication of assent of any party
to this Agreement, or of any duly authorized officer, employee, agent, or representative of any
party to this Agreement, is required in this Agreement, the consent, permission, authorization,
approval, acknowledgement, or similar indication of assent shall be in writing.
L. Grammatical Usage and Construction. In construing this Agreement, pronouns
include all genders and the plural includes the singular and vice versa.
M. Headings. The headings, titles, and captions in this Agreement have been
inserted only for convenience and in no way define, limit, extend, or describe the scope or intent
of this Agreement.
N. Exhibits. Exhibits A and B are attached hereto, and by this reference incorporated
in and made a part of this Agreement. In the event of a conflict between the Exhibit and the text
of this Agreement, the text of this Agreement shall control.
O. Rights Cumulative. Unless expressly provided to the contrary in this Agreement,
each and every one of the rights, remedies, and benefits provided by this Agreement shall be
cumulative and shall not be exclusive of any other such rights, remedies, and benefits allowed by
law.
P. Counterpart Execution. This Agreement may be executed in several
counterparts, each of which, when executed, shall be deemed to be an original, but all of which
together shall constitute one and the same instrument.
[SIGNATURES FOLLOW ON NEXT PAGE]
Page 13 of 21Exhibit A
IN WITNESS WHEREOF, the Parties have executed this Agreement this ______
day of ________________, 2022.
ATTEST: CITY OF DES PLAINES
By: By:
City Clerk City Manager
ATTEST: CONSULTANT
By: By:
Title: Its:
Page 14 of 21Exhibit A
HEALTH INSPECTION
PROFESSIONALS, INC
Municipal Sanitarian
Services
Page 15 of 21Exhibit A
Health Inspection Professionals, Inc. 2
411 East Central Ave.
Lombard, IL 60148
Phone: 224-257-0774
E-Mail: HEALTHINSPECTPROS@GMAIL.COM
Web: HEALTHINSPECTIONPROFESSIONALS.COM
Health Inspections
When transitioning health inspections for a municipality, we review current
operations to determine whether any improvements can be made. For example,
reviewing current business license and fees to reduce or eliminate costs of
services incurred by municipality. Also, a review of current codes, federal, state
and local environmental and public health laws, to ensure implementation of a
compliant program.
Routine Inspections
An annual inspection schedule to meet and/or exceed the number of required
routine inspections is created at the beginning of the year. In general, high-r isk
Level 1 facilities receive three annual inspections, mid-level risk level 2
facilities receive two inspections, and low risk level 3 facilities receive one.
Follow up inspections vary depending on the reason for the follow up.
The average inspection time s vary depending on the size and type of facility.
The time required and frequency for follow-up inspections also varies depending
on the reason for the follow-up.
Emergencies, Complaints, Temporary Events
Response to food-borne illness emergencies ensues within the municipality’s
required timeframe. Our inspectors conduct investigations of food handling
practices, food handlers, and other potentially harm-causing factors. Results are
made available for epidemiologists, environmental health, and other public
health officials for ongoing risk mitigation.
Complaints receive a response within the municipality’s required timeframe as
well, and the establishment and/or incident is fully investigated.
Page 16 of 21Exhibit A
Health Inspection Professionals, Inc. 3
Reviews for permits and inspections for temporary food providers at events such
as carnivals and festivals are conducted as needed.
Performing Inspections
We perform inspections in accordance with all applicable codes, mandates, and
regulations to maintain public health and safety. Our process includes:
• Following municipality’s approved checklist
• Perform all measurement procedures, as required
• Issue written notices of code violations
• Conduct follow-up inspections
• Utilize an educational approach to our inspections which result in positive
interactions with food establishments
Health Plan Reviews, Licensing, and Other Duties
In addition to the services described above, our inspectors conduct plan reviews,
occupancy inspections, and consultations for food-related businesses and
establishments. Plan reviews are performed within and agreed upon time frame.
Other duties include:
• Review and approve forms
• Review of business licenses and fees
• Perform plan review and inspections for new, remodel and change of
ownership for food establishments
• Answer routine questions and provide general information
• Return phone calls within 24 hours
Page 17 of 21Exhibit A
Health Inspection Professionals, Inc. 4
Key Staff
Lynn Hoette
- A Licensed Environmental Health Practitioner, Ms. Hoette’s career in
Illinois at the DuPage County Health Department began in 2004 . She
currently performs Sanitarian services for several municipalities,
including the villages of Wilmette, Northbrook, and Glencoe. Her work
for these municipalities includes routine food establishment inspections,
follow-up inspections, complaint resolution, review and inspection for
temporary food events, plan review of new food establishments /
existing remodel / changes of ownership, investigate foodborne illness,
consultation with potential new facility owners, and providing general
information and answering questions. Ms. Hoette is the President of
Health Inspection Professionals.
Leonard Morelli
- Beginning in 2010, Mr. Morelli performed food safety inspections
throughout the Midwest. During that time he conducted food safety
audits for clients, teaching and coaching them to create safer and
healthier environments. In 2018 he joined Health Inspection
Professionals and performs health inspection duties that include routine
food establishment inspections, follow-up inspections, complaint
resolution, reviews and inspection for temporary food events,
investigate foodborne illness, providing food safety training, and
providing general information and answering question. He will be
taking the LEHP exam when the IDPH resumes reviewing applications.
Ramesh Patel
- Mr. Patel has worked in food sanitation for more than four decades. The
first half of his career focused on quality control and sanitation in the
food manufacturing industry in Illinois. In the early 2000s, his work
shifted to the public health sector and he currently performs health
inspection duties for municipalities in Illinois for Health Inspection
Professionals. His duties include routine food establishment
inspections, follow-up inspections, complaint resolution, review and
inspection for temporary food events, investigate foodborne illness,
Page 18 of 21Exhibit A
Health Inspection Professionals, Inc. 5
providing food safety training, and providing general information and
answering questions
Tim Schwarz
- Mr. Schwarz is a Licensed Environmental Health Practitioner. Mr.
Schwarz began his career at the DuPage County Health Department and
has been a Sanitarian for 20 years. He works part-time at Health
Inspection Professionals, Inc.
Page 19 of 21Exhibit A
Page 20 of 21Exhibit A
EXHIBIT B
INSURANCE COVERAGES
A. Worker’s Compensation and Employer’s Liability with limits not less than:
(1) Worker’s Compensation: Statutory;
(2) Employer’s Liability:
$500,000 injury-per occurrence
$500,000 disease-per employee
$500,000 disease-policy limit
Such insurance shall 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 $1,000,000 for vehicles owned, non-owned,
or rented.
All employees shall be included as insureds.
C. Comprehensive General Liability with coverage written on an “occurrence” basis and with
limits no less than:
$1,000,000 Bodily Injury and Property Damage Combined Single Limit
Coverage is to be written on an “occurrence” bases.
Coverages shall include:
- Broad Form Property Damage Endorsement
- Blanket Contractual Liability (must expressly cover the indemnity
provisions of the Contract)
D. Umbrella Policy. The required coverages may be in any combination of primary, excess,
and umbrella policies. Any excess or umbrella policy must provide excess coverage over
underlying insurance on a following-form basis such 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 such loss.
E. Owner as Additional Insured. Owner shall be named as an Additional Insured on all
policies except for:
Worker’s Compensation
Professional Liability
Each such additional Insured endorsement shall identify Owner as follows: City of Des
Plaines, including its City Council members and elected and appointed officials, its officers,
employees, agents, attorneys, consultants, and representatives.
F. Other Parties as Additional Insureds. In addition to Owner, the following parties shall be
named as additional insured on the following policies:
Additional Insured Policy or Policies
________________________ ______________________________
________________________ ______________________________
__________________ ______________________________
Page 21 of 21Exhibit A
PUBLIC WORKS AND
ENGINEERING DEPARTMENT
1111 Joseph J. Schwab Road
Des Plaines, IL 60016
P: 847.391.5464
desplaines.org
Date: April 20, 2022
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 – 2022 Contractual Asphalt Milling and Resurfacing Repairs
Issue: The 2022 City budget includes funding in the Street Maintenance Miscellaneous Contractual
Services Fund account for asphalt street patching repairs. Six bids were received and opened on April
14, 2022.
Analysis: The Public Works and Engineering Department annually conducts an evaluation of local
road conditions and determines the roads most suitable for asphalt patching repair maintenance.
The bid scope requires vendors to provide unit price for 2” (2-inch) asphalt milling and resurfacing
of approximately 7,145 square yards of deteriorated asphalt roadway. The bid summary is listed
below:
Company Total Bid Additional Location Cost
per Square Yard
Chicagoland Paving $142,906.80 $20.00
Schroeder Asphalt Services, Inc. $148,111.74 $20.00
J.A. Johnson Paving Co. $159,341.08 $22.30
Builders Paving, LLC $191,245.46 $15.69
Brothers Asphalt Paving, Inc. $250,090.05 $35.00
Metromex Contractors, Inc. $257,231.88 $36.00
Of the six bids received, Chicagoland Paving provided the lowest bid and they have successfully
completed similar patching projects for the City with favorable results.
Recommendation: We recommend award of the 2022 Contractual Asphalt Milling and
Resurfacing Repairs contract to Chicagoland Paving Contractors, Inc., 225 Telser Road, Lake Zurich,
MEMORANDUM
Page 1 of 20
CONSENT AGENDA #6.
IL 60047, in the amount of $142,906.80. Source of funding for this contract will be the Street
Maintenance Fund account (100-50-530-0000.6195).
Attachments:
Resolution R-88-22
Exhibit A – Contract
Page 2 of 20
1
CITY OF DES PLAINES
RESOLUTION R - 88 - 22
A RESOLUTION APPROVING AN AGREEMENT WITH
CHICAGOLAND PAVING CONTRACTORS, INC. FOR
CONTRACTURAL ASPHALT MILLING AND
RESURFACING REPAIRS. ________________________
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 Street Maintenance Fund for use by
the Public Works and Engineering Department during the 2022 fiscal year for asphalt milling and
resurfacing repairs of approximately 7,145 square yards of deteriorated asphalt roadway
("Work"); and
WHEREAS, pursuant to Chapter 10 of Title 1 of the of the City of Des Plaines City Code
and the City’s purchasing policy, the City solicited bids for the procurement of the Work; and
WHEREAS, the City received six bids, which were opened on April 14, 2022; and
WHEREAS, Chicagoland Paving Contractors, Inc. ("Vendor") submitted the lowest
responsible bid for the Work in an amount not to exceed $142,906.80 plus additional locations as
needed for a cost of $20.00 per square yard; and
WHEREAS, the City desires to enter into an agreement with Vendor for the Work at the
price proposed ("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 Work;
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 City Manager and the City Clerk to execute and seal, on behalf
of the City, the final Agreement.
Page 3 of 20
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 ____________, 2022.
APPROVED this _____ day of _____________, 2022.
VOTE: AYES _____ NAYS _____ ABSENT _____
MAYOR
ATTEST: Approved as to form:
CITY CLERK Peter M. Friedman, General Counsel
DP - Resolution Approving Agreement with Chicagoland Paving for Contractual Asphalt Milling and Resurfacing Repairs
Page 4 of 20
Exhibit A Page 5 of 20
Exhibit A Page 6 of 20
Exhibit A Page 7 of 20
Exhibit A Page 8 of 20
Exhibit A Page 9 of 20
Exhibit A Page 10 of 20
Exhibit A Page 11 of 20
Exhibit A Page 12 of 20
Exhibit A Page 13 of 20
Exhibit A Page 14 of 20
Exhibit A Page 15 of 20
Exhibit A Page 16 of 20
Exhibit A Page 17 of 20
Exhibit A Page 18 of 20
Exhibit A Page 19 of 20
Exhibit A Page 20 of 20
PUBLIC WORKS AND
ENGINEERING DEPARTMENT
1111 Joseph J. Schwab Road
Des Plaines, IL 60016
P: 847.391.5464
desplaines.org
Date: April 20, 2022
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 - 2022 Thermoplastic/Epoxy Pavement Markings and Raised Reflector
Pavement Marker Replacement—MFT 22-00000-06-GM
Issue: The approved 2022 budget includes funding for pavement markings. Three bids for this
service were received on April 14, 2022.
Analysis: The Public Works and Engineering Department contracts thermoplastic street lane
marking and raised reflective pavement marker replacement/repair each year based on a citywide
survey of existing markings. This project consists of removing and remarking centerlines, crosswalks,
stop bars, and parking lane lines. The bid specifications require vendors to provide unit prices for
over 68,000 feet of various sizes of pavement marking lines and replacement/repair of 38 raised
reflectors. A bid summary is listed below:
Company Total Contract Price
Superior Road Striping, Inc. $64,644.41
Precision Pavement Markings, Inc. $102,207.51
Marking Specialists Corporation $139,705.05
Recommendation: We recommend award of the 2022 Thermoplastic/Epoxy Pavement Markings
and Raised Reflector Pavement Marker Replacement – MFT-22-00000-06-GM to Superior Road
Striping, Inc., 1980 N. Hawthorne Avenue, Melrose Park, IL, in the amount of $64,644.41. Funding
for this project will be from Motor Fuel Tax, Other Services account (230-00-000-0000.6165).
Attachments:
Resolution R-89-22
Exhibit A – Contract
MEMORANDUM
Page 1 of 32
CONSENT AGENDA #7.
1
CITY OF DES PLAINES
RESOLUTION R - 89 - 22
A RESOLUTION APPROVING AN AGREEMENT WITH
SUPERIOR ROAD STRIPING, INC. FOR THE 2022
THERMOPLASTIC/EPOXY PAVEMENT MARKINGS AND
RAISED REFLECTOR PAVEMENT MARKER
REPLACEMENT PROJECT, MFT-22-00000-06-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 2022 fiscal year for the 2022
Thermoplastic/Epoxy Pavement Markings and Raised Reflector Pavement Marker Replacement
Project, MFT-22-00000-06-GM, which includes removing and remarking centerlines, crosswalks,
stop bars, and parking lane lines throughout 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 three bids, which were opened on April 14, 2022; and
WHEREAS, Superior Road Striping, Inc. ("Contractor") submitted the lowest
responsible bid in the amount of $64,644.41; 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 $64,644.41 ("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.
Page 2 of 32
2
SECTION 3: AUTHORIZATION TO EXECUTE CONTRACT. The City Council
hereby authorizes and directs the City Manager and the City Clerk to execute and seal, on behalf
of the City, the final Contract.
SECTION 4: EFFECTIVE DATE. This Resolution shall be in full force and effect from
and after its passage and approval according to law.
PASSED this _____ day of ____________, 2022.
APPROVED this _____ day of _____________, 2022.
VOTE: AYES _____ NAYS _____ ABSENT _____
MAYOR
ATTEST: Approved as to form:
CITY CLERK Peter M. Friedman, General Counsel
DP-Resolution Approving Agreement with Superior Road Striping for Thermoplastic Lane Markings and Reflectors 2022
Page 3 of 32
Local Public Agency Formal Contract
Page 1 of 2 BLR 12320 (Rev. 01/21/21)
Local Public Agency Formal Contract
Printed 04/19/22
Contractor's Name
Superior Road Striping, Inc.
Contractor's Address
1980 N. Hawthorne Ave.
City
Melrose Park
State
IL
Zip Code
60160
Local Public Agency
City of Des Plaines
County
Cook
Section Number
22-00000-06-GM
STATE OF ILLINOIS
Street Name/Road Name
Various Locations
Type of Funds
MFT
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 4 of 32
BLR 12320 (Rev. 01/21/21)Page 2 of 2Printed04/19/22
Local Public Agency
City of Des Plaines
County
Cook
Local Street/Road Name
Various Locations
Section Number
22-00000-06-GM
1. THIS AGREEMENT, made and concluded the
Day
2nd
Month and Year
May, 2022 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
Superior Road Striping, 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
22-00000-06-GM
,
Exhibit A Page 5 of 32
Superior Road Striping, Inc.
1980 N. Hawthorne Avenue
Joan Yario 630-860-5213
Exhibit A Page 6 of 32
64,644.41
Exhibit A Page 7 of 32
Exhibit A Page 8 of 32
Exhibit A Page 9 of 32
Exhibit A Page 10 of 32
Exhibit A Page 11 of 32
Exhibit A Page 12 of 32
Exhibit A Page 13 of 32
Exhibit A Page 14 of 32
Exhibit A Page 15 of 32
Exhibit A Page 16 of 32
Exhibit A Page 17 of 32
Exhibit A Page 18 of 32
Exhibit A Page 19 of 32
Exhibit A Page 20 of 32
Exhibit A Page 21 of 32
Exhibit A Page 22 of 32
Exhibit A Page 23 of 32
Exhibit A Page 24 of 32
Exhibit A Page 25 of 32
Exhibit A Page 26 of 32
Exhibit A Page 27 of 32
Exhibit A Page 28 of 32
Exhibit A Page 29 of 32
Exhibit A Page 30 of 32
Exhibit A Page 31 of 32
Exhibit A Page 32 of 32
1420 Miner Street
Des Plaines, IL 60016
P: 847.391.5380
desplaines.org
Date: April 21, 2022
To: Michael G. Bartholomew, City Manager
From: John T. Carlisle, AICP, Director of Community and Economic Development
Cc: Becky Madison, Director of Human Resources
Subject: GovTempsUSA, LLC Contract for Temporary Permit and Code Assistants
Issue: The Community and Economic Development (CED) Department is looking to bring on temporary,
short-term staff through GovTempsUSA.
Analysis: CED has multiple vacant positions, notably in the Building and Code Enforcement Division. Given
the timing of a key staff departure (April 2022) and high volume of activity in the construction season, which
will extend into Fall 2022, there is an immediate need for staffing. Concurrent with ongoing recruiting, hiring,
and training of new employees, the department asks for resources toward temporary staffing to ensure service
delivery to customers, specifically in administrative, customer-facing “front line” staff roles.
In the past the City has entered into agreements with GovTempsUSA, LLC. If approved by the Council,
GovTemps will provide up to two Permit and Code Assistants, who would work up to full-time, in person,
beginning as soon as possible and running through the end of the year if necessary. Key responsibilities would
be, for example, responding to customer inquiries; inputting building permit applications and plans into the
system; providing status updates to customers as asked; assisting contractors and businesses with registration;
processing and issuing certain types of permits; and supporting the Code Enforcement team with the seasonal
grass/weeds program.
The City is beginning active recruitment and will add permanent capacity as soon as possible, but regardless,
temporary staffing is necessary to bridge gaps and provide baseline responsiveness and service at this time.
Recommendation: I recommend the City Council approve Resolution R-90-22, approving an agreement with
GovTempsUSA, LLC through December 31, 2022, in a total amount not to exceed $85,000.
Resolution:
R-90-22
Exhibit:
Exhibit A: Employee Leasing Agreement
Page 1 of 15
CONSENT AGENDA #8.
{00126070.1} 1
CITY OF DES PLAINES
RESOLUTION R - 90 - 22
A RESOLUTION APPROVING AN AGREEMENT WITH
GOVTEMPSUSA, LLC FOR TEMPORARY STAFFING
SERVICES.___________________________________________
WHEREAS, Article VII, Section 10 of the 1970 Illinois Constitution authorizes the City
to contract with individuals, associations, and corporations in any manner not prohibited by law
or ordinance; and
WHEREAS, the City has determined that it is necessary to hire up to two temporary permit
and City Code assistants for the Community and Economic Development Department to manage
the volume of routine permit applications and code enforcement complaints during the active
construction season in the City (“Services”); and
WHEREAS, the City desires to enter into an agreement with GovTempsUSA, LLC
("Consultant") for the provision of the Services in an amount not to exceed $85,000; and
WHEREAS, in accordance with Section 1-10-2.A of the City Code of the City of Des
Plaines and the City purchasing policy, the City has determined that procurement of the Services
does not require competitive bidding because the Services require a high degree of professional
skill where the ability or fitness of the individual plays an important part; and
WHEREAS, the City Council has determined that it is in the best interest of the City to
enter into the First Amendment to the Agreement with the Consultant;
NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Des
Plaines, Cook County, Illinois, in the exercise of its home rule powers, as follows:
SECTION 1: RECITALS. The foregoing recitals are incorporated into, and made a part
of, this Resolution as findings of the City Council.
SECTION 2: APPROVAL OF AGREEMENT. The City Council hereby approves the
Agreement with the Consultant 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 only after receipt by the City Clerk of at least two executed copies
of the Agreement from Consultant; provided, however, that if the City Clerk does not receive such
executed copies of the Agreement from Consultant within 60 days after the date of adoption of
this Resolution, then this authority to execute and seal the Agreement shall, at the option of the
City Council, be null and void.
Page 2 of 15
{00126070.1}
SECTION 3: 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 __________________, 2022.
APPROVED this _____ day of ______________, 2022.
VOTE: AYES _____ NAYS _____ ABSENT _____
MAYOR
ATTEST: Approved as to form:
CITY CLERK Peter M. Friedman, General Counsel
DP-Resolution Approving Agreement with GovTempUSA LLC for Temporary Staffing Services
Page 3 of 15
{00126063.2}
EMPLOYEE LEASING AGREEMENT
THIS EMPLOYEE LEASING AGREEMENT (this "Agreement") is made by and
between GOVTEMPSSUSA, LLC, an Illinois limited liability company ("GovTemps"), and
CITY OF DES PLAINES, an Illinois home rule municipality (the "Municipality"). GovTemps
and the Municipality may be referred to herein individually as "Party" and collectively as the
"Parties").
RECITALS
The Municipality desires to lease certain employees of GovTemps to assist the
Municipality in its operations and GovTemps desires to lease certain of its employees to the
Municipality on the terms and conditions contained herein.
AGREEMENT
NOW, THEREFORE, in consideration of the mutual covenants and conditions set forth
below, and other good and valuable considerations, the receipt and sufficiency of which are
mutually acknowledged by the Parties, the Parties hereby agree as follows:
SECTION 1
SCOPE OF AGREEMENT
Section 1.01. Worksite Employee. The Municipality hereby agrees to engage the
services of GovTemps to provide, and GovTemps hereby agrees to supply to the Municipality, the
personnel fully identified on Exhibit A hereto, hereinafter the "Worksite Employee." Exhibit A
to this Agreement shall further identify the employment position and/or assignment
("Assignment") the Worksite Employee shall fill at the Municipality and shall further identify the
base compensation for each Worksite Employee, as of the effective date of this Agreement.
Exhibit A may be amended from time to time by a replacement Exhibit A signed by both
GovTemps and the Municipality. GovTemps shall have the sole authority to assign and/or remove
the Worksite Employee, provided, however, that the Municipality may request, in writing, that
GovTemps remove or reassign the Worksite Employee, and such request shall not be unreasonably
withheld, denied or refused by GovTemps. The Parties hereto understand and acknowledge that
the Worksite Employee shall be subject to the Municipality's day-to-day supervision.
Section 1.02. Independent Contractor. GovTemps is and shall remain an independent
contractor, and not an employee, agent, partner of, or joint venturer with, the Municipality.
GovTemps shall have no authority to bind the Municipality to any commitment, contract,
agreement or other obligation without the Municipality’s express written consent.
SECTION 2
SERVICES AND OBLIGATIONS OF GOVTEMPS AND MUNICIPALITY
Section 2.01. Payment of Wages. GovTemps shall timely pay the wages and related
payroll taxes of the Worksite Employee from GovTemps’s own account in accordance with federal
and Illinois law and GovTemps’s standard payroll practices. GovTemps shall withhold from such
Exhibit A Page 4 of 15
{00126063.2}
2
wages all applicable taxes and other deductions elected by the Worksite Employee. GovTemps
shall timely forward all deductions to the appropriate recipient as required by law. The
Municipality hereby acknowledges that GovTemps may engage a financial entity to maintain its
financing and record keeping services, which may include the payment of wages and related
payroll taxes in accordance with this Section 2.01. The Municipality agrees to cooperate with any
such financial entity to ensure timely payment of (i) wages and related payroll taxes pursuant to
this Section 2.01, and (ii) Fees pursuant to Section 3.03.
Section 2.02. Workers’ Compensation. To the extent required by applicable law,
GovTemps shall maintain and administer workers’ compensation, safety and health programs.
GovTemps shall maintain in effect workers’ compensation coverage covering all Worksite
Employee and complete and file all required workers’ compensation forms and reports.
Section 2.03. Employee Benefits. GovTemps shall provide to Worksite Employee those
employee benefits fully identified on Exhibit B hereto. GovTemps may amend or terminate any
of its employee benefit plans according to their terms. All employee benefits, including severance
benefits for Worksite Employee will be included in Fees payable to GovTemps under Section 3.01
of this Agreement. The Municipality shall not have any obligation to provide any employee
benefits or offer participation in any employee benefit plan to any Worksite Employee.
