Illinois State Toll Highway Authority Board of Directors Met Sept. 9.
Here is the agenda provided by the board:
1.0 CALL TO ORDER
2.0 ROLL CALL
3.0 PUBLIC COMMENT / SAFETY MESSAGE
4.0 CHAIR
1. Approval of the Minutes of the Regular Board of Directors Meeting held July 22, 2021.
2. Approval of the Minutes of the Executive Session of the Board of Directors Meeting held July 22, 2021.
3. Committee Reports
4. Additional Items
5.0 EXECUTIVE DIRECTOR
1. Tollway Update
2. Additional Items
6.0 ITEMS FOR CONSIDERATION
6.1 FINANCE
1. Renewal of Contract 15-0054 with First Data Merchant Services LLC for the purchase of Merchant Card Processing Services in an amount not to exceed $110,500,000.00 (Tollway Request for Proposal).Tollway Headquarters - 2700 Ogden Avenue, Downers Grove, IL 60515 Page 1 of 7
2. Renewal of Contract 16-0155 with various financial firms to provide Bond Underwriting Services (Tollway Request for Proposal).
3. Resolution authorizing issuance of up to $200 million Toll Highway Senior Revenue Bonds to finance a portion of costs of the Move Illinois Program.
6.2 INFORMATION TECHNOLOGY
1. Award of Contract 21-0025 to Emergent, LLC for the purchase of Red Hat Software Licenses, Maintenance, and Support in an amount not to exceed $729,078.98 (Tollway Invitation for Bid).
2. Award of Contract 21-0126 to C.D.S. Office Systems Incorporated (d.b.a. CDS Office Technologies) for the purchase of IWIN Toughbooks for Illinois State Police District 15 in an amount not to exceed $432,380.00 (Tollway Invitation for Bid).
3. Award of Contract 21-0137 to Presidio Networked Solutions Group, LLC for the purchase of Cisco Hardware, Software, Maintenance, and Support in an amount not to exceed $1,739,863.64 (Order Against DoIT Master Contract).
6.3 ENGINEERING
1. Award of Contract RR-21-4587 to The George Sollitt Construction Company for M-5 Maintenance Facility, on the Jane Addams Memorial Tollway (I-90) at Mile Post 64.8 (Central Road) in the amount of $33,810,492.00.
2. Award of Contract I-21-4582 to Lorig Construction Company for Roadway and Bridge Reconstruction, on the Tri-State Tollway (I-294) from Mile Post 30.3 (Ramp F, South of I-290) to Mile Post 32.3 (South of St. Charles Road) in the amount of $43,486,390.70.
3. Award of Contract RR-21-4588 to Utility Dynamics Corporation for Systemwide Lighting Repairs, Systemwide, in the amount of $1,956,226.00.
4. Award of Contract RR-21-9237 to Utility Dynamics Corporation for I-88 and I-90 CCTV Camera Installation, on the Reagan Memorial Tollway (I-88) from Mile Post 59.0 to Mile Post 91.2 and Jane Addams Memorial Tollway (I-90) from Mile Post 5.1 to Mile Post 26.4 in the amount of $2,997,133.20.
5. Change Order / Extra Work Order on I-18-4704 to Curran Contracting Company for Advance Earthwork, Drainage and Retaining Wall Construction on the Elgin O’Hare Western Access (I-490) Mile Post 4.3 (Devon Ave.) to Mile Post 5.6 (South of Touhy Ave.), in the amount of $502,698.34 from $48,024,677.92 to $48,527,376.26.
6. Change Order / Extra Work Order on I-19-4476 to Plote Construction, Inc. / Dunnet Bay Construction Company (JV), for Roadway and Bridge Widening and Reconstruction on the Tri-State Tollway (I-294) at (Eisenhower Expressway I-290) and St. Charles Road, in the amount of $389,996.84 from $31,213,950.11 to $31,603,946.95.
7. Change Order Order on I-19-4449 to Plote Construction, Inc. / Dunnet Bay Construction Company (JV), for Roadway and Bridge Widening and Rehabilitation on the Tri-State Tollway (I-294) from Mile Post 36.3 (Wolf Road) to Mile Post 39.8 (Balmoral Avenue), in the amount of $353,892.07 from $65,581,575.41 to $65,935,467.48.
8. Change Order / Extra Work Order on RR-20-4545 to K-Five Construction Corporation, for Systemwide Pavement Repairs, Systemwide, in the amount of $1,246,654.23 from $4,223,189.06 to $5,469,843.29.
