Loading...
2001-10-01 - Village Board Regular Meeting - Agenda Packet VILLAGE OF VILLAGE OF BUFFALO GROVE Juffa Grouclo s Fifty Raupp Blvd. Buffalo Grove,IL 60089-2100 Phone 847-459-2518 Meeting of the Village of Buffalo Grove Board of Trustees Fax 847.459-7906 Regular Meeting October 1, 2001 7:30 PM I. Call to Order II. Pledge of Allegiance III. Roll Call IV. Approval of Minutes A. Minutes of the Special September 24, 2001 Village Board Meeting V. Approval of Warrant Warrant No. 943 VI. Village President Report A. Designating the Week of October 7 - 13 as Fire Prevention Week in the Village of Buffalo Grove VII. Reports from the Trustees VIII. Village Manager's Report IX. Special Business X. Questions from the Audience Discussion on questions from the audience will be limited to 10 minutes. Presentations before the Village Board should be scheduled through the Village Manager's Office five days prior to each meeting. XI. 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). XII. Ordinances and Resolutions A. Resolution No. 2001- Commending Officer Kerry Kenney For Service To The Village Of Buffalo Grove, 1971 - 2001 XIII. Old Business • z • XIV. New Business A. Waiver of Bids and Acceptance of Proposal of Amlex Developers for Police Department Lower Level Remodeling (Trustee Braiman) XV. Executive Session XVI. Adjournment: Approximately 10:30 p.m. 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 459-2518 to allow the Village to make reasonable accommodations for those persons. Consent Agenda October 1, 2001 730 PM XL Ordinances and Resolutions A. Ordinance No. 2001- An Ordinance Amending Chapter 13.12 of the Buffalo Grove Municipal Code Concerning Stormwater Managernent (Trustee Braiman) RECOMMENDATION: Approve by motion. SUMMARY: Requires adoption by the Village to remain a certified community. The Ordinance now incorporates requirements for isolated wetlands. B. Resolution No. 2001- Approving an Intergovernmental Agreement Providing CMAQ Grant Funding for the Right-of-Way Acquisition for the Port ClintonRoad and Prairie Road Intersection Improvement (Trustee Berman) RECOMMENDATION: Approve by motion. SUMMARY: LCDOT has requested that Buffalo Grove serve as the lead agency for ROW acquisition activities for both the Village (Parcel 2) and Lake County (Parcel 1) acquisitions. This request would simplify and expedite this activity. C. Resolution No. 2001- Approving an Agreement for Appraisal Services for t, Port Clinton Road and Prairie Road Intersection Improvement(Trustee Berman) RECOMMENDATION: Approve by motion. SUMMARY: LCDOT has requested that Buffalo Grove serve as the lead agency for ROW acquisition activities for both the Village (Parcel 2) and Lake County (Parcel 1) acquisitions. This request would simplify and expedite this activity. D. Resolution No. 2001- Approving an Agreement for Appraisal Review.Services for the Port Clinton Road and Prairie Road Intersection Improvement (Trustee Berman) RECOMMENDATION: Approve by motion. SUMMARY: LCDOT has requested that Buffalo Grove serve as the lead agency for ROW acquisition activities for both the Village (Parcel 2) and Lake.County(Parcel 1) acquisitions. This request would simplify and expedite this activity. E. ,Resolution'No. 2001- Approving an Agreement for Negotiation Services for the Port Clinton Road and Prairie Road Intersection Improvement (Trustee Berman) RECOMMENDATION: Approve by motion. SUMMARY: LCDOT has requested that Buffalo Grove serve as the lead agency for ROW acquisition activities for both the Village(Parcel 2) and Lake County-(Parcel 1) acquisitions. This request would simplify and expedite this activity. New Business F. Authorization to Bid the Installation of a Fire.Sprinkler System for Fire Station 26 and Fire Administration as per the FY2001/2002 CIP Budget Project# PBF38/99. (Trtistee Braiman) REt #MENDATION: Approve by motion. S Y: Concerns the purchasernstallation of a fire sprinkler system, Station 26 Fire Administration as authorized in the FY�i�L.Program Budget, CIP #PE) 8 including underground water supply alterations, alarm upgrades and fire_ suppression system as per code. G. Ap va l of Wercchek Professional Center DevelopmentImprovement p Agreement Final Plat&Acceptance of Sanitary Sewer (Trustee Kahn) , RECOMMENDATION: Approve by motion. SUMMARY: Engineering approval of this project is recommended subject„to the conditions ouined in the Village,Engineer`s atrac ed memo. also,the c sewer i is set forth in the PUD Ordinance have been met and we recom end that the be accepted as a public sewer. Old Business None _ l Meeting of the Village of Buffalo Grove Board of Trustees Regular Meeting October 1, 2001 7:30 PM I. Call to Order II. Pledge of Allegiance III. Roll Call IV. Approval of Minutes V. Approval of Warrant VI. Village President Report VII. Reports from the Trustees Vill. Village Manager's Report IX. Special Business X. Questions from the Audience Discussion on questions from the audience will be limited to 10 minutes. Presentations before the Village Board should be scheduled through the Village Manager's Office five days prior to each meeting. XI. Consent Agenda None XII. Ordinances and Resolutions XIII. Old Business XIV. New Business XV. Executive Session XVI. Adjournment: Approximately 10.30 p.m. 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 459-2518 to allow the Village to make reasonable accommodations for those persons. Consent Agenda October 1, 2001 7:30 PM XI. Ordinances and Resolutions None New Business None Old Business None 11140 9/24/01 MINUTES OF THE SPECIAL MEETING OF THE VILLAGE BOARD OF THE VILLAGE OF BUFFALO GROVE,HELD IN THE COUNCIL CHAMBERS,50 RAUPP BOULEVARD, BUFFALO GROVE,ILLINOIS ON MONDAY,SEPTEMBER 24,2001 CALL TO ORDER President Hartstein called the meeting to order at 7:32 P.M. After a moment of silence to remember the victims of the September 11,2001 attacks in New York and Washington,D.C.,Boy Scout Troop 140 presented the colors as those present stood and pledged allegiance to the Flag. COMMENDATIONS President Hartstein reviewed an incident in which members of Boy Scout Troop 140 encountered a man that had been severely injured and transported him to safety. President Hartstein then presented commendations to each of the individuals involved,and thanked them for their courage and for all they do for the community on an ongoing basis. ROLL CALL Roll call indicated the following present: President Hartstein;Trustees Marienthal,Braiman,Glover,Berman, Johnson and Kahn. Also present were:Ghida Neukirch,Acting Village Manager;William Raysa,Village Attorney;Scott Anderson, Assistant Finance Director;Art Malinowski,Human Resources Director;Phil Versten,Communications Manager; Robert Pfeil,Village Planner;Richard Kuenkler,Village Engineer;Police Chief McCann;and Joseph Tenerelli, Village Treasurer. APPROVAL OF MINUTES Moved by Glover,seconded by Berman,to approve the minutes of the September 10,2001 Special Meeting. Upon roll call,Trustees voted as follows: AYES: 6—Marienthal,Braiman,Glover,Berman,Johnson,Kahn NAYS: 0—None Motion declared carried. WARRANT#942 Mr.Tenerelli read Warrant#942. Moved by Marienthal,seconded by Glover,to approve Warrant#942 in the amount of $2,339,307.96,authorizing payment of bills listed. Upon roll call,Trustees voted as follows: AYES: 6—Marienthal,Braiman,Glover,Berman,Johnson,Kahn NAYS: 0—None Motion declared carried. CHARITY DRIVES President Hartstein noted several charitable fund drives that will be taking place to aid the victims and families of the tragedy that took place in New York and Washington,D.C.on September 11,2001. WALTER PAYTON FOUNDATION President Hartstein read from a Proclamation declaring Sunday,September 30,2001 as Walter Payton Foundation Day in Buffalo Grove and encouraged all individuals and organizations throughout the community to participate in the 5K Fitness Run and Family Fitness Walk. 11141 9/24/01 BREAST CANCER AWARENESS MONTH President Hartstein read a proclamation declaring the month of October,2001 as National Breast Cancer Awareness Month and October 19,2001 as National Mammography Day in the Village of Buffalo Grove. LAKE COOK ROAD Trustee Marienthal commented on the Lake Cook Road construction. ILLINOIS MUNICIPAL LEAGUE Trustee Glover reported on the Illinois Municipal League Conference last week in Chicago;she noted that,although it was a somber mood,there were many worthwhile and informative sessions offered. Materials gathered at the conference will be distributed to all Board members. TRANSPORTATION ISSUES Trustee Berman reported on the status of several transportation issues affecting the Village of Buffalo Grove;there will be Public Hearings on October 23,2001 and October 25,2001,and Trustee Berman strongly urged all interested parties,residents and businesses,to attend these hearings so that their comments may be heard. WEST NILE VIRUS Trustee Johnson reported on the status of the West Nile Virus in the area,and reviewed the actions being taken and advice being given by the Board of Health. MANAGEMENT REPORT Mrs.Neukirch noted the submittal of the Management Report for the month of August,2001;there were no questions on same. SPEED ENFORCEMENT Mrs.Neukirch presented information regarding an enhanced speed enforcement initiative that the Village is going to be coordinating,which comes at the suggestion of Trustee Berman. A team of employees was put together to determine methods to enforce the speed limit as well as promote the speed limit;a contest was held and the slogan selected is Take Heed—Don't Speed. The slogan will be prominently displayed throughout the community. BUFFALOES ON PARADE President Hartstein noted that special recognition is extended to professional artist Joseph Burlini,who served as the Village's artist and designed the buffalo as part of the Buffaloes on Parade program QUESTIONS FROM THE AUDIENCE Karen Golan,2067 Sheridan Road,Rolling Hills subdivision,stated that the residents are asking for the help and support of the Board in dealing with issues with the developer,Scarsdale Homes;she explained the reasons that the ...,� residents are asking that the LOC,which is due to expire in October,2001,not be renewed. Mrs.Neukirch responded as to steps the Village has taken to rectify this situation and the current status of the issue. CONSENT AGENDA President Hartstein 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. The Village Clerk then read a brief synopsis of each of the items on the Consent Agenda. Trustee Johnson noted that he will abstain from voting on Item XI.B.,since Vernon Township is his client. Moved by Glover,seconded by Marienthal to approve the Consent Agenda. I 11142 9/27/01 ORDINANCE NO.2001-62—Sign Code Motion to approve Ordinance No.2001-62,Granting a variance from Sections 14.20.050 and 14.40.025 of the Buffalo Grove Sign Ordinance as it pertains to Seimens Technologies,Inc. RESOLUTION No.2001-35—Motor Fuel Tax Motion to approve Resolution No.2001-35,Approoving IDOT—Motor Fuel Tax Resolution concerning a portion of Old Weiland Road and Garden Court. DOMINICK'S—Plat of Easement Motion to approve the Dominick's(Plaza Shopping Center)Plat of Easement for Utilities&Fire Lanes. I Upon roll call,Trustees voted as follows: AYES: 6—Marienthal,Braiman,Glover,Berman,Johnson*,Kahn NAYS: 0—None *Trustee Johnson abstained on Resolution No.2001-35. Motion declared carried. ORDINANCE#2001-63—PORTER'S STEAKHOUSE i Moved by Glover,seconded by Johnson,to pass Ordinance#2001-63,amending Chapter 5.20 Liquor Controls, revoking a Class A license for Porter's Steakhouse,an establishment that has closed. Upon roll call,Trustees voted as follows: AYES: 6—Marienthal,Braiman,Glover,Berman,Johnson,Kahn NAYS: 0—None Motion declared carried. ORDINANCE#2001-64—TASTE OF TOKYO Moved by Johnson,seconded by Johnson,to pass Ordinance#2001-64,amending Chapter 5.20,Liquor Controls, reserving a Class B license for Taste of Tokyo. Upon roll call,Trustees voted as follows: I AYES: 6—Marienthal,Braiman,Glover,Berman,Johnson,Kahn NAYS: 0—None Motion declared carried. POLICE VEHICLE Moved by Braiman,seconded by Kahn,to waive bids for the replacement Police Department vehicle in accordance with the memo from Commander Dunne dated September 11,2001 for an amount not to exceed$17,000. Upon roll call,Trustees voted as follows: AYES: 6—Marienthal,Braiman,Glover,Berman,Johnson,Kahn NAYS: 0—None Motion declared carried. AVIS INVESTMENTS I Bernard Citron,representing Avis Investment Inc.,made a presentation to the board,details of which are contained in his letter to President Hartstein of September 13,2001;he referred to the Site Plan and highlighted the changes that have been made since they last appeared before the Board. Debbie Salveson,a parishioner at St.Mary's,as well as a parent of students at St.Mary's,made a presentation summarizing why she and others are opposed to this development. 11143 9/24/2001 Trustee Kahn asked about the historic significance of the rectory;he asked if there had actually been input from the parishioners;and also asked about the perspective regarding children crossing the parking lot to get to the playground. Mr.Citron stated that the rectory does not have historical architectural significance because there have been so many additions to it and,therefore,it is not the original building;it is their understanding that this has been discussed with members of the parish. Father Mark Reszel presented a brief history of the church and its property;he stated that the church is no longer a home to only 40 farming families and they need to configure how best to use its space and resources;he explained how this has been handled within the church itself and how church members have been made aware of this proposal; he explained why he did not believe relocating the football field would be a safety hazard. Trustee Braiman stated that the Village Board does not have a vehicle to make this a historical monument;he is concerned that the auto body shop has not been incorporated in the plan in the event that it can be acquired;he does not believe that the parking in the northeast corner is viable;he believes it makes more sense to have the rectory located on the corner;he would like to know if there is a state requirement for playground area for schools;he would like to see a photo overlay on the site;he stated that the Village Board cannot be involved in the inner differences in the church;he asked that a-mails from Mrs. Salveson be made available to the Plan Commission;all of these issues should be dealt with at the Plan Commission. Moved by Braiman,seconded by Johnson,to refer the Avis Investments proposed condominiums on the east side of Buffalo Grove Road across from Church Road,rezoning to the B-5 Town Center District and approval of a Preliminary Plan and Amendment of a Special Use in the R-1 District for construction of a new rectory and office on the St.Mary's property. Trustee Johnson stated that the Village Board cannot govern whether or not a property owner sells property;he has a concern with the way this development is integrated into the overall Town Center parcel;he has a problem with the fact that some of these units look out onto the rear of the Town Center;he has a concern with the traffic pattern;he asked about the legal possibility of acquiring the auto body parcel. Mary Sue Didier, 16678 Aptakisic,Prairie View,stated that she is very concerned about this proposal;she stated that the church founders had the foresight to purchase all the property that they did,and she cannot understand how this property could be sold when the church states that they need parking;the football field was actually donated for the extension of the cemetery;she does not believe the building can be classified as obsolete when there are people living there and offices are contained there. Trustee Glover stated that she believes the parking situation is poor;she asked if thought had been given to making the buildings smaller,moving them in,and putting the parking behind the buildings with one-way travel;she currently believes that the buildings are too large,there is not enough green space and the plan is too dense;she definitely does not want to see the buildings any higher. Mr.Citron responded to the comments and suggestions that have been made. Charlene Shultz,4 Sunridge,St.Mary's parent and parishioner,stated that church members and school parents have not had a voice in this plan;she stated that many disagree with this proposal;she was assured that there will be ample opportunity for public input at the Plan Commission. George Krug,stated that this acreage is at 4.28 acres,and the B-5 district requires a minimum of a 5.0 acre parcel; he suggested that,since these are two distinct parcels,the rectory proposal and the townhouses should be reviewed individually so that the Plan Commission may review each one on its own merit. Trustee Berman agrees with what has already been stated;the question of whether or not the church should build a new rectory is not something that should be decided by the Village Board;his concerns are with the traffic flow,the density,the parking,the orientation of the site,the rectory plan,the auto body site,and the legal questions raised by Trustee Johnson. 11144 9/24/01 Trustee Marienthal stated that that the parking on the north section of the plan must be addressed;the two buildings on this plan must be better incorporated into the plan;the auto body parcel must be brought into this. President Hartstein stated that he is concerned with the streetscape along Buffalo Grove Road. Upon roll call,Trustees voted as follows on the motion: AYES: 4—Braiman,Johnson,Kahn,President Hartstein NAYS: 3—Marienthal,Glover,Berman Motion declared carried. BELMONTVILLAGE Harold Francke,representing Belmont Village,reviewed the request of the petitioner. Moved by Johnson,seconded by Braiman,to grant the request of Belmont Village Assisted Living Facility,Buffalo Grove Town Center,for extension of the deadline to commence construction. Diane Garber made a presentation explaining why she urges the Board to deny this request. Jeff Berg also explained the reasons that he believes that this request should be denied. Upon roll call,Trustees voted as follows: AYES: 5—Braiman,Glover,Berman,Johnson,Kahn NAYS: 1 —Marienthal Motion declared carried. EXECUTIVE MEETING Moved by Braiman,seconded by Berman,to move to Executive Meeting to discuss Sale or Lease of Real Estate. Upon roll call,Trustees voted as follows on the motion: AYES: 6—Marienthal,Braiman,Glover,Berman,Johnson,Kahn NAYS: 0—None Motion declared carried. The Board moved to Executive Meeting from 9:35-9:57 P.M. ADJOURNMENT Moved by Braiman,seconded by Glover,to adjourn the meeting. Upon voice vote,the motion was unanimously declared carried. The meeting was adjourned at 9:57 P.M. Janet M.Sirabian,Village Clerk APPROVED BY ME THIS DAY OF ,2001 Village President VILLAGE OF BUFFALO GROVE WARRANT#943 1-Oct-01 Corporate Fund: Reimbursement 115,969.13 Unemployment Insurance 0.00 Revenue Reimbursements 28.00 Legislative 6,743.39 Office of Village Manager 368.06 Planning 0.00 Management Information Systems 42.19 Legal 53.31 Finance&General Services 5,119.32 Fire Services 4,641.59 Police Services 1,723.78 Building &Zoning 75.96 Engineering Services 965.93 Building &Grounds 114.80 Street&Bridge Operations 1,849.83 Street& Bridge Administration 1,236.17 Forestry 414.61 ESDA 332.51 Transfer/Non Operating 0.00 Total 139,678.58 IMRF: Employee Contributions 0.00 Employer Contributions 0.00 Total 0.00 Parking Lot Fund: 0.00 Motor Fuel Tax Fund: 0.00 Capital Projects-Facilities: 8,952.31 Capital Projects-Streets: 0.00 Contractual Street Maintenance Debt Service Fund: 0.00 Bond & Interest Fund#1: 0.00 Bond&Interest Fund#2: 0.00 Bond& Interest Fund#3: 0.00 Facilities Development Debt Service: 0.00 Police Pension Fund: 0.00 Fire Pension Fund: 0.00 Water Fund: Reimbursements 0.00 Revenue Reimbursements 0.00 Water Operations 2,565.98 Sewer Operations 3,133.26 Total 5,699.24 Buffalo Grove Golf Fund: Reimbursements 0.00 Expenses 599.43 Total 599.43 Central Garage Fund: Reserve for Capital Replacement 17,000.00 Reimbursements 0.00 Expenses 5,105.41 Total 22,105.41 Arboretum Golf Fund: Reimbursements 0.00 Expenses 196.66 Total 196.66 MIS Replacement Fund 1,940.05 Refuse Service Fund: 0.00 PAYROLL PERIOD ENDING 09/23/01 673,088.16 PAYROLL PERIOD ENDING 0.00 TOTAL WARRANT#943 852,259.84 APPROVED FOR PAYMENT BY THE PRESIDENT AND BOARD OF TRUSTEES OF THE VILLAGE OF BUFFALO GROVE, ILLINOIS Village Clerk Village President 09/23(01 AdJ Long/Bonus(Oct) Balance Net Earnings 403,321.29 403,321.29 Federal W/H PENMO 945 5,857.99 5,857.99 Federal W/H BW 941 74,456.28 74,456.28 Federal W/H MO 941 115.34 115.34 Credit Union 31,728.68 31,728.68 State W/H 14,393.42 14,393.42 State W/H Wisc 598.38 598.38 United Way 293.00 293.00 AFLAC 13.30 13.30 Police Pension 15,938.53 15,938.53 Fire Pension 11,244.01 11,244.01 Flex Savings 1,418.54 1,418.54 Dependent Care 747.29 747.29 Retiree Health Sav 1,156.52 1,156.52 ICMA Employee 26,698.70 26,698.70 ICMA Employer 2,286.81 2,286.81 PPO Premium Deduct 3,819.35 3,819.35 IPBC/Retirees 3,548.78 3,548.78 FICA 15,645.22 15,645.22 31,290.44 FOP 85.00 85.00 Medicare 6,987.07 6,987.07 13,974.14 45,264.58 Fire Dues 1,272.00 1,272.00 Life Insurance 303.00 303.00 PC Purchase 1,972.89 1,972.89 Garnishments 2,800.09 2,800.09 Suspension 0.00 General Fund Fire 241.00 241.00 Sub-total 626,942.48 0.00 0.00 626,942.48 649,574.77 IMRF-Supplement 36.13 36.13 IMRF-Employee 0.00 10,187.83 10,187.83 IMRF-Employer 0.00 13,289.43 13,289.43 Gross Payroll 650,455.87 0.00 0.00 650,455.87 673,088.16 Bank Transfer Equals total of Payrl Dist by Org ee Pay Adjustment Register, Current Employer Expense Payroll Gross 673,088.16 Bank Sheets should always=this# Water/Sewer 23,913.77 Police Pension 43,318.15 Fire Pension 2,742.09 BG Golf 23,839.17 Arb Golf 18,485.55 Difference between Pyrl Gross 560,789.43 Total Other Funds 112,298.73 less water/golf/pension Date: 09/27/01 09:58 ViLLage of Buffalo Grove Page: 1 User: huntsa EXPENDITURE APPROVALS LIST Warrant Date 10/01/01 FUND NO. 000010 DEPT NO. 000010 CORPORATE FUND VENDOR# VENDOR NAME INVOICE# VOUCHER ACCT# TSK OPT C-CTR ITEM DESCRIPTION EXP AMOUNT HAND-ISSUED 7 POLICE PENSION FUND 1001010000 049810 214 POLICE PENSION 4,331.26 *TOTAL VENDOR POLICE PENSION FUND 4,331.26 8 FIRE PENSION FUND 1001010000 049811 215 FIRE PENSION 304.39 *TOTAL VENDOR FIRE PENSION FUND 304.39 * 26 IMRF 1001010000 049812 217 IMRF 1,962.66 1001010000 049812 217 IMRF 2,560.18 *TOTAL VENDOR IMRF 4,522.84 * 902750 VILLAGE OF BUFFALO GROVE 9/13/01 049820 136 PER PROP REP TAX 6,052.40 *TOTAL VENDOR VILLAGE OF BUFFALO 6,052.40 * 903080 VILLAGE OF BUFFALO GROVE 9/13/01 049816 126 PER PROP REP TAX 4,698.02 *TOTAL VENDOR VILLAGE OF BUFFALO 4,698.02 903130 VBG-FAC DEV DEBT SERV FND 9/13/01 049817 128 PER PROP REP TAX 7,449.11 9/13/01 049817 128 PER PROP REP TAX 7,957.01 9/13/01 049817 128 PER PROP REP TAX 12,020.16 *TOTAL VENDOR VBG-FAC DEV DEBT SE 27,426.28 * 903140 VILLAGE OF BUFFALO GROVE 9/13/01 049819 131 PER PROP REP TAX 41,858.93 *TOTAL VENDOR VILLAGE OF BUFFALO 41,858.93 903240 VILLAGE OF BUFFALO GROVE 9/13/01 049818 , 130 PER PROP REP TAX 35,933.50 *TOTAL VENDOR VILLAGE OF BUFFALO 35,933.50 * **TOTAL CORPORATE FUND 125,127.62 'CSS ®01Pe11 < /,tFl S'9� Date: 09/27/01 09:58 Village of Buffalo Grove Page: 2 User: huntsa EXPENDITURE APPROVALS LIST i Warrant Date 10/01/01 FUND NO. 000010 DEPT NO. 000210 CORPORATE REVENUE VENDOR# VENDOR NAME INVOICE# VOUCHER ACCT# TSK OPT C-CTR ITEM DESCRIPTION EXP AMOUNT HAND-ISSUED 418935 ILLINOIS STATE POLICE 9/21/01 049833 1299 ALL OTHER INCOME 28.00 *TOTAL VENDOR ILLINOIS STATE POLL 28.00 **TOTAL CORPORATE REVENUE 28.00 Date: 09/27/01 09:58 Village of Buffalo Grove Page: 3 User: huntsa EXPENDITURE APPROVALS LIST Warrant Date 10/01/01 FUND NO. 000010 DEPT NO. 000401 LEGISLATIVE VENDOR# VENDOR NAME INVOICE# VOUCHER ACCT# TSK OPT C-CTR ITEM DESCRIPTION EXP AMOUNT HAND-ISSUED 307517 GEN POWER, INC R05498 049748 3713 B G DAYS COMM 4,852.00 *TOTAL VENDOR GEN POWER, INC 4,852.00 * 348510 ELLIOTT HARTSTEIN 9/13-16/01 049779 3112 PRO TRNG 409.13 *TOTAL VENDOR ELLIOTT HARTSTEIN 409.13 * 515500 STEPHEN A LASER ASSOC. 