<<

HURLBUT, ex-officio Kenyon, Donahue, Haley, Lindgren, Mitchell, Smith, Vazquez

KANE COUNTY TRANSPORTATION COMMITTEE AGENDA

February 21, 2012

1. Call to Order

2. Approval of Minutes – January 17, 2012

3. Public Comment – Items on the Agenda

4. Finance A. Kane County Finance Director Report B. Transportation Financial Reports – thru January 31, 2012 C. Resolution: Approval of Assignment of Contractual Rights and Obligations by the County of Kane from Teng & Associates, Inc. to exp U.S. Services, Inc. D. Resolution: Approval of Assignment of Contractual Rights and Obligations by the County of Kane from AMEC E&I, Inc. to AMEC Environment and Infrastructure, Inc.

5. Maintenance A. Maintenance Report B. Adopt-A-Highway Approval(s)

6. Planning & Programming A. Planning & Programming Report B. Resolution: In Support of Illinois Route 47 / Interstate 88 Full Interchange C. Discussion: Intergovernmental Agreement Between the County of Kane and the Village of Elburn for the Construction of Anderson Road

7. Traffic & Permitting A. Traffic & Permitting Report B. Highway Safety Projects 1. Resolution: Approving a Phase II Engineering Services Agreement with ESI Consultants, Ltd. for 2012 Highway Safety Improvement Project, Kane County Section No. 11-00418-00-SP 2. Resolution: Approving an Intergovernmental Agreement with the State of Illinois for Phase II Engineering Services for 2012 Highway Safety Improvement Project, Kane County Section No. 11-00418-00-SP C. Stearns Corridor Traffic System 1. Resolution: Approving a Phase II Engineering Services Agreement with Jacobs Engineering Group, Inc. for Stearns Road Corridor Traffic System Improvements, Kane County Section No. 11-00214-00-TL 2. Resolution: Approving an Intergovernmental Agreement with the State of Illinois for Phase II Engineering Services for Stearns Road Corridor Traffic System Improvements, Kane County Section No. 11-00214-00-TL

8. Project Implementation A. Implementation Report B. Design 1. On-Call Land Survey Services a. Resolution: Approving an Agreement with Trotter and Associates, Inc. for Professional Land Survey Services, Kane County Section No. 12-00368-02-EG 2. Fabyan Parkway at Kirk Road a. Resolution: Approving a Phase I Engineering Services Agreement with Thomas Engineering Group, LLC for Fabyan Parkway at Kirk Road, Kane County Section No. 11-00201-04-CH b. Resolution: Approving an Intergovernmental Agreement with the State of Illinois for Phase I Engineering Services for Fabyan Parkway at Kirk Road, Kane County Section No. 11-00201-04-CH C. Construction 1. Plank Road at IL47 a. Resolution: Approving a Phase III Engineering Services Agreement with Bollinger, Lach and Associates, Inc. for Plank Road at Illinois Route 47, Kane County Section No. 07-00356-00-CH 2. at US20 / Foothill Road a. Resolution: Approving Contract for Construction, Randall Road at U.S. Route 20 / Foothill Road, Kane County Section No. 06-00345-00-CH 3. Kirk Road / Dunham Road from IL56 to Stearns Road a. Resolution: Approving Contract for Construction, Kirk Road / Dunham Road from Illinois Route 56 to Stearns Road, Kane County Section No. 10-00403-00-TL 4. Hampshire Creek Streambank Stabilization adjacent to Allen Road a. Resolution: Approving Contract for Construction, Hampshire Creek Streambank Stabilization Project – Allen Road, Kane County Section No. 08-00376-00-DR

9. Executive – Land Acquisition & Personnel

10. Public Comment – Items not on the Agenda

11. Adjourn AGENDA ITEM EXECUTIVE SUMMARY Agenda Item # 4A

Name: Kane County Finance Director Report February 21, 2012

Assigned Committee: Transportation Presenter/Sponsor: Leo Beltran

SUMMARY: Attached are the Transportation Budget, Pcard, and Accounts Payable Reports from the Kane County Finance Director for the period ending January 31, 2012.

Attachments: Transportation Budget, Pcard, and Accounts Payable Reports

Detailed information available from : Staff Name: Cheryl Pattelli, Finance DirectorPhone: 630/208-5113 Staff Remarks / For information only. Recommendations:

Committee Remarks: Transportation Committee Revenue Report - Summary Through January 31, 2012 (16.7% YTD)

Current Total YTD Actual Total % Month Amended Transactions Received Transactions Budget 520 Transportation 548,441 74,980,042 660,958 0.88% 300 County Highway 22,920 8,864,084 31,396 0.35% 301 County Bridge (158) 535,000 52 0.01% 302 Motor Fuel Tax (2,658) 8,880,216 415 0.00% 303 County Highway Matching (15) 65,625 6 0.01% 304 Motor Fuel Local Option (5,621) 20,556,756 2,210 0.01% 305 Transportation Sales Tax (6,002) 15,556,826 (588) (0.00%) 513 Transit Sales Tax Bond Construct (4,055) 1,849,791 (1,447) (0.08%) 540 Transportation Capital (4,329) 12,938,076 2,016 0.02% 550 Aurora Area Impact Fees (315) 874,000 13 0.00% 551 Campton Hills Impact Fees 4,939 145,000 8,725 6.02% 552 Greater Elgin Impact Fees (53) 140,000 52,622 37.59% 553 Northwest Impact Fees 863 1,699,980 2,572 0.15% 554 Southwest Impact Fees (372) 100,000 839 0.84% 555 TriCities Impact Fees 2,159 160,000 19,478 12.17% 556 Upper Fox Impact Fees 541,528 1,200,000 542,228 45.19% 557 West Central Impact Fees (56) 50,000 277 0.55% 558 North Impact Fees (163) 674,688 31 0.00% 559 Central Impact Fees (108) 435,000 52 0.01% 560 South Impact Fees (64) 255,000 59 0.02%

Grand Total 548,441 74,980,042 660,958 0.88% Transportation Committee Expenditure Report - Summary Through January 31, 2012 (16.7% YTD, 15.4% Payroll)

Current Total YTD Actual YTD Total % Month Amended Transactions Encumbrances Used Transactions Budget 520 Transportation 1,207,936 74,980,042 13,606,497 30,600,494 58.96% 300 County Highway 317,178 8,864,084 557,072 1,733,882 25.85% 301 County Bridge 535,000 0 375,083 70.11% 302 Motor Fuel Tax 228,782 8,880,216 3,908,083 1,953,162 66.00% 303 County Highway Matching 19,294 65,625 64,862 758 99.99% 304 Motor Fuel Local Option 34,513 20,556,756 34,513 7,955,974 38.87% 305 Transportation Sales Tax 5,569 15,556,826 8,408,470 4,030,946 79.96% 513 Transit Sales Tax Bond Construct 1,849,791 0 6,950,538 375.75% 540 Transportation Capital 12,938,076 29,995 2,750,786 21.49% 550 Aurora Area Impact Fees 874,000 0 650,193 74.39% 551 Campton Hills Impact Fees 145,000 0 0 0.00% 552 Greater Elgin Impact Fees 140,000 0 1,980,497 1,414.64% 553 Northwest Impact Fees 1,699,980 310 207,127 12.20% 554 Southwest Impact Fees 100,000 0 147,675 147.68% 555 Tri-Cities Impact Fees 160,000 0 216,075 135.05% 556 Upper Fox Impact Fees 602,600 1,200,000 603,193 63,190 55.53% 557 West Central Impact Fees 50,000 0 24,874 49.75% 558 North Impact Fees 674,688 0 1,559,733 231.18% 559 Central Impact Fees 435,000 0 0 0.00% 560 South Impact Fees 255,000 0 0 0.00%

Grand Total 1,207,936 74,980,042 13,606,497 30,600,494 58.96% Transportation Committee Expenditure Report - Detail Through January 31, 2012 (16.7% YTD, 15.4% Payroll)

Current Total YTD Actual YTD Total % Month Amended Transactions Encumbrances Used Transactions Budget 520 Transportation 1,207,936 74,980,042 13,606,497 30,600,494 58.96% Personnel Services- Salaries & Wages 348,789 4,617,404 665,880 0 14.42% 300 County Highway 159,903 2,379,645 319,299 0 13.42% 302 Motor Fuel Tax 188,886 2,237,759 346,581 0 15.49%

Personnel Services- Employee Benefits 92,074 1,794,649 217,448 0 12.12% 300 County Highway 59,601 929,161 118,732 0 12.78% 302 Motor Fuel Tax 32,473 865,488 98,716 0 11.41%

Contractual Services 89,096 23,213,581 97,675 10,410,861 45.27% 300 County Highway 36,614 1,281,690 45,193 389,791 33.94% 301 County Bridge 535,000 0 375,083 70.11% 302 Motor Fuel Tax 275,350 0 0 0.00% 304 Motor Fuel Local Option 37,313 13,733,961 37,313 2,793,471 20.61% 305 Transportation Sales Tax 15,169 3,124,025 15,169 1,125,717 36.52% 513 Transit Sales Tax Bond Construct 799,791 0 2,826,507 353.41% 540 Transportation Capital 2,095,764 0 2,279,130 108.75% 550 Aurora Area Impact Fees 550,000 0 326,193 59.31% 553 Northwest Impact Fees 323,000 0 207,127 64.13% 556 Upper Fox Impact Fees 0 0 45,850 557 West Central Impact Fees 50,000 0 24,874 49.75% 558 North Impact Fees 20,000 0 17,119 85.60% 559 Central Impact Fees 425,000 0 0 0.00%

Commodities 85,627 3,006,088 142,483 2,603,834 91.36% 300 County Highway 58,909 1,070,463 70,197 380,483 42.10% 302 Motor Fuel Tax 7,423 1,000,000 7,423 945,906 95.33% 303 County Highway Matching 19,294 65,625 64,862 758 99.99% 304 Motor Fuel Local Option 870,000 0 1,276,687 146.75%

Capital 592,350 30,422,306 624,748 17,585,799 59.86% 300 County Highway 2,150 3,203,125 3,650 963,609 30.20% 302 Motor Fuel Tax 1,007,256 0 1,007,256 100.00% 304 Motor Fuel Local Option (2,800) 5,952,795 (2,800) 3,885,816 65.23% 305 Transportation Sales Tax (9,600) 4,029,900 (9,600) 2,905,229 71.85% 513 Transit Sales Tax Bond Construct 1,050,000 0 4,124,032 392.76% 540 Transportation Capital 10,842,312 29,995 471,656 4.63% 550 Aurora Area Impact Fees 324,000 0 324,000 100.00% 551 Campton Hills Impact Fees 145,000 0 0 0.00% 552 Greater Elgin Impact Fees 140,000 0 1,980,497 1,414.64% 553 Northwest Impact Fees 1,376,980 310 0 0.02% 554 Southwest Impact Fees 100,000 0 147,675 147.68% 555 Tri-Cities Impact Fees 160,000 0 216,075 135.05% 556 Upper Fox Impact Fees 602,600 1,200,000 603,193 17,340 51.71% 558 North Impact Fees 640,938 0 1,542,614 240.68% 560 South Impact Fees 250,000 0 0 0.00%

Transfers Out 11,926,014 11,858,264 0 99.43% 302 Motor Fuel Tax 3,494,363 3,455,363 0 98.88% 305 Transportation Sales Tax 8,402,901 8,402,901 0 100.00% 558 North Impact Fees 13,750 0 0 0.00% 559 Central Impact Fees 10,000 0 0 0.00% 560 South Impact Fees 5,000 0 0 0.00%

Grand Total 1,207,936 74,980,042 13,606,497 30,600,494 58.96% Kane County Purchasing Card Information Transportation Committee Statement Due Date 03/02/2012 520 TRANSPORTATION Transaction Date Merchant Name Additional Information Transaction Amount 01/04/2012 YOUNG 2538537120 12.98 01/10/2012 PLI DATA EAST SOFT LLC FREMONT 240.00 01/10/2012 PLI DATA EAST SOFT LLC FREMONT 250.00 01/13/2012 MARMON-HERRINGTON CO. LOUISVILLE 1,507.15 01/23/2012 U OF IL ONLINE PAYMENT URBANA 50.00 01/25/2012 S&S AUTOMOTIVE GROUP 06302791600 71.91 02/03/2012 MOTION INDUSTRIES IL32 WEST 299.64 Department Total 2,431.68 Committee Total 2,431.68

2/7/2012 Page 1 of 1 Transportation Accounts Payable by GL Distribution Payment Date Range 01/01/12 - 01/31/12

Vendor Invoice No. Invoice Description Status Held Reason Invoice Date Due Date G/L Date Received Date Payment Date Invoice Amount Fund 300 - County Highway Department 520 - Transportation Sub-Department 520 - County Highway Account 50140 - Engineering Services 2356 - Delcan Corporation 15-2009-2639 08-00389-00-TL;[R] Paid by Check 12/30/2011 01/19/2012 01/19/2012 01/30/2012 10,167.13 Intrcncts/Rt64/Rndl/Brl # 318929 ngtn 12/1/11-12/31/11 5510 - H.W. Lochner, Inc. 5167-62011- 08-00377-00-CH;(R) Paid by Check 01/12/2012 01/19/2012 01/19/2012 01/30/2012 3,928.87 121 KrkDgls.P2/Intrsct/Impr # 318966 v 12/1/11-12/23/11 5563 - Wills Burke Kelsey Associates, 11616-FINAL 03.R110226.B0000; Paid by EFT # 01/13/2012 01/19/2012 01/19/2012 01/30/2012 2,377.50 Limited (WBK) PrairieBrdgOvrBlkbryCk 12734 12/1/11-1/7/12 Account 50140 - Engineering Services Totals Invoice Transactions 3 $16,473.50 Account 50150 - Contractual/Consulting Services 7398 - GIS Solutions Inc 100092 Dec 2011, GIS Paid by Check 01/04/2012 01/05/2012 01/05/2012 01/17/2012 2,970.00 Technical System # 318554 Support Services Account 50150 - Contractual/Consulting Services Totals Invoice Transactions 1 $2,970.00 Account 50160 - Legal Services 1168 - J Patrick Jaeger 120111 Dec 2011, ROW Paid by Check 12/01/2011 01/12/2012 01/12/2012 01/30/2012 4,000.00 Atty/Legal Fees, # 319005 Res#01-46 Account 50160 - Legal Services Totals Invoice Transactions 1 $4,000.00 Account 50210 - Medical/Dental/Hospital Services 1738 - Tyler Medical Services SC 311094 Drug testing & DOT Paid by Check 12/20/2011 01/03/2012 01/03/2012 01/17/2012 323.00 physical snowbird new # 318771 hire Ruchti Account 50210 - Medical/Dental/Hospital Services Totals Invoice Transactions 1 $323.00 Account 50340 - Software Licensing Cost 4526 - Fifth Third Bank 012312- 0357-9150; PLI Paid by EFT # 01/23/2012 01/24/2012 01/24/2012 01/30/2012 490.00 Kakoczki DataEast - 12634 XToolsProVersion8 License & 3 Upgrades 1574 - JULIE Inc 2012-0828 KCDOTA Julie call Paid by Check 01/09/2012 01/19/2012 01/19/2012 01/30/2012 3,925.93 before you dig As of # 319008 12/31/11 Account 50340 - Software Licensing Cost Totals Invoice Transactions 2 $4,415.93 Account 50480 - Security Services 1191 - Alarm Detection Systems Inc SI-361205 138661 12V7AH & Paid by EFT # 12/28/2011 01/05/2012 01/05/2012 01/17/2012 183.24 12V12AH Batteries 12437 Fuse installed on AES radio Account 50480 - Security Services Totals Invoice Transactions 1 $183.24

Run by Finance Reports on 02/06/2012 10:17:52 AM Page 1 of 14 Transportation Accounts Payable by GL Distribution Payment Date Range 01/01/12 - 01/31/12

Vendor Invoice No. Invoice Description Status Held Reason Invoice Date Due Date G/L Date Received Date Payment Date Invoice Amount Fund 300 - County Highway Department 520 - Transportation Sub-Department 520 - County Highway Account 52000 - Disposal and Water Softener Srvs 1024 - Ice Mountain Direct 01L0121852636 0121852636 Bottled Paid by Check 12/16/2011 01/03/2012 01/03/2012 01/17/2012 171.08 water # 318579 1216 - Waste Management of Illinois - 3094095-2011- 101-0090469-2011-3 Paid by Check 01/01/2012 01/05/2012 01/05/2012 01/17/2012 84.00 West 6 Jan 2012 service # 318793 1216 - Waste Management of Illinois - 3297856-2011- 431-000328-2011-0 Paid by Check 01/19/2012 01/19/2012 01/19/2012 01/30/2012 545.64 West 6 Jan 2012 Mid month # 319140 Account 52000 - Disposal and Water Softener Srvs Totals Invoice Transactions 3 $800.72 Account 52010 - Janitorial Services 8196 - PCI Servicies Inc (DBA Peterson 21792 January 2012 KDOT Paid by EFT # 01/01/2012 01/05/2012 01/05/2012 01/17/2012 1,386.00 Cleaning Inc) Janitorial services 12547 Account 52010 - Janitorial Services Totals Invoice Transactions 1 $1,386.00 Account 52110 - Repairs and Maint- Buildings 3060 - Grainger Inc 9709100888 801789330 White- Paid by EFT # 01/03/2012 01/03/2012 01/03/2012 01/17/2012 283.50 Rogers gas valve model 12492 #36C74, type 913 1496 - Steiner Electric Co Inc S003837430.00 Adv120-277 Optanium Paid by EFT # 12/15/2011 01/03/2012 01/03/2012 01/17/2012 144.96 1 Flurscnt Blst;Double Pin 12569 Philips Fluorescent 1496 - Steiner Electric Co Inc SOO3837430.0 4229 Ballast, T12 & Paid by EFT # 12/15/2011 01/03/2012 01/03/2012 01/17/2012 21.24 02 T8 Bulbs 12569 1496 - Steiner Electric Co Inc SOO3778261.0 4229 CREDIT 120- Paid by EFT # 12/21/2011 01/03/2012 01/03/2012 01/17/2012 (51.18) 04 277V Electric ballast 12569 1665 - DeKalb Iron & Metal Company 171215 397000 Steel Plate - Paid by Check 01/13/2012 01/19/2012 01/19/2012 01/30/2012 191.24 (DIMCO) Bldg E Upper Level # 318928 Floor Repair Account 52110 - Repairs and Maint- Buildings Totals Invoice Transactions 5 $589.76 Account 52120 - Repairs and Maint- Grounds 8300 - Al Hintt & Sons Trucking 871 Emergency water at pit Paid by EFT # 12/27/2011 01/03/2012 01/03/2012 01/17/2012 150.00 to refill tank 12436 Account 52120 - Repairs and Maint- Grounds Totals Invoice Transactions 1 $150.00 Account 52140 - Repairs and Maint- Copiers 3040 - BHFX, LLC 070605 27559; Copier Maint - Paid by Check 01/04/2012 01/19/2012 01/19/2012 01/30/2012 31.86 Dec 2011, TDS400 # 318851 3261 - OCE' Imagistics Inc 416919259 237728 Copier Paid by Check 01/07/2012 01/19/2012 01/19/2012 01/30/2012 57.75 Maintenance, Site # 319068 3159066 Account 52140 - Repairs and Maint- Copiers Totals Invoice Transactions 2 $89.61

Run by Finance Reports on 02/06/2012 10:17:52 AM Page 2 of 14 Transportation Accounts Payable by GL Distribution Payment Date Range 01/01/12 - 01/31/12

Vendor Invoice No. Invoice Description Status Held Reason Invoice Date Due Date G/L Date Received Date Payment Date Invoice Amount Fund 300 - County Highway Department 520 - Transportation Sub-Department 520 - County Highway Account 52230 - Repairs and Maint- Vehicles 1879 - Wasco Truck Repair Co 119258 Truck #53 testing Paid by Check 12/27/2011 01/03/2012 01/03/2012 01/17/2012 32.00 # 318791 2133 - Inland Power Group Inc 5427670-00 20005599 Replace Paid by EFT # 12/09/2011 01/12/2012 01/12/2012 01/30/2012 2,007.86 pump injector Unit #50 12650 3137 - State of IL Secretary of State 0785802929 1FVHC7DVOCHBJ2187; Paid by Check 01/13/2012 01/13/2012 01/13/2012 01/30/2012 120.00 M45351;Tr#53;2012 # 319110 Freightliner;Title&Trans fer 3137 - State of IL Secretary of State 0785802911 1FVHC7DV2CHBJ2188; Paid by Check 01/13/2012 01/13/2012 01/13/2012 01/30/2012 120.00 M46591;Tr#55 2012 # 319111 Freightliner Title&Transfer Account 52230 - Repairs and Maint- Vehicles Totals Invoice Transactions 4 $2,279.86 Account 53070 - Legal Printing 4886 - Shaw Suburban Media 653704-12/11 130566 Road Paid by Check 12/31/2011 01/05/2012 01/05/2012 01/17/2012 1,071.00 Improvement Impact # 318726 Fee legal 6494 - STM Suburban Publications (aka 60582 100124838 2012 F-650 Paid by Check 12/31/2011 01/12/2012 01/12/2012 01/30/2012 169.42 Sun-Times Media) Tr & Aerial lift legal # 319116 publication Account 53070 - Legal Printing Totals Invoice Transactions 2 $1,240.42 Account 53100 - Conferences and Meetings 4526 - Fifth Third Bank 123011- 0321-5870; Paid by EFT # 01/10/2012 01/10/2012 01/10/2012 01/17/2012 895.00 SchoedelC APA#073693, 2012 12481 APA Natl Conf - RickertT 2154 - Rentalmax LLC of St Charles 13-191186-03 110053 Conference Paid by Check 12/27/2011 01/03/2012 01/03/2012 01/17/2012 127.27 meetings table # 318714 4791 - William Dickson 01242012 IFAC Gov. Center & Paid by Check 01/12/2012 01/12/2012 01/12/2012 01/30/2012 25.78 coffee IFAC # 318932 4971 - Robert Michael Sullivan 01192012 CMAP Environment & Paid by EFT # 01/12/2012 01/12/2012 01/12/2012 01/30/2012 91.69 Natural resources 12717 Committee Account 53100 - Conferences and Meetings Totals Invoice Transactions 4 $1,139.74 Account 53120 - Employee Mileage Expense 4791 - William Dickson 01242012 IFAC Gov. Center & Paid by Check 01/12/2012 01/12/2012 01/12/2012 01/30/2012 12.21 coffee IFAC # 318932 Account 53120 - Employee Mileage Expense Totals Invoice Transactions 1 $12.21

Run by Finance Reports on 02/06/2012 10:17:52 AM Page 3 of 14 Transportation Accounts Payable by GL Distribution Payment Date Range 01/01/12 - 01/31/12

Vendor Invoice No. Invoice Description Status Held Reason Invoice Date Due Date G/L Date Received Date Payment Date Invoice Amount Fund 300 - County Highway Department 520 - Transportation Sub-Department 520 - County Highway Account 53130 - General Association Dues 3876 - Illinois GIS Association 2012-511-LEBO ILGISA Membership Paid by Check 01/01/2012 01/05/2012 01/05/2012 01/17/2012 50.00 Dues - Lebo 1/1/12- # 318596 12/31/12 3876 - Illinois GIS Association 2012-511- ILGISA Membership Paid by Check 01/01/2012 01/05/2012 01/05/2012 01/17/2012 50.00 Martin Dues - Martin 1/1/12- # 318596 12/31/12 2641 - Urisa-Urban & Regional Info 39048-Lebo URISA professional Paid by Check 01/03/2012 01/03/2012 01/03/2012 01/17/2012 175.00 Systems membership dues - # 318773 Lebo 1/1/12-12/31/12 1850 - American Planning Assn 143255-120110 143255; AICP ProRated Paid by Check 01/12/2012 01/19/2012 01/19/2012 01/30/2012 70.00 Dues-J.Ward-Cat.F, # 318826 Yrly Mbrshp 2852 - Institute of Transportation 1013636 IA- Szabo, Tom; ITE - Paid by Check 01/12/2012 01/12/2012 01/12/2012 01/30/2012 215.00 Engineers 2012 2012 Membership Dues # 319002 Account 53130 - General Association Dues Totals Invoice Transactions 5 $560.00 Account 60000 - Office Supplies 3578 - Warehouse Direct Office Products 1402303-0 142052 Index tabs, Paid by Check 01/03/2012 01/05/2012 01/05/2012 01/17/2012 173.02 labels, calendars, # 318790 cocoa, cups 3183 - HP Products Corp (Kraft Paper I1231257 CO26100; Medium Paid by Check 01/05/2012 01/12/2012 01/12/2012 01/30/2012 15.32 Sales) Weight Plastic Forks # 318976 Account 60000 - Office Supplies Totals Invoice Transactions 2 $188.34 Account 60010 - Operating Supplies 1390 - Menards 74998 35030351 Timer, Paid by Check 12/27/2011 01/03/2012 01/03/2012 01/17/2012 43.52 coffee urn # 318649 Account 60010 - Operating Supplies Totals Invoice Transactions 1 $43.52 Account 60040 - Postage 1457 - FedEx 775247765 197232935 Overnight Paid by Check 01/10/2012 01/19/2012 01/19/2012 01/30/2012 11.80 shipping # 318947 Account 60040 - Postage Totals Invoice Transactions 1 $11.80 Account 60070 - Computer Hardware- Non Capital 1836 - KKC Imaging Systems (Kopy Kat 44248 2012-156 Printer - HP Paid by EFT # 12/28/2011 01/05/2012 01/05/2012 01/17/2012 693.00 Copier Inc) LJ P3015DN 42ppm 12513 Account 60070 - Computer Hardware- Non Capital Totals Invoice Transactions 1 $693.00

Run by Finance Reports on 02/06/2012 10:17:52 AM Page 4 of 14 Transportation Accounts Payable by GL Distribution Payment Date Range 01/01/12 - 01/31/12

Vendor Invoice No. Invoice Description Status Held Reason Invoice Date Due Date G/L Date Received Date Payment Date Invoice Amount Fund 300 - County Highway Department 520 - Transportation Sub-Department 520 - County Highway Account 60210 - Uniform Supplies 2225 - Cintas Corp #344 344338004 8337 Maintenance Paid by Check 12/26/2011 01/03/2012 01/03/2012 01/17/2012 188.52 uniforms & rugs # 318485 2225 - Cintas Corp #344 344341641 08337 Maintenance Paid by Check 01/02/2012 01/05/2012 01/05/2012 01/17/2012 188.52 uniforms and carpets # 318485 2225 - Cintas Corp #344 344345341 08337 Maintenance Paid by Check 01/09/2012 01/12/2012 01/12/2012 01/30/2012 188.52 uniforms & rugs # 318871 Account 60210 - Uniform Supplies Totals Invoice Transactions 3 $565.56 Account 60330 - Vehicle Parts/Supplies 1741 - Aurora Area Spring 47783 309 Heavy Duty Rear Paid by Check 12/27/2011 01/03/2012 01/03/2012 01/17/2012 307.99 Leaf Spring # 318450 1741 - Aurora Area Spring 47812 309 HD Rear Leaf Paid by Check 01/04/2012 01/05/2012 01/05/2012 01/17/2012 918.23 Spring, Pin, Bolt Kit, # 318450 Nuts&Bolts 1192 - Auto Truck Inc 1049621 2826 Galtdl110, light Paid by EFT # 12/23/2011 01/03/2012 01/03/2012 01/17/2012 49.88 module 12445 5852 - Battery Service Corporation 217198 134KAN 12V T.B. & Paid by Check 12/20/2012 01/03/2012 01/03/2012 01/17/2012 79.50 diesl # 318459 1174 - Communications Direct Inc SR97178 14600 TNC crimp Paid by Check 12/30/2011 01/05/2012 01/05/2012 01/17/2012 48.00 connector # 318511 (0980372A88 3583 - Elburn NAPA Inc 425508 1170 Fab Loom - split Paid by EFT # 12/22/2011 01/03/2012 01/03/2012 01/17/2012 17.50 poly 12475 3583 - Elburn NAPA Inc 425574 1170 Macs chain cable Paid by EFT # 12/23/2012 01/03/2012 01/03/2012 01/17/2012 76.98 line, serpentine belt 12475 3583 - Elburn NAPA Inc 425742 1170 Air & oil filter Paid by EFT # 12/27/2011 01/03/2012 01/03/2012 01/17/2012 23.34 12475 3583 - Elburn NAPA Inc 425767 1170 Oil filter Paid by EFT # 12/27/2011 01/03/2012 01/03/2012 01/17/2012 8.52 12475 3583 - Elburn NAPA Inc 425842 1170 Air & Oil filter Paid by EFT # 12/28/2011 01/03/2012 01/03/2012 01/17/2012 96.00 12475 3583 - Elburn NAPA Inc 425966 1170 Clamp Paid by EFT # 12/29/2012 01/05/2012 01/05/2012 01/17/2012 8.58 12475 4526 - Fifth Third Bank 010412- 0357-9135; Young, Paid by EFT # 01/10/2012 01/10/2012 01/10/2012 01/17/2012 12.98 LindsayJ Inv#1932, Toggle 12481 Switch Guard 1782 - Hampshire Auto Parts (NAPA) 267616 4101 Disc pad, brake Paid by Check 12/27/2011 01/03/2012 01/03/2012 01/17/2012 173.84 rotor # 318563 4295 - NAPA Auto Parts - South Elgin 614961 4724 Stemco, latex Paid by Check 12/27/2011 01/03/2012 01/03/2012 01/17/2012 107.04 gloves XL, GOJO fast # 318663 wipes

Run by Finance Reports on 02/06/2012 10:17:52 AM Page 5 of 14 Transportation Accounts Payable by GL Distribution Payment Date Range 01/01/12 - 01/31/12

Vendor Invoice No. Invoice Description Status Held Reason Invoice Date Due Date G/L Date Received Date Payment Date Invoice Amount Fund 300 - County Highway Department 520 - Transportation Sub-Department 520 - County Highway Account 60330 - Vehicle Parts/Supplies 8213 - Pumps, Electric & Hydraulic Repairs 3020 KDOT 3-stage Dump Paid by EFT # 12/28/2011 01/03/2012 01/03/2012 01/17/2012 2,440.00 Inc Box Lift Cylinder, for 12551 Truck #6 1125 - Transchicago Truck Group & 1208529 8245 Belt fan Paid by Check 12/30/2011 01/05/2012 01/05/2012 01/17/2012 95.59 Northwest Ford # 318767 2396 - Valley Hydraulic Service Inc 159507 K0351 Aeroquip Male Paid by Check 12/28/2011 01/03/2012 01/03/2012 01/17/2012 68.50 plug & female cap, # 318779 superflex hose 1370 - Zimmerman Ford Inc 35345 K1 Coller, gasket, Paid by Check 12/30/2011 01/05/2012 01/05/2012 01/17/2012 483.19 housing # 318805 1370 - Zimmerman Ford Inc 35429 K1 Tube assy Paid by Check 01/03/2012 01/05/2012 01/05/2012 01/17/2012 42.89 # 318805 1370 - Zimmerman Ford Inc 35418 K1 Connection Paid by Check 01/03/2012 01/05/2012 01/05/2012 01/17/2012 44.98 # 318805 1370 - Zimmerman Ford Inc 35537 KI CREDIT Gasket, Paid by Check 01/05/2012 01/09/2012 01/09/2012 01/17/2012 (104.82) 4C3Z 9P456, tube assy # 318805 7010 - Catching Fluid Power 5710673 119123 Hydraulic hose Paid by Check 12/30/2011 01/12/2012 01/12/2012 01/30/2012 29.17 # 318863 1177 - Chicago International Trucks 11015718 A40528 Air Filter Kits Paid by Check 01/10/2012 01/12/2012 01/12/2012 01/30/2012 199.30 # 318870 1177 - Chicago International Trucks 11015725 A40528 Filter Paid by Check 01/11/2012 01/12/2012 01/12/2012 01/30/2012 26.82 # 318870 1177 - Chicago International Trucks 11015727 A40528; B59 and R14 Paid by Check 01/11/2012 01/12/2012 01/12/2012 01/30/2012 138.04 Kits # 318870 1177 - Chicago International Trucks 11015751 A40528; R20 Kit Paid by Check 01/11/2012 01/12/2012 01/12/2012 01/30/2012 70.08 # 318870 3583 - Elburn NAPA Inc 426379 1170 V-ribbed belt, Paid by EFT # 01/04/2012 01/12/2012 01/12/2012 01/30/2012 66.34 serpentine belt 12628 3583 - Elburn NAPA Inc 426802 1170 Door handle Paid by EFT # 01/09/2012 01/12/2012 01/12/2012 01/30/2012 36.99 12628 3583 - Elburn NAPA Inc 426872 1170 Fire extinguisher, Paid by EFT # 01/10/2012 01/12/2012 01/12/2012 01/30/2012 579.38 hose clamp, alternator, 12628 HDP SB 3583 - Elburn NAPA Inc 427056 1170 Napagold Fuel, Paid by EFT # 01/11/2012 01/19/2012 01/19/2012 01/30/2012 101.03 hydraulic and oil filters 12628 3583 - Elburn NAPA Inc 427081 1170 2003 Ford Trudk Paid by EFT # 01/12/2012 01/19/2012 01/19/2012 01/30/2012 162.98 F550 Caliper with 12628 hardware for left front 3583 - Elburn NAPA Inc 427526 1170 Napagold oil Paid by EFT # 01/17/2012 01/19/2012 01/19/2012 01/30/2012 27.71 filters 12628 3583 - Elburn NAPA Inc 427565 1170 Door handle Paid by EFT # 01/17/2012 01/19/2012 01/19/2012 01/30/2012 36.99 12628

Run by Finance Reports on 02/06/2012 10:17:52 AM Page 6 of 14 Transportation Accounts Payable by GL Distribution Payment Date Range 01/01/12 - 01/31/12

Vendor Invoice No. Invoice Description Status Held Reason Invoice Date Due Date G/L Date Received Date Payment Date Invoice Amount Fund 300 - County Highway Department 520 - Transportation Sub-Department 520 - County Highway Account 60330 - Vehicle Parts/Supplies 3583 - Elburn NAPA Inc 427020 1170 CREDIT - Paid by EFT # 01/11/2012 01/19/2012 01/19/2012 01/30/2012 (123.12) Alternator, Price 12628 Difference (see Inv 426872) 4526 - Fifth Third Bank 012312-Lindsay 0357-9135; Marmon- Paid by EFT # 01/23/2012 01/24/2012 01/24/2012 01/30/2012 1,507.15 Herrington, Disc Wheel 12634 (VehParts) 4295 - NAPA Auto Parts - South Elgin 616887 4724 Flat black Paid by Check 01/12/2012 01/19/2012 01/19/2012 01/30/2012 13.80 # 319048 1125 - Transchicago Truck Group & 1208445-CR2 8245 CREDIT for Paid by Check 01/10/2012 01/12/2012 01/12/2012 01/30/2012 (60.94) Northwest Ford restock charge on # 319126 1/9/12 1125 - Transchicago Truck Group & 1208445-CR1 8245 CREDIT Paid by Check 01/09/2012 01/12/2012 01/12/2012 01/30/2012 (304.71) Northwest Ford Restocking Duplex whe # 319126 1125 - Transchicago Truck Group & 1209337 8245 Resistor Paid by Check 01/04/2012 01/12/2012 01/12/2012 01/30/2012 47.04 Northwest Ford # 319126 1125 - Transchicago Truck Group & 1205707 8245 Core/tank Paid by Check 01/05/2012 01/12/2012 01/12/2012 01/30/2012 738.76 Northwest Ford # 319126 1125 - Transchicago Truck Group & 1208445 8245 Duplex Whe, Belt- Paid by Check 12/29/2011 01/12/2012 01/12/2012 01/30/2012 628.48 Northwest Ford fan, filter element, # 319126 Filter kit, oil filte 1125 - Transchicago Truck Group & 1210718 8245 Belt tensioner Paid by Check 01/11/2012 01/12/2012 01/12/2012 01/30/2012 103.34 Northwest Ford # 319126 1125 - Transchicago Truck Group & 1205379CR 8245 CREDIT Core Paid by Check 01/12/2012 01/19/2012 01/19/2012 01/30/2012 (120.00) Northwest Ford return # 319126 2396 - Valley Hydraulic Service Inc 159861 K0351 Male bulkhead Paid by Check 01/16/2012 01/19/2012 01/19/2012 01/30/2012 91.37 conn & Aeroquip 3/4" # 319135 male NPT X 1370 - Zimmerman Ford Inc 35644 K1 Sensor Assy Paid by Check 01/09/2012 01/12/2012 01/12/2012 01/30/2012 85.97 # 319145 Account 60330 - Vehicle Parts/Supplies Totals Invoice Transactions 45 $9,080.68 Account 60340 - Buildings and Grounds Supplies 1390 - Menards 71331 35030351 Building & Paid by Check 12/14/2011 01/03/2012 01/03/2012 01/17/2012 167.12 Grounds Tape holder, # 318649 mini roller, airwick 5897 - Producers Chemical Company 169456 5512 Sodium Paid by Check 12/29/2012 01/05/2012 01/05/2012 01/17/2012 39.50 Hypochlorite (water # 318705 treatment) 1390 - Menards 78702 35030351 yard light, Paid by Check 01/09/2012 01/12/2012 01/12/2012 01/30/2012 96.51 spakling knife, glazing, # 319039 lamp holder Account 60340 - Buildings and Grounds Supplies Totals Invoice Transactions 3 $303.13

Run by Finance Reports on 02/06/2012 10:17:52 AM Page 7 of 14 Transportation Accounts Payable by GL Distribution Payment Date Range 01/01/12 - 01/31/12

Vendor Invoice No. Invoice Description Status Held Reason Invoice Date Due Date G/L Date Received Date Payment Date Invoice Amount Fund 300 - County Highway Department 520 - Transportation Sub-Department 520 - County Highway Account 60360 - Equipment Parts/Supplies 3583 - Elburn NAPA Inc 426287 1170 Disc, Elect Paid by EFT # 01/03/2012 01/05/2012 01/05/2012 01/17/2012 150.40 battery, new pig mat 12475 pads 1325 - Priority Products Inc 810184 64 Flat Washer alloy, Paid by Check 12/23/2011 01/03/2012 01/03/2012 01/17/2012 54.62 brass air brake # 318704 draincock 5432 - Spraytech Inc (B&H Equipment) 5216 Hose, Repair kit, Hose Paid by Check 12/21/2011 01/03/2012 01/03/2012 01/17/2012 304.92 stop kit # 318743 2289 - Vermeer-Illinois Inc P44957 KANEC002 Air Filter Paid by Check 12/29/2011 01/03/2012 01/03/2012 01/17/2012 415.72 for Vermeer Chipper & # 318786 Blade Sharpening, Uni 1510 - Winter Equipment Co Inc IV13744 CNTYKANE Right Hand Paid by Check 12/28/2011 01/05/2012 01/05/2012 01/17/2012 373.91 Curb Guards # 318799 3583 - Elburn NAPA Inc 427006 1170 Support Paid by EFT # 01/11/2012 01/19/2012 01/19/2012 01/30/2012 27.83 12628 6646 - Martin West LLC A16572 KANE0004 61PMMC3 Paid by Check 01/10/2012 01/12/2012 01/12/2012 01/30/2012 60.06 # 319031 6646 - Martin West LLC A16571 KANE0004 Cap Assy Paid by Check 01/10/2012 01/12/2012 01/12/2012 01/30/2012 3.10 # 319031 6646 - Martin West LLC A16638 Kane0004 Handlebar Paid by Check 01/13/2012 01/19/2012 01/19/2012 01/30/2012 63.72 w/Hos # 319031 3719 - McCann Industries, Inc. 07140842 584117 Belt, CP- Paid by Check 12/19/2011 01/12/2012 01/12/2012 01/30/2012 39.57 FAR8602680 # 319033 1325 - Priority Products Inc 810590 64 Fiber disc, hose Paid by Check 01/13/2012 01/19/2012 01/19/2012 01/30/2012 428.26 catalog, brass catalog, # 319080 valve, plug buttons 2396 - Valley Hydraulic Service Inc 159792 K0351 1 -1/4" Material Paid by Check 01/12/2012 01/19/2012 01/19/2012 01/30/2012 16.90 Handling Hose # 319135 Account 60360 - Equipment Parts/Supplies Totals Invoice Transactions 12 $1,939.01

Run by Finance Reports on 02/06/2012 10:17:52 AM Page 8 of 14 Transportation Accounts Payable by GL Distribution Payment Date Range 01/01/12 - 01/31/12

Vendor Invoice No. Invoice Description Status Held Reason Invoice Date Due Date G/L Date Received Date Payment Date Invoice Amount Fund 300 - County Highway Department 520 - Transportation Sub-Department 520 - County Highway Account 60370 - Tools 1730 - Ed's Cornwell Tools 3665022 KDOT Tools Paid by Check 12/28/2011 01/03/2012 01/03/2012 01/17/2012 5.47 # 318531 1390 - Menards 73747 35030351 Spray gun, Paid by Check 12/22/2011 01/03/2012 01/03/2012 01/17/2012 49.55 shovels # 318649 1390 - Menards 75630 35030351 Retractable Paid by Check 12/29/2012 01/05/2012 01/05/2012 01/17/2012 40.24 utility knifes, Marking # 318649 pink spray 1783 - Sauber Mfg Co PSI152008 COO113 Repair HPB45 Paid by EFT # 12/16/2011 01/03/2012 01/03/2012 01/17/2012 789.00 -2 Hydraulic Breaker 12559 (Accumulator) 1730 - Ed's Cornwell Tools 3731816 KDOT; CP2920P465 Paid by Check 01/11/2012 01/12/2012 01/12/2012 01/30/2012 26.00 Valve-Tools # 318941 3060 - Grainger Inc 9675257613 80178933; Battery Paid by EFT # 11/01/2011 01/12/2012 01/12/2012 01/30/2012 142.20 Pack - DeWaldt 18v 12642 Cordless Tool 1871 - Kara Co Inc 278580 KACOHD Engineering Paid by Check 01/06/2012 01/12/2012 01/12/2012 01/30/2012 352.56 Tools: Crayons, # 319011 Flagging, Books 1390 - Menards 77349 35030351 Mogul, Paid by Check 01/04/2012 01/12/2012 01/12/2012 01/30/2012 213.97 thermostat, seamer, # 319039 knife, brush, roller, paint 1390 - Menards 78698 35030351 CREDIT Paid by Check 01/09/2012 01/12/2012 01/12/2012 01/30/2012 (24.77) Thermostat # 319039 Account 60370 - Tools Totals Invoice Transactions 9 $1,594.22 Account 60380 - Liquid Salt 7557 - SNI Solutions Inc 130311 KDOT Liquid Salt Brine Paid by Check 12/20/2011 01/03/2012 01/03/2012 01/17/2012 1,527.40 (tank #3) per CMS # 318736 contract 7557 - SNI Solutions Inc 130332 KDOT Liquid Salt Brine Paid by Check 12/27/2011 01/03/2012 01/03/2012 01/17/2012 1,558.90 (tank #2) per CMS # 318736 contract 7557 - SNI Solutions Inc 130360 Liquid Salt Brine (tank Paid by Check 01/09/2012 01/19/2012 01/19/2012 01/30/2012 1,626.95 #3) per CMS contract # 319104 Account 60380 - Liquid Salt Totals Invoice Transactions 3 $4,713.25 Account 60410 - Culverts 1349 - Welch Bros Inc 1402945 KAN300 12" steel Paid by Check 12/29/2012 01/05/2012 01/05/2012 01/17/2012 84.60 band culverts # 318795 Account 60410 - Culverts Totals Invoice Transactions 1 $84.60

Run by Finance Reports on 02/06/2012 10:17:52 AM Page 9 of 14 Transportation Accounts Payable by GL Distribution Payment Date Range 01/01/12 - 01/31/12

Vendor Invoice No. Invoice Description Status Held Reason Invoice Date Due Date G/L Date Received Date Payment Date Invoice Amount Fund 300 - County Highway Department 520 - Transportation Sub-Department 520 - County Highway Account 63000 - Utilities- Natural Gas 2253 - Nicor Gas 3814320-12/11 36-44-94-1000 4 Paid by Check 12/22/2011 01/03/2012 01/03/2012 01/17/2012 766.58 40W969 Burlington Rd # 318672 11/21/11-12/22/11 2253 - Nicor Gas 3073717-12/11 39-82-88-10000 Paid by Check 12/27/2011 01/05/2012 01/05/2012 01/17/2012 893.87 41W011 Burlington Rd # 318673 11/21/11-12/22/11 2253 - Nicor Gas 3816737-1/12 35728810009 Kane Paid by Check 01/05/2012 01/19/2012 01/19/2012 01/30/2012 338.00 County garage 12/1/11 # 319063 -1/1/12 1095 - Vanguard Energy Services LLC 400-1112-4050 401893 41W011 Paid by Check 01/10/2012 01/12/2012 01/12/2012 01/30/2012 1,908.52 Burlington Rd Gas # 319136 3572881000 12/1/11- 12/31/11 Account 63000 - Utilities- Natural Gas Totals Invoice Transactions 4 $3,906.97 Account 63010 - Utilities- Electric 3222 - MidAmerican Energy Co 5564408- 141376169- Paid by EFT # 01/03/2012 01/12/2012 01/12/2012 01/30/2012 3,373.40 227629 7610795006 41W011 12680 Burlington Rd 11/28/11 -12/29/11 3222 - MidAmerican Energy Co 5572848- 140024771- Paid by EFT # 01/12/2012 01/19/2012 01/19/2012 01/30/2012 258.51 227083 7523064009 44W500 12681 Seavy Rd, 12/6/11- 1/9/12 Account 63010 - Utilities- Electric Totals Invoice Transactions 2 $3,631.91 Account 63020 - Utilities- Intersect Lighting 1054 - ComEd 0414000061- 0414000061 Traffic Paid by Check 12/23/2011 01/03/2012 01/03/2012 01/17/2012 3,397.59 12/11 lights various rds # 318506 11/16/11-12/19/11 1054 - ComEd 39051173- 0039051173 Paid by Check 12/29/2011 01/05/2012 01/05/2012 01/17/2012 6.91 12/2011 LiteRt/25/Corron Rd # 318507 12/9/11-12/29/11 1054 - ComEd 4278050001- 4278050001 Paid by Check 12/29/2011 01/05/2012 01/05/2012 01/17/2012 40.22 12/11 Rt25/Corron Rd # 318508 1/22/11-12/29/11 1054 - ComEd 2672169007- 2672169007 Paid by Check 12/30/2011 01/05/2012 01/05/2012 01/17/2012 173.03 12/11 Mclean/Rt23/Bowes # 318509 11/29/11-12/30/11 3222 - MidAmerican Energy Co 5560173- 8019229002- Paid by EFT # 12/23/2011 01/05/2012 01/05/2012 01/17/2012 267.99 227081 141475536 Randall, 12531 Elgin 11/18/11- 12/21/11

Run by Finance Reports on 02/06/2012 10:17:52 AM Page 10 of 14 Transportation Accounts Payable by GL Distribution Payment Date Range 01/01/12 - 01/31/12

Vendor Invoice No. Invoice Description Status Held Reason Invoice Date Due Date G/L Date Received Date Payment Date Invoice Amount Fund 300 - County Highway Department 520 - Transportation Sub-Department 520 - County Highway Account 63020 - Utilities- Intersect Lighting 3222 - MidAmerican Energy Co 5560167- 8185694006- Paid by EFT # 12/23/2011 01/05/2012 01/05/2012 01/17/2012 141.01 226559 084366308 12532 Randall/Mason Dundee 11/18/11-12/21/11 3380 - City of Batavia 19773281- 492.051306.00 Energy Paid by Check 01/05/2012 01/12/2012 01/12/2012 01/30/2012 26.87 12/11 Fabyan & Batavia Ave- # 318878 West 11/16/11- 12/15/11 1054 - ComEd 141300292- 1603046065 Energy Paid by Check 01/03/2012 01/12/2012 01/12/2012 01/30/2012 112.46 1/12 Spring St/McLean Blvd # 318917 11/30/11-1/3/12 1054 - ComEd 141609601- 5281099004 7N416 Paid by Check 01/03/2012 01/12/2012 01/12/2012 01/30/2012 44.08 1/12 Rt31/S Elgin 11/30/11- # 318918 1/3/2012 1054 - ComEd 1163141072- 1163141072 Energy Paid by Check 01/05/2012 01/12/2012 01/12/2012 01/30/2012 2,656.73 1/12 traffic lights 12/1/11- # 318919 1/4/12 1054 - ComEd 5067138019- 5067138019 Traffic Paid by Check 01/11/2012 01/19/2012 01/19/2012 01/30/2012 1,634.13 1/12 lights 12/7/11-1/10/12 # 318920 1054 - ComEd 0067153039- 0067153039 38W901 Paid by Check 01/12/2012 01/19/2012 01/19/2012 01/30/2012 24.20 1/12 Huntley Rd/Rt25 # 318921 Square Barn 12/9/11- 1/12/12 3222 - MidAmerican Energy Co 5571116- 141648369- Paid by EFT # 01/09/2012 01/19/2012 01/19/2012 01/30/2012 123.99 226560 2043096048 12682 Rt25/Orchard Rd 12/7/11-1/9/12 Account 63020 - Utilities- Intersect Lighting Totals Invoice Transactions 13 $8,649.21 Account 63040 - Fuel- Vehicles 6477 - Al Warren Oil Company Inc I0701619 C06450 Fuel: Bio- Paid by Check 01/11/2012 01/19/2012 01/19/2012 01/30/2012 23,504.26 Diesel blend Reso11- # 318824 363 11/18/11 Account 63040 - Fuel- Vehicles Totals Invoice Transactions 1 $23,504.26 Account 70020 - Computer Software- Capital 8309 - Invarion, Inc. 3848 Rapid plan professional Paid by EFT # 01/12/2012 01/19/2012 01/19/2012 01/30/2012 1,790.00 editions software 2 12653 single users pkgs Account 70020 - Computer Software- Capital Totals Invoice Transactions 1 $1,790.00

Run by Finance Reports on 02/06/2012 10:17:52 AM Page 11 of 14 Transportation Accounts Payable by GL Distribution Payment Date Range 01/01/12 - 01/31/12

Vendor Invoice No. Invoice Description Status Held Reason Invoice Date Due Date G/L Date Received Date Payment Date Invoice Amount Fund 300 - County Highway Department 520 - Transportation Sub-Department 520 - County Highway Account 70080 - Office Furniture 4526 - Fifth Third Bank 123011- 0357-9150 IFURN Paid by EFT # 01/10/2012 01/10/2012 01/10/2012 01/17/2012 359.98 KakoczkiA Stores; Chairs-Task 12481 Chairs (Ava&Barb) Account 70080 - Office Furniture Totals Invoice Transactions 1 $359.98 Sub-Department 520 - County Highway Totals Invoice Transactions 140 $97,673.43 Department 520 - Transportation Totals Invoice Transactions 140 $97,673.43 Fund 300 - County Highway Totals Invoice Transactions 140 $97,673.43 Fund 302 - Motor Fuel Tax Department 520 - Transportation Sub-Department 522 - Motor Fuel Tax Account 60390 - Rock Salt 7208 - Hutchinson Salt Company Inc 86331 1022 12-00000-00- Paid by Check 12/22/2011 01/03/2012 01/03/2012 01/17/2012 7,423.39 GM; (302) Rock Salt - # 318575 Ice Control Account 60390 - Rock Salt Totals Invoice Transactions 1 $7,423.39 Sub-Department 522 - Motor Fuel Tax Totals Invoice Transactions 1 $7,423.39 Department 520 - Transportation Totals Invoice Transactions 1 $7,423.39 Fund 302 - Motor Fuel Tax Totals Invoice Transactions 1 $7,423.39 Fund 303 - County Highway Matching Department 520 - Transportation Sub-Department 523 - County Highway Matching Account 60390 - Rock Salt 7208 - Hutchinson Salt Company Inc 86329 1022 (303) Rock Salt - Paid by Check 12/22/2011 01/03/2012 01/03/2012 01/17/2012 17,821.44 Ice Control - Enhanced # 318575 7208 - Hutchinson Salt Company Inc 86330 1022 (303) Rock Salt - Paid by Check 12/22/2011 01/03/2012 01/03/2012 01/17/2012 1,472.72 Ice Control - Enhanced # 318575 Account 60390 - Rock Salt Totals Invoice Transactions 2 $19,294.16 Sub-Department 523 - County Highway Matching Totals Invoice Transactions 2 $19,294.16 Department 520 - Transportation Totals Invoice Transactions 2 $19,294.16 Fund 303 - County Highway Matching Totals Invoice Transactions 2 $19,294.16

Run by Finance Reports on 02/06/2012 10:17:52 AM Page 12 of 14 Transportation Accounts Payable by GL Distribution Payment Date Range 01/01/12 - 01/31/12

Vendor Invoice No. Invoice Description Status Held Reason Invoice Date Due Date G/L Date Received Date Payment Date Invoice Amount Fund 304 - Motor Fuel Local Option Department 520 - Transportation Sub-Department 524 - Motor Fuel Local Option Account 50140 - Engineering Services 1161 - Teng & Associates, Inc 4439-16- 08-00385-00-BR;(R) Paid by Check 12/30/2011 01/09/2012 01/09/2012 01/17/2012 3,699.38 20092022 Main St/Blackberry Ck # 318759 12/1/11-12/16/11 7715 - Cotter Consulting Inc 20111121- 01-00266-00-BR;(R) Paid by Check 01/05/2012 01/19/2012 01/19/2012 01/30/2012 20,737.38 2011588 BgTmbr/Pngre/TylrCkB # 318924 R Replc 11/26/11- 12/30/11 5510 - H.W. Lochner, Inc. 3031-13-2009- 08-00378-00-CH;(r) Paid by Check 01/12/2012 01/19/2012 01/19/2012 01/30/2012 9,726.91 108 Mn/NlsnLk/Intrsct/Impr # 318966 v 12/1/11-12/23/11 1053 - Hampton Lenzini & Renwick, Inc. 20120011 10-00368-01-EG; On Paid by EFT # 01/09/2012 01/18/2012 01/18/2012 01/30/2012 2,070.00 (HLR) Call Land Survey Srvcs 12644 thru 12/31/11 3618 - Midland Standard Engineering & 131614 10-00371-01-EG; On- Paid by Check 01/05/2012 01/18/2012 01/18/2012 01/30/2012 539.50 Testing, Inc. Call Mtrl Testing Svcs # 319042 12/1/11-12/31/11 3618 - Midland Standard Engineering & 131615/11466 10-00371-01-EG; Paid by Check 01/05/2012 01/19/2012 01/19/2012 01/30/2012 539.50 Testing, Inc. MtrlTesting, # 319042 Stearns@Rt31, 12/1- 12/31/11 Account 50140 - Engineering Services Totals Invoice Transactions 6 $37,312.67 Sub-Department 524 - Motor Fuel Local Option Totals Invoice Transactions 6 $37,312.67 Department 520 - Transportation Totals Invoice Transactions 6 $37,312.67 Fund 304 - Motor Fuel Local Option Totals Invoice Transactions 6 $37,312.67 Fund 305 - Transportation Sales Tax Department 520 - Transportation Sub-Department 527 - Transportation Sales Tax Account 50140 - Engineering Services 5563 - Wills Burke Kelsey Associates, 11595-2011- 00-00259-00-BT; (r)Sth Paid by EFT # 01/11/2012 01/18/2012 01/18/2012 01/30/2012 15,169.00 Limited (WBK) 589 St Bike Path Extnsn 12734 12/1/11-12/31/11 Account 50140 - Engineering Services Totals Invoice Transactions 1 $15,169.00 Sub-Department 527 - Transportation Sales Tax Totals Invoice Transactions 1 $15,169.00 Department 520 - Transportation Totals Invoice Transactions 1 $15,169.00 Fund 305 - Transportation Sales Tax Totals Invoice Transactions 1 $15,169.00

Run by Finance Reports on 02/06/2012 10:17:52 AM Page 13 of 14 Transportation Accounts Payable by GL Distribution Payment Date Range 01/01/12 - 01/31/12

Vendor Invoice No. Invoice Description Status Held Reason Invoice Date Due Date G/L Date Received Date Payment Date Invoice Amount Fund 556 - Upper Fox Impact Fees Department 520 - Transportation Sub-Department 556 - Upper Fox Impact Fees Account 74010 - Highway Right of Way 8298 - Carl E. Lundstrom 012312- 94-00215-01-BR; Paid by Check 01/23/2012 01/23/2012 01/23/2012 01/30/2012 4,000.00 ILN0059 LongMeadowPkwy, # 319027 ILN0059, 0.044 ROW Acres Account 74010 - Highway Right of Way Totals Invoice Transactions 1 $4,000.00 Sub-Department 556 - Upper Fox Impact Fees Totals Invoice Transactions 1 $4,000.00 Department 520 - Transportation Totals Invoice Transactions 1 $4,000.00 Fund 556 - Upper Fox Impact Fees Totals Invoice Transactions 1 $4,000.00 Grand Totals Invoice Transactions 151 $180,872.65

Run by Finance Reports on 02/06/2012 10:17:52 AM Page 14 of 14 AGENDA ITEM EXECUTIVE SUMMARY Agenda Item # 4B

Name: Transportation Financial Reports thru January 31st February 21, 2012

Assigned Committee: Transportation Presenter/Sponsor: Tom Rickert

SUMMARY: County transportation fund balances total $85,100,607 with contractual/debt obligations at $87,774,219.

