Loading...
2012-06-04 - Village Board Regular Meeting - Agenda Packet VILLAGE O Fifty Raupp Blvd Meeting of the Village of Buffalo Grove Buffalo Grove, IL60089-2100 Nauffakt LP Grew Board of Trustees Phone:847-459-2500 Regular Meeting June 4, 2012 at 7:30 PM 1. Call to Order 2. Pledge of Allegiance 3. Roll Call 4. Approval of Minutes A. Minutes of the May 21, 2012 Village Board Meeting 5. Approval of Warrant A. Presentation and Reading of Warrant #1190 6. Village President's Report 7. Village Manager's Report A. Golf Update on Marketing Plan B. Strategic Plan Update C. Status of EMS Response Times, Costs and Public Education Efforts 8. Special Business A. Fire Department Commendation 9. Reports from the Trustees A. Annual Stormwater Management Program Public Information and Input Meeting (Trustee Trilling) B. Buffalo Grove Green Fair - June 24, 2012 (Trustee Trilling) 10. Consent Agenda All items listed on the Consent Agenda, which are available in this room this evening, are considered to be routine by the Village Board and will be enacted by one motion. There will be no separate discussion of these items unless a Board member or citizen so requests, in which event, the item will be removed from the General Order of Business and considered after all other Regular Agenda items. (Attached). Consent Agenda: Ordinances and Resolutions A. Ordinance No. 2012- : Approving an amendment to Ordinance 2011-031 for Twin Rinks Ice Pavilion, 1500 Abbott Court (Trustee Stein) SUMMARY: The Zoning Board of Appeals, by a vote of 5 to 1, recommends to the Village Board to grant the request made by Twin Rinks Ice Pavilion, 1500 Abbott Court, to amend Ordinance 2011-031. Village Board of Trustees-Agenda Page 1 B. Ordinance No. 2012- : An Ordinance Amending Chapter 5.20, Class B Liquor Controls (President Braiman) SUMMARY: Hakuya Sushi 161 W. Dundee is a new restaurant in Buffalo Grove requesting a Class B liquor license allowing them to serve liquor by means of a service area. C. Resolution No. 2012- : A Resolution Approving an Intergovernmental Agreement Providing for Federal Participation in the Construction of the Dundee Road Sidewalk/Bikeway Improvement (Trustee Stein) SUMMARY: In order to secure an 80% grant in the amount of$456,169 for the construction stage of the Dundee Road Sidewalk/Bikeway Improvement project, approval of the attached resolution entitled, "A Resolution Approving An Intergovernmental Agreement Providing For Federal Participation In The Construction Of The Dundee Road Sidewalk/Bikeway Improvement" is recommended. D. Resolution No. 2012- : A Resolution Approving an Agreement to Provide Professional Engineering Construction Services for the Dundee Road Sidewalk/Bikeway Improvement (Trustee Stein) SUMMARY: A Waiver of Bids and Approval is recommended to authorize execution of a professional service engineering agreement for Construction Engineering for the Dundee Road Sidewalk/Bikeway Improvement. Consent Agenda: Unfinished Business E. Award of Bid: 2012 Street Light Maintenance Contract (Trustee Stein) SUMMARY: Staff recommends that the Village President and Board of Trustees authorize staff to execute a Street Light Maintenance Contract with Aldridge Electric, Inc., who is the low bidder. Consent Agenda: New Business None. 11. Ordinances and Resolutions A. Resolution No. 2012- : A Resolution Urging the Illinois Commerce Commission to Reject Commonwealth Edison Company's Proposed Advanced Metering Infrastructure Deployment Plan (Trustee Berman) B. Resolution No. 2012- : A Resolution Approving an Agreement to Provide Professional Engineering Design and Bidding Services for the Raupp Lift Station Rehabilitation (Trustee Ottenheimer) 12. Unfinished Business 13. New Business A. Authorization to Waive Bids and to Purchase - Ambulance (Trustee Trilling) B. Authorization to Bid 2012 Village Wide Contractual Street Maintenance Program - Phase 2 (Trustee Berman) C.Authorization to Waive Bids and to Purchase - 2012 Parkway Tree Growing Contract (Trustee Stein) Village Board of Trustees-Agenda Page 2 14. Questions from the Audience Questions from the audience are limited to items that are not on the regular agenda. In accordance with Section 2.02.070 of the Municipal Code, discussion on questions from the audience will be limited to 10 minutes and should be limited to concerns or comments regarding issues that are relevant to Village business. All members of the public addressing the Village Board shall maintain proper decorum and refrain from making disrespectful remarks or comments relating to individuals. Speakers shall use every attempt to not be repetitive of points that have been made by others. The Village Board may refer any matter of public comment to the Village Manager, Village staff or an appropriate agency for review. 15. Executive Session 16. Adjournment The Village Board will make every effort to accommodate all items on the agenda by 10:30 p.m. The Board, does, however, reserve the right to defer consideration of matters to another meeting should the discussion run past 10:30 p.m. The Village of Buffalo Grove, in compliance with the Americans with Disabilities Act, requests that persons with disabilities, who require certain accommodations to allow them to observe and/or participate in this meeting or have questions about the accessibility of the meeting or facilities, contact the ADA Coordinator at 459-2525 to allow the Village to make reasonable accommodations for those persons. Village Board of Trustees-Agenda Page 3 Meeting of the Village of Buffalo Grove Fifty Raupp Blvd � Buffalo Grove, I L 60089-2100 Board of Trustees Phone:847-459-2500 Regular Meeting June 4, 2012 at 7:30 PM 1. Call to Order 2. Pledge of Allegiance 3. Roll Call 4. Approval of Minutes A. Minutes of the May 21, 2012 Village Board Meeting [GO TO] 5. Approval of Warrant A. Presentation and Reading of Warrant#1190 [GO TO] 6. Village President's Report 7. Village Manager's Report A. Golf Update on Marketing Plan [GO TO] B. Strategic Plan Update [GO TO] C. Status of EMS Response Times, Costs and Public Education Efforts [GO TO] 8. Special Business A. Fire Department Commendation [GO TO] 9. Reports from the Trustees A. Annual Stormwater Management Program Public Information and Input Meeting (Trustee Trilling) [GO TO] B. Buffalo Grove Green Fair-June 24, 2012 (Trustee Trilling) [GO TO] 10. Consent Agenda All items listed on the Consent Agenda, which are available in this room this evening, are considered to be routine by the Village Board and will be enacted by one motion. There will be no separate discussion of these items unless a Board member or citizen so requests, in which event, the item will be removed from the General Order of Business and considered after all other Regular Agenda items. Consent Agenda: Ordinances and Resolutions A. Ordinance No. 2012- : Approving an amendment to Ordinance 2011-031 for Twin Rinks Ice Pavilion, 1500 Abbott Court (Trustee Stein) SUMMARY: The Zoning Board of Appeals, by a vote of 5 to 1, recommends to the Village Board to grant the request made by Twin Rinks Ice Pavilion, 1500 Abbott Court, to amend Ordinance 2011-031. [GO TO] B. Ordinance No. 2012- : An Ordinance Amending Chapter 5.20, Class B Liquor Controls (President Braiman) SUMMARY: Hakuya Sushi 161 W. Dundee is a new restaurant in Buffalo Grove requesting a Class B liquor license allowing them to serve liquor by means of a service area. [GO TO] C. Resolution No. 2012- : A Resolution Approving an Intergovernmental Agreement Providing for Federal Participation in the Construction of the Dundee Road Sidewalk/Bikeway Improvement (Trustee Stein) SUMMARY: In order to secure an 80% grant in the amount of$456,169 for the construction stage of the Dundee Road Sidewalk/Bikeway Improvement project, approval of the attached resolution entitled, "A Resolution Approving An Intergovernmental Agreement Providing For Federal Participation In The Construction Of The Dundee Road Sidewalk/Bikeway Improvement" is recommended. [GO TO] D. Resolution No. 2012- : A Resolution Approving an Agreement to Provide Professional Engineering Construction Services for the Dundee Road Sidewalk/Bikeway Improvement (Trustee Stein) SUMMARY: A Waiver of Bids and Approval is recommended to authorize execution of a professional service engineering agreement for Construction Engineering for the Dundee Road Sidewalk/Bikeway Improvement. [GO TO] Consent Agenda: Unfinished Business E. Award of Bid: 2012 Street Light Maintenance Contract (Trustee Stein) SUMMARY: Staff recommends that the Village President and Board of Trustees authorize staff to execute a Street Light Maintenance Contract with Aldridge Electric, Inc., who is the low bidder. [GO TO] Consent Agenda: New Business 11. Ordinances and Resolutions A. Resolution No. 2012- : A Resolution Urging the Illinois Commerce Commission to Reject Commonwealth Edison Company's Proposed Advanced Metering Infrastructure Deployment Plan (Trustee Berman) [GO TO] B. Resolution No. 2012- : A Resolution Approving an Agreement to Provide Professional Engineering Design and Bidding Services for the Raupp Lift Station Rehabilitation (Trustee Ottenheimer) [GO 12. Unfinished Business 13. New Business A. Authorization to Waive Bids and to Purchase-Ambulance (Trustee Trilling) [GO TO] B. Authorization to Bid 2012 Village Wide Contractual Street Maintenance Program- Phase 2 (Trustee Berman) [GO TO] C. Authorization to Waive Bids and to Purchase-2012 Parkway Tree Growing Contract (Trustee Stein) [GO TO] 14. Questions from the Audience Questions from the audience are limited to items that are not on the regular agenda. In accordance with Section 2.02.070 of the Municipal Code, discussion on questions from the audience will be limited to 10 minutes and should be limited to concerns or comments regarding issues that are relevant to Village business. All members of the public addressing the Village Board shall maintain proper decorum and refrain from making disrespectful remarks or comments relating to individuals. Speakers shall use every attempt to not be repetitive of points that have been made by others. The Village Board may refer any matter of public comment to the Village Manager, Village staff or an appropriate agency for review. 15. Executive Session 16. Adjournment The Village Board will make every effort to accommodate all items on the agenda by 10:30 p.m. The Board, does, however, reserve the right to defer consideration of matters to another meeting should the discussion run past 10:30 p.m. The Village of Buffalo Grove,in compliance with the Americans with Disabilities Act,requests that persons with disabilities, who require certain accommodations to allow them to observe and/or participate in this meeting or have questions about the accessibility of the meeting or facilities, contact the ADA Coordinator at 459-2525 to allow the Village to make reasonable accommodations for those persons. Minutes of the May 21, 2012 Village Board Meeting 4-A Overview Approval is recommended. Attachments M052112.pdf Trustee Liaison Staff Contact Jane L Olson,Finance&GS ....M.on.da...........June J. 4 u. ... ...... .0.1.2.............................................................................................................................A.............pprova.L..of...M..n.utes...._...Ite.m.......4._A........................................................................................................... Y> 2 12636 05/21/2012 MINUTES OF THE REGULAR MEETING OF THE VILLAGE BOARD OF THE VILLAGE OF BUFFALO GROVE HELD IN THE COUNCIL CHAMBERS,50 RAUPP BOULEVARD,BUFFALO GROVE,ILLINOIS ON MONDAY,MAY 21,2012 CALL TO ORDER President Braiman called the meeting to order at 7:32 P.M. Those present stood and pledged allegiance to the Flag. ROLL CALL Roll call indicated the following present: President Braiman;Trustees Berman,Trilling,Sussman,Terson, Stein and Ottenheimer. Also present were: Dane Bragg,Village Manager;William Raysa,Village Attorney; Ghida Neukirch,Deputy Village Manager; Scott Anderson,Director of Finance;Art Malinowski,Director of Human Resources; Gregory Boysen,Director of Public Works;Rick Kuhl,Deputy Director of Public Works;Richard Kuenkler,Village Engineer;Brian Sheehan,Deputy Building Commissioner—Operations; and Carol Berman,Deputy Building Commissioner-Administration. APPROVAL OF MINUTES Moved by Ottenheimer,seconded by Berman,to approve the minutes of the May 7,2012 Regular Meeting. Upon roll,Trustees voted as follows: AYES: 5—Berman, Sussman,Terson, Stein,Ottenheimer NAYS: 0—None ABSTAIN: 1 -Trilling Motion declared carried. WARRANT#1189 Mr.Anderson read Warrant#1189. Moved by Stein,seconded by Terson,to approve Warrant#1189 in the amount of$2,258,716.54,authorizing payment of bills listed. Upon roll call,Trustees voted as follows: AYES: 6—Berman,Trilling, Sussman,Terson,Stein,Ottenheimer NAYS: 0—None Motion declared carried. VILLAGE PRESIDENT'S REPORT President Braiman announced that a Notice of Hearing for Revocation of License for the purpose of determining whether the Business License and/or Massage Establishment License issued to Sun Spa Corporation should be revoked. President Braiman presented an update on Commonwealth Edison and the implementation of their Smart Grid proposal. President Braiman stated that he believes it is appropriate to ask staff to create a resolution to be drawn to be sent to our State legislators and the ICC asking them to look at the implementation of the plan and suggesting a fair and equitable implementation. Trustee Berman fully supports the creation of a resolution,and again reviewed the proposed implementation of the plan,emphasizing that Buffalo Grove would be asked to pay increased rates for at least seven years before deriving any benefit from the plan. 12637 05/21/2012 President Braiman presented an update on the Route 53 Blue Ribbon Advisory Council. The final recommendation has been prepared and discussed,and President Braiman thanked and congratulated everyone involved in this endeavor. VILLAGE MANAGER'S REPORT Mr.Kuhl provided a presentation and update on the Emerald Ash Borer infestation in the Village. Mr.Kuhl noted that there is tremendous damage in the older trees in the community,and he believes that our trees are 100% infested. There is a demonstration set up in Village Hall to illustrate how the damage is done to the tree. In order to replace the approximately 7,100 parkway trees that will need to be removed,staff is working with a contractor to attempt to lock in a contract for them to grow at least 1,400 trees per year for the next five years. Mr.Kuhl also reviewed the plan that staff is implementing to remove the diseased trees. Mr.Kuenkler presented an update on the Street Improvement Program,details of which are contained in the Village Board Meeting Agenda Item Overview prepared by Mr.Boysen. Mr.Boysen presented a report on the Public Works 2012 Re-Accreditation Self-Assessment phase,details of which are contained in the Village Board Meeting Agenda Item Overview that he prepared. Mr.Bragg noted the submittal and posting to the website and the e-library of the Monthly Management Report for April,2012;there were no questions on the report. Mr.Bragg announced that the Rotary Club is accepting nominations for the Bill Reid Award,and that nomination forms are available at Village Hall. TRUSTEE REPORTS Trustee Terson noted that he attended the Bike Rodeo this past weekend and he thanked the Buffalo Grove Police Department and the volunteers for a job well done. Trustee Ottenheimer presented and update on the Strategic Planning Process being undertaken by the Village. Trustee Berman urged residents to participate in the American Cancer Society's Relay for Life on Friday,June 15, 2012 at Stevenson High School and coordinated by students at Buffalo Grove and Stevenson High Schools. It is a fun event as well as an emotional event that benefits an excellent cause dedicated to eradicating cancer. The Village Clerk urged everyone to honor those who have given the ultimate sacrifice by attending the Memorial Day Ceremony to be held on Memorial Day,May 28,2012 at the Knopf Cemetery. CONSENT AGENDA President Braiman explained the Consent Agenda,stating that any member of the audience or the Board could request that an item be removed for full discussion. There were no such requests,however,Mr.Raysa asked that Item XI. C. also include waiver of bids. The Village Clerk read a brief synopsis of each of the items on the Consent Agenda. Resolution#2012-18—Traffic Signals Motion to pass Resolution#2012-18,authorizing the execution of an Agreement between the State of Illinois, through its Department of Transportation,and the Village of Buffalo Grove for the upgrade of certain State-Owned Traffic Signals. Proclamation—EMS Week Motion to proclaim the week of May 20-26,2012 as Emergency Medical Services Week. 12638 05/21/2012 Villne Newsletter Motion to authorize printing contract for Village Newsletter. Moved by Berman,seconded by Trilling,to approve the Consent Agenda. Upon roll call,Trustees voted as follows: AYES: 6—Berman,Trilling, Sussman,Terson,Stein,Ottenheimer* NAYS: 0—None *Trustee Ottenheimer abstained from voting on Item 10.C. Motion declared carried. ORDINANCE#2012-20—FIREFIGHTER/PARAMEDIC Mr.Bragg reviewed the proposed ordinance,details of which are contained in the Village Board Meeting Agenda Item Overview prepared by Mr.Malinowski. Moved by Sussman,seconded by Terson,to pass Ordinance#2012-20,approving a Letter of Agreement between the Village of Buffalo Grove and the Buffalo Grove Professional Firefighter/Paramedic Association. Upon roll call, Trustees voted as follows: AYES: 6—Berman,Trilling, Sussman,Terson,Stein,Ottenheimer* NAYS: 0—None Motion declared carried. ORDINANCE#2012-21-FEES Moved by Trilling,seconded by Sussman,to pass Ordinance#2012-21,changes to Chapter 3.36 Emergency Medical Services and Transportation Fee. Mr.Bragg reviewed the proposed ordinance,details of which are contained in the Village Board Meeting Agenda Item Overview prepared by Chief Vavra. Mr.Raysa asked that the word Chapter in Section 1.be changed to Section. Trustees Trilling and Sussman agreed to Mr.Raysa's request. Upon roll call,Trustees voted as follows on the amended motion: AYES: 6—Berman,Trilling, Sussman,Terson,Stein,Ottenheimer NAYS: 0—None Motion declared carried. BARKINGTON PALACE Moved by Trilling,seconded by Berman,to pass refer Barkington Palace,300 Lexington Drive,proposed pet resort and veterinary services business to the Plan Commission for review. Joseph Sclafani,representing the petitioners,reviewed their request,details of which are contained in the Village Board Meeting Agenda Item Overview prepared by Mrs.Neukirch. Mr. Sclafani then answered questions from the Board. Upon roll call,Trustees voted as follows: AYES: 6—Berman,Trilling, Sussman,Terson,Stein,Ottenheimer NAYS: 0—None Motion declared carried. 12639 05/21/2012 QUESTIONS FROM THE AUDIENCE President Braiman asked if there were any questions from the audience on items not on tonight's agenda;there were none. EXECUTIVE SESSION Moved by Sussman,seconded by Berman,to move to Executive Session for the purpose of discussing Personnel, Section 2(c)(1)of the Illinois Open Meetings Act. Upon roll call,Trustees voted as follows: AYES: 6—Berman,Trilling, Sussman,Terson,Stein,Ottenheimer NAYS: 0—None Motion declared carried The Board moved to Executive Session from until 8:40 P.M.until 9:34 P.M. ADJOURNMENT Moved by Sussman,seconded by Ottenheimer,to adjourn the meeting. Upon voice vote,the motion was unanimously declared carried. The meeting was adjourned at 9:35 P.M. Janet M. Sirabian,Village Clerk APPROVED BY ME THIS 4'1' DAY OF June 2012 Village President Presentation and Reading of Warrant#1190 5-A Overview Approval is recommended. Attachments Trustee Liaison Staff Contact Scott D Anderson,Finance&GS ....M.o�n.d�a...........June J. 4 u. ... ...... .0.1.�2.............................................................................................................................A.............pprova.L..of..Wa�rra�nt..._...Ite.m....�...�._�........................................................................................................... Y> 2 VILLAGE OF BUFFALO GROVE WARRANT #1190 4-Jun-12 Corporate Fund: Reimbursements & Fund Transfers 2,000.00 Reserve for Capital Replacement-Autos 18,204.45 Reserve for Capital Replacement-MIS 41.50 Revenue Reimbursements 29,919.00 Legislative 22,574.97 Office of Village Manager 1,305.73 Management Information Systems 12,246.46 Legal 56.70 Finance & General Services 14,513.69 Human Resources 69.68 Fire Services 19,426.12 Police Services 21,325.94 Building & Zoning 13,425.46 Engineering Services 247.36 Building & Grounds 6,549.26 Street & Bridge Operations 23,680.36 Street & Bridge Administration 999.78 Forestry 1,256.93 Central Garage 35,592.13 Drainage System 807.96 ESDA 1,376.76 Transfer/Non Operating 0.00 Total 225,620.24 Illinois Municipal Retirement Fund: 0.00 Parking Lot Fund: 198.44 Motor Fuel Tax Fund: 0.00 School & Park Donations 0.00 Capital Projects-Facilities: 0.00 Capital Projects-Streets: 216,795.37 Health Insurance Expense 59.85 Facilities Development Debt Service Fund: 110,187.50 Police Pension Fund: 0.00 Fire Pension Fund: 0.00 Retiree Health Savings: 0.00 Water Fund: Reimbursements & Refunds: 107.28 Water Operations 25,142.17 Sewer Operations 8,389.72 Total 33,639.17 Buffalo Grove Golf Fund: Reimbursements & Refunds: 0.00 Golf Operations 28,744.09 Total 28,744.09 Arboretum Golf Fund: Reimbursements 0.00 Golf Operations 20,556.13 Total 20,556.13 Refuse Service Fund: 0.00 PAYROLL PERIOD ENDING 5/20/2012 889,477.25 TOTAL WARRANT #1190 1,525,278.04 APPROVED FOR PAYMENT BY THE PRESIDENT AND BOARD OF TRUSTEES OF THE VILLAGE OF BUFFALO GROVE, ILLINOIS Village Clerk Village President See appendix: Appendix001 - W#1190.pdf Golf Update on Marketing Plan 7-A Overview The Golf Department will give a brief presentation on the marketing programs and results for the season so far. Attachments Trustee Liaison Staff Contact Carmen A Molinaro, Monday, June 4, 2012 Village Managers Report -Item : 7-A r i %;° ,l u� � I��luum�����` uuuuuullll� � �` �� I �� diii � � I y'„z/r �iip '� � r � � �� � �� ��um � �. Num���m�manmmi ,e �u ` NVw������m IIIIIIIIIIIIIIIIII uuu'A IIIIIIIIIIIIIIIIIIII I IVVVVVVVVVIIIIII I°mu'mu'w mmuuuuuuuuuu�� """hhnnIIIIIIIIIIIIIIIIIIIlY10 ����������������� �pll luu' I�. ^•�uu� III,,,�flNnn Im �"'�'V' VV vuu�mm�p!!�VlVluuuu giiiiillVl CV VVVV I� o„ p.... IIIVuuumlmuu I Mu° u �i�i�illlllllll�ilh ��� � I;u��������: ,II,,,,,�,,,��� II iu���������1 ��������� IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII Ilh�nllln�uuul������ lul� ���iiinn ��llllumm� i IIIIIIIVum� h �uuuuuuuuuuuuuuuluuuuuuuuuuuuuuuuuuuuuuuu� ... m �� IIIII mm�mmm� NNN h IIIIII 'I �������������� ����V �uuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuu lllllummmmi�l �. � ��������� ���� �I' I� h0�°' Illllnl�lllllllllllllllll a "'��� p,�u �III m�luum������ �Im ... °Nuuljjjj C u�.v,,;VV �lil, u'u .��������������� ����������������,,���������V Vuli�� ������������tititi������ mmHnnmm "�lololoi�i�l �lu��u��uuii��� ",I���� Vu ������ m�. m���.. """^I �W�mm�tlnnm dNN � V IVIVI�IVIO °n � ; "��,�„� i������Nnmmmm�uuuuuuu ��� r�°' i �i � I �i 3 fp, l I � 3 vvvvr vvvvvvvvr vvvvvvvvr Yry J(A AL I 11114 I � i lli III m uuu uuuuilililuuuuuuuuuuuuuuuuuuuuuuuuuuuuuiiiiipuuuuuuuuuuuuuuuuuuuuuuuu ull'liiiiiiiuuuuiiiuuu ft �Vudup�u l�dmu����uuuuiuquuu��ill�IIIVIVV�VVVII I u mm bpmllllllllllll 4 ommml m�n� �m NHH�aumim Ili ii�IIIVI u, ��N I uuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuui VVtlVVIY °c ��������� � '' ifs � 'f j%,, -� r� /%/ �Fy ��� �� �' f�/ %� � ��� °I Illlllll�ll��i��iiiiiii,i��i�9p� i , v i ��� � ,. i l� ����II { // f �,, f �� l � i�, �'�� j � uuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuullll�� iii iii i �, �///ii i ii/i irk�,/o ��� i�i,///��/a,/��%�//fir � I, i r �� f l / I ,` r � � � � ��� r�� � r � u uuuuVVVVVVVVVVVV VVVVVVVVVNNVVVVVVVVVVVVVVV VVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVV Vi � 1�41��11�, �'� � ���u��uu 1°°°� °°°°°°°°°8°°°°°��°�°�°°°°°°°i�YYYYYYYYYYYYYYYYYYYYYYYYYYYYYYYYYYYYYYYYYYYYYYYYYYYYI� �����������I ii uuuuui �„ � pfrrrrrrr11rr� J lll>lllfr' IIIIIIIJII�IJJJII�; �,,,; �lllllllllll� ,,, r, ��JllrlrrrJllll�, 1 9w j ivy �0 f IrcNI �\ �& ( : ( �d � ry ,ƒ�\\ \! . � d 2�Z �\ , �z . . 2/§ ��\ . I\ � 1��: � ��\ \ \ � �> \ ���� \} � �><\ , < � ��\ \ ' \1 � \ : �I z��< < « �� � � �,�/ . / I i{}{(<;I 1< � � ��: ? i � I� . � � y ! �S! m w y « 4 � IIIII IIIIy IIII VVVVVIV '1py� _ � fr I 1 ^7 l r- d� � SA y YMXYY ui w ..� 5 1 ow " Ijl',I i VUG u�;,a�iRrR�Qrrt VM° �vt � „„. i �00 VV�VVVVVVVVVVVVIVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVV r ��p pu��^� I uuuuuuuuu'u'u'u'uVuuuuuuuuuuuuuuuuuuuuuuuuuuu'u'u'u'uVuuuuuuuuuuuuuuuuuuuuuuu'u'u'u'u uuuuuuuuuu� NOW, f �E y : y . . u u u u u u u r S « m >y�} « � ƒ�\ \� � . / « \ . \\ � %��:»:�. : ©:y�<d /°�\v. /� �^ . 3 d� �© � ���\ , 6 , � \ � . : . <. � < . . . � �2 � /§\ , . . . .. , \%\� ` ~\��: �<� ^ �/. . � ���UuIINIUIINI NINNI IIIIIVuuuuumumu NN��o ��I�IVIVIVIVI�I� �INNNf fN NNNNNNNNN NNNN �NViNN1➢1N1➢IiN NIIIIII�II� IIII� iuNNNNN�N '. ��INN � �IIIIummlomlmu10�0 p� I Ilil IIrIIrIIrIIrIIrIIrIIrIIrIIrIIrIIrIIrIIrIIrIIrIIrIIrIIrIIrIIrIIrIIrIIrIIrIIrIIrIIrIIrIIrIIrIIrIIrIIrIIrIIrIIrIIrIIrIIrIIrIIrIIrIIrIIrIIrIIrIIrIIrIIrIIrIIrIIrIIrIIrIIrIIrIIrIIrIIrIIrIIrIIrIIrIIrIIIIIrIIrIIrIIrIIrIIrIIrIIrIIrIIIIIIIIIliV41 �"��� IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIlu �IIII �, �um�VIVIVIVIVIVIVIVIVI III IIIIIIIII,I,I,IIIIIIIIIII IIIIIIIIIIII,I,I,IIIIIIIIIII �(N'�� VIIIV�IIIVIIIIIIIVIIIVVVIIIIPI"' ���� IIIIIINIIIIIIIIVII ply III flip �Viulp � I�uJIN III uuuuuuuuuuuumiuuuuuuuuuuuuuuuuuuuuumuumuuuuuiuuuuuuuuuuuuuuuuuuuuum iml YVVV II IIIIIIIiI IIIIIIVIVINNVINOIIIN � i uuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuul uu°III�rriil fill Efw IIIIIII Illuuuu�ill Illllllllllllllllllllllllllllllllllllllllllllllllllll�li�li�lilllllllllllllllllllllllllllllllllllllllllllllllllllllllllllll�li�li�lillllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllililillll Illlllilililili u, a uuuuuuuuu�uuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuu'uuu Il���(uNVNN�� � ��.�um uuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuum I uum IIIIIIIIIII�uuN III..p .�mmntltlm ��ll yVq .VOV ��Idd'� uuuuuu Of �pIIIIff I n«. IIIIII �� �r� to �ouuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuu oiii NNE DII NNN �I�NN ��l�l�llll >,� lololouuuuuuulouuuuuul IIIIIIIIIIIIIIIIIIIIIIIIIII�IIIII" �� luumuml� ,ti UUlloi w40 ��N1uf� MIDI I(" mm 41 IDID16�D16 I(VI 7It 11 IS NNffNANPfON � � ii Nl INWW !�Xa P� i 0 fui�MM�if DIN➢uw ;. � Wb () Z n" dui �VIVINV@� lu UJ L Y'Y r �frtrr m; �VUI Yu I"N ua �� � DIIugIX 6N� / ID %�� 's > o . ,d � «1 Pk d• "ca, YJ lr ILL it rJ d j % CA ��„r��; 41 W �o Y` r '� *` El ui r" Y �"�. � �h .i,r r i� wp VIS .. „ w,�v Y4� 'n .......... .......... ......... .......... ........ iyuuuuuiou miiiol�.. mi _.... { C/7 j Ml ME Ems 1 as 4"',,1 � •� o `+ C; 4-j4-1 m cn c� 4-1 cts CD � Al . ,/f/f„✓ %/,/�oiiiiioioiiiaioiiioioii✓ioiiii/�ppi�iiii ��i� �� � ��� �� �� �� #{ 1 r rFrr II �ii��" ii IIIIIIIII otl a �;;jl I �uu uuw um 0 I p�I�V�U IIIVIII yr G�'„ dV, 7111111� uu �! J �� ����„ �� ..��� �., �� �n: _ f J �s �I t�� �;" i r� P� ���' ��, u ' I�� �� � ,� �w�e _:� �,: �� �a J_} J � li 4V d. r k'�N� �, i �` c� � � � Y' � � �' r r ����� � � u9! ri J r� � "J°+ III r U III ill��u. r I � ,,� r �� .., ��r..::i!�dPPPPPPPPPPPPPPPPPPPPPPP PPPIiGIiPPPPPPPPPi 444444444ipppppi 4ip�ijijipppppppppi ippppppppppppp ppp�ijijijiii �iiiiiiiiiiiiiiiiii iiiii iiiiiiiiii iiiiiiiiiiiiiii iiiiiiiiiiiiiii iiiiiiiiiiiii iiiiiiii e � � VVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVV � 1 gym.. IIIIIVi H� �N'IN'Mr V 0 :E 1 E f„ ( U. i Curl w' I�IIIVVIu�m ilu� f i tl im f /, �ii ((IY � / / � l� J/ /�... /� / II II I� / I 1 / f / I / / � J , / f /, / i / / � /... i�r� / /. / / /, � i/ / � � / n J ,, f / � / / � � � / ii // // � /, ,, ,l i /,, / /, / i �i, �, �„ / / / i � /� /, i �� ,� � �/ /,� f / ,, � � r � ,�, i �/� / ., , , i , �, �f � � , ,f //, / , / ( \ till � fl IIfIV m /, II 4 i i„ � / �mi� i � � i fig l i ,J � �, �i 1i ,9 i ., i /� ig f �� i / ii��.i, � .f f �/ �u I� 4 � ,�/ ��i, r / ii, �, , ij/ ,,% ��, �f�!/ /�/� �„ ,, �j% ��i �� %�/ °J� � '%� ,��%��' � J����� � r�ii Ij� ��� 'N° mm /� f� �%��/ �� ���. � f �� ���. �� i, �f�ii ��� HIV "' ;/ uuuuuui � ivvvyyv ���ii ����uu�uuuuu '„ �W����nm� II YYV ��i Iluuuuu IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII I IV�VIVu�ol pl�iiiii I uiuuuulV�Vo �� mmmm m u a �%�� �� � hum„ �/i ��/ �uuulmm m f'�/� �� Imm I� Illumi �� pu I/ �� tad ��i,) a I' ��� IVm�ip mummm %� II l� °� mmm� IIIIII IIIIIIIVVV �p .. m� �� i %/ I m (/ IIIIIIIIIIII011 , �� ��VlVlllo �/ -� um ��� ��� � �����VII �!�r m I�u°i ummi 'i�, �/ l� V � Wmmmmm (� �� lil�uluumil Uuii�- (�/ � � i Il�m �� .°°°° uuu V V IIIIIIIIIIII III liu jm m uuuu�� i�i ......... lmm I li liluiiiil pl IIIIIIII � �� fli , mmlo � � I�w���. �/ / � / %G' /%e ip������������������������������������������������������������������������������������������������������������������������������� �;i uuumiiiiiuuuuuiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiilllllllii Wmmm ,� II m ��%(���������������������������������������������������������������� mm mmmm I �i mml �� �� ull ullllllllllllllllllll mm �� u�� %, '�l ui II mm G% �� Immmmmmm mmmmm `mmm� j% ��� p IIIIIIIIIIIIIIIIIIIII ,� �� f/�% WmmmmmW ��� �� ' Illlluuuuum� �� mmm � mmmmmm iQ�f ummmmm �u, Vummmmm // Immmmmm uu r �l� � r / Ilmm Id mmmm i� I�I � i%� �/� /� ��%i% f %� ij�' v`%� /� ��� �� %� ����% ��/ /% f �t /1� U'' /��l / >ji�i `/�, 1,/,� ��,, �'; � � �a /i'%�� IIIVumi mulu��ll III �II� �' V',d IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIullllllllll�tli6� Vl�uuuuuuuuulll�� �I. IIIIIIOi ��luuuuuoom� � �� p„ h���� ��mmuumumiu IW III�U�V' ��I,�, VVV V uuuuuuuuuuuuuuuuuuuuuuuuuuuuumumuuuuuuuuuuuuuuuuuuuuuu uum9l � �m�N�d � IIIIIIIIIII�I ��IIII� pu VUJiu�l� �n .muum, �h�i���IIIIVI hllluuuuul� Ipllll � " °°°" III����IIIIIIIII� Illllllllllllllllllllm��� �Iluuuuu h,a u1�11V1 �I�I��nnllM Illl�llllllluu� mm f �, �ii ((IY � / � � l� J/ /�... /� / II II I� / I 1 / f / I / / � J , i f /, / i / � � /... i�r� / /. / / /, � i/ / � � / n J ,, f i � / / � � � / ii // // � /, ,, ,l i /,, � /, i i �i, �, �„ / / i. i � /� /, i �� ,� � �/ /,� f / ,, � � r � ,�, i �/� / ., , , i , �, �f � � , ,f d��� r� / i /�, / , / ( \ till � fl Ilflll ui /, II 4 i i„ �mi� i � � i / fig l i ,J � �, �i 1i ,9 i ., i i� ig f �� i / ii��.i, �f �/ III I� 4 � ,�/ ��i, r / ii, �, , ij/ ,,% ��, �f�!/ �,�ii /i��, j �/, lr�% j% ;,,/% ��'j '% ,� , %� i� �� �� ��� �%�% ii /i /� �� 1� II ���/ �% �/; ff /,/ �, f l ,, �r �,,, ��� I��I j ��� �uuuluu "" I �IIII hl f� Iu�u �% �.� I�Imllw�. �" �, �I '; ��% � w �' l�f� '�% ���aj) i IIIIIIIIIIIIIIIIII II�I� lulmm %< I , Im IIII� lu� �/ IIIIIIII� �'�1 �lu� �� �f� ��/ �� ��� ii I �1 �� I� I� IIII�� � III IIIIIII �� I ����� � �Ill��'I��I��������������� �� �`/� IlVuuuuullll � "� // %��' / ��i/� lullll �%J� w� m�l f�/ '; l IIIIIIIIIIII� II �� J j VimIQl ,y�i um� // �a �o�^ V� Ileum I, �/ �/ i, 1 r�� ���� !�� 1� IIIIII � jJ �� lu ��� �� Vuu II�����I Ali , lu J��d %, f �f// i% ��i �" � ��/ � IIII '� uu� / i� 7 °% // VVI yrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrr I�IIIVww IIIII I�Ilii�. ��/ �l ��� / f% O JJ ��/ ��1%l r%�„ i / �� � /�, fi. �� Strategic Plan Update 7-B Overview The Village of Buffalo Grove's strategic planning process involves the Village President, Board of Trustees, senior leadership and every employee of the organization. The project consists of 26 weeks of extensive and comprehensive work which will result in the development of a strategic plan that will involve the following: 1. Assessment of organizational capabilities and opportunities; 2. Development of one-year and five-year strategic goals; 3. Identification of strategies and tasks to achieve the strategic goals; 4. A performance measurement system; and 5. Establishment of a framework of financial strategies that support the strategic plan. In March, 2012, the Village entered into an agreement with Craig Rapp, Senior Associate, representing the Northern Illinois University Center for Governmental Studies to assist in the strategic planning initiative for the Village of Buffalo Grove. Following is an overview of the components of the strategic plan. PHASE 1 Strategic Planning Project Development A scope of the initiative was established and an associated project timeline which is attached for reference. The timeline was established in March and details the steps which have taken place thus far, as well as the future tasks which will be undertaken. The Village is currently within phase 5 of 5 of the process. PHASE 2 Questionnaire A questionnaire was issued to all employees of the organization, and a similar survey to elected officials of the Village. The survey requested responses to questions which included the following subject matters: Mission/purpose Service Workplace/resources Communication Strengths Weaknesses Opportunities Threats All elected officials and more than 125 employees responded to the survey. The themes gleaned from the survey results have been used as a basis for facilitated analysis of strengths and weaknesses, as well as to define the necessary elements of organizational culture that need to be further developed. PHASE 3 &4 EXTERNAL AND INTERNAL STRATEGIC ANALYSIS The purpose of the external and internal strategic analysis is to identify the Village's core competencies and competitive advantage. The analysis includes a review of political, economic, social,technological and other dynamics which impact the Village's operation, as well as internal factors impacting the Village's growth and development. The analysis also includes a review of the organization's strengths, weaknesses, opportunities and threats. On April 16, 2012, Village senior staff met with the Village Board for a preliminary SWOT - identification of the Village's strengths, weaknesses, opportunities and threats. This session was facilitated by Mr. Rapp. On May 18, 2012, representatives from each department, as well as Trustees Ottenheimer and Trilling as Board liaisons, convened for a morning workshop as part of the strategic planning initiative. The feedback from the Village Board was taken into consideration as the planning team developed the major themes and cross-pollinated strength/weakness factors affecting the Village. In the afternoon, senior staff convened to review the priorities and define each theme. As an outcome of this process, key performance indicators (KPIs) for each priority will be developed and proposed to the Board for further development. Following is each proposed priority and the associated themes for each subject matter. 1. Service Optimization Themes: a. Right-sizing b. Demand-driven c. Market d. Efficient/effective 2. Organizational Culture Themes: a. Personnel development b. Communication c. Technology d. Idea sharing 3. Community Enhancement Themes: a. New development b. Redevelopment c. Strategic investment d. Quality of life enhancements e. Communication 4. Revenue Growth Themes: a. Reduce dependence on property tax and shared revenue sources (state funding); review alternate and additional revenue sources. b. Establish focused strategy for assessing fees c. Explore partnerships and other opportunities to grow revenue d. Shared revenue dependence 5. Infrastructure Sustainability Themes: a. Reliable b. High quality c. Financial support PHASE 5 PLAN DEVELOPMENT On June 11, 2012,the Village Board will convene as the Committee of the Whole to review the proposed priorities, KPI's and discuss short and long term goals for each priority. The IMT will be reconvened to review the draft work plan for the organization. In addition, senior staff will be meeting with employees in each department to review department specific priorities and performance indicators. Thereafter,the Strategic Plan will be developed which will consist of organizational as well as department specific short and long term priorities,goals, and specific objectives. The Plan will serve as the guide for the Village in the 2013 budget development process and for organizational planning. Attachments Strategic Planning Timeline Final.pdf Trustee Liaison Staff Contact Ghida Neukirch, Monday, June 4, 2012 Village Managers Report -Item : 7-13 ; / \ } } ( 0 / bn ƒ } \ bn ( n ~ \ ƒ \ \ ( � k / � ƒ b } � « § \ g ` § � § ® In / m S \ \ §_ / \ / § § § § $ ! m r $ r § $ / ! 5 ƒ \ \ ° \ \ \ \ § o § > / 3 \ 0 3 & # ƒ ƒ ƒ u \ \ \ 3 3 3 \ aj aj t t\ \ aj E / \ / _ - _ { _ s k \ ® \ / / \ e \ \ x / ( - / \ § ° ° _ _ / \ \ e / , e / ) & @ aj / / / \ 7 7 \ \ \ \ / a c / # § \ / ) - - - - - 4 a / \ \ - - % ƒ t \ { / \ \ - e2aa _ a > ) \ \ \ \ \ _ - - _ t E / / a , e t @ _ 7 a c a \ - - - - \ E \ -M - ° 4 & : / \ ® a £ a e & 2 _ � { { \ / 2 / » # \ _ Lf,- _ / / » 3 a / / ƒ \ ƒ i } ) / \ / $ e � r � m e \ \ r i m e § r m e w # / a a a a a a e\ } / r r 7 2 m m m m m m m m !_Q !_Q E_Q #_Q S_Q .LA \ ) / / bn bn / a - ƒ / [ x \ \ 2 u0 - ¥ ) i7 % 23 z / 3 \ \ / } \ \ ) / jajU— \ ± § § 2 3 § § _ u > ( ! % J z ? J z } 2 u 0 § § / _ _ = / f / z \ / ] \ / / R / �& z rH � r m e r, _ b R � z - - - _ g w w / c cbio / / / - a as a E > > > E g - a a a § co co Lu ƒ ƒ 3 3 7 \ / / / £ 2 2 2 2 2 S a § \ 0 M u % _ \ \ \ _ / 7 bio ) J \ \ § j / J i ! G / _ . J 0 § / 2 \ e g _ Ln/ ) ƒ \ S ( W \ \ » _ ( \ ( 5 \ \ \ \ \ \ 2 7 3 # / J 2 / / / e a / 2 / 2 7 2 3 i } @ e a r m e r, = n S Q % § S g a % 3 & 5 aj aj ƒ ƒ 0 zc { / / \ bn g / \ m - aj — § / J } j y § § a j / j ƒ \ 0 { / ) \ / a % a p % 2 y z 3. ® / / \ e & J $ c % \ \ \ \ \ \ { / F a & £ \ 3 } ) / § \ \ ® 1 G ( } [ . / % } § § ^ ^ ) ) U U \ 4 2 a / & t ± $ / > \ z = z z z 3 (D e o \ § \ / \ § > } e r \ e � r � m e � = n S Q % Status of EMS Response Times, Costs and Public Education 7-C Efforts Overview Chief Vavra will discuss EMS response times, costs and public outreach efforts. Attachments Buffalo Grove Board Presentation June 4 2012.pdf Trustee Liaison Staff Contact Terry Vavra, Monday, June 4, 2012 Village Managers Report -Item : 7-C 5/31/2012 ill eve I EMS and Public Education In 1972 EMS and Public Education 1 5/31/2012 EMS and Public Education The Aging of the Village The,Villogg, old EMS and Public Education • Strategic Goal Provide high- g fire U�. EMS and Public Education Response Times ,ems' i � .... � .. .. ........::. 2 5/31/2012 J11 �i 3 Fire Department Commendation 8-A Overview On April 18, 2012 at 06:34 The Buffalo Grove and Long Grove Fire Departments were dispatched to a medical call for a man passed out in the shower.When crews arrived they found a 33 year old man not breathing and pulseless on the floor. His wife reported that he had complained of a severe headache prior to getting in the shower. CPR was immediately started. After a quick assessment the crews found the man's heart rhythm in Ventricular Fibrillation,which is the heart quivering without pumping blood. The paramedics shocked the heart using the cardiac defibrillator sending the heart into a rhythm that restored the man's pulse. The man was also intubated -a tube is inserted into his trachea to assist him in breathing. The man's pulse and blood pressure increased and color began to return. Patient was transported to Northwest Community Hospital for further treatment. This call was an excellent example of the incredible skill of the paramedics, and a great example of the cooperation of the crews and the success of the total EMS system. Crews were on the scene within 4 minutes of dispatch. The crews from two different departments worked seamlessly to revive this man. The entire system worked well as the patient was then transferred to the hospital for definitive care and follow up. All of this, from the phone call to the release from the hospital, allows Mr. Rapaport to be with the Board and his family on June 4,2012, and hopefully many years to follow. The personnel responsible are: Battalion 4 Lieutenant Brian Beck BGFD Engine 26 FF/PM Clark Pound FF/PM Rich Schiradelly FF/PM Chad McCormick BGFD Ambulance 26 FF/PM John Jason FF/PM Scott Wood LGFD Ambulance 55 FF/PM Brian Niminski FF/PM Katie Hayes Paramedic Student Greg Hanik Attachments Buffalo Grove Fire Department Company Citations.pdf Trustee Liaison Staff Contact Terry Vavra, ....M.on.da...........June J. 4 u. ... ...... .0.1.2.............................................................................................................................S.......peC1a.l...B.us.'.Hess...._...Ite.m........8._A......................................................................................................................... Y> 2 p ct 6 U It � 3 " = W +• w = a., C eke = '= H "C ° Cd o ec a� FMMM (1a y eC p y 96, ct C2 N C Noo it Q, � y vi � eC •.. � /—, 0 o � v O o O a� 40 -� "'� '� it O C2 N 00 N 0 e 3 • `� v, y O it Q, � y vi � eC •.. � /—, ct v ~ V p„ O G� � � 44 ct w O C2 it Q, � y vi � eC •.. � /—, � r3 ct v ��. O G� 44ct y A A C It en M V p FMMM y •� p y v p Ili 40. �• ; O a� d C2 N� 00 a°*.. Annual Stormwater Management Program Public 9-A Information and Input Meeting Overview The public is invited to the Village's annual Stormwater Management Public Information &Input Meeting. The meeting will be held on Thursday, June 21, 2012 at 7:00 pm,at Village Hall. The purpose of the meeting is to provide an overview of Buffalo Grove's stormwater management program. The meeting will also include a special presentation from Mr. Thomas Ganfield,an environmental scientist with Baxter and Woodman Consulting Engineers. Mr. Ganfield will provide an overview of the "Aptakisic Creek Maintenance Plan",which his firm completed for the Village of Buffalo Grove. The report can be reviewed on the Village's web site at www.vbg.org/Aptcreek. Attachments Trustee Liaison Staff Contact Trustee Trilling Gregory P Boysen,Public Works Monday, 2...........June J u. ...4...... .0.1.2..............................................................................................................................Reports ..from ...the ...Trustees ...._...Item ........9._A............................................................................. Buffalo Grove Green Fair- June 24, 2012 9-B Overview The Buffalo Grove Environmental Action Team and the Village of Buffalo Grove invite everyone to the first annual Green Fair. People of all ages will have the opportunity to learn about the steps that can be taken at home,work, and in the community to improve our environment and make Buffalo Grove a greener and healthier place to live. The event will be held as follows: Sunday, June 24,2012 8:00am -12:30pm Rylko Park(next to the Farmer's Market). Bring your family and friends to learn and watch demonstrations, participate in a craft, and more! Gym shoes,books, small electronics, household batteries, compact fluorescent light bulbs, and other items will be collected to be reused or recycled. For a complete list of exhibitors and the demonstrations provided or items collected,go to the Village's web site at www.vbg.org. Attachments Trustee Liaison Staff Contact Trustee Trilling Ghida Neukirch,Office of Village Manager Monday, 2...........June J u. ...4...... .0.1.2..............................................................................................................................Reports ..from ...the ...Trustees ...._...Item ........9._B............................................................................. Ordinance No. 2012- : Approving an amendment to Ordinance 2011-031 for Twin Rinks Ice Pavilion, 1500 10-A Abbott Court Overview Request was made by Twin Rinks Ice Pavilion, 1500 Abbott Court, to amend Ordinance 2011-031 to allow an LED digital display with an overall dimension of 3 feet 9 inches in height and 11 feet 11 inches in length instead of an overall dimension of 3 feet 4 inches in height and 12 feet in length as depicted on Exhibit"E" of Ordinance 2011-031. A public hearing was held on May 15, 2012. Mr. Gary Pivar, Twin Rinks Ice Pavilion, and Mrs. John Johnson, C. Johnson Sign Company, were present and provided testimony and documentary evidence. The Zoning Board of Appeals, by a vote of 5 to 1, recommends to the Village Board to grant the requestmade by Twin Rinks Ice Pavilion, 1500 Abbott Court, to amend Ordinance 2011-031 to allow an LED digital display with an overall dimension of 3 feet 9 inches in height and 11 feet 11 inches in length instead of an overall dimension of 3 feet 4 inches in height and 12 feet in length as depicted on Exhibit "E" of Ordinance 2011-031. Attachments 1500 Abbott Ct Ord 5-30-12.pdf Mins&Findings- 1500 Abbott Ct.pdf Twin Rinks Exhibits 5-2012.pdf Trustee Liaison Staff Contact Trustee Stein Brian P Sheehan,Planning .................