Section 2.04. Maintenance and Retention of Payroll and Benefit Records. GovTemps
shall maintain complete records of all wages and benefits paid and personnel actions taken by
GovTemps in connection with the Worksite Employee, shall retain control of such records at such
GovTemps location as shall be determined solely by GovTemps, and shall make such records
available as required by applicable federal, state or local laws, and to the Municipality on the
Municipality’s reasonable request.
Section 2.05. Other Obligations of GovTemps. GovTemps shall be responsible for
compliance with any federal, state and local law that may apply to its Worksite Employee(s).
Section 2.06. Direction and Control. The Parties agree and acknowledge that the
Municipality has the right of direction and control over the Worksite Employee, including matters
of discipline, excluding removal or reassignment, as provided for by Section 1.01. The Worksite
Employee shall be supervised, directly and indirectly and exclusively, by the Municipality's
supervisory and managerial employees.
Section 2.07. Obligations of the Municipality. As part of the employee leasing
relationship, the Municipality hereby covenants, agrees and acknowledges:
(a) The Municipality shall comply with OSHA and all other health and safety
laws, regulations, ordinances, directives, and rules applicable to the Worksite Employee or
to his or her place of work. The Municipality agrees to comply, at its expense, with
reasonable health and safety directives from GovTemps internal and external loss control
specialists, GovTemps workers’ compensation carrier, or any government agency having
jurisdiction over the place of work. The Municipality shall provide and ensure use of all
personal protective equipment as required by any federal, state or local law, regulation,
ordinance, directive, or rule. GovTemps and its insurance carriers shall have the right to
Exhibit A Page 5 of 15
{00126063.2}
3
inspect the Municipality’s premises to ensure that the Worksite Employee is not exposed
to an unsafe work place. In no way shall GovTemps’s rights under this paragraph affect
the Municipality’s obligations to the Worksite Employees under applicable law or to
GovTemps under this Agreement;
(b) With respect to the Worksite Employees, the Municipality shall comply
with all applicable employment-related laws and regulations, including and, without
limitation, Title VII of the Civil Rights Act of 1964, as amended, (Title VII), the Americans
With Disabilities Act of 1990 (ADA), the Age Discrimination in Employment Act
(ADEA), the Equal Pay Act of 1963, the Civil Rights Acts of 1866 and 1871 (42 U.S.C. §
1981), the Family and Medical Leave Act of 1993, the Fair Labor Standards Act of 1938,
the National Labor Relations Act, the Employee Retirement Income Security Act of 1974,
the Illinois State Constitution, the Illinois Human Rights Act, and any other federal, state
or local law, statute, ordinance, order, regulation, policy or decision regulating wages and
the payment of wages, prohibiting employment discrimination or otherwise establishing or
relating to rights of employees;
(c) The Municipality shall retain the right to exert sufficient direction and
control over the Worksite Employee as is necessary to conduct the Municipality's business
and operations, without which, the Municipality would be unable to conduct its business,
operation or comply with any applicable licensure, regulatory or statutory requirements;
(d) The Municipality shall not have the right to remove or reassign the Worksite
Employee unless mutually agreed to in writing by GovTemps and the Municipality in
accordance with Section 1.01; provided, GovTemps shall not unreasonably refuse to
provide such written agreement;
(e) The Municipality agrees that the Municipality shall pay no wages, salaries
or other forms of direct or indirect compensation, including employee benefits, to Worksite
Employee;
(f) The Municipality shall report to GovTemps any injury to any Worksite
Employee of which it has knowledge within twenty-four (24) hours of acquiring such
knowledge. If a Worksite Employee is injured in the course of performing services for the
Municipality, the Municipality and GovTemps shall follow the procedures and practices
regarding injury claims and reporting, as determined by GovTemps. The Municipality
shall have no obligation to make available a light duty or modified work assignment for
any Worksite Employee; and
(g) The Municipality shall report all on-the-job illnesses, accidents and injuries
of the Worksite Employee to GovTemps within twenty-four (24) hours following
notification of said injury by employee or employee’s representative.
SECTION 3
FEES PAYABLE TO GOVTEMPS
Section 3.01. Fees. The Municipality hereby agrees to pay GovTemps fees for the
services provided under this Agreement as follows:
Exhibit A Page 6 of 15
{00126063.2}
4
(a) The base compensation as fully identified on Exhibit A, as amended; plus
(b) Any employee benefits GovTemps paid to the Worksite Employee as
identified on Exhibit B hereto, including, but not limited to, salary; wages; commissions;
bonuses; sick pay; workers’ compensation, health and other insurance premiums; payroll,
unemployment, FICA and other taxes; vacation pay; overtime pay; severance pay; monthly
automobile allowances, and any other compensation or benefits payable under any
applicable GovTemps pension and welfare benefit plan or federal, state or local laws
covering the Worksite Employee.
Section 3.02. Increase in Fees. GovTemps may increase fees to the extent and equal to
any mandated tax increases, e.g. FICA, FUTA, State Unemployment taxes when they become
effective. GovTemps may also adjust employer benefit contribution amounts by providing the
Municipality with a written thirty (30) day notice, provided, such changes in employer benefit
contribution amounts apply broadly to all GovTemps employees.
Section 3.03. Payment Method. Following the close of each month during the term of
this Agreement, GovTemps shall provide the Municipality a written invoice for the fees owed by
the Municipality pursuant to this Agreement for the prior month. Within thirty (30) days following
receipt of such invoice, the Municipality shall pay all invoiced amounts by check, wire transfer or
electronic funds transfer to GovTemps to an account or lockbox as designated on the invoice.
SECTION 4
INSURANCE
Section 4.01. General and Professional Liability Insurance. The Municipality shall
maintain in full force and effect at all times during the term of this Agreement a Comprehensive
(or Commercial) General Liability and Professional Liability (if applicable) insurance policy or
policies (the "Policies"), with minimum coverage in the amount of $1,000,000 per occurrence,
$3,000,000 aggregate. At a minimum, the Policies shall insure against bodily injury and property
damage liability caused by on-premises business operations, completed operations and/or products
or professional service and non-owned automobile coverage.
Section 4.02. Certificate of Insurance. Upon request, the Municipality shall provide
GovTemps with one or more Certificates of Insurance, verifying the Municipality’s compliance
with the provisions of Section 4.01.
Section 4.03. Automobile Liability Insurance. If the Worksite Employee drives a
Municipal or personal vehicle for any reason in connection with his or her Assignment, the
Municipality shall maintain in effect automobile liability insurance which shall insure the Worksite
Employee, GovTemps and the Municipality against liability for bodily injury, death and property
damage.
SECTION 5
DURATION AND TERMINATION OF AGREEMENT
Section 5.01. Effective and Termination Dates. The Effective Date of this Agreement
is the date that this Agreement is last signed by GovTemps on the signature page (the “Effective
Exhibit A Page 7 of 15
{00126063.2}
5
Date”). The period during which the Worksite Employee works at the Municipality is defined as
the (“Term”). The Term commences on the Effective Date and wil l continue for the period
identified on the attached Exhibit A, or until it is terminated in accordance with the remaining
provisions of this Section 5. For the purposes of this Agreement, the date on which this Agreement
expires and/or is terminated is the ("Termination Date").
Section 5.02. Termination of Agreement for Failure to Pay Fees. If the Municipality
fails to timely pay the fees required under this Agreement, GovTemps may give the Municipality
notice of its intent to terminate this Agreement for such failure and if such failure is remedied
within twenty (20) days, the notice shall be of no further effect. If such failure is not remedied
within the twenty (20) day period, GovTemps shall have the right to terminate the Agreement upon
expiration of such remedy period.
Section 5.03. Termination of Agreement for Material Breach. If either Party
materially breaches this Agreement, the non-breaching Party shall give the breaching Party notice
of its intent to terminate this Agreement for such breach and if such breach is remedied within
twenty (20) days, the notice shall be of no further effect. If such breach is not remedied within the
twenty (20) day period, the non-breaching Party shall have the right to immediately terminate the
Agreement upon expiration of such remedy period. GovTemps’s unreasonable failure to remove
a Worksite Employee upon request of the Municipality shall constitute a material breach of
GovTemps’s obligations under this Agreement.
Section 5.04. Termination of Agreement to execute Temp-to-Hire Arrangement. At
the end of the term of the agreement, as outlined in Section 5.01, the Municipality may hire the
Employee as a permanent employee of the Municipality. If the Municipality exercises this option,
the sum of two weeks gross salary is payable to GovTemps within thirty (30) days of the permanent
employment date. If the Municipality does not exercise the Temp-to-Hire Arrangement by the end
of the contract, as outlined in Section 5.01, it agrees not to extend an offer of employment to the
Employee for two years after the conclusion of this agreement. If an offer is made within two
years after the conclusion of this agreement, as outlined in Section 5.01, then the two weeks gross
salary fee is payable to GovTemp within thirty (30) days of the permanent employment date.
SECTION 6
NON-SOLICITATION
Section 6.01. Non-Solicitation. The Municipality acknowledges GovTemps legitimate
interest in protecting its business for a reasonable time following the termination of this
Agreement. Accordingly, the Municipality agrees that during the term of this Agreement and for
a period of two (2) years thereafter, the Municipality shall not solicit, request, entice or induce
Worksite Employee to terminate his or her employment with the GovTemps, nor shall the
Municipality hire Worksite Employee as an employee. . If a Temp-to-Hire option provided for in
Section 5.04 is properly exercised by the Municipality, then this Section 6.01 will not apply.
Section 6.02.
Section 6.03. Injunctive Relief. The Municipality recognizes that the rights and
privileges granted by this Agreement are of a special, unique, and extraordinary character, the loss
Exhibit A Page 8 of 15
{00126063.2}
6
of which cannot reasonably or adequately be compensated for in damages in any action at law.
Accordingly, the Municipality understands and agrees that GovTemps shall be entitled to equitable
relief, including a temporary restraining order and preliminary and permanent injunctive relief, to
prevent or enjoin a breach of Section 6.01 this Agreement. The Municipality also understands and
agrees that any such equitable relief shall be in addition to, and not in substitution for, any other
relief to which the GovTemps may be entitled.
Section 6.04. Survival. The provision of this Section 6 shall survive any termination of
this Agreement.
SECTION 7
DISCLOSURE AND INDEMNIFICATION PROVISIONS
Section 7.01. Indemnification by GovTemps. GovTemps agrees to indemnify, defend
and hold the Municipality and its related entities or their agents, representatives or employees (the
"Municipality Parties") harmless from and against all claims, liabilities, damages, attorney’s fees,
costs and expenses ("Losses") (a) arising out of GovTemps breach of its obligations under this
Agreement, (b) related to the actions or conduct of GovTemps and its related business entities,
their agents, representatives, and employees (the "GovTemps Parties"), taken or not taken with
respect to the Worksite Employee that relate to events or incidents occurring prior or subsequent
to the term of this Agreement, and (c) arising from any act or omission on the part of GovTemps
or any of the GovTemps Parties.
Section 7.02. Indemnification by the Municipality. The Municipality agrees to
indemnify, defend and hold the GovTemps Parties harmless from and against all Losses (a) arising
out of the Municipality’s breach of its obligations under this Agreement, (b) relating to any
activities or conditions associated with the Assignment, including without limitation, the Worksite
Employee workers’ compensation claims, and (c) arising from any act or omission on the part of
the Municipality or any of the Municipality Parties. Notwithstanding the foregoing, the
Municipality shall have no obligations to the GovTemps Parties under this Section with respect to
Losses arising out of events or incidents occurring before or after the term of this Agreement.
Section 7.03. Indemnification Procedures. The Party that is seeking indemnity (the
"Indemnified Party") from the other Party (the "Indemnifying Party") pursuant to this Section 7,
shall give the Indemnifying Party prompt notice of any such claim, allow the Indemnifying Party
to control the defense or settlement of such claim and cooperate with the Indemnifying Party in all
matters related thereto; provided however that, prior to the Indemnifying Party assuming such
defense and upon the request of the Indemnified Party, the Indemnifying Party shall demonstrate
to the reasonable satisfaction of the Indemnified Party that the Indemnifying Party (a) is able to
fully pay the reasonably anticipated indemnity amounts under this Section 7 and (b) takes steps
satisfactory to the Indemnified Party to ensure its continued ability to pay such amounts. In the
event the Indemnifying Party does not control the defense, the Indemnified Party may defend
against any such claim at the Indemnifying Party’s cost and expense, and the Indemnifying Party
shall fully cooperate with the Indemnified Party, at no charge to the Indemnified Party, in
defending such potential Loss, including, without limitation, using reasonable commercial efforts
to keep the relevant Worksite Employee available. In the event the Indemnifying Party controls
the defense, the Indemnified Party shall be entitled, at its own expense, to participate in, but not
Exhibit A Page 9 of 15
{00126063.2}
7
control, such defense. The failure to promptly notify the Indemnifying Party of any claim pursuant
to this Section shall not relieve such Ind emnifying Party of any indemnification obligation that it
may have to the Indemnified Party, except to the extent that the Indemnifying Party demonstrates
that the defense of such action has been materially prejudiced by the Indemnified Party’s failure
to timely give such notice.
Section 7.04. Survival of Indemnification Provisions. The provisions of this Section 7
shall survive the expiration or other termination of this Agreement.
SECTION 8
ADDITIONAL PROVISIONS
Section 8.01. Amendments. This Agreement may be amended at any time and from time
to time, but any amendment must be in writing and signed by all of the Parties to this Agreement,
except for changes to the fees as set forth in Section 3.
Section 8.02. Binding Effect. This Agreement shall inure to the benefit of and be binding
upon the Parties and their respective heirs, successors, representatives and assign. Neither Party
may assign its rights or delegate its duties hereunder without the express written consent of the
other Party, which consent shall not be unreasonably withheld.
Section 8.03. Counterpart Execution. This Agreement may be executed and delivered
in any number of counterparts, each of which shall be an original, but all of which together shall
constitute one and the same instrument. This Agreement may be executed and delivered via
facsimile.
Section 8.04. Definitions. Terms and phrases defined in any part of this Agreement shall
have the defined meanings wherever used throughout the Agreement. The terms "hereunder" and
"herein" and similar terms used in this Agreement shall refer to this Agreement in its entirety and
not merely to the section, subsection or paragraph in which the term is used.
Section 8.05. Entire Agreement. This Agreement constitutes the entire agreem ent
between the Parties regarding GovTemps provision of Worksite Employee to the Municipality,
and contains all of the terms, conditions, covenants, stipulations, understandings and provisions
agreed upon by the Parties. This Agreement supersedes and takes precedence over all proposals,
memorandum agreements, tentative agreements, and oral agreements between the Parties, made
prior to and including the date hereof, and not specifically identified and incorporated in writing
into this Agreement. No agent or representative of either Party hereto has authority to make, and
the Parties shall not be bound by or liable for, any statement, representation, promise, or agreement
not specifically set forth in this Agreement.
Section 8.06. Further Assurances. Each of the Parties shall execute and deliver any and
all additional papers, documents, and other assurances and shall do any and all acts and things
reasonably necessary in connection with the performances of their obligations hereunder and to
carry out the intent of the parties hereto.
Section 8.07. Gender. Whenever the context herein so requires, the masculine, feminine
or neuter gender and the singular and plural number shall each be deemed to include the other.
Exhibit A Page 10 of 15
{00126063.2}
8
Section 8.08. Notices. Notices given under this Agreement shall be in writing and shall
either be served personally or delivered by certified first class U.S. Mail, postage prepaid and
return receipt requested or by overnight delivery service. Notices also may effectively be given
by transmittal over electronic transmitting devices such as Telex or facsimile machine if the Party
to whom the notice is being sent has such a device in its office, provided that a complete copy of
any notice shall be mailed in the same manner as required for a mailed notice.
Notices shall be deemed received at the earlier of actual receipt or three days from mailing
date. Notices shall be directed to the Parties at their respective addresses shown below. A Party
may change its address for notice by giving written notice to the other Party in accordance with
this Section:
If to GovTemps: GOVTEMPSSUSA, LLC
630 Dundee Road, Suite 225
Northbrook, IL 60062
Attention: Michael J. Earl
E-Mail: mearl@govhrusa.com
If to the Municipality: City of Des Plaines
1420 Miner Street
Des Plaines, IL 60018
Attention: Becky Madison
E-Mail: bmadison@desplaines.org
Section 8.09. Section Headings. Section and other headings contained in this Agreement
are for reference purposes only and shall not affect in any way the meaning or interpretation of
this Agreement.
Section 8.10. Severability. If any part or condition of this Agreement is held to be void,
invalid or inoperative, such shall not affect any other provision hereof, which shall continue to be
effective as though such void, invalid or inoperative part, clause or condition had not been made.
Section 8.11. Waiver of Provisions. The failure by one Party to require performance by
the other Party shall not be deemed to be a waiver of any such breach, nor of any subsequent breach
by the other Party of any provision of this Agreement. Such waiver shall not affect the validity of
this Agreement, nor prejudice either Party’s rights in connection with any subsequent action. Any
provision of this Agreement may be waived if, but only if, such waiver is in writing signed by the
Party against whom the waiver is to be effective.
Section 8.12. No Third Party Beneficiary. This Agreement is for the benefit of
GovTemps and the Municipality only and no other person or entity shall have any rights under this
Agreement. Nothing in this Agreement, express or implied, is intended to or shall confer upon
any person or entity other than GovTemps and the Municipality any right, benefit or remedy of
any nature whatsoever under or by reason of this Agreement.
Exhibit A Page 11 of 15
{00126063.2}
9
Section 8.13. Confidentiality. Each Party shall protect the confidentiality of the other’s
records and information and shall not disclose confidential information without the prior written
consent of the other Party, unless disclosure is required by law. Each Party shall reasonably
cooperate with the other Party regarding any Freedom of Information Act (FOIA) request calling
for production of documents related to this Agreement.
Section 8.14. Governing Law. This Agreement shall be governed by and construed in
accordance with the laws of the State of Illinois applicable to contracts made and to be performed
entirely within such state, except the law of conflicts.
[Signatures on following page]
Exhibit A Page 12 of 15
{00126063.2} [Signature Page to Employee Leasing Agreement]
IN WITNESS WHEREOF, the Parties hereto have caused this Agreement to be duly
executed as of the day and year first above written.
GOVTEMPSSUSA, LLC,
an Illinois limited liability company
By
Name: ________________________________
Title: _____
Effective Date: TBD
MUNICIPALITY
By
Name: Michael Bartholomew
Title: City Manager
Exhibit A Page 13 of 15
{00126063.2} Exhibit A-1
EXHIBIT A
Worksite Employee and Base Compensation
[TO BE FILLED OUT BY THE PARTIES ONCE INDIVIDUALS ARE SELECTED AND
APPROVED BY THE CITY]
WORKSITE EMPLOYEE: _______
POSITION/ASSIGNMENT: ______________________________
_________________
POSITION TERM: [insert start date] to [insert end date]; provided, however, that the City may
terminate the term for convenience upon 14 days’ notice to GovTempsUSA.
BASE COMPENSATION: $____ per hour. Hours are expected to ____ per week and
shall not exceed in total. Worksite employee shall be paid for hours worked only.
Hours should be reported via email to payroll@GovTempssusa.com on the Monday after
the prior work week. The City will be invoiced every other week for hours worked.
GOVTEMPSUSA, INC.: MUNICIPALITY:
By: By:
Date: Date:
This Exhibit A fully replaces all Exhibits A dated prior to the last date of the Parties’ signatures
above.
Exhibit A Page 14 of 15
{00126063.2}
Exhibit B-1
EXHIBIT B
Summary of Benefits
Not applicable.
Exhibit A Page 15 of 15
MINUTES OF THE REGULAR MEETING OF THE CITY COUNCIL OF THE CITY
OF DES PLAINES, ILLINOIS HELD IN THE ELEANOR ROHRBACH MEMORIAL
COUNCIL CHAMBERS, DES PLAINES CIVIC CENTER, MONDAY, APRIL 18, 2022
CALL TO
ORDER
The regular meeting of the City Council of the City of Des Plaines, Illinois, was called to order
by Mayor Goczkowski at 7:00 p.m. in the Eleanor Rohrbach Memorial Council Chambers,
Des Plaines Civic Center on Monday, April 18, 2022.
ROLL CALL Roll call indicated the following Aldermen present: Lysakowski, Moylan, Oskerka,
Brookman, Chester, Smith. Absent: Zadrozny, Ebrahimi. A quorum was present.
Also present were: City Manager Bartholomew, Assistant City Manager/Director of Finance Wisniewski , Director of
Public Works and Engineering Oakley, Director of Community and Economic Development Carlisle, Fire Chief
Anderson, Police Chief Anderson, and General Counsel Friedman.
PRAYER AND
PLEDGE
The prayer and the Pledge of Allegiance to the Flag of the United States of America were
offered by Alderman Brookman.
PROCLAMATION Mayor Goczkowski read an amended proclamation declaring April 24, 2022 as a Day of
Remembrance in Des Plaines in honor of the millions of victims of the Armenian, Greek, and
Assyrian Genocides.
PUBLIC COMMENT Resident Caryssa Buchholz stated concern about the development of the downtown area, and
expressed her objection to a possible new development at Graceland Ave and Webford Ave.
Resident Maral Abrahamian thanked the Mayor and the City of Des Plaines for acknowledging
the Armenian, Greek, and Assyrian Genocides.
ALDERMAN
ANNOUNCEMENTS
Alderman Oskerka stated he will be having a ward meeting at Prairie Lakes tomorrow in
Meeting Room 1 from 6:30 p.m. to 8:30 p.m.
Alderman Chester mentioned Maryville is hosting a fundraiser on Saturday, April 23, 2022
from 11:00 a.m. to 3:00 p.m. to “Stuff the Bus” with supplies from the Maryville Crisis
Nursery’s Wish List.
MAYORAL
ANNOUNCEMENTS
Mayor Goczkowski gave condolences to Alderman Ebrahimi who recently lost his mother.
On May 3, 2021, 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 the
Supplemental Order dated January 3, 2022.
Mayor Goczkowski presented an extension to the Declaration of Civil Emergency.
Moved by Brookman, seconded by Oskerka, to extend the May 3, 2021 Declaration of Civil
Emergency until the adjournment of the next regular, special, or emergency meeting of the
City Council including the Supplement Order dated January 3, 2022.
CONSENT AGENDA #9.
Page 2 of 4 4/18/2022
Upon roll call, the vote was:
AYES: 6 - Lysakowski, Moylan, Oskerka,
Brookman, Chester, Smith
NAYS: 0 - None
ABSENT: 2 - Zadrozny, Ebrahimi
Motion declared carried.
CONSENT AGENDA
Moved by Oskerka, seconded by Moylan, to establish the Consent Agenda.
Upon voice vote, the vote was:
AYES: 6 - Lysakowski, Moylan, Oskerka
Brookman, Chester, Smith
NAYS: 0 - None
ABSENT: 2 - Zadrozny, Ebrahimi
Motion declared carried.
Moved by Brookman, seconded by Oskerka, to Approve the Consent Agenda.
Upon roll call, the vote was:
AYES: 6 - Lysakowski, Moylan, Oskerka,
Brookman, Chester, Smith,
NAYS: 0 - None
ABSENT: 2 - Zadrozny, Ebrahimi
Motion declared carried.
Minutes were approved; Ordinance M-16-22 was approved; Ordinance M-15-22, M-10-22
were adopted; Resolutions R-75-22, R-76-22, R-77-22, R-79-22, R-82-22 were adopted.
APPROVE & AUTH/
SALE AGRMT/ 600 E
ALGONQUIN RD
Consent Agenda
Ordinance
M-16-22
Moved by Brookman, seconded by Oskerka to Approve First Reading of Ordinance M-16-22,
AN ORDINANCE APPROVING AND AUTHORIZING THE EXECUTION OF A
PURCHASE AND SALE AGREEMENT FOR THE SALE OF THE PROPERTY LOCATED
AT 600 E ALGONQUIN ROAD, DES PLAINES, ILLINOIS. Motion declared carried as
approved unanimously under Consent Agenda.
City Manager Bartholomew requested the City Council Advance Ordinance M-16-22 to
Second Reading.
Advanced to Second Reading by Brookman, seconded by Lysakowski, to Adopt the Ordinance
M-16-22, AN ORDINANCE APPROVING AND AUTHORIZING THE EXECUTION OF
A PURCHASE AND SALE AGREEMENT FOR THE SALE OF THE PROPERTY
LOCATED AT 600 E ALGONQUIN ROAD, DES PLAINES, ILLINOIS.