Fund outflows year-to-date were $13.6 million or 18.1% of budget primarily due to the debt service transfers of $3.5 million for the MFT Bond and $8.4 million for the Transportation Sales Tax Bond.

Project reimbursements collected for the month of January were $0.5 million.

The receivables balance at the end of January is $1.0 million.

Receivable Aging $0.9 million current $0.0 million 1-30 days $0.0 million 31-60 days $0.1 million 61-90 days $0.0 million over 90 days

Please be advised - as we go forward into FY2012, budget adjustments may be required for projects in conjunction with IDOT let projects that have not closed out as planned from previous budget years (such as Stearns Road Bridge Corridor, Randall & IL64, McLean-Bowes to Hopps).

Attachments: Contractual Obligations, Fund Status Reports

Detailed information available from : Staff Name: Gary Sirotzke, Chief of FinancePhone: (630) 845-7872 Staff Remarks / For information only. Recommendations:

Committee Remarks: Fund Status Report 7-Feb-12 Report Date: 01/31/2012 (unaudited) Fund Balance Beginning Fund M-T-D M-T-D Contractual Debt Service Less Fund Balance Revenues Y-T-D Revenues Expenses Y-T-D Expenses Fund Balance Obligations Obligations Obligations A/R Special Revenue Funds

300 - County Highway $9,660,967 $22,920 $31,396 $317,178 $557,072 $9,076,818 $1,491,635 $7,585,183 $58,473 301 - County Bridge $642,719 ($158) $52 $0 $0 $624,235 $367,803 $256,432 $18,536 302 - Motor Fuel Tax $11,783,981 ($2,658) $415 $228,782 $3,908,083 $7,876,313 $1,845,065 $27,962,002 ($21,930,754) $0 303 - County Highway Matching $67,515 ($15) $6 $19,294 $64,862 $2,658 $0 $2,658 $0 304 - Motor Fuel Local Option $22,525,171 ($5,621) $2,210 $34,513 $34,513 $22,359,823 $8,150,533 $14,209,289 $133,045

Special Revenue Funds Subtotal: $44,680,353 $14,468 $34,078 $599,767 $4,564,529 $39,939,847 $11,855,037 $27,962,002 $122,808 $210,054

Restricted Capital Funds 305 - Transportation Sales Tax $21,829,356 ($6,002) ($588) $5,569 $8,408,470 $13,257,091 $9,280,134 $16,865,426 ($12,888,469) $163,207 513 - Transit Sales Tax Bond Fund $4,650,156 ($4,055) ($1,447) $0 $0 $4,648,709 $6,770,631 ($2,121,922) $0 540 - Transportation Capital $18,297,177 ($4,329) $2,016 $0 $29,995 $18,212,169 $7,874,701 $10,337,468 $57,029

550 - Aurora Area Impact Fees $739,485 ($315) $13 $0 $0 $725,298 $567,457 $157,842 $14,200 551 - Campton Hills Impact Fees $378,759 $4,939 $8,725 $0 $0 $387,484 $0 $387,484 $0 552 - Greater Elgin Impact Fees $2,464,318 ($53) $52,622 $0 $0 $2,516,940 $2,131,502 $385,438 $0 553 - Northwest Impact Fees $1,110,851 $863 $2,572 $0 $310 $1,113,114 $1,229,256 ($116,142) $0 554 - Southwest Impact Fees $490,755 ($372) $839 $0 $0 $491,595 $147,675 $343,920 $0 555 - Tri-Cities Impact Fees $953,183 $2,159 $19,478 $0 $0 $972,661 $1,066,075 ($93,414) $0 556 - Upper Fox Impact Fees $1,964,669 $541,528 $542,228 $602,600 $603,193 $1,361,634 $464,590 $897,044 $542,070 557 - West Central Impact Fees $32,869 ($56) $277 $0 $0 $33,146 $0 $33,146 $0 558 - North Impact Fees $613,129 ($163) $31 $0 $0 $613,160 $1,559,733 ($946,573) $0 559 - Central Impact Fees $459,845 ($108) $52 $0 $0 $459,897 $0 $459,897 $0 560 - South Impact Fees $367,803 ($64) $59 $0 $0 $367,862 $0 $367,862 $0 IF Subtotal $9,575,666 $548,358 $626,899 $602,600 $603,503 $9,042,791 $7,166,288 $0 $1,876,503 $556,270

Restricted Capital Funds Subtotal: $54,352,354 $533,972 $626,880 $608,169 $9,041,968 $45,160,759 $31,091,754 $16,865,426 ($2,796,421) $776,506

Grand Total: $99,032,707 $548,441 $660,958 $1,207,936 $13,606,497 $85,100,607 $42,946,791 $44,827,428 ($2,673,612) $986,561

Please note the Fund Balance is less Accounts Receivable. ABF A K.C.D.O.T. P.O. Status Open 1/31/2012 Project Mgr (All) Contractual Obligations Res. # (All) (unaudited)

Values Row Labels Open Contract Contract Amount Funding Remaining A/R 2010 Culvert Maintenance & Replacement $97,007.53 $ 413,000.00 $ - $ - (E2) Burlington over Trib. of Virgil Ditch No.1 Homer L. Chastain & Associates, LLP 2010-2197 304 $6,029.69 $ 40,350.00 $ - $ -

Burlington Over Virgil Ditch No.3 Homer L. Chastain & Associates, LLP 2010-2196 304 $8,132.65 $ 42,000.00 $ - $ -

County Line Culvert s/o I88 Homer L. Chastain & Associates, LLP 2010-2195 304 $3,759.53 $ 22,215.00 $ - $ -

Empire Rd. over Ferson Crk Homer L. Chastain & Associates, LLP 2010-2174 304 $8,922.26 $ 33,785.00 $ - $ -

Empire Rd. over Trib. of Ferson Crk Homer L. Chastain & Associates, LLP 2010-2175 304 $6,722.78 $ 36,235.00 $ - $ -

Empire Rd. Over Unnamed Stream Homer L. Chastain & Associates, LLP 2010-2177 304 $20,904.34 $ 51,400.00 $ - $ -

Harmony over Harmony Crk Homer L. Chastain & Associates, LLP 2010-2181 304 $5,258.09 $ 27,525.00 $ - $ -

Harmony over Trib. of Hampshire Crk Homer L. Chastain & Associates, LLP 2010-2182 304 $5,818.39 $ 37,205.00 $ - $ -

Plank Rd Ovr Burlington Creek Homer L. Chastain & Associates, LLP 2010-2176 304 $7,943.45 $ 44,515.00 $ - $ -

Randall Culvert n/o US 20 Homer L. Chastain & Associates, LLP 2010-2194 304 $14,307.43 $ 43,835.00 $ - $ -

Silver Glen Drainage Ditch Homer L. Chastain & Associates, LLP 2010-2173 304 $9,208.92 $ 33,935.00 $ - $ -

Allen Road Over Hampshire Creek (045-3035) $159,968.22 $ 159,968.22 $ (127,974.58) $ - (E1) (E1) Wills Burke Kelsey Associates, Limited (WBK) 2011-2652 305 $159,968.22 $ 159,968.22 $ (127,974.58) $ -

Anderson Road Extension - IL38 to Keslinger(41) $304,498.56 $ 1,426,712.33 $ - $ -

Page 1 of 21 ABF A K.C.D.O.T. P.O. Status Open 1/31/2012 Project Mgr (All) Contractual Obligations Res. # (All) (unaudited)

Values Row Labels Open Contract Contract Amount Funding Remaining A/R (E2) (E2) HR Green (formerly SEC Group, Inc.) 2009-1073 305 $295,046.22 $ 377,931.86 $ - $ - 513 $9,452.34 $ 888,780.47 $ - $ - 557 $0.00 $ 160,000.00 $ - $ -

Automotive Equipment $440,179.00 $ 440,179.00 $ - $ - (blank) F250 2012 #31 Morrow Brothers Ford 2012-141 300 $22,360.00 $ 22,360.00 $ - $ -

F250 2012 #59 Morrow Brothers Ford 2012-141 300 $22,360.00 $ 22,360.00 $ - $ -

F-350 4x2 Crewcab 2012 #27 Morrow Brothers Ford 2012-140 300 $22,705.00 $ 22,705.00 $ - $ -

F-350 4x2 Crewcab 2012 #28 Morrow Brothers Ford 2012-140 300 $22,705.00 $ 22,705.00 $ - $ -

F-350 4x2 Crewcab 2012 #29 Morrow Brothers Ford 2012-140 300 $22,705.00 $ 22,705.00 $ - $ -

F350 Patrol Truck 2004 #2 Freeway Ford - Sterling Truck Sales, Inc. 2012-139 300 ($11,350.00) $ (11,350.00) $ - $ -

F350 Patrol Truck 2004 #22 Freeway Ford - Sterling Truck Sales, Inc. 2012-142 300 ($12,350.00) $ (12,350.00) $ - $ -

F350 Patrol Truck 2004 #26 Freeway Ford - Sterling Truck Sales, Inc. 2012-139 300 ($10,350.00) $ (10,350.00) $ - $ -

F350 Patrol Truck 2012 #2 Freeway Ford - Sterling Truck Sales, Inc. 2012-139 300 $40,580.00 $ 40,580.00 $ - $ -

F350 Patrol Truck 2012 #26 Freeway Ford - Sterling Truck Sales, Inc. 2012-139 300 $40,580.00 $ 40,580.00 $ - $ -

F450 Patrol Truck 2012 #22 Freeway Ford - Sterling Truck Sales, Inc. 2012-142 300 $39,398.00 $ 39,398.00 $ - $ -

Page 2 of 21 ABF A K.C.D.O.T. P.O. Status Open 1/31/2012 Project Mgr (All) Contractual Obligations Res. # (All) (unaudited)

Values Row Labels Open Contract Contract Amount Funding Remaining A/R Frieghtliner Tandem Axle 6x6 #55 - Equipment Packages AUTO TRUCK INC. 2011-536 300 $91,608.00 $ 91,608.00 $ - $ -

Replacement Vehicle F650 Sign Truck #34 Freeway Ford - Sterling Truck Sales, Inc. Pending 300 $48,494.00 $ 48,494.00 $ - $ -

Equipment Package F650 Sign Truck #34 Sauber Manufacturing Pending 300 $100,734.00 $ 100,734.00 $ - $ -

BigTimberOvrTyler&Pingree 045-3323 $959,834.37 $ 1,496,370.59 $ (451,767.57) $ (98,885.86) (CONST) (CONST) State of IL Treasurer-IDOT 2011-1675 304 $460,853.43 $ 512,546.00 $ - $ -

(E2) (E2) Christopher B Burke Engineering LTD 2007-388 304 $34,125.62 $ 354,938.18 $ (27,780.37) $ -

(E3) (E3) Cotter Consulting, Inc. 2011-588 304 $334,103.38 $ 483,312.00 $ (307,527.20) $ (87,027.88)

(MONITORING) Cotter Consulting, Inc. 2011-587 304 $130,751.94 $ 145,574.41 $ (116,460.00) $ (11,857.98)

BigTimberRdBrOvrTylerCreek 3157 $0.00 $ 52,717.69 $ (5,401.22) $ (5,401.22) (E3) (MONITORING) Wills Burke Kelsey Associates, Limited (WBK) 2009-184 540 $0.00 $ 52,717.69 $ (5,401.22) $ (5,401.22)

Bliss Ke-De-Ka to Merrill $147,675.15 $ 822,921.46 $ - $ - (CONST) (CONST) Curran Contracting Co 2011-122 554 $147,675.15 $ 822,921.46 $ - $ -

Bliss Road over Blackberry Creek $37,779.84 $ 181,943.21 $ (43,820.54) $ (1,723.69) (E1) (E1) Wills Burke Kelsey Associates, Limited (WBK) 2009-2637 304 $37,779.84 $ 181,943.21 $ (43,820.54) $ (1,723.69)

BowesRd Ovr Fitchie Creek $117,896.59 $ 648,297.43 $ - $ - (CONST) (CONST)

Page 3 of 21 ABF A K.C.D.O.T. P.O. Status Open 1/31/2012 Project Mgr (All) Contractual Obligations Res. # (All) (unaudited)

Values Row Labels Open Contract Contract Amount Funding Remaining A/R Illinois Constructors Corp. 2009-1133 513 $108,976.59 $ 628,297.43 $ - $ -

(E3) Monitoring V3 Companies of Illinois Ltd 2010-1845 304 $8,920.00 $ 20,000.00 $ - $ -

Bridge Inspections $367,563.70 $ 720,000.00 $ (13,116.08) $ (13,116.08) (E1) Bridge Inspections Big Rock Township 2011-70 301 $0.00 $ (5,578.00) $ (5,578.00)

Hampton Lenzini & Renwick, Inc. (HLR) 2011-70 301 $7,563.70 $ 360,000.00 $ - $ -

2012-162 301 $360,000.00 $ 360,000.00 $ - $ -

Kaneville Township 2011-70 301 $0.00 $ (1,392.50) $ (1,392.50)

Plato Township 2011-70 301 $0.00 $ (2,568.95) $ (2,568.95)

Virgil Township 2009-104 301 $0.00 $ (566.57) $ (566.57)

2011-70 301 $0.00 $ (2,502.00) $ (2,502.00)

(blank) 301 $0.00 $ (508.06) $ (508.06)

Building Improvements $4,500.00 $ 4,500.00 $ - $ - (E1) Building B & D Roof Replacement STR Building Resources LLC 2012-298 300 $4,500.00 $ 4,500.00 $ - $ -

Burlington @ Corron Rd $278,230.28 $ 1,396,447.96 $ - $ - (CONST) (CONST) Curran Contracting Co 2011-593 304 $278,230.28 $ 622,161.96 $ - $ - 551 $0.00 $ 774,286.00 $ - $ -

Burlington @ IL Route 47 $212,225.02 $ 223,317.85 $ (139,000.00) $ - (E2) (E2) Burns & McDonnell Engineering Co 2011-2463 540 $2,554.80 $ 13,647.63 $ - $ -

2011-2656

Page 4 of 21 ABF A K.C.D.O.T. P.O. Status Open 1/31/2012 Project Mgr (All) Contractual Obligations Res. # (All) (unaudited)

Values Row Labels Open Contract Contract Amount Funding Remaining A/R 540 $209,670.22 $ 209,670.22 $ (139,000.00) $ -

Burlington Over VirgilDitch2 $9,345.63 $ 165,955.25 $ - $ - (E2) (E2) Entran, LLC 2009-1673 304 $9,345.63 $ 165,955.25 $ - $ -

Contractual Services / Engineering Fees $0.00 $ (2,000.00) $ (2,000.00) (E3) Engineering Fees -Aurora Township Geneva Township (blank) 300 $0.00 $ (2,000.00) $ (2,000.00)

Corron Ovr FersonCrkBranch $31,866.74 $ 192,864.00 $ - $ - (E2) (E2) Ciorba Group Inc. 2009-2546 304 $31,866.74 $ 192,864.00 $ - $ -

Damisch Road over Tyler Creek $44,753.86 $ 183,478.45 $ (358.90) $ - (CONST) (CONST) State of IL Treasurer-IDOT 2010-1421 513 $44,305.24 $ 93,553.18 $ - $ -

(E3) (E3) ESI Consultants, LTD. 2010-631 304 $448.62 $ 89,925.27 $ (358.90) $ -

Dauberman Over Welch Crk 045-3107 $9,403.74 $ 93,472.26 $ (8,612.52) $ - (E1) (E1) Teng & Associates 2009-2020 304 $9,403.74 $ 93,472.26 $ (8,612.52) $ -

Drainage Repair $4,640.00 $ 4,640.00 $ - $ - (CONST) Prestbury Drainage Pipe Repair Huddleston McBride Co. 2011-2526 304 $4,640.00 $ 4,640.00 $ - $ -

External Grants $0.00 $ (3,817.37) $ (3,817.37) (blank) Ride in Kane Mobility Mgmt Services Association for Individual Development (AID) (blank) 300 $0.00 $ (3,817.37) $ (3,817.37)

Fabyan Pkwy - IL25 to Nagel Blvd $191,323.46 $ 301,074.00 $ (121,776.09) $ (4,642.74) (E1) (E1) Engineering Enterprises Inc 2010-738 305 $63,164.13 $ 172,914.67 $ (19,248.63) $ (4,642.74)

(E2)

Page 5 of 21 ABF A K.C.D.O.T. P.O. Status Open 1/31/2012 Project Mgr (All) Contractual Obligations Res. # (All) (unaudited)

Values Row Labels Open Contract Contract Amount Funding Remaining A/R (E2) Engineering Enterprises Inc Pending 305 $128,159.33 $ 128,159.33 $ (102,527.46) $ -

Fabyan Pkwy & Kirk Road $409,000.00 $ 409,000.00 $ (286,300.00) $ - (E1) (E1) Thomas Engineering Group, LLC Pending 305 $409,000.00 $ 409,000.00 $ (286,300.00) $ -

Fabyan Pkwy & Van Nortwick $142,766.39 $ 245,294.00 $ - $ - (CONST) (CONST) State of IL Treasurer-IDOT 2010-959 304 $142,766.39 $ 245,294.00 $ - $ -

Fabyan Pkwy Ovr Mill Creek $246,223.12 $ 511,277.78 $ (191.36) $ - (CONST) (CONST) State of IL Treasurer-IDOT 2008-119 300 $245,983.94 $ 367,641.28 $ - $ -

(E3) (E3) Homer L. Chastain & Associates, LLP 2007-307 301 $239.18 $ 143,636.50 $ (191.36) $ -

French Road Bridge over Burlington Creek $22,491.19 $ 152,091.14 $ (36,419.39) $ (15,183.60) (E1) (E1) Wills Burke Kelsey Associates, Limited (WBK) 2009-2635 304 $22,491.19 $ 152,091.14 $ (36,419.39) $ (15,183.60)

GIS-Technologies $19,615.00 $ 48,000.00 $ - $ - (blank) GIS Professional Services GIS Solutions, Inc. 2010-2193 300 $19,615.00 $ 48,000.00 $ - $ -

Government Liaison Services $2,333.33 $ 27,999.96 $ - $ - (blank) Revenue/Legislative Raucci & Sullivan Strategies, LLC 2011-193 300 $2,333.33 $ 27,999.96 $ - $ -

Haegers Bend @ County Line Rd $1,437.50 $ 1,437.50 $ - $ - (CONST) (CONST) State of IL Treasurer-IDOT 2011-2628 304 $1,437.50 $ 1,437.50 $ - $ -

HampshireCreekStreambankStabilization $4,244.72 $ 114,600.00 $ - $ - (E2) (E2) Strand Associates Inc 2008-890

Page 6 of 21 ABF A K.C.D.O.T. P.O. Status Open 1/31/2012 Project Mgr (All) Contractual Obligations Res. # (All) (unaudited)

Values Row Labels Open Contract Contract Amount Funding Remaining A/R 304 $4,244.72 $ 114,600.00 $ - $ -

Highland - Randall to McLean $113,292.50 $ 113,292.50 $ - $ - (E1) (E1) City of Elgin 2007-24 304 $113,292.50 $ 113,292.50 $ - $ -

Huntley - Square Barn to Sleepy Hollow Interconnect $145,009.46 $ 214,963.40 $ (21,777.69) $ (8,942.12) (CONST) (CONST) State of IL Treasurer-IDOT 2011-597 540 $128,965.00 $ 128,965.00 $ - $ -

(E3) (E3) AMEC E&I, Inc. 2010-2171 540 $16,044.46 $ 85,998.40 $ (21,777.69) $ (8,942.12)

Huntley & Galligan Intersection Improvement $191,069.94 $ 291,340.58 $ (135,959.12) $ - (E1) (E1) Bloom Companies, LLC 2010-871 305 $21,121.04 $ 121,391.68 $ - $ -

(E2) (E2) Crawford Murphy & Tilly Inc (CMT) 2011-1858 540 $169,948.90 $ 169,948.90 $ (135,959.12) $ -

I90 / IL47 Interchange $5,334,875.00 $ 5,334,875.00 $ - $ - (CONST) (CONST) (CONST) Pending 305 $1,813,857.00 $ 1,813,857.00 $ - $ - 540 $3,521,018.00 $ 3,521,018.00 $ - $ -

IceControl $837,809.14 $ 953,329.62 $ - $ - (blank) Rock Salt Hutchinson Salt Company, Inc. 2012-5 302 $837,809.14 $ 953,329.62 $ - $ -

IL64 Traffic Signal Interconnect - Randall to Burlington $201,059.55 $ 415,211.91 $ (116,126.51) $ (14,423.20) (CONST) (CONST) State of IL Treasurer-IDOT 2011-2009 305 $84,097.55 $ 119,470.63 $ - $ -

(E2) (E2) Delcan Corporation 2009-2639 300 $116,962.00 $ 295,741.28 $ (116,126.51) $ (14,423.20)

Impact Fee - Greater Elgin $151,005.09 $ 151,005.09 $ - $ - (blank)

Page 7 of 21 ABF A K.C.D.O.T. P.O. Status Open 1/31/2012 Project Mgr (All) Contractual Obligations Res. # (All) (unaudited)

Values Row Labels Open Contract Contract Amount Funding Remaining A/R Impact Fee - Greater Elgin - Refund Wal-Mart Pending 552 $151,005.09 $ 151,005.09 $ - $ -

Impact Fee Program $118,532.14 $ 180,760.00 $ - $ - (blank) Impact Fee Ordinance Update CH2M Hill Inc. 2011-1800 300 $118,532.14 $ 180,760.00 $ - $ -

Jericho Over Blackberry Crk $224,200.95 $ 284,811.78 $ (171,780.71) $ (5,419.95) (E1) (E1) Wills Burke Kelsey Associates, Limited (WBK) 2009-1667 301 $0.00 $ 60,610.83 $ (5,419.95) $ (5,419.95)

(E2) (E2) Wills Burke Kelsey Associates, Limited (WBK) Pending 304 $207,950.95 $ 207,950.95 $ (166,360.76) $ -

(Wetland Credits) Wills Burke Kelsey Associates, Limited (WBK) Pending 304 $16,250.00 $ 16,250.00 $ - $ -

Jericho Over Drainage Ditch $15,725.03 $ 192,357.36 $ - $ - (E2) (E2) Entran, LLC 2009-1672 304 $15,725.03 $ 192,357.36 $ - $ -

Keslinger Road over LaFox Trib to Mill Creek $8,077.82 $ 24,789.58 $ - $ - (E2) (Compensatory Storage) Crawford Murphy & Tilly Inc (CMT) 2011-2220 305 $8,077.82 $ 24,789.58 $ - $ -

Keslinger Road over Mill Creek Trib (West) $35,214.86 $ 219,289.00 $ - $ - (E2) (E2) Ciorba Group Inc. 2009-2545 540 $35,214.86 $ 219,289.00 $ - $ -

KeslingerOvrMillCrkBranch $165,670.21 $ 1,882,794.12 $ - $ - (CONST) (CONST) Plote Construction Inc. of Hoffman Estates, IL 2009-1295 513 $165,424.79 $ 1,783,483.80 $ - $ -

(E3) (E3) Crawford Murphy & Tilly Inc (CMT) 2009-1291 513 $245.42 $ 99,310.32 $ - $ -

KeslingerOvrWelchCrk $20,730.31 $ 202,546.86 $ - $ -

Page 8 of 21 ABF A K.C.D.O.T. P.O. Status Open 1/31/2012 Project Mgr (All) Contractual Obligations Res. # (All) (unaudited)

Values Row Labels Open Contract Contract Amount Funding Remaining A/R (CONST) (CONST) State of IL Treasurer-IDOT 2010-344 304 $20,730.31 $ 178,000.00 $ - $ -

(E2) (E2) Wills Burke Kelsey Associates, Limited (WBK) 2010-1868 304 $0.00 $ 24,546.86 $ - $ -

Kirk & Douglas $73,824.55 $ 287,564.21 $ (49,510.50) $ (11,747.89) (E1) (E1) H.W. Lochner, Inc. 2009-107 304 $14,741.61 $ 139,962.72 $ - $ -

(E2) (E2) H.W. Lochner, Inc. 2011-121 300 $59,082.94 $ 147,601.49 $ (49,510.50) $ (11,747.89)

Kirk Road & Rt.64 $32,200.00 $ 32,200.00 $ - $ - (CONST) (CONST) State of IL Treasurer-IDOT Pending 304 $32,200.00 $ 32,200.00 $ - $ -

Kirk/Dunham Interconnect (Rt.56 to Stearns) $162,330.09 $ 309,375.13 $ (150,525.97) $ (27,555.28) (E2) (E2) Jacobs Engineering 2010-737 305 $12,707.96 $ 159,753.00 $ (30,828.27) $ (27,555.28)

(E3) (E3) Ciorba Group Inc. 2012-173 540 $149,622.13 $ 149,622.13 $ (119,697.70) $ -

LaFox Road over Mill Creek 045-5557 $293,318.66 $ 414,902.16 $ - $ - (E2) (E2) Wills Burke Kelsey Associates, Limited (WBK) 2011-2008 304 $293,318.66 $ 414,902.16 $ - $ -

Land Survey Assistance $62,230.00 $ 82,000.00 $ - $ - (E1) Land Survey Assistance Hampton Lenzini & Renwick, Inc. (HLR) 2010-615 304 $20,230.00 $ 40,000.00 $ - $ -

Trotter & Associates, Inc. Pending 304 $42,000.00 $ 42,000.00 $ - $ -

LongMeadow Pkwy Bridge $739,352.83 $ 4,290,736.81 $ (568,376.68) $ (564,710.76) (E1)

Page 9 of 21 ABF A K.C.D.O.T. P.O. Status Open 1/31/2012 Project Mgr (All) Contractual Obligations Res. # (All) (unaudited)

Values Row Labels Open Contract Contract Amount Funding Remaining A/R (E1) McDonough Associates Inc 2007-76 540 $59,208.31 $ 2,977,257.43 $ (22,706.68) $ (22,640.76)

(ROW) (Plat of Survey) Engineering Enterprises Inc 2010-1756 304 $215,554.52 $ 229,979.38 $ - $ -

(ROW) Federal IGA - ROW Local Match Pending 556 $397,400.00 $ 397,400.00 $ - $ -

Lundstrum 1LN0057 556 $0.00 $ 598,600.00 $ (538,740.00) $ (538,740.00)

1LN0059 556 $4,000.00 $ 4,000.00 $ (3,600.00) $ -

Polach Appraisal Group Inc 2007-89 556 $17,340.00 $ 20,200.00 $ - $ -

(ROW) Title, Insurance, Appraisals, etc. Civiltech Engineering Inc 2007-34 556 $45,850.00 $ 63,300.00 $ (3,330.00) $ (3,330.00)

Main St & Nelson Lake Rd $57,506.73 $ 171,814.89 $ (5,611.05) $ - (E1) (E1) H.W. Lochner, Inc. 2009-108 304 $57,506.73 $ 171,814.89 $ (5,611.05) $ -

Main St. over Blackberry Creek $32,057.47 $ 100,742.50 $ (34,524.15) $ - (E1) (E1) Teng & Associates 2009-2022 304 $32,057.47 $ 100,742.50 $ (34,524.15) $ -

Material Testing $25,361.60 $ 150,000.00 $ - $ - (E3) Material Testing Midland Standard Engineering & Testing, Inc. 2011-591 304 $25,361.60 $ 150,000.00 $ - $ -

McLean- Hopps to Bowes $1,543,682.34 $ 2,114,657.46 $ - $ - (CONST) (CONST) State of IL Treasurer-IDOT 2007-127 300 $263,185.00 $ 263,185.00 $ - $ - 552 $1,280,497.34 $ 1,851,472.46 $ - $ -

McLean- Hopps to Bowes (Bikepath) $11,352.84 $ 39,759.00 $ - $ - (CONST) (CONST) Bikepath State of IL Treasurer-IDOT

Page 10 of 21 ABF A K.C.D.O.T. P.O. Status Open 1/31/2012 Project Mgr (All) Contractual Obligations Res. # (All) (unaudited)

Values Row Labels Open Contract Contract Amount Funding Remaining A/R 2010-345 304 $11,352.84 $ 39,759.00 $ - $ -

Meredith & IL38 $17,250.00 $ 17,250.00 $ - $ - (CONST) (CONST) State of IL Treasurer-IDOT 2011-1951 304 $17,250.00 $ 17,250.00 $ - $ -

Orchard -Jericho to Rt.30 $6,270,863.57 $ 7,438,963.75 $ (24,537.65) $ (14,200.00) (CONST) (CONST) State of IL Treasurer-IDOT 2011-1674 302 $1,007,256.00 $ 1,007,256.00 $ - $ - 304 $1,662,125.87 $ 1,982,240.00 $ - $ - 513 $2,000,000.00 $ 2,000,000.00 $ - $ - 550 $324,000.00 $ 324,000.00 $ - $ -

(E2) (E2) RJN Group Inc 2009-2024 305 $13,418.50 $ 275,428.75 $ (6,837.65) $ -

(E3) (E3) Civiltech Engineering Inc 2011-563 540 $1,020,606.66 $ 1,264,639.00 $ - $ - 550 $243,456.54 $ 550,000.00 $ - $ -

(ROW) (RELO) Orchard Road Animal Hospital P.C. 0039 550 $0.00 $ 28,400.00 $ (14,200.00) $ (14,200.00)

(ROW) ComEd 0038 300 $0.00 $ 7,000.00 $ (3,500.00) $ -

Orchard Road over I-88 $183,270.81 $ 195,703.13 $ - $ - (E2) (E2) STV, Inc. 2011-2504 540 $183,270.81 $ 195,703.13 $ - $ -

Orchard Traffic Signal Interconnect - Randall to Rochester $137,320.00 $ 137,320.00 $ - $ - (CONST) (CONST) State of IL Treasurer-IDOT 2011-1076 304 $137,320.00 $ 137,320.00 $ - $ -

Orchard-IndianTrltoPraire $12,682.00 $ 15,666.50 $ - $ - (E2) (E2) Orchard Pond Wills Burke Kelsey Associates, Limited (WBK) 2009-155 540 $3,182.00 $ 6,166.50 $ - $ -

Page 11 of 21 ABF A K.C.D.O.T. P.O. Status Open 1/31/2012 Project Mgr (All) Contractual Obligations Res. # (All) (unaudited)

Values Row Labels Open Contract Contract Amount Funding Remaining A/R (E3) (E3) Orchard Pond Wills Burke Kelsey Associates, Limited (WBK) 2009-156 304 $9,500.00 $ 9,500.00 $ - $ -

Pavement Marking $540,808.21 $ 1,076,601.85 $ - $ - (CONST) Pavement Striping - Paint Preform Traffic Control System 2011-1315 304 $196,438.56 $ 358,235.38 $ - $ -

Pavement Striping - Urethane Roadsafe Traffic Systems, Inc. 2011-1313 304 $344,369.65 $ 718,366.47 $ - $ -

Pavement Resurfacing $1,167,419.13 $ 5,248,917.40 $ - $ - (CONST) Resurfacing/Paved shoulders Curran Contracting Co 2011-595 513 $1,167,419.13 $ 5,248,917.40 $ - $ -

Penny Road - IL68 to Cook County Line $200,000.00 $ 200,000.00 $ - $ - (CONST) (CONST) Cook County 2010-736 304 $200,000.00 $ 200,000.00 $ - $ -

Peplow Road over Trib. Of Union Ditch No.3 $49,952.36 $ 168,639.00 $ - $ - (E1) (E1) Ciorba Group Inc. 2009-2544 304 $49,952.36 $ 168,639.00 $ - $ -

Plank Rd. & IL47 $2,687,226.78 $ 2,915,002.47 $ (1,645,241.00) $ - (CONST) (CONST) (CONST) Pending 540 $1,645,241.00 $ 1,645,241.00 $ (1,645,241.00) $ - 553 $796,860.00 $ 796,860.00 $ - $ -

(E2) (E2) Patrick Engineering Inc 2007-87 553 $1,125.78 $ 228,901.47 $ - $ -

(E3) (E3) (E3) Pending 553 $244,000.00 $ 244,000.00 $ - $ -

Plank Rd. Realignment $188,670.33 $ 398,841.52 $ - $ - (E2) (E2) Crawford Murphy & Tilly Inc (CMT) 2010-1869 553 $187,270.33 $ 397,441.52 $ - $ -

Page 12 of 21 ABF A K.C.D.O.T. P.O. Status Open 1/31/2012 Project Mgr (All) Contractual Obligations Res. # (All) (unaudited)

Values Row Labels Open Contract Contract Amount Funding Remaining A/R

(ROW) (ROW) Bulthuis Realty Consultants Inc 2012-361 305 $1,400.00 $ 1,400.00 $ - $ -

Planning $0.00 $ - $ (25,484.70) (blank) Planners - CMAP 50-50 Dec'11 Chicago Metropolitan Agency for Planning (CMAP) (blank) 300 $0.00 $ - $ (2,696.40)

Planners - CMAP 50-50 Nov'11 Chicago Metropolitan Agency for Planning (CMAP) (blank) 300 $0.00 $ - $ (6,020.13)

Planners - CMAP 80-20 Dec'11 Chicago Metropolitan Agency for Planning (CMAP) (blank) 300 $0.00 $ - $ (7,938.51)

Planners - CMAP 80-20 Nov'11 Chicago Metropolitan Agency for Planning (CMAP) (blank) 300 $0.00 $ - $ (8,829.66)

Randall - County Line to Binnie Interconnect $56,840.28 $ 149,760.00 $ (26,374.81) $ (2,494.88) (CONST) (CONST) State of IL Treasurer-IDOT 2011-597 540 $26,990.38 $ 90,805.00 $ - $ -

(E3) (E3) AMEC E&I, Inc. 2010-2172 304 $29,849.90 $ 58,955.00 $ (26,374.81) $ (2,494.88)

Randall - Orchard to Main Interconnect $32,932.34 $ 66,481.79 $ - $ - (CONST) (CONST) State of IL Treasurer-IDOT 2009-2023 305 $32,932.34 $ 66,481.79 $ - $ -

Randall & Big Timber $20,625.27 $ 112,644.65 $ - $ - (E1) (E1) Bloom Companies, LLC 2010-724 304 $12,298.01 $ 24,920.40 $ - $ -

(E2) (E2) Gewalt Hamilton Associates, Inc. 2011-1676 304 $6,327.26 $ 85,724.25 $ - $ -

(ROW) (ROW) T Engineering Services Ltd

Page 13 of 21 ABF A K.C.D.O.T. P.O. Status Open 1/31/2012 Project Mgr (All) Contractual Obligations Res. # (All) (unaudited)

Values Row Labels Open Contract Contract Amount Funding Remaining A/R 2012-316 304 $2,000.00 $ 2,000.00 $ - $ -

Randall & Bolcum $362,944.04 $ 546,459.51 $ - $ - (CONST) (CONST) State of IL Treasurer-IDOT 2011-1075 304 $362,944.04 $ 546,459.51 $ - $ -

Randall & Fabyan $339,349.74 $ 1,103,132.08 $ (147,299.63) $ (62,627.99) (CONST) (CONST) State of IL Treasurer-IDOT 2011-1074 513 $304,718.56 $ 556,888.98 $ - $ -

(E2) (E2) Crawford Murphy & Tilly Inc (CMT) 2009-1671 305 $143.57 $ 253,292.62 $ (114.84) $ -

(E3) (E3) Transystems, Inc. 2011-598 305 $34,487.61 $ 273,550.48 $ (132,064.79) $ (59,107.99)

(ROW) (ROW) Dial Realty - Geneva LLC 1LT1003 300 $0.00 $ 15,000.00 $ (11,600.00) $ -

Home Depot RT10001TE 304 $0.00 $ 4,400.00 $ (3,520.00) $ (3,520.00)

Randall & Foothill $202,233.57 $ 368,568.30 $ (181,331.52) $ - (E2) (E2) HDR Engineering Inc 2010-632 305 $0.00 $ 166,334.73 $ (19,544.66) $ -

(E3) (E3) Homer L. Chastain & Associates, LLP 2012-163 304 $202,233.57 $ 202,233.57 $ (161,786.86) $ -

Randall & Gyorr Permanent Traffic Signal $300,000.00 $ 300,000.00 $ - $ - (CONST) (CONST) (CONST) Pending 305 $300,000.00 $ 300,000.00 $ - $ -

Randall & IL Rt64 $1,371,636.00 $ 3,342,704.38 $ - $ - (CONST) (CONST) State of IL Treasurer-IDOT 2007-123 513 $1,371,636.00 $ 1,371,636.00 $ - $ -

Page 14 of 21 ABF A K.C.D.O.T. P.O. Status Open 1/31/2012 Project Mgr (All) Contractual Obligations Res. # (All) (unaudited)

Values Row Labels Open Contract Contract Amount Funding Remaining A/R 540 $0.00 $ 1,971,068.38 $ - $ -

Randall & Rt. 72 $27,600.00 $ 27,600.00 $ - $ - (CONST) (CONST) State of IL Treasurer-IDOT 2011-2557 305 $27,600.00 $ 27,600.00 $ - $ -

Randall Bridge over Mill Creek $54,451.50 $ 54,451.50 $ - $ - (CONST) (CONST) Alliance Contractors, Inc. 2012-152 304 $54,451.50 $ 54,451.50 $ - $ -

Randall Over I-88 $85,417.38 $ 1,158,831.89 $ - $ - (CONST) (CONST) Herlihy Mid-Continent Company 2011-1010 513 $67,870.92 $ 968,916.40 $ - $ -

(E3) (E3) V3 Companies of Illinois Ltd 2011-590 540 $17,546.46 $ 189,915.49 $ - $ -

Randall Traffic Signal Interconnect - Dean to Main $205,400.00 $ 205,400.00 $ - $ - (CONST) (CONST) State of IL Treasurer-IDOT 2011-596 305 $205,400.00 $ 205,400.00 $ - $ -

Repairs & Maint.-Roads $8,220.00 $ 8,220.00 $ - $ - (blank) ROW Mowing Services Sebert Landscaping 2012-346 300 $8,220.00 $ 8,220.00 $ - $ -

Route 529 Bus Access Plan $9,220.38 $ 84,986.47 $ - $ - (E2) Route 529 Bus Access Plan V3 Companies of Illinois Ltd 2011-412 305 $9,220.38 $ 84,986.47 $ - $ -

ROW $12,850.00 $ 90,000.00 $ - $ - (ROW) On-Call Appraisal Services Civiltech Engineering Inc 2010-135 300 $8,300.00 $ 65,000.00 $ - $ -

Polach Appraisal Group 2010-138 300 $4,550.00 $ 25,000.00 $ - $ -

Rural Sign Upgrade Program $40,000.00 $ 40,000.00 $ (40,000.00) $ - (blank) Rural Sign Upgrade Program (blank)

Page 15 of 21 ABF A K.C.D.O.T. P.O. Status Open 1/31/2012 Project Mgr (All) Contractual Obligations Res. # (All) (unaudited)

Values Row Labels Open Contract Contract Amount Funding Remaining A/R Pending 300 $40,000.00 $ 40,000.00 $ (40,000.00) $ -

Silver Glen Over Otter Creek Branch $95,499.28 $ 754,923.29 $ - $ - (CONST) (CONST) Alliance Contractors Inc. 2011-1316 513 $61,099.40 $ 571,047.80 $ - $ -

(E2) (E2) RJN Group Inc 2007-204 300 $519.76 $ 115,834.61 $ - $ -

(E3) (E3) Bollinger, Lach & Associates Inc 2011-592 304 $33,880.12 $ 68,040.88 $ - $ -

South St Bike Path Extension $42,853.51 $ 312,793.30 $ (118,319.36) $ (71,901.35) (E1) (E1) Wills Burke Kelsey Associates, Limited (WBK) 2009-1670 305 $10,506.48 $ 136,074.70 $ (8,405.18) $ -

(E2) (E2) Wills Burke Kelsey Associates, Limited (WBK) 2011-589 305 $32,347.03 $ 176,718.60 $ (109,914.18) $ (71,901.35)

Stearns Rd Bridge - Stg 1A Bridges - Dunham BR Ovr CCPRR $294,938.94 $ 455,775.30 $ - $ - (CONST) (CONST) State of IL Treasurer-IDOT 2008-273 300 $134,938.94 $ 295,775.30 $ - $ - 555 $160,000.00 $ 160,000.00 $ - $ -

Stearns Rd Bridge - Stg 1A Bridges - New Stearns Rd Ovr N Brewster Crk $149,242.34 $ 340,379.75 $ - $ - (CONST) (CONST) State of IL Treasurer-IDOT 2008-272 540 $149,242.34 $ 340,379.75 $ - $ -

Stearns Rd Bridge - Stg 2 New Stearns at McLean Blvd and McLean & IL31 $656,637.73 $ 1,744,870.90 $ (6,271.84) $ - (CONST) (CONST) State of IL Treasurer-IDOT 2009-2021 305 $149,669.00 $ 149,669.00 $ - $ - 558 $500,000.00 $ 500,000.00 $ - $ -

(E3) (E3) Christopher B Burke Engineering LTD 2009-1136 513 $6,968.73 $ 1,095,201.90 $ - $ - 540 $0.00 $ (6,271.84) $ -

Page 16 of 21 ABF A K.C.D.O.T. P.O. Status Open 1/31/2012 Project Mgr (All) Contractual Obligations Res. # (All) (unaudited)

Values Row Labels Open Contract Contract Amount Funding Remaining A/R Stearns Rd Bridge - Stg 2A McLean Fen Adaptive Mgmt Plan $258,736.79 $ 417,579.24 $ (133,689.83) $ - (CONST) (CONST) State of IL Treasurer-IDOT Pending 305 $114,628.31 $ 114,628.31 $ - $ -

(E2) (E2) McDonough Associates Inc 2010-246 558 $17,119.01 $ 175,961.46 $ (19,399.31) $ -

(E3) (E3) AMEC E&I Inc. 2011-2036 305 $126,989.47 $ 126,989.47 $ (114,290.52) $ -

Stearns Rd Bridge - Stg 3 Stearns Road / Dunham / IL 25 Int. $1,316,103.62 $ 3,535,872.68 $ (214,620.60) $ - (CONST) (CONST) State of IL Treasurer-IDOT 2009-2027 305 $588,898.00 $ 588,898.00 $ (181,237.00) $ - 552 $700,000.00 $ 700,000.00 $ - $ -

(E3) (E3) Bollinger, Lach & Associates Inc 2009-1135 513 $27,205.62 $ 2,246,974.68 $ - $ - 540 $0.00 $ (33,383.60) $ -

Stearns Rd Bridge - Stg 3A IL25 from Dunham to CC&P RR $4,260,660.77 $ 5,055,196.48 $ (2,527,598.54) $ - (CONST) (CONST) State of IL Treasurer-IDOT Pending 305 $625,210.00 $ 625,210.00 $ - $ - 555 $850,000.00 $ 850,000.00 $ - $ -

(E2) (E2) Alfred Benesch & Co. 2010-137 513 $867,760.77 $ 1,662,296.48 $ - $ - 540 $0.00 $ (828,677.54) $ -

(E3) (E3) (E3) Pending 305 $1,327,690.00 $ 1,327,690.00 $ (1,194,921.00) $ -

(ROW) (ROW) (ROW) Pending 305 $590,000.00 $ 590,000.00 $ (504,000.00) $ -

Stearns Rd Bridge - Stg 4 McLean to IL25 $1,788,935.34 $ 6,822,660.31 $ (172,424.64) $ (7,787.66) (CONST) (CONST) State of IL Treasurer-IDOT

Page 17 of 21 ABF A K.C.D.O.T. P.O. Status Open 1/31/2012 Project Mgr (All) Contractual Obligations Res. # (All) (unaudited)

Values Row Labels Open Contract Contract Amount Funding Remaining A/R 2009-1316 305 $589,531.81 $ 1,376,080.29 $ - $ - 513 $0.00 $ 1,437,435.71 $ - $ -

(CONST) Advance STP-C Payback Lake County 2010-1329 558 $536,555.00 $ 569,766.00 $ - $ -

Will County 2010-1328 558 $506,059.00 $ 537,403.00 $ - $ -

(E3) (E3) Omega & Associates Inc. 2009-572 302 $0.00 $ 2,613,102.49 $ - $ - 540 $156,789.53 $ 288,872.82 $ (172,424.64) $ (7,787.66)

Stearns Rd Bridge - Stg 4A South Elgin Sedge Meadow Adaptive Mgmt Plan $27,630.34 $ 209,977.92 $ - $ - (E3) (E3) Wills Burke Kelsey Associates, Limited (WBK) 2009-152 540 $27,630.34 $ 209,977.92 $ - $ -

Stearns Rd Bridge - Stg 5 McLean Blvd to Randall $308,497.49 $ 1,024,053.00 $ - $ - (CONST) (CONST) State of IL Treasurer-IDOT 2009-2026 305 $308,497.49 $ 887,025.00 $ - $ - 513 $0.00 $ 137,028.00 $ - $ -

Stearns Rd Bridge - Stg 5B Umbdenstock over CC&P RR $1,296,207.60 $ 1,660,742.57 $ (950,025.59) $ (13,257.18) (CONST) (CONST) ComEd 2011-2007 305 $632,000.00 $ 632,000.00 $ (568,800.00) $ -

State of IL Treasurer-IDOT 2011-1946 305 $285,203.22 $ 285,203.22 $ - $ -

(E2) (E2) Civiltech Engineering Inc 2009-2774 540 $14,504.29 $ 326,390.00 $ (15,547.77) $ (1,873.99)

(E3) (E3) Omega & Associates Inc. 2011-977 513 $364,500.09 $ 412,749.35 $ - $ - 540 $0.00 $ (361,277.82) $ (10,383.19)

(ROW) (ROW) CJR Enterprises LLC 1ST0147 300 $0.00 $ 1,000.00 $ (1,000.00) $ (1,000.00)

Page 18 of 21 ABF A K.C.D.O.T. P.O. Status Open 1/31/2012 Project Mgr (All) Contractual Obligations Res. # (All) (unaudited)

Values Row Labels Open Contract Contract Amount Funding Remaining A/R ComEd 1ST0146 513 $0.00 $ 3,400.00 $ - $ - 540 $0.00 $ (3,400.00) $ -

Stearns Road Bridge $620,903.46 $ 4,301,866.60 $ (350,922.74) $ - (CONST) (CONST) Alfred Benesch & Co. 2009-621 304 $6,193.20 $ 14,900.00 $ - $ -

(E3) (E3) - Corridor Mgmt Alfred Benesch & Co. 2009-570 305 $15,537.55 $ 264,055.91 $ (14,287.01) $ - 513 $0.00 $ 3,260,985.19 $ - $ - 540 $0.00 $ - $ -

(E3) - Landscaping Hey and Associates, Inc. 2010-2418 513 $203,047.21 $ 275,000.00 $ - $ - 540 $170,992.50 $ 170,992.50 $ (336,635.73) $ -

(ROW) (ROW) Title, Insurance, Appraisals, etc. Civiltech Engineering Inc 2007-33 555 $44,800.00 $ 123,400.00 $ - $ -

N Steffens & Associates LTD 2008-202 555 $11,275.00 $ 19,075.00 $ - $ -

T Engineering Services Ltd 2007-1 300 $2,600.00 $ 7,000.00 $ - $ -

(CONST) - Landscaping (CONST) - Landscaping State of IL Treasurer-IDOT 2011-1077 540 $166,458.00 $ 166,458.00 $ - $ -

Stormwater Mgmt $22,133.20 $ 27,878.00 $ - $ - (E2) Bolcum over Ferson Creek Hampton Lenzini & Renwick, Inc. (HLR) 2011-732 300 $1,334.84 $ 3,378.00 $ - $ -

Stormwater Mgmt Wills Burke Kelsey Associates, Limited (WBK) 2011-1863 300 $20,798.36 $ 24,500.00 $ - $ -

Tanner Over Lake Run Creek $118,457.61 $ 166,795.41 $ - $ - (E2) (E2) Baxter & Woodman, Inc. 2011-2019 305 $118,457.61 $ 166,795.41 $ - $ -

Page 19 of 21 ABF A K.C.D.O.T. P.O. Status Open 1/31/2012 Project Mgr (All) Contractual Obligations Res. # (All) (unaudited)

Values Row Labels Open Contract Contract Amount Funding Remaining A/R Thatcher Over VirgilDitch1 $145,166.27 $ 188,632.59 $ - $ - (E2) (E2) Baxter & Woodman, Inc. 2011-2020 305 $145,166.27 $ 188,632.59 $ - $ -

Traffic Data Collection $65,353.69 $ 124,982.22 $ - $ - (E1) Red Light Running Study Hampton Lenzini & Renwick, Inc. (HLR) 2011-636 304 $715.99 $ 4,986.00 $ - $ -

Traffic Data Collection Gewalt Hamilton Associates, Inc. 2011-1895 304 $64,637.70 $ 119,996.22 $ - $ -

Traffic Design Engineering Assistance $204,877.70 $ 320,000.00 $ - $ - (E2) Traffic Design Engineering Assistance Hanson Professional Services, Inc. Pending 304 $170,000.00 $ 170,000.00 $ - $ -

T Y Lin International Inc 2010-43 304 $34,877.70 $ 150,000.00 $ - $ -

Traffic Signal /Lighting - Maint. & Repair $1,268,335.34 $ 2,076,124.50 $ (10,404.00) $ (10,404.00) (CONST) 2nd. Quarter 2011 Meade Electric Co Inc 2009-2314 304 $0.00 $ (5,202.00) $ (5,202.00)

3rd. Quarter 2011 Meade Electric Co Inc 2009-2314 304 $0.00 $ (5,202.00) $ (5,202.00)

LED Replacement Meade Electric Co Inc 2011-2481 304 $158,986.00 $ 158,986.00 $ - $ -

Traffic Signal /Lighting - Maint. & Repair Meade Electric Co Inc 2009-2314 300 $0.00 $ - $ - 304 $82,073.34 $ 889,862.50 $ - $ -

2012-3 304 $1,027,276.00 $ 1,027,276.00 $ - $ -

Traffic Signal and Roadway Lighting Equipment $177,471.00 $ 177,471.00 $ - $ - (CONST) Vehicle Detection Systems H&H ELECTRIC CO 2011-2477 304 $177,471.00 $ 177,471.00 $ - $ -

Traffic Signal Mgmt/Timing Assistance $303,416.24 $ 460,000.00 $ - $ - (E2)

Page 20 of 21 ABF A K.C.D.O.T. P.O. Status Open 1/31/2012 Project Mgr (All) Contractual Obligations Res. # (All) (unaudited)

Values Row Labels Open Contract Contract Amount Funding Remaining A/R Traffic Signal Mgmt/Timing Assistance Hampton Lenzini & Renwick, Inc. (HLR) 2011-1651 300 $0.00 $ 115,000.00 $ - $ - 304 $303,416.24 $ 345,000.00 $ - $ -

Walker Over Burlington Crk $70,844.57 $ 153,729.40 $ (57,508.92) $ (833.25) (E1) (E1) Wills Burke Kelsey Associates, Limited (WBK) 2009-2636 304 $70,844.57 $ 153,729.40 $ (57,508.92) $ (833.25)

West County Line Rd Over Union Ditch #3 $6,412.00 $ 87,477.36 $ (8,539.87) $ - (E1) (E1) Teng & Associates 2010-29 304 $6,412.00 $ 87,477.36 $ (8,539.87) $ -

Grand Total $42,946,790.57 $ 84,784,607.05 $ (9,109,858.54) $ (986,560.77)

Page 21 of 21 AGENDA ITEM EXECUTIVE SUMMARY Agenda Item # 4C

Name Approval of Assignment of Contractual Rights and Obligations by the County of Kane Resolution from Teng & Associates, Inc. to exp U.S. Services, Inc. Ordinance

Presenter/Sponsor: Tom Rickert - Deputy Director of Transportation

Budget Information: Was this item budgeted? Yes No N/A Appropriation Amount:

If not budgeted, explain funding source

SUMMARY: The merger of Teng & Associates, Inc into exp U.S. Services, Inc. became effective February 1, 2012. Due to this merger, an assignment agreement is needed to re-assign the open contracts from Teng & Associates, Inc. to exp U.S. Services, Inc. This assignment will be for the following projects:

Main Street over Blackberry Creek, Section #08-00385-00-BR, P.O. 2009-2022 West County Line over Union Ditch #3, Section #08-00024-01-BR, P.O. 2010-29 Dauberman Road over Welch Creek, Section #08-00066-02-BR, P.O. 2009-2020

This reassignment does not modify terms of the original engineering agreement previously approved by the County Board, but is necessary to allow payment to exp U.S. Services, Inc. to proceed.