91914 049783 3714 FIRE & POLICE COM 1,000.00 *TOTAL VENDOR STEPHEN A LASER ASS 1,000.00 * 795500 JANET M. SIRABIAN 9/13-16/01 049808 3213 PRO TRNG/TRAVEL 69.00 9/13-16/01 049808 3112 PRO TRNG/TRAVEL 40.00 9/13-16/01 049808 3112 PRO TRNG/TRAVEL 347.91 9/13-16/01 049808 3213 PRO TRNG/TRAVEL 25.35 *TOTAL VENDOR JANET M. SIRABIAN 482.26 **TOTAL LEGISLATIVE 6,743.39 Date: 09/27/01 09:58 Village of Buffalo Grove Page: 4 User: huntsa EXPENDITURE APPROVALS LIST Warrant Date 10/01/01 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 10400 AD-GIFT SPECIALTIES 914230 049836 3240 OFF SUPP 21.12 *TOTAL VENDOR AD-GIFT SPECIALTIES 21.12 * 729350 QUILL CORPORATION 7546385 049806 3240 OFF SUPP 11.16 *TOTAL VENDOR QUILL CORPORATION 11.16 * 737310 RELIABLE LVM48400 049807 3240 OFFICE SUPP 159.26 *TOTAL VENDOR RELIABLE 159.26 * 903060 VILLAGE OF BUFFALO GROVE 9/4/01 049815 4214 FUEL TRANS 23.58 9/4/01 049815 4213 FUEL TRANS .54 9/4/01 049815 4218 FUEL TRANS 12.00 9/4/01 049815 4211 FUEL TRANS 69.33 *TOTAL VENDOR VILLAGE OF BUFFALO 105.45 * 903230 VBG VIL MGRS OFFICE 9/26/01 049829 3240 MISC EXP 71.07 *TOTAL VENDOR VBG VIL MGRS OFFICE 71.07 * **TOTAL OFC VLG MANAGER 368.06 Date: 09/27/01 09:58 Village of Buffalo Grove Page: 5 User: huntsa EXPENDITURE APPROVALS LIST Warrant Date 10/01/01 FUND NO. 000010 DEPT NO. 000407 MIS VENDOR# VENDOR NAME INVOICE# VOUCHER ACCT# TSK OPT C-CTR ITEM DESCRIPTION EXP AMOUNT HAND-ISSUED 51035 ARCH WIRELESS K2247745I 049769 3211 TELE/EQ RENT/MISC 21.28 *TOTAL VENDOR ARCH WIRELESS 21.28 * 903230 VBG VIL MGRS OFFICE 9/26/01 049829 4935 MISC EXP 20.91 *TOTAL VENDOR VBG VIL MGRS OFFICE 20.91 * **TOTAL MIS 42.19 Date: 09/27/01 09:58 Village of Buffalo Grove Page: 6 User: huntsa EXPENDITURE APPROVALS LIST Warrant Date 10/01/01 FUND NO. 000010 DEPT NO. 000408 LEGAL SERVICES VENDOR# VENDOR NAME INVOICE# VOUCHER ACCT# TSK OPT C-CTR ITEM DESCRIPTION EXP AMOUNT HAND-ISSUED 687700 PADDOCK PUBLICATIONS,INC. T2659608 049805 3615 LEGAL NOTICES 53.31 *TOTAL VENDOR PADDOCK PUBLICATION 53.31 **TOTAL LEGAL SERVICES 53.31 Date: 09/27/01 09:58 Village of Buffalo Grove Page: 7 User: huntsa EXPENDITURE APPROVALS LIST Warrant Date 10/01/01 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 36950 AMERITECH MULTIPLE 049798 3211 TELEPHONE 57.60 *TOTAL VENDOR AMERITECH 57.60 * 36950 AMERITECH MULTIPLE 049798 3211 TELEPHONE 57.60 *TOTAL VENDOR AMERITECH 57.60 * 58181 AT&T 7275 AUG 0 049799 3211 TELEPHONE 16.69 *TOTAL VENDOR AT&T 16.69 * 545600 MALNATI ORGANIZATION, INC 10/22/01 049784 3215 REC COMM AFF 50.00 *TOTAL VENDOR MALNATI ORGANIZATIO 50.00 * 620320 OCE-USA, INC 1404631 049804 4313 OFFICE EQUIP 221.42 *TOTAL VENDOR OCE-USA, INC 221.42 * 712430 POSTAGE BY PHONE 9/19/01 049761 3212 POSTAGE 2,000.00 *TOTAL VENDOR POSTAGE BY PHONE 2,000.00 * '729350 QUILL CORPORATION 7546385 049806 3240 OFF SUPP 51.39 *TOTAL VENDOR QUILL CORPORATION 51.39 * 841600 THIRD MILLENNIUM ASSOC 3520 049813 4913 CONS FEES OTHER 2,649.87 *TOTAL VENDOR THIRD MILLENNIUM AS 2,649.87 * 903220 VILLAGE OF BUFFALO GROVE 09/26/01 049814 3240 MISC EXP 14.75 *TOTAL VENDOR VILLAGE OF BUFFALO 14.75 * **TOTAL FIN & GEN SERVICES 5,119.32 Date: 09/27/01 09:58 Village of Buffalo Grove Page: 8 User: huntsa EXPENDITURE APPROVALS LIST Warrant Date 10/01/01 FUND NO. 000010 DEPT NO. 000421 FIRE SERVICES VENDOR# VENDOR NAME INVOICE# VOUCHER ACCT# TSK OPT C-CTR ITEM DESCRIPTION EXP AMOUNT HAND-ISSUED 10408 AGA LINDE HEALTHCARE 92899003 049737 3250 MISC SUPP 43.31 *TOTAL VENDOR AGA LINDE HEALTHCAR 43.31 * 51052 BERNIE ARENDS 9/24/01 049770 3115 CLOTH ALLOW 97.47 *TOTAL VENDOR BERNIE ARENDS 97.47 * 51210 ARLINGTON POWER EQUIP 152976 049739 4111 M&R DEPT EQUIP 38.08 *TOTAL VENDOR ARLINGTON POWER EQU 38.08 * 93750 BIO-TRON, INC. 22099 049743 4111 M&R DEPT EQUIP 24.00 *TOTAL VENDOR BIO-TRON, INC. 24.00 * 112670 BU COM, INC. 29346 049772 4111 M&R DEPT EQUIP 51.00 *TOTAL VENDOR BU COM, INC. 51.00 * 153460 CONNECTIONS UNLIMITED MULTIPLE 049774 3115 CLOTH ALLOW 48.50 MULTIPLE 049774 3115 CLOTH ALLOW 114.66 MULTIPLE 049774 3115 CLOTH ALLOW 1,153.60 MULTIPLE 049774 3115 CLOTH ALLOW 17.50 *TOTAL VENDOR CONNECTIONS UNLIMIT 1,334.26 * 482300 KALE UNIFORMS, INC. 187420 049780 3115 CLOTH ALLOW 296.19 *TOTAL VENDOR KALE UNIFORMS, INC. 296.19 * 573765 MITCH'S GREENTHUMB LAND MULTIPLE 049757 4923 FIRE TRNG CLASS C 550.00 *TOTAL VENDOR MITCH'S GREENTHUMS 550.00 * 709050 PITNEY BOWES CR. CORP. 5451695-SP 049762 3217 EQUIP RENTAL 528.57 *TOTAL VENDOR PITNEY BOWES CR. CO 528.57 * 719416 PROGRESSIVE MED. INT'L MULTIPLE 049791 3824 SMALL EQ/MISC SUP 64.85 MULTIPLE 049791 3250 SMALL EQ/MISC SUP 26.70 MULTIPLE 049791 3824 SMALL EQ/MISC SUP 44.03 Date: 09/27/01 09:58 Village of Buffalo Grove Page: 9 User: huntsa EXPENDITURE APPROVALS LIST Warrant Date 10/01/01 FUND NO. 000010 DEPT NO. 000421 FIRE SERVICES VENDOR# VENDOR NAME INVOICE# VOUCHER ACCT# TSK OPT C-CTR ITEM DESCRIPTION EXP AMOUNT HAND-ISSUED MULTIPLE 049791 3824 SMALL Ea/MISC SUP 40.13 *TOTAL VENDOR PROGRESSIVE MED. IN 175.71 * 755930 ROGAN'S SHOES 21201 049794 3115 CLOTH ALLOW 150.00 *TOTAL VENDOR ROGAN'S SHOES 150.00 * 774550 SCHULTZ & ASSOC. 21070 049763 3219 PRINTING 778.00 *TOTAL VENDOR SCHULTZ & ASSOC. 778.00 * 844000 PAUL TIERNEY 9/24/01 049795 3115 CLOTH ALLOW 50.00 *TOTAL VENDOR PAUL TIERNEY 50.00 * 902250 VILLAGE OF ARLINGTON HTS 31542 049768 3112 PRO TRNG 525.00 *TOTAL VENDOR VILLAGE OF ARLINGTO 525.00 * **TOTAL FIRE SERVICES 4,641.59 Date: 09/27/01 09:58 Village of Buffalo Grove Page: 10 User: huntsa EXPENDITURE APPROVALS LIST Warrant Date 10/01/01 FUND NO. 000010 DEPT NO. 000431 POLICE SERVICES VENDOR# VENDOR NAME INVOICE# VOUCHER ACCT# TSK OPT C-CTR ITEM DESCRIPTION EXP AMOUNT HAND-ISSUED 48527 ANIMAL EMERGENCY OF 59983 049738 4918 ANIMAL CONT 280.00 *TOTAL VENDOR ANIMAL EMERGENCY OF 280.00 * 79000 STEVE BALINSKI 9/19/01 049741 3213 TRAVEL 175.00 *TOTAL VENDOR STEVE BALINSKI 175.00 * 139020 CHICAGO COMM SERV INC 76052 049744 4113 MOB DATA TERM 322.00 *TOTAL VENDOR CHICAGO COMM SERV I 322.00 * 275780 FBINAA ILL CHAPTER 9/25/01 049832 3112 PRO TRNG 45.00 *TOTAL VENDOR FBINAA ILL CHAPTER 45.00 276200 F & F OFFICE SUPPLIES 199861-0 049837 3347 SUPP RECORDS 286.92 *TOTAL VENDOR F & F OFFICE SUPPLI 286.92 * 687707 PADDOCK PUBLICATIONS 2560 10/17 049839 3218 SUB/PUB 39.60 *TOTAL VENDOR PADDOCK PUBLICATION 39.60 * 729350 QUILL CORPORATION 7569094 049840 3347 SUPP RECORDS 392.78 *TOTAL VENDOR QUILL CORPORATION 392.78 * 768940 SAMS CLUB 4095 AUG 0 049835 4935 ALL OTHER EXP/PRO TRNG 31.51 4095 AUG 0 049835 3112 ALL OTHER EXP/PRO TRNG 31.63 *TOTAL VENDOR SAMS CLUB 63.14 779955 SE-ME 41915 049764 4318 DUE ASSES PURCH 19.13 *TOTAL VENDOR SE-ME 19.13 * 809150 STAIRMASTER 616726 049765 3275 PHY FIT EQUIP 29.55 *TOTAL VENDOR STAIRMASTER 29.55 * 852570 TRITON ELECTRONICS, INC MULTIPLE 049766 4116 PATROL EQUIP 61.71 *TOTAL VENDOR TRITON ELECTRONICS, 61.71 * Date: 09/27/01 09:58 Village of Buffalo Grove Page: 11 User: huntsa EXPENDITURE APPROVALS LIST Warrant Date 10/01/01 FUND NO. 000010 DEPT NO. 000431 POLICE SERVICES VENDOR# VENDOR NAME INVOICE# VOUCHER ACCT# TSK OPT C-CTR ITEM DESCRIPTION EXP AMOUNT HAND-ISSUED 888910 U.S. CAVALRY 3609844 049767 3115 CLOTH ALLOW 8.95 *TOTAL VENDOR U.S. CAVALRY 8.95 **TOTAL POLICE SERVICES 1,615.64 108.14 Date: 09/27/01 09:58 Village of Buffalo Grove Page: 12 User: huntsa EXPENDITURE APPROVALS LIST Warrant Date 10/01/01 FUND NO. 000010 DEPT NO. 000441 BUILDING & ZONING VENDOR# VENDOR NAME INVOICE# VOUCHER ACCT# TSK OPT C-CTR ITEM DESCRIPTION EXP AMOUNT HAND-ISSUED 155034 CORPORATE EXPRESS MULTIPLE 049775 3240 OFF SUPP 75.96 *TOTAL VENDOR CORPORATE EXPRESS 75.96 **TOTAL BUILDING & ZONING 75.96 Date: 09/27/01 09:58 Village of Buffalo Grove Page: 13 User: huntsa EXPENDITURE APPROVALS LIST Warrant Date 10/01/01 FUND NO. 000010 DEPT NO. 000445 ENGINEERING SERVICES VENDOR# VENDOR NAME INVOICE# VOUCHER ACCT# TSK OPT C-CTR ITEM DESCRIPTION EXP AMOUNT HAND-ISSUED 505750 RICHARD KUENKLER 4339 049782 3113 MEMBERSHIP/DUES 60.00 *TOTAL VENDOR RICHARD KUENKLER 60.00 * 505750 RICHARD KUENKLER 9/8-13 049754 3112 PRO TRNG 494.87 *TOTAL VENDOR RICHARD KUENKLER 494.87 * 755920 MANUEL B. RODIS 9/17-18/01 049793 3112 PRO TRNG 411.06 *TOTAL VENDOR MANUEL B. RODIS 411.06 * **TOTAL ENGINEERING SERVICES 965.93 Date: 09/27/01 09:58 Village of Buffalo Grove Page: 14 User: huntsa EXPENDITURE APPROVALS LIST Warrant Date 10/01/01 FUND NO. 000010 DEPT NO. 000451 BUILDING SERVICES VENDOR# VENDOR NAME INVOICE# VOUCHER ACCT# TSK OPT C-CTR ITEM DESCRIPTION EXP AMOUNT HAND-ISSUED 51035 ARCH WIRELESS K22477451 049769 3217 TELE/EQ RENT/MISC 13.84 *TOTAL VENDOR ARCH WIRELESS 13.84 * 612040 NORTH SHORE GAS MULTIPLE 049803 3826 GAS FAC 33.83 1211 9/17/ 049788 3812 GAS FAC 67.13 *TOTAL VENDOR NORTH SHORE GAS 100.96 * **TOTAL BUILDING SERVICES 114.80 Date: 09/27/01 09:58 Village of Buffalo Grove Page: 15 User: huntsa EXPENDITURE APPROVALS LIST Warrant Date 10/01/01 FUND NO. 000010 DEPT NO. 000461 STREET OPERATIONS VENDOR# VENDOR NAME INVOICE# VOUCHER ACCT# TSK OPT C-CTR ITEM DESCRIPTION EXP AMOUNT HAND-ISSUED 51035 ARCH WIRELESS K2247745I 049769 3217 TELE/Ea RENT/MISC 55.21 *TOTAL VENDOR ARCH WIRELESS 55.21 * 147400 CLIFFORD-WALD CO. MULTIPLE 049745 3822 TR & ST SIGNS 555.97 *TOTAL VENDOR CLIFFORD-WALD CO. 555.97 * 326655 GRIMCO, INC 1189284-01 049751 3822 TR & ST SIGNS 107.16 *TOTAL VENDOR GRIMCO, INC 107.16 * 338110 HALL SIGNS, INC 1192.38 049752 3822 TR & ST SIGNS 603.00 *TOTAL VENDOR HALL SIGNS, INC 603.00 * 468007 JORDAN INDUSTRIAL SUPP 71184 049753 3250 MISC SUPP 19.80 *TOTAL VENDOR JORDAN INDUSTRIAL S 19.80 * 562270 MEADE ELECT. CO., INC. 603922 049785 3216 MAINT CONTR 30.00 *TOTAL VENDOR MEADE ELECT. CO., I 30.00 * 568030 MENARDS MULTIPLE 049786 3250 TR & ST SIGNS/ST 155.89 MULTIPLE 049786 3822 TR & ST SIGNS/ST 189.60 MULTIPLE 049786 4017 TR & ST SIGNS/ST 59.20 *TOTAL VENDOR MENARDS 404.69 * 569000 MEYER MATERIAL CO. 138681 049787 3912 M&R STS & HWYS 74.00 *TOTAL VENDOR MEYER MATERIAL CO. 74.00 * **TOTAL STREET OPERATIONS 1,849.83 Date: 09/27/01 09:58 Village of Buffalo Grove Page: 16 User: huntsa EXPENDITURE APPROVALS LIST Warrant Date 10/01/01 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 152889 CDW GOVERNMENT, INC EK18443 049747 3240 OFFICE SUPP 94.99 *TOTAL VENDOR CDW GOVERNMENT, INC 94.99 * 155034 CORPORATE EXPRESS MULTIPLE 049775 3240 OFF SUPP 519.00 MULTIPLE 049775 3240 OFF SUPP 51.37 *TOTAL VENDOR CORPORATE EXPRESS 570.37 * 512850 LAKE COUNTY COLLECTOR 1631 049755 3218 SUB/PUB 52.00 *TOTAL VENDOR LAKE COUNTY COLLECT 52.00 * 620380 OFFICE CONCEPTS, INC. 174551 049789 4312 OFFICE FURN 511.33 *TOTAL VENDOR OFFICE CONCEPTS, IN 511.33 * 903220 VILLAGE OF BUFFALO GROVE 09/26/01 049814 3240 MISC EXP 7.48 *TOTAL VENDOR VILLAGE OF BUFFALO 7.48 * **TOTAL PUB WRKS ADM 1,236.17 Date: 09/27/01 09:58 Village of Buffalo Grove Page: 17 User: huntsa EXPENDITURE APPROVALS LIST Warrant Date 10/01/01 FUND NO. 000010 DEPT NO. 000463 FORESTRY VENDOR# VENDOR NAME INVOICE# VOUCHER ACCT# TSK OPT C-CTR ITEM DESCRIPTION EXP AMOUNT HAND-ISSUED 51035 ARCH WIRELESS K2247745I 049769 3217 TELE/EG RENT/MISC 55.36 *TOTAL VENDOR ARCH WIRELESS 55.36 * 326020 GREAT WESTERN BAG CO. 305689 049750 3824 MISC SUPP/SM EQ & 171.00 305689 049750 3250 MISC SUPP/SM Ea & 188.25 *TOTAL VENDOR GREAT WESTERN BAG C 359.25 * **TOTAL FORESTRY 414.61 Date: 09/27/01 09:58 Village of Buffalo Grove Page: 18 User: huntsa EXPENDITURE APPROVALS LIST Warrant Date 10/01/01 FUND NO. 000010 DEPT NO. 000471 ESDA VENDOR# VENDOR NAME INVOICE# VOUCHER ACCT# TSK OPT C-CTR ITEM DESCRIPTION EXP AMOUNT HAND-ISSUED 284120 BETH FISH 9/4-6/01 049777 3213 TAVEL 283.24 *TOTAL VENDOR BETH FISH 283.24 * 988980 PAUL ZUCKER 1938 049797 4316 OPER EG DEPT 49.27 *TOTAL VENDOR PAUL ZUCKER 49.27 * **TOTAL ESDA 332.51 ***TOTAL CORPORATE FUND 148,700.93 136.14 Date: 09/27/01 09:58 Village of Buffalo Grove Page: 19 User: huntsa EXPENDITURE APPROVALS LIST Warrant Date 10/01/01 FUND NO. 000021 DEPT NO. 000021 CAP PROJ-FACILITIES VENDOR# VENDOR NAME INVOICE# VOUCHER ACCT# TSK OPT C-CTR ITEM DESCRIPTION EXP AMOUNT HAND-ISSUED 712400 VINCENT POSITANO COMP PORCH 049792 147 REC ALL OTHER 2,500.00 *TOTAL VENDOR VINCENT POSITANO 2,500.00 **TOTAL CAP PROJ-FACILITIES 2,500.00 Date: 09/27/01 09:58 Village of Buffalo Grove Page: 20 User: huntsa EXPENDITURE APPROVALS LIST Warrant Date 10/01/01 FUND NO. 000021 DEPT NO. 000511 CAP PROJ-FACILITIES VENDOR# VENDOR NAME INVOICE# VOUCHER ACCT# TSK OPT C-CTR ITEM DESCRIPTION EXP AMOUNT HAND-ISSUED 139900 CIVILTECH ENGINEERING CO. 27794 049773 4675 ALL OTHER INCOME 2,579.78 *TOTAL VENDOR CIVILTECH ENGINEERI 2,579.78 512810 LAKE CO STORMWATER 9/19/01 049834 4677 BUF CREEK EROS CONT PROG 810.00 *TOTAL VENDOR LAKE CO STORMWATER 810.00 688960 PARSONS,BRINCKERHOFF, MULTIPLE 049790 4662 IL 83 BIKEPATH OV 1,173.00 MULTIPLE 049790 4662 IL 83 BIKEPATH OV 1,889.53 *TOTAL VENDOR PARSONS,BRINCKERHOF 3,062.53 **TOTAL CAP PROJ-FACILITIES 5,642.31 810.00 ***TOTAL CAP PROJ-FACILITIES 8,142.31 810.00 Date: 09/27/01 09:58 Village of Buffalo Grove Page: 21 User: huntsa EXPENDITURE APPROVALS LIST Warrant Date 10/01/01 FUND NO. 000051 DEPT NO. 000541 WATER OPERATIONS VENDOR# VENDOR NAME INVOICE# VOUCHER ACCT# TSK OPT C-CTR ITEM DESCRIPTION EXP AMOUNT HAND-ISSUED 51035 ARCH WIRELESS K22477451 049769 3217 TELE/EQ RENT/MISC 41.52 *TOTAL VENDOR ARCH WIRELESS 41.52 * 83450 BAXTER & WOODMAN, INC MULTIPLE 049742 4412 C/P SYS IMP 865.46 *TOTAL VENDOR BAXTER & WOODMAN, I 865.46 * 888915 U S FILTER DIST GRP 7739679 049796 3820 WATER METER PURCH 1,659.00 *TOTAL VENDOR U S FILTER DIST GRP 1,659.00 * **TOTAL WATER OPERATIONS 2,565.98 Date: 09/27/01 09:58 Village of Buffalo Grove Page: 22 User: huntsa EXPENDITURE APPROVALS LIST Warrant Date 10/01/01 FUND NO. 000051 DEPT NO. 000542 SEWER OPERATIONS VENDOR# VENDOR NAME INVOICE# VOUCHER ACCT# TSK OPT C-CTR ITEM DESCRIPTION EXP AMOUNT HAND-ISSUED 51035 ARCH WIRELESS K2247745I 049769 3217 TELE/EG RENT/MISC 20.76 *TOTAL VENDOR ARCH WIRELESS 20.76 * 57025 A2Z MOBILE OFF SOLUTIONS 14913 049771 3216 MAINT CONTR 126.80 *TOTAL VENDOR A2Z MOBILE OFF SOLU 126.80 * 83450 BAXTER & WOODMAN, INC MULTIPLE 049742 4412 C/P SYS IMP 2,611.40 *TOTAL VENDOR BAXTER & WOODMAN, I 2,611.40 * 304000 GASVODA & ASSOC. INC. 01S5428 049778 4018 M&R LIFT STAT 374.30 *TOTAL VENDOR GASVODA & ASSOC. IN 374.30 * **TOTAL SEWER OPERATIONS 3,133.26 ***TOTAL WATER & SEWER FUND 5,699.24 Date: 09/27/01 09:58 Village of Buffalo Grove Page: 23 User: huntsa EXPENDITURE APPROVALS LIST Warrant Date 10/01/01 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 36950 AMERITECH MULTIPLE 049798 3211 TELEPHONE 31.41 *TOTAL VENDOR AMERITECH 31.41 * 612020 NICOR 3060 9/20/ 049802 3812 GAS FAC 494.52 *TOTAL VENDOR NICOR 494.52 * 822150 SWISHER MULTIPLE 049809 3916 MAINT BLDG & FAC 73.50 *TOTAL VENDOR SWISHER 73.50 * **TOTAL GOLF OPERATION-BGGC 599.43 ***TOTAL BUFFALO GROVE GOLF CLUB 599.43 Date: 09/27/01 09:58 Village of Buffalo Grove Page: 24 User: huntsa EXPENDITURE APPROVALS LIST Warrant Date 10/01/01 FUND NO. 000056 DEPT NO. 000056 CENTRAL GARAGE FUND VENDOR# VENDOR NAME INVOICE# VOUCHER ACCT# TSK OPT C-CTR ITEM DESCRIPTION EXP AMOUNT HAND-ISSUED 179310 DEER PARK AUTO SALES, INC 9/12/01 049830 223 RES CAP REP 80.00 *TOTAL VENDOR DEER PARK AUTO SALE 80.00 179310 DEER PARK AUTO SALES, INC 9/12/01/1 049831 223 RES CAP REP 16,920.00 *TOTAL VENDOR DEER PARK AUTO SALE 16,920.00 **TOTAL CENTRAL GARAGE FUND 17,000.00 Date: 09/27/01 09:58 Village of Buffalo Grove Page: 25 User: huntsa EXPENDITURE APPROVALS LIST Warrant Date 10/01/01 FUND NO. 000056 DEPT NO. 000547 GARAGE OPERATIONS VENDOR# VENDOR NAME INVOICE# VOUCHER ACCT# TSK OPT C-CTR ITEM DESCRIPTION EXP AMOUNT HAND-ISSUED 51035 ARCH WIRELESS K22477451 049769 3217 TELE/EQ RENT/MISC 20.76 *TOTAL VENDOR ARCH WIRELESS 20.76 61140 AUTO TECH CENTERS, INC MULTIPLE 049740 4213 AUTO PARTS 334.95 MULTIPLE 049740 4213 AUTO PARTS 136.00 MULTIPLE 049740 4213 AUTO PARTS 333.78 126264 049821 4213 AUTO PARTS 68.88 *TOTAL VENDOR AUTO TECH CENTERS, 873.61 147777 COCHRANE COMPRESSOR CO. MULTIPLE 049746 4111 M&R DEPT EQUIP 375.70 MULTIPLE 049746 4111 M&R DEPT EQUIP 517.50 *TOTAL VENDOR COCHRANE COMPRESSOR 893.20 204600 EL-COR INDUSTRIES, INC 30805 049776 4213 AUTO PARTS 216.08 *TOTAL VENDOR EL-COR INDUSTRIES, 216.08 322600 GRAND PRIX CAR WASH AUG 01 049749 4218 CONT AUTO SERV 255.49 *TOTAL VENDOR GRAND PRIX CAR WASH 255.49 483000 KAR PRODUCTS, INC. 681781 049781 4213 AUTO PARTS 93.75 *TOTAL VENDOR KAR PRODUCTS, INC. 93.75 522800 LEROY'S LAWN EQUIP. 9708772 049822 4213 AUTO PARTS 26.18 *TOTAL VENDOR LEROY'S LAWN EQUIP. 26.18 * 551800 MCALLISTER EQUIPMENT CO P57707 049823 4213 AUTO PARTS 6.25 *TOTAL VENDOR MCALLISTER EQUIPMEN 6.25 * 570111 MID AMERICA TRUCK & EQ CO 208003 049825 4213 AUTO PARTS 513.78 *TOTAL VENDOR MID AMERICA TRUCK & 513.78 * 570240 MID TOWN PETROLEUM INC. MULTIPLE 049824 4215 LUBRICANTS 551.75 64636 049756 4215 LUBRICANTS 519.35 *TOTAL VENDOR MID TOWN PETROLEUM 1,071.10 * Date: 09/27/01 09:58 Village of Buffalo Grove Page: 26 User: huntsa EXPENDITURE APPROVALS LIST Warrant Date 10/01/01 FUND NO. 000056 DEPT NO. 000547 GARAGE OPERATIONS VENDOR# VENDOR NAME INVOICE# VOUCHER ACCT# TSK OPT C-CTR ITEM DESCRIPTION EXP AMOUNT HAND-ISSUED 596770 NAPA-HEIGHTS AUTOMOTIVE 790 AUG 01 049758 4213 AUTO PARTS 219.36 *TOTAL VENDOR NAPA-HEIGHTS AUTOMO 219.36 * 612140 N W FIRE EXT. & SERV CO 27491 049759 4218 CONT AUTO SERV 107.75 *TOTAL VENDOR N W FIRE EXT. & SER 107.75 * 690672 PARTS PLUS OF PROS HTS 811270 AUG 049760 4213 AUTO PARTS 234.83 *TOTAL VENDOR PARTS PLUS OF PROS 234.83 * 729230 QUALITY TRUCK PARTS & SUP MULTIPLE 049827 4213 CONT AUTO SERV/AU 163.22 MULTIPLE 049827 4213 CONT AUTO SERV/AU 149.61 MULTIPLE 049827 4218 CONT AUTO SERV/AU 25.00 *TOTAL VENDOR QUALITY TRUCK PARTS 337.83 * 736600 RECYCLE TECH. INC. 30089 049826 4213 AUTO PARTS 209.00 *TOTAL VENDOR RECYCLE TECH. INC. 209.00 * 811118 BILL STASEK CHEVROLET 84423 049828 4213 AUTO PARTS 26.44 *TOTAL VENDOR BILL STASEK CHEVROL 26.44 * **TOTAL GARAGE OPERATIONS 5,105.41 ***TOTAL CENTRAL GARAGE FUND 5,105.41 17,000.00 Date: 09/27/01 09:58 Village of Buffalo Grove Page: 27 User: huntsa EXPENDITURE APPROVALS LIST Warrant Date 10/01/01 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 51035 ARCH WIRELESS K2247745I 049769 3250 TELE/EQ RENT/MISC 20.76 *TOTAL VENDOR ARCH WIRELESS 20.76 * 562138 MCIWORLDCOM COMM SERV 48887 AUG 049801 3211 TELEPHONE 15.36 *TOTAL VENDOR MCIWORLDCOM COMM SE 15.36 * 612040 NORTH SHORE GAS MULTIPLE 049803 3812 GAS FAC 44.02 MULTIPLE 049803 3812 GAS FAC 27.27 *TOTAL VENDOR NORTH SHORE GAS 71.29 * 822150 SWISHER MULTIPLE 049809 3916 MAINT BLDG & FAC 89.25 *TOTAL VENDOR SWISHER 89.25 * **TOTAL GOLF OPERATIONS-AGC 196.66 ***TOTAL ARBORETUM GOLF CLUB FUND 196.66 Date: 09/27/01 09:58 Village of Buffalo Grove Page: 28 User: huntsa EXPENDITURE APPROVALS LIST Warrant Date 10/01/01 FUND NO. 000058 DEPT NO. 000058 MIS OPERATIONS FUND VENDOR# VENDOR NAME INVOICE# VOUCHER ACCT# TSK OPT C-CTR ITEM DESCRIPTION EXP AMOUNT HAND-ISSUED 546300 MARK ONE COMPUTERS 137096 049800 223 RES CAP REP 440.05 *TOTAL VENDOR MARK ONE COMPUTERS 440.05 * 570235 MIDWEST COMPUTER WORKS 2062013 049838 223 RES CAP REP 1,500.00 *TOTAL VENDOR MIDWEST COMPUTER WO 1,500.00 * **TOTAL MIS OPERATIONS FUND 1,940.05 ***TOTAL MIS OPERATIONS FUND 1,940.05 Date: 09/27/01 09:58 Village of Buffalo Grove Page: 29 User: huntsa EXPENDITURE APPROVALS LIST Warrant Date 10/01/01 FUND NO. 000058 DEPT NO. 000058 MIS OPERATIONS FUND VENDOR# VENDOR NAME INVOICE# VOUCHER ACCT# TSK OPT C-CTR ITEM DESCRIPTION EXP AMOUNT HAND-ISSUED ****TOTAL BILLS 170,384.03 17,946.14 >�i .2,2 c VILLAGE OF BUFFALO GROVE • isroclamatton FIRE PREVENTION WEEK WHEREAS,fire deaths due to smoke inhalation out number fire deaths due to burns by more than two to one;and, WHEREAS,smoke detectors are our first line of defense against fire,and, WHEREAS,research shows that having a smoke detector cuts our risk of dying in a fire nearly in half;and, WHEREAS,even though 900%of U.S.homes have at least one smoke detector,estimates show that about one-third of all homes that have fires have smoke detectors that are not working,usually because of dead or missing batteries;and, WHEREAS,the National Fire Alarm Code requires smoke detectors outside each sleeping area and on each level;of the home and recommends testing smoke detectors at least once a month;and, WHEREAS,a smoke detector that Jan't working can't protect us from deadly smoke and fire,"Test Your Detector for Life"is an important message to communicate to our community;and, WHEREAS,the fire service of the Village of Buffalo Grove is dedicated to the safety of life and property from the devastating effects of fire;and, WHEREAS,those members of the fire service are joined by other concerned citizens of the Village,as well as businesses,schools,service clubs,and organizations in their fire safety efforts;and, WHEREAS,the local efforts of the fire service are supported by the activities of organizations such as the American Burn Association,the American Red Cross,the Congressional Fire Services Institute,the Fire Marshals Association of North America,the International Association of Arson Investigators,the International Association of Fire Chiefs,the International Association of Fire Fighters,the International Association of Black Professional Fire Fighters,the rational Association of State Fire Marshals,the National Fire Protection Association,the National Volunteer Fire Council,and the United States Fire Administration; NOW,THEREFORE,I,ELLIOTT HARTSTEIN,President of the Village of Buffalo Grove do hereby proclaim the week of October 7-13,2001 as FIRE PREVENTION WEEK. This week commemorates the great Chicago Fire of 1871 which killed 300 persons,left 100,000 homeless and destroyed more than 17,000 buildings. I call upon the people of Buffalo Grove to participate in fire prevention activities at home,work-and school,and to heed the message: "Cover The Bases and Strike Out Fire"as the 2001 Fire Prevention Week theme suggests. Dated this 1" day of Ogtg .2001. ELLIOTT HARTSTEIN,Village President Board Agenda Item Submittal XI-A Requested By: Dick K Kuenkler Entered By: Dick K Kuenkler Agenda Item Title: Ordinance No.2001- An Ordinance Amending Chapter 13.12 of the Buffalo Grove Municipal Code Concerning Stormwater Management Date Submitted: Meeting Date Agenda Place Requested: Requested: Department: 09/26/2001 10/01/2001 � Consent Agenda PW 0 Regular Agenda 0 None Does this item Does this item include Will AV equipment be relate to another additional reference required to present item on the info separate from the this item to the agenda? Board packet? board? 0 Yes 0No 0 Yes 0No 0 Yes 0No Item Description Will this action involve an expenditure in 0 Yes 0 No funds? Additional Notes regarding Expenditures: Type the body of the cover memo here. Requests cannot be submitted if this field is blank. Attached is an Ordinance enacting the revised Lake County Watershed Development Ordinance, which requires adoption by the Village to remain a certified community. The Ordinance now incorporates requirements for isolated wetlands, an area that was previously regulated by the USACOE. Letter-Sized Legal-Sized Ledger-Sized Odd-Sized Attached Files Attached Files Attached Files Attached Files smc.pdf Approval Section: Name: Date and Time: Submitted By: Pre-Approved By: Approved By: Published to Web: TO: William R. Balling Village Manager FROM: Richard K. Kuenkler Village Engineer DATE: September 26, 2001 SUBJECT: AMENDED LAKE COUNTY WATERSHED DEVELOPMENT ORDINANCE Attached is an Ordinance enacting the revised Lake County Watershed Development Ordinance, which requires adoption by the Village to remain a certified community. The Ordinance now incorporates requirements for isolated wetlands, an area that was previously regulated by the USACOE Approval of the Ordinance is recommended. Richard K. Kuenkler, P.E. Village Engineer F:\GROUP\ENGINEER\RKK\MEMOS\482.doc ORDINANCE NO. 2001- AN ORDINANCE AMENDING CHAPTER 13.12 OF THE VILLAGE OF BUFFALO GROVE MUNICIPAL CODE CONCERNING STORMWATER MANAGEMENT WHEREAS, the Village of Buffalo Grove has previously established stormwater management regulations which have proven to result in the construction of effective and high quality stormwater management systems, and WHEREAS, the Lake County Board adopted a Watershed Development Ordinance on June 8, 1992, which was amended on August 14, 2001. WHEREAS, it is necessary for the Village of Buffalo Grove to amend its stormwater management regulations to enable the Village Engineer to effectively provide overall coordination of stormwater management facility design without the inefficiency and confusion which would otherwise be expected to result if the staff of the Lake County Stormwater Management Commission were to independently administer Lake County's Watershed Development Ordinance while the Village staff is simultaneously administering Buffalo Grove's Stormwater Management regulations. NOW, THEREFORE BE IT ORDAINED by the Village President and Board of Trustees of the Village of Buffalo Grove, Lake and Cook Counties, Illinois, as follows: Section 1: Chapter 13.12.115 of the Buffalo Grove Municipal Code is amended to read as follows: Adoption of Lake County Watershed Development Ordinance by Reference: The provisions of the Lake County Watershed Development Ordinance as approved by the Lake County Board on August 14, 2001 are adopted herein by reference. In case of conflict between the provisions of the Lake County Watershed Development Ordinance and any other provisions of the Buffalo Grove Municipal Code, the most stringent provisions shall apply. The Village Engineer shall serve as the "Enforcement Officer" for the purpose of administering the provisions of the Lake County Stormwater Management Ordinance. Section 2: The validity of any section, clause, sentence, or provision of this Ordinance shall not affect the validity of any other part of this Ordinance which can be given effect without such invalid part or parts. Section 3: This Ordinance shall take effect and be in full force from and after its passage, signing, approval, and publication in pamphlet form as provided by law. AYES: NAYES: ABSENT: PASSED: 32001 APPROVED: , 2001 PUBLISHED: 12001 APPROVED: Village President ATTEST: Village Clerk F:\GROUP\ENGINEER\ORD\Ord01-4.doc Board Agenda Item Submittal XI-B Requested By: Gregory P Boysen Entered By: Linda J Miller Agenda Item Title: Resolution No.2001- Approving an Intergovernmental Agreement Providing CMAQ Grant Funding for the Right-of-Way Acquisition for the Port Clinton Road and Prairie Road Intersection Improvement Date Submitted: Meeting Date Agenda Place Requested: Requested: Department: 09/27/2001 10/01/2001 � Consent Agenda PW 0 Regular Agenda 0 None Does this item Does this item include Will AV equipment be relate to another additional reference required to present item on the info separate from the this item to the agenda? Board packet? board? 0 Yes 0No 0 Yes 0No 0 Yes 0No Item Description Will this action involve an expenditure in 0 Yes 0 NO funds? Additional Notes regarding Expenditures: Type the body of the cover memo here. Requests cannot be submitted if this field is blank. The ROW acquisition for the planned realignment of the intersection of Port Clinton Road and Prairie Road intersection improvement is now programmed for Federal CMAQ (80%)funding. LCDOT has requested that Buffalo Grove serve as the lead agency for ROW acquisition activities for both the Village (Parcel 2) and Lake County (Parcel 1) acquisitions. This request would simplify and expedite this activity. Therefore, it is recommended that the Village Board approve the following resolutions at their next regular meeting, including: 1. A Resolution Approving an Intergovernmental Agreement Providing CMAQ Grant Funding for the Right-of-Way Acquisition for the Port Clinton Road and Prairie Road Intersection Improvement. 