Upon roll call, the vote was:
AYES: 6 - Lysakowski, Moylan, Oskerka,
Brookman, Chester, Smith
NAYS: 0 - None
ABSENT: 2 - Zadrozny, Ebrahimi
Motion declared carried.
APPROVE AGRMT/
TELECOM SVCS/
WOW BUS SVCS
Consent Agenda
Resolution
R-75-22
Moved by Brookman, seconded by Oskerka, to Approve Resolution R-75-22, A
RESOLUTION APPROVING AGREEMENTS WITH WOW BUSINESS SERVICES, LLC
FOR TELECOMMUNICATION SERVICES. Motion declared carried as approved
unanimously under Consent Agenda.
Page 3 of 4 4/18/2022
AUTH TER/ LIC
AGRMT/ JUICE &
BERRY
Consent Agenda
Resolution
R-76-22
APPROVE LIC
AGRMT/ DT TRN
STA/ BREW LNGE
Consent Agenda
Resolution
R-77-22
Moved by Brookman, seconded by Oskerka, to Approve Resolution R-76-22, A
RESOLUTION AUTHORIZING THE TERMINATION OF A LICENSE AGREEMENT
WITH JUICE AND BERRY, LLC FOR THE OPERATION OF A CONCESSION IN THE
DOWNTOWN TRAIN STATION. Motion declared carried as approved unanimously under
Consent Agenda.
Moved by Brookman, seconded by Oskerka, to Approve Resolution R-77-22, A
RESOLUTION APPROVING A LICENSE AGREEMENT WITH BREW LOUNGE, LLC
FOR THE OPERATION OF A CONCESSION IN THE DOWNTOWN TRAIN STATION.
Motion declared carried as approved unanimously under Consent Agenda.
APPROVE AGRMT/
LAKE OPEKA
PUMP STA/ JOHN
NERI CONSTR CO
Consent Agenda
Resolution
R-79-22
Moved by Brookman, seconded by Oskerka, to Approve Resolution R-79-22, A
RESOLUTION APPROVING AN AGREEMENT WITH JOHN NERI CONSTRUCTION
CO., INC FOR THE LAKE OPEKA STORM WATER PUMP STATION PROJECT. Motion
declared carried as approved unanimously under Consent Agenda.
SECOND READING/
ORDINANCE
M-15-22
Consent Agenda
Moved by Brookman, seconded by Oskerka to Approve Ordinance M-15-22, AN
ORDINANCE AMENDING PROVISIONS OF CHAPTER 2 OF TITLE 5 OF THE DES
PLAINES CITY CODE REGARDING WASTE COLLECTION. Motion declared carried as
approved unanimously under Consent Agenda.
SECOND READING/
ORDINANCE
M-10-22
Consent Agenda
Moved by Brookman, seconded by Oskerka to Approve Ordinance M-10-22, AN
ORDINANCE AMENDING SECTION 8-1-11 OF THE CITY OF DES PLAINES CITY
CODE REGARDING THE REMOVAL OF SNOW AND ICE FROM PUBLIC RIGHTS OF
WAY. Motion declared carried as approved unanimously under Consent Agenda.
APPROVE
MINUTES
Consent Agenda
Moved by Brookman, seconded by Oskerka, to Approve the Minutes of the City Council
meeting of April 4, 2022, as published. Motion declared carried as approved unanimously
under Consent Agenda.
APPROVE AGRMT/
SW IMP/
SWALLOW
CONSTR
Consent Agenda
Resolution
R-82-22
Moved by Brookman, seconded by Oskerka, to Approve Resolution R-82-22, A
RESOLUTION APPROVING AN AGREEMENT WITH SWALLOW CONSTRUCTION
CORPORATION FOR THE 2022 CAPITAL IMPROVEMENT PROGRAM - CONTRACT
A, STORMWATER IMPROVEMENTS. Motion declared carried as approved unanimously
under Consent Agenda.
NEW BUSINESS
FINANCE & ADMINISTRATION – Alderman Moylan, Vice-Chair
WARRANT
REGISTER
Resolution
R-80-22
Alderman Moylan presented the Warrant Register.
Moved by Moylan, seconded by Chester, to Approve the Warrant Register of April 18, 2022
in the Amount of $2,495,384.96 and Approve Resolution R-80-22.
Page 4 of 4 4/18/2022
Jessica M. Mastalski – CITY CLERK
APPROVED BY ME THIS
DAY OF , 2022
Andrew Goczkowski, MAYOR
Upon roll call, the vote was:
AYES: 6 - Lysakowski, Moylan, Oskerka,
Brookman, Chester, Smith
NAYS: 0 - None
ABSENT: 2 - Zadrozny, Ebrahimi
Motion declared carried.
COMMUNITY SERVICES- Alderman Lysakowski, Vice-Chair
CONSIDER
AUTHORIZING
THE
DISBURSEMENT OF
SOCIAL SERVICES
FUNDS TO THIRTY-
THREE SOCIAL
SERVICE
AGENCIES
Resolution
R-81-22
Director of Human Resources Madison reviewed a memorandum dated April 18, 2022.
As part of the FY2022 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.
Staff recommended funding thirty-three (33) community partner agencies at an amount not-
to-exceed $160,000.00.
Moved by Lysakowski, seconded by Chester, to Approve, as Amended, Resolution R-81-22,
A RESOLUTION AUTHORIZING THE DISBURSEMENT OF SOCIAL SERVICES
FUNDS TO THIRTY-THREE SOCIAL SERVICE AGENCIES.
Upon roll call, the vote was:
AYES: 5 - Lysakowski, Moylan, Brookman
Chester, Smith
NAYS: 0 - None
ABSTAIN 1 - Oskerka
ABSENT: 2 - Zadrozny, Ebrahimi
Motion declared carried.
Alderman Oskerka stated he abstained from voting since he sits on the board of one of the
social services, and he volunteers for some of the other agencies.
ADJOURNMENT Moved by Chester, seconded by Oskerka, to adjourn the meeting. The meeting adjourned at
7:23 p.m.
PUBLIC WORKS AND
ENGINEERING DEPARTMENT
1420 Miner Street
Des Plaines, IL 60016
P: 847.391.5390
2022
Date: April 20, 2022
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: 2022 Capital Improvement Program (CIP) Street & Utility Improvements,
Contract MFT 22-00226-00-RS Bid Award
Issue: Bids for the 2022 CIP Street & Utility Improvements, Contract MFT 22-00226-00-RS, were opened
on Wednesday, April 20, 2022.
Analysis: The scope of work includes street reconstruction, street rehabilitation, resurfacing, and utility work
at the following locations:
LOCATION LIMITS ACTIVITY COMMENCING
Andy Ln Eisenhower Dr to dead end Rehabilitation, 8” Water Main May 2022
Columbia Avenue Wolf Rd to west dead end Reconstruction, 8” Water Main May 2022
Harding Avenue Wolf Rd to west dead end Reconstruction, 8” Water Main May 2022
Howard Avenue Maple St to Des Plaines River Road Rehabilitation, 12” Water Main May 2022
Millers Road 400 block of Millers to south end Rehabilitation, 8” Water Main May 2022
Paula Lane Morse Av to dead end Reconstruction, 8” Water Main May 2022
Prospect Avenue White St to east dead end Resurface May 2022
Washington Street Wolf Rd to west dead end Reconstruction, 8” Water Main May 2022
Wille Road Marshall Dr to Mount Prospect Rd Resurface May 2022
Following are the bid results:
BIDDER’S NAME BID AMOUNT
John Neri Construction Co. $4,120,230.50
Martam Construction Inc. $4,672,890.50
Cerniglia $4,981,011.00
Pan- Oceanic Engineering Inc. $5,455,484.28
The Engineer’s Estimate was $3,740,218.25.
MEMORANDUM
Page 1 of 36
CONSENT AGENDA #10.
Recommendation: References supplied by the low bidder, John Neri Construction Co., are favorable. We
recommend award of the 2022 CIP Street and Utility Improvements, Contract MFT 22-00-00226-00-RS,
project to John Neri Construction Co., 770 Factory Road, Addison, IL 60101 in the amount of $4,120,230.50.
Funding source will be MFT Fund (Rebuild Illinois Bond), Capital Project Fund and Water Fund.
Attachments:
Attachment 1 - Bid Tabulation
Resolution R-92-22
Exhibit A - Contract
Page 2 of 36
Date:John Neri Construction Martam Construction Inc.Cerniglia Construction Pan-Oceanic Engineering
Time:770 Factory Rd, Addison, IL 1200 Gasket Dr, Elgin, IL 3421 Lake Street, Melrose Park, IL 6436 W. Higgins Ave, Chicago, IL
$3,740,218.25
Attended By: Jon Duddles
Item #Item Quantity Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total
1 EXPLORATION TRENCH 795 $10.00 $7,950.00 $0.10 $79.50 $30.00 $23,850.00 $25.00 $19,875.00 $88.00 $69,960.00
2 INLET FILTERS 42 $125.00 $5,250.00 $5.00 $210.00 $180.00 $7,560.00 $220.00 $9,240.00 $139.70 $5,867.40
3 TREE REMOVAL (6 TO 15 INCH-DIAMETER)15 $30.00 $450.00 $30.00 $450.00 $70.00 $1,050.00 $20.00 $300.00 $18.90 $283.50
4 TREE REMOVAL (OVER 15 INCH-DIAMETER)115 $55.00 $6,325.00 $35.00 $4,025.00 $90.00 $10,350.00 $40.00 $4,600.00 $36.75 $4,226.25
5 TREE TRUNK PROTECTION 67 $100.00 $6,700.00 $120.00 $8,040.00 $180.00 $12,060.00 $200.00 $13,400.00 $189.00 $12,663.00
6 TREE ROOT PRUNING 39 $110.00 $4,290.00 $5.00 $195.00 $150.00 $5,850.00 $125.00 $4,875.00 $115.50 $4,504.50
7 M.H., C.B., V.V., TO BE REMOVED 7 $350.00 $2,450.00 $425.00 $2,975.00 $600.00 $4,200.00 $1,000.00 $7,000.00 $550.00 $3,850.00
8 ABANDON EXISTING VALVE AND VAULT 14 $350.00 $4,900.00 $450.00 $6,300.00 $600.00 $8,400.00 $1,600.00 $22,400.00 $385.00 $5,390.00
9 C.B., TY-C, 2' DIA., CURB FRAME & HIGH FLOW GRATE 11 $1,750.00 $19,250.00 $1,950.00 $21,450.00 $2,600.00 $28,600.00 $4,100.00 $45,100.00 $2,341.80 $25,759.80
10 M.H.,C.B.,V.V. TO BE ADJUSTED, NEW FRAME & LID 51 $650.00 $33,150.00 $700.00 $35,700.00 $850.00 $43,350.00 $900.00 $45,900.00 $1,269.17 $64,727.67
11 M.H.,C.B.,V.V. TO BE RECONSTRUCTED, NEW FRAME & LID 3 $1,500.00 $4,500.00 $1,350.00 $4,050.00 $1,650.00 $4,950.00 $2,000.00 $6,000.00 $1,650.00 $4,950.00
12 STORM MANHOLE, TY-A, 4' DIA, ROUND FRAME & CLOSED LID 1 $4,000.00 $4,000.00 $4,600.00 $4,600.00 $4,600.00 $4,600.00 $9,500.00 $9,500.00 $5,752.12 $5,752.12
13 STORM MANHOLE, TY-A, 8' DIA, ROUND FRAME & CLOSED LID 2 $12,500.00 $25,000.00 $2,500.00 $5,000.00 $12,800.00 $25,600.00 $32,000.00 $64,000.00 $43,021.55 $86,043.10
14 SAN. M.H. TO BE ADJUSTED, NEW FRAME & LID 14 $750.00 $10,500.00 $1,450.00 $20,300.00 $950.00 $13,300.00 $900.00 $12,600.00 $1,706.69 $23,893.66
15 SAN. M.H. TO BE RECONSTRUCTED, NEW FRAME & LID 2 $2,000.00 $4,000.00 $1,750.00 $3,500.00 $1,750.00 $3,500.00 $2,000.00 $4,000.00 $1,650.00 $3,300.00
16 FIRE HYDRANT REMOVAL 10 $500.00 $5,000.00 $750.00 $7,500.00 $900.00 $9,000.00 $2,000.00 $20,000.00 $1,100.00 $11,000.00
17 FIRE HYDRANT AND AUXILIARY VALVE 12 $6,000.00 $72,000.00 $8,400.00 $100,800.00 $7,600.00 $91,200.00 $13,200.00 $158,400.00 $9,794.91 $117,538.92
18 WATER MAIN, 6 INCH DUCTILE IRON PIPE , CL 52 101 $115.00 $11,615.00 $165.00 $16,665.00 $152.00 $15,352.00 $56.00 $5,656.00 $380.63 $38,443.63
19 WATER MAIN, 8 INCH DUCTILE IRON PIPE , CL 52 3,131 $130.00 $407,030.00 $185.00 $579,235.00 $156.00 $488,436.00 $124.00 $388,244.00 $162.05 $507,378.55
20 WATER MAIN, 10 INCH DUCTILE IRON PIPE , CL 53 80 $140.00 $11,200.00 $210.00 $16,800.00 $166.00 $13,280.00 $210.00 $16,800.00 $419.86 $33,588.80
21 WATER MAIN, 12 INCH DUCTILE IRON PIPE , CL 52 1,456 $145.00 $211,120.00 $205.00 $298,480.00 $188.00 $273,728.00 $200.00 $291,200.00 $205.00 $298,480.00
22 WATER MAIN, 8 INCH PVC C-900, DIR DRILL 520 $145.00 $75,400.00 $180.00 $93,600.00 $187.00 $97,240.00 $190.00 $98,800.00 $459.25 $238,810.00
23 PUBLIC WATER SERVICE LINE, 1 INCH 221 $17.50 $3,867.50 $0.10 $22.10 $45.00 $9,945.00 $17.00 $3,757.00 $147.66 $32,632.86
24 PRIVATE WATER SERVICE LINE, 1 INCH 940 $20.00 $18,800.00 $0.10 $94.00 $45.00 $42,300.00 $23.00 $21,620.00 $165.25 $155,335.00
25 PUBLIC WATER SERVICE LINE, 1 1/2 INCH 2,635 $20.00 $52,700.00 $0.10 $263.50 $55.00 $144,925.00 $34.00 $89,590.00 $107.46 $283,157.10
26 PUBLIC WATER SERVICE LINE, 2 INCH 32 $25.00 $800.00 $75.00 $2,400.00 $66.00 $2,112.00 $60.00 $1,920.00 $118.85 $3,803.20
27 WATER SERVICE SADDLE, 1 1/2 INCH 84 $450.00 $37,800.00 $800.00 $67,200.00 $250.00 $21,000.00 $320.00 $26,880.00 $338.55 $28,438.20
28 WATER SERVICE SADDLE, 2 INCH 1 $500.00 $500.00 $300.00 $300.00 $300.00 $300.00 $350.00 $350.00 $355.32 $355.32
29 CORPORATION STOP, 1 1/2 INCH 84 $800.00 $67,200.00 $1,200.00 $100,800.00 $2,800.00 $235,200.00 $900.00 $75,600.00 $1,957.53 $164,432.52
30 CORPORATION STOP, 2 INCH 1 $950.00 $950.00 $750.00 $750.00 $3,000.00 $3,000.00 $910.00 $910.00 $2,669.17 $2,669.17
31 CURB STOP, 1 1/2 INCH 84 $800.00 $67,200.00 $1,150.00 $96,600.00 $500.00 $42,000.00 $1,100.00 $92,400.00 $1,303.58 $109,500.72
32 CURB STOP, 2 INCH 1 $950.00 $950.00 $1,000.00 $1,000.00 $600.00 $600.00 $1,250.00 $1,250.00 $2,364.07 $2,364.07
33 CURB BOX, 1 1/2 INCH 84 $250.00 $21,000.00 $300.00 $25,200.00 $200.00 $16,800.00 $150.00 $12,600.00 $72.60 $6,098.40
34 CURB BOX, 2 INCH 1 $300.00 $300.00 $100.00 $100.00 $200.00 $200.00 $200.00 $200.00 $72.60 $72.60
35 PRIVATE WATER SERVICE FOUNDATION CONNECTION 24 $1,000.00 $24,000.00 $50.00 $1,200.00 $1,200.00 $28,800.00 $8,000.00 $192,000.00 $1,147.20 $27,532.80
36 PRIVATE WATER SERVICE METER CONNNECTION 24 $1,500.00 $36,000.00 $50.00 $1,200.00 $1,200.00 $28,800.00 $4,000.00 $96,000.00 $3,072.69 $73,744.56
37 GATE VALVE, 8 INCH, 48 INCH DIA VAULT, ROUND FRAME, CLOSED LID 14 $5,000.00 $70,000.00 $5,800.00 $81,200.00 $6,200.00 $86,800.00 $9,000.00 $126,000.00 $6,303.90 $88,254.60
38 GATE VALVE, 12 INCH, 60 INCH DIA VAULT, ROUND FRAME, CLOSED LID 5 $8,500.00 $42,500.00 $7,750.00 $38,750.00 $8,800.00 $44,000.00 $18,000.00 $90,000.00 $7,288.77 $36,443.85
39 WATER MAIN FITTINGS, RESTRAINED JOINT 9,355 $1.25 $11,693.75 $0.01 $93.55 $8.00 $74,840.00 $5.40 $50,517.00 $7.70 $72,033.50
40 PIPE REMOVAL, ALL SIZES AND TYPES 520 $15.00 $7,800.00 $5.00 $2,600.00 $10.00 $5,200.00 $20.00 $10,400.00 $33.00 $17,160.00
41 STORM SEWER, DUCTILE IRON PIPE, 12 INCH, CL 52 480 $105.00 $50,400.00 $190.00 $91,200.00 $122.00 $58,560.00 $93.00 $44,640.00 $188.98 $90,710.40
42 STORM SEWER, WQP, 15 INCH 86 $120.00 $10,320.00 $5.00 $430.00 $155.00 $13,330.00 $130.00 $11,180.00 $201.49 $17,328.14
43 STORM SEWER, WQP, 27 INCH 20 $200.00 $4,000.00 $5.00 $100.00 $288.00 $5,760.00 $600.00 $12,000.00 $668.69 $13,373.80
44 STORM SEWER, WQP, 33 INCH 17 $250.00 $4,250.00 $5.00 $85.00 $366.00 $6,222.00 $1,000.00 $17,000.00 $633.08 $10,762.36
45 SANITARY SEWER REPAIR, REMOVE AND REPLACE, 8" PVC, SDR 26 21 $300.00 $6,300.00 $190.00 $3,990.00 $495.00 $10,395.00 $250.00 $5,250.00 $202.72 $4,257.12
46 SANITARY SEWER REPAIR, REMOVE AND REPLACE, 12" PVC, SDR 26 9 $600.00 $5,400.00 $250.00 $2,250.00 $788.00 $7,092.00 $410.00 $3,690.00 $269.61 $2,426.49
47 SANITARY SEWER WYE FITTINGS, PVC, ALL SIZES 3 $500.00 $1,500.00 $500.00 $1,500.00 $950.00 $2,850.00 $750.00 $2,250.00 $369.23 $1,107.69
48 SANITARY SEWER LATERAL REPAIR, REMOVE & REPLACE, 6 INCH PVC, SDR 26 150 $60.00 $9,000.00 $80.00 $12,000.00 $165.00 $24,750.00 $23.00 $3,450.00 $185.69 $27,853.50
49 TRENCH BACKFILL 7,525 $25.00 $188,125.00 $0.01 $75.25 $27.00 $203,175.00 $36.00 $270,900.00 $5.50 $41,387.50
50 SIDEWALK REMOVAL 16,750 $2.00 $33,500.00 $2.00 $33,500.00 $1.00 $16,750.00 $2.00 $33,500.00 $2.20 $36,850.00
51 P.C.C. SIDEWALK 27,825 $6.00 $166,950.00 $8.50 $236,512.50 $7.00 $194,775.00 $7.30 $203,122.50 $8.25 $229,556.25
52 DETECTABLE WARNINGS 362 $30.00 $10,860.00 $35.00 $12,670.00 $35.00 $12,670.00 $40.00 $14,480.00 $38.50 $13,937.00
53 REINFORCEMENT BARS, EPOXY COATED 2,580 $2.00 $5,160.00 $3.00 $7,740.00 $1.00 $2,580.00 $3.40 $8,772.00 $9.90 $25,542.00
54 CURB KEYWAY 2,096 $2.50 $5,240.00 $5.00 $10,480.00 $1.00 $2,096.00 $3.50 $7,336.00 $5.50 $11,528.00
55 DRIVEWAY PAVEMENT REM. & P.C.C. REPL., 6 INCH 1,802 $70.00 $126,140.00 $88.00 $158,576.00 $72.00 $129,744.00 $85.60 $154,251.20 $88.00 $158,576.00
56 DRIVEWAY PAVEMENT REM. & P.C.C. REPL., 8 INCH 120 $90.00 $10,800.00 $98.00 $11,760.00 $85.00 $10,200.00 $106.00 $12,720.00 $93.50 $11,220.00
57 REMOVE AND RESET BRICK PAVER DRIVEWAY APRON 25 $150.00 $3,750.00 $100.00 $2,500.00 $188.00 $4,700.00 $110.00 $2,750.00 $16.50 $412.50
58 COMB. CONCRETE CURB AND GUTTER REMOVAL 5,300 $5.00 $26,500.00 $5.00 $26,500.00 $6.00 $31,800.00 $13.00 $68,900.00 $4.40 $23,320.00
59 COMB. CONCRETE CURB AND GUTTER REPLACEMENT 7,530 $25.00 $188,250.00 $26.50 $199,545.00 $31.00 $233,430.00 $25.00 $188,250.00 $38.50 $289,905.00
60 CONCRETE BASE COURSE, 6 INCH 145 $65.00 $9,425.00 $88.00 $12,760.00 $95.00 $13,775.00 $110.00 $15,950.00 $88.00 $12,760.00
61 CONCRETE PAVEMENT PATCH, 9 INCH 10 $150.00 $1,500.00 $150.00 $1,500.00 $650.00 $6,500.00 $210.00 $2,100.00 $137.50 $1,375.00
FOOT
FOOT
SQ. YD.
SQ. YD.
SQ. FT.
FOOT
FOOT
SQ. YD.
SQ. YD.
SQ. YD.
FOOT
EACH
FOOT
CU.YD.
SQ. FT.
SQ. FT.