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Monday, June 4, 2012 Consent Agenda: Ordinances and Resolutions - Item 10-A 5/30/2012 ORDINANCE NO. 2012- AN ORDINANCE AMENDING VILLAGE OF BUFFALO GROVE ORDINANCE NO. 2011-31 GRANTING A VARIATION FROM THE BUFFALO GROVE SIGN CODE Twin Rinks Ice Pavilion— 1500 Abbott Court WHEREAS, the Village of Buffalo Grove is a Home Rule Unit pursuant to the Illinois Constitution of 1970; and WHEREAS, the real property ("Property") hereinafter legally described is zoned in the I- Industrial District, is commonly known as 1500 Abbott Court, and is occupied by the Twin Rinks Ice Pavilion; and, WHEREAS, the Corporate Authorities of the Village have previously approved Village Ordinance No. 2011-31 which ordinance granted a variance of the Village's Sign Code, Section 14.40.025, pertaining to Changeable Copy Signs, for the purpose of replacing the existing manual changeable copy portion of the existing sign on the Property with a LED digital display; and WHEREAS, the Owner's previous sign contractor has been replaced by the Johnson Sign Company which Company has advised that it cannot construct the digital display sign cabinet to the exact same dimensions as shown on the previously approved Exhibit"E" and that the changeable copy portion of the existing ground sign will not change just the dimensions of the sign cabinet will change; and WHEREAS, the proposed LED digital display will have an overall dimension of 3 feet 9 inches in height and 11 feet 11 inches in length instead of an overall dimension of 3 feet 4 inches in height and 12 feet in length as depicted on Exhibit"E" of Ordinance No. 2011-31; and WHEREAS, the Zoning Board of Appeals held a public hearing, received testimony, prepared minutes, made certain findings, and made an affirmative recommendation on the said request for amendment to Ordinance No. 2011-31; and WHEREAS, the Corporate Authorities of the Village of Buffalo Grove, hereby determine and find that the requested amendment to Ordinance No. 2011-31 for the changeable 1 copy ground sign is in harmony with the general purpose and intent of the Sign Code (Title 14 of the Buffalo Grove Municipal Code) , and that(1)the requirements of the Sign Code would cause undue and unnecessary hardship to the sign user because of unique or unusual conditions pertaining to the Property, (2) the granting of the requested variance will not be materially detrimental to the property owners in the vicinity, (3) the unusual conditions applying to the specific Property do not apply generally to other properties in the Village, and (4)the granting of the variance will not be contrary to the general objective of the Sign Code of moderating the size, number and obtrusive placement of signs and the reduction of clutter. NOW, THEREFORE, BE IT ORDAINED BY THE PRESIDENT AND BOARD OF TRUSTEES OF THE VILLAGE OF BUFFALO GROVE, COOK AND LAKE COUNTIES, ILLINOIS, as follows: Section 1. The preceding WHEREAS clauses are hereby adopted by the Corporate Authorities and made a part hereof. Section 2. Village of Buffalo Grove Ordinance No. 2011-31 is hereby amended to allow an LED digital display with an overall dimension of 3 feet 9 inches in height and 11 feet 11 inches in length instead of an overall dimension of 3 feet 4 inches in height and 12 feet in length as depicted on Exhibit "E" of Ordinance No. 2011-31 on the Property legally described as follows: Lots 1 and 2 in Twin Rinks Ice Pavilion, being a Subdivision of part of the northeast quarter of Section 28, and the northwest quarter of Section 27, Township 43 north, Range 11, east of the Third Principal Meridian, according to the Plat thereof recorded, November 7, 1996 as Document 3898146, in Lake County, Illinois. Commonly known as 1500 Abbott Court„ Buffalo Grove, IL 60089. Section 3. The variation is subject to the same following conditions as set forth in Village Ordinance No. 2011-31: A. The sign shall comply with Zoning Board of Appeals Exhibit"E"which was submitted with the application for variation, B. Screen changes at no less than twenty (20) second intervals, 2 C. All colors shall be allowed on the digital display, D. The graphics on the sign shall be limited to team logos that utilize the Twin Rinks Ice Pavilion, E. The hours of operation of the sign shall be 6:00 a.m. to 12:00 a.m. with the digital display being static after 10:00 p.m., F. The sign is limited to the promotion of the Twin Rink Ice Pavilion activities with no advertisement of products or services, G. Three (3) lines of copy between the hours of 6:00 a.m. and 10:00 p.m. and four(4) lines of copy from 10:00 p.m. to 12:00 a.m. H. The light intensity level shall be not more than 7,500 nits during the day and not more than 500 nits at night, and L The nit level is to be reduced below 500 nits after 10:00 p.m. if the Village, in its sole discretion, deems it necessary. Section 4. This Ordinance shall be in full force and effect from and after its passage, and approval. This Ordinance shall not be codified. AYES: NAYES: ABSENT: PASSED: , 2012. APPROVED: , 2012. APPROVED: Village President ATTEST: Village Clerk Tressler497184 3 1500 ABBOTT COURT, TWIN RINKS ICE PAVILION -TO AMEND ORDINANCE 2011-031 TO ALLOW AN LED DIGITAL DISPLAY WITH AN OVERALL DIMENSION OF 3 FEET 9 INCHES IN HEIGHT AND 11 FEET 11 INCHES IN LENGTH INSTEAD OF AN OVERALL DIMENSION OF 3 FEET 4 INCHES IN HEIGHT AND 12 FEET IN LENGTH AS DEPICTED ON EXHIBIT"E" OF ORDINANCE 2011-031 Mr. Gary Pivar, Twin Rinks Ice Pavilion, 1500 Abbott Court, and Mr. John Johnson, C. Johnson Sign Company, 9615 Waveland Avenue, Franklin Park, Illinois 60131, were present and sworn in. The public hearing notice published in the Daily Herald on April 30, 2012 was read. Mr. Pivar explained that after many unanswered emails and phone calls to White Way Sign Company, he finally got White Way to commit to a date to install the sign in mid January. When that date came and went and the sign was still not installed, he gave up. His last email from Tom Wood, White Way, said that White Way is currently going through a refinancing and cash is tight right now. Mr. Pivar was trying to get his escrow deposit back. Mr. Wood also wrote that his last day with White Way would be the next day and then gave Mr. Pivar some contact information. He was running out of time to get the sign installed. C.Johnson Sign Company installed the original sign and is willing to do the installation of this sign. Unfortunately his sign is a little different in size from the originally approved sign. Mr. Johnson explained that the White Way sign uses a back ventilation system to cool the LEDs. The Daktronics display uses a front cooling system.That is the reason for the five (5) inch cabinet change. The matrix of the display area is identical to the sign originally approved. Ch. Entman read the Appearance Review Team (ART) minutes of April 30, 2012 into the record. Com. Windecker asked if, except for the size, the remaining criteria will be met that was conditioned upon the original variance. Mr. Pivar stated that all the criteria will be the same. Nothing will change regarding the restrictions or requirements of the sign. Com. Cesario asked Mr. Pivar to walk through the need for the sign again. Mr. Pivar stated that the sign would be used to communicate information to the public. The current sign is outdated and does not look very good. The new LED display will look better and will allow him to communicate more messages and will be easier to change the messages. The hardship will be when Weiland Road is redone. That will be a different story for a different time. Mr. Sheehan advised that this would be a recommendation to the Village Board to amend the existing Ordinance. All that will change is the size; the Ordinance will remain intact otherwise. There were no additional questions or comments from the Commissioners. There were no questions or comments from the audience. Com. Au made the following motion: ZONING BOARD OF APPEALS DRAFT MINUTES MAY 15, 2012 I move we recommend to the Village Board to grant the request made by Twin Rinks Ice Pavilion, 1500 Abbott Court, to amend Ordinance 2011-031 to allow an LED digital display with an overall dimension of 3 feet 9 inches in height and 11 feet 11 inches in length instead of an overall dimension of 3 feet 4 inches in height and 12 feet in length as depicted on Exhibit "E" of Ordinance 2011-031. Com. Windecker seconded the motion. Roll Call Vote: AYE—Cesario, Windecker, Lesser, Au, Entman NAY—Steingold ABSTAIN — None Motion Passed 5 to 1. Item to appear on the June 4, 2012 Village Board agenda. ZONING BOARD OF APPEALS DRAFT MINUTES MAY 15, 2012 ZONING BOARD OF APPEALS VILLAGE OF BUFFALO GROVE, ILLINOIS FINDINGS OF FACT ON VARIATION OF SIGN CODE THE BUFFALO GROVE ZONING BOARD OF APPEALS HEREBY MAKES THE FOLLOWING FINDINGS OF FACT AND CONCLUSIONS: I. THE SUBJECT PROPERTY: A. Applicant: Twin Rinks Ice Pavilion B. Location: 1500 Abbott Court C. Zoning District: I Industrial District D. Type of Sign: Changeable copy LED digital display E. Characteristics of Sign (including size): 3'9' high by 11'11" wide, to replace the existing manual changeable copy portion of the existing ground sign. F. Lot Characteristics: Irregular rectangular shaped lot located at the northeast corner of Weiland Road and Abbott Court. II. CHARACTERISTICS OF THE SURROUNDING AREA: North— Unincorporated Lake County South — Industrial District East - Unincorporated Lake County West - R4—Single Family Residential III. VARIATION SOUGHT: To amend Ordinance 2011-031 to allow an LED digital display with an overall dimension of 3 feet 9 inches in height and 11 feet 11 inches in length instead of an overall dimension of 3 feet 4 inches in height and 12 feet in length as depicted on Exhibit "E" of Ordinance 2011-031. IV. EXHIBITS DEPICTING VARIATION: A. Exhibit "D"— Letter dated April 24, 2012 B. Exhibit "E" - Sign color rendering as approved under Ordinance 2011-031 C. Exhibit "F"— Proposed color sign rendering with new dimensions Draft Findings of Fact Twin Rinks, 1500 Abbott Court May 15,2012 Page 1 of 3 V. PUBLIC HEARING: After due notice as required by law, a copy of said publication notice being attached hereto as Exhibit C, the Zoning Board of Appeals held a public hearing regarding the proposed variance on Tuesday, May 15, 2012 at the Village Hall, 50 Raupp Blvd., Buffalo Grove, IL 60089 at 7:30P.M. The applicant, Mr. Gary Pivar, President, Twin Rinks Ice Pavilion, testified at the hearing and presented documentary evidence. The following individuals testified on behalf of the applicant: Mr. John Johnson, C.Johnson Sign Company, 9615 Waveland Avenue, Franklin Park, Illinois. The following objectors appeared at the hearing: None The following sent written objection prior to the hearing: None Attached hereto and made a part hereof as Exhibit J are the minutes of the Zoning Board of Appeals meetings held on Tuesday, May 15, 2012. VI. FINDINGS: The Zoning Board of Appeals finds that the criteria as set forth in Section 14.44.010, Subsection B of the Sign Code have been met in that the Petitioner has shown: 1. The proposed signage is of particularly good design and in particularly good taste; and 2. The entire site has been or will be particularly well landscaped. VI 1. CONCLUSION: The Zoning Board of Appeals, by a vote of 5 to 1, recommends to the Village Board to grant the request made by Twin Rinks Ice Pavilion, 1500 Abbott Court, to amend Ordinance 2011-031 to allow an LED digital display with an overall dimension of 3 feet 9 inches in height and 11 feet 11 inches in length instead of an overall dimension of 3 feet 4 inches in height and 12 feet in length as depicted on Exhibit "E" of Ordinance 2011-031. Draft Findings of Fact Twin Rinks, 1500 Abbott Court May 15,2012 Page 2 of 3 Dated— May 15, 2012 VILLAGE OF BUFFALO GROVE, IL Bruce Entman, Chairman Zoning Board of Appeals Draft Findings of Fact Twin Rinks, 1500 Abbott Court May 15,2012 Page 3 of 3 PUBLIC HEARING NOTICE PUBLIC NOTICE is hereby given that the Buffalo Grove Zoning Board of Appeals will hold a Public Hearing at 7:30 P.M. on Tuesday, May 15, 2012 in the Council Chambers of the Village Hall, 50 Raupp Boulevard. Request is being made by Twin Rinks Ice Pavilion, 1500 Abbott Court, to amend Ordinance 2011-031 to allow an LED digital display with an overall dimension of 3 feet 9 inches in height and 11 feet 11 inches in length instead of an overall dimension of 3 feet 4 inches in height and 12 feet in length as depicted on Exhibit "E" of Ordinance 2011-031. Legal Description: Lots 1 and 2 in Twin Rinks Ice Pavilion, being a Subdivision of part of the northeast quarter of Section 28, and the northwest quarter of Section 27, Township 43 north, Range 11, east of the Third Principal Meridian, according to the Plat thereof recorded, November 7, 1996 as Document 3898146, in Lake County, Illinois. Commonly known as: 1500 Abbott Court, Buffalo Grove, Illinois 60089 VILLAGE OF BUFFALO GROVE, IL Bruce Entman, Chairman Zoning Board of Appeals ART (Appearance Review Team) Meeting APRIL 30, 2012 1500 ABBOTT COURT, TWIN RINKS ICE PAVILION AMENDMENT TO ORDINANCE 2011-031 PRESENT Ghida Neukirch, Deputy Village Manager Brian Sheehan, Deputy Building Commissioner/Operations Carol Berman/ Deputy Building Commissioner/Administration Robert Pfeil, Village Planner Joseph Wallace, Plan Examiner Nidhi Vaid, Associate Planner Louis Windecker, ZBA Commissioner PROPOSAL Request is being made by Twin Rinks Ice Pavilion, 1500 Abbott Court, to amend Ordinance 2011-031 to allow an LED digital display with an overall dimension of 3 feet 9 inches in height and 11 feet 11 inches in length instead of an overall dimension of 3 feet 4 inches in height and 12 feet in length as depicted on Exhibit "E" of Ordinance 2011- 031. Mr. Sheehan explained that Twin Rinks fired the sign contractor (White Way Sign Co.) for non-performance and has since hired C. Johnson Sign Company to construct and install the LED digital display on the existing ground sign. Mr. Johnson, C. Johnson Sign Company, had advised that he cannot construct the digital display sign cabinet to the exact same dimensions as shown in Exhibit "E". The changeable copy portion of the existing ground sign will not change, just the dimensions of the sign cabinet. Mr. Sheehan has asked Mr. Johnson to appear at the May 15, 2012 ZBA meeting to explain the changes. Com. Windecker asked why White Way Sign Co. was fired. Mr. Sheehan stated that he was informed that White Way was not moving forward at a quick enough pace with regards to the construction and installation of the sign. Mr. Sheehan recommends to the ZBA to recommend to the Village Board that Ordinance 2011-031 be amended with these new dimensions. There were no additional questions or comments from the ART members. RECOMMENDATION The ART has determined that the appearance of the LED digital display sign as proposed meets the criteria set forth in the Village of Buffalo Grove Appearance Plan and is in harmony with the buildings and is compatible with the surrounding area. This request is scheduled to appear before the ZBA on Tuesday, May 15, 2012. Prepared by: Julie Kamka Building & Zoning Department Site Location : 1500 Abbott Court site Location 1695 ' flo 0 1693 —� O 1691 co1700 5 5 1691— 1689 169 JOSEPH CT. ID N ID r 40 r r r u ru u c]2n' C1i CT. N. 1521 No co 1511 w Zn 1509 � cA ti5 506 ti 00 1506 1507 �So LO / 36 1512 1504 s � 151d 504 1505 1504 37 © OT PL. 502 1503 1514 1502 1502 1512 CO 1514 I / 1500 1516 1500 1501 5N o M 1516 ins 1427 1424 142301 -Z 1425 1422 1421 1501 F1527 15p301423 1420 1419 1SOa 0 1421 1418 1417 ISO 1523 1500 1417 1416 1415 1509 15�'1 1413 1414 1413 38 151g 14 1411 1412 1411 15113 ISI> 12 140g 1410 14�g 410 1447 140$ 11380/ 384 / 403 1405 1406 14D614,34 10-3 1vo4 1350 1360 3 3 4 133� f 1371 1391 CTS 1337 1351 1 r p u , n i 2 � J W 2 E I � I FP l k ! l i xW k r » 0 cB 'U 0 'z rwf z L III '�III�NN�IMM a=- "' r 10 �� J ,gyp^ 0 cc WJ � ;U f � q r n w a ,�^^� � w- D 0 >< 2! Ln zero x UJ �— l.L � 0 f i UJ � y UJ B^ `.% CCI LU M 0 0 LLJ �rr z --10 ce U.Jr%iir LW f Lu C7 j 1 soma LL LL Ln J Lluj —� l� J v y ,_ r �m Cr- Cry CC o ' e ryd J LU 2 %r r C) co co 0 a u `r C"'.1 /Ir g-.,N Z cb 6 co 0 n Ordinance No. 2012- : An Ordinance Amending 10-B Chapter 5.20, Class B Liquor Controls .................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Recommendation of Action Staff recommends approval. Overview Approval is recommended. Attachments Trustee Liaison Staff Contact President Braiman Jane L Olson, .................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Monday, June 4, 2012 Consent Agenda: Ordinances and Resolutions - Item 10-B ORDINANCE NO. 2012- AN ORDINANCE AMENDING CHAPTER 5.20 LIQUOR CONTROLS WHEREAS, the Village of Buffalo Grove is a Home Rule Unit pursuant to the Illinois Constitution of 1970. NOW, THEREFORE, BE IT ORDAINED BY THE PRESIDENT AND BOARD OF TRUSTEES OF THE VILLAGE OF BUFFALO GROVE, COOK AND LAKE COUNTIES, ILLINOIS, as follows: Section 1. Subsection B. of Section 5.20.072 of the Village of Buffalo Grove Munal Code is hereby amended to read as follows: B. Class B. Licensee and d/b/a Address 1. Jing, Jing, Inc. d/b/a Yen-Yen Restaurant 360 Half Day Road 2. Buffalo Restaurant, Inc. 1180 Lake-Cook Road 3. Spirit Cafe, Inc. d/b/a Versailles Restaurant 100 McHenry Road 4. Taste of Tokyo, Inc. 159 McHenry Road 5. Chaihanna Restaurant, Inc. 19 E. Dundee Road 6. Nino's Pizzeria, Inc. 960 Buffalo Grove Road 7. Chanprung, LLC d/b/a Fuji Thai 1000 Weiland Road 8. Swad of India Inc, 1034 Weiland Road 9. JPJK, Inc. d/b/a Wood Restaurant 185 N. Milwaukee Ave 10. Hakuya Sushi, Inc. 161 W. Dundee Road Section 2 A. A Class B license hereby reserved for Hakuya Sushi, 161 W. Dundee Road. This reservation is subject to the applicant completing Village ordinances on or before October 4, 2012. The village manager shall have the authority to extend the October 4, 2012 date for good cause shown, and if not so requested, the reservation shall cease B. This Section 2 shall not be codified. Section 3. This Ordinance shall be in full force and in effect from and after its passage and approval. AYES: NAYS: ABSENT: PASSED: APPROVED: Village President ATTEST: Village Clerk ' Resolution No. 2012- : A Resolution Approving an Intergovernmental Agreement Providing for Federal 10-C Participation in the Construction of the Dundee Road Sidewalk/Bikeway Improvement .................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Recommendation of Action Staff recommends approval. ..................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Budget Impact Fund/Account Budget Notes $114,042 511-4693 An 80%Federal grant will cover remainder of project cost,this represents the Village's 20%portion. Overview In November 2008,the Chicago Metropolitan Agency for Planning (CMAP) advised the Village that their MPO Policy Committee had approved the proposed Dundee Road corridor improvement program as part of the Congestion Mitigation and Air Quality(CMAQ) improvement program. On 7/20/2009 the Village Board approved Resolution No. 2009-29: "A Resolution Approving an Intergovernmental Agreement Providing for Federal Participation in the Preliminary Engineering Design of the Dundee Road Streetscaping Improvement" and Resolution No. 2009-30: "A Resolution Approving a Preliminary Engineering Services Agreement Involving Federal Participation in Preliminary Engineering Services for the Dundee Road Streetscaping Improvement" which enabled the accomplishment of the project design. The local Village share of the project's construction is provided in the FY2012 Budget. Next Steps Also on this evening's agenda is a resolution covering Construction Engineering services through Burns & McDonnell Engineering. Following bidding by the State, construction will proceed. Prior Actions On 7/20/2009 the Village Board approved Resolution No. 2009-29: "A Resolution Approving an Intergovernmental Agreement Providing for Federal Participation in the Preliminary Engineering Design of the Dundee Road Streetscaping Improvement"and Resolution No.2009-30:"A Resolution Approving a Preliminary Engineering Services Agreement Involving Federal Participation in Preliminary Engineering Services for the Dundee Road Streetscaping Improvement"which enabled the accomplishment of the project design. Attachments Res Agreement 2012.pdf Trustee Liaison Staff Contact Trustee Stein Gregory P Boysen, .................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Monday, June 4, 2012 Consent Agenda: Ordinances and Resolutions - Item 10-C RESOLUTION NO. 2012- A RESOLUTION APPROVING AN INTERGOVERNMENTAL AGREEMENT PROVIDING FOR FEDERAL PARTICIPATION IN THE CONSTRUCTION OF THE DUNDEE ROAD SIDEWALK/BIKEWAY IMPROVEMENT WHEREAS, the Village of Buffalo Grove is a Home Rule Unit pursuant to the Illinois Constitution of 1970; and, WHEREAS, the quality of life is enhanced by a good quality transportation system; and, WHEREAS, the funding of construction and maintenance of a high quality transportation system is most appropriately shared by several agencies of Federal, State and Local Government; and, WHEREAS, a Local Agency Agreement for Federal participation with the Illinois Department of Transportation is a required prerequisite for receiving Federal Highway Funds for the Dundee Road Sidewalk/Bikeway Improvement; NOW, THEREFORE, BE IT RESOLVED BY THE PRESIDENT AND BOARD OF TRUSTEES OF THE VILLAGE OF BUFFALO GROVE, LAKE AND COOK COUNTIES, ILLINOIS, as follows: Section 1: The agreement entitled "Local Agency Agreement for Federal Participation" related to the Dundee Road Sidewalk/Bikeway Improvement is hereby approved. Section 2: The Village President is authorized and directed to execute the agreement. A copy of said agreement is attached hereto and made a part hereof. AYES: NAYES: ABSENT: PASSED: , 2012 APPROVED: , 2012 APPROVED: ATTEST: Village President Village Clerk G:APWDIRGRP\LHC\Dundee Rd StreetscapeARes 2012.docx Illinois Department Local Agency State Contract Day Labor Local Contract RR Force Account of Transportation Village of Buffalo Grove X Local Agency Agreement Section Fund Type ITEP Number for Federal Participation 08-00095-00-SW CMAQ Construction Engineering Right- f-Wa Job Number Project Number Job Number Project Number Job Number Project Number C-91-387-09 CMM-9003 (263) This Agreement is made and entered into between the above local agency hereinafter referred to as the"LA"and the state of Illinois, acting by and through its Department of Transportation, hereinafter referred to as "STATE". The STATE and LA jointly propose to improve the designated location as described below. The improvement shall be constructed in accordance with plans approved by the STATE and the STATE's policies and procedures approved and/or required by the Federal Highway Administration hereinafter referred to as"FHWA". Location Local Name Dundee Road Route FAU 343 Length 1.79 mi Termini Ridge Road to Hunington Lane Current Jurisdiction Dundee Road -STATE Existing Structure No N/A Project Description Division of Cost Type of Work FHWA % STATE % LA % Total Participating Construction 408,169 ( 80 ) ( ) 102,042 ( 20 ) 510,211 Non-Participating Construction ( ) ( ) ( ) Preliminary Engineering ( ) ( ) ( ) Construction Engineering 48,000 ( 80 ) ( ) 12,000 ( 20 ) 60,000 Right of Way ( ) ( ) ( ) Railroads ( ) ( ) ( ) Utilities ( ) ( ) ( ) Materials TOTAL $ 456,169 $ $ 114,042 $ 570,211 'Maximum FHWA(CMAQ) Participtaion 80% not to exceed$456,169.12 NOTE: The costs shown in the Division of Cost table are approximate and subject to change. The final LA share is dependent on the final Federal and State participation. The actual costs will be used in the final division of cost for billing and reimbursment. If funding is not a percentage of the total, place an asterisk in the space provided for the percentage and explain above. The Federal share of construction engineering may not exceed 15%of the Federal share of the final construction cost. Local Agency Appropriation By execution of this Agreement, the LA is indicating sufficient funds have been set aside to cover the local share of the project cost and additional funds will be appropriated, if required, to cover the LA's total cost. Method of Financing (State Contract Work) METHOD A---Lump Sum (80%of LA Obligation) METHOD B--- Monthly Payments of METHOD C---LA's Share 20% divided by estimated total cost multiplied by actual progress payment. (See page two for details of the above methods and the financing of Day Labor and Local Contracts) Printed on 5/29/2012 Page 1 of 5 BLR 05310(01/06/12) Agreement Provisions THE LA AGREES: (1) To acquire in its name, or in the name of the state if on the state highway system, all right-of-way necessary for this project in accordance with the requirements of Titles II and III of the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, and established state policies and procedures. Prior to advertising for bids, the LA shall certify to the STATE that all requirements of Titles II and III of said Uniform Act have been satisfied. The disposition of encroachments, if any, will be cooperatively determined by representatives of the LA, and STATE and the FHWA, if required. (2) To provide for all utility adjustments, and to regulate the use of the right-of-way of this improvement by utilities, public and private, in accordance with the current Utility Accommodation Policy for Local Agency Highway and Street Systems. (3) To provide for surveys and the preparation of plans for the proposed improvement and engineering supervision during construction of the proposed improvement. (4) To retain jurisdiction of the completed improvement unless specified otherwise by addendum (addendum should be accompanied by a location map). If the improvement location is currently under road district jurisdiction, an addendum is required. (5) To maintain or cause to be maintained, in a manner satisfactory to the STATE and FHWA, the completed improvement, or that portion of the completed improvement within its jurisdiction as established by addendum referred to in item 4 above. (6) To comply with all applicable Executive Orders and Federal Highway Acts pursuant to the Equal Employment Opportunity and Nondiscrimination Regulations required by the U.S. Department of Transportation. (7) To maintain, for a minimum of 3 years after the completion of the contract, adequate books, records and supporting documents to verify the amounts, recipients and uses of all disbursements of funds passing in conjunction with the contract;the contract and all books, records and supporting documents related to the contract shall be available for review and audit by the Auditor General and the department; and the LA agrees to cooperate fully with any audit conducted by the Auditor General and the department; and to provide full access to all relevant materials. Failure to maintain the books, records and supporting documents required by this section shall establish a presumption in favor of the STATE for the recovery of any funds paid by the STATE under the contract for which adequate books, records and supporting documentation are not available to support their purported disbursement. (8) To provide if required,for the improvement of any railroad-highway grade crossing and rail crossing protection within the limits of the proposed improvement. (9) To comply with Federal requirements or possibly lose (partial or total) Federal participation as determined by the FHWA. (10) (State Contracts Only) That the method of payment designated on page one will be as follows: Method A- Lump Sum Payment. Upon award of the contract for this improvement, the LA will pay to the STATE, in lump sum, an amount equal to 80%of the LA's estimated obligation incurred under this Agreement, and will pay to the STATE the remainder of the LA's obligation (including any nonparticipating costs) in a lump sum, upon completion of the project based upon final costs. Method B- Monthly Payments. Upon award of the contract for this improvement, the LA will pay to the STATE, a specified amount each month for an estimated period of months,or until 80%of the LA's estimated obligation under the provisions of the Agreement has been paid, and will pay to the STATE the remainder of the LA's obligation (including any nonparticipating costs) in a lump sum, upon completion of the project based upon final costs. Method C - Progress Payments. Upon receipt of the contractor's first and subsequent progressive bills for this improvement, the LA will pay to the STATE, an amount equal to the LA's share of the construction cost divided by the estimated total cost, multiplied by the actual payment(appropriately adjusted for nonparticipating costs) made to the contractor until the entire obligation incurred under this Agreement has been paid. (11) (Day Labor or Local Contracts) To provide or cause to be provided all of the initial funding, equipment, labor, material and services necessary to construct the complete project. (12) (Preliminary Engineering) In the event that right-of-way acquisition for, or actual construction of the project for which this preliminary engineering is undertaken with Federal participation is not started by the close of the tenth fiscal year following the fiscal year in which this agreement is executed, the LA will repay the STATE any Federal funds received under the terms of this Agreement. (13) (Right-of-Way Acquisition) In the event that the actual construction of the project on this right-of-way is not undertaken by the close of the twentieth fiscal year following the fiscal year in which this Agreement is executed, the LA will repay the STATE any Federal Funds received under the terms of this Agreement. Printed on 5/29/2012 Page 2 of 5 BLR 05310(01/06/12) (14) (Railroad Related Work Only) The estimates and general layout plans for at-grade crossing improvements should be forwarded to the Rail Safety and Project Engineer, Room 204, Illinois Department of Transportation,2300 South Dirksen Parkway, Springfield, Illinois, 62764. Approval of the estimates and general layout plans should be obtained prior to the commencement of railroad related work. All railroad related work is also subject to approval be the Illinois Commerce Commission (ICC). Final inspection for railroad related work should be coordinated through appropriate IDOT District Bureau of Local Roads and Streets office. Plans and preemption times for signal related work that will be interconnected with traffic signals shall be submitted to the ICC for review and approval prior to the commencement of work. Signal related work involving interconnects with state maintained traffic signals should also be coordinated with the IDOT's District Bureau of Operations. The LA is responsible for the payment of the railroad related expenses in accordance with the LA/railroad agreement prior to requesting reimbursement from IDOT. Requests for reimbursement should be sent to the appropriate IDOT District Bureau of Local Roads and Streets office. Engineer's Payment Estimates in accordance with the Division of Cost on page one. (15) And certifies to the best of its knowledge and belief its officials: (a) are not presently debarred, suspended, proposed for debarment,declared ineligible or voluntarily excluded from covered transactions by any Federal department or agency; (b) have not within a three-year period preceding this Agreement been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain or performing a public (Federal, State or local)transaction or contract under a public transaction;violation of Federal or State antitrust statutes or commission of embezzlement, theft,forgery, bribery, falsification or destruction of records, making false statements receiving stolen property; (c) are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State, local)with commission of any of the offenses enumerated in item (b)of this certification; and (d) have not within a three-year period preceding the Agreement had one or more public transactions (Federal, State, local) terminated for cause or default. (16) To include the certifications, listed in item 15 above and all other certifications required by State statutes, in every contract, including procurement of materials and leases of equipment. (17) (State Contracts) That execution of this agreement constitutes the LA's concurrence in the award of the construction contract to the responsible low bidder as determined by the STATE. (18) That for agreements exceeding$100,000 in federal funds, execution of this Agreement constitutes the LA's certification that: (a) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress or any employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any cooperative agreement, and the extension, continuation, renewal, amendment or modification of any Federal contract, grant, loan or cooperative agreement; (b) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress or an employee of a Member of Congress, in connection with this Federal contract,grant, loan or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying", in accordance with its instructions; (c) The LA shall require that the language of this certification be included in the award documents for all subawards at all ties (including subcontracts,subgrants and contracts under grants, loans and cooperative agreements)and that all subrecipients shall certify and disclose accordingly. (19) To regulate parking and traffic in accordance with the approved project report. (20) To regulate encroachments on public right-of-way in accordance with current Illinois Compiled Statutes. (21) To regulate the discharge of sanitary sewage into any storm water drainage system constructed with this improvement in accordance with current Illinois Compiled Statutes. (22) That the LA may invoice the STATE monthly for the FHWA and/or STATE share of the costs incurred for this phase of the improvement. The LA will submit supporting documentation with each request for reimbursement from the STATE. Supporting documentation is defined as verification of payment,certified time sheets, vendor invoices, vendor receipts, and other documentation supporting the requested reimbursement amount. (23) To complete this phase of the project within three years from the date this agreement is approved by the STATE if this portion of the project described in the Project Description does not exceed $1,000,000 (five years if the project costs exceed$1,000,000). (24) Upon completion of this phase of the improvement, the LA will submit to the STATE a complete and detailed final invoice with all applicable supporting supporting documentation of all incurred costs, less previous payments, no later than one year from the date of completion of this phase of the improvement. If a final invoice is not received within one year of completion of this phase of the improvement, the most recent invoice may be considered the final invoice and the obligation of the funds closed. Printed on 5/29/2012 Page 3 of 5 BLR 05310(01/06/12) (25) (Single Audit Requirements) That if the LA expends$500,000 or more a year in federal financial assistance they shall have an audit made in accordance with the Office of Management and Budget(OMB) Circular No.A-133. LA's that expend less than $500,000 a year shall be exempt from compliance. A copy of the audit report must be submitted to the STATE with 30 days after the completion of the audit, but no later than one year after the end of the LA's fiscal year. The CFDA number for all highway planning and construction activities is 20.205. (26) That the LA is required to register with the Central Contractor Registration (CCR), which is a web-enabled government-wide application that collects, validates,stores, and disseminates business information about the federal government's trading partners in support of the contract award and the electronic payment processes. If you do not have a CCR number,you must register at httos://www.bgn.00v/ccr. If the LA, as a sub-recipient of a federal funding, receives an amount equal to or greater than$25,000 (or which equals or exceeds that amount by addition of subsequent funds), this agreement is subject to the following award terms: httf .//edocket.access.gpo.aov/2010/pdf/2010-22705.pdf and httf .//edocket.access.gpo.00v/2010/Qdf/2010-22706.Qdf. THE STATE AGREES: (1) To provide such guidance, assistance and supervision and to monitor and perform audits to the extent necessary to assure validity of the LA's certification of compliance with Titles II and III requirements. (2) (State Contracts) To receive bids for the construction of the proposed improvement when the plans have been approved by the STATE (and FHWA, if required) and to award a contract for construction of the proposed improvement, after receipt of a satisfactory bid. (3) (Day Labor) To authorize the LA to proceed with the construction of the improvement when Agreed Unit Prices are approved and to reimburse the LA for that portion of the cost payable from Federal and/or State funds based on the Agreed Unit Prices and Engineer's Payment Estimates in accordance with the Division of Cost on page one. (4) (Local Contracts) That for agreements with Federal and/or State funds in engineering, right-of-way, utility work and/or construction work: (a) To reimburse the LA for the Federal and/or State share on the basis of periodic billings, provided said billings contain sufficient cost information and show evidence of payment by the LA; (b) To provide independent assurance sampling, to furnish off-site material inspection and testing at sources normally visited by STATE inspectors of steel,cement, aggregate, structural steel and other materials customarily tested by the STATE. IT IS MUTUALLY AGREED: (1) Construction of the project will utilize domestic steel as required by Section 106.01 of the current edition of the Standard Specifications for Road and Bridge Construction. (2) That this Agreement and the covenants contained herein shall become null and void in the event that the FHWA does not approve the proposed improvement for Federal-aid participation or the contract covering the construction work contemplated herein is not awarded within three years of the date of execution of this Agreement. (3) This Agreement shall be binding upon the parties, their successors and assigns. (3) For contracts awarded by the LA, the LA shall not discriminate on the basis of race,color, national origin or sex in the award and performance of any USDOT—assisted contract or in the administration of its DBE program or the requirements of 49 CFR part 26. The LA shall take all necessary and reasonable steps under 49 CFR part 26 to ensure nondiscrimination in the award and administration of USDOT—assisted contracts. The LA's DBE program, as required by 49 CFR part 26 and as approved by USDOT, is incorporated by reference in this Agreement. Upon notification to the recipient of its failure to carry out its approved program, the department may impose sanctions as provided for under part 26 and may, in appropriate cases, refer the matter for enforcement under 18 U.S.C. 1001 and/or the Program Fraud Civil Remedies Act of 1986 (31 U.S.C. 3801 et seq.). In the absence of a USDOT—approved LA DBE Program or on State awarded contracts, this Agreement shall be administered under the provisions of the STATE's USDOT approved Disadvantaged Business Enterprise Program. (4) In cases where the STATE is reimbursing the LA, obligations of the STATE shall cease immediately without penalty or further payment being required if, in any fiscal year,the Illinois General Assembly or applicable Federal Funding source fails to appropriate or otherwise make available funds for the work contemplated herein. (5) All projects for the construction of fixed works which are financed in whole or in part with funds provided by this Agreement and/or amendment shall be subject to the Prevailing Wage Act(820 ILCS 130/0.01 et sea.) unless the provisions of that Act exempt its application Printed on 5/29/2012 Page 4 of 5 BLR 05310(01/06/12) ADDENDA Additional information and/or stipulations are hereby attached and identified below as being a part of this Agreement. Number 1 Location Mao (Insert addendum numbers and titles as applicable) The LA further agrees, as a condition of payment, that it accepts and will comply with the applicable provisions set forth in this Agreement and all exhibits indicated above. APPROVED APPROVED Local Agency State of Illinois Department of Transportation Name of Official (Print or Type Name) Ann L.Schneider,Secretary of Transportation Date By: Title (County Board Chairperson/Mayor/Village President/etc.) (Delegate's Signature) (Delegate's Name-Printed) (Signature) Date The above signature certifies the agency's TIN number is William R. Frey,Interim Director of Highways/Chief Engineer Date conducting business as a Governmental Entity. DUNS Number Ellen J.Schanzle-Haskins,Chief Counsel Date Matthew R. Hughes, Director of Finance and Administration Date NOTE: If signature is by an APPOINTED official, a resolution authorizing said appointed official to execute this agreement is required. Printed on 5/29/2012 Page 5 of 5 BLR 05310(01/06/12) ' Resolution No. 2012- : A Resolution Approving an Agreement to Provide Professional Engineering 10-D Construction Services for the Dundee Road Sidewalk/Bikeway Improvement .................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Recommendation of Action Staff recommends approval. ..................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Budget Impact Fund/Account Budget Notes $11,998 511-4693 An 80%Federal grant will cover remainder of engineering costs, this represents the Village's 20%portion. Overview Approval is recommended to authorize execution of a professional engineering services agreement for the Dundee Road SidewalkBikepath Improvement. This action is consistent with purchasing practices and bid waivers. A bid waiver is requested as the recommended engineering firm, Burns &McDonnell has been engaged by the Village to undertake and complete the design and bidding efforts and it is recommended that they continue with construction engineering efforts due to their familiarity with the project. The coordination of the Dundee Road Sidewalk/Bikepath Improvement with the same firm will provide for efficiencies in the performance of the project. The Agreement provides for the required engineering and inspections for the project for a cost of $11,998.36 which represents the Village's 20%share of a total engineering services agreement in the amount of$59,991.78. The remaining 80%will be covered by the Congestion Mitigation and Air Quality (CMAQ) Grant. Next Steps Also on this evening's agenda is a resolution covering the Intergovernmental Grant Funding Agreement with IDOT. Following bidding by the State, construction will proceed. Prior Actions Resolution 2009-30: "A Resolution Approving a Preliminary Engineering Services Agreement Involving Federal Participation in Preliminary Engineering Services for the Dundee Road Streetscaping Improvement"was previously approved by the Village Board. Attachments Res Agreement 2012 CES.pdf Trustee Liaison Staff Contact Trustee Stein Gregory P Boysen,Public Works Monday, June 4, 2012 Consent Agenda: Ordinances and Resolutions - Item : 10-D RESOLUTION NO. 2012- A RESOLUTION APPROVING AN AGREEMENT TO PROVIDE PROFESSIONAL ENGINEERING CONSTRUCTION SERVICES FOR THE DUNDEE ROAD SIDEWALK/BIKEWAY IMPROVEMENT WHEREAS, the Village of Buffalo Grove is a Home Rule Unit pursuant to the Illinois Constitution of 1970; and, WHEREAS, the Village desires to adopt an agreement for the provision of necessary professional engineering construction services for the Dundee Road Sidewalk/Bikeway Improvement; NOW, THEREFORE, BE IT RESOLVED BY THE PRESIDENT AND BOARD OF TRUSTEES OF THE VILLAGE OF BUFFALO GROVE, LAKE AND COOK COUNTIES, ILLINOIS as follows: Section 1: The attached agreement entitled "Construction Engineering Services Agreement for Federal Participation" concerning the Dundee Road Sidewalk/Bikeway Improvement is hereby approved. Section 2: The Village President is hereby authorized and directed to execute the agreement. A copy of said agreement is attached hereto and made a part hereof. AYES: NAYES: ABSENT: PASSED: , 2012 APPROVED: 12012 Approved: Village President ATTEST: Village Clerk GAMI)IRGRP\LHC\Dundee Rd StieetscapeARes 2012 CES.docx Local Agency Consultant Village of Buffalo Grove L 11WXAS Department Burns & McDonnell p of Transportation C County C p Address Cook A N 1431 O us Place Section L S City Do Project No. A Construction Engineering L Job No. G e r rove Services Agreement For T Zip Code C- 1-3 7- E Federal Participation A IS Contact Name/Phone/E-mail Address N P N Contact Name/Phone/E-mail Address Greg Boysen, P.E./847-459-2547 C T Anthony J Bryant, P.E./630-724-3283 gboysen@vbg.org Y abryant@burnsmcd.com THIS AGREEMENT is made and entered into this day of March , 2012 between the above Local Agency(LA)and Consultant(ENGINEER) and covers certain professional engineering services in connection with the PROJECT described herein. Federal-aid funds allotted to the LA by the state of Illinois under the general supervision of the Illinois Department of Transportation(STATE)will be used entirely or in part to finance engineering services as described under AGREEMENT PROVISIONS, WHEREVER IN THIS AGREEMENT or attached exhibits the following terms are used, they shall be interpreted to mean: Regional Engineer Deputy Director Division of Highways, Regional Engineer, Department of Transportation Resident Construction Supervisor Authorized representative of the LA in immediate charge of the engineering details of the PROJECT In Responsible Charge A full time LA employee authorized to administer inherently governmental PROJECT activities Contractor Company or Companies to which the construction contract was awarded Project Description Name Dundee Road Route FAP 343 Length 1.79 mi Structure No. N/A Termini Ridge Road to Huntington Lane Description: Project entails removal of existing sidewalk and construction of an 8-foot wide multi-use path. Other items associated with the project are driveway aprons, detectable warnings, curb and gutter and landscape restoration. Agreement Provisions I. THE ENGINEER AGREES, 1. To perform or be responsible for the performance of the engineering services for the LA, in connection with the PROJECT hereinbefore described and checked below: ® a. Proportion concrete according to applicable STATE Bureau of Materials and Physical Research (BMPR)Quality Control/Quality Assurance (QC/QA)training documents or contract requirements and obtain samples and perform testing as noted below. ® b. Proportion hot mix asphalt according to applicable STATE BMPR QC/QA training documents and obtain samples and perform testing as noted below. ® c. For soils, to obtain samples and perform testing as noted below. ® d. For aggregates, to obtain samples and perform testing as noted below. NOTE: For la.through 1d. the ENGINEER is to obtain samples for testing according to the STATE BMPR"Project Procedures Guide", or as indicated in the specifications, or as attached herein by the LA; test according to the STATE BMPR "Manual of Test Procedures for Materials", submit STATE BMPR inspection reports; and verify compliance with contract specifications. Page 1 of 8 BLR 05611 (Rev.01/10/12) Printed on 4/4/2012 4:06:48 PM ® e. Inspection of all materials when inspection is not provided at the sources by the STATE BMPR, and submit inspection reports to the LA and the STATE in accordance with the STATE BMPR"Project Procedures Guide"and the policies of the STATE. ❑ f. For Quality Assurance services, provide personnel who have completed the appropriate STATE BMPR QC/QA trained technician classes. ® g. Inspect,document and inform the LA employee In Responsible Charge of the adequacy of the establishment and maintenance of the traffic control. ❑ h. Geometric control including all construction staking and construction layouts. ® i. Quality control of the construction work in progress and the enforcement of the contract provisions in accordance with the STATE Construction Manual. ® j. Measurement and computation of pay items. ® k. Maintain a daily record of the contractor's activities throughout construction including sufficient information to permit verification of the nature and cost of changes in plans and authorized extra work. ® I. Preparation and submission to the LA by the required form and number of copies, all partial and final payment estimates,change orders, records, documentation and reports required by the LA and the STATE. ® m. Revision of contract drawings to reflect as built conditions. ® n. Act as resident construction supervisor and coordinate with the LA employee In Responsible Charge. 