2. A Resolution Approving an Agreement for Appraisal Services for the Port Clinton Road and Prairie Road Intersection Improvement. 3. A Resolution Approving an Agreement for Appraisal Review Services for the Port Clinton Road and Prairie Road Intersection Improvement. 4. A Resolution Approving an Agreement for Negotiation Services for the Port Clinton Road and Prairie Road Intersection Improvement. The acquisition appraisal and negotiation service agreements have been submitted and pre-approved by IDOT to insure conformance with CMAQ funding requirements. If you have any questions concerning this matter, please let me know. Letter-Sized Legal-Sized Ledger-Sized Odd-Sized Attached Files Attached Files Attached Files Attached Files res1.pdf Approval Section: Name: Date and Time: Submitted By: Pre-Approved By: Approved By: Published to Web: RESOLUTION NO. 2001- A RESOLUTION APPROVING AN INTERGOVERNMENTAL AGREEMENT PROVIDING CMAQ GRANT FUNDING FOR THE RIGHT-OF-WAY ACQUISITION FOR THE PORT CLINTON ROAD AND PRAIRIE ROAD INTERSECTION IMPROVEMENT WHEREAS,the Village of Buffalo Grove is a Home Rule Unit pursuant to the Illinois Constitution of 1970; and, WHEREAS,the Village President and Board of Trustees desire to have an improvement to the intersection of Port Clinton Road and Prairie Road implemented; and, WHEREAS,Lake County has requested that the Village serve as the lead agency for the project's right-of-way acquisition and the Village is willing to serve as lead agency for this activity, subject to the local share for Lake County's Parcel 1 funding responsibility being pre- paid or otherwise committed to by Lake County in a manner acceptable to the Village Attorney; and, WHEREAS, 80%Federal funding has been programmed for the right-of-way acquisition costs for the improvement at the intersection of Port Clinton Road and Prairie Road; and, WHEREAS,the State's policies and procedures require an agreement with the State, in order to utilize the programmed funding; NOW, THEREFORE,BE IT RESOLVED by the President and Board of Trustees of the Village of Buffalo Grove,Cook and Lake Counties,Illinois as follows: 1. The"Local Agency Agreement for Federal Participation"related to the right-of-way acquisition for the Port Clinton Road and Prairie Road Intersection Improvement is hereby approved. 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. 3. This Resolution shall be in full force and effect from and after is passage and approval. AYES: NAPES: ABSENT: PASSED: . 2001 APPROVED: . 2001 APPROVED: Village President ATTEST: Village Clerk \\WIN2KPW\GROUP\PWDIRGRP\LHC\PTCL\RESOI Ldoc Local Agency 'llkwAs Departnvirit Section Buffalo Grove of Trar>sporta 93-00081-04-CH Local Agency Agreement Fund Type for Federal Participation STA State Contract I Day Labor Local Contract RR Force Account X This Agreement is made and entered into between the above local agency(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 shown 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 United States Federal Highway Administration hereinafter referred to as FHWA. Location Local Name Buffalo Grove Road Route FAU 2657 Length 863.085 Meters Termini At Port Clinton Road/Prairie Road Intersection Current Jurisdiction Project Description Existing Str. No. N/A Right of way acquisition of two parcels for the intersection improvement of Port Clinton Road and Prairie Road. Division of Cost Type of Work FHWA % State LA % Total Participating Construction ( ) ( ) ( ) Non-Participating Construction ( ) ( ) ( ) Preliminary Engineering ( ) ( ) ( ) Construction Engineering ( ) ( ) ( ) Right of Way 201,200 ( 80.00 ) ( ) 50,300 ( 20.00 ) 251,500 Railroads ( ) ( ) ( ) Utilities ( ) ( ) ( ) TOTAL $ 201,200 $ $ 50,300.00 $ 251,500 NOTE: The above costs are approximate and subject to change. The actual costs win be used in the final division of cost for billing and reimbursement. If funding is not a percentage of the total,place an asterisk in the space provided for the percentage and explain below. The Federal share of construction engineering may not exceed 15%of the Federal share of the final construction cost. Local Agency Appropriation The LA on May 7, 2001 ,appropriated,by separate resolution,ordinance or road improvement statement, $251,500.00 to pay the LA's share of the cost and will appropriate additional funds,if required to cover the LA's total cost. LA's share of the cost to be paid with ❑ MFT Funds ®Other Funds. Method of Financing(State Contract Work) METHOD A—Lump Sum(95%of LA Obligation) METHOD B— Monthly Payments of METHOD C—LA's Share 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) Construction En in enng Ri ht-of-Wa Job Number Project Number Job Number Project Number Job Number Project Number R-91-021-01 CMM-7003(772) Page 1 IL 49"327 BLR 4251 (Rev.2/01) Agreement Provisions THE LOCAL AGENCY 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 LOCAL AGENCY 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 95%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 95%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. Local Agency Section Buffalo Grove(V) 93-00081-04-CH Page 2 IL 494-0327 BLR 4251 (Rev.2/01) (14) 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. (15) To include the certifications,listed in item 14 above and all other certifications required by State statutes,in every contract, including procurement of materials and leases of equipment. (16) (STATE Contracts) That execution of this agreement constitutes the LOCAL AGENCY's concurrence in the award of the construction contract to the responsible low bidder as determined by the STATE. (17) That for agreements exceeding$100,000 in federal funds,execution of this Agreement constitutes the LOCAL AGENCY'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 LOCAL AGENCY 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. (18) To regulate parking and traffic in accordance with the approved project report. (19) To regulate encroachments on public right-of-way in accordance with current Illinois Compiled Statutes. (20) To regulate the discharge of sanitary sewage into any storm water drainage system constructed with this improvement in accordance with current Illinois Compiled Statutes. 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 LOCAL AGENCY 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 LOCAL AGENCY. (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. Local Agency Section Buffalo Grove M 93-00081-04-CH Page 3 IL 494-0327 BLR 4251 (Rev.2/01) IT IS MUTUALLY AGREED: (1) 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. (2) This Agreement shall be binding upon the parties,their successors and assigns. (3) The recipient shall not discriminate 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 a 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.). (4) This Agreement shall be administered under the provisions of the STATE's federally approved Disadvantaged Business Enterprise Program. (5) In cases where the STATE is reimbursing the LOCAL AGENCY,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. ADDENDA Additional information and/or stipulations are hereby attached and identified below as being a part of this Agreement Number 1 Location Map (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 addenda indicated above. APPROVED APPROVED State of Illinois Name Elliot Hartstein Department of Transportation Title Village President By County Board Chairperson/Mayor/Viilage Presidentletc. Director of Highways Signature Date Date NOTE: If signature is by an APPOINTED official,a resolution authorizing said appointed official to execute this agreement is required. Local Agency Buffalo Grove(V) Section 93-00081-04-CH Page 4 IL 494-0327 BLR 4251 (Rev.2/01) MIST 1 NTFS2\LOCMGR 1\Gen\Wp2\ar8-27-01 BuffaloGroveBindoc 08.16/2001 13:3.3 FAX 817 5375845 VILLAGE OF BUFFALO GROVE+ 16004 PRELIMINARY ESTIMATE OF COST FOR THE ACQUISITLQN OF T.Ht ROW PARCW OF THE INTERSECTION OF PORT CLINTON ROAD AND PRAIRIE ROAD SERVICES PARCEL 1 PARCEL 2 TOTAL NEGOTIATION FEE $ 1.750.00 $ 1,750.00 $ 3,500.00 APPRAISAL FEE S 1,000.00 S 1,000.00 $ 2.000.00 REVIEW APPRAISAL FEE $ 400.00 S 400.00 $ 800.00 LAND ACQUISITION $ 35,000.00 $ 210,200.00 S 245,200.00 TOTAL s 35,150.00 $ 213,350-00 S 251,S00.00 row01 7/30l01 .. •s.<e._.._ -'r_�':�..:���.:.�`1'�.�-�.?^rs.•.�•r�-T:�n'_','..L'Te•'.'��'��.'��"4.x.—ra.o.-rvs?�-::�eC._:..;-cr�vrTe_.'c..!-�X4'+'+ COURSE3 r. � _ `: _��rr_�. = � - jam, _ ; '� '•:�•'_ '- - :. q � _ - _ -''- --ter=_ :- - - =_ :::-- 15 41 �Vti. • f by AREA y _ }G- ,.' _ .:�� !'= �_•-s � Rom- _�r?.`-�'�=-="�--=.:"�=��.•% ' pINTAI1 �. .� -1 fix.-+ -i.:.:�- .��1.-�t^. _ =-i- ��0� 1 � •S _ - _ r��•'. LLJ ON R :�- MNTR E.CT: BR'. -0LU.F.;AS YEN ? •a :�; ; I,- �' i. `r K= �. I HOTCHKISS ; 0AycSi, _� 2 MtODLESEX CT � .: �,�pJf• �Q' sue;r.wHIS ,� _ ' 3 NOR7l�FlELD CT:' asr,: ��� IrE —�, K`• A. ":w� - 'ti �c� 4 AND Cr :: �,- p A $ !g PRAIRIEOVER f •�i[�, -, N : J�L ,0. i 5 CFfOAE C7 ,1o.J: tv :',_ •i ;. td VIEW Vd �S DART QUTH CT, CT 7. ~ F2TH fl .2DR'•O`"/-- . �' ^^r�1 �� BRKI�IAN AV r r I I j ``,, S /�.� 1\ t.'•'' •r "•s�+_- �-�f �.T.- J mar-v-.'�—c � LL 1 -_,.J.•�.t�. 61, ACEW _ z = 'Globetrotters" FROJECT NAME t ITIE E"°1""'1"° `°'°°rit1on Lake County Department of Trans ortation E/+GIn00 8 ARCNITECTS Buffalo Grove Road/ Prarie Rd. p Location Map SOO to�ln wAet�r Dn•o EEE00, Ill�aol• SO.Ot CI 140 SCALE- OAll: ENGINEER u ogrove I I CM No gn ug Exhibit A-1 = Board Agenda Item Submittal XI-C Requested By: Gregory P Boysen Entered By: Linda J Miller Agenda Item Title: Resolution No.2001- Approving an Agreement for Appraisal Services for the Port Clinton Road and Prairie Road Intersection Improvement Date Submitted: Meeting Date Agenda Place Requested: Requested: Department: 09/27/2001 10/01/2001 � Consent Agenda PW 0 Regular Agenda 0 None Does this item Does this item include Will AV equipment be relate to another additional reference required to present item on the info separate from the this item to the agenda? Board packet? board? 0 Yes 0No 0 Yes 0No 0 Yes 0No Item Description Will this action involve an expenditure in 0 Yes 0 No Yes 0 No funds? Is this a budgeted item.? Projected total budget impact: $2,000 Additional Notes regarding Expenditures: Following 80% CMAQ grant reimbursement and LCDOT Parcel 1 related reimbursement,the total net Village expense for this contract will be$200.00. Type the body of the cover memo here. Requests cannot be submitted if this field is blank. The ROW acquisition for the planned realignment of the intersection of Port Clinton Road and Prairie Road intersection improvement is now programmed for Federal CMAQ (80%)funding. LCDOT has requested that Buffalo Grove serve as the lead agency for ROW acquisition activities for both the Village (Parcel 2) and Lake County (Parcel 1) acquisitions. This request would simplify and expedite this activity. Therefore, it is recommended that the Village Board approve the following resolutions at their next regular meeting, including: 1. A Resolution Approving an Intergovernmental Agreement Providing CMAQ Grant Funding for the Right-of-Way Acquisition for the Port Clinton Road and Prairie Road Intersection Improvement 2. A Resolution Approving an Agreement for Appraisal Services for the Port Clinton Road and Prairie Road Intersection Improvement 3. A Resolution Approving an Agreement for Appraisal Review Services for the Port Clinton Road and Prairie Road Intersection Improvement 4. A Resolution Approving an Agreement for Negotiation Services for the Port Clinton Road and Prairie Road Intersection Improvement The acquisition appraisal and negotiation service agreements have been submitted and pre-approved by IDOT to insure conformance with CMAQ funding requirements. If you have any questions concerning this matter, please let me know. Letter-Sized Legal-Sized Ledger-Sized Odd-Sized Attached Files Attached Files Attached Files Attached Files res2.pdf Approval Section: Name: Date and Time: Submitted By: Pre-Approved By: Approved By: Published to Web: RESOLUTION 2001- A RESOLUTION APPROVING AN AGREEMENT FOR APPRAISAL SERVICES FOR THE PORT CLINTON ROAD AND PRAIRIE ROAD INTERSECTION IMPROVEMENT WHEREAS,the Village President and Board of Trustees desire to proceed with the Port Clinton Road and Prairie Road Intersection Improvement; and, WHEREAS, an agreement with a qualified appraiser is necessary to proceed with necessary right-of-way acquisition for the project; NOW, THEREFORE, BE IT RESOLVED by the Village President and Board of Trustees of the Village of Buffalo Grove, Lake and Cook Counties, Illinois as follows: 1. The agreement entitled"Proposal for Local Public Agency Appraisal Services" is hereby approved. 2. The Village Manager is authorized and directed to execute the agreement for the Village. A copy of said agreement is attached hereto and made a part hereof. AYES: NAYES: ABSENT: PASSED: 12001 APPROVED: 12001 Approved: Village President ATTEST: Village Clerk GAP WDIRGRP\LHC\PTCL\RES012.doc Route FAU 2657 (BuffaloGrov, PROPOSAL FOR LOCAL PUBLIC Section at Port Clinton Rai) AGENCY APPRAISAL SERVICES County Lake Project No. Job No. our File No. 3076 1. Proposal of "T" Engineering Service Ltd. whose address is Midwest oa a Brook, Illinois 60523 hereinafter referred to as APPRAISER for the furnishing to the Village of Buffalo Grove , hereinafter referred to as the Local Public Agency, or LPA, certain appraisal services described on Exhibit B .attached hereto and made a part hereof for the project and rates set forth on said Exhibit. 2. Appraisal reports called for on said Exhibit B will be prepared independently of any other appraiser employed under a similar proposal to furnish appraisal services on said project and personally by the following named individual or individuals whose qualifications have been approved by LPA: Fred R. Taarowski 3. LPA will furnish to APPRAISER prescribed appraisal report forms, parcel plats, legal descriptions, ostensible owner and a statement of items generally noncompensable under the law of Illinois. 4. APPRAISER acknowledges for self and the individual or individuals designated in Item 2 above that they are familiar with the contents of the certification attached hereto as Exhibit A and agrees that the individual or individuals designated in Item 2 as preparing the appraisal report will execute such a certification for each parcel appraised as well as personally making a physical inspection of said parcel. 5. It is understood that appearances in court and pretrial conferences may be required in relation to the appraisal services called for herein and it is agreed that such appearance or appearances shall be made upon request of LPA or its trial counsel. 6. APPRAISER will not furnish a copy of any appraisal or the findings or results contained therein to any other person or agency unless authorized by LPA or upon court order. 7. Appraisal reports will be fully documented and contain the fair market value of the whole property, the fair market value of the property taken (including improvements) as part of the whole, the fair market value of the remainder before and after the taking, the damage to the remainder, the compensation for easements and the total compensation. 8. LPA reserves the right to employ a specialist or specialists to prepare a separate valuation of machinery or other specialty items for use in preparation of the appraisal reports by APPRAISER. Such valuation or other data shall be the property of the LPA and may be made available to APPRAISER or others for analysis and incorporation into appraisal reports as may be deemed appropriate by APPRAISER or others under any other contract for appraisal services. 9. Invoices for appraisal services will be submitted for payment, in triplicate, through the representative of LPA accepting this proposal and will show the route, construction section, county, job number, project number and parcel number or numbers. Invoices for services in connection with pre-trial conferences and court testimony will show the LPA 321 (1 of 13) 9/95 items listed above and,-in.addition, will include'a statement of the nature of services performed and amount-ottime thereon. -VUEWILr J 10. APPRAISER warrants that APPRAISER has not employed or retained any company orperson,'otherlhan a bona fide employee working solely for APPRAISER, to solicit or secure this-contract, and that APPRAISER has not paid or agreed to pay any company or person, other than a bona fide employee working solely for APPRAISER, any fee, commission, percentage, brokerage fee, gift, or any other consideration, contingent upon or resulting from the award or making of this contract. For breach or violation of this warrant, LPA shall have the right to annul this contract without liability. 11. APPRAISER hereby certifies for self and the individual or individuals named in Item 2 above that they have no interest,. present or contemplated, in any of the aforementioned parcels. If any conflict of interest arises, APPRAISER will immediately inform the representative for LPA accepting this proposal and return all material furnished to appraiser for re-assignment to others. 12. Any dispute concerning a question of fact arising under this proposal shall be decided by the representative for LPA accepting this proposal and such decision shall be final and conclusive. 13. Changes in the work to be performed under this proposal may be made at any time in writing by LPA. If such changes justify an increase or decrease in the charges set forth in the final paragraph thereof, an equitable adjustment shall be made and this contract shall be modified accordingly. Documentation which is considered inadequate will be augmented and errors will be corrected upon request without additional cost. 14. LPA may terminate this proposal at any time and for any cause by a notice in writing to APPRAISER. In the event of such termination, payment will be made to APPRAISER for the appraisals which have been completed. Appraisals in the process of completion shall be compensated for on an equitable basis and all incomplete appraisals and data collected in connection with them shall be turned over and become the property of LPA; provided, however, that should this proposal be terminated solely because the progress or quality of work is unsatisfactory as determined by the representative for LPA accepting this proposal, then no payment will be made or demanded by APPRAISER for any appraisal reports which have not been completed-and delivered to-LPA priortorfhe-date of said terminations 15. APPRAISER will save harmless LPA from all claims and liability due to activities of APPRAISER, APPRAISER's agents or employees and will comply with all federal, state and local laws and ordinances. 16. APPRAISER agrees that this contract or any part thereof will not be sublet or transferred without the written consent of the representative accepting this proposal for LPA. 17. In the event this proposal is accepted, it shall constitute a contract as of the date it is accepted by the representative for LPA and shall be binding on APPRAISER, APPRAISER's executors, administrators, successors or assigns, as may be applicable. No services will be paid which are performed prior to the date of acceptance by the representative. 18. The APPRAISER in making the certifications required by this proposal is making these certifications on behalf of the contracting entity and its officers and each individual authorized to do work for the Illinois Department of Transportation under this proposal. LPA 321 (2 of 13) 9/95 19. It is understood and agreed that Appendices A and B shall be a part of this contract and APPRAISER agrees to be bound by the terms and provisions contained therein. 20. APPRAISER certifies that he/she has not been convicted of bribery or attempting to bribe an officer or employee of the LPA or State of Illinois, nor has the he/she made an admission of guilt of such conduct which is a matter of record, nor has any official, officer, agent or employee been so convicted nor made such an admission. If a firm, the firm certifies that it has not been convicted of bribery or attempting to bribe an officer or employee of the LPA or State of Illinois, nor has the firm made an admission of guilt of such conduct which is a matter of record, nor has an official, agent, or employee of the firm committed bribery or attempted bribery on behalf of the firm and pursuant to the direction or authorization of a responsible official of the firm. 21. APPRAISER, under penalty of perjury under the laws of the United States, certifies that, except as noted below, the company or any person associated therewith in the capacity of owner, partner, director, officer, principal investigator, project director, manager auditor, or any position involving the administration of federal funds: • is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any federal agency; • has not been suspended, debarred, voluntarily excluded or determined ineligible by any federal agency within the past 3 years; • does not have a proposed debarment pending; and • has not been indicted, convicted, or the subject of a civil judgment by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past 3 years. Exceptions will not necessarily result in denial of award, but will be considered in determining bidder responsibility. For any exception noted, indicate to whom it applies, initiating agency, and dates of action. Providing false information may result in criminal prosecution or administrative sanctions. (INSERT EXCEPTIONS) 22. APPRAISER under penalties of perjury, certifies that as in accordance with Section 11.1 of the Illinois Purchasing Act, no person who is entitled to receive individually more than 7-1/2 percent of the total distributable income of the organization or together with their spouse or minor child more than 15 percent of the total distributable income of the organization is (1) an elected state official, a member of the General Assembly, an appointed officer, a state employee; (2) an officer or employee of the Illinois Toll Highway Authority or the Illinois Building Authority; or (3) a spouse or minor child of any such enumerated person. APPRAISER has not, nor has any principal of the firm (if a company), nor has the firm been convicted of any felony, or, if so convicted, at least one year has passed since the LPA 321 (3 of 13) 9/95 date of completion of the sentence as of the effective date of this contract, 30 ILCS 505/10.3. APPRAISER does not, nor does any principal of the firrn,(if a company), nor does the firm pay dues or fees on behalf of its employees-or agents or reimburse or otherwise subsidize them for payment of dues or fees to any club which unlawfully discriminates. 23. APPRAISER certifies that he/she is not in default on an educational loan as provided in 5 ILCS 385/3. 24. APPRAISER certifies that he/she is not barred from bidding on State of Illinois contracts because of violations of state law regarding bid rigging or bid rotating (720 ILCS 5/33E-3 & 5/33E-4.) 25. APPRAISER certifies that he/she will not engage in the unlawful manufacture, distribution, dispensation, possession, or use of a controlled substance in the performance of this contract or if a corporation, partnership or other entity with twenty- five (25) or more employees have completed and signed the attached "DRUG FREE WORKPLACE CERTIFICATION." 26. APPRAISER shall maintain, for a minimum of 5 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 contractor agrees to cooperate fully with any audit conducted by the Auditor General 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. 27. APPRAISER certifies that neither it nor any substantially owned affiliated company is participating or shall participate in an international boycott in violation of the provisions of the U.S. Export Administration Act of 1979 or the regulations of the U.S. Department'of Commerce-promulgated under-that Act. This-certification applies to any contract or renewal, amendment or modification to an existing contract that exceeds $10,000. LPA 321 (4 of 13) 9/96 28. Under penalties of perjury, I certify that the name, taxpayer identification number, and legal status listed below are correct. Name: "T" Engineering Service Ltd. Taxpayer Identification Number: Social Security Number or Employer Identification Number 3 6—2 7 6 5 3 3 6 (If you are an individual, enter your name and SSN as it appears on your Social Security Card. If completing this certification for a sole proprietorship, enter the owner's name followed by the name of the business and the owner's SSN. For all other entities, enter the name of the entity as used to apply for the entity's EIN and the EIN. The Name and Number must match Internal Revenue Service records.) Legal Status (check one): Individual X Corporation Owner of sole Other: proprietorship Partnership LPA 321 (5 of 13) 9/95 STATE OF ILLINOIS DRUG FREE WORKPLACE CERTIFICATION This certification is required by the Drug Free Workplace Act (III. Rev. Stat., ch. 127, par. 152.311). The Drug Free Workplace Act, effective January 1, 1992, requires that no grantee or contractor shall receive a grant or be considered for the purposes of being awarded a contract for the procurement of any property or services from the State unless that grantee or contractor has certified to the State that the 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 the contract or grant and debarment of contracting or grant opportunities with the State for at least one (1) year but not 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, LPA, or other unit thereof, directly responsible for the specific performance under a contract or grant of$5,000 or more from the State. by: The contractor/grantee certifies and agrees that it will provide a drug free workplace 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 programs; 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. LPA 321 (6 of 13) 9/95 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 so convicted, as required by Section 5 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. THE UNDERSIGNED AFFIRMS, UNDER PENALTIES OF PERJURY, THAT HE OR SHE IS AUTHORIZED TO EXECUTE THIS CERTIFICATION ON BEHALF OF THE DESIGNATED ORGANIZATION. Printed Name of Organization Signature of Authorized Representative Printed Name and Title Date LPA 321 (7 of 13) 9/95 APPENDIX A During the performance of this contract, the contractor, for itself, its assignees and successors in interest (hereinafter referred to as the "Contractor"), agrees as follows: 1. Compliance with Regulations: The contractor shall comply with the Regulations relative to nondiscrimination in federally-assisted programs of the Department of Transportation, Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as Regulations), which are herein incorporated by reference and made a part of this contract. 