Attachments: Resolution, Assignment Agreement

Detailed information available from : Staff Name: Steve Coffinbargar, Assistant Director Phone: 630-406-7170 Resolution/Ordinance Tracking:

Assigned Committee: Transportation Passed Sent to: Executive on: 02/21/2012

If Other, specify:

Committee Remarks:

Next Committee: Executive . Sent to: County Board on: 03/07/2012

If Other, specify:

Committee Remarks:

Next Committee: Sent to: on:

Committee Remarks:

County Board Date: 03/13/2012 STATE OF ILLINOIS

COUNTY OF KANE

RESOLUTION NO. 12-

APPROVAL OF ASSIGNMENT OF CONTRACTUAL RIGHTS AND OBLIGATIONS FROM TENG & ASSOCIATES, INC TO exp U.S. SERVICES, INC.

WHEREAS, pursuant to Resolution No. 09-254, the County of Kane entered into Phase I engineering and services agreement with Teng & Associates, Inc., (hereinafter “Teng”) for Dauberman Road (Kane County Highway #82) over Welch Creek, Kane County Section No. 08- 00066-02-BR; and

WHEREAS, pursuant to Resolution No. 09-256, the County of Kane entered into Phase I engineering and services agreement with Teng for Main Street (Kane County Highway #10) over Blackberry Creek, Kane County Section No. 08-00385-00-BR; and

WHEREAS, pursuant to Resolution No. 09-441, the County of Kane entered into Phase I engineering and services agreement with Teng for West County Line Road (Kane County Highway #1) over Union Ditch #3, Kane County Section No. 08-00024-01-BR; and

WHEREAS, pursuant to said agreements, Teng is authorized, with the permission of the County of Kane, to assign its interest in said contracts; and

WHEREAS, Teng has changed its name to exp U.S. Services Inc.; and

WHEREAS, Teng desires to assign the following contracts to exp U.S. Services Inc.:

• Dauberman Road over Welch Creek, Kane County Section No. 08-00066-02- BR • Main Street over Blackberry Creek, Kane County Section No. 08-00385-00- BR • West County Line over Union Ditch #3, Kane County Section No. 08-00024- 01-BR

WHEREAS, exp U.S. Services Inc. desires to accept the aforesaid assignment; and

WHEREAS, the Kane County Engineer believes exp U.S. Services Inc. has the expertise, experience and manpower to successfully complete the work as set forth in the aforesaid contracts.

NOW, THEREFORE, BE IT RESOLVED by the Kane County Board that the assignment of the contracts as described hereinabove by Teng & Associates, Inc. to exp U.S. Services Inc. is hereby approved and the Chairman of the Kane County Board is hereby authorized to execute any approvals of assignment therefor.

Page 2 of 2, Res. #12-_____

Passed by the Kane County Board on March 13, 2012.

John A. Cunningham Karen McConnaughay Clerk, County Board Chairman, County Board Kane County, Illinois Kane County, Illinois

Vote: Yes No Voice Abstentions

3TENGASSIGN.4PJ

AGENDA ITEM EXECUTIVE SUMMARY Agenda Item # 4D

Name Approval of Assignment of Contractual Rights and Obligations by the County of Kane Resolution from AMEC E&I, Inc. to AMEC Environment and Infrastructure, Inc. Ordinance

Presenter/Sponsor: Tom Rickert - Deputy Director of Transportation

Budget Information: Was this item budgeted? Yes No N/A Appropriation Amount:

If not budgeted, explain funding source

SUMMARY: As of January 1, 2012, AMEC E&I, Inc. began operation under the new legal entity AMEC Environment & Infrastructure, Inc. Due to this corporate name change, an assignment agreement is needed to re-assign the open contracts from AMEC E&I, Inc. to AMEC Environment & Infrastructure, Inc. This assignment will be for the following projects:

• Randall Road/Huntley Road – County Line to Binnie & Square Barn to Sleepy Hollow, Section No. 08-00379-00-TL P.O. 2010-2171 & P.O. 2010-2172 • Stearns – Stage 2A McLean Fen AMP, Section No. 06-00214-11-LS, P.O. 2011-2036

This reassignment does not modify terms of the original engineering agreement previously approved by the County Board, but is necessary to allow payment to AMEC Environment & Infrastructure, Inc. to proceed.

Attachments: Resolution, Assignment Agreement

Detailed information available from : Staff Name: Steve Coffinbargar, Assistant Director Phone: 630-406-7170 Resolution/Ordinance Tracking:

Assigned Committee: Transportation Passed Sent to: Executive on: 02/21/2012

If Other, specify:

Committee Remarks:

Next Committee: Executive . Sent to: County Board on: 03/07/2012

If Other, specify:

Committee Remarks:

Next Committee: Sent to: on:

Committee Remarks:

County Board Date: 03/13/2012

STATE OF ILLINOIS

COUNTY OF KANE

RESOLUTION NO. 12-

APPROVAL OF ASSIGNMENT OF CONTRACTUAL RIGHTS AND OBLIGATIONS BY AMEC E&I, INC. TO AMEC ENVIRONMENT & INFRASTRUCTURE, INC.

WHEREAS, pursuant to Resolution No. 11-284, the County of Kane approved an assignment from MACTEC Engineering & Consulting, Inc. to AMEC E&I, Inc.; and

WHEREAS, AMEC E&I, Inc. merged to form AMEC Environment & Infrastructure, Inc.; and

WHEREAS, AMEC E&I, Inc. desires to assign the following contracts to AMEC Environment & Infrastructure, Inc.:

• Randall Road Traffic Signal Interconnects, Kane County Section No. 08-00379-00-TL Purchase Order #2011-2171 • Huntley Road Traffic Signal Interconnects, Kane County Section No. 08-00379-00-TL, Purchase Order #2011-2172 • Stearns, Stage 2A, McLean Fen AMP, Kane County Section No. 06-00214-11-LS, Purchase Order #2011-2036; and

WHEREAS, AMEC Environment & Infrastructure, Inc. desires to accept the aforesaid assignment; and

WHEREAS, the Kane County Engineer believes AMEC Environment & Infrastructure, Inc. has the expertise, experience and manpower to successfully complete the aforesaid contracts.

NOW, THEREFORE, BE IT RESOLVED by the Kane County Board that the assignment of the contracts as described hereinabove as Sections No. 08-00379-00-TL and 06-00214-11- LS by AMEC E &I, Inc. to AMEC Environment & Infrastructure, Inc. are hereby approved and the Chairman of the Kane County Board is hereby authorized to execute any approvals of assignment therefor.

Passed by the Kane County Board on March 13, 2012.

John A. Cunningham Karen McConnaughay Clerk, County Board Chairman, County Board Kane County, Illinois Kane County, Illinois

Vote: Yes No Voice Abstentions 3AMECASSIGN.4PJ

ASSIGNMENT AGREEMENT

WHEREAS, AMEC E&I, Inc., (hereinafter the “Assignor”), a Delaware corporation authorized to do business in the State of Illinois, located at 8745 West Higgins Road, Suite 300, Chicago, IL 60637, pursuant to Kane County Board Resolution No. 11-248 and 10-319 and the written agreements authorized there under, (hereinafter the “Contracts”), is contractually bound to the County of Kane, a body corporate and politic of the State of Illinois; and WHEREAS, the Contracts are more particularly described as:

AMEC E&I, Inc.: Phase III Engineering Services for Stearns Road Bridge Corridor – Stage 2A McLean Fen Adaptive Management Plan, Kane County Section No. 06-00214-11-LS and Randall and Huntley Road Traffic Signal Interconnects, Kane County No. 08-00379-00-TL

WHEREAS, AMEC Environment & Infrastructure, Inc., (hereinafter the “Assignee”), an Georgia corporation authorized to do business in the state of Illinois, located at 8745 West Higgins Road, Suite 300, Chicago, IL 60637, has acquired all of the stock of the Assignor and Assignor desires to conveying all its interest in said Contracts and assign its rights, title, duties, obligations, responsibilities and interests thereto unto the Assignee; and WHEREAS, the Contracts prohibit the assignment thereof without the prior written approval of the County of Kane. NOW THEREFORE, for and in consideration of one dollar and other good and valuable consideration, the Assignor does hereby sell, assign, transfer and set-over unto the Assignee, all of its rights, title, duties, obligations, responsibilities and interests in and to the Contracts, and any amendments or supplements thereto (if any), and monies due or to become due thereunder.

For the same consideration the Assignor agrees to make, execute and deliver any documents as may be reasonably necessary to complete the assignment of the Contracts to the Assignee or as otherwise may be required by the County of Kane.

ACCEPTANCE OF ASSIGNMENT

The Assignee does hereby accept the aforesaid Assignment and agrees to perform and discharge all of the terms and obligations to be and remaining to be performed and discharged under the aforesaid Contracts and agrees to accept all obligations, debts and liabilities of Assignor related to the Contracts.

IN WITNESS WHEREOF said parties have hereunto set their hands and seals, this day ______of March 2012.

AMEC E&I, Inc., AMEC Environment & Infrastructure, Inc.

(Firm) Assignor (Firm) Assignee

By By Vice President Vice President

Attested Attested (Insert title here) Legal Counsel

APPROVAL OF ASSIGNMENT

Chairman, County Board, County of Kane Clerk, County Board, County of Kane

Date Date

(Seal) AGENDA ITEM EXECUTIVE SUMMARY Agenda Item # 5A

Name: Maintenance Report February 21, 2012

Assigned Committee: Transportation Presenter/Sponsor: Tom Rickert

SUMMARY: MAINTENANCE ACTIVITIES • Winter operations – snow and ice removal • Miscellaneous roadway repair/pothole patching • Tree trimming • Replacing 15 drainage culverts in coordination with this year’s resurfacing patrol

SNOW EVENTS - We have been out 20 times so far this year with an estimated salt usage of ~5,900 tons. This time last year we had been out 37 times and used 10,000 tons of salt. Because of the decrease in snow events so far this winter season as compared to the last few years, we are experiencing lower dollar amounts spent on salt and overtime expenses. We have used about $275,000 less in salt and $125,000 less in overtime as of the end of January as compared to last winter season.

ROCK SALT - FY13 Bulk Rock Salt requests are due to the State (CMS) mid March. As we anticipate a greater than normal salt quantity carryover, our current plan is to request 10,000 tons which is 2,500 tons less on the state bid contract from last year (12,500 tons). The State contract will require us to purchase a minimum of 80% and a maximum of 120% of the projected quantity.

Attachments:

Detailed information available from : Staff Name: Bill Edwards, Maintenance SupervisorPhone: 630/584-1172 Staff Remarks / Recommendations:

Committee Remarks: AGENDA ITEM EXECUTIVE SUMMARY Agenda Item # 5B

Name: Adopt-A-Highway Approvals February 21, 2012

Assigned Committee: Transportation Presenter/Sponsor: Tom Rickert

SUMMARY: The following attached new requests have been received for Kane County’s Adopt-A-Highway Program:

1. Farmers Insurance Group, Orchard Road from to Bridge over I88, east side only – 1 Mile 2. Kaneville Baseball, Harter Road from Dauberman Road to Seavey Road, both sides – 1.5 Miles 3. The Zeigler Family, Scott Road from Deer Ridge Path to Dauberman Road, both sides – 1.75 Miles

Groups, Participants and Road Miles Total # Adopt-A-Highway Groups = 107

New Groups in 2011 = 29 New Groups in 2012 = 3

# of Participants = 1,391 Road miles adopted (both sides) = 105.75 Road miles adopted (one side) = 42

Adopt-A-Highway Map: www.co.kane.il.us/dot/maintenance/adoptHiway/adoptHiwayMap.pdf

Attachments: Applications, Adopt-a-highway map

Detailed information available from : Staff Name: Glenda StarcevichPhone: 630-584-1171 Staff Remarks / Staff has reviewed the applications and recommends that the Transportation Committee authorize the County Recommendations: Engineer to execute the agreements for the above groups.

Committee Remarks:

KANE COUNTY ADOPT-A-HIGHWAY / Routes in Use

Kreutzer Rd. N. County Line Rd. Getty Rd. Lake - Cook Rd. Huntley Rd. Algonquin

Dietrich Rd. 62 Barrington .

d Hills

R Huntley l l

BoyerRd. W l

i E

Higgins Rd. 90 H Longmeadow Pkwy Bolz Rd.

30 AlgonquinRd.

Big Timber Rd.

HennigRd.

r r e

i Helm Rd. 36 r 47 20 B 34

PowersRd. Miller Rd. 25 GastRd.

Freeman Rd. Galligan Rd. Lake Marian Rd. 6

WalkerRd. Binnie Rd. 21 52 31 Carpentersville HarmonyRd. Kelley Rd.

Widmayer Rd. SanwaldRd. Manning Allen Rd. Hampshire Rd. Rutland Dundee

Allen Rd. KetchumRd. 45 3 Gilberts Reinking Rd. RandallRd. 68 72 Penny 40

State Rd. East Sleepy

Hampshire Sleepy Hollow Rd. Dundee West

TyrrellRd. Hollow Big Timber Rd. Dundee 72 72 59 Pingree Grove 46 Thurnau Mason Rd. 11 Rd. Damisch Rd.Elgin 90 Boncosky Rd. EngelRd. Berner Rd. Fox Ln.

GetzelmanRd. 21 WalkerRd. Lenschow Rd. 21 E Hoffman Burlington French Rd. Estates

e

n i Elgin L Highland Ave. Plank Rd. y y Requested Route t Burlington 22 47 n

u E MarshallRd. o Waughon Rd Waughon Wing St. C Bahr Rd. 38 Romke Rd. 22 Coombs Rd. ADOPTED SECTIONS

Plank Rd. Rd.

Udina Summit St. . .

W 2 Rohrsen Rd. 20 Villa St. E Larkin Ave. Both Sides

Chapman Rd. MuirheadRd. Lawrence 33 Russell Rd. Plato South St.Elgin McGough Rd. Plato Center Nesler Rd. 105.75 Miles-BLUE Burlington Tower Rd. 33

Plato Rd. RippburgerRd. Marcy Rd. 28 5 Water Rd. 34

Bowes Ellithorpe Rd. 49 Bowes Rd. One Side 17 Middleton Rd. Dittman Rd. Dittman 25

18 Rd.

KendallRd. Lenz Rd. Bartlett

Peplow Rd. E 42 Miles-GREEN Hopps Rd. S Spring St. E Middle St. West 11 51 61 Bartlett 28 Rd. PercyRd. McDonald Rd. 80

ThomasRd. StevensRd. South Gilbert St. Crawford McDonald Rd.

McLean Elgin N,S.E.W - denotes BarronRd. Ramm Rd. Burlington 56 N Stearns Rd side of highway adopted Lees Rd. W N Stearns

Corron Rd. 37 27 Stearns Rd Rd.

McGough Rd. Silver Glen Rd. 5 Stearns Rd SnyderRd.

2 McGough Rd. 31

Reed Rd. Sauber

I.C. Crane Rd. Wayne 19 Empire Rd.

Lily RandallRd. Peterson Rd. 47 Campton Re Army Trail Rd. Swanberg Rd. d Lake Hills Gate Rd. 20 Virgil 69 Hanson Rd.

Bolcum Rd. W 34 BurrRd

Fabris Rd. Welter Rd. St. Legend

Winters Rd. Campton Club Rd. Dunham77 Rd. Virgil Wasco Charles Country §¨¦88 Interstates 64 Crane Rd. ¤£30 US Roads 14 Beith Rd. Campton Hills Rd. W !(31 State Roads 46734 County Roads 23 Dean St. St. Charles 81 64 Other Roads 23 Town Hall Town Rd. Rail Roads Thatcher Rd. Beith Rd. Tyler

WestCounty Line Root Ln. Root County Boundry

AndersonRd. Township Boundry

Maple Park Lafox Rd. Rd. KautzRd. Meredith Rd. 38

FreelandRd. W E W Fox River Elburn Bricher Rd. Forest Preserves

Howard Rd.

Kirk Rd. Municipalities

Pouley Rd. 84 41 Harley Rd. Geneva E

BrundigeRd. La Fox Peck Rd. Francis Rd. Keslinger Rd. South St. Keslinger Rd. 41 38 Schrader Rd. 1 CherryW Geneva Rd.

Fabyan 16 8 Watson Rd. Fabyan Harter Rd. N Kaneville Rd.8

Rd. Schneider Hughes Rd 26 8 BataviaW E 88 Smith Rd. McKee St. Perry Rd. Rowe W Wilson St. 4 Blackberry RandallRd. Kaneville BunkerRd. E 77 Rd. Fabyan 62 Main StN Wilson St. Hampshire Rutland Dundee 10 Main St. Pine St. Kirk Rd.

MinerRd.

Bateman

Owens Rd. Green S Kaneville Batavia Burlington Plato Elgin Troxel Harter Rd. Seavey Rd.

10 Lorang Rd. NelsonLake Rd. Mooseheart

78 Campton Saint Charles Main Seavey Rd Virgil

Norris Raddant Rd.

West County N 71 Mooseheart Rd. Orchard Rd. Geneva Tanner Rd.

Healy Rd 15 83 56 Kaneville Blackberry DaubermanRd. 4 Batavia SwanRd. Lasher Rd. Merill Rd. Oak St. Bilter Rd. Scott Rd. Bliss Rd. North Aurora 44 E Big Rock Sugar Grove Aurora Denny Rd. Rd. Scott Rd. 88 48 Molitor Rd. Florence Rd. 47 Aurora Sullivan Rd.

44 31 Church Rd. Hankes W E Indian Trail Rd.

Shaw Deerpath

Wheeler Rd. FarnsworthAve. Rd. Rd. 56 Sheffer

Rd. Illinois Ave.

Randall Rd. DavisRd. Big Rock Galena Blvd. 30 DuganRd. Sugar

Barnes Aurora Hinckley Big Rock 30 Grove 83 St. York Jericho Rd. Rhodes Rd. Sugar Grove New Prairie St. Granart

24 Orchard Rd. St. EdgelawnDr. Rd. Rd. 5th Ave. Prairie St. 25

Nelson 30

Montgomery Ave. Hill McDermott Rd. Jericho Rd. 47 Bushnell Rd. 35 24 EAucutt Rd. 29 Rd. Jetter 34 W Montgomery Rd.

Ashe Rd.

MighellRd. Clark Rd. Jones Granart Rd.Base Line Rd.

0 4,900 9,800 14,700 19,600 Feet

0 1 2 Miles

New Members will be restricted to one side of 4 Lane Routes See Members Renewing Members will have to choose a side of 4 Lane Routes Members list http://www.co.kane.il.us/dot/maintenance/adoptHiway/adoptHiwayMemberList.pdf List for Routes AGENDA ITEM EXECUTIVE SUMMARY Agenda Item # 6A

Name: Planning and Programming Report February 21, 2012

Assigned Committee: Transportation Presenter/Sponsor: Tom Rickert

SUMMARY: 2040 Transportation Plan: Transportation Committee approval of the 2040 Transportation Plan (including approval of the Recommended Roadway Plan and Bicycle & Pedestrian Plan components) will be requested at the March 2012 meeting with County Board adoption considered in April. The Transit component of the Plan was adopted by the County Board in June 2011. Final draft Documents can be viewed on the Kane County website at http://www.co.kane.il.us/DOT/planning.aspx.

Randall Road/Orchard Road Corridor BRT Feasibility Study: A draft of the final plan is expected in Spring 2012.

Electric Vehicle Infrastructure Initiative: Approved at the February County Board meeting.

Kane County Impact Fee Program: The public hearing for the Comprehensive Road Improvement Program (CRIP) was held February 1, 2012 at the Kane County Government Center Auditorium. The public comment period closed February 10th and responses from the municipal, development, and private sectors are being addressed. The revised CRIP, amendments to the Kane County Road Improvement Impact Fee Ordinance, and revisions to the fee schedule will be presented to the Committee for consideration and approval in March 2012. Adoption of the Program by the County Board is anticipated in April 2012. The attached monthly report shows total fees collected as of January 31, 2012.

Federal Surface Transportation Authorization Update: Federal transportation programs expire on March 31, 2012. On February 3rd, the House Transportation and Infrastructure Committee approved the American Energy & Infrastructure Jobs Act that authorizes approximately $260 billion over five years to fund federal highway, transit and safety programs, consistent with current funding levels. The House will consider Bill H.R. 7 later this month. The Senate continues to work on Moving Ahead for Progress in the 21st Century (MAP-21). MAP-21 is a two-year authorization that maintains funding at current levels plus inflation, at approximately $109 billion.

Attachments: Impact Fee Monthly Report

Detailed information available from : Staff Name: Jan Ward, Chief of Planning and ProgrammingPhone: 630-444-3143 Staff Remarks / For information only Recommendations:

Committee Remarks: ROADWAY IMPACT FEE COLLECTIONS BY FISCAL YEAR as of January 31, 2012*

Service Area FY04 FY05 FY06 FY07 FY08 FY09 FY10 FY11 FY12 TOTAL Aurora Area $261,925.98 $300,592.56 $718,913.31 $478,080.47 $256,911.24 $17,193.97 $18,854.63 $11,789.12 $0.00 $2,064,261.28

Campton Hills $272,437.27 $688,163.10 $546,802.47 $439,982.39 $134,868.41 $53,097.80 $72,439.31 $139,712.82 $8,900.00 $2,356,403.57

Greater Elgin*** $358,840.40 $964,601.20 $1,235,871.43 $808,002.53 $766,560.27 $110,533.57 ($259,096.92) $65,097.83 $52,376.64 $4,102,786.95

Northwest** $119,995.42 $338,821.27 $562,387.09 $275,978.04 $95,606.84 $35,016.80 $644,873.64 $36,585.40 $2,548.00 $2,111,812.50

Southwest $253,934.24 $502,460.39 $483,849.59 $221,680.64 $129,001.53 $69,198.43 $31,784.96 $35,402.09 $965.00 $1,728,276.87

Tri-Cities $435,020.02 $1,579,205.20 $1,467,232.28 $1,483,214.49 $384,381.54 $148,285.54 $185,904.19 $60,811.64 $19,309.22 $5,683,243.26

Upper Fox** $378,268.28 $491,892.18 $276,569.20 $395,220.61 $216,563.73 $42,562.23 $140,889.21 $66,374.57 $0.00 $2,008,340.01

West Central $51,970.10 $70,097.57 $103,211.05 $45,757.33 $21,862.81 $2,994.64 $3,978.43 $3,174.60 $297.00 $303,343.53

North $283,924.07 $357,826.05 $14,587.21 $52,728.00 $283,924.07

Central $39,086.16 $335,728.28 $77,085.60 $26,787.70 $39,086.16

South $143,148.54 $1,891.68 $126,936.23 $92,618.00 $143,148.54

Grand Total $2,132,391.71 $4,935,833.47 $5,394,836.42 $4,147,916.50 $2,471,915.14 $1,174,328.99 $1,058,236.49 $591,081.77 $84,395.86 $21,315,458.72

* Includes any late fees; County fiscal year begins December 1st of every year ** Includes prepayments *** Includes refunds AGENDA ITEM EXECUTIVE SUMMARY Agenda Item # 6B

Name In Support of Illinois Route 47 / Interstate 88 Full Interchange Resolution Ordinance

Presenter/Sponsor: Tom Rickert - Deputy Director of Transportation

Budget Information: Was this item budgeted? Yes No N/A Appropriation Amount:

If not budgeted, explain funding source

SUMMARY: The Village of Sugar Grove in coordination with the Toll Authority, the IDOT, and the County has completed a Feasibility Study and an Economic & Fiscal Impact Study (summary attached) for the proposed IL47 at I-88 full interchange. The studies document a feasible interchange design with a construction cost of approximately $20M. The full interchange would improve transportation system efficiency, provide better interstate access, generate economic growth, entice commercial and business opportunities, create more jobs, and would have a positive impact on the quality of development in central and southwest Kane County.

The County Board's adopted 2030 Transportation Plan calls for the completion of a full tollway interchange at IL47 with I-88.

The purpose of the resolution is to reiterate County support for the proposed full interchange and to establish that the proposed full interchange at Illinois Route 47 and Interstate 88 is the County’s next priority for an interchange improvement as the construction of the Illinois Route 47 and Interstate 90 Interchange starting in 2012. The Village proposes to continue as lead agency in regards to engineering and land acquisition. The next step is to begin efforts to establish programs and potential funding scenarios with the Toll Authority, IDOT, and Village.

Attachments: Resolution, Economic & Fiscal Impact Study Summary

Detailed information available from : Staff Name: Tom Rickert - Deputy Director Phone: 630-406-7305 Resolution/Ordinance Tracking:

Assigned Committee: Transportation Passed Sent to: Executive on: 02/21/2012

If Other, specify:

Committee Remarks:

Next Committee: Executive . Sent to: County Board on: 03/07/2012

If Other, specify:

Committee Remarks:

Next Committee: Sent to: on:

Committee Remarks:

County Board Date: 03/13/2012 STATE OF ILLINOIS

COUNTY OF KANE

RESOLUTION NO. 12-

IN SUPPORT OF ILLINOIS ROUTE 47 / INTERSTATE 88 FULL INTERCHANGE

WHEREAS, the County of Kane has been collaborating with the Village of Sugar Grove the Illinois State Toll Highway Authority, and the Illinois Department of Transportation in the effort to plan and program a full interchange at Illinois Route 47 and Interstate 88; and

WHEREAS, the County of Kane has determined that the proposed full interchange at Illinois Route 47 and Interstate 88 is the County’s next priority for an interchange improvement with the Illinois Route 47 and Interstate 90 Interchange to be let for construction in 2012; and

WHEREAS, a full interchange at Illinois Route 47 and Interstate 88 is consistent with the formally adopted Kane County 2030 Transportation and Land Resource Management Plans for Kane County; and

WHEREAS, the Village of Sugar Grove in coordination with the County of Kane has completed a Interchange Feasibility Study and an Economic & Fiscal Impact Study demonstrating the benefits and importance of a full interchange; and

WHEREAS, a full interchange would increase transportation system efficiency and provide better interstate access for Kane County; and

WHEREAS, the full interchange improvement would generate economic growth, entice commercial and business opportunities, create more jobs, and would have a positive impact on the quality of development in central and southwest Kane County.

NOW THEREFORE BE IT RESOLVED that the Kane County Board does hereby confirm its support, commitment and resolve in the endeavor to lobby for policy support, procure funding, and construct a full interchange at Illinois Route 47 and Interstate 88.

BE IT FURTHER RESOLVED, that the County Clerk is hereby requested to distribute a certified copy of this resolution to the Illinois State Toll Highway Authority, the Illinois Department of Transportation, and the Village of Sugar Grove.

Passed by the Kane County Board on March 13, 2012.

John A. Cunningham Karen McConnaughay Clerk, County Board Chairman, County Board Kane County, Illinois Kane County, Illinois

Vote: Yes No Voice Abstentions

4IL47I-90.4TR

MCHENRY COUNTY

90 47 31

20 25 72 72 COOK COUNTY

90

20

47 64 31 042

Miles 25 64

38

DEKALB COUNTY 38

31 DUPAGE COUNTY

56

88 56

30

47 25 30

KENDALL COUNTY * Prairie Parkway alignment under study - alignment as shown in CATS 2030 Regional Transportation Plan The study area includes southwest Kane County, west of Orchard Road and south of I-88 2030 Recommended Transportation Plan Freeway/Arterial Improvement Isolated Intersection Improvement Roadway Collector Improvement Proposed Agriculture Preservation Collector Improvement (Locally Planned) (2030 Land Use Plan) Prairie Parkway Study* Figure 10-1 Kane County 2030 Transportation Plan

File Path: \\athena\proj\KaneCountyDivisionOf\180820\GIS\MapDocs\Section10\Fig10-01_RecRoadPlan.mxd, Date: October 13, 2004 2:37:45 PM Campton Hills

Saint Charles

Geneva

Elburn

Kaneville

North Aurora

Sugar Grove

Big Rock Aurora Aurora Sugar Grove

Aurora

Sugar Grove

Sugar Grove Sugar Grove

Aurora Aurora Big Rock Sugar Grove

Aurora

Aurora AGENDA ITEM EXECUTIVE SUMMARY Agenda Item # 6C

Name: Discussion: Intergovernmental Agreement Between the County of Kane and the Village of Elburn for the Construction of Anderson Road

Assigned Committee: Transportation Presenter/Sponsor: Tom Rickert

SUMMARY: The attached draft agreement addresses the intergovernmental cooperation necessary to facilitate the construction of Anderson Road which includes a grade separation over the Union Pacific Railroad tracks and the METRA Coach Yard on the east side of the Village of Elburn. The primary components of the agreement includes:

- Temporary jurisdictional transfer of existing portions of Anderson Road from the Village to the County - County acts as lead agency for construction - Jurisdictional transfer of Anderson Road back to the Village one year after completion and open to the motoring public - County and Village share in bridge maintenance with the Village receiving full maintenance responsibility at 20 years - Outlines Village cost participation with a focus on bike/ped improvements - All conditions subject to current funding earmarks, awarding by IDOT, and land acquisition

The initial draft agreement was reviewed by Village Board on February 13th. Staff anticipates a final draft for consideration at the March Transportation Committee.

Attachments: Draft Agreement

Detailed information available from : Staff Name: Tom Rickert - Deputy Director Phone: 630-406-7305 Staff Remarks / For discussion only. Recommendations:

Committee Remarks:

INTERGOVERNMENTAL AGREEMENT BETWEEN THE COUNTY OF KANE AND THE VILLAGE OF ELBURN FOR THE CONSTRUCTION OF ANDERSON ROAD INCLUDING A BRIDGE OVER THE UNION PACIFIC RAILROAD TRACKS AND METRA COACH YARD

This AGREEMENT is entered into this ______day of April AD, 2012, by and between the County of Kane a body corporate and politic of the of the State of Illinois of 719 S. Batavia Avenue, Geneva Illinois 60134, (hereinafter called the "COUNTY "), and the Village of Elburn of 301 E. North Street, Elburn, Illinois 60119 a municipal corporation of the State of Illinois, hereinafter called the "VILLAGE". The VILLAGE and the COUNTY are sometimes hereafter individually referred to as a “PARTY” and collectively as the “PARTIES”.

WITNESSETH:

WHEREAS, the Illinois Constitution of 1970, Article VII, Section 10 and 5 ILCS 220/1, et seq. authorizes the COUNTY and the VILLAGE to cooperate in the performance of their respective duties and responsibilities by contract and other agreements; and

WHEREAS, the COUNTY, by virtue of its powers as set forth in the Counties Code (55 ILCS 5/1-1001 et seq.) and the Illinois Highway Code (605 ILCS 5/5-504) and the VILLAGE by virtue of its powers as set forth in the Illinois Municipal Code (65 ILCS 5/1-1-1 et seq.) are authorized by statute to enter into this AGREEMENT; and

WHEREAS, the COUNTY the VILLAGE and the Metropolitan Rail Authority (METRA) previously entered into an agreement to facilitate the design and construction of a grade separation over the Union Pacific Railroad tracks and the METRA Coach Yard east of Elburn, Illinois; and

WHEREAS, the COUNTY and the VILLAGE in order to facilitate the free flow of traffic and ensure safety to the motoring public, desire to improve and extend Anderson Road between Keslinger Road and Illinois State Route 38 by making the following improvements:

Design and construction of Anderson Road generally between Keslinger Road and Illinois State Route 38 including the design and construction of a bridge over the METRA coach yard and the Union Pacific Railroad tracks (hereinafter referred to as the "PROJECT") and the design and construction of a pedestrian/bicycle path and underpass associated therewith, and all other work necessary to complete the PROJECT in accordance with the approved plans and specifications therefor; and

WHEREAS, the PROJECT is funded in significant part by Federal Highway Authority and Illinois Commerce Commission grade separation funds and is of regional transportation significance; and

1

WHERERAS, the COUNTY has extensive experience and expertise in executing large state and/or federally funded highway projects; and

WHEREAS, while the PROJECT is in its nature a VILLAGE improvement, the PARTIES acknowledge that the COUNTY has agreed to act as lead agency for the purpose of the design and construction of the PROJECT; and

WHEREAS, the COUNTY and the VILLAGE have determined a mutually satisfactory allocation of responsibilities and costs for said PROJECT as set forth in this AGREEMENT; and

WHEREAS, the COUNTY and the VILLAGE, by this AGREEMENT, desire to determine and establish their respective responsibilities toward jurisdiction, engineering, right of way acquisition, utility relocation, construction, funding and maintenance of the PROJECT as proposed.

NOW, THEREFORE, in consideration of the aforementioned recitals and the mutual covenants contained herein, the PARTIES hereto covenant and agree as follows, to wit:

I. JURISDICTION

A. The VILLAGE represents and warrants that it has exclusive jurisdiction of that part of Anderson Road within the limits of the PROJECT (hereinafter “Anderson Road”) that exists as of the date hereof. Upon approval of this AGREEMENT by both the VILLAGE and the COUNTY, the VILLAGE shall cause jurisdiction of Anderson Road to be temporarily transferred to the COUNTY and the COUNTY shall temporarily accept said jurisdiction. Toward that end, simultaneously with approval of this AGREEMENT and upon execution hereof, the VILLAGE shall approve and cause to be executed the Jurisdictional Transfer Agreements that are attached hereto as Exhibit “A” and Exhibit “B”. The VILLAGE and the COUNTY shall diligently prosecute to completion said jurisdictional transfer of Anderson Road from the VILLAGE to the COUNTY and the receipt of approval thereof by the Illinois Department of Transportation (hereinafter “IDOT”).

B. The COUNTY shall transfer jurisdiction of Anderson Road back to the VILLAGE after one year (365 days after completion of the PROJECT (hereinafter “improved Anderson Road”). Completion of the PROJECT shall occur the first day improved Anderson Road is opened to public traffic by the COUNTY. The VILLAGE acknowledges that after completion of the PROJECT, improved Anderson Road shall extend from its current intersection with Illinois State Route 38 south to its intersection with Keslinger Road. Upon approval of this AGREEMENT by both the VILLAGE and the COUNTY and upon execution hereof, the VILLAGE and the COUNTY shall each approve and cause to executed the Jurisdictional Transfer Agreements that are attached hereto as Exhibit “C” and Exhibit “D”, The VILLAGE and the COUNTY shall diligently prosecute to completion said jurisdictional transfer of Anderson Road from the COUNTY back to the VILLAGE and shall obtain the approval thereof from the Illinois Department of Transportation (hereinafter “IDOT”).

2

C. The PARTIES acknowledge and agree that any breach of paragraphs A and B above cannot be adequately compensated by money damages and the sole remedy for any breach of paragraphs A and B above shall be specific performance.

II. ENGINEERING

A. The COUNTY agrees, at its sole expense, to perform preliminary and final design engineering, obtain necessary surveys, and prepare the final plans and specifications for the PROJECT. The VILLAGE agrees to pay or cause to paid the cost of the design and construction of the pedestrian/bike paths and a pedestrian/bike underpass,

B. The VILLAGE shall review the plans and specifications within thirty (30) calendar days of receipt thereof. After review, the VILLAGE will send a letter to the COUNTY indicating its approval, or its disapproval thereof. Approval by the VILLAGE means the VILLAGE agrees with all specifications in the plans, including alignment and location of the PROJECT improvements which impact the VILLAGE’s streets. In the event of disapproval, the VILLAGE will detail in writing its objections to the proposed plans and specifications for review and consideration by the COUNTY.

C. Any dispute concerning the plans and specifications shall be resolved in accordance with Section IX of this AGREEMENT.

D. The final approved plans and specifications for the PROJECT shall be promptly delivered to the VILLAGE by the COUNTY.

E. The COUNTY agrees to assume overall PROJECT responsibility, including assuring that all permits (U.S. Army Corps of Engineers, Office of Natural Resources, Environmental Protection Agency, etc.) and joint participation and/or force account agreements (County, Township, Municipal, Railroad, Utility, etc.), as may be required for the PROJECT, are secured by the Parties in support of general PROJECT schedules and deadlines. All Parties agree to cooperate, insofar as their individual jurisdictional authorities allow, with the timely acquisition and clearance of said permits and agreements and in complying with all applicable Federal, State, and local regulations and requirements pertaining to work proposed for the PROJECT.

III. RIGHT OF WAY

A. The COUNTY shall perform all survey work and prepare all parcel plats and legal descriptions for all right of way (both permanent and temporary) necessary for the construction of the PROJECT pursuant to the plans and specifications. Parcel plats and legal descriptions for property required for COUNTY facilities shall conform to IDOT format.

3

B. Right of way acquired exclusively for the proposed construction of Anderson Road, shall be acquired in the name of the COUNTY by the COUNTY. Upon transfer of jurisdiction of Anderson Road back to the VILLAGE, the COUNTY shall quit claim, convey and assign all right of way thereof, not necessary for the COUNTY’s highway system, to the VILLAGE.

C. The COUNTY shall acquire all necessary rights of way (both permanent and temporary) as needed for the construction of the PROJECT, pursuant to the approved plans and specifications as deemed necessary for the PROJECT by the County Engineer.

D. Any VILLAGE owned proposed right of way needed for the PROJECT shall conveyed to the COUNTY by the VILLAGE at no cost to the COUNTY. The COUNTY shall provide applicable legal descriptions and title commitments. The COUNTY shall not be required to obtain any appraisals for proposed right of way owned by the VILLAGE

E. Right of way costs shall include the purchase price thereof, as well as the costs of negotiations, appraisals, title evidence, relocation assistance payment, property management, and such legal fees and expenses as may be necessary to acquire said right of way.

III. UTILITY RELOCATION

A. The COUNTY agrees to provide the VILLAGE, as soon as they are identified, the locations (existing and proposed) of public and/or private utility facilities within existing VILLAGE rights of way which require adjustment as part of the PROJECT. As part of its PROJECT engineering responsibilities, the COUNTY shall identify adjustments to the aforementioned existing utilities.

B. The COUNTY agrees to make all reasonable efforts to minimize the number of utility adjustments in the design of improvements to: 1) VILLAGE facilities where they cross COUNTY highway rights of way; and 2) VILLAGE facilities improved as part of the PROJECT.

C. The COUNTY agrees to make arrangements and issue all permits for the PROJECT and cooperate with necessary adjustments to existing utilities located within existing COUNTY rights of way, and on proposed COUNTY rights of way where improvements to COUNTY highways are proposed by the COUNTY to be done in conjunction with the PROJECT, at no expense to the VILLAGE.

D. The VILLAGE agrees to make arrangements and issue all permits for the PROJECT required adjustments to utility facilities located on existing VILLAGE rights of way, and on proposed VILLAGE rights of way which are outside areas of COUNTY jurisdiction, where improvements to VILLAGE facilities are proposed to be done as part of the PROJECT, at no expense to the COUNTY.

4

E. At all locations where utilities are located on COUNTY rights of way that must be adjusted due to any additional work in conjunction with the PROJECT proposed by the VILLAGE, if deemed appropriate by the County Engineer, the COUNTY agrees to cooperate with the VILLAGE in making arrangements with the applicable utility and issue all permits for the requisite adjustment(s) at no cost to the COUNTY. The VILLAGE agrees to reimburse and/or credit the COUNTY for any and all out of pocket costs the COUNTY may incur in causing the aforementioned utility or utilities to be adjusted.

F. At all locations where utilities are located on VILLAGE rights of way and require adjustment due to additional work proposed by the COUNTY, the VILLAGE agrees to make arrangements with the applicable utility and issue all permits for the requisite adjustment(s). At all locations where the COUNTY's utilities are located on VILLAGE rights of way and must be adjusted due to additional work proposed by the COUNTY or due to work proposed by the VILLAGE, the COUNTY agrees to obtain from the VILLAGE an approved permit for the facility.

IV. CONSTRUCTION

A. The COUNTY shall cause the Illinois department of Transportation (IDOT) to advertise and receive bids, obtain VILLAGE concurrence as to the amount of bids for work to be funded wholly or partially by the VILLAGE before award (if any), award the contract(s), provide construction engineering inspections and cause the PROJECT to be constructed in accordance with the PROJECT plans and specifications, subject to reimbursement by the VILLAGE as hereinafter stipulated.

B. After award of the construction contract(s), the COUNTY shall cause notice to the VILLAGE prior to commencement of work on the PROJECT.

C. The COUNTY shall request that IDOT require its contractor(s) working within the VILLAGE’s rights of way to comply with the indemnification provision contained at Section 107.27 in IDOT’s Standard Specifications for Road and Bridge Construction and its Supplemental Specifications for construction, as amended.

D. The COUNTY shall request that IDOT require that the VILLAGE, and its agents, officers, directors and employees be included as additional insured parties in the General Liability Insurance the COUNTY requires of its contractor(s) and that the VILLAGE will be added as an additional protected party on all performance bonds required of the contractor(s). These requirements shall be included in the Special Provisions of the construction contract(s). The COUNTY will also require that the COUNTY's contractor(s) maintain the VILLAGE’s insurance documentation of the said insurance throughout the construction of the PROJECT. Said insurance documentation will include copies of policies or insurance certificates including copies of the applicable Additional Insured endorsements as required by this AGREEMENT.

5

E. The VILLAGE and its authorized agents shall have all reasonable rights of inspection (including pre-final and final inspection) during the progress of work included in the PROJECT. The VILLAGE, at its option, may assign personnel to perform inspections on behalf of the VILLAGE of all work included in the PROJECT that affects the VILLAGE 's system, and will deliver written notices to the County Engineer of the COUNTY advising the COUNTY as to who has been assigned to perform said inspections. The VILLAGE, on its own behalf and on the behalf of any entity working on behalf of the VILLAGE pursuant to this AGREEMENT, to the extent allowable by law, agrees to indemnify and hold harmless the COUNTY, its officers, directors, employees and agents from and against, and shall pay all damages, costs and expenses, including attorneys' fees (including the internal costs related to the State’s Attorney of Kane County) incurred by the COUNTY with respect to any claim arising out of or relating to bodily injury, including death, or property damage caused by the VILLAGE or its employees', agents' or representatives' acts or omissions in the performance of the VILLAGE's obligations pursuant to this AGREEMENT.

F. The COUNTY, on its own behalf and on the behalf of any entity working on behalf of the COUNTY pursuant to this AGREEMENT, to the extent allowable by law, agrees to indemnify and hold harmless the VILLAGE, its officers, directors, employees and agents from and against, and shall pay all damages, costs and expenses, including attorneys' fees incurred by the VILLAGE with respect to any claim arising out of or relating to bodily injury, including death, or property damage caused by the COUNTY or its employees', agents' or representatives' acts or omissions in the performance of the COUNTY's obligations pursuant to this AGREEMENT.

G. No inspections of the work by the VILLAGE shall relieve IDOT’s contractor(s) of responsibility and liability for the proper performance of the work as determined by IDOT. Any COUNTY inspections and approvals shall not be considered a waiver of any right the VILLAGE may have pursuant to this AGREEMENT. All VILLAGE communications and correspondence with IDOT’s contractor(s) or relating to the PROJECT contract shall be through the COUNTY, unless otherwise specifically approved by the County Engineer. In the event a VILLAGE representative discovers any additional VILLAGE related work that is not being performed or has not been performed in accordance with the approved plans and specifications, the representative shall promptly notify in writing the County Engineer. The County Engineer’s decision regarding whether additional VILLAGE related work is being performed in accordance with the approved plans and specifications shall be final.

V. FINANCIAL

A. Except as otherwise identified herein, the COUNTY agrees to pay or cause to be paid the COUNTY’S share of all PROJECT related engineering, right of way, construction engineering and construction costs subject to reimbursement by the VILLAGE as hereinafter stipulated.

6

B. It is mutually agreed by the Parties hereto that the estimated cost to the VILLAGE is $______.

C. The VILLAGE agrees that upon award of the contract for the PROJECT and receipt of an invoice from the COUNTY, the VILLAGE will pay to the COUNTY, an amount equal to 80% of its obligation incurred under this AGREEMENT, based upon actual bid prices, and will pay to said COUNTY the remainder of its obligation in a lump sum, upon completion of the PROJECT, based on final costs within 45 days of receipt of an invoice therefor from the COUNTY.

D. IDOT shall maintain, for a minimum of three (3) years after the completion of the PROJECT, adequate books, records, and supporting documents to verify the amounts, recipients, and uses of all disbursements of funds passing in conjunction with this AGREEMENT. All books, records, and supporting documents related to the PROJECT shall be available for review and audit by the Auditor General and the Auditor of the COUNTY, and/or State Auditors. The VILLAGE and the COUNTY agree to cooperate fully with any audit conducted by the Auditor General, the Auditor of the COUNTY, and/or State Auditors and to provide full access to all relevant materials.

E. Either the COUNTY or the VILLAGE may request, after the construction contract(s) are let by IDOT, that supplemental work that increases the total costs of the PROJECT or more costly substitute work be added to the construction contract(s). The COUNTY will cause said supplemental work or such substitute work to be added to the construction contract(s), provided that said work will not delay construction of the PROJECT. The PARTY requesting or causing said supplemental work or more costly substitute work shall pay for the cost increases of said work in full.

VI. MAINTENANCE - DEFINITIONS

A. The term "street" refers to any highway, road or street under the jurisdiction of the VILLAGE.

B. As used herein, the terms "maintenance" or "maintain" mean keeping the facility being maintained in good and sufficient repair and appearance. Such maintenance includes the full responsibility for the construction, removal, replacement of the maintained facility when needed, and unless specifically excluded in Section VII, MAINTENANCE - RESPONSIBILITIES, other activities as more specifically set forth in the following subparts of this Section VI. Maintenance includes but is not limited to:

i. "Routine maintenance" refers to the day to day pavement maintenance, pothole repair, anti-icing and de-icing, snow removal, sweeping, pavement marking, mowing, litter and debris removal, and grate and scupper cleaning and repair, including compliance with state laws and local ordinances.

7

ii. "Structural maintenance" refers to the integrity of the grade separation structure, including abutments, bridge deck beams, bridge deck (except wearing surface), expansion joints, parapet walls and drainage structures.

iii. "Signal maintenance" refers to all aspects of installation, repair, replacement, timing, and operation of traffic signals, including signal loops, signal supports or bases, interconnects to Ramp Queue Detection Warning Systems and power, but shall not include permanently installed variable message signs or temporary signals or signs relating to construction or repair projects.

iv. "Lighting maintenance" refers to all aspects of installation, repair, replacement and operation of roadway lighting including power, but shall not include temporary lighting relating to construction or repair projects.

v. “Emergency maintenance" refers to any maintenance activity which must be performed immediately in order to avoid or to repair a condition on the roadway or right of way which causes or threatens imminent danger or destruction to roadway facilities or rights of way of the parties hereto, to the motoring public, or to public health, safety or welfare, including but not limited to accident restoration, chemical or biological removal or remediation, or response to acts of God or terrorism.

vi. The term "drainage facilities" refers to both open and enclosed systems. The term "drainage structures" refers to enclosed systems only, and includes those elements of the drainage facility affixed to the bridge superstructures downstream from the scupper.

vii. The terms "notify", "give notice" and "notification" refer to written, verbal or digital communication from one party to another concerning a matter covered by this AGREEMENT, for which the party transmitting the communication produces and retains a record which substantiates the content, date, time, manner of communication, identification of sender and recipient, and manner in which the recipient may respond to the sender, as to the communication. viii. The terms "be responsible for" or "responsibility" refer to the obligation to ensure performance of a duty or provision of a service under this AGREEMENT, provided, that a party may arrange for actual performance of the duty or provision of the service by another competent entity if the other party to this AGREEMENT is notified of such arrangement, but in no case shall the entity with the duty be relieved of ultimate responsibility for performance of the duty or provision of the service.

ix. The terms "consultation" or "consult with" refer to the duty of a party to give notice to the other party of a proposed action, with reasonable time for that party to respond, but the party with the duty to consult may proceed with the proposed action if the other party does not respond within the time frame set forth in the

8

notice provided, or in the case of the COUNTY, it may proceed with the proposed action if deemed necessary by the County Engineer.

x. The term "approve" refers to the duty of a party not only to consult with the other party but also to provide consent for the proposed action and to retain a record which documents such consent.

xi. The term "grade separation structure" refers to all structural elements between the abutments and below the wearing surface of a bridge carrying one roadway over another, unless otherwise specified.