2. Engineering services shall include all equipment, instruments, supplies, transportation and personnel required to perform the duties of the ENGINEER in connection with the AGREEMENT. 3. To furnish the services as required herein within twenty-four hours of notification by the LA employee In Responsible Charge. 4. To attend meetings and visit the site of the work at any reasonable time when requested to do so by representatives of the LA or STATE. 5. That none of the services to be furnished by the ENGINEER shall be sublet, assigned or transferred to any other party or parties without the written consent of the LA. The consent to sublet,assign or otherwise transfer any portion of the services to be furnished by the ENGINEER shall not be construed to relieve the ENGINEER of any responsibility for the fulfillment of this AGREEMENT. 6. The ENGINEER shall submit invoices, based on the ENGINEER's progress reports,to the LA employee In Responsible Charge, no more than once a month for partial payment on account for the ENGINEER's work completed to date. Such invoices shall represent the value, to the LA of the partially completed work, based on the sum of the actual costs incurred, plus a percentage (equal to the percentage of the construction engineering completed)of the fixed fee for the fully completed work. 7. That the ENGINEER is qualified technically and is entirely conversant with the design standards and policies applicable to improvement of the SECTION; and that the ENGINEER has sufficient properly trained, organized and experienced personnel to perform the services enumerated herein. 8. That the ENGINEER shall be responsible for the accuracy of the ENGINEER's work and correction of any errors, omissions or ambiguities due to the ENGINEER'S negligence which may occur either during prosecution or after acceptance by the LA. Should any damage to persons or property result from the ENGINEER's error, omission or negligent act,the ENGINEER shall indemnify the LA, the STATE and their employees from all accrued claims or liability and assume all restitution and repair costs arising from such negligence. The ENGINEER shall give immediate attention to any remedial changes so there will be minimal delay to the contractor and prepare such data as necessary to effectuate corrections, in consultation with and without further compensation from the LA. 9. That the ENGINEER will comply with applicable federal statutes, state of Illinois statutes, and local laws or ordinances of the LA. 10. The undersigned certifies neither the ENGINEER nor I have: a) employed or retained for commission, percentage, brokerage, contingent fee or other considerations, any firm or person (other than a bona fide employee working solely for me or the above ENGINEER)to solicit or secure this AGREEMENT; Page 2 of 8 BLR 05611 (Rev. 01/10/12) Printed on 4/4/2012 4:06:48 PM b) agreed, as an express or implied condition for obtaining this AGREEMENT, to employ or retain the services of any firm or person in connection with carrying out the AGREEMENT or c) paid, or agreed to pay any firm, organization or person (other than a bona fide employee working solely for me or the above ENGINEER)any fee, contribution, donation or consideration of any kind for, or in connection with, procuring or carrying out the AGREEMENT. d) are not presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from covered transactions by any Federal department or agency; e) have not within a three-year period preceding the AGREEMENT been convicted of or had a civil judgment rendered against them for commission of fraud or criminal offense in connection with obtaining, attempting to obtain or performing a public (Federal, State or local)transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements or receiving stolen property; f) are not presently indicted for or otherwise criminally or civilly charged by a government entity(Federal, State or local)with commission of any of the offenses enumerated in paragraph (e) of this certification; and g) have not within a three-year period preceding this AGREEMENT had one or more public transactions(Federal, State or local) terminated for cause or default. 11. To pay its subconsultants for satisfactory performance no later than 30 days from receipt of each payment from the LA. 12. To submit all invoices to the LA within one year of the completion of the work called for in this AGREEMENT or any subsequent Amendment or Supplement. 13. To submit BLR 05613, Engineering Payment Report,to the STATE upon completion of the work called for in the AGREEMENT. 14. To be prequalified with the STATE in Construction Inspection when the ENGINEER or the ENGINEER's assigned staff is named as resident construction supervisor. The onsite resident construction supervisor shall have a valid Documentation of Contract Quantities certification. 15. Will provide, as required,project inspectors that have a valid Documentation of Contract Quantities certification. II. THE LA AGREES, 1. To furnish a full time LA employee to be In Responsible Charge authorized to administer inherently governmental PROJECT activities. 2. To furnish the necessary plans and specifications. 3. To notify the ENGINEER at least 24 hours in advance of the need for personnel or services. 4. To pay the ENGINEER as compensation for all services rendered in accordance with this AGREEMENT, on the basis of the following compensation formulas.- Cost Plus Fixed Fee Formulas ❑ FF = 14.5%[DL+ R(DL) +OH(DL) + IHDC], or ® FF = 14.5%[(2.3+ R)DL+ IHDC] Where: DL= Direct Labor IHDC= In House Direct Costs OH =Consultant Firm's Actual Overhead Factor R = Complexity Factor FF=Fixed Fee SBO = Services by Others Total Compensation=DL+IHDC+OH+FF+SBO Specific Rate ❑ (Pay per element) Lump Sum ❑ Page 3 of 8 BLR 05611 (Rev.01/10/12) Printed on 4/4/2012 4:06:48 PM 5. To pay the ENGINEER using one of the following methods as required by 49 CFR part 26 and 605 ILCS 5/5-409: ❑ With Retainage a) For the first 50%of completed work, and upon receipt of monthly invoices from the ENGINEER and the approval thereof by the LA, monthly payments for the work performed shall be due and payable to the ENGINEER, such payments to be equal to 90% of the value of the partially completed work minus all previous partial payments made to the ENGINEER. b) After 50%of the work is completed, and upon receipt of monthly invoices from the ENGINEER and the approval thereof by the LA, monthly payments covering work performed shall be due and payable to the ENGINEER, such payments to be equal to 95% of the value of the partially completed work minus all previous partial payments made to the ENGINEER. c) Final Payment—Upon approval of the work by the LA but not later than 60 days after the work is completed and reports have been made and accepted by the LA and the STATE, a sum of money equal to the basic fee as determined in this AGREEMENT less the total of the amounts of partial payments previously paid to the ENGINEER shall be due and payable to the ENGINEER. ® Without Retainage a) For progressive payments—Upon receipt of monthly invoices from the ENGINEER and the approval thereof by the LA, monthly payments for the work performed shall be due and payable to the ENGINEER, such payments to be equal to the value of the partially completed work minus all previous partial payments made to the ENGINEER. b) Final Payment—Upon approval of the work by the LA but not later than 60 days after the work is completed and reports have been made and accepted by the LA and STATE, a sum of money equal to the basic fee as determined in this AGREEMENT less the total of the amounts of partial payments previously paid to the ENGINEER shall be due and payable to the ENGINEER. 6. The recipient shall not discriminate on the basis on the basis of race, color, national origin or sex in the award and performance of any DOT-assisted contract or in the administration of its DBE program or the requirements of 49 CFR part 26. The recipient shall take all necessary and reasonable steps under 49 CFR part 26 to ensure nondiscrimination in the award and administration of DOT- assisted contracts. The recipient's DBE program, as required by 49 CFR part 26 and as approved by DOT, is incorporated by reference in this agreement. Implementation of this program is a legal obligation and failure to carry out its terms shall be treated as violation of this agreement. Upon notification to the recipient of its failure to carry out its approved program,the Department may impose sanctions as provided for under part 26 and may, in appropriate cases, refer the matter for enforcement under 18 U.S.C. 1001 and/or the Program Fraud Civil Remedies Act of 1986(31 U.S.C. 3801 et seq.). 7. To submit approved form BC 775(Exhibit C)and BC 776 (Exhibit D)with this AGREEMENT. Ill. It is Mutually Agreed, 1. That the ENGINEER and the ENGINEER's subcontractors will maintain all books, documents, papers, accounting records and other evidence pertaining to cost incurred and to make such materials available at their respective offices at all reasonable times during the AGREEMENT period and for three years from the date of final payment under this AGREEMENT,for inspection by the STATE, Federal Highway Administration or any authorized representatives of the federal government and copies thereof shall be furnished if requested. 2. That all services are to be furnished as required by construction progress and as determined by the LA employee In Responsible Charge. The ENGINEER shall complete all services specified herein within a time considered reasonable to the LA, after the CONTRACTOR has completed the construction contract. 3. That all field notes,test records and reports shall be turned over to and become the property of the LA and that during the performance of the engineering services herein provided for,the ENGINEER shall be responsible for any loss or damage to the documents herein enumerated while they are in the ENGINEER's possession and any such loss or damage shall be restored at the ENGINEER's expense. 4. That this AGREEMENT may be terminated by the LA upon written notice to the ENGINEER, at the ENGINEER's last known address, with the understanding that should the AGREEMENT be terminated by the LA, the ENGINEER shall be paid for any services completed and any services partially completed. The percentage of the total services which have been rendered by the ENGINEER shall be mutually agreed by the parties hereto. The fixed fee stipulated in numbered paragraph 4d of Section II shall be multiplied by this percentage and added to the ENGINEER's actual costs to obtain the earned value of work performed. All field notes, test records and reports completed or partially completed at the time of termination shall become the property of, and be delivered to, the LA. 5. That any differences between the ENGINEER and the LA concerning the interpretation of the provisions of this AGREEMENT shall be referred to a committee of disinterested parties consisting of one member appointed by the ENGINEER, one member appointed by the LA, and a third member appointed by the two other members for disposition and that the committee's decision shall be final. 6. That in the event the engineering and inspection services to be furnished and performed by the LA(including personnel furnished by the ENGINEER) shall, in the opinion of the STATE be incompetent or inadequate, the STATE shall have the right to supplement the engineering and inspection force or to replace the engineers or inspectors employed on such work at the expense of the LA. Page 4 of 8 BLR 05611 (Rev. 01/10/12) Printed on 4/4/2012 4:06:48 PM 7. That the ENGINEER has not been retained or compensated to provide design and construction review services relating to the contractor's safety precautions, except as provided in numbered paragraph 1f of Section I. 8. This certification is required by the Drug Free Workplace Act(301LCS 580). The Drug Free Workplace Act requires that no grantee or contractor shall receive a grant or be considered for the purpose of being awarded a contract for the procurement of any property or service from the State unless that grantee or contractor will provide a drug free workplace. False certification or violation of the certification may result in sanctions including, but not limited to, suspension of contract or grant payments,termination of a contract or grant and debarment of contracting or grant opportunities with the State for at least one(1)year but no more than five (5)years. For the purpose of this certification,"grantee"or"contractor"means a corporation,partnership or other entity with twenty-five(25) or more employees at the time of issuing the grant, or a department, division or other unit thereof, directly responsible for the specific performance under a contract or grant of$5,000 or more from the State, as defined in the Act. The contractor/grantee certifies and agrees that it will provide a drug free workplace by: (a) Publishing a statement: (1) Notifying employees that the unlawful manufacture, distribution, dispensing, possession or use of a controlled substance, including cannabis, is prohibited in the grantee's or contractor's workplace. (2) Specifying the actions that will be taken against employees for violations of such prohibition. (3) Notifying the employee that, as a condition of employment on such contract or grant,the employee will: (A) abide by the terms of the statement; and (B) notify the employer of any criminal drug statute conviction for a violation occurring in the workplace no later than five(5) days after such conviction. (b) Establishing a drug free awareness program to inform employees about: (1) the dangers of drug abuse in the workplace; (2) the grantee's or contractor's policy of maintaining a drug free workplace; (3) any available drug counseling, rehabilitation and employee assistance program; and (4) the penalties that may be imposed upon an employee for drug violations. (c) Providing a copy of the statement required by subparagraph(a)to each employee engaged in the performance of the contract or grant and to post the statement in a prominent place in the workplace. (d) Notifying the contracting or granting agency within ten (10)days after receiving notice under part(B)of paragraph (3) of subsection (a) above from an employee or otherwise receiving actual notice of such conviction. (e) Imposing a sanction on, or requiring the satisfactory participation in a drug abuse assistance or rehabilitation program by, any employee who is convicted, as required by section S of the Drug Free Workplace Act. (f) Assisting employees in selecting a course of action in the event drug counseling, treatment and rehabilitation is required and indicating that a trained referral team is in place. (g) Making a good faith effort to continue to maintain a drug free workplace through implementation of the Drug Free Workplace Act. 9. The ENGINEER or subconsultant shall not discriminate on the basis of race, color, national origin or sex in the performance of this AGREEMENT. The ENGINEER shall carry out applicable requirements of 49 CFR part 26 in the administration of DOT-assisted contracts. Failure by the ENGINEER to carry out these requirements is a material breach of this AGREEMENT,which may result in the termination this AGREEMENT or such other remedy as the LA deems appropriate. Page 5 of 8 BLR 05611 (Rev.01/10/12) Printed on 4/4/2012 4:06:48 PM Agreement Summary Prime Consultant.- _ TIN Number Agreement Amount Burns &McDonnell 43-0956142 52056 Sub-Consultants: TIN Number A reement Amount STATE Testing, LLC 7935 Sub-Consultant Total: 7935 Prime Consultant Total: =2056Total for all Work: 78 Executed by the LA: Village of Buffalo Grove (Municipality/Township/County) ATTEST: By: By: Clerk Title: (SEAL) Executed by the ENGINEE ' Burns& McDonnell ATTEST/ �• �--' r / " By: By; Title: Senior Civil n ' eer Title: Associate Page 6 of 8 BLR 05611 (Rev. 01/10/12) Printed on 4/4/2012 4:06:48 PM _ 00 0 Oo O O to fC r- 00 (n O .L0 tom.LO 00 O c-- o o M O LO � N O j O ice• N ti O m Q0 'IT� O _ CY) I O Ln - +C-+ 69 C N `n p N co O LL LO .a U- O O �t 00 C3)ID m C "(� C O o � � M00 .- M 61) d Z U O O : N A- U f0 tl m N c�0 M x M 0V � CD o LO (o a" E a) = L cD V iE Q U U 0 O N 0 0 0 0 N d y O V t m O L6 LO M (n M O O O r- O O O O C CD 4) a C C L 00 00 W 00 c O N coo 'q' 00 LO > c v O p -- m 0o 00 0o (� 00 Cl) N c-- M (7 M N (O 00 N L it N _ N O Q UJ o o O M x Q a (Do ((D rr ITC x =W M 66 _ QU O +2 = Q <a M o = CL M 00 co (M co + + 'It N M "T N J J M Q Q _ O ay. O o O p O O o �p + M '� = 0o (D (o LO a) y O N M CO 00 00 co c \ V a O � O (D a) � U O O Q = p � N C1 U <( U N a to fn to _m j O O O W J M O C O O C O "mL6p � Q) NV NW � a) W N .gm 0) g 00 C U) cc co Cn Q m "c OO M O O00 q O O U Y rn LL 4— L. VoC) U � � N Cl) LL N R O p Z co It Q) oN Z d a ZJ U Q £ a) N o O p N p O X X p_ � p p O a>c CrJ COCL -) U U- LLCnJ 0W Exhibit B Illinois Department Engineering Payment Report of Transportation Prime Consultant Name Burns & McDonnell Address 1431 Opus Place Telephone 630-724-3283 TIN Number Project Information Local Agency Village of Buffalo Grove Section Number 08-00095-00-SW Project Number CMM-9003 (263) Job Number C-91-387-09 This form is to verify the amount paid to the Sub-consultant on the above captioned contract. Under penalty of law for perjury or falsification, the undersigned certifies that work was executed by the Sub-consultant for the amount listed below. Sub-Consultant Name TIN Number Actual Payment from Prime STATE Testing, LLC Sub-Consultant Total: Prime Consultant Total: Total for all Work Completed: Signature and title of Prime Consultant Date Note: The Department of Transportation is requesting disclosure of information that is necessary to accomplish the statutory purpose as outlined under state and federal law. Disclosure of this information is REQUIRED and shall be deemed as concurring with the payment amount specified above. Page 8 of 8 BLR 05613(Rev. 01/10/12) Printed on 4/4/2012 4:06:48 PM Award of Bid: 2012 Street Light Maintenance Contract 10-E .................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Recommendation of Action Staff recommends approval. ..................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Budget Impact Fund/Account Budget Notes $206,000 451-3913 Street Light Maintenance Overview The Village Board authorized staff to solicit sealed bids for the 2012 Street Light Maintenance Contract. A bid opening was held on Wednesday, May 23, 2012 at 10:00 a.m., at which time the bids were opened and read publicly. Staff reviewed the proposals submitted by three contractors. A copy of the bid tabulation is attached for reference. The low bid submitted by Aldridge Electric, Inc. complies with Village specifications. Aldridge Electric, Inc. has held the contract work in the Village for the previously bid 3-year period. The company's performance has been very good. Staff recommends that the Village President and Board of Trustees authorize staff to execute a maintenance contract with Aldridge Electric, Inc., the low bidder. Staff will then continue to monitor the response and quality of work for the upcoming first year of the 3- year period which would begin June 7, 2012. Extension of any contract beyond the first year will be based on the performance of Aldridge Electric, Inc. during this period. Staff will provide the Village President and Board of Trustees with an evaluation of the contractor's performance and a recommendation at the end of this first year contract period for the optional contract extension. This work will be done within the 2012 approved budget amount of$206,000. The contract allows the Village to request as little as 0%or as much as 200%of the contract amounts,therefore, staff will monitor expenditures to remain under the 2012 budget amount. Next Steps Staff will work to execute a contract with Aldridge Electric, Inc. Prior Actions Village Board authorized bidding. Anticipated Future Board Actions At completion of the first contract year, Staff will evaluate contractor performance and provide a recommendation regarding approval of a 2nd Year Option. Attachments StreetLight-B idTab-2012.pdf Trustee Liaison Staff Contact Trustee Stein Gregory P Boysen, Monday, 2...........June J u. ...4...... .0.1.2..............................................................................................................................Consent..Agenda: .....Unfinished ....B.u.s.'.n.ess..._...Ite.m........1.0-E.......... VILLAGE OF BUFFALO GROVE ' Fifty Raupp Blvd. Buffalo Grove,IL 60089-2100 Phone 847-459-2500 Fax 847-459-0332 To: President and Board of Trustees From: Jane Olson Subject: Bid Opening - 2012 Street Light Maintenance Date: May 25, 2012 On May 25, 2012 at the Village of Buffalo Grove Village Hall, 50 Raupp Boulevard, the bid opening was held reference the above stated bid. The following people were in attendance Tom Talbot, Meade. Jim Jennings, Aldridge Electric; Robert Hallahan, H & H Electric; Mike Skibbe, Village of Buffalo Grove; Jane Olson, Deputy Village Clerk. Bidder Bid Bid Bond Meade $257,927.50 Yes 9550 W. 55th Street McCook, IL 60525 H & H Electric $349,263.00 Yes 2830 Commerce Street Franklin Park, IL 60131 Aldridge Electric $231,201.50 Yes 844 E. Rockland Rd. Libertyville, IL 60048 Bids will be reviewed and a recommendation will be forthcoming. JQ4 Olson, Deputy Village Clerk Streeflighting Maintenance Bid Tab May 23,2012 4iar,oholw2 jAldfidge Bid jUvadO,Bid IH&H Elect.Bid Unit, Unit Total Unit To" I Unit Total Description Unit Qnanfity (;06t cost cost - cost - cost cost cost LABOR I.J.um,vman Perhour l000 $17,72 $80.00 $80,000.00 $$9aN) $$HAwOAw $10790 $Im900.o0 SU1111 I'AI.-LABOR $A0,000.00 $$'4,001IA(I $107,90JAW B UIPMBNT I.Utility truck Per hour 5001 $21.80 52200 $11 p00.o0 $;i1101) '$1135wQ.1w 56D0 53D00.00 2.Pole Set truck Per hour 200 $4S,711 $4300 $8,600.00 $$9:4w $91600.1w $4200 $8.400.00 3.Aerial truck Per hour 350 i $4S,711 $37E0 $12.950.00 $$S'4w $12,2504w $4200 $14.700.00 4.Buckh,e Per hour 50 ' $21L00 $2 2 D 0 $1.100.00 $mm) 'T000.1w Who $300.00 5.An"- Per hour 20 $9.6$ $5.00 $100.00 $2,5,05 $500Aw Who $120.00 6.Irench,r Per hour 20 $32.$(i $10.00 $200.7 $10d?) $NK)i t $140 $48.00 7.Directional B,h-Ri" Per hour 20 ' $77,25 $45E0 $goo.00 $;35,#w '$1,5(x).1w $10200 $2.040.00 S.Arrow Board truck/trailer Per hour 150i $16,49 $I8.00 $2.700.00 $1S:4w $2,250AN} $4.80 $720.00 SUB'I'o'I'AL-EQUIPMENT $37,550ml $29,328AW MATERIALS 1.7owHPsLam Each 5 $9,5 $12.50 $62.50 $1000, 17aNt $15A0 $77E0 2.1oow HPs m E,h o $1v�1[ 4.zo $710.00 $1 L(w $550.0 40 $770.001 3.250W UPS hump Each 50 $9,53 $13.00 $650.00 $1000, '$500.0 $1290 $645.0) 4.31owUPSLam Each 5� $9.27s $12.00 sbo.00 � $1-04V $504V $n.6o s8s.o0 7 TRII"UPS m Each $9,50 $12.00 sbo.00 $Ioly $oANt $16.60 $83.00 6.Ph..Ce11 Each 150 $$.2'4 $14A0 $2.160.00 $10.40, $1775.1w $2890 $4.335E(0 z1"niter Each 5i $27,10 $36.50 $182.50 $30a0, '$1150aN0, $1890 $94.50 S UPS Bull- Gash 50i $74,I( $105D0 $5.250.00 ;$ROAw $4A00o.1w $10TIO $5.355E(0 9.Fuss H,E, Each 50 $15AS $15.50 $775.00 313-oo ;$tr51)aNt $4.So $240.7 10.Fuse Each 100 $7,21 $7.50 $750.00 $3.4w SAVN DQ $5E0 $500.00 11.SD-1-1329-V and.]Shield (Style 1)Fixtum(70W)[Exhibit N..6051 Each 5 !i412J)o $110.00 $550.00 $131.0f) $ti7S.4w $1.72430 $8.62L50 12.SDI 1329-1-Vandal Shield (Style 1)Fixtun,(IOOW)[Exhibit No.6051 Each 101 !i412J)o $440.00 $4.400.00 $13$,0f) $1,350.10 $1.72430 $1724300 13.SD-1-1327(Sty],4)Fixture (250W)[Exhibit No.6021 Each 101 $4120) $440.00 $4.400.00 $1,(750Aw $10,500.00 $1.579A0 $15.794E0 Fixture(310W)[Exhibit No. 6021 Each 51 $412Aw $110.00 $550.00 $1,aawwl) $5,$fwwl) $1,601A() $8,005.50 15.SD 1-327-2(Sty],4)Fixture (40OW)[Exhibit No.6021 Each 5 1 $412Aw $110.00 $550.00 $1,aawwl) $5115M 7}) $1 ho1.10 I'S ool 50 16. MEO 7 Concrete Pol,IvpcA[Exhibit No.6031 Each 5 $429,3(u $1.690.00 $8.450.00 $I,'f51�t)lW $R,75i1.oii $2.035.80 $10.179D0 IT C--MEO 8.5 Concrete Poly ,'u B[Exhibit No.6031 Each 101 $1,9o's,50 $1.850E0 $18.500.00 $1,92,54)0 $19,2%0t{ $2.223.80 $22238.00 18.Funk-Link,C,nen Polc w/Bts�C.-(35 font Single Dacit)[Exhibit No.601A] Each 51 $2,380,33 $2,558.00 $12.790.00 S2,5ff(500 $13,51N1A1}1 $4,266.60 $21,33300 19.Funk-Link.Corten Pole w/B s�C.-(40 font-Twin Davit)[Exhibit No.601B] Each 5 1 $2;70;5;RU $1.740.00 $8.700.00 $3,075,4w $1$,3?S.4k) $4,8S0.90 $24,404.50 20.Funk-Link.Corten Pole w/Busl C.-(34.5 font Twin Davit)[Exhibit No.601C Each 51 $2,380,33 $1.577E0 $7,SMEO $3,150,00 $t4,750.01] $4,295D0 521,475D0 21.Pole Numbering Per ID(7F St nd-Is wish Plaque and hardware Each 101 $46,3$ $63.50 $635E0 $46.U7) $40)0) $31.50 $315E0 22.Fixtum Numbering Per vfln e stundams Each 25 $at,.(w $24E0 $600.00 $Luo) $37,50) $12.60 $315.00 23.Aluminum Davit Arm-8 f t)[Exhibit No.6031 Each 5, MOO $290.00 $1.450.00 $325"oo, $1AY2S.4k) $378.00 $1.890.00 24.Full height Corten Base C,-)[Exhibit No.601A,B or C1 Each 50 $162,74 $261.00 $13.050.00 $1Huoii � $9, w.vt) $27530 $13.765.00 25.Aluminum Skin Replacement Each 101 $41,20 $60.00 $600.00 $45.4$) $4%06 $65.20 $65200 26.Breakaway C pl gs(Set of 4)f C-"Pole Each 501 $25 i,50 $260.00 $13.000.00 $2fi(toi) $12,54w.01) $378.00 $18900.00 IT Concrete Pole F .lotion_4 inch Diumetnr Perfoot 5 $25i,50 s19o.00 $950.00 $2fil).ol) $1,25o,M) $205bO $1.029.50 28 Cm-Foundation Extender(See N(ic l) Each 51 $463.r50 $460.00 $2300.00 $40)0) $21,0001) $380.40 $190200 29.#6 REP.RHW.USEGXLP. 600V P,r f„t 1000 s0`4.3 $0.63 $630.00 o„s) $5(Xw) 6o 'boo.00 30.#S REP.RHW.USEGXLP. WOV Perf t 30001 $0129 $0.44 $1320.00 s0.33 $990i) $0.40 $1.200.00 31.2 inch GRC Conduit Perf t 50 $',7,H4! $430 $215JI) $3,50 ;$L?$.4>A3 $5.10 $255E0 312inch IMCCmduit Perf t 50 $1,93 $300 $150.00 $2,25 ;$112,50 $3.40 $170.00 33. ' h Schedule 80 PVC Conduit Per font 501 $Ck'i9 $0.83 $41.50 sf'oo $50.06 $0.90 $45E0 34.3M S-hcast Splicing Kit Each 5( $13,f>X $25.50 $1.275E0 $5751w $1,250,01) $30.20 $1.510.00 SUB'I'o'I'AL.MATERIALS $113,651.50 $133,b27.$11 $212,035.00 sub I,tel Labor $80.000.00 ' 9,N)DO $107900.00 coy roll Contract Year. sub"l otel Equipment $37.550.00 "$3k,3fwA)1} $29328.00 Sublotel Mu-nds $113.651.50 $13$,U27.St)' $212.035E0 Jun,12009 through May 31. 2010 1OIAL CON7 RACI For 20062007 Contract Year $231,201.50 $2$7;927,$0 $349,263.00 2"Year Option: 1E,unit prices:h wn about shut]bu adjusted by 3,,,,/, (percent) 3,5 79 Jun,1,2010 through May 31. 101,kL('ONIRACFFor20072008Contract Year 2011 $238,137.55 ' $2Ub,9$4,9fi $373,711.41 3'Year Option: 1E,unit prices:h wn abow shut]bu adjusted by 3,,,,/, (percent) 3,5 99 June 1,2011 through Muy31, 11)1,kLCONIRACIFor2o082o09Contract Year 2012 $245,2A1.67 ' $27b,29R3$ $407„34.5.44 RELAMPING OPTION Each 950 $49E0 $46,550.00 $90,00 "$3$ A* $27.10 $25,745.00 ' Resolution No. 2012- : A Resolution Urging the Illinois Commerce Commission to Reject Commonwealth 11-A Edison Company's Proposed Advanced Metering Infrastructure Deployment Plan .................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Recommendation of Action Staff recommends approval of the attached resolution. Overview This is a follow-up to the Village Board meeting on May 21, 2012 when President Braiman with concurrence of the Board of Trustees requested that a resolution be drafted urging the Illinois Commerce Commission to reject ComEd's proposed Advanced Metering Infrastructure Deployment Plan. On October 27, 2011,the Illinois General Assembly enacted the Energy Infrastructure Modernization Act which set forth the approval of a $2.6 billion investment by ComEd to strengthen and modernize the state's electric grid. The ten-year program is believed to improve overall system reliability, reduce outages and improve power restoration through a "Smart Grid" infrastructure plan. On April 23, 2012, ComEd filed with the Illinois Commerce Commission a petition for Statutory Approval of a Smart Grid Advanced Metering Infrastructure Deployment Plan pursuant to Section 16-108.6 of the Public Utilities Act (Docket No. 12-0298). As part of the Deployment Plan, Buffalo Grove and other customers would be required to pay for installation of the Smart Grid, although they would receive minimal benefit no earlier than year 2019. Customers will benefit minimally from any of ComEd's infrastructure and investment relating to the Smart Grid until the earliest of year 2019, yet customers would be required to begin investment into the plan upon approval. The attached resolution urges the Illinois Commerce Commission to require ComEd to modify its schedule for deployment of Smart Grid infrastructure to more closely coordinate with the ability of ratepayers to benefit from the efficiencies afforded by Smart Grid. The resolution was drafted by staff and Trustee Berman, and reviewed by President Braiman. Approval is recommended. Next Steps If approved,the resolution will be sent to the Village's ComEd representative,the ICC, and the Village's legislators. Prior Actions On May 21,2012 President Braiman recommended that a resolution be drafted urging the Illinois Commerce Commission to reject ComEd's Smart Grid Deployment schedule based on the reasons set forth within the overview above. Attachments Trustee Liaison Staff Contact Trustee Berman Ghida Neukirch, Monday, June 4,... ......2012. . . ..............................................................................................................................Ord nances...and...Resol ut.ons..._...Ite.m........1..1.._A............................................................ RESOLUTION NO. 2012- A RESOLUTION URGING THE ILLINOIS COMMERCE COMMISSION TO REJECT COMMONWEALTH EDISON COMPANY'S PROPOSED ADVANCED METERING INFRASTRUCTURE DEPLOYMENT PLAN WHEREAS, Commonwealth Edison Company ("ComEd") is a unit of Chicago-based Exelon Corporation, an electric utility with approximately 5.4 million customers; and WHEREAS, ComEd provides service to approximately 3.8 million customers across northern Illinois, or 70 percent of the state's population; and WHEREAS, in October of 2011, the Illinois General Assembly passed several amendments to the Public Utilities Act, referred to as the Energy Infrastructure and Modernization Act ("EIMA"), that authorized certain electric utilities, including Commonwealth Edison Company ("ComEd"), to have their rates specially set by the Illinois Commerce Commission ("ICC") according to a specified formula, contingent upon the utility committing to undertake certain smart grid and reliability investments, including deployment of digital automated metering infrastructure, otherwise known as Advanced Metering Infrastructure ("AMI"); and WHEREAS, when ComEd filed its formula rate tariff earlier this year in ICC Docket No. 11-0721, it elected to become a "participating utility" for purposes of EIMA and thus committed to undertake certain smart grid and reliability investments; and WHEREAS, pursuant to EIMA, as a participating utility, ComEd is now obligated, among other things, to invest $1,300,000,000.00 in transmission and distribution infrastructure and in "Smart Grid electric system upgrades"; and WHEREAS, on April 23, 2012, ComEd filed with the ICC, ICC Docket No. 12-0298, a petition for Statutory Approval of a Smart Grid Advanced Metering Infrastructure Deployment Plan ("Deployment Plan") pursuant to Section 16-108.6 of the Public Utilities Act; and WHEREAS, the Deployment Plan proposes a ten-year program by which ComEd would make an investment, as required by EIMA, intended to improve overall system reliability, reduce outages and improve power restoration through use of"smart grid" infrastructure; and WHEREAS, the purpose of the ICC proceeding in ICC Docket 12-0298 is to determine whether ComEd's Deployment Plan complies with the requirements of EIMA and the Public Utilities Act; and WHEREAS, in order to approve the proposed Deployment Plan, the ICC must, among other things, conclude that ComEd's plan meets the statutory criteria and, if implemented, would be cost- beneficial for ComEd's customers; and WHEREAS, after review of the proposed Deployment Plan and other testimony and documents filed in ICC Docket 12-0298, it appears the Deployment Plan is fundamentally flawed in at least three respects: (1) ComEd's proposed decade-long deployment period for the smart grid and AMI increases overall costs to customers, (2) ComEd's proposed decade-long deployment period for the smart grid and AMI unduly delays the time when benefits will begin accruing to most customers, and reduces the amount of those benefits, particularly for customers in Buffalo Grove and surrounding areas who will not see deployment of AMI until earliest 2019, and (3) ComEd's proposed schedule for the smart grid and AMI does not coordinate the planned geographic deployment of AMI with other required reliability improvements, thus failing to optimize improvements in reliability; and WHEREAS, ComEd's proposed deployment schedule and plan, which calls for full deployment over a 10-year period, fails to maximize benefits for consumers who would be required to pay for smart grid and AMI investments beginning immediately, but who will not receive an AMI meter until later years of the Deployment Plan, particularly customers in Buffalo Grove and surrounding areas who will not see deployment of AMI until earliest 2019; and WHEREAS, Mr. J. Richard Hornby has submitted direct testimony to the ICC on behalf of the People of the State of Illinois, represented by the Office of the Attorney General, which set forth his expert conclusion that the proposed Deployment Plan calls for ComEd to start recovering the costs of the required smart grid infrastructure from customers "years before customers see any material benefit from it" and which further states: ComEd projects that costs will exceed benefits during the first five years of the [Smart Grid] plan, through 2016. Of even more importance is ComEd's projection that customers will not receive a cumulative net positive impact from the [Smart Grid] Plan for ten years, until 2021..." (page 9). WHEREAS, on May 11, 2012, Miriam Horn, Director of the Environmental Defense Fund's Smart Grid Initiative, submitted direct testimony to the ICC on behalf of the Citizens Utility Board and the Environmental Law and Policy Center, raising substantial questions regarding the fairness of the proposed Deployment Plan, particularly in light of the fact that the rate process imposes the shared cost of AMI investments on all of ComEd's customers without allowing all customers the benefit of smart grid functionality until the decade-long investment is complete, and further stating that: The ten-year horizon raises questions of equity, imposing on customers the shared cost of smart-grid investments without the ability to make use of its functionality for a decade. While some benefits of [Smart Grid] deployment will accrue to customers over a large area, others will accrue primarily to those customers who actually have the new meters. Therefore we strongly recommend that efforts be made to close the gap between when individual ratepayers begin paying for the new system infrastructure, and when they themselves will have direct access to the new technology and the information it provides. ... [T]he Smart Grid Advisory Council has recommended that deployment of Smart Grid investments ... should be done in the shortest reasonable period that maximizes its value to customers and which meets any statutory cost tests. (CUB/ELPC Ex. 1.0, page 13). WHEREAS, Karen Weigert, Chief Sustainability Officer for the City of Chicago, also submitted to the ICC similar direct testimony calling for modification of the proposed Deployment Plan in several respects, including urging the ICC to shorten the deployment period so that customers can benefit from savings from the Smart Grid contemporaneously with making the investment in the technology. As Ms. Weigert testified, "Simple fairness requires that any mismatch between the customers who pay for [Smart Grid] deployment and the customers who benefit from [Smart Grid] be minimized"; and WHEREAS, ComEd also has failed to synchronize or coordinate in a meaningful way its planned reliability distribution automation projects, as detailed in ComEd's Infrastructure Investment Plan (filed with the ICC on January 6, 2012) with its Smart Grid Deployment Plan, notwithstanding ComEd's own recognition of significant claimed benefits attributed to AMI actually relate to outage management and improved efficiency during storms; and WHEREAS, given the significant expense ratepayers will be asked to bear in the next ten years in connection with ComEd's investment in AMI and other smart grid technologies, ComEd should be required to coordinate the distribution automation and reliability improvements in the Infrastructure Investment Plan with the planned AMI rollout, in order to optimize improvements in reliability along with the installation of advanced meters; and WHEREAS, the goals and requirements of EIMA will not be met unless ComEd eliminates the gap between when individual ratepayers begin paying for the new system infrastructure, and when they themselves will have direct access to the new technology and the cost savings it provides; and WHEREAS, ComEd has failed to demonstrate that the Deployment Plan is cost-beneficial to its customers. The Deployment Plan would in fact unfairly result in substantial cost to customers in Buffalo Grove and surrounding areas who would be required to pay for installation of the smart grid and AMI beginning immediately, even though they would receive minimal, if any, benefits prior to 2019, and, according to ComEd's own projections, its customers generally will not receive a cumulative net positive impact from the Deployment Plan until 2021; and WHEREAS, within the framework of EIMA, the General Assembly gave the ICC express authority to modify the Deployment Plan. When approving or modifying utility proposals, the ICC has authority to impose additional obligations on the utility, moreover, even where those obligations are not enumerated within the statute. NOW, THEREFORE, BE IT RESOLVED BY THE VILLAGE PRESIDENT AND BOARD OF TRUSTEES OF THE VILLAGE OF BUFFALO GROVE, COOK AND LAKE COUNTIES, ILLINOIS AS FOLLOWS: 1. The Village of Buffalo Grove urges the Illinois Commerce Commission to reject, as failing to comply with the pertinent statutory requirements, ComEd's petition for Statutory Approval of a Smart Grid Advanced Metering Infrastructure Deployment Plan; and 2. Alternatively, if the Illinois Commerce Commission approves the Deployment Plan, it should condition its approval on, among other things: (a) inclusion of an accelerated deployment scenario in which the schedule for deployment of Smart Grid infrastructure and AMI is much more closely coordinated with the time at which ratepayers will be required to begin paying for the costs of those upgrades; and (b) modification of ComEd's planned geographic deployment of Smart Grid infrastructure and AMI to coordinate the timing of planned reliability distribution automation projects, as detailed in ComEd's Infrastructure Investment Plan, with the planned Smart Grid rollout, in order to optimize improvements in reliability along with the installation of AMI meters; and 3. The Village of Buffalo Grove urges the public to express opposition to the inequity of the ComEd's proposed Deployment Plan to the Illinois Commerce Commission. AYES: NAYES: ABSENT: APPROVED: 12012 APPROVED: Village President ATTEST: Village Clerk 5-31-2012 ' Resolution No. 2012- : A Resolution Approving an Agreement to Provide Professional Engineering Design 11-B and Bidding Services for the Raupp Lift Station Rehabilitation .................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Recommendation of Action Staff recommends approval to waive bids and authorize execution of a professional engineering services agreement for the Raupp Lift Station Rehabilitation with Christopher B.Burke Engineering in an amount not to exceed$23,800. This action is consistent with purchasing practices and bid waivers. ..................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Budget Impact Fund/Account Budget Notes $23,800 Sewer This action is covered in the budget. Staff estimates the impact of this action to be$23,800.00. Overview A bid waiver is requested as the recommended engineering firm, Christopher B. Burke Engineering, Ltd., has been engaged by the Village to undertake and complete similar and related lift station rehabilitation design and bidding efforts. The coordination of the Raupp Lift Station Rehabilitation with the same firm will provide for efficiencies in the performance of the project. The Agreement provides for the required engineering for the design and bidding of the project for a cost of$23,800.00. Staff recommends that the Christopher B. Burke Engineering, Ltd. proposal be accepted and the Resolution be approved by the Village Board. Next Steps Following approval,the design work will proceed. Prior Actions This lift station has had a detailed condition evaluation study completed. (A copy of the evaluation is included as a PDF Appendix for reference.) Anticipated Future Board Actions Following the completion of the currently proposed design and bidding services,the project will return to the Village Board forbid authorization of the construction stage of the project. Attachments Resolution Agreement 2012.pdf Raupp LS Appendix Agenda Item 060412.pdf(Appendix) Trustee Liaison Staff Contact Trustee Ottenheimer Gregory P Boysen,Public Works Monday, June 4,... ......2012. . . ..............................................................................................................................Ord nances...and...Resol ut.ons...._...Ite.m........1..1.._B............................................................ RESOLUTION NO. 2012- A RESOLUTION APPROVING AN AGREEMENT TO PROVIDE PROFESSIONAL ENGINEERING DESIGN AND BIDDING SERVICES FOR THE RAUPP LIFT STATION REHABILITATION WHEREAS, the Village of Buffalo Grove is a Home Rule Unit pursuant to the Illinois Constitution of 1970; and, WHEREAS, the Village desires to adopt an agreement for the provision of necessary professional engineering design and bidding services for the Raupp Lift Station Rehabilitation; NOW, THEREFORE, BE IT RESOLVED BY THE PRESIDENT AND BOARD OF TRUSTEES OF THE VILLAGE OF BUFFALO GROVE, LAKE AND COOK COUNTIES, ILLINOIS as follows: Section 1: The attached letter agreement, RE: "Proposal for Professional Engineering Services for Raupp Lift Station Rehabilitation—Design Engineering"is hereby approved. Section 2: The Village Manager is hereby authorized and directed to execute the agreement. A copy of said agreement is attached hereto and made a part hereof. AYES: NAYES: ABSENT: PASSED: , 2012 APPROVED: , 2012 Approved: Village President ATTEST: Village Clerk (;APWDIRGRP\LHC\LEST\Res 2012.docx CHRISTOPHER B. BURKE ENGINEERING, LTD. 9575 West Higgins Road Suite 600 Rosemont, Illinois 60018 TEL(847)823-0500 FAX(847) 823-0520 May 9, 2012 ' VILLAGE OF "iu� I �,l,O GROVE Village of Buffalo Grove _ Public Works Department 51 Raupp Boulevard w ..