2. Nondiscrimination: The contractor, with regard to the work performed by it during the contract, shall not discriminate on the ground of race, color or national origin in the selection and retention of subcontractors including procurements of materials and leases of equipment. The contractor shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. 3. Solicitations for Subcontracts, Including Procurement of Materials and Equipment: In all solicitations either by competitive bidding or negotiation made by the contractor for work to be performed under a subcontract, including procurement or materials or leases of equipment, each potential subcontractor or supplier shall be notified by the contractor of the contractor's obligations under this contract and the Regulations relative to nondiscrimination on the ground of race, color or national origin. 4. Information and Reports: The contractor shall provide all information and reports required by the Regulations, or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the State or the Federal Highway Administration to be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information, the contractor shall so certify to the State or the Federal Highway Administration is appropriate and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance: In the event of the contractor's noncompliance with the nondiscrimination provisions of this contract, the State shall impose such contract sanctions as it or the Federal Highway Administration may determine to be appropriate, including, but not limited to: • withholding of payments to the contractor under the contract until the contractor complies, and/or • cancellation, termination or suspension of the contract, in whole or in part. 6. Incorporation of Provisions: The contractor shall include the provisions of Paragraph (1) through (6) in every subcontract, including procurement of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The contractor shall take such action with respect to any subcontract or procurement as the State of the Federal Highway Administration may direct as a means of enforcing such provisions including sanctions for noncompliance: Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the contractor may request the State to enter into such litigation to protect the interests of the State, and, in addition, the contractor may request the United States to enter into such litigation to protect the interests of the United States. LPA 321 (8 of 13) 9/95 APPENDIX B EQUAL EMPLOYMENT OPPORTUNITY CLAUSE required by the Illinois Fair Employment Practices Commission as a material term of all public contracts: EQUAL EMPLOYMENT OPPORTUNITY. In the event of the contractor's noncompliance with any provision of this Equal Employment Opportunity Clause, the Illinois Fair Employment Practices Act or the Fair Employment Practices Commission's Rules and Regulations for Public Contracts, the contractor may be declared nonresponsible and therefore ineligible for future contracts or subcontracts with the State of Illinois or any of its political subLPAs or municipal corporations, and the contract may be canceled or avoided in whole or in part, and such other sanctions or penalties may be imposed and remedies invoked as provided by Statute or regulation. During the performance of this contract (Agreement), the contractor (Consultant) agrees as follows: 1. That it will not discriminate against any employee or applicant for employment because of race, color, religion, sex, national origin, or ancestry, physical or mental handicap unrelated to ability, or an unfavorable discharge from the military service, and further that it will examine all job classifications to determine if minority persons or women are underutilized and will take appropriate affirmative action to rectify any such underutilization. 2. That, if it hires additional employees in order to perform this contract, or any portion hereof, it will determine the availability (in accordance with the Commission's Rules and Regulations for Public Contracts) of minorities and women in the area(s) from which it may reasonably recruit and it will hire for each job classification for which employees are hired in such a way that minorities and women are not underutilized. 3. That, in all solicitations or advertisements for employees placed by it or on its behalf, it will state that all applicants will be afforded equal opportunity without discrimination because of race, color, religion, sex, national origin or ancestry, physical or mental handicap unrelated to ability, or an unfavorable discharge from the military service. 4. That it will send to each labor organization or representative of workers with which it has or is bound by a collective bargaining or other agreement or understanding, a notice such labor organization or representative of the contractor's obligations under the Illinois Fair Employment Practices Act and the Commission's Rules and Regulations for Public Contracts. If any such labor organization or representative fails or refuses to cooperate with the contractor in its efforts to comply with such Act and Rules and Regulations, the contractor will promptly so notify the Illinois Fair Employment Practices Commission and the contracting agency and will recruit employees from other sources when necessary to fulfill its obligations thereunder. 5. That it will submit reports as required by the Illinois Fair Employment Practices Commission's Rules and Regulations for Public Contracts, furnish all relevant information as may from time to time be requested by the Commission or the contracting agency, and in all respects comply with the Illinois Fair Employment Practices Act and the Commission's Rules and Regulations for Public Contracts. LPA 321 (9 of 13) 9/95 • 6. That it will permit access to all relevant books, records, accounts and work sites by personnel of the contracting agency and the Illinois Fair Employment Practices Commission for purposes of investigation to ascertain compliance with the Illinois Fair Employment Practices Act and the Commission's Rules and Regulations for Public Contracts. 7. That it will include verbatim or by reference the provisions of Paragraphs 1 through 7 of this clause in every performance subcontract as defined in Section 2.10(b) of the Commission's Rules and Regulations for Public Contracts so that such provisions will be binding upon every such subcontractor; and that it will also so include the provisions of paragraphs 1, 5, 6 and 7 in every supply subcontract as defined in Section 2.10(a) of the Commission's Rules and Regulations for Public Contracts so that such provisions will be binding upon every such subcontractor. In the same manner as with other provisions of this contract, the contractor will be liable for compliance with applicable provisions of this clause by all it subcontractors; and further it will promptly notify the contracting agency and the Illinois Fair Employment Practices Commission in the event any subcontractor fails or refuses to comply therewith. In addition, no contractor will utilize any subcontractor declared by the Commission to be nonresponsible and therefore ineligible for contracts or subcontracts with the state of Illinois or any of its political subLPAs or municipal corporations. With respect to the two types of subcontracts referred to under paragraph 7 of the Equal Employment Opportunity Clause above, following is an excerpt of Section 2 of the FEPC's Rules and Regulations for Public Contracts: Section 2.10. The term "Subcontract" means any agreement, arrangement or understanding, written or otherwise, between a contractor and any person (in which the parties do not stand in the relationship of an employer and an employee): • for the furnishing of supplies or services or for the use of real or personal property, including lease arrangements, which, in whole or in part, is utilized in the performance of any one or more contracts; or • under which any portion of the contractor's obligation under any one or more contracts is performed, undertaken or assumed. LPA 321 (10 of 13) 9/95 �...�.�.. A�r-EXHIBIT A _ CERTIFICATE OF APPRAISER I, hereby certify: That on (include all dates) I personally inspected the property herein appraised and that I have afforded the property owner or designated representative the opportunity to accompany me at the time of the inspection. I have also made a personal field inspection of the comparable sales relied upon in making said appraisal. The subject and comparable sales relied upon in making said appraisal were as represented by the photographs contained in said appraisal and sales data sheets. That to the best of my knowledge and belief the statements contained in the appraisal herein set forth are true and the information upon which the opinions expressed therein are based is correct; subject to the limiting conditions therein set forth. That I understand that such appraisal is to be used in connection with the acquisition-of right-of-way for a highway to be constructed by the State of Illinois with its funds and/or with the assistance of federal-aid highway funds, or other federal funds. That to the best of my knowledge such appraisal has been made in conformity with the appropriate state laws, regulations and policies and procedures applicable to appraisal of right-of-way for such purposes; and that to the best of my knowledge no portion of the value assigned to such property consists of items which are noncompensable under the established laws of the state. That neither my employment nor my compensation for making this appraisal and report are in any way contingent upon the values reported herein. This appraisal assignment has ❑ has not❑called for less than what would otherwise be required by the specific guidelines of the Uniform Standards of Professional Practice(USPAP). That any decrease or increase in the fair market value of real property prior to the date of valuation caused by the public improvement for which such property is acquired, or by the likelihood that the property would be acquired for such improvement, other than that due to physical deterioration within the reasonable control of the owner,was disregarded in determining the compensation for the property. That I have not given consideration to, or included in my appraisal, any allowance for relocation assistance benefits. That I was not required to report a predetermined value or direction in value that favors the cause of the client or any related party, the amount of the value estimate, the attainment of a specific result, or the occurrence of a subsequent event in order to receive my compensation and/or employment for performing the appraisal. I did not base the appraisal report on a requested minimum valuation, of a specific valuation. That I personally prepared all conclusions and opinions about the real estate that were set forth in the appraisal report If I relied on significant professional assistance from any individual(s) in the performance of the appraisal or the preparation of the appraisal report, I have named such individual'(s) and disclosed the specific tasks performed by them in the reconciliation section of this appraisal report I certify that any individual so named is qualified to perform the tasks. I have not authorized anyone to make a change to any item in the report therefore, if an unauthorized change is made to the appraisal report, 1 will take no responsibility for it That I have no direct or indirect present or contemplated future personal interest in such property or in any benefit from the acquisition of such property appraised. That 1 have not revealed the findings and results of such appraisal to anyone other than the proper officials of the LPA,the Illinois Department of Highways or officials of the Federal Highway Administration, and I will not do so until so authorized by said officials or until I am required to do so by due process of law, or until I am released from this obligation by having publicly testified as to such findings. That my opinion of the fair market value of the part taken and net damage to the remainder, if any, as of the day of , 19 , is $ based upon my independent appraisal and the exercise of my professional judgment. Signature LPA 321 (11 of 13) 9/95 LPA y; age of Buffalo Crove Route ,FAU 26579Buffalo Grove Rd County Lake Project No. at Port Clinton Road Job No. County EXHIBIT B A. An appraisal report on each of the following parcels consisting of four (4) originals prepared on the standard Appraisal Report Form (BRW 742), Valuation Report Form (BRW 229), or in such form as may be approved. Completed appraisal reports will be delivered to the LPA accepting this proposal within a reasonable time and in no event later than 45_ days after being given authorization to proceed. /��j X . ..Rar.�e).................... ..Re art Pa . .et....... . ��;::} ......:..::..:.:.... ii :ii:::•:•::i:::::ii:::'': ::.' :: -' '?i:}v:<5?::: -:: :-:::::::::•:}::::::::::i::::::::::::: ..: S- ....... .�M�"::::Ftij.::.:::.V.?•.:•:. 0001 229-1 $1,000 0002 229-1 $1,000 B. Rate each half day or fraction thereof for time spent in pre-trial conferences3 C. Rate each half day or fraction thereof for time spent in court $ -4 n n LPA 321 (12 of 13) 9/95 B'y signing this Proposal, the APPRAISER agrees to the provisions as written. Upon acceptance by the LPA, this Contract shall be governed by Illinois law. FOR THE APPRAISER: APPRAISER: "T" Engineering Service Ltd. Address: 2021 Midwest Road City: Oak Brook State: Illinois Zip Code:6o � 7-6-01 By: Date: Authorized Signature Fred R. Tadrowski TIN/FEIN/SSN: 36-2765336 Telephone: 630-495-9750 For the LPA Date: LPA Representative LPA 321 (13 of 13) 9/95 Board Agenda Item Submittal XI-D Requested By: Gregory P Boysen Entered By: Linda J Miller Agenda Item Title: Resolution No.2001- Approving an Agreement for Appraisal Review Services for the Port Clinton Road and Prairie Road Intersection Improvement Date Submitted: Meeting Date Agenda Place Requested: Requested: Department: 09/27/2001 10/01/2001 � Consent Agenda PW 0 Regular Agenda 0 None Does this item Does this item include Will AV equipment be relate to another additional reference required to present item on the info separate from the this item to the agenda? Board packet? board? 0 Yes 0No 0 Yes 0No 0 Yes 0No Item Description Will this action involve an expenditure in 0 Yes 0 No Yes 0 No funds? Is this a budgeted item.? Projected total budget impact: $800 Additional Notes regarding Expenditures: Following 80% CMAQ grant reimbursement and LCDOT Parcel 1 related reimbursement,the net Village expense for this contract will be$80.00. Type the body of the cover memo here. Requests cannot be submitted if this field is blank. The ROW acquisition for the planned realignment of the intersection of Port Clinton Road and Prairie Road intersection improvement is now programmed for Federal CMAQ (80%)funding. LCDOT has requested that Buffalo Grove serve as the lead agency for ROW acquisition activities for both the Village (Parcel 2) and Lake County (Parcel 1) acquisitions. This request would simplify and expedite this activity. Therefore, it is recommended that the Village Board approve the following resolutions at their next regular meeting, including: 1. A Resolution Approving an Intergovernmental Agreement Providing CMAQ Grant Funding for the Right-of-Way Acquisition for the Port Clinton Road and Prairie Road Intersection Improvement. 2. A Resolution Approving an Agreement for Appraisal Services for the Port Clinton Road and Prairie Road Intersection Improvement. 3. A Resolution Approving an Agreement for Appraisal Review Services for the Port Clinton Road and Prairie Road Intersection Improvement. 4. A Resolution Approving an Agreement for Negotiation Services for the Port Clinton Road and Prairie Road Intersection Improvement. The acquisition appraisal and negotiation service agreements have been submitted and pre-approved by IDOT to insure conformance with CMAQ funding requirements. If you have any questions concerning this matter, please let me know. Letter-Sized Legal-Sized Ledger-Sized Odd-Sized Attached Files Attached Files Attached Files Attached Files res3.pdf Approval Section: Name: Date and Time: Submitted By: Pre-Approved By: Approved By: Published to Web: RESOLUTION NO. 2001- A RESOLUTION APPROVING AN AGREEMENT FOR APPRAISAL REVIEW SERVICES FOR THE PORT CLINTON ROAD AND PRAIRIE ROAD INTERSECTION IMPROVEMENT WHEREAS,the Village President and Board of Trustees desire to proceed with the Port Clinton Road and Prairie Road Intersection Improvement; and, WHEREAS, an agreement with a qualified appraiser is necessary to review appraisals for the right-of-way acquisition for the project; NOW, THEREFORE, BE IT RESOLVED by the Village President and Board of Trustees of the Village of Buffalo Grove, Lake and Cook Counties, Illinois as follows: 1. The agreement entitled"Contract for Appraisal Review Services" is hereby approved. 2. The Village Manager is authorized and directed to execute the agreement for the Village. A copy of said agreement is attached hereto and made a part hereof. AYES: NAYES: ABSENT: PASSED: , 2001 APPROVED: , 2001 Approved: Village President ATTEST: Village Clerk G AP W DIRGRP\LHC\PTCL\RE S 013.doc Illinois Deparbment of Transportation Contract Summary atraewr Name Lorenz & Associates, Ltd. Legal Add= 5901 Worth Cicero Avenue - Suite 601 City,state,zip Chicago, Illinois 60646 Remittance Address sane City,State,Zip same Telephone Number 773-545-7950 Fax Number 773-545-4440 IDHR Number(if required) TIN Number(FEIN or SSN) Form of Business(Use Codes 36-319 746 2 sound on Instructions) Brief Description of Service(full description specined in Article 7) Provide appraisal review services for the acquisition of property needed for highway purposes. Compensation Method(full details Travel Expense ❑Yes This contract contains P cfessional Contract Term specified in Article 8) ® No and Artistic Services ❑Yes From: Schedule of Rates ® No Total Compensation Amount Travei Amount Advance Pay ❑Yes To: SN/A S0.00 ® No Certification Article Req. Certification Article Reg: Bribery............................................................ 6-90 ® Intemational Anti-Boycott........................................ 6-120 Bid Rigging or Rotating.................................. 6-110 ® Multiyear Contracts Approp.Contingency................ 3-30 Conflict of Interest.......................................... 6-20 ® Negotiations.............................................................. 6-30 Dis.imination................................................. 2-20 ® Non-Solicitation........................................................ 3-40 Drug Free Workplace...................................... 6-130 ® Records Preservation................................................. 3-70 fit] Dues/Fees to Clubs which Discriminate.......... 2-30 ® Revolving Door......................................................... 6-50 Education Loan Default................................... 6-100 ® Subcontracting..................................................... 3-90 Felony Conviction........................................... 6-10 ® Tax Exempt......................................................... 2-70 Human Rights Number.................................... 2-50 ® Architect,Engineer,LS QuaL Based Selection......... 5-200 ❑ Inducements.................................................... 6-40 ® Response Contractors Inderr--fication Fund............. 5-160 ❑ Insider Information.......................................... 6-80 ® Steel Procurement..................................................... 5-190 ❑ SIGNATURES By signing below,CONTRAcToR and DEPARTNowT agree to comply with and abide by all provisions of Articles 1-8 and all Appendices thereto. CONTRACTOR certifies, under penalty of perjury, that the name, taxpayer identification numb"and legal status set forth above, are true and correct CONTRACrOR,by signing below,certifies to all Assurances,Certifications,and Discloss:res as set forth in Articles 1-7,and Articles A, B,and C,which are attached hereto and made a part hereof. FOR T HE CONTRA R• / Francis S. Lorenz, Jr, President ignature of Author' d KepreserrType or Print Name of Authorized Representative Date FOR THE DEPARTMENT: Date VILLAGE OF BUFFALO GROVE Highways JW 14 2W1 R-90-004-95 PUBLIC WORKS Illinois Department of Transportation HIGHWAYS LAND ACQLZSITION CONTRACT FOR APPRAISAL REVIEW SERVICES This contract is by and between Lorenz& Associates,Ltd. Please type or print legibly CoNnucroR's legal name and address 5901 N. Cicero Ave.,Suite 601 Chicago,Illinois 60646 hereinafter called the CoNiRACToR, and the State of Illinois, acting by and through its Department of Transportation,hereinafter called the DEPARTMENT. h �+ Article 1 Scope/CompensatiorLTerm Article 2 General Provisions Article 3 Obligations Prohibitions Article 4 Federally Funded Contracts Article 5 Specific Provisions Article 6 Ethical Standards Article 7 Scope of Services/Responsibilities Article 8 Compensation for Services ARTICLE 1 SCOPE/COMPENSATION/TERM 1-10. Scope of Services and Responsibilities. The DEPARTMENT requires 1-30. Term of Contract. The term of this service(s)which the CONTRACTOR shall perform contract shall be from as specified in Article 7. The DEPARTMENT'S 1-40. Amendments. All changes to this responsibilities, if any,are as specified in Article 7 contract must be mutually agreed upon by CONTRACTOR and DEPARTMENT and be 1-20. Compensation. The CONTRACTOR incorporated by written amendment, signed by shall be compensated as specified in Article 8. the parties to this contract. 2 Highways R-90-075-00 1-50. Renewal. This contract may not be renewed. ARTICLE 3 OBLIGATIONS/PROmrrIONS 3-10. Compliance/Governing Law. The terms ARTICLE 2 of this contract shall be construed in accordance GENERAL PROVISIONS with the laws of the State of Illinois. CONTRACTOR'S obligations and services performed 2-10. Changes. If any certification made by under this.. contract shall be performed in CONTRACTOR or term or condition in this contract compliance with all applicable state and federal changes, CONTRACTOR must notify the laws. DEPARTMENT in writing within seven days. 3-20. Indemnification. The CONTRACTOR shall 2-20. Discrimination. CONTRACTOR agrees not indemnify and save harmless the DEPARTMENT to commit unlawful discrimination in employment from any claims against, or liabilities incurred by in Illinois as that term is used in the Illinois Human the CONTRACTOR of any type or nature to any Rights Act(775 ILCS 5). person, firm or corporation, to the extent that such claim or liability arises from the CONTRACTOR'S 2-30. Dues/Fees to Clubs which Discriminate. wrongful or negligent performance of the activities CONTRACTOR certifies that CONTRACTOR is not provided for in this contract. prohibited from selling goods or services to the 3-30. Non-Appropriation. This contract is State of Illinois because CONTRACTOR pays dues or subject to termination and cancellation in any year fees on behalf of is employees or agents or in which the General Assemblv fails to make an subsidizes or otherwise reimb=ses them for appropriation to make payments under the terms of payment of their dues or fees to any club which the contract. unlawfully discriminates in violation of the Discriminatory Club Act(775 ILCS 25). 3-40. Non-Solicitation. CONTRACTOR certifies 240. Foreign Corporation. Foreign (non- that CONTRACTOR has not employed or retained any Illinois)corporations shall procure 5om the Illinois company or person, other than a bona fide Secretary of State a certificate of authority to employee working solely for CONTRACTOR, to transact business in Illinois in accordance with 805 solicit or secure this contract and that CONTRACTOR ILCS 5/13. has not paid or agreed to pay any company or person, other than a bona fide employee working 2-50. Human Rights Number. (Contracts solely for CONTRACTOR, any fee, commission, subject to competitive bidding onh-) CONTRACTOR percentage, brokerage fee, gift or any other certifies that at the time CONTRACTOR submitted a consideration contingent upon or resulting from the bid on this contract, if this contract is subject to award or making of this contract. For breach or competitive bidding as provided for in 44 Illinois violation of this certification, the DEPARTMENT Administrative Code 750.210, CONTRACTOR had an shall have the tight to terminate this contract, or at Illinois Department of Human Rights its discretion, to deduct from CONTRACTOR'S prequalifrcation number or had a properly compensation the amount of the commission, completed application for same on file with the percentage, brokerage fee, gift, contingent fee or Illinois Department of Human Rights. other compensation. 