D. The PARTIES acknowledge and agree that the type of bridge structure that is the subject of this Agreement is an intersection where a grade separation structure is being constructed to carry the highway (improved Anderson Road) over railroad tracks, (Union Pacific Railroad).

VII. MAINTENANCE - RESPONSIBILITIES

A. The COUNTY agrees to maintain or cause to be maintained Anderson Road during the PROJECT and improved Anderson Road in its entirety for a period of one 1 year (365 days) after completion of the PROJECT. Completion of the PROJECT will occur upon the opening of Anderson Road to public travel. The County shall advise the VILLAGE of the date when the improved Anderson Road is open to public travel. Notwithstanding anything herein to the contrary the COUNTY shall have no obligation to maintain any feature built in conjunction with the PROJECT that does not have a regional public benefit such as: pedestrian/bike paths, any pedestrian/bike path underpass, any side streets intersecting with improved Anderson Road, any returns for side streets, any turn lanes and any detention areas that benefit any individual or entity other than the public generally.

B. The PARTIES acknowledge and agree that the VILLAGE will be solely responsible, pursuant to Exhibit “C and “D” to maintain, or cause to be maintained, improved Anderson Road in its entirety commencing on the one (1) year anniversary of the completion of the PROJECT.

C. The PARTIES acknowledge and agree that during their respective jurisdictions of improved Anderson Road, their respective maintenance responsibilities include but is not necessarily limited to: all right of way, drainage facilities, drainage structures, traffic control devices, the grade separation structure, pavement, curb and gutter, shoulders, sidewalks, guardrail, approach slabs, and approach embankments outside access control fences that are a part of the PROJECT.

D. The PARTIES acknowledge and agree that for a period of twenty (20) years after jurisdiction of improved Anderson Road is returned to the VILLAGE by the COUNTY as provided for herein, the COUNTY shall equally share with the VILLAGE the cost of required maintenance of the grade separation structure over the

9

Union Pacific Railroad tracks and the METRA coach yard which shared maintenance responsibility includes the following grade separation structure features:

i. the wearing surface;

ii. the deck, below the wearing surface,

in the amount of fifty percent (50%) of the cost thereof. The COUNTY’s responsibility for providing fifty percent (50%) of the cost of required maintenance as set forth in this paragraph shall terminate on January 1, 2031. Nothing provided for in this paragraph is intended to grant or transfer to the COUNTY jurisdiction of any part of improved Anderson Road.

E. The VILLAGE acknowledges that the COUNTY shall have the exclusive right to approve or disapprove the following, during its jurisdiction of Anderson Road:

i. any and all access requests to Anderson Road or improved Anderson Road;

ii. any and all signage affixed to the grade separation structure or placed on Anderson Road right of way or improved Anderson Road right of way;

iii. the permitting of any and all loads traversing the grade separation structure on improved Anderson Road;

iv. pavement markings, including embedded reflectors;

v. and standards governing right of way maintenance,

among other things.

F. The Parties agree that each Party has the duty to perform such regular inspections, surveys and reviews as are reasonably necessary to fulfill their respective obligations under this AGREEMENT.

VIII. ADDITIONAL MAINTENANCE PROVISIONS

A. It is understood and agreed by the Parties that this AGREEMENT shall supersede any and all earlier Agreements entered into by the PARTIES regarding maintenance of COUNTY highways and VILLAGE facilities within the limits of the PROJECT.

B. All items of construction for the PROJECT which are stipulated in this AGREEMENT to be maintained by the COUNTY shall, upon completion of construction and final inspection, be the sole maintenance responsibility of the COUNTY for the period of time stipulated herein, and all items of the PROJECT which are stipulated in this AGREEMENT to be maintained by the VILLAGE shall, upon completion of the

10

PROJECT, be the sole maintenance responsibility of the VILLAGE commencing at the time as stipulated herein.

C. The COUNTY and the VILLAGE agree that any and all snow removal shall be accomplished in such a manner as not to block or obstruct any street or highway of the other PARTY.

D. Nothing herein is intended to prevent or preclude the COUNTY and the VILLAGE from entering into reciprocal agreements in the future for any particular interchange for the efficient removal of snow, ice, and debris or for incident management.

IX. GENERAL PROVISIONS

A. It is understood and agreed by the PARTIES hereto, that the COUNTY shall have jurisdiction of Anderson Road on a temporary basis. The PARTIES further acknowledge that pursuant to Exhibits “C and “D” the VILLAGE shall regain jurisdiction of Anderson Road. For the purpose of this AGREEMENT, “jurisdiction” shall mean the authority and obligation to administer, control, construct, maintain, and operate.

B. It is acknowledged and agreed that the COUNTY”S exclusive jurisdiction of Keslinger Road is in no manner changed or otherwise effected by this Agreement.

C. Wherever in this AGREEMENT approval or review by either the COUNTY or the VILLAGE is provided for, said approval or review shall not be unreasonably delayed or withheld.

D. Not later than fourteen (14) calendar days after execution of this AGREEMENT each PARTY shall designate in writing a representative who shall serve as the full time representative of the said PARTY during the carrying out of the construction of the PROJECT. Each representative shall have authority, on behalf of such PARTY, to make decisions relating to the work covered by this AGREEMENT. Representatives may be changed, from time to time, by subsequent written notice. Each representative shall be readily available to the other PARTY.

E. In the event of a dispute between the COUNTY and the VILLAGE in the carrying out of the terms of this AGREEMENT or the design and construction of the PROJECT, the Village Administrator of the VILLAGE and the Director of Transportation/ of the COUNTY shall meet and resolve the issue. Any decision of the County Engineer shall be final.

F. This AGREEMENT may be executed in two (2) or more counterparts, each of which shall be deemed an original and all of which shall be deemed one and the same instrument.

G. The COUNTY certifies that its correct Federal Tax Identification number is ______and it is doing business as a governmental entity, whose

11

mailing address is Kane County Division of Transportation, 41 W 011 Burlington Road, St. Charles, Illinois 60175.

H. The VILLAGE certifies that its correct Federal Tax Identification number is ______and it is doing business as a governmental entity, whose mailing address is Elburn, Illinois 60119.

I. This AGREEMENT may only be modified by written modification executed by duly authorized representatives of the PARTIES hereto.

J. This AGREEMENT and the covenants contained herein shall become null and void in the event the contract covering the construction work contemplated herein is not awarded by IDOT within five (5) years subsequent to the date of execution of this AGREEMENT.

K. This AGREEMENT shall be binding upon and inure to the benefit of the parties hereto and their respective successors and approved assigns.

L. It is agreed that the laws of the State of Illinois shall apply to this AGREEMENT and that, in the event of litigation, venue shall lie in Kane County, Illinois.

M. All notices shall be in writing and shall be personally delivered or mailed to the following persons at the following addresses:

To the VILLAGE: The Village of Elburn 301 North St. Elburn, IL 60119 Attn: Village Manager

To the COUNTY: The Kane County Division of Transportation 41 W 011 Burlington Road St. Charles, Illinois 60175. Attn: Director of Transportation/County Engineer

N. The preambles included at the beginning of this AGREEMENT are agreed to and incorporated into this AGREEMENT as part hereof.

IN WITNESS THEREOF, the parties have executed this AGREEMENT on the dates indicated.

12

THE COUNTY OF KANE

By: ______Attest: ______County Board Chairman

Date: ______

THE VILLAGE OF ELBURN

By: ______Attest: ______Village President

Date: ______

13

EXHIBITS

“A” Jurisdictional Transfer Agreement between VILLAGE and COUNTY (Anderson Rd. to COUNTY).

“B” Jurisdictional Transfer Agreement between VILLAGE, COUNTY and IDOT (Anderson Rd. to COUNTY). (to come)

“C” Jurisdictional Transfer Agreement between VILLAGE and COUNTY (Anderson Rd. to VILLAGE).

“D” Jurisdictional Transfer Agreement between VILLAGE, COUNTY and IDOT (Anderson Rd. to VILLAGE). (to come)

14 January 25, 2012 ANDERSON ROAD EXTENSION AND GRADE SEPARATION

A SAFE TRANSPORTATION ALTERNATIVE: A PRIORITY FOR KANE COUNTY

PROJECT FEATURES

◘ New 2 Mile Roadway and Bridge/Overpass ■ Provides Travel Route Alternatives ■ Improves Response Time for Emergency Vehicles ■ Offers a Class II Truck Route ◘ Safe Grade-Separated Railroad Crossing

◘ Direct Access to the Elburn Metra Station

◘ Travel Mode Alternatives ■ Provides Bicycle/Pedestrian Infrastructure ■ Promotes Transit Oriented Development ◘ Public and Private Sector Partnerships ■ Kane County, Village of Elburn, Blackberry Township, Metra, Union Pacific Railroad, and Landowners ◘ Expedited Construction Schedule ■ Shovel-Ready, Pending Land Acquisition ◘ Funding Commitments ■ Federal, State and Local Sources ■ Engineering and Land Acquisition Completed with Local Funds

PROJECT SUPPORT E C O N O M I C MAINTAINING FUNDING COMMITMENTS BENEFITS MAINTAINING FUNDING COMMITMENTS

◘ Provides needed Federal, State and Local funding commitments are critical to the construction jobs construction of the Anderson Road Extension and Grade Separation ◘ Spurs economic project. The success of the project is dependent on each of the fund development sources below. ◘ Reduces traffic ◘ CONSTRUCTION—FUNDING SOURCES: congestion/fuel ■ HPP High Priority Project (SAFETEA-LU) $ 7,600,000 consumption ■ ICC Illinois Commerce Commission $ 7,944,000

◘ Connects residents to ■ STP Surface Transportation Program $ 2,559,575 retail, service, ■ ITEP IL Transportation Enhancement Program $ 505,110 commercial, and educational land uses ■ TARP Truck Access Route Program $ 119,100

■ Local Kane County Funds $ 2,998,600 ◘ TOTAL $ 21,726,385 AGENDA ITEM EXECUTIVE SUMMARY Agenda Item # 7A

Name: Traffic & Permitting Report February 21, 2012

Assigned Committee: Transportation Presenter/Sponsor: Tom Rickert

SUMMARY: TRAFFIC 1. Arterial Operations Center (AOC) – Building design underway for addition to Building A with construction anticipated to begin in summer/fall of 2012. System engineering also underway. Primarily funded with federal CMAQ & EECBG funds. 2. Stearns Corridor Traffic System Project – Award of $1,800,000 in CMAQ funds to deploy various ITS (Intelligent Transportation System) technologies and improvements along the Stearns Corridor. Construction planned for 2013. 3. HSIP/HRRRP Funded Safety Projects – Award of $2,340,000 in federal safety funds to implement various safety improvements on sections of Burlington, Randall and Huntley Roads. Construction planned for 2013. 4. Traffic Signal LED Maintenance – Replacement of existing LED modules at ~25 county signals of which 6 locations will also be upgraded with count-down pedestrian signals. Work is anticipated to be completed in few months. 5. Vehicle Detection System Maintenance – Replacement of the existing video detection system at five (5) signal locations. Anticipated to begin in March and be completed within two – four weeks. 6. Traffic Signal Modernization at Gyorr Avenue & Randall Road – Replacement of the existing span-wire (temporary) signal installation with permanent traffic signals. Bid opening later this month with construction planned for Spring 2012. 7. Traffic Signal at Big Timber & US20 – IDOT considering installation of span-wire traffic signal and coordinating with staff. 8. Fiber Optic Infrastructure – Coordination continues with IT Department for expansion of our fiber optic infrastructure along Randall, Orchard and Fabyan utilizing KDOT’s existing traffic management infrastructure through early 2012. 9. Rural Sign Upgrade Program – Federally funded with the Villages of Virgil and Big Rock, and the Burlington, Big Rock, Campton and Virgil Township Road Districts participating. Agreement approved by IDOT with letting being scheduled.

PERMITTING Attached are spreadsheets showing issued permits for this year and open projects (listed by road name) currently in the review or construction stage. Also attached are the comparison graphs for access, utility and moving permits showing the number of permits issued for FY2012 versus FY2011. Highlighted permit project:

1. Randall Road north of IL Route 72 (Dundee Township Park District) -- Temporary right-in/right-out for construction approved by County Board and engineering underway for the new signalized access on the west side of Randall Road. As directed by Committee, an intergovernmental agreement is being drafted regarding access to Randall from IL72 to Binnie Road,

Attachments: Permitting spreadsheets and charts

Detailed information available from : Staff Name: Kurt Nika - Traffic & Permitting Chief; Thomas Szabo - TrafficPhone: 630/406-7372; 208-3139 Staff Remarks / For information only. Recommendations:

Committee Remarks: Current Issued Permits Comparison FY 2012 (Dec. 2011 to Nov. 2012) FY 2011 (Dec. 2010 to Nov. 2011) Months Access Utility Moving Months Access Utility Moving December 3 7 140 December 31297 January 2 9 100 January 0695 February February 21054 March March 01680 April April 6 5 103 May May 6 10 149 June June 4 15 207 July July 6 11 222 August August 9 10 206 September September 8 12 200 October October 3 3 172 November November 0 11 184 Total thru Jan. 2012 5 16 240 Total thru Jan. 2011 3 18 192

Change % + 67 % --11 % + 25 % Issued Permits

Permit Department Fiscal Year Comparisons

Fiscal Year 2012 2012 PERMITS ISSUED 2012 REVENUE $ COLLECTED Month Utility Temp Major MinimumDetour Events Ag R.O.W. Subdivison Water Draw Stormwater Moving Moving $ Access $ DEC. 2011 7 1 1 0 0 0 0 1 0 0 0 140 $4,625.00 $3,050.00 Jan. 2012 9 1 0 0 0 0 0 1 0 0 0 100 $15,195.00 $5,050.00 Feb Mar Apr May June July Aug Sept Oct Nov Totals thru Jan. 2012 16 2 1 0 0 0 0 2 0 0 0 240 $19,820.00 $8,100.00 DECEMBER 2011 THRU NOVEMBER 2012- Fiscal Year

Fiscal Year 2011 2011 PERMITS ISSUED 2011 REVENUE $ COLLECTED Month Utility Temp Major MinimumDetour Events Ag R.O.W. Subdivison Water Draw Stormwater Moving Moving $ Access $ DECDEC. 2010 12 1 1 0 0 0 0 1 0 0 0 97 $14$14,405.00 405 00 $1$1,650.00 650 00 Jan. 2011 6 0 0 0 0 0 0 1 0 0 0 65 $6,930.00 $6,500.00 Feb 10 0 0 0 0 0 0 0 0 0 0 54 $6,655.00 $7,850.00 Mar 16 0 0 0 0 0 0 0 0 0 0 80 $7,010.00 $2,700.00 Apr 5 2 0 0 0 1 2 0 0 1 0 103 $5,220.00 $9,800.00 May 10 0 0 0 1 2 0 1 0 1 0 149 $8,490.00 $7,200.00 June 15 0 1 0 0 1 0 0 0 1 1 207 $14,040.00 $7,660.00 July 11 1 0 0 0 1 2 1 0 1 0 222 $17,070.00 $3,000.00 Aug 10 0 0 0 1 4 1 1 0 2 0 206 $14,275.00 $6,950.00 Sept 12 1 0 2 0 2 1 2 0 0 0 200 $15,010.00 $5,850.00 Oct 3 0 0 0 0 0 1 0 0 2 0 172 $22,955.00 $4,800.00 Nov 11 0 0 0 0 0 0 0 0 0 0 184 $11,150.00 $1,700.00 Totals thru Jan. 2011 18 1 1 0 0 0 0 2 0 0 0 162 $21,335.00 $8,150.00 DECEMBER 2010 THRU NOVEMBER 2011- Fiscal Year Access Permit Comparison Chart 10 N u 9 9 m 8 b 8 e r 7 66 6 o 6 f 5 P 4 e 4 r 3 3 3 3 m i 2 2 2 t s 1 00 0 I 0 s s u e d January 2011 Total = 0 Issued FY 2011 FY 2012 January 2012 Total = 2 Issued Utility Permit Comparison Chart 18 N 16 u 16 15 m b 14 e 12 12 r 12 11 11 10 10 10 o 10 9 f

8 7 P 6 e 6 5 r m 4 3 i t 2 s 0 I s s u e January 2011 Total = 6 Issued ******* January 2012 Total = 9 Issued d

FY 2011 FY 2012 Moving Permit Comparison Chart

N 250 u 222 m 207 206 200 b 200 184 e 172 r 149 150 140 o f 103 97 100 P 100 95 e 80 r 54 m 50 i t s 0 I s s u e January 2011 Total = 95 Issued FY 2011 d January 2012 Total = 100 Issued FY 2012

AGENDA ITEM EXECUTIVE SUMMARY Agenda Item # 7B-1

Name Approving an Agreement with ESI Consultants, Ltd for 2012 Traffic Safety Resolution Improvement Project, Kane County Section No. 11-00418-00-SP Ordinance

Presenter/Sponsor: Tom Rickert - Deputy Director of Transportation

Budget Information: Was this item budgeted? Yes No N/A Appropriation Amount: $259,996.12

If not budgeted, Transportation Capital Fund #540 explain funding source

SUMMARY: Staff has completed the consultant selection process using current QBS Procedures and has negotiated a contract with ESI Consultants, Ltd for for Phase II Engineering. Information on the QBS Process and selection details may be found on KDOT's website. Potential roadway safety improvements and crash countermeasures proposed include the following:

~ Various traffic signal improvements including improved traffic signal head placement for increased conspicuity and possible protected only and/or Flashing Yellow Arrow (FYA) left turn signal displays. ~ Driver Feedback Speed Display Signs ~ Rumble Strips and Rumble Stripes ~ Modified pavement marking and signing ~ Flashing Warning Beacons

Improvements are proposed along the following County Highways - Huntley Road - County Line to Sleepy Hollow Road, Burlington Road - IL64 to Lenschow Road, and Randall Road - Fabyan Parkway to Silver Glen Road. The Phase II Engineering is estimated to cost $260,000 and is primarily funded with an estimated $234,000 in Federal Highway Safety funds (HSIP).

Attachments: Resolution, Draft Engineering Agreement

Detailed information available from : Staff Name: Tom Szabo, Traffic Section Manager Phone: 630/208-3139 Resolution/Ordinance Tracking:

Assigned Committee: Transportation Passed Sent to: Executive on: 02/21/2012

If Other, specify:

Committee Remarks:

Next Committee: Executive . Sent to: County Board on: 03/07/2012

If Other, specify:

Committee Remarks:

Next Committee: . Sent to: . on:

Committee Remarks:

County Board Date: 03/13/2012

STATE OF ILLINOIS

COUNTY OF KANE

RESOLUTION NO. 12 -

APPROVING A PHASE II ENGINEERING SERVICES AGREEMENT WITH ESI CONSULTANTS, LTD. FOR 2012 HIGHWAY SAFETY IMPROVEMENT PROJECT KANE COUNTY SECTION NO. 11-00418-00-SP

WHEREAS, Phase II Engineering services are needed for various highway safety projects (herein 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 II Engineering services therefor; and

WHEREAS, ESI Consultants, Ltd., 1979 North Mill Street, Suite 100, Naperville, IL 60563 has experience and professional expertise in Phase II Engineering and is willing to perform the required services for an amount not to exceed Two Hundred Fifty Nine Thousand Nine Hundred Ninety Six and 12/100 Dollars ($259,996.12) as set forth in the Phase II Engineering services agreement (a copy of which is on file with the County Clerk’s Office).

NOW, THEREFORE, BE IT RESOLVED by the Kane County Board that the Chairman thereof is hereby authorized to execute a Phase II Engineering services agreement with ESI Consultants, Ltd.

BE IT FURTHER RESOLVED that the Kane County Board appropriate the not to exceed sum of Two Hundred Fifty Nine Thousand Nine Hundred Ninety Six and 12/100 Dollars ($259,996.12) from Transportation Capital Fund #540, Line Item #50140 (Engineering) to pay for said Phase II Engineering services for the Project with approximately ninety percent (90%) thereof to be reimbursed to the County from federal funds.

Line item Line Item Was Are funds currently If funds are not Description personnel/item/service available for this currently available in approved in original personnel/item/service in the specified line item, budget or a subsequent the specified line item? where are the funds budget revision? available? 540.520.525.50140 Engineering No Yes

Passed by the Kane County Board on March 13, 2012.

John A. Cunningham Karen McConnaughay Clerk, County Board Chairman, County Board Kane County, Illinois Kane County, Illinois

Vote: Yes No Voice Abstentions

3HWYSFTYPHIIESI.4LH

AGENDA ITEM EXECUTIVE SUMMARY Agenda Item # 7B-2

Name Approving an Intergovernmental Agreement with the State of Illinois for Phase II Resolution Engineering Services for 2012 Highway Safety Improvement Project, Kane County Ordinance Section No. 11-00418-00-SP

Presenter/Sponsor: Tom Rickert - Deputy Director of Transportation

Budget Information: Was this item budgeted? Yes No N/A Appropriation Amount:

If not budgeted, explain funding source

SUMMARY: Attached is the draft Intergovernmental Agreement with IDOT that will provide for federal reimbursement of a portion of the Phase II Engineering Services for 2012 Highway Safety Improvement Project. Federal Highway Safety funds (HSIP) will provide approximately 90% of the estimated $260,000 cost. The local (County) match is estimated to be $24,000.

Attachments: Resolution, Draft Funding Agreement

Detailed information available from : Staff Name: Tom Szabo, Traffic Section Manager Phone: 630/208-3139 Resolution/Ordinance Tracking:

Assigned Committee: Transportation Passed Sent to: Executive on: 02/21/2012

If Other, specify:

Committee Remarks:

Next Committee: Executive . Sent to: County Board on: 03/07/2012

If Other, specify:

Committee Remarks:

Next Committee: . Sent to: . on:

Committee Remarks:

County Board Date: 03/13/2012 STATE OF ILLINOIS

COUNTY OF KANE

RESOLUTION NO. 12 -

APPROVING AN INTERGOVERNMENTAL AGREEMENT WITH THE STATE OF ILLINOIS FOR PHASE II ENGINEERING SERVICES FOR 2012 HIGHWAY SAFETY IMPROVEMENT PROJECT KANE COUNTY SECTION NO. 11-00418-00-SP

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, the County and the State (through its Illinois Department of Transportation) desire to cooperate among themselves to accomplish various 2012 Traffic Safety Improvement Projects (hereinafter referred to as the “Projects”); and

WHEREAS, the County and the State desire to undertake Phase II Engineering services for the Projects at an estimated cost of Two Hundred Sixty Thousand Dollars ($260,000.00); and

WHEREAS, the Projects are deemed by the County and the State to be of immediate benefit to the residents of the County of Kane and the State of Illinois in that it shall facilitate the safe and efficient movement of traffic, and provide for the safety of the motoring public; and

WHEREAS, the County and the State have determined a mutually satisfactory allocation of responsibilities and costs for said Projects as set forth in an intergovernmental agreement with the State (a copy of which is on file with the County Clerk's Office), with the County’s share of the Phase II Engineering estimated to be $26,000.

NOW, THEREFORE, BE IT RESOLVED by the Kane County Board that the Chairman thereof is hereby authorized to execute an intergovernmental agreement(s) with the State of Illinois acting through the Illinois Department of Transportation for Phase II Engineering of the Projects.

Passed by the Kane County Board on March 13, 2012.

John A. Cunningham Karen McConnaughay Clerk, County Board Chairman, County Board Kane County, Illinois Kane County, Illinois

Vote: Yes No Voice Abstentions

3HWYSFTYPRJSIDOTPHII.4LH Local Agency State Contract Day Labor Local Contract RR Force Account

Kane County X Section Fund Type ITEP Number Local Agency Agreement for Federal Participation 11-00418-00-SP HSIP/HRRP

Construction Engineering Right-of-Way Job Number Project Number Job Number Project Number Job Number Project Number D-91-098-12 HSIP-0089(167)

This Agreement is made and entered into between the above local agency hereinafter referred to as the “LA” and the state of Illinois, acting by and through its Department of Transportation, hereinafter referred to as “STATE”. The STATE and LA jointly propose to improve the designated location as described below. The improvement shall be constructed in accordance with plans approved by the STATE and the STATE’s policies and procedures approved and/or required by the Federal Highway Administration hereinafter referred to as “FHWA”.

Location

Local Name Multiple Locations: See "Termini" description below Route CH 2,34,30 Length

Termini Burlington Road from Lenchow Road to IL64, Randall Road from Dean Street to Silver Glen Road, Huntley Road from Kreutzer Road to Sleepy Hollow Road, Randall Road from Fabyan Parkway to Dean Street

Current Jurisdiction LA Existing Structure No NA

Project Description Phase II Engineering for Rumble stripes, driver feedback signs, speed limit (larger) signs, traffic signalization improvements at 4 locations:

Division of Cost

Type of Work FHWA % STATE % LA % Total Participating Construction ( ) ( ) ( ) Non-Participating Construction ( ) ( ) ( ) Preliminary Engineering 234,000 ( 80 ) ( ) 26,000 ( bal ) 260,000 Construction Engineering ( ) ( ) ( ) Right of Way ( ) ( ) ( ) Railroads ( ) ( ) ( ) Utilities ( ) ( ) ( ) Materials TOTAL $ 234,000 $ $ 26,000 $ 260,000 Maximum FHWA (HSIP/HRRP) participation 80%, not to exceed $234,000.

NOTE: The costs shown in the Division of Cost table are approximate and subject to change. The final LA share is dependent on the final Federal and State participation. The actual costs will be used in the final division of cost for billing and reimbursment.

If funding is not a percentage of the total, place an asterisk in the space provided for the percentage and explain above.

The Federal share of construction engineering may not exceed 15% of the Federal share of the final construction cost. Local Agency Appropriation

By execution of this Agreement, the LA is indicating sufficient funds have been set aside to cover the local share of the project cost and additional funds will be appropriated, if required, to cover the LA’s total cost. Method of Financing (State Contract Work)

METHOD A---Lump Sum (80% of LA Obligation) METHOD B--- Monthly Payments of METHOD C---LA’s Share BAL divided by estimated total cost multiplied by actual progress payment.

(See page two for details of the above methods and the financing of Day Labor and Local Contracts)

Printed on 2/15/2012 Page 1 of 5 BLR 05310 (12/08/10)

Agreement Provisions

THE LA AGREES:

(1) To acquire in its name, or in the name of the state if on the state highway system, all right-of-way necessary for this project in accordance with the requirements of Titles II and III of the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, and established state policies and procedures. Prior to advertising for bids, the LA shall certify to the STATE that all requirements of Titles II and III of said Uniform Act have been satisfied. The disposition of encroachments, if any, will be cooperatively determined by representatives of the LA, and STATE and the FHWA, if required. (2) To provide for all utility adjustments, and to regulate the use of the right-of-way of this improvement by utilities, public and private, in accordance with the current Utility Accommodation Policy for Local Agency Highway and Street Systems. (3) To provide for surveys and the preparation of plans for the proposed improvement and engineering supervision during construction of the proposed improvement. (4) To retain jurisdiction of the completed improvement unless specified otherwise by addendum (addendum should be accompanied by a location map). If the improvement location is currently under road district jurisdiction, an addendum is required. (5) To maintain or cause to be maintained, in a manner satisfactory to the STATE and FHWA, the completed improvement, or that portion of the completed improvement within its jurisdiction as established by addendum referred to in item 4 above. (6) To comply with all applicable Executive Orders and Federal Highway Acts pursuant to the Equal Employment Opportunity and Nondiscrimination Regulations required by the U.S. Department of Transportation. (7) To maintain, for a minimum of 3 years after the completion of the contract, adequate books, records and supporting documents to verify the amounts, recipients and uses of all disbursements of funds passing in conjunction with the contract; the contract and all books, records and supporting documents related to the contract shall be available for review and audit by the Auditor General and the department; and the LA agrees to cooperate fully with any audit conducted by the Auditor General and the department; and to provide full access to all relevant materials. Failure to maintain the books, records and supporting documents required by this section shall establish a presumption in favor of the STATE for the recovery of any funds paid by the STATE under the contract for which adequate books, records and supporting documentation are not available to support their purported disbursement. (8) To provide if required, for the improvement of any railroad-highway grade crossing and rail crossing protection within the limits of the proposed improvement. (9) To comply with Federal requirements or possibly lose (partial or total) Federal participation as determined by the FHWA. (10) (State Contracts Only) That the method of payment designated on page one will be as follows: Method A - Lump Sum Payment. Upon award of the contract for this improvement, the LA will pay to the STATE, in lump sum, an amount equal to 80% of the LA’s estimated obligation incurred under this Agreement, and will pay to the STATE the remainder of the LA’s obligation (including any nonparticipating costs) in a lump sum, upon completion of the project based upon final costs. Method B - Monthly Payments. Upon award of the contract for this improvement, the LA will pay to the STATE, a specified amount each month for an estimated period of months, or until 80% of the LA’s estimated obligation under the provisions of the Agreement has been paid, and will pay to the STATE the remainder of the LA’s obligation (including any nonparticipating costs) in a lump sum, upon completion of the project based upon final costs. Method C - Progress Payments. Upon receipt of the contractor’s first and subsequent progressive bills for this improvement, the LA will pay to the STATE, an amount equal to the LA’s share of the construction cost divided by the estimated total cost, multiplied by the actual payment (appropriately adjusted for nonparticipating costs) made to the contractor until the entire obligation incurred under this Agreement has been paid. (11) (Day Labor or Local Contracts) To provide or cause to be provided all of the initial funding, equipment, labor, material and services necessary to construct the complete project. (12) (Preliminary Engineering) In the event that right-of-way acquisition for, or actual construction of the project for which this preliminary engineering is undertaken with Federal participation is not started by the close of the tenth fiscal year following the fiscal year in which this agreement is executed, the LA will repay the STATE any Federal funds received under the terms of this Agreement. (13) (Right-of-Way Acquisition) In the event that the actual construction of the project on this right-of-way is not undertaken by the close of the twentieth fiscal year following the fiscal year in which this Agreement is executed, the LA will repay the STATE any Federal Funds received under the terms of this Agreement.

Printed on 2/15/2012 Page 2 of 5 BLR 05310 (12/08/10)

(14) (Railroad Related Work Only) The estimates and general layout plans for at-grade crossing improvements should be forwarded to the Rail Safety and Project Engineer, Room 204, Illinois Department of Transportation, 2300 South Dirksen Parkway, Springfield, Illinois, 62764. Approval of the estimates and general layout plans should be obtained prior to the commencement of railroad related work. All railroad related work is also subject to approval be the Illinois Commerce Commission (ICC). Final inspection for railroad related work should be coordinated through appropriate IDOT District Bureau of Local Roads and Streets office. Plans and preemption times for signal related work that will be interconnected with traffic signals shall be submitted to the ICC for review and approval prior to the commencement of work. Signal related work involving interconnects with state maintained traffic signals should also be coordinated with the IDOT’s District Bureau of Operations. The LA is responsible for the payment of the railroad related expenses in accordance with the LA/railroad agreement prior to requesting reimbursement from IDOT. Requests for reimbursement should be sent to the appropriate IDOT District Bureau of Local Roads and Streets office. Engineer’s Payment Estimates in accordance with the Division of Cost on page one. (15) And certifies to the best of its knowledge and belief its officials: (a) are not presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from covered transactions by any Federal department or agency; (b) have not within a three-year period preceding this Agreement been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements receiving stolen property; (c) are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State, local) with commission of any of the offenses enumerated in item (b) of this certification; and (d) have not within a three-year period preceding the Agreement had one or more public transactions (Federal, State, local) terminated for cause or default. (16) To include the certifications, listed in item 15 above and all other certifications required by State statutes, in every contract, including procurement of materials and leases of equipment. (17) (State Contracts) That execution of this agreement constitutes the LA’s concurrence in the award of the construction contract to the responsible low bidder as determined by the STATE. (18) That for agreements exceeding $100,000 in federal funds, execution of this Agreement constitutes the LA’s certification that: (a) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress or any employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any cooperative agreement, and the extension, continuation, renewal, amendment or modification of any Federal contract, grant, loan or cooperative agreement; (b) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress or an employee of a Member of Congress, in connection with this Federal contract, grant, loan or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, “Disclosure Form to Report Lobbying”, in accordance with its instructions; (c) The LA shall require that the language of this certification be included in the award documents for all subawards at all ties (including subcontracts, subgrants and contracts under grants, loans and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. (19) To regulate parking and traffic in accordance with the approved project report. (20) To regulate encroachments on public right-of-way in accordance with current Illinois Compiled Statutes. (21) To regulate the discharge of sanitary sewage into any storm water drainage system constructed with this improvement in accordance with current Illinois Compiled Statutes. (22) That the LA may invoice the STATE monthly for the FHWA and/or STATE share of the costs incurred for this phase of the improvement. The LA will submit supporting documentation with each request for reimbursement from the STATE. Supporting documentation is defined as verification of payment, certified time sheets, vendor invoices, vendor receipts, and other documentation supporting the requested reimbursement amount. (23) To complete this phase of the project within three years from the date this agreement is approved by the STATE if this portion of the project described in the Project Description does not exceed $1,000,000 (five years if the project costs exceed $1,000,000). (24) Upon completion of this phase of the improvement, the LA will submit to the STATE a complete and detailed final invoice with all applicable supporting supporting documentation of all incurred costs, less previous payments, no later than one year from the date of completion of this phase of the improvement. If a final invoice is not received within one year of completion of this phase of the improvement, the most recent invoice may be considered the final invoice and the obligation of the funds closed.

Printed on 2/15/2012 Page 3 of 5 BLR 05310 (12/08/10)

(25) (Single Audit Requirements) That if the LA receives $500,000 or more a year in federal financial assistance they shall have an audit made in accordance with the Office of Management and Budget (OMB) Circular No. A-133. LA’s that receive less than $500,000 a year shall be exempt from compliance. A copy of the audit report must be submitted to the STATE with 30 days after the completion of the audit, but no later than one year after the end of the LA’s fiscal year. The CFDA number for all highway planning and construction activities is 20.205. (26) That the LA is required to register with the Central Contractor Registration (CCR), which is a web-enabled government-wide application that collects, validates, stores, and disseminates business information about the federal government’s trading partners in support of the contract award and the electronic payment processes. If you do not have a CCR number, you must register at https://www.bpn.gov/ccr. If the LA, as a sub-recipient of a federal funding, receives an amount equal to or greater than $25,000 (or which equals or exceeds that amount by addition of subsequent funds), this agreement is subject to the following award terms: http://edocket.access.gpo.gov/2010/pdf/2010-22705.pdf and http://edocket.access.gpo.gov/2010/pdf/2010-22706.pdf.

THE STATE AGREES:

(1) To provide such guidance, assistance and supervision and to monitor and perform audits to the extent necessary to assure validity of the LA’s certification of compliance with Titles II and III requirements. (2) (State Contracts) To receive bids for the construction of the proposed improvement when the plans have been approved by the STATE (and FHWA, if required) and to award a contract for construction of the proposed improvement, after receipt of a satisfactory bid. (3) (Day Labor) To authorize the LA to proceed with the construction of the improvement when Agreed Unit Prices are approved and to reimburse the LA for that portion of the cost payable from Federal and/or State funds based on the Agreed Unit Prices and Engineer’s Payment Estimates in accordance with the Division of Cost on page one. (4) (Local Contracts) That for agreements with Federal and/or State funds in engineering, right-of-way, utility work and/or construction work: (a) To reimburse the LA for the Federal and/or State share on the basis of periodic billings, provided said billings contain sufficient cost information and show evidence of payment by the LA; (b) To provide independent assurance sampling, to furnish off-site material inspection and testing at sources normally visited by STATE inspectors of steel, cement, aggregate, structural steel and other materials customarily tested by the STATE.

IT IS MUTUALLY AGREED:

(1) Construction of the project will utilize domestic steel as required by Section 106.01 of the current edition of the Standard Specifications for Road and Bridge Construction.

(2) That this Agreement and the covenants contained herein shall become null and void in the event that the FHWA does not approve the proposed improvement for Federal-aid participation or the contract covering the construction work contemplated herein is not awarded within three years of the date of execution of this Agreement. (3) This Agreement shall be binding upon the parties, their successors and assigns. (3) For contracts awarded by the LA, the LA shall not discriminate on the basis of race, color, national origin or sex in the award and performance of any USDOT – assisted contract or in the administration of its DBE program or the requirements of 49 CFR part 26. The LA shall take all necessary and reasonable steps under 49 CFR part 26 to ensure nondiscrimination in the award and administration of USDOT – assisted contracts. The LA’s DBE program, as required by 49 CFR part 26 and as approved by USDOT, is incorporated by reference in this Agreement. Upon notification to the recipient of its failure to carry out its approved program, the department may impose sanctions as provided for under part 26 and may, in appropriate cases, refer the matter for enforcement under 18 U.S.C. 1001 and/or the Program Fraud Civil Remedies Act of 1986 (31U.S.C. 3801 et seq.). In the absence of a USDOT – approved LA DBE Program or on State awarded contracts, this Agreement shall be administered under the provisions of the STATE’s USDOT approved Disadvantaged Business Enterprise Program. (4) In cases where the STATE is reimbursing the LA, obligations of the STATE shall cease immediately without penalty or further payment being required if, in any fiscal year, the Illinois General Assembly or applicable Federal Funding source fails to appropriate or otherwise make available funds for the work contemplated herein. (5) All projects for the construction of fixed works which are financed in whole or in part with funds provided by this Agreement and/or amendment shall be subject to the Prevailing Wage Act (820 ILCS 130/0.01 et seq.) unless the provisions of that Act exempt its application

Printed on 2/15/2012 Page 4 of 5 BLR 05310 (12/08/10)

ADDENDA

Additional information and/or stipulations are hereby attached and identified below as being a part of this Agreement. Number 1 Location Map (Insert addendum numbers and titles as applicable)

The LA further agrees, as a condition of payment, that it accepts and will comply with the applicable provisions set forth in this Agreement and all exhibits indicated above. APPROVED APPROVED Local Agency State of Illinois Department of Transportation

Karen McConnaughay Name of Official (Print or Type Name) Gary Hannig, Secretary of Transportation Date

Kane County Board Chair By: Title (County Board Chairperson/Mayor/Village President/etc.) (Delegate’s Signature)

(Delegate’s Name - Printed) (Signature) Date

The above signature certifies the agency’s TIN number is Christine M. Reed, Director of Highways/Chief Engineer Date 36-6006585 conducting business as a Governmental Entity.

DUNS Number 945248565 Ellen J. Schanzle-Haskins, Chief Counsel Date

Matthew R. Hughes, Acting Director of Finance and Administration Date NOTE: If signature is by an APPOINTED official, a resolution authorizinghii said appointed official to execute this agreement is required.

Printed on 2/15/2012 Page 5 of 5 BLR 05310 (12/08/10)

AGENDA ITEM EXECUTIVE SUMMARY Agenda Item # 7C-1

Name Approving a Phase II Engineering Services Agreement with Jacobs Engineering Resolution Group, Inc. for Stearns Road Corridor Traffic System Improvements, Kane County Ordinance Section No. 11-00214-00-TL

Presenter/Sponsor: Tom Rickert - Deputy Director of Transportation

Budget Information: Was this item budgeted? Yes No N/A Appropriation Amount: $162,834.00

If not budgeted, Transportation Capital Fund #540 explain funding source

SUMMARY: Staff has completed the consultant selection process using current QBS Procedures and has negotiated a contract with Jacobs Engineering Group, Inc. for an amount not to exceed $162,834 for Phase II Engineering. Information on the QBS Process and selection details may be found on KDOT's website. Proposed improvements include the following:

~ Construction of Fiber Optic/Ethernet interconnect (along Stearns Road) from Randall Road to IL25 (Stearns Road) ~ Communication system upgrades of existing fiber optic interconnect system (along Stearns Road /IL25) from the Stearns Road & IL25/Stearns Road intersection to the IL25 Dunham Road & IL25/Stearns Road intersection. ~ Roadway Weather Information Systems (RWIS) ~ Driver Feedback Speed Display Signs ~ CCTV Roadway Monitoring Camera Systems ~ and other Systems that may be deployed dependent on further evaluation

The Phase II Engineering is estimated to cost $162,834 and is primarily funded with an estimated $131,876 in Federal Congestion Mitigation and Air Quality (CMAQ) funds.

Attachments: Resolution, Draft Engineering Agreement

Detailed information available from : Staff Name: Tom Szabo, Traffic Section Manager Phone: 630/208-3139 Resolution/Ordinance Tracking:

Assigned Committee: Transportation Passed Sent to: Executive on: 02/21/2012

If Other, specify:

Committee Remarks:

Next Committee: Executive . Sent to: County Board on: 03/07/2012

If Other, specify:

Committee Remarks:

Next Committee: . . Sent to: on:

Committee Remarks:

County Board Date: 03/13/2012

STATE OF ILLINOIS

COUNTY OF KANE

RESOLUTION NO. 12 -

APPROVING A PHASE II ENGINEERING SERVICES AGREEMENT WITH JACOBS ENGINEERING GROUP, INC. FOR STEARNS ROAD CORRIDOR TRAFFIC SYSTEM IMPROVEMENTS KANE COUNTY SECTION NO. 11-00214-00-TL

WHEREAS, Phase II Engineering services are needed for the Stearns Road Corridor Traffic System Improvements (herein referred to as the “Improvement”); and

WHEREAS, in order to accomplish the Improvement, it is necessary to retain the services of a professional engineering firm to provide Phase II Engineering services therefor; and

WHEREAS, Jacobs Engineering Group, Inc., One North Franklin, Suite 500, Chicago, IL 60606 has experience and professional expertise in Phase II Engineering and is willing to perform the required services for an amount not to exceed One Hundred Sixty Two Thousand Eight Hundred Thirty Four Dollars ($162,834.00) as set forth in the Phase II Engineering services agreement (a copy of which is on file with the County Clerk’s Office).

NOW, THEREFORE, BE IT RESOLVED by the Kane County Board that the Chairman thereof is hereby authorized to execute a Phase II Engineering services agreement with Jacobs Engineering Group, Inc.

BE IT FURTHER RESOLVED that the Kane County Board appropriate the not to exceed sum of One Hundred Sixty Two Thousand Eight Hundred Thirty Four Dollars ($162,834.00) from Transportation Capital Fund #540, Line Item #50140 (Engineering) to pay for said Phase II Engineering services for the Improvement with approximately eighty percent (80%) thereof to be reimbursed to the County from federal funds.

Line item Line Item Was Are funds currently If funds are not Description personnel/item/service available for this currently available in approved in original personnel/item/service in the specified line item, budget or a subsequent the specified line item? where are the funds budget revision? available? 540.520.525.50140 Engineering Yes Yes

Passed by the Kane County Board on March 13, 2012.

John A. Cunningham Karen McConnaughay Clerk, County Board Chairman, County Board Kane County, Illinois Kane County, Illinois

Vote: Yes No Voice Abstentions

3STRNSSMRTCRDRPHIIJCBS.4LH

Local Agency Consultant Kane County L Jacobs Engineering Group, Inc. O C County C O Address

Kane A N 525 W. Monroe Street Section City L S 11-00214-00-TL Chicago U Project No. Preliminary Engineering State CMM-4003(001) A L IL G Services Agreement T Job No. For Zip Code D 91-359-12 E A 60661 Federal Participation Contact Name/Phone/E-mail Address N N Contact Name/Phone/E-mail Address Tom Szabo C T Ken Glassman 630-444-3143 Y 312-612-7288 [email protected] [email protected]

THIS AGREEMENT is made and entered into this day February , 2012 between the above Local Agency (LA) and Consultant (ENGINEER) and covers certain professional engineering services in connection with the PROJECT. Federal-aid funds allotted to the LA by the state of Illinois under the general supervision of the Illinois Department of Transportation (STATE) will be used entirely or in part to finance engineering services as described under AGREEMENT PROVISIONS.

Project Description

Name Stearn Road Smart Corridor Route CH 37 Length 8 mi. Structure No. N/A

Termini Western Terminus: Randall Road; Eastern terminus: Kane/Dupage County Line

Description Phase II enginnering for the design of communications upgrades and the installation of ITS elements along Stearns Road, from Randall Road to the Kane / DuPage County Line.

Agreement Provisions

I. THE ENGINEER AGREES,

1. To perform or be responsible for the performance, in accordance with STATE approved design standards and policies, of engineering services for the LA for the proposed improvement herein described.

2. To attend any and all meetings and visit the site of the proposed improvement at any reasonable time when requested by representatives of the LA or STATE.

3. To complete the services herein described within 365 calendar days from the date of the Notice to Proceed from the LA, excluding from consideration periods of delay caused by circumstances beyond the control of the ENGINEER.

4. The classifications of the employees used in the work should be consistent with the employee classifications and estimated man- hours shown in EXHIBIT A. If higher-salaried personnel of the firm, including the Principal Engineer, perform services that are indicated in Exhibit A to be performed by lesser-salaried personnel, the wage rate billed for such services shall be commensurate with the payroll rate for the work performed.

5. That the ENGINEER is qualified technically and is entirely conversant with the design standards and policies applicable for the PROJECT; and that the ENGINEER has sufficient properly trained, organized and experienced personnel to perform the services enumerated herein.

6. That the ENGINEER shall be responsible for the accuracy of the work and shall promptly make necessary revisions or corrections resulting from the ENGINEER’s errors, omissions or negligent acts without additional compensation. Acceptance of work by the STATE will not relieve the ENGINEER of the responsibility to make subsequent correction of any such errors or omissions or for clarification of any ambiguities.

7. That all plans and other documents furnished by the ENGINEER pursuant to this AGREEMENT will be endorsed by the ENGINEER and will affix the ENGINEER’s professional seal when such seal is required by law. Plans for structures to be built as a part of the improvement will be prepared under the supervision of a registered structural engineer and will affix structural engineer seal when such seal is required by law. It will be the ENGINEER’s responsibility to affix the proper seal as required by the Bureau of Local Roads and Streets manual published by the STATE.

8. That the ENGINEER will comply with applicable federal statutes, state of Illinois statutes, and local laws or ordinances of the LA.

Page 1 of 5 BLR 05610 (Rev. 9/06) Printed on 2/15/2012 2:21:51 PM 9. The undersigned certifies neither the ENGINEER nor I have:

a. employed or retained for commission, percentage, brokerage, contingent fee or other considerations, any firm or person (other than a bona fide employee working solely for me or the above ENGINEER) to solicit or secure this AGREEMENT, b. agreed, as an express or implied condition for obtaining this AGREEMENT, to employ or retain the services of any firm or person in connection with carrying out the AGREEMENT or c. paid, or agreed to pay any firm, organization or person (other than a bona fide employee working solely for me or the above ENGINEER) any fee, contribution, donation or consideration of any kind for, or in connection with, procuring or carrying out the AGREEMENT. d. are not presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from covered transactions by any Federal department or agency, e. have not within a three-year period preceding the AGREEMENT been convicted of or had a civil judgment rendered against them for commission of fraud or criminal offense in connection with obtaining, attempting to obtain or performing a public (Federal, State or local) transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements or receiving stolen property, f. are not presently indicted for or otherwise criminally or civilly charged by a government entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (e) and g. have not within a three-year period preceding this AGREEMENT had one or more public transactions (Federal, State or local) terminated for cause or default.

10. To pay its subconsultants for satisfactory performance no later than 30 days from receipt of each payment from the LA.

11. To submit all invoices to the LA within one year of the completion of the work called for in this AGREEMENT or any subsequent Amendment or Supplement.

12. To submit BLR 05613, Engineering Payment Report, to the STATE upon completion of the project (Exhibit B).

13. Scope of Services to be provided by the ENGINEER:

Make such detailed surveys as are necessary for the planning and design of the PROJECT.

Make stream and flood plain hydraulic surveys and gather both existing bridge upstream and downstream high water data and flood flow histories.

Prepare applications for U.S. Army Corps of Engineers Permit, Illinois Department of Natural Resources Office of Water Resources Permit and Illinois Environmental Protection Agency Section 404 Water Quality Certification.

Design and/or approve cofferdams and superstructure shop drawings.

Prepare Bridge Condition Report and Preliminary Bridge Design and Hydraulic Report, (including economic analysis of bridge or culvert types and high water effects on roadway overflows and bridge approaches).

Prepare the necessary environmental and planning documents including the Project Development Report, Environmental Class of Action Determination or Environmental Assessment, State Clearinghouse, Substate Clearinghouse and all necessary environmental clearances.

Make such soil surveys or subsurface investigations including borings and soil profiles as may be required to furnish sufficient data for the design of the proposed improvement. Such investigations to be made in accordance with the current Standard Specifications for Road and Bridge Construction, Bureau of Local Roads and Streets Administrative Policies, Federal-Aid Procedures for Local Highway Improvements or any other applicable requirements of the STATE.

Analyze and evaluate the soil surveys and structure borings to determine the roadway structural design and bridge foundation.

Prepare preliminary roadway and drainage structure plans and meet with representatives of the LA and STATE at the site of the improvement for review of plans prior to the establishment of final vertical and horizontal alignment, location and size of drainage structures, and compliance with applicable design requirements and policies.

Make or cause to be made such traffic studies and counts and special intersection studies as may be required to furnish sufficient data for the design of the proposed improvement.

Complete the general and detailed plans, special provisions and estimate of cost. Contract plans shall be prepared in accordance with the guidelines contained in the Bureau of Local Roads and Streets manual. The special provisions and detailed estimate of cost shall be furnished in quadruplicate.

Furnish the LA with survey and drafts in quadruplicate all necessary right-of-way dedications, construction easements and borrow pit and channel change agreements including prints of the corresponding plats and staking as required.

Page 2 of 5 BLR 05610 (Rev. 9/06) Printed on 2/15/2012 2:21:51 PM II. THE LA AGREES,

1. To furnish the ENGINEER all presently available survey data and information 2. To pay the ENGINEER as compensation for all services rendered in accordance with this AGREEMENT, on the basis of the following compensation formulas:

Cost Plus Fixed Fee CPFF = 14.5%[DL + R(DL) + OH(DL) + IHDC], or CPFF = 14.5%[DL + R(DL) + 1.4(DL) + IHDC], or CPFF = 14.5%[(2.3 + R)DL + IHDC]

Where: DL = Direct Labor IHDC = In House Direct Costs OH = Consultant Firm’s Actual Overhead Factor R = Complexity Factor

Specific Rate (Pay per element) Lump Sum 3. To pay the ENGINEER using one of the following methods as required by 49 CFR part 26 and 605 ILCS 5/5-409:

With Retainage

a) For the first 50% of completed work, and upon receipt of monthly invoices from the ENGINEER and the approval thereof by the LA, monthly payments for the work performed shall be due and payable to the ENGINEER, such payments to be equal to 90% of the value of the partially completed work minus all previous partial payments made to the ENGINEER. b) After 50% of the work is completed, and upon receipt of monthly invoices from the ENGINEER and the approval thereof by the LA, monthly payments covering work performed shall be due and payable to the ENGINEER, such payments to be equal to 95% of the value of the partially completed work minus all previous partial payments made to the ENGINEER. c) Final Payment – Upon approval of the work by the LA but not later than 60 days after the work is completed and reports have been made and accepted by the LA and the STATE, a sum of money equal to the basic fee as determined in this AGREEMENT less the total of the amounts of partial payments previously paid to the ENGINEER shall be due and payable to the ENGINEER. Without Retainage

a) For progressive payments – Upon receipt of monthly invoices from the ENGINEER and the approval thereof by the LA, monthly payments for the work performed shall be due and payable to the ENGINEER, such payments to be equal to the value of the partially completed work minus all previous partial payments made to the ENGINEER. b) Final Payment – Upon approval of the work by the LA but not later than 60 days after the work is completed and reports have been made and accepted by the LA and STATE, a sum o money equal to the basic fee as determined in this AGREEMENT less the total of the amounts of partial payments previously paid to the ENGINEER shall be due and payable to the ENGINEER.

4. The recipient shall not discriminate on the basis of race, color, national origin or sex in the award and performance of any DOT- assisted contract or in the administration of its DBE program or the requirements of 49 CFR part 26. The recipient shall take all necessary and reasonable steps under 49 CFR part 26 to ensure nondiscrimination in the award and administration of DOT-assisted contracts. The recipient’s DBE program, as required by 49 CFR part 26 and as approved by DOT, is incorporated by reference in this agreement. Implementation of this program is a legal obligation and failure to carry out its terms shall be treated as violation of this agreement. Upon notification to the recipient of its failure to carry out its approved program, the Department may impose sanctions as provided for under part 26 and may, in appropriate cases, refer the matter for enforcement under 18 U.S.C. 1001 and/or the Program Fraud Civil Remedies Act of 1986 (31U.S.C. 3801 et seq.).