- Buffalo Grove, IL 60089 PWADMIN Attention: Mr. Gregory Boysen, PE -- Director of Public Works Subject: Proposal for Professional Engineering Services for Raupp Lift Station Rehabilitation — Design Engineering Dear Mr. Boysen: In response to your request, Christopher B. Burke Engineering Ltd. (CBBEL) is submitting this Proposal for Professional Engineering Services for Raupp Lift Station Rehabilitation — Design Engineering. Included below is our Understanding of the Assignment, Scope of Services, and Engineering Fee. UNDERSTANDING OF THE ASSIGNMENT CBBEL recently prepared and submitted an engineering evaluation to the Village for the Raupp Lift Station that identified recommendations for rehabilitating the 46-year old lift station. The Raupp Lift Station is a Smith Loveless buried steel package lift station with an associated concrete wet well structure and a diesel driven engine standby power generator installed in a partially buried vault with a fiberglass cover enclosure. The Village wants to proceed with design engineering for the Raupp Lift Station rehabilitation project and has requested a proposal for engineering services to prepare contract documents consisting of bidding documents, contract documents, technical specifications and plan drawings for the project. The engineering services are also to include bidding assistance including advertising the project, responding to bidders' questions, issuing addenda if required, evaluation of the bids received and a recommendation for the award of the contract to the lowest most responsive bidder. We have based our proposed Scope of Services upon preparing rehabilitation project contract documents for the following items: Replacing the existing electrical distribution equipment, pump station controls, SCADA and electrical transfer switch with new equipment housed in an above grade control panel. • New electrical 460-volt, 3 phase electrical service for the lift station. • Coordinating the new electrical service with the electrical utility and requesting that the utility review the condition of the existing transformers that feed the station. • New diesel driven standby power generator housed in either a weather proof, sound attenuated e nclosure or in a prefabricated building per the Village's selection. (We recommend installation of the generator at grade and not in the partially buried vault that houses the existing generator.) • Replacement of 1 pump influent isolation valve, 2 pump discharge isolation valves and 2 check valves. • Replacement of the original and/or corroded piping flange bolts. • New cathodic protection system for the station. • Surface preparation and coating for the steel dry well structure (does not include the buried exterior steel), pump station piping, and ferrous metal accessories such as the ladder. • New precast concrete flat top for the wet will with lockable aluminum access hatch. As discussed with you previously, we have not included replacement of the pumps as part of the rehabilitation work to be included in the project. We have assumed that the proposed topographic surveying will confirm that the structures and work areas are not within floodplain or wetlands areas and that the project will therefore not require stormwater management permitting or wetland permitting. Stormwater management permitting and/or wetland permitting are not included in our proposed scope or fee. The proposed scope and fee is for design engineering and does not include preparation of plats of easement or related easement legal descriptions. We have also assumed that the project is rehabilitation work and will not require permitting from IEPA or MWRDGC. SCOPE OF SERVICES CBBEL will provide design engineering and bidding assistance services per the following tasks: Task 1 — Data Collection / Site Topographic Survey: CBBEL will field survey the lift station site and prepare base drawings to be used for the station design drawings. During the topographic survey, all above ground utilities will be located and identified including, but not limited to, water, sanitary sewer, storm sewer, telephone, electric, cable and gas. The survey will identify the size, type and rim elevations of structures in the immediate vicinity of the lift station site. Spot elevations will be surveyed and existing trees will be located. The survey will also identify and locate existing pavement, curbs, lighting, signs, and buildings in the immediate vicinity of the existing lift station site. Task 2 — Prepare Contract Documents: CBBEL will prepare contract documents consisting of bidding documents, contract documents, technical specifications and design drawings for the rehabilitation project as articulated in the Understanding of the Assignment. The drawings will include a site plan, demolition plan, plan view and sections detailing the work to be performed. The drawings will also include a one line diagram of the pump power plan and controls, and details of site specific equipment Page 2 of 4 such as the standby generator and generator housing. CBBEL will also coordinate with the electric utility company for new electric service to the lift station. Technical specifications will be prepared for all equipment to be included in the project. Task 3 — Opinion of Probable Construction Cost: CBBEL will prepare an opinion of probable construction cost for the station. Task 4 — Assistance with Biddinq: CBBEL will assist the Village with advertising the project for bidding, distribution of plans and specifications to bidders, attending a pre-bid meeting, respond to bidders' written questions and issue an addendum (if necessary), CBBEL will attend the bid opening, review and tabulate the bids and make a recommendation to the Village for the award of the project. PROJECT SCHEDULE We anticipate completing the topographic survey within 1 — 2 weeks after receipt of a notice to proceed. Contract Documents are anticipated to be completed 3 to 4 weeks after the topographic survey with the bidding phase following. ENGINEERING FEE CBBEL proposes to provide the proposed engineering services defined under the Scope of Services for the amounts as indicated below. Task Fee Task 1 — Data Collection / Site Topographic Surve $3,000.00 Task 2 — Pre are Contract Documents $18,000.00 Task 3 — O inion of Probable Construction Cost $1,000.00 Task 4 — Assistance with Bidding $1,500.00 Sub-Total Design / Bidding Services $23,500.00 Direct Costs Allowance $300.00 Total $23,800.00 We will bill you at the hourly rates specified on the attached Schedule of Charges for Professional Services and establish our contract in conformance with the attached General Terms and Conditions, both of which are expressly incorporated into and are an integral part of this contract for Professional Engineering Services. The Scope of Services described above and related fee estimate are based upon information known to date. It shall be understood that CBBEL shall be allowed the opportunity to adjust our fee as additional information about this project is obtained and/or our level of participation increases beyond that for which we have budgeted. Engineering services performed for tasks not included in the proposal and/or beyond customary engineering efforts shall be billed to you on a time and materials basis. Page 3 of 4 Please sign and return one copy of this agreement as an indication of acceptance and notice to proceed. Please feel free to contact us anytime. Sincerely, Christopher B. Burke, Phl), PE, DWRE, F.ASCE President MEE/mee/pjb Encl.: Schedule of Charges General Terms and Conditions THIS PROPOSAL, SCHEDULE OF CHARGES AND GENERAL TERMS AND CONDITIONS ACCEPTED FOR THE VILLAGE OF BUFFALO GROVE BY: TITLE: DATE: N PROPOSALS\ADMIN\2012\BuffaloGrove-RauppLiftStation.050912.docx Page 4 of 4 CHRISTOPHER B. BURKE ENGINEERING, LTD. STANDARD CHARGES FOR PROFESSIONAL SERVICES JANUARY, 2012 Personnel Charges* Principal iEHr Engineer VI 240 210 Engineer V 210 Engineer IV 173 Engineer III 138 Engineer 1/II 25 102 Survey V 102 Survey IV 178 Survey III 132 Survey II 127 Survey I 00 Resource Planner V 7$ 178 Resource Planner IV 108 Resource Planner III 100 Resource Planner 1/II 88 Engineering Technician V 150 Engineering Technician IV 132 Engineering Technician III 107 Engineering Technician 1/II 97 CAD Manager 138 Assistant CAD Manager 126 CAD II 125 CAD 1 98 GIS Specialist III 120 GIS Specialist 1/11 67 Landscape Architect 138 Environmental Resource Specialist V 154 Environmental Resource Specialist IV 134 Environmental Resource Specialist III 114 Environmental Resource Specialist 1/11 94 Environmental Resource Technician 90 Administrative 88 Engineering Intern 53 Survey Intern 53 Information Technician III 97 Information Technician 1/II 62 Direct Costs Outside Copies, Blueprints, Messenger, Delivery Services, Mileage Cost + 12% *Charges include overhead and profit Please note: In recognition of the economic challenges facing our clients, we have not increased our schedule of charges since January 2009, CHRISTOPHER B. BURKE ENGINEERING, LTD, GENERAL TERMS AND CONDITIONS 1. Relationship : Christopher B. Burke Engineering, Ltd, (Engineer) shall serve as Client's professional engineer consultant in those Phases of the Project to which this Agreement applies. This relationship is that of a buyer and seller of professional services and as such the Engineer is an independent contractor in the performance of this Agreement and it is understood that the parties have not entered into anyjoint venture or partnership with the other. The Engineer shall not be considered to be the agent of the Client. Nothing contained in this Agreement shall create a contractual relationship with a cause of action in favor of a third party against either the Client or Engineer. Furthermore, causes of action between the parties to this Agreement pertaining to acts of failures to act shall be deemed to have accrued and the applicable statute of limitations shall commence to run not later than the date of substantial completion. 2. Responsibility of the Enginee : Engineer will strive to perform services under this Agreement in accordance with generally accepted and currently recognized engineering practices and principles, and in a manner consistent with that level of care and skill ordinarily exercised by members of the profession currently practicing in the same locality under similar conditions. No other representation, express or implied, and no warranty or guarantee is included or intended in this Agreement, or in any report, opinion, document, or other-wise. Notwithstanding anything to the contrary whichmay be contained in this Agreement or any other material incorporated herein by reference,or in any Agreement between the Client and any other party concerning the Project,the Engineer shall not have control or be in charge of and shall not be responsible for the means, methods, techniques, sequences or procedures of construction, or the safety, safety precautions or programs of the Client, the construction contractor, other contractors or subcontractors performing any of the work or providing any of the services on the Project. Nor shall the Engineer be responsible for the acts or omissions of the Client, or for the failure of the Client, any architect, engineer, consultant, contractor or subcontractor to carry out their respective responsibilities in accordance with the Project documents, this Agreement or any other agreement concerning the Project. Any provision which purports to amend this provision shall be without effect unless it contains a reference that the content of this condition is expressly amended for the purposes described in such amendment and is signed by the Engineer. 3. Changes, Client reserves the right by written change order or amendment to make changes in requirements, amount of work, or engineering time schedule adjustments, and Engineer and Client shall negotiate appropriate adjustments acceptable to both parties to accommodate any changes, if commercially possible. 4. Suspension of Services- Client may, at any time, by written order to Engineer (Suspension of_Services Order) require Engineer to stop all, or any part, of the services required by this Agreement. Upon receipt of such an order, Engineer shall immediately comply with its terms and take all reasonable steps to minimize the costs associated with the services affected by such order. Client, however, shall pay all costs incurred by the suspension, including all costs necessary to maintain continuity and for the resUMptiDns 1 of the services upon expiration of the Suspension of Services Order. Engineer will not be obligated to provide the same personnel employed prior to suspension, when the services are resumed, in the event that the period of suspension is greater than thirty (30) days. 5. Termination: This Agreement may be terminated by either party upon thirty (30) days written notice in the event of substantial failure by the other party to perform in accordance with the terms hereof through no fault of the terminating party. This Agreement may be terminated by Client, urder the same terms, whenever Client shall determine that termination is in its best interests. Cost of termination, including salaries, overhead and fee, incurred by Engineer either before or after the termination date shall be reimbursed by Client. 6. Documents Delivered to Client: Drawings, specifications, reports, and any other Project Documents prepared by Engineer in connection with any or all of the services furnished hereunder shall be delivered to the Client for the use of the Client. Engineer shall have the right to retain originals of all Project Documents and drawings for its files. Furthermore, it is understood and agreed that the Project Documents such as, but not limited to reports, calculations, drawings, and specifications prepared for the Project, whether in hard copy or machine readable form, are instruments of professional service intended for one-time use in the construction of this Project. These Project Documents are and shall remain the property of the Engineer. The Client may retain copies, including copies stored on magnetic tape or disk, for information and reference in connection with the occupancy and use of the Project. When and if record drawings are to be provided by the Engineer, Client understands that information used in the preparation of record drawings is provided by others and Engineer is not responsible for accuracy, completeness, nor sufficiency of such information. Client also understands that the level of detail illustrated by record drawings will generally be the same as the level of detail illustrated by the design drawing used for project construction. If additional detail is requested by the Client to be included on the record drawings, then the Client understands and agrees that the Engineer will be due additional compensation for additional services. It is also understood and agreed that because of the possibility that information and data delivered in machine readable form may be altered, whether inadvertently or otherwise, the Engineer reserves the right to retain the original tapes/disks and to remove from copies provided to the Client all identification reflecting the involvement of the Engineer in their preparation. The Engineer also reserves the right to retain hard copy originals of all Project Documentation delivered to the Client in machine readable form, which originals shall be referred to and shall govern in the event of any inconsistency between the two. The Client understands that the automated conversion of information and data from the system and format used by the Engineer to an alternate system or format cannot be accomplished without the introduction of inexactitudes, anomalies, and errors. In the event Project Documentation provided to the Client in machine readable form is so converted, the Client agrees to assume all risks associated therewith and, to the fullest 2 extent permitted by law, to hold harmless and indemnify the Engineer from a nd against all claims, liabilities, losses, damages, and costs, including but not limited to attorney's fees, arising therefrom or in connection therewith. The Client recognizes that changes or modifications to the Engineer's instruments of professional service introduced by anyone other than the Engineer may result in adverse consequences which the Engineer can neither predict nor control. Therefore, and in consideration of the Engineer's agreement to deliver its instruments of professional service in machine readable form, the Client agrees, to the fullest extent permitted by law, to hold harmless and indemnify the Engineer from and against all claims, liabilities, losses, damages, and costs, including but not limited to attorney's fees, arising out of or in any way connected with the modification, misinterpretation, misuse, or reuse by others of the machine readable information and data provided by the Engineer under this Agreement. The foregoing indemnification applies, without limitation, to any use of the Project Documentation on other projects, for additions to this Project, or for completion of this Project by others, excepting only such use as may be authorized, in writing, by the Engineer. 7. Reuse of Documents: All Project Documents including but not limited to reports, opinions of probable costs, drawings and specifications furnished by Engineer pursuant to this Agreement are intended for use on the Project only. They cannot be used by Client or others on extensions of the Project or any other project. Any reuse, without specific written verification or adaptation by Engineer, shall be at Client's sole risk, and Client shall indemnify and hold harmless Engineer from all claims, damages, losses, and expenses including attorney's fees arising out of or resulting therefrom. The Engineer shall have the right to include representations of the design of the Project, including photographs of the exterior and interior,among the Engineer's promotional and professional materials. The Engineer's materials shall not include the Client's confidential and proprietary information if the Client has previously advised the Engineer in writing of the specific information considered by the Client to be confidential and proprietary. 8. Standard of Practice: The Engineer will strive to conduct services under this agreement in a manner consistent with that level of care and skill ordinarily exercised by members of the profession currently practicing in the same locality under similar conditions as of the date of this Agreement. 9. Compliance With Laws: The Engineer will strive to exercise usual and customary professional care in his/her efforts to comply with those laws, codes, ordinance and regulations which are in effect as of the date of this Agreement. With specific respect to prescribed requirements of the Americans with Disabilities Act of 1990 or certified state or local accessibility regulations (ADA), Client understands ADA is a civil rights legislation and that interpretation of ADA is a legal issue and not adesign issue and, accordingly, retention of legal counsel (by Client) for purposes of interpretation is advisable. As such and with respect to ADA, Client agrees to waive any action against Engineer, and to indemnify and defend Engineer against any claim arising from Engineer's alleged failure to meet ADA requirements prescribed. 3 Further to the law and code compliance, the Client understands that the Engineer will strive to provide designs in accordance with the prevailing Standards of Practice as previously set forth, but that the Engineer does not warrant that any reviewing agency having jurisdiction will not for its own purposes comment, request changes and/or additions to such designs. In the event such design requests are made by a reviewing agency, but which do not exist in the form of a written regulation, ordinance or other similar document as published by the reviewing agency, then such design changes (at substantial variance from the intended design developed by the Engineer), if effected and incorporated into the project documents by the Engineer, shall be considered as Supplementary Task(s) to the Engineer's Scope of Service and compensated for accordingly. 10. Indemnification: Engineer shall indemnify and hold harmless Client up to the amount of this contract fee (for services) from loss or expense, including reasonable attorney's fees for claims for personal injury(including death) or property damage to the extent caused by the sole negligent act, error or omission of Engineer. Client shall indemnify and hold harmless Engineer under this Agreement, from loss or expense, including reasonable attorney's fees, for claims for personal injuries (including death) or property damage arising out of the sole negligent act, error omission of Client. In the event of joint or concurrent negligence of Engineer and Client,each shall bear that portion of the loss or expense that its share of the joint or concurrent negligence bears to the total negligence (including that of third parties), which caused the personal injury or property damage. Engineer shall not be liable for special, incidental or consequential damages, including, but not limited to loss of profits, revenue, use of capital, claims of customers, cost of purchased or replacement power, or for any other loss of any nature, whether based on contract, tort, negligence, strict liability or otherwise, by reasons of the services rendered under this Agreement. 11. Opinions of Probable Cost: Since Engineer has no control over the cost of labor, materials or equipment, or over the Contractor(s) method of determining process, or over competitive bidding or market conditions, his/her opinions of probable Project Construction Cost provided for herein are to be made on the basis of his/her experience and qualifications and represent his/her judgement as a design professional familiar with the construction industry, but Engineer cannot and does not guarantee that proposal, bids or the Construction Cost will not vary from opinions of probable construction cost prepared by him/her. If prior to the Bidding or Negotiating Phase, Client wishes greater accuracy as to the Construction Cost, the Client shall employ an independent cost estimator Consultant for the purpose of obtaining a second construction cost opinion independent from Engineer. 12. Governing Law & Dispute Resolutions: This Agreement shall be governed by and construed in accordance with Articles previously set forth by (Item 9 of) this Agreement, together with the laws of the State of Illinois. 4 Any claim, dispute or other matter in question arising out of or related to this Agreement, which can not be mutually resolved by the parties of this Agreement, shall be subject to mediation as a condition precedent to arbitration (if arbitration is agreed upon by the parties of this Agreement) or the institution of legal or equitable proceedings by either party. If such matter relates to or is the subject of a lien arising out of the Engineer's services, the Engineer may proceed in accordance with applicable law to comply with the lien notice or filing deadlines prior to resolution of the matter by mediation or by arbitration. The Client and Engineer shall endeavor to resolve claims, disputes and other matters in question between them by mediation which, unless the parties mutually agree otherwise, shall be in accordance with the Construction Industry Mediation Rules of the American Arbitration Association currently in effect. Requests for mediation shall be filed in writing with the other party to this Agreement and with the American Arbitration Association. The request may be made concurrently with the filing of a demand for arbitration but, in such event, mediation shall proceed in advance of arbitration or legal or equitable proceedings, which shall be stayed pending mediation for a period of 60 days from the date of filing, unless stayed for a longer period by agreement of the parties or court order. The parties shall share the mediator's fee and any filing fees equally. The mediation shall be held in the place where the Project is located, unless another location is mutually agreed upon. Agreements reached in mediation shall be enforceable as settlement agreements in any court having jurisdiction thereof. 13. Successors and Assigns: The terms of this Agreement shall be binding upon and inure to the benefit of the parties and their respective successors and assigns: provided, however, that neither party shall assign this Agreement in whole or in part without the prior written approval of the other. 14. Waiver of Contract Breach: The waiver of one party of any breach of this Agreement or the failure of one party to enforce at any time, or for any period of time, any of the provisions hereof, shall be limited to the particular instance, shall not operate or be deemed to waive any future breaches of this Agreement and shall not be construed to be a waiver of any provision, except for the particular instance. 15. Entire Understanding of Agreement: This Agreement represents and incorporates the entire understanding of the parties hereto, and each party acknowledges that there are no warranties, representations, covenants or understandings of any kind, matter or description whatsoever, made by either party to the other except as expressly set forth herein. Client and the Engineer hereby agree that any purchase orders, invoices, confirmations, acknowledgments or other similar documents executed or delivered with respect to the subject matter hereof that conflict with the terms of the Agreement shall be null, void and without effect to the extent they conflict with the terms of this Agreement. 16. Amendment: This Agreement shall not be subject to amendment unless another instrument is duly executed by duly authorized representatives of each of the parties and entitled "Amendment of Agreement". 5 17. Severability of Invalid Provisions: If any provision of the Agreement shall be held to contravene or to be invalid under the laws of any particular state, county or jurisdiction where used, such contravention shall not invalidate the entire Agreement, but it shall be construed as if not containing the particular provisions held to be invalid in the particular state, country or jurisdiction and the rights or obligations of the parties hereto shall be construed and enforced accordingly. 18. Force Maieure: Neither Client nor Engineer shall be liable for any fault or delay caused by any contingency beyond their control including but not limited to acts of God, wars, strikes, walkouts,fires, natural calamities, or demands or requirements of governmental agencies. 19. Subcontracts: Engineer may subcontract portions of the work, but each subcontractor must be approved by Client in writing. 20. Access and Permits: Client shall arrange for Engineer to enter upon public and private property and obtain all necessary approvals and permits required from all governmental authorities having jurisdiction over the Project. Client shall pay costs (including Engineer's employee salaries, overhead and fee) incident to any effort by Engineer toward assisting Client in such access, permits or approvals, if Engineer perform such services. 21. Designation of Authorized Representative: Each party (to this Agreement) shall designate one or more persons to act with authority in its behalf in respect to appropriate aspects of the Project. The persons designated shall review and respond promptly to all communications received from the other party. 22. Notices: Any notice or designation required to be given to either party hereto shall be in writing, and unless receipt of such notice is expressly required by the terms hereof shall be deemed to be effectively served when deposited in the mail with sufficient first class postage affixed, and addressed to the party to whom such notice is directed at such party's place of business or such other address as either party shall hereafter furnish to the other party by written notice as herein provided. 23. Limit of Liability: The Client and the Engineer have discussed the risks, rewards, and benefits of the project and the Engineer's total fee for services. In recognition of the relative risks and benefits of the Project to both the Client and the Engineer, the risks have been allocated such that the Client agrees that to the fullest extent permitted by law, the Engineer's total aggregate liability to the Client for any and all injuries, claims, costs, losses, expenses, damages of any nature whatsoever or claim expenses arising out of this Agreement from any cause or causes, including attorney's fees and costs, and expert witness fees and costs, shall not exceed the total Engineer's fee for professional engineering services rendered on this project as made part of this Agreement. Such causes included but are not limited to the Engineer's negligence, errors, omissions, strict liability or breach of contract. It is intended that this limitation apply to any and all liability or cause of action however alleged or arising, unless otherwise prohibited by law. c 24. Client's Responsibilities: The Client agrees to provide full information regarding requirements for and about the Project, including a program which shall set forth the Client's objectives, schedule, constraints, criteria, special equipment, systems and site requirements. The Client agrees to furnish and pay for all legal, accounting and insurance counseling services as may be necessary at any time for the Project, including auditing services which the Client may require to verify the Contractor's Application for Payment or to ascertain how or for what purpose the Contractor has used the money paid by or on behalf of the Client. The Client agrees to require the Contractor, to the fullest extent permitted by law, to indemnify, hold harmless, and defend the Engineer, its consultants, and the employees and agents of any of them from and against any and all claims, suits, demands, liabilities, losses, damages, and costs ("Losses"), including but not limited to costs of defense, arising in whole or in part out of the negligence of the Contractor, its subcontractors, the officers, employees, agents, and subcontractors of any of them, or anyone for whose acts any of them may be liable, regardless of whether or not such Losses are caused in part by a party indemnified hereunder. Specifically excluded from the foregoing are Losses arising out of the preparation or approval of maps, drawings, opinions, reports, surveys, change orders, designs, or specifications, and the giving of or failure to give directions by the Engineer, its consultants, and the agents and employees of any of them, provided such giving or failure to give is the primary cause of Loss. The Client also agrees to require the Contractor to provide to the Engineer the required certificate of insurance. The Client further agrees to require the Contractor to name the Engineer, its agents and consultants as additional insureds on the Contractor's policy or policies of comprehensive or commercial general liability insurance. Such insurance shall include products and completed operations and contractual liability coverages, shall be primary and noncontributing with any insurance maintained by the Engineer or its agents and consultants, and shall provide that the Engineer be given thirty days, unqualified written notice prior to any cancellation thereof. In the event the foregoing requirements, or any of them, are not established by the Client and met by the Contractor, the Client agrees to indemnify and hold harmless the Engineer, its employees, agents, and consultants from and against any and all Losses which would have been indemnified and insured against by the Contractor, but were not. When Contract Documents prepared under the Scope of Services of this contract require insurance(s) to be provided, obtained and/or otherwise maintained by the Contractor, the Client agrees to be wholly responsible for setting forth any and all such insurance requirements. Furthermore, any document provided for Client review by the Engineer under this Contract related to such insurance(s)shall be considered as sample insurance requirements and not the recommendation of the Engineer. Client agrees to have their own risk management department review any and all insurance requirements for adequacy and to determine specific types of insurance(s) required for the project. Client further agrees that decisions concerning types and amounts of insurance are 7 specific to the project and shall be the product of the Client. As such, any and all insurance requirements made part of Contract Documents prepared by the Engineer are not to be considered the Engineer's recommendation, and the Client shall make the final decision regarding insurance requirements. 25. Information Provided by Others: The Engineer shall indicate to the Client the information needed for rendering of the services of this Agreement. The Client shall provide to the Engineer such information as is available to the Client and the Client's consultants and contractors, and the Engineer shall be entitled to rely upon the accuracy and completeness thereof. The Client recognizes that it is impossible for the Engineer to assure the accuracy, completeness and sufficiency of such information, either because it is impossible to verify, or because of errors or omissions which may have occurred in assembling the information the Client is providing. Accordingly, the Client agrees,to the fullest extent permitted by law, to indemnify and hold the Engineer and the Engineer's subconsultants harmless from any claim, liability or cost(including reasonable attorneys' fees and cost of defense) for injury or loss arising or allegedly arising from errors, omissions or inaccuracies in documents or other information provided by the Client to the Engineer. 26. Payment: Client shall be invoiced once each month for work performed during the preceding period. Client agrees to pay each invoice within thirty(30) days of its receipt. The client further agrees to pay interest on all amounts invoiced and not paid or objected to for valid cause within said thirty(30) day period at the rate of eighteen (18) percent per annum (or the maximum interest rate permitted under applicable law,whichever is the lesser) until paid. Client further agrees to pay Engineer's cost of collection of all amounts due and unpaid after sixty (60) days, including court costs and reasonable attorney's fees, as well as costs attributed to suspension of services accordingly and as follows: Collection Costs. In the event legal action is necessary to enforce the payment provisions of this Agreement, the Engineer shall be entitled to collect from the Client any judgement or settlement sums due, reasonable attorneys'fees, court costs and expenses incurred by the Engineer in connection therewith and, in addition, the reasonable value of the Engineer's time and expenses spent in connection with such collection action, computed at the Engineer's prevailing fee schedule and expense policies. Suspension of Services. If the Client fails to make payments when due or otherwise is in breach of this Agreement, the Engineer may suspend performance of services upon five (5) calendar days' notice to the Client. The Engineer shall have no liability whatsoever to the Client for any costs or damages as a result of such suspension caused by any breach of this Agreement by the Client. Client will reimburse Engineer for all associated costs as previously set forth in (Item 4 of) this Agreement. 27. When construction observation tasks are part of the service to be performed by the Engineer under this Agreement, the Client will include the following clause in the construction contract docurents and Client agrees not to modify or delete it: 8 Kotecki Waiver. Contractor (and any subcontractor into whose subcontract this clause is incorporated) agrees to assume the entire liability for all personal injury claims suffered by its own employees, including without limitation claims under the Illinois Structural Work Act, asserted by persons allegedly injured on the Project; waives any limitation of liability defense based upon the VVorker's Compensation Act, court interpretations of said Act or otherwise; and to the fullest extent permitted by law, agrees to indemnify and hold harmless and defend Owner and Engineer and their agents, employees and consultants (the "Indemnitees") from and against all such loss, expense, damage or injury, including reasonable attorneys'fees, that the Indemnitees may sustain as a result of such claims, except to the extent that Illinois law prohibits indemnity for the Indemnitees' own negligence. The Owner and Engineer are designated and recognized as explicit third party beneficiaries of the Kotecki Waiver within the general contract and all subcontracts entered into in furtherance of thegeneral contract. 28. Job Site Safety/Supervision & Construction Observation: The Engineer shall neither have control over or charge of, nor be responsible for, the construction means, methods, techniques, sequences of procedures, or for safety precautions and programs in connection with the Work since they are solely the Contractor's rights and responsibilities. The Client agrees that the Contractor shall supervise and direct the work efficiently with his/her best skill and attention; and that the Contractor shall be solely responsible for the means, methods, techniques, sequences and procedures of construction and safety at the job site. The Client agrees and warrants that this intent shall be carried out in the Client's contract with the Contractor. The Client further agrees that the Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the work; and that the Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to all employees on the subject site and all other persons who may be affected thereby. The Engineer shall have no authority to stop the work of the Contractor or the work of any subcontractor on the project. When construction observation services are included in the Scope of Services, the Engineer shall visit the site at intervals appropriate to the stage of the Contractor's operation, or as otherwise agreed to by the Client and the Engineer to: 1) become generally familiar with and to keep the Client informed about the progress and quality of the Work; 2) to strive to bring to the Client's attention defects and deficiencies in the Work and; 3) to determine in general if the Work is being performed in a manner indicating that the Work, when fully completed, will bein accordance with the Contract Documents. However, the Engineer shall not be required to make exhaustive or continuous on-site inspections to check the quality or quantity of the Work. If the Client desires more extensive project observation, the Client shall request that such services be provided by the Engineer as Additional and Supplemental Construction Observation Services in accordance with the terms of this Agreement. The Engineer shall not be responsible for any acts or omissions of the Contractor, subcontractor, any entity performing any portions of the Work, or any agents or employees of any of them. The Engineer does not guarantee the performance of the 9 Contractorand shall not be responsible for the Contractor's failure to perform its Work in accordance with the Contract Documents or any applicable laws, codes, rules or regulations. When municipal review services are included in the Scope of Services, the Engineer (acting on behalf of the municipality), when acting in good faith in the discharge of its duties, shall not thereby render itself liable personally and is, to the maximum extent permitted by law, relieved from all liability for any damage that may accrue to persons or property by reason of any act or omission in the discharge of its duties. Any su it brought against the Engineer which involve the acts or omissions performed by it in the enforcement of any provisions of the Client's rules, regulation and/or ordinance shall be defended by the Client until final termination of the proceedings. The Engineer shall be entitled to all defenses and municipal immunities that are, or would be, available to the Client. 29. Insurance and Indemnification: The Engineer and the Client understand and agree that the Client will contractually require the Contractor to defend and indemnify the Engineer and/or any subconsultants from any claims arising from the Work. The Engineer and the Client further understand and agree that the Client will contractually require the Contractor to procure commercial general liability insurance naming the Engineer as an additional named insured with respect to the work. The Contractor shall provide to the Client certificates of insurance evidencing that the contractually required insurance coverage has been procured. However,the Contractor's failure to provide the Client with the requisite certificates of insurance shall not constitute a waiver of this provision by the Engineer. The Client and Engineer waive all rights against each other and against the Contractor and consultants, agents and employees of each of them for damages to the extent covered by property insurance during construction. The Client and Engineer each shall require similar waivers from the Contractor, consultants, agents and persons or entities awarded separate contracts administered under the Client's own forces. 30, Hazardous Materials/Pollutants: Unless otherwise provided by this Agreement, the Engineer and Engineer's consultants shall have no responsibility for the discovery, presence, handling, removal or disposal of or exposure of persons to hazardous materials/pollutants in any form at the Project site, including but not limited to mold/mildew, asbestos, asbestos products, polychlorinated biphenyl (PCB) or other toxic/hazardous/pollutant type substances. Furthermore, Client understands that the presence of mold/mildew and the like are results of prolonged or repeated exposure to moisture and the lack of corrective action. Client also understands that corrective action is a operation, maintenance and repair activity for which the Engineer is not responsible. June 13, 2005 R\Proposals\Terms and Conditions\GT&C 2005,061305 doc 10 See appendix: Appendix002- Raupp LS Appendix Agenda Item 060412.pdf Authorization to Waive Bids and to Purchase -Ambulance 13-A .................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Recommendation of Action Staff recommends approval. ..................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Budget Impact Fund/Account Budget Notes $155,600 465/4315 Currently there is 174,522 for this vehicle in the account. Overview See attached memos relating to the waive of bids for this ambulance. The purchase would require a deposit of 50%deposit and the remaining would be paid after arrival of the unit in approximately 120 days Attachments Ambulance purchase June 4 2012 documents.pdf Trustee Liaison Staff Contact Trustee Trilling Terry Vavra,Public Works ....M.on.da...........J.u.ne...4......> 2.0.1.2..............................................................................................................................NeW...B.us.'.Hess...._...Ite.m........1.3._A................................................................................................................................... Y> To: Dane C. Bragg, Village Manager From: Terrence M. Vavra, Fire Chief Subject: Ambulance Purchase Date: - - May_15 _2012- - - - --- -- In accordance with our capital replacement program, and in consultation with the central garage, we are recommending the replacement of Ambulance 227. Ambulance 227 was purchased in 2004 and put in service in 2005. Currently it has over 86,000 road miles. Last month when inspected it was discovered that the suction unit was not functioning to full capacity. The Illinois Department of Public Health put the unit out of service until the unit was repaired. Luckily the only problem turned out to be a bad gauge. However, this vehicle is now reaching an age and use where the repair costs versus value is not viable. I have attached both DC Ciecko's and Fleet Manager Bob Whalen's memos for reference and additional information. The Northwest Municipal Conference annually solicits bids for ambulance purchase. Medtec/Foster Coach received the bid for this year's ambulances. The prices range from $235,934 to $200,008. The main difference's in these ambulances is the chassis and the size of the patient compartment. We recommend the Ford F450 chassis with a Type I box. The Northwest Municipal Conference bid was $200,008 for that vehicle. We very closely looked at the lists of equipment and options provided in the quote. We were able to reduce many of the options and equipment bringing the price down to $167,802. If we prepay 50% of the total cost at the time of order we can reduce the cost by an additional $2,701.74. With a trade in value of $9,500 the cost would be lowered to $155,600.26. We currently have $174,521.94 in capital reserve for this vehicle, leaving almost $19,000 left in reserve after purchase. The delivery time for this ambulance is approximately 120 days from order. We have also requested$7500 from the Foreign Fire Tax Board for some of the options that we have incorporated into the vehicle. This money could be placed into the capital reserve fund rather than having the Foreign Fire Tax Board write a check to Medtec/Foster Coach. These additional funds would reduce the cost to a net cost of$148,100.26. This is an overall reduction of more than$50,000 or 25% of the NWMC original bid. We recommend that the purchase of this vehicle be placed on the June 4, 2012 agenda for approval by the Village Board. If there are any questions regarding this please feel free to contact me. Commitment -- Royalty — Integrity -w Prude dam,. TO: Peter Ciecko,Deputy Fire Chief Buffalo Grove Fire Department FROM: Robert Whalen,Fleet Manager DATE: May 10,2012 SUBJECT: Fleet Replacement Fiscal 2012 Unit 227 Deputy Chief Ciecko, As you are aware Unit 227 a 2005 E-450 Ford Cut-Away ambulance chassis equipped with a MedTec ambulance module has been identified as requiring replacement in Fiscal 2012. This unit with 86,748 miles showing on the odometer as of May 10, 2012 has reached a value verses expense point where it is no longer prudent to expend funds to keep the unit viable in emergency service. I have reviewed the Foster Coach proposal and,your recommendations and find them to be satisfactory. It would be my recommendation to proceed with a Village Board authorization to purchase the replacement unit as described in the Foster Coach proposal, in accordance with the Northwest Municipal Conference Bid. MedTec ambulances as provided by Foster Coach in past history have provided excellent service and the support from dealer has been very positive, I see no advantage to be gained for the Village to change vendors at this time. ROBERT M WHALEN Fleet Manager gAcommonlgmgelmemos TILLAGE OF , BUFFALO GROVE Fire Department 1051 Highland Grove Drive Buffalo Grove,IL 60089-7026 Phone 847=537-0995 - - - - Fax 847-537-7370 Terrence M.Vavra Fire Chief MEMORANDUM PJC684 TO: Chief Terry Vavra FROM: Deputy Chief Peter Cliecko DATE: May 9,2012 RE: Request to Accept NWMC Ambulance Bid Ambulance 227 is due for replacement this year. This ambulance is a 2004 Type III model that to date has accumulated approximately 86,000 road miles. The Ford E450 Series Type III model is no longer available with diesel motors. Medtec/Foster Coach currently has the bid for Type I ambulances through the Northwest Municipal Conference. Listed below are bid prices for the Medtec ambulances: International Chassis/Medtec Ambulance- $235,934.00 Ford F650 Chassis/Medtec Ambulance- $217,739.00 Ford F450 Chassis/Medtec Ambulance- $200,008.00 Working with Robert Whalen,Supervisor of Vehicle Maintenance and Battalion Chief Wendy Durkin, EMS Supervisor, it has been decided to request a new ambulance on the Ford F450 Chassis. The ambulance will be built as close as possible to all our current Medtec units. We have worked with Steve Foster, President of Foster Coach Sales,to discuss our department's intentions. Mr. Foster has submitted a quote for a new Type I ambulance from Medtec/Foster Coach for$167,802.00. If we prepay 50%of the ambulance,which we have done for the last five ambulances,we would save an additional $2,701.74. This would drop the cost of the new ambulance to$165,100.26. Foster Coach sales will give us a$9,500.00 trade in allowance for our old ambulance. This would d o jA4(mgof the new ambulance to$155,600.26. ,y0 CLASS t• We recommend that the village accept the Northwest Municipal Conference's bid with Medtec/Foster Coach Sales for the purpose of purchasing a new ambulance. It is also recommend that we trade in our old ambulance and prepay 50%of the cost of the new ambulance with the final cost not to exceed $155,600.26. Listed below are our reasons: 1. The village has purchased our last eight ambulances from Medtec/Foster Coach Sales. We have had good success from all of them. 2. Warranty and service requests from Foster Coach have been excellent. 