2-60. Sexual Harassment Policv. 3-50. Publicity. CONTRACTOR shall not, in any CONTRACTOR certifies that CONTRACTOR has a advertisement or any other type of solicitation for written sexual harassment policy as required by 775 business,state, indicate or otherwise imply that it is ILCS 5/sexual hams. under contract to the DEPARTMENT nor shall the DEPARTMENT'S name be used in any such 2-70. Tax Exempt. The State of Illinois advertisement or solicitation without prior written qualifies for Tax-Free ttansactiors under Chapter approval except as required by law. 32 of the Internal Revenue Code Certificate of 3-60. Records Inspection. The State or a Registry 3781-0001K, United States Treasury designated representative shall have access to Department. The Illinois Department of CONTRACTOR'S work and applicable records Transportation Tax Exempt I.D.Number is E9986- whenever it is in preparation or progress, and the 2522-03. CONTRACTOR shall provide for such access and inspection. 3 Highways R 90-075-00 3-70. Records Preservation. The person for influence or attempting to influence an CONTRACTOR, in compliance with the Illinois officer or employee of any federal agency, a Procurement Code (30 ILCS 500), shall maintain Member of Congress, an officer or employee of for a minimum of three years after the completion Congress or an employee of a Member of Congress of the contract, adequate books, records and in connection with the awarding of any federal supporting documents to verify the amounts, contract, the making of any federal grant, the recipients and uses of all disbursements of funds making of any federal loan, the entering into of an passing in conjunction with the contract. The cooperative agreement and the extension, contract and all books, records and supporting continuation, renewal, amendment, or modification documents related to the contract shall be available of any federal contract, grant, loan, or cooperative for review and audit by the Auditor General and/or agreement. the DEPARTsffiNT and the federal funding entity (when applicable), and the CONTRACTOR agrees to CONTRACTOR further certifies that if any funds cooperate fully with any audit conducted by the other than federal appropriated funds have been Auditor General and/or the DEPARTMENT and to paid or will be paid to any person for influencing or provide full access to all materials. Failure to attempting to influence an officer or employee of maintain the books, records and supporting any federal agency, a Member of Congress, an documents required by this paragraph shall officer or employee of Congress or an employee of establish a presumption in favor of the State for the a Member of Congress in connection with this recovery of any funds paid by the State under the contract, grant, loan, or cooperative agreement, the contract for which adequate books, records and CONTRACTOR shall complete and submit Standard supporting documentation are not available to Form-LLL, "Disclosure Form to Report Lobbying", support their purported disbursement. in accordance with its instructions. 3-80. Status of Contractor. Services provided This certification is a material representation of fact by the CONTRACTOR pursuant to this contract shall upon which reliance was placed when the be as an independent contractor, and the transaction was made or entered into. Submission CONTRACTOR shall not be considered to be an of this certification is a prerequisite to malting or employee of the Illinois Department of entering into this transaction imposed by Section Transportation or the State of Illinois. 1352, Title 31,U.S. Code. Any person who fails to file the required certification shall be subject to a 3-90. Subcontracting/Employment of civil penalty of not less than $10,000 and not more Department Personnel/Solicitation of than$100,000 for each such failure. Department Employees. Subcontracting, assignment or transfer of all or part of the interests The CONTRACTOR also agrees that CONTRACTOR of the CONTRACTOR concerning any of the shall require that the language of this certification obligations covered by this contract is prohibited will be included in all lower tier subcontracts and without prior written consent of the DEPARTMENT. that all subcontractors, will certify and disclose In the event the DEPARTMENT gives such written accordingly. consent, all terms and conditions of this contact shall apply and bind the party to whom work is 4-20. Civil Rights. CONTRACTOR shall comply subcontracted. with the Civil Rights Act of 1964, as amended,and Title 49,Code of Federal Regulations,part 2I. CONTRACTOR will not employ any person or persons currently employed by the DEPARTMENT 4-30. Control of Property. CONTRACTOR for any work required by the terms of this contract. certifies that the control,utilization, and disposition of property or equipment acquired using federal funds is maintained according to the provisions of A-102 Common Rule. ARTICLE 4 FEDERALLY FUNDED CONTRACTS 4-40. Cost Principles. The cost principles of This Article icle shall be applicable only to federally this contract are governed by the cost principles funded contracts. found in Title 48, Code of Federal Regulations, subpart 31; and all costs included in this contract 4-10. Certification Regarding Lobbying. are allowable under Title 48, Code of Federal CONTRACTOR certifies compliance with Section 319 Regulations,part 31. of Public Law 101-102 coveting government-wide 4-50. Debarment. CONTRACTOR terrifies that restrictions on lobbying, which provides that no federal appropriated fiords have been paid or will be to the best of its knowledge and belief; paid, by or on behalf of the CONTRACTOR, to any CONTRACTOR and CONTRACTOR'S principals:a)are 4 lUghways R-90-075-00 not presently debarred, suspended, proposed for tier covered transactions and in all solicitations for debarment, declared ineligible or voluntarily lower-tier covered transactions. The CONTRACTOR excluded from covered transactions by any federal may rely upon a certification of a prospective department or agency; b)within a three-year period participant in a lower-tier covered transaction that it preceding this contract have not been convicted of is not debarred, suspended, ineligible or voluntarily or had a civil judgment rendered against it for excluded from the covered transaction, unless commission of fraud or a criminal offense in CONTRACTOR knows the certification is erroneous. connection with obtaining, attempting to obtain, or CONTRACTOR may decide the method and performing a public (federal, state, or local) frequency by which it determines the eligibility of transaction or contract under a public transaction, its principals. Each CONTRACTOR may, but is not violation of federal or state anti-trust statutes or required to, check the Nonprocurement List. If a commission of embezzlement, theft, forgery, CONTRACTOR knowingly enters into a lower-tier bribery, falsification or destruction of records, covered transaction with a person who is making false statements or receiving stolen suspended, debarred, ineligible, or voluntarily property; c) are not presently indicted for or excluded from participation, in addition to other otherwise criminally or civilly charged by a remedies available to the federal government, the governmental entity (federal, state, or local) with DEPARTMENT may terminate the contract for cause commission of any of the offenses enumerated in or default. paragraph 540(b); (d) have not within a three-year period preceding this contract had one or more Nothing contained in Section 4-50 shall be public transactions (federal, state, or local) construed to require establishment of a system of terminated for cause or default. records in order to render in good faith the certification required by section 4-50. The The inability of a prospective contractor to certify knowledge and information of a CONTRACTOR is to the certification in this section will not not required to exceed that which is normally necessarily result in denial of participation in this possessed by a prudent person in the ordinary contract. The prospective contractor shall submit course of business dealings. an explanation of why it cannot provide the certification in this section. This certification is a material representation of fact upon which reliance was placed when the DEPARTme4T determined ARTICLE 5 whether to enter into this transaction. If it is later SPECIFIC PROVISIONS determined that CONTRACTOR knowingly rendered an erroneous certification, in addition to other remedies available to the federal government, the 5-10. Invoices. The amount shown on each DEPARTMENT may terminate the contract for cause. invoice shall be in accordance with the rates The CONTRACTOR shall provide immediate written established in Article 8. All non-labor costs, if notice to the DEPARTMENT if at any time the allowable, shall be listed and itemized as provided CONTRACTOR learns that its certification was in Article 8. erroneous by reason of changed circumstances. The terms "covered transaction", "debarred", Any invoices bills issued by the CONTRACTOR to "suspended", "ineligible", "lower tier covered the DEPARTMENT pursuant to this contract shall be transaction", "principal", "proposal", and sent to the following address: "voluntarily excluded", as used in this Article shall have the meaning set out in the Definitions and I.D.O.T. Coverage sections of the rules implementing Executive Order 12549. 201 W.Center Court Schaumburg,Illinois 60196 The CONTRACTOR agrees that it shall not knowingly enter into any lower tier covered transaction when a person who is debarred, suspended, declared ineligible, or voluntarily excluded from All invoices shall be signed by the CONTRACTOR participation in this covered, transaction, unless and shall set forth the CONTRACTOR'S Taxpayer authorized, in writing by the DEPARTMENT. The Identification Number. CONTRACTOR agrees that it will include the clause titled "certification Regarding Debarment, 5-20. Billing and Payment All invoices for Suspension, Ineligibility, and Voluntary Exclusion- services performed and expenses incurred by Lower Tier Covered Transaction",provided by the CONTRACTOR prior to July 1 st of each year must be DEPARTMENT, without modification, in all lower- presented to the DEPARTMENT no later than July 31 5 FTighways R 90-075-00 of that same year for payment under this contract. compensation to CONTRACTOR. All documents, Notwithstanding any other provision of this data and records utilized in performing research contract, the DEPARTMENT shall not be obligated to shall be available for examination by the make payment to CONTRACTOR on invoices DEPARTMENT upon request. Upon completicn of presented after said date. Failure by CONTRACTOR the services hereunder or at the termination of this to present such invoices prior to said date may contract,all such documents,data and records shall, require CONTRACTOR to seek payment of such at the option of the DEPARTMENT, be appropriately invoices through the Illinois Court of Claims and arranged, indexed and delivered to the the Illinois General Assembly. No payments will DEPARTMENT by CONTRACTOR. be made for services performed prior to the effective date of this contract. The DEPARTMENT 5-100. Software. will send all payments to the CONTRACTOR [Not applicable to this contract.] remittance address listed on the Contract Summary page. 5-110. Confidentiality Clause. Any documents, 5-30. Termination. If the DEPARTMENT is data, records, or other information given to or dissatisfied with the CONTRACTOR'S performance prepared by CONTRACTOR pursuant to this contract or believes that there has been a substantial shall not be made available to any individual or decrease in the CONTRACTOR'S performance, the organization without prior written approval by the DEPARTMENT may give written notice that remedial DEPARTMENT. All information secured by action shall be taken by the CONTRACTOR within CONTRACTOR from the DEPARTMENT in connection seven (7) calendar days. If such action is not taken with the performance of services pursuant to this within the time afforded, the DEPARTMENT may contract shall be kept confidential unless disclosure terminate the contract by giving seven (7) days of such information is approved in writing by the written notice to the CONTRACTOR. Additionally, DEPARTMENT. the Department may terminate the contract by 5-120. Reporting/Consultation. CONTRACTOR giving thirty (30) days written notice. In either shall consult with and keep the DEPARTMENT fully instance, the CONTRACTOR shall be paid for the informed as to the progress of all matters covered value of all authorized and acceptable work by this contract. performed prior to the date of termination, based upon the payment terms set forth in the contract. 540. Location of Service. Service to be performed by the CONTRACTOR shall be performed 5-130. Attorneys/Court Reporters. as described in Article 7. [Not applicable to this contract.] 5-50. Overtime. 5-140. Inability to Perform. [Not applicable to this contract.] [Not applicable to this contract.] 5-60. Prevailing Wage. 5-150. Travel Expenses. No expenses for travel, [Not applicable to this contract.] lodging or per diem shall be paid by the DEPARTMENT pursuant to this contract. 5-70. Insurance. [Not applicable to this contract] 5-160. Response Contractors Indemni-fication Fund(Hazardous Materials Contracts Only). 5-80. Performance Bond. [Not applicable to this contract.] [Not applicable to this contract] 5-170. Liquidated Damages. 5-90. Ownership of Doeumentsfritle to Work. [Not applicable to this contract.] All documents, data and records produced by CONTRACTOR in carrying out CONTRACTOR'S 5-180. Free or Reduced Rate Cartage. obligations and services hereunder, without [Not applicable to this contract] limitation and whether preliminary or final, shall become and remain the property of the Department 5-190. Steel Procurement . The DEPARTMENT shall have the right to use all such documents, data and records without [Not applicable to this contract] restriction or limitation and without additional 6 Highways R 90-075-00 �r 5-200. Architect, Engineer, Land Surveyor (c) that it is unlawful for any firm, partnership, Qualification Based Selection. association, or corporation, in which any person [Not applicable to this contract.] listed in subsection (a) together with his or her spouse or minor children is entitled to receive (i) more than 15%, in the aggregate, of the total distributable income or (ii) an amount in excess of two times the salary of the Governor, to have or ARTICLE 6 acquire any such contract or direct pecuniary ETHICAL STANDARDS interest therein. The assurances hereinafter made- by the Nothing in this Section invalidates the provisions of CONTRACTOR are each a material representation of any bond or other security previously offered or to fact upon which reliance is placed by the be offered for sale or sold by or for the State of DEPARTMENT in entering into this contract. The Illinois. DEPARTMENT may terminate the contract if it is later determined that the CONTRACTOR rendered a This Section does not affect the validity of any false or erroneous assurance, and the surety, if any, contract made between the State and an officer or providing the performance bond shall be employee of the State or member of the General responsible for the completion of the contract. Assembly, his or her spouse, minor child or any combination of those persons if that contract was in 6-10. Felons. Section 50-10 of the Illinois existence before his or her election or employment Procurement Code provides that unless otherwise as an officer,member,or employee. The contract is provided, no person or business convicted of a voidable,however, if it cannot be completed within felony shall do business with the State of Illinois or 365 days after the officer, member, or employee any state agency from the date of conviction until takes office or is employed. five years after the date of completion of the sentence for that felony, unless no person held The current salary of the Governor can be found in responsible by a prosecutorial office for the facts the Disclosure Forms. upon which the conviction was based continues to have any involvement with the business. CONTRACTOR certifies that the award and/or CONTRACTOR certifies that the award and/or execution of this contract would not cause any execution of this contract would not cause any violation of Section 50-13 of the Code, or that an violation of Section 50-10 of the Code. effective exemption has been issued by the Board of Ethics to any individual subject to the Section 6-20. Conflicts of Interest. Section 50-13 of 50-13 prohibitions pursuant to the provisions of the Illinois Procurement Code provides that: (a)it is Section 50-20 of the Code and Executive Order unlawful for any person holding an elective office Number 3 (1998). Information concerning the in this State, holding a seat in the General exemption process is available from the Assembly, or appointed to or employed in any of DEPARTMENT upon request. the offices or agencies of state government and who receives compensation for such employment in 6-30. Negotiations. Section 50-15 of the Illinois excess of 60% of the salary of the Governor of the Procurement Code provides, in pertinent part that: State of Illinois,or who is an officer or employee of (a)it is unlawful for any person employed in or on a the Capital Development Board or the Illinois Toll continual contractual relationship with any of the Highway Authority, or who is the spouse or minor officers or agencies of State government to child of any such person to have or acquire any participate in contract negotiations on behalf of that contract, or any direct pecuniary interest in any office or agency with any firm, partnership, contract therein, whether for stationery, printing, association, or corporation with whom that person paper, or any services, materials, or supplies, that has a contract for future employment or is will be wholly or partially satisfied by the payment negotiating concerning possible future employment. of funds appropriated by the General Assembly of CONTRACTOR certifies that the award and/or the of the State of Illinois or in any contract of the execution of this contract would not cause any Capital Development Board or the Illinois Toll violation of Section 50-15, and that CONTRACTOR Highway Authority; (b) that it is unlawful for any has no knowledge of any facts relevant to the kind firm, partnership, association, or corporation, in of acts prohibited by Section 50-15. which any person listed in subsection(a) is entitled to receive: (i) more than 7 1/2% of the total 640. Inducements. Section 50-25 of the distributable income or (ii) an amount in excess of Illinois Procurement Code provides that any person the salary of the Governor,to have or acquire any who offers or pays any money or other valuable such contract or direct pecuniary interest therein; thing to any person to induce him or her not to bid 7 Highways R-90-075-00 or on a State contract is guilty of a Class 4 felony. procurement, ub u ma mediate dismissals contract shall 1 be Any person who accepts any money or o contract, or any c.-tlecuve valuable thing for not bidding on a State contractor bargaining argaiinin Code,eement, and may in add aon be who withholds a bid in consideration of the promise bar ect to criminal prosecution. CON-:ZACTOR for the payment of money or other valuable thing is bJ of guilty of a Class 4 felony. CONTRACTOR certifies certifies i esfac the at CONTRRvant TO�R has no l ow'ed e in that the award and/or execution of this contract Y would not cause any violation of Section 50-25 of Sectionid s0-45 which ted ch may involve this cot--act and the Code, and that the CONTRACTOR has no Y knowledge of any facts relevant to the kind of acts 6-80. Insider Information. Section 50-50 of prohibited by Section 50-25. the Illinois Procurement Code provides mat it is 50. Revolving Door Prohibition. Section 50- unlawful for any current or former elected or 6- 6- of the Illinois Procurement Code provides that appointed State official or State emF:oyee to 30 Chief procurement officers, associate procurement knowingly by vi use of that confidential information oorremployment afor officers, State purchasing officers, their designees only by whose principal duties are directly related to State aersonctual�rCOtNrRACroRcipated aicne�ofthe that l CON �OR procurement, and executive officers confirmed by has no knowledge of any fact relevant to the the Senate are expressly prohibited for a period of es addressed in Section 50-50 which may two years after terminating an affected position pratrac ttic this contract and any bid submitte�thereon. from engaging in any procurement activity relating invove to the State agency most recently employing them 6-90. Bribery. Section 50-5 of the Illinois in an affected position for a period of at least 6 procurement Code provides that: (a) no person or months. The prohibition includes but is not limited business shall be awarded a contract or subcontract to: lobbying the procurement process; specifying; bid, proposal, or contract under this Code who: (1)has been cony:��ed under bidding; proposing laws of Illinois or any other state of bribery or the documents;on their own behalf or on behalf of any the tin to bribe an officer or employee of the firm, parmership, association, or corporation. This attempting officer's or Section applies only to those persons who terminate State employee's official or raln capacity;other or n that made an an offered position on or after January 15, 1999. admission of guilt of that conduct that is a matter of COA,-TRACTOR certifies that the award and/or record but has not been prosecuted for ttzt conduct. execution of this contract would not cause any violation of Section 50-30 of the Code, and that Q with CONTRACTOR has no knowledge of any facts No business shall be barred from contracting relevant to the kinds of acts prohibited therein. any unit of State or local government as a result of a conviction under this Section of any employee or agent of the business if the employee or agent is no 6-60. Reporting Anticompetitive Practices. loner employed by the business, ar:y (1) the Section 50-40 of the Illinois Procurement Code o provides that when, for any reason, any vendor, business has been finally adjudicated not guilty; or 2 the business demonstrates to the govemental bidder, contractor, chief procurement officer, State en rn ty with which it seeks to contract, and that purchasing officer, designee, elected official, or entity finds that the commission of the offense was State employee suspects collusion or other not authorized, requested, commanded, or anticompetitive practice among any bidders, offerors,contractors,proposers,or employees of the performed by a director,officer,or high managerial ff the business provided i f Sec State, a notice of the relevant facts shall be agent on behalf o Section 5-4 of the transmitted to the Attorney General and the chief paragraph(2)of subsection(a)o procurement officer. CONTRACTOR certifies that Criminal Code of 1961. CONTRACTOR has not failed to report any relevant purposes of this Section, when an official, facts concerning the practices addressed in Section For oP em to ee of a business committed the 50-40 which may involve this contract and any bid bribery or attempted bribery on behalf of the submitted thereon. business and in accordance with the direction or 6-70. Confidentiality. Section 5045 of the ' authorization of a responsible official of the Illinois Procurement Code provides that any chief business, the business shall be chargeable with the procurement officer, State purchasing officer, conduct. designee,or executive officer who willfully uses or Eve bid submitted to and contract executed by the allows the use of specifications, competitive bid Every documents, proprietary competitive information, State shall contain a certifica.