III. IT IS MUTALLY AGREED,

1. That no work shall be commenced by the ENGINEER prior to issuance by the LA of a written Notice to Proceed.

2. That tracings, plans, specifications, estimates, maps and other documents prepared by the ENGINEER in accordance with this AGREEMENT shall be delivered to and become the property of the LA and that basic survey notes, sketches, charts and other data prepared or obtained in accordance with this AGREEMENT shall be made available, upon request, to the LA or to the STATE, without restriction or limitation as to their use.

3. That all reports, plans, estimates and special provisions furnished by the ENGINEER shall be in accordance with the current Standard Specifications for Road and Bridge Construction, Bureau of Local Roads and Streets Administrative Policies, Federal-Aid Procedures for Local Highway Improvements or any other applicable requirements of the STATE, it being understood that all such furnished documents shall be approved by the LA and the STATE before final acceptance. During the performance of the engineering services herein provided for, the ENGINEER shall be responsible for any loss or damage to the documents herein enumerated while they are in the ENGINEER’s possession and any such loss or damage shall be restored at the ENGINEER’s expense.

Page 3 of 5 BLR 05610 (Rev. 9/06) Printed on 2/15/2012 2:21:51 PM

4. That none of the services to be furnished by the ENGINEER shall be sublet, assigned or transferred to any other party or parties without written consent of the LA. The consent to sublet, assign or otherwise transfer any portion of the services to be furnished by the ENGINEER shall not be construed to relieve the ENGINEER of any responsibility for the fulfillment of this agreement.

5. To maintain, for a minimum of 3 years after the completion of the contract, adequate books, records and supporting documents to verify the amounts, recipients and uses of all disbursements of funds passing in conjunction with the contract; the contract and all books, records and supporting documents related to the contract shall be available for review and audit by the Auditor General and the STATE; and to provide full access to all relevant materials. Failure to maintain the books, records and supporting documents required by this section shall establish a presumption in favor of the STATE for the recovery of any funds paid by the STATE under the contract for which adequate books, records and supporting documentation are not available to support their purported disbursement.

6. The payment by the LA in accordance with numbered paragraph 3 of Section II will be considered payment in full for all services rendered in accordance with this AGREEMENT whether or not they be actually enumerated in this AGREEMENT.

7. That the ENGINEER shall be responsible for any and all damages to property or persons arising out of an error, omission and/or negligent act in the prosecution of the ENGINEER’s work and shall indemnify and save harmless the LA, the STATE, and their officers, agents and employees from all suits, claims, actions or damages of any nature whatsoever resulting there from. These indemnities shall not be limited by the listing of any insurance policy.

8. This AGREEMENT may be terminated by the LA upon giving notice in writing to the ENGINEER at the ENGINEER’s last known post office address. Upon such termination, the ENGINEER shall cause to be delivered to the LA all drawings, plats, surveys, reports, permits, agreements, soils and foundation analysis, provisions, specifications, partial and completed estimates and data, if any from soil survey and subsurface investigation with the understanding that all such material becomes the property of the LA. The LA will be responsible for reimbursement of all eligible expenses to date of the written notice of termination.

9. This certification is required by the Drug Free Workplace Act (30ILCS 580). The Drug Free Workplace Act requires that no grantee or contractor shall receive a grant or be considered for the purpose of being awarded a contract for the procurement of any property or service from the State unless that grantee or contractor will provide a drug free workplace. False certification or violation of the certification may result in sanctions including, but not limited to, suspension of contract or grant payments, termination of a contract or grant and debarment of the contracting or grant opportunities with the State for at least one (1) year but no more than five (5) years.

For the purpose of this certification, “grantee” or “contractor” means a corporation, partnership or other entity with twenty-five (25) or more employees at the time of issuing the grant, or a department, division or other unit thereof, directly responsible for the specific performance under a contract or grant of $5,000 or more from the State, as defined in the Act.

The contractor/grantee certifies and agrees that it will provide a drug free workplace by: a. Publishing a statement: (1) Notifying employees that the unlawful manufacture, distribution, dispensing, possession or use of a controlled substance, including cannabis, is prohibited in the grantee’s or contractor’s workplace. (2) Specifying the actions that will be taken against employees for violations of such prohibition. (3) Notifying the employee that, as a condition of employment on such contract or grant, the employee will: (a) abide by the terms of the statement; and (b) notify the employer of any criminal drug statute conviction for a violation occurring in the workplace no later than five (5) days after such conviction. b. Establishing a drug free awareness program to inform employees about: (1) The dangers of drug abuse in the workplace; (2) The grantee’s or contractor’s policy of maintaining a drug free workplace; (3) Any available drug counseling, rehabilitation and employee assistance program; and (4) The penalties that may be imposed upon an employee for drug violations. c. Providing a copy of the statement required by subparagraph (a) to each employee engaged in the performance of the contract or grant and to post the statement in a prominent place in the workplace. d. Notifying the contracting or granting agency within ten (10) days after receiving notice under part (B) of paragraph (3) of subsection (a) above from an employee or otherwise receiving actual notice of such conviction. e. Imposing a sanction on, or requiring the satisfactory participation in a drug abuse assistance or rehabilitation program by, f. Assisting employees in selecting a course of action in the event drug counseling, treatment and rehabilitation is required and indicating that a trained referral team is in place. g. Making a good faith effort to continue to maintain a drug free workplace through implementation of the Drug Free Workplace Act.

10. The ENGINEER or subconsultant shall not discriminate on the basis of race, color, national origin or sex in the performance of this AGREEMENT. The ENGINEER shall carry out applicable requirements of 49 CFR part 26 in the administration of DOT assisted contracts. Failure by the ENGINEER to carry out these requirements is a material breach of this AGREEMENT, which may result in the termination of this AGREEMENT or such other remedy as the LA deems appropriate.

Page 4 of 5 BLR 05610 (Rev. 9/06) Printed on 2/15/2012 2:21:51 PM

Agreement Summary

Prime Consultant: TIN Number Agreement Amount Jacobs Engineering Group, Inc. 95-4081636 $162,834

Sub-Consultants: TIN Number Agreement Amount N/A N/A N/A

Sub-Consultant Total: N/A Prime Consultant Total: $162,834 Total for all Work: $162,834

Executed by the LA: County of Kane (Municipality/Township/County)

ATTEST:

By: By:

John A. Cunningham, County Clerk Title: Chairman, County Board

(SEAL)

Executed by the ENGINEER:

ATTEST: Jacobs Engineering Group, Inc.

By: By:

Title: Title:

Page 5 of 5 BLR 05610 (Rev. 9/06) Printed on 2/15/2012 2:21:51 PM Exhibit A - Preliminary Engineering

Route: N/A Local Agency: Kane County *Firm’s approved rates on file with IDOT’S (Municipality/Township/County) Bureau of Accounting and Auditing: Section: 11-00214-00-TL Project: CMM-4003(001) Overhead Rate (OH) 122.88 % Job No.: D 91-359-12 Complexity Factor (R) 0.00 Calendar Days 365

Method of Compensation: Cost Plus Fixed Fee 1 14.5%[DL + R(DL) + OH(DL) + IHDC] Cost Plus Fixed Fee 2 14.5%[DL + R(DL) + 1.4(DL) + IHDC] Cost Plus Fixed Fee 3 14.5%[(2.3 + R)DL + IHDC] Specific Rate Lump Sum Cost Estimate of Consultant’s Services in Dollars

In-House Employee Man- Payroll Payroll Services by Element of Work Overhead* Direct Costs Profit Total Classification Hours Rate Costs (DL) Others (IHDC) Data Collection All 298 $51.05 $15,213 $18,694 $0 $315 $6,001 $40,222 Plans, Specs., Est. All 941 $42.04 $39,560 $48,611 $0 $765 $15,604 $104,540 Deployment Support All 68 $43.60 $2,965 $3,643 $0 $90 $1,169 $7,867 Project Management All 76 $51.09 $3,883 $4,771 $0 $16 $1,532 $10,204

Totals 1,383 $61,620 $75,719 $1,189 $0 $24,306 $162,834

Page 1 of 1 BLR 05610 (Rev. 9/06) Printed on 2/15/2012 2:21:51 PM Exhibit B

Engineering Payment Report

Prime Consultant

Name Jacobs Address 525 W Monroe St., Suite 200, Chicago, IL 60661 Telephone 312.251.3000 TIN Number 95-4081636 Project Information

Local Agency Kane County Division of Transportation Section Number 11-00214-00-TL Project Number CMM-4003(001) Job Number D 91-359-12

This form is to verify the amount paid to the Sub-consultant on the above captioned contract. Under penalty of law for perjury or falsification, the undersigned certifies that work was executed by the Sub-consultant for the amount listed below.

Sub-Consultant Name TIN Number Actual Payment from Prime N/A N/A

Sub-Consultant Total: Prime Consultant Total: Total for all Work Completed:

Signature and title of Prime Consultant Date

Note: The Department of Transportation is requesting disclosure of information that is necessary to accomplish the statutory purpose as outlined under state and federal law. Disclosure of this information is REQUIRED and shall be deemed as concurring with the payment amount specified above.

Page 1 of 1 BLR 05610 (Rev. 9/06) Printed on 2/15/2012 2:21:51 PM

Stearns Road Smart Corridor Kane County Division of Transportation

Scope of Services January 19, 2012

GENERAL

Through this project Jacobs will provide Phase II engineering services for the design of a Smart Corridor including the deployment of various Intelligent Transportation Systems (ITS) technologies along Stearns Road - from Randall Road to the Kane/DuPage County Line. In general, the work consists of designing and upgrading portions of the County’s counties communications systems and incorporating or upgrading associated intelligent transportation system (ITS) equipment to bring them up to current County standards.

Proposed Intelligent Transportation Systems (ITS) improvements for this project include the following:

• Construction of Fiber optic/Ethernet interconnect (along Stearns Road) from Randall Road to IL 25 (Stearns Road) • Communication system upgrades (from serial to Ethernet communications) of existing fiber optic interconnect system (along Stearns Road/IL 25) from the Stearns Road & IL 25/ Stearns Road intersection to the IL 25/Dunham Road & IL 25/ Stearns Road intersection) • Roadway Weather Information Systems (RWIS) • Driver Feedback Speed Display signs • CCTV Roadway Monitoring Camera Systems • Dynamic Message Signs (DMS)* • Adaptive Signal Control Technology (ASCT)* • Advance Travel Information Systems (ATIS)*

*Systems that may be deployed dependent on further evaluation by the Consultant and Kane County staff.

The project limits for this Scope of Services extend along Stearns Road from Randall Road to the Kane/DuPage County Line, a total project length of approximately eight (8) miles.

This project will be funded by both local and federal (CMAQ) funding.

ASSUMPTIONS

The Kane County Division of Transportation (KDOT) will provide Jacobs with the following information:

• Electronic base plans (including any existing utility information) for the project limits (Microstation or Adobe® PDF format) that may be used as background for plan documents • Electronic version of existing traffic signal/cable and interconnect plans in the project corridor (Microstation or Adobe® PDF format) that may be used as background for plan documents • Current version of KDOT special provisions and detail drawings associated with the work, including communications schematics • A KDOT representative or approved electrical contractor will be made available to open existing cabinets to inventory existing equipment. • A listing of all stakeholders associated with the Stearns Road Corridor or the Kane County Smart Road infrastructure plans

1 of 4 Stearns Road Smart Corridor Scope of Services Kane County Division of Transportation January 19, 2010

This scope of work does not include the following tasks:

• Topographic survey • Conduit inspection • Traffic signal timing/phasing analysis or modifications • Field equipment installation or integration

PROJECT APPROACH

This scope of work includes four primary tasks: 1) Data Collection; 2) Plans, Specifications, and Estimates; 3) Deployment Support; and 4) Project Management. These tasks are described further in the sections that follow.

Task 1 – Data Collection

Through this task Jacobs will gather information necessary for subsequent design tasks. Specific data collection subtasks include:

• Conduct a project kickoff meeting where KDOT, IDOT, and Jacobs will define and document project goals and review KDOT’s design requirements. Conceptual design elements will also be reviewed during this meeting. • Assemble and format existing aerial mapping files and topographic survey data for use in creating the design plans • Conduct a stakeholder meeting to include all interested groups within Kane County including, but not limited to, emergency response and utility representatives • Conduct a “fiber walk” from Randall Road to the Kane\DuPage County Line to determine the optimal route for new fiber optic conduit and to determine options for the upgrade of existing communications of the existing fiber optic interconnect system • Review of the County’s communications network plan for traffic and ITS devices and an assessment of the communications and control equipment at each intersection in the project corridor • Compile traffic signal equipment inventory for the project corridor, including cabinet types, cabinet equipment (e.g., signal controller), traffic signal equipment (e.g., CCTV cameras, EVP, pedestrian signals), and associated components (e.g., grounding, electrical service points) through field checks to determine/confirm necessary upgrades • Conduct a coordination meeting after the “fiber walk” to verify field assumptions with Kane County staff • Provide a technical memorandum that documents research and possible implementation on potential ITS strategies including Dynamic Message Signs (DMS), Adaptive Signal Control Technology (ASCT), and Advance Travel Information Systems (ATIS) for the project area • Identify potential utility conflicts and begin utility coordination with stakeholders including municipal and County staff, emergency response, ComEd, Nicor, any railroad interests, and other interested parties.

Upon conclusion of initial field investigation work, Jacobs will conduct a preliminary design meeting with KDOT staff and stakeholders to review existing conditions and finalize the design elements, including:

• Construction of Fiber optic/Ethernet interconnect (along Stearns Road) from Randall Road to IL 25 (Stearns Road)

2 of 4 Stearns Road Smart Corridor Scope of Services Kane County Division of Transportation January 19, 2010

• Communication system upgrades (from serial to Ethernet communications) of existing fiber optic interconnect system (along Stearns Road/IL 25) from the Stearns Road & IL 25/ Stearns Road intersection to the IL 25/Dunham Road & IL 25/ Stearns Road intersection) • Communications backhaul to the KDOT Traffic Management Center • Driver Feedback Speed Display signs • Roadway weather information systems (RWIS)

This task will also involve coordination meetings with adjacent agency jurisdictions (e.g., IDOT, City of St. Charles).

Deliverables:

1. Agenda and minutes for a project kickoff/concept review meeting 2. Field notes (including traffic signal equipment inventory, preliminary ITS element location), not to exceed twenty (20) pages 3. Agenda and minutes for one (1) utility coordination/stakeholder meeting 4. Agenda and minutes for one (1) existing conditions review and design elements meeting 5. Agendas and minutes for one (1) coordination meetings with adjacent jurisdictions 6. One (1) technical memorandum documenting the findings of ITS device research, not to exceed ten (10) pages

Task 2 – Plans, Specifications, and Estimates

Upon approval of the conceptual design, Jacobs will develop design plans, specifications, and estimates (PSE) for implementation of the recommended improvements. Plans (11” x 17”) will be submitted at the Pre-final (90%), and Final (100%) stages. Jacobs will meet with KDOT staff in their offices and/or in the field to discuss any outstanding design items prior to the Pre-Final Plan Submittal. All proposed improvements will meet KDOT and IDOT Region 1 current standards.

It is anticipated that the plan set will include the following sheets:

• Cover sheet, index, general notes, legend • Project system schematic • Summary of quantities • Intersection plans • Cable phase designation plans • Fiber interconnect plans • Communications schematics • Traffic signal/ITS details • Standard details • Typical ITS details • Cabinet details and fiber optic splice diagrams and schematics

Traffic signal plans, cable plans/phase diagrams, and fiber interconnect plan sheets will depict proposed improvements overlaid on existing traffic signal plans.

3 of 4 Stearns Road Smart Corridor Scope of Services Kane County Division of Transportation January 19, 2010

Deliverables:

1. Pre-final (four (4) sets) and Final (eight (8) sets) PSE package submittals (maximum 70 plan sheets and 110 pages of special provisions) 2. Disposition of comments received for Pre-final and Final PSE package submittals 3. Agendas and minutes for two (2) KDOT design review meetings (one (1) preliminary and one (1) pre-final) 4. Agenda and minutes for one (1) IDOT design review meeting

Task 3 – Deployment Support

This task includes assistance in resolving issues related to the procurement and construction/installation/integration of proposed traffic signal and ITS infrastructure. Upon request, Jacobs will review the data and documentation submitted by potential bidders and the selected contractor, develop responses/revisions, and assist with the resolution of construction issues.

Deliverables:

1. Response memoranda to requests for information/clarification (RFIs/RFCs) issued by potential bidders during procurement and the selected bidder during construction 2. Post-letting plan revisions

Task 4 – Project Management

This task includes performing the project management, administration, and internal coordination activities (e.g., invoices, monthly progress reports, team and client coordination and communications) required for a successful project, as well as Quality Assurance/Quality Control activities. As such, this task includes the development of monthly progress reports summarizing, per subtask, the work conducted by Jacobs during the reporting period. In addition, Jacobs will provide a status report of the project schedule and budget to be included with the monthly invoice.

Deliverables:

1. Prepare and submit monthly invoices/progress reports, including an updated status report on the project schedule and budget 2. Prepare and submit a Project Quality Plan

4 of 4 EXHIBIT “C”

PREVAILING WAGE RATES

It is the policy of the State of Illinois as declared in the Illinois Prevailing Wage Act (820 ILCS 130/1 et seq.) “that a wage of no less than the general prevailing hourly rate as paid for work of a similar character in the locality in which the work is performed, shall be paid to all laborers, workers and mechanics employed by or on behalf of any and all public bodies engaged in public works”.

The CONSULTANT agrees to pay, when applicable, the current Illinois Department of Labor Prevailing Wage Rates for all County of Kane projects. Current prevailing wage rates are available from the Illinois Department of Labor at their website: http://www.state.il.us/agency/idol/rates/rates.HTM.

Prevailing wage rates are subject to revision monthly. The CONSULTANT acknowledges its responsibility, for payment of any applicable future adjustment thereof.

The CONSULTANT further acknowledges its responsibility to notify any sub-consultant of the applicability of the Prevailing Wage Act.

When applicable, the CONSULTANT agrees to provide the Kane County Division of Transportation “certified payrolls” as required by the Prevailing Wage Act

______JACOBS Professional Services, Inc.

______Signature of Officer of Corporation

______Title

______Date

EXHIBIT “E”

KANE COUNTY FINANCIAL POLICY

MANDITORY ACH PAYMENT PROGRAM FOR CONSULTANTS

In accordance with Resolution No. 11-132 passed by the County Board on May 10, 2011, the CONSULTANT is required to enroll in the County’s ACH (Automated Clearing House) Program.

The CONSULTANT shall authorize the County to deposit payments directly into the CONSULTANTS designated financial institution account.

The CONSULTANT hereby authorizes the County of Kane, hereinafter call County, to initiate credit entries to the account at the depository financial institution named below, hereinafter called Depository and to credit the same such account. If County funds to which the CONSULTANT is not entitled are deposited in the account, the CONSULTANT authorizes the County to direct the Depository to return those funds. The CONSULTANT also acknowledges that the origination of ACH transactions to the account must comply with the provisions of U.S. Law and the rules as set forth by the National Automated Clearing House Association (NACHA).

This authorization is to remain in full force and affect until the County has received a notice of termination from the CONSULTANT, in such time and in such manners as to afford the County a reasonable opportunity to act, the CONSULTANT further acknowledges that any remittance information associated with payment that the CONSULTANT receives will be made available to the CONSULTANT through a Notice of Payment sent by the County to the e-mail address designated by the CONSULTANT.

Signature______

Title______

Print Name______

Date______

CONSULTANT Name______

Depository Name______

Federal Tax Identification or Social Security No.______

Bank ABA Routing No. ______(9 digits at bottom of check, do not include spaces or hyphens-contact your bank if you have questions)

Checking Account Savings Account (Select One)

Account No.______(Do not include spaces or hyphens)

E-Mail Address______

Mailing Address______

______

______City State Zip Code

Contact Name (please print)

______

Telephone (_____)-______-______

All information is required. Please fill in every field and attach a voided check or savings deposit slip of designated account.

t e tl / 37 ar 61 St. Dundee Elgin Aurora Batavia Charles Geneva 20 B

Rutland Sugar Plato Grove 19 Campton Blackberry

Virgil Hampshire Big Rock Burlington Kaneville

.

d

R

m Wayne

.

d

R

l

i

a

r

T

y

m

r

A Stearns Road Corridor idor Loc Map.mxd Elgin South

8 n a e L c M 31

Miles 1 Randall Rd. Randall 34 Fox River Rail Roads Rail Forest Preserves Interstates Other Roads County Boundry Municipalities US Roads State Roads RoadsCounty Township Boundry Township 31 34 88 30 4 6 7 ! ( t u § ¨ ¦ Stearns Road Corridor Legend 0 M:\dotserver2\USERS\Committee\1003 March 2010\Implementation\Design\Stearns, Corridor Maintenance\MapStandard_Stearns RoadCorr / 37 61 St. Dundee Elgin Aurora Batavia Charles Geneva 20

Rutland Sugar Plato Grove 19 Campton Blackberry

Virgil Hampshire Big Rock Burlington Kaneville

.

d

R

m

.

d

R

l

i

a

r

T

y

m

r

A Stearns Road Corridor idor Loc Map.mxd

8 n a e L c M 31

Miles 1 Randall Rd. Randall 34 Fox River Rail Roads Rail Forest Preserves Interstates Other Roads County Boundry Municipalities US Roads State Roads RoadsCounty Township Boundry Township 31 34 88 30 4 6 7 ! ( t u § ¨ ¦ Stearns Road Corridor Legend 0 M:\dotserver2\USERS\Committee\1003 March 2010\Implementation\Design\Stearns, Corridor Maintenance\MapStandard_Stearns RoadCorr AGENDA ITEM EXECUTIVE SUMMARY Agenda Item # 7C-2

Name Approving an Intergovernmental Agreement with the State of Illinois for Phase II Resolution Engineering Services for Stearns Road Corridor Traffic System Improvements, Kane Ordinance County Section No. 11-00214-00-TL

Presenter/Sponsor: Tom Rickert - Deputy Director of Transportation

Budget Information: Was this item budgeted? Yes No N/A Appropriation Amount:

If not budgeted, explain funding source

SUMMARY: Attached is the draft Intergovernmental Agreement with IDOT that will provide for federal reimbursement of a portion of the Stearns Road Corridor Traffic System Improvements. Federal Congestion Mitigation and Air Quality (CMAQ) funds will provide approximately 80% of the estimated cost. The local (County) match is estimated to be $32,967.

Attachments: Resolution, Draft Funding Agreement

Detailed information available from : Staff Name: Tom Szabo, Traffic Section Manager Phone: 630/208-3139 Resolution/Ordinance Tracking:

Assigned Committee: Transportation Passed Sent to: Executive on: 02/21/2012

If Other, specify:

Committee Remarks:

Next Committee: Executive . Sent to: County Board on: 03/07/2012

If Other, specify:

Committee Remarks:

Next Committee: County Board . Sent to: on: 03/13/2012

Committee Remarks:

County Board Date: 03/13/2012 STATE OF ILLINOIS

COUNTY OF KANE

RESOLUTION NO. 12 -

APPROVING AN INTERGOVERNMENTAL AGREEMENT WITH THE STATE OF ILLINOIS FOR PHASE II ENGINEERING SERVICES FOR STEARNS ROAD CORRIDOR TRAFFIC SYSTEM IMPROVEMENTS KANE COUNTY SECTION NO. 11-00214-00-TL

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, the County and the State (through its Illinois Department of Transportation) desire to cooperate among themselves to accomplish the Stearns Road Corridor Traffic System Improvement (hereinafter referred to as the “Project”); and

WHEREAS, the County and the State desire to undertake Phase II Engineering services for the Project at an estimated cost of One Hundred Sixty Four Thousand Eight Hundred Thirty Four Dollars ($164,834.00); and

WHEREAS, the Project is deemed by the County and the State to be of immediate benefit to the residents of the County of Kane and the State of Illinois in that it shall facilitate the safe and efficient movement of traffic, and provide for the safety of the motoring public; and

WHEREAS, the County and the State have determined a mutually satisfactory allocation of responsibilities and costs for said Project as set forth in an intergovernmental agreement with the State (a copy of which is on file with the County Clerk's Office), with the County’s share of the Phase II Engineering estimated to be $32,967.00.

NOW, THEREFORE, BE IT RESOLVED by the Kane County Board that the Chairman thereof is hereby authorized to execute an intergovernmental agreement(s) with the State of Illinois acting through the Illinois Department of Transportation for Phase II Engineering of the Project.

Passed by the Kane County Board on March 13, 2012.

John A. Cunningham Karen McConnaughay Clerk, County Board Chairman, County Board Kane County, Illinois Kane County, Illinois

Vote: Yes No Voice Abstentions

3STRNSCRDRTRFSYSIDOTPHII.4LH Local Agency State Contract Day Labor Local Contract RR Force Account

County of Kane X Section Fund Type ITEP Number Local Agency Agreement for Federal Participation 11-00214-00-TL STA

Construction Engineering Right-of-Way Job Number Project Number Job Number Project Number Job Number Project Number D-91-xxx-xx CMM-xxxx(xxx)

This Agreement is made and entered into between the above local agency hereinafter referred to as the “LA” and the state of Illinois, acting by and through its Department of Transportation, hereinafter referred to as “STATE”. The STATE and LA jointly propose to improve the designated location as described below. The improvement shall be constructed in accordance with plans approved by the STATE and the STATE’s policies and procedures approved and/or required by the Federal Highway Administration hereinafter referred to as “FHWA”.

Location

Local Name Stearns Road Route CH 37 Length 0.72 miles

Termini Randall Road to Dunham Road

Current Jurisdiction LA Existing Structure No N/A

Project Description Phase II Engineering for Traffic Signal Interconnect

Division of Cost

Type of Work FHWA % STATE % LA % Total Participating Construction ( ) ( ) ( ) Non-Participating Construction ( ) ( ) ( ) Preliminary Engineering 131,867 ( * ) ( ) 32,967 ( Bal ) 164,834 Construction Engineering ( ) ( ) ( ) Right of Way ( ) ( ) ( ) Railroads ( ) ( ) ( ) Utilities ( ) ( ) ( ) Materials TOTAL $ 131,867 $ $ 32,967 $ 164,834 *Maximum FHWA (STA) Participation 80%, not to Exceed $131,867

NOTE: The costs shown in the Division of Cost table are approximate and subject to change. The final LA share is dependent on the final Federal and State participation. The actual costs will be used in the final division of cost for billing and reimbursment.

If funding is not a percentage of the total, place an asterisk in the space provided for the percentage and explain above.

The Federal share of construction engineering may not exceed 15% of the Federal share of the final construction cost. Local Agency Appropriation

By execution of this Agreement, the LA is indicating sufficient funds have been set aside to cover the local share of the project cost and additional funds will be appropriated, if required, to cover the LA’s total cost. Method of Financing (State Contract Work)

METHOD A---Lump Sum (80% of LA Obligation) METHOD B--- Monthly Payments of METHOD C---LA’s Share Balance divided by estimated total cost multiplied by actual progress payment.

(See page two for details of the above methods and the financing of Day Labor and Local Contracts)

Printed on 2/15/2012 Page 1 of 5 BLR 05310 (01/06/12)

Agreement Provisions

THE LA AGREES:

(1) To acquire in its name, or in the name of the state if on the state highway system, all right-of-way necessary for this project in accordance with the requirements of Titles II and III of the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, and established state policies and procedures. Prior to advertising for bids, the LA shall certify to the STATE that all requirements of Titles II and III of said Uniform Act have been satisfied. The disposition of encroachments, if any, will be cooperatively determined by representatives of the LA, and STATE and the FHWA, if required. (2) To provide for all utility adjustments, and to regulate the use of the right-of-way of this improvement by utilities, public and private, in accordance with the current Utility Accommodation Policy for Local Agency Highway and Street Systems. (3) To provide for surveys and the preparation of plans for the proposed improvement and engineering supervision during construction of the proposed improvement. (4) To retain jurisdiction of the completed improvement unless specified otherwise by addendum (addendum should be accompanied by a location map). If the improvement location is currently under road district jurisdiction, an addendum is required. (5) To maintain or cause to be maintained, in a manner satisfactory to the STATE and FHWA, the completed improvement, or that portion of the completed improvement within its jurisdiction as established by addendum referred to in item 4 above. (6) To comply with all applicable Executive Orders and Federal Highway Acts pursuant to the Equal Employment Opportunity and Nondiscrimination Regulations required by the U.S. Department of Transportation. (7) To maintain, for a minimum of 3 years after the completion of the contract, adequate books, records and supporting documents to verify the amounts, recipients and uses of all disbursements of funds passing in conjunction with the contract; the contract and all books, records and supporting documents related to the contract shall be available for review and audit by the Auditor General and the department; and the LA agrees to cooperate fully with any audit conducted by the Auditor General and the department; and to provide full access to all relevant materials. Failure to maintain the books, records and supporting documents required by this section shall establish a presumption in favor of the STATE for the recovery of any funds paid by the STATE under the contract for which adequate books, records and supporting documentation are not available to support their purported disbursement. (8) To provide if required, for the improvement of any railroad-highway grade crossing and rail crossing protection within the limits of the proposed improvement. (9) To comply with Federal requirements or possibly lose (partial or total) Federal participation as determined by the FHWA. (10) (State Contracts Only) That the method of payment designated on page one will be as follows: Method A - Lump Sum Payment. Upon award of the contract for this improvement, the LA will pay to the STATE, in lump sum, an amount equal to 80% of the LA’s estimated obligation incurred under this Agreement, and will pay to the STATE the remainder of the LA’s obligation (including any nonparticipating costs) in a lump sum, upon completion of the project based upon final costs. Method B - Monthly Payments. Upon award of the contract for this improvement, the LA will pay to the STATE, a specified amount each month for an estimated period of months, or until 80% of the LA’s estimated obligation under the provisions of the Agreement has been paid, and will pay to the STATE the remainder of the LA’s obligation (including any nonparticipating costs) in a lump sum, upon completion of the project based upon final costs. Method C - Progress Payments. Upon receipt of the contractor’s first and subsequent progressive bills for this improvement, the LA will pay to the STATE, an amount equal to the LA’s share of the construction cost divided by the estimated total cost, multiplied by the actual payment (appropriately adjusted for nonparticipating costs) made to the contractor until the entire obligation incurred under this Agreement has been paid. (11) (Day Labor or Local Contracts) To provide or cause to be provided all of the initial funding, equipment, labor, material and services necessary to construct the complete project. (12) (Preliminary Engineering) In the event that right-of-way acquisition for, or actual construction of the project for which this preliminary engineering is undertaken with Federal participation is not started by the close of the tenth fiscal year following the fiscal year in which this agreement is executed, the LA will repay the STATE any Federal funds received under the terms of this Agreement. (13) (Right-of-Way Acquisition) In the event that the actual construction of the project on this right-of-way is not undertaken by the close of the twentieth fiscal year following the fiscal year in which this Agreement is executed, the LA will repay the STATE any Federal Funds received under the terms of this Agreement.

Printed on 2/15/2012 Page 2 of 5 BLR 05310 (01/06/12)

(14) (Railroad Related Work Only) The estimates and general layout plans for at-grade crossing improvements should be forwarded to the Rail Safety and Project Engineer, Room 204, Illinois Department of Transportation, 2300 South Dirksen Parkway, Springfield, Illinois, 62764. Approval of the estimates and general layout plans should be obtained prior to the commencement of railroad related work. All railroad related work is also subject to approval be the Illinois Commerce Commission (ICC). Final inspection for railroad related work should be coordinated through appropriate IDOT District Bureau of Local Roads and Streets office. Plans and preemption times for signal related work that will be interconnected with traffic signals shall be submitted to the ICC for review and approval prior to the commencement of work. Signal related work involving interconnects with state maintained traffic signals should also be coordinated with the IDOT’s District Bureau of Operations. The LA is responsible for the payment of the railroad related expenses in accordance with the LA/railroad agreement prior to requesting reimbursement from IDOT. Requests for reimbursement should be sent to the appropriate IDOT District Bureau of Local Roads and Streets office. Engineer’s Payment Estimates in accordance with the Division of Cost on page one. (15) And certifies to the best of its knowledge and belief its officials: (a) are not presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from covered transactions by any Federal department or agency; (b) have not within a three-year period preceding this Agreement been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements receiving stolen property; (c) are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State, local) with commission of any of the offenses enumerated in item (b) of this certification; and (d) have not within a three-year period preceding the Agreement had one or more public transactions (Federal, State, local) terminated for cause or default. (16) To include the certifications, listed in item 15 above and all other certifications required by State statutes, in every contract, including procurement of materials and leases of equipment. (17) (State Contracts) That execution of this agreement constitutes the LA’s concurrence in the award of the construction contract to the responsible low bidder as determined by the STATE. (18) That for agreements exceeding $100,000 in federal funds, execution of this Agreement constitutes the LA’s certification that: (a) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress or any employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any cooperative agreement, and the extension, continuation, renewal, amendment or modification of any Federal contract, grant, loan or cooperative agreement; (b) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress or an employee of a Member of Congress, in connection with this Federal contract, grant, loan or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, “Disclosure Form to Report Lobbying”, in accordance with its instructions; (c) The LA shall require that the language of this certification be included in the award documents for all subawards at all ties (including subcontracts, subgrants and contracts under grants, loans and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. (19) To regulate parking and traffic in accordance with the approved project report. (20) To regulate encroachments on public right-of-way in accordance with current Illinois Compiled Statutes. (21) To regulate the discharge of sanitary sewage into any storm water drainage system constructed with this improvement in accordance with current Illinois Compiled Statutes. (22) That the LA may invoice the STATE monthly for the FHWA and/or STATE share of the costs incurred for this phase of the improvement. The LA will submit supporting documentation with each request for reimbursement from the STATE. Supporting documentation is defined as verification of payment, certified time sheets, vendor invoices, vendor receipts, and other documentation supporting the requested reimbursement amount. (23) To complete this phase of the project within three years from the date this agreement is approved by the STATE if this portion of the project described in the Project Description does not exceed $1,000,000 (five years if the project costs exceed $1,000,000). (24) Upon completion of this phase of the improvement, the LA will submit to the STATE a complete and detailed final invoice with all applicable supporting supporting documentation of all incurred costs, less previous payments, no later than one year from the date of completion of this phase of the improvement. If a final invoice is not received within one year of completion of this phase of the improvement, the most recent invoice may be considered the final invoice and the obligation of the funds closed.

Printed on 2/15/2012 Page 3 of 5 BLR 05310 (01/06/12)

(25) (Single Audit Requirements) That if the LA expends $500,000 or more a year in federal financial assistance they shall have an audit made in accordance with the Office of Management and Budget (OMB) Circular No. A-133. LA’s that expend less than $500,000 a year shall be exempt from compliance. A copy of the audit report must be submitted to the STATE with 30 days after the completion of the audit, but no later than one year after the end of the LA’s fiscal year. The CFDA number for all highway planning and construction activities is 20.205. (26) That the LA is required to register with the Central Contractor Registration (CCR), which is a web-enabled government-wide application that collects, validates, stores, and disseminates business information about the federal government’s trading partners in support of the contract award and the electronic payment processes. If you do not have a CCR number, you must register at https://www.bpn.gov/ccr. If the LA, as a sub-recipient of a federal funding, receives an amount equal to or greater than $25,000 (or which equals or exceeds that amount by addition of subsequent funds), this agreement is subject to the following award terms: http://edocket.access.gpo.gov/2010/pdf/2010-22705.pdf and http://edocket.access.gpo.gov/2010/pdf/2010-22706.pdf.

THE STATE AGREES:

(1) To provide such guidance, assistance and supervision and to monitor and perform audits to the extent necessary to assure validity of the LA’s certification of compliance with Titles II and III requirements. (2) (State Contracts) To receive bids for the construction of the proposed improvement when the plans have been approved by the STATE (and FHWA, if required) and to award a contract for construction of the proposed improvement, after receipt of a satisfactory bid. (3) (Day Labor) To authorize the LA to proceed with the construction of the improvement when Agreed Unit Prices are approved and to reimburse the LA for that portion of the cost payable from Federal and/or State funds based on the Agreed Unit Prices and Engineer’s Payment Estimates in accordance with the Division of Cost on page one. (4) (Local Contracts) That for agreements with Federal and/or State funds in engineering, right-of-way, utility work and/or construction work: (a) To reimburse the LA for the Federal and/or State share on the basis of periodic billings, provided said billings contain sufficient cost information and show evidence of payment by the LA; (b) To provide independent assurance sampling, to furnish off-site material inspection and testing at sources normally visited by STATE inspectors of steel, cement, aggregate, structural steel and other materials customarily tested by the STATE.

IT IS MUTUALLY AGREED:

(1) Construction of the project will utilize domestic steel as required by Section 106.01 of the current edition of the Standard Specifications for Road and Bridge Construction.

(2) That this Agreement and the covenants contained herein shall become null and void in the event that the FHWA does not approve the proposed improvement for Federal-aid participation or the contract covering the construction work contemplated herein is not awarded within three years of the date of execution of this Agreement. (3) This Agreement shall be binding upon the parties, their successors and assigns. (3) For contracts awarded by the LA, the LA shall not discriminate on the basis of race, color, national origin or sex in the award and performance of any USDOT – assisted contract or in the administration of its DBE program or the requirements of 49 CFR part 26. The LA shall take all necessary and reasonable steps under 49 CFR part 26 to ensure nondiscrimination in the award and administration of USDOT – assisted contracts. The LA’s DBE program, as required by 49 CFR part 26 and as approved by USDOT, is incorporated by reference in this Agreement. Upon notification to the recipient of its failure to carry out its approved program, the department may impose sanctions as provided for under part 26 and may, in appropriate cases, refer the matter for enforcement under 18 U.S.C. 1001 and/or the Program Fraud Civil Remedies Act of 1986 (31U.S.C. 3801 et seq.). In the absence of a USDOT – approved LA DBE Program or on State awarded contracts, this Agreement shall be administered under the provisions of the STATE’s USDOT approved Disadvantaged Business Enterprise Program. (4) In cases where the STATE is reimbursing the LA, obligations of the STATE shall cease immediately without penalty or further payment being required if, in any fiscal year, the Illinois General Assembly or applicable Federal Funding source fails to appropriate or otherwise make available funds for the work contemplated herein. (5) All projects for the construction of fixed works which are financed in whole or in part with funds provided by this Agreement and/or amendment shall be subject to the Prevailing Wage Act (820 ILCS 130/0.01 et seq.) unless the provisions of that Act exempt its application

Printed on 2/15/2012 Page 4 of 5 BLR 05310 (01/06/12)

ADDENDA

Additional information and/or stipulations are hereby attached and identified below as being a part of this Agreement. Number 1 Location Map (Insert addendum numbers and titles as applicable)

The LA further agrees, as a condition of payment, that it accepts and will comply with the applicable provisions set forth in this Agreement and all exhibits indicated above. APPROVED APPROVED Local Agency State of Illinois Department of Transportation

Karen McConnaughay Name of Official (Print or Type Name) Ann L. Schneider, Secretary of Transportation Date

County Board Chairman By: Title (County Board Chairperson/Mayor/Village President/etc.) (Delegate’s Signature)

(Delegate’s Name - Printed) (Signature) Date

The above signature certifies the agency’s TIN number is William R. Frey, Interim Director of Highways/Chief Engineer Date 36-6006585 conducting business as a Governmental Entity.

DUNS Number 945248565 Ellen J. Schanzle-Haskins, Chief Counsel Date

Matthew R. Hughes, Director of Finance and Administration Date NOTE: If signature is by an APPOINTED official, a resolution authorizinghii said appointed official to execute this agreement is required.

Printed on 2/15/2012 Page 5 of 5 BLR 05310 (01/06/12)

AGENDA ITEM EXECUTIVE SUMMARY Agenda Item # 8A

Name: Implementation Report - 2/21/2012

Assigned Committee: Transportation Presenter/Sponsor: Steve Coffinbargar

SUMMARY: Current Construction Projects: ~ Stearns Road, Corridor Landscaping Contract – The contractor has stopped work for the winter and will resume work in the spring. Project is scheduled for completion June 2012. ~ Randall Road at Bolcum Road – Contractor completed project & is working on punch list and final quantities. ~ Randall Road at Fabyan Road – Work continues on traffic signals, as the weather permits. Contractor has completed major intersection work. Final asphalt paving and miscellaneous items to be completed spring 2012. ~ 2011 County Resurfacing Program – Contractor completed project & is working on punch list and final quantities. ~ Burlington Road at Corron Road – The contractor has completed sheet piling work for the MSE walls. The project is now substantially complete with some landscaping work in the spring 2012. ~ Orchard Road - US 30 to Jericho Road – Contractor has completed and opened portions of the new southbound lanes to traffic. Work will resume in the spring with excavation for new northbound lanes as well as continued installation of new box culvert and storm sewer system, as weather permits. Project is scheduled for completion October 2012. ~ Silver Glen over Otter Creek Bridge Replacement – Contractor completed project & is working on punch list and final quantities. ~ Umbdenstock Road over CC&P RR Bridge Replacement – Utility relocation is complete. Contractor has begun to reshape embankment for MSE wall construction. Project is scheduled for completion summer 2012. ~ Big Timber Road over Tyler and Pingree Creeks Bridge Replacement – Contractor has completed channel excavation along the south side of project and may begin additional excavation near the existing creek if weather permits. Project is scheduled for completion August 2012.

Anticipated 2012 Construction Projects - Bridges and Structures Anticipated Start ~ Big Timber Road Embankment Stabilization April ~ Burlington Road Virgil Ditch 2 Bridge replacement May (ROW) ~ Empire Road Over Ferson Creek Bridge Repairs May ~ Empire Road Over Tributary of Ferson Creek Bridge replacement May (ROW) ~ Empire Road Unnamed Stream Culvert Repair May (ROW) ~ Hampshire Creek Over Harmony Creek Stream Bank Stabilization April ~ Harmony Road Over Harmony Creek Bridge repairs June ~ Harmony Road Tributary to Hampshire Creek Bridge replacement May (ROW) ~ Keslinger Road Over Mill Creek Trib. (east/west) Bridge replacement June ~ Kirk Road Over UPRR Bridge Deck Patching Fall ~ Plank Road Over Burlington Creek Bridge replacement (Depending on ROW) ~ Randall Road Over Culvert at US 20 Culvert Repair (Depending on ROW) ~ Randall Road Over Metra, UPRR, & Tyler Creek Epoxy Overlay Fall ~ Silver Glen Road Over Drainage Ditch Culvert Replacement Summer (ROW)

Anticipated 2012 Construction Projects - Intersection Improvements Anticipated Start ~ Mooseheart Road (By IDOT) At IL 31 Intersection Channelization July ~ Plank Road At IL 47 Intersection Channelization April ~ Randall Road At Big Timber Road Intersection Improvement August ~ Randall Road At US 20/Foothill Road Intersection Channelization April ~ Randall Road (By IDOT) At IL 72 Intersection Improvement Fall

Attachments: 2012 Eminent Conceptor Notice, Project Update Photos

Detailed information available from : Staff Name: Steve Coffinbargar, Assistant Director Phone: 630/406-7170 Staff Remarks / For information only. Recommendations:

Committee Remarks: AGENDA ITEM EXECUTIVE SUMMARY Agenda Item # 8A (continued)

Name: Implementation Report (continued)

Assigned Committee: Transportation Presenter/Sponsor: Steve Coffinbargar

SUMMARY: Anticipated 2012 Construction Projects - Segment Improvements Anticipated Start ~ Anderson Road Keslinger Road to IL 38 New Road and Grade Separation June ~ McLean Blvd Ferson Creek Fen Adaptive Management Program May ~ Penny Road (By Cook County) IL 68 to Cook County Line Resurfacing Improvement June ~ Randall Road Pace Bus Route 529 from IL 38 to Sullivan Road Pedestrian Enhancements June ~ Seavey Road Finley Road Resurfacing Improvement June ~ South Street At Randall Road/Keslinger Road Bike Path Extension Tunnel June ~ Stearns Road (By IDOT) Stage 3A, Dunham Road to N/O Brewster Creek Add Lanes, New Bridge and Bridge Replacement August

Various Countywide Resurfacing, pavement markings, crack sealing Program under development

Anticipated 2012 Construction Projects - Intelligent Traffic Systems Improvements Anticipated Start ~ Kirk Road/Dunham IL 56 to Stearns Road Interconnect and ITS Upgrade March ~ LaFox Road Campton Hills Road Install Warning Flashers Fall ~ Randall Road At Gyorr Road Install Permanent Traffic Signal May

Design Highlights: ~ Anderson Road Extension - IL 38 to Keslinger Road – Negotiations with property owners for land acquisition are underway. The goal is to have this project shovel ready for construction during 2012. ~ Longmeadow Parkway – Coordination with IDOT continues regarding various elements of Phase I Engineering. Work on proposed drainage and detention locations are being finalized. Staff continues to work on right of way acquisition at locations where requirements have been defined and confirmed. ~ Burlington Road at IL 47 – Project scope includes construction of a single lane roundabout at this stop controlled intersection. This project has Federal CMAQ funds. Design Approval was recently obtained and Phase II Engineering /right of way acquisition will be initiated soon. ~ Stearns Road, Stage 3A, IL 25 - Dunham Road to south of CC&P RR – Phase II Engineering and right of way acquisition are ongoing. Construction is targeting a fall 2012 IDOT letting. ~ Various Engineering Projects – there are dozens of other projects that could be highlighted here. Please contact our office if you have questions on the design status of any project.

Attachments: 2012 Eminent Conceptor Notice, Project Update Photos

Detailed information available from : Staff Name: Steve Coffinbargar, Assistant Director Phone: 630/406-7170 Staff Remarks / For information only. Recommendations:

Committee Remarks: ACEC-Illinois 2012 ENGINEERING EXCELLENCE AWARDS EMINENT CONCEPTOR AWARD Transportation Alfred Benesch & Company / Bowman, Barrett & Associates, Inc. / Bollinger, Lach & Associates, Inc. / Christopher B. Burke Engineering, Ltd. / Civiltech Engineering, Inc. / Hampton, Lenzini & Renwick, Inc. / Huff & Huff, Inc. / McDonough Associates, Inc. / Michael Baker Jr., Inc. / Omega & Associates / T.Y. Lin International Great Lakes, Inc. / URS Corporation / Wills Burke Kelsey Associates, Ltd.

Stearns Road Corridor Owner: Kane County Division of Transportation Consultants: Testing Services Corporation / TBE Group / S.T.A.T.E. Testing, LLC

The Stearns Road Corridor is not just a road and a bridge. It is a story of teamwork and collaboration that shift the paradigm of transportation engineering from simply paving over the landscape to leaving the environment in a BETTER place than when it began. Providing a much needed east-west crossing of the Fox River triggered the enhancement of the area’s rich, natural resources that would otherwise continue to degrade. Over 216 acres of additional green space acquisition, restoration and protection ensure that Stearns Road will continue to be the precious resource it was meant to be in perpetuity.

3 AGENDA ITEM EXECUTIVE SUMMARY Agenda Item # 8B-1a

Name Approving an Agreement with Trotter and Associates, Inc. for Professional Land Resolution Survey Services, Kane County Section No. 12-00368-02-EG Ordinance

Presenter/Sponsor: Steve Coffinbargar - Assistant Director of Transportation

Budget Information: Was this item budgeted? Yes No N/A Appropriation Amount: $84,000

If not budgeted, explain funding source

SUMMARY: Staff has completed the consultant selection process using current QBS Procedures and has negotiated a contract with Trotter and Associates, Inc. for an amount not to exceed $42,000 a year for the period of two years. Information on the QBS Process and selection details may be found on KDOT's website.

The On-Call Professional Land Survey Services will be provide to our Implementation and Permitting Departments. Typical tasks for this contract includes developing Plats of Survey, writing legal descriptions, and field surveys as needed for recording and monumenting the County Right-of-Way.

Attachments: Resolution, Engineering Agreement

Detailed information available from : Staff Name: Steve Coffinbargar, Assistant DirectorPhone: 630/406-7170 Resolution/Ordinance Tracking:

Assigned Committee: Transportation Passed Sent to: Executive on: 02/21/2012

If Other, specify:

Committee Remarks:

Next Committee: Executive . Sent to: County Board on: 03/07/2012

If Other, specify:

Committee Remarks:

Next Committee: Sent to: on:

Committee Remarks:

County Board Date: 03/13/2012 STATE OF ILLINOIS

COUNTY OF KANE

RESOLUTION NO. 12 -

APPROVING AN AGREEMENT WITH TROTTER & ASSOCIATES, INC. FOR PROFESSIONAL LAND SURVEY SERVICES KANE COUNTY SECTION NO. 12-00368-02-EG

WHEREAS, “on call” professional surveying services are necessary to prepare plats of survey and highway plats with accompanying legal descriptions for various Kane County highways; and

WHEREAS, in order to complete said plats and legal descriptions, it is necessary to retain the services of a professional engineering and surveying firm to perform professional surveying services; and

WHEREAS, the County of Kane desires to retain the services of the firm of Trotter and Associates, Inc., 40W201 Wasco Road, Suite D, St. Charles, IL 60175 (hereinafter referred to as "Surveyor") to perform said professional “on call” surveying services; and

WHEREAS, the cost for said “on call” professional surveying services is an amount that shall not exceed Eighty Four Thousand Dollars ($84,000.00) for the one year term plus the one year extension as set forth in the contract therefor, (a copy of which is on file with the County Clerk's Office).

NOW, THEREFORE, BE IT RESOLVED by the Kane County Board that the Chairman thereof is hereby authorized to execute an agreement with the Surveyor for said “on call” professional surveying services.

BE IT FURTHER RESOLVED that the Kane County Board appropriate the sum of Eighty Four Thousand Dollars ($84,000.00) for the professional surveying services to be paid from Motor Fuel Local Option Fund #304, Line Item # 50140 (Engineering).

Line item Line Item Description Was Are funds currently If funds are not personnel/item/service available for this currently available in approved in original personnel/item/service in the specified line item, budget or a subsequent the specified line item? where are the funds budget revision? available? 304.520.524.50140 Engineering Yes Yes

Passed by the Kane County Board on March 13, 2012.

John A. Cunningham Karen McConnaughay Clerk, County Board Chairman, County Board Kane County, Illinois Kane County, Illinois

Vote: Yes No Voice Abstentions

3SRVYASSISTTRTTR.4LH AN AGREEMENT BETWEEN THE COUNTY OF KANE AND TROTTER AND ASSOCIATES, INCORPORATED FOR PROFESSIONAL LAND SURVEY ASSISTANCE KANE COUNTY SECTION NO. 12-00368-02-EG

PURCHASE ORDER #2012-XXX

This AGREEMENT made this 13th day of March 2012 between COUNTY OF KANE, a body corporate and politic of the State of Illinois (hereinafter referred to as the “COUNTY”), and TROTTER AND ASSOCIATES INCORPORATED, an Illinois corporation and licensed professional engineering and land survey firm, with offices at 40W201 Wasco Road, Suite D St. Charles, Illinois 60175 (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 desires to improve various Kane County Highways and in conjunction therewith requires professional surveying services which are necessary in order to prepare plats of survey and highway plats with accompanying legal descriptions, (hereinafter referred to as the “PROJECT”); and

WHEREAS, in order to complete the PROJECT it is necessary to retain the services of a professional surveying and engineering firm to perform surveying services; and,

WHEREAS, the CONSULTANT has experience and professional expertise in surveying services and is willing to perform said services for an amount not to exceed Forty Two Thousand Dollars ($42,000); 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

1 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.

2 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 Forty Two Thousand Dollars ($42,000).

6.7 The CONSULTANT shall use the COUNTY’S Automatic Clearing House (ACH) payment program. The following internet link shall be used to complete the vendor (CONSULTANT) agreement. http://www.countyofkane.org/Documents/Finance%20Department/Vendor%20Inf ormation/achBrochure.pdf

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 (if required), 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 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.

3

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).

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 certificates of insurance shall include the name of the PROJECT as set forth in the third paragraph on page 1 of this Agreement, (Professional Surveying Services including Preparation of Plats of Survey & Highway Plats and Accompanying Legal Descriptions). In addition, the certificates of insurance shall include the Kane County Section Number which is found in the title of this Agreement on page 1 hereof. 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.

8.3 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.

4 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 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. . The Consultant’s obligations hereunder shall survive the termination of this agreement.

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.

5 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 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), (See Exhibit “D”).

6 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. Upon the 365th day after receipt by the CONSULTANT of the Notice to Proceed from the Kane County Engineer on behalf of the COUNTY. (The fee payable to the CONSULTANT for services rendered shall be for 365 calendar days during the periods from March 2012 to March 2013 as set forth on Exhibit A attached hereto).

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.

15.4 If so determined by the COUNTY, in the COUNTY’s sole discretion the term of this AGREEMENT may be extended for a period of one year and shall continue in full force and effect until either party’s termination of this AGREEMENT in accordance with the terms of Section 16.0, or March 31, 2013.