3. our ambulance fleet will stay pretty much standardized. 4. As of this date,we have$174,521.94 in the capital reserve account for the replacement of this vehicle. 5. We have made only some minor changes to the new proposed ambulance to meet the new federal guidelines on ambulances.(KKK-A4822E) 6. All of the equipment that is currently carried on the old ambulance will be moved to the new one thus saving additional money. 7. 2013 models are projected to go up an average of 5%to 10%. l have attached Foster Coach Sales quote. Can you please ask to have this placed on the June 4,2012 board agenda. If you have any questions,feel free to ask. Thank you for your considerations on this matter. FOSTER COACH SALES, INC. 903 Prosperity Drive Street P.O. Box 700 Sterling, Illinois $1081 PF00585 Phone: (815)625-3276 (800)369-4215 -Fax: (815)62's-7222——--- --- -- - - Web situ: www:fostercoach,com QUOTATION TO: BUFFALO.GROVE FIRE DATE; 04/25/12 150.1 HIGHLAND GROVE DRIVE AVE BUFFALO GROVE, IL 60089 ATTN: PETE CIECKO REFERENCE: NEW AMBULANCE We are pleased to.submit.the following quotation in accordance.with your request and subject to the Terms and Conditions listed.below and on the reverse side hereof. OTY DESCRIPTION EACH NET PRICE 1 2012 FORD F450 04 CUSTOM AMBULANCE ON A MEDTEG 172" CONVERSION PER SPECIFICATION $ 107,802.00 $ 1671802.00 OPTIONS Pre-payment Discount for 50%down payment $ -2,701.74 $ -2,701.74 Trade-'in 2004 Ford Medtec Ambulance $, -9,500.00 $ 4500,00 $ ------------- $ 16.500.26 50% pre-payment due at signing of order $ -83,901.00 $. =83,901,00 i i TOTAL DUE ON DELIVERY $ Total $ 71,699.26 i ACCEPTED BY; 1 - TITLE: Dale; ESTIMATED DELIVERY: PT 180 DAYS AFTER RECEIPT OF CHASSIS PROPOSED BY: to P.J.FOSTER, PRESIDENT OF SALES Authorization to Bid 2012 Village Wide Contractual Street 13-B Maintenance Program - Phase 2 Overview Staff has reviewed the plans and specifications for the 2012 Village Wide Contractual Street Maintenance Program, Phase 2,which consists of those streets listed below. Bids are scheduled to be opened on Thursday, June 28, 2012. The project streets have been identified within the FY 2012 Capital Improvement Plan and have been brought forward into the FY 2012 Budget. The following streets are scheduled for improvement: Thompson Boulevard Arlington Heights Road to Brandywyn Lane Logsdon Lane Thompson Boulevard to Thompson Boulevard Larchmont Drive Thompson Boulevard to Thompson Boulevard Rose Boulevard Nichols Road to end Rose Court East Rose Boulevard to end Rose Court West Rose Boulevard to end Cameron Way Nichols Road to end Rachel Lane Countryside Drive to Rose Boulevard Countryside Drive Cameron Way to Rose Boulevard Pine Tree Circle North Hidden Lake Drive to end Pine Tree Circle South Hidden Lake Drive to end Attachments Trustee Liaison Staff Contact Trustee Berman Dick K Kuenkler,Public Works ....M.on.da...........J.u.ne...4......> 2.0.1.2..............................................................................................................................NeW...B.us.'.Hess...._...Ite.m........1.3._B................................................................................................................................... Y> of' TransportMon Proposal 1 Contract Cover PROPOSAL SUBWTED BY Contractor's Name Street P.O. Box City State Zip Code STATE OF ILLINOIS COUNTY OF Cook & Lake Village of Buffalo Grove (Name of City,Viltage,Town or Road District) ❑ ESTIMATE OF COSTR+" z % ®SPECIFICATIONS �� "•°a�«s , ° ® PLANS *7':*W 2-G 2 2 ❑ MATERIAL PROPOSAL `: la ER D bg ❑ DELIVER AND INSTALL PROPOSAL OFES I i~L- ® NG1* EER CONTRACT PROPOSAL :^� ��°�„p El CONTRACT BOND w 0// fx� cat FOR THE IMPROVEMENT OF 1 F-"xp. 11[30/t STREET NAME OR ROUTE NO. 2012 Street Improvement Project (Phase 2) SECTION NO. N/A TYPES OF FUNDS Corporate For Municipal Projects Department of Transportation Submitted ❑ Released for bid basest on limited review Approved/Passed Date Date ❑ Mayor E President of(Board of Trustees ❑ Municipal Official Regional)Engineer For County and Road District Projects ❑ Concurrence in approval of award Submitted/Approved Date gate ❑Highway Commissioner Regional)Engineer Submitted/Approved Date ❑County Engineer/Superintendent of Highways hCrystal Lake1BFO 1110167-2012 St Main\40-Design\WorhBid Ipocuments\Plhase 2\110167-BLR12210-Cover-Phase2.docx BLR 12210(Rev.12/08/08) Authorization to Waive Bids and to Purchase - 2012 13-C Parkway Tree Growing Contract .................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Recommendation of Action Staff recommends approval. ..................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Budget Impact Fund/Account Budget Notes $170,000 Overview As previously reported to the Village Board, staff anticipates that the prices for parkway trees will escalate as the Emerald Ash Borer(EAB)epidemic peaks in the next few years. It is recommended that the Village lock in pricing for Ash tree replacements at this time. The best option available to lock in pricing is to work with a private nursery to grow trees for the Village under contract. The Village will have a need for 7000 replacement trees between 2014 and 2019 as a result of EAB infestation. Eugene A. de St. Aubin &Bro. Inc. (St. Aubin's),the Village's current provider for parkway tree replacements, is able to plant 1,000 trees for the Village in the Spring of 2012. The trees would be mature enough for delivery to the Village in the fall of 2014 after care and cultivation by the St.Aubin's staff through three growing seasons. At a total contract cost of$170,000.00,the cost would be at best$170/tree (100%survival) or at worst $188/tree (90%survival). These prices would be very favorable when compared to the Village's current pricing for parkway trees and compared to current pricing seen from other long term growing contracts such as the Suburban Tree Consortium. Given that pricing is expected to rise in the upcoming years, staff believes that this will be the most cost effective solution for trees available as soon as fall of 2014. A bid waiver is recommended 1)given the short window of time available to plant trees yet in 2012; 2) the Village's past positive experience with St. Aubin's; and 3)the favorable pricing comparisons. Approximately 6,000 trees will be still be needed to be planted given the EAB infestation. A staff report and recommendation would be provided for the remaining public trees within the community. Next Steps Staff will enter into a contract with St. Aubin's pending final approval by the Village Attorney. Anticipated Future Board Actions Staff is also in discussion with St. Aubin's to obtain pricing for the remaining 6,000 trees needed. St. Aubin's expects to be able to provide even better pricing for 6,000 trees to be planted from 2013-2016 and another contract will be drafted to cover those future needs. Attachments 2012 Parkway Tree Growing Contract-052912 DRAFT.pdf Trustee Liaison Staff Contact Trustee Stein Gregory P Boysen,Public Works ....M.on.da...........J.u.ne...4......> 2.0.1.2..............................................................................................................................NeW...B.us.'.Hess...._...Ite.m........1.3._C................................................................................................................................... Y> VILLAGE OF BUFFALO GROVE AGREEMENT 2012 Parkway Tree Growing Contract DRAFT CONTRACT DOCUMENTS May 29, 2012 VILLAGE OF BUFFALO GROVE AGREEMENT 2012 PARKWAY TREE GROWING CONTRACT DOCUMENT TABLE OF CONTENTS SECTION AND PAGES I. COVER SHEET 1 SHEET II. TABLE OF CONTENTS A-1 III. AGREEMENT B-1 to B-4 IV. GENERAL CONDITIONS OF THE CONTRACT C-1 to C-6 V. PERFORMANCE & PAYMENT BOND D-1, D-2 VI. PUBLIC CONTRACT CERTIFICATIONS E-1 VIL TREE GROWING AND HARVESTING SPECIFICATIONS F-1 to F-2 VILLAGE OF BUFFALO GROVE AGREEMENT 2012 PARKWAY TREE GROWING THIS AGREEMENT, made this day of 2012, by and between the VILLAGE OF BUFFALO GROVE (hereinafter called the "Owner" or "Village") a Municipal Corporation acting through its President, and Board of Trustees, and Eugene A. de St. Aubin & Bro. Inc., hereinafter called the "Contractor." This Agreement is sometimes referred to as Contract. WITNESSETH WHEREAS, pursuant to Division 11-73.1 of the Illinois Municipal Code (65 ILCS 5/11-73.1-1, et seq.), municipalities are authorized to enter into long term contracts with a vendor of trees for the purchase and delivery of such trees as may be necessary and appropriate; and WHEREAS, Illinois State Law allows municipalities to enter into long term contractual relationships for the purpose of procuring parkway trees for up to ten (10) years; and WHEREAS, the goal of the Village is to enter into a contractual growing arrangement whereby a contractor will grow trees according to predetermined qualifications and make trees available for fall and/or spring plantings for up to a ten (10) year period; and WHEREAS, the Contractor has the necessary experience and qualifications to furnish the services to the Village in accordance with the terms of this Agreement; and WHEREAS, the Contractor is in good standing under the laws of the State of Illinois, is qualified to do business in the State of Illinois, is authorized to conduct its business as it is presently being conducted and is not in violation of any provision of its organizational or operating agreements; and WHEREAS, the Contractor shall plant in the Spring of 2012 the specified type and amount of tree liners in an area on the Contractor's property to be exclusively dedicated for planting for the Village; and WHEREAS, the Contractor shall harvest the specified type and amount of 2-1/2" minimum diameter trees for fall planting in 2014; and NOW THEREFORE, for and in consideration of their mutual promises, covenant undertaking and agreements, the parties hereto do hereby agree as follows: B-1 ARTICLE I- WORK TO BE DONE BY THE CONTRACTOR Contractor agrees, at its own cost and expense, to do all work and to furnish all the labor, materials, equipment, land and other property to do, construct, install, and complete all the works and improvements included, all in full accordance with and in compliance with and as required by the hereinafter specified Tree Growing and Harvesting Specifications and Contract Documents for said works and improvements, and to do, at its own cost and expense, all other things required of the Contractor by said Contract Documents. ARTICLE II - CONTRACT DOCUMENTS The Contract Documents herein mentioned include all of the Contract Documents, including but not limited to the following: 1. The General Conditions of the Contract 2. This Agreement 3. Public Contract Statements 4. Tree Growing and Harvesting Specifications 5. All Bonds, Insurance Certificates and Insurance Policies mentioned or referred to in the foregoing documents 6. Any and all other documents or papers included or referred to in the foregoing documents all of which documents are on file in the OFFICE OF THE VILLAGE CLERK, 50 Raupp Boulevard, Buffalo Grove, Illinois, all said documents being hereby incorporated herein and made a part herein by reference the same as if set forth herein. ARTICLE III- CONTRACT AMOUNT The Contractor agrees to receive and accept the unit price as set forth in the Tree Growing and Harvesting Specifications as full compensation for furnishing all materials and equipment and for doing all the work contemplated and embraced in this Agreement; also for all loss or damage arising out of the nature of the work aforesaid, or from the action of the elements, or from any unforeseen difficulties or obstructions which may arise or be encountered in the execution of the work until its acceptance by the Village, and for all risks of every description connected with the work; also for well and faithfully completing the work, and the whole thereof, in the manner and according to and in compliance with the Plans and Contract Documents and the requirements of the Village Public Works Director(Public Works Director). ARTICLE IV—CONFLICT BETWEEN COMPONENT PARTS OF CONTRACT In the event that any provision in any of the following component parts of this Contract conflicts with any provision in any other of the following component parts, the provision in the component part which follows it numerically except as may be otherwise specifically stated applies. Said component parts are the following: B-2 1. General Conditions of Contract 2. Tree Growing and Harvesting Specifications 3. Contractor's Proposal 4. This Agreement This Contract is intended to conform in all respects to applicable statutes of the State in which the work is to be constructed, and if any part or provision of this Contract conflicts therewith, the said statute shall govern. ARTICLE V—CONTRACT TIME This Agreement shall commence on the Is` day of June, 2012, and continue until the 31s` day of December, 2014, unless earlier terminated as provided in this Agreement. The Contractor shall fully complete all work to the point of final acceptance by the Village, and to complete doing all other things required of them by the Contract Documents on or before and no later than December 31, 2014. Contractor shall and agrees to furnish and deliver to the Village fifteen (15) calendar days after date of award of this contract the Faithful Performance and Payment Bond and the Insurance Certificates and Policies of Insurance required of him by the provisions of Paragraph 2 of the General Conditions of the Contract, and to do, prior to starting work, all other things which are required of them by the Contract Documents as a prerequisite of starting work. ARTICLE VI—PREVAILING WAGE ACT This work is subject to the wage provisions of the Illinois Prevailing Wage Act (820 ILCS 130/0.01 et seq.). ARTICLE VII - ASSIGNMENT The Village agrees with said Contractor to employ, and does hereby employ, the said Contractor to provide the materials and do all the work, and do all other things hereinabove mentioned, according to the terms and conditions hereinabove contained or referred to, for the prices aforementioned, and hereby contracts to pay the same at the time, in the manner and upon the conditions set forth or referred to in the Plans and Specifications and Contract Documents; and the said parties for themselves, their heirs, executors, administrators, successors and assigns, do hereby agree to the full performance of the covenants herein contained. This Agreement is personal in character and the Contractor shall not assign, transfer, convey, or otherwise dispose of its interest in this Agreement without the prior written consent of the Village. No assignment, even if consented to, shall in any way reduce or eliminate the liability of the assignee for obligations accrued prior to such assignment. B-3 VILLAGE OF BUFFALO GROVE AGREEMENT 2012 PARKWAY TREE GROWING CONTRACTOR BY TITLE ATTEST: BY TITLE THE VILLAGE OF BUFFALO GROVE VILLAGE MANAGER B-4 GENERAL CONDITIONS OF THE CONTRACT 1. Contract Security The Contractor shall furnish a surety bond in an amount at least equal to 100 percent of the aggregate amount of the Contract as security for the faithful performance of the Contract and for the payment of all persons performing labor and furnishing materials in connection with this Contract. 2. Contractor's Insurance Contractor shall procure and maintain for the duration of the Contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance: Coverage shall be at least as broad as: 1. Insurance Services Office Commercial General Liability occurrence form CG 0001 (Ed. 11/85) with the Village named as additional insured; and 2. Insurance Service Office Business Auto Liability coverage form number CA 0001 (Ed. 10/90 or newer), Symbol 01 "Any Auto." 3. Workers' Compensation as required by the Labor Code of the State of Illinois and Employers' Liability insurance. B. Minimum Limits of Insurance: Contractor shall maintain limits no less than: 1. Commercial General Liability: $1,000,000 combined single limit per occurrence for bodily injury, personal injury and property damage. The general aggregate shall be twice the required occurrence limit. Minimum General Aggregate shall be no less than $2,000,000 or a project/contract specific aggregate of$1,000,000. 2. Business Automobile Liability: $1,000,000 combined single limit per accident for bodily injury and property damage. 3. Workers' Compensation and Employers' Liability: Workers' Compensation coverage with statutory limits and Employers' Liability limits of$1,000,000 per accident. C. Deductibles and Self-Insured Retentions Any deductibles or self-insured retentions must be declared to and approved by the Village. At the option of the Village, either: the insurer C-1 shall reduce or eliminate such deductibles or self-insured retentions as respects the Village, its officials, agents, employees and volunteers; or the Contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and defense expenses. D. Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisions: 1. General Liability and Automobile Liability Coverages: The Village, its officials, agents, employees and volunteers are to be covered as insureds as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the Contractor; premises owned, leased or used by the Contractor; or automobiles owned, leased, hired or borrowed by the Contractor. The coverage shall contain no special limitations on the scope of protection afforded to the Village, its officials, agents, employees and volunteers. 2. The Contractor's insurance coverage shall be primary as respects the Village, its officials, agents, employees and volunteers. Any insurance or self-insurance maintained by the Village, its officials, agents, employees and volunteers shall be excess of Contractor's insurance and shall not contribute with it. 3. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the Village, its officials, agents, employees and volunteers. 4. The Contractor's insurance shall contain a Severability of Interests/Cross Liability clause or language stating that Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. E. All Coverages: Each insurance policy required by this paragraph shall be endorsed to state that coverage shall not be suspended, voided, cancelled, reduced in coverage or in limits except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the Village. F. Acceptability of Insurers Insurance is to be placed with insurers with a Best's rating of no less than A-, VII and licensed to do business in the State of Illinois. C-2 G. Verification of Coverage Contractor shall furnish the Village with certificates of insurance naming the Village, its officials, agents, employees, and volunteers as additional insured's and with original endorsements, affecting coverage required herein. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be received and approved by the Village before any work commences. The Village reserves the right to request full certified copies of the insurance policies and endorsements. H. Subcontractors Contractor shall include all subcontractors as insured's under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverage's for subcontractors shall be subject to all of the requirements stated herein. I. Assumption of Liability The contractor assumes liability for all injury to or death of any person or persons including employees of the contractor, any subcontractor, any supplier or any other person and assumes liability for all damage to property sustained by any person or persons occasioned by or in any way arising out of any work performed pursuant to this agreement. J. Indemnity/Hold Harmless Provision To the fullest extent permitted by law, the Contractor hereby agrees to defend, indemnify and hold harmless the Village, its officials, agents and employees against all injuries, deaths, loss, damages, claims, patent claims, suits, liabilities, judgments, cost and expenses, which may in anywise accrue against the Village, its officials, agents and employees arising in whole or in part or in consequence of the performance of this work by the Contractor, its employees, or subcontractors, or which may in anywise result therefore, except that arising out of the sole legal cause of the Village, its agents or employees, the Contractor shall, at its own expense, appear, defend and pay all charges of attorneys and all costs and other expenses arising therefore or incurred in connections therewith, and, if any judgment shall be rendered against the Village, its officials, agents and employees in any such action, the Contractor shall, at its own expense, satisfy and discharge the same. Contractor expressly understands and agrees that any performance bond or insurance policies required by this C-3 contract, or otherwise provided by the Contractor, shall in no way limit the responsibility to indemnify, keep and save harmless and defend the Village, its officials, agents and employees as herein provided. K. Retention of Pam: The Contractor further agrees that to the extent that money is due the Contractor by virtue of this contract as shall be considered necessary in the judgment of the Village, may be retained by the Village to protect itself against said loss until such claims, suits, or judgments shall have been settled or discharged and/or evidence to that effect shall have been furnished to the satisfaction of the Village. L. Patent Fees and Royalties: Contractor shall indemnify and hold harmless the Village and anyone directly or indirectly employed by either of them from and against all claims, damages, losses, and expenses (including attorneys' fees and court and arbitration costs) arising out of any infringement of patent rights or copyrights incident to the use in the performance of the work or resulting from the incorporation in the work of any invention, design, process, product, or device not specified in the Contract Documents, and shall defend all such claims in connection with any alleged infringement of such rights. M. Request for Pam: Contractor shall submit sworn Contractor's affidavit along with executed lien waivers with request for payment. 3. Certificate of Authority and Surety Certificate The Contractor shall furnish the Owner with a current Certificate of Authority or Surety Certificate issued by the Illinois Department of Insurance (IDOI) for the bonding company that they are using. The Contractor shall also furnish the Owner with a current Certificate of Authority issued by the Illinois Department of Insurance (IDOI) for the insurance company that they are using. 4. Plans and Specifications The Plans and Specifications shall be the Tree Growing and Harvesting Specifications, and any work shown thereon shall be executed the same as if specifically mentioned herein and should any discrepancy between plans and specifications appear, the ruling of the Public Works Director on the interpretation thereof shall be final and binding. C-4 It is the intention of these Plans and Specifications to provide for this improvement in a complete, thorough and workman-like manner. The Contractor to whom the work is awarded shall furnish all materials, labor, tools, appliances, appurtenances, and all things necessary to complete the work in accordance with these Plans and Specifications, and anything omitted that may be interpreted as reasonably necessary to such completion is to be merged in the prices bid for the improvement. 5. Changes If the Public Works Director deems it proper or necessary in the execution of the work to make any alteration which will increase or diminish the quantity of labor or material or the expense of the work, even to the elimination of one or more items, such alteration shall not annul or vitiate the Contract hereby entered into. The elimination of any part of the work shall not increase the unit price for any of the remaining work bid on. The value of the work so added shall be based on the rates and prices named in the Contract, and bid, when such rates and prices cover the class of work added, otherwise the value shall be determined by mutual agreement between the Owner and Contractor, before such work shall be commenced. 6. Extra Work No claim whatsoever will be allowed the Contractor for changes, extra work or material not completed or necessary for the completion of the work described, or for a greater amount of money than is hereby stipulated to be paid, unless the change in or addition to the work requiring additional outlay by the Contractor is first ordered in writing by the Public Works Director, and the price therefore agreed to in writing. Minor changes or small modifications in the specifications which may be made to suit some special condition or situation shall not be construed as a precedent for like changes at other times, nor shall such modifications be construed by the Contractor as removing the work from the classification given in the proposal, and placing it under the category of'Extra Work". 7. Notice of Starting The Contractor shall notify the Public Works Director forty-eight (48) hours before beginning any work on this Contract, or of its intention so to do; in case of a temporary suspension of the work he shall give a similar notice before resuming same. 8. Sequence The Public Works Director shall have the power to direct the order and sequence of the work. On any major portion of the work, all accessories shall be set coincident with the main construction. Payment for major portion of the work may be withheld until proper completion of accessories. C-5 9. Supervision The Public Works Director shall have override power to superintend and direct the work, and the Contractor shall perform all of the work herein specified, to his entire satisfaction, approval and acceptance. 10. Contractor's Representative The Contractor shall have at all times a competent foreman or superintendent at the work site, who shall have full authority to act for the Contractor and to receive and execute orders from the Public Works Director, and any instructions given to such superintendent or person, executing work for the Contractor, shall be binding on the Contractor as though it was personally given to the Contractor. 11. Workman The Contractor shall employ competent foremen and laborers and shall discharge, at the request of the Public Works Director, any incompetent, unfaithful, abusive or disorderly men in its employ. None but men expert in their respective branches of work shall be employed where special skill is required. The Contractor shall provide and maintain such sanitary accommodations for the use of its employees as may be necessary to comply with the State and local Board of Health requirements. Public nuisances will not be permitted. 12. Termination of Contract If, at any time, the Public Works Director shall be of the opinion that the work under this Contract is unnecessarily delayed and will not be finished in the prescribed time, or that the work is not being performed in a satisfactory manner, he will so notify the Contractor in writing. If the Contractor has not within ten (10) days thereafter taken such measures, as will in the judgement of the Public Works Director, insure the satisfactory completion of the work under this Contract on or before the dated specified in the Proposal, the Village may notify the Contractor to discontinue all work under the Contract and proceed to terminate the Contract. 13. Prevailing Wage Act Contractor shall comply with the requirements of the Illinois Prevailing Wage Act (820 ILCS 130/0.01 et seq.). C-6 PERFORMANCE AND PAYMENT BOND Bond Number: KNOW ALL MEN BY THESE PRESENTS, That as Principal, and as Surety, are held and firmly bound unto the full and just sum of Dollars ($ ), lawful money of the UNITED STATES OF AMERICA for the payment of which sum of money well and truly to be made, we bind ourselves, heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents; WHEREAS, The Principal has entered into a certain written Contract, dated this day of 20 , with the for complete, as described in the foregoing Contract and Articles of Agreement. NOW THE CONDITIONS OF THIS OBLIGATION ARE SUCH that if the said Principal shall in all respects will and truly keep and perform the said Contract, and shall pay all sums of money due or to become due, for any labor, materials, apparatus, fixtures or equipment furnished for the purpose of construction of the work provided in said Contract, and shall remove and replace any defects in workmanship or materials which may be apparent or may develop within a period of one (1) year from the date of final acceptance, then this obligation shall be null and void; otherwise it shall remain in full force and effect. And the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder of the specifications accompanying the same shall in D-1 any way affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. IN WITNESS WHEREOF, we have hereunto set our hands and seal this day of , 20 . (SEAL) (SEAL) (SEAL) (SEAL) Principal WITNESS: (If Individual or Firm) ATTEST: (If Corporation) (SEAL) (SEAL) Surety ATTEST: (Surety) D-2 VILLAGE OF BUFFALO GROVE PUBLIC CONTRACT STATEMENTS The Village of Buffalo Grove is required to obtain certain information in the administration and awarding of public contracts. The following Public Contract Statements shall be executed and notarized. PUBLIC CONTRACT STATEMENTS CERTIFICATION OF CONTRACTOR/BIDDER In order to comply with 720 Illinois Compiled Statutes 5/33 E-I et seq., the Village of Buffalo Grove requires the following certification be acknowledged: The below-signed bidder/contractor hereby certifies that it is not barred from bidding or supplying any goods, services or construction let by the Village of Buffalo Grove with or without bid,due to any violation of either Section 5/33 E-3 or 5/33 E-4 of Article 33E,Public Contracts,of the Chapter 720 of the Illinois Compiled Statutes,as amended. This act relates to interference with public contracting,bid rigging and rotating, kickbacks,and bidding. CERTIFICATION RELATIVE TO 65 ILCS 5/11-42.1.1 In order to comply with 65 Illinois Complied Statutes 5/11-42.1.1, the Village of Buffalo Grove requires the following certification: The undersigned does hereby swear and affirm that: (1) it is not delinquent in the payment of any tax administered by the Illinois Department of Revenue or (2)in contesting in accordance with the procedures established by the appropriate revenue Act,its liability for the tax or the amount of the tax. The undersigned further understands that making a false statement herein: (1) is a Class I Misdemeanor, and (2) voids the contract and allows the Village to recover all amounts payable to it under the contract. CONFLICT OF INTEREST The Village of Buffalo Grove Municipal Code requires the following verification relative to conflict of interest and compliance with general ethics requirements of the Village: The undersigned supplier hereby represents and warrants to the Village of Buffalo Grove as a term and condition of acceptance of this(bid or purchase order)that none of the following Village Officials is either an officer or director of supplier or owns five percent (5%) or more of the Supplier: the Village President, the members of the Village Board of Trustees, the Village Clerk, the Village Treasurer, the members of the Zoning Board of Appeals and the Plan Commission, the Village Manager and his Assistant or Assistants, or the heads of the various departments within the Village. If the foregoing representation and warranty is inaccurate, state the name of the Village official who either is an officer or director of your business entity or owns five percent(5%)or more thereof: (Official) Print Name of Contractor/Bidder/Supplier Signature Title Subscribed and Sworn to before me this day of 2012. Notary Public Notary Expiration Date E-1 TREE GROWING AND HARVESTING SPECIFICATIONS 1. General The Village of Buffalo Grove is desirous of insuring the availability of one thousand(1,000) trees in the year 2014. 2. Plantinz Contractor shall plant one thousand (1,000) trees in the Spring of 2012. Trees shall be in the form of tree liners. The Village shall inform the Contractor of the type and number of trees, totaling one thousand(1,000), in writing by June 6, 2012. 3. Tree Specifications All trees shall conform to the American Standard for Nursery Stock as approved by the American National Standards Institute, Inc., issued as ANSI Z60.1-2004, or any amendment thereof. 4. Location and Ownership The Village shall be assigned a designated plot of land on the Contractor's property. The Contractor shall plant, cultivate, and harvest the one thousand (1,000) trees. Once planted, the trees will become the property of the Village. 5. Maintenance The Contractor shall provide professional nurserymen for the purpose of administering all care, pruning, and other required maintenance until such time as the trees are harvested. The care rendered shall be in accordance with American Standard Nursery Stock (ANSI Z26.01-2004). Required maintenance shall include a drip irrigation system. Maintenance cost is inclusive in paragraph 8. 6. Harvestinz Harvesting of the one thousand (1,000) trees will be scheduled for the Fall of 2014. The Village's intention is to harvest two and one-half inch (2-1/2") minimum diameter trees as measured at a point six inches (6") above the root flare. All trees harvested will be dug, balled, and bagged in accordance with the Illinois Nurserymen Standards. Delivery and replanting of trees are not included in this contract. The Contractor shall begin digging trees for pick up by October 1 and shall finish by November 30 for the fall planting season. Trees shall be dug at the appropriate time depending on weather and other site conditions and in coordination with the Village's schedule for pick up. Additional time may only be granted upon prior written approval of the Village. F-1 7. Guarantee/Risk It is understood that there is a mortality risk of all trees planted. However, the Contractor shall guarantee that ninety percent(90%) of the planted trees will be available for harvest. Should the amount of trees available for harvesting not meet the guaranteed number (900) then the Contractor shall provide replacement trees of a minimum two and one-half inch (2-1/2") in diameter and of a type agreed to by the Village. 8. Third Party Purchasers Should the Village, for any reason, not be able to plant all of the purchased trees set forth in this contract, the Village shall have the right to assign their interest in said purchase to third party entities or individuals in the sole discretion of the Village. Any third party purchaser shall have the same rights as the Village contained herein. Payment by the third party purchaser will be paid directly to the Village. 9. Cost/Pam The Village shall pay to the Contractor the sum of $170,000.00 payable in three (3) equal installments of $56,666.66. The Contractor shall submit an annual request for payment on or after the first of June for each contract year 2012-2014. Except for the initial and final requests for payment, a partial waiver of lien shall be included covering all work completed to date. The final request for payment shall include a final waiver of lien. All requests for payment should also include Certified Payroll and Contractor's Affidavits for the period covered by the request for payment. Payment will be made by the Village according to the Illinois Prompt Payment Act. 10. Inspections Representatives of the Village shall have the right to inspect any and all trees, materials, components, supplies, workmanship and services rendered hereunder. If any tree, material, component, supply, workmanship or service is deemed unacceptable by the Village because it does not comply with the requirements of this Contract, the same shall be replaced or redone by the Contractor at no additional cost to the Village. 11. Annual Reports A final species report, a list of mortalities for the previous fall and spring, shall be provided by the Contractor twice yearly at the conclusion of the planting seasons. 12. Modification Except as otherwise provided for herein, no provision of these specifications may be modified, amended, waived or discharged unless such modification, waiver, amendment or discharge is agreed to in writing and bears the signatures of the Village and Contractor. F-2 VILLAGE OF BUFFALO GROVE WARRANT #1190 4-Jun-12 Corporate Fund: Reimbursements & Fund Transfers 2,000.00 Reserve for Capital Replacement-Autos 18,204.45 Reserve for Capital Replacement-MIS 41.50 Revenue Reimbursements 29,919.00 Legislative 22,574.97 Office of Village Manager 1,305.73 Management Information Systems 12,246.46 Legal 56.70 Finance & General Services 14,513.69 Human Resources 69.68 Fire Services 19,426.12 Police Services 21,325.94 Building & Zoning 13,425.46 Engineering Services 247.36 Building & Grounds 6,549.26 Street & Bridge Operations 23,680.36 Street & Bridge Administration 999.78 Forestry 1,256.93 Central Garage 35,592.13 Drainage System 807.96 ESDA 1,376.76 Transfer/Non Operating 0.00 Total 225,620.24 Illinois Municipal Retirement Fund: 0.00 Parking Lot Fund: 198.44 Motor Fuel Tax Fund: 0.00 School & Park Donations 0.00 Capital Projects-Facilities: 0.00 Capital Projects-Streets: 216,795.37 Health Insurance Expense 59.85 Facilities Development Debt Service Fund: 110,187.50 Police Pension Fund: 0.00 Fire Pension Fund: 0.00 Retiree Health Savings: 0.00 Water Fund: Reimbursements & Refunds: 107.28 Water Operations 25,142.17 Sewer Operations 8,389.72 Total 33,639.17 Buffalo Grove Golf Fund: Reimbursements & Refunds: 0.00 Golf Operations 28,744.09 Total 28,744.09 Arboretum Golf Fund: Reimbursements 0.00 Golf Operations 20,556.13 Total 20,556.13 Refuse Service Fund: 0.00 PAYROLL PERIOD ENDING 5/20/2012 889,477.25 TOTAL WARRANT #1190 1,525,278.04 APPROVED FOR PAYMENT BY THE PRESIDENT AND BOARD OF TRUSTEES OF THE VILLAGE OF BUFFALO GROVE, ILLINOIS Village Clerk Village President Payroll Longevity Ending Date 05/20/12 ADJ (June) Balance Net Earnings 511,134.45 511,134.45 Federal W/H PENMO 945 0.00 0.00 Federal W/H BW 941 97,852.87 97,852.87 Federal W/H MO 941 65.25 65.25 Credit Union 21,949.17 21,949.17 Roth IRA 1,412.34 1,412.34 State W/H 33,275.05 33,275.05 State W/H Wise 1,110.45 1,110.45 United Way 227.25 227.25 Bright Directions 160.00 160.00 AFLAC 308.71 308.71 Fire Pension/Sup 31.36 31.36 Police Pension 21,954.78 21,954.78 Fire Pension 18,920.96 18,920.96 Flex Savings 5,241.28 5,241.28 Dependent Care 920.93 920.93 IRS Bills 0.00 0.00 ICMA Employee 26,847.19 26,847.19 ICMA Employer 855.17 855.17 PPO Premium Deduct 15,620.74 15,620.74 RHS-Fire 2,165.55 2,165.55 FICA FICA Employee 14,992.54 14,992.54 37,124.58 FICA Employe 22,132.04 22,132.04 FOP 103.75 103.75 MEDI Medicare 11,191.40 11,191.40 22,382.80 BGHS 48.00 48.00 59,507.38 Fire Dues 1,598.00 1,598.00 AFLAC Pre Tax 952.54 952.54 PPO Premium Deduct Tax 59.08 59.08 Life Insurance 1,027.84 1,027.84 FPAC 107.00 107.00 PC Purchase 1,031.30 1,031.30 IPBC 779.06 779.06 Garnishments 6,466.87 6,466.87 General Fund Fire 275.00 275.00 Sub-total 820,817.92 0.00 0.00 820,817.92 854,141.36 IMRF-Supplement 0.00 IMRF-Employee 14,760.62 14,760.62 IMRF-Employer 42,707.31 42,707.31 Gross Payroll 878,285.85 0.00 0.00 878,285.85 889,477.25 dstbyorg 889,477.25 Payroll Gross Dept# 889,477.25 Transfers 0.00 Longevity Gross Payroll Transfer 511,134.45 Water/Sewer 541/542 37,735.67 IRA 1,412.34 Police Pension 531 Credit Union 21,949.17 Fire Pension 532 State Tax 33,275.05 BG Golf 546 24,492.86 941 Federal Tax 157,425.50 Arb Golf 548 28,690.93 53,183.79 945 Federal Tax 0.00 Total Other Funds 90,919.46 ICMA 27,702.36 RHS-Fire 2,165.55 MommummomFlex Savings 6,162.21 761,226.63 TRANSFERRED: Difference between Pyrl Gross 798,557.79 less water/golf/pension Date: 05/31/12 09 :28 Village of Buffalo Grove Page: 1 User: parkskj EXPENDITURE APPROVALS LIST Warrant Date 06/04/12 FUND NO. 000010 DEPT NO. 000010 CORPORATE FUND VENDOR# VENDOR NAME INVOICE# VOUCHER ACCT# TSK OPT C-CTR ITEM DESCRIPTION EXP AMOUNT HAND-ISSUED 99998 ARMCOR DESIGN & BUILD MULTIPLE 129969 224 DEPOSIT D I A 2, 000 . 00 *TOTAL VENDOR -> ONE-TIME VENDORS 2, 000 . 00 134595 CERTIFIED FLEET SERVICES R15522 130210 223 RESF OR CAP REPLA 3, 269. 02 R15513 130081 223 RES FOR CAP REPLA 8, 246. 4125 *TOTAL VENDOR CERTIFIED FLEET SER 11, 515. 43 * 139069 CHICAGO HARLEY DAVIDSON 2012 LEASE 130120 223 RES FOR CAP REPLA 3, 070 . 00 *TOTAL VENDOR CHICAGO HARLEY DAVI 3, 070 . 00 * 717756 PRINTEK, INC. 0002702650 130137 223 RES FOR CAP REPLA 3, 619. 02 *TOTAL VENDOR PRINTEK, INC. 3, 619. 02 * 842011 TIGER DIRECT.COM F984546901 130011 229 RES FOR CAP REPLA 41 . 50 *TOTAL VENDOR TIGER DIRECT.COM 41 .50 * **TOTAL CORPORATE FUND 20, 245. 95 Date: 05/31/12 09 :28 Village of Buffalo Grove Page: 2 User: parkskj EXPENDITURE APPROVALS LIST Warrant Date 06/04/12 FUND NO. 000010 DEPT NO. 000210 CORPORATE REVENUE VENDOR# VENDOR NAME INVOICE# VOUCHER ACCT# TSK OPT C-CTR ITEM DESCRIPTION EXP AMOUNT HAND-ISSUED 99998 JUDITH O'BRIEN 250416 130100 1138 DEPOSIT D I A 1, 000 . 00 *TOTAL VENDOR -> ONE-TIME VENDORS 1, 000 . 00 364410 EDWARD HINES LUMBER CO MAY 2012 130167 1073 SALES & HOME RULE 14, 413. 00 MAY 2012 130167 1053 SALES & HOME RULE 14, 413. 00 *TOTAL VENDOR EDWARD HINES LUMBER 28, 826. 00 * 719560 PRO-TECH SECURITY SALES 19042 130008 1299 ALL OTHER INCOME 93. 00 *TOTAL VENDOR PRO-TECH SECURITY S 93. 00 * **TOTAL CORPORATE REVENUE 29, 919. 00 Date: 05/31/12 09 :28 Village of Buffalo Grove Page: 3 User: parkskj EXPENDITURE APPROVALS LIST Warrant Date 06/04/12 FUND NO. 000010 DEPT NO. 000401 LEGISLATIVE VENDOR# VENDOR NAME INVOICE# VOUCHER ACCT# TSK OPT C-CTR ITEM DESCRIPTION EXP AMOUNT HAND-ISSUED 36570 AMERICAN CHARGE SERVICE 34TRIPS 5/ 130237 4942 SR CIT TAXI SUB 85. 00 *TOTAL VENDOR AMERICAN CHARGE SER 85. 00 * 82109 BANKCARD SERVICES 5/21/2012 130115 3722 ACE SAO PT RECEPT 1, 039. 97 5/21/2012 130115 3113 ACE SAO PT RECEPT 54 . 00 *TOTAL VENDOR BANKCARD SERVICES 1, 093. 97 * 99998 BOUASY THAMMARATH YOUTH ART 130142 3718 ARTS COMMISSION 25. 00 *TOTAL VENDOR -> ONE-TIME VENDORS 25. 00 * 545482 MAGIC DREAMS PRODUCTIONS 321 130250 4941 CABLE TV PROGRAMM 830 . 00 *TOTAL VENDOR MAGIC DREAMS PRODUC 830 . 00 * 612180 NORTHWEST MUN. CONFERENCE 9232 130259 3113 DUES & MEMBER 20, 541 . 00 *TOTAL VENDOR NORTHWEST MUN. CONF 20, 541 . 00 * **TOTAL LEGISLATIVE 22, 574 . 97 Date: 05/31/12 09 :28 Village of Buffalo Grove Page: 4 User: parkskj EXPENDITURE APPROVALS LIST Warrant Date 06/04/12 FUND NO. 000010 DEPT NO. 000405 OFC VLG MANAGER VENDOR# VENDOR NAME INVOICE# VOUCHER ACCT# TSK OPT C-CTR ITEM DESCRIPTION EXP AMOUNT HAND-ISSUED 82109 BANKCARD SERVICES 5/21/2012 130115 4913 ACE SAO PT RECEPT 24 . 00 *TOTAL VENDOR BANKCARD SERVICES 24 . 00 82109 BANKCARD SERVICES 5/21/2012 130115 3215 ACE SAO PT RECEPT 10 . 00 5/21/2012 130115 4935 ACE SAO PT RECEPT 5. 09 5/21/2012 130115 4935 ACE SAO PT RECEPT 19.33 5/21/2012 130115 4935 ACE SAO PT RECEPT 10 . 41 5/21/2012 130115 4935 ACE SAO PT RECEPT 37 . 42 5/21/2012 130115 3219 ACE SAO PT RECEPT 82 .35 *TOTAL VENDOR BANKCARD SERVICES 164 . 60 120072 CALL ONE 5/15-11044 129970 3211 PHONE 46.58 *TOTAL VENDOR CALL ONE 46.58 152706 COM-ED 5/8-167509 130245 4913 CONSULTING FEES C 168 . 00 *TOTAL VENDOR COM-ED 168 . 00 396276 I L C M A 12-13 DUES 130249 3113 DUES & MEMBER 240 . 25 *TOTAL VENDOR I L C M A 240 .25 419023 OCE IMAGISTICS INC. 733972847 130260 3216 MAINT CONTRACT 51 . 00 *TOTAL VENDOR OCE IMAGISTICS INC. 51 . 00 * 527336 LOGSDON OFFICE SUPPLY 405883I 130219 3240 OFFICE SUPPLIES 107 . 98 *TOTAL VENDOR LOGSDON OFFICE SUPP 107 . 98 * 903455 VERIZON WIRELESS 2747402776 130187 3211 PHONE 121 .33 *TOTAL VENDOR VERIZON WIRELESS 121 .33 * 917660 WAREHOUSE DIRECT 15627620 130261 3240 OFFICE SUPPLIES 381 . 99 *TOTAL VENDOR WAREHOUSE DIRECT 381 . 99 * **TOTAL OFC VLG MANAGER 1, 305. 73 Date: 05/31/12 09 :28 Village of Buffalo Grove Page: 5 User: parkskj EXPENDITURE APPROVALS LIST Warrant Date 06/04/12 FUND NO. 000010 DEPT NO. 000407 MIS VENDOR# VENDOR NAME INVOICE# VOUCHER ACCT# TSK OPT C-CTR ITEM DESCRIPTION EXP AMOUNT HAND-ISSUED 82109 BANKCARD SERVICES 5/21/2012 130115 3216 ACE SAO PT RECEPT 142 . 78- *TOTAL VENDOR BANKCARD SERVICES 142 . 78-* 82109 BANKCARD SERVICES 5/21/2012 130115 4935 ACE SAO PT RECEPT 30 . 75 5/21/2012 130115 3216 ACE SAO PT RECEPT 142 . 78 5/21/2012 130115 3216 ACE SAO PT RECEPT 215. 97 5/21/2012 130115 4313 ACE SAO PT RECEPT 16. 56 *TOTAL VENDOR BANKCARD SERVICES 406. 06 * 120072 CALL ONE 5/15-11044 129970 3211 PHONE 31 . 64 *TOTAL VENDOR CALL ONE 31 . 64 * 139508 CITRIX SYSTEMS, INC 49510902 130239 3216 MAINT CONTRACT 4, 703. 42 *TOTAL VENDOR CITRIX SYSTEMS, INC 4, 703. 42 * 152450 COMCAST CABLE 5/24-00252 130242 3211 PHONE 35.25 5/22-00252 130243 3211 PHONE 5.20 *TOTAL VENDOR COMCAST CABLE 40 . 45 * 152496 COM CAST 5/12-00114 130244 3211 PHONE 34 . 95 5/12-02834 130241 3211 PHONE 147 .20 *TOTAL VENDOR COM CAST 182 . 15 * 163109 CULTURE FIT 233 130246 3221 COMPUTER SERVICES 2, 280 . 00 *TOTAL VENDOR CULTURE FIT 2, 280 . 00 * 573955 MNJ TECHOLOGIES DIRECT 0003184910 130253 4313 OFFICE EQUIP 132 . 54 0003187645 130257 3216 MAINT CONTRACT 377 . 10 SVC126026 130254 3221 COMPUTER SERVICES 1, 400 . 00 0003187969 130256 3216 MAINT CONTRACT 89. 84 0003188443 130255 4313 OFFICE EQUIP 2, 055. 16 0003187544 130258 4313 OFFICE EQUIP 396. 