KANE COUNTY COUNTY BOARD TUESDAY, JULY 14, 2020 County Board Room Agenda 9:45 AM Kane County Government Center, 719 S. Batavia Ave., Bldg. A, Geneva, IL 60134 Kane County Page 1 In accordance with the Governor’s Executive Order 2020-07 Kane County Board Chairman Chris Lauzen is encouraging social distancing by allowing remote attendance to meetings scheduled for 9:45a.m. on July 14, 2020. Participants may watch the meeting via Live Stream, the link can be found on the County webpage. Zoom capabilities will be provided for staff and elected officials only. Chairman Lauzen is requesting that only staff and elected officials vital to the operation of the meeting be present in person. For your safety and others, please decide whether you wish to attend the meeting by phone. Business that can be postponed until a later date will be postponed, whenever possible. If anyone from the public would like to offer a comment to be considered at the Public Comment portion of the meeting, there will be an allotted time on the agenda for public comment; county board rules of order will still apply; and written or emailed comments received by 4:00 pm Monday July 13, 2020 will be made part of the record. We will make an appropriate effort to acknowledge public input within our normal limitations and add them to the record. 1. CALL TO ORDER 2. ROLL CALL 3. PLEDGE OF ALLEGIANCE & PRAYER 4. APPROVAL OF MINUTES: June 9, Special County Board July 2, 2020 5. PUBLIC COMMENT (Agenda & Non-Agenda Items) (May be limited under Governor's Proclamation) 6. NEW AND UNFINISHED BUSINESS A. PRESENTATIONS/DISCUSSION Recognition of 20 Years of Service Kane County Employees Recognition of Court Services’ Community Engagement Presentation: Sheriff Hain - Body and In-Car Cameras Presentation: Kane County 2-1-1 Chairman's Short Program B. ZONING PETITIONS Petition #4546 PLATO TOWNSHIP Petitioner: Lynn Landmeier, et al Location: Located at 42W665 Plato Road, (05-21-300-015), Plato Township Proposed: Rezoning a portion of property from F-District Farming to F-1 District Rural Residential 2040 Plan: Agricultural Objectors: None Recommendations: Regional Planning Commission.: N/A Zoning Board: Approval with the following stipulations: 1. The petitioner is working through the Subdivision
339
Embed
PK… · KANE COUNTY COUNTY BOARD TUESDAY, JULY 14, 2020 County Board Room Agenda 9:45 AM Kane County Government Center, 719 S. Batavia Ave., Bldg. A, Geneva, IL 60134 Kane County
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
KANE COUNTY
COUNTY BOARD
TUESDAY, JULY 14, 2020
County Board Room Agenda 9:45 AM
Kane County Government Center, 719 S. Batavia Ave., Bldg. A, Geneva, IL 60134
Kane County Page 1
In accordance with the Governor’s Executive Order 2020-07 Kane County Board Chairman Chris Lauzen is encouraging social distancing by allowing remote attendance to meetings scheduled for 9:45a.m. on July 14, 2020. Participants may watch the meeting via Live Stream, the link can be found on the County webpage. Zoom capabilities will be provided for staff and elected officials only. Chairman Lauzen is requesting that only staff and elected officials vital to the operation of the meeting be present in person. For your safety and others, please decide whether you wish to attend the meeting by phone. Business that can be postponed until a later date will be postponed, whenever possible. If anyone from the public would like to offer a comment to be considered at the Public Comment portion of the meeting, there will be an allotted time on the agenda for public comment; county board rules of order will still apply; and written or emailed comments received by 4:00 pm Monday July 13, 2020 will be made part of the record. We will make an appropriate effort to acknowledge public input within our normal limitations and add them to the record.
1. CALL TO ORDER
2. ROLL CALL
3. PLEDGE OF ALLEGIANCE & PRAYER
4. APPROVAL OF MINUTES: June 9, Special County Board July 2, 2020
5. PUBLIC COMMENT (Agenda & Non-Agenda Items)
(May be limited under Governor's Proclamation)
6. NEW AND UNFINISHED BUSINESS
A. PRESENTATIONS/DISCUSSION
Recognition of 20 Years of Service Kane County Employees
Recognition of Court Services’ Community Engagement
Presentation: Sheriff Hain - Body and In-Car Cameras
Presentation: Kane County 2-1-1
Chairman's Short Program
B. ZONING PETITIONS
Petition #4546 PLATO TOWNSHIP
Petitioner: Lynn Landmeier, et al
Location: Located at 42W665 Plato Road, (05-21-300-015), Plato Township
Proposed: Rezoning a portion of property from F-District Farming to F-1
#20 - 216 Renewing Eight Cable Television Franchise Agreements With Subsidiaries of Comcast Corporation
Energy/Environmental
#20 - 217 Authorizing a One-Year Extension of Refuse and Recycling Services for the Mill Creek Special Service Area
Finance/Budget
#20 - 218 Authorizing FY20 Budget Adjustment Related to Multi-Use Facility Bond Issue
#20 - 219 Authorizing a Lease for the Kane County Sheriff's In-Car Camera Systems
#20 - 220 Authorizing Contract with Walker & Associates and Heartland Business Systems for Cisco Hardware, Software, Services and SmartNet
#20 - 221 Authorizing Renewal and Amendment No. 6 to the Intergovernmental Agreement Between the County of Kane, the Kane County Child Advocacy Center and the Board of Trustees of the University of Illinois
Agenda County Board July 14, 2020
Kane County Page 3
#20 - 222 Authorization of a Contract for HVAC Improvements Project: Government Center Campus Building "C"
#20 - 223 Authorizing Sex Offender Treatment Services
#20 - 224 Authorization to Purchase DocuSign Enterprise System with Carahsoft
#20 - 225 Authorizing Contract Renewal for Food Provider for the Juvenile Justice Center
#20 - 226 Authorization to Enter Into an Agreement with Jasculca Terman Strategic Communications for FY21 Immunization Coverage Levels Grant Program
#20 - 227 Authorizing the Filing of Kane County’s Rebuild Illinois Regional Economic Development Grant for Farmland Protection
#20 - 228 Authorizing Applications for and Acceptance of Funding from State and Federal Agencies under the CARES Act
#20 - 229 May 2020 Claims Paid
Transportation
#20 - 230 Approving an Agreement with Kimley-Horn and Associates, Inc. of Warrenville, Illinois to Update the Kane County Road Improvement Impact Fee Ordinance and Its Comprehensive Road Improvement Plan
#20 - 231 Approving an Amendment to an Intergovernmental Agreement with the State of Illinois for Construction and Phase III Construction Engineering Services for Longmeadow Parkway Section C-2, West of Sandbloom Road to West of IL 25, Kane County Section No. 18-00215-21-BR
#20 - 232 Approving Contract for Construction with Builders Paving, LLC of Hillside, Illinois for Blackberry Township Road District, Section No. 20-04000-02-GM
#20 - 233 Approving a Contract for Construction with Curran Contracting Company of Crystal Lake, Illinois for Kaneville Township Road District, Section No. 20-11000-01-GM
#20 - 234 Approving Supplemental Appropriation for Randall Road at Mill Creek, Kane County Section No. 18-00504-00-BR
#20 - 235 Approving an Agreement with Huff & Huff, Inc. of Oak Brook, Illinois for On-Call Environmental Engineering Services, Kane County Section No. 20-00527-00-ES
Agenda County Board July 14, 2020
Kane County Page 4
#20 - 236 Approving a Phase I/II Engineering Services Agreement with Kimley-Horn and Associates, Inc. of Warrenville, Illinois for Plank Road / Montgomery Road Highway Safety Improvement Projects (HSIP), Kane County Section No. 19-00524-00-SP
#20 - 237 Appropriating Relocation Funds for Longmeadow Parkway Bridge Corridor, Section C-2 from East of Sandbloom Road to West of Illinois Route 25, Kane County Section No. 94-00215-01-BR
#20 - 238 Approving Acquisition of Highway Right of Way, Dauberman Road Extension, Kane County Section No. 15-00277-01-BR, Parcel No. 1N20006
#20 - 239 Approving Acquisition of Highway Right of Way, Dauberman Road Extension, Kane County Section No. 15-00277-01-BR, Parcel No. 1N20010
---------------------------------------------END OF CONSENT AGENDA ----------------------------------------
#20 - 213 Approving the Purchase, Distribution, and Communications Related to Coronavirus Relief Fund Care Packages for Kane County Residents
#20 - 240 CARES Act Coronavirus Relief Fund: Public Health Response
• Medicaid • Medicare • Prenatal care • Crisis intervention • Support groups • Counseling • Alcohol and drug rehabilitation
Packet Pg. 13
EMPLOYMENT
7
• Educational and vocational training programs • English as a second language classes • Job training • General Educational Development (GED)
preparation • Financial and transportation assistance
Packet Pg. 14
SUPPORT FOR SENIORS& THOSE WITH DISABILITIES
8
• Centers for independent living • Adult day care • Home delivered meals• Respite care • Home health care • Transportation and recreation
Packet Pg. 15
SUPPORT FOR CHILDREN, YOUTH & FAMILIES
9
• After-school programs • Tutoring • Mentorship programs • Family resource centers • Protective services • Counseling • Early childhood learning programs • Child care referral centers • Recreation
Packet Pg. 16
10
182155
385
325
182
244
0
50
100
150
200
250
300
350
400
450
Jan Feb Mar Apr May June
2020 Monthly Call Volume
Packet Pg. 17
11Packet Pg. 18
12Packet Pg. 19
13Packet Pg. 20
14Packet Pg. 21
ZONING PETITION EXECUTIVE SUMMARY
PETITION NO. 4546: Lynn Landmeier, et al Committee Flow: County Development Committee, County Board Contact: Keith Berkhout, 630.232.3495, Zoning Planner, Development Department
Summary:
Petition #4546 PLATO TOWNSHIP Petitioner: Lynn Landmeier, et al Location: Located at 42W665 Plato Road, (05-21-300-015), Plato Township Proposed: Rezoning a portion of property from F-District Farming to F-1 District
Zoning Board: Approval with the following stipulations: 1. The petitioner is working through the Subdivision Process
and has been made aware that upon the commencement of development of the third lot, Stormwater Detention will be required. This shall include the design, permitting and construction of a Detention Storage Facility and off-site outfall (if required) that will store and release runoff from the new impervious areas. The lot and parcel owners will develop and implement a maintenance plan for the Detention Storage Facility, record an easement over the Detention Storage Facility and establish a Special Service Area for said Detention Storage Facility (and off-site outfall – if required).
2. The depth of a basement and height of the first floor for any new construction will be limited by the water table and the BFE, which includes the HWL of any Detention facilities.
3. The petitioner shall dedicate a 60 foot half right of way from centerline of Plato Road to the County of Kane. If you have any questions, please don’t hesitate to reach out.
Development Committee: Approval with the three recommended stipulations
Packet Pg. 22
STATE OF ILLINOIS COUNTY OF KANE
PETITION NO. 4546 ORDINANCE AMENDING THE
ZONING ORDINANCE OF KANE COUNTY, ILLINOIS
BE IT ORDAINED by the County Board of Kane County, Illinois, as follows:
1) That a rezoning from F-District Farming to F-1 District Rural Residential on a portion of the property be granted on the following described property:
THE NORTHEAST QUARTER OF THE SOUTHWEST QUARTER OF SECTION 21, TOWNSHIP 41 NORTH, RANGE 7 EAST OF THE THIRD PRINCIPAL MERIDIAN EXCEPT FOR THE NORTHERLY 264 OF THE WESTERLY 165 FEET OF THE NORTHEAST QUARTER OF THE SOUTHWEST QUARTER OF SECTION 21, ALL IN THE TOWNSHIP OF PLATO, KANE COUNTY, ILLINOIS. The property is located at 42W665 Plato Road.
2) That the rezoning be granted with the following stipulations:
1. The petitioner is working through the Subdivision Process and has been made aware that upon the commencement of development of the third lot, Stormwater Detention will be required. This shall include the design, permitting and construction of a Detention Storage Facility and off-site outfall (if required) that will store and release runoff from the new impervious areas. The lot and parcel owners will develop and implement a maintenance plan for the Detention Storage Facility, record an easement over the Detention Storage Facility and establish a Special Service Area for said Detention Storage Facility (and off-site outfall – if required).
2. The depth of a basement and height of the first floor for any new construction will be limited by the water table and the BFE, which includes the HWL of any Detention facilities.
3. The petitioner shall dedicate a 60 foot half right of way from centerline of Plato Road to the County of Kane. If you have any questions, please don’t hesitate to reach out.
3) That the zoning maps of Kane County, Illinois be amended accordingly.
4) This ordinance shall be in full force and effect from and after its passage and approved as
provided by law.
Passed by the Kane County Board on July 14, 2020 ______________________________________ ___________________________________ John A. Cunningham Christopher J. Lauzen Clerk, County Board Chairman, County Board Kane County, Illinois Kane County, Illinois Vote:
Packet Pg. 23
Packet Pg. 24
#4546LYNN LANDMEIER, ET AL
Requesting Rezoning from F-District Farming to F-1 District Rural Residential to
allow for the creation of an additional residential parcel.
Packet Pg. 25
Packet Pg. 26
Packet Pg. 27
Packet Pg. 28
Packet Pg. 29
Packet Pg. 30
Packet Pg. 31
Packet Pg. 32
Lynn Landmeier, et al
Staff recommended Stipulations:1. Kane County Water Resources Department states the
following Stipulations: • The petitioner is working through the Subdivision Process and has been made
aware that upon the commencement of development of the third lot, Stormwater Detention will be required. This shall include the design, permitting and construction of a Detention Storage Facility and off-site outfall (if required) that will store and release runoff from the new impervious areas. The lot and parcel owners will develop and implement a maintenance plan for the Detention Storage Facility, record an easement over the Detention Storage Facility and establish a Special Service Area for said Detention Storage Facility (and off-site outfall – if required).
• The depth of a basement and height of the first floor for any new construction will be limited by the water table and the BFE, which includes the HWL of any Detention facilities.
Packet Pg. 33
Lynn Landmeier, et alStaff recommended Stipulations:
1. Kane County Division of Transportation states the following Stipulations:
• The petitioner shall dedicate a 60 foot half right of way from centerline of Plato Road to the County of Kane. If you have any questions, please don’t hesitate to reach out.
Packet Pg. 34
Lynn Landmeier, et al
Staff recommended Findings of Fact:
1. The Rezoning would create for a new residential parcel.
Packet Pg. 35
Lynn Landmeier, et al
Regional Planning Commission: N/A
Zoning Board of Appeals: Approval with the three recommended stipulations
Development Committee: To Be Determined
Packet Pg. 36
#4547ETO CHICAGO, LLC
Requesting a rezoning from B-1 District Business and F-District Farming to B-3 District Business with a Special Use for
storage of equipment and vehicles
Packet Pg. 37
Packet Pg. 38
Packet Pg. 39
Packet Pg. 40
Packet Pg. 41
Packet Pg. 42
Packet Pg. 43
Packet Pg. 44
Packet Pg. 45
ETO Chicago, LLCStaff recommended Stipulations:
1. Kane County Water Resources Department states the following Stipulations:
• The site is adjacent to a residential area that has experienced flooding and drainage issues. The site also contains a depressional area and it is suspected a wetland is on-site as well. Given these issues Water Resources will require a stormwater permit for any disturbance on this site.
• The site contains hydric soil and will require a wetland delineation and Jurisdictional Decision by the USACE prior to any permitting on this site. The presence of wetlands may require the site plan to be adjusted to meet buffering requirements.
• There is known flooding in the residential area to the North West of the site. Water Resources recommends that the additional parking would be contingent on the petitioner increasing site volume storage and outfall improvements. The current outfall is not considered adequate for any additional runoff volumes. The increased site volume and outfall improvements would be required to mitigate the additional impervious added to the site. The applicant’s Engineer will be required to demonstrate that any improvements will not increase flood heights on neighboring properties or any structures.
Packet Pg. 46
ETO Chicago, LLCStaff recommended Stipulations:
1. Kane County Division of Transportation states the following Stipulations:
• The petitioner shall dedicate 50 feet of right-of-way from the existing pavement centerline of IL 25.
• The petitioner shall provide a traffic study to the County and Illinois Department of Transportation (IDOT) for review. Trucks shall not stage on IL 25 or back into the site from IL 25.
• The petitioner shall provide a revised site plan showing turning radius for a truck to access the loading bay, not using state right of way for maneuvering. Internal site circulation and the loading bay may need to be revised, relocated or improved to eliminate the need for trucks to back into the site from IL 25.
• The proposed zoning shall be subject to IDOT’s approval of the access locations and proposed improvements.
Packet Pg. 47
ETO Chicago, LLC
Staff recommended Findings of Fact:1. The proposed rezoning will provide for the continued use of this existing
business property and encourage reinvestment and improvements to the building and site.
Packet Pg. 48
ETO Chicago, LLC
Regional Planning Commission: N/A
Zoning Board of Appeals: Approval with the staff recommended stipulations with the additional stipulation:
“That the petitioner shall develop a landscaping and neighborhood blending plan out of consideration for the neighborhood.”
Development Committee: To Be Determined
Packet Pg. 49
RESOLUTION/ORDINANCE EXECUTIVE SUMMARY
Resolution No. 20 - 216 Renewing Eight Cable Television Franchise Agreements With Subsidiaries of Comcast Corporation Committee Flow: County Development Committee, Executive Committee, County Board Contact: Mark VanKerkhoff, 630.232.3451
Budget Information:
Was this item budgeted? N/A Appropriation Amount: If not budgeted, explain funding source:
Summary:
This Resolution renews eight cable television franchise agreements with subsidiaries of Comcast Corporation to November 30, 2030.
Packet Pg. 50
STATE OF ILLINOIS
COUNTY OF KANE
RESOLUTION NO. 20 - 216
RENEWING EIGHT CABLE TELEVISION FRANCHISE AGREEMENTS WITH SUBSIDIARIES OF COMCAST CORPORATION
WHEREAS, the Kane County Board has enacted eight cable television franchises through
various resolutions during the period from 1982 through 1992 as listed in Attachment A; and WHEREAS, the above franchises have been transferred and/or conveyed to subsidiaries of
Comcast Corporation; and WHEREAS, the eight franchises operated by subsidiaries of Comcast Corporation have
been extended periodically and have current expiration dates of November 30, 2020, as listed in Attachment A; and
WHEREAS, the Kane County Board has initiated and completed the franchise renewal
process for all eight franchises. NOW, THEREFORE, BE IT RESOLVED by the Kane County Board that the eight cable
television franchise agreements with subsidiaries of Comcast Corporation as listed in Attachment A are hereby renewed to July 31, 2030, in accordance with applicable state and federal laws and as described in Attachment B and the Map included as Attachment C. The Chairman of the Kane County Board is hereby authorized to sign the Franchise Renewal Agreement and related documents.
Passed by the Kane County Board on July 14, 2020.
________________________________ _____________________________ John A. Cunningham Christopher J. Lauzen Clerk, County Board Chairman, County Board Kane County, Illinois Kane County, Illinois Vote: 20-07 Comcast Renewal
Packet Pg. 51
ATTACHMENT A
KANE COUNTY CABLE TELEVISION FRANCHISES
Franchise Area
(descriptive)
Current Parent
Company
Current Franchisee
Current Agreement Adoption
Original Expiration
Date
Current Expiration
Date
New Expiration
Date Aurora
Township Comcast Comcast of
Illinois XIII, LP 1992
Ord. 92-133
September, 2004
November 30, 2019
July 31, 2030
Batavia
Township Comcast Comcast of
California/ Colorado/
Illinois/Indiana/Michigan,
LLC
1982 Ord. 82-5
May, 1996 November 30, 2019
July 31, 2030
St. Charles and Geneva Townships
Comcast Comcast of Illinois/Ohio/ Oregon, LLC
1992 Ord. 92-133
September, 2004
November 30, 2019
July 31, 2030
Campton Township
Comcast Comcast of California/ Colorado/
Illinois/Indiana/Michigan,
LLC
1988 Ord. 88-31
November, 2004
November 30, 2019
July 31, 2030
Plato Township
Comcast Comcast of California/ Colorado/
Illinois/Indiana/Michigan,
LLC
1989 Ord. 89-35
September, 2004
November 30, 2019
July 31, 2030
Rutland Township
Comcast Comcast of California/ Colorado/
Illinois/Indiana/Michigan,
LLC.
1989 Ord. 89-171
September, 2004
November 30, 2019
July 31, 2030
Elgin Township
Comcast Comcast of Illinois/ West Virginia, LLC
1992 Ord. 92-133
September, 2004
November 30, 2019
July 31, 2030
Dundee Township
Comcast Comcast of Northern
Illinois, Inc.
1988 Ord. 88-67
May, 1998 November 30, 2019
July 31, 2030
Packet Pg. 52
ATTACHMENT B
1
CABLE TELEVISION FRANCHISE AGREEMENT
BY AND BETWEEN
The
COUNTY OF KANE
And
COMCAST OF CALIFORNIA/ COLORADO/ ILLINOIS/INDIANA/ MICHIGAN, LLC;
COMCAST OF ILLINOIS/OHIO/ OREGON, LLC; COMCAST OF ILLINOIS/ WEST
VIRGINIA, LLC; COMCAST OF ILLINOIS XIII, L.P.; AND COMCAST OF NORTHERN
ILLINOIS, INC.
This Franchise Agreement (hereinafter, the “Agreement” or “Franchise Agreement”) is
made between the County of Kane, Illinois (hereinafter, the “County”) and Comcast of California/
Colorado/ Illinois/ Indiana/ Michigan, LLC; Comcast of Illinois/ Ohio/ Oregon, LLC, Comcast of
Illinois/ West Virginia, LLC; Comcast of Illinois XIII, L.P; and Comcast of Northern Illinois, Inc.
(hereinafter, “Grantee”) this____ day of , (the “Effective Date”).
Section 5/5-1095 of the Counties Code, 55 ILCS 5/5-1095, provides in relevant part that
"The County Board may license, tax or franchise the business of operating a community antenna
television system or systems within the County. . .”; and may also oversee the operation of Cable
Television systems through its Cable Ordinance and generally applicable policies and ordinances.
The County, having determined that the financial, legal, and technical abilities of the Grantee
are reasonably sufficient to provide the services, facilities, and equipment necessary to meet the
future cable-related needs of the community, desires to enter into this Franchise Agreement with the
Grantee for the construction, operation and maintenance of a Cable System on the terms and
conditions set forth herein.
This Agreement is entered into by and between the parties under the authority of and shall
be governed by the Cable Act, and the Illinois Counties Code, as amended from time to time;
provided that any provisions of the Illinois Counties Code that are inconsistent with the Cable Act
shall be deemed to be preempted and superseded.
SECTION 1: Definition of Terms
For the purpose of this Franchise Agreement, capitalized terms, phrases, words, and
abbreviations shall have the meanings ascribed to them in the Cable Act, or Cable Ordinance unless
otherwise defined herein.
“Affiliates” means any Person or entity that directly or indirectly controls or is controlled by
or is under common control with the Grantee.
“Board” or “County Board” means the Kane County Board of Commissioners.
"Cable Act" or "Act" means the Cable Communications Policy Act of 1984, as amended by
the Cable Consumer Protection and Competition Act of 1992 and the Telecommunications Act of
1996, 47 U.S.C. §§ 521 et seq., as the same may be amended from time to time.
Packet Pg. 53
ATTACHMENT B
2
"Cable Administrator" means that individual who has been appointed by the County to
oversee and administer the Cable Ordinance and this Agreement.
“Cable Operator” means any Person or group of Persons who provides Cable Service over a
Cable System and directly or through one or more affiliates owns a significant interest in such Cable
System; or who otherwise controls or is responsible for, through any arrangement, the management
and operation of such a Cable System.
"Cable Service" or “Service” means the one-way transmission to Subscribers of Video
Programming or Other Programming Service and Subscriber interaction, if any, which is required
for the selection or use of such Video Programming or Other Programming Service.
“Cable System” or “System,” has the meaning set forth in 47 U.S.C. § 522 of the Cable Act,
and means Grantee's facilities, consisting of a set of closed transmission paths and associated signal
generation, reception and control equipment, that is designed to provide Cable Service which
includes Video Programming and which is provided to multiple Subscribers within the Franchise
Area, but such term does not include (i) a facility that serves only to re-transmit the television signals
of one or more television broadcast stations; (ii) a facility that serves Subscribers without using any
public right-of-way, (iii) a facility of a common carrier which is subject, in whole or in part, to the
provisions of Title II of the Communications Act of 1934, as amended, except that such a facility
shall be considered a Cable System (other than for purposes of section 621(c) of the Cable Act) to
the extent such facility is used in the transmission of Video Programming directly to Subscribers,
unless the extent of such use is solely to provide Interactive On-Demand Services; (iv) an open video
system that complies with section 653 of the Cable Act; or (v) any facilities of any electric utility
used solely for operating its electric utility systems.
“Channel” or “Cable Channel” means a portion of the electromagnetic frequency spectrum
which is used in a Cable System and which is capable of delivering a television channel as a
television channel is defined by the Federal Communications Commission by regulation.
"County" means the County of Kane, a body politic and corporate as described in 55 ILCS
5/5-1001, as amended, or the lawful successor, transferee, designee, or assignee thereof.
“Customer” or “Subscriber” means a Person who lawfully receives and pays for Cable
Service with the Grantee’s express permission.
“Development Department” means the Kane County Development Department.
“FCC” means the Federal Communications Commission or successor governmental entity
thereto.
“Finance Department” means the Kane County Department of Finance.
“Franchise” means the initial authorization, or renewal thereof, issued by the County,
whether such authorization is designated as a franchise, agreement, permit, license, resolution,
contract, certificate, ordinance or otherwise, which authorizes the construction or operation of the
Cable System.
Packet Pg. 54
ATTACHMENT B
3
“Franchise Agreement” or “Agreement” shall mean this Agreement and any amendments or
modifications hereto.
“Franchise Area” means that portion of the present legal boundaries of the County more
particularly described in Exhibit “A” to this Agreement, and shall also include any additions to that
area, by annexation, de-annexation, incorporation, disincorporation, or other legal means or other
MetroNet ProposedKane CountyFranchise Service Areas
Proposed Service Areas
Packet Pg. 72
RESOLUTION/ORDINANCE EXECUTIVE SUMMARY
Resolution No. 20 - 217 Authorizing a One-Year Extension of Refuse and Recycling Services for the Mill Creek Special Service Area Committee Flow: Energy and Environmental Committee, Executive Committee, County Board Contact: Jennifer Jarland, 630.208.3841
Budget Information:
Was this item budgeted? N/A Appropriation Amount: $0 (zero) If not budgeted, explain funding source: N/A
Summary:
This resolution seeks to authorize a (1) one-year extension to the existing (5) five-year contract with Advanced Disposal for the provision of waste and recycling services for the Mill Creek Special Service Area.
Packet Pg. 73
STATE OF ILLINOIS
COUNTY OF KANE
RESOLUTION NO. 20 - 217
AUTHORIZING A ONE-YEAR EXTENSION OF REFUSE AND RECYCLING SERVICES FOR THE MILL CREEK SPECIAL SERVICE AREA
WHEREAS, Kane County currently holds a contract with Advanced Disposal Services Solid
Waste Midwest (Bid #36-015) made on September 6, 2015, per resolution 15-234 for the purpose of providing Refuse Removal and Recycling Services for the Mill Creek Special Service Area; and
WHEREAS, Advanced Disposal (formerly Veolia) has held this contract for the last 15 years,
during which time service has been exceptional and without fault; and WHEREAS, Advanced Disposal agrees to a (1) one-year extension to this contract, with the
same terms and conditions, and an incremental cost increase that is on par with existing annual cost increases in the contract; and
WHEREAS, this contract does not have a cost to Kane County, and secures the lowest cost
for the residents of Mill Creek. NOW, THEREFORE, BE IT RESOLVED by the Kane County Board that the Chairman of
the County Board is hereby authorized to enter into a (1) one-year extension to the existing contract from November 1, 2020 to October 31, 2021 with Advanced Disposal Services, Batavia, IL for refuse removal and recycling services in the Mill Creek Subdivision for the Mill Creek Special Service Area District.
Passed by the Kane County Board on July 14, 2020.
________________________________ _____________________________ John A. Cunningham Christopher J. Lauzen Clerk, County Board Chairman, County Board Kane County, Illinois Kane County, Illinois Vote: 20-07 Mill Creek Hauler
Packet Pg. 74
Packet Pg. 75
Packet Pg. 76
Packet Pg. 77
RESOLUTION/ORDINANCE EXECUTIVE SUMMARY
Resolution: No. 20 - 218 Authorizing FY20 Budget Adjustment Related to Multi-Use Facility Bond Issue Committee Flow: Finance and Budget Committee, Executive Committee, County Board Contact: Joseph Onzick, 630.208.5113
Budget Information:
Was this item budgeted? No Appropriation Amount: If not budgeted, explain funding source:
Summary:
This resolution authorizes the increase of the budget for the construction of the building from the original $10,000,000 to the final project cost of $13,250,562; it reduces the cost of issuance from $105,950 to $74,000; and it adjusts the bond proceeds and transfers from the Public Building Commission according to the bond closing documents. It also reimburses the Capital Fund for architectural expenses incurred the previous fiscal year related the Multi-Use Facility.
Packet Pg. 78
STATE OF ILLINOIS
COUNTY OF KANE
RESOLUTION: NO. 20 - 218
AUTHORIZING FY20 BUDGET ADJUSTMENT RELATED TO MULTI-USE FACILITY BOND ISSUE
WHEREAS, the adopted budget for Fiscal Year 2020 included estimated amounts related to
the anticipated bond issue; and WHEREAS, the details of the actual bond issue are now known as a result of the bond
closing that occurred on June 18, 2020; NOW, THEREFORE, BE IT RESOLVED by the Kane County Board to adjust the Fiscal
Year 2020 Budget in accordance with the details of the bond closing documents as follows:
510.800.000.38800 Capital Improvement: Bond Proceeds $ 3,853,281 510.800.000.38850 Capital Improvement: Bond Premium $ (1,305,950)510.800.000.39000 Capital Improvement: Tfr from Public Building Commission $ 597,281 510.800.781.72000 Capital Improvement: Building Construction $ 3,250,562 510.800.781.80040 Capital Improvement: Debt Issuance Cost $ (105,950)
610.760.000.38000 Capital Improvement Debt: Investment Income $ (6,930)610.760.000.38800 Capital Improvement Debt: Bond Proceeds $ 476,719 610.760.000.39000 Capital Improvement Debt: Tfr from Public Building Comm $ (453,689)610.760.000.39000 Capital Improvement Debt: Tfr from Public Building Comm $ 505,505 610.760.762.80020 Capital Improvement Debt: Interest on Bonds $ (277,689)610.760.762.80040 Capital Improvement Debt: Debt Issuance Costs $ 74,000 610.760.762.80500 Capital Improvement Debt: Debt Service Requirement $ 725,294
601.760.000.39900 Public Building Commission: Cash on Hand $ 597,281 601.760.764.99000 Public Building Commission: Tfr to Fund 510 $ 597,281 601.760.000.39900 Public Building Commission: Cash on Hand $ (453,689)601.760.764.99000 Public Building Commission: Tfr to Fund 610 $ (453,689)601.760.000.39900 Public Building Commission: Cash on Hand $ 505,505 601.760.764.99000 Public Building Commission: Tfr to Fund 610 $ 505,505
500.800.000.39000 Capital Fund: Tfr from Capital Improvement Fund $ 666,744 500.800.805.89000 Capital Fund: Net Income $ 666,744 510.800.781.72000 Capital Improvement Fund: Building Construction $ (666,744)510.800.781.99000 Capital Improvement Fund: Tfr to Capital Fund (PY exp) $ 666,744
Packet Pg. 79
Line Item Line Item Description Was Personnel/Item/Service approved
in original budget or a subsequent budget revision?
Are funds currently available for this Personnel/Item/Service in the specific line item?
If funds are not currently available in the specified line item, where are the funds available?
Various - See above No No Bond Proceeds & Cash on Hand
Passed by the Kane County Board on July 14, 2020.
________________________________ _____________________________ John A. Cunningham Christopher J. Lauzen Clerk, County Board Chairman, County Board Kane County, Illinois Kane County, Illinois Vote: MUF Bond BA
Packet Pg. 80
RESOLUTION/ORDINANCE EXECUTIVE SUMMARY
Resolution: No. 20 - 219 Authorizing a Lease for the Kane County Sheriff's In-Car Camera Systems Committee Flow: Judicial/Public Safety Committee, Finance and Budget Committee, Executive Committee, County Board Contact: Christie Duffy, 630.208.2001
Budget Information:
Was this item budgeted? No Appropriation Amount: See below
If not budgeted, explain funding source: 001.380.380.50150
Summary:
This Resolution authorizes the Sheriff of Kane County to enter into a five (5) year lease with Midwest Public Safety Group, LLC, for the proposed Getac Video System. The system provides a reliable In-Car and Body-Worn Camera System, which includes but is not limited to:
• Capturing video from both the front, back seat, and rear cameras. • Providing restrictive access to the devices and their recording systems, preventive
measures against the user erasing or altering video, password-protected software platforms, and elevated levels of security.
• A cloud hosted solution that allows the review and management of all stored video using a web browser on any computer with Internet access.
• Facilitating the full ability to tag and categorize video and audio files according to retention rules established by the Department.
• Complete Evidence Management back-office system to allow streamlining of case related video, pictures and documents.
• Full end to end comprehensive Warranty and Support coverage as per requested.
Packet Pg. 81
STATE OF ILLINOIS
COUNTY OF KANE
RESOLUTION: NO. 20 - 219
AUTHORIZING A LEASE FOR THE KANE COUNTY SHERIFF'S IN-CAR CAMERA SYSTEMS
WHEREAS, the Kane County Sheriff’s Office requires reliable In-Car and Body-Worn
Camera Systems; and WHEREAS, proposals have been solicited and received by the Kane County Purchasing
Department for the In-Car Camera Systems Leasing Program; and WHEREAS, one (1) proposal was received, reviewed, and evaluated with Midwest Public
Safety Group, LLC; and WHEREAS, Midwest Public Safety Group, LLC, 2665 Harryland Road, Decatur, IL 62521,
was evaluated and deemed a qualified vendor at an annual cost of One Hundred Eight Thousand, Five Hundred Fifty-Five Dollars and 25/100 ($108,555.25) with a total cost over the five (5) year lease of Five Hundred Forty-Two Thousand, Seven Hundred Seventy-Six Dollars and 25/100 ($542,776.25).
NOW, THEREFORE, BE IT RESOLVED by the Kane County Board and the Chairman thereof is authorized to enter into a five (5) year lease with Midwest Public Safety Group, LLC, for the provision of the proposed Getac Video System for In-Car and Body-Worn Camera Systems.
Line Item Line Item Description Was Personnel/Item/Service
approved in original budget or a subsequent budget revision?
Are funds currently available for this Personnel/Item/Service in the specific line item?
If funds are not currently available in the specified line item, where are the funds available?
001.380.380.50150 Contractual/Consulting Svcs. No Yes Cost savings in other service line
items
Passed by the Kane County Board on July 14, 2020.
________________________________ _____________________________ John A. Cunningham Christopher J. Lauzen Clerk, County Board Chairman, County Board Kane County, Illinois Kane County, Illinois Vote: 20-07 Shf SquadCamSys
Packet Pg. 82
Packet Pg. 83
Packet Pg. 84
Packet Pg. 85
Packet Pg. 86
Packet Pg. 87
Packet Pg. 88
Packet Pg. 89
Packet Pg. 90
Packet Pg. 91
Packet Pg. 92
Packet Pg. 93
Packet Pg. 94
Packet Pg. 95
Packet Pg. 96
Packet Pg. 97
Packet Pg. 98
Packet Pg. 99
Packet Pg. 100
Packet Pg. 101
Packet Pg. 102
Packet Pg. 103
Packet Pg. 104
Packet Pg. 105
Packet Pg. 106
Packet Pg. 107
Packet Pg. 108
Packet Pg. 109
Packet Pg. 110
Packet Pg. 111
Packet Pg. 112
Packet Pg. 113
Packet Pg. 114
Packet Pg. 115
Packet Pg. 116
Packet Pg. 117
Packet Pg. 118
Packet Pg. 119
Packet Pg. 120
Packet Pg. 121
Packet Pg. 122
Packet Pg. 123
Packet Pg. 124
Packet Pg. 125
RESOLUTION/ORDINANCE EXECUTIVE SUMMARY
Resolution: No. 20 - 220 Authorizing Contract with Walker & Associates and Heartland Business Systems for Cisco Hardware, Software, Services and SmartNet Committee Flow: Administration Committee, Finance and Budget Committee, Executive Committee, County Board Contact: Barbara Garza, 630.208.3834
Budget Information:
Was this item budgeted? Yes Appropriation Amount: $600,000
If not budgeted, explain funding source:
Summary:
The Information Technologies Department provides network services to all Kane County offices and departments for its telecom system. There were 2 responses to RFP 34-020 for Cisco hardware, software, services and SmartNet, and both vendors meet the requirements set forth in the RFP. ITD would like to utilize both vendors.