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

7 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 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.

8 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

TROTTER AND ASSOCIATES, INCORPORATED 40W201 Wasco Road, Suite D St. Charles, Illinois 60175 Attn.: R. Scott Trotter, President

IN WITNESS WHEREOF, the parties set their hands and seals as of the date first written above.

COUNTY OF KANE TROTTER AND ASSOCIATES INCORPORATED

______KAREN McCONNAUGHAY By: R. Scott Trotter CHAIRMAN, KANE COUNTY BOARD PRESIDENT

ATTEST: ATTEST:

______JOHN A. CUNNINGHAM By: KANE COUNTY CLERK SECRETARY

9 Exhibit “A”

The CONSULTANT will provide assistance to COUNTY staff with various items relative to land and route surveying. These items are listed here:

• The CONSULTANT will be required to perform miscellaneous surveys at various locations in Kane County as issued on a Work Order basis. • Initial meeting with client for each Work Order. • The CONSULTANT shall commence work within 10 calendar days after date of Authority to Proceed on each Work Order. • Monument recovery, traverse, calculations necessary to reconstruct roadway parameters. • Provide area calculations and geometric data for the preparation of Plats of Dedication for roadway expansions, Grants of Utility Easements, or Temporary Easements adjacent thereto as instructed by the County. • Write legal descriptions for said Dedications and Easements. • Prepare in accordance with Kane County “Plats of Dedication” checklist. • Provide a preliminary survey plat within 4 weeks of each Work Order request for COUNTY review. • Provide a final survey plat within 2 weeks of preliminary COUNTY review comments. • Set ground monumentation for right of way expansions consisting of: A. 5/8" x 30" rebar with KDOT aluminum cap bearing the surveyor’s license number at all proposed right of way corners and permanent easement corners. B. 5/8" x 30" rebar with KDOT aluminum cap bearing the surveyor’s license number at the intersection of all property lines with the proposed right of way lines and permanent easement lines.

The COUNTY will supply limited records research to supplement right of way alignment mapping provided by the COUNTY. This may include (when available):

• Title Reports • Existing Highway right of way information • Subdivision plats • Tax Maps • Aerial Photography • Monument records • Horizontal control as required • Property Owner survey plats

EXHIBIT “C”

PREVAILING WAGE RATES

It is the policy of the State of Illinois as declared in the Illinois Prevailing Wage Act (820 ILCS 130/1 et seq.) “that a wage of no less than the general prevailing hourly rate as paid for work of a similar character in the locality in which the work is performed, shall be paid to all laborers, workers and mechanics employed by or on behalf of any and all public bodies engaged in public works”.

The CONSULTANT agrees to pay, when applicable, the current Illinois Department of Labor Prevailing Wage Rates for all County of Kane projects. Current prevailing wage rates are available from the Illinois Department of Labor at their website: http://www.state.il.us/agency/idol/rates/rates.HTM.

Prevailing wage rates are subject to revision monthly. The CONSULTANT acknowledges its responsibility, for payment of any applicable future adjustment thereof.

The CONSULTANT further acknowledges its responsibility to notify any sub-consultant of the applicability of the Prevailing Wage Act.

When applicable, the CONSULTANT agrees to provide the Kane County Division of Transportation “certified payrolls” as required by the Prevailing Wage Act

______Company Name

______Signature of Officer of Company

______Title

______Date

10 EXHIBIT “D”

CONTRACTOR DISCLOSURE KANE COUNTY CODE, ARTICLE II, DIVISION 3, SECTION 2-211

1. Prior to award, every contractor or vendor who is seeking or who has obtained contracts or change orders to contracts or two (2) or more individual contracts with Kane County resulting in an amount greater than Fifteen Thousand Dollars ($15,000) shall disclose to the Kane County Purchasing Department, in writing all cumulative campaign contributions, (which includes multiple candidates) made within the previous twelve (12) months of awarding of the contract made by that contractor, union, or vendor to any current officer or countywide elected officer whose office the contract to be awarded will benefit. Disclosure shall be updated annually during the term of a multi-year contract and prior to any change order or renewal requiring Board level approval. For purposes of this disclosure requirement, “contractor or vendor” shall include owners, officers, managers, insurance brokers, lobbyists, agents, consultants, bond counsel and underwriters counsel, subcontractors corporations, partnerships, associations, business trusts, estates, trustees, and/or beneficiaries under the control of the contracting person, and political action committees to which the contracting person has made contributions.

2. All contractors and vendors who have obtained or are seeking contracts with Kane County must disclose the following information which shall be certified and attached to the application or document. Penalties for knowingly violating disclosure requirements will potentially result in immediate cancellation of the contract, and possible disbarment from future County contracts:

A. Name, address and percentage of ownership interest of each individual or entity having a legal or a beneficial interest of more than five percent (5%) in the applicant. Any entity required by law to file a statement providing substantially the information required by this paragraph with any other government agency may file a duplicate of such statement;

B. Names and contact information of their lobbyists, agents and representatives and all individuals who are or will be having contact with County employees or officials in relation to the contract or bid. This information disclosure must be updated when any changes to the information occurs.

C. Whenever any interest required to be disclosed in paragraph (a) above is held by an agent or agents, or a nominee or nominees, the principals for whom such agents or nominees hold such interest shall also be disclosed. The application of a spouse or any other party, if constructively controlled by another person, or legal entity as set forth above, shall state the name and address and percentage of beneficial interest of such person or entity possessing such constructive control and the relationship under which such control is being or may be exercised. Whenever a stock or beneficial interest is held by a corporation or other legal entity, such shareholder or beneficiary shall also make disclosure as required by paragraph (a) above.

D. A statement under oath that the applicant has withheld no disclosures as to economic interests in the undertaking nor reserved any information, data or plan

11 as to the intended use or purpose for which it seeks County Board or other county agency action.

3. All disclosures and information shall be current as of the date upon which the application is presented and shall be maintained current until such time as Kane County shall take action on the application. Furthermore, this information shall be maintained in a database by the Purchasing Department, and made available for public viewing.

4. Notwithstanding any of the above provisions, the County Purchasing Department with respect to contracts awarded may require any such additional information from any applicant which is reasonably intended to achieve full disclosure relevant to the application for action by the County Board or any other County agency.

5. Any failure to comply with the provisions of this section shall render any ordinance, ordinance amendment, County Board approval or other County action in behalf of the applicant failing to comply voidable at the option of the County Board or other County agency involved upon the recommendation of the County Board Chairman or the majority of the County Board.

6. Information shall be sent directly to the Kane County Purchasing Department at the following address:

Kane County Government Center Purchasing Department, Bldg A 719 S. Batavia Ave. Geneva, IL 60134

______Company Name

______Signature of Officer of Company

______Title: President

______Date

12 AGENDA ITEM EXECUTIVE SUMMARY Agenda Item # 8B-2a

Name Approving a Phase I Engineering Services Agreement with Thomas Engineering Resolution Group, LLC for Fabyan Parkway at Kirk Road, Kane County Section No. 11-00201-04- Ordinance CH

Presenter/Sponsor: Steve Coffinbargar - Assistant Director of Transportation

Budget Information: Was this item budgeted? Yes No N/A Appropriation Amount: $408,300.02

If not budgeted, Impact Fees Fund 550 and 553 explain funding source

SUMMARY: Staff has completed the consultant selection process using current QBS Procedures and has negotiated a contract with Thomas Engineering Group, LLC for Phase I Engineering Services for the intersection of Fabyan Parkway at Kirk Road. Information on the QBS Process and selection details may be found on KDOT's website. The work will consist of the phase I engineering services for the addition of dual left turn lanes and right turn lane channelization. Typical Services include: • Detail topographic survey as necessary for planning and design of the project • Prepare traffic studies and counts, analyze accident data, Intersection Design Studies • Prepare preliminary roadway plans and meet with KDOT and IDOT for site review of final horizontal geometry • Soil/pavement investigations as necessary to determine roadway structural design • Environmental planning documents as necessary • Project Development Report (PDR), Estimate of construction cost, Obtaining Design Approval from IDOT • Submit and coordinate all necessary permit requests for any work required outside Kane County right of way • Coordinate with IDOT, Kane County and other involved parties/agencies as necessary

The Phase I Engineering is estimated to cost $408,300 and is primarily funded with an estimated $285,000 in Federal Congestion Mitigation and Air Quality (CMAQ) funds.

Attachments: Resolution, Engineering Agreement, and Location Map

Detailed information available from : Staff Name: Steve Coffinbargar, Assistant Director Phone: 630/406-7170 Resolution/Ordinance Tracking:

Assigned Committee: Transportation Passed Sent to: Executive on: 02/21/2012

If Other, specify:

Committee Remarks:

Next Committee: Executive . Sent to: County Board on: 03/07/2012

If Other, specify:

Committee Remarks:

Next Committee: Sent to: on:

Committee Remarks:

County Board Date: 03/13/2012 STATE OF ILLINOIS

COUNTY OF KANE

RESOLUTION NO. 12 -

APPROVING A PHASE I ENGINEERING SERVICES AGREEMENT WITH THOMAS ENGINEERING GROUP, LLC FOR FABYAN PARKWAY AT KIRK ROAD KANE COUNTY SECTION NO. 11-00201-04-CH

WHEREAS, Phase I Engineering services are needed for the proposed improvement of Kane County Highway No. 8 (also known as Fabyan Parkway) at Kane County Highway No. 77 (also known as Kirk Road) (herein referred to as the “Improvement”); and

WHEREAS, in order to accomplish the Improvement, it is necessary to retain the services of a professional engineering firm to provide Phase I Engineering services therefor; and

WHEREAS, Thomas Engineering Group, LLC, 238 South Kenilworth Avenue, Suite 100, Oak Park, IL 60302 has experience and professional expertise in Phase I Engineering and is willing to perform the required services for an amount not to exceed Four Hundred Eight Thousand Three Hundred and 02/100 Dollars ($408,300.02) as set forth in the Phase I Engineering Services Agreement (a copy of which is on file with the County Clerk’s Office).

NOW, THEREFORE, BE IT RESOLVED by the Kane County Board that the Chairman thereof is hereby authorized to execute a Phase I Engineering services agreement with Thomas Engineering Group, LLC.

BE IT FURTHER RESOLVED that the Kane County Board appropriate the not to exceed sum of Three Hundred Sixty Five Thousand Dollars ($365,000.00) from Impact Fees Fund #560, Line Item #50140 (Engineering) and Forty Three Thousand Three Hundred and 02/100 Dollars ($43,300.02) from Impact Fees Fund #559, Line Item #50140 (Engineering) for a total appropriation of Four Hundred Eight Thousand Three Hundred and 02/100 Dollars ($408,300.02) to pay for said Phase I Engineering services for the Improvement with approximately seventy percent (70%) thereof to be reimbursed to the County from federal funds.

Line item Line Item Was Are funds currently If funds are not Description personnel/item/service available for this currently available in approved in original personnel/item/service in the specified line item, budget or a subsequent the specified line item? where are the funds budget revision? available? 560.520.560.50140 Engineering Yes Yes 559.520.559.50140 Engineering Yes Yes

Page 2 of 2, Res. #12-____

Passed by the Kane County Board on March 13, 2012.

John A. Cunningham Karen McConnaughay Clerk, County Board Chairman, County Board Kane County, Illinois Kane County, Illinois

Vote: Yes No Voice Abstentions

3FBYN-KRKPHITHMS.4LH

Local Agency Consultant Kane County Division of L Thomas Engineering Group, LLC Transportation O C County C O Address

Kane A N 238 S. Kenilworth, Suite 100 Section City L S 11-00201-5-CH Oak Park U Project No. Preliminary Engineering State A L IL G Services Agreement T Job No. For Zip Code E A 60302 Federal Participation Contact Name/Phone/E-mail Address N N Contact Name/Phone/E-mail Address Paul Holcomb / 630.406.7333 / C T Steve Pasinski / 630.430.6392 / [email protected] Y stevep@thomas‐engineering.com

THIS AGREEMENT is made and entered into this day of , between the above Local Agency (LA) and Consultant (ENGINEER) and covers certain professional engineering services in connection with the PROJECT. Federal-aid funds allotted to the LA by the state of Illinois under the general supervision of the Illinois Department of Transportation (STATE) will be used entirely or in part to finance engineering services as described under AGREEMENT PROVISIONS.

Project Description

Name Fabyan Parkway Route Length 1 mile Structure No. n.a.

Termini At Kirk Road

Description Phase I study for intersection reconstruction to minimize congestion and increase safety via improved channelization

Agreement Provisions

I. THE ENGINEER AGREES,

1. To perform or be responsible for the performance, in accordance with STATE approved design standards and policies, of engineering services for the LA for the proposed improvement herein described.

2. To attend any and all meetings and visit the site of the proposed improvement at any reasonable time when requested by representatives of the LA or STATE.

3. To complete the services herein described within 730 calendar days from the date of the Notice to Proceed from the LA, excluding from consideration periods of delay caused by circumstances beyond the control of the ENGINEER.

4. The classifications of the employees used in the work should be consistent with the employee classifications and estimated man- hours shown in EXHIBIT A. If higher-salaried personnel of the firm, including the Principal Engineer, perform services that are indicated in Exhibit A to be performed by lesser-salaried personnel, the wage rate billed for such services shall be commensurate with the payroll rate for the work performed.

5. That the ENGINEER is qualified technically and is entirely conversant with the design standards and policies applicable for the PROJECT; and that the ENGINEER has sufficient properly trained, organized and experienced personnel to perform the services enumerated herein.

6. That the ENGINEER shall be responsible for the accuracy of the work and shall promptly make necessary revisions or corrections resulting from the ENGINEER’s errors, omissions or negligent acts without additional compensation. Acceptance of work by the STATE will not relieve the ENGINEER of the responsibility to make subsequent correction of any such errors or omissions or for clarification of any ambiguities.

7. That all plans and other documents furnished by the ENGINEER pursuant to this AGREEMENT will be endorsed by the ENGINEER and will affix the ENGINEER’s professional seal when such seal is required by law. Plans for structures to be built as a part of the improvement will be prepared under the supervision of a registered structural engineer and will affix structural engineer seal when such seal is required by law. It will be the ENGINEER’s responsibility to affix the proper seal as required by the Bureau of Local Roads and Streets manual published by the STATE.

8. That the ENGINEER will comply with applicable federal statutes, state of Illinois statutes, and local laws or ordinances of the LA.

Page 1 of 7 BLR 05610 (Rev. 9/06) Printed on 2/15/2012 5:43:54 PM 9. The undersigned certifies neither the ENGINEER nor I have:

a. employed or retained for commission, percentage, brokerage, contingent fee or other considerations, any firm or person (other than a bona fide employee working solely for me or the above ENGINEER) to solicit or secure this AGREEMENT, b. agreed, as an express or implied condition for obtaining this AGREEMENT, to employ or retain the services of any firm or person in connection with carrying out the AGREEMENT or c. paid, or agreed to pay any firm, organization or person (other than a bona fide employee working solely for me or the above ENGINEER) any fee, contribution, donation or consideration of any kind for, or in connection with, procuring or carrying out the AGREEMENT. d. are not presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from covered transactions by any Federal department or agency, e. have not within a three-year period preceding the AGREEMENT been convicted of or had a civil judgment rendered against them for commission of fraud or criminal offense in connection with obtaining, attempting to obtain or performing a public (Federal, State or local) transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements or receiving stolen property, f. are not presently indicted for or otherwise criminally or civilly charged by a government entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (e) and g. have not within a three-year period preceding this AGREEMENT had one or more public transactions (Federal, State or local) terminated for cause or default.

10. To pay its subconsultants for satisfactory performance no later than 30 days from receipt of each payment from the LA.

11. To submit all invoices to the LA within one year of the completion of the work called for in this AGREEMENT or any subsequent Amendment or Supplement.

12. To submit BLR 05613, Engineering Payment Report, to the STATE upon completion of the project (Exhibit B).

13. Scope of Services to be provided by the ENGINEER: To perform or be responsible for the performance of the engineering services for the LA, in connection with the PROJECT hereinbefore described in the outlined attached scope of services, referred to as Exhibit B: See Attached Exhibit B – Scope of Services

Make such detailed surveys as are necessary for the planning and design of the PROJECT.

Make stream and flood plain hydraulic surveys and gather both existing bridge upstream and downstream high water data and flood flow histories.

Prepare applications for U.S. Army Corps of Engineers Permit, Illinois Department of Natural Resources Office of Water Resources Permit and Illinois Environmental Protection Agency Section 404 Water Quality Certification.

Design and/or approve cofferdams and superstructure shop drawings.

Prepare Bridge Condition Report and Preliminary Bridge Design and Hydraulic Report, (including economic analysis of bridge or culvert types and high water effects on roadway overflows and bridge approaches).

Prepare the necessary environmental and planning documents including the Project Development Report, Environmental Class of Action Determination or Environmental Assessment, State Clearinghouse, Substate Clearinghouse and all necessary environmental clearances.

Make such soil surveys or subsurface investigations including borings and soil profiles as may be required to furnish sufficient data for the design of the proposed improvement. Such investigations to be made in accordance with the current Standard Specifications for Road and Bridge Construction, Bureau of Local Roads and Streets Administrative Policies, Federal-Aid Procedures for Local Highway Improvements or any other applicable requirements of the STATE.

Analyze and evaluate the soil surveys and structure borings to determine the roadway structural design and bridge foundation.

Prepare preliminary roadway and drainage structure plans and meet with representatives of the LA and STATE at the site of the improvement for review of plans prior to the establishment of final vertical and horizontal alignment, location and size of drainage structures, and compliance with applicable design requirements and policies.

Make or cause to be made such traffic studies and counts and special intersection studies as may be required to furnish sufficient data for the design of the proposed improvement.

Complete the general and detailed plans, special provisions and estimate of cost. Contract plans shall be prepared in accordance with the guidelines contained in the Bureau of Local Roads and Streets manual. The special provisions and detailed estimate of cost shall be furnished in quadruplicate.

Furnish the LA with survey and drafts in quadruplicate all necessary right-of-way dedications, construction easements and borrow pit and channel change agreements including prints of the corresponding plats and staking as required.

Page 2 of 7 BLR 05610 (Rev. 9/06) Printed on 2/15/2012 5:43:54 PM

II. THE LA AGREES,

1. To furnish the ENGINEER all presently available survey data and information 2. To pay the ENGINEER as compensation for all services rendered in accordance with this AGREEMENT, on the basis of the following compensation formulas:

Cost Plus Fixed Fee CPFF = 14.5%[DL + R(DL) + OH(DL) + IHDC], or CPFF = 14.5%[DL + R(DL) + 1.4(DL) + IHDC], or CPFF = 14.5%[(2.3 + R)DL + IHDC]

Where: DL = Direct Labor IHDC = In House Direct Costs OH = Consultant Firm’s Actual Overhead Factor R = Complexity Factor

Specific Rate (Pay per element) Lump Sum 3. To pay the ENGINEER using one of the following methods as required by 49 CFR part 26 and 605 ILCS 5/5-409:

With Retainage

a) For the first 50% of completed work, and upon receipt of monthly invoices from the ENGINEER and the approval thereof by the LA, monthly payments for the work performed shall be due and payable to the ENGINEER, such payments to be equal to 90% of the value of the partially completed work minus all previous partial payments made to the ENGINEER. b) After 50% of the work is completed, and upon receipt of monthly invoices from the ENGINEER and the approval thereof by the LA, monthly payments covering work performed shall be due and payable to the ENGINEER, such payments to be equal to 95% of the value of the partially completed work minus all previous partial payments made to the ENGINEER. c) Final Payment – Upon approval of the work by the LA but not later than 60 days after the work is completed and reports have been made and accepted by the LA and the STATE, a sum of money equal to the basic fee as determined in this AGREEMENT less the total of the amounts of partial payments previously paid to the ENGINEER shall be due and payable to the ENGINEER.

Without Retainage

a) For progressive payments – Upon receipt of monthly invoices from the ENGINEER and the approval thereof by the LA, monthly payments for the work performed shall be due and payable to the ENGINEER, such payments to be equal to the value of the partially completed work minus all previous partial payments made to the ENGINEER. b) Final Payment – Upon approval of the work by the LA but not later than 60 days after the work is completed and reports have been made and accepted by the LA and STATE, a sum o money equal to the basic fee as determined in this AGREEMENT less the total of the amounts of partial payments previously paid to the ENGINEER shall be due and payable to the ENGINEER.

4. The recipient shall not discriminate on the basis of race, color, national origin or sex in the award and performance of any DOT- assisted contract or in the administration of its DBE program or the requirements of 49 CFR part 26. The recipient shall take all necessary and reasonable steps under 49 CFR part 26 to ensure nondiscrimination in the award and administration of DOT-assisted contracts. The recipient’s DBE program, as required by 49 CFR part 26 and as approved by DOT, is incorporated by reference in this agreement. Implementation of this program is a legal obligation and failure to carry out its terms shall be treated as violation of this agreement. Upon notification to the recipient of its failure to carry out its approved program, the Department may impose sanctions as provided for under part 26 and may, in appropriate cases, refer the matter for enforcement under 18 U.S.C. 1001 and/or the Program Fraud Civil Remedies Act of 1986 (31U.S.C. 3801 et seq.).

III. IT IS MUTALLY AGREED,

1. That no work shall be commenced by the ENGINEER prior to issuance by the LA of a written Notice to Proceed.

2. That tracings, plans, specifications, estimates, maps and other documents prepared by the ENGINEER in accordance with this AGREEMENT shall be delivered to and become the property of the LA and that basic survey notes, sketches, charts and other data prepared or obtained in accordance with this AGREEMENT shall be made available, upon request, to the LA or to the STATE, without restriction or limitation as to their use.

Page 3 of 7 BLR 05610 (Rev. 9/06) Printed on 2/15/2012 5:43:54 PM 3. That all reports, plans, estimates and special provisions furnished by the ENGINEER shall be in accordance with the current Standard Specifications for Road and Bridge Construction, Bureau of Local Roads and Streets Administrative Policies, Federal-Aid Procedures for Local Highway Improvements or any other applicable requirements of the STATE, it being understood that all such furnished documents shall be approved by the LA and the STATE before final acceptance. During the performance of the engineering services herein provided for, the ENGINEER shall be responsible for any loss or damage to the documents herein enumerated while they are in the ENGINEER’s possession and any such loss or damage shall be restored at the ENGINEER’s expense.

4. That none of the services to be furnished by the ENGINEER shall be sublet, assigned or transferred to any other party or parties without written consent of the LA. The consent to sublet, assign or otherwise transfer any portion of the services to be furnished by the ENGINEER shall not be construed to relieve the ENGINEER of any responsibility for the fulfillment of this agreement.

5. To maintain, for a minimum of 3 years after the completion of the contract, adequate books, records and supporting documents to verify the amounts, recipients and uses of all disbursements of funds passing in conjunction with the contract; the contract and all books, records and supporting documents related to the contract shall be available for review and audit by the Auditor General and the STATE; and to provide full access to all relevant materials. Failure to maintain the books, records and supporting documents required by this section shall establish a presumption in favor of the STATE for the recovery of any funds paid by the STATE under the contract for which adequate books, records and supporting documentation are not available to support their purported disbursement.

6. The payment by the LA in accordance with numbered paragraph 3 of Section II will be considered payment in full for all services rendered in accordance with this AGREEMENT whether or not they be actually enumerated in this AGREEMENT.

7. That the ENGINEER shall be responsible for any and all damages to property or persons arising out of an error, omission and/or negligent act in the prosecution of the ENGINEER’s work and shall indemnify and save harmless the LA, the STATE, and their officers, agents and employees from all suits, claims, actions or damages of any nature whatsoever resulting there from. These indemnities shall not be limited by the listing of any insurance policy.

8. This AGREEMENT may be terminated by the LA upon giving notice in writing to the ENGINEER at the ENGINEER’s last known post office address. Upon such termination, the ENGINEER shall cause to be delivered to the LA all drawings, plats, surveys, reports, permits, agreements, soils and foundation analysis, provisions, specifications, partial and completed estimates and data, if any from soil survey and subsurface investigation with the understanding that all such material becomes the property of the LA. The LA will be responsible for reimbursement of all eligible expenses to date of the written notice of termination.

9. This certification is required by the Drug Free Workplace Act (30ILCS 580). The Drug Free Workplace Act requires that no grantee or contractor shall receive a grant or be considered for the purpose of being awarded a contract for the procurement of any property or service from the State unless that grantee or contractor will provide a drug free workplace. False certification or violation of the certification may result in sanctions including, but not limited to, suspension of contract or grant payments, termination of a contract or grant and debarment of the contracting or grant opportunities with the State for at least one (1) year but no more than five (5) years.

For the purpose of this certification, “grantee” or “contractor” means a corporation, partnership or other entity with twenty-five (25) or more employees at the time of issuing the grant, or a department, division or other unit thereof, directly responsible for the specific performance under a contract or grant of $5,000 or more from the State, as defined in the Act.

The contractor/grantee certifies and agrees that it will provide a drug free workplace by: a. Publishing a statement: (1) Notifying employees that the unlawful manufacture, distribution, dispensing, possession or use of a controlled substance, including cannabis, is prohibited in the grantee’s or contractor’s workplace. (2) Specifying the actions that will be taken against employees for violations of such prohibition. (3) Notifying the employee that, as a condition of employment on such contract or grant, the employee will: (a) abide by the terms of the statement; and (b) notify the employer of any criminal drug statute conviction for a violation occurring in the workplace no later than five (5) days after such conviction. b. Establishing a drug free awareness program to inform employees about: (1) The dangers of drug abuse in the workplace; (2) The grantee’s or contractor’s policy of maintaining a drug free workplace; (3) Any available drug counseling, rehabilitation and employee assistance program; and (4) The penalties that may be imposed upon an employee for drug violations. c. Providing a copy of the statement required by subparagraph (a) to each employee engaged in the performance of the contract or grant and to post the statement in a prominent place in the workplace. d. Notifying the contracting or granting agency within ten (10) days after receiving notice under part (B) of paragraph (3) of subsection (a) above from an employee or otherwise receiving actual notice of such conviction. e. Imposing a sanction on, or requiring the satisfactory participation in a drug abuse assistance or rehabilitation program by, f. Assisting employees in selecting a course of action in the event drug counseling, treatment and rehabilitation is required and indicating that a trained referral team is in place. g. Making a good faith effort to continue to maintain a drug free workplace through implementation of the Drug Free Workplace Act.

Page 4 of 7 BLR 05610 (Rev. 9/06) Printed on 2/15/2012 5:43:54 PM 10. The ENGINEER or subconsultant shall not discriminate on the basis of race, color, national origin or sex in the performance of this AGREEMENT. The ENGINEER shall carry out applicable requirements of 49 CFR part 26 in the administration of DOT assisted contracts. Failure by the ENGINEER to carry out these requirements is a material breach of this AGREEMENT, which may result in the termination of this AGREEMENT or such other remedy as the LA deems appropriate.

Agreement Summary

Prime Consultant: TIN Number Agreement Amount Thomas Engineering Group 26-1722938 $408,300.02

Sub-Consultants: TIN Number Agreement Amount Christopher B. Burke Engineering, Ltd 36-3468939 $121,196.36 Wang Engineering 36-3191909 $31,950.06 Huff and Huff 36-3044842 $4,622.56 AES Group 36-3433209 $3,545.00

Sub-Consultant Total: $161,313.98 Prime Consultant Total: $246,300.04 Total for all Work: $408,300.02

Executed by the LA: County of Kane (Municipality/Township/County)

ATTEST:

By: By:

Clerk Title: Chairman, County Board

(SEAL)

Executed by the ENGINEER:

ATTEST: Thomas Engineering Group, LLC

By: By:

Title: Department Head Title: President

Page 5 of 7 BLR 05610 (Rev. 9/06) Printed on 2/15/2012 5:43:54 PM Exhibit A - Preliminary Engineering

Route: Fabyan Parkway at Kirk Road Local Agency: Kane County Div. of Transportation *Firm’s approved rates on file with IDOT’S (Municipality/Township/County) Bureau of Accounting and Auditing: Section: 11-00201-5-CH Project: Overhead Rate (OH) 126.14 % Job No.: Complexity Factor (R) 0.00 Calendar Days 730

Method of Compensation: Cost Plus Fixed Fee 1 14.5%[DL + R(DL) + OH(DL) + IHDC] Cost Plus Fixed Fee 2 14.5%[DL + R(DL) + 1.4(DL) + IHDC] Cost Plus Fixed Fee 3 14.5%[(2.3 + R)DL + IHDC] Specific Rate Lump Sum Cost Estimate of Consultant’s Services in Dollars

In-House Employee Man- Payroll Payroll Services by Element of Work Overhead* Direct Costs Profit Total Classification Hours Rate Costs (DL) Others (IHDC)

SEE ATTACHED

EXHIBIT A

Totals 0.00

Page 6 of 7 BLR 05610 (Rev. 9/06) Printed on 2/15/2012 5:43:54 PM Exhibit B

Engineering Payment Report

Prime Consultant

Name Thomas Engineering Group, LL Address 238 S.Kenilworth, Suite 10 Telephone 855.533.1700 TIN Number 26-1722938 Project Information

Local Agency Kane County Division of Transportation Section Number 11-00201-5-CH Project Number Job Number

This form is to verify the amount paid to the Sub-consultant on the above captioned contract. Under penalty of law for perjury or falsification, the undersigned certifies that work was executed by the Sub-consultant for the amount listed below.

Sub-Consultant Name TIN Number Actual Payment from Prime

Sub-Consultant Total: Prime Consultant Total: Total for all Work Completed:

Signature and title of Prime Consultant Date

Note: The Department of Transportation is requesting disclosure of information that is necessary to accomplish the statutory purpose as outlined under state and federal law. Disclosure of this information is REQUIRED and shall be deemed as concurring with the payment amount specified above.

Page 7 of 7 BLR 05610 (Rev. 9/06) Printed on 2/15/2012 5:43:54 PM

COST PLUS FIXED FEE COST ESTIMATE OF CONSULTANT SERVICES DF-824-039 REV 12/04 FIRM Thomas Engineering Group DATE 02/14/12 PSB OVERHEAD RATE 1.2614 PRIME/SUPPLEMENT Prime COMPLEXITY FACTOR 0

DBE OVERHEAD IN-HOUSE Outside SERVICES % OF DROP ITEM MANHOURS PAYROLL & DIRECT FIXED Direct BY DBE TOTAL GRAND BOX FRINGE BENF COSTS FEE Costs OTHERS TOTAL TOTAL (A) (B) ( C ) (D) (E) (F) (G) (H) (B-G) 1-Data Colleciton 90 4,084.93 5,152.74 1,511.43 65,113.34 75,862.44 18.58% 2-Environment 44 1,730.08 2,182.32 640.13 31,023.97 35,576.50 8.71% 3-Traffic/Site Analysis 46 2,091.31 2,637.97 773.78 3,545.00 9,048.06 2.22% 4-Crash Analysis 48 1,888.11 2,381.67 698.60 4,968.38 1.22% 5-Drainage Study 0 0.00 0.00 0.00 45,395.91 45,395.91 11.12% 6-Geometry/Alt Analysis 911 37,514.40 47,320.66 13,880.33 98,715.39 24.18% 7-MOT/Staging 124 4,519.95 5,701.47 1,672.38 11,893.80 2.91% 8-IDS 120 4,931.63 6,220.76 1,824.70 12,977.09 3.18% 9-PDR 200 10,427.64 13,153.43 3,858.23 27,439.30 6.72% 10-Public Involvement 254 11,674.69 14,726.46 4,319.64 30,720.78 7.52% 11-Constrctability 32 1,541.16 1,944.02 570.23 4,055.41 0.99%

12.1 QA/QC 56 3,503.97 4,419.91 1,296.47 708.57 9,928.92 2.43% 12.2 Administration 93 6,395.32 8,067.06 2,366.27 15,527.19 32,355.84 7.92%

Direct Costs 0 0.00 0.00 265.20 0.00 9,097.00 9,362.20 2.29%

Subconsultant DL 0.00 0.00 0.00% TOTALS 2018 90,303.20 113,908.46 265.20 33,412.18 9,097.00 161,313.98 0.00 408,300.02 100.00%

DBE 0.00% DBE

PREPARED BY THE AGREEMENTS UNIT Printed 2/14/2012 9:15 AM EXHIBIT B

Kirk Road (County Route 77) at Fabyan Parkway (County Route 8) Intersection Reconstruction Kane County Division of Transportation

Phase I Engineering and Environmental Study Scope of Work Narrative and Estimate of Effort January 23, 2012

This document presents the anticipated scope of work and expected effort associated with completion of Phase I Engineering and Environmental Studies for the reconstruction of the intersection of Kirk Road and Fabyan Parkway in eastern Kane County, Illinois. The scope of work to complete Phase I engineering services for this intersection includes all work necessary as required by the County of Kane through its Division of Transportation (KDOT) and Federal requirements as defined by the IDOT Bureau of Local Roads and Streets (BLR&S) Manual. This work will include data gathering, data analysis, development of concepts alternatives, alternatives analysis, detailed engineering on the preferred alternative and final reports concurrent with environmental studies and public involvement activities.

The project team includes Thomas Engineering Group (TEG) as the lead consulting engineering firm. TEG will utilize Christopher B. Burke Engineering, Ltd (CBBEL), Huff and Huff (Huff), Wang Engineering (Wang) and AES Group as subconsultants providing support services as identified below.

KDOT is the lead agency for this project. Close coordination will also occur with the Illinois Department of Transportation (IDOT) and the Federal Highway Administration (FHWA) given that federal funding is being used for engineering and construction of this project. It is anticipated that this Phase I study will be documented via a Project Development Report (PDR) and processed as a Categorical Exclusion Group II (CE Group II). Coordination will also be required with the municipalities of Geneva and Batavia, local residents, commercial properties, the Kane County Forest preserve District, business associations and other developers, business owners and other governmental agencies as necessary. The Federal project development process requires that this Phase I study essentially start from a zero base‐line with respect to developing the Purpose and need, evaluating a full range of reasonable alternatives including the No‐ Build alternative and a detailed evaluation of potential environmental impacts. However, it is important to note that the type of Federal Funding being used is Congestion Mitigation Air Quality (CMAQ) which does not allow for the addition of through lanes in an intersection project.

TASK 1 – DATA COLLECTION, COMPILATION, REVIEW AND EVALUATION Task 1.1 / Project Workshop ‐ TEG will conduct an initial project workshop meeting with KDOT staff to best understand project context, project expectations and project preferences and to identify any other challenges or expectations specific to the project and site. It is expected that this workshop will require a single day workshop with specific interviews and interactive discussions with members from KDOT’s Bureaus/Sections of land acquisition, construction, maintenance, traffic, permits, Fabyan Properties task

1 Scope of Services | Thomas Engineering Group, LLC

EXHIBIT B force, etc to assess project opportunities and design flexibility for the project. This meeting will be useful in gathering project context that typically cannot be measured or observed by traditional data gathering techniques. A major outcome for the meeting will be a risk log in which each critical portion of the project is analyzed in terms of potential risk to cost, schedule, environment and stakeholder support.

Task 1.1 TEG Effort = 44 hrs

Task 1.2 / Data Collection‐ TEG will obtain historical project information from KDOT, the Kane County Sherriff and other agency resources including IDOT, CMAP and others as available. This information is expected to include microfilm plans and as‐builts, permits for access, utility atlases, plat of highway documents. Other information will be sought from KDOT and assisting agencies as follows:

• Traffic Data • School district maps • Crash Data • Sanitary or Drainage district maps • Available Survey, right‐of‐way data and • Soils and geological information sidwell maps • Public and private utility plans • Control Data such as benchmarks • USGS Maps • Pertinent local studies and agreements • Flood insurance maps • Available local aerial photography • Emergency and Evacuation Routes • Existing road composition and • Bus routes maintenance/repair history • Bicycle Routes (existing and planned) • Local and Regional land use maps and • Ground photos census data • Zoning maps, corporate limits, township and park district boundaries Task 1.2 TEG Effort = 16 hrs Task 1.3 / Data Gathering and Project Initiation Meetings – TEG will organize and plan the engagement of IDOT, Central Office BLR&S and FHWA via initial kick‐off meeting and project introduction meetings

• TEG will develop agenda and content for kick‐off meeting with IDOT BLR&S staff (assume 1 meeting with 2 TEG staff at 3 hr mtg = 6 man‐hours)

Task 1.3 TEG Effort = 6 hrs Task 1.4 Topographical / Right‐of‐Way Surveys ‐ This task includes the preparation of a complete topographic survey within the project limits. The survey limits will extend 1,500 feet from the intersection in each direction along Kirk Road and 2,000 feet in each direction along Fabyan Parkway for a total length of survey of approximately 7,000 feet.

The survey will extend past the existing right‐of‐way lines by 50 feet due to the anticipated acquisition of additional right‐of‐way and/or temporary easements for this project. If additional information is required outside these limits, the survey information will be supplemented with existing Kane County

2 Scope of Services | Thomas Engineering Group, LLC

EXHIBIT B two‐foot contour mapping available through the County GIS database. The survey will be prepared for use during both Phase I and Phase II Engineering Services, and will include the following specific tasks:

Horizontal Control: Utilizing state plane coordinates, set recoverable primary control utilizing GPS equipment. Vertical Control: Perform a level circuit throughout the entire length of the project establishing benchmarks and assigning elevations to the horizontal control points. The elevations will be based on NAVD of 1988 and will be tied to the Kane County mapping datum. Existing Right‐of‐Way: Establish the existing right‐of‐way for Kirk Road and Fabyan Parkway within the project limits based on monumentation found in the field, and based on available plats of highways, subdivision plats and any other available information. Topographic Survey: Field locate details with respect to all pavements, driveways, curb and gutters, pavement markings, signs, manholes, utility vaults, drainage structures, driveway culverts, cross road culverts, etc., within the above noted survey limits for the project. Cross Sections: Survey cross sections along the project limits at 50’ intervals, at driveways, and at all other grade controlling features. The cross sections will extend beyond the existing right‐of‐way lines by 50 feet as indicated based on the anticipated acquisition of right‐of‐way and/or easements for this project. Utility Survey: All existing storm and sanitary sewers will be surveyed to determine rim and invert elevations and pipe sizes. Above ground facilities of any additional underground utilities including water main, gas, electric, cable, etc. will also be located. Tree Survey: Station, offset and size (ie; dbh – diameter at breast height) will be determined for trees over 6 inches in diameter within the survey limits. This will be required to quantify tree impacts, if any, associated with the proposed project. Base Mapping: All of the above information will be compiled into one base map representative of existing conditions of the project corridor for use in all Phase I and Phase II engineering work. Note: It is assumed that the preparation of Right‐of‐Way Plats and Legal Descriptions for the acquisition of any right‐of‐way and/or temporary construction easements is not included with Phase I engineering, and will occur as a lead Phase II engineering task. Task 1.4 TEG Effort = 0 hrs Task 1.5 / Geotechnical Surveys ‐ The purpose of our geotechnical investigations will be to determine the soil, groundwater, and existing pavement conditions, perform geotechnical engineering analyses, and provide recommendations for the design and reconstruction of the intersection and approach roadways. Wang will also conduct preliminary environmental assessment of the soils along the project site in order to anticipate whether they can be disposed of at a Clean Construction or Demolition Debris (CCDD) facility or must be handled as hazardous/special waste. Task 1.5 TEG Effort = 0 hrs

Task 1.6 / Data Review ‐ TEG will determine facility deficiencies based on information gathered and prepare maps and charts of data collected to be analyzed (geometric review of existing conditions =

3 Scope of Services | Thomas Engineering Group, LLC

EXHIBIT B

8hrs). It is anticipated that this task will include field review of the project area (2 ppl at 6 hrs = 12 hrs). TEG will also review topographical, right‐of‐way and geotechnical surveys (4 hrs)

Task 1.6 TEG Effort = 24 hrs

TOTAL Task 1 TEG Effort = 90 hrs

TASK 2 – ENVIRONMENTAL SURVEYS AND COORDINATION Task 2.1 – Environmental Survey Request Forms (ESRF) Submittal and Review Coordination. TEG will prepare the initial ESRF’s for submittal to IDOT BLR&S to initiate environmental surveys by resource agencies (TEG = 24 hrs). TEG will also complete all tasks related to air quality screening and submitting the COSIM 3 (Carbon Monoxide Simulation) pre‐screen worksheets to IDOT for air quality review based on the intersection widening proposed (TEG = 4 hrs). One environmental field visit is estimated (TEG; 2ppl at 4 hrs = 8 hrs). TEG will subsequently coordinate and respond to ESRF survey findings and oversee work to be performed by environmental subconsultants.

Task 2.1 TEG Effort = 36 hrs

CBBEL Environmental Scope

Task 2.2 ESRF Support, Section 404 (Clean Water Act and Kane County Stormwater Ordinance) – CBBEL will perform the following services to comply with Section 404 of the Clean Water Act and the KCSWO, and in support of the Environmental Survey Request Form (ESRF) submittal to IDOT for overall project environmental review. TEG will be responsible for preparation of the Environmental Survey Request Form (ESRF) and submittal to IDOT.

Task 2.3 Field Reconnaissance: An investigation of the study area will be completed to determine the limits of any wetlands and Waters of the United States (WOUS) present. The delineation will be completed based on the methodology established by the U.S. Army Corps of Engineers. Also during the site visit, wildlife and plant community qualities will be assessed. The limits of the wetland community will be located via Global Positioning System (GPS) so that they can be located in relation to the project coordinate system.

Task 2.4 Threatened and Endangered Species Consultation: CBBEL will submit an ECO‐CAT (Environmental Compliance Assessment Tool) request for threatened and endangered species consultation to the Illinois Department of Natural Resources (IDNR) and we will complete a review of threatened and endangered species in accordance with the U.S. Fish and Wildlife Service procedures.

Task 2.5 Technical Memorandum: The results of the field reconnaissance will be summarized in a Technical Memorandum. The generalized quality ratings of identified wetlands, according to the Swink and Wilhelm Methodology (1994), will be included along with exhibits depicting the approximate wetland and project boundaries, National Wetland Inventory, Soil Survey, floodplain, USGS topography,

4 Scope of Services | Thomas Engineering Group, LLC

EXHIBIT B site photographs and their locations, and the U.S. Army Corps of Engineers (COE) Routine On‐Site Data Forms.

Task 2.6 Visual Assessment: CBBEL staff will complete a visual assessment of the study area to inventory the scenic resources of the project site, estimating potential changes to that character, and identifying viewer groups and potential stakeholder concerns. A project’s visual quality is ensured by encouraging a positive visual change that will improve or enhance the surrounding landscape. To better provide for visual quality in a project, the project’s relationship with the following will be evaluated to ensure that appropriate visual quality is integrated into the project. This input will be coordinated with TEG in developing the preferred alternative and cited in the Project Development Report:

• Natural and manmade specimen landscape features • Topographical and physical characteristics • Ecological influences • Recreational facilities (e.g.; multi‐use trail) • Historical features • Visual values • Existing land uses (e.g., industrial, commercial) • Existing and proposed project profile

Task 2.7 Tree Inventory: A CBBEL botanist will perform a field review of all surveyed trees to provide an assessment of species, condition, and form. CBBEL will prepare a tree inventory spreadsheet including tree location, size, species, condition, form and general comments regarding the quality of the identified trees. Each tree will be evaluated and assigned a number rating from 1 – 5 based on general observations at the time of the inventory. A rating of 1 (excellent) has the highest value in terms of protection or preservation. A rating of 5 (poor) has the lowest value and represents lower quality individuals.

Task 2.8 Preparation of WIE: CBBEL staff will prepare, submit and process the Wetland Impact Evaluation (WIE) form as required by IDOT for all identified wetlands and WOUS within the project limits, whether impacted of not. This task will include a resource review, preparation of support documentation, submittal of the document, coordination and follow‐up with the reviewer as required. For purposes of work hour estimating, it is assumed that three wetlands sites will be identified that will require WIE submittal.

Huff and Huff Environmental Scope

Task 2.9 Preliminary Environmental Site Assessment (PESA) – Huff and Huff will conduct a Special Waste Screening following the procedures outlined in Chapter 20‐12 of the IDOT BLR&S Manual and IDOT BDE Memo 10‐07, Special Waste Procedures, which was incorporated into Section 27‐2 of the IDOT BDE Manual. A PESA may be needed based on the results of the Special Waste Screening. The PESA will be

5 Scope of Services | Thomas Engineering Group, LLC

EXHIBIT B conducted following the general protocols associated with ASTM E1527‐05, which is a standard environmental site assessment methodology and are consistent with the procedures in the IDOT BDE Manual. It may become necessary to further investigate PESA findings by advancing soil borings as part of a Preliminary Site Investigation (PSI). TEG will respond to stipulation requirements (4 hrs).

Task 2.9 TEG Effort = 4 hrs

Wang Engineering Scope

Task 2.10 Clean Construction or Demolition Debris (CCDD) – Wang Engineering will utilize information on historical land use gathered by Huff and Huff as part of the environmental screening and PESA activities (if necessary) to evaluate and establish applicable sampling and testing methodologies for CCDD. These methodologies will be performed in accordance with Public Act 96‐1416. Wang will provide the TEG team with location and estimated quantities of CCDD qualifying material. TEG will document this information and use it during the alternatives analysis as well as preparation purposes in for subsequent Phase II contact plan preparation. TEG will develop a removal plan (4 hrs).

Task 2.10 TEG Effort = 4 hrs

TOTAL Task 2 TEG Effort = 44 hrs

TASK 3 – TRAFFIC DATA COLLECTION AND PROJECTIONS AND SITE ACCESS ANALYSIS Task 3.1 – Intersection Counts and Projections. This task includes obtaining current roadway and intersection counts at the intersection of Kirk Road and Fabyan Parkway. Twelve hour full classification counts will be obtained by AES Engineering using Hi‐Star counters for each movement between the hours of 6am and 6pm. Peak Hour Volumes (PHV) will be identified from these counts. A separate PHV will be obtained on a typical “Elfstrom Stadium event day” in which event (Ball Game) traffic loads can be assessed for Kane County Cougar games.

Average Daily Traffic (ADT) Projections will be obtained from CMAP based on project and regional data used in the GO TO 2040 Comprehensive Plan for Northeastern Illinois. TEG will utilize the ADT projections as the basis for Design Hourly Volumes (DHV) to be used in the Intersection Design Study and capacity analysis. Kane County Cougar game day traffic loadings may or may not coincide with peak hour traffic. Due to the frequency of games plus normal traffic loading, it is likely that one or more individual game day traffic loadings may actually be higher than a normal peak hour flow without event traffic. Both scenarios will be analyzed. TEG will work with Stadium officials to determine if additional build out of Elfstrom is anticipated. (TEG 3.1 = 12 hrs)

TEG will also coordinate with local business owners to determine of other traffic generators or destinations will create impacts not accounted for in the GO TO 2040 Plan.

Task 3.1 TEG Effort = 12 hrs

6 Scope of Services | Thomas Engineering Group, LLC

EXHIBIT B

Task 3.2 – Fabyan Property Redevelopment impacts. This task includes an assessment of near‐term and full‐term build out of the Kane County Jail site redevelopment located west of the subject project site. Traffic associated with entering or leaving a regional entertainment/recreation destination can have measurable impacts on local highways. Being that the subject intersection is immediately east of a planned regional venue attraction and a logical throughput point to access the area via I‐88 and Kirk/Farnsworth Road, TEG will ensure these traffic loads are appropriately taken into account by using the best available planning information. This will be done by either confirming traffic forecasts that the Fabyan Property Task Force have generated as part of their feasibility study (for Fabyan Property) or by applying usage rates as published in the ITE Trip generation handbook for similar land uses and square footage. TEG will meet with the County‐led task force and request available information in terms of type and size of the planned multi‐faceted venue. In the case where traffic numbers have not been developed, TEG scope assumes that Trip generation studies will be performed to determine the locational impact of additional traffic loading at the subject intersection from the commercial redevelopment of the jail site and Settler’s Hill (owned by Kane County Forest Preserve District) golf course redevelopment of club house and banquet facilities. It is expected that the Task Force will have some level of origin/destination travel pattern data associated with their planning for the Fabyan Property. These projections will be included in the intersection capacity analyses as appropriate. (TEG 3.2 = 24 hrs)

Task 3.2 TEG Effort = 24 hrs

Task 3.3 – Local Access Studies. This task also includes an evaluation of local access and demand for properties in the northeast corner of the intersection. It is likely that the barrier median curb commonly seen with dual left‐turn designs will convert what today are full access drives to partial access (right‐in‐ right‐out) only. TEG will evaluate 3 options for reviews access:

• Elfstrom Stadium via west leg of Kirk Road • Relocation of commercial properties’ access to points further east • Provision for U‐Turn east of current full access point on east leg of Fabyan Parkway • Combination of options with consideration for cross‐access agreements Task 3.3 TEG Effort = 10 hrs TOTAL Task 3 TEG Effort = 46 hrs

TASK 4 – CRASH ANALYSIS REPORT This task includes obtaining the three complete years of crash data related to intersection operations from KDOT and/or the Kane County Sheriff’s office and tabulating hthe cras types and identifying appropriate countermeasure to address those crash types. The analysis will be based on current HSIP guidance which focuses on evaluating causes associated with Type K (fatal), Type A (Life Threatening) and Type B and C crashes. It is assumed that one year of additional data will become available over the course of this study. TEG will add this data to the crash analysis and make any adjustments to the analysis and report as necessary. (TEG 4 = 48 hrs)

7 Scope of Services | Thomas Engineering Group, LLC

EXHIBIT B

Task 4 Effort = 48 hrs TASK 5 – DRAINAGE STUDY CBBEL will develop an existing drainage plan and a proposed drainage plan. Pre‐proposal floodplain screening was conducted and the project is expected to be free of floodway and floodplain impacts. The drainage plan will be developed to be in compliance with the Kane County Stormwater Ordinance.

As noted above, a Drainage Technical Memorandum (DTM) will be prepared for this project to document the existing drainage system, suitability of drainage outfalls, the proposed drainage system, and stormwater detention requirements in accordance with the KCSWO. The existing area drainage outfall(s) for the project area will be evaluated for sensitivity based on the added impervious area with this project. The condition of the existing drainage system outfall(s), as well as the added impervious pavement area with this project, will be factors in determining the extent of storm water detention needs for the project, in compliance with the KCSWO. Specifically, the DTM will include the following major tasks:

• Develop Existing Conditions Drainage Plan • Identify and Evaluate Sensitivity of Existing Drainage Outfalls • Develop Proposed Drainage Plan Based on Proposed Geometry • Determine Storm Water Detention Needs Based on Added Impervious Area • Design Main Storm Sewer • Prepare DTM report • Coordination with KCDOT Note: A Location Drainage Study (LDS) is not required and thus not included in this scope of work. Task 5 TEG Effort = 0 hrs

TASK 6 – ALTERNATE GEOMETRIC STUDIES AND ALTERNATIVES ANALYSIS Task 6.1 – Concept Alternatives. TEG will develop 4 geometric concepts for purposes of performing an alternatives analysis and identifying a preferred alternative. TEG will provide KDOT a technical memorandum summarizing the alternative analyses and recommend a preferred alternative to study in detail. All studied alternatives will be geared to meet the indentified project purpose and need and CMAQ funding stipulations. In addition, this work also includes cutting the necessary cross‐section to establish the needed right‐of‐way footprint, program costs, footprint, MOT challenges, traffic and access and operations. The two (2) Concept Alternatives (CA) and 4 Sub‐Alternatives (SA) are expected to include:

• CA1 – Symmetrical widening to provide dual left turn lanes and single right turn lanes on all approaches. No additional through lanes. • CA2 – Non‐Symmetrical widening (Fabyan Parkway) provision of dual left turn lanes and single right turn lanes on all approaches. No additional through lanes. • SA1 – Free Flow right turn lane (EB to SB)

8 Scope of Services | Thomas Engineering Group, LLC

EXHIBIT B

• SA2 – Alternative Access Plan for North East Quadrant. This will include evaluation of new rear access road, side‐by‐side storage on Fabyan Parkway, modified Z channelization on Fabyan Parkway, modified internal circulation with cross access agreements or combinations of each of these sub‐alternate to best address access demand, mobility, safety and stakeholder interest. • SA3 – Alternate Access for Elfstrom Stadium on west approach. This sub‐alternate scope includes the following: o Intersection Design for new access point o Site assessment (right‐of‐way, cost, drainage, MOT, implementation schedule, etc.) • SA4 – Extension of Western project limits to accommodate alternative Elfstrom Access, other access management for “Fabyan Property” redevelopment and pavement surface deterioration issues west of expected west approach project limits.