74 *TOTAL VENDOR MNJ TECHOLOGIES DIR 4, 451 .38 903455 VERIZON WIRELESS Date: 05/31/12 09 :28 Village of Buffalo Grove Page: 6 User: parkskj EXPENDITURE APPROVALS LIST Warrant Date 06/04/12 FUND NO. 000010 DEPT NO. 000407 MIS VENDOR# VENDOR NAME INVOICE# VOUCHER ACCT# TSK OPT C-CTR ITEM DESCRIPTION EXP AMOUNT HAND-ISSUED 2747402776 130187 3211 PHONE 294 . 14 *TOTAL VENDOR VERIZON WIRELESS 294 . 14 **TOTAL MIS 12, 246. 46 Date: 05/31/12 09 :28 Village of Buffalo Grove Page: 7 User: parkskj EXPENDITURE APPROVALS LIST Warrant Date 06/04/12 FUND NO. 000010 DEPT NO. 000408 LEGAL SERVICES VENDOR# VENDOR NAME INVOICE# VOUCHER ACCT# TSK OPT C-CTR ITEM DESCRIPTION EXP AMOUNT HAND-ISSUED 687708 PADDOCK PUB 4300580 130226 3615 LEGAL NOTICES 56. 70 *TOTAL VENDOR PADDOCK PUB 56. 70 **TOTAL LEGAL SERVICES 56. 70 Date: 05/31/12 09 :28 Village of Buffalo Grove Page: 8 User: parkskj EXPENDITURE APPROVALS LIST Warrant Date 06/04/12 FUND NO. 000010 DEPT NO. 000410 FIN & GEN SERVICES VENDOR# VENDOR NAME INVOICE# VOUCHER ACCT# TSK OPT C-CTR ITEM DESCRIPTION EXP AMOUNT HAND-ISSUED 8567 ADT SECURITY SERVICES 71335630 130207 3216 MAINT CONTRACT 57 . 00 *TOTAL VENDOR ADT SECURITY SERVIC 57 . 00 * 82109 BANKCARD SERVICES 5/21/2012 130115 3211 ACE SAO PT RECEPT 19. 65 5/21/2012 130115 3211 ACE SAO PT RECEPT 16. 38 *TOTAL VENDOR BANKCARD SERVICES 36. 03 * 83144 BASS/SCHULER 7TH BG DAY 130209 3713 BG DAYS 1, 000 . 00 *TOTAL VENDOR BASS/SCHULER 1, 000 . 00 * 99998 SHRED-X 11781 130139 3216 MAINT CONT OFF EQ 62 . 50 *TOTAL VENDOR -> ONE-TIME VENDORS 62 . 50 * 114860 BUFFALO GROVE POSTOFFICE J/A NEWS 2 130238 3212 POSTAGE 2, 700 . 00 *TOTAL VENDOR BUFFALO GROVE POSTO 2, 700 . 00 * 120072 CALL ONE 5/15-11044 129970 3211 PHONE 1, 284 . 67- 5/15-11044 129970 3211 PHONE 2, 982 . 02 *TOTAL VENDOR CALL ONE 1, 697 .35 * 396221 IFS 0901222 130218 3219 PRINTING 229. 05 *TOTAL VENDOR IFS 229. 05 * 419023 OCE IMAGISTICS INC. 733972847 130260 3216 MAINT CONTRACT 35. 40 *TOTAL VENDOR OCE IMAGISTICS INC. 35. 40 * 527336 LOGSDON OFFICE SUPPLY 405883I 130219 3240 OFFICE SUPPLIES 292 . 45 *TOTAL VENDOR LOGSDON OFFICE SUPP 292 . 45 * 573955 MNJ TECHOLOGIES DIRECT 0003180343 130252 3211 PHONES 24 . 79 *TOTAL VENDOR MNJ TECHOLOGIES DIR 24 . 79 * 589522 MUNICIPAL CODE CORP. Date: 05/31/12 09 :28 Village of Buffalo Grove Page: 9 User: parkskj EXPENDITURE APPROVALS LIST Warrant Date 06/04/12 FUND NO. 000010 DEPT NO. 000410 FIN & GEN SERVICES VENDOR# VENDOR NAME INVOICE# VOUCHER ACCT# TSK OPT C-CTR ITEM DESCRIPTION EXP AMOUNT HAND-ISSUED 00216872 130221 3219 PRINTING 530 . 27 *TOTAL VENDOR MUNICIPAL CODE CORP 530 .27 * 841600 THIRD MILLENNIUM ASSOC 14664 130144 4913 CONSULT FEES OTHE 2, 528 . 92 *TOTAL VENDOR THIRD MILLENNIUM AS 2, 528 . 92 * 881111 U. S. POSTAL SERVICE 5/30/2012 130231 3212 POSTAGE 5, 000 . 00 *TOTAL VENDOR U. S. POSTAL SERVIC 5, 000 . 00 * 903455 VERIZON WIRELESS 2747402776 130187 3211 PHONE 319. 93 *TOTAL VENDOR VERIZON WIRELESS 319. 93 * **TOTAL FIN & GEN SERVICES 14, 513. 69 Date: 05/31/12 09 :28 Village of Buffalo Grove Page: 10 User: parkskj EXPENDITURE APPROVALS LIST Warrant Date 06/04/12 FUND NO. 000010 DEPT NO. 000411 HUMAN RESOURCES VENDOR# VENDOR NAME INVOICE# VOUCHER ACCT# TSK OPT C-CTR ITEM DESCRIPTION EXP AMOUNT HAND-ISSUED 82109 BANKCARD SERVICES 5/21/2012 130115 3714 ACE SAO PT RECEPT 9. 71 *TOTAL VENDOR BANKCARD SERVICES 9. 71 * 903455 VERIZON WIRELESS 2747402776 130187 3211 PHONE 59. 97 *TOTAL VENDOR VERIZON WIRELESS 59. 97 * **TOTAL HUMAN RESOURCES 69. 68 Date: 05/31/12 09 :28 Village of Buffalo Grove Page: 11 User: parkskj EXPENDITURE APPROVALS LIST Warrant Date 06/04/12 FUND NO. 000010 DEPT NO. 000421 FIRE SERVICES VENDOR# VENDOR NAME INVOICE# VOUCHER ACCT# TSK OPT C-CTR ITEM DESCRIPTION EXP AMOUNT HAND-ISSUED 4100 ABT 0518201ZVT 130116 3250 SUPPLIES ALL OTHE 1, 905. 00 *TOTAL VENDOR ABT 1, 905. 00 82109 BANKCARD SERVICES 5/21/2012 130115 3211 ACE SAO PT RECEPT 65. 85 5/21/2012 130115 4933 ACE SAO PT RECEPT 110 .24 5/21/2012 130115 4316 ACE SAO PT RECEPT 109. 99 5/21/2012 130115 4316 ACE SAO PT RECEPT 29. 99 5/21/2012 130115 4933 ACE SAO PT RECEPT 94 . 80 5/21/2012 130115 4933 ACE SAO PT RECEPT 1, 011 . 44 5/21/2012 130115 4935 ACE SAO PT RECEPT 390 . 00- 5/21/2012 130115 4935 ACE SAO PT RECEPT 70 . 97 5/21/2012 130115 3824 ACE SAO PT RECEPT 75. 00 5/21/2012 130115 3824 ACE SAO PT RECEPT 75. 00 5/21/2012 130115 4933 ACE SAO PT RECEPT 70 . 00 5/21/2012 130115 3117 ACE SAO PT RECEPT 142 . 45 5/21/2012 130115 3117 ACE SAO PT RECEPT 2 . 49- 5/21/2012 130115 4935 ACE SAO PT RECEPT 390 . 00- 5/21/2012 130115 3824 ACE SAO PT RECEPT 75. 00 5/21/2012 130115 4935 ACE SAO PT RECEPT 30 . 46 5/21/2012 130115 3250 ACE SAO PT RECEPT 149. 00 *TOTAL VENDOR BANKCARD SERVICES 1, 327 . 70 * 93710 WENDILL BILLS SHOES 2012 130111 3115 CLOTHING ALLOW 209. 99 *TOTAL VENDOR WENDILL BILLS 209. 99 * 120072 CALL ONE 5/15-11044 129970 3211 PHONE 272 .20 *TOTAL VENDOR CALL ONE 272 .20 * 153392 ADVOCATE OCCUPAT HEALTH 446909 129968 3111 GRP MED & LIFE 94 . 00 *TOTAL VENDOR ADVOCATE OCCUPAT HE 94 . 00 * 153460 CONNECTIONS UNLIMITED 50830 130088 3115 CLOTHING ALLOW 175 .20 *TOTAL VENDOR CONNECTIONS UNLIMIT 175.20 * 153891 CONSOLIDATE FLEET 2012EE0069 129973 4218 CONTRACT AUTO SER 2, 754 . 00 *TOTAL VENDOR CONSOLIDATE FLEET 2, 754 . 00 * Date: 05/31/12 09 :28 Village of Buffalo Grove Page: 12 User: parkskj EXPENDITURE APPROVALS LIST Warrant Date 06/04/12 FUND NO. 000010 DEPT NO. 000421 FIRE SERVICES VENDOR# VENDOR NAME INVOICE# VOUCHER ACCT# TSK OPT C-CTR ITEM DESCRIPTION EXP AMOUNT HAND-ISSUED 302510 GARVEY'S OFFICE PRODUCTS MULTIPLE 130125 3240 OFFICE SUPPLIES 90 . 95 *TOTAL VENDOR GARVEY' S OFFICE PRO 90 . 95 568106 MES ILLINOIS, INC. 00313920 S 129984 4111 DEPT EQUIP 75. 37 00313582 S 129985 4111 DEPT EQUIP 44 . 70 0033056 SN 129986 3117 EMP SAFE EQUIP 85. 00 00315084 130251 3824 SM EQUIP & TOOLS 51 . 00 00310384 S 129987 3115 CLOTHING ALLOW 1, 532 . 04 *TOTAL VENDOR MES ILLINOIS, INC. 1, 788 . 11 573955 MNJ TECHOLOGIES DIRECT 0003180343 130252 3211 PHONES 134 . 62 *TOTAL VENDOR MNJ TECHOLOGIES DIR 134 . 62 612102 NORTHWEST COMM HOSP (EMS) E11297 130004 4932 NWCH ADMIN FEES 3, 659. 00 *TOTAL VENDOR NORTHWEST COMM HOSP 3, 659. 00 612130 NORTHWEST COMM HOSP EMS SYSTEM ENT 130131 3112 PROF TRAINING 150 . 00 *TOTAL VENDOR NORTHWEST COMM HOSP 150 . 00 687707 PADDOCK PUBLICATIONS 4/8-12/12 130005 3218 SUB PUB 23. 80 *TOTAL VENDOR PADDOCK PUBLICATION 23. 80 688971 PASQUARELLA, DAN SAFE EQ 20 130135 3824 SM EQUIP & TOOLS 85. 94 *TOTAL VENDOR PASQUARELLA, DAN 85. 94 * 719420 PROMO 911, INC. 3013 130007 3219 PRINTING 1, 996. 86 3024 130006 3219 PRINTING 212 . 00 *TOTAL VENDOR PROMO 911, INC. 2, 208 . 86 * 719925 PUBLIC AGENCY TRNG COUNC 152829 130009 3112 PROF TRAINING 250 . 00 *TOTAL VENDOR PUBLIC AGENCY TRNG 250 . 00 * 795526 SIR-SPEEDY Date: 05/31/12 09 :28 Village of Buffalo Grove Page: 13 User: parkskj EXPENDITURE APPROVALS LIST Warrant Date 06/04/12 FUND NO. 000010 DEPT NO. 000421 FIRE SERVICES VENDOR# VENDOR NAME INVOICE# VOUCHER ACCT# TSK OPT C-CTR ITEM DESCRIPTION EXP AMOUNT HAND-ISSUED 28505 130140 3219 PRINTING 246. 90 *TOTAL VENDOR SIR-SPEEDY 246. 90 881029 UNIFORMITY INC 206977 130110 3115 CLOTHING ALLOW 417 . 00 207283 130109 3115 CLOTHING ALLOW 588 . 05 207279 130108 3115 CLOTHING ALLOW 195. 80 *TOTAL VENDOR UNIFORMITY INC 1, 200 . 85 903455 VERIZON WIRELESS 2747402776 130187 3211 PHONE 1, 238 . 59 *TOTAL VENDOR VERIZON WIRELESS 1, 238 .59 949077 WORLD POINT ECC 5260712 130017 3016 SALARIES SPEC DUT 1, 490 . 24 *TOTAL VENDOR WORLD POINT ECC 1, 490 .24 988700 ZIMMERMAN HARDWARE 5/24/2012 130114 3240 22 . 92 5/24/2012 130114 4923 1 . 79 5/24/2012 130114 3916 84 . 33 5/24/2012 130114 4111 11 . 13 *TOTAL VENDOR ZIMMERMAN HARDWARE 120 . 17 **TOTAL FIRE SERVICES 19, 426. 12 Date: 05/31/12 09 :28 Village of Buffalo Grove Page: 14 User: parkskj EXPENDITURE APPROVALS LIST Warrant Date 06/04/12 FUND NO. 000010 DEPT NO. 000431 POLICE SERVICES VENDOR# VENDOR NAME INVOICE# VOUCHER ACCT# TSK OPT C-CTR ITEM DESCRIPTION EXP AMOUNT HAND-ISSUED 82109 BANKCARD SERVICES 5/21/2012 130115 3332 ACE SAO PT RECEPT 129. 95 *TOTAL VENDOR BANKCARD SERVICES 129. 95 82109 BANKCARD SERVICES 5/21/2012 130115 4935 ACE SAO PT RECEPT 10 . 61 5/21/2012 130115 4116 ACE SAO PT RECEPT 219. 62 5/21/2012 130115 4935 ACE SAO PT RECEPT 68 . 33 5/21/2012 130115 3224 ACE SAO PT RECEPT 50 . 00 5/21/2012 130115 4935 ACE SAO PT RECEPT 29. 99 5/21/2012 130115 4935 ACE SAO PT RECEPT 29. 99 5/21/2012 130115 4935 ACE SAO PT RECEPT 2 . 10 5/21/2012 130115 3113 ACE SAO PT RECEPT 100 . 00 *TOTAL VENDOR BANKCARD SERVICES 510 . 64 117775 BUREAU OF WEIGHTS & MEAS MULTIPLE 130119 4954 OVER WEIGHT TRUCK 807 . 08 *TOTAL VENDOR BUREAU OF WEIGHTS & 807 . 08 120010 C.A.L.E.A. 07951 130122 4934 COMM ON ACCREDITA 3, 915. 00 *TOTAL VENDOR C.A.L.E.A. 3, 915. 00 120072 CALL ONE 5/15-11044 129970 3211 PHONE 60 . 01 *TOTAL VENDOR CALL ONE 60 . 01 147810 COLLEGE OF DUPAGE 2418 130121 3112 PROF TRAINING 2, 860 . 00 *TOTAL VENDOR COLLEGE OF DUPAGE 2, 860 . 00 * 154509 COOLER SMART USA LLC 12040713 129974 3343 SUPPLIES PATROL 173. 10 *TOTAL VENDOR COOLER SMART USA LL 173. 10 * 179245 HECTOR DE LAPAZ FOOD 130162 3112 PROF TRAINING 173. 00 *TOTAL VENDOR HECTOR DE LAPAZ 173. 00 * 188650 DES PLAINES OFFICE EQUIP AR359184 129975 4313 OFFICE EQUIP 7 . 49 *TOTAL VENDOR DES PLAINES OFFICE 7 . 49 * Date: 05/31/12 09 :28 Village of Buffalo Grove Page: 15 User: parkskj EXPENDITURE APPROVALS LIST Warrant Date 06/04/12 FUND NO. 000010 DEPT NO. 000431 POLICE SERVICES VENDOR# VENDOR NAME INVOICE# VOUCHER ACCT# TSK OPT C-CTR ITEM DESCRIPTION EXP AMOUNT HAND-ISSUED 240500 ENTENMANN-ROVIN CO. 80359 130123 3115 CLOTHING ALLOW 170 . 84 *TOTAL VENDOR ENTENMANN-ROVIN CO. 170 . 84 * 462631 J. MARCEL ENTERPRISES 118449 130127 3115 CLOTHING ALLOW 354 . 50 *TOTAL VENDOR J. MARCEL ENTERPRIS 354 . 50 * 515610 LASER TECHNOLOGY, INC MULTIPLE 129980 4116 PATROL EQUIP 182 . 51 *TOTAL VENDOR LASER TECHNOLOGY, I 182 .51 * 545491 MAJOR CRASH ASSIST TEAM 5/8-MEMBER 129981 3113 DUES & MEMBER 100 . 00 *TOTAL VENDOR MAJOR CRASH ASSIST 100 . 00 * 546820 VELOCITA TECHNOLOGY, INC. 617309 130147 3347 SUPPLIES RECORD 407 . 28 *TOTAL VENDOR VELOCITA TECHNOLOGY 407 .28 * 597798 NETSTYLES CORP. ORD#1938 130128 4934 COMM ON ACCREDITA 535. 00 *TOTAL VENDOR NETSTYLES CORP. 535. 00 * 611781 NORTH IL POLICE ALARM SYS 8465 130129 3214 PER DIEM 50 . 00 *TOTAL VENDOR NORTH IL POLICE ALA 50 . 00 * 611920 N E MULTI-REG. TRNG. 156853 130130 3112 PROF TRAINING 35. 00 *TOTAL VENDOR N E MULTI-REG. TRNG 35. 00 * 654100 OMNI YOUTH SERVICES PSW20121 130133 3216 MAINT CONTRACT 10, 000 . 00 *TOTAL VENDOR OMNI YOUTH SERVICES 10, 000 . 00 * 841556 THE DUTY RIG.COM 1410 130143 3115 CLOTHING ALLOW RE 85. 94 1410 130143 3119 CLOTHING ALLOW RE 360 . 00 *TOTAL VENDOR THE DUTY RIG.COM 445. 94 * 842011 TIGER DIRECT.COM F977365201 130145 3343 SUPPLIES PATROL 250 . 33 *TOTAL VENDOR TIGER DIRECT.COM 250 .33 * Date: 05/31/12 09 :28 Village of Buffalo Grove Page: 16 User: parkskj EXPENDITURE APPROVALS LIST Warrant Date 06/04/12 FUND NO. 000010 DEPT NO. 000431 POLICE SERVICES VENDOR# VENDOR NAME INVOICE# VOUCHER ACCT# TSK OPT C-CTR ITEM DESCRIPTION EXP AMOUNT HAND-ISSUED 881029 UNIFORMITY INC IN206870 130012 3115 CLOTHING ALLOW 131 . 85 *TOTAL VENDOR UNIFORMITY INC 131 . 85 * 881411 UPS FREIGHT R6W487182 130146 3115 CLOTHING ALLOW 11 . 71 *TOTAL VENDOR UPS FREIGHT 11 . 71 * 988700 ZIMMERMAN HARDWARE 5/30/2012 130188 3112 PUMP STAT SAO RES 14 . 71 *TOTAL VENDOR ZIMMERMAN HARDWARE 14 . 71 * **TOTAL POLICE SERVICES 21, 325. 94 Date: 05/31/12 09 :28 Village of Buffalo Grove Page: 17 User: parkskj EXPENDITURE APPROVALS LIST Warrant Date 06/04/12 FUND NO. 000010 DEPT NO. 000441 BUILDING & ZONING VENDOR# VENDOR NAME INVOICE# VOUCHER ACCT# TSK OPT C-CTR ITEM DESCRIPTION EXP AMOUNT HAND-ISSUED 82109 BANKCARD SERVICES 5/21/2012 130115 3112 ACE SAO PT RECEPT 45. 00 *TOTAL VENDOR BANKCARD SERVICES 45. 00 82109 BANKCARD SERVICES 5/21/2012 130115 3218 ACE SAO PT RECEPT 39. 95 5/21/2012 130115 3112 ACE SAO PT RECEPT 70 . 00 5/21/2012 130115 3112 ACE SAO PT RECEPT 40 . 00- 5/21/2012 130115 3113 ACE SAO PT RECEPT 102 . 00 *TOTAL VENDOR BANKCARD SERVICES 171 . 95 120072 CALL ONE 5/15-11044 129970 3211 PHONE 25.34 *TOTAL VENDOR CALL ONE 25.34 145700 CLARKE 6339565 130240 3216 MAINT CONTRACT 12, 074 . 50 *TOTAL VENDOR CLARKE 12, 074 .50 292499 FSCI 2012537 130248 4913 COMSULTING FEES C 230 . 00 *TOTAL VENDOR FSCI 230 . 00 334310 RONALD HACKETT IL ASSOC E 130236 3213 TRAVEL & PER DIEM 308 . 96 IL ASSOC E 130236 3214 TRAVEL & PER DIEM 100 . 00 *TOTAL VENDOR RONALD HACKETT 408 . 96 * 396256 RICOH USA, INC 87009031 130102 4111 DEPT EQUIP 144 . 00 *TOTAL VENDOR RICOH USA, INC 144 . 00 * 573955 MNJ TECHOLOGIES DIRECT 0003180343 130252 3211 PHONES 24 . 78 *TOTAL VENDOR MNJ TECHOLOGIES DIR 24 . 78 * 903455 VERIZON WIRELESS 2747402776 130187 3211 PHONE 267 . 64 *TOTAL VENDOR VERIZON WIRELESS 267 . 64 * 949077 WORLD POINT ECC MULTIPLE 130016 3117 EMP SAFE EQUIP 33. 29 *TOTAL VENDOR WORLD POINT ECC 33. 29 * Date: 05/31/12 09 :28 Village of Buffalo Grove Page: 18 User: parkskj EXPENDITURE APPROVALS LIST Warrant Date 06/04/12 FUND NO. 000010 DEPT NO. 000445 BUILDING & ZONING VENDOR# VENDOR NAME INVOICE# VOUCHER ACCT# TSK OPT C-CTR ITEM DESCRIPTION EXP AMOUNT HAND-ISSUED **TOTAL BUILDING & ZONING 13, 016. 50 408 . 96 Date: 05/31/12 09 :28 Village of Buffalo Grove Page: 19 User: parkskj EXPENDITURE APPROVALS LIST Warrant Date 06/04/12 FUND NO. 000010 DEPT NO. 000445 ENGINEERING SERVICES VENDOR# VENDOR NAME INVOICE# VOUCHER ACCT# TSK OPT C-CTR ITEM DESCRIPTION EXP AMOUNT HAND-ISSUED 50760 ARAMARK UNIFORM SERVICES 5/24/2012 130072 3115 UNIFORM RENT CLOT 2 . 24 *TOTAL VENDOR ARAMARK UNIFORM SER 2 .24 * 50760 ARAMARK UNIFORM SERVICES 5/22/2012 130070 3115 UNIFORM RENT CLOT 2 . 24 *TOTAL VENDOR ARAMARK UNIFORM SER 2 .24 * 82109 BANKCARD SERVICES 5/21/2012 130115 3250 ACE SAO PT RECEPT 50 . 88 *TOTAL VENDOR BANKCARD SERVICES 50 . 88 * 418920 IL SECT AWWA 200001614 130126 3112 PROF TRAINING 50 . 00 *TOTAL VENDOR IL SECT AWWA 50 . 00 * 931900 WEST 824973259 130112 3218 SUB PUB 142 . 00 *TOTAL VENDOR WEST 142 . 00 * **TOTAL ENGINEERING SERVICES 247 . 36 Date: 05/31/12 09 :28 Village of Buffalo Grove Page: 20 User: parkskj EXPENDITURE APPROVALS LIST Warrant Date 06/04/12 FUND NO. 000010 DEPT NO. 000451 BUILDING SERVICES VENDOR# VENDOR NAME INVOICE# VOUCHER ACCT# TSK OPT C-CTR ITEM DESCRIPTION EXP AMOUNT HAND-ISSUED 50760 ARAMARK UNIFORM SERVICES 5/22/2012 130070 3114 UNIFORM RENT CLOT 77 . 12 *TOTAL VENDOR ARAMARK UNIFORM SER 77 . 12 * 50760 ARAMARK UNIFORM SERVICES 5/22/2012 130070 3114 UNIFORM RENT CLOT 77 . 12 5/24/2012 130072 3114 UNIFORM RENT CLOT 77 . 12 *TOTAL VENDOR ARAMARK UNIFORM SER 154 .24 * 82109 BANKCARD SERVICES 5/21/2012 130115 3250 ACE SAO PT RECEPT 130 . 95 *TOTAL VENDOR BANKCARD SERVICES 130 . 95 * 82110 BANNER PLUMBING SUPP CO MULTIPLE 130150 3250 SUPPLIES ALL OTHE 526. 18 MULTIPLE 130151 3250 SUPPLIES ALL OTHE 265. 25 *TOTAL VENDOR BANNER PLUMBING SUP 791 . 43 * 91700 G.W. BERKHEIMER CO, INC. 779008 130152 3250 SUPPLIES ALL OTHE 47 . 72 MULTIPLE 130153 3250 SUPPLIES ALL OTHE 47 . 60 *TOTAL VENDOR G.W. BERKHEIMER CO, 95.32 * 112640 BUCKERIDGE DOOR CO. , INC MULTIPLE 130156 3250 SUPPLIES ALL OTHE 70 . 00 *TOTAL VENDOR BUCKERIDGE DOOR CO. 70 . 00 * 124407 CASE LOTS INC. 040013 130158 3250 SUPPLIES ALL OTHE 194 .30 *TOTAL VENDOR CASE LOTS INC. 194 .30 * 312794 AKZO NOBEL PAINTS LLC MULTIPLE 130164 3250 SUPPLIES ALL OTHE 49. 00 0259300805 130163 3916 BUILDING AND FAC 312 . 80 *TOTAL VENDOR AKZO NOBEL PAINTS L 361 . 80 * 325900 GRAINGER, INC. 9814081791 129978 3250 SUPPLIES ALL OTHE 39. 12 *TOTAL VENDOR GRAINGER, INC. 39. 12 * 357400 HENNING BROS. 380830 129979 3250 SUPPLIES ALL OTHE 121 . 50 *TOTAL VENDOR HENNING BROS. 121 .50 * Date: 05/31/12 09 :28 Village of Buffalo Grove Page: 21 User: parkskj EXPENDITURE APPROVALS LIST Warrant Date 06/04/12 FUND NO. 000010 DEPT NO. 000451 BUILDING SERVICES VENDOR# VENDOR NAME INVOICE# VOUCHER ACCT# TSK OPT C-CTR ITEM DESCRIPTION EXP AMOUNT HAND-ISSUED 418920 IL SECT AWWA 200001614 130126 3112 PROF TRAINING 50 . 00 *TOTAL VENDOR IL SECT AWWA 50 . 00 * 422121 INDUSTRIAL ROOFING SERV MULTIPLE 130168 3216 MAINT CONTRACT EQ 2, 075. 00 MULTIPLE 130168 3217 MAINT CONTRACT EQ 575. 00 *TOTAL VENDOR INDUSTRIAL ROOFING 2, 650 . 00 * 545484 MAGIC BRUSH INC. 362 130096 3216 MAINT CONTRACT 700 . 00 *TOTAL VENDOR MAGIC BRUSH INC. 700 . 00 * 562190 MC MASTER-CARR SUPPLY CO. 23066587 130173 3250 SUPPLIES ALL OTHE 7 . 36 *TOTAL VENDOR MC MASTER-CARR SUPP 7 .36 * 568032 MENARD'S 39550 130178 3250 SUPPLIES ALL OTHE 35. 04 *TOTAL VENDOR MENARD'S 35. 04 * 568035 MENARDS LONG GROVE MULTIPLE 130177 3350 SUPPLIES CPCR ALL 23. 94 MULTIPLE 130177 3250 SUPPLIES CPCR ALL 39. 48 *TOTAL VENDOR MENARDS LONG GROVE 63. 42 * 570142 MIDAMERICAN ENERGY CO. 5/7-257145 129993 3814 ELECTRIC WATER & 148 . 98 *TOTAL VENDOR MIDAMERICAN ENERGY 148 . 98 * 598689 NEHER ELECTRIC SUPPLY INC MULTIPLE 130179 3250 SUPPLIES ALL OTHE 316. 30 *TOTAL VENDOR NEHER ELECTRIC SUPP 316.30 * 696092 NORTH SHORE GAS #3520 5/15-3520 130099 3812 GAS FAC 75. 65 *TOTAL VENDOR NORTH SHORE GAS #35 75. 65 * 852250 TRANE 6465259R1 130185 3824 SM EQUIP & TOOLS 62 . 69 *TOTAL VENDOR TRANE 62 . 69 * Date: 05/31/12 09 :28 Village of Buffalo Grove Page: 22 User: parkskj EXPENDITURE APPROVALS LIST Warrant Date 06/04/12 FUND NO. 000010 DEPT NO. 000451 BUILDING SERVICES VENDOR# VENDOR NAME INVOICE# VOUCHER ACCT# TSK OPT C-CTR ITEM DESCRIPTION EXP AMOUNT HAND-ISSUED 856288 TWO TIM'S LLC 1884 130186 3250 SUPPLIES ALL OTHE 319. 00 *TOTAL VENDOR TWO TIM'S LLC 319. 00 * 903455 VERIZON WIRELESS 2747402776 130187 3211 PHONE 82 . 13 *TOTAL VENDOR VERIZON WIRELESS 82 . 13 * 917660 WAREHOUSE DIRECT 15557950 130014 3240 OFFICE SUPPLIES 2 . 91 *TOTAL VENDOR WAREHOUSE DIRECT 2 . 91 * **TOTAL BUILDING SERVICES 6, 549. 26 Date: 05/31/12 09 :28 Village of Buffalo Grove Page: 23 User: parkskj EXPENDITURE APPROVALS LIST Warrant Date 06/04/12 FUND NO. 000010 DEPT NO. 000461 STREET OPERATIONS VENDOR# VENDOR NAME INVOICE# VOUCHER ACCT# TSK OPT C-CTR ITEM DESCRIPTION EXP AMOUNT HAND-ISSUED 50760 ARAMARK UNIFORM SERVICES 5/29/2012 130118 3114 UNIFORM RENTAL 24 .56 *TOTAL VENDOR ARAMARK UNIFORM SER 24 .56 * 50760 ARAMARK UNIFORM SERVICES 5/24/2012 130072 3114 UNIFORM RENT CLOT 24 . 56 5/22/2012 130070 3114 UNIFORM RENT CLOT 24 . 56 *TOTAL VENDOR ARAMARK UNIFORM SER 49. 12 * 82109 BANKCARD SERVICES 5/21/2012 130115 3821 ACE SAO PT RECEPT 201 . 33 5/21/2012 130115 3821 ACE SAO PT RECEPT 89. 48 *TOTAL VENDOR BANKCARD SERVICES 290 . 81 * 124110 CARGILL, INC. 2900537807 130076 3821 SNOW & ICE CONTRO 3, 098 . 40 2900545561 130077 3821 SNOW & ICE CONTRO 6, 210 . 00 2900539252 130075 3821 SNOW & ICE CONTRO 6, 230 . 40 2900553849 130078 3821 SNOW & ICE CONTRO 3, 058 . 80 *TOTAL VENDOR CARGILL, INC. 18, 597 . 60 * 204600 EL-COR INDUSTRIES, INC 63817 129976 3821 SNOW & ICE CONTRO 230 . 00 *TOTAL VENDOR EL-COR INDUSTRIES, 230 . 00 * 351821 HEALY ASPHALT CO LLC 32796MB 130217 3912 STREETS & HIGHWAY 889. 60 *TOTAL VENDOR HEALY ASPHALT CO LL 889. 60 * 419023 OCE IMAGISTICS INC. 733972964 130225 3216 MAINT CONTRACT 190 . 77 *TOTAL VENDOR OCE IMAGISTICS INC. 190 . 77 * 568035 MENARDS LONG GROVE 13899 129983 3822 TRAFFIC & STREET 102 . 84 *TOTAL VENDOR MENARDS LONG GROVE 102 . 84 * 654139 ORANGE CRUSH, LLC. 414580 130223 3912 STREETS & HIGHWAY 476. 96 415286 130224 3912 STREETS & HIGHWAY 280 . 01 *TOTAL VENDOR ORANGE CRUSH, LLC. 756. 97 * 712569 POTTER INDUSTRIES INC Date: 05/31/12 09 :28 Village of Buffalo Grove Page: 24 User: parkskj EXPENDITURE APPROVALS LIST Warrant Date 06/04/12 FUND NO. 000010 DEPT NO. 000461 STREET OPERATIONS VENDOR# VENDOR NAME INVOICE# VOUCHER ACCT# TSK OPT C-CTR ITEM DESCRIPTION EXP AMOUNT HAND-ISSUED 90792991 130228 3822 TRAFFIC & STREETS 852 . 00 *TOTAL VENDOR POTTER INDUSTRIES I 852 . 00 * 785313 SHERWIN INDUSTRIES SS045990 130010 4111 DEPT EQUIP 319. 35 *TOTAL VENDOR SHERWIN INDUSTRIES 319.35 * 808015 S & S INDUSTRIAL SUPPLY 3560831RI 130230 3250 SUPPLIES ALL OTHE 33. 63 *TOTAL VENDOR S & S INDUSTRIAL SU 33. 63 * 903455 VERIZON WIRELESS 2747402776 130187 3211 PHONE 39. 14 *TOTAL VENDOR VERIZON WIRELESS 39. 14 * 917660 WAREHOUSE DIRECT 15557950 130014 3240 OFFICE SUPPLIES 2 . 91 *TOTAL VENDOR WAREHOUSE DIRECT 2 . 91 * 949077 WORLD POINT ECC MULTIPLE 130016 3117 EMP SAFE EQUIP 33.29 *TOTAL VENDOR WORLD POINT ECC 33.29 * 970255 ZARNOTH BRUSH WORKS, INC 0139098 130233 4111 DEPT EQUIP 1, 239. 00 *TOTAL VENDOR ZARNOTH BRUSH WORKS 1, 239. 00 * 988700 ZIMMERMAN HARDWARE 5/24/2012 130114 3250 11 . 69 5/30/2012 130234 3250 SAO WELL EQUIP 17 . 08 *TOTAL VENDOR ZIMMERMAN HARDWARE 28 . 77 * **TOTAL STREET OPERATIONS 23, 680 . 36 Date: 05/31/12 09 :28 Village of Buffalo Grove Page: 25 User: parkskj EXPENDITURE APPROVALS LIST Warrant Date 06/04/12 FUND NO. 000010 DEPT NO. 000462 PUB WRKS ADM VENDOR# VENDOR NAME INVOICE# VOUCHER ACCT# TSK OPT C-CTR ITEM DESCRIPTION EXP AMOUNT HAND-ISSUED 82109 BANKCARD SERVICES 5/21/2012 130115 3218 ACE SAO PT RECEPT 76. 50 *TOTAL VENDOR BANKCARD SERVICES 76.50 * 82109 BANKCARD SERVICES 5/21/2012 130115 3112 ACE SAO PT RECEPT 50 . 00 5/21/2012 130115 3218 ACE SAO PT RECEPT 115. 50 *TOTAL VENDOR BANKCARD SERVICES 165.50 * 99998 SHRED-X 11781 130139 4313 MAINT CONT OFF EQ 62 . 50 *TOTAL VENDOR -> ONE-TIME VENDORS 62 . 50 * 120072 CALL ONE 5/15-11044 129970 3211 PHONE 22 . 09 *TOTAL VENDOR CALL ONE 22 . 09 * 419023 OCE IMAGISTICS INC. 733972995 130132 4313 OFFICE EQUIP 156. 35 *TOTAL VENDOR OCE IMAGISTICS INC. 156.35 * 573955 MNJ TECHOLOGIES DIRECT 0003180343 130252 3211 PHONES 30 . 65 *TOTAL VENDOR MNJ TECHOLOGIES DIR 30 . 65 * 687707 PADDOCK PUBLICATIONS 5/27 06091 130134 3218 SUB PUB 61 . 00 *TOTAL VENDOR PADDOCK PUBLICATION 61 . 00 * 903455 VERIZON WIRELESS 2747402776 130187 3211 PHONE 59. 97 *TOTAL VENDOR VERIZON WIRELESS 59. 97 * 917660 WAREHOUSE DIRECT MULTIPLE 130013 4111 DEPT EQUIP OFF SU 332 . 99 MULTIPLE 130013 3240 DEPT EQUIP OFF SU 32 . 23 *TOTAL VENDOR WAREHOUSE DIRECT 365.22 * **TOTAL PUB WRKS ADM 999. 78 Date: 05/31/12 09 :28 Village of Buffalo Grove Page: 26 User: parkskj EXPENDITURE APPROVALS LIST Warrant Date 06/04/12 FUND NO. 000010 DEPT NO. 000463 FORESTRY VENDOR# VENDOR NAME INVOICE# VOUCHER ACCT# TSK OPT C-CTR ITEM DESCRIPTION EXP AMOUNT HAND-ISSUED 32245 ALEXANDER EQUIP. CO. , INC 84601 130117 3250 AUTO PARTS / SAO 90 . 00 *TOTAL VENDOR ALEXANDER EQUIP. CO 90 . 00 50760 ARAMARK UNIFORM SERVICES 5/22/2012 130070 3114 UNIFORM RENT CLOT 41 . 94 5/29/2012 130118 3114 UNIFORM RENTAL 41 . 94 5/24/2012 130072 3114 UNIFORM RENT CLOT 41 . 94 *TOTAL VENDOR ARAMARK UNIFORM SER 125. 82 82109 BANKCARD SERVICES 5/21/2012 130115 3250 ACE SAO PT RECEPT 105. 72 5/21/2012 130115 3250 ACE SAO PT RECEPT 7 . 04- *TOTAL VENDOR BANKCARD SERVICES 98 . 68 * 147200 ARTHUR CLESEN, INC. 279194 129972 3250 SUPPLIES ALL OTHE 9. 04 *TOTAL VENDOR ARTHUR CLESEN, INC. 9. 04 * 153600 CONSERV FARM SUPPLY 1572943 130089 3823 CHEM & FERT 522 . 20 *TOTAL VENDOR CONSERV FARM SUPPLY 522 .20 * 284300 FLAIL MASTER CORP. 113449 130091 3250 SUPPLIES ALL OTHE 157 . 28 *TOTAL VENDOR FLAIL MASTER CORP. 157 .28 * 573955 MNJ TECHOLOGIES DIRECT 0003180343 130252 3211 PHONES 49. 55 *TOTAL VENDOR MNJ TECHOLOGIES DIR 49.55 * 903455 VERIZON WIRELESS 2747402776 130187 3211 PHONE 168 . 16 *TOTAL VENDOR VERIZON WIRELESS 168 . 16 * 917660 WAREHOUSE DIRECT 15557950 130014 3240 OFFICE SUPPLIES 2 . 91 *TOTAL VENDOR WAREHOUSE DIRECT 2 . 91 * 949077 WORLD POINT ECC MULTIPLE 130016 3117 EMP SAFE EQUIP 33. 29 *TOTAL VENDOR WORLD POINT ECC 33.29 * Date: 05/31/12 09 :28 Village of Buffalo Grove Page: 27 User: parkskj EXPENDITURE APPROVALS LIST Warrant Date 06/04/12 FUND NO. 000010 DEPT NO. 000465 FORESTRY VENDOR# VENDOR NAME INVOICE# VOUCHER ACCT# TSK OPT C-CTR ITEM DESCRIPTION EXP AMOUNT HAND-ISSUED **TOTAL FORESTRY 1, 256. 93 Date: 05/31/12 09 :28 Village of Buffalo Grove Page: 28 User: parkskj EXPENDITURE APPROVALS LIST Warrant Date 06/04/12 FUND NO. 000010 DEPT NO. 000465 CENTRAL GARAGE VENDOR# VENDOR NAME INVOICE# VOUCHER ACCT# TSK OPT C-CTR ITEM DESCRIPTION EXP AMOUNT HAND-ISSUED 32245 ALEXANDER EQUIP. CO. , INC 84601 130117 4213 AUTO PARTS / SAO 68 . 85 *TOTAL VENDOR ALEXANDER EQUIP. CO 68 . 85 * 32245 ALEXANDER EQUIP. CO. , INC 84424 130069 4213 AUTO PARTS 332 . 45 *TOTAL VENDOR ALEXANDER EQUIP. CO 332 . 45 * 50760 ARAMARK UNIFORM SERVICES 5/23/2012 130071 3114 UNIFORM RENTAL 65.38 5/29/2012 130118 3114 UNIFORM RENTAL 65. 38 5/22/2012 130070 3114 UNIFORM RENT CLOT 65. 38 *TOTAL VENDOR ARAMARK UNIFORM SER 196. 14 * 51210 ARLINGTON POWER EQUIP 514352 130073 4213 AUTO PARTS 1 . 14 *TOTAL VENDOR ARLINGTON POWER EQU 1 . 14 * 117800 BURRIS EQUIPMENT CO. PL76124 130074 4213 AUTO PARTS 373. 47 *TOTAL VENDOR BURRIS EQUIPMENT CO 373. 47 * 124281 CARQUEST AUTO PARTS 5/24/2012 130079 4213 AUTO PARTS 622 . 46 5/24/2012 130080 4213 SAO AUTO PARTS 192 . 14 5/24/2012 130080 3250 SAO AUTO PARTS 33. 44 *TOTAL VENDOR CARQUEST AUTO PARTS 848 . 04 * 134631 CFA SOFTWARE, INC 11675 130082 3218 SUB PUB 1, 595. 00 *TOTAL VENDOR CFA SOFTWARE, INC 1, 595. 00 * 139074 CHICAGO INT'L TRUCK 12008239 130083 4213 AUTO PARTS 35. 42 12008102 130084 4213 AUTO PARTS 68 . 70 12008008 129971 4213 AUTO PARTS 180 . 69 *TOTAL VENDOR CHICAGO INT'L TRUCK 284 . 81 * 139509 CITY LIMIT CLEANING SYS 2230 130085 4213 AUTO PARTS 224 . 65 *TOTAL VENDOR CITY LIMIT CLEANING 224 . 65 * 204600 EL-COR INDUSTRIES, INC Date: 05/31/12 09 :28 Village of Buffalo Grove Page: 29 User: parkskj EXPENDITURE APPROVALS LIST Warrant Date 06/04/12 FUND NO. 000010 DEPT NO. 000465 CENTRAL GARAGE VENDOR# VENDOR NAME INVOICE# VOUCHER ACCT# TSK OPT C-CTR ITEM DESCRIPTION EXP AMOUNT HAND-ISSUED 63929 130090 4215 LUBRICANTS AUTO P 14 . 01 *TOTAL VENDOR EL-COR INDUSTRIES, 14 . 01 * 204600 EL-COR INDUSTRIES, INC 63929 130090 4213 LUBRICANTS AUTO P 8 . 40 63929 130090 3250 LUBRICANTS AUTO P 49. 00 *TOTAL VENDOR EL-COR INDUSTRIES, 57 . 40 * 283465 FIRESTONE 140114 129977 4213 AUTO PARTS 75. 21 *TOTAL VENDOR FIRESTONE 75.21 * 288960 FOSTER COACH SALES, INC. 57007 130092 4213 AUTO PARTS 204 . 53 *TOTAL VENDOR FOSTER COACH SALES, 204 .53 * 326750 GROVE D.C. ELEC. , INC. 75201 130093 4218 CONTRACT AUTO SER 125. 00 *TOTAL VENDOR GROVE D.C. ELEC. , I 125. 00 * 422505 INTERSTATE BATTERY SYS 11211261 130094 4213 AUTO PARTS 241 . 90 *TOTAL VENDOR INTERSTATE BATTERY 241 . 90 * 495624 KOVATCH MOBILE EQUIPMENT PA1274590 130095 4213 AUTO PARTS 871 . 74 *TOTAL VENDOR KOVATCH MOBILE EQUI 871 . 74 * 518239 LEE AUTO ARLINGTON HTS 5/30/2012 130220 4215 LUBRICANTS AUTO P 55. 80 5/30/2012 130220 4213 LUBRICANTS AUTO P 199. 09 *TOTAL VENDOR LEE AUTO ARLINGTON 254 . 89 * 562190 MC MASTER-CARR SUPPLY CO. 2689215 130097 4213 AUTO PARTS 20 . 73 *TOTAL VENDOR MC MASTER-CARR SUPP 20 . 73 * 567900 MEIER BROTHERS TIRE SUPP 190401 129982 4213 AUTO PARTS 258 . 80 *TOTAL VENDOR MEIER BROTHERS TIRE 258 . 80 * 573955 MNJ TECHOLOGIES DIRECT 0003180343 130252 3211 PHONES 24 . 78 *TOTAL VENDOR MNJ TECHOLOGIES DIR 24 . 78 * Date: 05/31/12 09 :28 Village of Buffalo Grove Page: 30 User: parkskj EXPENDITURE APPROVALS LIST Warrant Date 06/04/12 FUND NO. 000010 DEPT NO. 000465 CENTRAL GARAGE VENDOR# VENDOR NAME INVOICE# VOUCHER ACCT# TSK OPT C-CTR ITEM DESCRIPTION EXP AMOUNT HAND-ISSUED 690535 PAULSON OIL CO. 90285918 130216 4215 LUBRICANTS 950 . 90 *TOTAL VENDOR PAULSON OIL CO. 950 . 90 * 690710 PATTEN INDUSTRIES, INC P600O22351 130136 4213 AUTO PARTS 39. 52 *TOTAL VENDOR PATTEN INDUSTRIES, 39.52 * 756261 RONDOUT SERVICE CENTER MULTIPLE 130103 4218 CONTRACT AUTO SER 94 . 00 *TOTAL VENDOR RONDOUT SERVICE CEN 94 . 00 * 785100 SEWER EQUIP CO OF AMER 0000119129 130104 4213 AUTO PARTS 208 . 47 119003 130138 4213 AUTO PARTS 96. 57 *TOTAL VENDOR SEWER EQUIP CO OF A 305. 04 * 799135 R. G. SMITH EQUIP CO 117069 130105 4213 AUTO PARTS 111 . 60 *TOTAL VENDOR R. G. SMITH EQUIP C 111 . 60 * 807900 SPRING ALIGN 89364 130106 4218 CONTRACT AUTO SER 686. 32 *TOTAL VENDOR SPRING ALIGN 686. 32 * 821078 SUPER PRODUCTS LLC 750385 130107 4213 AUTO PARTS 110 . 28 *TOTAL VENDOR SUPER PRODUCTS LLC 110 .28 * 903455 VERIZON WIRELESS 2747402776 130187 3211 PHONE 106. 77 *TOTAL VENDOR VERIZON WIRELESS 106. 77 * 917660 WAREHOUSE DIRECT 15557950 130014 3240 OFFICE SUPPLIES 2 . 91 *TOTAL VENDOR WAREHOUSE DIRECT 2 . 91 * 917667 WARREN OIL CO. INC. I0720889 130015 4211 GASOLINE 26, 984 . 63 *TOTAL VENDOR WARREN OIL CO. INC. 26, 984 . 63 * 931990 WEST SIDE TRACTOR SALES Date: 05/31/12 09 :28 Village of Buffalo Grove Page: 31 User: parkskj EXPENDITURE APPROVALS LIST Warrant Date 06/04/12 FUND NO. 000010 DEPT NO. 000465 CENTRAL GARAGE VENDOR# VENDOR NAME INVOICE# VOUCHER ACCT# TSK OPT C-CTR ITEM DESCRIPTION EXP AMOUNT HAND-ISSUED W11040 130113 4213 AUTO PARTS 59. 12 *TOTAL VENDOR WEST SIDE TRACTOR S 59. 12 * 949077 WORLD POINT ECC MULTIPLE 130016 3117 EMP SAFE EQUIP 33. 28 *TOTAL VENDOR WORLD POINT ECC 33.28 * 988700 ZIMMERMAN HARDWARE 5/30/2012 130188 3250 PUMP STAT SAO RES 14 . 89 5/24/2012 130114 3250 19. 33 *TOTAL VENDOR ZIMMERMAN HARDWARE 34 .22 * **TOTAL CENTRAL GARAGE 35, 592 . 13 Date: 05/31/12 09:28 Village of Buffalo Grove Page: 32 User: parkskj EXPENDITURE APPROVALS LIST Warrant Date 06/04/12 FUND NO. 000010 DEPT NO. 000466 DRAINAGE SYSTEM VENDOR# VENDOR NAME INVOICE# VOUCHER ACCT# TSK OPT C-CTR ITEM DESCRIPTION EXP AMOUNT HAND-ISSUED 50760 ARAMARK UNIFORM SERVICES 5/29/2012 130118 3114 UNIFORM RENTAL 7 . 54 *TOTAL VENDOR ARAMARK UNIFORM SER 7 .54 * 50760 ARAMARK UNIFORM SERVICES 5/24/2012 130072 3114 UNIFORM RENT CLOT 7 . 54 5/22/2012 130070 3114 UNIFORM RENT CLOT 7 . 54 *TOTAL VENDOR ARAMARK UNIFORM SER 15. 08 * 82109 BANKCARD SERVICES 5/21/2012 130115 4111 ACE SAO PT RECEPT 322 . 48 *TOTAL VENDOR BANKCARD SERVICES 322 . 48 * 204555 EJ EQUIPMENT INC 0050410 130212 4111 DEPT EQUIP 227 .53 *TOTAL VENDOR EJ EQUIPMENT INC 227 .53 * 903455 VERIZON WIRELESS 2747402776 130187 3211 PHONE 21 . 94 *TOTAL VENDOR VERIZON WIRELESS 21 . 94 * 917660 WAREHOUSE DIRECT 15557950 130014 3240 OFFICE SUPPLIES 3. 11 *TOTAL VENDOR WAREHOUSE DIRECT 3. 11 * 929509 WELCH BROS. , INC. 1410458 130232 4017 STORM SEWERS 177 . 00 *TOTAL VENDOR WELCH BROS. , INC. 177 . 00 * 949077 WORLD POINT ECC MULTIPLE 130016 3117 EMP SAFE EQUIP 33. 28 *TOTAL VENDOR WORLD POINT ECC 33.28 * **TOTAL DRAINAGE SYSTEM 807 . 96 Date: 05/31/12 09 :28 Village of Buffalo Grove Page: 33 User: parkskj EXPENDITURE APPROVALS LIST Warrant Date 06/04/12 FUND NO. 000010 DEPT NO. 000471 ESDA VENDOR# VENDOR NAME INVOICE# VOUCHER ACCT# TSK OPT C-CTR ITEM DESCRIPTION EXP AMOUNT HAND-ISSUED 82109 BANKCARD SERVICES 5/21/2012 130115 4935 ACE SAO PT RECEPT 35. 67 *TOTAL VENDOR BANKCARD SERVICES 35. 67 82109 BANKCARD SERVICES 5/21/2012 130115 4313 ACE SAO PT RECEPT 68 . 65 5/21/2012 130115 4313 ACE SAO PT RECEPT 139. 24 5/21/2012 130115 4313 ACE SAO PT RECEPT 46. 71 *TOTAL VENDOR BANKCARD SERVICES 254 . 60 203770 EDGE TOWER COMPANY LLC 201248 130247 3221 COMPUTER SERVICES 1, 000 . 00 *TOTAL VENDOR EDGE TOWER COMPANY 1, 000 . 00 807994 SPRINT 169562812 5/29-2812 130141 3211 PHONE 52 . 15 *TOTAL VENDOR SPRINT 169562812 52 . 15 903455 VERIZON WIRELESS 2747402776 130187 3211 PHONE 34 . 34 *TOTAL VENDOR VERIZON WIRELESS 34 .34 **TOTAL ESDA 1, 376. 76 ***TOTAL CORPORATE FUND 225, 211 . 28 408 . 96 Date: 05/31/12 09 :28 Village of Buffalo Grove Page: 34 User: parkskj EXPENDITURE APPROVALS LIST Warrant Date 06/04/12 FUND NO. 000014 DEPT NO. 000214 PARKING LOT REVENUE VENDOR# VENDOR NAME INVOICE# VOUCHER ACCT# TSK OPT C-CTR ITEM DESCRIPTION EXP AMOUNT HAND-ISSUED 99998 ROBERT SCISM METRA REFU 130229 1300 METRA PARKING PAS 25. 00 *TOTAL VENDOR -> ONE-TIME VENDORS 25. 00 **TOTAL PARKING LOT REVENUE 25. 00 Date: 05/31/12 09 :28 Village of Buffalo Grove Page: 35 User: parkskj EXPENDITURE APPROVALS LIST Warrant Date 06/04/12 FUND NO. 000014 DEPT NO. 000503 SPEC REVENUE-PARKING LOT VENDOR# VENDOR NAME INVOICE# VOUCHER ACCT# TSK OPT C-CTR ITEM DESCRIPTION EXP AMOUNT HAND-ISSUED 8567 ADT SECURITY SERVICES 71335631 130208 3216 MAINT CONTRACT 57 . 00 *TOTAL VENDOR ADT SECURITY SERVIC 57 . 00 * 696091 NORTH SHORE GAS #6135 5/14-6135 130003 3812 GAS FAC 116. 44 *TOTAL VENDOR NORTH SHORE GAS #61 116. 44 * **TOTAL SPEC REVENUE-PARKING LOT 173. 44 ***TOTAL PARKING LOT FUND 198 . 44 Date: 05/31/12 09 :28 Village of Buffalo Grove Page: 36 User: parkskj EXPENDITURE APPROVALS LIST Warrant Date 06/04/12 FUND NO. 000022 DEPT NO. 000512 CAP PROD-ST & HIGWYS VENDOR# VENDOR NAME INVOICE# VOUCHER ACCT# TSK OPT C-CTR ITEM DESCRIPTION EXP AMOUNT HAND-ISSUED 139900 CIVILTECH ENGINEERING CO. 39853 130159 4542 WEILAND LK COOK R 89, 732 . 70 *TOTAL VENDOR CIVILTECH ENGINEERI 89, 732 . 70 * 139900 CIVILTECH ENGINEERING CO. 222235 130087 4542 WEILAND LK COOK R 113, 811 . 61 222236 130086 4542 WEILAND LK COOK R 13, 251 . 06 *TOTAL VENDOR CIVILTECH ENGINEERI 127, 062 . 67 * **TOTAL CAP PROD-ST & HIGWYS 216, 795.37 ***TOTAL CAP PROD-STREETS 216, 795.37 Date: 05/31/12 09 :28 Village of Buffalo Grove Page: 37 User: parkskj EXPENDITURE APPROVALS LIST Warrant Date 06/04/12 FUND NO. 000031 DEPT NO. 000521 DEBT SERV-ST MAINT VENDOR# VENDOR NAME INVOICE# VOUCHER ACCT# TSK OPT C-CTR ITEM DESCRIPTION EXP AMOUNT HAND-ISSUED 36541 AMALGAMATED BANK OF CHICA BOND ISSUE 130191 4716 INTEREST GO BONDS 55, 212 . 50 *TOTAL VENDOR AMALGAMATED BANK OF 55, 212 .50 * 36541 AMALGAMATED BANK OF CHICA BOND ISSUE 130193 4716 INTEREST GO BONDS 10, 003. 75 BOND ISSUE 130192 4716 INTEREST GO BONDS 44, 131 . 25 *TOTAL VENDOR AMALGAMATED BANK OF 54, 135. 00 * 36542 AMALGAMATED 5/1 185417 130189 3231 FISCAL AGENT FEES 420 . 00 *TOTAL VENDOR AMALGAMATED 420 . 00 * **TOTAL DEBT SERV-ST MAINT 109, 767 . 50 ***TOTAL STREET MAINT DEBT SERVICE 109, 767 . 50 Date: 05/31/12 09 :28 Village of Buffalo Grove Page: 38 User: parkskj EXPENDITURE APPROVALS LIST Warrant Date 06/04/12 FUND NO. 000033 DEPT NO. 000523 DEBT SERV-FAC DEV VENDOR# VENDOR NAME INVOICE# VOUCHER ACCT# TSK OPT C-CTR ITEM DESCRIPTION EXP AMOUNT HAND-ISSUED 36542 AMALGAMATED 5/1 185417 130190 3231 FISCAL AGENT FEES 420 . 00 *TOTAL VENDOR AMALGAMATED 420 . 00 **TOTAL DEBT SERV-FAC DEV 420 . 00 ***TOTAL FACILITIES DEV DEBT SERV 420 . 00 Date: 05/31/12 09 :28 Village of Buffalo Grove Page: 39 User: parkskj EXPENDITURE APPROVALS LIST Warrant Date 06/04/12 FUND NO. 000049 DEPT NO. 000249 HEALTH INSURANCE REVENUE VENDOR# VENDOR NAME INVOICE# VOUCHER ACCT# TSK OPT C-CTR ITEM DESCRIPTION EXP AMOUNT HAND-ISSUED 21 AFLAC BROWN WENC 130235 1304 RETIREE HEALTH PRE 59. 85 *TOTAL VENDOR AFLAC 59. 85 * **TOTAL HEALTH INSURANCE REVENUE 59. 85 ***TOTAL HEALTH INSURANCE RESERVE 59. 85 Date: 05/31/12 09 :28 Village of Buffalo Grove Page: 40 User: parkskj EXPENDITURE APPROVALS LIST Warrant Date 06/04/12 FUND NO. 000051 DEPT NO. 000251 WATER REVENUE VENDOR# VENDOR NAME INVOICE# VOUCHER ACCT# TSK OPT C-CTR ITEM DESCRIPTION EXP AMOUNT HAND-ISSUED 99998 BHOGILAL PATEL 290043783 130101 1201 SALES OF WATER 107 . 28 *TOTAL VENDOR -> ONE-TIME VENDORS 107 . 28 **TOTAL WATER REVENUE 107 . 28 Date: 05/31/12 09 :28 Village of Buffalo Grove Page: 41 User: parkskj EXPENDITURE APPROVALS LIST Warrant Date 06/04/12 FUND NO. 000051 DEPT NO. 000541 WATER OPERATIONS VENDOR# VENDOR NAME INVOICE# VOUCHER ACCT# TSK OPT C-CTR ITEM DESCRIPTION EXP AMOUNT HAND-ISSUED 9449 AECOM, INC. 6014792920 130148 4412 SYSTEM IMPROVE 902 . 37 *TOTAL VENDOR AECOM, INC. 902 .37 * 9449 AECOM, INC. 6014792920 130148 4412 SYSTEM IMPROVE 1, 433. 05 *TOTAL VENDOR AECOM, INC. 1, 433. 05 * 50760 ARAMARK UNIFORM SERVICES 5/24/2012 130072 3114 UNIFORM RENT CLOT 50 . 26 5/22/2012 130070 3114 UNIFORM RENT CLOT 64 .26 5/22/2012 130070 3114 UNIFORM RENT CLOT 48 . 90 5/30/2012 130149 3114 UNIFORM RENTAL 50 . 26 *TOTAL VENDOR ARAMARK UNIFORM SER 213. 68 82109 BANKCARD SERVICES 5/21/2012 130115 3250 ACE SAO PT RECEPT 14 . 99 5/21/2012 130115 4412 ACE SAO PT RECEPT 17 . 13 5/21/2012 130115 3117 ACE SAO PT RECEPT 52 . 18 5/21/2012 130115 4412 ACE SAO PT RECEPT 65. 00 5/21/2012 130115 3117 ACE SAO PT RECEPT 133. 28 5/21/2012 130115 4014 ACE SAO PT RECEPT 120 . 00 *TOTAL VENDOR BANKCARD SERVICES 402 . 58 120072 CALL ONE 5/15-11044 129970 4412 PHONE 18 . 82 5/15-11044 129970 3211 PHONE 219. 47 *TOTAL VENDOR CALL ONE 238 .29 175560 R.A. DAUGHERTY SALES, INC 23972 130211 4014 RESERVOIRS 5, 494 . 00 23952 130161 4011 WELL EQUIP 28 . 00 *TOTAL VENDOR R.A. DAUGHERTY SALE 5, 522 . 00 312794 AKZO NOBEL PAINTS LLC 0290100344 130214 4014 RESERVOIRS 168 . 20 MULTIPLE 130164 4014 SUPPLIES ALL OTHE 145. 73 *TOTAL VENDOR AKZO NOBEL PAINTS L 313. 93 * 339101 HARBOR FREIGHT TOOLS 259128 130166 4014 RESERVOIRS 79. 98 *TOTAL VENDOR HARBOR FREIGHT TOOL 79. 98 * Date: 05/31/12 09 :28 Village of Buffalo Grove Page: 42 User: parkskj EXPENDITURE APPROVALS LIST Warrant Date 06/04/12 FUND NO. 000051 DEPT NO. 000541 WATER OPERATIONS VENDOR# VENDOR NAME INVOICE# VOUCHER ACCT# TSK OPT C-CTR ITEM DESCRIPTION EXP AMOUNT HAND-ISSUED 418920 IL SECT AWWA 200001614 130126 3112 PROF TRAINING 50 . 00 *TOTAL VENDOR IL SECT AWWA 50 . 00 * 517944 ALLEN LE BLANC 25BACK FLO 130171 4111 DEPT EQUIP 1, 875. 00 *TOTAL VENDOR ALLEN LE BLANC 1, 875. 00 * 562197 MCHENRY ANA WAT LAB, INC 1201825 130175 3817 WATER SAMPLE ANAL 737 . 50 29969 130174 3817 WATER SAMPLE ANAL 165. 00 *TOTAL VENDOR MCHENRY ANA WAT LAB 902 .50 * 568035 MENARDS LONG GROVE 18256 130222 4013 WATERMAINS & SERV 138 . 17 *TOTAL VENDOR MENARDS LONG GROVE 138 . 17 * 570142 MIDAMERICAN ENERGY CO. 5/7-255500 129990 3814 ELECTRIC WATER & 3, 271 . 19 5/7-255507 129988 3814 ELECTRIC WATER & 994 . 66 5/7-255501 129989 3814 ELECTRIC WATER & 3, 376. 09 5/7-255508 130001 3814 ELECTRIC WATER & 4, 825. 77 5/8-257158 129991 3814 ELECTRIC WATER & 94 . 63 *TOTAL VENDOR MIDAMERICAN ENERGY 12, 562 .34 * 573955 MNJ TECHOLOGIES DIRECT 0003180343 130252 3211 PHONES 55. 46 *TOTAL VENDOR MNJ TECHOLOGIES DIR 55. 46 * 903455 VERIZON WIRELESS 2747402776 130187 3211 PHONE 248 . 44 *TOTAL VENDOR VERIZON WIRELESS 248 . 44 * 917660 WAREHOUSE DIRECT 15557950 130014 3240 OFFICE SUPPLIES 3. 11 *TOTAL VENDOR WAREHOUSE DIRECT 3. 11 * 949077 WORLD POINT ECC MULTIPLE 130016 3117 EMP SAFE EQUIP 33. 28 *TOTAL VENDOR WORLD POINT ECC 33.28 * 988700 ZIMMERMAN HARDWARE 5/30/2012 130188 4012 PUMP STAT SAO RES 40 . 45 Date: 05/31/12 09 :28 Village of Buffalo Grove Page: 43 User: parkskj EXPENDITURE APPROVALS LIST Warrant Date 06/04/12 FUND NO. 000051 DEPT NO. 000541 WATER OPERATIONS VENDOR# VENDOR NAME INVOICE# VOUCHER ACCT# TSK OPT C-CTR ITEM DESCRIPTION EXP AMOUNT HAND-ISSUED 5/30/2012 130234 4011 SAO WELL EQUIP 32 . 20 *TOTAL VENDOR ZIMMERMAN HARDWARE 72 . 65 988700 ZIMMERMAN HARDWARE 5/30/2012 130188 4014 PUMP STAT SAO RES 52 . 31 5/24/2012 130114 3250 4 . 13 5/30/2012 130188 4014 PUMP STAT SAO RES 38 . 90 *TOTAL VENDOR ZIMMERMAN HARDWARE 95.34 **TOTAL WATER OPERATIONS 25, 142 . 17 Date: 05/31/12 09 :28 Village of Buffalo Grove Page: 44 User: parkskj EXPENDITURE APPROVALS LIST Warrant Date 06/04/12 FUND NO. 000051 DEPT NO. 000542 SEWER OPERATIONS VENDOR# VENDOR NAME INVOICE# VOUCHER ACCT# TSK OPT C-CTR ITEM DESCRIPTION EXP AMOUNT HAND-ISSUED 50760 ARAMARK UNIFORM SERVICES 5/29/2012 130118 3114 UNIFORM RENTAL 16. 14 *TOTAL VENDOR ARAMARK UNIFORM SER 16. 14 * 50760 ARAMARK UNIFORM SERVICES 5/22/2012 130070 3114 UNIFORM RENT CLOT 16. 14 5/24/2012 130072 3114 UNIFORM RENT CLOT 16. 14 *TOTAL VENDOR ARAMARK UNIFORM SER 32 .28 * 117895 CHRISTOPHER BURKE ENGIN 106088 130157 4412 SYSTEM IMPROVE 170 . 18 *TOTAL VENDOR CHRISTOPHER BURKE E 170 . 18 * 120072 CALL ONE 5/15-11044 129970 3211 PHONE 347 . 06 5/15-11044 129970 3211 PHONE 928 .57 *TOTAL VENDOR CALL ONE 1, 275. 63 * 204555 EJ EQUIPMENT INC 0050409 130213 4111 DEPT EQUIP 2, 977 . 55 0050410 130212 4111 DEPT EQUIP 227 . 53 *TOTAL VENDOR EJ EQUIPMENT INC 3, 205. 08 * 276000 FEDERAL EXPRESS CORP. 786796846 130124 4412 SYSTEM IMPROVE 29. 78 *TOTAL VENDOR FEDERAL EXPRESS COR 29. 78 * 325900 GRAINGER, INC. 9836602129 130215 4111 DEPT EQUIP 219. 70 *TOTAL VENDOR GRAINGER, INC. 219. 70 * 570142 MIDAMERICAN ENERGY CO. 5/7-257141 129997 3814 ELECTRIC WATER & 192 . 92 5/7-257144 129994 3814 ELECTRIC WATER & 194 . 83 5/7-257136 130002 3814 ELECTRIC WATER & 408 . 83 5/7-257138 130000 3814 ELECTRIC WATER & 327 .51 5/7-257143 129995 3814 ELECTRIC WATER & 191 . 43 5/7-257142 129996 3814 ELECTRIC WATER & 203.56 5/7-257140 129998 3814 ELECTRIC WATER & 326. 15 5/15-25718 130098 3814 ELECTRIC WATER & 190 .22 5/7-257139 129999 3814 ELECTRIC WATER & 330 . 74 5/8-257147 129992 3814 ELECTRIC WATER & 184 .38 *TOTAL VENDOR MIDAMERICAN ENERGY 2, 550 .57 Date: 05/31/12 09 :28 Village of Buffalo Grove Page: 45 User: parkskj EXPENDITURE APPROVALS LIST Warrant Date 06/04/12 FUND NO. 000051 DEPT NO. 000542 SEWER OPERATIONS VENDOR# VENDOR NAME INVOICE# VOUCHER ACCT# TSK OPT C-CTR ITEM DESCRIPTION EXP AMOUNT HAND-ISSUED 573955 MNJ TECHOLOGIES DIRECT 0003180343 130252 3211 PHONES 24 . 78 *TOTAL VENDOR MNJ TECHOLOGIES DIR 24 . 78 * 719450 PRO SAFETY, INC. 2727070 130227 3250 SUPPLIES ALL OTHE 735. 00 *TOTAL VENDOR PRO SAFETY, INC. 735. 00 * 903455 VERIZON WIRELESS 2747402776 130187 3211 PHONE 59. 97 *TOTAL VENDOR VERIZON WIRELESS 59. 97 * 917660 WAREHOUSE DIRECT 15557950 130014 3240 OFFICE SUPPLIES 2 . 90 *TOTAL VENDOR WAREHOUSE DIRECT 2 . 90 * 949077 WORLD POINT ECC MULTIPLE 130016 3117 EMP SAFE EQUIP 38 . 03 *TOTAL VENDOR WORLD POINT ECC 38 . 03 * 988700 ZIMMERMAN HARDWARE 5/30/2012 130234 3250 SAO WELL EQUIP 29. 68 *TOTAL VENDOR ZIMMERMAN HARDWARE 29. 68 * **TOTAL SEWER OPERATIONS 8, 389. 72 ***TOTAL WATER & SEWER FUND 33, 639. 17 Date: 05/31/12 09 :28 Village of Buffalo Grove Page: 46 User: parkskj EXPENDITURE APPROVALS LIST Warrant Date 06/04/12 FUND NO. 000055 DEPT NO. 000546 GOLF OPERATION-BGGC VENDOR# VENDOR NAME INVOICE# VOUCHER ACCT# TSK OPT C-CTR ITEM DESCRIPTION EXP AMOUNT HAND-ISSUED 57099 BOARDTRONICS, INC 8925267 130155 3919 IRRIGATION SYSTEM 999. 80 *TOTAL VENDOR BOARDTRONICS, INC 999. 80 * 99850 BEST SERV. SANITATION INC 6654764 130154 3260 SUPPLIES GOLF COU 810 . 00 *TOTAL VENDOR BEST SERV. SANITATI 810 . 00 * 120072 CALL ONE 5/15-11044 129970 3211 PHONE 280 . 02 *TOTAL VENDOR CALL ONE 280 . 02 * 163280 CURRAN LANDSCAPE CONT LTD 20YRDS MUL 130160 4613 GOLF COURSE 400 . 00 *TOTAL VENDOR CURRAN LANDSCAPE CO 400 . 00 * 285910 FOOT-JOY MULTIPLE 130196 3370 MERCH PURCH 9, 596. 93 *TOTAL VENDOR FOOT-JOY 9, 596. 93 * 326801 GROWING SOLUTIONS, INC 4056 130165 3919 IRRIGATION SYSTEM 703. 60 *TOTAL VENDOR GROWING SOLUTIONS, 703. 60 * 489096 KIMBALL MIDWEST 2440511 130170 4111 DEPT EQUIP 44 . 44 *TOTAL VENDOR KIMBALL MIDWEST 44 . 44 * 522902 JOHN DEERE LANDSCAPES / 61382257 130169 3823 CHEM & FERT 2, 200 . 00 *TOTAL VENDOR JOHN DEERE LANDSCAP 2, 200 . 00 * 545599 LEIBOLD IRRIGATION, INC 0004239 130172 3919 IRRIGATION SYSTEM 510 . 00 *TOTAL VENDOR LEIBOLD IRRIGATION, 510 . 00 * 567900 MEIER BROTHERS TIRE SUPP 189504 130176 4111 DEPT EQUIP 100 . 76 *TOTAL VENDOR MEIER BROTHERS TIRE 100 . 76 * 570142 MIDAMERICAN ENERGY CO. 5/15-25567 130199 3811 ELECTRIC FAC 4, 014 . 97 *TOTAL VENDOR MIDAMERICAN ENERGY 4, 014 . 97 Date: 05/31/12 09 :28 Village of Buffalo Grove Page: 47 User: parkskj EXPENDITURE APPROVALS LIST Warrant Date 06/04/12 FUND NO. 000055 DEPT NO. 000546 GOLF OPERATION-BGGC VENDOR# VENDOR NAME INVOICE# VOUCHER ACCT# TSK OPT C-CTR ITEM DESCRIPTION EXP AMOUNT HAND-ISSUED 573955 MNJ TECHOLOGIES DIRECT 0003180343 130252 3211 PHONES 30 . 66 *TOTAL VENDOR MNJ TECHOLOGIES DIR 30 . 66 * 687801 PALATINE OIL CO INC MULTIPLE 130180 4211 GASOLINE 2, 060 .32 *TOTAL VENDOR PALATINE OIL CO INC 2, 060 .32 * 737241 REINDERS, INC. 401688100 130182 3919 IRRIGATION SYSTEM 1, 790 . 16 138251000 130183 4111 DEPT EQUIP 124 . 40 138371300 130184 4111 DEPT EQUIP 74 . 39 137353603 130181 3917 GOLF COURSE 204 . 78 *TOTAL VENDOR REINDERS, INC. 2, 193. 73 844355 TITLEIST 0580332 130204 3370 MERCH PURCH 383. 67 MULTIPLE 130206 3370 MERCH PURCH 3, 897 . 60 0511896 130205 3370 MERCH PURCH 394 . 05 *TOTAL VENDOR TITLEIST 4, 675.32 903455 VERIZON WIRELESS 2747402776 130187 3211 PHONE 123. 54 *TOTAL VENDOR VERIZON WIRELESS 123.54 **TOTAL GOLF OPERATION-BGGC 28, 744 . 09 ***TOTAL BUFFALO GROVE GOLF CLUB 28, 744 . 09 Date: 05/31/12 09 :28 Village of Buffalo Grove Page: 48 User: parkskj EXPENDITURE APPROVALS LIST Warrant Date 06/04/12 FUND NO. 000057 DEPT NO. 000548 GOLF OPERATIONS-AGC VENDOR# VENDOR NAME INVOICE# VOUCHER ACCT# TSK OPT C-CTR ITEM DESCRIPTION EXP AMOUNT HAND-ISSUED 48615 THE ANTIGUA GROUP, INC MULTIPLE 130194 3391 ADVERT & PROMO 734 . 30 *TOTAL VENDOR THE ANTIGUA GROUP, 734 .30 * 82109 BANKCARD SERVICES 5/21/2012 130115 3114 ACE SAO PT RECEPT 39. 97 5/21/2012 130115 3260 ACE SAO PT RECEPT 9. 00 *TOTAL VENDOR BANKCARD SERVICES 48 . 97 * 120072 CALL ONE 5/15-11044 129970 3211 PHONE 280 . 02 *TOTAL VENDOR CALL ONE 280 . 02 * 163289 CUTTER & BUCK, INC 92080241 130195 3370 MERCH PURCH 740 . 72 *TOTAL VENDOR CUTTER & BUCK, INC 740 . 72 * 285910 FOOT-JOY MULTIPLE 130197 3370 MERCH PURCH 7, 878 . 93 *TOTAL VENDOR FOOT-JOY 7, 878 . 93 * 562138 MCI COMM SERV 5/17-3P939 130198 3211 PHONE 34 . 96 *TOTAL VENDOR MCI COMM SERV 34 . 96 * 570142 MIDAMERICAN ENERGY CO. 5/4-255509 130200 3811 ELECTRIC FAC 4, 300 . 65 *TOTAL VENDOR MIDAMERICAN ENERGY 4, 300 . 65 * 696094 NORTH SHORE GAS #9957 5/15-9957 130201 3812 GAS FAC 690 .26 *TOTAL VENDOR NORTH SHORE GAS #99 690 .26 * 696096 NORTH SHORE GAS #3816 5/15-3816 130202 3812 GAS FAC 179. 86 *TOTAL VENDOR NORTH SHORE GAS #38 179. 86 * 844355 TITLEIST 0461774 130203 3370 MERCH PURCH 5, 543. 91 *TOTAL VENDOR TITLEIST 5, 543. 91 * 903455 VERIZON WIRELESS 2747402776 130187 3211 PHONE 123. 55 *TOTAL VENDOR VERIZON WIRELESS 123.55 * Date: 05/31/12 09 :28 Village of Buffalo Grove Page: 49 User: parkskj EXPENDITURE APPROVALS LIST Warrant Date 06/04/12 FUND NO. 000057 DEPT NO. 000548 GOLF OPERATIONS-AGC VENDOR# VENDOR NAME INVOICE# VOUCHER ACCT# TSK OPT C-CTR ITEM DESCRIPTION EXP AMOUNT HAND-ISSUED **TOTAL GOLF OPERATIONS-AGC 20, 556. 13 ***TOTAL ARBORETUM GOLF CLUB FUND 20, 556. 13 Date: 05/31/12 09 :28 Village of Buffalo Grove Page: 50 User: parkskj EXPENDITURE APPROVALS LIST Warrant Date 06/04/12 FUND NO. 000057 DEPT NO. 000548 GOLF OPERATIONS-AGC VENDOR# VENDOR NAME INVOICE# VOUCHER ACCT# TSK OPT C-CTR ITEM DESCRIPTION EXP AMOUNT HAND-ISSUED ****TOTAL BILLS 635, 331 . 98 468 . 