Loading...
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