FOOT
FOOT
FOOT
FOOT
FOOT
FOOT
EACH
EACH
EACH
EACH
EACH
POUND
EACH
EACH
EACH
EACH
EACH
EACH
FOOT
FOOT
FOOT
FOOT
FOOT
EACH
EACH
EACH
FOOT
FOOT
FOOT
FOOT
EACH
EACH
EACH
EACH
EACH
EACH
IN-DIA
EACH
EACH
EACH
EACH
EACH
FOOT
EACH
IN-DIA
Terms:
Approved Engineer's
Estimate
Section: MFT-22-00226-00-RS
Estimate:
Unit
County: Cook 4/20/2022 Name of Bidder:
Local Agency: Des Plaines 10:00 AM Address of Bidder:
Page 3 of 36Attachment 1
62 TEMPORARY AGGREGATE, CA-6 445 $15.00 $6,675.00 $0.01 $4.45 $30.00 $13,350.00 $21.00 $9,345.00 $33.00 $14,685.00
63 PAVEMENT PATCHING, 6 INCH 160 $80.00 $12,800.00 $95.00 $15,200.00 $108.00 $17,280.00 $130.00 $20,800.00 $96.60 $15,456.00
64 PAVEMENT REMOVAL MILLING, VARIABLE DEPTH 1 - 3 INCH 11,728 $3.75 $43,980.00 $4.10 $48,084.80 $4.00 $46,912.00 $2.60 $30,492.80 $4.20 $49,257.60
65 PAVEMENT REMOVAL MILLING, 6 INCH 8,697 $10.00 $86,970.00 $4.75 $41,310.75 $4.50 $39,136.50 $7.00 $60,879.00 $9.45 $82,186.65
66 PAVEMENT REMOVAL, 14 INCHES 3,247 $19.00 $61,693.00 $18.00 $58,446.00 $21.00 $68,187.00 $38.00 $123,386.00 $20.90 $67,862.30
67 EARTH EXCAVATION 2,065 $42.00 $86,730.00 $43.00 $88,795.00 $45.00 $92,925.00 $55.00 $113,575.00 $37.39 $77,210.35
68 EARTH EXCAVATION (WIDENING)82 $42.00 $3,444.00 $43.00 $3,526.00 $65.00 $5,330.00 $55.00 $4,510.00 $44.64 $3,660.48
69 GEOTECHNICAL FABRIC FOR GROUND STABILIZATION 3,343 $2.00 $6,686.00 $2.00 $6,686.00 $2.00 $6,686.00 $4.00 $13,372.00 $2.20 $7,354.60
70 GRANULAR EMBANKMENT 1,060 $40.00 $42,400.00 $0.01 $10.60 $48.00 $50,880.00 $51.00 $54,060.00 $38.50 $40,810.00
71 POROUS GRANULAR EMBANKMENT 300 $40.00 $12,000.00 $45.00 $13,500.00 $48.00 $14,400.00 $63.00 $18,900.00 $38.50 $11,550.00
72 PREPARATION OF BASE 19,418 $1.50 $29,127.00 $2.00 $38,836.00 $1.60 $31,068.80 $3.40 $66,021.20 $1.21 $23,495.78
73 AGGREGATE BASE COURSE, TYPE B, 8 INCH 2,974 $10.00 $29,740.00 $9.75 $28,996.50 $9.00 $26,766.00 $29.00 $86,246.00 $9.83 $29,234.42
74 TEMPORARY PAVEMENT PATCH 65 $70.00 $4,550.00 $120.00 $7,800.00 $155.00 $10,075.00 $69.00 $4,485.00 $165.00 $10,725.00
75 DRIVEWAY HMA SURFACE COURSE REMOVAL AND REPLACEMENT 168 $65.00 $10,920.00 $76.00 $12,768.00 $72.00 $12,096.00 $81.00 $13,608.00 $50.40 $8,467.20
76 HOT MIX ASPHALT BINDER COURSE, IL-19, N50, 2 INCH 1,270 $80.00 $101,600.00 $85.00 $107,950.00 $85.00 $107,950.00 $91.50 $116,205.00 $84.00 $106,680.00
77 HOT MIX ASPHALT BINDER COURSE, IL-19, N50, 4 INCH 2,715 $80.00 $217,200.00 $88.00 $238,920.00 $91.00 $247,065.00 $91.50 $248,422.50 $87.15 $236,612.25
78 LEVELING BINDER (HAND METHOD), N50 307 $90.00 $27,630.00 $1.00 $307.00 $160.00 $49,120.00 $154.00 $47,278.00 $192.15 $58,990.05
79 LEVELING BINDER (MACHINE METHOD), N50, 1 INCH 60 $80.00 $4,800.00 $110.00 $6,600.00 $105.00 $6,300.00 $100.00 $6,000.00 $131.25 $7,875.00
80 BITUMINOUS MATERIALS (PRIME COAT)2,430 $5.00 $12,150.00 $4.50 $10,935.00 $4.50 $10,935.00 $3.40 $8,262.00 $0.01 $24.30
81 AGGREGATE (PRIME COAT)38 $20.00 $760.00 $1.00 $38.00 $1.00 $38.00 $55.00 $2,090.00 $1.05 $39.90
82 HOT MIX ASPHALT SURFACE COURSE, MIX D, N50, 2 INCH 2,760 $90.00 $248,400.00 $96.00 $264,960.00 $101.00 $278,760.00 $97.50 $269,100.00 $94.50 $260,820.00
83 HMA BIKE PATH, 6 INCH 20 $75.00 $1,500.00 $210.00 $4,200.00 $230.00 $4,600.00 $200.00 $4,000.00 $100.80 $2,016.00
84 GRADING AND SHAPING PARKWAYS 7,320 $5.00 $36,600.00 $7.50 $54,900.00 $15.00 $109,800.00 $6.90 $50,508.00 $11.00 $80,520.00
85 TOPSOIL PLACEMENT, 4 INCH AND SODDING 7,820 $15.00 $117,300.00 $16.00 $125,120.00 $15.00 $117,300.00 $13.65 $106,743.00 $5.50 $43,010.00
86 THERMOPLASTIC PVMT. MARKING LINE, 4 INCH 13,200 $2.00 $26,400.00 $1.20 $15,840.00 $1.10 $14,520.00 $1.10 $14,520.00 $1.31 $17,292.00
87 THERMOPLASTIC PVMT. MARKING LINE, 6 INCH 1,344 $3.00 $4,032.00 $2.00 $2,688.00 $1.80 $2,419.20 $1.70 $2,284.80 $2.05 $2,755.20
88 THERMOPLASTIC PVMT. MARKING LINE, 12 INCH 810 $6.00 $4,860.00 $3.50 $2,835.00 $3.50 $2,835.00 $3.30 $2,673.00 $5.20 $4,212.00
89 THERMOPLASTIC PVMT. MARKING LINE, 24 INCH 300 $12.00 $3,600.00 $7.00 $2,100.00 $7.00 $2,100.00 $7.00 $2,100.00 $7.93 $2,379.00
90 THERMOPLASTIC PVMT. MARKING LINE, LETTERS & SYMBOLS 146 $10.00 $1,460.00 $4.00 $584.00 $4.00 $584.00 $4.00 $584.00 $7.93 $1,157.78
91 REMOVE SIGN PANEL ASSEMBLY 45 $50.00 $2,250.00 $35.00 $1,575.00 $35.00 $1,575.00 $36.00 $1,620.00 $31.50 $1,417.50
92 TELESCOPING STEEL SIGN SUPPORT 685 $20.00 $13,700.00 $16.00 $10,960.00 $14.00 $9,590.00 $19.00 $13,015.00 $16.28 $11,151.80
93 SIGN PANEL, TYPE 1 225 $30.00 $6,750.00 $35.00 $7,875.00 $35.00 $7,875.00 $34.00 $7,650.00 $37.80 $8,505.00
94 PORTABLE TOILETS 10 $300.00 $3,000.00 $200.00 $2,000.00 $200.00 $2,000.00 $190.00 $1,900.00 $472.50 $4,725.00
95 CONTRACTOR'S FURNISHED CONSTRUCTION LAYOUT 1 $30,000.00 $30,000.00 $24,500.00 $24,500.00 $22,000.00 $22,000.00 $70,000.00 $70,000.00 $20,370.00 $20,370.00
96 TRAFFIC CONTROL AND PROTECTION 1 $75,000.00 $75,000.00 $295,978.00 $295,978.00 $177,000.00 $177,000.00 $64,000.00 $64,000.00 $348,348.00 $348,348.00
97 ITEMS AS DIRECTED BY THE ENGINEER - LEAD WATER SERVICES 100,000 $1.00 $100,000.00 $1.00 $100,000.00 $1.00 $100,000.00 $1.00 $100,000.00 $1.00 $100,000.00
$3,740,218.25
As Read:
As Calculated:$4,120,230.50 $4,672,890.50 $4,981,011.00 $5,455,484.28
$4,120,230.50 $4,672,890.50 $4,981,011.00 $5,455,484.28
EA. CAL. MO.
LUMP SUM
LUMP SUM
DOL
Total Bid:
FOOT
FOOT
SQ. FT.
EACH
FOOT
SQ. FT.
TON
SQ. YD.
SQ. YD.
SQ. YD.
FOOT
FOOT
TON
TON
TON
TON
GAL.
TON
CU.YD.
CU.YD.
SQ. YD.
SQ. YD.
TON
SQ. YD.
SQ. YD.
SQ. YD.
SQ. YD.
CU.YD.
CU.YD.
SQ. YD.
TON
SQ. YD.
Page 4 of 36Attachment 1
CITY OF DES PLAINES
RESOLUTION R - 92 - 22
A RESOLUTION APPROVING AN AGREEMENT WITH
JOHN NERI CONSTRUCTION CO. FOR THE 2022
CAPITAL IMPROVEMENT PROGRAM STREET AND
UTILITY IMPROVEMENTS, MFT-22-00-00226-00-RS.
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 (Rebuild Illinois
Bond) and Water Fund for use by the Department of Public Works and Engineering during the
2022 fiscal year for the 2022 Capital Improvement Program Contract MFT 22-00-00226-00-RS -
Street and Utility Improvements, which includes street reconstruction, street rehabilitation and
utility work at various locations throughout 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 four bids, which were opened on April 20, 2022; and
WHEREAS, John Neri Construction Co. ("Contractor") submitted the lowest responsible
bid in the amount of $4,120,230.50; 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 $4,120,230.50 ("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
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 5 of 36
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 ____________, 2022.
APPROVED this _____ day of _____________, 2022.
VOTE: AYES _____ NAYS _____ ABSENT _____
MAYOR
ATTEST: Approved as to form:
CITY CLERK Peter M. Friedman, General Counsel
Page 6 of 36
Local Public Agency Formal Contract
Page 1 of 2 BLR 12320 (Rev. 01/21/21)
Local Public Agency Formal Contract
Printed 04/04/22
Contractor's Name
Contractor's Address City State Zip Code
Local Public Agency
City of Des Plaines
County
Cook
Section Number
22-00226-00-RS
STATE OF ILLINOIS
Street Name/Road Name
Various locations
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
Department of Transportation
Regional Engineer Signature Date
Concurrence in approval of award
John Neri Construction Co. Inc.
770 Factory Road Addison IL 60101
Page 7 of 36Exhibit A
BLR 12320 (Rev. 01/21/21)Page 2 of 2Printed04/04/22
Local Public Agency
City of Des Plaines
County
Cook
Local Street/Road Name
Various locations
Section Number
22-00226-00-RS
1. THIS AGREEMENT, made and concluded the
Day Month and Year
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
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
22-00226-00-RS
,John Neri Construction Co. Inc.
Page 8 of 36Exhibit A
)
) SS
STATE OF ILLINOIS
COUNTY OF __COOK__ )
CONTRACTOR’S CERTIFICATION
Nicholas Neri, 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)
Page 9 of 36Exhibit A
CITY OF DES PLAINES
CONTRACT FOR THE CONSTRUCTION
OF 2022 CIP – CONTRACT MFT 22-00226-00-RS
Prepared By
CITY OF DES PLAINES
PUBLIC WORKS AND ENGINEERING DEPARTMENT
1420 MINER STREET/NORTHWEST HIGHWAY
DES PLAINES, ILLINOIS 60016
Page 10 of 36Exhibit A
-i-
CITY OF DES PLAINES
CONTRACT FOR THE CONSTRUCTION
OF 2022 CIP – CONTRACT MFT 22-00226-00-RS
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
Page 11 of 36Exhibit A
-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
Page 12 of 36Exhibit A
2022 CIP – CONTRACT MFT 22-00226-00-RS CONTRACT
-1-
CITY OF DES PLAINES
CONTRACT FOR THE CONSTRUCTION
OF 2022 CIP – CONTRACT MFT 22-00226-00-RS
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, an Incorporation (“Contractor”), make this Contract as of May 9, 2022,
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
pursuant to, this Contract, and with the greatest economy, efficiency, and
Page 13 of 36Exhibit A
2022 CIP – CONTRACT MFT 22-00226-00-RS CONTRACT
-2-
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.
Page 14 of 36Exhibit A
2022 CIP – CONTRACT MFT 22-00226-00-RS 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.
Page 15 of 36Exhibit A
2022 CIP – CONTRACT MFT 22-00226-00-RS 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.
Page 16 of 36Exhibit A
2022 CIP – CONTRACT MFT 22-00226-00-RS 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
Page 17 of 36Exhibit A
2022 CIP – CONTRACT MFT 22-00226-00-RS 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
Page 18 of 36Exhibit A
2022 CIP – CONTRACT MFT 22-00226-00-RS 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. Inspect ion. 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
Page 19 of 36Exhibit A
2022 CIP – CONTRACT MFT 22-00226-00-RS 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 any 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.
Page 20 of 36Exhibit A
2022 CIP – CONTRACT MFT 22-00226-00-RS 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 insurance 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
Page 21 of 36Exhibit A
2022 CIP – CONTRACT MFT 22-00226-00-RS 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”).
Page 22 of 36Exhibit A
2022 CIP – CONTRACT MFT 22-00226-00-RS 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, and
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.
Page 23 of 36Exhibit A
2022 CIP – CONTRACT MFT 22-00226-00-RS 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,
Page 24 of 36Exhibit A
2022 CIP – CONTRACT MFT 22-00226-00-RS 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 negotiations.
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
Page 25 of 36Exhibit A
2022 CIP – CONTRACT MFT 22-00226-00-RS 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.
Page 26 of 36Exhibit A
2022 CIP – CONTRACT MFT 22-00226-00-RS 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, or for or
on behalf of any person, group, entity or nation designated in Presidential Executive Order
13224 as a person who commits, threatens to commit, or supports terrorism, and 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.
Page 27 of 36Exhibit A
2022 CIP – CONTRACT MFT 22-00226-00-RS 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:
Page 28 of 36Exhibit A
2022 CIP – CONTRACT MFT 22-00226-00-RS 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: City Manager 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); 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 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
Page 29 of 36Exhibit A
2022 CIP – CONTRACT MFT 22-00226-00-RS CONTRACT
-18-
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 Illinois
Department of Labor certified payrolls on a monthly basis, in accordance with Section 5 of the
Act, and furnish a copy of the receipt to the City of Des Plaines. 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
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,
Page 30 of 36Exhibit A
2022 CIP – CONTRACT MFT 22-00226-00-RS CONTRACT
-19-
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 writt en, 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.
Page 31 of 36Exhibit A
2022 CIP – CONTRACT MFT 22-00226-00-RS 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: _________________________________
Title: _________________________________
Attest:
By: _________________________________
Name: _________________________________
Title: _________________________________
John Neri Construction Co. Inc.
By: _________________________________
Name: _________________________________
Title: _________________________________
Attest:
By: _________________________________
Name: _________________________________
Title: _________________________________
Page 32 of 36Exhibit A
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)
Page 33 of 36Exhibit A
Page 34 of 36Exhibit A
Page 35 of 36Exhibit A
Page 36 of 36Exhibit A
OFFICE of the GENERAL COUNSEL
1420 Miner Street
Des Plaines, IL 60016
P: 847.391.5300
desplaines.org
Date: April 25, 2022
To: Mayor Goczkowski and City Council
Michael G. Bartholomew, City Manager
From: Peter Friedman and Brooke Lenneman, City Attorneys
Subject: Ward Redistricting - Approval of New Ward Boundary Map and Amendments to the
City Code
Issue: In order to redistrict the ward boundaries as required by law, the City must approve a new ward
map and amend the City Code. The proposed new ward map, attached as Exhibit A, and proposed
City Code amendments are on the May 2, 2022 agenda for first reading.
Analysis: Based on the 2020 Census, the population of the City increased from 58,364 to
60,267. The increase in population as well as the shift of population within the existing wards
of the City resulted in wards ranging in population from 6,626 residents in the third ward to
8,446 residents in the seventh ward. In order to comply with constitutional requirements, the
City is required to adjust the boundaries of the City’s eight wards so that the wards are as nearly
equal in population and as compact and contiguous as practicable.
The 60,267-total population of the City divided by eight wards results in an average of 7,533
residents per ward. The proposed ward map was prepared trying to bring each ward
population as close to the 7,533 population average as practicable while maintaining current
ward boundaries to the extent possible, using major roads or railroads as dividing lines, and
respecting neighborhoods, and precinct lines, to the extent possible. One precinct (48) that
was split in the 2010 map is recombined in the proposed map. The other existing split
precincts remain split. The proposed ward map splits three additional precincts as follows:
Precinct 26 is split between the second and third wards, Precinct 13 is split between the first
and second wards, and Precinct 53 is split between the fifth and sixth wards.
The number of new housing developments and condos in the first and seventh wards meant
that their populations were significantly above the 7,533 average. On the other hand, the
population of the third and fifth wards were significantly below the 7,533 average. In order to
even out the populations of the wards, the ward boundaries have been shifted as shown on
Page 1 of 7
CONSENT AGENDA #11.
Exhibit B to this Memorandum. The existing population disparities and the resulting
differences, after the map revisions, are detailed in the chart shown on Exhibit B. For statistical
comparison, 1 percent of the 7,533 average is 76 residents. 4 percent from the average is 302
residents.
The proposed ward map has three of the wards below a 2 percent margin from the population
average and all of the wards below a 4 percent margin from the population average.
Recommendation: Staff recommends that the City Council review and adopt the proposed
ward map and amend the City Code as set forth in Ordinance M-17-22.
Attachments: Ordinance M-17-22
Exhibit A: Proposed Ward Map
Exhibit B: Ward Map Illustrating Boundary and Population Changes
Page 2 of 7
CITY OF DES PLAINES
ORDINANCE M - 17 - 22
AN ORDINANCE REDISTRICTING THE WARDS OF THE
CITY BY ADOPTING AND APPROVING A NEW WARD
MAP AND AMENDING CHAPTER 11 OF TITLE 1 OF THE
DES PLAINES CITY CODE._____________________________
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, Chapter 11 of Title 1 of the City Code of the City of Des Plaines, as amended
(“City Code”), establishes eight election wards and their respective boundaries; and
WHEREAS, according to the 2010 census, the population of the City was 58,364; and
WHEREAS, according to the 2020 census, the population of the City is now 60,267; and
WHEREAS, the increase in population combined with shifting populations within the
existing wards of the City necessitates the redistricting of the ward boundaries so that the wards
are as nearly equal in population, and are as compact and contiguous, as practicable; and
WHEREAS, the City desires to redistrict the boundaries of the Wards by approving and
adopting a new ward map (“Ward Map”); and
WHEREAS, the City Council has determined that it is in the best interest of the City to
adopt the Ward Map and amend the City Code as 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 recitals set forth above are incorporated herein by
reference and made a part hereof.
SECTION 2. APPROVAL AND ADOPTION OF WARD MAP. The Ward Map
attached to and made a part of this Ordinance as Exhibit A is approved and adopted.
SECTION 3. AMENDMENTS TO SECTION 1-11-1. Section 1-11-1, titled “Election
Wards,” of Chapter 11, titled “City Elections,” of Title 1, titled “Administration,” of the City Code
is repealed in its entirety and replaced as follows:
Page 3 of 7
“1-11-1: ELECTION WARDS:
A. Wards. For the purpose of all elections and referenda held in the city of Des
Plaines, the city shall be and is hereby divided into eight wards with the locations
and boundaries shown on the ward map entitled “City of Des Plaines Ward Map”,
which Map was adopted and approved by the City Council pursuant to Ordinance
No. M-17-22, and which Map is, by reference, incorporated as part of this code.
B. Maintenance and Availability of Official Ward Map: The official copy of
the City of Des Plaines Ward Map shall be maintained by the City Clerk and shall
be made available for public inspection during city business hours at the Office of
the City Clerk and shall also be published on the City’s website.”
SECTION 4. AMENDMENTS TO SECTION 1-11-2. Section 1-11-2, titled
“Interpretation of Ward Boundaries,” of Chapter 11, titled “City Elections,” of Title 1, titled
“Administration,” of the City Code is amended to read as follows:
“1-11-2: INTERPRETATION OF WARD BOUNDARIES:
A. Any part of the city that has not been described as included in one of the
wards on the City of Des Plaines Ward Map described in this chapter is included
within the ward that: 1) is contiguous to the part; and 2) contains the least
population of all wards contiguous to the part according to the 202010 decennial
census.
B. If any uncertainty exists with respect to the intended boundaries of the
wards shown on the City of Des Plaines Ward Map described in this chapter,
the following rules will apply:
1. The ward boundaries are the centerlines of highways, streets,
alleys, waterways, railroads, and other rights of way unless
otherwise indicated. When the designation of a boundary line on
the Ward Map coincides with the location of any right of way,
the centerline of the right of way will be construed to be the
boundary of the ward;
2. When a ward boundary does not coincide with the location of
the centerline of any right of way but does coincide with a lot
line, such lot line shall be construed to be the boundary of the
ward.”
B. If any part of the city is described in this chapter as being in more than one
ward, the part is included within the ward that: 1) is one of the wards in which that
Page 4 of 7
part is listed in this chapter; 2) is contiguous to that part; and 3) contains the least
population according to the 2010 decennial census.
C. If any part of the city: 1) is described in this chapter as being in one ward;
and 2) is entirely surrounded by another ward; the part shall be incorporated into
the ward that surrounds the part.
D. If any part of the city: 1) is described in this chapter as being in one ward;
and 2) is not contiguous to another part of the ward; the part included with the
contiguous ward that contains the least population according to the 2010 decennial
census.”
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.
PASSED this day of , 2022.
APPROVED this day of , 2022.
VOTE: Ayes Nays Absent
MAYOR
ATTEST:
CITY CLERK
Published in pamphlet form this Approved as to form:
____ day of _______________, 2022
CITY CLERK Peter M. Friedman, General Counsel
Page 5 of 7
2
5
4 1
8
6
3
7
24
49
1
15
37
23
30
36
3
13
14
16
18
35
38
41
45
48
4
6
7
47
9
56
10
12
26
17
64
34
61
53
70
77
79
68
86
11
City of Des Plaines Proposed Ward and Precinct Map
Legend
Cook County Precincts
Municipal Boundary
Ward Boundary
Ward 1
Ward 2
Ward 3
Ward 4
Ward 5
Ward 6
Ward 7
Ward 8
±
Page 6 of 7Exhibit A
^
^
^
^
^
^
^
^
2
5
4 1
8
6
3
7
34
00
177
102
0
319
78
50
94
91
108
49
115110
56
47
23
81
0
0
0
56
57
28
106
48
664
238
106
37
9
0
0
145
91
54
1
0
0
0
0
0
86
260
374123
402
143
143
82
327
113
0
751
69
82
82
104
1066
7942
0
0
63
0
97
77
57
147
40
301
49
93
79
71
0
105
0
24
7927
22 0
43919
15
28
58
75
73
97
121
85
0
0
0
0
0
67125
0
28
225
94
0
77
269
0
28
76
50
0
54
17
70
45
58
86
81
36
205
109
1100
284
242
82
15125
56
131
57
23
114
34
179
1110
90
56
74
74
46 27
58
0
95
0
000
60645260
59
26
34
27
96
46
189277
8357
86
64
248
66
108
79
118
54
0
0
69
70
68
40
45
4958
52142
12
0
58
0
46
0
47
36
63
0
130
44
58
46
62
15
69
46
27
45
50
104
124
0
27
309
53
58
86
59
62
48
153
15
22
93
104
98
111
8
24
62
19
50
58
138
72
227
69
81
140
0
59
24
47
5
67
51
299
29
44
69
48
106
47
68
34
36
220
148
49
106
166
97
57
0
129
154
32
207
5
0
25
0
13
61
162
58
38
68
35
135
136
118
0
80
64
0
0
32
38
67
0
135
213
75
116131
96
0
0
0
15
51
2941
18
1119
31
05
34
33
46
51
40 105
26 3517
87
20
22
79
58
55
68
0
65
32
44
0
65
0
67
23
6
1621
37
103
0
0
8
0
33
6861
61
0
46
123
78
47
74
61
73
158
82
125
0
0
8
39
78
24
36
0
62
112
54839687
39
22
72
0
53765582
78
282
345
123
97
120
191
20
91
68
105
0
0
0
120
120
87
51
3445
75
79
246
26
54
19
7
95
48
213
116
72
128
0
0
505156
24
194
0
0
9
100
94
0
0
68
0
0
0
0
38
35
5375
33
45
272
7880
67
121
95
41
61
5441
45
66
66
20
37
77
74
98
42
184
52
65
22
83
175
40
81
85
91
178
255
86
279
32095
0
0
083
84
54
425
106
0
160
293
211
57
12
97
45
121
29
14
88
0
0
0
182
12072
46
33
100
38
68
8990
0
0
0
115
91125226
0
57
0
44
4928
41
61
25
48
32
216
0
9780
96
32
266
294
62
92
39
0
49
83
127 25
0
32
52
22
3447
0
85
174
0
88
219
68
0
77
0
66
39
0
44
0
30
0
61
34
129
56
193
32
121
76
63
31
26
49
29
57
35
18
46
0
114
60
37
12
76
0
0
0
51
0
27
144
0
0
98
28
58
46
47
72
60
91
27
5561
33
54
11
49
0
41
22
22
30
12
217
0 25 3542
32
92
48
65
0
110
74
41
0
46
21
0
126
0
57
74
38
46
118
0
0
51
107
140
171
6680
61
73
98
78
4951
88
25
21
39
4085
23337
69
93
72 72
13
102
187
69
42
215
111 69
97
77
53
19
10
23
62
50
82
59
61
57
0
0
37
70
279
0
62
108
0
9
66
44
114
83
66
0
50
3
0
24
0
297
98
40
0
284
59
41
42
49
69
76
53
31
0
160
26
277
11
0
0
0
0
0
0
0
0
0
25
0
31
61
76
56
75
39
39
8
90
0
0
135
79
0
218
30
109
0
9
421
39
0
18
84
57
172
29
10
10999
0
104
135
127
18
131
90
200
39
119
49
18
81
63
24
0
67
44
40
18
76
0
54
56
68
53 62
0
0
0
138
42
71
45
35168
86
59
54
93
0
49
0
0
0
1158
103
44
62
49
47
42
67
52
0
41
0
55
36
70
0
48
17
7 11
47
62
125
0
59
10
0
63
0
96
118
175
63
133
104
101
56
0
138
13
72
105
0
54
66
241
30
92
41
76
92
Proposed Ward Redistricting Boundaries (2020 Census Data)
¯
1 inch = 1,090 feet
Population
0 - 35
36 - 90
91 - 194
195 - 439
440 - 1158
^Alderman
Proposed Boundary
Ward Boundary
Split Census Blocks
iiiiiiiPage 7 of 7Exhibit B
APPOINTMENT #1.