81 Raupp Lift Station Maintenance NOWIM -` Gregory P Boysen to: Dane C Bragg 05/17/2012 03:59 PM Cc: WRaysa, Michael K Skibbe Dane- A report was recently completed concerning the needed Raupp Lift Station maintenance work. (Copy attached for reference.) POF Es, Raupp LS Evaluation Report 031312.pdf I am also transmitting a PDF of Rick Kuhl and Bob Whalen's report of the Raupp Lift Station stand-by generator being in danger of failure due to a crack that has recently been found in the engine block. F!GF. Raupp LS 050212 bw.PDF In order to proceed with the recommended maintenance work at the Raupp Lift Station, I would propose that the attached"Proposal for Professional Engineering Services for Raupp Lift Station Rehabilitation- Design Engineering"dated 5/9/12 prepared by Christopher B. Burke Engineering, Ltd. be presented for Village Board approval at their next meeting scheduled for Monday, June 4, 2012. P G}F Raupp LS 050912 CBBEL.PDF Please let me know if you see any problem proceeding in this manner. By copy of this email, I am requesting that Bill Raysa review the proposed engineering agreement and also let me know if he sees any problem with it. Gregory P. Boysen, PE Director of Public Works Village of Buffalo Grove, IL 51 Raupp Blvd. Buffalo Grove, IL 60089 Phone: (847)459-2547 Fax: (847) 537-5845 Email: gboysen@vbg.org Draft March 13, 2012 Village of Buffalo Grove Public Works Department 51 Raupp Boulevard Buffalo Grove, IL 60089 Attention: Mr. Gregory Boysen, P.E. Director of Public Works Subject: Raupp Lift Station Evaluation Dear Mr. Boysen: ➢ Overall Description Ownership The Raupp Lift Station is owned and operated by the Village of Buffalo Grove. Location The Raupp Lift Station is located on the west side of Raupp Boulevard approximately 400 feet south of Lake - Cook Road and immediately north of Buffalo Creek. Tvpe The Raupp Lift Station is a wet well / dry well type lift station with 2 pumps. It is a Smith Loveless Station factory built station that was a common design for lift stations of its vintage. According to correspondence provided by the Village, each of the two pumps is rated for: • 629 gpm at 50 ft TDH • Pump Model 6D3 • 50 HP • 10" suction and 10" discharge • 1,750 rpm • 8 '/2 " impeller diameter • 480 volt, 3 phase • Constructed in 1966 • MWRDGC Permit # 66-259 The station has dedicated on-site standby electrical power from a diesel driven generator in a weather enclosure. The engine generator set is in a partially buried vault. It is noted that the specifications and documents for the Raupp Lift Station indicate that the station was designed to allow a future increase in pump capacity to 1,362 gpm at 82 ft TDH. This explains why pumps were provided with 50 horsepower motors and 10" suction and discharge piping where smaller pump cases and smaller motors would have otherwise satisfied the specified pump duty point. History According to information provided by the Village the Raupp Lift Station was built in 1966. Service Area The service area for the ,z Raupp Lift Station Is shown Raupp Lift Station Service area on Exhibit A. The service area is generally bounded by Lake-Cook Road to the north Raupp Boulevard to the east Weidner Road to the west and has an irregular southern boundary along Chatham Lions Park , , and Hawthorne Road. The service area IS predominately single family � residential. The service , ;' �flf � gjya ` ✓ area also includes some16 non-residential office and , institutional along Lake , x � Cook Road. i �f 1CI '°'�1 The Village's 2010 Sewer `s %;°i-I I I % Chatham LS Service area Service area map indicates % (High Flow to Raupp L5I that the Raupp Lift Station r ! is used to pump part of the flow from the Chatham Lift Exhibit A — Raupp LS Service Area Station service area during high flow. ➢ Description of Forcemain Materials of Construction The Atlas shows the forcemain to be cast iron force main (C.I.F.M.). The thickness class and joint type is unknown. Alignment/Route/Diameter The Atlas shows the forcemain leaving the Raupp Lift Station to the east and crossing Raupp Boulevard where it then turns south crosses Buffalo Creek and is shown to be in the eastern 1/2 of the Raupp Boulevard ROW. The forcemain Page 2 of 21 continues south to the tee intersection with Golfview Terrace. The forcemain crosses � Golfview Terrace and continues south southwest on the eastern 1/2 of the Golfview Terrace ROW to the tee intersection with Dundee Road. The forcemain crosses Dundee Road where it appears to discharge to a 15" ,. al �K gravity sewer that flows to the east along theM� � south ROW of Dundee Road. The 15" gravity sewer continues to a 21" sewer that flows south "s along Old Buffalo Grove Road. On the Atlas Raupp LS drawings, the forcemain is indicated as 10" CIFM qo- �jf , ry along its entire alignment and is approximately � , r b a 4,700 feet in overall length. , a ar The John Dudley Hooper drawings titled "Village ar � of Buffalo Grove — Proposed Offsite Sanitary Sewer" dated April 20, 1966 show the invert of the 15" gravity sewer at the forcemain discharge ry m bi' ' manhole is 688.62 with a rim elevation of 693.69. ;,, n " The lift station specifications show the elevation of the horizontal portion of forcemain at the lift °are station is 673.00 and the operating levels in the lift station between 654.00 and 652.00 with a bottom elevation of 650.00 and a rim elevation of 677.05. 7,°° e I i �"p ymare '` fF It is noted that both the east and west gravity . P rmu r 6RM d M �" Vera sewers at forcemain discharge manhole are shown on the Atlas as flowing away from the manhole (the sewer to the west is indicated to ` flow west and the sewer to the east is indicated Raupp FM to flow east) suggesting that the manhole is at an apex with flow potentially able to go in either �� nry�� direction. "mF Tit a ,��n� i lfoanA uma� , a r wk, � dnni� n �^ Discharge MH FExhibit 8— Raupp LS Forcemain Page 3 of 21 ➢ Hydraulics and Operating Conditions Hydraulics (General) The Raupp Lift Station is the only flow source to the Raupp Forcemain. At the rating point of 629 gpm, the velocity in the 10" forcemain is about 2.4 fps. Normal minimum cleansing velocity is 2 fps. The 10" forcemain rated flow maintains cleansing velocities while at the same time has relatively low operating velocity for a forcemain. This translates into low dynamic losses, a low TDH, smaller horsepower motors and lower electrical usage compared with forcemains operating in higher velocity ranges. A simplified pump and system curve for the Raupp Lift Station is shown below. Minor losses have not been included for the system curve. .......................................................................................................................................................................................................................................................................................................................................................................................................................................................... Raupp Pump/System Guars .. ...60 K� _ r lCurve SC9H Q 40 f y :: --H static+�Hff= _....: 2.0 ,... Q-629 gpm `" 2 Pium ps „_, i 0 200 4010 600 800 1,0010, 1,200 Q(gpm)' Minor losses are not included. Operating Characteristics The first chart below shows the monthly combined operating times for both pumps at the station over the past 3 years in relationship to the "possible" operating time for one pump, i.e., the number of hours in a month. Page 4 of 21 Raupp - Monthly Operating Hours goo ....................................................................................................................................... 700 ......... ........ .......... .................. ......... 600 ................................................. .......................... ................ ......... 500 2009 PI+ P2 Hours LA 400 . .. .............. ............ IN 2010 PI+ P2 Hours 00 0 KI 3 ........... IM 2011 P1+ P2 Hours M 200 One Pump 100% Operation 100 0 F C -0 0. > r a) 0 a)LL Ln 0 The second chart below shows the number of pumps hours per day that were required for selected wet weather days over the past 3 years. The chart shows that concurrent operation of both pumps was required on at least the 5 days that exceeded 24 hours of combined pump time and that as many as 40 total pumping hours were required on the high event day. This demonstrates that without both pumps operating during high flow wet weather events, sewer surcharging could be expected that in turn would lead to basement backups in service area for the Raupp Lift Station. Raupp - Total Pumping Hours On Selected Wet Weather Days .......................................................................................................................................................................................................................................................5�O Ln &S 40 30 tw C EL 20 10 E IIIIIIIIIIIIII PI P2 Hours ............. . .............11 0 'e,.......... CN <�>\rl (OKI I\rV NT Page 5 of 21 Ape According to documents provided by the Village the Lift Station was constructed in 1966. The design drawings for the Raupp Lift Station Forcemain are also dated 1966. Repair History The Village has provided the maintenance and alarm history for the Raupp Lift Station. There does not appear to be any notable recurring history of breaks or problem areas. ➢ Site Considerations Plat From the Village's initial research (no title search performed), the lift station is currently on a larger parcel that was conveyed to the Buffalo Grove Park District by the Village in 1970. The parcel was conveyed earlier, in 1960, to the Village from private owners with certain land usage restrictions. There is no known easement on the parcel for the lift station, its appurtenances or access. Staff indicated that the Village and the Park District have a good relationship and the Village has major infrastructure at other Park District locations. However, the Village should plat an easement for the facilities and access to protect itself from adverse effects should the good relationship with the Park District change in the future. Adiacent Property Considerations The Raupp Lift Station is located in a maintained lawn area just north of Buffalo Creek. There is a 1/4 acre Park District parking lot immediately north and to the west of the lift station. The creek is immediately south of the lift station and flows in a well defined channel. Raupp Boulevard is east of the lift station with a bridge crossing Buffalo Creek southeast of the lift station. On the opposite side of Raupp Boulevard, east of the lift station there is another parking lot used for the Park District park/baseball fields located between Lake — Cook Road and Buffalo Creek. The area south of Buffalo Creek is single family residential with a plat date of 1958. Access The Park District parking lot is used for access to the lift station. There is a barrier curb between the paved parking area and the lawn area that immediately surrounds the lift station structures. Site Valvinp Village Staff has recently installed by-pass pumping connection piping for the station. Flood Plain The lift station is on the bank of Buffalo Creek but is not in the regulatory flood plain. It is noted that the ground elevations south of Buffalo Creek are lower and would flood before those on the north side of the creek adjacent to the lift station. Page 6 of 21 Wetlands There are no wetlands in the immediate vicinity of the lift station. Traffic Barriers The lift station structures, electrical equipment and standby diesel engine generator are protected from traffic by a barrier curb on the perimeter of the parking lot. There are no other traffic barriers such as bollards or fencing. ➢ Lift Station Wet Well Not inspected The wet well was not .; entered or inspected. The only access to the wet well is though a manhole lid and manhole riser. The drawings that were included with the „ specifications for the lift station do not indicate a a ladder, platform or bar screen that was typically m installed in a Smith Loveless lift station wet " well. If the wet well has any of these items, they ' , should be removed similar to the work the Village is planning at its Cambridge and Old Treatment Plant Lift Stations. The condition of any steel inside the wet well is unknown and it is advisable that ladders and platforms, if present, should not be relied upon for safe access or support inside the wet well. Village Public Works Staff Comments Staff indicated that at one time broken concrete from the sewer pipe entry points had fallen into the wet well was removed from the sump and that the wet well sump was cleaned at that time using a vac-all truck. It was noted that performing these activities was constrained by the limited access to the wet well through the manhole lid. ➢ Lift Station Dry Well - Structural and Structure Appurtenances The Raupp Dry Well was inspected by CBBEL's sub-consultant Dixon Engineering, Inc. Dixon's full report is contained in Appendix A. The report findings and recommendations are summarized below: Exterior Steel Coating in fair condition Metal in good condition Recommended blast to SP6 and recoat Page 7 of 21 Interior Steel Topcoat in poor condition Primer in fair condition with spot coating breaks to substrate, rust bleed through and rust undercutting Metal in good condition Average metal thickness 0.336", thickness range 0.264 — 0.367" Lower 1 foot of wall has sever corrosion and extensive scale rust Floor topcoat and primer in poor condition with nearly no coating remaining and general surface rust Floor metal in good condition Average floor metal thickness 0.359", thickness range 0.255— 0.421" Recommended surface prep by abrasive blast and recoat Ladder Coating in poor condition Metal in good condition Recommended surface prep and recoat Recommended installation of fall protection device Hatch and Locks Coating in fair condition Metal in good condition Has lock Piping Coating in poor condition Metal in fair condition No leaking Noted minor scale and rust present, corrosion at bolts and flanges Recommended surface prep by abrasive blast and recoat Lights, De-humidifier, Ventilation Fan and Electrical Outlets All reported to be functioning. ➢ Pumps and Motors The Raupp Lift Station has 2 pumps and motors. The manufacturer is Smith Loveless. The pumps are a vertical non-clog sewage type pump. The equipment is located in a dry well and the motors are 50 horsepower open drip proof (ODP). Page 8 of 21 1 A review of the pump curve �fr shows that the specified duty point for the pumps of 629 gpm at 50 feet TDH and an 8 /2 inch impeller would be non-overloading using a 20 horsepower motor. The original specification stipulated a 50 horsepower motor in order to allow the capacity of the pumps to be increased to 1,362 gpm at 82 feet TDH by only substituting a larger impeller for the pump while utilizing the other in- place pump frame, casing and motor. It is unknown what "future" service area was envisioned for the Raupp Lift Station when the specification for the pumps was written circa 1966. ➢ Valves, Piping, Bolts and Coatings The piping for each pump contains an isolation gate valve on the pump suction line, and a check valve and an isolation gate valve on the pump discharge line. One of the pump suction gate valves (see photo above) has been replaced with a knife gate style valve. Staff indicated a knife gate was used because the Smith Loveless valves are approximately 1" shorter than a standardized gate valve and it is becoming difficult to obtain replacement Smith Loveless valves. The original gate valve stem and disc was broken and could not be repaired. Page 9 of 21 rr ➢ Electrical Service (Utility) Electrical service for the Raupp Lift Station is 460 volt, 3 phase. The transformers are mounted on a pole in the west parkway of Raupp Boulevard just north of Buffalo Creek. There are overhead secondary power conductors from the transformers that run a short distance to a drop pole adjacent to the lift station. The conductors enter a weatherhead and drop down the pole, power is metered at the pole with a disconnect breaker before going underground to the lift station. Jr i t'i, 411 j Page 10 of 21 r ( Ilh r uu'•IX pi, ao � lj uri Vi r 7 ti r ! i di III IW9 I) I t wqx s p li t e li i"VI I W Comments related to the condition of the utility electrical service for the Raupp Lift Station follow: • There is noted discoloration of the transformers that could be a result of excessive heat • The weatherhead at the drop pole may not be high enough to meet current standard requirements (15-feet) • The conduit on the drop pole containing the secondary conductors appears to be severely corroded to the point of potentially being compromised • The metering cabinet and the service disconnect breaker are dated and appear to be near/at the end of their useful life ➢ Standby Power and Transfer Switch The Raupp Lift Station has a dedicated on-site diesel driven standby power generator. The engine generator set is located in a partially buried vault with a fiberglass enclosure top. The fiberglass top has a built in access door as well as built in cooling air intake and cooling exhaust air louvers/dampers. The engine exhaust silencer/muffler is contained in a wire mesh cage located along side the fiberglass enclosure. The exhaust stack is a vertical pipe from the silencer with some shielding. Village Staff noted that the engine block has a crack that was repaired by welding the block. Staff has indicated that most replacement parts are no longer available for this engine generator and expressed concerns regarding the reliability of this unit. Page 11 of 21 i r k, 11IIIII ' ry wt d� �91WY�rJIG�a�mr�/�M �,,, i( ri c , G i u ,,,l;�u ��,nm crwrk�nrrAai� ll/ jJ11 rJ fJ (f I� I� IN fl r� Page 12 of 21 An Asco automatic transfer switch (ATS) is located inside the engine ;&�� I/ generator vault and fiberglass enclosure. The ATS automatically senses a utility power failure, starts the engine generator and transfers the source of electrical power for the lift station. When utility power returns a shut down sequence commences that transfers back to the utility power source and allows K � a the engine to run through a cool ' down cycle, followed by shutting the engine off. ➢ Electrical Panels, Switchgear and Lighting The electrical panels that were provided with factory built Smith Loveless lift stations were by design located in the lift station dry well. Although Smith Loveless package lift stations have high reliably; still, the Village has experienced flooding at two Smith Loveless lift stations within recent memory. As can be expected, electrical gear, instrumentation panels and electrical motors do not fare well in flooded conditions. The panels include electrical disconnects, pump starters, alternators, controls as well as the distribution of power used for a the station lighting, sump pump, , ventilator, dehumidifier and '%�' � general purpose outlets. All original electrical equipment is dated and should be considered to be at the end of its useful life. - (Electrical equipment associated � with wastewater mechanical equipment is normally ' % associated with a 25 year life � �' ifj expectancy). Page 13 of 21 ➢ SCADA The lift station is connected to the Village's SCADA system to communicate the station status and alarms to Public Works. The pump controller provides input data to a programmable logic controller (PLC) at the station. The PLC provides output data to a modem that is connected to a dedicated telephone line to communicate back to Public Works. The following status signals and alarms are communicated through the SCADA system: • Pump No. 1 Running • Pump No. 2 Running • Intruder Alarm • Pump No. 1 Failure Alarm • Pump No. 2 Failure Alarm • Utility Power Fail • Generator Running • Generator (Common Alarm) • Station Flow Rate • Wet Well Level • High Water Level Alarm • Low Water Level Alarm ➢ General Comments — Identification of Alternatives This engineering evaluation was performed with the understanding that the Village wants to update/rehabilitate the Raupp Lift Station. Consideration was given to specific areas of concern identified by Village staff. The evaluation includes providing recommendations and estimated costs associated with improvements needed to update and rehabilitate the lift station. This evaluation report is intended to serve as a document the Village can use for planning and budgeting lift station capital/maintenance improvements as well as to define the scope of subsequent design engineering improvements needed to update and rehabilitate the lift station. Wet Well/Dry Well Lift Station Design Verses Submersible Lift Station Design Although the factory built Smith Loveless wet well/dry well lift station was at one time the standard for lift stations and these stations have provided decades of reliable service throughout the county, submersible type lift stations have become the new standard design of choice. Reasons submersible stations have become prevalent are listed below: • Submersible pumps have come into being, are affordable and have demonstrated very high reliabilities • There is a heightened awareness and use of confined space entry safety procedures for entering at lift station dry well (even for routine station visits) — these procedures require that multiple trained personnel with specialized equipment be present to perform any dry well access including routine monitoring/maintenance of the station Page 14 of 21 • Performing pump, valve and equipment physical monitoring and maintenance is significantly simplified for a submersible lift station • Wet well/dry well lift stations utilized proprietary manufacturer specific components, replacement parts for many of these components are becoming increasing difficult to obtain and do not match otherwise standardized sizing and substitution capability • Submersible stations utilize components that are available from a range of manufacturers and suppliers and allow more standardized substitution capability • Submersible lift stations are less susceptible to flooding Because of the overall trend to submersible lift stations, replacement pumps and parts for Smith Loveless Stations are becoming increasing difficult to obtain and this trend is not expected to improve in the future. Due to the advantages offered by submersible lift stations, in general when the opportunity presents itself to convert or replace a wet well/dry well station with a submersible station — that conversion should be considered. Several area communities have systematically moved to convert/upgrade their wet well/dry well stations to submersible stations. Of course, every project has its own set of drivers that are ultimately the decision basis for which alternative is selected. Alternatives Normally Considered Normally a rehabilitation project for a wet/well dry well station would include evaluating three alternatives. The first alternative would be to rehabilitate the existing station to prolong its useful life. In addition to rehabilitation work, some beneficial features are normally included such as moving the electrical panels and controls from the below grade dry well to an above grade panel and adding a dedicated stand-by generator if the lift station does not have one. The second alternative would convert the station to a submersible station by utilizing the existing wet well structure for the submersible station wet well. When this is a viable option (temporary by-pass pumping is required during construction), the conversion can be made at a reasonable cost because no deep excavation is needed to construct a new wet well since the existing wet well structure would be re-used for the converted station. The third alternative would construct a complete new submersible lift station in parallel (along side) with the old station and switch over the service to new station when it is complete. The old station would be filled in and abandoned after the new station is operating. Whether or not the 2nd and 3rd alternatives are viable is usually dependent on the physical features of the station and whether or not there is sufficient land available. MWRDGC Permitting MWRDGC Permitting is a major consideration that can impact the viability of the otherwise best available alternative for rehabilitating/upgrading a lift station. Page 15 of 21 MWRDGC has permitting authority over lift station projects within its tributary area. The Village knows from its experience with the Old Treatment Plant and Cambridge Lift Station Rehabilitation projects, that filing for a MWRDGC Permit for even relatively simple rehabilitation/replacement work will trigger a District review of the overall lift station characteristics including the service area, design flow rate, pump ratings, forcemains and pump operations even when the proposed project only involves electrical and control work at the station. The District's review of the Village's recent projects included comments that one of the stations has excess pump capacity and that future pump replacement may require use of "appropriately" sized pumps. The District also commented that (contrary to the station's operating mode since 1970) the stand-by pumps at the stations will not be allowed to run (electronically locked out) unless the duty pump is out of service. As was discussed earlier in this report, a review of the pump operating times over the last three years suggests that if the stand-by pump had not been allowed to operate at the Raupp Lift Station, sewer surcharging and basement backups would have likely been the result on 5 wet weather events over the last 3 years. The point is that an MWRDGC permit review has an associated risk that the current level of service provided by the lift station will not be permitted after implementation of rehabilitation work, upgrades or improvements. ➢ Alternatives for the Raupp Lift Station The 2nd of the three normal A« 9e alternatives discussed, w ' above, Alternative B, may &'r�''''� ''t' '`�'" WW not be a cost effective alternative for the Raupp Lift Station if by-pass " pumping during construction cannot be d provided at a reasonable` , ; cost. According to the Atlas, the Raupp Lift Station wet well receives � flow from 3 different directly174 connected sewers from they"TM NW, SW and SE. � ., a There are inconsistencies 1,9 between the Atlas whichr . w shows a 12" VCP and the 1966 Hooper drawings that show a (20 foot deep) 15" VCP sewer for the gravity sewer line to the SW. The Hooper drawings do not show the 8" sewer to the NW or the 12" PVC sewer to Page 16 of 21 the SE that is shown on the Atlas. Without the benefit of a detailed evaluation and sewer the invert elevations for manholes adjacent to the lift station wet well, by-pass pumping during construction appears to be problematic at Raupp for Alternative B because three pump set-ups would be needed and one (the SW) would require fairly long connecting piping to reach the closest manhole. The 3rd normal alternative, Alternative C, is viable if the Village is able to reach agreement with the Park District for the facilities and land that would be needed to construct the new lift station alongside the existing lift station and if Alternative C can be successfully permitted by MWRD. Alternative A — Rehabilitate Existing Station The Village has recently made plans to rehabilitate/upgrade its Cambridge on the Lake and Old Treatment Plant lift stations. Under these projects the Village will continue the use of the wet well/dry well stations and rehabilitate/upgrade the stations to extend their useful life and utility. These planned projects included the following rehabilitation work and upgrades: • Moving the electrical panels and controls for the stations to above grade traffic box enclosures to improve access and reduce consequences resulting from a flooded the dry well • Upgrades to the metering and control equipment • New SCADA equipment • Addition of by-pass pumping yard valves and piping provisions • Rehabilitating the dry well steel coating system and the cathodic protection • Removal of the steel platform, ladders and screens from the wet well • Providing new dedicated diesel driven engine generator standby power units for the stations Although the Raupp Lift Station has a dedicated stand-by generator, Staff has indicated that engine block has a crack that has been repaired by welding, that replacement parts are difficult to obtain and that the reliability of this unit is uncertain. Therefore, replacement of the Raupp standby generator is recommended for Alternative A — Rehabilitate Existing Station. It is recommended that the new stand-by generator be a free standing at grade unit rather than the partially buried in vault type design of the existing generator. The new generator could be either natural gas or diesel engine driven per the Village's preference (and verification of available natural gas service at the site). If the aesthetics of the weather enclosure are a concern for the park location, an alternative would be to house the engine generator in a small precast building. The rehabilitation recommendations for the Raupp Lift station include a new electrical service. As seen on the photos and the discussion above, many components of the existing electrical service are at or beyond their useful life. The new electrical service should include a request from the Village to the electrical utility that the utility review and verify that the transformers are in good working order and if they are not, the transformers should be replaced. A new service from the utility's transformers is recommended to the lift station that includes a new Page 17 of 21 pole, weatherhead, drop conduit, meter cabinet, disconnect, and overhead/buried conductors to the rehabilitated lift station. Similar to the Cambridge and Old Treatment Plant Lift Station projects, the new electrical equipment and controls should be provided in an above grade traffic box/electrical enclosure. The existing electrical equipment and controls should be removed from the existing wet well. New conductors in the wet well should be immersible/submersible to allow the pumps to continue to operate should the dry well ever flood in the future. Any of the isolation gate valves or check valves that are original or beyond their useful life should be replaced to avoid the valve problems and valve failures that the Village has experienced at other stations. Any corroded flange bolts should be replaced. The pump rotating elements should be replaced with an immersible style that is available from Smith and Loveless for the existing pump casings. This recommendation will result in achieving many of the benefits of a submersible station while still utilizing the existing wet well dry well arrangement. In anticipation that MWRD will require that the stand-by pump be electronically locked out unless the duty pump is out of service, the pump rating for the replacement pumps should be at least as high as for two pumps operating together for the current pumps. The need to increase the pump rating is shown above on the pump operating times during selected wet weather days. It is noted that proposing to increase the pump rating may also create a permitting issue with the MWRD that may require an effort to get resolved. From a review of the simplified pump / system curve for the Raupp Lift Station the new rating should be in the range of 800 gpm at 62 feet TDH. This rating should be reviewed and verified during the design engineering of the improvements using a more complete hydraulic analysis of the station. The Village should review and confirm that the "anticipated" increase in service area/ pump duty point (reason for the existing 50 horsepower motors in the original specification) is no longer valid. If the Village is able to confirm that no increased rating is needed (other than the one articulated above), all components of the recommended improvements should be appropriately sized (downsized from the existing). This includes the electrical service size, automatic transfer switch rating, pump motor horsepower size, and engine generator rating. Sizing should be confirmed during the design engineering of the improvements. For purposes of the opinions of budgeting costs, an 800 gpm pump at 62 feet TDH with a 25 horsepower motor has been assumed with related accessories/appurtenances that match this pump size assumption. A reasonable budget including engineering and 15% contingency for a rehabilitation project for the Raupp Lift Station as articulated is shown below. The line items list the work recommended work for rehabilitating the Raupp Lift Station. Page 18 of 21 Alternative A— Rehabilitate Existing Station Budgeting Opinion Of Probable Construction Cost New Flow Meter $10,000 Above Grade Traffic Box Enclosure (TBE) With Electrical $90,000 Equipment, Station Controls and SCADA Equipment New Standby Engine Generator Set in Weather Enclosure $70,000 New Immersible Rotating Units for Pumps (assumed 800 gpm $40,000 62 Ft TDH, 25 Horsepower) Replace 1 Pump Influent Gate Valve, 2 Pump Discharge Gate $15,000 Valves and 2 Check Valves Replace Remaining Original or Corroded Piping Flange Bolts $5,000 Demo Steel in Wet Well if resent $20,000 New Wet Well Flat Top (At Grade Concrete with Aluminum $4,000 Access Hatch New Electrical Service for assumed pumps) $10,000 Cathodic Protection $18,000 Dry Well Rehabilitation (Blast, Paint, Ladder Fall Protection) $18,000 Sub-Total $300,000 Engineering 15% $45,000 Contingency 15% $45,000 Total $390,000 Alternative B— Convert Existing Wet Well to Submersible Pump Wet Well Not viable. As indicated above, converting the wet well to a submersible station wet well is likely problematic for the Raupp Lift Station because of the issues associated with providing temporary by-pass pumping during the construction of the conversion. Alternative C— New Submersible Lift Station, Abandon Existing Lift Station The third alternative would be to construct a new submersible lift station and valve vault alongside of the existing lift station and service would be transferred after the construction of the new lift station is complete. Land and/or easement would be needed for this alternative. After the new lift station is tied in and operational, the existing wet well and dry well would be filled and abandoned. Alternative C would include a new valve vault that would contain the station check valves, isolation valves, air release valve and by- pass pumping connection. The new station would have a new above grade traffic box enclosure containing the electrical disconnects, pump starters, station controls and SCADA equipment, a new flow meter in a vault, new electrical service, and new stand-by engine generator. Alternative C improvements would be fully constructed before switching over the flow from the existing station thereby transferring the new station into service. After the new station is operational, any salvage equipment would be removed from the Page 19 of 21 dry well and both the dry well and the wet well would be filled and cut off to 3 feet below grade per commonly accepted abandonment procedures. Alternative C New Submersible Lift Station, Abandon Existing Lift Station Budgeting Opinion Of Probable Construction Cost New Submersible Lift Station with New Valve Vault $160,000 Flow Metering $10,000 Final Connections Transfer From Old to New Station $5,000 Above Grade Traffic Box Enclosure $90,000 With Electrical Gear, Station Controls and SCADA Equipment New Standby Engine Generator Set in Weather Enclosure $70,000 New Electrical Service $10,000 Fill and Abandon Existing Dry Well and Wet Well $5,000 Sub-Total $350,000 Engineering 15% $52,000 Contingency 15% $52,000 Total $454,000 (Plus Land/Easement Cost) + $ ? ➢ Discussion of Alternatives If there are no site/land issues associated with Alternative C, it is CBBEL's opinion that the Village should give serious consideration to replacing the station with a new submersible type station in order to take advantage of the benefits offered by submersible stations articulated above. Our recommendations for Alternative A include additional improvements beyond those currently planned for the Old Treatment Plant and Cambridge projects. These include providing immersible/submersible pumps which will serve the dual purpose of providing new pumps for the station while eliminating most of the damage and down time that would otherwise occur if the dry well flooded again. We also included rehabilitation of the original influent gate valve on the pump suction line, replacement of any remaining original valves and/or corroded bolts and providing a new flat concrete top for the wet well with an aluminum hatch to improve the access to the wet well. The new top is an important item because it will improve the ability to provide future by-pass pumping as well as give better access to the level transducer and back-up floats. It also facilitates cleaning of the wet well if that was ever needed. We formulated our recommendations for Alternative A with the philosophy of including improvements that mimic many of the advantages offered by a submersible station. The Village should review its MWRDGC Permit files and make an appraisal of the risk factor that the District may require a reduced pumping capacity (or not allow an increase in capacity) if new pumps are included in the project. During the design of the station, it will be important to be cognizant of the MWRDGC Permitting aspects Page 20 of 21 of the project. As indicated above, it can be anticipated (based on past practice) that the District will require that the back-up pump not be allowed to run unless the duty pump is out of service. As articulated above, the pump rating should be increased if the District requires this customary standby pump lockout feature. However, it is noted that a higher pump rating may also represent a permitting obstacle. MEE/mee/pjb NABuffalo Grove\110341\Admin\R1 Raupp.031312.docx Page 21 of 21 ixon Engineering , Inc . Preliminary Maintenance Inspection StationLift R . • • Lift Station Buffalo • Illinois Dixon Engineering Inc. 9415 W.Forest Home#208 Hales Corners,WI 53130 Phone(414)529-1859 Fax(414)529-3120 InspectionPerformed: October http://www.dixonengincering.net Report Prepared: December wisconsingdixonengineering.net Raupp Lift Station CONCLUSIONS: EXTERIOR COATING: 1. The exterior coating is presumed to be a polyurethane coating system that is in fair condition. The coating has faded moderately. The primary modes of failure are spot coating breaks to the substrate and erosion. There are numerous spot coating failures. DRY INTERIOR COATING: 2. The dry interior coating is presumed to be an epoxy system that is in poor condition. The coating is approximately 90 percent intact with significant failures. RECOMMENDATIONS: 1. Schedule regular cleanings and inspections of the lift station by an independent third parry as recommended by AWWA, or once every five years. 2. Complete the recommended work immediately. The coating work is the greatest cost and largest part of the recommendations. The repairs and up grades should be completed during the next major rehabilitation process when coating repairs are made. EXTERIOR COATING: 3. Abrasive blast clean the exterior to a commercial grade (SSPC-SP6) condition inside a tight flexible frame containment system, and recoat with a polyurethane coating system. The estimated cost is $5,000 including containment. DRY INTERIOR COATING: 4. Abrasive blast clean the entire dry interior and apply a two coat epoxy polyamide system. The estimated cost is $9,000. PIT PIPING: 5. Abrasive blast clean the piping to a commercial grade (SSPC-SP6) and apply a two coat epoxy system. The estimated cost is $3,000. SITE: 6. Install a chain-link fence around the lift station for security. VENTS: 7. Annually inspect the screen. LADDERS: 8. Install fall prevention devices on the dry interior ladders. The estimated cost is $2,000. COST SUMMARY: Abrasive blast clean the exterior $5,000 Abrasive blast clean the dry interior 9,000 Abrasive blast clean the piping 3,000 Install fall prevention device3 2,000 19,000 Engineering and Contingencies 4,000 Total $23,000 INSPECTION: On October 14, 2011, Dixon Engineering, Inc. (DIXON)performed a preliminary maintenance inspection on the Raupp lift station owned by Buffalo Grove, Illinois. Purposes of the inspection were to evaluate the interior and exterior coating's performance and life expectancy; assess the condition of metal surfaces and appurtenances; review safety and health aspects; and make budgetary recommendations for continued maintenance of the lift station. All recommendations, with budgeting estimates for repairs are incorporated in this report. The inspection was performed by Kayla S. Melton, senior staff technician. Scheduling and arrangements for the inspection were completed through Mark Emory. LIFT STATION INFORMATION: The lift station was built in the middle 1960's. The lift station is welded construction. CONDITIONS AND RECOMMENDATIONS: EXTERIOR COATING CONDITIONS: The exterior coating system is presumed to be a multiple coat polyurethane coating system. The exterior coating is in fair condition overall and is beginning to chalk and fade and there is loss of gloss. Surfaces have faded due to exposure to ultraviolet rays, which is a normal occurrence for an exterior coating system. The primary methods of exterior coating deterioration are spot coating breaks to the substrate and erosion. EXTERIOR COATING RECOMMENDATIONS: Plan and budget for exterior removal and recoating in approximately immediately. Fading will continue and more rust spots will occur, decreasing the lift station's aesthetic appearance. Currently there are several exposed surfaces actively rusting. Remove the existing coating by dry abrasive blast cleaning the metal to a commercial grade (SSPC-SP 6) and apply a polyurethane system. All blast work would be performed inside a tight flexible containment system using negative air pressure. The coating system would consist of a prime coat on the bare metal, a full coat of epoxy, followed by a two full coats of polyurethane. The polyurethane system offers excellent abrasion resistance with high gloss and sheen retention. The expected life of this system is twelve-to-fifteen years. The system can be recoated again in twelve-to-fifteen years, and a second time approximately twelve years after the first recoating, extending the life of the coating to thirty-five to forty years before total removal would be necessary again. Polyurethane coatings have a minimum temperature requirement for application and are sensitive to moisture during the curing process. If moisture is present during the curing process, the appearance will become cloudy with little or no gloss. The estimated cost to abrasive blast clean and recoat with an epoxy polyurethane system is $5,000 including containment. DRY INTERIOR COATING CONDITIONS: The dry interior area on this structure is defined as the non-water contact surfaces, not exposed to the exterior. The dry interior coating is presumed to be an epoxy system that is in poor condition, approximately 90 percent intact. The primary causes of deterioration in the dry interior are spot coating breaks to the substrate with rust undercutting and rust bleed through. Steel thicknesses were recorded. It does not show the steel has a significant amount due to corrosion. DRY INTERIOR COATING RECOMMENDATIONS: Abrasive blast clean and repaint the entire dry interior. The existing coating is in poor condition and has deteriorated to the point where complete removal and recoating is necessary. The estimated cost to abrasive blast clean and repaint the entire dry interior is $9,000. PIPING CONDITIONS: The lift station is operated by an electronic control system located in the dry interior. The piping is in good condition. Coating on the pipes is in poor condition. The pipes and valves have general surface rust and extensive coating failure. There is minor corrosion on the bolts and flanges. The dry well was dry during the inspection. PIPING RECOMMENDATIONS: Abrasive blast clean the piping to a commercial blast condition (SSPC-SP 6), and apply an epoxy system. The estimated cost is $3,000. SITE CONDITIONS: The size of the lift station site is small and is not fenced. The site is well maintained. There is residential development to the south. It is adjacent to industrial development to the north, east, and west. The site is accessible from a municipal street. SITE RECOMMENDATIONS: Install a fence around the lift station to provide increased security. The fence should be 10 - 12 feet larger than the diameter to allow room for containment. Obtain a quote from a qualified fencing contractor. Regularly mow the grass and trim the trees near the lift station. AVIATION LIGHTS AND ELECTRICAL CONDITIONS: There are light fixtures located in the dry interior. None of the lights were burnt out during the inspection. An electrical outlet is located at the top of the dry well. HATCH AND MANWAY CONDITIONS: The lift station has a 43-inch diameter flip-top, round access hatch to the dry well. The hatch is in good condition. The hatch was secured with a padlock. VENT CONDITIONS: The vent is a 3.5-inch flow-through design that routes through the side rail of the dry interior ladder. The vent is in good condition. The vent is properly screened. VENT RECOMMENDATIONS: Annually inspect the screen to make sure the screen is open and not damaged. LADDER RECOMMENDATIONS: Dry: Install a fall prevention device on the dry interior ladder. The estimated cost is $2,000. STEEL STRUCTURE FIELD INSPECTION REPORT LIFT STATION DATE: October 14, 2011 I. STRUCTURE DATA OWNER: Buffalo Grove CLIENT CODE: 99-49-41-21 STATION NAME: Raupp LOCATION: Street: Raupp City: Buffalo Grove State: Illinois GPS coordinates: N 42 ° 9 '3.1 " W 87 ° 57 ' 57.4 " Ground elevation (Above MSL): 933 feet DATE CONSTRUCTED: Mid 1960's INSPECTED BY: Dixon En2ineerin2, Inc. PERSONNEL: Inspector Kayla S. Melton, TYPE OF INSPECTION: Preliminary Maintenance -Dry H. INSPECTION DATA SITE CONDITIONS Fenced: No SCADA controls Yes Location: In drywell Site conditions: Well maintained Neighborhood: Residential and industrial To the North: Building To the East: Building To the South: Homes To the West: Building Site drainage: Away from lift station Indications of underground leakage: No Shrub, tree, etc. encroachment: No EXTERIOR COATING Sidewall: Height exposed above grade: 24 inches Topcoat condition: Fair Primer coating condition: Good Describe coating: Chalking, fading, spot coating breaks to substrate, and erosion Metal condition: Good EXTERIOR COATING Cover Plate: N/A EXTERIOR APPURTENANCES Roof hatches: Wet well: N/A Dry well: Coating condition: Fair Metal condition: Good Size: 43 inches Shape: Round Hatch security: Lock Roof vent: Number: 1 Type: Standard—up ladder side rail Neck diameter: 3.5 inches square Vent Material: Steel Coating condition: Fair Metal condition: Good Screen condition: Good Percent of screen open: 99 DRY WELL COATING Roof(underside of cover plate): Topcoat condition: Good Primer coating condition: Good Describe coating: No significant coating deterioration Metal condition: Good Shaft: Upper diameter: 44 inches Lower diameter: 8 feet Upper height: 20 feet Lower height: 9 feet Seams: Yes Number: 4 total Topcoat condition: Poor Primer coating condition: Fair Describe coating: Spot coating breaks to substrate, rust bleed through, and rust undercutting. Metal condition: Good Metal thickness: Average: .336 inches Range: .264 to .367 inches Shaft comments: Lower 1-2 feet severe corrosion and extensive scale rust. EXTERIOR APPURTENANCES Floor: Metal condition: Good Metal thickness: Average: .359 inches Range: .255 to .421 inches Concrete condition: N/A Topcoat condition: Poor Primer coating condition: Poor Describe coating: Nearly no coating remains and general surface rust. DRY WELL APPURTENANCES Dry well ladder: Coating condition: Poor Metal condition: Good Toe clearance: 6 inches Width of rungs: 13.5 inches Thickness of rungs: 1 inch Shape of rungs: Round Fall prevention device: No Piping: Sizes: 16 inches Coating condition: Poor Metal condition: Fair Leaking: No Piping comments: Minor scale and rust present; corrosion at bolts and flanges. Sump: Size: 20 inches Coating condition: Poor Metal condition: Good Pump condition: Fair Pump hose/pipe leaking: No Sump comments: Scale and rust present EXTERIOR APPURTENANCES Electrical: Dehumidification unit: Yes Functioning: Unknown Ventilation fan: Yes Functioning: Yes Lights functioning: Yes Number burnt out: 0 Enough light for safety: Yes Electrical outlets: Yes Functioning: Yes Location: At top of shaft WET WELL COATING N/A Field Inspection Report is prepared from the contractor's viewpoint. It contains information the contractor needs to prepare his bid for any repair or recoating. The engineer uses it to prepare the engineering report. Cost estimates are more accurate if the contractor's problems can be anticipated. While prepared from the contractor's viewpoint,the only intended beneficiary is the owner. These reports are completed with diligence, but the accuracy is not guaranteed. The contractor is still advised to visit the site. �� {po a ..'d II IIIIIII ii`� V / �/y '" ., r n (� � h a i�ilolm v III IiiiIIIIIIVuV�V 8 f il�llf rli ilJ'll��lll(ill; I i a I III I i I t� b I rq r� H CONFINEO SPACE NON PERMIT r'II 1. The lift station is located on Raupp Street in Buffalo Grove, Illinois. ,gHr� �t� R�rdrmrgw�aRr � ��/ f ' 2. The dry well ladder and wet well ladder are continuous; the coating is in poor condition. FEW/, ,fzi� 3. The coating in the shaft ism poor condition with large coating breaks and rust bleed through �i 4. Same t, III � 5. Same y Amy; 6. There are controls located at the bottom of the shaft. �y 7. The piping metal is in fair condition and the coating is in poor condition. i' . 