Packet Pg. 126
STATE OF ILLINOIS
COUNTY OF KANE
RESOLUTION: NO. 20 - 220
AUTHORIZING CONTRACT WITH WALKER & ASSOCIATES AND HEARTLAND BUSINESS SYSTEMS FOR CISCO HARDWARE, SOFTWARE, SERVICES AND SMARTNET
WHEREAS, the Information Technologies Department provides network services to all Kane
County offices and departments; and WHEREAS, funds have been budgeted by the Kane County Information Technologies
Department for said equipment and services; and WHEREAS, proposals were requested under RFP 34-020, and Walker & Associates and
Heartland Business Systems submitted proposals that meet the requirements of the IT Department at acceptable rates; and
WHEREAS, the contract calls for the use of funds beyond the present budget year and the
County of Kane acknowledges the necessity of the appropriation of such funds.
NOW, THEREFORE, BE IT RESOLVED that the Kane County Board Chairman is authorized to enter into a contract under RFP 34-020 for three (3) years with an option to extend for two (2) additional one (1) year periods and that the Information Technologies Department is authorized to purchase said hardware, software, services and SmartNet in an amount not to exceed Six Hundred Thousand Dollars ($600,000) per year from various accounts..
Line Item Line Item Description Was Personnel/Item/Service approved in original budget or a subsequent budget revision?
Are funds currently available for this Personnel/Item/Service in the specific line item?
If funds are not currently available in the specified line item, where are the funds available?
Various Various Yes Yes N/A Passed by the Kane County Board on July 14, 2020.
________________________________ _____________________________ John A. Cunningham Christopher J. Lauzen Clerk, County Board Chairman, County Board Kane County, Illinois Kane County, Illinois Vote: 20-07 Cisco
Packet Pg. 127
County of Kane PURCHASING DEPARTMENT
KANE COUNTY GOVERNMENT CENTER 719 S. Batavia Avenue, Bldg. A Telephone: (630) 232-5929 Geneva, Illinois 60134 Fax: (630) 208-5107
SmartNet Recommended Vendors: Heartland Business Systems &
Walker & Associates, Inc.
NOTIFICATION AND RESPONSE Public Notices: Kane County Web Site and The Daily Herald Advertising Date: May 12, 2020 Notices sent/Plan Holders: 63/35 Proposal Due Date: May 27, 2020 Proposals Received: 2
PURPOSE The County of Kane and Illinois Counties Information Management Association (ICIMA) jointly accepted proposals to retain the services of qualified and experienced vendors to provide Cisco Hardware, Software, Services and Smartnet. The following vendors submitted proposals: VENDORS TOTAL SCORES
Heartland Business Systems 5400 Patton Dr., Unit 4B, Lisle, IL 60532
93.5
Walker & Associates, Inc. 7129 Old Hwy 52 North, Welcome, NC 27374
88
The Proposals were reviewed and scored based on the weights and criteria as stated in the RFP. Information Technology staff recommends awarding of this contract to both Heartland Business Systems and Walker & Associates, Inc. for a three (3) year term with option to extend up to two (2) additional one (1) year renewal periods, pending Committee and County Board Approval. Submitted By: Maria C. Calamia Maria C. Calamia, CPPB Assistant Purchasing Director
Packet Pg. 128
Packet Pg. 129
Packet Pg. 130
Packet Pg. 131
Packet Pg. 132
RESOLUTION/ORDINANCE EXECUTIVE SUMMARY
Resolution: No. 20 - 221 Authorizing Renewal and Amendment No. 6 to the Intergovernmental Agreement Between the County of Kane, the Kane County Child Advocacy Center and the Board of Trustees of the University of Illinois Committee Flow: Judicial/Public Safety Committee, Finance and Budget Committee, Executive Committee, County Board Contact: Erin Brady, 630.208.5331
Budget Information:
Was this item budgeted? N/A Appropriation Amount: If not budgeted, explain funding source:
Summary:
The Kane County Child Advocacy Center ("CAC") receives grant funding which is used to provide specialized pediatric medical services relating to CAC cases. In 2015, the CAC, the County of Kane, and the Board of Trustees of the University of Illinois entered into an intergovernmental agreement for the provision of such medical services. This resolution seeks authorization to exercise the fifth optional one-year extension of that agreement.
Packet Pg. 133
STATE OF ILLINOIS
COUNTY OF KANE
RESOLUTION: NO. 20 - 221
AUTHORIZING RENEWAL AND AMENDMENT NO. 6 TO THE INTERGOVERNMENTAL AGREEMENT BETWEEN THE COUNTY OF KANE, THE KANE COUNTY CHILD
ADVOCACY CENTER AND THE BOARD OF TRUSTEES OF THE UNIVERSITY OF ILLINOIS
WHEREAS, the County of Kane, the Kane County Child Advocacy Center, and the Board of Trustees of the University of Illinois previously entered into an intergovernmental agreement for certain pediatric physician and nurse practitioner services on June 22, 2015, CN-00019315 (the "Agreement"); and
WHEREAS, the Agreement provides for an original one year term with five additional 12-
month renewal options; and WHEREAS, the parties to the Agreement desire to extend the Agreement for its fifth renewal
option for the period of June 22, 2020 through June 21, 2021. NOW, THEREFORE, BE IT RESOLVED by the Kane County Board that the Chairman
thereof is authorized to execute on behalf of the County of Kane an Amendment No. 6 to Intergovernmental Agreement Between the County of Kane, the Kane County Child Advocacy Center, and the Board of Trustees of the University of Illinois.
Passed by the Kane County Board on July 14, 2020.
________________________________ _____________________________ John A. Cunningham Christopher J. Lauzen Clerk, County Board Chairman, County Board Kane County, Illinois Kane County, Illinois Vote: 20-07 U of I CAC Agreement
Packet Pg. 134
RESOLUTION/ORDINANCE EXECUTIVE SUMMARY
Resolution: No. 20 - 222 Authorization of a Contract for HVAC Improvements Project: Government Center Campus Building "C" Committee Flow: Administration Committee, Finance and Budget Committee, Executive Committee, County Board Contact: Rickey Sparks, 630.208.5175
Budget Information:
Was this item budgeted? Yes Appropriation Amount: $425,064.00 If not budgeted, explain funding source:
Summary:
Bids have been solicited for the 2020 Kane County HVAC Improvements Project (BID #25-020) for Government Campus Building “C”. A total of five (5) bids were received and publicly opened on June 2, 2020 at 11:00 am.
The lowest responsive and responsible bidder for the project was Mechanical Concepts of Illinois for a total bid of $354,220.00, inclusive of Alternate #’s 1 & 2.
This project will also include a 20% Contingency valued at $70,844.00 for a total project cost of $425,064.00. The Contingency amount will be held by Kane County and not part of the contract.
Packet Pg. 135
STATE OF ILLINOIS
COUNTY OF KANE
RESOLUTION: NO. 20 - 222
AUTHORIZATION OF A CONTRACT FOR HVAC IMPROVEMENTS PROJECT: GOVERNMENT CENTER CAMPUS BUILDING "C"
WHEREAS, Bids have been solicited for the 2020 Kane County HVAC Improvements
Project (BID #25-020) for Government Center Campus, Bldg “C”, 719 S. Batavia Ave, Geneva, IL 60134. A total of five (5) bids were received and opened publicly on June 2, 2020 at 11:00 am; and
WHEREAS, the lowest and responsive and responsible bidder, as per bid documents and specifications, was Mechanical Concepts of Illinois, 333 S. O’Hare Drive, Romeoville, IL 60446 for a total bid of $354,220.00; and
WHEREAS, the submitted proposal consists of a Base Bid of $337,000.00 and also includes two Alternates. Alternate #1 is to replace select ACT ceilings for the sum of $12,000.00. Alternate #2 is to provide UV & HEPA filtration functionality for the RTU’s for the sum of $5,220.00; and
WHEREAS, the combination of the Base Bid plus accepted Alternate #’s 1 & 2 bring the recommended bid value to a total of $354,220.00. It is also highly recommended that a 20% contingency of $70,844.00 be retained for the project bringing the total up to a combined value of $425,064.00. It should be noted that this combined total is $124,936.00 below the estimated cost or 22.715% below the initial cost estimate of $550,000.00; and
WHEREAS, it should be noted that the 20% Contingency amount of $70,844.00 will be held by Kane County and is not part of the contract; and
WHEREAS, Cordogan Clark held a project scope review, after the bid opening, with Mechanical Concepts to confirm that the vendor has a clear understanding of the project’s scope of work and contract requirements. Mechanical Concepts acknowledged full understanding and acceptance of the terms and conditions of the project. Cordogan Clark also reviewed the contractor’s qualifications and references and are satisfied that Mechanical Concepts meet their recommended standards
NOW, THEREFORE, BE IT RESOLVED by the Kane County Board that the Chairman is hereby authorized to execute a contract for the Kane County HVAC Improvements Project for Government Center Bldg “C” to Mechanical Concepts of Illinois of Romeoville, IL for the Base Bid amount of Three Hundred Thirty-Seven Thousand Dollars ($337,000.00). In addition, authorizing the approval of Alternate #1 for Twelve Thousand Dollars (12,000.00) & Alternate #2 for Five Thousand, Two Hundred Twenty Dollars ($5,220.00) for the combined amount of Three Hundred
Packet Pg. 136
Fifty-Four Thousand, Two Hundred Twenty-Two Dollars ($354,220.00), and a twenty percent (20%) project contingency of Seventy-Thousand, Eight Hundred Forty-Four Dollars ($70,844.00) for a total combined project cost of Four Hundred Twenty-Five Thousand, Sixty-Four Dollars ($425,064.00).
Line Item Line Item Description Was Personnel/Item/Service approved
in original budget or a subsequent
budget revision?
Are funds currently available for this
Personnel/Item/Service in the specific
line item?
If funds are not currently available
in the specified line item, where
are the funds available?
500.800.805.72010 Building Improvements Yes Yes N/A
Passed by the Kane County Board on July 14, 2020.
________________________________ _____________________________ John A. Cunningham Christopher J. Lauzen Clerk, County Board Chairman, County Board Kane County, Illinois Kane County, Illinois Vote: 20-07 KC HVAC - Bldg C
Packet Pg. 137
June 2, 2020
Mr. Rickey Sparks Executive Director of Building Management 719 Batavia Avenue Geneva, IL 60134 Re: Kane County Building C HVAC Improvements Project Bidder Recommendation Dear Rickey: The Building C HVAC Improvements Project was put out to Bid on May 19, 2020. Over ten contractors were notified of the project and eight of them obtained bidding documents and/or attended the pre-bid meeting. At the bid opening date of June 2, 2020, we received five bids, The attached Bid Tabulation document illustrates the recorded bids and the plan holders. The project budget estimate including a 10% contingency was $550,000. The lowest responsive and responsible bidder for the project was Mechanical Concepts of Illinois, Inc. for a total base bid of $337,000.00. We also bid two alternates for the project which are recommended that both be taken. Alternate #1 is to replace select ACT ceilings for $12,000.00. Alternate #2 is to provide UV & HEPA Filtration functionality for the RTU’s for $5,220.00. Thus, the combined bid value, including the Alternates is $354,220.00. We highly recommend that a 20% contingency be retained for this project, a value of $70,844.00. Therefore, the total project budget is $425,064.00. Thus, this Bid value, plus contingency is $124,936 below the estimated cost. We proceeded to do a project scope review with Mechanical Concepts of IL after the Bid Opening to ensure that they fully understood the project and the contract requirements. They acknowledged full understanding and acceptance of the terms and conditions. We also reviewed their qualification statement and references and are satisfied that they meet our recommended standards. As such, it is our recommendation that Mechanical Concepts of IL be awarded the Contract for the bid total of $$354,220.00 in accordance with the bidding documents for the aforementioned project. We also recommend that a Project Contingency be set aside for the project for approximately 20% of the Contract Value. The recommended contingency value for the project is $70,844. Thank you for this opportunity to serve Kane County on this critical project that will benefit all of tax payers of the County. Should you require any additional information or clarifications, please do not hesitate to contact me. Respectfully submitted, Cordogan Clark & Associates
Brian Kronewitter, AIA, DBIA Executive Vice President
Packet Pg. 138
June 2, 2020 @ 11:00 a.m.
BID TABULATION:
Vendor Name / AddressBid
Bond
Signed Bid
FormAddendum
BaseBid
Alt #1 - ACT Ceiling System
Alt. #2 -Catalytic Air Cleaning
SystemVoluntary Alt.
Total Base Bid + Accepted Alts.
Amber Mechanical Contractors, Inc.Alsip, IL x x 1 $439,000.00 $104,000.00 $13,000.00 $556,000.00
Ideal Heating Company Brookfield, IL
Mechanical IncorporatedFreeport, IL
Regan Heating Inc.Justice, IL
YoungrensAurora, IL x x 1 $454,300.00 $6,500.00 $10,000.00 $470,800.00
F. E. Moran Northbrook, IL x x 1 $447,000.00 $90,000.00 $7,700.00 $544,700.00
Mechanical Concepts of IL Romeoville, IL x x 1 $337,000.00 $12,000.00 $5,220.00 $354,220.00
DeKalb Mechanical DeKalb, IL x x 1 $484,000.00 $60,000.00 $6,000.00 $550,000.00
$354,220
20.00% $70,844 $425,064
Total Apparent Lowest Responsive & Responsible Bidder + Accepted Alternates:
Recommended Project Budget:
KANE COUNTY GOVERNMENTKane County Building C HVAC
Contingency:
NO BID
NO BID
NO BID
Packet Pg. 139
County of Kane PURCHASING DEPARTMENT
KANE COUNTY GOVERNMENT CENTER 719 S. Batavia Avenue, Bldg. A. Telephone: (630) 232-5929 Geneva, Illinois 60134 Fax: (630) 208-5107
June 2, 2020
PROCUREMENT SYNOPSIS
Requesting Department: Building Management Department Procurement Name: Bid 25-020 – Building C - HVAC Upgrade Project Recommended Vendor: Mechanical Concepts of IL Amount of Award: $354,220.00 NOTIFICATION AND RESPONSE Public Notices: ● County of Kane’s Web site ● Daily Herald – Fox Valley Advertising Date: May 19, 2020 Notices sent/Plan Holders: 72/23 Bid Due Date: June 2, 2020 Bids Received: 5 PURPOSE This Bid was seeking services from a qualified Contractor to perform Building C HVAC Upgrade Project for County Building Management. This was a prevailing wage bid. Cordogan Clark Associates and Kane County Building Management Department evaluated all bids to ensure that the Contractors fully understood the project scope and contract requirements and determined that Mechanical Concepts of IL of Romeoville, IL was the lowest responsive, responsible Bidder. BID TABULATION
Vendors Bid Prices TOTAL BASE BID &
ACCEPTED ALTERNATES Base Bid Alternate 1 Alternate 2
Mechanical Concepts of IL – Romeoville, IL $337,000.00 $12,000.00 $5,220.00
$354,220.00 Youngrens – Aurora, IL $454,300.00 $6,500.00 $10,000.00 $470,800.00 F. E. Moran – Northbrook, IL $447,000.00 $90,000.00 $7,700.00 $544,700.00 DeKalb Mechanical – DeKalb, IL $484,000.00 $60,000.00 $6,000.00 $550,000.00 Amber Mechanical Contractors, Inc. – Alsip, IL
$439,000.00 $104,000.00 $13,000.00 $556,000.00
Based on cost, experience, and bid compliance, the Architect and Building Management staff recommend awarding this contract to perform Building C - HVAC Upgrade Project to Mechanical Concepts of IL of Romeoville, IL pending committee and full Kane County Board approval. Submitted By: Maria C. Calamia, CPPB Assistant Purchasing Director
Packet Pg. 140
Packet Pg. 141
Packet Pg. 142
RESOLUTION/ORDINANCE EXECUTIVE SUMMARY
Resolution: No. 20 - 223 Authorizing Sex Offender Treatment Services Committee Flow: Judicial/Public Safety Committee, Finance and Budget Committee, Executive Committee, County Board Contact: Lisa Aust, 630.232.5809
Budget Information:
Was this item budgeted? N/A Appropriation Amount: If not budgeted, explain funding source:
Summary:
Treatment is an integral part of the containment model supervision standards for the supervision and treatment of sex offenders. Court Services has contracted with local community agencies to provide individual, group, and family counseling services for adults and adolescent offenders sentenced with sex offender specific probation conditions. Recently RFP 32-018 was issued with One Hope United as the top recommended provider. Services are paid for with probation fees with no impact on the general fund. The goal of treatment is for sex offenders to receive guidance and support in behavior change which promotes our goal of decreasing future victimization.
Packet Pg. 143
STATE OF ILLINOIS
COUNTY OF KANE
RESOLUTION: NO. 20 - 223
AUTHORIZING SEX OFFENDER TREATMENT SERVICES
WHEREAS, The Mission Statement of the Illinois Sex Offender Management Board is "To develop and implement standards and laws to protect victims and communities and to hold offenders accountable through the identification, treatment and monitoring of both adult and juvenile sex offenders"; and
WHEREAS, Court Services' containment model of supervision for this type of defendant
complies with the standards set by the Sex Offender Management Board, including mandatory treatment for those court ordered into the sex offender treatment program; and
WHEREAS, Court Services issued Request for Proposal 32-018 for Sex Offender Treatment
and Counseling Services and four providers responded; and WHEREAS, One Hope United has satisfactorily provided these services for the offenders
supervised by Court Services many years, and the agency has become an integral part of the Kane County Court Services Sex Offender Containment Supervision Team; and
WHEREAS, One Hope United agreed and offered to extend the existing contract for one (1)
year. All terms, conditions, and pricing to remain. This is the first of two (2) option years as allowed per the contract term of the original RFP which was accepted on September 11, 2018; and
NOW, THEREFORE, BE IT RESOLVED by the Kane County Board is notified that the Chief
Judge is authorized to enter into a contract with One Hope United for the provision of Sex Offender Treatment and Counseling, to commence September 1, 2020 through August 31, 2021, with one option year remaining subject to appropriation.
Passed by the Kane County Board on July 14, 2020.
________________________________ _____________________________ John A. Cunningham Christopher J. Lauzen Clerk, County Board Chairman, County Board Kane County, Illinois Kane County, Illinois Vote: 20-07 One Hope United Contract
Packet Pg. 144
County of Kane PURCHASING DEPARTMENT
KANE COUNTY GOVERNMENT CENTER 719 S. Batavia Avenue, Bldg. A. Telephone: (630) 232-5929 Geneva, Illinois 60134 Fax: (630) 208-5107
May 11, 2020
CONTRACT SYNOPSIS
(Sex Offender Treatment and Counseling Services) Procurement Name: 32-018 Sex Offender Treatment and Counseling Services Requesting Department Court Services Department Awarded Vendor: One Hope United PURPOSE: This is a one-year contract extension with One Hope United for the provision of comprehensive assessment, treatment, and counseling services to adult and juvenile sex offenders at no cost increase for the Kane County Court Services. The previous contract was competitively solicited and awarded by the County Board on September 11, 2018, per Resolution 18-337. This contract will be expired on August 31, 2020, and included an option to extend if mutually agreed upon by both parties. One Hope United agreed and offered to extend the existing contract for one (1) year. All terms and conditions and pricing to remain firm. This is the first of two (2) options year as allowed per Contract Term of the original RFP which was accepted on September 11, 2018. The new contract term shall start from September 1, 2020 and will be terminated on August 31, 2021 with one option year remaining. Evaluation tabulation of previous procurement VENDOR Average Committee Score One Hope United – St. Charles, IL 87% The Mathers Clinic – Elgin, IL 72% Latino Family Services, P.C. – Arlington Height, IL 70% Braden Counseling Center – Sycamore, IL 48% One Hope United of St. Charles, IL was recommended for the one (1) year contract extension based on the following criteria:
- Qualification, program plan and approach, goals and outcome, contract compliance. - Court Services has been very happy and satisfy with the services they have been
providing the County since 2012. Purchasing Department recommends approval of a one year contract extension with One Hope United of St. Charles, IL for the provision of comprehensive treatment and counseling of adult and juvenile sex offenders pending Kane County Court Service’s parent committee and full County Board approval. Submitted By: Tim Keovongsak, CPPB, Buyer III Purchasing Department
Packet Pg. 145
Packet Pg. 146
RESOLUTION/ORDINANCE EXECUTIVE SUMMARY
Resolution: No. 20 - 224 Authorization to Purchase DocuSign Enterprise System with Carahsoft Committee Flow: Administration Committee, Finance and Budget Committee, Executive Committee, County Board Contact: Barbara Garza, 630.208.3834
Budget Information:
Was this item budgeted? No Appropriation Amount: $100,000 If not budgeted, explain funding source: Covid Funds
Summary:
As a result of the current Covid-19 pandemic which makes it difficult for people to safely sign and exchange documents, the Kane County Information Technologies Department through a government joint purchasing contract with OMNIA with Carahsoft for the DocuSign system will provide a secure solution for digital signatures thus eliminating direct contact and interaction. This item was not budgeted in the current budget year and will be considered a Covid-related expense. This will be a 3-year contract affecting various County funds.
Packet Pg. 147
STATE OF ILLINOIS
COUNTY OF KANE
RESOLUTION: NO. 20 - 224
AUTHORIZATION TO PURCHASE DOCUSIGN ENTERPRISE SYSTEM WITH CARAHSOFT
WHEREAS, the Kane County Information Technologies Department has been asked to provide a solution for document signature that will eliminate the need for direct contact and interaction when signing documents for various offices and department thus accomplishing a safer environment under the CDC guidelines for Covid-19; and
WHEREAS, the Information Technologies Department is desirous to utilize the government
joint purchase contract R-150402 with OMNIA for the purchase of the DocuSign solution through Carahsoft; and
WHEREAS, this will authorize the Kane County Information Technologies to purchase said
system for the current budget year through FY2022 at a cost not to exceed $100,000 per year; and WHEREAS, the contract calls for the use of funds beyond the present budget year, and the
County of Kane acknowledges the necessity of the appropriation of such funds; and WHEREAS, it is expected that said expenses will be paid from Covid-19 and other County
funds. NOW, THEREFORE, BE IT RESOLVED that the Kane County Information Technologies
Department is hereby authorized to purchase DocuSign Enterprise software and support at an annual cost not to exceed One Hundred Thousand Dollars ($100,000) per year through FY2022 to be paid from Covid-19 funds and various line items as needed for departments and offices.
Line Item Line Item Description Was Personnel/Item/Service approved in original budget or a subsequent budget revision?
Are funds currently available for this Personnel/Item/Service in the specific line item?
If funds are not currently available in the specified line item, where are the funds available?
Various Services & Contractual Not budgeted in 2020 Yes Covid-19 Passed by the Kane County Board on July 14, 2020.
________________________________ _____________________________ John A. Cunningham Christopher J. Lauzen Clerk, County Board Chairman, County Board Kane County, Illinois Kane County, Illinois Vote: 20-07 DocuSign
Packet Pg. 148
RESOLUTION/ORDINANCE EXECUTIVE SUMMARY
Resolution: No. 20 - 225 Authorizing Contract Renewal for Food Provider for the Juvenile Justice Center Committee Flow: Judicial/Public Safety Committee, Finance and Budget Committee, Executive Committee, County Board Contact: Mike Davis, 630.406.7468
Budget Information:
Was this item budgeted? Yes Appropriation Amount: $155,087.54
If not budgeted, explain funding source: N/A
Summary:
This resolution is for a contract renewal with Sysco Chicago, Inc. for the purchase and delivery of bulk foods (Breads, Milk, Meat & Chicken, Dry Goods, Dairy and Miscellaneous Supplies) for the Kane County Juvenile Justice Center; the current contract with Sysco Chicago, Inc., Resolution 18-424, is due to expire on July 31, 2020. The proposals to RFP 16-020 Food Service Provider for the Kane County Juvenile Justice Center have been evaluated and scored. Sysco Chicago, Inc. was the most qualified and least expensive option to provide bulk food to the Kane County Juvenile Justice Center. This is a one (1) year contract with three (3) mutual options for renewal and will commence on August 1, 2020.
Packet Pg. 149
STATE OF ILLINOIS
COUNTY OF KANE
RESOLUTION: NO. 20 - 225
AUTHORIZING CONTRACT RENEWAL FOR FOOD PROVIDER FOR THE JUVENILE JUSTICE CENTER
WHEREAS, bids were solicited to food providers for Breads, Milk, Meat & Chicken, Dry
Goods and Bulk Food & Miscellaneous Supplies to the Juvenile Justice Center; and WHEREAS, the lowest responsible bidder was Sysco Chicago, Inc.; and WHEREAS, adequate funds have been budgeted for these purchases in fund
001.430.436.60230.
NOW, THEREFORE, BE IT RESOLVED by the Kane County Board that the Chairman thereof is hereby authorized to enter into a contract renewal with Sysco Chicago, Inc. Expenditures to be charged to 001.430.436.60230, which has been budgeted for One Hundred Fifty-Five Thousand, Eighty-Seven Dollars and Fifty-Four Cents ($155,087.54).
Line Item Line Item Description Was Personnel/Item/Service approved
in original budget or a subsequent budget revision?
Are funds currently available for this Personnel/Item/Service in the specific line item?
If funds are not currently available in the specified line item, where are the funds available?
001.430.436.60230 Food Yes Yes N/A
Passed by the Kane County Board on July 14, 2020.
________________________________ _____________________________ John A. Cunningham Christopher J. Lauzen Clerk, County Board Chairman, County Board Kane County, Illinois Kane County, Illinois Vote: 20-07 JJC Food Provider
Packet Pg. 150
County of Kane PURCHASING DEPARTMENT
KANE COUNTY GOVERNMENT CENTER 719 S. Batavia Avenue, Bldg. A. Telephone: (630) 232-5929 Geneva, Illinois 60134 Fax: (630) 208-5107
June 2, 2020
PROCUREMENT SYNOPSIS Requesting Department: Kane County Juvenile Justice Center Procurement Name: RFP 16-020 Food Service Provider Recommended Vendor: Sysco Chicago, Inc NOTIFICATION AND RESPONSE Public Notices: ● County of Kane’s Web site ● Tribune Publishing (Aurora Beacon News) Advertising Date: March 23, 2020 Notices sent/Plan holder: 11/8 RFP Due Date: May 8, 2020 Proposal Received: 3 PURPOSE ______________________ This contract is seeking qualified and authorized food service provider for the delivery of bulk foods, bread, dairy products, milk, and misc., supplies to the Juvenile Justice Center. This is a one (1) year contract with three (3) mutual options for renewal periods. This is an as-needs purchase contract. Juvenile Justice Center evaluated all proposals per specifications and contract requirements and scored them based on the criteria important to the required services and determined that Sysco Chicago, Inc was the most qualified and responsive to the RFP. Please reference to below evaluation summary and pricing (based on an estimated purchase quantity approved by JJC). SELECTION CRITERIA: ● QUALIFICATIONS, CONTRACT REQUIREMENTS AND COMPLIANCE = 30% ● PROJECT APPROACH AND CAPACITY, DELIVERABLES = 20% ● PROPOSED COST = 35% ● GEOGRAPHIC PREFERENCE AND FARM TO SCHOOL SUPPORTING ACTIVITY = 15%
SCORING SUMMARY
VENDORS TOTAL AVERAGE
EVALUATED
SCORES
TOTAL ESTIMATED PRICING GRAND
TOTAL PART 1 - BREAD
PART 2 TO 9 –
BULK FOOD
Sysco Chicago, Inc – Des Plaines, IL 93% $4,841.53 $150,246.01 $155,087.54 Gordon Food Service – Wyoming, MI 73% $5,366.15 $179,454.93 $184,821.08 Alpha Baking Company – Chicago, IL (*) 5% $754.77 No Bid $754.77 Part 1: Bread Only. Part 2-9: Cereals, Dairy Products & Milk, Beverages, Soup, Fresh produces and Vegetables, Flours & Baking goods, Chips & Candy, Pasta & Rice, Frozen Meat, Pizza, Frozen Vegetable & Breakfast items, Canned Goods, Condiment & Dressing, Dry goods & Seasonings, and Misc., supplies. (*) Provider submitted a partial bid response, not a complete bid.
Base on Vendor’s qualifications, experience, offers per scope of services, proposal compliance and overall pricing, Kane County Juvenile Justice Center and the Evaluation Team recommends awarding of this service contract to Sysco Chicago, Inc of Des Plaines, IL pending approval by the JJC’s parent committee and full Kane County Board. Submitted By: Tim Keovongsak, CPPB, Buyer III Kane County Purchasing Department
Packet Pg. 151
RESOLUTION/ORDINANCE EXECUTIVE SUMMARY
Resolution: No. 20 - 226 Authorization to Enter Into an Agreement with Jasculca Terman Strategic Communications for FY21 Immunization Coverage Levels Grant Program Committee Flow: Public Health Committee, Finance and Budget Committee, Executive Committee, County Board Contact: Rachael Farley, 630.208.5122
Budget Information:
Was this item budgeted? Yes Appropriation Amount: $68,500.00
If not budgeted, explain funding source: N/A
Summary:
The Kane County Health Department, as part of its mission, is committed to promoting and protecting the health of its residents. The Health Department is currently carrying out a grant program from the Illinois Department of Public Health to improve immunization coverage levels throughout Illinois Region 7. In order to achieve the program’s deliverables, the Health Department intends to contract with Jasculca Terman Strategic Communications in order to carry out marketing activities and meet grant deliverables.
Packet Pg. 152
STATE OF ILLINOIS
COUNTY OF KANE
RESOLUTION: NO. 20 - 226
AUTHORIZATION TO ENTER INTO AN AGREEMENT WITH JASCULCA TERMAN STRATEGIC COMMUNICATIONS FOR FY21 IMMUNIZATION COVERAGE LEVELS GRANT
PROGRAM
WHEREAS, vaccinations protect public health by promoting group immunity against disease; and
WHEREAS, the Kane County Board, through public health emergency declaration,
authorized the Kane County Health Department to accept a one hundred fifteen thousand dollar ($115,000.00) grant in Fiscal Year 2021 from the Illinois Department of Public Health to improve immunization rates in Illinois’ Region 7, which includes DuPage, Lake, Kane, Will, McHenry, Kankakee, Kendall and Grundy Counties; and
WHEREAS, the KCHD must carry out a number of activities, including education, focus
groups, newsletters, surveys and targeted marketing, in order to accomplish this objective; and WHEREAS, the KCHD released a request for proposals through the Kane County
Purchasing Department to identify a vendor to carry out public relations and marketing activities necessary to meet grant deliverables; and
WHEREAS, the KCHD has reviewed proposal submissions and selected Jasculca Terman
Strategic Communications as the most qualified contractor to perform these activities; so
NOW, THEREFORE, BE IT RESOLVED by the Kane County Board that the Chairman hereby be authorized to enter into an agreement with Jasculca Terman Strategic Communications for an amount not to exceed Sixty Eight Thousand Five hundred ($68,500.00) dollars.
Line Item Line Item Description Was Personnel/Item/Service approved in original budget or a subsequent budget revision?
Are funds currently available for this Personnel/Item/Service in the specific line item?
If funds are not currently available in the specified line item, where are the funds available?
350.580.659.50150 Public Relations & Marketing Activities
Yes Yes N/A
Passed by the Kane County Board on July 14, 2020.
________________________________ _____________________________ John A. Cunningham Christopher J. Lauzen Clerk, County Board Chairman, County Board Kane County, Illinois Kane County, Illinois Vote: FY21 Jasculca Terman
Packet Pg. 153
RESOLUTION/ORDINANCE EXECUTIVE SUMMARY
Resolution: No. 20 - 227 Authorizing the Filing of Kane County’s Rebuild Illinois Regional Economic Development Grant for Farmland Protection Committee Flow: Agriculture Committee, Executive Committee, County Board Contact: Janice Hill, 630.232.3483
Budget Information:
Was this item budgeted? N/A Appropriation Amount: If not budgeted, explain funding source:
Summary: This resolution authorizes Kane County to file a Rebuild Illinois Regional Economic Development Grant (RIRED) for its farmland protection program requesting $ 500,000.00 in funding to use as a local match for federal farmland protection funding received from USDA/NRCS.
Packet Pg. 154
STATE OF ILLINOIS
COUNTY OF KANE
RESOLUTION: NO. 20 - 227
AUTHORIZING THE FILING OF KANE COUNTY’S REBUILD ILLINOIS REGIONAL ECONOMIC DEVELOPMENT GRANT FOR FARMLAND PROTECTION
WHEREAS, Kane County intends to submit an application for Rebuild Illinois Regional
Economic Development Grant (RIRED) for its farmland protection program which permanently protects farmland and currently holds over 6,000 acres of permanent agricultural conservation easements; and
WHEREAS, farmland at the edge of metropolitan areas is being lost at an alarming rate and
provides the food, fiber, and fuel necessary for Illinois residents and business and is a key Illinois industry; and
WHEREAS, a public hearing was held on June 18, 2020 in the County Board room and
comments and correspondence were included in the public record and the Agriculture Committee considered this item on its regular agenda on June 18, 2020 and recommended the application be presented to the state; and
WHEREAS, the Kane County application to Rebuild Illinois Regional Economic
Development Grant (RIRED) is consistent with the Governor’s Five Year Economic Plan as Agriculture is a key industry for Illinois and Kane County’s 2019 economic contribution of $ 106,000,000 is derived from crops alone; and
WHEREAS, the Kane County Agriculture Committee and County Board have considered all
the comments, testimony and written material submitted in connection with the application and is matching $ 500,000 in RCPP federal funding and is voluntarily matching $ 300,000 in local funding toward this project over three years.
NOW, THEREFORE, BE IT RESOLVED that Kane County is requesting $ 500,000 of
Rebuild Illinois Regional Economic Development Grant funds to support the Kane County Farmland Protection program as local match to federal RCPP funds for purchase of permanent agriculture conservation easements to maintain the agriculture land base to produce food, fiber, and fuel for Illinois’ residents and businesses consistent with the goals of the Governor’s Five Year Economic Plan and authorizes the filing of the application.
Passed by the Kane County Board on July 14, 2020.
________________________________ _____________________________ John A. Cunningham Christopher J. Lauzen Clerk, County Board Chairman, County Board Kane County, Illinois Kane County, Illinois Vote: 20-07 Rebuild Illinois Grant
Packet Pg. 155
RESOLUTION/ORDINANCE EXECUTIVE SUMMARY
Resolution: No. 20 - 228 Authorizing Applications for and Acceptance of Funding from State and Federal Agencies under the CARES Act Committee Flow: Finance and Budget Committee, Executive Committee, County Board Contact: Scott Berger, 630.208.5351
Budget Information:
Was this item budgeted? No Appropriation Amount: Unknown
If not budgeted, explain funding source: Various State and Federal Agencies
Summary:
The attached resolution authorizes the Kane County Office of Community Reinvestment (OCR) to apply for and accept funding that is expected to be available from various state and federal agencies under the Coronavirus Aid, Relief, and Economic Security (CARES) Act. This authorization includes, but is not limited to, funding opportunities offered by the Illinois Department of Commerce and Economic Opportunity, the Illinois Department of Human Services, the Illinois Housing Development Authority, and the U.S. Departments of Labor and Housing and Urban Development.
Packet Pg. 156
STATE OF ILLINOIS
COUNTY OF KANE
RESOLUTION: NO. 20 - 228
AUTHORIZING APPLICATIONS FOR AND ACCEPTANCE OF FUNDING FROM STATE AND FEDERAL AGENCIES UNDER THE CARES ACT
WHEREAS, the Kane County Office of Community Reinvestment (OCR) administers annual
allocations of federal funding from the U.S. Departments of Labor and Housing And Urban Development, including funding provided through various state agencies such as the Illinois Department of Commerce and Economic Opportunity, the Illinois Department of Human Services, and the Illinois Housing Development Authority; and
WHEREAS, said funding is generally aimed at addressing the needs of Kane County
residents, communities, and businesses; and WHEREAS, state and federal agencies, including but not limited to those referenced herein,
are expected to make supplemental funding available under the Coronavirus Aid, Relief, and Economic Security (CARES) Act in the coming weeks and months; and
WHEREAS, it is desirable for OCR to apply for and accept such funding on behalf of Kane
County; and WHEREAS, such awards will require the addition of new sub-departments to Fund 406 in
the County’s financial system in order to properly manage and account for the special revenue and expenses associated with said funding awards.
NOW, THEREFORE, BE IT RESOLVED that the Kane County Board Chairman and/or the Director of the Office of Community Reinvestment are authorized to submit applications for CARES Act funding to state and federal agencies, to accept the resulting awards, and to sign agreements, certifications, reports and other documents necessary to receive such awards.
BE IT FURTHER RESOLVED that the Finance Department is authorized to add the necessary sub-departments to Fund 406 in the County’s financial system so that said funding awards can be properly managed and accounted for.
Line Item Line Item Description Was Personnel/Item/Service approved in original budget or a subsequent budget revision?
Are funds currently available for this Personnel/Item/Service in the specific line item?
If funds are not currently available in the specified line item, where are the funds available?
Fund 406 TBD No No State and Federal Agencies
Passed by the Kane County Board on July 14, 2020.