=°n by the CONTp proposals, contracts, or selection information to from��awarded aecontract Or subcontract underACTOR is not barred compromise the fairness or integrity of the g 8 9mb-ays R-90-075-00 this Section. A contractor who makes a false that any person convicted of this offense or any statement, material to the certification, commits a similar offense of any state or the United States Class 3 felony. The CONTRACTOR certifies that which contains the same elements as this offense CONTRACTOR is not barred from being awarded a shall be permanently barred from contracting with contract under Section 50-5. any unit of State or local government. No corporation shall be barred from contracting with 6-100. Educational Loan. The Educational Loan any unit of State or local government as a result of a Default Act provides that no State agency shall conviction under this Section of any employee or contract with an individual for goods or services if agent of such corporation if the employee so that individual is in default, as defined by Section 2 convicted is no longer employed by the corporation of this Act, on an educational loan. Any contract and:(1)it has been finally adjudicated not guilty,or used by a State agency shall include a statement (2) if it demonstrates to the governmental entity certifying that the individual is not in default on an with which it seeks to contract and that entity finds educational loan as provided in this Section. The that the commission of the offense was neither CONTRACTOR, if an individual as opposed to a authorized, requested, commanded, nor performed corporation, partnership, or other form of business by a director, officer, or a high managerial agent in organization, certifies that CONTRACTOR is not in behalf of the corporation. default on an educational loan as provided in Section 3 of the Act. The CONTRACTOR certifies that the CONTRACTOR is not barred from contracting with the DEPARTMENT 6-110. Bid Rigging/Bid Rotating. Section 33E- by reason of a violation of either Section 33E-3 or 11 of the Criminal Code of 1961 provides: (a)that Section 33E-4. every bid submitted to and public contract executed pursuant to such bid by the State or a unit of local 6-120. International Anti-Boycott. Section 5 of government shall contain a certification by the the International Anti-Boycott Certification Act prime contractor that that the prime contractor is provides that every contract entered into by the not barred from contracting with any unit of State State of Illinois for the manufacture, famishing, or or local government as a result of a violation of purchasing of supplies, material, or equipment or either Section 33E-3 or 33E-4 of the Code. The for the furnishing of work, labor, or services, in an state and units of local government shall provide amount exceeding the threshold for small purchases appropriate forms for such certification. according to the purchasing laws of this State or $10,000, whichever is less, shall contain A contractor who makes a false statement, material certification, as a material condition of the contract, to the certification,commits a Class 3 felony. by which the contractor agrees that neither the contractor nor any substantially-owned affiliated A violation of Section 33E-3 would be represented company is participating or shall participate in an by a conviction of the crime of bid-rigging which, international boycott in violation of the provisions in addition to Class 3 felony sentencing, provides of the U.S. Export Administration Act of 1979 or that any person convicted of this offense or any the regulations of the U.S. Department of similar offense of any state or the United States Commerce promulgated under that Act. The which contains the same elements as this offense CONTRACTOR makes the certification set forth in shall be barred for 5 years from the date of Section 5 of the Act. conviction from contracting with any unit of State or local government. No corporation shall be 6-130. Drug Free Workplace. The Illinois Drug barred from contracting with any unit of State or Free Workplace Act applies to this contract and it is local government as a result of a conviction under necessary to comply with the provisions of the Act this Section of any employee or agent of such if the CONTRACTOR is a corporation,partnership, or corporation if the employee so convicted is no other entity (including a sole proprietorship)which longer employed by the corporation, and: (1) it has has 25 or more employees. been finally adjudicated not guilty, or (2) if it demonstrates to the governmental entity with which The CONTRACTOR certifies that if awarded a it seeks to contract and that entity finds that the contract in excess of$5,000 it will provide a drug commission of the offense was neither authorized, free workplace by: (a) Publishing a statement requested, commanded, nor performed by a notifying employees that the unlawful manufacture, director, officer, or a high managerial agent in distribution, dispensation, possession, or use of a behalf of the corporation. controlled substance, including cannabis, is prohibited in the CONTRACTOR'S workplace; A violation of Section 33E-4 would be represented specifying the actions that will be taken against by a conviction of the crime of bid-rotating which, employees for violations of such prohibition; and in addition to Class 2 felony sentencing, provides notifying the employee that, as a condition of 9 Highways R-90-075-00 employment on such contract, the employee shall Appraisal reviews called for in said Article 8 will abide by the terms of the statement, and notify the be prepared independently of any other appraiser employer of any criminal drug statute conviction employed under a similar contract to furnish for a violation occurring in the workplace no later appraisal review services on said project and than five (5) days after such conviction; (b) personally by the following named individual Establishing a drug free awareness program to whose qualifications have been. approved by inform employees about the dangers of drug abuse DEPARTMENT: in the workplace; the CONTRACTOR'S policy of Frank Lorenz maintaining a drug free workplace; any available drug counseling, rehabilitation, and employee assistance programs; and the penalties that may be imposed upon employees for drug violations; (c) CONTRACTOR acknowledges for self-and the Providing a copy of the statement required by individual or individuals designated above that they subparagraph{a) to each employee engaged in the performance of the contract and 'to post the are familiar with the contents of the "Right of Way statement in a prominent place in the workplace;(d) Appraisal Review Certification" and agrees that the Notifying the DEPARTMENT within ten (10) days individual designated above as making the appraisal after receiving notice from an employee or review will execute such a certification for each otherwise receiving actual notice of the conviction parcel reviewed as well as personally making a of an employee for a violation of any criminal drug physical inspection of said parcel. statute occurring in the workplace; (e) Imposing or requiring, within thirty (30) days after receiving It is understood that appearances in court and such notice from an employee of a conviction or pretrial conferences may be required in relation to actual notice of such a conviction, an appropriate the reviewing appraisal services called for herein personnel action, up to and including termination, and it is agreed that such appearance or appearances or the satisfactory participation in a drug abuse shall be made upon request of DEPARTMENT or assistance program approved by a federal, state, or its trial counsel. local health, law enforcement, or other appropriate agency; (f) Assisting employees in selecting a CONTRACTOR will not furnish a copy of any course of action in the event drug counseling, reviews or the findings or results contained therein treatment, and rehabilitation is required and to any other person or agency unless authorized by indicating that a trained referral team is in place; DEPARTMENT or upon court order. (g) Making a good faith effort to continue to maintain a drug free workplace through Reviewing appraisal reports will be fully implementation of the actions and efforts stated in documented and contain the fair market value of the this certification. whole property, the fair market value of the 6-140. Early Retirement Pursuant to 30 ILCS property taken (including improvements) as part of 105/15a, the CONTRACTOR certifies that he/she the whole, the fair market value of the remainder has informed the Secretary of Transportation in before and after the taking, the damage to the writing if helshe was formerly employed by the remainder,the compensation for easements and the DEPARTMENT and has received an early total compensation. retirement incentive under Section 14-108.3 or 16- 133.3 of the Illinois Pension Code. The DEPARTMENT reserves the right to employ a CONTRACTOR acknowledges and agrees that if specialist or specialists to prepare a separate such early retirement incentive was received, this valuation of machinery or other specialty items for contract is not valid unless the official executing the use in arriving at a final conclusion of value by contract has made the appropriate filing with the CONTRACTOR Such valuation or other data Auditor General prior to execution. shall be the property of the DEPARTMENT and may be made available to CONTRACTOR or others for analysis and incorporation into review reports as may be deemed appropriate by ARTICLE 7 CONTRACTOR or others under any other contract SCOPE OF SERVICE/RESPONSIBEMUS for appraisal services. The services of this contract includes certain Any dispute concerning a question of fact arising appraisal review activities at the rate and in the under this contract shall be decided by the district manner described in Article 8. engineer for DEPARTMENT accepting this 10 Highways R 90-075-M contract and such decision sham be final and conclusive. In the event this contract is accepted, it shall be effective as of the date it is accepted by the district engineer for DEPARTMENT and shall be binding on CONTRACTOR, CONTRACTOR'S executors, administrators, successors or assigns, as may be applicable, No services will be paid which are performed prior to the date of acceptance by the district engineer. The CONTRACTOR in agreeing to the provisions of this contract and in making the certifications required is doing so on behalf of the contracting entity and its officers and each individual authorized to do work for the DEPARTMENT under this contract. DEPARTMENT will furnish to CONTRACTOR prescribed appraisal review certification forms and other pertinent data. ARTICLE 8 COMPENSATION FOR SERVICES Invoices for reviewing appraisal services will be submitted for payment, in duplicate, through the district engineer for DEPARTMENT accepting this contract and will show the route, construction section, county, job number, project number and parcel number or numbers. Invoices for services in connection with pre-trial conferences and court testimony will show the items listed above and, in addition, will include a statement of the nature of services performed and amount of time thereon. Route FAU 2657 (Buffalo Grove Road) Section With Port Clinton Road County Lake Project No. Job No. A. A reviewing report will be prepared on each of the following parcels consisting of an original and 3 copies. Completed appraisal review reports will be delivered to the Village Engineer accepting this contract within 15 days of receiving the field appraiser's reports and authorization to proceed. Parcel No. Report Form No. Rate 0001 IDOT 316 $400.00 15-16-400-001 0002 IDOT 316 $400.00 15-16-105-018 TOTAL $800.00 B. Rate each half-day or fraction thereof for time spent in pre-trial conferences $300.00 C. Rate each half-day or fraction thereof for time spent in court $300.00 Note:The fees quoted for pre-trial conferences and court appearances will be paid as an incidental expense separate from the total dollars indicated in this contract. These fees will be coded as court costs charges to the appropriate project. Note: This document is based on the contract form prepared by the Illinois Department of Transportation. All references to the Illinois Department of Transportation(IDOT)in this document are intended to include the Village of Buffalo Grove. Board Agenda Item Submittal XI-E Requested By: Gregory P Boysen Entered By: Linda J Miller Agenda Item Title: Resolution No.2001- Approving an Agreement for Negotiation Services for the Port Clinton Road and Prairie Road Intersection Improvement Date Submitted: Meeting Date Agenda Place Requested: Requested: Department: 09/27/2001 10/01/2001 0 Consent Agenda PW 0 Regular Agenda 0 None Does this item Does this item include Will AV equipment be relate to another additional reference required to present item on the info separate from the this item to the agenda? Board packet? board? 0 Yes 0No 0 Yes 0No 0 Yes 0No Item Description Will this action involve an expenditure in 0 Yes 0 No Yes 0 No funds? Is this a budgeted item.? Projected total budget impact: $3,600 Additional Notes regarding Expenditures: Following 80% CMAQ grant reimbursement and LCDOT Parcel 1 related reimbursement,the net Village expense for this contract will be$360.00. Type the body of the cover memo here. Requests cannot be submitted if this field is blank. The ROW acquisition for the planned realignment of the intersection of Port Clinton Road and Prairie Road intersection improvement is now programmed for Federal CMAQ (80%)funding. LCDOT has requested that Buffalo Grove serve as the lead agency for ROW acquisition activities for both the Village (Parcel 2) and Lake County (Parcel 1) acquisitions. This request would simplify and expedite this activity. Therefore, it is recommended that the Village Board approve the following resolutions at their next regular meeting, including: 1. A Resolution Approving an Intergovernmental Agreement Providing CMAQ Grant Funding for the Right-of-Way Acquisition for the Port Clinton Road and Prairie Road Intersection Improvement. 2. A Resolution Approving an Agreement for Appraisal Services for the Port Clinton Road and Prairie Road Intersection Improvement. 3. A Resolution Approving an Agreement for Appraisal Review Services for the Port Clinton Road and Prairie Road Intersection Improvement. 4. A Resolution Approving an Agreement for Negotiation Services for the Port Clinton Road and Prairie Road Intersection Improvement. The acquisition appraisal and negotiation service agreements have been submitted and pre-approved by IDOT to insure conformance with CMAQ funding requirements. If you have any questions concerning this matter, please let me know. Letter-Sized Legal-Sized Ledger-Sized Odd-Sized Attached Files Attached Files Attached Files Attached Files res4.pdf Approval Section: Name: Date and Time: Submitted By: Pre-Approved By: Approved By: Published to Web: RESOLUTION NO. 2001- A RESOLUTION APPROVING AN AGREEMENT FOR NEGOTIATION SERVICES FOR THE PORT CLINTON ROAD AND PRAIRIE ROAD INTERSECTION IMPROVEMENT WHEREAS, the Village President and Board of Trustees desire to proceed with the Port Clinton Road and Prairie Road Intersection Improvement; and, WHEREAS, an agreement with a qualified negotiator is necessary for the acquisition negotiation for the right-of-way acquisition for the project; NOW, THEREFORE, BE IT RESOLVED by the Village President and Board of Trustees of the Village of Buffalo Grove, Lake and Cook Counties, Illinois as follows: 1. The agreement entitled"Proposal for Local Public Agency Negotiation Services" is hereby approved. 2. The Village Manager is authorized and directed to execute the agreement for the Village. A copy of said agreement is attached hereto and made a part hereof. AYES: NAYES: ABSENT: PASSED: , 2001 APPROVED: , 2001 Approved: Village President ATTEST: Village Clerk G AP W DIRGRP\LHC\PTCL\RE S 014.doc Route FAU 2657 (Buffalo Grove Road) PROPOSAL FOR LOCAL PUBLIC Section at Port Clinton Road AGENCY NEGOTIATION SERVICES County Lake Project No. Job No. 1. Proposal of Mark D. Mathewson, P.C. (must be an individual) whose address is 32 West Nebraska Street, Frankfort, Illinois hereinafter referred to as NEGOTIATOR for the Village of Buffalo Grove also known as the Local Public Agency, hereinafter referred to as LPA, certain negotiation services for the acquisition of right of way for the future construction of Buffalo Grove Road 2. Negotiation services called for in this proposal will be conducted personally by the following named individual(s) whose qualifications have been approved by the Illinois Department of Transportation (IDOT) and the LPA: Mark D. Mathewson 3. Said Negotiation Services for 2 parcels shall be furnished by NEGOTIATOR at the rate of $ i ,Zso. (a per parcel* in accordance with the Negotiation Chapter 3 and Acquisition Chapter 4 of the Land Acquisition Policies and Procedures Manual Exhibits of the Illinois Department of Transportation (IDOT), a copy of which shall be obtained from IDOT (for a fee) by NEGOTIATOR for the use of NEGOTIATOR during the term of this contract. The above per parcel fee shall include providing all negotiation services herein set forth, including all transportation, food, lodging, telephone or any other operating expenses incurred by NEGOTIATOR, excepting for those services set forth in Paragraph 13. 4. LPA will furnish NEGOTIATOR parcel plats, legal descriptions, title reports or evidence of ostensible ownership for each parcel, without liability for the accuracy of the contents therein. It is understood and agreed that LPA and IDOT shall be considered to be the owners of all plats, legal descriptions, ownership and occupancy records, forms of deeds and easements, title reports, and any and all other material fumished, prepared or obtained by NEGOTIATOR during the course of providing his/her services for each parcel and shall be maintained in a separate parcel file for each parcel assigned. Upon termination of this contract for any cause, or upon completion of the acquisition of each parcel or upon request of LPA or IDOT when acquisition is determined to be by eminent domain proceedings, the * "Each Parcer shall consist of one or more basic parcels of land required as right of way for highway purposes to be acquired in fee simple title,dedications and such other easements(temporary or permanent)for uses incidental to construction of the highway but which are not considered as part of the highway right of way,all of which are under the same ownership involving a complete contiguous parcel. s_XwpJepVpaexhbVmgprop.doc 08/96 (1 of 12) NEGOTIATOR's parcel file shall be returned to LPA or to IDOT when acquisition is in the name of the State. NEGOTIATOR's parcel files shall be available for inspection or review of its contents by LPA, IDOT or Federal Highway Administration personnel at any time during normal business hours. 5. LPA shall also provide NEGOTIATOR a copy of an approved appraisal of each parcel together with an Appraisal Reviewer's Certification and Improvement Disposition Values form (to be made part of the official parcel file). 6. NEGOTIATOR agrees to provide negotiation services which shall include the following activities and responsibilities, in addition to those other services described herein: a) Review of title reports, plats of highway and legal descriptions, and appraisals prior to the commencement of negotiation activities. b) Preparation of individual parcel files for each parcel and the owner's portfolio. c) Preparation of the Basis for Computing Total Approved Compensation and Offer to Purchase, and Introductory Letters. d) Preparation of forms of Deeds, Easements, Affidavits of Title, Partial Releases, Consents, Waivers, RPTA Environmental Disclosure Statements, and receipts for deeds and easements determined to be necessary to acquire such right, title and interest required to construct the transportation improvement. e) Makes every reasonable effort to locate and negotiates with the property owner for the acquisition of right of way. f) Preparation of the closing statements or recommends condemnation. g) Preparation of any special closing agreements and documents needed for title clearance. h) Obtains later date title commitments and LPA Attorney Certification Letter for each parcel prior to the LPA paying compensation to property owner(s). i) Recordation of conveyance documents and procurement of Guarantee Title Insurance Policies. j) Maintenance of the Negotiator's Log k) Completion of the Parcel Compliance Checklists and the Project Compliance Checklist. 7. Where the acquisition of a parcel involves the displacement of an owner or tenant occupant from a residence or any personal property thereof, NEGOTIATOR shall notify LPA and IDOT no less than fourteen (14) days prior to the intended date of initiation of negotiations for the parcel in order to coordinate the offering of relocation assistance and payments to each displaced owner-occupant simultaneously with initiation of negotiations and to each displaced tenant-occupant s:\wpwPvPaexhibuiegPw.dm (2 of 12) 08M within seven (7) days following initiation of negotiations for the parcel. The appropriate Relocation Introductory Letter and Brochure, as well as relocation services, shall also be provided by LPA or IDOT, as appropriate. 8. NEGOTIATOR shall make every reasonable effort to negotiate settlements for the acquisition of each parcel based on the approved appraisal amount or an amount approved by the representative for LPA. Upon closing each acquisition, the NEGOTIATOR shall obtain curative documents necessary to satisfy any and all title objections or unrecorded interests in said parcel, sufficient for approval of title by LPA's Attorney or the Attorney General as required prior to payment for each acquired parcel. 9. Pursuant to Section 3.05-9 of the Negotiation Chapter of the Land Acquisition Policies and' Procedures Manual, no offer in excess of the approved appraisal amount shall be made by NEGOTIATOR without prior written approval of the LPA's representative (the Administrative Documentation). 10. In the event NEGOTIATOR, after having made every reasonable effort to negotiate with the owner of a parcel, is unable to obtain a settlement on the approved appraisal amount, NEGOTIATOR shall prepare a written summary of the progress of negotiations to date together with a copy of the Negotiators Report and Parcel Compliance Checklist completed to date with the names and addresses of all interested parties. NEGOTIATOR's written report shall also include his/her recommendation for further action towards acquiring the parcel. LPA may request NEGOTIATOR to prepare and forward a Final Offer Letter to the owner of the parcel. Thereafter, LPA may arrange for assignment of a LPA eminent domain attorney (or request assignment of a Special Assistant Attorney General on projects to be acquired in the State's name) to proceed with preparation of a condemnation complaint. In any case, LPA reserves the right to require NEGOTIATOR to make additional negotiation contacts with the parcel owner up until the-.actual date of filing a petition to condemn the parcel. 11. When the acquisition of a parcel involves relocation assistance and/or condemnation action, NEGOTIATOR shall complete preparation of the Parcel Compliance Checklist upon conclusion of the relocation assistance and/or condemnation action, ensuring that the completed Relocation Assistance Compliance Checklist and/or the Settlement Report or the Trial Report are included in the parcel file. 12. It is understood that appearances in court and pretrial conferences may be required in relation to the negotiation services called for herein and it is agreed that such appearance or appearances shall be made upon request of LPA or its trial counsel. Such services will be provided as follows: e.wpyepUpaexhbVwgprop_doc 08M (3 of 12) a) Rate for each half day or fraction thereof for time spent in pretrial conferences $ 3oo.00 b) Rate for each half day or fraction thereof for time spent in court $ 300.00 13. NEGOTIATOR will not furnish a copy of any appraisal or the findings or results contained therein to any other person or agency unless authorized by LPA, MOT or upon court order. 14. Invoices for negotiation services will be submitted for payment not more often that monthly, in triplicate, to the LPA representative accepting this proposal with a copy to IDOT's District One LPA ROW Acquisition Coordinator. A project status report of all active assigned parcels shall accompany each invoice and shall be submitted any time upon request of LPA or IDOT. All invoices and documentation will show the route, construction section, county, job number, LPA section number, project number and parcel number or numbers. Invoices for services in-..-connection with pretrial conferences and court testimony will show the items listed above and in addition, will include a statement of the nature of services performed and amount of time thereon. LPA's Representative may request IDOT approval of such invoices prior to remitting payment to NEGOTIATOR. 15. NEGOTIATOR warrants that he/she has not employed or retained any company or person, other than a bonafide employee working solely for him/her, to solicit or secure this contract, and that he/she has not paid or agreed to pay any company or person, other than a bonafide employee working solely for him/her, any fee, commission, percentage, brokerage fee, gift, or any other consideration, contingent upon or resulting from the award or making of the contract. For breach or violation of this warrant, LPA shall have the right to annul this contract without liability. 16. NEGOTIATOR hereby certifies that, if any conflict of interests arises in any of the parcels subsequently assigned, he/she will immediately inform the representative accepting this proposal and return all material furnished for reassignment to others. 17. Any dispute concerning a question of fact arising under this proposal shall be decided by the representative accepting this proposal and such decision shall be final and conclusive. 18. Changes in the work to be performed under this proposal may be made at any time in writing by LPA. If such changes justify an increase or decrease in the per parcel rate set forth herein, an equitable adjustment shall be made and this contract shall be modified accordingly. Documentation prepared by NEGOTIATOR which is considered inadequate will be augmented and errors will be corrected upon request without additional cost. 19. LPA may terminate this proposal at any time and for any cause by a notice in writing to NEGOTIATOR. In the event of such termination, payment will be made to NEGOTIATOR for the services which have been completed. Parcel negotiations s:4wpyepVpaexhibinegprop.doc 08/96 (4 of 12) in the process of completion shall be compensated for on an equitable basis and all incomplete parcel data collected in connection with them shall be turned over and become the property of LPA. However, should this proposal be terminated solely because the progress or quality of work is unsatisfactory as determined by the representative accepting this proposal, then no payment will be made or demanded by NEGOTIATOR for any negotiation services which have not been completed and delivered to LPA prior to the date of said termination. 