For purposes of the concept alternatives analysis and in addition to developing concept plan views, TEG will conduct the following:

a) Plan Studies, including alignment and geometrics ‐ Based on the recommendations in the Accident Analysis, and operating analysis, the desired number auxiliary lanes will be determined. Improved horizontal geometry will also be investigated. b) Profile and Cross‐section studies – Improved vertical geometry will be investigated, with cross‐ sections being prepared to identify right‐of‐way, environmental and drainage impacts. c) Typical Cross‐sections and Details‐The proposed typical section will be looked at, with alternate sections being reviewed for impacts, before making a recommendation of the preferred section. d) Plot Proposed Geometrics and R.O.W. Line – the proposed roadway and improvements will be plotted along with the existing and proposed right‐of‐way lines. A line depicting the approximate construction limits will also be plotted to verify that right‐of‐way and environmentally sensitive areas are not adversely impacted. e) Evaluate cost, project duration, right‐of‐way and constructability implications to MOT/staging of project. f) Develop Preliminary Construction Cost Estimates –Program‐level construction cost estimates will be prepared for concept alternative comparison purposes. g) Narrow alternatives based on feasibility, fatal flaws and obvious violations of purpose and need requirements. Task 6.1 Main Concepts TEG Effort = 160 hrs Task 6.1 Sub Concepts TEG Effort = 60 hrs

Task 6.2 – Alternatives Analysis. TEG will evaluate the existing intersection and adjacent facilities in terms of current policy geometrics, access, safety and operations based on KDOT and IDOT design policy and industry practices. Using information and context gathered and analyses conducted earlier in the project development process, TEG will compare various geometric concept alternates and several sub alternates to satisfy 2040 traffic demand and stay within CMAQ funding conditions. It is expected that these concepts will be compared in terms of:

• Safety • Mobility and Capacity 9 Scope of Services | Thomas Engineering Group, LLC

EXHIBIT B

• Adherence to design Standards • Cost • Environmental Impacts • Drainage Impacts • Maintenance of Traffic Impacts and Duration • Land Acquisition • Meets Purpose and Need • Adheres to CMAQ funding requirements • Public Consensus

Task 6.2 TEG Effort = 80 hrs

Task 6.3 Development of Preferred Alternative. After a preferred alternative is selected the geometry will be advanced to ensure design and footprint is adequate for Phase II, construction as well as safety, mobility and access through year 2040. Specifically, the subtasks are as follows: Task 6.31 Profile and Cross‐section Studies– The vertical profile of both Fabyan Parkway and Kirk Road appear to be built higher than necessary. The current crest vertical curves on Fabyan are placed in advantageous locations providing ample sight distances for the commercial access points. Opportunities to improve the profile of both routes to achieve better balance of cut/fill ratios for the overall project. In addition, strategic lowering of the profile can create smaller fill sections to improve roadside recovery geometrics and lessen right‐of‐way needs.

TEG will cut existing cross‐sections at 50’ intervals and at all break points for mainline and side street approaches. Cross‐sections to show up to 50’ beyond existing right‐of‐way and will show existing right‐ of‐way per survey. The following cross‐sections are expected (mainline, break points and cross‐streets and access drives)

• West Approach ‐ a total length of 1,900’ or 38 regularly spaced cross‐sections are anticipated. Additional breakpoints needed along mainline for driveways and sidestreets are expected for 3 half cross‐sections (unmarked field entrances are not included). Proposed limits established to extend to current pavement joint (between construction sections) between recent improvements (new pavement) along Fabyan Parkway just east of Kingsland Drive. • East Approach – a total length of 1,740’ or 35 sections with an additional 4 half sections needed at break points. Extent of improvement expected to terminate at beginning of horizontal curve just west of Paramount Drive. Access management and maintenance of a full width median through the commercial quadrant (NE Quadrant) of intersection may require continuation of 12’ median to the east to match with existing cross‐section and avoid “bottle necking” of median width. • North Approach – a total length of 1,500’ or 30 sections with an additional 2 half sections needed at break points. Length of improvement estimate to accommodate proper turn lane development and approach widening per IDOT BDE Manual.

10 Scope of Services | Thomas Engineering Group, LLC

EXHIBIT B

• South Approach – a total length of 1,500’ or 30 sections with an additional 0 half sections needed at break points. Length of improvement estimate to accommodate proper turn lane development and approach widening per IDOT BDE Manual. • Additional Work on West and South Approaches – Reconstruction of Bike Path expected to be responsibility of KDOT as preliminary searches revealed no apparent ownership or maintenance responsibilities by local agencies. o West Approach – continue west with half cross‐sections every 100’ to limits of recently completed Phase I study of Fabyan Parkway at IL 25 to Nagel. This woulde requir additional GPS pick‐up survey by TEG for a length of 3,500 and half sections at every 100’ for a total of 35 half sections. o South Approach – continue south with half cross‐sections every 100’ to limits of recently completed Phase I study of Fabyan Parkway at IL 25 to Nagel. This would require additional GPS pick‐up survey by TEG for a length of 3,500 and half sections at every 100’ for a total of 35 half sections. o Note: Drainage study does not include additional limits for multi‐use path improvements.

Task 6.31 TEG Effort =1 29 hrs

Capacity Evaluation – Capacity analysis for the intersection is included in Task 8: Intersection Design Study. No additional capacity analyses are expected for the project.

Task 6.32 Typical cross‐sections and details – Typical cross‐sections will be developed in accordance with the BDE manual and site context. It is expected that total of six typical cross‐section will be needed as follows:

KIRK ROAD FABYAN PARKWAY

• Existing • Existing • Proposed (approach) • Proposed (approach) • Proposed (turn‐lanes) • Proposed (turn‐lanes)

Task 6.32 TEG Effort = 16 hrs

Task 6.33 Plot proposed geometrics and R.O.W. line ‐ Prepare plan sheets at 1” = 50’ using design criteria (developed by CBBEL). Plan sheets will be developed to approximately the 30% completion level showing preliminary right‐of‐way limits and extents of environmental and construction impacts. Kirk Road improvements expected to require four sheets (total approximately 3,000’ of improvements) and Fabyan parkway 4 sheets (total approximately 4,000’ of improvements). Design per sheet expected to be 28 hrs per sheet.

Task 6.33 TEG Effort = 224 hrs

Task 6.34 Cost Estimate – TEG will develop two detailed cost estimates for the project. Each cost estimate is expected to require 32 hours of effort. 11 Scope of Services | Thomas Engineering Group, LLC

EXHIBIT B

Task 6.35 TEG Effort = 64 hrs

Task 6.35 Utility Conflict Identification / Resolution Planning – TEG will utilize field survey and a site visit to identify all utilities within the project limits. TEG will send check plots of existing geometry to these utilities to locate their lines. As part of the alternatives analysis and later in the detailed development of the preferred alternative, TEG will provide a utility assessments and recommendations based on impacts and costs to the County.

Task 6.36 TEG Effort = 16 hrs

TOTAL Task 6 TEG Effort = 911 hrs

TASK 7 – MAINTENANCE OF TRAFFIC / CONSTRUCTION STAGING This in‐depth work will be performed only for the preferred alternative as a less detailed analysis was previously conducted for each concept alternatives. The concept will developed to a level that will ensure it is feasible, operates safely and can be accommodated within the right‐of‐way (existing or proposed) TEG will treat the MOT as a project within a project as these stage durations can be long and require the same diligence as final plan preparation. An initial study will be conducted to determine if any or all stages can reasonably consider only providing a single through lane on any approach for any extended construction stage duration. If it is determined as expected that capacity analyses using existing peak hour and event traffic loads will not work acceptable with any single lane construction stages, then the scope of work will limited to the following:

• Maintenance of two lanes in each direction at all times (contingent on above stated determination) • Access to all properties during all stages • Signal maintenance at all times • Provision of adequate drainage and erosion/sediment control It is expected that there will be three main stages to be detailed at 50:1 scale (same as plan) with a total of 8 sheets at 4 hrs per sheet. Typical sections (8 hrs each for both Kirk and Fabyan) and details (4 hrs) are also included. Task 7 TEG Effort = 124 hrs

TASK 8 ‐ INTERSECTION DESIGN STUDY An Intersection Design Study (IDS) will be prepared for the preferred alternative. The IDS will be prepared in accordance with Chapter 13 of the BDE and based on design policy in BDE Chapter 36 and other related chapters. The IDS format will utilize the special District 1 format which is not available in the BDE manual but rather as a specific District One CADD cell. The capacity analysis used for this document will utilize Highway Capacity Manual methodology.

Task 8 TEG Effort = 120 hrs

TASK 9 – PROJECT DEVELOPMENT REPORT (PRELIMINARY AND FINAL)

12 Scope of Services | Thomas Engineering Group, LLC

EXHIBIT B

Tasks 9.1 and 9.2 / TEG will prepare a Project development Report per BLR&S requirements using the current BLR form No. 22210. TEG will prepare the necessary text to introduce project history, project purpose and development process. Technical text to present results of various studies and reports, the development of the contemplated alternatives, design criteria, public involvement process and the selection of the preferred alternative. TEG will submit a draft copy to KDOT/IDOT BLR&S for review. This effort is expected to require 120 hrs. After comments are received and additional engineering is completed (post Draft PDR submittal), TEG will finalize theR PD and submit back to KDOT and IDOT BLR&S for approval (80 hrs). CBBEL to provide technical writing review of PDR prior to each submittal.

Task Description of Services

• Prepare Outline of Reports • Compile Exhibits, maps, Charts, Graphs and Tables, etc. • Analyze Alternatives/Alternate • Write Report, Proof read and edit • Print, Bind and Deliver • Revisions Task 9 TEG Effort = 200 hrs

TASK 10 – PUBLIC INVOLVEMENT and MEETINGS Public involvement will consist of initial stakeholder meetings and follow‐up meetings as necessary as well as one Public Meeting and one Public Hearing. We expect the following meetings will be necessary for the project.

Task 10.1 CSS Activities;

• Fabyan Redevelopment Task Force – 2 meetings. TEG will engage the County‐led task force to better understand the nature, schedule and magnitude of the development goals set for the Fabyan Property. Effort consider to be two 3 hr meetings (includes travel) for two staff. • Municipal Coordination (Geneva and Batavia) – 2 meetings. TEG will engage municipalities about design, local access, bike path, utilities and construction coordination issues. Of specific interest is the access road to the water tower and relocating the locked access location closer to the actual water tower so that the field access could be improved an subsequently shared with commercial properties in NE quadrant of intersection). Geneva Park District has identified multi‐use trail to be extended north along the west side of Kirk Road. Effort consider to be two 3 hr meetings (includes travel) for two staff. • Landowners Letters/Interviews – This task will include only the property owners in the northeast quadrant of the intersection. TEG will gage interest and flexibility for County Highway access modification. It is likely that the majority of access points for these properties will be modified and possible further restricted that how they currently exist. Effort considered to be three 3 hr meetings (includes travel) for two staff.

Task 10.1 TEG Effort = 42 hrs

13 Scope of Services | Thomas Engineering Group, LLC

EXHIBIT B

Task 10.2 IDOT BLR&S / FHWA Coordination meeting. Effort will be 2 people for 2 hr meeting (includes travel) for each meeting type. Expect meetings will be required for the following:

BLR&S Kick‐Off meeting – Included in task 1 FHWA Project Introduction Meeting – 4 hrs FHWA Design Exceptions ‐ 4 hrs FHWA CE Group II Approval – 4 hrs BLR&S Review Meetings (two) – 8 hrs

Task 10.2 TEG Effort = 20 hrs

Task 10.3 Public Meeting – TEG will host one Public Meeting to present all of the studied alternatives as well as present information to the public in regards to potential right‐of‐way acquisition, drainage plans, property access, environmental impacts, stage construction, project schedule and costs. TEG will solicit public comment and compile all comments into a public log. TEG will work with KDOT to determine which public comments are address and incorporated in the preferred alternative.

Task 10.3 TEG Effort = 72 hrs

Task 10.4 Public Hearing – After a preferred alternative has been selected and all KDOT, IDOT and Public comments from the Public Meeting have been addressed and geometry has been refined, TEG will host a Public Hearing. The purpose of the hearing will be to solicit any final comment on the project before finalizing project geometry, requesting Design Approval and proceeding to Phase II.

Task 10.4 TEG Effort = 72 hrs

Task 10.5 KDOT Review Meetings – TEG will meet with KDOT project Manager to update PM on project status, risk log, budget, schedule, ndesig challenges and opportunities. Six (6) meetings as needed at 4 hrs each (includes travel) for 2 TEG staff.

Task 10.5 TEG Effort = 48 hrs TOTAL Task 10 TEG Effort = 270 hrs

TASK 11 – CONSTRUCTABILITY REVIEWS TEG design staff will incorporate constructability reviews during the concept development stage (included in Task 6.1) and during development of the preferred alternative. TEG construction group will perform an independent constructability review of project plan and profile, cross‐sections, maintenance of traffic plan and recommended staging of the project before detailed design begins and once during the development of 30% plan and profile. Effort is estimated a follows: • Task 11.1 Initial Review – 16 hrs • Task 11.2 Review of 30% plan – 16 hrs Task 11 TEG Effort = 32 hrs

14 Scope of Services | Thomas Engineering Group, LLC

EXHIBIT B

Work Task SUB‐TOTAL = 1869 hrs

TASKS 12 & 13 – PROJECT ADMINISTRATION AND QUALITY CONTROL/ASSURANCE This task includes overall project administration and management, as well as implementation of the QA/QC plan for this project. The project principal and project manager will monitor budgets, resources and schedules are manager per the terms of this agreement. Upon authorization to proceed, TEG will prepare a QA/QC plan for this project and be implemented project wide. The project administration was calculated as 5% of the task subtotal and the QA/QC at 3% of that total.

• QA/QC Effort – 56 hrs • Project Administration Effort – 93 hrs

Task 12 & 13 TEG Effort = 149 hrs

TOTAL = 2,018 hrs

15 Scope of Services | Thomas Engineering Group, LLC

EXHIBIT “C”

PREVAILING WAGE RATES

It is the policy of the State of Illinois as declared in the Illinois Prevailing Wage Act (820 ILCS 130/1 et seq.) “that a wage of no less than the general prevailing hourly rate as paid for work of a similar character in the locality in which the work is performed, shall be paid to all laborers, workers and mechanics employed by or on behalf of any and all public bodies engaged in public works”.

The CONSULTANT agrees to pay, when applicable, the current Illinois Department of Labor Prevailing Wage Rates for all County of Kane projects. Current prevailing wage rates are available from the Illinois Department of Labor at their website: http://www.state.il.us/agency/idol/rates/rates.HTM.

Prevailing wage rates are subject to revision monthly. The CONSULTANT acknowledges its responsibility, for payment of any applicable future adjustment thereof.

The CONSULTANT further acknowledges its responsibility to notify any sub-consultant of the applicability of the Prevailing Wage Act.

When applicable, the CONSULTANT agrees to provide the Kane County Division of Transportation “certified payrolls” as required by the Prevailing Wage Act.

______Company Name

______Signature of Officer of Company

______Title: President

______Date

EXHIBIT “D”

CONTRACTOR DISCLOSURE KANE COUNTY CODE, ARTICLE II, DIVISION 3, SECTION 2-211

1. Prior to award, every contractor or vendor who is seeking or who has obtained contracts or change orders to contracts or two (2) or more individual contracts with Kane County resulting in an amount greater than Fifteen Thousand Dollars ($15,000) shall disclose to the Kane County Purchasing Department, in writing all cumulative campaign contributions, (which includes multiple candidates) made within the previous twelve (12) months of awarding of the contract made by that contractor, union, or vendor to any current officer or countywide elected officer whose office the contract to be awarded will benefit. Disclosure shall be updated annually during the term of a multi-year contract and prior to any change order or renewal requiring Board level approval. For purposes of this disclosure requirement, “contractor or vendor” shall include owners, officers, managers, insurance brokers, lobbyists, agents, consultants, bond counsel and underwriters counsel, subcontractors corporations, partnerships, associations, business trusts, estates, trustees, and/or beneficiaries under the control of the contracting person, and political action committees to which the contracting person has made contributions.

2. All contractors and vendors who have obtained or are seeking contracts with Kane County must disclose the following information which shall be certified and attached to the application or document. Penalties for knowingly violating disclosure requirements will potentially result in immediate cancellation of the contract, and possible disbarment from future County contracts:

A. Name, address and percentage of ownership interest of each individual or entity having a legal or a beneficial interest of more than five percent (5%) in the applicant. Any entity required by law to file a statement providing substantially the information required by this paragraph with any other government agency may file a duplicate of such statement;

B. Names and contact information of their lobbyists, agents and representatives and all individuals who are or will be having contact with County employees or officials in relation to the contract or bid. This information disclosure must be updated when any changes to the information occurs.

C. Whenever any interest required to be disclosed in paragraph (a) above is held by an agent or agents, or a nominee or nominees, the principals for whom such agents or nominees hold such interest shall also be disclosed. The application of a spouse or any other party, if constructively controlled by another person, or legal entity as set forth above, shall state the name and address and percentage of beneficial interest of such person or entity possessing such constructive control and the relationship under which such control is being or may be exercised. Whenever a stock or beneficial interest is held by a corporation or other legal entity, such shareholder or beneficiary shall also make disclosure as required by paragraph (a) above.

D. A statement under oath that the applicant has withheld no disclosures as to economic interests in the undertaking nor reserved any information, data or plan 1 as to the intended use or purpose for which it seeks County Board or other county agency action.

3. All disclosures and information shall be current as of the date upon which the application is presented and shall be maintained current until such time as Kane County shall take action on the application. Furthermore, this information shall be maintained in a database by the Purchasing Department, and made available for public viewing.

4. Notwithstanding any of the above provisions, the County Purchasing Department with respect to contracts awarded may require any such additional information from any applicant which is reasonably intended to achieve full disclosure relevant to the application for action by the County Board or any other County agency.

5. Any failure to comply with the provisions of this section shall render any ordinance, ordinance amendment, County Board approval or other County action in behalf of the applicant failing to comply voidable at the option of the County Board or other County agency involved upon the recommendation of the County Board Chairman or the majority of the County Board.

6. Information shall be sent directly to the Kane County Purchasing Department at the following address:

Kane County Government Center Purchasing Department, Bldg A 719 S. Batavia Ave. Geneva, IL 60134

______Company Name

______Signature of Officer of Company

______Title: President

______Date

2 Geneva

38 Cherry

Intersection Improvement n Fabya 8

d Legend

R ¨¦§88 Interstates

ut30 US Roads

k atavia (!31 B State Roads

r

i 46734 County Roads Other Roads

K Rail Roads

County Boundry Township Boundry

Fox River 77 Forest Preserves Municipalities

Section Number 11-00201-04-CH Hampshire Rutland Dundee Burlington Plato Elgin

Fabyan Parkway at Kirk Road Virgil Campton Saint Charles

Geneva Kaneville Blackberry Intersection Improvement Batavia / Big Rock Sugar Grove Aurora

0 500 1,000 2,000 3,000 4,000 Feet 0 1 Miles

M:\dotserver2\USERS\Committee\201202 February\Implementation\Design\Fabyan at Kirk\Map Standard Aerial_Fabyan Pkwy at Kirk Rd loc map Geneva

38 Cherry

Intersection Improvement n Fabya 8

d Legend

R ¨¦§88 Interstates

ut30 US Roads

k atavia (!31 B State Roads

r

i a 46734 County Roads Other Roads

K Rail Roads

County Boundry Township Boundry

Fox River 77 Forest Preserves Municipalities

Section Number 11-00201-04-CH Hampshire Rutland Dundee Burlington Plato Elgin

Fabyan Parkway at Kirk Road Virgil Campton Saint Charles

Geneva Kaneville Blackberry Intersection Improvement Batavia / Big Rock Sugar Grove Aurora

0 500 1,000 2,000 3,000 4,000 Feet 0 1 Miles

M:\dotserver2\USERS\Committee\201202 February\Implementation\Design\Fabyan at Kirk\Map Standard_Fabyan Pkwy at Kirk Rd loc map AGENDA ITEM EXECUTIVE SUMMARY Agenda Item # 8B-2b

Name Approving an Intergovernmental Agreement with the State of Illinois for Phase I Resolution Engineering Services for Fabyan Parkway at Kirk Road, Kane County Section No. Ordinance 11-00201-04-CH

Presenter/Sponsor: Steve Coffinbargar - Assistant Director of Transportation

Budget Information: Was this item budgeted? Yes No N/A Appropriation Amount:

If not budgeted, explain funding source

SUMMARY: Attached is the draft Intergovernmental Agreement with IDOT that will provide for federal reimbursement of a portion of the Fabyan Parkway at Kirk Road Phase I Engineering Services. Federal Congestion Mitigation and Air Quality (CMAQ) funds will provide approximately $285,000 of the estimated $408,300 cost. The local (County) match is estimated to be $123,300.

Attachments: Resolution, Funding Agreement

Detailed information available from : Staff Name: Steve Coffinbargar, Assistant Director Phone: 630/406-7170 Resolution/Ordinance Tracking:

Assigned Committee: Transportation Passed Sent to: Executive on: 02/21/2012

If Other, specify:

Committee Remarks:

Next Committee: Executive . Sent to: County Board on: 03/07/2012

If Other, specify:

Committee Remarks:

Next Committee: Sent to: on:

Committee Remarks:

County Board Date: 03/13/2012 STATE OF ILLINOIS

COUNTY OF KANE

RESOLUTION NO. 12 -

APPROVING AN INTERGOVERNMENTAL AGREEMENT WITH THE STATE OF ILLINOIS FOR PHASE I ENGINEERING SERVICES FOR FABYAN PARKWAY AT KIRK ROAD KANE COUNTY SECTION NO. 11-00201-04-CH

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, the County and the State (through its Illinois Department of Transportation) desire to cooperate among themselves to accomplish the improvement of Kane County Highway No. 8 (also known as Fabyan Parkway) at Kane County Highway No. 77 (also known as Kirk Road) (hereinafter referred to as the “Improvement”); and

WHEREAS, the County and the State desire to undertake Phase I Engineering services for the Improvement at an estimated cost of Four Hundred Eight Thousand Three Hundred Dollars ($408,300.00); and

WHEREAS, the Improvement is deemed by the County and the State to be of immediate benefit to the residents of the County of Kane and the State of Illinois in that it shall facilitate the safe and efficient movement of traffic, and provide for the safety of the motoring public; and

WHEREAS, the County and the State have determined a mutually satisfactory allocation of responsibilities and costs for said Improvement as set forth in an intergovernmental agreement with the State (a copy of which is on file with the County Clerk's Office), with the County’s share of the Phase I Engineering estimated to be $123,000.00.

NOW, THEREFORE, BE IT RESOLVED by the Kane County Board that the Chairman thereof is hereby authorized to execute an intergovernmental agreement(s) with the State of Illinois acting through the Illinois Department of Transportation for Phase I Engineering of the Improvement.

Passed by the Kane County Board on March 13, 2012.

John A. Cunningham Karen McConnaughay Clerk, County Board Chairman, County Board Kane County, Illinois Kane County, Illinois

Vote: Yes No Voice Abstentions

3FBYN-KRKIDOTPHI.4LH Local Agency State Contract Day Labor Local Contract RR Force Account

County of Kane X Section Fund Type ITEP Number Local Agency Agreement for Federal Participation 11-00201-04-CH STA

Construction Engineering Right-of-Way Job Number Project Number Job Number Project Number Job Number Project Number P-91-xxx-xx CMM-xxxx(xxx)

This Agreement is made and entered into between the above local agency hereinafter referred to as the “LA” and the state of Illinois, acting by and through its Department of Transportation, hereinafter referred to as “STATE”. The STATE and LA jointly propose to improve the designated location as described below. The improvement shall be constructed in accordance with plans approved by the STATE and the STATE’s policies and procedures approved and/or required by the Federal Highway Administration hereinafter referred to as “FHWA”.

Location

Local Name Fabyan Parkway Route CH 8 Length 2,650 feet

Termini At Kirk Road

Current Jurisdiction LA Existing Structure No N/A

Project Description Phase I Engineering towards Intersection Improvement

Division of Cost

Type of Work FHWA % STATE % LA % Total Participating Construction ( ) ( ) ( ) Non-Participating Construction ( ) ( ) ( ) Preliminary Engineering 285,000 ( * ) ( ) 123,300 ( BAL ) 408,300 Construction Engineering ( ) ( ) ( ) Right of Way 0 ( ) ( ) ( ) Railroads ( ) ( ) ( ) Utilities ( ) ( ) ( ) Materials TOTAL $ 285,000 $ $ 123,300 $ 408,300 *Maximum FHWA (STA) Participation 80% Not to Exceed $285,000

NOTE: The costs shown in the Division of Cost table are approximate and subject to change. The final LA share is dependent on the final Federal and State participation. The actual costs will be used in the final division of cost for billing and reimbursment.

If funding is not a percentage of the total, place an asterisk in the space provided for the percentage and explain above.

The Federal share of construction engineering may not exceed 15% of the Federal share of the final construction cost. Local Agency Appropriation

By execution of this Agreement, the LA is indicating sufficient funds have been set aside to cover the local share of the project cost and additional funds will be appropriated, if required, to cover the LA’s total cost. Method of Financing (State Contract Work)

METHOD A---Lump Sum (80% of LA Obligation) METHOD B--- Monthly Payments of METHOD C---LA’s Share Balance divided by estimated total cost multiplied by actual progress payment.

(See page two for details of the above methods and the financing of Day Labor and Local Contracts)

Printed on 2/14/2012 Page 1 of 5 BLR 05310 (01/06/12)

Agreement Provisions

THE LA AGREES:

(1) To acquire in its name, or in the name of the state if on the state highway system, all right-of-way necessary for this project in accordance with the requirements of Titles II and III of the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, and established state policies and procedures. Prior to advertising for bids, the LA shall certify to the STATE that all requirements of Titles II and III of said Uniform Act have been satisfied. The disposition of encroachments, if any, will be cooperatively determined by representatives of the LA, and STATE and the FHWA, if required. (2) To provide for all utility adjustments, and to regulate the use of the right-of-way of this improvement by utilities, public and private, in accordance with the current Utility Accommodation Policy for Local Agency Highway and Street Systems. (3) To provide for surveys and the preparation of plans for the proposed improvement and engineering supervision during construction of the proposed improvement. (4) To retain jurisdiction of the completed improvement unless specified otherwise by addendum (addendum should be accompanied by a location map). If the improvement location is currently under road district jurisdiction, an addendum is required. (5) To maintain or cause to be maintained, in a manner satisfactory to the STATE and FHWA, the completed improvement, or that portion of the completed improvement within its jurisdiction as established by addendum referred to in item 4 above. (6) To comply with all applicable Executive Orders and Federal Highway Acts pursuant to the Equal Employment Opportunity and Nondiscrimination Regulations required by the U.S. Department of Transportation. (7) To maintain, for a minimum of 3 years after the completion of the contract, adequate books, records and supporting documents to verify the amounts, recipients and uses of all disbursements of funds passing in conjunction with the contract; the contract and all books, records and supporting documents related to the contract shall be available for review and audit by the Auditor General and the department; and the LA agrees to cooperate fully with any audit conducted by the Auditor General and the department; and to provide full access to all relevant materials. Failure to maintain the books, records and supporting documents required by this section shall establish a presumption in favor of the STATE for the recovery of any funds paid by the STATE under the contract for which adequate books, records and supporting documentation are not available to support their purported disbursement. (8) To provide if required, for the improvement of any railroad-highway grade crossing and rail crossing protection within the limits of the proposed improvement. (9) To comply with Federal requirements or possibly lose (partial or total) Federal participation as determined by the FHWA. (10) (State Contracts Only) That the method of payment designated on page one will be as follows: Method A - Lump Sum Payment. Upon award of the contract for this improvement, the LA will pay to the STATE, in lump sum, an amount equal to 80% of the LA’s estimated obligation incurred under this Agreement, and will pay to the STATE the remainder of the LA’s obligation (including any nonparticipating costs) in a lump sum, upon completion of the project based upon final costs. Method B - Monthly Payments. Upon award of the contract for this improvement, the LA will pay to the STATE, a specified amount each month for an estimated period of months, or until 80% of the LA’s estimated obligation under the provisions of the Agreement has been paid, and will pay to the STATE the remainder of the LA’s obligation (including any nonparticipating costs) in a lump sum, upon completion of the project based upon final costs. Method C - Progress Payments. Upon receipt of the contractor’s first and subsequent progressive bills for this improvement, the LA will pay to the STATE, an amount equal to the LA’s share of the construction cost divided by the estimated total cost, multiplied by the actual payment (appropriately adjusted for nonparticipating costs) made to the contractor until the entire obligation incurred under this Agreement has been paid. (11) (Day Labor or Local Contracts) To provide or cause to be provided all of the initial funding, equipment, labor, material and services necessary to construct the complete project. (12) (Preliminary Engineering) In the event that right-of-way acquisition for, or actual construction of the project for which this preliminary engineering is undertaken with Federal participation is not started by the close of the tenth fiscal year following the fiscal year in which this agreement is executed, the LA will repay the STATE any Federal funds received under the terms of this Agreement. (13) (Right-of-Way Acquisition) In the event that the actual construction of the project on this right-of-way is not undertaken by the close of the twentieth fiscal year following the fiscal year in which this Agreement is executed, the LA will repay the STATE any Federal Funds received under the terms of this Agreement.

Printed on 2/14/2012 Page 2 of 5 BLR 05310 (01/06/12)

(14) (Railroad Related Work Only) The estimates and general layout plans for at-grade crossing improvements should be forwarded to the Rail Safety and Project Engineer, Room 204, Illinois Department of Transportation, 2300 South Dirksen Parkway, Springfield, Illinois, 62764. Approval of the estimates and general layout plans should be obtained prior to the commencement of railroad related work. All railroad related work is also subject to approval be the Illinois Commerce Commission (ICC). Final inspection for railroad related work should be coordinated through appropriate IDOT District Bureau of Local Roads and Streets office. Plans and preemption times for signal related work that will be interconnected with traffic signals shall be submitted to the ICC for review and approval prior to the commencement of work. Signal related work involving interconnects with state maintained traffic signals should also be coordinated with the IDOT’s District Bureau of Operations. The LA is responsible for the payment of the railroad related expenses in accordance with the LA/railroad agreement prior to requesting reimbursement from IDOT. Requests for reimbursement should be sent to the appropriate IDOT District Bureau of Local Roads and Streets office. Engineer’s Payment Estimates in accordance with the Division of Cost on page one. (15) And certifies to the best of its knowledge and belief its officials: (a) are not presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from covered transactions by any Federal department or agency; (b) have not within a three-year period preceding this Agreement been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements receiving stolen property; (c) are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State, local) with commission of any of the offenses enumerated in item (b) of this certification; and (d) have not within a three-year period preceding the Agreement had one or more public transactions (Federal, State, local) terminated for cause or default. (16) To include the certifications, listed in item 15 above and all other certifications required by State statutes, in every contract, including procurement of materials and leases of equipment. (17) (State Contracts) That execution of this agreement constitutes the LA’s concurrence in the award of the construction contract to the responsible low bidder as determined by the STATE. (18) That for agreements exceeding $100,000 in federal funds, execution of this Agreement constitutes the LA’s certification that: (a) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress or any employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any cooperative agreement, and the extension, continuation, renewal, amendment or modification of any Federal contract, grant, loan or cooperative agreement; (b) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress or an employee of a Member of Congress, in connection with this Federal contract, grant, loan or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, “Disclosure Form to Report Lobbying”, in accordance with its instructions; (c) The LA shall require that the language of this certification be included in the award documents for all subawards at all ties (including subcontracts, subgrants and contracts under grants, loans and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. (19) To regulate parking and traffic in accordance with the approved project report. (20) To regulate encroachments on public right-of-way in accordance with current Illinois Compiled Statutes. (21) To regulate the discharge of sanitary sewage into any storm water drainage system constructed with this improvement in accordance with current Illinois Compiled Statutes. (22) That the LA may invoice the STATE monthly for the FHWA and/or STATE share of the costs incurred for this phase of the improvement. The LA will submit supporting documentation with each request for reimbursement from the STATE. Supporting documentation is defined as verification of payment, certified time sheets, vendor invoices, vendor receipts, and other documentation supporting the requested reimbursement amount. (23) To complete this phase of the project within three years from the date this agreement is approved by the STATE if this portion of the project described in the Project Description does not exceed $1,000,000 (five years if the project costs exceed $1,000,000). (24) Upon completion of this phase of the improvement, the LA will submit to the STATE a complete and detailed final invoice with all applicable supporting supporting documentation of all incurred costs, less previous payments, no later than one year from the date of completion of this phase of the improvement. If a final invoice is not received within one year of completion of this phase of the improvement, the most recent invoice may be considered the final invoice and the obligation of the funds closed.

Printed on 2/14/2012 Page 3 of 5 BLR 05310 (01/06/12)

(25) (Single Audit Requirements) That if the LA expends $500,000 or more a year in federal financial assistance they shall have an audit made in accordance with the Office of Management and Budget (OMB) Circular No. A-133. LA’s that expend less than $500,000 a year shall be exempt from compliance. A copy of the audit report must be submitted to the STATE with 30 days after the completion of the audit, but no later than one year after the end of the LA’s fiscal year. The CFDA number for all highway planning and construction activities is 20.205. (26) That the LA is required to register with the Central Contractor Registration (CCR), which is a web-enabled government-wide application that collects, validates, stores, and disseminates business information about the federal government’s trading partners in support of the contract award and the electronic payment processes. If you do not have a CCR number, you must register at https://www.bpn.gov/ccr. If the LA, as a sub-recipient of a federal funding, receives an amount equal to or greater than $25,000 (or which equals or exceeds that amount by addition of subsequent funds), this agreement is subject to the following award terms: http://edocket.access.gpo.gov/2010/pdf/2010-22705.pdf and http://edocket.access.gpo.gov/2010/pdf/2010-22706.pdf.

THE STATE AGREES:

(1) To provide such guidance, assistance and supervision and to monitor and perform audits to the extent necessary to assure validity of the LA’s certification of compliance with Titles II and III requirements. (2) (State Contracts) To receive bids for the construction of the proposed improvement when the plans have been approved by the STATE (and FHWA, if required) and to award a contract for construction of the proposed improvement, after receipt of a satisfactory bid. (3) (Day Labor) To authorize the LA to proceed with the construction of the improvement when Agreed Unit Prices are approved and to reimburse the LA for that portion of the cost payable from Federal and/or State funds based on the Agreed Unit Prices and Engineer’s Payment Estimates in accordance with the Division of Cost on page one. (4) (Local Contracts) That for agreements with Federal and/or State funds in engineering, right-of-way, utility work and/or construction work: (a) To reimburse the LA for the Federal and/or State share on the basis of periodic billings, provided said billings contain sufficient cost information and show evidence of payment by the LA; (b) To provide independent assurance sampling, to furnish off-site material inspection and testing at sources normally visited by STATE inspectors of steel, cement, aggregate, structural steel and other materials customarily tested by the STATE.

IT IS MUTUALLY AGREED:

(1) Construction of the project will utilize domestic steel as required by Section 106.01 of the current edition of the Standard Specifications for Road and Bridge Construction.

(2) That this Agreement and the covenants contained herein shall become null and void in the event that the FHWA does not approve the proposed improvement for Federal-aid participation or the contract covering the construction work contemplated herein is not awarded within three years of the date of execution of this Agreement. (3) This Agreement shall be binding upon the parties, their successors and assigns. (3) For contracts awarded by the LA, the LA shall not discriminate on the basis of race, color, national origin or sex in the award and performance of any USDOT – assisted contract or in the administration of its DBE program or the requirements of 49 CFR part 26. The LA shall take all necessary and reasonable steps under 49 CFR part 26 to ensure nondiscrimination in the award and administration of USDOT – assisted contracts. The LA’s DBE program, as required by 49 CFR part 26 and as approved by USDOT, is incorporated by reference in this Agreement. Upon notification to the recipient of its failure to carry out its approved program, the department may impose sanctions as provided for under part 26 and may, in appropriate cases, refer the matter for enforcement under 18 U.S.C. 1001 and/or the Program Fraud Civil Remedies Act of 1986 (31U.S.C. 3801 et seq.). In the absence of a USDOT – approved LA DBE Program or on State awarded contracts, this Agreement shall be administered under the provisions of the STATE’s USDOT approved Disadvantaged Business Enterprise Program. (4) In cases where the STATE is reimbursing the LA, obligations of the STATE shall cease immediately without penalty or further payment being required if, in any fiscal year, the Illinois General Assembly or applicable Federal Funding source fails to appropriate or otherwise make available funds for the work contemplated herein. (5) All projects for the construction of fixed works which are financed in whole or in part with funds provided by this Agreement and/or amendment shall be subject to the Prevailing Wage Act (820 ILCS 130/0.01 et seq.) unless the provisions of that Act exempt its application

Printed on 2/14/2012 Page 4 of 5 BLR 05310 (01/06/12)

ADDENDA

Additional information and/or stipulations are hereby attached and identified below as being a part of this Agreement. Number 1 Location Map (Insert addendum numbers and titles as applicable)

The LA further agrees, as a condition of payment, that it accepts and will comply with the applicable provisions set forth in this Agreement and all exhibits indicated above. APPROVED APPROVED Local Agency State of Illinois Department of Transportation

Karen McConnaughay Name of Official (Print or Type Name) Ann L. Schneider, Secretary of Transportation Date

County Board Chair By: Title (County Board Chairperson/Mayor/Village President/etc.) (Delegate’s Signature)

(Delegate’s Name - Printed) (Signature) Date

The above signature certifies the agency’s TIN number is William R. Frey, Interim Director of Highways/Chief Engineer Date 36-6006585 conducting business as a Governmental Entity.

DUNS Number 945248565 Ellen J. Schanzle-Haskins, Chief Counsel Date

Matthew R. Hughes, Director of Finance and Administration Date NOTE: If signature is by an APPOINTED official, a resolution authorizinghii said appointed official to execute this agreement is required.

Printed on 2/14/2012 Page 5 of 5 BLR 05310 (01/06/12)

AGENDA ITEM EXECUTIVE SUMMARY Agenda Item # 8C-1a

Name Approving a Phase III Engineering Services Agreement with Bollinger, Lach and Resolution Associates, Inc. for Plank Road at Illinois Route 47, Kane County Section No. Ordinance 07-00356-00-CH

Presenter/Sponsor: Steve Coffinbargar - Assistant Director of Transportation

Budget Information: Was this item budgeted? Yes No N/A Appropriation Amount: $290,090.74

If not budgeted, explain funding source

SUMMARY: This intersection improvement will provide turning lanes on both Plank Road and IL47. Kane County requires engineering assistance for Phase III Engineering Services (Construction Engineering). To initiate Phase III Engineering, staff completed the consultant selection process using current QBS Procedures.

The QBS Process entailed notification of the140 consulting firms within Transportation’s Consultant Database by email of the County’s need for engineering services. Twenty Five (25) consulting firms responded and submitted a Statement of Interest (SOI). Three (3) pre-qualified consulting firms were short-listed and requested to submit a proposal. Staff conducted face to face interviews, which along with the proposal, were used to develop an overall score for each firm. The overall score of each firm is as follows: Bollinger, Lach & Assoc. - 203, Clark Dietz - 197, HR Green - 185

Bollinger, Lach & Associates, Inc. was selected and a contract was negotiated to provide Phase III Engineering Services. The negotiated contract is for a not to exceed amount of $290,090.74.

Attachments: Resolution, Engineering Agreement

Detailed information available from : Staff Name: Steve Coffinbargar, Assistant DirectorPhone: 630/406-7170 Resolution/Ordinance Tracking:

Assigned Committee: Transportation Passed Sent to: Executive on: 02/21/2012

If Other, specify:

Committee Remarks:

Next Committee: Executive . Sent to: County Board on: 03/07/2012

If Other, specify:

Committee Remarks:

Next Committee: Sent to: on:

Committee Remarks:

County Board Date: 03/13/2012

STATE OF ILLINOIS

COUNTY OF KANE

RESOLUTION NO. 12 -

APPROVING A PHASE III ENGINEERING SERVICES AGREEMENT WITH BOLLINGER, LACH & ASSOCIATES, INC. FOR PLANK ROAD AT ILLINOIS ROUTE 47 KANE COUNTY SECTION NO. 07-00356-00-CH

WHEREAS, Phase IIII Engineering services are needed for the proposed improvement of Kane County Highway No. 22 (also known as Plank Road) at Illinois Route 47 (herein referred to as the “Improvement”); and

WHEREAS, in order to accomplish the Improvement, it is necessary to retain the services of a professional engineering firm to provide Phase III Engineering services therefor; and

WHEREAS, Bollinger, Lach & Associates, Inc., 333 Pierce Road, Suite 200, Itasca, IL 60143 has experience and professional expertise in Phase III Engineering and is willing to perform the required services for an amount not to exceed Two Hundred Ninety Thousand Ninety and 74/100 Dollars ($290,090.74) as set forth in the Phase III Engineering Services agreement (a copy of which is on file with the County Clerk’s Office).

NOW, THEREFORE, BE IT RESOLVED by the Kane County Board that the Chairman thereof is hereby authorized to execute a Phase III Engineering services agreement with Bollinger, Lach & Associates, Inc.

BE IT FURTHER RESOLVED that the Kane County Board appropriate the not to exceed sum of Two Hundred Ninety Thousand Ninety and 74/100 Dollars ($290,090.74) from Impact Fees Fund #553, Line Item #50140 (Engineering) to pay for said Phase III Engineering services for the Improvement.

Line item Line Item Was Are funds currently If funds are not Description personnel/item/service available for this currently available in approved in original personnel/item/service in the specified line item, budget or a subsequent the specified line item? where are the funds budget revision? available? 553.520.553.50140 Engineering Yes Yes

Passed by the Kane County Board on March 13, 2012.

John A. Cunningham Karen McConnaughay Clerk, County Board Chairman, County Board Kane County, Illinois Kane County, Illinois

Vote: Yes No Voice Abstentions

3PLNK47PHIIIBLA.4LH

AN AGREEMENT BETWEEN THE COUNTY OF KANE AND BOLLINGER, LACH & ASSOCIATES, INCORPORATED FOR PROFESSIONAL CONSTRUCTION OBSERVATION SERVICES KANE COUNTY SECTION NO. 07-00356-00-CH

PURCHASE ORDER #2012-XXX

This AGREEMENT made this 14th day of February 2012 between COUNTY OF KANE, a body corporate and politic of the State of Illinois (hereinafter referred to as the “COUNTY”), and BOLLINGER, LACH and ASSOCIATES, INC., an Illinois corporation and licensed professional engineering firm , with offices at 333 Pierce Road, Suite 200, Itasca, Illinois 60143 (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 desires to improve the intersection of Kane County Highway 22(also known as Plank Road) at Illinois State Route 47 with the addition of turn lanes among other things (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 construction observation services for the PROJECT; and,

WHEREAS, the CONSULTANT has experience and professional expertise in construction observation services and is willing to perform said services for an amount not to exceed Two Hundred Ninety Thousand Ninety Dollars and Seventy Four Cents ($290,090.74); 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.

1 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 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.

2 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.

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 Ninety Thousand Nine Ninety Dollars and Seventy Four Cents ($290,090.74).

6.7 The CONSULTANT shall utilizethe COUNTY’S Automatic Clearing House (ACH) payment program. The following internet link shall be used to complete the vendor (CONSULTANT) agreement. http://www.countyofkane.org/Documents/Finance%20Department/Vendor%20Inf ormation/achBrochure.pdf

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 (if required), 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.

3

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).

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 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 certificate of insurance shall provide the Kane County Section Number as set forth in the title to this Agreement on page 1 hereof and shall also include the name of the PROJECT as set forth in the third paragraph on page 1 of this Agreement. 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.

4 8.3 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 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.

5 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.

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.

6

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”).

13.4 The CONSULTANT and any sub-consultant(s) shall comply with the Kane County Ethics Ordinance, (Article II, Division 3, Section 2-211) and shall take all steps necessary to remain in compliance therewith, (See Exhibit “D”).

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. Upon the 365th day after receipt by the CONSULTANT of the Notice to Proceed from the Kane County Engineer on behalf of the COUNTY. (The fee payable to the CONSULTANT for services rendered shall be for 365 calendar days during the periods from March 2012 to March 2013 as set forth on Exhibit A attached hereto).

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.

7 15.4 If so determined by the COUNTY, in the COUNTY’s sole discretion the term of this AGREEMENT may be extended for a period of one year and shall continue in full force and effect until either party’s termination of this AGREEMENT in accordance with the terms of Section 16.0, or March 31, 2013.

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 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.

8

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

20.3 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

BOLLINGER, LACH & ASSOCIATES, INCORPORATED 333 Pierce Road, Suite 200 Itasca, Illinois 60143 Attn.: CRAIG A. LUKOWICZ

IN WITNESS WHEREOF, the parties set their hands and seals as of the date first written above.

COUNTY OF KANE BOLLINGER, LACH AND ASSOCIATES INCORPORATED

______KAREN McCONNAUGHAY By: CRAIG A. LUKOWICZ CHAIRMAN, KANE COUNTY BOARD CHIEF EXECUTIVE OFFICER

ATTEST: ATTEST:

______JOHN A. CUNNINGHAM By: ROBERT R. ROLLINGS KANE COUNTY CLERK VICE PRESIDENT

9

EXHIBIT A

Consulted Construction Management/Observation

A. OVERVIEW

THE CONSULTANT AGREES:

1. To perform or be responsible for the performance of the following checked engineering services for the DEPARTMENT in connection with the proposed improvement herein described:

a. (X) Furnish or cause to be furnished: i. Construction observers and other technical personnel to perform the construction observation. The DEPARTMENT based upon the project scope shall direct the amount of personnel.

ii. Continuous observation of the work and Contractor’s operations for compliance with the plans and specifications as construction proceeds, however the CONSULTANT does not guarantee the contract performance of the Contractor.

iii. Maintain daily records of Contractor’s activity which shall include: (i) Project Diary (ii) Inspector’s Daily Report (I.D.R.) (iii) Quantity Book (iv) Resident’s Weekly Report (v) Paving Summary (Field Book) (vi) All other documentation required by the DEPARTMENT

iv. Supervision of construction observers, proportioning engineers, and other technical personnel and also the type, frequency, and location of material testing and sampling.

v. Establishment of centerline control and recover benchmarks. Also, random checks or as required by the DEPARTMENT of Contractor’s construction staking activities.

vi. Preparation and submission to the DEPARTMENT in required form and number of copies, all partial and final Pay Estimates, Change Orders, records and reports required by the DEPARTMENT.

vii. Insure that all required evidence of material certification and inspection is received from the Contractor before final payment is made.

viii. Mark contract plans in red to provide record drawings (As-Built Plans) of the completed project for permanent record. Submit one set of As-Built Plans to the DEPARTMENT at the time of final payment.

Page 1 of 11

ix. To prepare for and provide materials as directed by the DEPARTMENT for and attend the Pre-Construction Conference, and provide meeting minutes to the DEPARTMENT no later than 7 days from the date of the meeting.

x. To schedule, coordinate, and provide an agenda for weekly progress meetings. Also, to provide meeting minutes to the DEPARTMENT no later than 7 days from the date of the meeting.

xi. The basic survey notes and sketches, charts, computations and other data and records prepared or obtained by the CONSULTANT pursuant to this agreement will be made available upon request to the DEPARTMENT without cost and without restriction or limitation as to their use.

xii. To submit to the DEPARTMENT a list of the personnel and the equipment he/she proposes to use in fulfilling the requirements of this agreement.

b. ( X ) Coordinate, furnish or cause to be furnished:

i. Proportioning and testing of concrete mixtures in accordance with the “Manual of Instructions for Concrete Proportioning and Testing” issued by the Bureau of Materials and Physical Research of the Illinois Department of Transportation and promptly submit reports on forms prepared by said Bureau.

ii. Proportioning and testing of bituminous mixtures in accordance with the “Manual of instructions for Bituminous Proportioning and Testing” issued by the Bureau of Materials and Physical Research of the Illinois Department of Transportation and promptly submit reports on forms prepared by said Bureau.

iii. All compaction tests as required by the specifications or as directed by the DEPARTMENT and report promptly the same on forms prepared by the Bureau of Materials and Physical Research of the Illinois Department of Transportation.

iv. Quality and sieve analysis on local aggregates that are not from approved producers (as listed by the Bureau of Materials and Physical Research of the Illinois Department of Transportation) to see that they comply with the specifications contained within the contract.

v. Inspect all materials when the Bureau of Materials and Physical Research of the Illinois Department of Transportation do not provide inspection at the source and submit inspection reports to the DEPARTMENT in accordance with the policies of the said DEPARTMENT.

Page 2 of 11

B. REQUIRED SERVICES AND PROCEDURES FOR CONSULTED CONSTRUCTION MANAGEMENT/OBSERVATION

The following Guidelines for Construction Procedures has been prepared to be used as a guide for prospective consultants during preparation of their Construction Supervision Contract Proposals. This outline will familiarize the consultant with Kane County Division of Transportation’s policies and procedures for construction supervision. This outline is a generalized list of policies and procedures mostly based on the Illinois Department of Transportation Division of Highways “CONSTRUCTION MANUAL” and also the specific requirements and needs of this agency.

1. DUTIES AND AUTHORITY OF THE RESIDENT ENGINEER/TECHNICIAN

The Resident Engineer/Technician provided by the consultant, who from this point on shall be referred to, as the Resident along with his/her staff is responsible for all construction details on the project. He/she shall report directly to the Kane County Division of Transportation (K.D.O.T.) Construction Section Chief or his Supervising Field Engineer (CC). The Resident is expected to accept delegated responsibility and to make decisions within the authority delegated to him/her. A Resident’s first duty is to enforce the contract and specification requirements. He/she shall assign and schedule all field and material inspection and must maintain daily contact with the Contractor’s personnel to proficiently provide the engineering services necessary for the Contractor’s continued progress.

In addition the Resident is expected to make the day-to-day decisions to the extent that his/her experience and construction knowledge permit. However, the Resident is not authorized nor should he/she attempt to revise, delete, or change the contract provisions. When contract, plan, or specification changes are anticipated the Resident should contact the K.D.O.T. (CC) for guidance. The Resident also shall schedule, attend, and provide meeting minutes for all necessary meetings.

The Resident shall be the K.D.O.T. public relations person when dealing those the contract may involve and inconvenience. The Resident shall assure contract compliance with respect to:

a. Contract Proposal i. Special Provisions ii. Highway Standards

b. Plans i. General Notes ii. Typical Sections iii. Plan and Profile Sheets iv. Cross Section Sheets v. Highway Standards vi. All Special Detail Sheets

Page 3 of 11

c. “Supplemental Specifications and Recurring Special Provisions”

d. “Standard Specifications for Road and Bridge Construction”

e. Payroll

f. Pay Estimates

g. Erosion Control/Drainage

h. E.E.O. Bulletin Boards

i. Traffic Control

j. Documentation

k. Inspection i. Material ii. Field (Various Construction Operations)

l. Various Other Items

2. MEETINGS

Prior to the start of construction, the K.D.O.T. shall arrange a pre-construction conference. All personnel involved with the project, including all necessary utility representatives, Contractor’s personnel, construction supervision personnel, local agency representatives, and K.D.O.T. staff shall be requested to attend. The Resident shall be required to attend, run, provide agenda and take meeting minutes to be submitted to the K.D.O.T. with copies sent to all other attendees no later than 7 days after the date of the pre-construction conference.

Bi-weekly coordination meetings shall be scheduled and coordinated by the Resident. These meetings shall be for the purpose of coordinating construction activities for the upcoming two weeks, and any other important issues that may arise. The Resident shall be required to attend, run and also provide meeting minutes to be submitted to the K.D.O.T. no later than 7 days after the date of the coordination meeting.

3. DOCUMENTATION

a. Project Diary: The Project Diary is one of the most essential records kept on the job. The Resident or a designated representative shall be required to keep a daily diary on each contract.

The diary shall be a bound hardback book; there must be a separate diary on each Contract and a separate diary for each year. All entries throughout the diary shall be in ink.

Page 4 of 11

The first entry in the diary shall be on the inside cover. This entry shall include the year, the official designation of the section (County, Section number, Route, District number, Job number, Contract number), the name of the Contractor, and the name and signature of the Resident. A list of all personnel (inspectors) assigned to or working on the project also shall be printed on the inside cover, and each person shall put his/her initials after his/her name. The local agency’s (K.D.O.T.) return address shall be noted on the inside cover so that it may be returned if ever lost.