________________________________ _____________________________ John A. Cunningham Christopher J. Lauzen Clerk, County Board Chairman, County Board Kane County, Illinois Kane County, Illinois Vote: 20-07 Supplemental CARES Act Funding
Packet Pg. 157
RESOLUTION/ORDINANCE EXECUTIVE SUMMARY
Resolution: No. 20 - 229 May 2020 Claims Paid Committee Flow: Finance and Budget Committee, Executive Committee, County Board Contact: Terry Hunt, 630.232.5918
Budget Information:
Was this item budgeted? Yes Appropriation Amount: $7,203,946.36
If not budgeted, explain funding source:
Summary:
According to the Kane County Code Section 2-193 Expenditure of Funds for Settlement of Claims B. Monthly Reports On Claims: The county auditor shall file a monthly report of all claims paid in the prior month to the chairman and all other members of the county board. For each claim paid, the monthly report shall identify the claimant, the nature of the claim and the official or department, if any, against which the claim was made, the fund from which the payment was made, the amount of the payment and the date the check was issued. Similarly according to the Kane County Financial Policies 8. Disbursement Policies b): A report shall be run monthly by the Auditor of all claims paid. Said report shall be available to all members of the County Board in the office of the County Board Chairman. For each claim paid, the report shall identify the creditor, the department or official which purchased the product or service, the fund from which the payment was made, the amount of the payment and the date the check was issued. The accompanying Report of Claims Paid is submitted to comply with those requirements, and to document that the County Board has approved the payment of those claims.
Packet Pg. 158
STATE OF ILLINOIS
COUNTY OF KANE
RESOLUTION: NO. 20 - 229
MAY 2020 CLAIMS PAID
WHEREAS, according to the Kane County Code Section 2-193 Expenditure of Funds for Settlement of Claims B. Monthly Reports of Claims: The county auditor shall file a monthly report of all claims paid in the prior month to the chairman and all other members of the county board. For each claim paid, the monthly report shall identify the claimant, the nature of the claim and the official or department, if any, against which the claim was made, the fund from which the payment was made, the amount of the payment and the date the check was issued; and
WHEREAS, according to the Kane County Financial Policies 8. Disbursement Policies b): A
report shall be run monthly by the Auditor of all claims paid. Said report shall be available to all members of the County Board in the office of the County Board Chairman. For each claim paid, the report shall identify the creditor, the department or official which purchased the product or service, the fund from which the payment was made, the amount of the payment and the date the check was issued; and
WHEREAS, the County Auditor has examined the attached Claims Paid Report for claims
against Kane County totaling $7,203,946.36; and WHEREAS, the County Auditor, in accordance with Ordinance No. 97-56, has
recommended the payment of all claims on the attached Claims Paid Report; and WHEREAS, the claims on the attached Claims Paid Report have been paid; and WHEREAS, the County Board finds all claims on the Claims Paid Report to be due and
payable. NOW, THEREFORE, BE IT RESOLVED by the Kane County Board that payment of the
claims totaling Seven Million, Two Hundred Three Thousand, Nine Hundred Forty-Six Dollars and Thirty-Six Cents ($7,203,946.36) on the attached Claims Paid Report is acknowledged and approved.
Passed by the Kane County Board on July 14, 2020.
________________________________ _____________________________ John A. Cunningham Christopher J. Lauzen Clerk, County Board Chairman, County Board Kane County, Illinois Kane County, Illinois Vote: May Claims
Packet Pg. 159
CLAIMANT/CREDITOR NATURE OF CLAIM OFFICIAL/DEPARTMENT FUND AMOUNT PAID DATE PAID
Illinois Department of Revenue Accrued Liabilities Recorder's Rental Surcharge 50,787.00 5/1/2020
Illinois Department of Revenue Accrued Liabilities State Real Estate Transfer Tax 216,661.00 5/1/2020
105 Grove LLC Building Space Rental Court Services General Fund 2,619.29 5/11/2020
105 Grove LLC Building Space Rental Court Services General Fund 2,619.29 5/11/2020
Aaron James Fisher SS Transportation Assistance TAA 18 Workforce Development 183.22 5/11/2020
Aaron James Fisher SS Other Supportive Services WIOA Rapid Response 19 Workforce Development 876.00 5/11/2020
Ace Hardware-Aurora/Batavia Public Health Commodities - Coronavirus Building Management General Fund 25.96 5/11/2020
Ace Hardware-Aurora/Batavia Public Health Commodities - Coronavirus Building Management General Fund 36.37 5/11/2020
Ace Hardware-Aurora/Batavia Repairs and Maint- Buildings Building Management General Fund 18.73 5/11/2020
Acrisure LLC dba Presidio (Wine Sergi) Building Improvements Other- Countywide Expenses Capital Projects 8,099.83 5/11/2020
Follett Higher Education Group, Inc. DT ITA TAA 18 Workforce Development 119.99 5/26/2020
Fuller's Full Service Car Wash Repairs and Maint- Vehicles Building Management General Fund 48.95 5/26/2020
Garvey's Office Products Operating Supplies County Clerk General Fund 85.92 5/26/2020
Gary P. Hopp Public Health Commodities - Coronavirus Treasurer/Collector General Fund 28.99 5/26/2020
Gateway Foundation Contractual/Consulting Services Court Services Drug Court Special Resources 1,670.00 5/26/2020
Genesis Technologies Inc. Office Supplies County Board General Fund 888.77 5/26/2020
Genesis Technologies Inc. Office Supplies Finance General Fund 206.66 5/26/2020
Genesis Technologies Inc. Computer Related Supplies Court Services General Fund 265.44 5/26/2020
Genesis Technologies Inc. Computer Related Supplies Court Services General Fund 573.74 5/26/2020
Globaltek Components LLC Public Health Services - Coronavirus Building Management General Fund 965.16 5/26/2020
Gordon Flesch Company Inc Repairs and Maint- Copiers State's Attorney General Fund 34.17 5/26/2020
Gordon Flesch Company Inc Repairs and Maint- Copiers State's Attorney Insurance Liability 91.36 5/26/2020
Gordon Flesch Company Inc Repairs and Maint- Copiers Recorder Recorder's Automation 12.22 5/26/2020
GPS Solutions LTD dba Servicemaster Operating Supplies County Clerk General Fund 135.00 5/26/2020
Grainger Inc Repairs and Maint- Buildings Building Management General Fund 834.74 5/26/2020
Grainger Inc Repairs and Maint- Buildings Building Management General Fund 528.60 5/26/2020
Grainger Inc Repairs and Maint- Buildings Transportation County Highway 148.02 5/26/2020
Grainger Inc Repairs and Maint- Buildings Transportation County Highway 157.63 5/26/2020
Grainger Inc Equipment Parts/Supplies Transportation Motor Fuel Local Option 101.46 5/26/2020
Green Tree Pharmacy Medical Supplies and Drugs Court Services General Fund 139.34 5/26/2020
Group Alternatives, Inc. Contractual/Consulting Services Other- Countywide Expenses Health Insurance Fund 8,400.00 5/26/2020
H.W. Lochner, Inc. Engineering Services Transportation County Highway 12,208.59 5/26/2020
H.W. Lochner, Inc. Engineering Services Transportation County Highway 8,471.77 5/26/2020
H.W. Lochner, Inc. Engineering Services Transportation Transportation Capital 8,847.79 5/26/2020
Halle Cox Public Health Commodities - Coronavirus Law Library Law Library 189.90 5/26/2020
Hampton Lenzini & Renwick, Inc. (HLR) Bridge Inspection Transportation County Bridge 29,006.60 5/26/2020
Hampton Lenzini & Renwick, Inc. (HLR) Bridge Inspection Transportation County Bridge 13,211.80 5/26/2020
Hampton Lenzini & Renwick, Inc. (HLR) Engineering Services Transportation Motor Fuel Local Option 1,890.00 5/26/2020
Havlicek Geneva Ace Hardware LLC Repairs and Maint- Buildings Building Management General Fund 30.56 5/26/2020
Havlicek Geneva Ace Hardware LLC Repairs and Maint- Buildings Building Management General Fund 14.16 5/26/2020
Havlicek Geneva Ace Hardware LLC Repairs and Maint- Buildings Building Management General Fund 15.46 5/26/2020
Havlicek Geneva Ace Hardware LLC Repairs and Maint- Buildings Building Management General Fund 8.99 5/26/2020
Havlicek Geneva Ace Hardware LLC Repairs and Maint- Buildings Building Management General Fund 72.87 5/26/2020
Havlicek Geneva Ace Hardware LLC Repairs and Maint- Buildings Building Management General Fund 10.25 5/26/2020
Health Care Service Corporation dba BCBSIL Healthcare - Stop Loss Insurance Other- Countywide Expenses Health Insurance Fund -113,188.72 5/26/2020
Health Care Service Corporation dba BCBSIL Healthcare - Stop Loss Insurance Other- Countywide Expenses Health Insurance Fund 39,245.18 5/26/2020
Health Care Service Corporation dba BCBSIL Self Insured Healthcare Claims Other- Countywide Expenses Health Insurance Fund 424,539.42 5/26/2020
Health Care Service Corporation dba BCBSIL Self Insured Healthcare Claims Administration Other- Countywide Expenses Health Insurance Fund 17,407.00 5/26/2020
Health Care Service Corporation dba BCBSIL Healthcare Facility Access Fee Other- Countywide Expenses Health Insurance Fund 1,699.01 5/26/2020
Health Care Service Corporation dba BCBSIL Healthcare Credits Other- Countywide Expenses Health Insurance Fund -11,677.90 5/26/2020
Health Care Service Corporation dba BCBSIL Healthcare - Stop Loss Insurance Other- Countywide Expenses Health Insurance Fund 34,393.95 5/26/2020
Health Care Service Corporation dba BCBSIL Self Insured Healthcare Claims Other- Countywide Expenses Health Insurance Fund 381,852.31 5/26/2020
Health Care Service Corporation dba BCBSIL Self Insured Healthcare Claims Administration Other- Countywide Expenses Health Insurance Fund 33,835.50 5/26/2020
Health Care Service Corporation dba BCBSIL Healthcare HMO Managed Care Fee Other- Countywide Expenses Health Insurance Fund 7,562.07 5/26/2020
Health Care Service Corporation dba BCBSIL Healthcare Physician Services Fee Other- Countywide Expenses Health Insurance Fund 223,071.30 5/26/2020
Health Care Service Corporation dba BCBSIL Healthcare Credits Other- Countywide Expenses Health Insurance Fund -22,699.35 5/26/2020
Healthcare Waste Management Inc (HWM) Disposal and Water Softener Srvs Sheriff General Fund 285.00 5/26/2020
Hesed House, Inc (P.A.D.S.) Miscellaneous Contractual Exp Development Community Dev Block Program 5,966.12 5/26/2020
Welch Bros Inc Culverts Transportation Motor Fuel Local Option 555.00 5/26/2020
Weldstar Company Repairs and Maint- Vehicles Sheriff General Fund 25.60 5/26/2020
Wex Fleet Universal (Wright Express FSC) Fuel- Vehicles Health County Health 37.28 5/26/2020
Wexford Health Sources Inc Medical/Dental/Hospital Services Sheriff General Fund 205,182.50 5/26/2020
Wholesale Direct Inc Equipment Parts/Supplies Transportation Motor Fuel Local Option 139.37 5/26/2020
Wight & Company Engineering Services Transportation Motor Fuel Local Option 31,910.08 5/26/2020
William Earle Operating Supplies Development Mill Creek Special Service Area 3.29 5/26/2020
Wolf Driving School, Inc. DT ITA WIOA 19 Workforce Development 4,294.00 5/26/2020
ZoomGrants (GrantAnalyst.com, LLC) Books and Subscriptions County Board Grand Victoria Casino Elgin 4,500.00 5/26/2020
Zuelke Law Office (Donald R. Zuelke) Court Appointed Counsel Judiciary and Courts General Fund 3,333.00 5/26/2020
Trials and Costs of Hearing State's Attorney General Fund 1,314.00 5/26/2020
Trials and Costs of Hearing Public Defender General Fund 16.50 5/26/2020
Trials and Costs of Hearing Public Defender General Fund 5.50 5/26/2020
Trials and Costs of Hearing Public Defender General Fund 50.50 5/26/2020
Total Claims Paid - $ and # 7,203,946.36 1,497
Page 28 of 28Packet Pg. 187
RESOLUTION/ORDINANCE EXECUTIVE SUMMARY
Resolution No. 20 - 230 Approving an Agreement with Kimley-Horn and Associates, Inc. of Warrenville, Illinois to Update the Kane County Road Improvement Impact Fee Ordinance and Its Comprehensive Road Improvement Plan Committee Flow: Transportation Committee, Executive Committee, County Board Contact: Tom Rickert, 630.406.7305
Budget Information:
Was this item budgeted? Yes Appropriation Amount: $255,064.55
If not budgeted, explain funding source: N/A
Summary:
The Road Improvement Impact Fees Law (605 ILCS 5/5-901 et. seq.) states that the Comprehensive Road Improvement Plan (CRIP) must be updated at least once every 5 years. In order to complete an update to the CRIP, staff utilized the Qualifications Based Selection (QBS) process to select a consultant. The Scope of Work tasks include the following:
· Update land use assumptions · Traffic modeling and analysis · CRIP update · Update impact fee schedule · Impact fee ordinance update · Update guidance documents · Provide technical assistant on an on-call basis as required · Attendance and active participation at internal staff meetings when requested · Other technical support, document preparation and meetings as requested
Packet Pg. 188
STATE OF ILLINOIS
COUNTY OF KANE
RESOLUTION NO. 20 - 230
APPROVING AN AGREEMENT WITH KIMLEY-HORN AND ASSOCIATES, INC. OF WARRENVILLE, ILLINOIS TO UPDATE THE KANE COUNTY ROAD IMPROVEMENT
IMPACT FEE ORDINANCE AND ITS COMPREHENSIVE ROAD IMPROVEMENT PLAN
WHEREAS, the Illinois Highway Code - Road Improvement Impact Fees (605 ILCS 5/5-901 et. seq.) requires that the Kane County Road Improvement Impact Fee Ordinance and its Comprehensive Road Improvement Plan (CRIP) be updated at least once every 5 years; and
WHEREAS, it is necessary to retain the services of a professional engineering firm to
update the CRIP and the Kane County Road Improvement Impact Fee Ordinance; and WHEREAS, Kimley-Horn and Associates, Inc., 4201 Winfield Road, Suite 600, Warrenville,
Illinois 60555 (hereinafter "Consultant") has experience and professional expertise in CRIP and Road Impact Fee Ordinance updates and is willing to perform the required services for an amount not to exceed Two Hundred Fifty Five Thousand Sixty Four and 55/100 Dollars ($255,064.55); and
WHEREAS, it is in the County's best interest to enter into an agreement with the Consultant
for CRIP and Road Improvement Impact Fee Ordinance updates, (a copy of which is on file in the office of the Kane County Clerk).
NOW, THEREFORE, BE IT RESOLVED by the Kane County Board that the County of Kane
enter into an agreement with Kimley-Horn and Associates, Inc. of Warrenville, Illinois to update the Kane County Road Improvement Impact Fee Ordinance and its Comprehensive Road Improvement Plan and that the County Board Chairman thereof is hereby authorized to execute an agreement with Kimley-Horn and Associates, Inc. of Warrenville, Illinois for the project.
BE IT FURTHER RESOLVED that the Kane County Board appropriate the sum of Two Hundred Fifty Five Thousand Sixty Four and 55/100 Dollars ($255,064.55) to pay for said services and that said funds be paid from County Highway Fund # 300, Line Item # 50150 (Contractual/Consulting Services).
Line Item Line Item Description Was Personnel/Item/Service approved in original budget or a subsequent budget revision?
Are funds currently available for this Personnel/Item/Service in the specific line item?
If funds are not currently available in the specified line item, where are the funds available?
300.520.520.50150 Contractual/Consulting Services
Yes Yes Passed by the Kane County Board on July 14, 2020.
________________________________ _____________________________ John A. Cunningham Christopher J. Lauzen Clerk, County Board Chairman, County Board Kane County, Illinois Kane County, Illinois Vote: 20-07 CRIPUpdateKmlyHrn
Packet Pg. 189
1
AN AGREEMENT BETWEEN THE COUNTY OF KANE
AND KIMLEY HORN AND ASSOCIATES, INC.
UPDATE TO
COMPREHENSIVE ROAD IMPROVEMENT PROGRAM
IMPACT FEE PROGRAM
SECTION NUMBER-XXXXX
PURCHASE ORDER #2020-xxx
This Agreement made this 14th day of July 2020 between COUNTY OF KANE, a body
corporate and politic of the State of Illinois (hereinafter referred to as the “COUNTY”), and
KIMLEY HORN AND ASSOCIATES, INC., a North Carolina corporation authorized to
conduct business in the state of Illinois and an Illinois licensed professional engineering firm,
with offices at 4201 Winfield Road. Warrenville, Illinois (hereinafter referred to as the
“CONSULTANT”). The COUNTY and the CONSULTANT are sometimes hereinafter
collectively referred to as the “PARTIES” and individually as a “PARTY”.
WITNESSETH
WHEREAS, it is deemed to be in the best interest of the COUNTY and the motoring
public to update the COUNTY’s Road Improvement Impact Fee Ordinance (hereinafter referred
to as the “Project”); and,
WHEREAS, in order to successfully complete the Project it is necessary to retain a
professional engineering firm to perform said Road Improvement Impact Fee Ordinance update
services (“update services”) for the Project, and,
WHEREAS, the CONSULTANT has experience and professional expertise in update
services and is willing to perform said services for the Project for a total amount not to exceed
two hundred fifty-five thousand, sixty-four dollars and fifty-five cents ($255,064.55); and
WHEREAS, the COUNTY has determined that it is in the COUNTY’S best interest to
enter into this Agreement with the CONSULTANT.
NOW, THEREFORE, in consideration of the above stated preambles, the mutual
covenants and agreements herein set forth, the PARTIES do hereby mutually covenant, promise,
agree and bind themselves as follows:
1.0 INCORPORATION
1.1 All of the preambles set forth hereinabove are incorporated into and made part of
this AGREEMENT.
2.0 SCOPE OF SERVICES
Packet Pg. 190
2
2.1 Update services for the Project are to be provided by the CONSULTANT
according to the specifications set forth in Exhibit “A” which is attached hereto
and incorporated herein. The services are sometimes hereinafter also referred to as
the “work”.
3.0 NOTICE TO PROCEED
3.1 Authorization to proceed with the work described and as otherwise set forth in
Exhibit “A” shall be given on behalf of the COUNTY by the Kane County
Engineer, in the form of a written notice to proceed (hereinafter “Notice to
Proceed”), following execution of this Agreement by the County Board Chairman
of the COUNTY.
4.0 TECHNICAL SUBCONSULTANTS
4.1 The prior written approval of the Kane County Engineer shall be required before
any technical sub-consultants are hired by the CONSULTANT to perform any of
the work.
4.2 Any such sub-consultants shall be hired and supervised by the CONSULTANT
and the CONSULTANT shall be solely responsible for any and all work
performed by said sub-consultants in the same manner and with the same liability
as if performed by the CONSULTANT.
5.0 TIME FOR PERFORMANCE
5.1 The CONSULTANT shall commence work on the Project as directed in the
Notice to Proceed. The COUNTY is not liable and will not pay the
CONSULTANT for any work performed prior to the date of the Notice to
Proceed or after termination of this Agreement.
5.2 Within ten (10) days after the Notice to Proceed is mailed or otherwise
transmitted to the CONSULTANT, the CONSULTANT shall submit a schedule
for completion of the Project. The schedule is subject to approval by the County
Engineer.
6.0 COMPENSATION
6.1 The COUNTY shall only pay the CONSULTANT for work performed and shall
pay only in accordance with the provisions of this Agreement.
6.2 For work performed, the COUNTY shall pay the CONSULTANT based upon the
hourly rates set forth in Exhibit “B”, which is attached hereto and incorporated
herein and which rates includes overhead and profit.
Packet Pg. 191
3
6.3 For direct expenses, the COUNTY shall pay the CONSULTANT for supplies and
materials required for the completion of all work defined in the exhibit(s) attached
hereto.
6.4 For direct expenses, the CONSULTANT shall include copies of receipts from
suppliers for expendable materials with its invoice to the COUNTY. Computer
charges will not be allowed as direct expenses.
6.5 Within 45 days of receipt, review and approval of properly documented invoices,
the COUNTY shall pay or cause to be paid to the CONSULTANT partial
payments of the compensation specified in this AGREEMENT. Payment will be
made in the amount of sums earned less previous partial payments. However, the
COUNTY reserves the right to hold back a sum equal to five percent (5%) of the
total contract sum to ensure performance satisfactory to the Kane County
Engineer.
6.6 Total payments to the CONSULTANT under the terms of this Agreement shall
not exceed two hundred fifty-five thousand, sixty-four dollars and fifty-five cents
($255,064.55)
6.7 The CONSULTANT shall use the COUNTYs Automatic Clearing House
Payment Program (“ACH”). Any payments to the CONSULTANT shall be made
by the COUNTY’S ACH The CONSULTANT shall use and complete the vendor
7.1 The CONSULTANT shall provide the COUNTY, prior to the termination of this
Agreement, or at such time as the Kane County Engineer directs, any required
deliverables related to work performed under this Agreement.
7.2 Upon receipt, review and acceptance of all deliverables by the COUNTY, final
payment will be made to the CONSULTANT by the COUNTY.
8.0 CONSULTANT'S INSURANCE
8.1 The CONSULTANT shall, during the term of this Agreement and as may be
required thereafter, maintain, at its sole expense, insurance coverage including:
A. Worker's Compensation Insurance in the statutory amounts.
B. Employer's Liability Insurance in an amount not less than Five
Hundred Thousand Dollars ($500,000) each accident/injury and Five
Hundred Thousand Dollars ($500,000) each employee/disease.
C. Commercial General Liability Insurance, (including contractual
liability) with limits of not less than Two Million Dollars ($2,000,000)
Packet Pg. 192
4
per occurrence bodily injury/property damage combined single limit;
Two Million Dollars ($2,000,000) excess liability coverage in the
aggregate for injury/property damage combined single limit and Two
Million Dollars ($2,000,000) in the aggregate for products-completed
operations.
D. Commercial Automobile Liability Insurance with minimum limits of
at least One Million Dollars ($1,000,000) for any one person and One
Million Dollars ($1,000,000) for any one occurrence of bodily injury
or property damage.
E. Professional Errors and Omissions Insurance with a minimum limit of
One Million Dollars ($1,000,000) per event and Two Million Dollars
($2,000,000) in aggregate.
8.2 It shall be the duty of the CONSULTANT to provide to the COUNTY copies of
the CONSULTANT'S certificates of insurance before issuance of the Notice to
Proceed. The certificate of insurance shall provide the following:
The County of Kane shall be listed as the certificate holder,
The Section Number as contained in the title of this Agreement,
The Purchase Order Number as set forth on page one of this Agreement.
8.3 The CONSULTANT shall provide the COUNTY and maintain a certificate of
insurance for its General Liability Policy which certificate shall include the
COUNTY as additional insured. The additional insured endorsement included on
the CONSULTANT’S Commercial General Liability policy will provide the
following:
A. That the coverage afforded the additional insured will be primary insurance
for the additional insured with respect to claims arising out of operations
performed by or on behalf of the CONSULTANT;
B. That if the additional insured has other insurance which is applicable to the
loss, such other insurance will be only on an excess or contingent basis;
C. That the amount of the CONSULTANT’S liability under the insurance policy
will not be reduced by the existence of such other insurance; and,
D. That the certificate of insurance shall contain a provision or endorsement that
the coverage afforded will not be canceled, materially changed, nor renewal
refused until at least thirty (30) days prior written notice has been given to
COUNTY.
8.4 The insurance required to be purchased and maintained by CONSULTANT shall
be provided by an insurance company acceptable to the County with an AM Best
rating of A- or better, and licensed to do business in the State of Illinois; and shall
include at least the specified coverage and be written for not less than the limits of
the liability specified herein or required by law or regulation whichever is greater.
Packet Pg. 193
5
In no event shall any failure of the COUNTY to receive policies or certificates of
insurance or to demand receipt of the same be construed as a waiver of the
CONSULTANT’S obligation to obtain and keep in force the required insurance.
9.0 INDEMNIFICATION.
9.1 To the fullest extent permitted by law, the CONSULTANT shall indemnify and
hold harmless the COUNTY, and its officials, directors, officers, and employees
from and against any and all, damages, losses, and expenses, including reasonable
attorney's fees, arising out of or resulting from performance of the work, provided
that such claim, loss or expense is attributable to bodily injury, sickness, disease
or death, or to injury to or destruction of property, including loss of use resulting
therefrom, but only to the extent caused in whole or in part by negligent acts or
omissions of the CONSULTANT, a sub-consultant, anyone directly or indirectly
employed by them or anyone for whose acts they may be liable, excluding any
proportionate amount of any claim, damage, loss or expense which is caused by
the negligence of the COUNTY. Such obligation shall not be construed to negate,
abridge or reduce other rights or obligations of indemnity, which would otherwise
exist as to a PARTY or person described in this paragraph. In claims against the
COUNTY and its officials, directors, officers, agents, and employees by an
employee of the CONSULTANT, a sub-consultant, anyone directly or indirectly
employed by them or anyone for whose acts they may be liable, the
indemnification obligation under this paragraph shall not be limited by a
limitation on the amount or type of damages, compensation or benefits payable by
or for the CONSULTANT or a sub-consultant under worker's or workmen's
compensation acts, disability benefit acts or other employee benefit acts.
9.2 Nothing contained herein shall be construed as prohibiting the COUNTY, its
officials, directors, officers, agents, and employees, from defending through the
selection and use of their own agents, attorneys and experts, to defend any claims,
actions or suits brought against them.
9.3 If any errors, omissions, intentional or negligent acts are made by the
CONSULTANT or sub-consultant in any phase of the work, the correction of
which requires additional field or office work, the CONSULTANT shall be
required to perform such additional work as may be necessary to remedy same
without undue delay and without charge to the COUNTY.
9.4 Acceptance of the work by the COUNTY will not relieve the CONSULTANT of
the responsibility for the quality of the work, nor of the CONSULTANT’S
liability for loss or damage to property or persons resulting therefrom.
10.0 SATISFACTORY PERFORMANCE.
10.1 The CONSULTANT'S and sub-consultant's standard of performance under the
terms of this AGREEMENT shall be that which is to the satisfaction of the
COUNTY and meets or exceeds the quality and standards commonly accepted in
the industry in the Chicago Metropolitan area. No warranty, express or implied,
Packet Pg. 194
6
is made or intended by the Consultant's undertaking herein or its performance of
services, and it is agreed that the Consultant is not a fiduciary with respect to the
County.
11.0 CONFLICT OF INTEREST.
11.1 The CONSULTANT covenants that it has no conflicting public or private interest
and shall not acquire directly or indirectly any such interest which would conflict
in any manner with the performance of CONSULTANT'S services under this
Agreement.
11.2 The CONSULTANT, by its signature on this Agreement, certifies that it has not
been barred from being awarded a contract or subcontract under the Illinois
Purchasing Act; and further certifies that it has not been barred from contracting
with a unit of State or Local government as a result of a violation of Section 33E-
3 or 33E-4 of the Illinois Criminal Code (Illinois Compiled Statutes, 1992,
Chapter 720, paragraph 5/33E-3).
12.0 OWNERSHIP OF DOCUMENTS.
12.1 The CONSULTANT agrees that all survey data, reports, drafting, studies,
specifications, estimates, maps and computations prepared by the
CONSULTANT under the terms of this Agreement shall be properly arranged,
indexed and delivered to the COUNTY within ninety (90) days of written request
therefor.
12.2 The documents and materials made or maintained under this Agreement shall be
and will remain the property of the COUNTY which shall have the right to use
same without restriction or limitation and without compensation to the
CONSULTANT other than as provided in this Agreement. Any modifications
made by the COUNTY to any of the CONSULTANT’S documents, or any use,
partial use or reuse of the CONSULTANT’S documents without written
authorization or adaptation by the CONSULTANT will be at the COUNTY’s sole
risk and without liability to the CONSULTANT.
13.0 COMPLIANCE WITH STATE AND OTHER LAWS – PREVAILING WAGE ACT.
13.1 The CONSULTANT and sub-consultants will comply with all State, Federal and
Local statutes, ordinances and regulations; and will obtain all permits as are
applicable.
13.2 The CONSULTANT and any sub-consultants shall not discriminate against any
worker, job applicant, employee or any member of the public, because of race,
creed, color, sex, age, handicap, or national origin, or otherwise commit an unfair
employment practice.
Packet Pg. 195
7
13.3 The CONSULTANT and any sub-consultant(s) shall comply with all applicable
State and Federal Prevailing Rate of Wage Laws, and shall take all steps
necessary to remain in compliance therewith. (See Exhibit “C”)
13.4 The CONSULTANT and any sub-consultant(s) shall comply with the Kane
County Ethics Ordinance (Article II, Division 3, Section 2-211).
14.0 MODIFICATION OR AMENDMENT.
14.1 The terms of this Agreement may only be modified or amended by a written
document duly executed by both PARTIES.
15.0 TERM OF THIS AGREEMENT.
15.1 The term of this AGREEMENT shall begin on the date this Agreement is fully
executed and shall continue in full force and effect until the earlier of the
following occurs:
A. The PARTY’S termination of this Agreement in accordance with the terms of
Section 16.0; or
B. July 14, 2020
15.2 In the event the required calendar days are exceeded and/or anticipated personnel
requirements are not adequate and remaining funds are not sufficient to complete
the Project, adjustments in total compensation to the CONSULTANT may be
determined through negotiation between the COUNTY and the CONSULTANT.
The COUNTY shall however, have no obligation to agree to any such adjustment.
15.3 The date of the first calendar day for this Agreement shall be the date of receipt of
the Notice to Proceed by the CONSULTANT from the COUNTY. In the event
the Project work is suspended as recorded on the "Report of Starting and
Completion Date," the calendar days for this Agreement will also be suspended
for a like amount of time.
16.0 TERMINATION ON WRITTEN NOTICE.
16.1 Except as otherwise set forth in this Agreement, the CONSULTANT shall have
the right to terminate this Agreement for cause upon serving sixty (60) days
written notice upon the COUNTY.
16.2 The COUNTY may terminate this Agreement at any time upon written notice to
the CONSULTANT. In the event of such termination, the CONSULTANT shall
be paid for all services satisfactorily performed up to the effective date of the
termination.
Packet Pg. 196
8
16.3 Upon termination of this Agreement, the obligations of the PARTIES to this
Agreement shall cease, but they shall not be relieved of the duty to perform their
obligations up to the date of termination. Notwithstanding anything in this
Agreement to the contrary however, the obligations of the CONSULTANT to
indemnify and hold harmless the COUNTY as provided for in Section 9.0 of the
Agreement shall survive the termination of this Agreement.
16.4 Upon termination of this Agreement, all data, work products, reports and
documents produced, as a result of this Agreement shall remain the property of
the COUNTY.
17.0 ENTIRE AGREEMENT.
17.1 This Agreement contains the entire Agreement between the PARTIES.
17.2 There are no other covenants, promises, conditions or understandings, either oral
or written, other than those contained herein.
18.0 NON-ASSIGNMENT.
18.1 This Agreement shall not be assigned by either PARTY without prior written
approval by the other PARTY requesting the assignment.
19.0 SEVERABILITY.
19.1 In the event any provision of this Agreement is held to be unenforceable for any
reason, the enforceability thereof shall not affect the remainder of the Agreement,
which will remain in full force and effect and enforceability in accordance with its
terms.
20.0 GOVERNING LAW.
20.1 This Agreement shall be governed by the laws of the State of Illinois both as to
interpretation and performance.
20.2 Venue for any dispute arising hereunder shall be in the Circuit Court of the
Sixteenth Judicial Circuit, Kane County, Illinois.
21.0 NOTICE.
Any required notice shall be sent to the following addresses and party:
KANE COUNTY DIVISION OF TRANSPORTATION
41W011 Burlington Road
Saint Charles, IL 60175
Attn.: Carl Schoedel, P.E., Kane County Engineer
Packet Pg. 197
9
Kimley-Horn and Associates, Inc.
4201 Winfield Road
Warrenville, Illinois 60555
Tim Sjogren, Associate
IN WITNESS WHEREOF, the parties set their hands and seals as of the date first written herein
above.
COUNTY OF KANE
_____________________________
CHRISTOPHER LAUZEN
CHAIRMAN, KANE COUNTY BOARD
KIMLEY HORN AND ASSOCIATES, INC
_______________________________
By: Tim Sjogren, Associate
ATTEST:
_____________________________
JOHN A. CUNNINGHAM
KANE COUNTY CLERK
ATTEST:
________________________________
By:
Packet Pg. 198
kimley-horn.com 1001 Warrenville Road, Suite 350, Lisle, IL 60532 630 487 5550
KANE COUNTY COMPREHENSIVE ROAD IMPROVEMENT PLAN UPDATE
SCOPE OF SERVICES 1. Background Data Review Kimley-Horn will work with Kane County to obtain all relevant background materials related to the CRIP Update, including but not limited to the information listed below. For purposes of the subsequent tasks, it is assumed this information is available in an editable format for use in preparing the CRIP update. Any changes to availability of this data or our ability to update files will result in an amendment to the Agreement.
Everything required to run the KDOT travel demand model, including scripts, programs, input files, output files (to verify we are matching results from model runs), and documentation for base and future model years.
The version and build of TransCAD needed to run the KDOT travel demand model Synchro files for existing and future year conditions Relevant information related to land use assumptions, including any internal
memoranda that detail modifications included within the KDOT travel demand model Key assumptions related to roadway and intersection improvements, including
available details for project cost estimates Available peak hour and daily traffic count data Kane County GIS data, including but not limited to roadway centerline file with the
number of travel lanes Summary of impact fees collected since the last CRIP update Status of roadway and intersection improvements identified in the last CRIP update List of non-CRIP eligible roadway and intersection improvements completed since the
last update Committed roadway and intersection projects planned for future implementation Summary information (e.g., basis and result) related to completed Individual
Assessments CRIP document in word format, geodatabases with project files and all associated
layer packages
KH Deliverables: N/A
KDOT Deliverables: Background data listed above
2. Project Kick-Off Meeting Kimley-Horn will attend a kick-off meeting with County staff and other appropriate stakeholders (as needed) to initiate the project. Based on the current public health crisis, Kimley-Horn will work with KDOT to identify the appropriate meeting format. The kick-off meeting will serve as an opportunity to introduce the project team, review project objectives and schedule, request background information beyond that identified under Task 1 (as needed) and coordinate next steps.
Packet Pg. 199
Page 2
kimley-horn.com 1001 Warrenville Road, Suite 350, Lisle, IL 60532 630 487 5550
Following the kick-off meeting, Kimley-Horn will submit a draft project timeline to KDOT for review and comment. The timeline will be updated based on input from KDOT staff. Throughout the duration of the project, Kimley-Horn will use the timeline to track project progress and provide regular updates to KDOT staff via team coordination meetings (Task 8).
3. Land Use Assumptions Kimley-Horn will define draft land use assumptions by Traffic Analysis Zone (TAZ) for existing Year 2020 and future Year 2030 using existing land use patterns, major transportation improvements, and socioeconomic forecasts (e.g., population, household, employment) developed for the 2040 Long Range Transportation Plan and the Chicago Metropolitan Agency of Planning (CMAP) On To 2050. Kimley-Horn will summarize the land use and socioeconomic data using maps and summary tables or other exhibits. An online map will be developed for distribution to municipalities within the planning boundary. The online map will allow municipalities to provide input on the land use and socioeconomic assumptions for Year 2020 and Year 2030. It is assumed KDOT will distribute the online map and any supplemental information to each municipality. Where appropriate, KDOT will schedule meetings with municipalities to review the assumptions and solicit input; Kimley-Horn participation in these meetings is not included. Kimley-Horn will update draft land use and socioeconomic assumptions based on one (1) set of consolidated comments provided by KDOT staff. The revised Year 2020 and Year 2030 land use data will be the primary input into the travel demand modeling efforts (Task 4).
KH Deliverables: Land use and socioeconomic assumptions by TAZ Online mapping tool for agency review and comment Up one (1) set of revisions to address agency comments
KDOT Deliverables: Meetings with municipalities (as needed) to review assumptions One (1) set of consolidated comments on land use and socioeconomic assumptions
4. Update CRIP-Eligible Deficiencies As defined in the following sections, this Task includes the development of input and output files for two new interim scenarios (2020 and 2030) of the existing KDOT travel demand model. The interim year scenario output files will used as the primary tool to identify roadway segment deficiencies eligible and ineligible for CRIP funding. Detailed operational analysis will be conducted using Synchro capacity analysis software to define intersection-level deficiencies eligible and ineligible for CRIP funding.
Packet Pg. 200
Page 3
kimley-horn.com 1001 Warrenville Road, Suite 350, Lisle, IL 60532 630 487 5550
For purposes of this task, it is assumed the all of the items identified in Task 1 have been provided for Kimley-Horn use, including everything required to run the KDOT travel demand model, including scripts, programs, input files, output files (to verify we are matching results from model runs), and documentation for base and future model years. 4.1 Interim Year 2020 Model Kimley-Horn will develop new input files to create an interim Year 2020 model using the 2015 KDOT travel demand model input files supplied by KDOT (Task 1). The 2020 model input files will include improvements to the roadway network completed through Year 2019 as well as revised land use assumptions developed in Task 3. All roadway improvements will be defined by KDOT (Task 1). Kimley-Horn will run the new interim Year 2020 model scenario using the programs and documentation supplied by KDOT (Task 1). Output files from the interim Year 2020 travel demand model will be used to identify modeled existing segment deficiencies within the County that will not be eligible for CRIP funding.