REAPPOINTMENT #1.
1420 Miner Street
Des Plaines, IL 60016
P: 847.391.5380
desplaines.org
Date: April 21, 2022
To: Michael G. Bartholomew, City Manager
From: John T. Carlisle, AICP, Director of Community and Economic Development
Subject: Metropolitan Square Plaza Redesign: Revised Concept (The Lakota Group)
Issue: At the February 7, 2022 City Council meeting, consultant The Lakota Group presented options for a
redesign of the Metropolitan Square plaza area, drawing from scenarios presented to the Council in 2016. The
Mayor and Council provided feedback, which the consultant documented in the meeting. They have also
received subsequent feedback from the Mayor, Council, and public, compiled by staff. They now return to
present a revised concept.
Analysis: Based on input received on and since February 7, The Lakota Group is submitting a revised
Metropolitan Square concept for the Council’s consideration. The revised concept, with plan views,
renderings, and cost estimates is attached. The key components are summarized here:
•The “eyebrow” traffic lane and parking spaces, which border various storefronts, are removed.
•A turf lawn is shown in the center of the plaza, contemplated for multiple purposes such as seating
and viewing for performances.
•A performance and gathering pavilion structure is oriented toward the lawn. On the rear of the structure
is a decorative wall with a sign to serve as a gateway to the plaza.
•Tables and seats are interspersed to accommodate outdoor eating, with clusters near the storefronts.
•Additional plantings and man-made shade elements are proposed.
•An interactive water feature and play area (mounds for children to climb on) are shown.
•The reconfiguration of parking from angle (45-degree) to parallel (0-degree) in the block of
Metropolitan Way between Miner and the alley is retained, with widened sidewalks and street trees.
(There was mixed opinion about this from the Council at the February 7 meeting, but it is nonetheless
included for consideration at this time.)
Presentation: The Lakota Group, will present to explain the revised design and answer questions.
City Council Action: Staff is seeking direction and consensus from the Council as to whether the concept, as
presented by Lakota or with specific modifications, should be implemented. If so, the next phase of
implementation would likely require Council approval of funding to produce more detailed engineering-level
drawings.
Attachments
Attachment 1: Revised Deliverable: Metropolitan Square Redesign Concept with Cost Estimates
Page 1 of 7
UNFINISHED BUSINESS #1.
Attachment 1 Page 2 of 7
Attachment 1 Page 3 of 7
M E T RO P O L I TA N
S Q U A R E
Attachment 1 Page 4 of 7
Attachment 1 Page 5 of 7
Attachment 1 Page 6 of 7
Attachment 1 Page 7 of 7
FINANCE DEPARTMENT
1420 Miner Street
Des Plaines, IL 60016
P: 847.391.5300
desplaines.org
Date: April 20, 2022
To: Michael G. Bartholomew, City Manager
From: Dorothy Wisniewski, Assistant City Manager/Director of Finance
Subject: Resolution R-91-22, May 2, 2022 Warrant Register
Recommendation: I recommend that the City Council approve the May 2, 2022 Warrant Register
Resolution R-91-22.
Warrant Register……………………………$2,930,772.07
MEMORANDUM
Estimated General Fund Balance
Balance as of 02/28/2022: $26,425,087
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 31
NEW BUSINESS #1A.
CITY OF DES PLAINES
RESOLUTION
R-91-22
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 2, 2022
Page 2 of 31
Line #Vendor Invoice Invoice Description Amount
1 4210 Personal Property
Replacement Tax
4999 Des Plaines Public
Library
1st Qtr 2022 PPRT Allocation 1st Qtr 2022 23,247.00
23,247.00
2 6000 Professional Services 8452 Anderson Legislative
Consulting LTD
04-2022 Lobbyist Services - April 2021 -
R-130-21
5,420.00
3 6000 Professional Services 8453 Raucci & Sullivan
Strategies LLC
3592 Lobbyist Services - March
2022 - R-131-21
5,000.00
10,420.00
4 6195 Miscellaneous
Contractual Services
1077 Shred-It USA LLC 8001336527 Shredding Services 03/04-
04/01/2022
92.96
5 7200 Other Supplies 1046 Hinckley Spring Water
Co
2533573 041022 Water Delivered 03/31/2022 8.00
100.96
10,520.96
6 6005 Legal Fees 8133 Elrod Friedman LLP 7933 3-22 Non-Retainer Matters 4,879.50
7 6005 Legal Fees 8133 Elrod Friedman LLP 7937 3-22 Non-Retainer Matters 3,013.00
8 6005 Legal Fees 8133 Elrod Friedman LLP 7945 3-22 Non-Retainer Litigation 598.50
9 6005 Legal Fees 8133 Elrod Friedman LLP MAR 2022 RET March 2022 Retainer 18,500.00
10 6009 Legal Fees - Admin
Hearings/Prosecutions
1073 Bartel, Raymond 22-07 Administrative Hearings April
5 and April 7, 2022
470.00
11 6010 Legal Fees - Labor &
Employment
1127 Clark Baird Smith LLP 15181 Labor & Employment Legal
Fees March 2022
7,925.00
12 7000 Office Supplies 1644 Warehouse Direct Inc 5209959-0 Copy Paper and Folder
Organizers
106.74
13 7000 Office Supplies 1644 Warehouse Direct Inc 5209959-1 1 Box of Coffee Stirrers 3.63
14 7200 Other Supplies 1046 Hinckley Spring Water
Co
2533573 041022 Water Delivered 03/31/2022 70.90
35,567.27
15 6300 R&M Software 5068 IT Savvy LLC 01336734 VMWare License Renewal
03/30/2022-03/29/2023
3,419.24
16 6305 R&M Equipment 8399 Park Place
Technologies LLC
PUSA1009005607
0
Server Maint Contract 05/01-
05/31/2022
64.00
Division: 230 - Information Technology
City Administration
Division: 210 - City Manager
Total 210 - City Manager
Division: 120 - City Clerk
Total 120 - City Clerk
Total 10 - Elected Office
Total 00 - Non Departmental
Elected Office
Division: 110 - Legislative
Total 110 - Legislative
City of Des Plaines
Warrant Register 05/02/2022
Account
Fund: 100 - General Fund
Department: 00 - Non Departmental
Page 3 of 31
Line #Vendor Invoice Invoice Description Amount
City of Des Plaines
Warrant Register 05/02/2022
Account
17 7200 Other Supplies 1046 Hinckley Spring Water
Co
2533573 041022 Water Delivered 03/31/2022 52.92
18 7320 Equipment < $5,000 1026 CDW LLC T982660 6 Tripp Patch Cables 184.81
19 7320 Equipment < $5,000 1026 CDW LLC V113827 10 Sierra Power Adapters 197.40
20 7320 Equipment < $5,000 1026 CDW LLC V123380 5 Tripp Patch Cables 161.10
21 7320 Equipment < $5,000 1026 CDW LLC V195153 5 Tripp Fiber Cables 190.75
22 7320 Equipment < $5,000 1026 CDW LLC V594559 5 Tripp Patch Cables 220.40
4,490.62
23 6305 R&M Equipment 1032 Comcast 22111 Cost to Run Cable to New
Control Room 03/30/2022
1,233.73
1,233.73
24 5340 Pre-Employment Testing 1267 Northwest
Community Hospital
26573 3 Pre-Employment Tests
02/03/2022 - 02/24/2022
390.00
25 5340 Pre-Employment Testing 8533 Justifacts Credential
Verification
347348 9 Pre-Employment
Background Screenings 2/28 -
3/23/2022
534.23
26 6100 Publication of Notices 1485 ILCMA - IL City/County
Management Assoc
3490 Jr. Accounting Specialist Job
Ad 3/30-4/22/2022
50.00
27 6195 Miscellaneous
Contractual Services
1077 Shred-It USA LLC 8001336527 Shredding Services 03/04-
04/01/2022
92.96
28 7200 Other Supplies 1046 Hinckley Spring Water
Co
2533573 041022 Water Delivered 03/31/2022 2.00
1,069.19
42,360.81
29 6195 Miscellaneous
Contractual Services
1077 Shred-It USA LLC 8001336527 Shredding Services 03/04-
04/01/2022
92.96
30 7200 Other Supplies 1046 Hinckley Spring Water
Co
2533573 041022 Water Delivered 03/31/2022 87.39
31 7500 Postage & Parcel 1041 Federal Express 7-699-86500 Delivery Service 03/17/2022 16.32
196.67
32 6000 Professional Services 3337 HR Green Inc 150264 Plan Review & Inspections
01/01/22 - 01/31/22
1,985.00
33 6000 Professional Services 3337 HR Green Inc 150960 Plan Review & Inspections
02/01/22 - 02/28/22
2,384.00
34 6000 Professional Services 8304 TPI Building Code
Consultants Inc
202201 Plan Review & Inspections
(Health) January 2022
1,870.00
35 6000 Professional Services 8304 TPI Building Code
Consultants Inc
202202 Plan Review & Inspections
(Health) February 2022
3,555.00
36 6000 Professional Services 7647 Citywide Elevator
Inspection Services Inc
DP72268 99 Elevator Inspections
02/01/22 - 03/31/22
1,272.00
Division: 410 - Building & Code Enforcement
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 31
Line #Vendor Invoice Invoice Description Amount
City of Des Plaines
Warrant Register 05/02/2022
Account
37 6005 Legal Fees 8133 Elrod Friedman LLP 7926 3-22 Non-Retainer Matters 160.00
38 6005 Legal Fees 8133 Elrod Friedman LLP 7934 3-22 Non-Retainer Matters 114.00
39 6005 Legal Fees 8133 Elrod Friedman LLP 7935 3-22 Non-Retainer Matters 11,568.50
40 6005 Legal Fees 8133 Elrod Friedman LLP 7936 3-22 Non-Retainer Matters 171.00
41 6025 Administrative Services 7961 BridgePay Network
Solutions LLC
9729 Utility Web & Business
License Transaction Fee for
March 2022
2.20
42 6100 Publication of Notices 1050 Journal & Topics
Newspapers
187595 Legal Notice Tall Grass &
Weeds Published 4/6/22
190.41
43 7000 Office Supplies 1644 Warehouse Direct Inc 5207410-0 6 Cases of Paper 296.75
44 7200 Other Supplies 1046 Hinckley Spring Water
Co
2533573 041022 Water Delivered 03/31/2022 110.37
45 7200 Other Supplies 1644 Warehouse Direct Inc 5205176-0 6 Packs of Cups 37.14
46 7200 Other Supplies 1644 Warehouse Direct Inc C5203470-0 Retuned 1 Case Foam Cups (66.63)
47 7500 Postage & Parcel 1041 Federal Express 7-707-83705 Express Shipping Charge
03/22/2022
19.46
23,669.20
48 6000 Professional Services 2436 Haeger Engineering
LLC
88935 Land Title Survey Services for
1670 Prospect 03/22-
04/04/2022
1,750.00
49 6005 Legal Fees 8133 Elrod Friedman LLP 7925 3-22 Non-Retainer Matters 160.00
50 6005 Legal Fees 8133 Elrod Friedman LLP 7932 3-22 Non-Retainer Matters 171.00
2,081.00
25,750.20
51 6300 R&M Software 6646 Tracker Software
Corporation
303-014 PubWorks Annual Support &
Maintenance - 05/01/22-
04/30/2023
11,095.26
52 7000 Office Supplies 1644 Warehouse Direct Inc 5210531-0 1 Box of Manilla Folders 6.57
11,101.83
53 6195 Miscellaneous
Contractual Services
1060 Municipal GIS Partners
Inc
6066 R-26-22 Geographic
Information System Support
3/01 - 3/31/2022
17,853.83
17,853.83
Total 100 - Administration
Division: 520 - Geographic Information Systems
Total 520 - Geographic Information Systems
Total 40 - Community Development
Public Works & Engineering
Division: 100 - Administration
Total 410 - Building & Code Enforcement
Division: 420 - Planning & Zoning
Total 420 - Planning & Zoning
Page 5 of 31
Line #Vendor Invoice Invoice Description Amount
City of Des Plaines
Warrant Register 05/02/2022
Account
54 6175 Tree Plantings 5364 Conserv FS Inc 65134681 300 Tree Gator Bags - Tree
Planting - 04/07/2022
4,545.00
55 6195 Miscellaneous
Contractual Services
5399 Beary Landscape
Management
220416 TIF 1 Landscape Maintenance
- 03/31/2022
2,403.33
56 6195 Miscellaneous
Contractual Services
5399 Beary Landscape
Management
221129 Spring Cleanup - City Owned
Greenspace - 03/31/2022, R-
27-21
3,899.65
57 6195 Miscellaneous
Contractual Services
7706 Lakeshore Recycling
Systems LLC
PS439278 Street Sweeping & Pervious
Alley Vacuum - 03/31/2022, R-
188-21
17,792.55
58 6325 R&M Street Lights 1044 H&H Electric Co 38666 Streetlight Repairs - Various
Locations - 02/14/2022, R-29-
22
4,004.82
59 6325 R&M Street Lights 1044 H&H Electric Co 38778 Traffic Signal Repair - Casino
Entrance - 02/21/2022
736.14
60 6325 R&M Street Lights 1044 H&H Electric Co 38779 Traffic Signal Repair - Casino
Entrance - 02/22/2022
613.46
61 6325 R&M Street Lights 1044 H&H Electric Co 38780 Streetlight Repair - 8th Ave &
Golf Rd - 02/24 & 03/02/2022
1,324.00
62 7030 Supplies - Tools &
Hardware
1057 Menard Incorporated 96100 Tarp Strap, Nut Drivers,
Socket Holder, Joint Pliers
104.53
63 7035 Supplies - Equipment
R&M
1057 Menard Incorporated 96477 USB Port - Message Board 3.99
64 7050 Supplies - Streetscape 1516 Arthur Clesen Inc 367642 2 - 50 Lb Bags Grass Seed -
Parkway Restorations -
04/28/2022
400.00
65 7050 Supplies - Streetscape 1057 Menard Incorporated 96436 Concrete for Mailbox Repair
on Seminary Avenue
6.99
66 7050 Supplies - Streetscape 1347 Lurvey Landscape
Supply
T1-10425499 3.0 Cu Yds Top Soil - Snow
Plow Damage - 03/30/2022
96.00
67 7055 Supplies - Street R&M 1702 Diamond Paint &
Home Center LLC
220000010427 Graffiti Paint - Golf Rd
Overpass
49.95
68 7055 Supplies - Street R&M 8547 Healy Asphalt
Company LLC
30689 2.36 Tons Asphalt - Potholes -
03/28/2022
339.84
69 7055 Supplies - Street R&M 1174 3M Company 9415904352 3 Rolls Reflective Sheeting -
Sign Fabrication
1,763.25
70 7055 Supplies - Street R&M 1057 Menard Incorporated 96047 2 Rolls Stretch Wrap -
Electronics Recycling
41.98
71 7055 Supplies - Street R&M 1057 Menard Incorporated 96502 Paint Brush, Paint, Primer -
Graffiti Removal
275.86
38,401.34
72 6115 Licensing/Titles 3874 Serpe, Dave Reimb
04/01/2022
CDL License - Facilities
Foreman - Exp 06/30/2022
30.00
Division: 530 - Street Maintenance
Total 530 - Street Maintenance
Division: 535 - Facilities & Grounds Maintenance
Page 6 of 31
Line #Vendor Invoice Invoice Description Amount
City of Des Plaines
Warrant Register 05/02/2022
Account
73 6145 Custodial Services 8073 Crystal Maintenance
Services Corporation
30114 Custodial Services - 7
Buildings - April 2022
8,240.00
74 6195 Miscellaneous
Contractual Services
6420 International
Exterminator Company Inc
04-2048 Exterior Pest Control - City
Hall - 04/01/2022
80.00
75 6195 Miscellaneous
Contractual Services
6420 International
Exterminator Company Inc
04-2049 Interior Pest Control - City
Hall & Police Station -
04/01/2022
193.00
76 6195 Miscellaneous
Contractual Services
8424 Fink Safe & Lock
Company
30781 Reset Combo on Mosler Vault
Door - Service Call
04/12/2022
188.00
77 6195 Miscellaneous
Contractual Services
1029 Cintas Corporation 4115031042 Mat Service - Metra Train
Station - 03/30/2022
35.00
78 6195 Miscellaneous
Contractual Services
1029 Cintas Corporation 4115720342 Mat Service - Metra Train
Station - 04/06/2022
35.00
79 6195 Miscellaneous
Contractual Services
1029 Cintas Corporation 4115720365 Mat Service - Police Station -
04/06/2022
122.24
80 6195 Miscellaneous
Contractual Services
5214 State Industrial
Products
902401927 Drain Maintenance Program
04/08/2022-City Hall & Police
Station
112.55
81 6195 Miscellaneous
Contractual Services
1311 Hill/Ahern Fire
Protection LLC
9464 Sprinkler Inspections - City
Hall, Metro, Library-11/01-
11/03/21
1,022.50
82 6195 Miscellaneous
Contractual Services
1311 Hill/Ahern Fire
Protection LLC
9465 Sprinkler Inspections - PW &
Fire Station #63 - 11/01/2021
1,015.00
83 6195 Miscellaneous
Contractual Services
1311 Hill/Ahern Fire
Protection LLC
9466 Sprinkler Inspections - Police
Station & History -
11/01/2021
500.00
84 6315 R&M Buildings &
Structures
5982 Mr Duct Inc 00074344 Duct Cleaning - Fire Station
#62 - 03/31/2022
695.00
85 6315 R&M Buildings &
Structures
5982 Mr Duct Inc 00074353 Duct Cleaning - Fire Station
#63 - 03/31/2022
1,235.00
86 6315 R&M Buildings &
Structures
1025 Bedco Inc 097597 Unit Heater Service Call - Fire
Station #63 - 12/07/2021
115.00
87 6315 R&M Buildings &
Structures
1025 Bedco Inc 097674 Preventative Maintenance -
PW Gun Range - 02/03/2022
120.00
88 6315 R&M Buildings &
Structures
1025 Bedco Inc 097744 Mechanical Service Contract -
03/11/2022
637.50
89 6315 R&M Buildings &
Structures
1025 Bedco Inc 097744 Mechanical Service Contract -
03/11/2022
637.50
90 6315 R&M Buildings &
Structures
1025 Bedco Inc 097769 3-Ton HVAC Split Sys Install
PW Crew Leader Office -
03/10/2022
8,427.75
91 6315 R&M Buildings &
Structures
1025 Bedco Inc 097777 Service Call - Food Pantry -
03/31/2022
180.00
92 6315 R&M Buildings &
Structures
1025 Bedco Inc 097778 Preventative Maintenance -
PW Gun Range - 04/04/2022
404.55
Page 7 of 31
Line #Vendor Invoice Invoice Description Amount
City of Des Plaines
Warrant Register 05/02/2022
Account
93 6315 R&M Buildings &
Structures
1025 Bedco Inc 097791 Mechanical Service Contract -
04/07/2022
637.50
94 6315 R&M Buildings &
Structures
1025 Bedco Inc 097791 Mechanical Service Contract -
04/07/2022
637.50
95 6315 R&M Buildings &
Structures
8575 Olsen Tuckpointing
Company
21342 Install Two Masonry
Openings - PW - 04/07/2022
7,550.00
96 6315 R&M Buildings &
Structures
2350 Anderson Elevator Co INV-55486-W1G9 April 2022 Elevator
Inspections
1,400.00
97 6315 R&M Buildings &
Structures
2350 Anderson Elevator Co INV-56167-B4M7 5-Year Annual Elevator
Testing - City Hall -
04/01/2022
4,825.00
98 7000 Office Supplies 1644 Warehouse Direct Inc 5209978-0 Note Pads - PW 10.27
99 7025 Supplies - Custodial 1029 Cintas Corporation 4115030986 Cleaners, Paper Towels, Soap,
Mat, & Scrubs - PW
143.87
100 7025 Supplies - Custodial 1029 Cintas Corporation 4115720356 Cleaners, Paper Towels, Soap,
Mat, & Scrubs - PW
254.45
101 7030 Supplies - Tools &
Hardware
1047 Home Depot Credit
Svcs
6452852 Saw Blades - City Hall 32.80
102 7030 Supplies - Tools &
Hardware
1057 Menard Incorporated 95688 Hole Saw & Utility Blades 30.97
103 7045 Supplies - Building R&M 1047 Home Depot Credit
Svcs
0431107 Cover Base Adhesive, Sanding
Discs, Etc. - Police Station
58.07
104 7045 Supplies - Building R&M 1047 Home Depot Credit
Svcs
0452911 Self Leveling Sealant - Fire
Station #62
11.28
105 7045 Supplies - Building R&M 1047 Home Depot Credit
Svcs
0452915 Concrete Grinding Wheel -
Fire Station #62
61.57
106 7045 Supplies - Building R&M 1527 Sherwin-Williams
Company, The
1030-1 Black Door Paint - City Hall 61.31
107 7045 Supplies - Building R&M 1018 Anderson Lock
Company LTD
1089581 6 Keys Cut - Fire Station #61 147.60
108 7045 Supplies - Building R&M 8244 Des Plaines Ace
Hardware
1895 4 Washers - Fire Station #62 3.00
109 7045 Supplies - Building R&M 8244 Des Plaines Ace
Hardware
1912 Wood Screws - Library 8.63
110 7045 Supplies - Building R&M 2480 Just Faucets 200836 Faucet Parts - Fire Station #62 25.15
111 7045 Supplies - Building R&M 1047 Home Depot Credit
Svcs
2022386 Wood & Screws - Library 30.02
112 7045 Supplies - Building R&M 1047 Home Depot Credit
Svcs
2022417 Nitrile Gloves & Exit Sign -
City Hall
77.44
113 7045 Supplies - Building R&M 8283 Banner Plumbing
Supply Company LLC
2807424 Mixing Valve 182.66
114 7045 Supplies - Building R&M 1047 Home Depot Credit
Svcs
3054469 Dummy Knobs, Tool Strap, &
Wood Filler - PW
25.40
115 7045 Supplies - Building R&M 1047 Home Depot Credit
Svcs
3452895 Cabinet Handles & Gloves -
PW
31.11
116 7045 Supplies - Building R&M 1047 Home Depot Credit
Svcs
4021121 Wall Base, Wall Base
Adhesive, Caulk Gun, Nozzles
- City Hall
226.08
Page 8 of 31
