Quantcast

Chicago City Wire

Thursday, July 31, 2025

Illinois State Toll Highway Authority Board of Directors met July 28

Webp arnieriver chairman

Chairman Arnie Rivera | Chicago Business Website

Chairman Arnie Rivera | Chicago Business Website

Illinois State Toll Highway Authority Board of Directors met July 28

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 June 18, 2025.

2. Approval of the Executive Session Minutes of the Board of Directors Meeting held June 18, 2025.

3. Approval of the Executive Session Minutes for Public Release.

4. Committee Reports

5. Additional Items

5.0 EXECUTIVE DIRECTOR

1. Tollway Update

2. Additional Items

6.0 ITEMS FOR CONSIDERATION

6.1 FINANCE

1. Payment to the Illinois Auditor General Audit Expense Fund for the Fiscal Year 2024 Financial Audit and Compliance Audit in the amount of $689,750.00.

2. Award of Contract 24-0094 to Aon Risk Services Central, Inc. for the purchase of Insurance Brokerage Consultant Services in an amount not to exceed $38,500,000.00 (Tollway Request for Proposal).

6.2 INFORMATION TECHNOLOGY

1. Award of Contract 25-0113 to CDW Government LLC for the purchase of Microsoft Software, Maintenance, Support, and Services in an amount not to exceed $5,500,000.00 (Order Against DoIT Master Contract).

2. Award of Contract 25-0111 to Presidio Networked Solutions LLC for the purchase of a Tolling Network Hardware Replacement in an amount not to exceed $794,458.68 (Order Against DoIT Master Contract).

6.3 FACILITIES AND FLEET OPERATIONS

1. Award of Contract 25-0046 to Patson, Inc. (d.b.a. TransChicago Truck Group) for the purchase of Super-Tandem Snowplow Trucks in an amount not to exceed $5,016,300.00 (Order Against CMS Master Contract).

2. Award of Contract 25-0071 to Precision Control Systems of Chicago, Inc. for the purchase of Building Automation Maintenance, Modification, Parts, and Repair Services in an amount not to exceed $1,246,432.00 (Tollway Sole Source).

6.4 ENGINEERING

1. Award of Contract I-25-2017 to Cardinal State, LLC for Landscape Planting Improvements on the Tri-State Tollway (I-294) between Mile Post 17.7 (95th Street) and Mile Post 23.1 (I-55) in the amount of $987,695.83.

2. Award of Contract I-25-2016 to Cardinal State, LLC for Landscape Planting Improvements on the Tri-State Tollway (I-294) between Mile Post 23.1 (I-55) and Mile Post 24.5 (Plainfield Road) in the amount of $1,072,855.00.

3. Award of Contract I-24-4983 to K-Five Construction Corporation for Plaza Improvements on the Reagan Memorial Tollway (I-88) from Mile Post 125.2 (Winfield Road) to Mile Post 134.3 (Highland Avenue) in the amount of $21,678,730.01.

4. Acceptance of Proposal from Singh & Associates, Inc. on Contract I-25-2006 for Design Services for Plaza Improvements on the Tri-State Tollway (I-94/I-294) in an amount not to exceed $6,229,950.80.

5. Acceptance of Proposal from The Roderick Group, LLC (dba Ardmore Roderick) on Contract I-25-2008 for Design Services for Plaza Improvements on the Reagan Memorial Tollway (I-88) and Veterans Memorial Tollway (I-355) in an amount not to exceed $4,970,000.00.

6. Acceptance of Proposal from Crawford, Murphy & Tilly, Inc. on Contract RR-25-2010 for Design Services for Roadway and Bridge Rehabilitation on the Jane Addams Memorial Tollway (I-90) from Mile Post 2.6 (Rockton Road) to Mile Post 18.3 (Kishwaukee River) in an amount not to exceed $8,715,058.94.

7. Award of Contract 24-0062R to MDSolutions Inc. for the purchase of Aluminum Extrusions in an amount not to exceed $1,221,782.50 (Tollway Invitation for Bid).

8. Award of Contract RR-25-4994 to Lorig Construction Company for the purchase of Emergency Bridge Repair Services in an amount not to exceed $2,000,000.00 (Tollway Emergency).

9. Award of Contract I-25-4995 to F. H. Paschen, S.N. Nielsen & Associates, LLC for the purchase of Emergency Canopy Removal Services in an amount not to exceed $2,300,000.00 (Tollway Emergency).

6.5 LEGAL

1. Approval of an Addendum to an Intergovernmental Agreement with Cook County and the City of Elmhurst to increase the Tollway’s estimated participation cost from $7,164,712 to $18,191,830.

2. Approval of an Addendum to an Intergovernmental Agreement with Cook County, the City of Elmhurst and the Village of Northlake to reduce the Tollway’s estimated participation cost to from $8,219,833 to $1,177,162.

3. Authorization to Enter into a Settlement Agreement with BCORE Corridor Chicago, LLC; Tollway Parcels No. TW-6C-16-002, TW-6C-16-002.P & TW-6C-16-002.T. Cost to the Tollway: As discussed in Executive Session.

4. Authorization to Enter into a Second Interim Agreement with Judlau Contracting, Inc. Cost to the Tollway: As discussed in Executive Session.

6.6 SECURITY AND SAFETY

1. Award of Contract 25-0075 to Universal Protection Service, LLC (d.b.a. Allied Universal Security Services) for the purchase of Security Services in an amount not to exceed $2,600,000.00 (Order Against CMS Master Contract).

6.7 PLANNING

1. Approval of the Tollway Strategic Plan.

7.0 EXECUTIVE SESSION

8.0 UNFINISHED BUSINESS

9.0 NEW BUSINESS

10.0 ADJOURNMENT

https://agency.illinoistollway.com/documents/20184/1571583/20250728_JUL%20Bd%20Notice%20final%20v2.pdf/163c1d48-5334-b4e8-6c90-b4be370f061f?version=1.0&t=1753317660443