KH Deliverables: Interim Year 2020 travel demand model input and output files
KDOT Deliverables: Roadway improvements completed since previous CRIP update
4.2 Interim Year 2030 Model Kimley-Horn will develop new input files to create an interim Year 2030 model using the 2020 KDOT travel demand model input files developed in Task 4.1. The 2030 model input files will include future improvements to the roadway network that are programmed and committed for implementation (an “Existing + Committed” network) as well as the 2030 land use assumptions developed in Task 3. All committed roadway improvements will be provided by KDOT (Task 1). Kimley-Horn will run the new interim Year 2030 model scenario using the programs and documentation supplied by KDOT (Task 1). Output files from the interim Year 2030 travel demand model will be used to project segment deficiencies within the County that are eligible for CRIP funding.
KH Deliverables:
Interim Year 2030 travel demand model input and output files
KDOT Deliverables:
Committed roadway projects planned for future implementation 4.3 Deficiency Analysis Kimley-Horn will develop roadway and intersection deficiencies for two scenarios: Existing (Year 2020), which will not eligible for impact fee funding, and Future (Year 2030) which will be eligible for CRIP funding. Roadway segments and intersections operating below LOS D will be classified as deficient. A summary of deficiencies for both scenarios will be compiled and submitted to KDOT for review and comment. The deficiencies will be summarized in both ArcGIS-based map and tabular format.
Packet Pg. 201
Page 4
kimley-horn.com 1001 Warrenville Road, Suite 350, Lisle, IL 60532 630 487 5550
Segment Analysis Kimley-Horn will use the forecasted 2020 and 2030 daily volumes from the travel demand model outputs created in Task 4.1 and 4.2 to identify segment deficiencies for the two scenarios using Highway Capacity Manual (HCM), 6th Edition procedures. Intersection Analysis Kimley-Horn will identify key intersections for analysis using municipal and KDOT input. Intersection improvements identified in the 2026 CRIP (2016 Kane County CRIP for Impact Fees: Table 4-1, Table 4-2, Figure 4-1) will be presented in an online ArcGIS-based map for review and comment. Through the online map, municipalities will comment on the previously identified intersection improvements, and where appropriate will select new intersections for consideration. It is assumed KDOT will distribute the online map and any supplemental information to each municipality within the planning boundary. Where appropriate, KDOT will schedule meetings with municipalities to solicit input on key intersections; Kimley-Horn participation in these meetings is not included. Based on input obtained from municipalities and KDOT, a list of key intersections will be identified. The key intersections will be summarized for KDOT review and up to 25 intersections will be selected for analysis in Synchro, which reflects the 16 intersections included in the Comprehensive Road Improvement Plan for Impact Fees (adopted March 14, 2017) and 9 new intersections. The selected key intersections must have peak-hour turning movement count data available within the last five-years. Where needed, KDOT will supply updated traffic count data; Kimley-Horn traffic count data collection is not included in this task. Should additional intersection analyses be needed, an amendment to the Agreement will be required. Kimley-Horn will complete intersection analyses for up to 25 intersections for the two deficiency scenarios using Synchro capacity analysis software. The analysis will be completed using the Year 2015 Synchro files provided by KDOT (Task 1). For the existing deficiency analysis, Synchro files will be updated to reflect 1) roadway and intersection improvements completed through Year 2019; and 2) peak hour traffic volumes provided by KDOT. For the CRIP-eligible deficiency analysis, Synchro files will be updated to reflect 1) programmed/committed roadway and intersection improvements; and 2) forecasted peak hour traffic volumes. The forecasted peak hour traffic volumes will be developed by applying growth rates, derived from the 2020 and 2030 travel demand outputs, to the existing peak hour traffic volumes provided by KDOT.
KH Deliverables: Online map tool for municipal input on key intersections HCS segment analysis Synchro analysis for key intersections Draft existing deficiencies list (summary table and map) Draft CRIP-eligible deficiencies list (summary table and map) Final existing deficiencies list (summary table and map) Final CRIP-eligible deficiencies list (summary table and map)
KDOT Deliverables: Peak-hour intersection turning movement count data for key intersections (as needed) Review comments on existing and CRIP-eligible deficiencies list
Packet Pg. 202
Page 5
kimley-horn.com 1001 Warrenville Road, Suite 350, Lisle, IL 60532 630 487 5550
5. CRIP Projects and Cost Estimates Kimley-Horn will identify improvements to address CRIP-eligible roadway segment and intersection deficiencies identified for Year 2030 (Task 4). The need for each improvement will be documented and detailed traffic analysis of intersection improvements will be completed using the Synchro model developed in Task 4. Where appropriate, alternative solutions will be evaluated, and a recommended improvement will be identified for each deficiency. Improvements may include, but are not limited to widening, channelizing, turn lanes, traffic control, access control, and roadway additions or extensions. Kimley-Horn will prepare cost estimates for each improvement based on current unit pricing. Prior to development of the cost estimates, Kimley-Horn will submit unit prices for KDOT review and approval. The estimated costs will include engineering, construction, and right-of-way costs. The projects will be tabulated by Impact Fee Service Area. For each improvement, impact fee eligibility will be defined (i.e., eligible, not eligible, partially eligible). For purposes of this task, it is assumed KDOT will prepare an ArcGIS-based map of the recommended CRIP, including improvements and associated cost estimates. Kimley-Horn will submit the recommended improvements and cost estimates to KDOT in tabular format for use in development of the ArcGIS map. The updated CRIP will meet the minimum statutory requirements of 605 ILCS 5/5-901 et. seq.
KH Deliverables: Improvements to address roadway and intersection deficiencies Unit prices for use in cost estimates Recommended CRIP (tabular format)
KDOT Deliverables: Review and comment on unit prices Review and comment on recommended CRIP ArcGIS-based map of the recommended CRIP
6. Fee Model and Calculations Kimley-Horn will complete the tasks outlined below in order to 1) identify the unfunded improvement costs; and 2) define the impact fee cost per trip factor for each Impact Fee Service Area. A review of the current discounts and credits will be completed in order to advise of potential revisions to the application and assessment. 6.1 Unfunded Improvement Costs Kimley-Horn will obtain updated revenue projections for transportation funding sources from the County. Based on these revenue projections, the unfunded cost for impact fee eligible improvements identified under Task 5 will be defined. The transportation funding sources, revenue projections, and unfunded project costs will be submitted to KDOT for review and comment. 6.2 Cost Per Trip Following KDOT concurrence on the transportation funding sources and revenue projections, the unfunded improvement costs will be allocated to future development. Based on the
Packet Pg. 203
Page 6
kimley-horn.com 1001 Warrenville Road, Suite 350, Lisle, IL 60532 630 487 5550
anticipated peak hour trip generation, a “cost per trip” factor will be calculated for each Impact Fee Service Area. Future development used for this task will be derived from the land use assumptions prepared under Task 3 and input obtained from each municipality. The peak hour trip generation will be calculated using data from the Institute of Transportation Engineers, Trip Generation, 10th Edition manual. Where available, ITE data will be supplemented by empirical trip generation data obtained through Individual Assessments. It is assumed all empirical trip generation data will be supplied by KDOT; Kimley-Horn data collection is not included in this task. 6.3 Review Existing Methodology Kimley-Horn will complete a review of the current discounts and credits offered by the County and will advise of suggested changes. This review will consider policy guidance identified by KDOT (e.g., affordable housing, downtown redevelopment) and best practices from other impact fee programs. Kimley-Horn will prepare a brief assessment of the current discounts and credits, offering suggested changes (as applicable) for KDOT review and comment. Kimley-Horn will review the current impact fee application (Section 2, Technical Specifications Manual for Impact Fees) and assessment (Section 3, Technical Specifications Manual for Impact Fees) to identify potential improvements. Improvements will focus on opportunities to 1) minimize KDOT staff time administering the impact fee program; and 2) increase clarity for the development community; and 3) address market conditions and minimize the impact of fees on economic development. Potential improvements will be summarized and reviewed with KDOT prior to development of the impact fee recommendation (Task 7).
KH Deliverables (Task 6.1 through Task 6.3): Summary of unfunded improvement costs “Cost per Trip” factor per Impact Fee Service Area Assessment of current methodology
KDOT Deliverables (Task 6.1 through Task 6.3): Updated revenue projections for transportation funding sources Review and comment:
o Transportation funding sources o Unfunded improvement costs o Potential improvements to impact fee application and assessment
7. Impact Fee Recommendation Based on KDOT input received under Task 6, Kimley-Horn will prepare the net impact fee calculation for the land use categories identified in coordination with KDOT. Based on a review of the existing ordinance, Individual Assessments (Task 1), and a discussion of emerging land uses, Kimley-Horn will identify the proposed land use categories and definitions for KDOT review and comment. Following KDOT review of the land use categories, and using the methodology confirmed under Task 6, Kimley-Horn will prepare a draft impact fee schedule (Exhibit B, Impact Fee Ordinance) for KDOT review and comment. Up to one (1) set of revisions to the fee schedule to address comments from KDOT is included in this task. Additionally, up to one (1) set of
Packet Pg. 204
Page 7
kimley-horn.com 1001 Warrenville Road, Suite 350, Lisle, IL 60532 630 487 5550
revisions to address feedback from the Impact Fee Advisory Committee (IFAC) is also included.
KH Deliverables: New development land use categories Impact fee schedule (Exhibit B, Impact Fee Ordinance)
KDOT Deliverables: Review and comment:
o New development land use categories o Impact fee schedule
8. Stakeholder Engagement Kimley-Horn will facilitate a transparent planning process, which will include the following tasks. For each task, it is assumed KDOT will handle meeting logistics, including but not limited to facility reservation/set-up, notifications/invitations, meeting agenda, and summary minutes.
Task 8.1 Impact Fee Advisory Committee Kimley Horn will assist KDOT in preparing for and attending the IFAC meetings. Kimley-Horn will be responsible for the technical presentation during each meeting and will be available to address any technical questions (as needed). Participation in up to ten (10) IFAC meetings is included in this task. Kimley-Horn will prepare materials needed for the technical presentation (e.g., slides, exhibits, etc.) in advance of each meeting for County review and approval. Under this task, Kimley-Horn will produce up to 25 presentation boards for presentation during the IFAC meetings. The presentation boards will also be made available to KDOT in digital format.
KH Deliverables: Meeting materials (i.e., presentation slides and exhibits) Up to 25 presentation boards
Task 8.2 Stakeholder Planning Session Kimley-Horn will facilitate a working session with KDOT staff and key stakeholders (e.g., municipalities, development community representatives, Impact Fee Advisory Committee, etc.) to present key findings from review of the background data (Task 1), land use assumptions (Task 3), travel demand model (Task 4), and existing impact fee methodology (Task 6.3). The purpose of the meeting is to solicit direction from County staff and the Impact Fee Advisory Committee (IFAC) on focus areas for the analysis and program update. During the meeting, Kimley-Horn will present examples of best practices from similar programs. A discussion of potential strategies to support County initiatives (e.g., affordable housing, infill redevelopment, etc.) will be included in order to inform policy direction for the program update. In addition to input collected during the meeting, input will be solicited from
Packet Pg. 205
Page 8
kimley-horn.com 1001 Warrenville Road, Suite 350, Lisle, IL 60532 630 487 5550
stakeholders unable to attend through an online or email platform to be developed in coordination with KDOT. It is assumed KDOT will solicit input from participants unable to attend the initial meeting. Task 8.3 Team Coordination Kimley-Horn will schedule bi-weekly meetings with KDOT staff. Up to 36 meetings are included in this task with 75 percent of the meetings (i.e., 27 meetings) to be conducted via phone or video conference, and the remaining meetings to be conducted in-person. At a minimum, two representatives from the Kimley-Horn team will participate in the in-person meetings. Draft copies of all meeting materials will be provided to County staff for review in advance of the meetings and calls.
KH Deliverables (Task 8.1 through Task 8.3): Meeting materials (i.e., presentation slides and exhibits) Participation in stakeholder planning session Participation in up to 36 team coordination meetings (includes 9 in-person meetings
and 27 phone/video conference meetings) Participation in up to 10 IFAC meetings
KDOT Deliverables (Task 8.1 through Task 8.3): Meeting agenda Meeting notifications / invitations Summary of online or email input (where applicable) Summary minutes
9. Public Hearings Pursuant to Illinois State Statute, and in coordination with County staff, Kimley-Horn will coordinate the public hearings for the Land Use Assumptions and CRIP Update. Prior to the public hearings, Kimley-Horn will assist with the required notices, presentations, and exhibits. In order to manage the public hearing notices, Kimley-Horn will prepare a timeline to outline required submittal dates for newspaper notices and update as need be. It is assumed KDOT will handle all coordination with the newspaper to post the required notices. Kimley-Horn will attend the public hearings to discuss the land use assumptions and CRIP update, and to address questions as applicable. Kimley-Horn attendance at up to four (4) public hearing meetings is included in this task. It is assumed the presentation boards developed under Task 8.1 will be reused during the public hearings. Under this Task 9, Kimley-Horn will produce five (5) additional presentation boards. Combined with the boards identified under Task 8.1, Kimley-Horn will provide up to 30 presentation boards. All presentation boards will also be made available to KDOT in digital format.
KH Deliverables: Timeline for public hearing notification Public hearing materials (i.e., presentation slides and exhibits) Up to five (5) presentation boards (in addition to 25 boards included in Task 8.1) Attendance at up to four (4) public hearing meetings
Packet Pg. 206
Page 9
kimley-horn.com 1001 Warrenville Road, Suite 350, Lisle, IL 60532 630 487 5550
KDOT Deliverables: Public hearing notification Public hearing meeting minutes
10. Documentation Kimley-Horn will prepare the required documentation outlined below. Draft documentation will be submitted to the County for review and comment prior to finalizing. It is assumed three submittals will be provided: an initial draft, a revised draft to address County comments, and a final submittal. The initial draft, revisions, and final documentation will be submitted in electronic format only. As needed, input from other stakeholders should be coordinated by County staff and addressed within the planned revisions. This task assumes all documents listed below will be provided by the County in an editable format (e.g., Microsoft Word).
Impact Fee Ordinance Kimley-Horn will prepare a revised Impact Fee Ordinance which reflects the updated planning process and fee schedule.
Updated CRIP Kimley-Horn will prepare an updated CRIP to reflect the land use assumptions and travel demand model results. Improvements will be summarized in both tabular and map format. Per direction from KDOT, the updated CRIP will also reflect the impact fee methodology, including discounts and credits. Policy Guidance Kimley-Horn will prepare a summary document outlining the policy direction developed throughout the planning process for the CRIP Update. The policy document will serve as an internal resource for KDOT staff. Technical Specifications Manual The Technical Specifications Manual will be updated to reflect any changes to the impact fee methodology, including discounts and credits. Additionally Impact Fee Procedure Manual Kimley-Horn will update the Impact Fee Procedure Manual to reflect any program changes, including the impact fee application and assessment. The Impact Fee Procedure Manual will be updated to reflect the latest impact fee schedule, discounts and credits, and any other changes. Summary Document Kimley-Horn will prepare a summary document or brochure to communicate the impact fee ordinance to end users. The summary will include graphics and charts to convey the ordinance in a user-friendly format. A link to the County’s website for more information will be included. This document may be posted to the County website, distributed to municipalities, and shared with the development community.
Packet Pg. 207
Page 10
kimley-horn.com 1001 Warrenville Road, Suite 350, Lisle, IL 60532 630 487 5550
KH Deliverables: Initial draft documents Revised draft documents Final documents
KDOT Deliverables: Review and comment
o Initial draft documents o Revised draft documents
11. QA / QC A QA/QC Plan will be developed and implemented for the CRIP update. The QA/QC Plan will define Kimley-Horn’s approach to communication with KDOT staff, coordination of work assignments, management of the project schedule, and review of all deliverables. The QA/QC Plan will include roles and responsibilities defined for Project Manager Rory Fancler-Splitt and Project Director Tim Sjogren. As QC Manager, Tim Sjogren will be responsible for the internal Kimley-Horn review process, including review of travel demand model inputs and outputs, confirmation of technical calculations, and oversight on written documentation and prepared exhibits. Internal review comments will be provided to the Kimley-Horn team, as needed, and addressed prior to submitting to the County for review.
KH Deliverables: QA/QC Plan
KDOT Deliverables: Review and comment on QA/QC Plan
12. Internal Process Review Using best practices and procedures developed for other impact fee programs across the country, Kimley-Horn will complete a review of current KDOT policies and procedures related to the CRIP. Where appropriate, Kimley-Horn will identify opportunities to enhance internal processes and minimize staff time on administrative tasks associated with the impact fee program. A written summary of key findings and opportunities will be submitted to KDOT for review. A meeting will be scheduled with KDOT staff to discuss the internal process review. Where appropriate, changes will be incorporated into the documentation outlined under Task 10.
KH Deliverables: Memorandum summarizing key findings Internal process review meeting
KDOT Deliverables: Review and comment on memorandum
Alternate Task A. Administration and Technical Support Following ordinance adoption, Kimley-Horn will provide on-call technical support services to as requested in writing by KDOT. Additional support will result in an amendment to the Agreement. Technical support may include the following:
Packet Pg. 208
Page 11
kimley-horn.com 1001 Warrenville Road, Suite 350, Lisle, IL 60532 630 487 5550
Evaluation of the trip generation rates and impact fee assessment for applications which require additional analysis to determine fees based on unique land use categories (up to 10 Individual Assessments included);
Support for the annual program assessment required by the state statute; or Other aspects of the impact fee program as defined by KDOT.
KH Deliverables: Technical analyses for up to 10 Individual Assessments Technical assistance with annual reporting Other technical documentation as required by KDOT
KDOT Deliverables: Annual program assessment (as required by state statute)
Alternate Task B. Impact Fee Calculator Kimley-Horn will advise KDOT staff on the development of an impact fee “calculator”. The calculator will populate an estimate of the impact fee due for all land uses identified in the fee schedule. The calculator will reflect the applicable fee for each Impact Fee Service Area, as well as allowable discounts and credits defined in the ordinance. Kimley-Horn will coordinate with KDOT staff to determine the appropriate software program for the “calculator”. It is assumed KDOT will populate the calculator with all applicable background data, including the fee schedule, discounts, credits, and property-specific information (where appropriate). Kimley-Horn will provide oversight on the data inputs and format or end user interface.
KH Deliverables: Review and comment on Impact Fee Calculator
KDOT Deliverables: Impact Fee Calculator
Alternate Task C. Public Information / Website Development Kimley-Horn, in coordination with County staff, will provide the following materials to support the County’s ongoing public communication plan for the CRIP and Impact Fee Program:
Provide input on content for the Impact Fee Program webpage. Identify programming opportunities (e.g., presentations, signage, etc.) to increase
awareness of the impact fee program and its benefits. Draft materials will be provided to the County for review. Up to one (1) round of revisions based on KDOT comments will be completed. Where appropriate, KDOT should coordinate review of the draft materials with other departments or stakeholders and consolidated review comments should be provided.
KH Deliverables: Comments on Impact Fee Program webpage content Summary of programming opportunities
KDOT Deliverables: Review and comment on KH deliverables listed above
Packet Pg. 209
KDOT CRIP Update
Name Rory Fancler-Splitt Tim Sjogren Jeff Whitacre Steve Weller Tracy Shandor Peter WajdaColleen
LichtenbergerEmma Albers Sagar Sonar Marilee Kane Logan Bruce
Resolution No. 20 - 231 Approving an Amendment to an Intergovernmental Agreement with the State of Illinois for Construction and Phase III Construction Engineering Services for Longmeadow Parkway Section C-2, West of Sandbloom Road to West of IL 25, Kane County Section No. 18-00215-21-BR
Committee Flow: Transportation Committee, Executive Committee, County Board Contact: Tom Rickert, 630.406.7305
Budget Information:
Was this item budgeted? N/A Appropriation Amount: N/A
If not budgeted, explain funding source: N/A
Summary:
Attached is an amended intergovernmental agreement with IDOT that will provide for additional federal reimbursement towards a portion of the Longmeadow Parkway Corridor Section C-2 project. Federal Surface Transportation Program (STP-R) funding has been increased by $2,479,626 from funds awarded by the Council of Mayors, bringing the total STP-R funding to $2,879,626. (STP-U) funds will provide an estimated $2,500,000, and IDOT funds will provide an estimated $8,189,158. The County Board has already approved an appropriation of $19,209,804 for the County’s local share which includes contingency funding (Res 20-171). Federal and state funding is now about 45% of the total estimated $30,298,962.35 project cost with the local (County) share estimated to be $16,730,178.
Packet Pg. 213
STATE OF ILLINOIS
COUNTY OF KANE
RESOLUTION NO. 20 - 231
APPROVING AN AMENDMENT TO AN INTERGOVERNMENTAL AGREEMENT WITH THE STATE OF ILLINOIS FOR CONSTRUCTION AND PHASE III CONSTRUCTION
ENGINEERING SERVICES FOR LONGMEADOW PARKWAY SECTION C-2, WEST OF SANDBLOOM ROAD TO WEST OF IL 25, KANE COUNTY SECTION NO. 18-00215-21-BR
WHEREAS, the Illinois Constitution of 1970, Article VII, Section 10 and the Illinois Compiled
Statutes, (5 ILCS 220/1, et seq.) authorizes the County of Kane (County) and the State of Illinois (State) to cooperate in the performance of their respective duties and responsibilities by contract and other agreements; and
WHEREAS, pursuant to Kane County Board Resolution No. 20-51, the County and the
State, through its Illinois Department of Transportation (IDOT) entered into an intergovernmental agreement (hereinafter the “Agreement”) for the Longmeadow Parkway Section C-2, Improvement (hereinafter referred to as the “Project”); and
WHEREAS, IDOT desires to amend the Agreement by expanding its scope and has
requested an amendment thereto to provide additional federal funds towards the construction phase of the Project to enable Project close out, (hereinafter the “Amendment”), (a copy of which is on file in the office of the Kane County Clerk).
NOW, THEREFORE, BE IT RESOLVED by the Kane County Board that an Amendment to
the Agreement for the Longmeadow Parkway Section C-2 improvement Project is hereby approved and the Chairman thereof is hereby authorized to execute an Amendment to the Agreement with the State of Illinois acting through the Illinois Department of Transportation.
Passed by the Kane County Board on July 14, 2020.
________________________________ _____________________________ John A. Cunningham Christopher J. Lauzen Clerk, County Board Chairman, County Board Kane County, Illinois Kane County, Illinois Vote: 20-07 LMPIDOTPHIIIAmd
Packet Pg. 214
Local Public Agency Amendment # for Federal Participation
BLR 05311 (Rev. 05/29/20)Page 1 of 3Printed 06/11/20
1
LOCAL PUBLIC AGENCYLocal Public Agency
County of KaneCounty
KaneSection Number
18-00215-21-BRFund Type
STRITEP, SRTS, HSIP Number(s) MPO TIP Number
09-96-0017
Right-of-WayLocal Administered EngineeringDay LaborConstruction Local LettingConstruction on State Letting
Construction Engineering Right of WayJob Number
C-91-190-18Project Number
XGDF(875)Job Number Project Number Job Number Project Number
This Agreement is made and entered into between the above local public agency, hereinafter referred to as the "LPA" and the State of Illinois, acting by and through its Department of Transportation, hereinafter referred to as "STATE". The STATE and LPA jointly propose to improve the designated location as described below. The improvement shall be consulted in accordance with plans prepared by, or on behalf of the LPA and approved by the STATE using the STATE's policies and procedures approved and/or required by the Federal Highway Administration, hereinafter referred to as "FHWA".
MPO Name
CMAP
LOCATION StationingLocal Street/Road Name
Longmeadow Parkway Key Route
FAU 2298Length
1.05From
3.54To
4.59Location Termini
Sandbloom Rd to IL 25Current Jurisdiction
Kane CountyExisting Structure Number(s) Add Location
Remove
LOCAL PUBLIC AGENCY APPROPRIATIONFor Amendments Increasing the LPA share: By execution of this Amendment, the LPA attests that additional moneys have been appropriated or reserved by resolution or ordinance to fund the additional share of LPA project costs. A copy of the resolution or ordinance is attached as an addendum (required for increases to state-let contracts only).
ADDENDA Additional information and/or stipulations are hereby attached and identified below as being a part of this agreement.
1. Location Map2. Division of Cost
-Add Row
Packet Pg. 215
BLR 05311 (Rev. 05/29/20)Page 2 of 3Printed 06/11/20
BE IT MUTUALLY AGREED that all remaining provisions of the original agreement not altered by the amendment shall remain in full force and effect and the amendment shall be binding upon the inure to the benefit of the parties hereto, their successor and assigns. The LPA further agrees as a condition of payment, that it accepts and will comply with the application provisions set forth in this amendment and all addenda indicated above.
NOTE: if the LPA signature is by an APPOINTED official, a resolution authorizing said appointed official to execute this agreement is required.
APPROVED APPROVED
Name of Official (Print or Type Name)
Chrisopher J. LauzenOmer Osman P.E., Acting Secretary Date
By:
Title of Official
County Board ChairDirector of Planning & Programming Date Signature Date
Director of Planning & Programming Date The above signature certifies the agency's Tin number is
366006585 conducting business as a Governmental Entity.
Philip C. Kaufmann, Chief Counsel Date Duns Number 945248565
Joanne Woodworth, Acting Chief Fiscal Officer Date
Local Public AgencyState of Illinois
Department of Transportation
Packet Pg. 216
BLR
053
11 (R
ev. 0
5/29
/20)
Page
3 o
f 3
AD
DEN
DA
NU
MB
ER 2
Con
stru
ctio
n
En
gine
erin
g
Rig
ht o
f Way
Prin
ted
06/1
1/20
Cou
nty
Kane
Loca
l Pub
lic A
genc
y
Cou
nty
of K
ane
Job
Num
ber
C-9
1-19
0-18
Proj
ect N
umbe
r
XGD
F(87
5)Jo
b N
umbe
r Pr
ojec
t Num
ber
Job
Num
ber
Proj
ect N
umbe
r
Sect
ion
Num
ber
18-0
0215
-21-
BR
DIV
ISIO
N O
F C
OST
Fede
ral F
unds
Stat
e Fu
nds
Loca
l Pub
lic A
genc
yTy
pe o
f Wor
kFu
nd T
ype
Amou
nt%
Fund
Typ
eAm
ount
%Fu
nd T
ype
Amou
nt%
Tota
ls-P
artic
ipat
ing
Con
stru
ctio
nST
R $
2,47
9,62
6.00
*
$81
8,27
7.00
BA
L $
3,29
7,90
3.00
-P
artic
ipat
ing
Con
stru
ctio
nST
R $
400,
000.
00
**LO
CAL
$10
0,00
0.00
BA
L $
500,
000.
00
-Par
ticip
atin
g C
onst
ruct
ion
STU
$2,
500,
000.
00
***
$83
3,33
3.00
BA
L $
3,33
3,33
3.00
-P
artic
ipat
ing
Con
stru
ctio
nSt
ate
Fund
s $
8,18
9,15
8.00
**
** $
8,18
9,15
8.00
-P
artic
ipat
ing
Con
stru
ctio
nLO
CAL
$14
,938
,698
.00
100%
$14
,938
,698
.00
-Non
-Par
ticip
atin
g C
onst
ruct
ion
LOC
AL $
39,8
70.0
010
0% $
39,8
70.0
0- - - -
Tota
l $
5,37
9,62
6.00
To
tal
$8,
189,
158.
00
Tot
al $
16,7
30,1
78.0
0 $
30,2
98,9
62.0
0 Ad
dIf
fund
ing
is n
ot a
per
cent
age
of th
e to
tal p
lace
an
aste
risk
(*) i
n th
e sp
ace
prov
ided
for t
he p
erce
ntag
e an
d ex
plai
n be
low
:* R
ecei
ved
addi
tiona
l $2,
479,
626
in S
TR fu
ndin
g si
nce
LAA
appr
oved
**
unc
hang
ed $
400,
000
in S
TR fu
nds
appr
oved
on
LAA
*** u
ncha
nged
$2,
500,
000
STU
fund
s on
LAA
**
** u
ncha
nged
$8,
189,
158
in S
tate
fund
s on
LAA
N
on-p
artic
ipat
ing
item
con
sist
s of
but
not
lim
ited
to a
nti-g
raffi
ti co
atin
gN
OTE
: The
cos
ts s
how
n in
the
Div
isio
n of
Cos
t tab
le a
re a
ppro
xim
ate
and
subj
ect t
o ch
ange
. The
fina
l LPA
sha
re is
dep
ende
nt o
n th
e fin
al F
eder
al a
nd S
tate
par
ticip
atio
n. T
he a
ctua
l co
sts
will
be u
sed
in th
e fin
al d
ivis
ion
of c
ost f
or b
illing
and
reim
burs
emen
t.
Packet Pg. 217
BLR 05311 (Rev. 05/29/20)Printed 06/11/20
Instructions for BLR 05311 - Page 1 of 3 NOTE: Form instructions should not be included when the form is submit.
This form shall be used when a local public agency (LPA) project involves Federal-Aid, with or without state funds and this standard form is sufficient to describe all details of the agreement. This form serves as an amendment to BLR 05310. For more information refer to the Bureau of Local Roads and Streets Manual (BLRS) Chapter 5. For signature requirements refer to Chapter 2, Section 3.05(b) of the BLRS manual. When filling out this form electronically, once a field is initially completed, fields requiring the same information will be auto-populated. Amendment No. Insert the amendment number as it applies to this amendment.
Local Public Agency
Name of LPA Insert the name of the LPA
County Insert the name of the county in which the LPA is located.
Section Number Insert the section number applied to this project.
Fund Type Insert the funding type(s) being used for this project (e.g. STU, STR, ITEP, etc.)
ITEP, SRTS, HSIP Number Insert the ITEP, SRTS, HSIP number assigned to this project.
MPO Name From the drop down choose the MPO in which the project is located. If the project is not located within an MPO, select N/A. Types to choose from are:
Bi-State Bi-State Regional Commission CMAP Chicago Metropolitan Planning Organization CUUATS Champaign/Urbana Urban Area Transportation Study DATS Danville Area Transportation Study DMATS Dubuque Metropolitan Area Transportation Study DSATS DeKalb/Sycamore Area Transportation Study DUATS Decatur Urbanized Area Transportation Study EWGCG East-West Gateway Council of Governments KATS Kankakee Area Transportation Study MCRPC McLean County Regional Planning Commission PPUATS Peoria/Pekin Urban Area Transportation Study RPC Region 1 Planning Council SATS Springfield Area Transportation Study SEMPO South East Metropolitan Planning Organization SIMPO Southern Illinois Metropolitan Planning Organization SLATS State Line Area Transportation Study
MPO Tip Number Insert the MPO Tip Number assigned to this project, this is required for all projects located within the MPO planning boundaries if applicable. If not, insert "N/A".
Construction on State Letting Check this box if the construction portion of this project will be on a state held letting.
Day Labor Check this box if the project will be constructed using day labor.
Local Administered Engineering Check this box if the LPA is administering the engineering locally.
Right-of-Way Check this box if Right-Of-Way is part of the project.
Construction
Job Number Insert the job number assigned for the construction portion, the number will begin with a "C"
Project Number Insert the project number assigned to the construction portion of this project.
Engineering
Job Number Insert the job number assigned for the engineering portion of this project.
Project Number Insert the project number assigned to the engineering portion of this project.
Packet Pg. 218
BLR 05311 (Rev. 05/29/20)Printed 06/11/20
Instructions for BLR 05311 - Page 2 of 3
Right-of-Way
Job Number Insert the job number assigned for Right-of-Way for the project, if applicable. The number will begin with a "R".
Project Number Insert the project number assigned to the Right-of-Way for the project, if applicable.
Location Use the add location button to add additional locations if needed.
Local Street/Road Name Insert the local street/ road name.
Key Route Insert the key route of the street/road listed above.
Length Insert the length in miles as it pertains to the location listed above. For a structure insert 0.01.
Station
From Insert the beginning station of the project as it pertains to the key route for this location for this project.
To Insert the ending station of the project as it pertains to the key route for this location for this project.
Location Termini Insert the beginning and ending termini as it pertains to this location for this project.
Existing Structure Number(s) Insert the existing structure number(s) for this project.
Add Location Use this button to add additional locations. A total of four additional locations can be added. If there are more than 5 locations, do not add each location. Instead, insert "Various" in the first location field. Addenda
Within the Addenda table, check the box as applicable. Insert the item number of the addenda and a description of the item.
1. Location Map Attach a location map to this agreement showing all locations being improved by this project.
2. Division of Cost Insert the division of cost page (see separate instructions for completing this document).
3. LPA Appropriation Resolution For State-Let construction projects, the LPA must pass an appropriation resolution covering the local share of the project. Attach the resolution for this appropriation.
4. IDOT Fiscal Approval Signature Page
Approved
Local Public Agency The appropriate LPA official shall insert their name, sign and date. Insert the LPA's TIN number and DUNS Number.
Illinois Dept of Transportation The appropriate IDOT official shall sign and date here.
Division of Cost Table
When the LPA desires to use one or more lump-sum amounts before the federal percentage is calculated, specify the order in which it should be used and the "not to exceed" amount. The following provides an example of the wording that may be used:
Lump-sum $60,000 TARP funds not to exceed 50% of final cost of project credited to the project to be utilized first. Lump-sum to be utilized second not to exceed $20,000 EDP funds. Lump-sum to be utilized third not to exceed $40,000 SMA funds.
These specified amounts will be used in sequence, with the federal and local percentages calculated after they are deducted. When the LPA desires to use a percent "not to exceed" commitment, the federal and state funds will be used concurrently at the specified percentages up to the "not to exceed" amount.
Example:
Maximum STR participation 80% not to exceed $100,000 Lump-sum SMA not to exceed $20,000 to be used as a match to the federal funds
Be advised that the "not to exceed" amount specified under a percentage commitment will be tied up and unavailable for programming until the project is closed out and a documentation review has been completed by IDOT or FHWA, if required.
Packet Pg. 219
BLR 05311 (Rev. 05/29/20)Printed 06/11/20
Instructions for BLR 05311 - Page 3 of 3 Division of Cost Table:
Use a separate line for each type of work as it relates to the fund type for federal, state and/or LPA funds.
Type of Work Choose the type of work from the drop down list. Types to choose from are: Participating Construction, Non-Participating Construction, Preliminary Engineering, Construction Engineering, Right-of-Way, Railroads, Utilities, and Materials.
Federal Funds If federal funds are being used on this project complete the following for federal funds.
Fund Type Choose the type of federal fund type from the drop down.
Amount Insert the amount of federal funds for the type listed under fund type.
% Insert the percentage of federal funds for this type.
State Funds If state funds are being used on this project complete the following for state funds.
Fund Type Choose the type of State Funds from the drop down.
Amount Insert the amount of state funds for the type listed under fund type.
% Insert the percentage of state funds for this type.
Local Public Agency Funds
Fund Type Insert the type of LPA funds being used on this project.
Amount Insert the amount of LPA funds for the type listed under fund type.
% Insert the percentage of local funds for this type.
Explanation Insert any necessary additional information as to how the funding is being applied for this project. A minimum of three (3) originals executed by the LPA must be submitted to the District through its Regional Engineer's Office. Distribution will be as follows: District file Bureau of Local Roads Central Office (2)
Packet Pg. 220
McHenry Co.
ÜLongmeadow Parkway
A-1 A-2 / B-1 B-2 C-2DR
anda
ll R
d
Slee
p H
ollo
w R
d
IL. 3
1 IL. 2
5 IL. 62
Algonquin
Algonquin Barrington Hills
Carpentersville
Carpentersville
C-1C-3C-4
March 2020
LegendConstruction CompleteUnder ConstructionTargeting ConstructionSpring 2020 - Late 2021
Status:A-1, A-2/B-1 are completeB-2 Construction from January 2018 to August 2020D Construction from January 2018 to June 2020 (Road open - landscaping remains)C-1 Construction of new bridge over Fox River from January 2019 to November 2020C-2 Anticipate construction June 2020 to August 2021C-3 CompleteC-4 Toll Collection Facility anticipated construction August 2020 to December 2021
Packet Pg. 221
RESOLUTION/ORDINANCE EXECUTIVE SUMMARY
Resolution No. 20 - 232 Approving Contract for Construction with Builders Paving, LLC of Hillside, Illinois for Blackberry Township Road District, Section No. 20-04000-02-GM Committee Flow: Transportation Committee, Executive Committee, County Board Contact: Tom Rickert, 630.406.7305
Budget Information:
Was this item budgeted? Yes Appropriation Amount: $488,000.00
If not budgeted, explain funding source: N/A
Summary:
On May 26, 2020, three (3) bids were opened at the Kane County DOT office for the above mentioned project to resurface portions of 12 roads that include parts of Green, Mill and Seavey Roads, totaling 3.83 miles within the Township. The low qualified bid of $488,000.00 was submitted by Builders Paving, LLC Co. of Hillside. This project is funded with Township MFT funds and the Highway Commissioner recommends approval.
Packet Pg. 222
STATE OF ILLINOIS
COUNTY OF KANE
RESOLUTION NO. 20 - 232
APPROVING CONTRACT FOR CONSTRUCTION WITH BUILDERS PAVING, LLC OF HILLSIDE, ILLINOIS FOR BLACKBERRY TOWNSHIP ROAD DISTRICT, SECTION NO. 20-
04000-02-GM
WHEREAS, the Kane County Division of Transportation has solicited and received bids for the work and/or construction described as:
BLACKBERRY TOWNSHIP ROAD DISTRICT SECTION NO. 20-04000-02-GM
2020 TOWNSHIP RESURFACING (hereinafter the “Project”)
WHEREAS, the lowest responsible bidder for the Project is:
BUILDERS PAVING, LLC OF HILLSIDE, ILLINOIS With a low bid of
$488,000.00 WHEREAS, the Project incorporates the use of Township Motor Fuel Tax Funds. NOW, THEREFORE, BE IT RESOLVED by the Kane County Board that a contract for the
Project described hereinabove shall be awarded to the lowest responsible bidder in the amount as indicated hereinabove and that the County Board Chairman is hereby authorized and directed to execute a contract and contractor’s bond therefor.