Line #Vendor Invoice Invoice Description Amount
City of Des Plaines
Warrant Register 05/02/2022
Account
117 7045 Supplies - Building R&M 1047 Home Depot Credit
Svcs
5020943 Shims & Corner Brace - PW
Crew Leader Office
18.24
118 7045 Supplies - Building R&M 1047 Home Depot Credit
Svcs
6452922 Epoxy, Epoxy Clear Coat,
Gloves - Fire Station #62
140.86
119 7045 Supplies - Building R&M 1527 Sherwin-Williams
Company, The
7175-3 25 Gals Paint - City Hall 195.90
120 7045 Supplies - Building R&M 1043 WW Grainger Inc 9267398643 Plumbing Parts - Police
Station Women's Washroom
168.32
121 7045 Supplies - Building R&M 1057 Menard Incorporated 95451 Joint Tape, Sand, & Pail - City
Hall
42.48
122 7045 Supplies - Building R&M 1057 Menard Incorporated 95456 5 Lights - Fire Station #61 111.86
123 7045 Supplies - Building R&M 1057 Menard Incorporated 95583 Drop Cloth, Sealer, Pail, Frog
Tape, & Tape - City Hall
119.68
124 7045 Supplies - Building R&M 1057 Menard Incorporated 95589 Door Stop - Police Station 10.99
125 7045 Supplies - Building R&M 1057 Menard Incorporated 95750 Shims, Wood Zinc, Tapcon,
Connector, Etc. - PW Crew
Leader Office
106.04
126 7045 Supplies - Building R&M 1057 Menard Incorporated 95937 5 Metal Corner Beads &
Concrete Screw Anchors
34.65
127 7045 Supplies - Building R&M 1057 Menard Incorporated 96278 Wall Base Adhesive for New
Crew Leader Room
19.88
128 7045 Supplies - Building R&M 1057 Menard Incorporated 96374 Thermostat, Joint Compound,
& Corner Bead - Police
Station
34.07
129 7045 Supplies - Building R&M 1057 Menard Incorporated 96382 Concrete & Concrete Bonding
- Fire Station #62
26.77
130 7045 Supplies - Building R&M 1057 Menard Incorporated 96449 Pipe Insulation & Pipe Tape -
PW
31.76
131 7045 Supplies - Building R&M 1057 Menard Incorporated 96487 LED Lights - Metra Train
Station
54.98
132 7045 Supplies - Building R&M 1057 Menard Incorporated 96494 Returned LED Lights - Metra
Train Station
(54.98)
133 7045 Supplies - Building R&M 2313 City Electric Supply
Company (CES)
DEP/055793 Screw Connector & Bushings -
City Hall
2.80
134 7045 Supplies - Building R&M 2313 City Electric Supply
Company (CES)
DEP/055797 17 Circuit Breakers & 5
Handle Ties - City Hall 2nd
Floor
440.81
135 7045 Supplies - Building R&M 2313 City Electric Supply
Company (CES)
DEP/055929 Battery for EM Light at
History Center
21.45
136 7045 Supplies - Building R&M 2313 City Electric Supply
Company (CES)
DEP/055985 Dimmer Switch - City Hall
Finance
75.00
137 7045 Supplies - Building R&M 2313 City Electric Supply
Company (CES)
DEP/056016 Offset CVR - PW Crew Leader
Office
5.63
138 7045 Supplies - Building R&M 2313 City Electric Supply
Company (CES)
DEP/056196 T-Bar Hanger & Exit Sign - City
Hall Chambers
38.08
Page 9 of 31
Line #Vendor Invoice Invoice Description Amount
City of Des Plaines
Warrant Register 05/02/2022
Account
139 7045 Supplies - Building R&M 2313 City Electric Supply
Company (CES)
DEP/056197 8 Circuit Breakers & Handle
Tie - PW Crew Leaders Office
197.32
42,339.86
140 6135 Rentals 1029 Cintas Corporation 4115004860 Mechanic's Uniform Rental -
03/30/2022
172.88
141 6135 Rentals 1029 Cintas Corporation 4115695657 Mechanic's Uniform Rental -
04/06/2022
172.88
142 6195 Miscellaneous
Contractual Services
8584 James Drive Safety
Lane LLC
4533 Vehicle Inspection March
2022
125.80
143 6305 R&M Equipment 2168 Petroleum
Technologies Equipment,
Inc
30752 Fuel Nozzle Repair &
Purchase - PW 5PW3 -
03/29/2022
529.75
144 6305 R&M Equipment 2168 Petroleum
Technologies Equipment,
Inc
30753 Fuel Nozzle Repair &
Purchase - PW 5PW3 -
04/07/2022
946.50
145 6305 R&M Equipment 1088 Atlas Bobcat LLC 722501 Vehicle Repair &
Maintenance - PW 5011 -
02/09/2022
1,904.86
146 6305 R&M Equipment 1346 Lorchem Technologies
Inc
75671 Pressure Washer Repair - PW
5PW1 - 03/22/2022
1,671.37
147 6310 R&M Vehicles 1278 Dave & Jim's Auto
Body Inc
22221 Four Wheel Alignment
04/04/2022 - Police 6081
130.00
148 7000 Office Supplies 1644 Warehouse Direct Inc 5208684-0 Batteries, Pens, Tape, Pads,
Mailing Pads & Copy Paper -
PW
109.20
149 7000 Office Supplies 1644 Warehouse Direct Inc C5208684-0 Returned Note Pads - PW (9.11)
150 7035 Supplies - Equipment
R&M
8454 NAPA Auto Parts 823206 Air Couplers - PW Equipment 80.76
151 7035 Supplies - Equipment
R&M
8454 NAPA Auto Parts 823531 Returned Fuel Nozzle - PW
5PW3
(87.57)
152 7035 Supplies - Equipment
R&M
1043 WW Grainger Inc 9261125695 Fuel Nozzle - PW 5PW3 88.81
153 7035 Supplies - Equipment
R&M
1043 WW Grainger Inc 9263369630 Returned Fuel Nozzle - PW
5PW3
(88.81)
154 7035 Supplies - Equipment
R&M
1103 Casey Equipment Co P05218 8 Spraying Nozzles - PW 5106 151.04
155 7040 Supplies - Vehicle R&M 1078 Acme Truck Brake &
Supply Co
01_249224 Air Dump Valves & Brass
Fittings - Fire 7707
340.38
156 7040 Supplies - Vehicle R&M 1078 Acme Truck Brake &
Supply Co
01_250746 Air Valve & Fittings - Fire 7707 287.20
157 7040 Supplies - Vehicle R&M 1673 Chicago Parts & Sound
LLC
1-0266168 Brake Pads, Rotors, & Filters -
Police Stock
1,119.80
158 7040 Supplies - Vehicle R&M 1045 Havey
Communications
11477 6 COAX Connectors - Fire
7522
40.20
159 7040 Supplies - Vehicle R&M 6244 Valvoline LLC 133533987 Windshield Washer Solvent &
Motor Oil - Police Stock
876.09
Division: 540 - Vehicle Maintenance
Total 535 - Facilities & Grounds Maintenance
Page 10 of 31
Line #Vendor Invoice Invoice Description Amount
City of Des Plaines
Warrant Register 05/02/2022
Account
160 7040 Supplies - Vehicle R&M 1501 Foster Coach Sales Inc 23726 4 License Plate Lights & 2
Door Latches - Fire 7707
396.01
161 7040 Supplies - Vehicle R&M 1071 Pomp's Tire Service
Inc
280132072 2 Steer Tires - Fire 7801 1,490.00
162 7040 Supplies - Vehicle R&M 6224 Bumper to Bumper 408-1285987 2 Control Arms - Police 6081 225.58
163 7040 Supplies - Vehicle R&M 6224 Bumper to Bumper 408-1285989 Control Arm - Police 6089 112.79
164 7040 Supplies - Vehicle R&M 1643 Golf Mill Ford 524756P Insulator & Shield - Police
6099
217.34
165 7040 Supplies - Vehicle R&M 1643 Golf Mill Ford 524991P Housing, Insulator, Bracket -
Police 6029, Police Stock
510.36
166 7040 Supplies - Vehicle R&M 1643 Golf Mill Ford 525323P Water Pump, Gaskets, Seals,
& Bolts - Police 6073
319.40
167 7040 Supplies - Vehicle R&M 1643 Golf Mill Ford 525324P Bolts - Police 6073 4.00
168 7040 Supplies - Vehicle R&M 1643 Golf Mill Ford 525503P Alternator, Belt, & Tensioner -
Police 6075
474.33
169 7040 Supplies - Vehicle R&M 8454 NAPA Auto Parts 823652 Front Caliper - Police 6075 6.33
170 7040 Supplies - Vehicle R&M 8454 NAPA Auto Parts 823753 2 Air Filters - PW Stock 70.57
171 7040 Supplies - Vehicle R&M 8454 NAPA Auto Parts 823754 Diesel Exhaust Fluid - PW
Stock
227.10
172 7040 Supplies - Vehicle R&M 8454 NAPA Auto Parts 823800 Returned Brake Caliper
Housing - Police 6075
(6.33)
173 7040 Supplies - Vehicle R&M 8104 MacQueen Emergency
Group
P15432 3 Toe Links - Fire 7801 649.83
174 7040 Supplies - Vehicle R&M 8104 MacQueen Emergency
Group
P15492 Cab Jack Pump - Fire 7801 988.36
175 7040 Supplies - Vehicle R&M 8104 MacQueen Emergency
Group
P15493 Torsion Bar Kits - Fire 7801 785.95
176 7040 Supplies - Vehicle R&M 5035 Northwest Trucks Inc X101062724:01 Filters & Air Bag - Fire 7703 230.51
177 7040 Supplies - Vehicle R&M 5035 Northwest Trucks Inc X101062724:02 Air Bag - Fire 7703 167.93
178 7040 Supplies - Vehicle R&M 5035 Northwest Trucks Inc X101062724:03 3 Rocker Switches - Fire 7703 86.67
179 7040 Supplies - Vehicle R&M 5035 Northwest Trucks Inc X101062836:01 4 Retaining Cables & Air Tank -
PW 5091
342.63
180 7040 Supplies - Vehicle R&M 5035 Northwest Trucks Inc X101066436:01 Exhaust Parts - PW 5099 600.94
181 7040 Supplies - Vehicle R&M 5035 Northwest Trucks Inc X101066815:01 Coolant Tube Assembly - PW
5092
183.84
182 7040 Supplies - Vehicle R&M 5035 Northwest Trucks Inc X101066815:02 6 Dump Valves - Fire Stock 153.18
183 7040 Supplies - Vehicle R&M 5035 Northwest Trucks Inc X101066823:01 Coolant Tube Assembly - PW
Stock
183.84
184 7040 Supplies - Vehicle R&M 5035 Northwest Trucks Inc X101066990:01 Coolant Line - Fire 7607 90.73
Page 11 of 31
Line #Vendor Invoice Invoice Description Amount
City of Des Plaines
Warrant Register 05/02/2022
Account
185 7120 Gasoline 8331 Avalon Petroleum
Company Inc
580472 5,002 Gals Gasoline -
03/30/2022
13,151.80
186 7120 Gasoline 7349 Wex Inc 79937330 Fuel Purchases - March 2022 2,462.85
187 7130 Diesel 8331 Avalon Petroleum
Company Inc
029573 2,000 Gals Bio Diesel Fuel -
03/30/2022, R-163-20
5,445.00
188 7130 Diesel 7349 Wex Inc 79937330 Fuel Purchases - March 2022 976.67
39,110.24
148,807.10
189 5310 Membership Dues 1522 IL Association of
Chiefs of Police
10645 Membership Dues Jan-Dec
2022 (Chief)
265.00
265.00
190 5325 Training 1261 Northeast
Multiregional Training
301181 Vortex II Vehicle Ops and
Rescue 3/29-3/30/2022 (1
Ofc)
425.00
191 7300 Uniforms 1489 JG Uniforms Inc 96783 Uniforms- Ballistic Vest Cover-
New Officer
177.00
192 7300 Uniforms 1489 JG Uniforms Inc 96785 Uniforms- Ballistic Vest Cover-
New Officer
177.00
779.00
193 6195 Miscellaneous
Contractual Services
1517 Trans Union LLC 03248886 Investigations Database 2/26-
3/25/2022
293.32
194 6195 Miscellaneous
Contractual Services
1572 LexisNexis Risk
Solutions
1037713-
20220331
Investigations Database 3/1-
3/31/2022
287.95
195 6195 Miscellaneous
Contractual Services
1683 Thomson Reuters 846175615 Investigations Database 3/1-
3/31/2022
333.87
196 7300 Uniforms 5705 Artistic Engraving 18469 Detective Star (1)116.67
1,031.81
197 5325 Training 1510 Northwest Police
Academy
1016042 Safe-T Act Training Conf. 1
Sgt, 1 Ofc. 4/7/2022
50.00
198 6000 Professional Services 8389 Clarity One Solutions 022022 Multiple Citizen Complaint
Investigation February 2022
6,500.00
199 6000 Professional Services 5975 Aero Removals Trisons
Inc
21568-ACR Removal and Transport of 2
Deceased March 2022
950.00
200 6110 Printing Services 1233 Press Tech Inc 49245 1 Box of Business Cards
3/31/2022
25.00
201 6110 Printing Services 1142 Copyset Printing
Company
60113 Police Notice Stickers (500)
11/19/2021
140.00
202 6190 Tow/Storage/Abandone
d Fees
1567 Schimka Auto
Wreckers, Inc
3/1/2022 February 2022 Towing
Services (2)
80.00
Division: 630 - Support Services
Division: 610 - Uniformed Patrol
Total 610 - Uniformed Patrol
Division: 620 - Criminal Investigation
Total 620 - Criminal Investigation
Police Department
Division: 100 - Administration
Total 100 - Administration
Total 540 - Vehicle Maintenance
Total 50 - Public Works & Engineering
Page 12 of 31
Line #Vendor Invoice Invoice Description Amount
City of Des Plaines
Warrant Register 05/02/2022
Account
203 6195 Miscellaneous
Contractual Services
1818 Northwest VoltWagon 110273 Battery Booster Rental 2nd
Quarter 2022
84.00
204 6195 Miscellaneous
Contractual Services
1077 Shred-It USA LLC 8001336527 Shredding Services 03/04-
04/01/2022
464.92
205 6300 R&M Software 6695 Finalcover LLC CS1601094 Video Redaction Software
Maint 03/22/2022-
03/22/2023
2,586.00
206 6345 R&M Police Range 3882 Best Technology
Systems Inc
BTL-21171 Service Agreement Reattach
Rubber Ballistic Tile
3/31/2022
375.00
207 6345 R&M Police Range 3882 Best Technology
Systems Inc
BTL-22016-3 2022 Service Agreement for
Range Cleaning and
Maintenance March
635.91
208 7000 Office Supplies 1644 Warehouse Direct Inc 5209932-0 Mesh Desk-Top Shelf 25.28
209 7000 Office Supplies 1644 Warehouse Direct Inc 5215544-0 Pens, Markers, Note Pads 59.18
210 7015 Supplies - Police Range 2883 Law Enforcement
Targets Inc
0535816-IN Skill Builder Targets (1 Case)386.27
211 7200 Other Supplies 4177 Uline Inc 147211332 1 Carton of Prisoner Property
Bags
82.60
212 7310 Publications 1683 Thomson Reuters 846200928 2021 Criminal Law and
Procedure Books (2)
414.00
12,858.16
14,933.97
213 7300 Uniforms 3212 On Time Embroidery
Inc
99827 Tactical Fleece - Deputy Chief 124.00
124.00
214 5325 Training 8609 Dive Right In Scuba 177617 Underwater Extrication
Training -1 Engr, 1 Para 11/2-
11/3/2021
700.00
215 5325 Training 1252 NIPSTA 35276096 Rope Rescue-03/07/22-
03/10/22 - Lieutenant
1,100.00
216 5325 Training 1252 NIPSTA 35948620 Instructor II - 05/16/22-
05/20/22 - Paramedic
500.00
217 5325 Training 1252 NIPSTA 36127204 Confined Space Technician-
10/03/22-10/06/22 -
Paramedic
1,100.00
218 5345 Post-Employment
Testing
1267 Northwest
Community Hospital
CR MR
01/05/2022
Taking Credit for Individual
Double Billed on Inv 26401 &
26025
(344.00)
219 6035 Dispatch Services 5973 Emergency Twenty
Four Inc
47692 Elevator Alarm Dispatch -
March 2022
2,129.00
220 6305 R&M Equipment 1676 Bill's Power
Equipment Repair
0072296 Snowblower Repair and Parts -
04/08/22 - Station 62
285.73
Division: 710 - Emergency Services
Fire Department
Division: 100 - Administration
Total 100 - Administration
Total 630 - Support Services
Total 60 - Police Department
Page 13 of 31
Line #Vendor Invoice Invoice Description Amount
City of Des Plaines
Warrant Register 05/02/2022
Account
221 6305 R&M Equipment 1148 WS Darley & Co 17457816 Battle Fogger Repair
02/21/22
186.34
222 6305 R&M Equipment 1148 WS Darley & Co 17457817 Battle Fogger Repair
02/21/22
233.09
223 7045 Supplies - Building R&M 8244 Des Plaines Ace
Hardware
1893 1 Pack Screws, 10 Fasteners -
Station 62
29.89
224 7200 Other Supplies 3297 Bound Tree Medical
LLC
84463184 1 Soft Stretcher 222.99
225 7200 Other Supplies 1571 Welding Industrial
Supply
R02857097 16 Cylinders, 1 Balloon Filler -
March 2022
177.99
226 7300 Uniforms 3212 On Time Embroidery
Inc
90895 4 T-Shirts - Engineer 36.00
227 7300 Uniforms 3212 On Time Embroidery
Inc
92033 3 T-Shirts - Paramedic 33.00
228 7300 Uniforms 3212 On Time Embroidery
Inc
98604 Tactical Fleece - Paramedic 119.00
229 7300 Uniforms 3212 On Time Embroidery
Inc
99124 Baseball Cap, 2 Polos, Job
Shirt, 5 T-Shirts, Etc. -
Lieutenant
303.00
230 7300 Uniforms 3212 On Time Embroidery
Inc
99248 4 Station Cargo Pants, 5 T-
Shirts - Paramedic
331.00
231 7300 Uniforms 3212 On Time Embroidery
Inc
99819 3 T-Shirts, 2 Trousers, Leather
Belt - Paramedic
214.00
232 7300 Uniforms 3212 On Time Embroidery
Inc
99820 Tactical Fleece - Paramedic 119.00
233 7300 Uniforms 3212 On Time Embroidery
Inc
99821 Alterations- Battalion Chief 54.00
234 7300 Uniforms 3212 On Time Embroidery
Inc
99822 8 T-Shirts - Paramedic 100.00
235 7300 Uniforms 3212 On Time Embroidery
Inc
99823 2 Name Patches for
Responder Jacket - Battalion
Chief
28.00
236 7300 Uniforms 3212 On Time Embroidery
Inc
99824 4 T-Shirts, Leather Belt,
Pocketed Shorts - Paramedic
94.00
237 7300 Uniforms 3212 On Time Embroidery
Inc
99825 1/4 Zip Job Shirt - Battalion
Chief
72.00
238 7300 Uniforms 3212 On Time Embroidery
Inc
99826 2 S/S Polos - Paramedic 108.00
239 7300 Uniforms 3212 On Time Embroidery
Inc
99829 1/4 Zip Job Shirt - Paramedic 78.00
240 7320 Equipment < $5,000 8616 Conway Shield Inc 0489871 12 Gold Leaf Shields-Div.
Chief, Dep. Chief, Chief, Batt.
Chief
1,285.00
241 7320 Equipment < $5,000 1148 WS Darley & Co 17460808 1 Pair Dex-Pro Gloves 114.26
242 7320 Equipment < $5,000 1080 Air One Equipment Inc 179449 2 White, 2 Red, 3 Black Cairns
Helmets
2,110.00
243 7320 Equipment < $5,000 1080 Air One Equipment Inc 179572 5 Multi Carry Straps with
Snap Hooks
256.00
11,775.29Total 710 - Emergency Services
Page 14 of 31
Line #Vendor Invoice Invoice Description Amount
City of Des Plaines
Warrant Register 05/02/2022
Account
244 7200 Other Supplies 1046 Hinckley Spring Water
Co
2533573 041022 Water Delivered 03/31/2022 33.43
245 7300 Uniforms 3212 On Time Embroidery
Inc
99828 2 S/S Polos - Inspector 96.00
129.43
12,028.72
246 6010 Legal Fees - Labor &
Employment
8133 Elrod Friedman LLP 7944 3-22 Non-Retainer Matters 3,540.50
3,540.50
247 6015 Communication Services 8536 Peerless Network Inc 510991 Communications Services
04/15-05/14/2022
35,221.40
248 6030 AMB Fee Processing
Services
3640 Andres Medical Billing
Ltd
254636 Collections for Services March
2022 - Ambulance Fees
10,847.18
249 6140 Leases 3827 Pitney Bowes Inc 3105446251 Mailing Machine Lease 03/30-
06/29/2022
1,032.72
47,101.30
328,487.23
250 6000 Professional Services 1332 Kane McKenna &
Associates
18476 Research Analysis TIF 7
02/18/22 - 02/21/22
437.50
437.50
251 6000 Professional Services 8133 Elrod Friedman LLP 7930 3-22 Non-Retainer Matters 161.00
161.00
252 6000 Professional Services 7904 O'Brien & Associates
Inc
113176 CIP Geotechnical Pavement
Investigation Svcs March
2022
12,900.00
253 7160 Ice Control 6461 Compass Minerals
America Inc
980805 Bulk Rock Salt - 03/29/2022 4,659.17
17,559.17
254 6560 Subsidy - Shared
Housing & Homeless
Prevention
1169 Center of Concern 0408DP2Q Homeless Prevention &
Housing Counseling B-21
1/1/22 - 3/31/22
2,229.75
Fund: 240 - CDBG Fund
Total 208 - TIF #8 Oakton
Fund: 230 - Motor Fuel Tax Fund
Total 230 - Motor Fuel Tax Fund
Fund: 207 - TIF #7 Mannheim/Higgins South
Total 207 - TIF #7 Mannheim/Higgins South
Fund: 208 - TIF #8 Oakton
Department: 90 - Overhead
Total 90 - Overhead
Total 100 - General Fund
Total 70 - Fire Department
Department: 75 - Fire & Police Commission
Total 75 - Fire & Police Commission
Division: 720 - Fire Prevention
Total 720 - Fire Prevention
Page 15 of 31
Line #Vendor Invoice Invoice Description Amount
City of Des Plaines
Warrant Register 05/02/2022
Account
255 6563 Subsidy - Senior Housing
and Supportive Services
1169 Center of Concern 040822S Senior Housing & Support
Services B21 01/01/22 -
03/31/22
1,673.50
3,903.25
256 6000 Professional Services 1123 Christopher B Burke
Engineering LTD
173490 R-157-21 Engineering Svcs for
Area #4 Flood Imp. Proj 2/27-
3/26/22
33,987.80
257 6000 Professional Services 1123 Christopher B Burke
Engineering LTD
173491 R-184-21 Task Order 7
Professional Engineering Svcs
2/27-3/26/22
32,131.50
258 6000 Professional Services 1562 Wisconsin Central LTD 91623681 R-132-21 Rand Rd Sidepath -
ITEP Construction 1/03 -
3/07/2022
109,662.84
259 6005 Legal Fees 6997 Walker Wilcox
Matousek LLP
190477-0L60001 Legal Fees-Ballard Rd
Sidepath-2520 Ballard Rd
12/01 -12/29-2021
1,900.00
260 6005 Legal Fees 8169 Burke, Warren,
MacKay & Serritella PC
255604-0M70009 Legal Fees-Rand Rd Sidepath-
1507 Rand Rd 11/29-
12/03/2021
317.00
261 6005 Legal Fees 8133 Elrod Friedman LLP 7921 3-22 Non-Retainer IEMA &
FEMA Review Phase 5
46.00
178,045.14
178,045.14
262 2484 Seized/Pending Forfeit 1320 IL State Police 21-26491 Forfeiture Award 7,933.00