8. Same 9. There is some corrosion l aii around the piping flanges. 10. Same f1 r1 11.The floor in the wet well has the coating s scale rust and in i r nearly gone. h F l 12. The wall in the wet well has scale rust and the coating is nearly gone. 13. There is a sump located in the floor. II IIIIIIIIII dip '`IIIIIIIIIIIIIIIIII I���IIIIIIIIIIIII 14. The vent on the exterior shaft neck is in good condition J � r �1z•1 r � + I i�t�1��1r� �� I h., i 15. The electrical that enters the neck is in good condition. d � CHRISTOPHER B. BURKE ENGINEERING, LTD. 9575 West Higgins Road Suite 600 Rosemont, Illinois 60018 TEL(847)823-0500 FAX(847) 823-0520 May 9, 2012 VILLAGE OF Su( )`ALL GROVE Village of Buffalo Grove Public Works Department HAY 51 Raupp Boulevard _ Buffalo Grove, IL 60089 PVVA',DM1N Attention: Mr. Gregory Boysen, PE � Director of Public Works Subject: Proposal for Professional Engineering Services for Raupp Lift Station Rehabilitation — Design Engineering Dear Mr. Boysen: In response to your request, Christopher B. Burke Engineering Ltd. (CBBEL) is submitting this Proposal for Professional Engineering Services for Raupp Lift Station Rehabilitation — Design Engineering. Included below is our Understanding of the Assignment, Scope of Services, and Engineering Fee. UNDERSTANDING OF THE ASSIGNMENT CBBEL recently prepared and submitted an engineering evaluation to the Village for the Raupp Lift Station that identified recommendations for rehabilitating the 46-year old lift station. The Raupp Lift Station is a Smith Loveless buried steel package lift station with an associated concrete wet well structure and a diesel driven engine standby power generator installed in a partially buried vault with a fiberglass cover enclosure. The Village wants to proceed with design engineering for the Raupp Lift Station rehabilitation project and has requested a proposal for engineering services to prepare contract documents consisting of bidding documents, contract documents, technical specifications and plan drawings for the project. The engineering services are also to include bidding assistance including advertising the project, responding to bidders' questions, issuing addenda if required, evaluation of the bids received and a recommendation for the award of the contract to the lowest most responsive bidder. We have based our proposed Scope of Services upon preparing rehabilitation project contract documents for the following items: • Replacing the existing electrical distribution equipment, pump station controls, SCADA and electrical transfer switch with new equipment housed in an above grade control panel. • New electrical 460-volt, 3 phase electrical service for the lift station. • Coordinating the new electrical service with the electrical utility and requesting that the utility review the condition of the existing transformers that feed the station. • New diesel driven standby power generator housed in either a weather proof, sound attenuated a nclosure or in a prefabricated building per the Village's selection. (We recommend installation of the generator at grade and not in the partially buried vault that houses the existing generator.) • Replacement of 1 pump influent isolation valve, 2 pump discharge isolation valves and 2 check valves. • Replacement of the original and/or corroded piping flange bolts. • New cathodic protection system for the station. • Surface preparation and coating for the steel dry well structure (does not include the buried exterior steel), pump station piping, and ferrous metal accessories such as the ladder. • New precast concrete flat top for the wet will with lockable aluminum access hatch. As discussed with you previously, we have not included replacement of the pumps as part of the rehabilitation work to be included in the project. We have assumed that the proposed topographic surveying will confirm that the structures and work areas are not within floodplain or wetlands areas and that the project will therefore not require stormwater management permitting or wetland permitting. Stormwater management permitting and/or wetland permitting are not included in our proposed scope or fee. The proposed scope and fee is for design engineering and does not include preparation of plats of easement or related easement legal descriptions. We have also assumed that the project is rehabilitation work and will not require permitting from IEPA or MWRDGC. SCOPE OF SERVICES CBBEL will provide design engineering and bidding assistance services per the following tasks: Task 1 — Data Collection / Site Topoqraphic Survey: CBBEL will field survey the lift station site and prepare base drawings to be used for the station design drawings. During the topographic survey, all above ground utilities will be located and identified including, but not limited to, water, sanitary sewer, storm sewer, telephone, electric, cable and gas. The survey will identify the size, type and rim elevations of structures in the immediate vicinity of the lift station site. Spot elevations will be surveyed and existing trees will be located. The survey will also identify and locate existing pavement, curbs, lighting, signs, and buildings in the immediate vicinity of the existing lift station site. Task 2 — Prepare Contract Documents: CBBEL will prepare contract documents consisting of bidding documents, contract documents, technical specifications and design drawings for the rehabilitation project as articulated in the Understanding of the Assignment. The drawings will include a site plan, demolition plan, plan view and sections detailing the work to be performed. The drawings will also include a one line diagram of the pump power plan and controls, and details of site specific equipment Page 2 of 4 such as the standby generator and generator housing. CBBEL will also coordinate with the electric utility company for new electric service to the lift station. Technical specifications will be prepared for all equipment to be included in the project. Task 3 — Opinion of Probable Construction Cost: CBBEL will prepare an opinion of probable construction cost for the station. Task 4 — Assistance with Bidding: CBBEL will assist the Village with advertising the project for bidding, distribution of plans and specifications to bidders, attending a pre-bid meeting, respond to bidders' written questions and issue an addendum (if necessary). CBBEL will attend the bid opening, review and tabulate the bids and make a recommendation to the Village for the award of the project. PROJECT SCHEDULE We anticipate completing the topographic survey within 1 — 2 weeks after receipt of a notice to proceed. Contract Documents are anticipated to be completed 3 to 4 weeks after the topographic survey with the bidding phase following. ENGINEERING FEE CBBEL proposes to provide the proposed engineering services defined under the Scope of Services for the amounts as indicated below. Task Fee Task 1 — Data Collection / Site Topographic Survey $3,000.00 Task 2 — Prepare Contract Documents $18,000.00 Task 3 — Opinion of Probable Construction Cost $1,000.00 Task 4 — Assistance with Bidding $1,500.00 Sub-Total Design / Bidding Services $23,500.00 Direct Costs (Allowance) $300.00 Total $23,800.00 We will bill you at the hourly rates specified on the attached Schedule of Charges for Professional Services and establish our contract in conformance with the attached General Terms and Conditions, both of which are expressly incorporated into and are an integral part of this contract for Professional Engineering Services. The Scope of Services described above and related fee estimate are based upon information known to date. It shall be understood that CBBEL shall be allowed the opportunity to adjust our fee as additional information about this project is obtained and/or our level of participation increases beyond that for which we have budgeted. Engineering services performed for tasks not included in the proposal and/or beyond customary engineering efforts shall be billed to you on a time and materials basis. Page 3 of 4 Please sign and return one copy of this agreement as an indication of acceptance and notice to proceed. Please feel free to contact us anytime. Sincerely, Christopher B. Burke, PhD, PE, DWRE, F.ASCE President MEE/mee/pjb Encl.: Schedule of Charges General Terms and Conditions THIS PROPOSAL, SCHEDULE OF CHARGES AND GENERAL TERMS AND CONDITIONS ACCEPTED FOR THE VILLAGE OF BUFFALO GROVE BY: TITLE: DATE: N PROPOSALS\ADMIN\2012\BuffaloGrove-RauppLiftStation.050912.docx Page 4 of 4 CHFUSTOPHEFKB. BURKE ENGINEERING, LTD. STANDARD CHARGES FOR PROFESSIONAL SERVICES Charges* PersonnelJLHrj Principal 240 Engineer VI 210 Engineer 173 Engineer IV 138 Engineer||| 125 Engineer |/|/ 102 Survey 178 Survey IV 132 8un/ay ||| 127 Survey || 100 Survey 78 Resource Planner V 112 Resource Planner |V 108 Resource Planner ||| 100 Resource Planner N| 88 Engineering Technician V 150 Engineering Technician /V 132 Engineering Technician ||| 107 Engineering Technician |/|| 87 CAD Manager 138 Assistant CAD Manager 126 CAD || 125 CAD 98 G|S Specialist U| 120 G{S Specialist KU 67 Landscape Architect 138 Environmental Resource Specialist V 154 Environmental Resource Specialist |V 134 Environmental Resource Specialist ||| 114 Environmental Resource Specialist 1/11 94 Environmental Resource Technician 90 Administrative 88 Engineering Intern 53 Survey Intern 53 Information Technician ||| 97 Information Technician |/|| 62 Direct Costs Outside Copies, B|uephnta, K4eoaenQer, Delivery Services, Mileage Cost + 1296 *Charges include overhead and profit Please note: In recognition of the momnmnn/c oheAmmgmm facing our clients, we have not increased our schedule of charges since January 2009. CHRISTOPHER B. BURKE ENGINEERING, LTD. GENERAL TERMS AND CONDITIONS 1. Relationship Between Engineer and Client: Christopher B. Burke Engineering, Ltd. (Engineer) shall serve as Client's professional engineer consultant in those phases of the Project to which this Agreement applies. This relationship is that of a buyer and seller of professional services and as such the Engineer is an independent contractor in the performance of this Agreement and it is understood that the parties have not entered into anyjoint venture or partnership with the other. The Engineer shall not be considered to be the agent of the Client. Nothing contained in this Agreement shall create a contractual relationship with a cause of action in favor of a third party against either the Client or Engineer. Furthermore, causes of action between the parties to this Agreement pertaining to acts of failures to act shall be deemed to have accrued and the applicable statute of limitations shall commence to run not later than the date of substantial completion. 2. Responsibility of the Engineer: Engineer will strive to perform services under this Agreement in accordance with generally accepted and currently recognized engineering practices and principles, and in a manner consistent with that level of care and skill ordinarily exercised by members of the profession currently practicing in the same locality under similar conditions. No other representation, express or implied, and no warranty or guarantee is included or intended in this Agreement, or in any report, opinion, document, or otherwise. Notwithstanding anything to the contrary whichmay be contained in this Agreement or any other material incorporated herein by reference,or in any Agreement between the Client and any other party concerning the Project, the Engineer shall not have control or be in charge of and shall not be responsible for the means, methods, techniques, sequences or procedures of construction, or the safety,safety precautions or programs of the Client, the construction contractor, other contractors or subcontractors performing any of the work or providing any of the services on the Project. Nor shall the Engineer be responsible for the acts or omissions of the Client, or for the failure of the Client, any architect, engineer, consultant, contractor or subcontractor to carry out their respective responsibilities in accordance with the Project documents, this Agreement or any other agreement concerning the Project. Any provision which purports to amend this provision shall be without effect unless it contains a reference that the content of this condition is expressly amended for the purposes described in such amendment and is signed by the Engineer. 3. Changes: Client reserves the right by written change order or amendment to make changes in requirements, amount of work, or engineering time schedule adjustments, and Engineer and Client shall negotiate appropriate adjustments acceptable to both parties to accommodate any changes, if commercially possible. 4. Suspension of Services: Client may, at any time, by written order to Engineer (Suspension of Services Order) require Engineer to stop all, or any part, of the services required by this Agreement. Upon receipt of such an order, Engineer shall immediately comply with its terms and take all reasonable steps to minimize the costs associated with the services affected by such order. Client, however, shall pay all costs incurred by the suspension, including all costs necessary to maintain continuity and for the resumptions 1 of the services upon expiration of the Suspension of Services Order. Engineer will not be obligated to provide the same personnel employed prior to suspension, when the services are resumed, in the event that the period of suspension is greater than thirty (30) days. 5. Termination: This Agreement may be terminated by either party upon thirty (30) days written notice in the event of substantial failure by the other party to perform in accordance with the terms hereof through no fault of the terminating party. This Agreement may be terminated by Client, urder the same terms, whenever Client shall determine that termination is in its best interests. Cost of termination, including salaries, overhead and fee, incurred by Engineer either before or after the termination date shall be reimbursed by Client. 6. Documents Delivered to Client: Drawings, specifications, reports, and any other Project Documents prepared by Engineer in connection with any or all of the services furnished hereunder shall be delivered to the Client for the use of the Client. Engineer shall have the right to retain originals of all Project Documents and drawings for its files. Furthermore, it is understood and agreed that the Project Documents such as, but not limited to reports, calculations, drawings, and specifications prepared for the Project, whether in hard copy or machine readable form, are instruments of professional service intended for one-time use in the construction of this Project. These Project Documents are and shall remain the property of the Engineer. The Client may retain copies, including copies stored on magnetic tape or disk, for information and reference in connection with the occupancy and use of the Project. When and if record drawings are to be provided by the Engineer, Client understands that information used in the preparation of record drawings is provided by others and Engineer is not responsible for accuracy, completeness, nor sufficiency of such information. Client also understands that the level of detail illustrated by record drawings will generally be the same as the level of detail illustrated by the design drawing used for project construction. If additional detail is requested by the Client to be included on the record drawings, then the Client understands and agrees that the Engineer will be due additional compensation for additional services. It is also understood and agreed that because of the possibility that information and data delivered in machine readable form may be altered, whether inadvertently or otherwise, the Engineer reserves the right to retain the original tapes/disks and to remove from copies provided to the Client all identification reflecting the involvement of the Engineer in their preparation. The Engineer also reserves the right to retain hard copy originals of all Project Documentation delivered to the Client in machine readable form, which originals shall be referred to and shall govern in the event of any inconsistency between the two. The Client understands that the automated conversion of information and data from the system and format used by the Engineer to an alternate system or format cannot be accomplished without the introduction of inexactitudes, anomalies, and errors. In the event Project Documentation provided to the Client in machine readable form is so converted, the Client agrees to assume all risks associated therewith and, to the fullest 2 extent permitted by law, to hold harmless and indemnify the Engineer from and against all claims, liabilities, losses, damages, and costs, including but not limited to attorney's fees, arising therefrom or in connection therewith. The Client recognizes that changes or modifications to the Engineer's instruments of professional service introduced by anyone other than the Engineer may result in adverse consequences which the Engineer can neither predict nor control. Therefore, and in consideration of the Engineer's agreement to deliver its instruments of professional service in machine readable form, the Client agrees, to the fullest extent permitted by law, to hold harmless and indemnify the Engineer from and against all claims, liabilities, losses, damages, and costs, including but not limited to attorney's fees, arising out of or in anyway connected with the modification, misinterpretation, misuse, or reuse by others of the machine readable information and data provided by the Engineer under this Agreement. The foregoing indemnification applies, without limitation, to any use of the Project Documentation on other projects, for additions to this Project, or for completion of this Project by others, excepting only such use as may be authorized, in writing, by the Engineer. 7. Reuse of Documents: All Project Documents including but not limited to reports, opinions of probable costs, drawings and specifications furnished by Engineer pursuant to this Agreement are intended for use on the Project only. They cannot be used by Client or others on extensions of the Project or any other project. Any reuse, without specific written verification or adaptation by Engineer, shall be at Client's sole risk, and Client shall indemnify and hold harmless Engineer from all claims, damages, losses, and expenses including attorney's fees arising out of or resulting therefrom. The Engineer shall have the right to include representations of the design of the Project, including photographs of the exterior and interior, among the Engineer's promotional and professional materials. The Engineer's materials shall not include the Client's confidential and proprietary information if the Client has previously advised the Engineer in writing of the specific information considered by the Client to be confidential and proprietary. 8. Standard of Practice: The Engineer will strive to conduct services under this agreement in a manner consistent with that level of care and skill ordinarily exercised by members of the profession currently practicing in the same locality under similar conditions as of the date of this Agreement. 9. Compliance With Laws: The Engineer will strive to exercise usual and customary professional care in his/her efforts to comply with those laws, codes, ordinance and regulations which are in effect as of the date of this Agreement. With specific respect to prescribed requirements of the Americans with Disabilities Act of 1990 or certified state or local accessibility regulations (ADA), Client understands ADA is a civil rights legislation and that interpretation of ADA is a legal issue and not adesign issue and, accordingly, retention of legal counsel (by Client) for purposes of interpretation is advisable. As such and with respect to ADA, Client agrees to waive any action against Engineer, and to indemnify and defend Engineer against any claim arising from Engineer's alleged failure to meet ADA requirements prescribed. 3 Further to the law and code compliance, the Client understands that the Engineer will strive to provide designs in accordance with the prevailing Standards of Practice as previously set forth, but that the Engineer does not warrant that any reviewing agency having jurisdiction will not for its own purposes comment, request changes and/or additions to such designs. In the event such design requests are made by a reviewing agency, but which do not exist in the form of a written regulation, ordinance or other similar document as published by the reviewing agency, then such design changes (at substantial variance from the intended design developed by the Engineer), if effected and incorporated into the project documents by the Engineer, shall be considered as Supplementary Task(s) to the Engineer's Scope of Service and compensated for accordingly. 10. Indemnification: Engineer shall indemnify and hold harmless Client up to the amount of this contract fee (for services) from loss or expense, including reasonable attorney's fees for claims for personal injury(including death) or property damage to the extent caused by the sole negligent act, error or omission of Engineer. Client shall indemnify and hold harmless Engineer under this Agreement, from loss or expense, including reasonable attorney's fees, for claims for personal injuries (including death) or property damage arising out of the sole negligent act, error omission of Client. In the event of joint or concurrent negligence of Engineer and Client, each shall bear that portion of the loss or expense that its share of the joint or concurrent negligence bears to the total negligence (including that of third parties), which caused the personal injury or property damage. Engineer shall not be liable for special, incidental or consequential damages, including, but not limited to loss of profits, revenue, use of capital, claims of customers, cost of purchased or replacement power, or for any other loss of any nature, whether based on contract, tort, negligence, strict liability or otherwise, by reasons of the services rendered under this Agreement. 11. Opinions of Probable Cost: Since Engineer has no control over the cost of labor, materials or equipment, or over the Contractor(s) method of determining process, or over competitive bidding or market conditions, his/her opinions of probable Project Construction Cost provided for herein are to be made on the basis of his/her experience and qualifications and represent his/her judgement as a design professional familiar with the construction industry, but Engineer cannot and does not guarantee that proposal, bids or the Construction Cost will not vary from opinions of probable construction cost prepared by him/her. If prior to the Bidding or Negotiating Phase, Client wishes greater accuracy as to the Construction Cost, the Client shall employ an independent cost estimator Consultant for the purpose of obtaining a second construction cost opinion independent from Engineer. 12. Governing Law & Dispute Resolutions: This Agreement shall be governed by and construed in accordance with Articles previously set forth by (Item 9 of) this Agreement, together with the laws of the State of Illinois. 4 Any claim, dispute or other matter in question arising out of or related to this Agreement, which can not be mutually resolved by the parties of this Agreement, shall be subject to mediation as a condition precedent to arbitration (if arbitration is agreed upon by the parties of this Agreement) or the institution of legal or equitable proceedings by either party. If such matter relates to or is the subject of a lien arising out of the Engineer's services, the Engineer may proceed in accordance with applicable law to comply with the lien notice or filing deadlines prior to resolution of the matter by mediation or by arbitration. The Client and Engineer shall endeavor to resolve claims, disputes and other matters in question between them by mediation which, unless the parties mutually agree otherwise, shall be in accordance with the Construction Industry Mediation Rules of the American Arbitration Association currently in effect. Requests for mediation shall be filed in writing with the other party to this Agreement and with the American Arbitration Association. The request may be made concurrently with the filing of a demand for arbitration but, in such event, mediation shall proceed in advance of arbitration or legal or equitable proceedings, which shall be stayed pending mediation for a period of 60 days from the date of filing, unless stayed for a longer period by agreement of the parties or court order. The parties shall share the mediator's fee and any filing fees equally. The mediation shall be held in the place where the Project is located, unless another location is mutually agreed upon. Agreements reached in mediation shall be enforceable as settlement agreements in any court having jurisdiction thereof. 13. Successors and Assigns: The terms of this Agreement shall be binding upon and inure to the benefit of the parties and their respective successors and assigns: provided, however, that neither party shall assign this Agreement in whole or in part without the prior written approval of the other. 14. Waiver of Contract Breach: The waiver of one party of any breach of this Agreement or the failure of one party to enforce at any time, or for any period of time, any of the provisions hereof, shall be limited to the particular instance, shall not operate or be deemed to waive any future breaches of this Agreement and shall not be construed to be a waiver of any provision, except for the particular instance. 15. Entire Understanding of Agreement: This Agreement represents and incorporates the entire understanding of the parties hereto, and each party acknowledges that there are no warranties, representations, covenants or understandings of any kind, matter or description whatsoever, made by either party to the other except as expressly set forth herein. Client and the Engineer hereby agree that any purchase orders, invoices, confirmations, acknowledgments or other similar documents executed or delivered with respect to the subject matter hereof that conflict with the terms of the Agreement shall be null, void and without effect to the extent they conflict with the terms of this Agreement. 16. Amendment: This Agreement shall not be subject to amendment unless another instrument is duly executed by duly authorized representatives of each of the parties and entitled "Amendment of Agreement". 5 17. Severability of Invalid Provisions: If any provision of the Agreement shall be held to contravene or to be invalid under the lawsof any particular state, county or jurisdiction where used, such contravention shall not invalidate the entire Agreement, but it shall be construed as if not containing the particular provisions held to be invalid in the particular state, country or jurisdiction and the rights or obligations of the parties hereto shall be construed and enforced accordingly. 18. Force Maieure: Neither Client nor Engineer shall be liable for any fault or delay caused by any contingency beyond their control including but not limited to acts of God, wars, strikes, walkouts,fires, natural calamities, or demands or requirements of governmental agencies. 19. Subcontracts: Engineer may subcontract portions of the work, but each subcontractor must be approved by Client in writing. 20. Access and Permits: Client shall arrange for Engineer to enter upon public and private property and obtain all necessary approvals and permits required from all governmental authorities having jurisdiction over the Project. Client shall pay costs (including Engineer's employee salaries, overhead and fee) incident to any effort by Engineer toward assisting Client in such access, permits or approvals, if Engineer perform such services. 21 . Designation of Authorized Representative: Each party (to this Agreement) shall designate one or more persons to act with authority in its behalf in respect to appropriate aspects of the Project. The persons designated shall review and respond promptly to all communications received from the other party. 22. Notices: Any notice or designation required to be given to either party hereto shall be in writing, and unless receipt of such notice is expressly required by the terms hereof shall be deemed to be effectively served when deposited in the mail with sufficient first class postage affixed, and addressed to the party to whom such notice is directed at such party's place of business or such other address as either party shall hereafter furnish to the other party by written notice as herein provided. 23. Limit of Liability: The Client and the Engineer have discussed the risks, rewards, and benefits of the project and the Engineer's total fee for services. In recognition of the relative risks and benefits of the Project to both the Client and the Engineer, the risks have been allocated such that the Client agrees that to the fullest extent permitted by law, the Engineer's total aggregate liability to the Client for any and allinjuries, claims, costs, losses, expenses, damages of any nature whatsoever or claim expenses arising out of this Agreement from any cause or causes, including attorney's fees and costs, and expert witness fees and costs, shall not exceed the total Engineer's fee for professional engineering services rendered on this project as made part of this Agreement. Such causes included but are not limited to the Engineer's negligence, errors, omissions, strict liability or breach of contract. It is intended that this limitation apply to any and all liability or cause of action however alleged or arising, unless otherwise prohibited by law. 6 24. Client's Responsibilities: The Client agrees to provide full information regarding requirements for and about the Project, including a program which shall set forth the Client's objectives, schedule, constraints, criteria, special equipment, systems and site requirements. The Client agrees to furnish and pay for all legal, accounting and insurance counseling services as may be necessary at any time for the Project, including auditing services which the Client may require to verify the Contractor's Application for Payment or to ascertain how or for what purpose the Contractor has used the money paid by or on behalf of the Client. The Client agrees to require the Contractor, to the fullest extent permitted by law, to indemnify, hold harmless, and defend the Engineer, its consultants, and the employees and agents of any of them from and against any and all claims, suits, demands, liabilities, losses, damages, and costs ("Losses"), including but not limited to costs of defense, arising in whole or in part out of the negligence of the Contractor, its subcontractors, the officers, employees, agents, and subcontractors of any of them, or anyone for whose acts any of them may be liable, regardless of whether or not such Losses are caused in part by a party indemnified hereunder. Specifically excluded from the foregoing are Losses arising out of the preparation or approval of maps, drawings, opinions, reports, surveys, change orders, designs, or specifications, and the giving of or failure to give directions by the Engineer, its consultants, and the agents and employees of any of them, provided such giving or failure to give is the primary cause of Loss. The Client also agrees to require the Contractor to provide to the Engineer the required certificate of insurance. The Client further agrees to require the Contractor to name the Engineer, its agents and consultants as additional insureds on the Contractor's policy or policies of comprehensive or commercial general liability insurance. Such insurance shall include products and completed operations and contractual liability coverages, shall be primary and noncontributing with any insurance maintained by the Engineer or its agents and consultants, and shall provide that the Engineer be given thirty days, unqualified written notice prior to any cancellation thereof. In the event the foregoing requirements, or any of them, are not established by the Client and met by the Contractor, the Client agrees to indemnify and hold harmless the Engineer, its employees, agents, and consultants from and against any and all Losses which would have been indemnified and insured against by the Contractor, but were not. When Contract Documents prepared under the Scope of Services of this contract require insurance(s) to be provided, obtained and/or otherwise maintained by the Contractor, the Client agrees to be wholly responsible for setting forth any and all such insurance requirements. Furthermore, any document provided for Client review by the Engineer under this Contract related to such insurance(s)shall be considered as sample insurance requirements and not the recommendation of the Engineer. Client agrees to have their own risk management department review any and all insurance requirements for adequacy and to determine specific types of insurance(s) required for the project. Client further agrees that decisions concerning types and amounts of insurance are specific to the project and shall be the product of the Client. As such, any and all insurance requirements made part of Contract Documents prepared by the Engineer are not to be considered the Engineer's recommendation, and the Client shall make the final decision regarding insurance requirements. 25. Information Provided b Others:thers: The Engineer shall indicate to the Client the information needed for rendering of the services of this Agreement. The Client shall provide to the Engineer such information as is available to the Client and the Client's consultants and contractors, and the Engineer shall be entitled to rely upon the accuracy and completeness thereof. The Client recognizes that it is impossible for the Engineer to assure the accuracy, completeness and sufficiency of such information, either because it is impossible to verify, or because of errors or omissions which may have occurred in assembling the information the Client is providing. Accordingly, the Client agrees,to the fullest extent permitted by law, to indemnify and hold the Engineer and the Engineer's subconsultants harmless from any claim, liability or cost(including reasonable attorneys' fees and cost of defense) for injury or loss arising or allegedly arising from errors, omissions or inaccuracies in documents or other information provided by the Client to the Engineer. 26. Payment: Client shall be invoiced once each month for work performed during the preceding period. Client agrees to pay each invoice within thirty(30) days of its receipt. The client further agrees to pay interest on all amounts invoiced and not paid or objected to for valid cause within said thirty(30) day period at the rate of eighteen (18) percent per annum (or the maximum interest rate permitted under applicable law,whichever is the lesser) until paid. Client further agrees to pay Engineer's cost of collection of all amounts due and unpaid after sixty (60) days, including court costs and reasonable attorney's fees, as well as costs attributed to suspension of services accordingly and as follows: Collection Costs. In the event legal action is necessary to enforce the payment provisions of this Agreement, the Engineer shall be entitled to collect from the Client any judgement or settlement sums due, reasonable attorneys'fees, court costs and expenses incurred by the Engineer in connection therewith and, in addition, the reasonable value of the Engineer's time and expenses spent in connection with such collection action, computed at the Engineer's prevailing fee schedule and expense policies. Suspension of Services. If the Client fails to make payments when due or otherwise is in breach of this Agreement, the Engineer may suspend performance of services upon five (5) calendar days' notice to the Client. The Engineer shall have no liability whatsoever to the Client for any costs or damages as a result of such suspension caused by any breach of this Agreement by the Client. Client will reimburse Engineer for all associated costs as previously set forth in (Item 4 of) this Agreement. 27. When construction observation tasks are part of the service to be performed by the Engineer under this Agreement, the Client will include the following clause in the construction contract documents and Client agrees not to modify or delete it: 8 Kotecki Waiver. Contractor (and any subcontractor into whose subcontract this clause is incorporated) agrees to assume the entire liability for all personal injury claims suffered by its own employees, including without limitation claims under the Illinois Structural Work Act, asserted by persons allegedly injured on the Project; waives any limitation of liability defense based upon the Worker's Compensation Act, court interpretations of said Act or otherwise; and to the fullest extent permitted by law, agrees to indemnify and hold harmless and defend Owner and Engineer and their agents, employees and consultants (the Indemnitees ) from and against all such loss, expense, damage or injury, including reasonable attorneys'fees, that the Indemnitees may sustain as a result of such claims, except to the extent that Illinois law prohibits indemnity for the Indemnitees' own negligence. The Owner and Engineer are designated and recognized as explicit third party beneficiaries of the Kotecki Waiver within the general contract and all subcontracts entered into in furtherance of thegeneral contract. 28. Job Site Safety/Supervision & Construction Observation: The Engineer shall neither have control over or charge of, nor be responsible for, the construction means, methods, techniques, sequences of procedures, or for safety precautions and programs in connection with the Work since they are solely the Contractor's rights and responsibilities. The Client agrees that the Contractor shall supervise and direct the work efficiently with his/her best skill and attention; and that the Contractor shall be solely responsible for the means, methods, techniques, sequences and procedures of construction and safety at the job site. The Client agrees and warrants that this intent shall be carried out in the Client's contract with the Contractor. The Client further agrees that the Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the work; and that the Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to all employees on the subject site and all other persons who may be affected thereby. The Engineer shall have no authority to stop the work of the Contractor or the work of any subcontractor on the project. When construction observation services are included in the Scope of Services, the Engineer shall visit the site at intervals appropriate to the stage of the Contractor's operation, or as otherwise agreed to by the Client and the Engineer to: 1) become generally familiar with and to keep the Client informed about the progress and quality of the Work; 2) to strive to bring to the Client's attention defects and deficiencies in the Work and; 3) to determine in general if the Work is being performed in a manner indicating that the Work, when fully completed, will bein accordance with the Contract Documents. However, the Engineer shall not be required to make exhaustive or continuous on-site inspections to check the quality or quantity of the Work. If the Client desires more extensive project observation, the Client shall request that such services be provided by the Engineer as Additional and Supplemental Construction Observation Services in accordance with the terms of this Agreement. The Engineer shall not be responsible for any acts or omissions of the Contractor, subcontractor, any entity performing any portions of the Work, or any agents or employees of any of them. The Engineer does not guarantee the performance of the 9 Contractor and shall not be responsible for the Contractor's failure to perform its Work in accordance with the Contract Documents or any applicable laws, codes, rules or regulations. When municipal review services are included in the Scope of Services, the Engineer (acting on behalf of the municipality), when acting in good faith in the discharge of its duties, shall not thereby render itself liable personally and is, to the maximum extent permitted by law, relieved from all liability for any damage that may accrue to persons or property by reason of any act or omission in the discharge of its duties. Any suit brought against the Engineer which involve the acts or omissions performed by it in the enforcement of any provisions of the Client's rules, regulation and/or ordinance shall be defended by the Client until final termination of the proceedings. The Engineer shall be entitled to all defenses and municipal immunities that are, or would be, available to the Client. 29. Insurance and Indemnification: The Engineer and the Client understand and agree that the Client will contractually require the Contractor to defend and indemnify the Engineer and/or any subconsultants from any claims arising from the Work. The Engineer and the Client further understand and agree that the Client will contractually require the Contractor to procure commercial general liability insurance naming the Engineer as an additional named insured with respect to the work. The Contractor shall provide to the Client certificates of insurance evidencing that the contractually required insurance coverage has been procured. However,the Contractor's failure to provide the Client with the requisite certificates of insurance shall not constitute a waiver of this provision by the Engineer. The Client and Engineer waive all rights against each other and against the Contractor and consultants, agents and employees of each of them for damages to the extent covered by property insurance during construction. The Client and Engineer each shall require similar waivers from the Contractor, consultants, agents and persons or entities awarded separate contracts administered under the Client's own forces. 30. Hazardous Materials/Pollutants: Unless otherwise provided by this Agreement, the Engineer and Engineer's consultants shall have no responsibility for the discovery, presence, handling, removal or disposal of or exposure of persons to hazardous materials/pollutants in any form at the Project site, including but not limited to mold/mildew, asbestos, asbestos products, polychlorinated biphenyl (PCB) or other toxic/hazardous/pollutant type substances. Furthermore, Client understands that the presence of mold/mildew and the like are results of prolonged or repeated exposure to moisture and the lack of corrective action. Client also understands that corrective action is a operation, maintenance and repair activity for which the Engineer is not responsible. June 13, 2005 R\Proposals\Terms and Conditions\GT&C 2005.061305 doc 10