20. NEGOTIATOR will save harmless LPA from all claims and liability due to any activities that relate to the performance of this contract and will comply with all federal, state and local laws and ordinances. 21. NEGOTIATOR agrees that this contract or any part thereof will not be assigned or transferred to another individual or subcontracted to another fee negotiator firm without the..written consent of the representative accepting this proposal for LPA. . 22. In the event this proposal is accepted, it shall constitute a contract as of the date it is approved by the representative and shall be binding on NEGOTIATOR, or on.the negotiator's executors, administrators, successors or assigns, as may be applicable. 23. NEGOTIATOR, in* making the certifications required by this proposal, is making these certifications on behalf of the contracting entity and its officers and each individual authorized to do work for the LPA and the Illinois Department of Transportation under this proposal. 24. It is understood and agreed that Appendices A and B shall be a part of this contract and NEGOTIATOR agrees to be bound by the terms and provisions contained therein. 25. NEGOTIATOR certifies that he/she will not engage in the unlawful manufacture, distribution, dispensation, possession, or use of a controlled substance in the performance of this contract or if a corporation, partnership or other entity with twenty-five (25) or more employees have completed and signed a "DRUG FREE WORKPLACE CERTIFICATION." 26. NEGOTIATOR certifies that he/she has not been convicted of bribery, or attempting to bribe an officer or employee of the LPA or the State of Illinois, nor has he/she made an admission of guilt of such-conduct which is a matter of record, nor has any official, officer, agent or employee been so convicted nor made such an admission. If a firm, the firm certifies that it has not been convicted of bribery, or attempting to bribe an officer or employee of the LPA or the State of Illinois, nor has the firm made an admission of guilt of such conduct which is a matter of record, nor has an official, agent, or employee of the firm committed bribery or attempted bribery on behalf of the firm and pursuant to the direction or authorization of a responsible official of the firm. s:lwpyepllpaexhbvmgprop.doc 08196 (5 of 12) 27. NEGOTIATOR under penalties of perjury, certifies that the name, taxpayer identification number, and legal status listed below are correct. Name: Mark D. Mathewson, P.C. Taxpayer Identification Number: Social Security Number or Employer Identification Number 36-4219771 (If you are an individual, enter your name and SSN as it appears on your Social Security Card. If completing this certification for a sole proprietorship, enter the owner's name followed by the name of the business and the owner's SSN. For all other entities, enter the name of the entity as used to apply for the entity's EIN and the EIN. The Name and Number must match Internal Revenue Service records.) Legal Status (check one): Individual x Corporation _Owner of sole proprietorship Other: _ Partnership 28. NEGOTIATOR under penalties of perjury, certifies that as in accordance with section 11.1 of the Illinois Purchasing Act, no person who is entitled to receive individually more than 7-1/2 percent of the total distributable income of the organization or together with their spouse or minor child more than 15 percent of the total distributable income of the organization is (1) an elected state official, a member of the general assembly, an appointed officer, a state employee; (2) an officer or employee of the Illinois Toll Highway Authority or the Illinois Building Authority; or(3) a spouse or minor child of any such enumerated person. 29. NEGOTIATOR has not, nor has any principal of the firm (if a company), nor has the firm been convicted of any felony, or, if so convicted, at least one year has passed since the date of completion of the sentence as of the effective date of this contract, 30 ILCS 505/10.3. 30. NEGOTIATOR does not, nor does any principal of the firm (if a company), nor does the firm pay dues or fees on behalf of its employees or agents or reimburse or otherwise subsidize them for payment of dues or fees to any club which unlawfully discriminates. 31. NEGOTIATOR certifies that he/she is not in default on an educational loan as provided in 51LCS 385/3. sAwpWpVpaexhibkwgprop_doc (6 of 12) 08M 32. NEGOTIATOR certifies that he/she is not barred from bidding on State of Illinois contracts because of violations of state law regarding bid rigging or bid rotating (720 ILCS 5/33E-3 & 5/33E-4). 33. NEGOTIATOR shall maintain, for a minimum of five years after the completion of the contract, adequate books, records, and supporting documents to verify the amount, 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 NEGOTIATOR agrees to cooperate fully with any audit conducted by the Auditor General 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. 34. NEGOTIATOR certifies that neither he/she nor any substantially owned affiliated company is participating or shall participate in an international boycott in violation of the provisions of the U.S. Export Administration Act of 1979 or the regulations of the U.S. Department of Commerce promulgated under that Act. This certification applies to any contract or renewal, amendment or modification to an existing contract that exceeds $10,000. s:%wpyepUpaexhibViegprop.doc 08/96 (7 of 12) APPENDIX A During the performance of this contract, the contractor, for itself, its assignees and successors in interest(hereinafter referred to as the"Contractor"), agrees as follows: 1. Compliance with Regulations: The contractor shall comply with the Regulations relative to nondiscrimination in federally-assisted programs of the Department of Transportation, Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as Regulations), which are herein incorporated by reference and made a part of this contract. 2. Nondiscrimination: The contractor, with regard to the work performed by it during the contract, shall not discriminate on the ground of race, color or national origin in the selection and retention of subcontractors including procurements of materials and leases of equipment. The contractor shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. 3. Solicitations for Subcontracts, Including Procurement of Materials and Equipment: In all solicitations either by competitive bidding or negotiation made by the contractor for work to be performed under a subcontract, including procurement or materials or leases of equipment, each potential subcontractor or supplier shall be notified by the contractor of the contractor's obligations under this contract and the Regulations relative to nondiscrimination on the ground of race, color or national origin. 4. Information and Reports: The contractor shall provide all information and reports required by the Regulations, or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the State or the Federal Highway Administration to be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information, the contractor shall so certify to the. State or the Federal Highway Administration is appropriate and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance: In the event of the contractor's noncompliance with the nondiscrimination provisions of this contract, the State shall impose such contract sanctions as it or the Federal Highway Administration may determine to be appropriate, including, but not limited to: - • withholding of payments to the contractor under the contract until the contractor complies, and/or • cancellation, termination or suspension of the contract, in whole or in part. 6. Incorporation of Provisions: The contractor shall include the provisions of Paragraph (1) through (6) in every subcontract, including procurement of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The contractor shall take such action with respect to any subcontract or procurement as the State of the Federal Highway Administration may direct as a means of enforcing -such provisions including sanctions for noncompliance: Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the contractor may request the State to enter into such litigation to protect the interests of the State, and, in addition, the contractor may request the United States to enter into such litigation to protect the interests of the United States. s:lwpjepVpaeXhbV"prop•doc (8 of 12) 08/96 APPENDIX B EQUAL EMPLOYMENT OPPORTUNITY CLAUSE required by the Illinois Fair Employment Practices Commission as a material term of all public contracts: EQUAL EMPLOYMENT OPPORTUNITY. In the event of the contractor's noncompliance with any provision of this Equal Employment Opportunity Clause, the Illinois Fair Employment Practices Act or the Fair Employment Practices Commission's Rules and Regulations for Public Contracts, the contractor may be declared nonresponsible and therefore ineligible for future contracts or subcontracts with the State of Illinois or any of its political subdivisions or municipal corporations, and the contract may be canceled or avoided in whole or in part, and such other sanctions or penalties may be imposed and remedies invoked as provided by Statute or regulation. During the performance of this contract (Agreement), the contractor (Consultant) agrees as follows: 1. That it will not discriminate against any employee or applicant for employment because of race, color, religion, sex, national origin, or ancestry, physical or mental handicap unrelated to ability, or an unfavorable discharge from the military service, and further that it will examine all job classifications to determine if minority persons or women are underutilized and will take appropriate affirmative action to rectify any such underutilization. 2. That, if it hires additional employees in order to perform this contract, or any portion hereof, it will determine the availability (in accordance with the Commission's Rules and Regulations for Public Contracts) of minorities and women in the area(s) from which it may reasonably recruit and it will hire for each job classification for which employees are hired in such a way that minorities and women are not underutilized. 3. That, in all solicitations or advertisements for employees placed by it or on its behalf, it will state that all applicants will be afforded equal opportunity without discrimination because of race, color, religion, sex, national origin or ancestry, physical or mental handicap unrelated to ability, or an unfavorable discharge from the military service. 4. That it will send to each labor organization or representative of workers with which it has:or is bound by a collective bargaining or other agreement or understanding, a notice such labor organization or representative of the contractor's obligations under the Illinois Fair Employment Practices Act and the Commission's Rules and Regulations for Public Contracts. If any such labor organization or representative fails or refuses to cooperate with the contractor in its efforts to comply with such Act and Rules and Regulations, the contractor will promptly so notify the Illinois Fair Employment Practices Commission and the contracting agency and will recruit employees from other sources when necessary to fulfill its obligations thereunder. 5. That it will submit reports as required by the Illinois Fair Employment Practices Commission's Rules and Regulations for Public Contracts, furnish all relevant information as may from time to time be requested by the Commission or the contracting agency, and in all respects comply with the Illinois Fair Employment Practices Act and the Commission's Rules and Regulations for Public Contracts. 6. That it will permit access to all relevant books, records, accounts and work sites by personnel of the contracting agency and the Illinois Fair Employment Practices Commission for purposes of investigation to ascertain compliance with the Illinois Fair Employment Practices Act and the Commission's Rules and Regulations for Public Contracts. sAwpyep%1paexhbinegprop.doc 08/96 (9 of 12) 7. That it will include verbatim or by reference the provisions of Paragraphs 1 through 7 of this clause in every performance subcontract as defined in Section 2.10(b) of the Commission's Rules and Regulations for Public Contracts so that such provisions will be binding upon every such subcontractor, and that it will also so include the provisions of paragraphs 1, 5, 6 and 7 in every supply subcontract as defined in Section 2.10(a) of the Commission's Rules and Regulations for Public Contracts so that such provisions will be binding upon every such subcontractor. In the same manner as with other provisions of this contract, the contractor will be liable for compliance with applicable provisions of this clause by all it subcontractors; and further it will promptly notify the contracting agency and the Illinois Fair Employment Practices Commission in the event any subcontractor fails or refuses to comply therewith. In addition, no contractor will utilize any subcontractor declared by the Commission to be nonresponsible and therefore ineligible for contracts or subcontracts with the state of Illinois or any of its political subdivisions or municipal corporations. With respect to the two types of subcontracts referred to under paragraph 7 of the Equal Employment Opportunity Clause above, following is an excerpt of Section 2 of the FEPC's Rules and Regulations for Public Contracts: Section 2.10. The term "Subcontract" means any agreement, arrangement or understanding, written or otherwise, between a contractor and any person (in which the parties do not stand in the relationship of an employer and an employee): for the furnishing of supplies or services or for the use of real or personal property, including lease arrangements, which, in whole or in part, is utilized in the performance of any one or more contracts; or • under which any portion of the contractor's obligation under. any one or more contracts is performed, undertaken or assumed. By signing this Proposal, the NEGOTIATOR agrees to the provisions as written. Upon acceptance by the LPA, this Contract shall be governed by Illinois law. For the NEGOTIATOR: Mark D. Mathewson, P.C. Address: 32 West Nebraska Street City, F State: IL Zip Code: 60423 By; Date: July 10, 2001 rized Signature TIN/FEI /SS 36-4219771 Telephone: (815) 806-0900 For the Village of Buffalo Grove LPA Date: LPA Representative s:%wpyepllpaexhib\negprop.doc (10 of 12) 08/96 STATE OF ILLINOIS DRUG FREE WORKPLACE CERTIFICATION This certification is required by the Drug Free Workplace Act (III. Rev. Stat., ch. 127, par. 152.311). The Drug Free Workplace Act, effective January 1, 1992, requires that no grantee or contractor shall receive a grant or be considered for the purposes of being awarded a contract for the procurement of any property or services from the State unless that grantee or contractor has certified to the State that the 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 the contract or grant and debarment of contracting or grant opportunities with the State for at least one (1) year but not 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. 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 programs; 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. s:%wpyepVpaexhbVwgprop.doc 08/96 (11 of 12) E. Imposing a sanction on, or requiring the satisfactory participation in a drug abuse assistance or rehabilitation program, by any employee who is so convicted, as required by Section 5 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. THE UNDERSIGNED AFFIRMS, UNDER PENALTIES OF PERJURY, THAT HE OR SHE IS AUTHORIZED TO EXECUTE THIS CERTIFICATION ON BEHALF OF THE DESIGNATED ORGANIZATION. Mark D. Mathewson, P.C. Printed Name of Organization a 1gn ure of Authorized Representative Mark D. Mathewson, President Printed Name and Title July 10, 2001 Date s:Wpl epUpaexhbU"prop.doc 08/96 (12 of 12) Board Agenda Item Submittal XI-F Requested By: Timothy E Sashko Entered By: Timothy E Sashko Agenda Item Title: Authorization to Bid the Installation of a Fire Sprinkler System for Fire Station 26 and Fire Administration as per the FY2001/2002 CIP Budget Project#PBF38/99. Date Submitted: Meeting Date Agenda Place Requested: Requested: Department: Consent Agenda 09/26/2001 10/01/2001 0 Regular Agenda Fire ❑ None Does this item Does this item include Specify Other: Will AV equipment be relate to another additional reference ❑ Hardcopy Distribution required to present item on the info separate from the this item to the agenda? Board packet? ❑ Trustee Lounge El Clerk's Clerk's Office ❑ Other ❑ Yes 0No 0 Yes ❑ No ❑ Yes 0No Exhibits can be accessed in: Item Description Will this action involve an expenditure in 0 Yes ❑ No Yes ❑ No funds? Is this a budgeted item.? Projected total budget impact: $67,000 Additional Notes regarding Expenditures: Installation of a fire sprinkler system,Station 26 and Fire Administration as authorized in the FY01/02 Program Budget,CIP#PBF38/99 including underground water supply alterations,alarm upgrades and fire suppression system as per code. Type the body of the cover memo here. Requests cannot be submitted if this field is blank. This is the second phase of the installation of fire sprinkler systems in all three fire stations and the Village Hall over the next three years. The installation of the fire sprinklers will provide state-of-the-art life safety and building protection for essential Village properties. The national and local trend is to provide fire sprinklers in all buildings because fire sprinklers provide a 99%record of activation in case of fire. The Fire Department as part of its long term planning is to recommend code changes requiring the increase use of fire sprinklers in all occupancies. By protecting these critical Village facilities with fire sprinklers this establishes a proactive position and practice. Letter-Sized Legal-Sized Ledger-Sized Odd-Sized Attached Files Attached Files Attached Files Attached Files Approval Section: Name: Date and Time: Submitted By: Pre-Approved By: Approved By: Published to Web: Board Agenda Item Submittal XI-G Requested By: Dick K Kuenkler Entered By: Debra J Wisniewski-PW Agenda Item Title: Approval of Werchek Professional Center Development Improvement Agreement, Final Plat&Acceptance of Sanitary Sewer Date Submitted: Meeting Date Agenda Place Requested: Requested: Department: 09/24/2001 10/01/2001 � Consent Agenda PW ❑ Regular Agenda ❑ None Does this item Does this item include Specify Other: Will AV equipment be relate to another additional reference ❑ Hardcopy Distribution required to present item on the info separate from the this item to the agenda? Board packet? El Trustee Lounge El Clerk's Clerk's Office ❑ Other ❑ Yes 0No 0 Yes ❑ No ❑ Yes 0No Exhibits can be accessed in: Item Description Will this action involve an expenditure in ❑ Yes 0 No funds? Additional Notes regarding Expenditures: Type the body of the cover memo here. Requests cannot be submitted if this field is blank. Engineering approval of this project is recommended subject to the following conditions: 1. Village Board approval of the attached Development Improvement Agreement. 2. Receipt of the project's security in a form acceptable to the Village Attorney. 3. Receipt of the IEPA Sanitary and Watermain Construction permits. 4. Receipt of the IDOT Right-of-Way Construction permit. 5. Receipt and approval of the Declaration of Covenants. Also, a Bill of Sale for the existing sanitary sewer is attached. The conditions set forth in the PUD Ordinance have been met and we recommend that the sewer be accepted as a public sewer. Letter-Sized Legal-Sized Ledger-Sized Odd-Sized Attached Files Attached Files Attached Files Attached Files Werchek Prof Ctr.pd Approval Section: Name: Date and Time: Submitted By: Pre-Approved By: Approved By: Published to Web: TO: William R. Balling Village Manager FROM: Richard K. Kuenkler Village Engineer DATE: September 20, 2001 SUBJECT: WERCHEK PROFESSIONAL CENTER DEVELOPMENT IMPROVEMENT AGREEMENT, FINAL PLAT & ACCEPTANCE OF SANITARY SEWER Engineering approval of this project is recommended subject to the following conditions: 1. Village Board approval of the attached Development Improvement Agreement. 2. Receipt of the project's security in a form acceptable to the Village Attorney. 3. Receipt of the IEPA Sanitary and Watermain Construction permits. 4. Receipt of the IDOT Right-of-Way Construction permit. 5. Receipt and approval of the Declaration of Covenants. Also, a Bill of Sale for the existing sanitary sewer is attached. The conditions set forth in the PUD Ordinance have been met and we recommend that the sewer be accepted as a public sewer. /'RPchaUrdK. Kuenkler, P.E. G:\ENGINEER\RKK\MEMOS\131.doc xc: Mike Werchek, Waterford Pointe LLC Form Prepared: 4/10/86 WERCHECK PROFESSIONAL CENTER Revised: 1/04/01 Development Name DEVELOPMENT IMPROVEMENT AGREEMENT THIS AGREEMENT, made and entered into as of this day of , 2001, by and between the VILLAGE OF BUFFALO GROVE, an Illinois Municipal Corporation, and having its office at Village Hall, 50 North Raupp Boulevard, Buffalo Grove, Illinois, (hereinafter called "Village") and Waterford Pointe, L.L.C. (hereinafter called "Developer") . WITNESSETH: WHEREAS, in compliance with the Village's Development Ordinance and pursuant to the PUD Ordinance No. 99-81 (Annexation Agreement or PUD Ordinance or Agreement) dated 9/27/99 , Developer has submitted to the Village a Plat of Subdivision designated as Exhibit "A", attached hereto, which Subdivision Plat has been approved by the Plan Commission of the Village, and, Developer desires to improve the real property described in said Subdivision Plat; and, WHEREAS, the Village is willing to approve said Subdivision Plat, provided that this Agreement is executed to insure the completion of certain site improvements, as a condition precedent to the issuance of building permits for any buildings to be constructed on the property. NOW, THEREFORE, it is mutually agreed as follows: 1. Developer shall furnish, or cause to be furnished, at their own cost and expense, all the necessary material, labor, and equipment to complete the improvements listed on Exhibit "B" attached hereto, and all other site improvements not specifically set forth, which are required by applicable ordinances or agreements, all in a good and workmanlike manner and in accordance with all pertinent ordinances and regulations of the Village and in accordance with the plans and specifications, dated 3/28/2000 , shown on Exhibit "C" attached hereto, including any subsequent revisions requested by the Developer and approved in writing by the Village pursuant to the Village's Development Ordinance, which Exhibit has been prepared by Pearson, Brown and Associates, Inc. , who are registered professional engineers and Exhibit "D", attached hereto consisting of the Landscaping Plan and as approved by the Village. All utility lines and services to be installed in the street shall be installed prior to paving. 2. Attached hereto as Exhibit "E" is a complete cost estimate for the construction of the improvements described in Exhibit "B" hereto. Upon the execution of this Agreement and prior to the recordation of the Plat of Subdivision, the Developer shall deposit a Letter of Credit, or other security, acceptable to and in a form and substance approved by the Village as further described in Paragraph 9 herein. The Letter of Credit, or other security shall originally be in the amount of $ 754, 626.00 3. All work shall be subject to inspection by and the approval of the Village Engineer. It is agreed that the contractors who are engaged to construct the improvements described in Paragraph 1 hereof are to be approved by the Village Engineer and that such approval will not be unreasonably withheld. 4. The Developer has paid the Village a Review and Inspection Fee, as required by Ordinance. It is understood that said fee is based on the amount of the contracts or cost estimate for those items listed in Exhibit "B". 5. Prior to the time the Developer or any of its contractors begin any of the work provided for herein, the Developer, and/or its contractors shall furnish the Village with evidence of insurance covering 2 their employees in such amounts and coverage as is acceptable to the Village. In addition, by its execution of this Agreement, the Developer agrees to protect, indemnify, save and hold harmless, and defend the Village of Buffalo Grove and its employees, officials, and agents, against any and all claims, costs, causes, actions, and expenses, including but not limited to attorney's fees incurred by reason of a lawsuit or claim for damages or compensation arising in favor of any person, corporation or other entity, including the employees or officers or independent contractors or sub-contractors of the Developer or the Village, on account of personal injuries or death, or damages to property occurring, growing out of, incident to, or resulting directly or indirectly, from the performance of work by the Developer, independent contractors or sub- contractors or their officers, agents, or employees. The Developer shall have no liability or damages for the costs incident thereto caused by the sole negligence of the Village. This hold harmless shall be applicable to any actions of the Developer, independent contractor, or sub-contractor prior to the date of this Agreement if such prior actions were approved by the Village. 