263 7015 Supplies - Police Range 5197 Kieslers Police Supply
Inc
IN187098 TRT Marksmen Ammunition
14 Cases .308 Win.
2,338.00
264 7300 Uniforms 1164 Uniform Den East Inc 79359 TRT Uniform Blouse - Training
Officer
67.02
2,405.02
265 6115 Licensing/Titles 1744 IL Secretary of State 1901583B-2023 Squad #17 License Plate
Renewal 2023
151.00
151.00
10,489.02
266 6140 Leases 5109 Konica Minolta
Premier Finance
5019457554 Konica Minolta Lease 04/21-
05/20/2022
7,304.18
Total 260 - Asset Seizure Fund
Fund: 420 - IT Replacement Fund
Program: 2620 - DEA
Total 2620 - DEA
Program: 2640 - Forfeit
Total 2640 - Forfeit
Total 2520 - Capital Grants
Total 250 - Grant Projects Fund
Fund: 260 - Asset Seizure Fund
Total 240 - CDBG Fund
Fund: 250 - Grant Projects Fund
Program: 2520 - Capital Grants
Page 16 of 31
Line #Vendor Invoice Invoice Description Amount
City of Des Plaines
Warrant Register 05/02/2022
Account
267 8005 Computer Hardware 1322 Insight Public Sector 1100918195 2 Ubiquiti Switches for 1st
Floor
2,879.90
10,184.08
268 6315 R&M Buildings &
Structures
1025 Bedco Inc 097768 Leak Check on Second Floor
AC Units at City Hall
03/21/2022
2,367.10
269 6315 R&M Buildings &
Structures
1187 Scharm Floor Covering 15875 Installation of VCT Tile in
Media Room on 2nd Floor
03/31/2022
1,185.00
270 6315 R&M Buildings &
Structures
4583 Argon Electric
Company, Inc
9554 Electrical Repairs City Hall
2nd Floor 3/21-22-3/25/22
2,016.00
271 6315 R&M Buildings &
Structures
4583 Argon Electric
Company, Inc
9555 3/28/22 Electrical Repair 2nd
Floor AC Unit
946.00
272 7045 Supplies - Building R&M 1018 Anderson Lock
Company LTD
1089207 Door Handles for 2nd Floor
Doors
147.40
273 7045 Supplies - Building R&M 5698 Doors Done Right Inc 12188-2 Door and Window Kit for 2nd
Floor Remodel
925.00
274 7045 Supplies - Building R&M 1666 Des Plaines Glass
Company
12247 Glass for Sidelights on Offices
on 2nd Floor Remodel
160.00
275 7045 Supplies - Building R&M 5698 Doors Done Right Inc 12288 2 Door and Window Kit for
2nd Floor Remodel
2,300.00
276 7045 Supplies - Building R&M 1187 Scharm Floor Covering 15873 VCT Tile for 2nd Floor
Remodel
2,113.28
277 7045 Supplies - Building R&M 1187 Scharm Floor Covering 15874 VCT and Adhesive, Copper
Strips for 2nd Floor Remodel
1,609.28
278 7045 Supplies - Building R&M 1047 Home Depot Credit
Svcs
1623162 Door Stops for 2nd Floor
Remodel City Hall
14.19
279 7045 Supplies - Building R&M 8244 Des Plaines Ace
Hardware
1907 Thermostat Wire for 2nd
Floor City Hall
4.45
280 7045 Supplies - Building R&M 1047 Home Depot Credit
Svcs
6023209 Hinges, Shims for 2nd Floor
City Hall
74.68
281 7045 Supplies - Building R&M 1047 Home Depot Credit
Svcs
7024779 Casing for Around Windows
on 2nd Floor
8.56
282 7045 Supplies - Building R&M 1047 Home Depot Credit
Svcs
9022840 Shims, 2 x 6 x 8 ' Studs 48.40
283 7045 Supplies - Building R&M 1057 Menard Incorporated 95601 Sand, Bottled Water, Safety
Glasses, Adhesive, Etc. - City
Hall
59.53
284 7045 Supplies - Building R&M 1057 Menard Incorporated 96296 Wire Molding for 2nd Floor 8.99
285 7045 Supplies - Building R&M 1057 Menard Incorporated 96480 Studs, Tapcons, Drywall for
2nd Floor Remodel
115.06
286 7045 Supplies - Building R&M 1057 Menard Incorporated 96603 Painting Supplies for 2nd
Floor City Hall
33.66
287 7045 Supplies - Building R&M 1057 Menard Incorporated 96620 Switch Plate and 2x6 Studs 15.40
14,151.98
Fund: 430 - Facilities Replacement Fund
Total 430 - Facilities Replacement Fund
Total 420 - IT Replacement Fund
Page 17 of 31
Line #Vendor Invoice Invoice Description Amount
City of Des Plaines
Warrant Register 05/02/2022
Account
288 6140 Leases 1562 Wisconsin Central LTD 9500236603 Lease Water Easement
5/1/22 - 4/30/23 Doc. 3554W
475.51
289 6180 Water Sample Testing 1642 Suburban
Laboratories, Inc
201025 IEPA Testing - 03/01-
03/24/2022
853.80
290 6195 Miscellaneous
Contractual Services
8584 James Drive Safety
Lane LLC
4533 Vehicle Inspection March
2022
94.35
291 6195 Miscellaneous
Contractual Services
4583 Argon Electric
Company, Inc
9511 TO#9 Fiber Dish - EMA, PW,
Howard - 11/06-11/20/2021,
R-174-21
12,523.00
292 7030 Supplies - Tools &
Hardware
8244 Des Plaines Ace
Hardware
1788 Cord & Fasteners 19.95
293 7030 Supplies - Tools &
Hardware
8244 Des Plaines Ace
Hardware
1939 Adhesive 8.09
294 7030 Supplies - Tools &
Hardware
1057 Menard Incorporated 96284 Grinder Cut Blades for Water
Dept
3.27
295 7040 Supplies - Vehicle R&M 4280 Rush Truck Centers of
Illinois Inc
3027293622 Fuel Tank Brackets - PW 9031 840.00
296 7045 Supplies - Building R&M 1057 Menard Incorporated 96288 Trim & Starter Strip 30.28
297 7050 Supplies - Streetscape 1347 Lurvey Landscape
Supply
T1-10425492 3 Cu Yds Top Soil & 25 Lbs
Grass Seed - 03/30/2022
183.00
298 7050 Supplies - Streetscape 1347 Lurvey Landscape
Supply
T1-10425513 1.5 Cu Yds Top Soil -
03/30/2022
48.00
299 7070 Supplies - Water System
Maintenance
1709 Ziebell Water Service
Products Inc
257304-000 Hydrant Repair Parts 208.20
300 7070 Supplies - Water System
Maintenance
4093 White Cap LP 50018100318 2 Sidewalk Handicap Tiles 412.54
301 7070 Supplies - Water System
Maintenance
1072 Prairie Material 890428014 1.5 Cu Yds Concrete -
Sidewalk Repairs -
04/01/2022
187.88
302 7070 Supplies - Water System
Maintenance
6992 Core & Main LP Q603485 4 Repair Clamps 1,249.10
303 7105 Wholesale Water -
NWWC
2901 Northwest Water
Commission
04062022 Wholesale Water Purchase -
March 2022 - R-183-14
344,618.25
304 7120 Gasoline 8331 Avalon Petroleum
Company Inc
580472 5,002 Gals Gasoline -
03/30/2022
2,546.18
305 7130 Diesel 8331 Avalon Petroleum
Company Inc
029573 2,000 Gals Bio Diesel Fuel -
03/30/2022, R-163-20
611.34
364,912.74
306 6015 Communication Services 8536 Peerless Network Inc 510991 Communications Services
04/15-05/14/2022
198.63
307 6195 Miscellaneous
Contractual Services
1559 Continental Weather
Svc
194357 Weather Forecasting - April
2022
150.00
308 6195 Miscellaneous
Contractual Services
8584 James Drive Safety
Lane LLC
4533 Vehicle Inspection March
2022
94.35
Non Departmental
Division: 550 - Water Systems
Total 550 - Water Systems
Division: 560 - Sewer Systems
Fund: 500 - Water/Sewer Fund
Page 18 of 31
Line #Vendor Invoice Invoice Description Amount
City of Des Plaines
Warrant Register 05/02/2022
Account
309 6195 Miscellaneous
Contractual Services
1562 Wisconsin Central LTD 9500236599 Storm Sewer Agent - 5/1/22 -
4/30/23 Doc. 2998-W
490.94
310 6310 R&M Vehicles 1202 Standard Equipment
Co
W07732 Vactor Repairs - PW 8020 -
12/30/2021
3,759.46
311 7040 Supplies - Vehicle R&M 1078 Acme Truck Brake &
Supply Co
01_248927 Flex Pipe - PW 8021 88.85
312 7040 Supplies - Vehicle R&M 4280 Rush Truck Centers of
Illinois Inc
3027103093 Turbo S-Pipe - PW 8021 355.00
313 7040 Supplies - Vehicle R&M 4280 Rush Truck Centers of
Illinois Inc
3027126127 Clamps, Flex Tube, Pipe Tail -
PW 8021
532.38
314 7040 Supplies - Vehicle R&M 4280 Rush Truck Centers of
Illinois Inc
3027292231 Air Cleaner Hose - PW 8021 155.00
315 7075 Supplies - Sewer System
Maintenance
8598 Ray Schramer &
Company
161558 5 Manhole Adjustment Rings
& Adhesive
446.85
316 7075 Supplies - Sewer System
Maintenance
1162 Vollmar Clay Products
Inc
186690 Offset Cone - Sewer Repair 230.00
317 7075 Supplies - Sewer System
Maintenance
5214 State Industrial
Products
902388626 Primezyme - City Hall 293.88
318 7075 Supplies - Sewer System
Maintenance
2053 USA Bluebook 934681 ATC Alternating Relay -
Columbia Lift Station
106.90
319 7075 Supplies - Sewer System
Maintenance
2053 USA Bluebook 939731 Replacement Floats - Lift
Stations
778.80
320 7075 Supplies - Sewer System
Maintenance
1564 EJ Equipment Inc P35625 Vactor Replacement Hose 2,224.00
321 7120 Gasoline 8331 Avalon Petroleum
Company Inc
580472 5,002 Gals Gasoline -
03/30/2022
1,693.98
322 7130 Diesel 8331 Avalon Petroleum
Company Inc
029573 2,000 Gals Bio Diesel Fuel -
03/30/2022, R-163-20
2,094.86
323 7200 Other Supplies 8244 Des Plaines Ace
Hardware
1901 Staple Gun Staples 5.39
13,699.27
324 6000 Professional Services 3337 HR Green Inc 151072 Task Order #7 - Maple Street -
01/22-02/18/2022
1,852.50
325 6000 Professional Services 2506 Trotter & Associates
Inc
19682 TO19 Con Phase Svcs Water
Sys Sep- 01/31-02/27/2022, R-
48-22
527.50
326 6000 Professional Services 1647 RJN Group Inc 35460703 TO#7 2021 MWRD Annual
Report - 02/27-04/01/2022, R-
18-20
2,082.50
327 6000 Professional Services 4022 M E Simpson Co Inc 38359 TO#2 Leak Detection - 02/08-
02/24/2022, R-213-21
11,618.75
328 8100 Improvements 5995 Wunderlich-Malec
Services Inc
19610 TO#8 Water Tower Replace
PLC Howard - 02/11-
04/11/2022, R-121-20
15,500.00
31,581.25
410,193.26Total 00 - Non Departmental
Total 560 - Sewer Systems
Division: 580 - CIP - Water/Sewer
Total 580 - CIP - Water/Sewer
Page 19 of 31
Line #Vendor Invoice Invoice Description Amount
City of Des Plaines
Warrant Register 05/02/2022
Account
329 6025 Administrative Services 7615 Sebis Direct Inc 37671 Utility Bill Rendering Services -
Drop Date 03/15/2022
1,454.05
330 6025 Administrative Services 7961 BridgePay Network
Solutions LLC
9729 Utility Web & Business
License Transaction Fee for
March 2022
257.30
1,711.35
411,904.61
331 6015 Communication Services 8536 Peerless Network Inc 510991 Communications Services
04/15-05/14/2022
353.82
332 6015 Communication Services 8536 Peerless Network Inc 510991 Communications Services
04/15-05/14/2022
1,284.59
333 6025 Administrative Services 7960 Passport Labs Inc INV-1029576 Mobile Pay Parking
Transaction Fees March 2022
7.77
334 6320 R&M Parking Lots 4583 Argon Electric
Company, Inc
9553 Library Parking Deck Dish
Installation-Task Order #6
04/04/2022
12,918.00
335 6320 R&M Parking Lots 2350 Anderson Elevator Co INV-54305-D4X8 Monthly Elevator Inspections-
March 2022
1,400.00
15,964.18
336 6025 Administrative Services 7960 Passport Labs Inc INV-1029576 Mobile Pay Parking
Transaction Fees March 2022
222.74
337 7540 Land Lease 1165 Union Pacific Railroad
Company
March 2022 Parking Fees for March 2022 1,052.25
1,274.99
338 6000 Professional Services 8580 Ready Rebound LLC 2202 Consulting-Orthopedic
Patient Navigator Contract
April 2022
905.74
339 6005 Legal Fees 8133 Elrod Friedman LLP 7939 3-22 Non-Retainer PSEBA
Proceedings
6,783.50
340 6005 Legal Fees 8133 Elrod Friedman LLP 7940 3-22 Non-Retainer PSEBA
Proceedings
423.50
8,112.74
341 6195 Miscellaneous
Contractual Services
8374 Wex Health
Incorporated
0001504791-IN Commuter, FSA and COBRA
Monthly Admin Fees March
2022
741.25
741.25
Fund: 610 - Health Benefits Fund
Total 610 - Health Benefits Fund
Fund: 520 - Metra Leased Parking Fund
Total 520 - Metra Leased Parking Fund
Fund: 600 - Risk Management Fund
Total 600 - Risk Management Fund
Total 500 - Water/Sewer Fund
Fund: 510 - City Owned Parking Fund
Total 510 - City Owned Parking Fund
Department: 30 - Finance
Total 30 - Finance
Page 20 of 31
Line #Vendor Invoice Invoice Description Amount
City of Des Plaines
Warrant Register 05/02/2022
Account
342 2221 Taste of Des Plaines 6045 Double D Booking 32389 Entertainment Mgmt for
Taste of Des Plaines 06/17-
06/18/2022
9,250.00
343 2226 Special Events - July 4th 7396 Associated Attractions
Enterprises Inc
16882 Floats for 4th of July Parade
07/04/2022-50% Deposit
1,000.00
344 2460 Refundable Bonds 8615 Lomeli, Victor Refund 03/29/22 Refundable Bond for Permit
2019-01100028
5,000.00
345 2460 Refundable Bonds 1169 Center of Concern Refund 04/06/22 Refundable Bond for Blarney
Bash 5k Event 03/12/22
500.00
346 2493 Escrow - CED
Development
1050 Journal & Topics
Newspapers
187596 Public Notice PZB Meeting
4/26/22- Published 04/06/22
86.55
347 2493 Escrow - CED
Development
1050 Journal & Topics
Newspapers
187596 Public Notice PZB Meeting
4/26/22- Published 04/06/22
86.55
348 2493 Escrow - CED
Development
1050 Journal & Topics
Newspapers
187596 Public Notice PZB Meeting
4/26/22- Published 04/06/22
86.55
349 2493 Escrow - CED
Development
8133 Elrod Friedman LLP 7927 3-22 Reimb Redevelopment 16,400.00
350 2493 Escrow - CED
Development
8133 Elrod Friedman LLP 7928 3-22 Reimb Redevelopment 126.00
32,535.65
1,033,951.79
Total 700 - Escrow Fund
Grand Total
Fund: 700 - Escrow Fund
Page 21 of 31
Line #Vendor Invoice Invoice Description Amount
351 6195 Miscellaneous
Contractual Services
8504 Verizon Connect Fleet
USA LLC
601000027315 Vehicle Diagnostic System
March 2022
1,424.75
1,424.75
1,462.74
352 6015 Communication Services 1032 Comcast 04/06/22 x7069 Internet/Cable Service 04/10-
05/09/2022
89.95
353 6015 Communication Services 1009 AT&T 847R18054603-
22
Communications Services
03/28-04/27/2022
63.68
354 6035 Dispatch Services 4996 Wheeling, Village of DISP000022 Emergency Dispatch Services
2021 (Yr 2 of 5) Final 2021 R-
196-19
385,813.32
385,966.95
385,966.95
387,391.70
355 2484 Seized/Pending Forfeit 8617 Perez, Giovani 21-26491 Forfeiture Award 6,500.00
6,500.00
356 6195 Miscellaneous
Contractual Services
1033 ComEd NC220091 Power Upgrade @ Howard
Water Tower, Task Order
#1794657301-Approximate
Completion 05/18/2022
17,107.76
17,107.76
17,107.76
357 6025 Administrative Services 7615 Sebis Direct Inc 37132 Utility Bill Rendering Services -
Drop Dates 02/15/2022
1,339.28
1,339.28
18,447.04
412,338.74
City of Des Plaines
Warrant Register 05/02/2022
Account
Fund: 100 - General Fund
Manual Payments
Public Works & Engineering
Division: 540 - Vehicle Maintenance
Total 540 - Vehicle Maintenance
Total 50 - Public Works & Engineering
Police Department
Division: 630 - Support Services
Total 630 - Support Services
Total 60 - Police Department
Fund: 500 - Water/Sewer Fund
Total 100 - General Fund
Fund: 260 - Asset Seizure Fund
Total 260 - Asset Seizure Fund
Non Departmental
Division: 550 - Water Systems
Total 550 - Water Systems
Total 00 - Non Departmental
Grand Total
Department: 30 - Finance
Total 30 - Finance
Total 500 - Water/Sewer Fund
Page 22 of 31
Line #Vendor Invoice Invoice Description Amount
358 7310 Publications 1050 Journal & Topics
Newspapers
PC - 34092 March 2022 Online Newspaper
Subscription - Mayor's Office
5.99
5.99
5.99
359 6195 Miscellaneous
Contractual Services
8153 Zoom Video
Communications Inc
PC - 34151 Zoom Subscription 3/26/22 - 4/25/22 -
City Manager
14.99
14.99
360 6195 Miscellaneous
Contractual Services
6008 Network Solutions LLC PC - 34209 Cityofdesplaines.Net Domain
Registration 3/1/22 - 3/1/23
85.96
361 6195 Miscellaneous
Contractual Services
6008 Network Solutions LLC PC - 34214 Monthly Secure Express Renewal
3/7/22 - 4/6/22
7.99
362 6195 Miscellaneous
Contractual Services
6008 Network Solutions LLC PC - 34230 dpcitynet.org Private Registration
Renewal 3/24/22 - 3/24/23
15.99
363 7005 Printer Supplies 4348 Amazon.Com PC - 34217 HP 935 Color Cartridges for City Use 132.27
364 7005 Printer Supplies 4348 Amazon.Com PC - 34224 DYMO Printer Replacement Tapes for
IT Department
18.49
365 7200 Other Supplies 4348 Amazon.Com PC - 34219 Heavyweight Disposable Forks, Knives,
and Spoons for IT Dept
94.76
366 7320 Equipment < $5,000 4348 Amazon.Com PC - 34210 Logitech Wireless Keyboard / Mouse
Combo for City Use
279.90
367 7320 Equipment < $5,000 4348 Amazon.Com PC - 34212 Dual Bay Docking Station Clone
Duplicator for IT Department
149.99
368 7320 Equipment < $5,000 4348 Amazon.Com PC - 34213 Inland 512GB Solid State Drive for City
Use
52.98
369 7320 Equipment < $5,000 4348 Amazon.Com PC - 34215 Crucial RAM 32GB Memory Kit for IT
Department
178.50
370 7320 Equipment < $5,000 4348 Amazon.Com PC - 34216 Tripp Lite 24 Port Blank Patch Panel
for IT Department
55.70
371 7320 Equipment < $5,000 4348 Amazon.Com PC - 34218 RJ45 Pass Through Connector for City
Use
23.98
372 7320 Equipment < $5,000 4348 Amazon.Com PC - 34220 Tripp Lite 24 Port Blank Patch Panel
for Media Department
83.55
373 7320 Equipment < $5,000 4348 Amazon.Com PC - 34221 iPad Case for Public Works 34.18
374 7320 Equipment < $5,000 4348 Amazon.Com PC - 34222 Leviton QuickPort CAT 6 Connectors
for Media Department
480.00
375 7320 Equipment < $5,000 4348 Amazon.Com PC - 34223 130W AC Dell Power Adapter for City
Use
56.98
376 7320 Equipment < $5,000 4348 Amazon.Com PC - 34225 Wired Keyboard / Mouse Combo for
City Use
199.90
377 7320 Equipment < $5,000 4348 Amazon.Com PC - 34226 HID Blank Cards for IT Department 58.39
378 7320 Equipment < $5,000 4348 Amazon.Com PC - 34227 Cisco ATA for IT Department 157.04
City Administration
Division: 210 - City Manager
Total 210 - City Manager
Division: 230 - Information Technology
Division: 110 - Legislative
Total 110 - Legislative
Total 10 - Elected Office
City of Des Plaines
Warrant Register 05/02/2022
Account
Fund: 100 - General Fund
Elected Office
JPMorgan Chase
Page 23 of 31
Line #Vendor Invoice Invoice Description Amount
City of Des Plaines
Warrant Register 05/02/2022
Account
JPMorgan Chase
379 7320 Equipment < $5,000 4348 Amazon.Com PC - 34228 iPhone Chargers for City Use 125.25
380 7320 Equipment < $5,000 4348 Amazon.Com PC - 34229 Dell USB Charger for City Use 26.78
381 7320 Equipment < $5,000 4348 Amazon.Com PC - 34231 Arch 16GB Memory for City Use 64.64
382 7320 Equipment < $5,000 4348 Amazon.Com PC - 34232 Tripp Lite Duplex Fiber Patch Cable for
Media Department
149.24
383 7320 Equipment < $5,000 4348 Amazon.Com PC - 34233 Cordless Electric Air Duster for IT
Department
79.99
384 7320 Equipment < $5,000 4348 Amazon.Com PC - 34234 4K Display Port to HDMI Cable
Adapter for City Use
45.05
2,657.50
385 6195 Miscellaneous
Contractual Services
8153 Zoom Video
Communications Inc
PC - 34107 Zoom Subscription - Media Services
03/30/2022-03/29/2023
149.08
386 6535 Subsidy - Youth
Commission
4348 Amazon.Com PC - 34101 Supplies for Youth Commission -
Buttonmaker for all Future Events
195.25
387 6535 Subsidy - Youth
Commission
4444 Misc Vendor for
Procurement Card
PC - 34106 Refreshments for Youth Advisory
Board Meeting 03/28/2022
58.50
388 7200 Other Supplies 4444 Misc Vendor for
Procurement Card
PC - 34146 3 Frames for 5th Floor 711.00
389 7310 Publications 1456 Chicago Tribune PC - 34148 Online Newspaper Subscription -
Elected Office 03/16-04/12/2022
15.96
390 7310 Publications 1456 Chicago Tribune PC - 34149 Online Newspaper Subscription -
Media Services 03/18-04/14/2022
15.96
391 7310 Publications 1456 Chicago Tribune PC - 34150 Online Newspaper Subscription - City
Manager 03/17-04/13/2022
15.96
392 7550 Miscellaneous Expenses 1076 Sam's Club Direct PC - 34100 Refund of Sales Tax Charged for Sam's
Club Photos
(4.30)
393 7550 Miscellaneous Expenses 4633 Walgreen Co PC - 34104 8X10 Print from Mayor's Address to
Business 03/17/2022
3.99
1,161.40
394 5310 Membership Dues 3248 Society For Human
Resource Management
PC - 34130 Membership Dues - Director of
Human Resources 4/1/22-3/31/22
229.00
395 6100 Publication of Notices 1521 Public Relations
Society of America
PC - 34131 Job Ad - Director of Media Services
3/17/22 - 4/14/22
50.00
396 7550 Miscellaneous Expenses 8603 Yeti PC - 34129 360 Yeti Custom Tumblers for Public
Service Recognition
11,340.00
11,619.00
397 6530 Subsidy - Community
Outreach
1037 Des Plaines
Enterprises Inc
PC - 34128 25 McDonald's Gift Cards for Social
Services
262.95
262.95
15,715.84
398 7000 Office Supplies 4348 Amazon.Com PC - 34236 Thermal Paper Rolls and Paper Plates 47.89
399 7000 Office Supplies 4348 Amazon.Com PC - 34238 1 Box of 2-Ply Cashier Rolls 75.42
400 7000 Office Supplies 4348 Amazon.Com PC - 34241 1 Desk Pad 19 x 24 44.05
401 7200 Other Supplies 4348 Amazon.Com PC - 34237 2 Boxes of K-Cups 50.36
Total 20 - City Administration
Department: 30 - Finance
Division: 250 - Human Resources
Total 250 - Human Resources
Division: 260 - Health & Human Services
Total 260 - Health & Human Services
Total 230 - Information Technology
Division: 240 - Media Services
Total 240 - Media Services
Page 24 of 31
Line #Vendor Invoice Invoice Description Amount
City of Des Plaines
Warrant Register 05/02/2022
Account
JPMorgan Chase
402 8010 Furniture & Fixtures 4348 Amazon.Com PC - 34239 1 Flip-5 Wall Mounted Coat Rack 30.00
247.72
403 5310 Membership Dues 1447 International Code
Council Inc
PC - 34160 ICC Certificate Renewal- Code
Enforcement Ofcr 3/1/22-3/1/25
121.00
404 5325 Training 1214 Suburban Building
Officials Conference
PC - 34153 2022 SBOC Training for Combination
Elec Insp on 03/02/2022
125.00
405 5325 Training 1214 Suburban Building
Officials Conference
PC - 34154 2022 SBOC Training for Building
Inspector on 03/02/2022
125.00
406 5325 Training 1214 Suburban Building
Officials Conference
PC - 34155 2022 SBOC Training for Building
Inspector on 03/02/2022
125.00
407 5325 Training 1452 IACE - IL Association of
Code Enforcement
PC - 34156 2022 Qrtly Training for 3 Code
Enforcement Inspectors - 4/27/22
150.00
408 7300 Uniforms 1538 Lands' End Business
Outfitters
PC - 34157 Uniform Shirts and Jackets - CED
Department
1,285.89
1,931.89
409 5325 Training 2489 American Planning
Association
PC - 34158 Virtual Training - APA Tech Studies for
Planner on 03/25/2022
24.48
410 5325 Training 7034 American Planning
Association - Illinois Chapter
PC - 34159 APA One Path Assessment Certificate
03/16-03/22/2022 - Planner
255.00
279.48
2,211.37
411 5310 Membership Dues 1753 American Public
Works Association - APWA
PC - 34089 APWA Membership Renewals - Dir,
Asst Dir, Supts and Foremen
06/01/2022-05/31/2023
1,850.00
412 5320 Conferences 5081 Marriott PC - 34115 IAFSM Conference 03/08-03/09/2022-
Asst Dir ENG
153.44
2,003.44
413 5320 Conferences 4444 Misc Vendor for
Procurement Card
PC - 34189 IAFSM Conference 03/08-03/09/2022-
Dir PW/ENG
166.88
414 7310 Publications 1563 American Water
Works Assoc (AWWA)
PC - 34188 American Water Works Updated
Manual
125.00
291.88
415 7020 Supplies - Safety 4348 Amazon.Com PC - 34249 Noise Protection Ear Muffs 71.34
71.34
416 6135 Rentals 1047 Home Depot Credit
Svcs
PC - 34246 Insulator Machine Rental 03/22/2022 250.00
Division: 535 - Facilities & Grounds Maintenance
Total 510 - Engineering
Division: 530 - Street Maintenance
Total 530 - Street Maintenance
Public Works & Engineering
Division: 100 - Administration
Total 100 - Administration
Division: 510 - Engineering
Division: 420 - Planning & Zoning
Total 420 - Planning & Zoning
Total 40 - Community Development
Community Development
Division: 410 - Building & Code Enforcement
Total 410 - Building & Code Enforcement
Total 30 - Finance
Page 25 of 31
Line #Vendor Invoice Invoice Description Amount
City of Des Plaines
Warrant Register 05/02/2022
Account
JPMorgan Chase
417 6135 Rentals 1047 Home Depot Credit
Svcs
PC - 34247 Rental Return - Insulator Machine
03/22/2022
(250.00)
418 6315 R&M Buildings &
Structures
7689 Ambius PC - 34097 Monthly Bill for Plant Maintenance
Feb 2022
365.94
419 6315 R&M Buildings &
Structures
7689 Ambius PC - 34102 Monthly Bill for Plant Maintenance
March 2022
563.72
420 6315 R&M Buildings &
Structures
7689 Ambius PC - 34103 Installation of Plant Wall in City Hall
Lobby 02/22-02/28/2022
377.98
421 7045 Supplies - Building R&M 4348 Amazon.Com PC - 34088 Patch Cables and Connectors for
Doors and Cameras
212.40
422 7045 Supplies - Building R&M 4348 Amazon.Com PC - 34091 Return of Leviton PSV (44.99)
423 7045 Supplies - Building R&M 4348 Amazon.Com PC - 34127 Dishwasher Repair Parts - Fire Station
62
32.98
424 7045 Supplies - Building R&M 4348 Amazon.Com PC - 34242 Zipwall Heads - City Hall 167.92
425 7045 Supplies - Building R&M 4348 Amazon.Com PC - 34243 Sink - PW 203.99
426 7045 Supplies - Building R&M 4348 Amazon.Com PC - 34244 Magnet Door Stops - PW 29.98
427 7045 Supplies - Building R&M 4348 Amazon.Com PC - 34245 Switch - Police Dept 29.99
428 7045 Supplies - Building R&M 4444 Misc Vendor for
Procurement Card
PC - 34248 Water Valve - 6th Floor City Hall 134.69
429 7045 Supplies - Building R&M 4444 Misc Vendor for
Procurement Card
PC - 34250 Duplicate Pymt-Water Valve-6th Floor
City Hall-Credited on 4/1/22
134.69
430 8010 Furniture & Fixtures 1604 BOS Business Office
Systems Inc
PC - 34147 1 Table for City Council Chambers 598.31
2,807.60
431 7040 Supplies - Vehicle R&M 4348 Amazon.Com PC - 34087 Dash Cams, Phone Case and Alarm
Sensors
627.31
432 7040 Supplies - Vehicle R&M 4348 Amazon.Com PC - 34112 Electric Stair Step for Vehicle 581.74
433 7040 Supplies - Vehicle R&M 5877 Utilimaster
Corporation
PC - 34113 Control Module 307.72
434 7040 Supplies - Vehicle R&M 4348 Amazon.Com PC - 34114 Magnetic Sensor 12.78
435 7300 Uniforms 4348 Amazon.Com PC - 34108 Uniform - Vehicle Foreman 26.99
436 7300 Uniforms 4348 Amazon.Com PC - 34109 Uniform - Vehicle Foreman 23.91
437 7300 Uniforms 4348 Amazon.Com PC - 34110 Uniform - Vehicle Foreman 63.18
438 7320 Equipment < $5,000 4348 Amazon.Com PC - 34162 3 Keyboards 53.97
439 7320 Equipment < $5,000 4348 Amazon.Com PC - 34165 Keyboard and Mouse 42.24
440 7320 Equipment < $5,000 4348 Amazon.Com PC - 34174 Keyboard Covers and Screen Cleaner 70.68
441 8010 Furniture & Fixtures 4348 Amazon.Com PC - 34111 2 Chairs - PW 218.94
2,029.46
7,203.72Total 50 - Public Works & Engineering
Total 535 - Facilities & Grounds Maintenance
Division: 540 - Vehicle Maintenance
Total 540 - Vehicle Maintenance
Page 26 of 31
Line #Vendor Invoice Invoice Description Amount
City of Des Plaines
Warrant Register 05/02/2022
Account
JPMorgan Chase
442 5325 Training 5775 Defensive Edge
Training & Consulting Inc
PC - 34120 2 Day Shotgun Armorer Course 8/4-
8/5/2022 (Officer)
450.00
443 7120 Gasoline 7913 7-Eleven Inc PC - 34178 Fuel for Squad 86-3/29/2022, WEX
Card Malfunction
49.50
444 7200 Other Supplies 2509 Lynn Peavey Co PC - 34093 1 Pack of Narcotics NIK Test Kits 41.50
445 7200 Other Supplies 1142 Copyset Printing
Company
PC - 34094 Photo ID Cards 144.00
446 7200 Other Supplies 2509 Lynn Peavey Co PC - 34095 Photo Rulers, Fume Kit, Evidence Bags
and Boxes
318.03
447 7200 Other Supplies 4177 Uline Inc PC - 34096 AA Lithium Batteries 172.52
448 7200 Other Supplies 4348 Amazon.Com PC - 34206 AC Charger for 12 Volt Battery Jump
Starter
14.78
1,190.33
449 7000 Office Supplies 4348 Amazon.Com PC - 34202 Clipboards, Bankers Box, Paper Plates,
and Cardstock.