Passed by the Kane County Board on July 14, 2020.
________________________________ _____________________________ John A. Cunningham Christopher J. Lauzen Clerk, County Board Chairman, County Board Kane County, Illinois Kane County, Illinois Vote: 20-07 BlackberryTwp
Packet Pg. 223
Packet Pg. 224
Packet Pg. 225
KANE COUNTY
DIVISION of TRANSPORTATION
Carl Schoedel, P.E. Director of Transportation County Engineer
MAY 26, 2020 BID OPENING
41W011 Burlington Road St. Charles, IL 60175
Phone: (630) 584-1170 Fax: (630) 584-5265
SECTION #20-04000-02-GM MFT BLACKBERRY TOWNSHIP MAINTENANCE PROGRAM BIDDER AS READ BID BUILDERS PAVING $488,000.00 CURRAN $585,820.00 GENEVA CONSTRUCTION $496,249.50
Location From To1 Green Road IL Route 47 Main St2 Oakleaf Drive Mill Rd IL Route 473 Nottingham Drive Mill Rd IL Route 474 Old Midlothian Road Mill Rd IL Route 475 Mill Road End of Roadway Old Midlothian Rd6 Oakwood Terrace Oakleaf Dr Nottingham Dr7 Derussey Lane Nottingham Dr Old Midlothian Rd8 Finley Road End of HMA pavement IL Route 479 Finley Road Hazelcrest Rd End of HMA pavement10 Lakewood Drive Scott Rd Blackberry Township Limit11 Scott Road Blackberry Creek IL Route 4712 Seavey Road Approx. 2,800-ft E of Bliss Rd Approx. 4,000-ft E of Bliss Rd
222
34
5 67
8
9 1011
12
Packet Pg. 228
RESOLUTION/ORDINANCE EXECUTIVE SUMMARY
Resolution No. 20 - 233 Approving a Contract for Construction with Curran Contracting Company of Crystal Lake, Illinois for Kaneville Township Road District, Section No. 20-11000-01-GM Committee Flow: Transportation Committee, Executive Committee, County Board Contact: Tom Rickert, 630.406.7305
Budget Information:
Was this item budgeted? Yes Appropriation Amount: $64,949.75
If not budgeted, explain funding source: N/A
Summary:
On May 26, 2020, four (4) bids were opened at the Kane County DOT office for the above mentioned project to resurface portions of Harter Road, totaling 0.57 miles within the Township. The low qualified bid of $64,949.75 was submitted by Curran Contracting Co. of Crystal Lake. This project is funded with Township MFT funds and the Highway Commissioner recommends approval.
Packet Pg. 229
STATE OF ILLINOIS
COUNTY OF KANE
RESOLUTION NO. 20 - 233
APPROVING A CONTRACT FOR CONSTRUCTION WITH CURRAN CONTRACTING COMPANY OF CRYSTAL LAKE, ILLINOIS FOR KANEVILLE TOWNSHIP ROAD DISTRICT,
SECTION NO. 20-11000-01-GM
WHEREAS, the Kane County Division of Transportation has solicited and received bids for the work and/or construction described as:
KANEVILLE TOWNSHIP ROAD DISTRICT SECTION NO. 20-11000-01-GM
2020 TOWNSHIP RESURFACING (hereinafter the “Project”)
WHEREAS, lowest responsible bidder for the Project is:
CURRAN CONTRACTING COMPANY OF CRYSTAL LAKE, ILLINOIS With a low bid of
$64,949.75
WHEREAS, the Project incorporates the use of Township Motor Fuel Tax Funds.
NOW, THEREFORE, BE IT RESOLVED by the Kane County Board that a contract for the Project described hereinabove shall be awarded to the lowest responsible bidder in the amount as indicated hereinabove and that the County Board Chairman is hereby authorized and directed to execute a contract and contractor’s bond therefor.
Passed by the Kane County Board on July 14, 2020.
________________________________ _____________________________ John A. Cunningham Christopher J. Lauzen Clerk, County Board Chairman, County Board Kane County, Illinois Kane County, Illinois Vote: 20-07 KanevilleTwp
Packet Pg. 230
Packet Pg. 231
286 Memorial Court Crystal Lake, IL 60014 Curran Group ownership share listing William Curran Sr. Trustee 2944 Greenwood Acres Drive Unit 2150 DeKalb, IL 60115 Linda Curran Trustee 14 Willet Way Trout Valley, IL 60013 Timothy J Curran 5% 7914 Cherry Vail Way Woodstock, IL 60098 Heather Stone 5% 4530 Whitehall Lane Algonquin, IL 60102 Elizabeth Curran 5% 1506‐2 Skyridge Drive Crystal Lake, IL 60014 Jennifer Williams 5% 1373 Breed Ave Elburn, IL 60119 Catherine Curran 5% 14 Willet Way Trout Valley, IL 60013 Michael Curran 5% 1994 South Shore Drive Village of Lakewood, IL 60014 Erik Curran 5% 1147 W Lill, 3W Chicago, IL 60614 Laura Curran 5% 2224 N Orchard Unit 2N Chicago, IL 60614
Packet Pg. 232
Sue Rushmore 5% P.O. Box 19441 Avon, CO 81620 Michael Rushmore III 5% 167 Ludlow St, Apt GB New York City, NY 10002 Caroline Rushmore 5% 2335 N. Lincoln Ave. Unit 609 Chicago, IL 60614 Cynthia DeTrempe 5% 748 Forest Drive Barrington, IL 60010 Nicholas DeTrempe 5% 1220 Castro Street San Francisco, CA 94114 John DeTrempe 5% 1872 N. Clybourn Ave, #403 Chicago, IL 60614 Henry DeTrempe 5% 2335 N. Lincoln Ave. Unit 709 Chicago, IL 60614 Luke DeTrempe 5% 10 Gay Street, Apt 1B New York City, NY 10014 Patricia Poth 5% 1690 Surrey Lane Lake Forest, IL 60045 John Poth 5% 1350 N. Lake Shore Drive, Apt 1516 Chicago, IL 60610 Jennifer Poth 5% 77 W Huron, Apt 2209 Chicago, IL 60654 Emily Poth 5% 1690 Surrey Lane Lake Forest, IL 60045
Packet Pg. 233
CURRAN .... 286 Memorial Court
Crystal Lake, IL 60014
Phone (815) 455-5100 Fax (815) 455-7894
FAMILIAL RELATIONSHIP DISCLOSURE
As of May 29, 2020, Curran Contracting Company, to the best of our knowledge the Owners, Officers or Executives do not have a familial relationship with any County Elected Official or County Department Director within the last 12 month period . "Fami lial Relationship" is defined in the attached Public Act 101-0544.
The County may deny, suspend, or terminate the eligibility of a person, firm, corporation, association, agency, institution, or other legal entity to participate as a vendor for goods or services to the County, if the vendor, for contracts greater than $30,000, fails to disclose to the County a familial relationship between a County Elected Official or County Department Director.
Officer: Daniel Dacy Date Title: Controller
Subscribed and Sworn this ()°J-11v day of--'(\j\,___~-~+-------'' 2020
~~r-~ Notary Public
NOTARY PUBLIC- STATE OF ILLINOIS MY COMMISSION EXPIRES:03/22/22
Packet Pg. 234
KANE COUNTY
DIVISION of TRANSPORTATION
Carl Schoedel, P.E. Director of Transportation County Engineer
MAY 26, 2020 BID OPENING
41W011 Burlington Road St. Charles, IL 60175
Phone: (630) 584-1170 Fax: (630) 584-5265
SECTION #20-11000-01-GM MFT KANEVILLE TOWNSHIP MAINTENANCE PROGRAM BIDDER AS READ BID BUILDERS PAVING $66,000.00 CURRAN $64,949.75 GENEVA CONSTRUCTION $72,304.75 MANEVAL (NON-COMPLIANT BIDDER) $80,983.25
Location From To1 Harter Road W County Line Rd Approx. 3,000‐ft E of W County Line Rd
Packet Pg. 237
RESOLUTION/ORDINANCE EXECUTIVE SUMMARY
Resolution No. 20 - 234 Approving Supplemental Appropriation for Randall Road at Mill Creek, Kane County Section No. 18-00504-00-BR Committee Flow: Transportation Committee, Executive Committee, County Board Contact: Tom Rickert, 630.406.7305
Budget Information:
Was this item budgeted? Yes Appropriation Amount: $18,498.88
If not budgeted, explain funding source: N/A
Summary:
During the deck replacement for the Randall Road over Mill Creek project, demolition crews discovered that the underlying sub-structure for the west portion of the bridge was in worse condition than expected. After examination by bridge engineers, it was decided to remove and replace the weathered concrete in order to bring the structure back to the desired weight requirements. The estimated cost for the additional work at that time was estimated at $100,000. In January 2020, the County Board approved an $85,000 supplemental appropriation to keep the project proceeding forward.
Now that all of the bills have been received and reviewed, staff is able to report that the final contract amount is $569,707.88 which is $18,498.88 over the current appropriation of $551,209.00. Staff is requesting a final additional appropriation of $18,498.88 to close the contract.
Packet Pg. 238
STATE OF ILLINOIS
COUNTY OF KANE
RESOLUTION NO. 20 - 234
APPROVING SUPPLEMENTAL APPROPRIATION FOR RANDALL ROAD AT MILL CREEK, KANE COUNTY SECTION NO. 18-00504-00-BR
WHEREAS, pursuant to Resolution No. 19-255, the Kane County Board previously
appropriated the sum of $466,209.00 as its estimated cost share for the Kane County Highway No. 34 (Randall Road) over Mill Creek Bridge improvement (hereinafter the “Project”); and
WHEREAS, pursuant to Resolution No. 20-25, the Kane County Board previously
appropriated an additional sum of $85,000.00 for the Project; and WHEREAS, the Project contractor has submitted to the County a final invoice for the Project
which brings the County’s total share thereof to $569,707.88 which exceeds the previous appropriation and therefore requires an additional appropriation $18,498.88 to complete payment for the Project.
NOW, THEREFORE, BE IT RESOLVED that the Kane County Board appropriate the
additional sum of Eighteen Thousand Four Hundred Ninety Eight and 88/100 Dollars ($18,498.88) from Local Option Fund #304, Line Item #52040 (Repairs and Maintenance - Bridges), for a total Project appropriation not to exceed Five Hundred Sixty Nine Thousand Seven Hundred Seven and 88/100 Dollars ($569,707.88).
Line Item Line Item Description Was Personnel/Item/Service approved in original budget or a subsequent budget revision?
Are funds currently available for this Personnel/Item/Service in the specific line item?
If funds are not currently available in the specified line item, where are the funds available?
304.520.524.52040 Repairs and Maintenance - Bridges
Yes Yes Passed by the Kane County Board on July 14, 2020.
________________________________ _____________________________ John A. Cunningham Christopher J. Lauzen Clerk, County Board Chairman, County Board Kane County, Illinois Kane County, Illinois Vote: 20-07 RandallMillCrkSupp
Packet Pg. 239
Kaneville Rd.
Orchard Rd.
Rand
all R
d.
Mooseheart
M:\dotserver2\USERS\Committee\2019\201904 April\Implementation\Randall over Mill -E3 Se4rvices
0 1,000 2,000 3,000 4,000500Feet
0 1Miles
Virgil
Elg inPlato
Aurora
Rutland Dundee
Big Rock
Kaneville
Campton
Burl ington
Hampshire
Blackberry
Sugar Grove
Saint Charles
Batavia
Geneva
Section Number 18-00504-00-BRRandall Road over Mill Creek
Bridge Repairand Improvement
Legend
Fox River
County BoundryTownship Boundry
Rail Roads
County Roads34
Interstates88
US Roads30
State Roads31
Municipalities
Forest Preserves
Other Roads
31
Main St
Packet Pg. 240
Kaneville Rd.
Orchard Rd.
Rand
all R
d.
North Aurora
Batavia
Mooseheart Rd.
Mooseheart
M:\dotserver2\USERS\Committee\2019\201904 April\Implementation\Randall over Mill -E3 Se4rvices
0 1,000 2,000 3,000 4,000500Feet
0 1Miles
Virgil
Elg inPlato
Aurora
Rutland Dundee
Big Rock
Kaneville
Campton
Burl ington
Hampshire
Blackberry
Sugar Grove
Saint Charles
Batavia
Geneva
Section Number 18-00504-00-BRRandall Road over Mill Creek
Bridge Repairand Improvement
Legend
Fox River
County BoundryTownship Boundry
Rail Roads
County Roads34
Interstates88
US Roads30
State Roads31
Municipalities
Forest Preserves
Other Roads
31
Main St
Packet Pg. 241
RESOLUTION/ORDINANCE EXECUTIVE SUMMARY
Resolution No. 20 - 235 Approving an Agreement with Huff & Huff, Inc. of Oak Brook, Illinois for On-Call Environmental Engineering Services, Kane County Section No. 20-00527-00-ES Committee Flow: Transportation Committee, Executive Committee, County Board Contact: Tom Rickert, 630.406.7305
Budget Information:
Was this item budgeted? Yes Appropriation Amount: $150,000.00
If not budgeted, explain funding source: N/A
Summary:
The Kane County Division of Transportation (KDOT) is in need of professional services from a qualified engineering firm to provide On-Call Environmental Services for various active projects.
Some contractual work is, by nature, recurring, repetitive and frequently annual. Environmental services is an example and KDOT can greatly benefit by having the same professional services firm complete this work for several years in succession. Usually, significant efficiencies can be realized once the firm has an understanding of the KDOT specific infrastructure and needs. This continuity also results in time and manpower savings for both KDOT and the firms.
Staff completed the consultant selection process and has negotiated a contract with Huff & Huff, Inc. for an amount not to exceed $150,000.00.
Packet Pg. 242
STATE OF ILLINOIS
COUNTY OF KANE
RESOLUTION NO. 20 - 235
APPROVING AN AGREEMENT WITH HUFF & HUFF, INC. OF OAK BROOK, ILLINOIS FOR ON-CALL ENVIRONMENTAL ENGINEERING SERVICES, KANE COUNTY SECTION NO. 20-
00527-00-ES
WHEREAS, “on-call” environmental engineering services are necessary for various Kane County highway improvement projects (hereinafter referred to as “Projects”); and
WHEREAS, in order to complete the Projects it is necessary to retain the services of a
professional engineering firm to perform the “on-call” environmental engineering services; and WHEREAS, Huff & Huff, Inc. of 915 Harger Road, Suite 330, Oak Brook, IL 60523 has
environmental engineering, professional expertise, experience, and is willing to perform the “on-call” environmental engineering services for an amount not to exceed $150,000.00; and
WHEREAS, it is in the County's best interest to enter into an “on-call” environmental
engineering services agreement with Huff & Huff, Inc.; and NOW, THEREFORE, BE IT RESOLVED by the Kane County Board that the Chairman
thereof is hereby authorized to execute an agreement (a copy of which is on file with the County Clerk's Office) with Huff & Huff, Inc. for “on-call” environmental engineering services.
BE IT FURTHER RESOLVED that the Kane County Board appropriate the not to exceed
sum of One Hundred Fifty Thousand Dollars ($150,000.00) to pay for “on-call” environmental engineering services for the Project and that said funds be paid from County Highway Fund # 300, Line Item # 50140 (Engineering Services).
Line Item Line Item Description Was Personnel/Item/Service approved in original budget or a subsequent budget revision?
Are funds currently available for this Personnel/Item/Service in the specific line item?
If funds are not currently available in the specified line item, where are the funds available?
300.520.520.50140 Engineering Services Yes Yes Passed by the Kane County Board on July 14, 2020.
________________________________ _____________________________ John A. Cunningham Christopher J. Lauzen Clerk, County Board Chairman, County Board Kane County, Illinois Kane County, Illinois Vote: 20-07 OnCallEnvironmental
Packet Pg. 243
1
AN AGREEMENT WITH HUFF & HUFF INC., FOR PROFESSIONAL ON-CALL ENVIRONMENTAL SERVICES
KANE COUNTY SECTION NO. 20-00527-00-ES
PURCHASE ORDER #2020-XXX This Agreement made this 14th day of July 2020 between COUNTY OF KANE, a body corporate and politic of the State of Illinois (hereinafter referred to as the “COUNTY”), and, HUFF & HUFF INC., an Illinois corporation and an Illinois licensed professional environmental engineering firm with offices at 915 Harger Road, Suite 330, Oak Brook, Illinois 60523 (hereinafter referred to as the “CONSULTANT”). The COUNTY and the CONSULTANT are sometimes hereinafter collectively referred to as the “PARTIES” and individually as a “PARTY”.
WITNESSETH
WHEREAS, it is deemed to be in the best interest of the COUNTY and the motoring
public to improve and maintain the various highways throughout Kane County; and, WHEREAS, the COUNTY is in need of Phase I and Phase II “on-call environmental
services for various projects throughout the County (hereinafter referred to as the “Project”); and WHEREAS, in order to complete the Project it is necessary to retain the services of a
professional environmental engineering firm to perform professional environmental services; and,
WHEREAS, the CONSULTANT has experience and professional expertise in design engineering services and is willing to perform said services for the Project in an amount not to exceed One Hundred and Fifty Thousand Dollars ($150,000.00); and
WHEREAS, the COUNTY has determined that it is in the COUNTY’S best interest to enter into this Agreement with the CONSULTANT.
NOW, THEREFORE, in consideration of the above stated preambles, the mutual covenants and agreements herein set forth, the PARTIES do hereby mutually covenant, promise, agree and bind themselves as follows: 1.0 INCORPORATION
1.1 All of the preambles set forth hereinabove are incorporated into and made part of this Agreement.
Packet Pg. 244
2
2.0 SCOPE OF SERVICES
2.1 Services for the Project, if any, shall be provided by the CONSULTANT in response and according to specific task orders (“Task Orders”) issued by the County. The COUNTY expects the Task Orders to consist of the services listed in Exhibit “A”. The services are sometimes hereinafter also referred to as the “work”.
2.2 This Agreement does not ensure the issuance of any Task Orders for the Project by the COUNTY.
3.0 NOTICE TO PROCEED
3.1 Authorization to proceed with this Agreement shall be given on behalf of the
COUNTY by the Kane County Engineer, in the form of a written notice to proceed (hereinafter “Notice to Proceed”), following execution of this Agreement by the County Board Chairman of the COUNTY. Upon receipt of the Notice to Proceed, the CONSULTANT shall be prepared to commence work on the Project as directed in any Task Orders subsequently issued by the Kane County Engineer.
4.0 TECHNICAL SUBCONSULTANTS
4.1 The prior written approval of the Kane County Engineer shall be required before any technical sub-consultants are hired by the CONSULTANT to perform any of the work.
4.2 Any such sub-consultants shall be hired and supervised by the CONSULTANT
and the CONSULTANT shall be solely responsible for any and all work performed by said sub-consultants in the same manner and with the same liability as if performed by the CONSULTANT.
5.0 TIME FOR PERFORMANCE
5.1 The CONSULTANT shall commence work on any Task orders issued by the
Kane County Engineer. The COUNTY is not liable and will not pay the CONSULTANT for any work performed prior to the date of the Notice to Proceed or after termination of this Agreement.
5.2 Within five (5) days after a specific Task Order is mailed or otherwise transmitted
to the CONSULTANT, the CONSULTANT shall submit a schedule for completion of the Task Order. The schedule is subject to approval by the County Engineer.
6.0 COMPENSATION
6.1 The COUNTY shall only pay the CONSULTANT for work performed and shall pay only in accordance with the provisions of this Agreement.
Packet Pg. 245
3
6.2 For work performed, the COUNTY shall pay the CONSULTANT based upon actual hourly rates for personnel working on the Project. The average hourly rates and hourly rate ranges are set forth in Exhibit “B”, which is attached hereto and incorporated herein and which rates include overhead and profit.
6.3 For direct expenses, the COUNTY shall pay the CONSULTANT for supplies and
materials required for the completion of all work defined in the exhibit(s) attached hereto.
6.4 For direct expenses, the CONSULTANT shall include copies of receipts from
suppliers for expendable materials with its invoice to the COUNTY. Computer charges will not be allowed as direct expenses.
6.5 Within 45 days of receipt, review and approval of properly documented invoices,
the COUNTY shall pay or cause to be paid to the CONSULTANT partial payments of the compensation specified in this Agreement and the Task Order. Payment will be made in the amount of sums earned less previous partial payments. However, the COUNTY reserves the right to hold back a sum equal to five percent (5%) of the total Task Order sum to ensure performance satisfactory to the Kane County Engineer.
6.6 Total payments to the CONSULTANT under the terms of this Agreement shall
not exceed One Hundred and Fifty Thousand Dollars and Zero Cents ($150,000.00).
6.7 The CONSULTANT shall use the COUNTY’S Automatic Clearing house (ACH)
payment program. 7.0 DELIVERABLES.
7.1 The CONSULTANT shall provide the COUNTY, prior to the termination of this Agreement, or at such time as the Kane County Engineer directs, any required deliverables related to work performed under this Agreement.
7.2 Upon receipt, review and acceptance of all deliverables for a Task Order by the
COUNTY (if required), final payment for the Task Order will be made to the CONSULTANT by the COUNTY.
8.0 CONSULTANT'S INSURANCE
8.1 The CONSULTANT and any sub-consultants shall, during the term of this Agreement and as may be required thereafter, maintain, at its sole expense, insurance coverage including:
Packet Pg. 246
4
A. Worker's Compensation Insurance in the statutory amounts. B. Employer's Liability Insurance in an amount not less than Five
Hundred Thousand Dollars ($500,000) each accident/injury and Five Hundred Thousand Dollars ($500,000) each employee/disease.
C. Commercial General Liability Insurance, (including contractual
liability) with limits of not less than One Million Dollars ($1,000,000) per occurrence bodily injury/property damage combined single limit; Two Million Dollars ($2,000,000) excess liability coverage in the aggregate for injury/property damage combined single limit and Two Million Dollars ($2,000,000) in the aggregate for products-completed operations.
D. Commercial Automobile Liability Insurance with minimum limits of
at least One Million Dollars ($1,000,000) for any one person and One Million Dollars ($1,000,000) for any one occurrence of bodily injury or property damage.
E. Professional Errors and Omissions Insurance with a minimum limit of
One Million Dollars ($1,000,000) per occurrence and one million dollars ($1,000,000) in the aggregate.
8.2 It shall be the duty of the CONSULTANT to provide to the COUNTY copies of
the CONSULTANT'S certificates of insurance before issuance of the Notice to Proceed. The certificate(s) of insurance shall indicate the County of Kane as the Certificate Holder and shall also indicate the Section Number set forth in the title to this Agreement. The CONSULTANT shall provide the COUNTY and maintain a certificate of insurance for its General Liability Policy which certificate shall include the COUNTY as additional named insured. The additional insured endorsement included on the CONSULTANT’S Commercial General Liability policy will provide the following:
A. That the coverage afforded the additional insured will be primary insurance
for the additional insured with respect to claims arising out of operations performed by or on behalf of the CONSULTANT;
B. That if the additional insured has other insurance which is applicable to the
loss, such other insurance will be only on an excess or contingent basis;
C. That the amount of the CONSULTANT’S liability under the insurance policy will not be reduced by the existence of such other insurance; and,
D. That the certificate of insurance shall contain a provision or endorsement that
the coverage afforded will not be canceled, materially changed, nor renewal refused until at least thirty (30) days prior written notice has been given to COUNTY.
Packet Pg. 247
5
The insurance required to be purchased and maintained by CONSULTANT shall be provided by an insurance company acceptable to the County with an AM Best rating of A- or better, and licensed to do business in the State of Illinois; and shall include at least the specified coverage and be written for not less than the limits of the liability specified herein or required by law or regulation whichever is greater. In no event shall any failure of the COUNTY to receive policies or certificates of insurance or to demand receipt of the same be construed as a waiver of the CONSULTANT’S obligation to obtain and keep in force the required insurance.
9.0 INDEMNIFICATION.
9.1 To the fullest extent permitted by law, the CONSULTANT shall indemnify and
hold harmless the COUNTY, and its officials, directors, officers, agents, and employees from and against any and all claims, damages, losses, and expenses, including but not limited to court costs and reasonable attorney's fees, arising out of or resulting from performance of the work, provided that such claim, loss or expense is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of property but only to the extent caused in whole or in part by negligent acts or omissions of the CONSULTANT, a sub-consultant, anyone directly or indirectly employed by them or anyone for whose acts they may be liable, excluding any proportionate amount of any claim, damage, loss or expense which is caused by the negligence of the COUNTY. Such obligation shall not be construed to negate, abridge or reduce other rights or obligations of indemnity, which would otherwise exist as to a PARTY or person described in this paragraph. In claims against the COUNTY and its officials, directors, officers, agents, and employees by an employee of the CONSULTANT, a sub-consultant, anyone directly or indirectly employed by them or anyone for whose acts they may be liable, the indemnification obligation under this paragraph shall not be limited by a limitation on the amount or type of damages, compensation or benefits payable by or for the CONSULTANT or a sub-consultant under worker's or workmen's compensation acts, disability benefit acts or other employee benefit acts.
9.2 Nothing contained herein shall be construed as prohibiting the COUNTY, its
officials, directors, officers, agents, and employees, from defending through the selection and use of their own agents, attorneys and experts, to defend any claims, actions or suits brought against them.
9.3 If any errors, omissions, intentional or negligent acts are made by the
CONSULTANT or sub-consultant in any phase of the work, the correction of which requires additional field or office work, the CONSULTANT shall be required to perform such additional work as may be necessary to remedy same without undue delay and without charge to the COUNTY.
9.4 Acceptance of the work by the COUNTY will not relieve the CONSULTANT of
the responsibility for the quality of the work, nor of the CONSULTANT’S liability for loss or damage to property or persons resulting therefrom.
Packet Pg. 248
6
10.0 SATISFACTORY PERFORMANCE.
10.1 The CONSULTANT'S and sub-consultant's standard of performance under the terms of this Agreement shall be that which is to the satisfaction of the COUNTY and meets the quality and standards commonly accepted in the industry in the Chicago Metropolitan area.
11.0 CONFLICT OF INTEREST.
11.1 The CONSULTANT covenants that it has no conflicting public or private interest and shall not acquire directly or indirectly any such interest which would conflict in any manner with the performance of CONSULTANT'S services under this Agreement.
11.2 The CONSULTANT, by its signature on this Agreement, certifies that it has not
been barred from being awarded a contract or subcontract under the Illinois Purchasing Act; and further certifies that it has not been barred from contracting with a unit of State or Local government as a result of a violation of Section 33E-3 or 33E-4 of the Illinois Criminal Code (Illinois Compiled Statutes, 1992, Chapter 720, paragraph 5/33E-3).
12.0 OWNERSHIP OF DOCUMENTS.
12.1 The CONSULTANT agrees that all survey data, reports, drafting, studies, specifications, estimates, maps and computations prepared by the CONSULTANT under the terms of this Agreement shall be properly arranged, indexed and delivered to the COUNTY within ninety (90) days of written request therefor.
12.2 The documents and materials made or maintained under this Agreement shall be
and will remain the property of the COUNTY which shall have the right to use same without restriction or limitation and without compensation to the CONSULTANT other than as provided in this Agreement.
13.0 COMPLIANCE WITH STATE AND OTHER LAWS – PREVAILING WAGE ACT.
13.1 The CONSULTANT and sub-consultants will comply with all State, Federal and Local statutes, ordinances and regulations; and will obtain all permits as are applicable.
13.2 The CONSULTANT and any sub-consultants shall not discriminate against any
worker, job applicant, employee or any member of the public, because of race, creed, color, sex, age, handicap, or national origin, or otherwise commit an unfair employment practice.
13.3 The CONSULTANT and any sub-consultant(s) shall comply with all applicable
State and Federal Prevailing Rate of Wage Laws, and shall take all steps
Packet Pg. 249
7
necessary to remain in compliance therewith during the term of this Agreement. (See Exhibit “C”).
13.4 The CONSULTANT and any sub-consultant(s) shall comply with the Kane
County Ethics Ordinance (Article II, Division 3, Section 2-211). 14.0 MODIFICATION OR AMENDMENT
14.1 The terms of this Agreement may only be modified or amended by a written
document duly executed by both PARTIES.
15.0 TERM OF THIS AGREEMENT. 15.1 The term of this Agreement shall begin on the date this Agreement is fully
executed and shall continue in full force and effect until the earlier of the following occurs:
A. The PARTY’S termination of this Agreement in accordance with the terms of
Section 16.0; or
B. December 31, 2023.
15.2 In the event the required time is exceeded and/or anticipated personnel requirements are not adequate and remaining funds are not sufficient to complete the Project, adjustments in total compensation to the CONSULTANT may be determined through negotiation between the COUNTY and the CONSULTANT. The COUNTY shall however, have no obligation to agree to any such adjustment.
15.3 The date of the first calendar day for this Agreement shall be the date of receipt of
the Notice to Proceed by the CONSULTANT from the COUNTY. In the event the Project work is suspended as recorded on the "Report of Starting and Completion Date," the calendar days for this Agreement will also be suspended for a like amount of time.
16.0 TERMINATION ON WRITTEN NOTICE.
16.1 Except as otherwise set forth in this Agreement, the CONSULTANT shall have the right to terminate this Agreement for cause upon serving sixty (60) days written notice upon the COUNTY.
16.2 The COUNTY may terminate this Agreement at any time upon written notice to
the CONSULTANT. 16.3 Upon termination of this Agreement, the obligations of the PARTIES to this
Agreement shall cease, but they shall not be relieved of the duty to perform their obligations up to the date of termination. Notwithstanding anything in this Agreement to the contrary however, the obligations of the CONSULTANT to
Packet Pg. 250
8
indemnify and hold harmless the COUNTY as provided for in Section 9.0 of the Agreement shall survive the termination of this Agreement.
16.4 Upon termination of this Agreement, all data, work products, reports and
documents produced, as a result of this Agreement shall become the property of the COUNTY.
17.0 ENTIRE AGREEMENT.
17.1 This Agreement contains the entire Agreement between the parties.
17.2 There are no other covenants, promises, conditions or understandings, either oral or written, other than those contained herein.
18.0 NON-ASSIGNMENT.
18.1 This Agreement shall not be assigned by either PARTY without prior written approval by the other PARTY requesting the assignment.
19.0 SEVERABILITY.
19.1 In the event any provision of this Agreement is held to be unenforceable for any reason, the enforceability thereof shall not affect the remainder of the Agreement, which will remain in full force and effect and enforceability in accordance with its terms.
20.0 GOVERNING LAW.
20.1 This Agreement shall be governed by the laws of the State of Illinois both as to interpretation and performance.
20.2 Venue for any dispute arising hereunder shall be in the Circuit Court of the
Sixteenth Judicial Circuit, Kane County, Illinois. 21.0 NOTICE.
Any required notice shall be sent to the following addresses and party: KANE COUNTY DIVISION OF TRANSPORTATION 41W011 Burlington Road Saint Charles, Illinois 60175 Attn.: Carl Schoedel, P.E., Kane County Engineer HUFF & HUFF INC., 915 Harger Road, Suite 330 Oak Brook, IL 60523
Attn.: James Novak, Associate Principal
Packet Pg. 251
Packet Pg. 252
An Equal Opportunity Employer M/F/V/H
June 9, 2020 Ms. Jennifer O’Connell, P.E. Senior Project Manager Kane County Division of Transportation 41W011 Burlington Road St. Charles, Illinois 60175 Re: On‐Call Environmental Services Scope
Section No. 20‐00527‐00‐ES Kane County Division of Transportation Kane County, Illinois Proposal No. 81.PT00040.21
Huff & Huff, a subsidiary of GZA GeoEnvironmental (H&H), is pleased to provide the following scope of services for the referenced project. We understand this will be on‐call environmental services that will potentially entail a wide variety of environmental services and will be similar to the existing contract that H&H is currently wrapping up. Kane County Division of Transportation (KDOT) has developed a list of environmental services that are expected to be covered under this contract. The Scope of Services is outlined in the following sections. H&H will prepare monthly progress reports identifying contract status and work order milestones. Once a work order request is received, the necessary staffing plan and scope will be developed. In addition to scope and budget, each work order will have a defined schedule. This will ensure that work orders are completed in a timely manner.
1. SCOPE OF SERVICES Our experience in various environmental services areas is discussed in the following section. Environmental Survey Requests (ESR) This process initiates environmental studies that will be utilizing Federal Highway Administration (FHWA) and/or IDOT funding for transportation projects. Work under this contract will include preparation of the ESR form and related exhibits on behalf of KDOT. The ESR submittal includes the completion of the ESR form and the required exhibits and maps. Although Region 1/District 1 IDOT projects require hard‐copy submittals of these ESR packages, the ESR submittals for Bureau of Local Road projects are submitted electronically through the IDOT file share site. The ESR triggers some environmental studies and is a tracking method that IDOT uses to verify that all necessary clearances are obtained before a project is cleared for letting. Wetland Delineation, Floristic Surveys, Wetland Mitigation Design Wetland delineations will be performed if a proposed project has the potential to impact wetlands or stream. The delineations will follow US Army Corps of Engineers and the Kane
Packet Pg. 253
dotswc
Text Box
EXHIBIT A
June 9, 2020 KDOT
On Call Environmental Services Scope Page | 2
Proactive by Design
County Stormwater Ordinance methodologies and protocols. As part of the delineation process, an assessment of the vegetation community is required which is summarized with the floristic quality assessment. Preliminary delineations can be conducted outside of the growing season which can assist engineers and planners in general planning for projects. These off‐season delineations need to be verified during the growing season when the FQA can be compiled which is between June 1 and October 15 of the growing season. In most cases, wetland mitigation is provided through the use of wetland banks; however, in some cases on‐site mitigation is required. In those specific cases, a design plan will be developed and will be submitted to regulatory agencies for approval. If wetland banking is utilized, coordination is initiated with the wetland bank operators to purchase the necessary wetland bank credits. Trees The methods used for conducting tree survey will follow current IDOT policy, as this is the basic standard for conducting tree surveys in the state; however, some municipalities and park districts have their own ordinance for tree protection and policies for replacement. In addition, the forest preserve district usually has more rigorous requirements for tree removal and tree replacement and may require oversight by a Certified Arborist. H&H will utilize the expertise of an in‐house Certified Arborist during the development of any tree surveys that are required. Special Waste/PESAs/PSIs/CCDD Analyzing the potential for special waste impacts and handling any issues that may arise are an important component of many transportation projects, from special waste screenings and Preliminary Environmental Site Assessments (PESAs) during Phase I, completing follow‐up Preliminary Site Investigations (PSI), to handling CCDD certification in Phase III. Properly screening material for disposal and maximizing material disposed of as CCDD (as opposed to landfill disposal) can help control project costs. Transportation projects funded through IDOT require utilizing the methodologies established by IDOT for preparing PESAs, PSIs, and CCDD evaluations. Historic Cultural Resources H&H has included Midwest Archeological Research Services (MARS) to lead the effort on historic resources. This service is only required in certain circumstances, primarily in permitting or during NEPA studies. Noise & Vibration Noise analyses are required when roadway improvements include added through lanes and other special circumstances. All traffic noise analyses will follow current FHWA and IDOT policies and modeling requirements. In some cases, H&H can provide noise expertise to the county in individual cases of noise complaints from area residents. This is becoming more prevalent with IDOT and the Tollway on existing roadways and may eventually become an issue with KDOT. The noise analyses include field monitoring to validate the latest TNM Model and if impacts occur from the proposed improvement, then a noise abatement analysis will be completed as part of the TNM Model. Whether noise walls are constructed is determined by “viewpoint solicitation” that polls impacted residents and businesses as to their willingness to accept the construction of noise walls. The FHWA and IDOT requires the development of noise contours along a roadway in undeveloped areas to provide local governmental officials information to assist in the planning for future developments.