An entry must be made in the project diary for each day of the project, including weekends and holidays, except when the project is officially suspended. Entries must begin by the official start date or when the Contractor begins work, whichever is first. The diary shall contain a day-to-day record of all significant items relating to the project. The date and day of the week shall be shown on the top of the page. Also, the time(s) of arrival and departure of the Resident or staff shall be listed under the date. A description of the day activities, and the number and the type of workers for the general contractor and each of the subcontractors shall be recorded for each day. Other information that shall be documented in the project diary is:

i. Weather. ii. Progress schedule controlling item of work. iii. Working days charged and reason for partial or non-working days. iv. Traffic control inspections and changes. v. Description and hours of material inspection (done by Material Consultants) vi. Important discussions with Contractor(s). vii. Official visitors and inspections. viii. Opening and closing of detours. ix. Work and materials rejected and reasons. x. Time of discontinuing or resuming work and reasons. xi. Account of any time spent by Contractor’s workers or equipment on disputable items of work. xii. The presence of railroad flaggers and whether the Contractor is to be reimbursed for their services. xiii. Length and cause of any delay. xiv. Dates on which payment began and end for Engineer’s Field Office, or any other calendar-month item. xv. Description of important faxes and telephone calls. Unusual conditions, if any, such as high water, bridge failures, accidents/injuries, etc.

b. Inspector’s Daily Report (I.D.R.): An Inspector’s daily inspection field report shall be kept the Resident and or his/her staff for each contract. I.D.O.T. form BC-628 shall be used for the documentation of daily work. This form is available as a spreadsheet on Microsoft Excel and is available from the K.D.O.T. Completed I.D.R. forms shall be kept in chronological order in a 3-ring hard cover binder. The items shall be checked on the right side of the report when they are entered the Quantity Book. The information contained on this report shall identify:

Page 5 of 11

i. Date ii. Name of Contractor/Sub-Contractor(s) that performs on pay items iii. Weather iv. Item # v. Pay Item vi. Location of work vii. Quantity and Units viii. Evidence of Material Inspection. ix. Calculations and Sketches (if applicable)

Note: Calculations and sketches shall be used to justify quantities of all items having foot, Square foot, square yard, and cubic yard units. The calculations and sketches shall be based on accurate field measurements and shall be presented in a neat and concise manner on the bottom of the form, on the back page, and or on a separate additional sheet placed after I.D.R. form sheet. Someone other than the person who performed the original calculations shall check all calculations. c. Quantity Book: A Quantity Book shall be kept the Resident and or his/her staff for each contract. I.D.O.T. form OC-625 shall be used for the documentation of quantities for federally funded projects only. A similar K.D.O.T. Quantity Book Form shall be used for all other projects. The K.D.O.T. Quantity Book Form is available as a spreadsheet on Microsoft Excel and is available from the K.D.O.T. A separate Quantity Book sheet shall be provided for each contract pay item. A title page listing the official designation of the section, the name address, and telephone number of the Contractor, and the address of the local agency (K.D.O.T.) shall be provided. Also, a sheet index page listing item number, item, and page number shall be provided. The Quantity Book Sheets (in numerical order), title page, and sheet index page shall all be kept in a 3-ring binder. Quantities shall be placed in this form daily. d. Field Books: Hard cover, bound field books shall be used by the Resident and or his/her staff to record all field measurements including but not limited to the following information:

i. Daily field measurements used to justify quantities shown in the I.D.R. ii. Permanent survey records, layout checks, cross-sections iii. P.C.C. paving summary iv. Bituminous concrete paving summary v. Pile driving records vi. Depth checks (P.C.C. and bituminous paving, sub-base, topsoil, curb and gutter, etc.)

All field books shall be identified with the following information and shall include:

vii. Route(s) description, section number, year, and the field book number (Ex.: Field Book #1) shall be listed on the front cover with a black marker. viii. Project designation and the local agency’s (K.D.O.T.) address on the inside cover. ix. An index page that contains enough detail to show a reviewer the contents and location of the contents within the field book.

Page 6 of 11

e. Resident’s Weekly Report: A weekly report containing a record of the contractor’s progress shall be kept by the Resident. I.D.O.T. form BC-239 shall be used for the Resident’s Weekly Report. This report shall be filled out weekly, signed by the Resident, and a copy mailed to the Contractor’s office as soon as possible (at no time shall the Contractor receive the copy later than 7 days from the date of the report). Copies of the report shall marked c.c. for:

i. Contractor ii. Project file (K.D.O.T.) iii. Resident’s file

The Resident shall keep his/her copies in chronological order, and contained within a hard covered 3-ring binder.

4. CHANGE ORDERS

Whenever it becomes apparent that extra work is necessary on a project, the Resident shall contact the K.D.O.T. The K.D.O.T. shall determine the appropriate course of action. Payment for extra work shall be classified as either an agreed Unit Price or a Force Account. In the case when an Agreed Unit Price shall be used, The Resident shall submit a formal request letter to the Contractor. This letter shall list the requested item, unit, and estimated quantity for an Agreed Unit Price. Once the Contractor’s Agreed Unit Price letter is received, the K.D.O.T. shall review it. If the Agreed Unit Price letter is found acceptable, an approval letter and notice proceed shall be sent to the Contractor. Once an Agreed Unit Price has been approved, the Resident shall prepare the appropriate Change Order form and submit it to the K.D.O.T.

In the case when a Force Account shall be used, the process shall be same as that of an Agreed Unit Price, except that the Resident shall submit a formal request letter to the Contractor requesting an estimated amount for time, equipment and material costs for the proposed Force Account work.

No extra work shall be permitted unless authorized by the K.D.O.T.

The Resident shall document this work daily by using I.D.O.T. form BC-635 and both the Contractor and the Resident will retain copies.

Materials used on Force Account work that will be incorporated in the job must meet with satisfactory inspection.

The amounts of Labor, Equipment and Materials claimed by the Contractor on his submitted itemized bill, which he prepares at the completion of the extra work, must agree with the daily amounts shown on the completed BC-635 forms.

Refer to Article 109.04 of the Standard Specifications.

The completed itemized bill shall be submitted to the K.D.O.T. for approval, and Change Order processing.

Page 7 of 11

Once K.D.O.T. and/or I.D.O.T. (Bureau of Construction) have approved the Change Order, the Resident shall add the Agreed Unit Price(s) or Force Account(s) to the next pay estimate as a line item.

All Change Orders shall be either I.D.O.T. form BC-22 (for projects using Federal funds) or a K.D.O.T. Change Order form. The K.D.O.T. Change Order form is available as a spreadsheet on Microsoft Excel and can be obtained from the K.D.O.T.

5. PAY ESTIMATES

The Resident shall prepare an Engineer’s Payment Estimate (pay estimate) for submittal and payment at least once a month for each contract. All documented partially and completed work that has all required material inspection should be shown for payment on the Engineer’s Payment Estimate form. This form shall be used for all projects (except projects using Federal funds). The form is available as a spreadsheet on Microsoft Excel and is available from the K.D.O.T.

The pay estimate form for projects using Federal funds shall be received from I.D.O.T. (Bureau of Construction – FAUS Projects) once a month. The Resident shall write in the quantities, sign his/her name to the bottom of the form, and return it to I.D.O.T. (Bureau of Construction – FAUS Projects) for processing of payment. Also, the Resident shall send a copy to the K.D.O.T. for the job file, as well as retain a copy for Resident’s file.

The Resident shall meet with the Contractor before the pay estimate is submitted to insure agreement of all quantities included in the pay estimate for the month. Any discrepancy or disagreement between the contractor and the consultant shall be immediately reported to the K.D.O.T.

The Resident shall then submit the pay estimate to the K.D.O.T. for review and processing of payment.

6. INSPECTION MATERIAL

An independent Materials Consultant shall perform all required material inspection for all projects. The Materials Consultant shall be under the direct employment of Consultant and shall be assigned by the K.D.O.T. The Resident shall coordinate direct, and schedule all material inspection with the Materials Consultant. The Material Consultant shall not be responsible for determining when, what, and where they should be performing material inspection. The Resident shall determine the type, frequency, and location as required by the I.D.O.T. Project Procedures Guide (Sampling Frequencies for Testing and Inspection) and/or the K.D.O.T.

All billings for material inspection services shall be checked and verified with the Project Diary by the Resident or his/her staff for correct dates, hours, and charges. Any disparities shall be reported to K.D.O.T. as soon as possible. Copies of all material inspection billings shall be kept in the Resident’s file.

Page 8 of 11

Materials inspection and documentation is the responsibility of the Materials Consultant. However, the Resident and his/her staff shall verify that the quality, quantity, and frequency of all material inspection reports meet the requirements of I.D.O.T. (Bureau of Materials). Copies of completed material inspection reports shall be retained in the Resident’s file.

7. PLAN QUANTITY ACCEPTANCE

The acceptance of plan quantities as final quantities for a number of the pay items is acceptable providing that the agency (K.D.O.T.) and the Contractor agree in writing that the plan quantities are accurate and will be used as final quantities. The Resident shall receive a list of the items from the K.D.O.T. that the agency (K.D.O.T.) would like to agree upon.

The Resident and or his/her staff shall, from the plans, verify the accuracy of the quantity of each item on the list. The Resident shall then submit his/her findings, which shall include all calculations used to determine the accuracy of the quantity on the list to the K.D.O.T. The K.D.O.T. will review the Resident’s calculations to determine which items to include on I.D.O.T. form BC-981. This form shall be presented to the Contractor at the Pre-Construction Conference and be reviewed, signed, and returned to the K.D.O.T. before any construction work has begun.

8. CONSTRUCTION LAYOUT VERIFICATION

All construction layout and staking shall normally be provided by the Contractor and paid for by the item “Construction Layout Stakes”. The Resident and or his/her staff shall recover and identify all horizontal control points, benchmarks, and right-of-way corners (for newly acquired parcels) prior to construction. The Resident shall instruct Contractor to submit copies of all field book information regarding layout on a daily basis to be retained in the Resident’s file. The Resident and or his/her staff shall use standard survey methods to randomly check all horizontal locations and elevations for every staking operation. The Resident and or his/her staff shall document all layout checks in a field book. In the event that an error is found, the Resident shall notify the Contractor immediately and insure that he/she corrects the error as soon as possible. If an unnecessary amount of layout errors persist, the Resident shall notify the K.D.O.T. as soon as possible.

9. TRAFFIC CONTROL INSPECTION

Inspection of all traffic control devices, signing, pavement marking, etc. shall be inspected by the Resident or his/her staff at least twice a day when the Contractor is working and once a day when is the Contractor not working. One of the traffic control inspections shall be done at the later part of the day, before the contractor leaves, to allow time for the contractor to correct any deficiencies before they leave at the end of the day. The Resident and or his/her staff shall verify that all traffic control is accordance with the Traffic Control plan, and all applicable standards. The Resident and or his/her staff shall notify the Contractor as soon as possible of any and all deficiencies including:

Page 9 of 11

a. Downed and/or damaged signs b. Downed and/or damaged barricades or sign panels c. Worn, missing or conflicting temporary pavement marking d. Malfunctioning or damaged temporary traffic signals and temporary roadway lighting

The Resident shall list the times of inspection, descriptions of any and all deficiencies, and description of conversation with Contractor in the Daily Diary.

10. FINAL INSPECTIONS

a. Traffic Signal/Roadway Lighting Installation: Once Traffic Signal/Roadway Lighting installation have been completed and energized, the Resident shall schedule a Pre-Turn On inspection with the Contractor and the K.D.O.T. The Contractor shall address any deficiencies that are discovered as soon as possible. Once all deficiencies have been addressed, the Resident shall schedule a Turn On inspection with the Contractor, Maintenance Contractor, I.D.O.T. representative, controller manufacturer’s technician (Traffic Signals) and the K.D.O.T.

b. Overall Project Inspection (Final Walk-Through): Upon notice from the Contractor of completion of the entire project, the Resident shall schedule a walk- through inspection with the Contractor, K.D.O.T., and any local agency (Municipal, County, and State) representatives if there is any outside agency funding. The inspection shall consist of walking the length of all portions of roadway (both sides). The Resident shall include any and all deficiencies that are discovered in the Resident’s Punch list. The Punch list shall be addressed to the Contractor and signed by the Resident. The Punch list shall be mailed to the Contractor, and a copy shall be sent to the K.D.O.T. Once all deficiencies have been addressed, the Resident shall conduct another inspection with the Contractor to insure that all the items on the punch list have been addressed.

11. FINALING OUT OF PROJECTS

Upon receiving notice of project completion from the Contractor, the Resident shall schedule a meeting with the Contractor and the K.D.O.T. to finalize quantities for all items per contract. Once final quantities are agreeable with both the Contractor and K.D.O.T., the Resident shall prepare an Engineer’s Semi-Final Pay Estimate, which shall include all final quantities with 1% retainage. The Engineer’s Semi-Final Pay Estimate shall then be submitted to the K.D.O.T. for review and processing of payment.

The Resident shall also prepare Engineer’s Final Pay Estimate, which shall be the same as the Engineer’s Semi-Final Pay Estimate with the exception that the retainage shall be reduced to 0%. This final pay estimate shall be presented on the Engineer’s Final Pay Estimate form, which can be obtained from the K.D.O.T. The Resident shall also prepare and submit to the K.D.O.T. the following:

a. Balance Authorization sheet(s) b. Explanations for changes in total dollar values that exceed $2000.00 per item c. Any un-approved Change Orders

Page 10 of 11

The Balance Authorization form is available as a spreadsheet on Microsoft Excel and can be obtained from the K.D.O.T.

Once the Engineer’s Final Pay Estimate is submitted to I.D.O.T. for approval, the Bureau of Materials shall check all items for the required materials inspection and certification. The Resident shall receive a list of material deficiencies from the K.D.O.T. The Resident then shall make a formal request to the Contractor and or the Materials Consultant for all needed material inspection and certification. Once the Resident receives all requested material inspection and certification, he/she shall submit it directly to I.D.O.T. (Bureau of Materials).

12. RECORD DRAWINGS

The Resident and or his/her staff shall provide a complete set of record drawings (as built plans) to K.D.O.T. for their records. The record drawings shall be marked as “RECORD DRAWINGS” dated and initialed by the individual(s) who prepared them. All sheets, regardless of whether they will be modified, shall be marked as revised in an appropriate box or space, The drawings shall consisting of a 24”x 36” size set of project plans that have all changes and additions tagged by clouds or similar easy to see markings in red ink. A CD of the scanned record drawings in PDF format shall also be submitted with the plan set.

Page 11 of 11 Exhibit B DF-824-034 REV 12/04 AVERAGE HOURLY PROJECT RATES

FIRM Bollinger, Lach & Associates, Inc. PTB Plank Road @ IL 47 DATE 02/13/12 PRIME/SUPPLEMENT Prime SHEET 1 OF 1

PAYROLL AVG TOTAL PROJECT RATES Phase III Const Engr HOURLY Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd CLASSIFICATION RATES Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Principal 70.00 32 1.66% 1.17 32 1.66% 1.17 Director of Construction En 70.00 82 4.27% 2.99 82 4.27% 2.99 Senior Resident Engineer 53.62 1377 71.64% 38.42 1377 71.64% 38.42 Survey Project Manager 39.67 72 3.75% 1.49 72 3.75% 1.49 Party Chief I 26.07 160 8.32% 2.17 160 8.32% 2.17 Instrument Man 16.45 160 8.32% 1.37 160 8.32% 1.37 Director of Environmental 43.81 39 2.03% 0.89 39 2.03% 0.89 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0

TOTALS 1922 100% $48.48 1922 100% $48.48 0 0% $0.00 0 0% $0.00 0 0% $0.00 0 0% $0.00

PREPARED BY THE AGREEMENTS UNIT Printed 2/13/2012 12:27 PM

EXHIBIT “C”

PREVAILING WAGE RATES

It is the policy of the State of Illinois as declared in the Illinois Prevailing Wage Act (820 ILCS 130/1 et seq.) “that a wage of no less than the general prevailing hourly rate as paid for work of a similar character in the locality in which the work is performed, shall be paid to all laborers, workers and mechanics employed by or on behalf of any and all public bodies engaged in public works”.

The CONSULTANT agrees to pay, when applicable, the current Illinois Department of Labor Prevailing Wage Rates for all County of Kane projects. Current prevailing wage rates are available from the Illinois Department of Labor at their website: http://www.state.il.us/agency/idol/rates/rates.HTM.

Prevailing wage rates are subject to revision monthly. The CONSULTANT acknowledges its responsibility, for payment of any applicable future adjustment thereof.

The CONSULTANT further acknowledges its responsibility to notify any sub-consultant of the applicability of the Prevailing Wage Act.

When applicable, the CONSULTANT agrees to provide the Kane County Division of Transportation “certified payrolls” as required by the Prevailing Wage Act

______Company Name

______Signature of Officer of Company

______Title

______Date

10

EXHIBIT “D”

CONTRACTOR DISCLOSURE KANE COUNTY CODE, ARTICLE II, DIVISION 3, SECTION 2-211

1. Prior to award, every contractor or vendor who is seeking or who has obtained contracts or change orders to contracts or two (2) or more individual contracts with Kane County resulting in an amount greater than Fifteen Thousand Dollars ($15,000) shall disclose to the Kane County Purchasing Department, in writing all cumulative campaign contributions, (which includes multiple candidates) made within the previous twelve (12) months of awarding of the contract made by that contractor, union, or vendor to any current officer or countywide elected officer whose office the contract to be awarded will benefit. Disclosure shall be updated annually during the term of a multi-year contract and prior to any change order or renewal requiring Board level approval. For purposes of this disclosure requirement, “contractor or vendor” shall include owners, officers, managers, insurance brokers, lobbyists, agents, consultants, bond counsel and underwriters counsel, subcontractors corporations, partnerships, associations, business trusts, estates, trustees, and/or beneficiaries under the control of the contracting person, and political action committees to which the contracting person has made contributions.

2. All contractors and vendors who have obtained or are seeking contracts with Kane County must disclose the following information which shall be certified and attached to the application or document. Penalties for knowingly violating disclosure requirements will potentially result in immediate cancellation of the contract, and possible disbarment from future County contracts:

A. Name, address and percentage of ownership interest of each individual or entity having a legal or a beneficial interest of more than five percent (5%) in the applicant. Any entity required by law to file a statement providing substantially the information required by this paragraph with any other government agency may file a duplicate of such statement;

B. Names and contact information of their lobbyists, agents and representatives and all individuals who are or will be having contact with County employees or officials in relation to the contract or bid. This information disclosure must be updated when any changes to the information occurs.

C. Whenever any interest required to be disclosed in paragraph (a) above is held by an agent or agents, or a nominee or nominees, the principals for whom such agents or nominees hold such interest shall also be disclosed. The application of a spouse or any other party, if constructively controlled by another person, or legal entity as set forth above, shall state the name and address and percentage of beneficial interest of such person or entity possessing such constructive control and the relationship under which such control is being or may be exercised. Whenever a stock or beneficial interest is held by a corporation or other legal entity, such shareholder or beneficiary shall also make disclosure as required by paragraph (a) above.

11

D. A statement under oath that the applicant has withheld no disclosures as to economic interests in the undertaking nor reserved any information, data or plan as to the intended use or purpose for which it seeks County Board or other county agency action.

3. All disclosures and information shall be current as of the date upon which the application is presented and shall be maintained current until such time as Kane County shall take action on the application. Furthermore, this information shall be maintained in a database by the Purchasing Department, and made available for public viewing.

4. Notwithstanding any of the above provisions, the County Purchasing Department with respect to contracts awarded may require any such additional information from any applicant which is reasonably intended to achieve full disclosure relevant to the application for action by the County Board or any other County agency.

5. Any failure to comply with the provisions of this section shall render any ordinance, ordinance amendment, County Board approval or other County action in behalf of the applicant failing to comply voidable at the option of the County Board or other County agency involved upon the recommendation of the County Board Chairman or the majority of the County Board.

6. Information shall be sent directly to the Kane County Purchasing Department at the following address:

Kane County Government Center Purchasing Department, Bldg A 719 S. Batavia Ave. Geneva, IL 60134

______Company Name

______Signature of Officer of Company

______Title: President

______Date

12 U S 20

Plank Rd at Illinois Rte 47

Plank Rd Plank Rd.

7

4

e Legend

t ¨¦§88 Interstates

ut30 R US Roads

(!31 State Roads

L 46734 County Roads

I Other Roads Rail Roads

County Boundry Township Boundry

Fox River

Forest Preserves

Municipalities

. d Section Number 07-00356-00-CH Hampshire Rutland Dundee

Burlington Plato Elgin

R

Plank Rd at Illinois Route 47 Virgil Campton Saint Charles r Geneva Kaneville Blackberry Batavia / Intersection Improvement e

Big Rock Sugar Grove Aurora g 0 500 1,000 2,000 3,000 4,000

Feet r 0 1

Miles u

M:\dotserver2\USERS\Committee\201202 February\Implementation\Construction\Plank Rd at IL 47, E3\Map Standard Aerial_Plank Rd at IL Rte 47 loc map b Pingree Grove

U S 20

Intersection Improvement

Plank Rd.

Legend

7 ¨¦§88 Interstates

4 ut30 US Roads

(!31 State Roads

e 46734 County Roads

t Other Roads

R Rail Roads

County Boundry

L Township Boundry

I

Fox River

Forest Preserves

Municipalities

Hampshire Rutland Dundee Section Number 07-00356-00-CH .

Burlington Plato Elgin d

Plank Rd at Illinois Route 47 Virgil Campton Saint Charles

Geneva R Kaneville Blackberry Batavia Intersection Improvement /

Big Rock Sugar Grove Aurorar

0 500 1,000 2,000 3,000 4,000 Feet e 0 1

Miles g

M:\dotserver2\USERS\Committee\201202 February\Implementation\Construction\Plank Rd at IL 47, E3\Map Standard_Plank Rd at IL Rte 47 loc map r u AGENDA ITEM EXECUTIVE SUMMARY Agenda Item # 8C-2a

Name Approving Contract for Construction, Randall Road at U.S. Route 20 / Foothill Road, Resolution Kane County Section No. 06-00345-00-CH Ordinance

Presenter/Sponsor: Steve Coffinbargar - Assistant Director of Transportation

Budget Information: Was this item budgeted? Yes No N/A Appropriation Amount: $458,632.00

If not budgeted, explain funding source

SUMMARY: On January 20, 2012 construction bids were opened at IDOT offices in Springfield for the Randall US 20 project. The scope of this project includes reconstruction of the intersection of Randall Road at US 20 (Foothill Rd) to include widening existing lanes, traffic signal improvements, resurfacing, landscaping, dual left turn lanes for westbound US 20 to northbound Randall, additional left turn lane capacity for northbound Randall to westbound US20 movement, and dedicated lanes on Foothill for left, thru and right turn movements. Since the bids were opened at IDOT offices in Springfield, the complete bid tabs are not yet available, however IDOT provided us with a list of the bidders which are included in the attached abbreviated bid tab.

The apparent low bidder and proposed contract amount for the project is Berger Excavating Contractors, Inc. of Wauconda, Illinois in the amount of $2,037,222.00. The low bid amount is approximately 18% below the engineer’s estimate of $2,478,222.00. Based on the Intergovernmental Agreement with IDOT approved by the Kane County Board December 13, 2011, staff has calculated the following allocation for construction:

Federal CMAQ funds at $1,578,590.00 (77%) Local (Kane County) at $458,632.00 (23%)

Attachments: Resolution, Bid Tabulation, Location Map

Detailed information available from : Staff Name: Steve Coffinbargar, Assistant DirectorPhone: 630/406-7170 Resolution/Ordinance Tracking:

Assigned Committee: Transportation Passed Sent to: Executive on: 02/21/2012

If Other, specify:

Committee Remarks:

Next Committee: Executive . Sent to: County Board on: 03/07/2012

If Other, specify:

Committee Remarks:

Next Committee: Sent to: on:

Committee Remarks:

County Board Date: 03/13/2012

STATE OF ILLINOIS

COUNTY OF KANE

RESOLUTION NO. 12-

APPROVING CONTRACT FOR CONSTRUCTION RANDALL ROAD AT U.S. ROUTE 20 / FOOTHILL ROAD KANE COUNTY SECTION NO. 06-00345-00-CH

WHEREAS, the Illinois Department of Transportation (IDOT) has solicited and received bids for the work and construction described as:

KANE COUNTY SEC. NO. 06-00345-00-CH RANDALL ROAD AT U.S. ROUTE 20 / FOOTHILL ROAD (hereinafter the “Project”)

WHEREAS, the lowest responsible bidder for the Project is:

BERGER EXCAVATING CONTRACTORS, INC. OF WAUCONDA, ILLINOIS with a low bid of $2,037,222.00

WHEREAS, pursuant to Kane County Resolution No. 11-412, Kane County previously entered into a Local Agency Agreement for Federal Participation in the Project with Federal and County funds covering construction costs of the Project; and

WHEREAS, the Project is estimated to be funded $1,578,590.00 in Federal funds with the County share of the Project estimated at $458,632.00.

NOW, THEREFORE, BE IT RESOLVED by the Kane County Board that there is hereby appropriated the sum of Four Hundred Fifty Eight Thousand Six Hundred Thirty Two Dollars ($458,632.00) from Local Option Fund #304, Line Item #73000 (Road Construction) to reimburse IDOT for the County’s share of the cost of the Project.

Line item Line Item Description Was Are funds currently If funds are not personnel/item/service available for this currently available in approved in original personnel/item/service the specified line item, budget or a in the specified line where are the funds subsequent budget item? available? revision? 304.520.524.73000 Road Construction Yes Yes

Passed by the Kane County Board on March 13, 2012.

John A. Cunningham Karen McConnaughay Clerk, County Board Chairman, County Board Kane County, Illinois Kane County, Illinois

Vote: Yes No Voice Abstentions

3APCNRND-US20-FTHL.4LH

Randall Road at US Rte 20 (Foothill) Intersection Improvement TOWNSHIP 123 KANE COUNTY DIVISION OF TRANSPORTATION COUNTY KANE BID RESULTS AS READ SECTION 06-00345-00-CH 63623 IN SPRINGFIELD AS AN IDOT LETTING DATE: January 20 ,2012

1 2 3 4 5 6 Berger Excavating Martam Curran Contracting Copenhaver J.A. Johnson ENGINEERS ESTIMATE Contractors, Inc Plote Construction Inc Construction, Inc Co. Construction , Inc Paving Co.

Apparent Low Bidder PROJECT TOTAL TOTAL TOTAL TOTAL TOTAL TOTAL TOTAL COST $2,478,651.47 2,037,222.00 2,160,747.33 2,195,796.20 2,293,007.58 2,437,163.60 2,477,777.70

AS READ $2,478,651.47 $2,037,222.00 $2,160,747.33 $2,195,796.20 $2,293,007.58 $2,437,163.60 $2,477,777.70 AS CORRECTED % +/- ESTIMATE -17.81% -12.83% -11.41% -7.49% -1.67% -0.04% 47

W

d

R

l

l

Udina a d Intersection

n

a Improvement

R

20 ve. arkin A . L d

South St.

W 34 Legend at ¨¦§88 Interstates er ut30 US Roads R (!31 State Roads d 46734 County Roads . Other Roads Rail Roads

County Boundry Township Boundry

Fox River

Forest Preserves 17 Bowes Rd. Municipalities

Section Number 06-00345-00-CH Hampshire Rutland Dundee Burlington Plato Elgin

Randall Road at US 20 - Foothill Drive Virgil Campton Geneva Kaneville Blackberry Batavia / Intersection Improvements Big Rock Sugar18 Grove Aurora 0 500 1,000 2,000 3,000 4,000 Feet 0 1 Miles

M:\dotserver2\USERS\Committee\201111 November\Implementation\Construction\Randall at US 20-Foothill\Randall Rd at US 20_Foothill.mxd H pps Rd Spri 47

W

d

R

l

l

a

d Intersection

n

a Improvement

R

20 ve. arkin A . L d

South St.

W 34 Legend at ¨¦§88 Interstates er ut30 US Roads R (!31 State Roads d 46734 County Roads . Other Roads Rail Roads

County Boundry Township Boundry

Fox River

Forest Preserves 17 Bowes Rd. Municipalities

Section Number 06-00345-00-CH Hampshire Rutland Dundee Burlington Plato Elgin

Randall Road at US 20 - Foothill Drive Virgil Campton Geneva Kaneville Blackberry Batavia / Intersection Improvements Big Rock Sugar18 Grove Aurora 0 500 1,000 2,000 3,000 4,000 Feet 0 1 Miles

M:\dotserver2\USERS\Committee\201111 November\Implementation\Construction\Randall at US 20-Foothill\Map Standard Aerial_Randall Rd at US 20_Foothill.mxd H pps Rd Spri AGENDA ITEM EXECUTIVE SUMMARY Agenda Item # 8C-3a

Name Approving Contract for Construction, Kirk Road / Dunham Road from Illinois Route 56 Resolution to Stearns Road, Kane County Section No. 10-00403-00-TL Ordinance

Presenter/Sponsor: Steve Coffinbargar - Assistant Director of Transportation

Budget Information: Was this item budgeted? Yes No N/A Appropriation Amount: $237,241.56

If not budgeted, explain funding source

SUMMARY: On January 20, 2012 construction bids were opened at IDOT offices in Springfield for the above mentioned project. The scope of this project includes installation of a Ethernet Traffic Signal Network with modernization of 22 signalized intersections on Dunham/Kirk Road from Illinois Route 56 to Stearns Road. The complete itemized bid tabs are not yet available from IDOT. A list of the bidders is included in the attached abbreviated bid tab.

The apparent low bidder and proposed contract amount for the project is Meade Electric Company, Inc. of Oak Brook, Illinois in the amount of $1,186,207.80. The low bid amount is approximately 12% below the engineer’s estimate of $1,344,967.75. Based on the Intergovernmental Agreement with IDOT approved by the Kane County Board December 13, 2011, staff has calculated the following allocation for construction:

Federal CMAQ funds at $948,966.24 (80%) Local (Kane County) at $237,241.56 (20%)

Attachments: Resolution, Bid Tabulation, Location Map

Detailed information available from : Staff Name: Steve Coffinbargar, Assistant Director Phone: 630/406-7170 Resolution/Ordinance Tracking:

Assigned Committee: Transportation Passed Sent to: Executive on: 02/21/2012

If Other, specify:

Committee Remarks:

Next Committee: Executive . Sent to: County Board on: 03/07/2012

If Other, specify:

Committee Remarks:

Next Committee: Sent to: on:

Committee Remarks:

County Board Date: 03/13/2012

STATE OF ILLINOIS

COUNTY OF KANE

RESOLUTION NO. 12-

APPROVING CONTRACT FOR CONSTRUCTION KIRK ROAD – DUNHAM ROAD FROM ILLINOIS ROUTE 56 TO STEARNS ROAD TRAFFIC SIGNAL INTERCONNECT KANE COUNTY SECTION NO. 10-00403-00-TL

WHEREAS, the Illinois Department of Transportation (IDOT) has solicited and received bids for the work and construction described as:

KANE COUNTY SEC. NO. 10-00403-00-TL KIRK ROAD / DUNHAM ROAD FROM Illinois Route 56 TO STEARNS ROAD (hereinafter the “Project”)

WHEREAS, the lowest responsible bidder for the Project is:

MEADE ELECTRIC COMPANY, INC. OF OAK BROOK, ILLINOIS with a low bid of $1,186,207.80

WHEREAS, pursuant to Kane County Resolution No. 11-410, Kane County previously entered into a Local Agency Agreement for Federal Participation in the Project with Federal, State and County funds covering construction costs of the Project; and

WHEREAS, the Project is estimated to be funded $948,966.24 in Federal funds with the County share estimated at $237,241.56.

NOW, THEREFORE, BE IT RESOLVED by the Kane County Board that there is hereby appropriated the sum of Two Hundred Thirty Seven Thousand Two Hundred Forty One and 56/100 Dollars ($237,241.56) from Transportation Capital Fund #540, Line Item #73000 (Road Construction) to reimburse IDOT for the County’s share of the cost of the Project.

Line item Line Item Description Was Are funds currently If funds are not personnel/item/service available for this currently available in approved in original personnel/item/service the specified line item, budget or a in the specified line where are the funds subsequent budget item? available? revision? 540.520.525.73000 Road Construction Yes Yes

Passed by the Kane County Board on March 13, 2012.

John A. Cunningham Karen McConnaughay Clerk, County Board Chairman, County Board Kane County, Illinois Kane County, Illinois

Vote: Yes No Voice Abstentions

3APCNKRK-DNHMINTRCNNCT.4LH

Kirk Dunham Road Interconnect Update Improvement TOWNSHIP 128 KANE COUNTY DIVISION OF TRANSPORTATION COUNTY KANE BID RESULTS AS READ SECTION 10-00403-00-TL 63648 IN SPRINGFIELD AS AN IDOT LETTING DATE: January 20,2012

1 2 3 4 Meade Electric Company, Lyons Electric ENGINEERS ESTIMATE Inc. H and H Electric Company, Inc.

Apparent Low Bidder PROJECT TOTAL TOTAL TOTAL TOTAL TOTAL COST $1,344,967.75 1,186,207.80 1,236,193.30 1,268,784.38 0.00

AS READ $1,344,967.75 $1,186,207.80 $1,236,193.30 $1,268,784.38 $0.00 AS CORRECTED % +/- ESTIMATE -11.80% -8.09% -5.66% -100.00% R Elgin lb e rt S t.

Stevens Stevens Stearns 37 Rd.

5

31

Wayne 19 Randall Rd. Randall

. . d Red Army Trail R d R d. R Gate Rd. e . 20 m d u n d

c R l a

R

o r

r r C 34 m u a

B h n d. u Country C lub R D 77 Crane Rd.

D St. Charles ea n

St. 64

. T d . y

d R

l e

R z

r t

k IL Rte 56 to u

r

i a

Rd. K K Stearns Rd 38

. d richer Rd. R B

e

g

i

d 84

n

u

r

.

B

d

R t. Keslinger Rd. South S 38

k

c Cherry e Geneva

P

n d. Fabya R ville 8 ne Fabyan

Ka 8

.

d

R

l l

a Batavia d Legend McKee St. n St. a Wilson 88 R ¨¦§ Interstates Wilson St. 77 ut30 Main St. US Roads 10 (!31 State Roads d. Pine St. 46734 County Roads

e R .

d Other Roads

ak

R

Rail Roads

n L

County Boundry

lso

t Township Boundry n Ne

Mooseheart a d

.

d Fox River

d a

R

R

k Forest Preserves

r Rd. 71 i hard K Orc Mooseheart Rd. Municipalities Tanner Rd. 83 56 Oak St. Bilter Rd. Section NumberNorth Aurora10-00403-00-TL Hampshire Rutland Dundee Burlington Plato Elgin

. Virgil Campton St. Charles d KirkR Road - Illinois Route 56 to Stearns Road Interconnect Geneva Kaneville Blackberry 88 Batavia . . 88 d Aurora Big Rock / Molitor R d

R 0 1,500 3,000 6,000 9,000 12,000 Feet h 0123Sullivan Rd. c Miles r

th u .

h d C

rpa 31 R

M:\dotserver2\USERS\Committee\201202 February\Implementation\Construction\Kirk,Dunham - IL 56 to Stearns\Map Ave. nsworth Standard_Kirk Rd IL 56 to Stearns loc map e Indian Trail Rd M i R lb e rt S t.

Stevens Stearns 37 Rd.

5

31

19 Randall Rd.

. . d Red Army Trail R R d.

d R Gate Rd. e . 20 m d u n d

c R l a

R

o r

r r C 34 m u a

B h n d. u Country C lub R D 77 Crane Rd.

D ean

St. 64 .

T d . y

d R

l e

R z

r t

k IL Rte 56 to u

r

i a

Rd. K K Stearns Rd 38

. d icher Rd. R Br

e

g

i

d 84

n

u

r

.

B

d

R t. Keslinger Rd. South S 38

k

c Cherry

e

P

. byan Rd Fa le vil 8 ne Fabyan

Ka 8

.

d

R

l

l

a d

n Legend McKee St. St. a Wilson

R ¨¦§88 Interstates Wilson St. 77 ut30 Main St. US Roads 10 (!31 State Roads d. Pine St. 46734 County Roads

e R .

d Other Roads

ak

R

Rail Roads

n L

County Boundry

lso

t Township Boundry n

Ne

a d

.

d Fox River

d a

R

R

k Forest Preserves

r Rd. 71 i hard K Orc Municipalities Tanner Rd. 83 56 Oak St. Bilter Rd. Section Number 10-00403-00-TL Hampshire Rutland Dundee Burlington Plato Elgin

. d Virgil Campton St. Charles KirkR Road - Illinois Route 56 to Stearns Road Interconnect Geneva Kaneville Blackberry 88 Batavia 88 . Rd. Aurora r Big Rock / Molito d

R 0 1,500 3,000 6,000 9,000 12,000 Feet h 0123Sullivan Rd. c Miles r

u .

h d C

rpath 31 R M:\dotserver2\USERS\Committee\201202 February\Implementation\Construction\Kirk,Dunham - IL 56 to Stearns\Mapnsworth Ave. Standard Aerial_Kirk Rd IL 56 to Stearns loc map e Indian Trail Rd. r AGENDA ITEM EXECUTIVE SUMMARY Agenda Item # 8C-4a

Name Approving Contract for Construction, Hampshire Creek Streambank Stabilization Resolution Project - Allen Road, Kane County Section No. 08-00376-00-DR Ordinance

Presenter/Sponsor: Steve Coffinbargar - Assistant Director of Transportation

Budget Information: Was this item budgeted? Yes No N/A Appropriation Amount: $869,725.00

If not budgeted, explain funding source

SUMMARY: A bid opening was held on February 7, 2012 at the Kane County Division of Transportation's office for the Hampshire Creek Streambank Stabilization Project.

The streambank for Hampshire Creek is exhibiting scour and measures must be taken to halt erosion and restore a more stable embankment for the creek and adjacent Allen Road. Attached is the bid tabulation for this contract.

The apparent low bidder and proposed contract amount is Earthwerks Land Improvement and Development Corporation of Batavia Illinois in the amount of $828,308.00. This total amount is approximately 39% under the engineers estimate of $1,369,421.00. Staff recommends a five percent contingency be added to this low bid amount for a total of $869,725.00

Attachments: Resolution, Bid Tabulation, Location Map

Detailed information available from : Staff Name: Steve Coffinbargar, Assistant Director Phone: 630/406-7170 Resolution/Ordinance Tracking:

Assigned Committee: Transportation Passed Sent to: Executive on: 02/21/2012

If Other, specify:

Committee Remarks:

Next Committee: Executive . Sent to: County Board on: 03/07/2012

If Other, specify:

Committee Remarks:

Next Committee: Sent to: on:

Committee Remarks:

County Board Date: 03/13/2012

STATE OF ILLINOIS

COUNTY OF KANE RESOLUTION NO. 12 -

APPROVING CONTRACT FOR CONSTRUCTION HAMPSHIRE CREEK STREAMBANK STABILIZATION PROJECT – ALLEN ROAD KANE COUNTY SECTION NO. 08-00376-00-DR

WHEREAS, the Kane County Division of Transportation has solicited and received bids for the work and construction described as:

KANE COUNTY SECTION NO. 08-00376-00-DR HAMPSHIRE CREEK STREAMBANK STABILIZATION PROJECT – ALLEN ROAD (hereinafter the “Project”)

WHEREAS, the lowest responsible bidder for the Project was awarded to:

EARTHWERKS LAND IMPROVEMENT AND DEVELOPMENT CORPORATION OF BATAVIA, ILLINOIS with a low bid of $828,308.00

NOW, THEREFORE, BE IT RESOLVED by the Kane County Board that the 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.

BE IT FURTHER RESOLVED that there is hereby appropriated the sum Eight Hundred Sixty Nine Thousand Seven Hundred Twenty Five Dollars ($869,725.00) which includes a five per cent (5%) contingency from County Highway Fund #300, Line Item #73000 (Road Construction) to pay for the Project.

Line item Line Item Description Was Are funds currently If funds are not personnel/item/service available for this currently available in approved in original personnel/item/service the specified line item, budget or a in the specified line where are the funds subsequent budget item? available? revision?

300.520.520.73000 Road Construction Yes Yes

Passed by the Kane County Board on March 13, 2012.

John A. Cunningham Karen McConnaughay Clerk, County Board Chairman, County Board Kane County, Illinois Kane County, Illinois

Vote: Yes No Voice Abstentions

3APCNHMPCRK-ALLN.4LH

TOWNSHIP KANE COUNTY DIVISION OF TRANSPORTATION COUNTY KANE BID TAB SECTION 08-00376-00-DR

Hampshire Creek Streambank Stabilization 12 3 4 5 6 ENGINEERS ESTIMATE Earthwerks Land Improvement Martam Construction, Inc Berger Excavating Contractors, ENCAP, Inc RW Dunteman Co. Coperhaver Construction and Development DATE: Feb 7, 2012 APPARENT LOW BIDDER ITEM # ITEMS UNIT QUANTITY UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL P UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL 1 TREE REMOVAL (6 TO 15 UNITS DIAMETER) UNIT 150 $30.00 $4,500.00 $28.00 $4,200.00 $34.50 $5,175.00 $25.00 $3,750.00 $27.00 $4,050.00 $30.00 $4,500.00 $20.00 $3,000.00 2 TREE REMOVAL (OVER 15 UNITS DIAMETER) UNIT 150 $35.00 $5,250.00 $30.00 $4,500.00 $47.15 $7,072.50 $25.00 $3,750.00 $27.00 $4,050.00 $41.00 $6,150.00 $30.00 $4,500.00 3 TREE TRUNK PROTECTION EACH 5 $150.00 $750.00 $100.00 $500.00 $224.25 $1,121.25 $195.00 $975.00 $125.00 $625.00 $195.00 $975.00 $100.00 $500.00 4 EARTH EXCAVATION CU YD 9,602 $18.00 $172,836.00 $5.00 $48,010.00 $8.00 $76,816.00 $12.35 $118,584.70 $10.00 $96,020.00 $2.00 $19,204.00 $19.00 $182,438.00 5 REMOVAL AND DISPOSAL OF UNSUITABLE MATERIAL CU YD 6,198 $20.00 $123,960.00 $24.00 $148,752.00 $26.00 $161,148.00 $21.00 $130,158.00 $20.00 $123,960.00 $2.00 $12,396.00 $20.00 $123,960.00 6 TOPSOIL EXCAVATION AND PLACEMENT CU YD 1,825 $35.00 $63,875.00 $5.00 $9,125.00 $15.00 $27,375.00 $19.65 $35,861.25 $15.00 $27,375.00 $16.45 $30,021.25 $7.00 $12,775.00 7 TOPSOIL FURNISH AND PLACE, 2" SQ YD 1,000 $2.50 $2,500.00 $2.00 $2,000.00 $3.85 $3,850.00 $3.35 $3,350.00 $8.00 $8,000.00 $1.50 $1,500.00 $1.00 $1,000.00 8 TOPSOIL FURNISH AND PLACE, 4" SQ YD 4,000 $4.00 $16,000.00 $3.00 $12,000.00 $6.90 $27,600.00 $6.00 $24,000.00 $10.00 $40,000.00 $1.90 $7,600.00 $2.00 $8,000.00 9 SEEDING, CLASS 2A ACRE 0.75 $2,500.00 $1,875.00 $4,000.00 $3,000.00 $3,065.00 $2,298.75 $2,662.00 $1,996.50 $1,250.00 $937.50 $2,662.00 $1,996.50 $6,000.00 $4,500.00 10 SEEDING, CLASS 4 ACRE 5.75 $2,500.00 $14,375.00 $2,500.00 $14,375.00 $2,783.00 $16,002.25 $2,420.00 $13,915.00 $1,200.00 $6,900.00 $2,420.00 $13,915.00 $2,200.00 $12,650.00 11 HYDRAULIC SEEDING ACRE 1.5 $2,500.00 $3,750.00 $1,400.00 $2,100.00 $3,340.00 $5,010.00 $2,904.00 $4,356.00 $2,750.00 $4,125.00 $2,904.00 $4,356.00 $3,000.00 $4,500.00 12 EROSION CONTROL BLANKET SQ YD 21,700 $1.50 $32,550.00 $1.25 $27,125.00 $1.15 $24,955.00 $1.00 $21,700.00 $1.25 $27,125.00 $1.00 $21,700.00 $1.50 $32,550.00 13 TURF REINFORCEMENT MAT SQ YD 5,000 $18.00 $90,000.00 $10.00 $50,000.00 $13.80 $69,000.00 $12.76 $63,800.00 $22.00 $110,000.00 $6.00 $30,000.00 $11.00 $55,000.00 14 TEMPORARY EROSION CONTROL SEEDING POUND 45 $10.00 $450.00 $1.00 $45.00 $8.05 $362.25 $26.78 $1,205.10 $4.00 $180.00 $15.00 $675.00 $6.00 $270.00 15 PERIMETER EROSION BARRIER FOOT 4,700 $4.00 $18,800.00 $1.50 $7,050.00 $1.75 $8,225.00 $2.00 $9,400.00 $1.50 $7,050.00 $2.50 $11,750.00 $2.00 $9,400.00 16 INLET AND PIPE PROTECTION EACH 2 $300.00 $600.00 $200.00 $400.00 $250.00 $500.00 $110.00 $220.00 $110.00 $220.00 $150.00 $300.00 $120.00 $240.00 17 AGGREGATE SHOULDERS, TYPE B TON 400 $50.00 $20,000.00 $18.00 $7,200.00 $25.00 $10,000.00 $20.25 $8,100.00 $14.00 $5,600.00 $25.00 $10,000.00 $20.00 $8,000.00 18 CONCRETE HEADWALL FOR PIPE DRAINS EACH 1 $250.00 $250.00 $2,000.00 $2,000.00 $250.00 $250.00 $650.00 $650.00 $1,500.00 $1,500.00 $665.00 $665.00 $2,500.00 $2,500.00 19 STEEL PLATE BEAM GUARD RAIL, TYPE A, 6 FOOT POSTS FOOT 290 $25.00 $7,250.00 $21.00 $6,090.00 $24.55 $7,119.50 $21.00 $6,090.00 $25.00 $7,250.00 $21.35 $6,191.50 $23.00 $6,670.00 20 TRAFFIC BARRIER TERMINAL, TYPE 1 (SPECIAL) FLARED EACH 1 $$4,000.00 $4,000.00$ $1,800.00$ $1,800.00$ $2,550.00$ $2,550.00$ $1,800.00$ $1,800.00$ $2,000.00$ $$2,000.00 $$2,215.00 $2,215.00$ $2,100.00$ $$2,100.00 21 FURNISHING AND ERECTING RIGHT-OF-WAY MARKERS EACH 13 $200.00 $2,600.00 $35.00 $455.00 $201.25 $2,616.25 $0.01 $0.13 $90.00 $1,170.00 $85.00 $1,105.00 $150.00 $1,950.00 22 MOBILIZATION L SUM 1 $72,000.00 $72,000.00 $3,000.00 $3,000.00 $60,000.00 $60,000.00 $39,500.00 $39,500.00 $25,000.00 $25,000.00 $62,000.00 $62,000.00 $24,000.00 $24,000.00 23 TRAFFIC CONTROL AND PROTECTION L SUM 1 $50,000.00 $50,000.00 $13,000.00 $13,000.00 $10,000.00 $10,000.00 $2,700.00 $2,700.00 $60,000.00 $60,000.00 $36,200.00 $36,200.00 $32,000.00 $32,000.00 24 TERMINAL MARKER - DIRECT APPLIED EACH 1 $50.00 $50.00 $30.00 $30.00 $60.00 $60.00 $30.00 $30.00 $35.00 $35.00 $50.00 $50.00 $200.00 $200.00 25 STABILIZED CONSTRUCTION ENTRANCE SQ YD 250 $15.00 $3,750.00 $12.00 $3,000.00 $14.70 $3,675.00 $17.25 $4,312.50 $18.00 $4,500.00 $36.35 $9,087.50 $35.00 $8,750.00 26 CONSTRUCTION LAYOUT L SUM 1 $30,000.00 $30,000.00 $16,000.00 $16,000.00 $1,700.00 $1,700.00 $5,500.00 $5,500.00 $30,000.00 $30,000.00 $22,100.00 $22,100.00 $9,000.00 $9,000.00 27 DUST CONTROL WATERING UNIT 20 $100.00 $2,000.00 $1.00 $20.00 $250.00 $5,000.00 $410.00 $8,200.00 $250.00 $5,000.00 $54.65 $1,093.00 $110.00 $2,200.00 28 TURBIDITY CURTAIN FOOT 2300 $10.00 $23,000.00 $1.00 $2,300.00 $12.65 $29,095.00 $7.95 $18,285.00 $22.00 $50,600.00 $8.00 $18,400.00 $5.00 $11,500.00 29 REMOVE RIGHT-OF-WAY MARKERS EACH 6 $200.00 $1,200.00 $1.00 $6.00 $41.00 $246.00 $35.00 $210.00 $100.00 $600.00 $35.00 $210.00 $120.00 $720.00 Sediment Basin 1 1,500.00 $1,500.00 $500.00 $500.00 $4,000.00 $4,000.00 $1,475.00 $1,475.00 $5,000.00 $5,000.00 $1,650.00 $1,650.00 $2,000.00 $2,000.00 Live Staking 3125 6.00 $18,750.00 $6.00 $18,750.00 $8.65 $27,031.25 $7.50 $23,437.50 $6.00 $18,750.00 $3.50 $10,937.50 $3.00 $9,375.00 Vegetated Boulder Revetment 6400 75.00 $480,000.00 $50.00 $320,000.00 $64.96 $415,744.00 $127.00 $812,800.00 $65.00 $416,000.00 $106.00 $678,400.00 $72.00 $460,800.00 Items as Ordered 100000 1.00 $100,000.00 $1.00 $100,000.00 $1.00 $100,000.00 $1.00 $100,000.00 $1.00 $100,000.00 $1.00 $100,000.00 $1.00 $100,000.00 TRAFFIC BARRIER TERMINAL, TYPE 1 (SPECIAL) FLARED 1 1,000.00 $1,000.00 $975.00 $975.00 $1,065.00 $1,065.00 $975.00 $975.00 $1,100.00 $1,100.00 $925.00 $925.00 $1,500.00 $1,500.00 0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 AS READ $1,369,421.00 AS READ $828,308.00 AS READ $1,116,663.00 AS READ ############ AS READ $1,194,722.50 AS READ $1,128,268.25 AS READ $1,138,548.00 AS CORRECTED AS CORRECTED AS CORRECTED AS CORRECTED AS CORRECTED AS CORRECTED AS CORRECTED % +/- ESTIMATE -39.51% -18.46% 7.42% -12.76% -17.61% -16.86% M:\dotserver2\USERS\Committee\201202 February\Implementation\Construction\Hampshire Creek Streambank Stabilization\Map Standard Stabilization\Map Streambank Creek February\Implementation\Construction\Hampshire M:\dotserver2\USERS\Committee\201202 0 0 Allen Rd-Hampshire Creek Section Number 08-00376-00-DR

A 500

l

l 1,000

e

n 2,000

Streambank Stabilization Hampshire Creek

R

d 3,000

. 46 4,000

Rd.Feet Walker Rd 1 Miles Streambank Stabilization _Hampshire Crk Streambank Stabilization loc map loc Stabilization Streambank Crk _Hampshire 45

. 11

Harmony Rd. 36 Legend Big Burlington Big Rock Big Kaneville Hampshire Virgil ¨¦ § u t ( ! 46 7 30 88 34 31

Sugar Grove Sugar Blackberry

Campton

Plato Rutland

Saint Charles

Geneva T Batavia Township Boundry US Roads County Roads Roads State Aurora Municipalities County Boundry Other Roads Interstates Rail Roads Rail Forest Preserves Forest Elgin Fox River Fox Dundee

/ im

b

e A M:\dotserver2\USERS\Committee\201202 February\Implementation\Construction\Hampshire Creek Streambank Stabilization\Map Standard Stabilization\Map Streambank Creek February\Implementation\Construction\Hampshire M:\dotserver2\USERS\Committee\201202 0 0 Allen Rd-Hampshire Creek Section Number 08-00376-00-DR

A 500

l

l 1,000

e

n 2,000

Streambank Stabilization Hampshire Creek

R

d 3,000

. 46 4,000

Rd.Feet Walker Rd 1 Miles Streambank Stabilization Aerial_Hampshire Crk Streambank Stabilization loc map 45

. 11

Harmony Rd. 36 Legend Big Burlington Big Rock Big Kaneville Hampshire Virgil ¨¦ § u t ( ! 46 7 30 88 34 31

Sugar Grove Sugar Blackberry

Campton

Plato Rutland

Saint Charles

Geneva T Batavia Township Boundry US Roads County Roads Roads State Aurora Municipalities County Boundry Other Roads Interstates Rail Roads Rail Forest Preserves Forest Elgin Fox River Fox Dundee

/ im

b

e A