203.02
450 7000 Office Supplies 4348 Amazon.Com PC - 34203 Cardstock 33.78
451 7015 Supplies - Police Range 6851 Axon Enterprise Inc PC - 34121 DPM Battery Pack (5)266.05
452 7200 Other Supplies 4348 Amazon.Com PC - 34122 Batteries and Plastic Forks 86.97
453 7200 Other Supplies 4348 Amazon.Com PC - 34123 Paper Plates 45.09
454 7200 Other Supplies 8244 Des Plaines Ace
Hardware
PC - 34124 3 Standard Cut Keys 9.15
455 7200 Other Supplies 4348 Amazon.Com PC - 34125 Paper Plates, Arrow Stickers, Mailing
Labels, Etc.
303.34
456 7200 Other Supplies 4348 Amazon.Com PC - 34204 Paper Cups 113.40
457 7200 Other Supplies 4348 Amazon.Com PC - 34207 Hole Punch and Extension Cord 22.73
458 7300 Uniforms 4444 Misc Vendor for
Procurement Card
PC - 34119 Promotional Apparel Samples 110.00
1,193.53
2,383.86
459 5320 Conferences 4634 Delta Airlines Inc PC - 34132 ImageTrend Conf Flight 07/19/22 and
07/22/22-Deputy Chief
247.20
460 5320 Conferences 4634 Delta Airlines Inc PC - 34133 ImageTrend Conf Flight 07/19/22 and
07/22/22-Battalion Chief
247.20
461 5320 Conferences 8334 ImageTrend Inc.PC - 34134 ImageTrend Conference 07/20-
07/22/22- Battalion Chief
699.00
462 5320 Conferences 8334 ImageTrend Inc.PC - 34135 ImageTrend Conference 07/20-
07/22/22- Deputy Chief
699.00
463 7000 Office Supplies 4348 Amazon.Com PC - 34240 1 Carton of Bankers File Storage Boxes
- 20 Pack
122.63
464 8010 Furniture & Fixtures 4348 Amazon.Com PC - 34136 Office Chair Caster Wheels - Deputy
Chief
21.89
2,036.92
Total 60 - Police Department
Fire Department
Division: 100 - Administration
Total 100 - Administration
Total 610 - Uniformed Patrol
Division: 630 - Support Services
Total 630 - Support Services
Police Department
Division: 610 - Uniformed Patrol
Page 27 of 31
Line #Vendor Invoice Invoice Description Amount
City of Des Plaines
Warrant Register 05/02/2022
Account
JPMorgan Chase
465 5325 Training 5391 Emery & Associates
Inc
PC - 34199 Midwest HazMat Virtual Training
05/06-06/06/22-Lieutenant
100.00
466 5325 Training 1291 Elevated Safety LLC PC - 34200 Sprat Levels Training 06/13 -
06/17/2022 - Paramedic
1,395.00
467 6115 Licensing/Titles 1472 IL Department of
Public Health
PC - 34179 Paramedic License Renewal
03/31/2022-03/31/2026 - Paramedic
41.00
468 6115 Licensing/Titles 1472 IL Department of
Public Health
PC - 34180 Paramedic License Renewal
03/31/2022-03/31/2026 - Paramedic
41.00
469 6115 Licensing/Titles 1472 IL Department of
Public Health
PC - 34181 6 IDPH 2022 Annual Ambulance
Inspection Fees-03/15/2022
153.38
470 7000 Office Supplies 4348 Amazon.Com PC - 34185 Credit for Returned File Folder-Item
was not Ordered
(8.89)
471 7025 Supplies - Custodial 8019 Ferguson Facilities PC - 34138 9 Bottles of Joy Liquid 86.22
472 7200 Other Supplies 4348 Amazon.Com PC - 34139 King Size Permanent Marker, 2 Packs
Gorilla Tape
30.95
473 7200 Other Supplies 1571 Welding Industrial
Supply
PC - 34142 6 Oxygen Cylinders 146.24
474 7200 Other Supplies 4348 Amazon.Com PC - 34195 Combination Wrench Set 68.60
475 7200 Other Supplies 4348 Amazon.Com PC - 34196 Quick Release Magnet Combo Kit 79.95
476 7200 Other Supplies 2219 Jones & Bartlett
Learning LLC
PC - 34197 4 Incident Safety Officer Books 326.85
477 7200 Other Supplies 1047 Home Depot Credit
Svcs
PC - 34201 Screws and Joist Hangers 29.22
478 7320 Equipment < $5,000 4348 Amazon.Com PC - 34137 Needle Nose Pliers, 8 Saw Blades, 6
Oscillating Tool Blades
238.51
479 7320 Equipment < $5,000 4444 Misc Vendor for
Procurement Card
PC - 34141 16 SCBA Facemask Stickers-1 D/C, 5
Lieutenants, 10 Paramedics
168.00
480 7320 Equipment < $5,000 6854 Dinges Fire Company PC - 34143 6 Retractable Lanyards, Bullard and
LDX for Imager Repair
1,172.22
481 7320 Equipment < $5,000 4348 Amazon.Com PC - 34144 2 Television Mounts- Station 62 and
63
52.63
482 7320 Equipment < $5,000 4348 Amazon.Com PC - 34190 Ten 2-Piece Hazmat Name Tags 69.90
483 7320 Equipment < $5,000 4444 Misc Vendor for
Procurement Card
PC - 34191 2 Ring Removal Tools-Squad and
Tower
296.54
484 7320 Equipment < $5,000 4348 Amazon.Com PC - 34192 Red Plastic Creeper - Station 61 73.51
485 7320 Equipment < $5,000 4348 Amazon.Com PC - 34193 2 Lasko Air Circulating Fans - Station
61
54.40
486 7550 Miscellaneous Expenses 2337 Shop & Save Market PC - 34198 Credit for Tax Charged (2.31)
487 8010 Furniture & Fixtures 4348 Amazon.Com PC - 34194 3 Executive Office Chairs - Station 62 406.71
5,019.63
488 5325 Training 4208 Illinois Automatic Fire
Alarm Association
PC - 34152 Fire Alarm Code Tech Summit-4/27/22
-Div Chief and Fire Inspr
160.00
Division: 710 - Emergency Services
Total 710 - Emergency Services
Division: 720 - Fire Prevention
Page 28 of 31
Line #Vendor Invoice Invoice Description Amount
City of Des Plaines
Warrant Register 05/02/2022
Account
JPMorgan Chase
489 7320 Equipment < $5,000 4348 Amazon.Com PC - 34140 3 SanDisk Memory Cards, 5 Inch Wire
Keychain Cable
71.84
231.84
7,288.39
490 7550 Miscellaneous Expenses 4745 Buona Beef Rosemont PC - 34205 Refund for Tax Charge BFPC Meeting
Lunch 2/17/2022
(7.72)
(7.72)
35,049.17
491 7300 Uniforms 1493 Galls Inc PC - 34126 TRT Uniform Pants for Officer 54.91
54.91
492 6115 Licensing/Titles 1744 IL Secretary of State PC - 34208 Squad #2 Vehicle Registration for
2022 Lic# BY64246
154.40
493 7200 Other Supplies 7186 Bentley's Pet Stuff-SC PC - 34145 Food for K9 Jager 3/12/2022 163.78
318.18
373.09
494 6300 R&M Software 5403 Siber Roboform
Goodsync
PC - 34116 RoboForm Everywhere Software
04/03/2022-04/03/2025
64.44
64.44
495 8005 Computer Hardware 8415 Ubiquiti Inc PC - 34211 Ubiquiti 24 Port Switch for City Use 699.00
496 8005 Computer Hardware 8415 Ubiquiti Inc PC - 34235 Optical Transport for Ubiquiti Devices
for City Use
66.69
765.69
497 5320 Conferences 4416 Comfort Inns PC - 34090 IEPA Mandatory Water Training-Asst
Dir-Hotel 3/23-3/24/2022
96.90
498 5320 Conferences 4416 Comfort Inns PC - 34169 IEPA Mandatory Training - Utilities
Supt - 3/21/-3/24/2022
290.70
499 5320 Conferences 4416 Comfort Inns PC - 34170 IEPA Mandatory Water Training -
Water Operator - 3/21-3/24/2022
290.70
500 5320 Conferences 4416 Comfort Inns PC - 34171 IEPA Mandatory Water Training -
Water Foreman - 3/22-3/24/2022
193.80
501 5320 Conferences 4416 Comfort Inns PC - 34172 IEPA Mandatory Water Training-
Director of PW/ENG-3/22-3/24/2022
193.80
502 5320 Conferences 4416 Comfort Inns PC - 34173 IEPA Mandatory Water Training -
Water Operator - 3/21-3/24/2022
290.70
Total 420 - IT Replacement Fund
Fund: 500 - Water/Sewer Fund
Division: 550 - Water Systems
Fund: 400 - Capital Projects Fund
Total 400 - Capital Projects Fund
Fund: 420 - IT Replacement Fund
Total 260 - Asset Seizure Fund
Program: 2620 - DEA
Total 2620 - DEA
Program: 2640 - Forfeit
Total 2640 - Forfeit
Total 75 - Fire & Police Commission
Total 100 - General Fund
Fund: 260 - Asset Seizure Fund
Total 720 - Fire Prevention
Total 70 - Fire Department
Department: 75 - Fire & Police Commission
Page 29 of 31
Line #Vendor Invoice Invoice Description Amount
City of Des Plaines
Warrant Register 05/02/2022
Account
JPMorgan Chase
503 7070 Supplies - Water System
Maintenance
8586 Flight Light
Incorporated
PC - 34167 Replacement Lights - Top of Water
Towers
1,881.39
504 7320 Equipment < $5,000 4348 Amazon.Com PC - 34177 One iPad Adaptor 15.98
3,253.97
505 5325 Training 7306 NASSCO Inc PC - 34161 NASSCO Recertification 03/22/2022-
Acting Foreman
375.00
506 5325 Training 7306 NASSCO Inc PC - 34164 NASSCO Certification 03/07/2022-
Maintenance Operator
1,075.00
507 7030 Supplies - Tools &
Hardware
4348 Amazon.Com PC - 34176 2 Flashlights 69.94
508 7075 Supplies - Sewer System
Maintenance
4348 Amazon.Com PC - 34168 Light Bulbs - Lift Stations 12.78
509 7300 Uniforms 4348 Amazon.Com PC - 34166 Uniform - Foreman 49.99
510 7300 Uniforms 4348 Amazon.Com PC - 34175 Uniform - Sewer Foreman 36.15
511 7320 Equipment < $5,000 4348 Amazon.Com PC - 34163 Soldering Iron 48.99
1,667.85
4,921.82
512 2221 Taste of Des Plaines 6928 Fun Express LLC PC - 34105 Taste of Des Plaines Giveaways 06/17-
06/18/2022
436.05
513 2221 Taste of Des Plaines 8595 Alpha-Lit Chicago LLC PC - 34117 Event Decor for Taste of Des Plaines
06/17-06/18/2022
450.00
514 2221 Taste of Des Plaines 5500 4imprint Inc PC - 34118 Taste of Des Plaines Giveaways 06/17-
06/18/2022
578.05
515 2226 Special Events - July 4th 4348 Amazon.Com PC - 34098 Games to be Used at City
Events/Fireworks
189.99
516 2226 Special Events - July 4th 4348 Amazon.Com PC - 34099 Games to be Used at City
Events/Fireworks
86.54
1,740.63
42,914.84
Fund: 700 - Escrow Fund
Total 700 - Escrow Fund
Grand Total
Division: 560 - Sewer Systems
Total 560 - Sewer Systems
Total 500 - Water/Sewer Fund
Total 550 - Water Systems
Page 30 of 31
Amount Transfer Date
Automated Accounts Payable 1,033,951.79$ **5/2/2022
Manual Checks 412,338.74$ **4/15/2022
Payroll 1,265,125.52$ 4/22/2022
-$
Electronic Transfer Activity:
JPMorgan Chase Credit Card 42,914.84$ **4/25/2022
Chicago Water Bill ACH 50,064.54$ 4/29/2022
Postage Meter Direct Debits 13,000.00$ 4/19/2022
Utility Billing Refunds -$
Debt Interest Payment -$
Property Purchase
IMRF Payments 113,376.64$ 4/7/2022
Employee Medical Trust
Total Cash Disbursements:2,930,772.07$
* Multiple transfers processed on and/or before date shown
** See attached report
Adopted by the City Council of Des Plaines
This Second Day of May 2022
Ayes ______ Nays _______ Absent _______
Jessica M. Mastalski, City Clerk
Andrew Goczkowski, Mayor
City of Des Plaines
Warrant Register 05/02/2022
Summary
RHS Payout
Page 31 of 31
1420 Miner Street
Des Plaines, IL 60016
P: 847.391.5488
desplaines.org
Date: April 21, 2022
To: Mayor Goczkowski and Aldermen of the City Council
From: Michael G. Bartholomew, City Manager
Subject: Seventh Amendment to the City Manager Employment Agreement
Attached is a resolution and seventh amendment to the City Manager Employment Agreement.
Attachments:
Resolution R-93-22
Exhibit A – Seventh Amendment to City Manager Employment Agreement
Page 1 of 5
NEW BUSINESS #2A.
CITY OF DES PLAINES
RESOLUTION R - 93- 22
A RESOLUTION APPROVING A SEVENTH AMENDMENT
TO THE CITY MANAGER EMPLOYMENT AGREEMENT
BETWEEN THE CITY OF DES PLAINES AND MICHAEL
G.BARTHOLOMEW.
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 and Michael G. Bartholomew entered into a City Manager
Employment Agreement dated as of 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 to the agreement on September 8, 2020, and the Sixth
Amendment to the agreement on April 19, 2021, (collectively, "Agreement"), pursuant to which
the City agreed to employ Mr. Bartholomew, and Mr. Bartholomew agreed to be employed by the
City, to perform the duties of City Manager of the City of Des Plaines; and
WHEREAS, the City and Mr. Bartholomew desire to enter into a Seventh Amendment to
the City Manager Employment Agreement to amend the Agreement regarding Mr. Bartholomew's
annual base salary ("Seventh Amendment"); and
WHEREAS, the City Council has determined that it is in the best interest of the City to
approve the Seventh Amendment;
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 SEVENTH AMENDMENT. The City Council hereby
approves the Seventh Amendment 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 SEVENTH AMENDMENT. The
City Council hereby authorizes and directs the Mayor and the City Clerk to execute and seal, on
behalf of the City, the final Seventh Amendment.
SECTION 4: EFFECTIVE DATE. This Resolution shall be in full force and effect from
and after its passage and approval according to law.
Page 2 of 5
PASSED this _____ day of ____________, 2022.
APPROVED this _____ day of _____________, 2022.
VOTE: AYES _____ NAYS _____ ABSENT _____
MAYOR
ATTEST: Approved as to form:
CITY CLERK Peter M. Friedman, General Counsel
Page 3 of 5
SEVENTH AMENDMENT TO CITY MANAGER EMPLOYMENT AGREEMENT
BETWEEN THE CITY OF DES PLAINES AND MICHAEL G. BARTHOLOMEW
THIS SEVENTH AMENDMENT is made and entered into as of the 2nd day of May,
2022, by and between the City of Des Plaines, an Illinois home rule municipal corporation
(“Employer”), and Michael G. Bartholomew ("Employee"). In consideration of the recitals
and mutual covenants and agreements set forth in this Seventh Amendment, the receipt and
sufficiency of which are hereby acknowledged and agreed, the parties agree as follows:
Section 1. Recitals.
A. The Employer and the Employee entered into the "City Manager Employment
Agreement" dated as of 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, the Fifth Amendment to the Agreement on September 8, 2020,
and the Sixth Amendment to the Agreement on April 19, 2021 (collectively, "Agreement").
Pursuant to the Agreement, the Employer agreed to employ the Employee, and the Employee
agreed to be employed by the Employer, to perform the duties of City Manager of the City of
Des Plaines.
B. Section 3 of the Agreement sets forth the annual base salary that the Employer
agreed to pay the Employee in exchange for the performance by the Employee of the duties
of City Manager of the City of Des Plaines. Under the Agreement, the annual base salary is
currently $256,272.
C. Section 1.2 of the Agreement provides that the Agreement may be modified in
writing by mutual agreement of the parties, and Section 3.3 of the Agreement provides that
the Employer can increase the compensation of the Employee based on the results of a
performance evaluation process set forth in Section 12 of the Agreement.
D. Pursuant to Section 1.2, Section 3.3, and Section 12 of the Agreement, the
Employer and the Employee desire to further amend the Agreement to increase the
Employee's annual base salary.
E. The parties therefore hereby amend the Agreement as follows.
Section 2. Seventh Amendment to the Agreement.
Section 3.1 of the Agreement is hereby amended to read as follows:
"Section 3: Compensation
1. Base Salary: Employer agrees to pay Employee an annual base
salary of $_____________, payable in installments at the same time
that the other management employees of the Employer are paid."
Section 3. Effect; Effective Date.
All terms, conditions and provisions of the Agreement that are not expressly amended
or modified by this Seventh Amendment shall remain unchanged and in full force and effect
as if fully set forth herein. To the extent that the terms and provisions of this Seventh
Amendment conflict with the Agreement, the terms and provisions of this Seventh
Page 4 of 5Exhibit A
Amendment shall control. The effective date of this Seventh Amendment shall be April 21,
2022.
IN WITNESS WHEREOF, the parties have caused this Seventh Amendment to be
executed by their duly authorized representatives as of the date and year first written above.
ATTEST: CITY OF DES PLAINES
By: _________________________ By:____________________________
Jessica Mastalski, City Clerk Andrew Goczkowski, Mayor
Date: ________________________ Date: __________________________
WITNESS: MICHAEL G. BARTHOLOMEW
By: _________________________ _______________________________
Jessica Mastalski, City Clerk
Date: _______________________ Date: __________________________
Page 5 of 5Exhibit A