Packet Pg. 254
June 9, 2020 KDOT
On Call Environmental Services Scope Page | 3
Proactive by Design
Air Quality In most roadway improvement projects, air quality concerns can be usually addressed within the framework of studies already completed by the FHWA and IDOT. In nearly all cases in Illinois, the detailed analysis of air quality related to roadway improvements can be completed through the COSIM Model for carbon monoxide. Most projects pass this screening model and no additional analysis is then required. IDOT runs the COSIM Model but the County is responsible for providing the data necessary for the model run. H&H will prepare the necessary forms to allow IDOT to run the model. The air quality analysis is typically only required for NEPA projects. It is unlikely that any project that KDOT proposes will require the more extensive modeling. Kane County is in the Chicago area non‐attainment area. Farmland As Kane County contains a significant amount of agricultural land, agricultural conversion may be a potential issue. H&H will utilize the current IDOT procedures to address potential impacts to agricultural land. For new roads on new alignments additional considerations must be taken into account such as impacts to centennial farms, documenting all Prime Farmland and Highly Erodible Lands (HELs), as well as severances, uneconomical remnants, and adverse travel calculations. This analysis is typically only conducted for large NEPA projects. T&E Issues Under this task, H&H will assist the County in addressing issues related to threatened and endangered species. This includes conducting species surveys in the field if necessary, coordinating with the USFWS and/or the IDNR, and developing conservation plans for Incidental Take Authorizations if required. Typical species that might be encountered in Kane County include the following species: northern long‐eared bat (NLEB), darter fish species, Kirtland’s snake, Franklin’s ground squirrel, Eryngium stem‐borer, rusty patch bumblebee, and various orchids, among others. Surveys for mussels and fish require snorkeling or diving to complete the surveys. If listed species are identified in a project area, coordination with the USFWS and IDNR is required. These agencies will then determine how the project will proceed and what minimization and mitigation options will be required. NEPA, 4[f], and 6[f] NEPA is involved whenever federal funds are utilized for a project. The levels of required documentation are dependent on the size and complexity of the project. Most projects are processed as Categorical Exclusions (CE), where environmental impacts are minimal. Larger projects with more substantial environmental impacts may require an Environmental Assessment (EA) or an Environmental Impact Statement (EIS). These larger projects are usually conducted by large engineering firms; however, under this contract it is anticipated that H&H’s involvement will be specialty studies like wetlands or hazardous waste. All the environmental studies will follow long established FHWA/IDOT BDE procedures. The NEPA services are anticipated to be supplemental to the initial project studies that may include peer review of NEPA documents or assisting the County in developing complimentary documents to the NEPA report. This includes Section 4(f) of the 1966 US Transportation Act, Section 6(f) property acquisitions or impacts, or Section 106 documentation under the 1966 Historic Preservation Act (part of the services jointly provided by MARS and H&H).
Packet Pg. 255
June 9, 2020 KDOT
On Call Environmental Services Scope Page | 4
Proactive by Design
Coordination for Clearances and Permits from Regulatory Agencies Permitting can be a lengthy process dependent upon the type of project. H&H will work with the county to obtain necessary natural resource permits for projects. These include Section 404 Permits for wetland impacts from the Corp of Engineers, Section 401 Water Quality Certifications from the IEPA, and the wetland permits for the Kane County Stormwater Ordinance. For projects that require historic and archeological resource surveys, MARS will be the subcontractor to complete these surveys. Other Miscellaneous Services H&H can provide additional services as needed, particularly with landscape architecture and assistance with water quality issues. H&H has added Jay Womack, ASLA, LEED AP to our staff. Jay specializes in incorporating natural areas into design and sustainable practices. He has assisted with the design of parks and recreation areas that bring together people and nature in a sustainable way. H&H can conduct SELDM modeling for water quality which is sometimes required for larger transportation projects. Environmental sustainability is one component of overall roadway improvement projects. This can include ways to treat stormwater to protect water quality, vegetation management to enhance roadside landscapes, design for wildlife crossings, and methods for mitigating project impacts on the environment. H&H woud utilize guidance from their experience and the Federal Highway Administration’s INVEST Manual to assist engineers and planners during plan development on projects and to incorporate this guidance into all projects as it us looked upon favorably by the regulatory agencies.
2. PROJECT SCHEDULE
H&H will conduct the environmental studies in the order of priority that is established by KDOT. H&H will conduct the environmental studies based on individual schedules and budgets established for each individual work order. Services will begin immediately after Notice to Proceed of the contract and within one week of Notice to Proceed for each work order. Wetland tasks, if necessary will be completed during the growing season for Kane County which is designated between June 1 and October 15 of each year. We appreciate the opportunity to work with you and look forward to a successful completion of the contract for on call environmental services. If you have any questions concerning our proposed scope of services, please contact us.
Very truly yours, Huff & Huff, Inc.
James Novak Associate Principal p:\fy2021\transportation\kdot\various environmental services\kdot on call proposal 06092020.docx
a) Annual salary adjustments typically occur March 1st of each year, averaging a 5% increase.b) Reduced benefit employee with no insurance benefits.c) Reduced benefit employee with no paid time off, holiday, insurance, or pension benefits.
Packet Pg. 257
dotswc
Text Box
EXHIBIT B
EXFIIBIT "C"
PREVAILING WACE RATESIt is the policy of the State of Illinois as declared in the Illinois Prevailing Wage Act (820 ILCS13011 et !;eq.) "that awag€ of no less than the genelal prevailing hourly rate as paid for work of a
similar character in the locality in which th€ work is performed, shall be paid to all laborers,workers and mechanics employed by or on behalfofany and all public bodies engaged jn public
The CONSULTANT agrees to pay, when applicable, the current Illinois Departmentof Labor Paevail;ng Wage Rates for all County of Kane projects. Current prevailingwage rates are available from the Illinois Department of Labor at their w€bsite:hrtp.l/r\ \r \! stxlc.i Lusiaecnc\.ridol, ratesirates.!LL!l.
Prcvailing wage rates are subject to revision monthly. The CONSULTANT acknowledges itsresponsibiliry, fo{ payment ofany applicable future adjustment thereof.The CONSULTANT further acknowledges its responsibility to notify any sub-consultant of theapplicability ofthe Prevailing Wage Act.
When applicable, the CONSULTANT agrees to provide the Kane County Division ofTransportation"certified payrolls" as required by the Prevailing Wage Act
/4n ' )) fi,;'tDate
j.4o-rr " iioc; , -IrL .
y Name
of officer ofCompany
).,. \,/ltF- ?i, /n. i /)4.\-
Packet Pg. 258
An Equal Opportunity Employer M/F/V/H
May 22, 2020 Ms. Jennifer O’Connell, P.E. [email protected] Senior Project Manager Kane County Division of Transportation 41W011 Burlington Road St. Charles, IL 60175 Re: Contractor Disclosure Statement for Huff & Huff, Inc.
Per Kane County Code, Article III Division 3, Section 2-211 On Call Environmental Services Agreement
Dear Ms. O’Connell: In compliance with the above referenced disclosure requirements, Margaret Panatera hereby certifies that, to the best of our knowledge Huff & Huff, Inc., a subsidiary of GZA GeoEnvironmental, Inc. has not donated funds to any Kane County elected officials. Margaret Panatera further certifies that as of May 22, 2020 there are no individual owners with a beneficial interest of 5% or more in Huff & Huff, Inc. GZA GeoEnvironmental, Inc. owns 100% of the Huff & Huff stock and GZA Technologies owns 100% of the shares of GZA GeoEnvironmental, Inc. Please review the above information and call my office at 630-684-9100 if you have any questions or require additional information. Sincerely,
Margaret Panatera, P.E. Vice Principal / District Office Manager
Resolution No. 20 - 236 Approving a Phase I/II Engineering Services Agreement with Kimley-Horn and Associates, Inc. of Warrenville, Illinois for Plank Road / Montgomery Road Highway Safety Improvement Projects (HSIP), Kane County Section No. 19-00524-00-SP
Committee Flow: Transportation Committee, Executive Committee, County Board Contact: Tom Rickert, 630.406.7305
Budget Information:
Was this item budgeted? Yes Appropriation Amount: $580,133.00
If not budgeted, explain funding source: N/A
Summary:
KDOT has received construction funding for improvements to Plank Road, between Waughon Road and Engel Road, and Montgomery Road at the Virgil Gilman Trail. The funding comes from the Highway Safety Improvement Program (HSIP), which is administered by IDOT. Project applications propose solutions to identified safety concerns with a cost/benefit analysis. Improvements to Plank Road would consist of the addition of shoulders, while improvements to Montgomery Road will involve realigning the Virgil Gilman crossing and the addition of a pedestrian signal. Staff completed the consultant selection process and negotiated a locally funded contract with Kimley-Horn and Associates, Inc. for phase I/II design services, as well as land acquisition services for an amount not to exceed $580,133.00. Details regarding the selection process can be found on the KDOT website.
Packet Pg. 261
STATE OF ILLINOIS
COUNTY OF KANE
RESOLUTION NO. 20 - 236
APPROVING A PHASE I/II ENGINEERING SERVICES AGREEMENT WITH KIMLEY-HORN AND ASSOCIATES, INC. OF WARRENVILLE, ILLINOIS FOR PLANK ROAD /
MONTGOMERY ROAD HIGHWAY SAFETY IMPROVEMENT PROJECTS (HSIP), KANE COUNTY SECTION NO. 19-00524-00-SP
WHEREAS, Phase I & II Engineering services are required for the proposed improvement of
Kane County Highway No. 22 (Plank Road) and Kane County Highway No. 29 (Montgomery Road) HSIP Improvement (Kane County Section No. 19-00524-00-SP), (herein after collectively referred to as the “Project”); and
WHEREAS, in order to accomplish the Project, it is necessary to retain the services of a
professional engineering firm to provide Phase I & II Engineering services therefor; and WHEREAS, Kimley-Horn and Associates, Inc., 4201 Winfield Road, Suite 600, Warrenville,
Illinois 60555 has experience and professional expertise in Phase I & II Engineering and is willing to perform the required Project services for an amount not to exceed $580,133.00 as set forth in a Phase I & II Engineering services agreement (a copy of which is on file with the County Clerk’s Office); and
NOW, THEREFORE, BE IT RESOLVED by the Kane County Board that the County of Kane
enter into an agreement for Phase I & II Engineering services for the Project with Kimley-Horn and Associates, Inc. and that the County Board Chairman thereof is hereby authorized to execute a Phase I & II Engineering services agreement with Kimley-Horn and Associates, Inc. for the Project.
BE IT FURTHER RESOLVED that the Kane County Board hereby appropriates the not to exceed sum of Five Hundred Eighty Thousand One Hundred Thirty Three Dollars ($580,133.00) from Motor Fuel Tax Fund #302, Line Item #50140 (Engineering Services) to pay for said Phase I & II Engineering services for the Project.
Line Item Line Item Description Was Personnel/Item/Service approved in original budget or a subsequent budget revision?
Are funds currently available for this Personnel/Item/Service in the specific line item?
If funds are not currently available in the specified line item, where are the funds available?
302.520.522.50140 Engineering Services Yes Yes Passed by the Kane County Board on July 14, 2020.
________________________________ _____________________________ John A. Cunningham Christopher J. Lauzen Clerk, County Board Chairman, County Board Kane County, Illinois Kane County, Illinois Vote: 20-07 HSIPPlankMontgomery
Packet Pg. 262
AN AGREEMENT BETWEEN THE COUNTY OF KANE
AND KIMLEY HORN AND ASSOCIATES, INC.
FOR PHASE 1 & II DESIGN ENGINEERING FOR PLANK ROAD – MONTGOMERY
ROAD HSIP IMPROVEMENTS
SECTION NUMBER 19-00524-00-SP
PURCHASE ORDER #
This Agreement made this 14th day of July 2020 between COUNTY OF KANE, a body
corporate and politic of the State of Illinois (hereinafter referred to as the “COUNTY”), and
KIMLEY HORN AND ASSOCIATES, INC., a North Carolina corporation authorized to
conduct business in the state of Illinois and an Illinois licensed professional engineering firm,
with offices at 4201 Winfield Road. Warrenville, Illinois (hereinafter referred to as the
“CONSULTANT”). The COUNTY and the CONSULTANT are sometimes hereinafter
collectively referred to as the “PARTIES” and individually as a “PARTY”.
WITNESSETH
WHEREAS, it is deemed to be in the best interest of the COUNTY and the motoring
public to improve and maintain the various highways in Kane County; and,
WHEREAS, the County desires to improve Kane County Highway No. 22 (Plank Road)
and Kane County Highway No. 29 (Montgomery Road), (hereinafter referred to as the
“Project”); and
WHEREAS, in order to complete the Project, it is necessary to retain the services of a
professional engineering firm to perform professional design engineering services; and,
WHEREAS, the CONSULTANT has experience and professional expertise in design
engineering and is willing to perform said services for the Project for a total amount not to
exceed Five Hundred Eighty Thousand One Hundred Thirty-Three Dollars ($580,133); and
WHEREAS, the COUNTY has determined that it is in the COUNTY’S best interest to
enter into this Agreement with the CONSULTANT.
NOW, THEREFORE, in consideration of the above stated preambles, the mutual
covenants and agreements herein set forth, the PARTIES do hereby mutually covenant, promise,
agree and bind themselves as follows:
1.0 INCORPORATION
1.1 All of the preambles set forth hereinabove are incorporated into and made part of
this Agreement.
2.0 SCOPE OF SERVICES
2.1 Services for the Project are to be provided by the CONSULTANT according to
the specifications set forth in Exhibit “A” which is attached hereto and
Packet Pg. 263
incorporated herein. The services are sometimes hereinafter also referred to as the
“work”.
3.0 NOTICE TO PROCEED
3.1 Authorization to proceed with the work described and as otherwise set forth in
Exhibit “A” shall be given on behalf of the COUNTY by the Kane County
Engineer, in the form of a written notice to proceed (hereinafter “Notice to
Proceed”), following execution of this Agreement by the County Board Chairman
of the COUNTY.
4.0 TECHNICAL SUBCONSULTANTS
4.1 The prior written approval of the Kane County Engineer shall be required before
any technical sub-consultants are hired by the CONSULTANT to perform any of
the work.
4.2 Any such sub-consultants shall be hired and supervised by the CONSULTANT
and the CONSULTANT shall be solely responsible for any and all work
performed by said sub-consultants in the same manner and with the same liability
as if performed by the CONSULTANT.
5.0 TIME FOR PERFORMANCE
5.1 The CONSULTANT shall commence work on the Project as directed in the
Notice to Proceed. The COUNTY is not liable and will not pay the
CONSULTANT for any work performed prior to the date of the Notice to
Proceed or after termination of this Agreement.
5.2 Within ten (10) days after the Notice to Proceed is mailed or otherwise
transmitted to the CONSULTANT, the CONSULTANT shall submit a schedule
for completion of the Project. The schedule is subject to approval by the County
Engineer.
6.0 COMPENSATION
6.1 The COUNTY shall only pay the CONSULTANT for work performed and shall
pay only in accordance with the provisions of this Agreement.
6.2 For work performed, the COUNTY shall pay the CONSULTANT based upon the
hourly rates set forth in Exhibit “B”, which is attached hereto and incorporated
herein and which rates includes overhead and profit.
6.3 For direct expenses, the COUNTY shall pay the CONSULTANT for supplies and
materials required for the completion of all work defined in the exhibit(s) attached
hereto.
Packet Pg. 264
6.4 For direct expenses, the CONSULTANT shall include copies of receipts from
suppliers for expendable materials with its invoice to the COUNTY. Computer
charges will not be allowed as direct expenses.
6.5 Within 45 days of receipt, review and approval of properly documented invoices,
the COUNTY shall pay or cause to be paid to the CONSULTANT partial
payments of the compensation specified in this Agreement. Payment will be made
in the amount of sums earned less previous partial payments. However, the
COUNTY reserves the right to hold back a sum equal to five percent (5%) of the
total contract sum to ensure performance satisfactory to the Kane County
Engineer.
6.6 Total payments to the CONSULTANT under the terms of this Agreement shall
not exceed Five Hundred Eighty Thousand One Hundred Thirty-Three Dollars
($580,133).
6.7 The CONSULTANT shall use the COUNTYs Automatic Clearing House
Payment Program (“ACH”). Any payments to the CONSULTANT shall be made
by the COUNTY’S ACH.
7.0 DELIVERABLES
7.1 The CONSULTANT shall provide the COUNTY, prior to the termination of
this Agreement, or at such time as the Kane County Engineer directs, any
required deliverables related to work performed under this Agreement.
7.2 Upon receipt, review and acceptance of all deliverables by the COUNTY,
final payment will be made to the CONSULTANT by the COUNTY.
8.0 CONSULTANT'S INSURANCE
8.1 The CONSULTANT shall, during the term of this Agreement and as may be
required thereafter, maintain, at its sole expense, insurance coverage
including:
A. Worker's Compensation Insurance in the statutory amounts.
B. Employer's Liability Insurance in an amount not less than Five
Hundred Thousand Dollars ($500,000) each accident/injury and Five
Hundred Thousand Dollars ($500,000) each employee/disease.
C. Commercial General Liability Insurance, (including contractual
liability) with limits of not less than Two Million Dollars ($2,000,000)
per occurrence bodily injury/property damage combined single limit;
Two Million Dollars ($2,000,000) excess liability coverage in the
aggregate for injury/property damage combined single limit and Two
Million Dollars ($2,000,000) in the aggregate for products-completed
operations.
Packet Pg. 265
D. Commercial Automobile Liability Insurance with minimum limits of
at least One Million Dollars ($1,000,000) for any one person and One
Million Dollars ($1,000,000) for any one occurrence of bodily injury
or property damage.
E. Professional Errors and Omissions Insurance with a minimum limit of
One Million Dollars ($1,000,000) per event and Two Million Dollars
($2,000,000) in aggregate.
8.2 It shall be the duty of the CONSULTANT to provide to the COUNTY copies
of the CONSULTANT'S certificates of insurance before issuance of the
Notice to Proceed. The certificate of insurance shall provide the following:
The County of Kane shall be listed as the certificate holder,
The Section Number as contained in the title of this Agreement,
The Purchase Order Number as set forth on page one of this Agreement.
8.3 The CONSULTANT shall provide the COUNTY and maintain a certificate
of insurance for its General Liability Policy which certificate shall include the
COUNTY as additional insured. The additional insured endorsement included
on the CONSULTANT’S Commercial General Liability policy will provide
the following:
A. That the coverage afforded the additional insured will be primary insurance
for the additional insured with respect to claims arising out of operations
performed by or on behalf of the CONSULTANT;
B. That if the additional insured has other insurance which is applicable to the
loss, such other insurance will be only on an excess or contingent basis;
C. That the amount of the CONSULTANT’S liability under the insurance policy
will not be reduced by the existence of such other insurance; and,
D. That the certificate of insurance shall contain a provision or endorsement that
the coverage afforded will not be canceled, materially changed, nor renewal
refused until at least thirty (30) days prior written notice has been given to
COUNTY.
8.4 The insurance required to be purchased and maintained by CONSULTANT
shall be provided by an insurance company acceptable to the County with an
AM Best rating of A- or better, and licensed to do business in the State of
Illinois; and shall include at least the specified coverage and be written for not
less than the limits of the liability specified herein or required by law or
regulation whichever is greater. In no event shall any failure of the COUNTY
to receive policies or certificates of insurance or to demand receipt of the
same be construed as a waiver of the CONSULTANT’S obligation to obtain
and keep in force the required insurance.
Packet Pg. 266
9.0 INDEMNIFICATION.
9.1 To the fullest extent permitted by law, the CONSULTANT shall indemnify
and hold harmless the COUNTY, and its officials, directors, officers, and
employees from and against any and all damages, losses, and expenses,
including reasonable attorney's fees, arising out of or resulting from
performance of the work, provided that such claim, loss or expense is
attributable to bodily injury, sickness, disease or death, or to injury to or
destruction of property, including loss of use resulting therefrom, but only to
the extent caused in whole or in part by negligent acts or omissions of the
CONSULTANT, a sub-consultant, anyone directly or indirectly employed by
them or anyone for whose acts they may be liable, excluding any
proportionate amount of any claim, damage, loss or expense which is caused
by the negligence of the COUNTY. Such obligation shall not be construed to
negate, abridge or reduce other rights or obligations of indemnity, which
would otherwise exist as to a PARTY or person described in this paragraph. In
claims against the COUNTY and its officials, directors, officers, agents, and
employees by an employee of the CONSULTANT, a sub-consultant, anyone
directly or indirectly employed by them or anyone for whose acts they may be
liable, the indemnification obligation under this paragraph shall not be limited
by a limitation on the amount or type of damages, compensation or benefits
payable by or for the CONSULTANT or a sub-consultant under worker's or
workmen's compensation acts, disability benefit acts or other employee
benefit acts.
9.2 Nothing contained herein shall be construed as prohibiting the COUNTY, its
officials, directors, officers, agents, and employees, from defending through
the selection and use of their own agents, attorneys and experts, to defend any
claims, actions or suits brought against them.
9.3 If any errors, omissions, intentional or negligent acts are made by the
CONSULTANT or sub-consultant in any phase of the work, the correction of
which requires additional field or office work, the CONSULTANT shall be
required to perform such additional work as may be necessary to remedy same
without undue delay and without charge to the COUNTY.
9.4 Acceptance of the work by the COUNTY will not relieve the CONSULTANT
of the responsibility for the quality of the work, nor of the CONSULTANT’S
liability for loss or damage to property or persons resulting therefrom.
10.0 SATISFACTORY PERFORMANCE.
10.1 The CONSULTANT'S and sub-consultant's standard of performance under
the terms of this AGREEMENT shall be that which is to the satisfaction of the
Packet Pg. 267
COUNTY and meets or exceeds the quality and standards commonly accepted
in the industry in the Chicago Metropolitan area. .
11.0 CONFLICT OF INTEREST.
11.1 The CONSULTANT covenants that it has no conflicting public or private
interest and shall not acquire directly or indirectly any such interest which
would conflict in any manner with the performance of CONSULTANT'S
services under this Agreement.
11.2 The CONSULTANT, by its signature on this AGREEMENT, certifies that it
has not been barred from being awarded a contract or subcontract under the
Illinois Purchasing Act; and further certifies that it has not been barred from
contracting with a unit of State or Local government as a result of a violation
of Section 33E-3 or 33E-4 of the Illinois Criminal Code (Illinois Compiled
Statutes, 1992, Chapter 720, paragraph 5/33E-3).
12.0 OWNERSHIP OF DOCUMENTS.
12.1 The CONSULTANT agrees that all survey data, reports, drafting, studies,
specifications, estimates, maps and computations prepared by the
CONSULTANT under the terms of this Agreement shall be properly
arranged, indexed and delivered to the COUNTY within ninety (90) days of
written request therefor.
12.2 The documents and materials made or maintained under this Agreement shall
be and will remain the property of the COUNTY which shall have the right to
use same without restriction or limitation and without compensation to the
CONSULTANT other than as provided in this Agreement. Any modifications
made by the COUNTY to any of the CONSULTANT’S documents, or any
use, partial use or reuse of the CONSULTANT’S documents without written
authorization or adaptation by the CONSULTANT will be at the COUNTY’s
sole risk and without liability to the CONSULTANT.
13.0 COMPLIANCE WITH STATE AND OTHER LAWS – PREVAILING WAGE ACT.
13.1 The CONSULTANT and sub-consultants will comply with all State, Federal
and Local statutes, ordinances and regulations; and will obtain all permits as
are applicable.
13.2 The CONSULTANT and any sub-consultants shall not discriminate against
any worker, job applicant, employee or any member of the public, because of
race, creed, color, sex, age, handicap, or national origin, or otherwise commit
an unfair employment practice.
13.3 The CONSULTANT and any sub-consultant(s) shall comply with all
applicable State and Federal Prevailing Rate of Wage Laws, and shall take all
steps necessary to remain in compliance therewith. (See Exhibit “C”)
Packet Pg. 268
13.4 The CONSULTANT and any sub-consultant(s) shall comply with the Kane
County Ethics Ordinance (Article II, Division 3, Section 2-211).
14.0 MODIFICATION OR AMENDMENT.
14.1 The terms of this Agreement may only be modified or amended by a written
document duly executed by both PARTIES.
15.0 TERM OF THIS AGREEMENT.
15.1 The term of this AGREEMENT shall begin on the date this Agreement is
fully executed and shall continue in full force and effect until the earlier of the
following occurs:
A. The PARTY’S termination of this Agreement in accordance with the terms of
Section 16.0; or
B. December 31, 2024.
15.2 The term of this AGREEMENT may be extended on behalf of the COUNTY
by the written mutual agreement of the County Engineer and the
CONSULTANT. The COUNTY shall, however, have no obligation to agree
to any such extension.
15.3 In the event the required calendar days are exceeded and/or anticipated
personnel requirements are not adequate and remaining funds are not
sufficient to complete the Project, adjustments in total compensation to the
CONSULTANT may be determined through negotiation between the
COUNTY and the CONSULTANT. The COUNTY shall however, have no
obligation to agree to any such adjustment.
15.4 The date of the first calendar day for this Agreement shall be the date of
receipt of the Notice to Proceed by the CONSULTANT from the COUNTY.
In the event the Project work is suspended as recorded on the "Report of
Starting and Completion Date," the calendar days for this Agreement will also
be suspended for a like amount of time.
16.0 TERMINATION ON WRITTEN NOTICE.
16.1 Except as otherwise set forth in this Agreement, the CONSULTANT shall
have the right to terminate this Agreement for cause upon serving sixty (60)
days written notice upon the COUNTY.
Packet Pg. 269
16.2 The COUNTY may terminate this Agreement at any time upon written notice
to the CONSULTANT. In the event of such termination, the CONSULTANT
shall be paid for all services satisfactorily performed up to the effective date
of the termination.
16.3 Upon termination of this Agreement, the obligations of the PARTIES to this
Agreement shall cease, but they shall not be relieved of the duty to perform
their obligations up to the date of termination. Notwithstanding anything in
this Agreement to the contrary however, the obligations of the
CONSULTANT to indemnify and hold harmless the COUNTY as provided
for in Section 9.0 of the Agreement shall survive the termination of this
Agreement.
16.4 Upon termination of this Agreement, all data, work products, reports and
documents produced, as a result of this Agreement shall remain the property
of the COUNTY.
17.0 ENTIRE AGREEMENT.
17.1 This Agreement contains the entire Agreement between the PARTIES.
17.2 There are no other covenants, promises, conditions or understandings, either
oral or written, other than those contained herein.
18.0 NON-ASSIGNMENT.
18.1 This Agreement shall not be assigned by either PARTY without prior written
approval by the other PARTY requesting the assignment.
19.0 SEVERABILITY.
19.1 In the event any provision of this Agreement is held to be unenforceable for
any reason, the enforceability thereof shall not affect the remainder of the
Agreement, which will remain in full force and effect and enforceability in
accordance with its terms.
20.0 GOVERNING LAW.
20.1 This Agreement shall be governed by the laws of the State of Illinois both as
to interpretation and performance.
20.2 Venue for any dispute arising hereunder shall be in the Circuit Court of the
Sixteenth Judicial Circuit, Kane County, Illinois.
21.0 NOTICE.
Any required notice shall be sent to the following addresses and party:
Packet Pg. 270
KANE COUNTY DIVISION OF TRANSPORTATION
41W011 Burlington Road
Saint Charles, IL 60175
Attn.: Carl Schoedel, P.E., Kane County Engineer
Kimley-Horn and Associates, Inc.
4201 Winfield Road, Suite 600
Warrenville, Illinois 60505
Attn: Sagar Sonar, P.E.
IN WITNESS WHEREOF, the parties set their hands and seals as of the date first written herein
above.
COUNTY OF KANE
_____________________________
CHRISTOPHER LAUZEN
CHAIRMAN, KANE COUNTY BOARD
KIMLEY HORN AND ASSOCIATES, INC
_______________________________
By: TIM SJOGREN, P.E.
ASSOCIATE
ATTEST:
_____________________________
JOHN A. CUNNINGHAM
KANE COUNTY CLERK
ATTEST:
________________________________
By:
Packet Pg. 271
Plank Road Safety Improvements Engel Road to Waughon Road Kane County Division of Transportation
Scope of Services
1
Introduction
The project involves Plank Road from Engel Road to Waughon Road located in the Village of Burlington in Kane County. Plank Road is under the jurisdiction of Kane County Division of Transportation. The County will be the lead agency for the project. The purpose of the project is to implement intersection safety improvements identified in the Highway Safety Improvement Program (HSIP) funding received by the County. The improvements include shoulder widening and placement of inlaid wet reflective pavement marking along the edge of pavement. The project including Phase I, Phase II and construction engineering will be processed through Illinois Department of Transportation (IDOT) Bureau of Local Roads & Streets (BLR&S). It is anticipated that the project will be designed according to 3R criteria and processed as a Categorical Exclusion (CE). The project will be designed using Microstation Geopak software. Kimley-Horn and Associates, Inc. (“Kimley-Horn” or “Consultant”) is pleased to submit this scope of services for Phase I and Phase II to Kane County Division of Transportation (“County”). Based on our understanding of the project, the Consultant team has developed the following Scope of Services to guide the County through this project: Task 1 – Project Initiation and Kick-off Meetings
The Consultant team will meet with County staff and IDOT to initiate the project to discuss project goals, design criteria, and project schedule. Separate IDOT kick-off meetings are anticipated for Phase I and Phase II. Task 2 – Environmental Studies
This task will include preparation of Environmental Survey Request (ESR), Preliminary Environmental Site Assessment (PESA), Preliminary Site Investigation (PSI), Wetland surveys and report, and Clean Construction Demolition Debris (CCDD) testing and coordination. The team will perform coordination with U.S. Natural Resources (NRCS) and review requirements of form AD-1006 depending on the extent of the impacts. ESR The Consultant will obtain aerials for preparation of environmental survey exhibits. The Consultant will prepare and submit an ESR form with Attachments and Exhibits to IDOT BLR&S for processing. The Consultant will be responsible for the following related to the ESR:
Review of the findings Responses to inquiries regarding the project impacts on environmental resources Incorporation of the information into the project report
The Consultant will coordinate with the environmental sub-consultant HLR who will perform the following tasks:
Exhibit APacket Pg. 272
Plank Road Safety Improvements Engel Road to Waughon Road Kane County Division of Transportation
Scope of Services
2
Wetland screening and wetland delineation with report (by HLR, if needed) HLR will conduct a map review of the project. The following maps and documents will be reviewed prior to conducting the field investigation:
U.S. Geological Survey Topographic Maps National Wetlands Inventory Maps Kane County ADID Wetland Maps USDA Soil Survey Hydric Soils of the United States Regulatory Flood Map
It appears from a cursory map review that there are no wetlands mapped in the project area on the Kane County ADID Wetland and National Wetland Inventory Maps. If no wetlands are found during the field site visit, a wetland screening report will be prepared detailing our findings. If potential wetlands are identified during the field site visit a formal wetland delineation will be conducted. HLR will perform a formal wetland delineation of the proposed project area. The wetland delineation will be conducted to meet the requirements of Executive Order 11990, "Protection of Wetlands", Section 404 of the Federal Water Pollution Control Act as amended by the Clean Water Act (Corps of Engineers, Section 404 Permit), and Illinois Environmental Protection Agency (IEPA Section 401 Guidelines) regulations. These regulations pertain to the placement of fill or alterations of drainage within wetlands of any type and apply to private as well as publicly owned wetlands. The investigation will meet the requirements of these regulations by identifying the type, functions, and boundary of the involved wetlands. "Wetlands" are defined by the U.S. Army Corps of Engineers (USACE) for jurisdictional purposes as "those areas that are inundated or saturated by surface or groundwater at a frequency and duration sufficient to support, and that under normal circumstances do support, a prevalence of vegetation typically adapted for life in saturated soil conditions" (33 CFR 323.3(c)). The field investigation will be conducted by our environmental personnel who are experienced in Federal methods for conducting wetland delineations. Our staff will classify and define hydric soils, hydrophytic vegetation, and evidence of hydrology to determine if wetlands are present. The wetland perimeter (s) will be staked and surveyed. Wetland boundary stake locations will be surveyed using a handheld Trimble R1 GNSS receiver. Wetlands found will be classified according to type using the "Classification of Wetlands and Deep Water Habitats of the United States" by Cowardin. Wetland boundaries will be defined in accordance with the Corps of Engineers Wetlands Delineation Manual: Midwest Region. This includes a soil investigation to determine the presence or absence of hydric soils and an analysis of the dominant plant species. Field observations will be made on any evidence indicating the hydrology of the area and on water sources that are supporting these wetlands. Functions of these wetlands will be evaluated from field observations. A wetland delineation letter report will be prepared summarizing the findings of the fieldwork. Included in
Exhibit APacket Pg. 273
Plank Road Safety Improvements Engel Road to Waughon Road Kane County Division of Transportation
Scope of Services
3
the report will be the required wetland delineation data sheets that summarize the findings of the field investigation as well as figures that detail the maps reviewed and current wetland boundaries of the site. If wetland mitigation is required, coordination with a wetland bank will be completed and the Wetland Impact Evaluation (WIE) filled out for approval by IDOT. Tree survey (by HLR) A Certified Arborist will conduct a tree survey of all trees 6 inches and greater within the project limits. All trees will be tied with ribbons and numbered accordingly and surveyed. We will identify all trees by type, diameter, health and structure. During the tree survey we will evaluate potential bat habitat. The finding of the tree survey will be summarized in a tree memorandum. Special waste screening (by HLR) HLR will conduct a special waste screening. If the Level 1 and Level 2 special waste screening indicates evidence of recognized environmental conditions, then the County will authorize the preparation of a PESA. PESA (by HLR, if needed) The PESA will be prepared using historical and geological information. The specific methods used to conduct the assessment are contained in 1) ASTM Standards E1527-13, 2) A Manual for Conducting Preliminary Environmental Site Assessments for Illinois Department of Transportation Highway Projects (Erdmann et al., 2012), 3) Special Wastes Procedures for Local Highway Improvements (IDOT Local Roads Manual, July 22, 2004), and 4) “IDOT Bureau of Design and Environment Manual (BDE Manual), Section 27-3.03 (b), October 2015). The PESA will include a database search, review of historical records, an on-site evaluation, and review of other project conditions that may give us insight into the existing environmental conditions along the route. Once the review has been completed, a written report will be completed and submitted as documentation to the on-site analysis. This report will accompany various site photographs, maps, and the above referenced documentation, which will be utilized to assist the project evaluation and any applicable recommendations. PESA is valid for a period of 6 months; therefore, we anticipate that we will need two (2) updates to the initial PESA completed for this project. This will include ordering the environmental database record, conducting a site visit and completing a written PESA update as an addendum to the original report. PSI (by HLR, if needed) PESA reports are valid for 6 months. We anticipate that a PESA update may be required due to the schedule of the project. HLR will complete a Preliminary Site Investigation, including Soil Sampling and Laboratory Analysis for this project. At each PIP location we propose a minimum of 1 soil boring and 1 sample analyzed for VOCs, Semi-VOCs, PNAs, RCRA Metals, PCBs and pH. HLR will be responsible for:
Obtaining a permit to drill in the right-of-way Locating and clearing underground utilities (public and private locate)
Exhibit APacket Pg. 274
Plank Road Safety Improvements Engel Road to Waughon Road Kane County Division of Transportation
Scope of Services
4
Collecting soil samples and screening for volatile organics with a photoionization detector (PID) Submitting soil samples to Illinois NELAP-accredited laboratory using proper chain-of-custody
procedures. Analyzing soil samples for VOCs, SVOCs, PNAs, RCRA Metals, PCBs, and pH. Additional TCLP
analysis shall be performed on inorganics as needed, which is an additional cost. Collecting contingency sample for Subtitle D landfill waste characterization analysis and
completing waste disposal facility profiling, if needed. We will prepare a PSI Report to document the findings of the investigation. The report will include a narrative of the field investigation, boring logs, figures with sample locations, data tables and laboratory analytical reports, and estimate of the quantity of impacted soil. The soil samples for this task are not the same as the samples from the CCDD – different locations may be needed for this task. CCDD testing and coordination (by HLR) CCDD coordination will be completed utilizing the information from the PESA. Eight samples would be collected from the site. The soil samples will be submitted to a NELAC approved laboratory for analysis. The laboratory analysis from the soil samples will be reviewed for acceptance to a CCDD facility. The results of the analysis would be compared to the limits outlined in the Maximum Allowable Concentrations (MAC) of Chemical Constituents In Uncontaminated Soil Used as Fill Material At Regulated Fill Operations (35 Ill. Adm. Code 1100.Subpart F). A 663 will be prepared if levels meet MAC table limits. If the soils come back with any elevated levels, additional TCLP or SPLP analysis on those specific constituents may be required to determine if they are within the MAC table limits. This testing would be used to create a waste profile if it is necessary to take it to a landfill. NRCS/AD1006 coordination (by HLR) HLR will prepare and submit an AD 1006 form for impacts to agricultural lands and conduct the necessary coordination required with Illinois Department of Agriculture. A COSIM submittal and noise impact evaluation is not anticipated for the project based on IDOT BLR&S criteria. Task 3 – Data Collection and Topographic Survey
The Consultant team will collect all available information from the County and other sources necessary for the project. The information will include: Storm and sanitary sewer atlases Water system atlases Conduct coordination with JULIE to obtain private utility atlases Existing plans for corridor ROW maps
Exhibit APacket Pg. 275
Plank Road Safety Improvements Engel Road to Waughon Road Kane County Division of Transportation
Scope of Services
5
A J.U.L.I.E. design stage utility locate will be requested. Utility companies will be contacted to request utility atlases that will be drafted into the base files. Utility data collected including County and Village facilities will be drafted into the base files and submitted to the County for review. The Consultant will maintain a utility coordination status sheet. Survey (by HLR) Topographic survey will be completed by HLR Engineering for the limits of the project. The Consultant will coordinate with HLR and County to schedule the survey. The Consultant will review the survey to ensure its completeness and accuracy by conducting a field check. HLR will conduct a topographic survey of the project limits including from Engel Road to Waughon Road on Plank Road. The work will include cross sections on 50-foot intervals along both sides of Plank Road from edge of pavement to 20 feet beyond existing right-of-way. HLR will locating visible utilities which will include inverts of storm and sanitary structures along with top of watermain in valve vaults. The existing centerline of Plank Road will be located as need to provide data to establish the centerline. The survey will locate trees 8” and greater in the survey area. The wetland boundaries will also be surveyed from the wetland delineations. The survey data will be in IL State Plane Coordinates East Zone NAD 83, and NAVD 88 vertical datum. We will establish accurate horizontal control points and benchmarks for use in construction. We will plot field data collected in this task in MicroStation CAD format and prepare base plan sheets for the design of the improvements. Drain Tile and Septic Field Survey (by Huddleston McBride) Due to presence of farms on both sides of Plank Road, drain tiles and septic fields may be present. Huddleston McBride Land Drainage Services will perform drain tile and septic field survey along the project limits to locate them. This investigation will be limited to the mapping of all agricultural mainline and sub-main collectors, septic fields within project scope and will include local lateral / feeder drain tiles only when encountered at slit trench or hand probe transect locations. Huddleston McBride Drainage Co. shall not be responsible for crop damage, all excavated investigation trenches will be backfilled and slightly mounded to allow for natural settlement. Field reconnaissance and record research1 work will be completed in efforts to identify all areas which are typical to installation of existing drain tile. Existing features such as soils, water table, topographical
1Huddleston McBride Land Drainage Co., (Illinois Professional Design Firm) owns, maintains and will access an extensive electronic
record system of Kane County Existing Agricultural Drain Tile Historic Mapping Records. This mapping system has been based upon
geographic parcel location including record information from Huddleston-McBride Land Drainage Co. (1975), Cooprider Farm
Drainage Co. (1930), Elbridge F. Ball & Sons, (drainage engr.) Survey notes (1940), Countryside Drainage (2009). These record files
include historic farm parcel notes, active / inactive drainage district maps and documents, conservation resource mapping, agricultural
reports, record construction drawings, and land owner sketch drawings.
Exhibit APacket Pg. 276
Plank Road Safety Improvements Engel Road to Waughon Road Kane County Division of Transportation
Scope of Services
6
elevations, surface channels, depressions, wetlands and natural drainage ingress and egress locations are considered. Following field review, investigation areas are staked and slit trenched or hand probed to verify existence of drain tile. All existing drain tiles encountered during the investigation procedure are logged on field mapping and repaired to their original state according to U.S.D.A. Natural Resource Conservation Service construction repair practices. Following specific point locations, drain tile routes are located by surface probing or electronic detection and field staked at 50’ intervals including cut stakes for invert elevations where requested. Any existing drain tile not encountered during slit trenching or probe transect procedures will remain unknown. Record mapping shall be performed according to typical civil engineering mapping standards. It will be the responsibility of the developer to furnish one ACAD (version 2013 or 2018 .dwg) computer data file of the investigation area including mapped topography, easements, right-of-ways, wetland delineation areas and property boundary limits. All existing drain tile routes will be located in the field by GPS location systems (<1m., Illinois State Plane East NAD 83) and recorded on final plans. Our field staking process will include pipe invert cut stakes at all perimeter locations, strategic interior locations and 50’ interval pin flagging along tile routes for electronic survey location by the project engineer if deemed necessary. It will be the responsibility of the project engineer to survey drain tile location/elevation staking pertinent to final improvement design. Final drain tile mapping will be computer drafted on a base map including recent color digital aerial photography, topography and project limits. Mapped information will include the location of all existing drain tile routes and applicable drainage findings encountered during the field investigation process. A field report shall be attached to the plan containing evaluation information including size, flow, system effectiveness, restrictive siltation, pipe invert to ground surface depth, pipe type / quality, system classification and specific field notes. After completion of the investigation report it will be our responsibility to obtain final existing drain tile investigation mapping and report approval and acceptance by Kane County Planning and Development technical staff and applicable engineering review agencies. Geotechnical Investigation (by Rubino) Geotechnical investigation will be completed by Rubino Engineering (Rubino). It will include 4 pavement cores and 8 soil borings and soils analysis. The Consultant will coordinate with Rubino and County to schedule the work. The locations of borings will be approved by the County prior to the initiation of the task. Site Access and Traffic Control Based on current site topography, surface conditions, and project discussions, Rubino anticipates that the project site will be accessible to track-mounted Geoprobe 7822DT drilling equipment. Traffic control will consist of cones, Approach signage, and flaggers. Rubino anticipates that the drill rig will require full lane closure.
Exhibit APacket Pg. 277
Plank Road Safety Improvements Engel Road to Waughon Road Kane County Division of Transportation
Scope of Services
7
Boring Locations The approximate proposed boring locations are shown below. Rubino recommends that the borings be located and surveyed for elevation by others prior to drilling. If the borings cannot be surveyed, Rubino will locate the borings in the field by measuring distances from known, fixed site features.
Exhibit 1) Proposed boring locations in eastbound/westbound travel lanes of Plank Road
Exhibit APacket Pg. 278
Plank Road Safety Improvements Engel Road to Waughon Road Kane County Division of Transportation
Scope of Services
8
Exhibit 2) Proposed boring locations in eastbound and westbound travel lanes of Plank Road
Exhibit 3) Proposed boring locations in eastbound and westbound travel lanes of Plank Road
Exhibit APacket Pg. 279
Plank Road Safety Improvements Engel Road to Waughon Road Kane County Division of Transportation
Scope of Services
9
Exhibit 4) Proposed boring locations in eastbound/westbound travel lanes of Plank Road
Boring and Core Depths
To obtain data to evaluate subsurface conditions within the proposed construction areas, Rubino proposes to drill soil borings as specified below.
NUMBER OF BORINGS
PAVEMENT CORES (MAX
DEPTH 2 FEET) DEPTH
(FEET BEG*)
LOCATION
8 (S1 through S8)
4 (P1 through P4)
10 Plank Rd from Engel Rd to Waughon Rd
2 2 10 Optional add borings if soil or pavement data varies
*BEG = below existing grade Split spoon sampler will be cleaned with alconox between samples for HLR to sample for CCDD.
Exhibit APacket Pg. 280
Plank Road Safety Improvements Engel Road to Waughon Road Kane County Division of Transportation
Scope of Services
10
SPT - Soil Sampling Soil sampling will include split-barrel samples (ASTM D 1586) or thin-walled tube samples on cohesive soils (ASTM D 1587) at 2 ½ - foot intervals to a depth of 15 feet and 5 - foot intervals thereafter. If unsuitable bearing soils are encountered within the borings as proposed herein, the borings will be extended an additional 5 feet to attempt to end the borings in suitable soils. If unsuitable soils persist at the end of an additional 5 feet the client will be contacted prior to demobilizing. Unsuitable soils will be defined by field personnel using the following criteria:
Cohesive soils with an N value less than or equal to 6. Granular soils with an N-value less than 10. Black cohesive or silty soil with visible signs of organic matter and / or organic odor
and low blow counts as described above. Completion of Borings Upon completion of drilling, the borings will be backfilled with soil cuttings and capped with non- shrink grout. Some damage to ground surface may result from the drilling operations near the work areas and along ingress/egress pathways. Rubino will attempt to minimize such damage, but no restoration other than backfilling the soil test borings is included. It should be noted that over time, some settlement may occur in the bore hole. If Rubino is requested to return to the site for the purpose of filling any bore holes that may have settled, additional time and material charges may apply. Laboratory Testing The soil samples obtained during the field exploration program will be transported to the laboratory for classification and a limited number of laboratory tests. The nature and extent of the laboratory testing program is at the discretion of Rubino Engineering, Inc. and will depend upon the subsurface conditions encountered during drilling. Laboratory testing will be performed in accordance with ASTM procedures and may include examination of selected samples to evaluate the soils’ index properties and relative strength characteristics. Based on the proposed quantity of soil borings, anticipated depths, and project type, a list of the anticipated laboratory tests is summarized below.
Plank Road Safety Improvements Engel Road to Waughon Road Kane County Division of Transportation
Scope of Services
11
Geo Report Upon completion of field and laboratory work, Rubino will prepare a geotechnical engineering report using the collected data. The geo report will include the following:
Summary of client-provided project information and report basis
Overview of encountered subsurface conditions
Overview of field and laboratory tests performed including results
Geotechnical recommendations pertaining to:
Subgrade preparation
Subgrade Stability
Estimated IBV value at each boring location
Pavement Core Summary table including photos and measurements
An electronic copy of the report will be provided. Task 4 – Geometric Studies
Geometric studies will be necessary to evaluate the shoulder widening by developing cross-sections to identify limits of improvements and impacts to adjacent parcels. The impacts to drain tiles and septic fields will also be evaluated. Plan and Profile sheets will be prepared. Task 5 – Stakeholder Meetings
We will work with the County to identify key stakeholders that will be included in the coordination of the project. The Consultant will coordinate and schedule two stakeholder meetings to discuss the proposed improvements. For each meeting, we will prepare: Meeting notice Attendance sheet Exhibit boards (4) Meeting summary
Task 6 – Project Development Report (PDR)
The Consultant will prepare the PDR utilizing standard IDOT BLR&S form for Categorical exclusion to include exhibits, maps, tables, supplemental documents, and appendices. The Consultant will submit the following documents:
Two paper copies and one PDF copy of the draft PDR to County for review. The Consultant will revise the draft PDR per County comments.
Two paper copies of the revised draft PDR to IDOT BLR&S. One paper copy and one PDF copy of the final PDR to County. Four paper copies of the final PDR to IDOT BLR&S.
The final PDR to IDOT BLR&S will include revisions to all IDOT BLR&S comments. The cost for developing the PDR will include assembling all required documents, printing, binding, and delivering the reports.
Exhibit APacket Pg. 282
Plank Road Safety Improvements Engel Road to Waughon Road Kane County Division of Transportation
Scope of Services
12
Task 7 – Contract Documents
The contract documents will include: A. Plan preparation B. Cost estimate C. Specifications D. Permits E. Estimate of Time
The contract documents will be prepared in three stages as follows for a state letting.
Preliminary – 60% (Plans only, County submittal only) Prefinal – 90% Final – 100%
A. Plan preparation
The plans will be prepared according the IDOT BLR&S and County standards. A summary of anticipated sheets is as follows:
Sheet Title # of sheets
Cover Sheet 1 General Notes 1 Summary of Quantities 2 Alignment and Ties 1 Typical Sections 1 Maintenance of Traffic (MOT)
Removal Sheets 3 Plan and Profile 5 Drainage Plan 5 Erosion Control Plan
Notes 1 Stage 1 3 Stage 2 3
IDOT Highway Standards 12 B. Cost Estimate
Construction Estimate of Cost will be prepared using form BLR 11510 using current bid tabs for projects of similar size. A cost breakdown of lump-sum items and a breakdown for municipal participation on relevant items will be prepared.
C. Specifications
Specifications for project specific items will be prepared. Additional special provisions provided by the County will be included.
Exhibit APacket Pg. 283
Plank Road Safety Improvements Engel Road to Waughon Road Kane County Division of Transportation
Scope of Services
13
D. Permits The preparation of a NPDES SWPPP permit is included in the scope. The project will be designed to meet the Kane County Stormwater Ordinance. A Kane County Stormwater Management Permit application will be prepared. Coordination with U.S. Army Corps of Engineers (USACE) if necessary, will be conducted to obtain a permit. The task will include preparation of a PESA response form.
E. Estimate of Time Required
The Estimate of Time will be prepared using form BDE 220A. Task 8 – Land Acquisition
It is anticipated that 17 parcels along Plank Road will require either a partial take or easements for implementing the shoulder improvements. HLR will follow IDOT procedures for plat of highways and will provide a plat of highways and legal descriptions for the 17 parcels in conformance with IDOT platting. HLR will complete appraisals and negotiations as described in the attached scope. The Consultant will coordinate the land acquisition with HLR.
Right-of-way Survey (by HLR) Survey work for plat of highways along Plank Road will included establishing exist right-of-way in the area outlined in the KMZ file provided by the client. It is anticipated that 17 parcels will require either a partial take or easements. HLR will follow IDOT procedures for plat of highways and will provide a plat of highways and legal descriptions for the 17 parcels in conformance with IDOT platting. HLR has not included acquiring title reports for the 17 parcels in the survey costs. Appraisals and Review Appraisals (by HLR) The appraisal scope includes the following:
Determine the compensation to be paid by the KDOT to individual property owners for the rights to be acquired by KDOT for each of the road improvement projects.
The reports will be prepared in compliance with the Uniform Standards of Professional Appraisal Practice (USPAP). The reports will be presented in accordance with and are intended to comply with the reporting requirements as set forth in Standard 2-2. Supporting documentation will either be included in the report as addenda exhibits or held in our work files. The depth of discussion in the report will be specific to your needs.
The definition of market value to be used in this report is the definition cited below. The fair cash market value of a property in an eminent domain proceeding is that price which a
willing buyer would pay in cash, and a willing seller would accept, when the buyer is not compelled to buy and the seller is not compelled to sell. In the condemnation of a property for a public improvement, any appreciation or depreciation in value caused by the contemplated improvement shall be excluded from the consideration of the fair cash market value of the whole property and the value of the part taken. (Illinois Pattern Jury instructions).
In the event of a partial acquisition where there is a remainder property, any appreciation or depreciation caused by the contemplated improvement shall be considered when determining the fair cash market value of the remainder. Any increase or decrease in value caused by the
Exhibit APacket Pg. 284
Plank Road Safety Improvements Engel Road to Waughon Road Kane County Division of Transportation
Scope of Services
14
actual acquisition of a part of the property must be considered in estimating the value of the remainder after taking.
Research will be completed to identify appropriate market data. Information will be obtained from public sources, private sources including my files, county and
township records. When possible, information will be verified by someone directly involved in the sale. At a minimum, sales will be verified by the assessor’s office.
The Jurisdictional Exception Rule of USPAP is not used. The report will comply with all of the requirements of the Uniform Standards of Professional Appraisal Practice. There is no need for use of the Jurisdictional Exception Rule.
The appraisal reports and appraisal reviews will be completed by Illinois Certified General Appraisers who are on the approved IDOT Appraiser list.
Negotiations (by HLR) The negotiations scope includes the following:
The negotiator will personally contact the property owner(s) and offer to meet in-person to discuss the project and the acquisition process.
The negotiator will personally present the approved fair market value of the property (offer to purchase) to the property owner(s).
The negotiator will document all efforts in the Negotiator’s Report which shall contain the names and addresses of all interested parties, and if necessary, a recommendation for further action. The negotiator shall maintain and submit this completed report to the Client upon request.
The negotiator will review title exceptions and obtain “clear” title subject to approval by the County’s State’s Attorney..
The negotiator will obtain proper documentation to secure an adequate interest for the purpose for which it is being acquired, subject to approval of the County’s State’s Attorney .
The negotiator will be available to meet with Client personnel regarding status. The negotiator’s files will be available for review by the Client. Negotiations will be performed in compliance with IDOT Land Acquisition Policies and
Procedures. Negotiation services will include obtaining right-of-way certification by IDOT, if required.
Attorney’s Certification Letter will require approval and signature of the County’s State’s Attorney.
Task 9 – Meetings and Coordination
We anticipate the following meetings: IDOT or County o 2 coordination meetings each for Phase I and Phase II to review project submittals
Kane County o Monthly coordination web meetings to review project status and submittals
Exhibit APacket Pg. 285
Plank Road Safety Improvements Engel Road to Waughon Road Kane County Division of Transportation
Scope of Services
15
It is anticipated that these meetings will be held simultaneously with the Montgomery Road
project. Task 10 – Administration and Management
The Consultant will perform project management and administration, including project setup, staff and resource scheduling, progress monitoring, monthly invoice and progress reports. As part of the design development process, the Consultant will hold internal coordination meetings with all pertinent team members on an as needed basis. These meetings are necessary to ensure the project budget and schedule stay on track. Discussions at the meetings will include the following topics: individual task progress, critical and open issues, coordination between pertinent disciplines, early identification of issues that could negatively affect project schedules and/or budgets, and issues related to deliverable dates. Task 11 – QA/QC
It is the Consultant’s policy that all deliverables, reports and studies be checked and reviewed under our QC Program to ensure a timely and accurate submittal of deliverables. This process includes review of documents by qualified and experienced personnel. At the completion of the study, the Consultant will provide the following to the County:
CADD files Shape files Utility data Other project data
Exhibit APacket Pg. 286
Montgomery Road at Virgil Gilman Trail Crossing Safety Improvements Kane County Division of Transportation
Scope of Services
1
Introduction
The project involves the Virgil Gilman Trail crossing at Montgomery Road located in the Village of Montgomery in Kane County. The County will be the lead agency for the project. The purpose of the project is to implement intersection safety improvements identified in the Highway Safety Improvement Program (HSIP) funding received by the County. The improvements include a new traffic signal at the crossing. The type of traffic signal will be investigated during the Phase I and signal warrant analysis will be conducted. Traffic signal control options include a standard traffic signal, High-Intensity Activated crossWalK beacon (HAWK) signal, and Rectangular Rapid Flashing Beacon (RRFB). The improvements will also include realignment of the trail crossing to cross perpendicular to Montgomery Road. The realigned trail may involve modifications to the parking lot north of Montgomery Road to allow the trail to go around it. The trail is under the jurisdiction of Fox Valley Park District. Montgomery Road (County Hwy 29) is under Kane County jurisdiction. The project including Phase I, Phase II and construction engineering will be processed through Illinois Department of Transportation (IDOT) Bureau of Local Roads & Streets (BLR&S). It is anticipated that the project will be designed according to 3R criteria and processed as a Categorical Exclusion (CE). The project will be designed using Microstation Geopak software. Kimley-Horn and Associates, Inc. (“Kimley-Horn” or “Consultant”) is pleased to submit this scope of services for Phase I and Phase II to Kane County Division of Transportation (“County”). Based on our understanding of the project, the Consultant team has developed the following scope of services to guide the County through this project: Task 1 – Project Initiation and Kick-off Meetings
The Consultant team will meet with County staff and IDOT to initiate the project to discuss project goals, design criteria, and project schedule. Separate IDOT kick-off meetings are anticipated for Phase I and Phase II. Task 2 – Traffic Counts. Warrant Analysis, and Intersection Design Study (IDS)
The Consultant will conduct classification (cars, pedestrian, bicycles, and trucks) traffic counts at the intersection. The traffic counts will be conducted for 12 hours on weekday and weekend to allow warrant analysis necessary for the determination of traffic control. The actual hours for the counts will be discussed with the County. The Consultant team will observe traffic operations during the peak periods to understand issues and queuing. Warrant Analysis The Consultant will utilize the traffic data collected by Miovision to conduct warrant analysis for a standard traffic signal and a HAWK signal. The warrant analysis will be conducted for weekday and weekend traffic. Weekend analysis is recommended since the trail traffic is anticipated to be higher due to greater trail use.
Exhibit APacket Pg. 287
Montgomery Road at Virgil Gilman Trail Crossing Safety Improvements Kane County Division of Transportation
Scope of Services
2
Intersection Design Study After the traffic and geometric studies are complete, the Consultant will prepare an Intersection Design Study (IDS) for the intersection. The trail crossing will be designed to be ADA compliant. Task 3 – Environmental Studies
This task will include preparation of Environmental Survey Request (ESR), Preliminary Environmental Site Assessment (PESA), Preliminary Site Investigation (PSI), Wetland surveys and report, and Clean Construction Demolition Debris (CCDD) testing and coordination. Section 4(f) coordination is anticipated due to the improvements within Park District ROW. ESR The Consultant will obtain aerials for preparation of environmental survey exhibits. The Consultant will prepare and submit an ESR form with Attachments and Exhibits to IDOT BLR&S for processing. The Consultant will be responsible for the following related to the ESR:
Review of the findings Responses to inquiries regarding the project impacts on environmental resources Incorporation of the information into the project report
4(f) temporary occupancy or de minimus report (if needed) It is likely that the improvements to the Virgil Gilman Trail will be considered impacts to this Section 4(f) resource. Based on our experience, a Section 4(f) de minimis is the highest level of processing that could occur, with a temporary occupancy as the most likely processing. The Consultant will prepare either a temporary occupancy letter or a Section 4(f) de minimis report for submittal to IDOT and FHWA for approval. The Consultant will coordinate with the environmental sub-consultant HLR who will perform the following tasks: Wetland screening and wetland delineation with report (by HLR, if needed) HLR will conduct a map review of the project. The following maps and documents will be reviewed prior to conducting the field investigation:
U.S. Geological Survey Topographic Maps National Wetlands Inventory Maps Kane County ADID Wetland Maps USDA Soil Survey Hydric Soils of the United States Regulatory Flood Map
It appears from a cursory map review that there are no wetlands mapped in the project area on the Kane County ADID Wetland and National Wetland Inventory Maps. If no wetlands are found during the field site visit, a wetland screening report will be prepared detailing our findings. If potential wetlands are identified during the field site visit a formal wetland delineation will be conducted. HLR will perform a formal wetland delineation of the proposed project area. The wetland delineation will
Exhibit APacket Pg. 288
Montgomery Road at Virgil Gilman Trail Crossing Safety Improvements Kane County Division of Transportation
Scope of Services
3
be conducted to meet the requirements of Executive Order 11990, "Protection of Wetlands", Section 404 of the Federal Water Pollution Control Act as amended by the Clean Water Act (Corps of Engineers, Section 404 Permit), and Illinois Environmental Protection Agency (IEPA Section 401 Guidelines) regulations. These regulations pertain to the placement of fill or alterations of drainage within wetlands of any type and apply to private as well as publicly owned wetlands. The investigation will meet the requirements of these regulations by identifying the type, functions, and boundary of the involved wetlands. "Wetlands" are defined by the U.S. Army Corps of Engineers (USACE) for jurisdictional purposes as "those areas that are inundated or saturated by surface or groundwater at a frequency and duration sufficient to support, and that under normal circumstances do support, a prevalence of vegetation typically adapted for life in saturated soil conditions" (33 CFR 323.3(c)). The field investigation will be conducted by our environmental personnel who are experienced in Federal methods for conducting wetland delineations. Our staff will classify and define hydric soils, hydrophytic vegetation, and evidence of hydrology to determine if wetlands are present. The wetland perimeter (s) will be staked and surveyed. Wetland boundary stake locations will be surveyed using a handheld Trimble R1 GNSS receiver. Wetlands found will be classified according to type using the "Classification of Wetlands and Deep Water Habitats of the United States" by Cowardin. Wetland boundaries will be defined in accordance with the Corps of Engineers Wetlands Delineation Manual: Midwest Region. This includes a soil investigation to determine the presence or absence of hydric soils and an analysis of the dominant plant species. Field observations will be made on any evidence indicating the hydrology of the area and on water sources that are supporting these wetlands. Functions of these wetlands will be evaluated from field observations. A wetland delineation letter report will be prepared summarizing the findings of the fieldwork. Included in the report will be the required wetland delineation data sheets that summarize the findings of the field investigation as well as figures that detail the maps reviewed and current wetland boundaries of the site. Tree survey (by HLR) A Certified Arborist will conduct a tree survey of all trees 6 inches and greater within the project limits. All trees will be tied with ribbons and numbered accordingly and surveyed. We will identify all trees by type, diameter, health and structure. During the tree survey we will evaluate potential bat habitat. The finding of the tree survey will be summarized in a tree memorandum. Special waste screening (by HLR) HLR will conduct a special waste screening. If the Level 1 and Level 2 special waste screening indicates evidence of recognized environmental conditions, then the County will authorize the preparation of a PESA. PESA (by HLR, if needed) This scope includes completing a Preliminary Environmental Site Assessment. The PESA will be
Exhibit APacket Pg. 289
Montgomery Road at Virgil Gilman Trail Crossing Safety Improvements Kane County Division of Transportation
Scope of Services
4
prepared using historical and geological information. The specific methods used to conduct the assessment are contained in 1) ASTM Standards E1527-13, 2) A Manual for Conducting Preliminary Environmental Site Assessments for Illinois Department of Transportation Highway Projects (Erdmann et al., 2012), 3) Special Wastes Procedures for Local Highway Improvements (IDOT Local Roads Manual, July 22, 2004), and 4) “IDOT Bureau of Design and Environment Manual (BDE Manual), Section 27-3.03 (b), October 2015). The PESA will include a database search, review of historical records, an on-site evaluation, and review of other project conditions that may give us insight into the existing environmental conditions along the route. Once the review has been completed, a written report will be completed and submitted as documentation to the on-site analysis. This report will accompany various site photographs, maps, and the above referenced documentation, which will be utilized to assist the project evaluation and any applicable recommendations. The Preliminary Environmental Site Assessment (PESA) is valid for a period of 6 months; therefore, we anticipate that we will need two (2) updates to the initial PESA completed for this project. This will include ordering the environmental database record, conducting a site visit and completing a written PESA update as an addendum to the original report. PSI (by HLR, if needed) PESA reports are valid for 6 months. We anticipate that a PESA update may be required due to the schedule of the project. HLR will complete a Preliminary Site Investigation, including Soil Sampling and Laboratory Analysis for this project. At each PIP location we propose a minimum of 1 soil boring and 1 sample analyzed for VOCs, Semi-VOCs, PNAs, RCRA Metals, PCBs and pH. HLR will be responsible for:
Obtaining a permit to drill in the right-of-way Locating and clearing underground utilities (public and private locate) Collecting soil samples and screening for volatile organics with a photoionization detector (PID) Submitting soil samples to Illinois NELAP-accredited laboratory using proper chain-of-custody
procedures. Analyzing soil samples for VOCs, SVOCs, PNAs, RCRA Metals, PCBs, and pH. Additional TCLP
analysis shall be performed on inorganics as needed, which is an additional cost. Collecting contingency sample for Subtitle D landfill waste characterization analysis and
completing waste disposal facility profiling, if needed. We will prepare a PSI Report to document the findings of the investigation. The report will include a narrative of the field investigation, boring logs, figures with sample locations, data tables and laboratory analytical reports, and estimate of the quantity of impacted soil. The soil samples for this task are not the same as the samples from the CCDD – different locations may be needed for this task. CCDD testing and coordination (by HLR) CCDD coordination will be completed utilizing the information from the PESA. Two samples would be
Exhibit APacket Pg. 290
Montgomery Road at Virgil Gilman Trail Crossing Safety Improvements Kane County Division of Transportation
Scope of Services
5
collected from the site. The soil samples will be submitted to a NELAC approved laboratory for analysis. The laboratory analysis from the soil samples will be reviewed for acceptance to a CCDD facility. The results of the analysis would be compared to the limits outlined in the Maximum Allowable Concentrations (MAC) of Chemical Constituents in Uncontaminated Soil Used as Fill Material at Regulated Fill Operations (35 Ill. Adm. Code 1100.Subpart F). A 663 will be prepared if levels meet MAC table limits. If the soils come back with any elevated levels, additional TCLP or SPLP analysis on those specific constituents may be required to determine if they are within the MAC table limits. This testing would be used to create a waste profile if it is necessary to take it to a landfill. A COSIM submittal and noise impact evaluation is not anticipated for the project based on IDOT BLR&S criteria. Task 4 – Data Collection and Topographic Survey
The Consultant team will collect all available information from the County and other sources necessary for the project. The information will include: Storm and sanitary sewer atlases Water system atlases Conduct coordination with JULIE to obtain private utility atlases Existing plans for corridor ROW maps
A J.U.L.I.E. design stage utility locate will be requested. Utility companies will be contacted to request utility atlases that will be drafted into the base files. Utility data collected including County and Village facilities will be drafted into the base files and submitted to the County for review. The Consultant will maintain a utility coordination status sheet. Survey (by HLR) Topographic survey will be completed by HLR Engineering to encompass the intersection and along the trail that is anticipated to be realigned. The Consultant will coordinate with HLR and County to schedule the survey. The Consultant will review the survey to ensure its completeness and accuracy by conducting a field check. HLR will conduct a topographic survey of the project limits including the crossing of the Virgil Gilman Trail on Montgomery Road and approximately 200 feet on either side. The work will include cross sections on 50-foot intervals along both sides of Montgomery Road from edge of pavement to 20 feet beyond existing right-of-way. HLR will locating visible utilities which will include inverts of storm and sanitary structures along with top of watermain in valve vaults. The survey will locate trees 6” and greater in the survey area. The wetland boundaries will also be surveyed from the wetland delineations.
The survey data will be in IL State Plane Coordinates East Zone NAD 83, and NAVD 88 vertical datum. We will establish accurate horizontal control points and benchmarks for use in construction.
We will plot field data collected in this task in MicroStation CAD format and prepare base plan sheets for
Exhibit APacket Pg. 291
Montgomery Road at Virgil Gilman Trail Crossing Safety Improvements Kane County Division of Transportation
Scope of Services
6
the design of the improvements. Geotechnical Investigation (by Rubino) Geotechnical investigation will be completed by Rubino Engineering (Rubino). It will include 2 soil borings and soils analysis. The Consultant will coordinate with Rubino and County to schedule the work. The locations of borings will be approved by the County prior to the initiation of the task. Site Access and Traffic Control Based on current site topography, surface conditions, and project discussions, Rubino anticipates that the project site will be accessible to track-mounted Geoprobe 7822DT drilling equipment. Traffic control will consist of cones, Approach signage, and flaggers. Rubino anticipates that the drill rig will require partial/full lane closure. Boring Locations The approximate proposed boring locations are shown below. Rubino recommends that the borings be located and surveyed for elevation by others prior to drilling. If the borings cannot be surveyed, Rubino will locate the borings in the field by measuring distances from known, fixed site features.
Exhibit 1) Proposed boring locations in grass area next to shoulder of eastbound/westbound travel lanes
of Montgomery Rd
Exhibit APacket Pg. 292
Montgomery Road at Virgil Gilman Trail Crossing Safety Improvements Kane County Division of Transportation
Scope of Services
7
Boring Depths To obtain data to evaluate subsurface conditions within the proposed development/construction areas, Rubino proposes to drill soil borings as specified below.
NUMBER OF BORINGS
DEPTH (FEET BEG*) LOCATION
2 20 Montgomery Rd from Hinman St to Spencer St *BEG = below existing grade Direct Push Depths for CCDD sampling and testing by HLR
NUMBER OF DIRECT PUSHES
DEPTH (FEET BEG*) LOCATION
1 10 Montgomery Road (B-01) *BEG = below existing grade Rubino will maintain proper orientation of sample tube by conventional method of placing red vinyl end caps on the top of the tube and black caps on the bottom. Between each sample the spoon will be cleaned to minimize cross contamination. SPT – Geotechnical Soil Sampling Soil sampling will include split-barrel samples (ASTM D 1586) or thin-walled tube samples on cohesive soils (ASTM D 1587) at 2 ½ - foot intervals to a depth of 15 feet and 5 - foot intervals thereafter. If unsuitable bearing soils are encountered within the borings as proposed herein, the borings will be extended an additional 5 feet to attempt to end the borings in suitable soils. If unsuitable soils persist at the end of an additional 5 feet the client will be contacted prior to demobilizing. Unsuitable soils will be defined by field personnel using the following criteria:
Cohesive soils with an N value less than or equal to 6. Granular soils with an N-value less than 10. Black cohesive or silty soil with visible signs of organic matter and / or organic odor
and low blow counts as described above. Completion of Borings Upon completion of drilling, the borings will be backfilled with soil cuttings and capped with asphalt cold patch. Some damage to ground surface may result from the drilling operations near the work areas and along ingress/egress pathways. Rubino will attempt to minimize such damage, but no restoration other than backfilling the soil test borings is included. It should be noted that over time, some settlement may occur in the bore hole. If Rubino is requested to return to the site for the purpose of filling any bore holes that may have settled, additional time and material charges may apply.
Exhibit APacket Pg. 293
Montgomery Road at Virgil Gilman Trail Crossing Safety Improvements Kane County Division of Transportation
Scope of Services
8
Laboratory Testing The soil samples obtained during the field exploration program will be transported to the laboratory for classification and a limited number of laboratory tests. The nature and extent of the laboratory testing program is at the discretion of Rubino Engineering, Inc. and will depend upon the subsurface conditions encountered during drilling. Laboratory testing will be performed in accordance with ASTM procedures and may include examination of selected samples to evaluate the soils’ index properties and relative strength characteristics. Based on the proposed quantity of soil borings, anticipated depths, and project type, a list of the anticipated laboratory tests is summarized below.
Geo Report Upon completion of field and laboratory work, Rubino will prepare a geotechnical engineering report using the collected data. The geo report will include the following:
Summary of client-provided project information and report basis
Overview of encountered subsurface conditions
Overview of field and laboratory tests performed including results
Geotechnical recommendations pertaining to signal foundations
An electronic copy of the report will be provided. The report will be addressed to Kimley-Horn. Task 5 – Geometric Studies
Geometric design will be necessary for the intersection to evaluate the trail realignment, modifications to the parking lot, placement of traffic signal equipment, pavement markings and signing. Two alternatives will be evaluated. A preferred alternative will be identified based on input from the County and the Park District and its ability to meet project goals. A Plan and Profile sheet will be prepared. Task 6 – Stakeholder Meetings
We will work with the County to identify key stakeholders that will be included in the coordination of the project. The Consultant will coordinate and schedule two stakeholder meetings to discuss the proposed improvements. For each meeting, we will prepare: Meeting notice Attendance sheet Exhibit boards (4) Meeting summary
Exhibit APacket Pg. 294
Montgomery Road at Virgil Gilman Trail Crossing Safety Improvements Kane County Division of Transportation
Scope of Services
9
Task 7 – Project Development Report (PDR)
The Consultant will prepare the PDR utilizing standard IDOT BLR&S form for Categorical exclusion to include exhibits, maps, tables, supplemental documents, and appendices. The Consultant will submit the following documents:
Two paper copies and one PDF copy of the draft PDR to County for review. The Consultant will revise the draft PDR per County comments.
Two paper copies of the revised draft PDR to IDOT BLR&S. One paper copy and one PDF copy of the final PDR to County. Four paper copies of the final PDR to IDOT BLR&S.
The final PDR to IDOT BLR&S will include revisions to all IDOT BLR&S comments. The cost for developing the PDR will include assembling all required documents, printing, binding, and delivering the reports. Task 8 – Contract Documents
The contract documents will include: A. Plan preparation B. Cost estimate C. Specifications D. Permits E. Estimate of Time
The contract documents will be prepared in three stages as follows for a state letting.
Preliminary – 60% (Plans only, County submittal only) Prefinal – 90% Final – 100%
A. Plan preparation
The plans will be prepared according the IDOT BLR&S and County standards. A summary of anticipated sheets is as follows:
Sheet Title # of sheets Cover Sheet 1 General Notes 1 Summary of Quantities 2 Alignment and Ties 1 Typical Sections 1 Removal Sheet 1 Plan and Profile 1 Intersection Ramp Details 1 Drainage & Erosion Control Plan 1 Traffic Signal Plans
Signal Installation Plan 1
Exhibit APacket Pg. 295
Montgomery Road at Virgil Gilman Trail Crossing Safety Improvements Kane County Division of Transportation
Scope of Services
10
Cable Plan 1 Standard Details 6
IDOT Highway Standards 10 B. Cost Estimate
Construction Estimate of Cost will be prepared using form BLR 11510 using current bid tabs for projects of similar size. A cost breakdown of lump-sum items and a breakdown for municipal participation on relevant items will be prepared.
C. Specifications
Specifications for project specific items will be prepared. Additional special provisions provided by the County will be included.
D. Permits
The preparation of a NPDES permit is included in the scope. The task will include preparation of a PESA response form. The project will be designed to meet the Kane County Stormwater Ordinance.
E. Estimate of Time Required
The Estimate of Time will be prepared using form BDE 220A. Task 9 – Land Acquisition
It is anticipated that 2 parcels will require either a partial take or easements for implementing the intersection improvements. This includes the Fox Valley Park District property and one other property. HLR will follow IDOT procedures for plat of highways and will provide a plat of highways and legal descriptions for the 2 parcels in conformance with IDOT platting. HLR will complete appraisals and negotiations as described in the attached scope. The Consultant will coordinate the land acquisition with HLR.
Right-of-way Survey (by HLR) Survey work for plat of highways along Montgomery Road will included establishing exist right-of-way in the area outlined in the KMZ file provided by the client. It is anticipated that 2 parcels will require either a partial take or easements. This includes the Fox Valley Park District property and one other property. HLR will follow IDOT procedures for plat of highways and will provide a plat of highways and legal descriptions for the 2 parcels in conformance with IDOT platting.
HLR has not included acquiring title reports for the 2 parcels in the survey costs.
Appraisals and Review Appraisals (by HLR) The appraisal scope includes the following:
Estimate the compensation to be paid by the KDOT to individual property owners for the rights to be acquired by KDOT for each of the road improvement projects.
The reports will be prepared in compliance with the Uniform Standards of Professional Appraisal Practice (USPAP). The reports will be presented in accordance with and are intended to comply with the reporting requirements as set forth in Standard 2-2. Supporting documentation will either
Exhibit APacket Pg. 296
Montgomery Road at Virgil Gilman Trail Crossing Safety Improvements Kane County Division of Transportation
Scope of Services
11
be included in the report as addenda exhibits or held in our work files. The depth of discussion in the report will be specific to your needs.
The definition of market value to be used in this report is the definition cited below. The fair cash market value of a property in an eminent domain proceeding is that price which a
willing buyer would pay in cash, and a willing seller would accept, when the buyer is not compelled to buy and the seller is not compelled to sell. In the condemnation of a property for a public improvement, any appreciation or depreciation in value caused by the contemplated improvement shall be excluded from the consideration of the fair cash market value of the whole property and the value of the part taken. (Illinois Pattern Jury instructions)
In the event of a partial acquisition where there is a remainder property, any appreciation or depreciation caused by the contemplated improvement shall be considered when determining the fair cash market value of the remainder. Any increase or decrease in value caused by the actual acquisition of a part of the property must be considered in estimating the value of the remainder after taking.
Research will be completed to identify appropriate market data.
Information will be obtained from public sources, private sources including my files, county and township records. When possible, information will be verified by someone directly involved in the sale. At a minimum, sales will be verified by the assessor’s office.
The Jurisdictional Exception Rule of USPAP is not used. The report will comply with all the requirements of the Uniform Standards of Professional Appraisal Practice. There is no need for use of the Jurisdictional Exception Rule.
The appraisal reports and appraisal reviews will be completed by Illinois Certified General Appraisers who are on the approved IDOT Appraiser list.
Negotiations (by HLR)
The negotiations scope includes the following:
The negotiator will personally contact the property owner(s) and offer to meet in-person to discuss the project and the acquisition process.
The negotiator will personally present the approved fair market value of the property (offer to purchase) to the property owner(s).
The negotiator will document all efforts in the Negotiator’s Report which shall contain the names and addresses of all interested parties, and if necessary, a recommendation for further action. The negotiator shall maintain and submit this completed report to the Client upon request.
The negotiator will review title exceptions and obtain “clear” title subject to approval of the County;s State’s Attorney.
The negotiator will obtain proper documentation subject to approval of the County;s State’s Attorney. to secure an adequate interest for the purpose for which it is being acquired.
The negotiator will be available to meet with Client personnel regarding status. The negotiator’s files will be available for review by the Client.
Exhibit APacket Pg. 297
Montgomery Road at Virgil Gilman Trail Crossing Safety Improvements Kane County Division of Transportation
Scope of Services
12
Negotiations will be performed in compliance with IDOT Land Acquisition Policies and Procedures.
Negotiation services will include obtaining right-of-way certification by IDOT, if required. Attorney’s Certification Letter will require approval and signature of the County’s State’s Attorney .
Task 10 – Meetings and Coordination
We anticipate the following meetings: IDOT or County o 2 coordination meetings each for Phase I and Phase II to review project submittals o 1 FHWA/IDOT coordination meeting to obtain concurrence on logical termini and
environmental processing
Kane County o Monthly coordination web meetings to review project status and submittals
ComEd o One meeting will be attended with ComEd to discuss and confirm power source for the
traffic signal. Task 11 – Administration and Management
The Consultant will perform project management and administration, including project setup, staff and resource scheduling, progress monitoring, monthly invoice and progress reports. As part of the design development process, the Consultant will hold internal coordination meetings with all pertinent team members on an as needed basis. These meetings are necessary to ensure the project budget and schedule stay on track. Discussions at the meetings will include the following topics: individual task progress, critical and open issues, coordination between pertinent disciplines, early identification of issues that could negatively affect project schedules and/or budgets, and issues related to deliverable dates. Task 12 – QA/QC
It is the Consultant’s policy that all deliverables, reports and studies be checked and reviewed under our QC Program to ensure a timely and accurate submittal of deliverables. This process includes review of documents by qualified and experienced personnel. At the completion of the study, the Consultant will provide the following to the County:
CADD files Shape files Utility data Other project data
Exhibit APacket Pg. 298
Plank Road – Montgomery Road HSIP (Sec. 19-00524-00-SP)Kane County Division of Transportation (KDOT)
Project Summary
Project Project Fee
Montgomery Rd $168,075Spencer Street to Hinman StreetHSIP # 201912029
Plank Rd $412,058Engel Road to Waughon RoadHSIP # 201912030
Total Contract Fee $580,133
Exhibit BPacket Pg. 299
Bureau of Design and EnvironmentPrepared By: Consultant
PAYROLL ESCALATION TABLEFIXED RAISES
FIRM NAME DATE 06/05/20Prepared By
CONTRACT TERM 27 MONTHS OVERHEAD RATE 194.06%START DATE 6/30/2020 COMPLEXITY FACTORRAISE DATE 7/1/2020 % OF RAISE 3%
END DATE 9/29/2022
ESCALATION PER YEAR
year First date Last date Months % of Contract0 6/30/2020 7/1/2020 0 0.00%1 7/2/2020 7/1/2021 12 45.78%2 7/2/2021 7/1/2022 12 47.15%3 7/2/2022 10/1/2022 3 12.14%
The total escalation = 5.07%
Kimley-HornSagar Sonar
Printed 6/5/2020 11:14 AM Page 1 of 5 BDE 3608 Template (Rev. 10/19/17)Exhibit BPacket Pg. 300
Bureau of Design and EnvironmentPrepared By: Consultant
FIRM NAME Kimley-Horn DATE 06/05/20PRIME/SUPPLEMENT Prime
ESCALATION FACTOR 5.07%Note: Rates should be capped on the AVG 1 tab as necessary
M:\DotserverD\USERS\Shared File System\GIS\Projects\Press Releases\Montgomery Road\Montgomery Rd at Virgil Gilman Trail loc map
0 950 1,900 2,850 3,800475Feet
0 1Miles
/Virgil
ElginPlato
Aurora
Rutland Dundee
Big Rock
Kaneville
Campton
Burlington
Hampshire
Blackberry
Sugar Grove
Batavia
Geneva
Section Number 19-00524-00-SPHISP Montgomery Road at Virgil Gilman Trail
Crossing Improvements
Legend
Fox River
County Boundry
Township Boundry
Rail Roads
County Roads46734
Interstates§̈¦88
US Roads£¤30
State Roads!(31
Municipalities
Forest Preserves
Other Roads
25
29
Kendall County
31
Packet Pg. 314
Burlington
38
28
M:\DotserverD\USERS\Shared File System\GIS\Projects\Press Releases\Plank Road\Plank Rd - Engel Rd to Waughon Rd loc map.mxd
/Virgil
ElginPlato
Aurora
Rutland Dundee
Big Rock
Kaneville
Campton
Burlington
Hampshire
Blackberry
Sugar Grove
Saint Charles
Batavia
Geneva
Section Number 19-00524-00-SPHISP Plank Road - Engel Road to Waughon Road
Project Limits
Legend
Fox River
County Boundry
Township Boundry
Rail Roads
County Roads46734
Interstates§̈¦88
US Roads£¤30
State Roads!(31
Municipalities
Forest Preserves
Other Roads
Enge
l Rd
Plank Rd
Burlington Rd
0 800 1,600 2,400 3,200400Feet
Pepl
ow R
d
Wau
ghon
Rd
McG
ough
Rd
Packet Pg. 315
RESOLUTION/ORDINANCE EXECUTIVE SUMMARY
Resolution No. 20 - 237 Appropriating Relocation Funds for Longmeadow Parkway Bridge Corridor, Section C-2 from East of Sandbloom Road to West of Illinois Route 25, Kane County Section No. 94-00215-01-BR Committee Flow: Transportation Committee, Executive Committee, County Board Contact: Tom Rickert, 630.406.7305
Budget Information:
Was this item budgeted? Yes Appropriation Amount: $131,110.00 If not budgeted, explain funding source: N/A
Summary:
Due to the size and complexity of the land acquisition from Bolz Properties LLC and the number of their various residential and business tenants, the County utilized IDOT’s Relocation Section and specialists to formulate and execute relocation planning and documents. IDOT’s Relocation Section has determined that the cost to perform various required relocation services for the Fernandez Pallet Company tenant is $131,110.00. Staff recommends approval.
Packet Pg. 316
STATE OF ILLINOIS
COUNTY OF KANE
RESOLUTION NO. 20 - 237
APPROPRIATING RELOCATION FUNDS FOR LONGMEADOW PARKWAY BRIDGE CORRIDOR, SECTION C-2 FROM EAST OF SANDBLOOM ROAD TO WEST OF ILLINOIS
ROUTE 25, KANE COUNTY SECTION NO. 94-00215-01-BR
WHEREAS, pursuant to the Federal Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970 and the Illinois Code of Civil Procedure (735 ILCS 30/10-5-62) the County of Kane is required by law to provide relocation assistance to certain residential and business property owners and tenants impacted by the County’s land acquisition activities on the Longmeadow Parkway Bridge Project (Project); and
WHEREAS, the County of Kane has engaged in land acquisition for the Project and in
particular land acquisition from Bolz Properties LLC; and WHEREAS, due to the size and complexity of the land acquisition from Bolz Properties LLC
and the number of various residential and business tenant’s thereon, the County utilized the services of the Illinois Department of Transportation’s (IDOT) Relocation Section and specialists to formulate and execute relocation planning and documents; and
WHEREAS, IDOT’s Relocation Section has determined that the cost to perform various
required relocation services for the Fernandez Pallet Company tenant of the Bolz Properties LLC site is a sum not to exceed $131,110.00; and
WHEREAS, the County deems it advisable to appropriate funds for relocation expenses in
order to be able to reimburse property owners and tenants for eligible relocation activities. NOW, THEREFORE, BE IT RESOLVED by the Kane County Board that the County of Kane
appropriate the sum of One Hundred Thirty One Thousand One Hundred Ten Dollars to reimburse for federally approved relocation expenses.
BE IT FURTHER RESOLVED by the Kane County Board that said One Hundred Thirty One
Thousand One Hundred Ten Dollars ($131,110.00) be appropriated from Transportation Sales Tax Fund #305, Line Item #74010 (Highway Right of Way).
Line Item Line Item Description Was Personnel/Item/Service approved in original budget or a subsequent budget revision?
Are funds currently available for this Personnel/Item/Service in the specific line item?
If funds are not currently available in the specified line item, where are the funds available?
305.520.527.74010 Highway Right of Way Yes Yes Passed by the Kane County Board on July 14, 2020.
________________________________ _____________________________ John A. Cunningham Christopher J. Lauzen Clerk, County Board Chairman, County Board Kane County, Illinois Kane County, Illinois Vote:
Packet Pg. 317
Packet Pg. 319
Packet Pg. 320
RESOLUTION/ORDINANCE EXECUTIVE SUMMARY
Resolution No. 20 - 238 Approving Acquisition of Highway Right of Way, Dauberman Road Extension, Kane County Section No. 15-00277-01-BR, Parcel No. 1N20006 Committee Flow: Transportation Committee, Executive Committee, County Board Contact: Tom Rickert, 630.406.7305
Budget Information:
Was this item budgeted? Yes Appropriation Amount: $220,000.00 If not budgeted, explain funding source: N/A
Summary:
The proposed improvements will extend Dauberman Road south approximately 0.8 miles from its current terminus at US Route 30 to Granart Road. Right of Way is required from:
Bruce Thompson Trustee under Trust Number 101 Shirley R. Thompson Trustee under Trust Number 102
Parcel 1N20006 at 14.998 Acres
Packet Pg. 321
STATE OF ILLINOIS
COUNTY OF KANE
RESOLUTION NO. 20 - 238
APPROVING ACQUISITION OF HIGHWAY RIGHT OF WAY, DAUBERMAN ROAD EXTENSION, KANE COUNTY SECTION NO. 15-00277-01-BR, PARCEL NO. 1N20006
WHEREAS, the County of Kane (County) is authorized pursuant to the Illinois Compiled
Statutes, 605 ILCS 5/5-801 (2014), to acquire real property for highway purposes by negotiated purchase; and
WHEREAS, the County has developed right of way plans for the Dauberman Road
Extension, Kane County Sec. No. 15-00277-01-BR, (hereinafter the “Project”) and the Project plans require the acquisition by the County of Project Parcel No. 1N20006; and
WHEREAS, Bruce Thompson Trustee under Trust Number 101 and Shirley R. Thompson
Trustee under Trust Number 102, the property owners of Parcel No. 1N20006 which is legally described in Exhibit “A” attached hereto (a copy of which is on file in the office of the Kane County Clerk), has offered to sell said property (Parcel No. 1N20006) to the County of Kane for the total amount of $220,000.00.
NOW, THEREFORE, BE IT RESOLVED by the Kane County Board that the County of Kane accept the offer of Bruce Thompson Trustee under Trust Number 101 and Shirley R. Thompson Trustee under Trust Number 102, owners of Project Parcel No. 1N20006, to sell said property (Parcel No. 1N20006) to the County of Kane for the total amount of Two Hundred Twenty Thousand Dollars ($220,000.00) to be paid from the Transportation Sales Tax Fund #305, Line Item #74010 (Highway Right-of-Way) and the Chairman of the Kane County Board is hereby authorized and directed to execute a contract and all associated documents therefor.
Line Item Line Item Description Was Personnel/Item/Service approved in original budget or a subsequent budget revision?
Are funds currently available for this Personnel/Item/Service in the specific line item?
If funds are not currently available in the specified line item, where are the funds available?
305.520.527.74010 Highway Right-of-Way Yes Yes Passed by the Kane County Board on July 14, 2020.
________________________________ _____________________________ John A. Cunningham Christopher J. Lauzen Clerk, County Board Chairman, County Board Kane County, Illinois Kane County, Illinois Vote: 20-07 DaubermanROW1N20006
Packet Pg. 322
EXHIBIT “A”
That part of the Northeast Quarter of Section 22 and that part of the West Half of the Northwest Quarter of Section 23, Township 38 North, Range 6 East of the Third Principal Meridian, in Kane County, Illinois, bearings and distances are based on the Illinois Coordinate System, NAD 83(2011) East Zone, with a combination factor of 0.9999498661, described as follows:
Beginning at the southeast corner of the Northeast Quarter of said Section 22; thence on an Illinois Coordinate System NAD 83(2011) East Zone bearing of South 89 degrees 00 minutes 27 seconds West along the south line of the Northeast Quarter of said Section 22, as monumented and occupied, a distance of 149.53 feet; thence northerly 119.04 feet along a curve to the left having a radius of 1570.00 feet, the chord of said curve bears North 2 degrees 09 minutes 27 seconds East, 119.02 feet to a point of tangency, being 145.00 feet normally distant West of the east line of the Northeast Quarter of said Section 22; thence North 0 degrees 00 minutes 53 seconds West along a line 145.00 feet normally distant West of and parallel with the east line of the Northeast Quarter of said Section 22, a distance of 1953.51 feet to the southerly line of the Chicago and Iowa Rail Road Company right of way, as monumented and occupied; thence North 84 degrees 47 minutes 12 seconds East along the southerly line of the Chicago and Iowa Rail Road Company right of way, as monumented and occupied, a distance of 331.36 feet to a point 185.00 feet normally distant East of the west line of the Northwest Quarter of said Section 23; thence South 0 degrees 00 minutes 53 seconds East along a line 185.00 feet normally distant East of and parallel with the west line of the Northwest Quarter of said Section 23, a distance of 1036.25 feet; thence South 89 degrees 59 minutes 07 seconds West, a distance of 15.00 feet to a point 170.00 feet normally East of the west line of the Northwest Quarter of said Section 23; thence South 0 degrees 00 minutes 53 seconds East along a line 170.00 feet normally distant East of and parallel with the west line of the Northwest Quarter of said Section 23, a distance of 819.22 feet to a southeasterly line of the grantor according to warranty deed in trust recorded February 7, 1984 as document number 1669164; thence South 32 degrees 41 minutes 17 seconds West along a southeasterly line of the grantor, according to said warranty deed in trust, a distance of 290.22 feet to the south line of the Northwest Quarter of said Section 23; thence South 88 degrees 59 minutes 57 seconds West along the south line of the Northwest Quarter of said Section 23, a distance of 13.20 feet to the point of beginning.
Said parcel containing 14.998 acres, more or less.
Packet Pg. 323
Big Rock
M:\dotserver2\USERS\Committee\2018\201802 February\Implementation\LMP and Dauberman Rd - FOR EXHIBITS ONLY AFTER IMP REPORT PHOTOS\Map Standard_Dauberman Rd extension loc map.mxd
/Virgil
ElginPlato
Aurora
Rutland Dundee
Big Rock
Kaneville
Campton
Burlington
Hampshire
Blackberry
Sugar Grove
Saint Charles
Batavia
Geneva
Section Number 15-00277-01-BRDauberman Road Extension
Roadway Extension
Legend
Fox River
County Boundry
Township Boundry
Rail Roads
County Roads46734
Interstates§̈¦88
US Roads£¤30
State Roads!(31
Municipalities
Forest Preserves
Other Roads
0 970 1,940 2,910 3,880485Feet
Dav
is R
d
Jericho Rd
Garna
rt Rd
Dau
berm
an R
d
30
35
Packet Pg. 324
RESOLUTION/ORDINANCE EXECUTIVE SUMMARY
Resolution No. 20 - 239 Approving Acquisition of Highway Right of Way, Dauberman Road Extension, Kane County Section No. 15-00277-01-BR, Parcel No. 1N20010 Committee Flow: Transportation Committee, Executive Committee, County Board Contact: Tom Rickert, 630.406.7305
Budget Information:
Was this item budgeted? Yes Appropriation Amount: $288,200.00
If not budgeted, explain funding source: N/A
Summary:
The proposed improvements will extend Dauberman Road south approximately 0.8 miles from its current terminus at US Route 30 to Granart Road. Right of Way is required from:
Bruce Thompson Trustee under Trust Number 101 Shirley R. Thompson Trustee under Trust Number 102
Parcel 1N20010 at 4.929 Acres
Packet Pg. 325
STATE OF ILLINOIS
COUNTY OF KANE
RESOLUTION NO. 20 - 239
APPROVING ACQUISITION OF HIGHWAY RIGHT OF WAY, DAUBERMAN ROAD EXTENSION, KANE COUNTY SECTION NO. 15-00277-01-BR, PARCEL NO. 1N20010
WHEREAS, the County of Kane (County) is authorized pursuant to the Illinois Compiled
Statutes, 605 ILCS 5/5-801 (2014), to acquire real property for highway purposes by negotiated purchase; and
WHEREAS, the County has developed right of way plans for the Dauberman Road
Extension, Kane County Sec. No. 15-00277-01-BR, (hereinafter the “Project”) and the Project plans require the acquisition by the County of Project Parcel No. 1N20010; and
WHEREAS, Bruce Thompson Trustee under Trust Number 101 and Shirley R. Thompson
Trustee under Trust Number 102, the property owners of Parcel No. 1N20010 which is legally described in Exhibit “A” attached hereto (a copy of which is on file in the office of the Kane County Clerk), has offered to sell said property (Parcel No. 1N20010) to the County of Kane for the total amount of $288,200.00.
NOW, THEREFORE, BE IT RESOLVED by the Kane County Board that the County of Kane accept the offer of Bruce Thompson Trustee under Trust Number 101 and Shirley R. Thompson Trustee under Trust Number 102, owners of Project Parcel No. 1N20010, to sell said property (Parcel No. 1N20010) to the County of Kane for the total amount of Two Hundred Eighty Eight Thousand Two Hundred Dollars ($288,200.00) to be paid from the Transportation Sales Tax Fund #305, Line Item #74010 (Highway Right-of-Way) and the Chairman of the Kane County Board is hereby authorized and directed to execute a contract and all associated documents therefore.
Line Item Line Item Description Was Personnel/Item/Service approved in original budget or a subsequent budget revision?
Are funds currently available for this Personnel/Item/Service in the specific line item?
If funds are not currently available in the specified line item, where are the funds available?
305.520.527.74010 Highway Right-of-Way Yes Yes Passed by the Kane County Board on July 14, 2020.
________________________________ _____________________________ John A. Cunningham Christopher J. Lauzen Clerk, County Board Chairman, County Board Kane County, Illinois Kane County, Illinois Vote: 20-07 DaubermanROW1N20010
Packet Pg. 326
EXHIBIT “A”
That part of the Northeast Quarter of Section 22 and that part of the
West Half of the Northwest Quarter of Section 23, Township 38 North,
Range 6 East of the Third Principal Meridian, in Kane County, Illinois,
bearings and distances are based on the Illinois Coordinate System,
NAD 83(2011) East Zone, with a combination factor of 0.9999498661,
described as follows:
Commencing at the northwest corner of the Northwest Quarter of said
Section 23; thence on an Illinois Coordinate System NAD 83(2011) East
Zone bearing of South 0 degrees 00 minutes 53 seconds East along the
west line of the Northwest Quarter of said Section 23, a distance of
40.01 feet to the south right of way line of U.S. Route 30 recorded
February 28, 1984 as document number 1671620 and recorded May 11, 1984
as document numbers 1679356 and 1679357 and the point of beginning;
thence North 88 degrees 54 minutes 26 seconds East along the said south
right of way line of U.S. Route 30, a distance of 0.67 feet to an angle
point on said south right of way line; thence North 89 degrees 09
minutes 01 second East along the said south right of way line of U.S.
Route 30, a distance of 1248.80 feet to a point of curvature on said
south right of way line; thence easterly 68.96 feet along the said
south right of way line of U.S. Route 30 on a curve to the right having
a radius of 5689.36 feet, the chord of said curve bears North 89 degrees
29 minutes 51 seconds East, 68.96 feet to the east line of the Northwest
Quarter of the Northwest Quarter of said Section 23, as monumented and
occupied; thence South 0 degrees 22 minutes 31 seconds East along the
east line of the Northwest Quarter of the Northwest Quarter of said
Section 23, as monumented and occupied, a distance of 10.00 feet to a
point 10.00 feet radially distant Southerly of the said south right of
way line of U.S. Route 30; thence westerly 68.88 feet along a curve to
the left having a radius of 5679.36 feet, being 10.00 feet radially
distant Southerly of and concentric with the said south right of way
line of U.S. Route 30, the chord of said curve bears South 89 degrees
29 minutes 52 seconds West, 68.88 feet to a point of tangency; thence
South 89 degrees 09 minutes 01 second West along a line 10.00 feet
normally distant South of and parallel with the said south right of
way line of U.S. Route 30, a distance of 78.88 feet; thence South 0
degrees 50 minutes 59 seconds East, a distance of 10.00 feet to a point
20.00 feet normally distant South of the said south right of way line
of U.S. Route 30; thence South 89 degrees 09 minutes 01 second West
along a line 20.00 feet normally distant South of and parallel with
the said south right of way line of U.S. Route 30, a distance of 270.00
feet; thence South 0 degrees 50 minutes 59 seconds East, a distance of
(Continued)
Packet Pg. 327
25.00 feet to a point 45.00 feet normally distant South of the said
south right of way line of U.S. Route 30; thence South 89 degrees 09
minutes 01 second West along a line 45.00 feet normally distant South
of and parallel with the said south right of way line of U.S. Route
30, a distance of 706.22 feet to a point 195.00 feet normally distant
East of the west line of the Northwest Quarter of said Section 23;
thence South 0 degrees 00 minutes 53 seconds East along a line 195.00
feet normally distant East of and parallel with the west line of the
Northwest Quarter of said Section 23, a distance of 308.27 feet to the
northerly line of the Chicago and Iowa Rail Road Company right of way,
as monumented and occupied; thence South 84 degrees 47 minutes 12
seconds West along the northerly line of the Chicago and Iowa Rail Road
Company right of way, as monumented and occupied, a distance of 376.55
feet to a point 180.00 feet normally distant West of the east line of
the Northeast Quarter of said Section 22; thence North 0 degrees 00
minutes 53 seconds West along a line 180.00 feet normally distant West
of and parallel with the east line of the Northeast Quarter of said
Section 22, a distance of 423.16 feet to a point 30.00 feet normally
distant South of the said south right of way line of U.S. Route 30;
thence South 88 degrees 54 minutes 26 seconds West along a line 30.00
feet normally distant South of and parallel with the said south right
of way line of U.S. Route 30, a distance of 375.00 feet to a point on
the east line of a deed in trust recorded July 10, 2000 as document
number 2000K053742, being also the west line of the grantor; thence
North 0 degrees 20 minutes 39 seconds West along the east line of said
deed in trust, being also the west line of the grantor, a distance of
30.00 feet to the said south right of way line of U.S. Route 30; thence
North 88 degrees 54 minutes 26 seconds East along the said south right
of way line of U.S. Route 30, a distance of 555.21 feet (555.25 feet,
recorded) to the point of beginning.
Said parcel containing 4.929 acres, more or less.
Packet Pg. 328
Big Rock
M:\dotserver2\USERS\Committee\2018\201802 February\Implementation\LMP and Dauberman Rd - FOR EXHIBITS ONLY AFTER IMP REPORT PHOTOS\Map Standard_Dauberman Rd extension loc map.mxd
/Virgil
ElginPlato
Aurora
Rutland Dundee
Big Rock
Kaneville
Campton
Burlington
Hampshire
Blackberry
Sugar Grove
Saint Charles
Batavia
Geneva
Section Number 15-00277-01-BRDauberman Road Extension
Roadway Extension
Legend
Fox River
County Boundry
Township Boundry
Rail Roads
County Roads46734
Interstates§̈¦88
US Roads£¤30
State Roads!(31
Municipalities
Forest Preserves
Other Roads
0 970 1,940 2,910 3,880485Feet
Dav
is R
d
Jericho Rd
Garna
rt Rd
Dau
berm
an R
d
30
35
Packet Pg. 329
RESOLUTION/ORDINANCE EXECUTIVE SUMMARY
Resolution: No. 20 - 213 Approving the Purchase, Distribution, and Communications Related to Coronavirus Relief Fund Care Packages for Kane County Residents Committee Flow: Public Health Committee, Finance and Budget Committee, Executive Committee, County Board Contact: David Rickert, 630.232.3401
Budget Information:
Was this item budgeted? N/A Appropriation Amount: N/A If not budgeted, explain funding source:
Summary:
Covid Relief Care Packages
Packet Pg. 330
STATE OF ILLINOIS
COUNTY OF KANE
RESOLUTION: NO. 20 - 213
APPROVING THE PURCHASE, DISTRIBUTION, AND COMMUNICATIONS RELATED TO CORONAVIRUS RELIEF FUND CARE PACKAGES FOR KANE COUNTY RESIDENTS
WHEREAS, county residents currently face an unprecedented health crisis due to the
COVID-19 global pandemic; and WHEREAS, as of 18 May 2020 according to the Kane County Health Department, 4,633
Kane County citizens have tested positive for COVID-19 with 116 COVID-19 related deaths; and WHEREAS, on 23 April 2020, $92,900,217.90 was made available from the federal
government thru the Coronavirus Relief Fund. These funds may be used to reimburse certain eligible expenditures described in the CARES Act; and
WHEREAS, a Treasury Department memorandum dated 22 April 2020 specifically states
that “Expenses for public safety measures undertaken in response to COVID-19” is an example of an eligible expense.
NOW, THEREFORE, BE IT RESOLVED that the Kane County Board shall authorize the
Kane County Health Department to expend no more than $1,000,000 to secure personal protective equipment (PPE) care packages and the appropriate temporary logistical support to administer and disburse said care packages to Kane County residents.
BE IT FURTHUR RESOLVED that Kane County Departments and Elected Offices are
encouraged to assist the Health Department with said distribution efforts. Passed by the Kane County Board on July 14, 2020.
________________________________ _____________________________ John A. Cunningham Christopher J. Lauzen Clerk, County Board Chairman, County Board Kane County, Illinois Kane County, Illinois Vote: 20-06 Covid Relief Care Packages
Packet Pg. 331
RESOLUTION/ORDINANCE EXECUTIVE SUMMARY
Resolution No. 20 - 240 CARES Act Coronavirus Relief Fund: Public Health Response Committee Flow: Executive Committee, County Board Contact: Gabriella Figliozzi, 630.444.1230
Budget Information:
Was this item budgeted? N/A Appropriation Amount: If not budgeted, explain funding source:
Summary:
This resolution approves funding to the Kane County Health Department to be applied towards activities and events that are substantially COVID-19 related necessary to address this pandemic received from the CARES Act Coronavirus Relief Fund.
Packet Pg. 332
STATE OF ILLINOIS
COUNTY OF KANE
RESOLUTION NO. 20 - 240
CARES ACT CORONAVIRUS RELIEF FUND: PUBLIC HEALTH RESPONSE
WHEREAS, in late 2019 a novel severe acute respiratory illness emerged in the United States which has been referred to as COVID-19 which has the potential of rapid spread and loss of life; and
WHEREAS, on March 9, 2020 the Governor of Illinois issued a state-wide disaster
Proclamation which provided an Executive Order in response to COVID-19 for the state of Illinois; and
WHEREAS, on March 13, 2020, the President of the United States declared the COVID-19
outbreak a national disaster; and WHEREAS, on March 24, 2020 the Kane County Board declared a public health emergency
for COVID-19 Response which provided the Executive Director of the Kane County Health Department the authority to enter into contracts and incur obligations on behalf of the county which are necessary to effectively combat the public health emergency and to protect the health and safety of Kane County residents; and
WHEREAS, the Kane County Health Department has been directed by the Illinois
Department of Public Health to reduce the spread of the COVID-19 virus within Kane County by providing mitigation in the forms of providing personal protection equipment, education and training as well as case investigation, contact tracing and resource coordination; and
WHEREAS, contact tracing and investigation are significant actions that reduce the spread
of the virus, reducing the number of lives lost, reducing the strain on the health care system and reducing the negative economic impact; and
WHEREAS, Illinois Department of Public Health recommends 30 contact tracers per
100,000 persons which KCHD does not have capacity or resources for; and WHEREAS, given the complexity, timeline, requirements to coordinate, build, activate and
operationalize a contact tracing program, the health department must outsource the contact tracing project; and
WHEREAS, the US Department of Treasury has provided funding through the CARES Act
which provides for public health services and activities that are substantially dedicated to mitigating, containing and controlling the COVID-19 public health emergency through December 2020; and
WHEREAS, Kane County Health Department is requesting that $12,900,000 (twelve million,
nine hundred thousand dollars) of the CARES Act funding be allocated to mitigate and contain the COVID-19 public health emergency; and
Packet Pg. 333
WHEREAS, the funding will be allocated for the following expenditures:
WHEREAS, to reduce the spread of the disease, reduce the loss of life, reduce the strain on
the hospitals and health care system of Kane County and to reduce the economic impact and allow the community to regain control.
NOW, THEREFORE, BE IT RESOLVED that $12,900,000 (twelve million, nine hundred
thousand dollars) be allocated to the Kane County Health Department to be applied towards activities and events that are substantially COVID-19 related necessary to address this pandemic received from the CARES Act Coronavirus Relief Fund.
Passed by the Kane County Board on July 14, 2020.
________________________________ _____________________________ John A. Cunningham Christopher J. Lauzen Clerk, County Board Chairman, County Board Kane County, Illinois Kane County, Illinois Vote: 20-07 PH CaresAct
Packet Pg. 334
RESOLUTION/ORDINANCE EXECUTIVE SUMMARY
Resolution No. 20 - 242 Coronavirus Relief Fund Task Force Proposal and Dissolving the Coronavirus Relief Fund Task Force Committee Flow: Finance and Budget Committee, Executive Committee, County Board Contact: Gabriella Figliozzi, 630.444.1230
Budget Information:
Was this item budgeted? No Appropriation Amount: If not budgeted, explain funding source: See Below
Summary:
This resolution approves proposal from and dissolution of the Coronavirus Relief Fund (CRF) Task Force.
Packet Pg. 335
STATE OF ILLINOIS
COUNTY OF KANE
RESOLUTION NO. 20 - 242
CORONAVIRUS RELIEF FUND TASK FORCE PROPOSAL AND DISSOLVING THE CORONAVIRUS RELIEF FUND TASK FORCE
WHEREAS, in light of the current Covid-19 (“Coronavirus”) pandemic, the State of Illinois
and the County of Kane have been declared a disaster area, thereby entitling the County of Kane to certify for certain funding to recoup costs associated with responding to the pandemic; and
WHEREAS, the Congress of the United States has enacted the Coronavirus Aid, Relief, and
Economic Security Act (“CARES Act”), effective March 27, 2020, to provide economic relief to State, Local, and Tribal governments responding to the Coronavirus pandemic; and
WHEREAS, the CARES Act established the $150 billion Coronavirus Relief Fund, and the
CARES Act requires that the payments from the Coronavirus Relief Fund only be used to cover expenses that (1) are necessary expenditures incurred due to the public health emergency with respect to the COVID-19; (2) were not accounted for in the budget most recently approved as of March 27, 2020 for the State or government; and (3) were incurred during the period that begins on March 1, 2020, and ends on December 30, 2020he Congress of the United States has enacted the Coronavirus Aid, Relief, and Economic Security Act (“CARES Act”), effective March 27, 2020, to provide economic relief to State, Local, and Tribal governments responding to the Coronavirus pandemic; and
WHEREAS, on April 14, 2020, the Kane County Board Chairman applied for and certified a
request for a direct payment from the Department of Treasury pursuant to section 601(b) of the Social Security Act, as added by section 5001 of the CARES Act; and
WHEREAS, on April 23, 2020, the County of Kane received exactly $92,900,217.90 in
CARES Act funding from the United States Department of the Treasury to defray costs associated with Coronavirus response within the County, which was placed in a Coronavirus Relief Fund; and
WHEREAS, the Kane County Board Chairman previously created the Coronavirus Relief
Fund Task Force (Task Force) to provide assistance to the Kane County Board with guidance relative to regulations provided by the United States Department of the Treasury; and
WHEREAS, the Kane County Board Chairman previously created the Task Force to develop
and propose a plan to assist the Kane County Board administer the Coronavirus Relief Fund in accordance with the regulations provided by the United States Department of the Treasury; and
WHEREAS, the Task Force has provided such assistance and presented the Coronavirus
Relief Fund Task Force Proposal to the Kane County Board; and WHEREAS, the Task Force has provided a proposed budget authorization based upon the
attached proposed allocation of the direct payment paid to Kane County as part of the Coronavirus Relief Fund Task Force Proposal presented to the Kane County Board.
Packet Pg. 336
NOW, THEREFORE, BE IT RESOLVED that with the presentation of the Coronavirus Relief
Fund Task Force Proposal the Task Force has successfully fulfilled the objectives; and NOW, THEREFORE, BE IT FURTHER RESOLVED that the Coronavirus Relief Fund Task
Force is hereby dissolved.
Line Item Line Item Description Was personnel/item/service approved in original budget or a subsequent budget revision?
Are funds currently available for this personnel/item/service in the specific line item?
If funds are not currently available in the specified line item, where are the funds available?
353.800.000.32900 +$92,900,218
Coronavirus Relief Fund: Direct Payment
No Yes
353.800.665.55010 +$41,805,098
Coronavirus Relief Fund: External Grants
No Yes
353.800.655.8500 +$51,095,120
Coronavirus Relief Fund: Contingency (TBD)
No Yes Passed by the Kane County Board on July 14, 2020.
________________________________ _____________________________ John A. Cunningham Christopher J. Lauzen Clerk, County Board Chairman, County Board Kane County, Illinois Kane County, Illinois Vote: 20-07 CRF Dissolution
Packet Pg. 337
KANE COUNTY DIRECT PAYMENT FROM U.S. TREASURY $92,900,217.90
$51,095,119.84
MUNICIPAL AND UNINCORPORATED PER CAPITA ALLOCATION 45% $41,805,098.06
Municipality and/or
Unincorporated Kane
2019 US Census Estimate
Population within Kane
Municipality and/or
Unincorporated Kane
Per Capita Allocation
Municipality and/or
Unincorporated Kane
Per Capita Calculation
Algonquin 8,349 $655,576.25 $78.52
Aurora 91,612 $7,193,514.39 $78.52
Barrington Hills 93 $7,302.50 $78.52
Bartlett 179 $14,055.35 $78.52
Batavia 26,227 $2,059,384.16 $78.52
Big Rock 1,138 $89,357.50 $78.52
Burlington 625 $49,075.96 $78.52
Campton Hills 11,154 $875,829.15 $78.52
Carpentersville 37,616 $2,953,665.87 $78.52
East Dundee 3,141 $246,636.13 $78.52
Elburn 5,906 $463,748.16 $78.52
Elgin 92,501 $7,263,320.03 $78.52
Geneva 21,787 $1,710,748.57 $78.52
Gilberts 8,070 $633,668.75 $78.52
Hampshire 6,303 $494,921.20 $78.52
Hoffman Estates 58 $4,554.25 $78.52
Huntley 9,242 $725,695.98 $78.52
Kaneville 484 $38,004.42 $78.52
Lily Lake 1,028 $80,720.13 $78.52
Maple Park 626 $49,154.48 $78.52
Montgomery 8,344 $655,183.65 $78.52
North Aurora 18,062 $1,418,255.87 $78.52
Pingree Grove 8,946 $702,453.60 $78.52
Sleepy Hollow 3,266 $256,451.31 $78.52
South Elgin 23,367 $1,834,812.59 $78.52
St. Charles 32,158 $2,525,095.36 $78.52
Sugar Grove 9,770 $767,155.35 $78.52
Virgil 330 $25,912.11 $78.52
Wayne 1,090 $85,588.47 $78.52
West Dundee 8,230 $646,232.19 $78.52
Unincorporated 92,701 $7,279,024.33 $78.52
TOTAL 532,403 $41,805,098.06 $78.52
SUMMARY PER CAPITA ALLOCATION OF DIRECT PAYMENT
KANE COUNTY ALLOCATION OF DIRECT PAYMENT 55%
CORONAVIRUS RELIEF FUND TASK FORCE PROPOSAL
PROPOSED ALLOCATION OF DIRECT PAYMENT PAID TO KANE COUNTY
BASED UPON 2019 CENSUS ESTIMATE OF KANE COUNTY ONLY POPULATION
PER CAPITA ALLOCATION WITH 55% ALLOCATED TO COUNTY
PER CAPITA ALLOCATION WITH 45% TO CITY, VILLAGE OR UNINCORPORATED
Packet Pg. 338
KANE COUNTY BOARD CONSERVANCY DISTRICT RE-APPOINTMENT
July, 2020
Lake Marian River Conservancy District (5-YEAR TERMS STAGGERED)