9. Change Order on I-19-4464 to Judlau Contracting, Inc., for I-57 Roadway and Bridge Widening and I-294 Ramp Construction on the Tri-State Tollway (I-294) from Mile Post 7.0 to Mile Post 8.5 and Interstate 57 from Mile Post 349.2 to Mile Post 350.6, in the amount of $335,545.60 from $66,180,334.43 to $66,515,880.03.
10. Acceptance of Proposal from DLZ Illinois, Inc./ ABNA of Illinois, Inc., on Contract RR-21-4566 for Construction Management Services Upon Request, Systemwide, in an amount not to exceed $3,000,000.00.
11. Acceptance of Proposal from Gasperec Elberts Consulting, LLC, on Contract RR-21-4565 for Construction Management Services Upon Request, Systemwide, in an amount not to exceed $3,000,000.00.
12. Acceptance of Proposal from Program Management & Control Systems, LLC, on Contract I-21-4734 for Construction Management Services Upon Request, Systemwide, in an amount not to exceed $3,000,000.00.
13. Acceptance of Proposal from TransLand Engineering Group, LLC, on Contract I-21-4567 for Construction Management Services Upon Request, on the Tri-State Tollway (1-294), in an amount not to exceed $2,000,000.00.
14. Acceptance of Proposal from HBK Engineering, LLC, on Contract RR-21-4570 for Utility Relocation Assistance Upon Request, Systemwide, in an amount not to exceed $3,000,000.00.
15. Acceptance of Proposal from Shannon and Wilson, Inc. / Strata Earth Services, LLC dba Strata, on Contract I-21-4568 for Geotechnical and Environmental Services Upon Request, Systemwide, in an amount not to exceed $3,000,000.00.
16. Acceptance of Proposal from Hanson Professional Services, Inc., on Contract RR-21-4564 for Design Services Upon Request, Systemwide, in an amount not to exceed $4,000,000.00.
17. Acceptance of Proposal from WSP USA, Inc., on Contract RR-21- 9982 for Consulting Engineer Services, Systemwide, in an amount not to exceed $113,302,968.00.
18. Acceptance of Proposal from Rubinos & Mesia Engineers, Inc. on Contract I-19-4469 for Supplemental Design Services, on the Jane Addams Memorial Tollway (I-90) at Mile Post 19.8 (Bypass U.S. 20) in an amount of $719,600.00 from $2,278,626.27 to $2,998,226.27.
19. Award of Contract 19-0200 to BHFX, LLC for the purchase of Web-Based Plan Room and On-Call Printing Services in an amount not to exceed $1,080,457.80 for an initial five-year term and a possible five-year renewal term in an amount not to exceed $1,080,457.80 (Tollway Request for Proposal).
20. Award of Contract 21-0135 to Fence Masters, Inc. for the purchase of Guardrail Repairs in an amount not to exceed $789,661.00 (Tollway Emergency).
21. Land Acquisition – Sale of Excess Property authorization for Parcel NS-700-19-001.EX. Cost to Tollway: N/A.
6.4 LEGAL
1. Approval of Intergovernmental Agreement with the Village of Hinsdale. Cost to the Tollway: $0.
2. Approval of Intergovernmental Agreement with the Cook County Department of Transportation and Highways. Cost to the Tollway: $0.
3. Amendment to Land Acquisition Resolution 22280 for the Elgin O’Hare Western Access Project (EOWA) to add 17 parcels that may need to be acquired by condemnation. See ISTHA v. DiBenedetto. Cost to the Tollway: As discussed in Executive Session.
4. Approval of Settlement Agreement. Cost to the Tollway: As discussed in Executive Session.
5. Authorization to Enter a Litigation Settlement Agreement – Property Owner – Valinvest Holding, LLC; Tollway Parcel No. TW-7-12-003. Cost to the Tollway: As discussed in Executive Session.
6. Authorization to Enter into a Worker’s Compensation Settlement – James Tallerico. Cost to the Tollway: As discussed in Executive Session.
6.5 OPERATIONS
1. Award of Contract 21-0088RR to Money Network Financial, LLC for the purchase of Marketing Incentives in an amount not to exceed $430,000.00 (Tollway Invitation for Bid).
2. Renewal of Contract 17-0172 with Ada S. McKinley Community Services, Inc. for the purchase of Transponder Fulfillment Services in an amount not to exceed $4,430,000.00 (State Use Vendor).
6.6 BUSINESS SYSTEMS
1. Approval of Extension of Amnesty Program.
7.0 EXECUTIVE SESSION
8.0 UNFINISHED BUSINESS
9.0 NEW BUSINESS
10.0 ADJOURNMENT
https://www.illinoistollway.com/about/board-information#BoardAgendaArchive