6. The Developer shall cause said improvements herein described to be completed within twenty-four (24) months following the approval of the Plat as shown in Exhibit "A" by the President and Board of Trustees, except Public Parks and Detention Areas which shall be completed within twelve (12) months, and except any improvements for which specified time limits are noted on the approved plans, Exhibit "C" which shall be completed within the specified time limits shown on the plans. If work is not completed within the time prescribed herein, the Village shall have the right to call upon the Letter of Credit, or other security, in accordance with its terms, for the purpose of completing the site improvements. Upon completion of the improvements herein provided for, as 3 evidenced by the certificate or certificates of the Village President and Board of Trustees, the Village shall be deemed to have accepted said improvements, and thereupon, the Letter of Credit, or other security, shall automatically be reduced to serve as security for the obligations of the Developer as set forth in Paragraph 7 hereof. The Developer shall cause its consulting engineers to correct drawings to show work as actually constructed and said engineers shall turn over high quality mylar reproducible copies thereof to the Village to become the Village's property prior to acceptance of the improvements by the President and Board of Trustees. 7. The Developer for a period of one year beyond formal acceptance by the Village of any improvement described in Exhibit "B" hereof, shall be responsible for maintenance repairs and corrections to such improvements which may be required due to failures or on account of faulty construction or due to the developers and/or contractors negligence. The obligation of the Developer hereunder shall be secured by the Letter of Credit, or other security as further described in Paragraph 9 hereof. 8. It is agreed that no building permit shall be granted by any official for the construction of any structure until required utility facilities (to include, but not by way of limitation, sanitary sewer, water and storm sewer systems) have been installed and made ready to service the individual lots concerned; and that roadways (to include curbs) providing access to the subject lot or lots have been completely constructed except for the designed surface course. It is understood and agreed that building permits may be granted for buildings on specific lots to which utility facilities have been installed and made ready for service and to which roadways have been constructed as described above, notwithstanding the fact that all improvements within the Development may not be completed. 4 9.A. The obligations of the Developer hereunder as to the deposit of security for the completion of improvements (Exhibit "B" hereof) and the one year maintenance of said improvements after acceptance by the Village (Paragraph 7) shall be satisfied upon delivery to the Village of a Letter of Credit, or other security, issued by Bank of Northern Illinois in favor of the Village in a form acceptable to the Village. The Letter of Credit or other form of security shall be made subject to this Agreement. B. In addition to the terms, conditions, and covenants of the Letter of Credit, or other security, the Village hereby agrees to draw funds or to call said performance guarantee under such security solely for the purpose of payment for labor and materials supplied or to be supplied, by engineers, contractors, or subcontractors, to, or for the benefit of Werchek Professional Center , or the Village, as the case may be, under the provisions of this Agreement and the said improvements for which payment is being made shall have been completed, or will be completed, in substantial accordance with the plans and specifications described herein. C. The Village further hereby agrees that to the extent that the Developer causes the commitments of this Agreement to be completed, the outstanding liability of the issuer of the Letter of Credit, or other security, under said security, shall during the course of construction of the improvements, approximate the cost of completing all improvements and paying unpaid contract balances for the completion of the improvements referred to in this Agreement. Until all required tests have been submitted and approved by the Village for each of the construction elements including, but not limited to, earthwork, street pavements, parking area pavements, sanitary sewers and watermains, a minimum of that portion of the surety for each element shall be subject to complete retention. All improvements are 5 subject to a minimum fifteen (15%) percent retention until final acceptance by the Village. D. In order to guarantee and warranty the obligations of paragraph 7 herein, an amount equal to fifteen (15%) percent of the total amount of the Letter of Credit, or other security, or an amount equal to fifteen (15%) percent of the cost estimate of the individual improvement (s) shall be retained in the Letter of Credit, or other security for a period of one year beyond formal acceptance by the Village of the improvement (s) . E. As a portion of the security amount specified in Paragraph 2, the Developer shall maintain a cash deposit with the Village Clerk in the amount of Seven Thousand Dollars ($ 7, 000.00--------) . If roads are not maintained with a smooth and firm surface reasonably adequate for access of emergency vehicles such as fire trucks and ambulances, or if any condition develops which is deemed a danger to public health or safety by the Village of Buffalo Grove due to the actions of the Developer or his failure to act; and after written notice of this condition, the Developer fails to immediately remedy the condition; then the Village may take action to remedy the situation and charge any expenses which results from the action to remedy the situation to the cash deposit. Upon notification that the cash deposit has been drawn upon, the Developer shall immediately deposit sufficient funds to maintain the deposit in the amount of Seven Thousand Dollars ($ 7, 000.00--------) . If the Developer has not made the additional deposit required to maintain the total cash deposit in the amount of _ Seven Thousand Dollars ($ 7, 000.00--------) within three (3) days from the date he received notice that such additional deposit was required, it is agreed that the Village may issue a Stop Work Order or also may revoke all permits which the Developer had been granted. This cash deposit shall continue to be maintained until the maintenance 6 guarantee period has lapsed. The deposit may be drawn upon by the Village if the conditions of this Agreement, except in cases of danger to public health and safety as determined by the Village in which case the deposit may be drawn upon immediately following notice to the Developer and his failure to immediately remedy the situation. After termination of the one year maintenance period and upon receipt by the Village Clerk of a written request for release of the deposit, the Village will either notify the Developer that the improvements are not in a proper condition for final release of the deposit, or shall release the deposit within fifteen (15) days. F. In addition to the terms, covenants, and conditions of the Letter of Credit, or other security, the Developer hereby agrees that no reduction shall occur in the outstanding liability of the issuer thereunder, except on the written approval of the Village; however, in all events, the Village shall permit such Letter of Credit, or other security, to expire, either by its terms, or by return of such Letter of Credit, or other security to the Developer, upon the expiration of one (1) year from the acceptance of the improvements referred to herein by the Village. To the extent that the provisions of Paragraph 9 herein, and of the Letter of Credit, or other security, permit the Village to draw funds under such Letter of Credit, or other security, the Village hereby agrees to reduce the outstanding liability of the issuer of the Letter of Credit, or other security to the extent that funds are disbursed. 10. Any Letter of Credit, or other security shall provide that the issuer thereof shall not cancel or otherwise terminate said security without a written notice being given to the Village between thirty (30) days and forty-five (45) days in advance of termination or cancellation. 11. Developer shall install any additional storm sewers and/or inlets which are required in order to eliminate standing water or conditions of excessive sogginess which may, in the opinion of the Village 7 Engineer, be detrimental to the growth and maintenance of lawn grasses. 12. No occupancy permit shall be issued until all exterior lighting specified on Exhibit "C" is installed and operational. 13. The Developer acknowledges that until final acceptance, he is responsible for providing snow and ice control along any streets within the Development, which are adjacent to occupied properties or necessary to provide access to occupied properties. The Developer agrees to pay the Village an annual fee for providing snow and ice control along these streets. The fee rate shall not exceed the Village's average budgeted snow and ice control cost per mile of Village streets for which this service is provided with a minimum charge being based upon one-half (1/2) mile. It is the Developers responsibility to provide a map of the applicable areas and the fee payment within thirty (30) days of notification of the annual fee rate. If not paid, the fee may be withdrawn by the Village from the cash deposit described in Paragraph 9-E. 14. The Developer acknowledges that he is responsible for the proper control of weeds, grass, refuse, and junk on all property which he owns within the Village in accordance with Chapter 8.32 of the Buffalo Grove Municipal Code. It is further agreed that the Developer shall continue to be responsible for the proper maintenance of any parcels of property for which the Developer transfers ownership to the Village until such time as the Development's improvements are accepted by the Village in writing in accordance with the provisions of this agreement. If the Developer fails to perform his maintenance responsibilities established in either this paragraph or Chapter 8.32, the Village may provide a written notice to the Developer of the improper maintenance condition. If proper maintenance is not completed within ten (10) days after the Developer is provided this notice, the Village may perform the maintenance and deduct the costs of the maintenance from the 8 cash deposit described in Paragraph 9. 15. The Developer agrees that no improvements constructed in conjunction with this project are sized or located in such a way as to warrant any recapture payment to the Developer pursuant to any applicable previous agreements. 16. This Agreement and the obligations contained herein are in addition to, and not in limitation of, all other agreements between the Parties hereto including, without limitation, the PUD Ordinance No. 99-81 (Annexation Agreement or PUD Ordinance) dated 9/27/99 and the obligations contained therein. 17. Paragraph(s) N/A are attached hereto and made a part hereof. IN WITNESS WHEREOF, the Village has caused this Agreement to be executed as has the Developer, all as of the date first above written. VILLAGE OF BUFFALO GROVE, an Illinois Municipal Corporation By DEVELOPER - WATERFORD POINTE, L.L.C. By 9 WERCHEK PROFESSIONAL CENTER (Development Name) DEVELOPMENT IMPROVEMENT AGREEMENT EXHIBIT A The Plat of Subdivision prepared by R.E. Allen and Associates, Ltd. entitled Werchek Professional Center of Buffalo Grove consisting of 1 sheet (s) last revised 3/29/00 10 WERCHEK PROFESSIONAL CENTER (Development Name) DEVELOPMENT IMPROVEMENT AGREEMENT EXHIBIT B All improvements, both public and private, including earthwork, streets, driveway and parking area pavements, sidewalks, sanitary and storm sewers, watermain, drainage and storm detention facilities, site grading, street lighting, landscaping, survey monuments and benchmarks. 11 WERCHEK PROFESSIONAL CENTER (Development Name) DEVELOPMENT IMPROVEMENT AGREEMENT EXHIBIT C Plans prepared by Pearson Brown & Associates, Inc. entitled Professional Center consisting of 9 sheet(s) last revised 3/28/00 (Specifications on plans) . Lighting plan prepared by McBride & Dudley, Ltd., (1 sheet) last dated January 13, 2000. 12 WERCHEK PROFESSIONAL CENTER (Development Name) DEVELOPMENT IMPROVEMENT AGREEMENT EXHIBIT D Landscaping Plan prepared by Hohlfelder Landscaping entitled Werchek Builders, Ltd. consisting of 1 sheet (s) last revised 3/8/00 G:\ENGINEER\FORMS\DIA - WERCHEK PROF CENTER.dOC 13 Pearson, Brown & Associates, Inc. JOB No. 9851 BUFFALO GROVE OFFICE DATE: 02/19/99 BUFFALO GROVE REV 04/16/99 REV 05/12/99 REV 12/15/99 REV 1/7/00 OPINION OF PROBABLE COST REV 3/28/00 Unit Item Quantity Unit Price Amount ------- ------------ ------- -------- ----------- SANITARY SEWER 8" Sanitary Sewer (PVC SDR 26) 404 I.f. 20.00 8,080.00 Pressure Pipe Sanitary Manhole, 4' Diameter 3 each 1,190.00 3,570.00 Granular Trench Backfill 390 I.f. 15.00 5,850.00 OPINION OF PROBABLE COST FOR SANITARY SEWER 17,500.00 WATER MAIN Steel Casing Pipe Augered & Pushed 165 I.f. 200.00 33,000.00 8x12 Pressure Tap 2 each 1,850.00 3,700.00 8" Water Main ( PVC - C - 900 ) 790 I.f. 20.00 15,800.00 6" Water Main ( PVC - C - 900 ) 345 I.f. 18.00 6,210.00 Fire Hydrants Incl. Auxiliary Valve 3 each 1,900.00 5,700.00 5' Valve & Vault 2 each 2,500.00 5,000.00 4' Valve & Vault 3 each 2,200.00 6,600.00 Granular Trench Backfill 505 I.f. 8.00 4,040.00 Open Cut & Restore Part of Existing Road 1 lump sum 4,500.00 4,500.00 Abandon well and reconnect bank service 1 lump sum 5,000.00 5,000.00 to proposed main OPINION OF PROBABLE COST FOR WATERMAIN 84,550.00 Pearson, Brown & Associates, Inc. JOB No. 9851 BUFFALO GROVE OFFICE DATE: 02/19/99 BUFFALO GROVE REV 04/16/99 REV 05/12/99 REV 12/15/99 REV 1/7/00 OPINION OF PROBABLE COST REV 3/28/00 Unit Item Quantity Unit Price Amount ------- ------------ ------- -------- ----------- STORM SEWER 21" Storm Sewer C-76 CL III 302 I.f. 23.00 6,946.00 18" Storm Sewer C-76 CL 111 60 I.f. 21.00 1,260.00 150 Storm Sewer C-76 CL III 378 I.f. 20.00 7,560.00 120 Storm Sewer C-76 CL IV 807 I.f. 18.00 14,526.00 PVC Roof Drain Leader 1,100 I.f. 5.00 5,500.00 Outlet Structure 1 each 1,000.00 1,000.00 12' Headwall 2 each 800.00 1,600.00 and Stone Rip Rap 5' Catch Basin 5 each 1,300.00 6,500.00 4 Catch Basin 7 each 1,200.00 8,400.00 2' Inlet 3 each 610.00 1,830.00 Granular Trench Backfill 1,477 I.f. 6.00 8,862.00 OPINION OF PROBABLE COST FOR STORM SEWER 63,984.00 8rT � Pearson, Brown & Associates, Inc. JOB No. 9851 BUFFALO GROVE OFFICE DATE: 02/19/99 BUFFALO GROVE REV 04/16/99 REV 05/12/99 REV 12/15/99 REV 1/7/00 OPINION OF PROBABLE COST REV 3/28/00 Unit Item Quantity Unit Price Amount ------- ------------ ------- -------- ----------- PAVING 1-1/2'Bituminous Concrete Surface Course 16,721 S.Y. 3.00 50,163.00 CL I (MS 1700) 1-1/20 Bituminous Concrete Binder Course 16,721 S.Y. 2.50 41,802.50 10` CA-6 Aggregate base course 16,721 S.Y. 9.00 150,489.00 B-6.12 Curb & Gutter 5,034 I.f. 9.00 45,306.00 5" PCC Walk with 5" CA-6 Base 830 S.Y. 20.00 16,600.00 OPINION OF PROBABLE COST FOR ON-SITE PAVING 304,360.50 GRADING AND EROSION CONTROL Pond Excavation & TopSoil 2,775 c.y. 7.50 20,812.50 Stabilized Construction Entrance 1 Lump Sum 1,500.00 1,500.00 Sediment Traps Complete 15 each 250.00 3,750.00 Seed open space 1 Lump Sum 2,500.00 2,500.00 Silt Fence 2,500 I.f. 2.50 6,250.00 OPINION OF PROBABLE COST FOR GRADING 34,812.50 LIGHTING Street Light Complete 1 each 5,000.00 5,000.00 Lot Lighting 1 Lump Sum 40,000.00 40,000.00 OPINION OF PROBABLE COST FOR STREET LIGHTING 45,000.00 Ex 41$1 T C Pearson, Brown & Associates, Inc. JOB No. 9851 BUFFALO GROVE OFFICE DATE: 02/19/99 BUFFALO GROVE REV 04/16/99 REV 05/12/99 REV 12/15/99 REV 1/7/00 OPINION OF PROBABLE COST REV 3/28/00 Unit Item Quantity Unit Price Amount ------- ------------ ------- -------- ----------- RECAPITULATION Sanitary Sewer ............................................................. 17,500.00 Water Main ............................................................. 84,550.00 Storm Sewer ............................................................. 63,984.00 Paving ............................................................. 304,360.50 Grading and Erosion Control ............................................................. 34,812.50 Lighting ............................................................1 45,000.00 Landscaping ............................................................. 85,000.00 Construction Engineering ............................................................. 63,520.70 TOTAL OPINION OF PROBABLE COST TOTAL $ 698,727.70 VILLAGE OF BUFFALO GROVE BREAKDOWN Engineering Review& Inspection Fee (3.5%) $ 24,455.47 Bond Amount (108%) $ 754,625.92 Storm Sewer Deposit ($1.00 per L.F.) $ 1,547.00 Sanitary Sewer Deposit ($1.00 per L.F.) $ 404.00 Pavement Evaluation Fee ($0.15 per S.Y.) $ 2,508.115 DIA Cash Deposit (1% of Bond Amount) - $5000 Min. $ ' "c Balance to be Bonded (Bond Amount- Cash Deposit) $ 747,079.66 ex Q L� ABN•AMRO ABN AMRO North America.Inc. �-' 35 South LaSalle Street cago, IIIi^ors K603-?!3E _12)go4-2000 Legal April 14, 2000 FEDERAL EXPRESS Richard K. Kuenkler, P.E. Village Engineer Village of Buffalo Grove _ Fifty One Raupp Blvd. Buffalo Grove, Illinois 60089-2198 RE: Werchek Development a f 7 2n Arl. Hts. Rd. & Ill. Rt. 83 t Our Reference: Buffalo Grove Dear Mr. Kuenkler: I have enclosed an original executed Bill of Sale conveying the sanitary sewer pipe that runs across the bank's property to the Village of Buffalo Grove, along with an executed Application for Water and Sewer Service Permit. If you have any questions or require further information, please call me at the above number. Very truly yours, Carol Krinski Legal Assistant Enclosures cc: Valeria Bailey 119126 BILL OF SALE LASALLE BANK NATIONAL ASSOCIATION ("Seller"),of Chicago, Illinois, in consideration of Ten Dollars($10.00), receipt whereof is hereby acknowledged. does hereby convey and quit claim to the VILLAGE OF BUFFALO GROVE("Purchaser")of Buffalo Grove, Illinois,the following personal property: approximately 190 lineal feet of eight inch(8")sanitary sewer pipe("Personal Property") running northerly from the Lake County interceptor and to and including the manhole, shown on the diagram attached hereto as Exhibit A,and falling within the ten (10)foot utility easement,running north- south within Lot 3 of the proposed Plat of the Werchek Professional Center of Buffalo Grove located in Section 30, Township 43 North, Range 11, East of the Third Principal Meridian in Lake County, Illinois. Seller hereby represents and warrants to Purchaser that,to the best of Seller's knowledge, Seller is the absolute owner of said Personal Property,that said Personal Property is free and clear of all liens, charges and encumbrances, and that Seller has full right, power and authority to sell said Personal Property and to make this bill of sale. SELLER MAKES NO WARRANTY OF QUALITY, MERCHANTABILITY AND/OR FITNESS FOR A PARTICULAR PURPOSE WITH RESPECT TO THE PERSONAL PROPERTY, AND THE PERSONAL PROPERTY IS SOLD AND CONVEYED IN ITS PRESENT"AS IS, WHERE IS"CONDITION, WITH ALL FAULTS. Dated April 1Y,2000. Q l"- LASALLE BANK NATIONAL ASSOCIAT By: Name: Its: I egsl Subscribed and Sworn to before me on April/,2000. "OFFICIAL SEAL TRACEY E.SCOTT NOTARY PUBLIC STATE OF ILLINil M Commission Ex fires wwAA Notary Public 118931 t� I • • ;!+r �..w V. '• � n�.'wwr i .r.w:�.i IMPJ S7DII1'OFFICE BMOAIG I' � 71•maSANIG77X �rr�r*ili�"��a�nr.r � u 1 VWATEMArAI .......ra i •• M, FAV • �•n 1 a rr t.•t• Bawl' I • �'• I b t 6 • • t«.�. w....at �' � •�95'•PlS7 V Tl'•PIST O[rlra...•U� T Kw � ti r rSANAlO�GX -•r • w.•w.. a. ..^ • .• i IrWATERLAIM ^R� .�...w� �~iii vA Man'r:.• '�" A'i1Rf Sf1IER ••••• MAM "•• ••• ' i .«..• w w tr t I ."wow �f1B .w..q"1• s ,yyp N u.r_..�u y ROME, �[ • s• W!law _ ` •'M M..mow.`. ' � Q]1 •I..N;M ' .r \ ffiIBIT "A" Location of Personal Property - LaSalle Bank National Association 1300 N. Arlington Heights Road Buffalo Grove, IL 60089 Sanitary Sewer Board Agenda Item Submittal xII-A Requested By: Leo C McCann Entered By: Kathleen Comer Agenda Item Title: Resolution No.2001- Commending Officer Kerry Kenney For Service To The Village Of Buffalo Grove, 1971 - 001 Date Submitted: Meeting Date Agenda Place Requested: Requested: Department: 0 Consent Agenda 09/21/2001 10/01/2001 0 Regular Agenda Police 0 None Does this item Does this item include Will AV equipment be relate to another additional reference required to present item on the info separate from the this item to the agenda? Board packet? board? 0 Yes 0No 0 Yes 0No 0 Yes 0No Item Description Will this action involve an expenditure in 0 Yes 0 No funds? Additional Notes regarding Expenditures: Type the body of the cover memo here. Requests cannot be submitted if this field is blank. Attached is a resolution for Officer Kerry Kenney Letter-Sized Legal-Sized Ledger-Sized Odd-Sized Attached Files Attached Files Attached Files Attached Files El kenney retirement.pc Approval Section: Name: Date and Time: Submitted By: Pre-Approved By: Approved By: Published to Web: i i i i Village Of Buffalo Grove RESOLUTION NO. 2001 — A RESOLUTION COMMENDING OFFICER KERRY KENNEY FOR SERVICE TO THE VILLAGE OF BUFFALO GROVE, 1971 —2001 WHEREAS, Kerry Kenney began his career with the Buffalo Grove Police Department as a sworn police officer on September 27, 1971 after serving three years in the Navy during the Vietnam war; and WHEREAS, Officer Kerry Kenney served in a variety of positions including: Patrol Division, Investigations, Directed Patrol, Coordinator of the Field Training, Crime Prevention, Technical Services /Research Development, School Liaison, and Coordinator of the first Cadet Program; and WHEREAS, Officer Kerry Kenney has received numerous awards and recognitions for outstanding police work including a departmental commendation in October 1988 for the apprehension of individual who attempted to hold up a financial institution in Buffalo Grove; and WHEREAS, Officer Kerry Kenney received recognition for his invaluable assistance in the apprehension of a dangerous felon in Lincolnshire, Illinois who in July 1999 began a 24 —hour violence spree which began with an armed robbery and car jacking in Calumet City, Illinois and an armed robbery of a gas station in Racine Wisconsin; and WHEREAS, Officer Kerry Kenney was instrumental in developing new and innovating programs in the area of driving education, youth,personal recruitment and crime prevention which are still being used to date; and WHEREAS, Officer Kerry Kenney has served the Department, Village, State and Community with integrity, character dedication, and professionalism for over 30 years. NOW THEREFORE, BE IT RESOLVED by the President and Board of Trustees of the Village of Buffalo Grove that our best wishes go to Kerry in his retirement effective October 3, 2001. AYES: NAYS: ABSENT: PASSED: APPROVED ATTEST: APPROVED: Village Clerk Elliott Harfstein,Village President Board Agenda Item Submittal xIV A Requested By: Gregory P Boysen Entered By: Linda J Miller Agenda Item Title: fiver of Bids and Acceptance of Proposal of Amlex Developers for Police Department Lower Level Remodeling Date Submitted: Meeting Date Agenda Place Requested: Requested: Department: 09/25/2001 10/01/2001 ❑ Consent Agenda PW Regular Agenda ❑ None Does this item Does this item include Specify Other: Will AV equipment be relate to another additional reference ❑ Hardcopy Distribution required to present item on the info separate from the this item to the agenda? Board packet? El Trustee Lounge El Clerk's Clerk's Office ❑ Other ❑ Yes 0No 0 Yes ❑ No ❑ Yes 0No Exhibits can be accessed in: Board Packets Item Description Will this action involve an expenditure in 0 Yes ❑ No Yes ❑ No funds? Is this a budgeted item.? Projected total budget impact: $168,690 Additional Notes regarding Expenditures: Type the body of the cover memo here. Requests cannot be submitted if this field is blank. In follow-up to the Village Board's expressions of concern with the project estimate, which was presented at the Village Board meeting of July 2, 2001, I have worked with Deputy Police Chief Pete Lippert, Police Chief Leo McCann and yourself to investigate the possibility of proceeding with a design/build program for the Police Department's lower level remodeling with informal proposal submittals being received and evaluated, in lieu of the standard architectural design and formalized bidding process, as had been initially suggested with an associated total project cost estimate of$413,040.00. The project was discussed with four construction companies who had expressed interest in the project. The summary tabulation of the submitted proposal costs, which were developed to meet the full program objectives of the remodeling program, are summarized as follows: Contractor Proposal Price Amlex Developers $168,589.75 Samuels Homes $285,666.00 Mega Development Corporation $298,407.00 Meyer Construction Co. No proposal submitted As a result of the proposal evaluation process, it is recommended that bids be waived and the proposal of Amlex Developers be accepted in the amount of$168,589.75, subject to the Village Attorney's approval of final contract forms and documents for your signature. If you have any questions concerning this recommendation, please let me know. Letter-Sized Legal-Sized Ledger-Sized Odd-Sized Attached Files Attached Files Attached Files Attached Files Approval Section: Name: Date and Time: Submitted By: Pre-Approved By: Approved By: Published to Web: